Академический Документы
Профессиональный Документы
Культура Документы
Price: 11,800/-
Cost of Tender Document: Rs. 10,000/-
GST: Rs: 1,800/-
SUBSTATION DETAILS
(A) 400kV GIS Substation having 400kV, 220kV, 132kV GIS equipments,
2x500MVA+2x200MVA power transformers and other substation equipments at
Shamli, U.P. (India)
Design, Engineering, Erection, Testing & Commissioning of 400/220/132kV GIS
Substation includes:
i. 2X500MVA (400/220/33kV) + 2x200MVA (220/132/11kV), Power Transformers
including NIFPES, accessories and first filling of oil.
ii. 400kV, 220kV and 132kV SF6 gas insulated Transformer/ Line feeder bay modules
comprising of :
a. SF6 Gas Insulated Circuit Breaker
b. Current Transformer
c. Bus-Bar Disconnectors with common Grounding Switch, Safety Grounding
Switches etc.
d. Surge Arrestor
e. Voltage Transformers etc.
iii. Substation Automation System and Relay & Protection Panels.
iv. 630KVA, 33/0.433kV L.T. Transformers.
v. L.T. Switchgear.
vi. Batteries and Battery Chargers.
vii. Fire Protection System.
viii. Illumination System.
ix. DG Set.
x. Power and Control Cables.
xi. Special Equipments for testing and maintenance.
xii. 220kV, 132kV and 33kV XLPE cables for making connections with outdoor
Transformers and over-head lines.
xiii. Support Structures.
xiv. Mandatory Spares for these equipment etc.
xv. Any equipment required for proper commissioning and functioning of the
substation.
xvi. Associated civil works such as foundation of main and auxiliary structures, soil
investigation, construction of cable trenches, roads, storm water drainage,
switchyard fencing along with gates, 400kV, 220kV and 132kV well furnished GIS
cum control room building, support structure for outdoor equipment, DG Set,
Transformer oil soak pit & sump pit, Transformer Fire-wall etc.
(B) The 400/220/132 kV GIS and other equipment shall be complete with all fittings
and components necessary for its effective working and efficient performance and
satisfactory maintenance under the various operating conditions specified. All
such parts shall be deemed to be included within the scope of supply whether
specifically included or not and the offer should be complete and comprehensive.
TABLE OF CONTENTS
SECTION- I INVITATION FOR PREQUALIFICATION
1. GENERAL
2. PACKAGE DESCRIPTION
3. SCOPE OF WORKS
4. QUALIFICATION OF THE BIDDER
5. COMPLETION PERIOD
6. LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY/
COMPLETION PERIOD
7. TERMS & CONDITIONS
8. ELIGIBLE APPLICANTS
APPENDIX A
APPLICATION PROFORMA (FORMS 0 T0 10)
Annexure-II DRAWINGS
SECTION-IV GENERAL
1. PARTICULARS OF SUBSTATION
2. LAND PLAN
3. SINGLE LINE DIAGRAM
1.0 GENERAL
Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL) intends to construct one no.
400/220/132kV GIS Substation at Shamli, U.P. (India).
All the drawings attached are tentative and for tender purpose only.
2. PACKAGE DESCRIPTION
UPPTCL is proceeding with the implementation of construction of 400kV GIS substation with
automated distributive system.
2.2 220kV, 132kV and 33kV XLPE cables for making connections with outdoor
transformers and over-head lines, control & protection equipments and other
electrical and mechanical auxiliary systems on turnkey basis.
2.3 It is the intent of this specification to describe primary features, materials, and design
& performance requirements and to establish minimum standards for the work.
2.4 The specification is not intended to specify the complete details of various practices
of manufactures/ bidders. But to specify the requirements with regard to
performance, durability and satisfactory operation under the specified site
conditions.
3. SCOPE OF WORKS
(A) The 400kV & 220kV single phase segregated and 132kV three phase/ single phase
encapsulated SF6 gas insulated switch gears shall have double bus bar arrangement.
The SF6 gas insulated switch gear (50 Hz) shall be of the indoor metal-enclosed type,
comprising of following modules:-
(B) 400kVGIS
The 400kV SF6 gas insulated switch gear shall have double bus bar arrangement with
08 bays (02 nos. 500MVA transformer bays, 01 no. bus-coupler bay, 01 no. bus
reactor bay and 04 nos. line feeder bays). The SF6 gas insulated switch gear rated for
400kV, phase, 50 HZ shall be of the indoor metal-enclosed type, comprising of
following items.
(a) Two set of single phase, 3000A, 50/63kA, SF6 gas insulated metal enclosed
400kV bus bar, each comprising of:
i) One, 3000A, 3-phase, SF6 gas insulated circuit breaker, complete with
operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Two 3-phase, group operated isolator switches, complete with
manual and motor driven operating mechanisms.
iv) Two 3-phase, group operated safety grounding switches, complete
with manual and motor driven operating mechanisms.
v) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
vi) Local Bay Control Cubicle.
(c) Two No. 400kV transformer feeder circuit breaker bay modules, each
comprising of :-
i) One, 2000A, 3-phase, SF6 gas insulated circuit breaker, complete with
operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Three 3-phase, group operated isolator switches complete with
manual and motor driven operating mechanisms.
iv) Three 3-phase, group operated safety grounding switches complete
with manual and motor driven operating mechanisms.
v) Three single phase SF6 ducts and gas insulated terminal connection
SF6/ air bushings along with all accessories for connecting
transformer with 400kV GIS through gas insulated interconnection
bus to complete transformer feeder bay module.
vi) Three outdoor type Surge Arrester (single phase).
vii) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
viii) Local Bay control cubicle
(d) Four No. 400 KV transmission line feeder circuit breaker bay modules each
comprising of:-
220 KV GIS
The 245kV SF6 gas insulated switch gear shall have double bus bar arrangement with
11 bays (02 nos. 500MVA transformer bays, 02 nos. 200MVA transformer bays,
01 no. bus-coupler bay and 06 nos. line feeder bays). The SF6 gas insulated switch
gear rated for 220kV, 3-phase, 50 HZ shall be of the indoor metal-enclosed
type, comprising of following items.
(a) Two sets of single phase, 3000A, 40kA/50kA, SF6 gas insulated metal
enclosed 220kV bus bars, each comprising of:
i) One, 3000A, 3-phase, SF6 gas insulated circuit breaker, complete with
operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Two 3-phase, group operated isolator switches, complete with
manual and motor driven operating mechanisms.
iv) Two 3-phase, group operated safety grounding switches, complete
with manual and motor driven operating mechanisms.
v) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
vi) Local Bay Control Cubicle.
(c) Four 220kV transformer feeder circuit breaker bay modules, each
comprising of :-
i) One, 2000A, 3-phase, SF6 gas insulated circuit breaker, complete
with operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Three 3-phase, group operated isolator switches complete with
manual and motor driven operating mechanisms.
iv) Three 3-phase, group operated safety grounding switches complete
with manual and motor driven operating mechanisms.
v) Three single phase (isolated) or three phase SF6 ducts and gas
insulated terminal connection SF6/ air bushings along with all
accessories for connecting 220kV GIS with 220kV side of transformer
through gas insulated interconnection bus to complete transformer
feeder bay module.
vi) Three outdoor type Surge Arrester (single phase).
vii) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
viii) Local Bay control cubicle
(d) Six 220 KV transmission line feeder circuit breaker bay modules each
comprising of:-
132KV GIS
The 145kV SF6 gas insulated switch gear shall have double bus bar arrangement with
12 bays (02no. 200MVA transformer bay, 01 no. bus-coupler bay and 09 nos. line
feeder bays). The SF6 gas insulated switch gear rated for 132kV, 3-phase, 50 HZ
shall be of the indoor metal-enclosed type, comprising of following items.
(a) Two sets of three phase/single phase, 2000A, 40kA, SF6 gas-insulated metal
enclosed 132kV bus bars, each comprising of :
i) Three phase/single phase bus bars enclosures running the length of
the switch gear to inter connect each of the circuit breaker bay
modules in double main bus system.
ii) Three inductive potential transformers, complete with isolator switch.
iii) One 3-phase, group operated safety grounding switch, complete with
manual and motor driven operating mechanisms.
iv) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required.
i) One 2000 A, 3-phase, SF6 gas insulated circuit breaker, complete with
operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Two 3-phase, group operated isolator switches, complete with
manual and motor driven operating mechanisms.
iv) Two 3-phase, group operated safety grounding switches, complete
with manual and motor driven operating mechanisms.
v) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
vi) Local Bay Control Cubicle.
(c) Two 132kV transformer feeder circuit breaker bay modules, each comprising
of :-
i) One 1600A, 3-phase, SF6 gas insulated circuit breaker, complete with
operating mechanism.
ii) Three 5-core, multi ratio, single phase current transformers.
iii) Three 3-phase, group operated isolator switches complete with
manual and motor driven operating mechanisms.
iv) Three 3-phase, group operated safety grounding switches complete
with manual and motor driven operating mechanisms.
v) One run of three numbers of single phase 630mm (Cu) XLPE Cables
alongwith all accessories & terminations for cable interface to connect
132kV GIS with 132kV side of 220/132 kV transformer through XLPE
cable. The cable main conductor and screen shall be rated for 40 KA
for 1 second. Cable termination kit shall be of dry type for connection
with GIS.
vi) Three outdoor type Surge Arrester (single phase).
vii) GIS duct with gas monitoring devices, barriers, pressure switches, etc.
as required
viii) Local Bay control cubicle
(d) Nine 132KV transmission line feeder circuit breaker bay modules each
comprising of :-
The Switchgear shall be complete with all necessary terminal boxes, SF6 gas filling,
interconnecting power and control wiring, grounding connections, gas monitoring
equipment and piping, support structures.
The overall scope of works covers all activities related to design, engineering,
manufacture, testing at works, supply of all required equipments and materials with
accessories and auxiliaries to site, storage at site, insurance, construction including
all civil works, handling, erection, testing, commissioning, putting into successful
operation & handing over as single source responsibility on turnkey basis, particulars
of which are specified at annexure-I.
Bidder will submit the drawing incorporating the following rooms. Bidder has to
develop detail architecture and constructional drawings of GIS cum Control Room
Buildings including Control & Relay Panels Rooms, incorporating the following rooms
and submit for approval of Purchaser.
a) Battery room
b) ACDB /DCDB/Battery charger room
c) Electrical Lab.
d) Committee room with attached toilet
e) A.E. Maintenance room with attached toilet
f) A.E. T&C room
g) J.E. Maintenance room
h) Ladies and Gents toilets
i) Pantry room
j) Store room
k) Record room
l) Lobby
m) Verandah
n) Porch
o) SCADA room
p) GIS rooms (400, 220kV & 132kV)
q) Control & Relay Panels rooms (adjacent to 400, 220kV & 132kV GIS rooms)
The buildings shall house 400KV, 220KV and 132KV Gas Insulated Switchgear (GIS)
separately and other associated equipments inside in the GIS building.
The tentative size of 400kV GIS Building is 35mx15m, 220kV GIS Building is 30m x15m
and that of 132kV GIS shall be 25mx10m at ground floor. However, the bidder shall
finalize the dimensions for 400KV, 220KV and 132KV GIS buildings according to the
equipments offered by them providing enough space & access for erection &
maintenance at the time of detailed engineering.
The Control Room building shall be single storied. Plinth level of Control Room
building shall be 0.5 M above FGL. Dimensions of the GIS rooms shall be decided by
the bidder during detailed engineering depending upon the requirement. The Bidder
will keep the provision for extension of the GIS rooms to meet the future
requirement for extension of bays. Provision for service bay shall also be made. A
corridor having minimum width of 1500 mm shall be provided all around GIS rooms
to facilitate maintenance of equipments.
GIS cum Control Room Building and Control and Relay Panels Rooms with Committee
Room having AC, modern furnitures etc. including internal electrification based on
the drawings approved by the purchaser. The buildings shall be suitable for taking
load of additional floor to be constructed in future.
Control room shall be so designed that most of the area of switchyard is visible from
control room. There should be at least one window in control room, which opens in
GIS hall.
Before proceeding with the construction work of the substation, the Contractor shall
fully familiarize himself with the site conditions and General arrangements & scheme
etc. Though the Purchaser shall endeavor to provide the information, it shall not be
binding for the Purchaser to provide the same. The bidders are advised to visit the
substation sites and acquaint themselves with the topography, infrastructure and
also the design philosophy. The bidder shall be fully responsible for providing all
equipment, materials, system and services specified or otherwise which are required
to complete the construction and successful commissioning, operation &
maintenance of the substation in all respects. All materials required for the Civil and
construction/ installation work shall be supplied by the Contractor. The cement and
steel shall also be supplied by the Contractor.
Design of substation and its associated electrical & mechanical auxiliaries systems
includes preparation of single line diagrams and electrical layouts erection key
diagrams, electrical and physical clearance diagrams, design calculations for Earth
mat, control and protection schematics, wiring and termination schedules, civil
designs (as applicable) and drawings, design of fire fighting system and air
conditioning system, indoor/outdoor lighting/ illumination and other relevant
drawings & documents required for engineering of all facilities under the scope of
this contract.
EOT cranes shall be provided in 400kV, 220kV and 132kV GIS buildings for GIS
equipments handling during installation, commissioning and maintenance etc. Crane
lifting capacity shall be adequate to handle at least two times the maximum weight
of the heaviest package of GIS but shall not be less than 10 tonnes (for 400kV) 6
tonnes (for 220kV) with micro switch arrangement. Crane capacity for 132kV GIS is to
match with the maximum size/weight of single unit which is required to be handled
by the crane. Crane of adequate capacity commensurating with the requirements for
erection & maintenance shall be provided in the 132kV GIS room. Capacity would
have adequate safety margin of at least two times the maximum weight of the
equipment to be handled. (Please refer “Technical Specification_SF6 Gas insulated
Switchgear”, Annex –I, “Electric Overhead Travelling (EOT) Crane” for details).
Contractor shall submit the capacity calculation of the crane. The minimum height of
crane hook shall be 9.0 meter or as per actual requirement whichever is higher. The
crane shall consist of all special requirements for erection and maintenance of GIS
equipments. The crane shall be possible to be operated through the cable & through
the pendant control, which shall be easily accessible from the floor of GIS building.
Bidder shall submit along with the bid and also during detailed engineering the
computation and calculation for enclosure loss and details about the measures taken
to reduce losses so as to limit the temperature rise of enclosure as per the
requirement of “Technical Specification for GIS”.
New Gas charging equipment with gas cylinders. After commissioning this will
become property of Purchaser. The contractor would be required to hand over them
in proper working condition with enough gas for one charging of complete system.
Supply, erection, testing and commissioning of all items of work required to make
the 400kV, 220kV and 132kV bays fully functional.
The overall scope of works covers all activities related to design, engineering,
manufacture, testing at works, supply of all required equipments and materials with
accessories and auxiliaries to site, storage at site, insurance, construction including
all civil works, handling, erection, testing, commissioning, putting into successful
operation & handing over as single source responsibility on turnkey basis.
The Purchaser has standardized its technical specification for various equipments
and works for different voltage levels. Items, which are not applicable for the scope
of this package as per schedule of quantities described in Bid Price Schedule ‘Q’, the
technical specification for such items should not be referred to.
THE BIDDER’S SCOPE OF WORK SHALL INCLUDE BUT NOT BE LIMITED TO THE
FOLLOWING :
(a) Design & engineering of entire work of GIS Substation including all systems,
sub-systems, equipments, materials and services etc. required for
completion and commissioning of the substation. This includes design &
engineering of operation and protection system, indoor as well as outdoor
lighting lighting system, air conditioning system, Substation Automation
System (SAS), equipments earthing with main Earthmat, cable schedule and
layout etc.
i) All Civil works including leveling, developing and dressing of land, security wall
with gate & guard room, chain link fencing, control room and relay & protection
room buildings, GIS hall, generator room, transformer plinth, main & auxiliary
foundations, cable trenches with racks & covers inside the GIS buildings and in
the outdoor yard, roads, drainage system, sump well & sump house, store shed,
water supply, overhead tank, pipe line and pump house, deep tube well and
other required works specified under detailed civil specifications, hereinafter.
j) Over all co-ordination with internal / external agencies, obtaining approval of the
electrical inspector/ labour inspector and other concerned authorities in respect
of works to be carried out under the contract.
l) The contractor shall make his own arrangement for water supply at his own cost
and UPPTCL shall in no case be responsible for any delay in works because of
non-availability or inadequate availability of water.
3.3.1. The substation automation system shall be offered from a manufacturer who must
have designed, manufactured, tested, installed and commissioned substation
automation system. KEMA certificate/ equivalent certificate from development
center authorized by UCA working group for having products including all IEDs and
Ethernet switches conforming to IEC 61850 is to be furnished as pre qualification
requirement.
3.3.2. The Substation Automation System (SAS) of “Distributed type shall be installed to
control and monitor all the sub-station equipment from remote control centre (RCC)
as well as from local control centre.
Dedicated Bay Control Units (BCUs) and Bay Protection Units (BPU) shall be provided
for Control and protection functionality on IEC-61850 standard. The Bay Control and
Protection IEDs shall communicate on the IEC 61850 standard for Communication
Networks and shall comply with the
Bay control Intelligence Electronic Devices (IEDs) for Control and Monitoring.
Bay Protection Intelligent Electronic device (IEDs) for Protection.
Station Human Machine Interface (HMI)
Redundant managed switched Ethernet Local Area Network communication
infrastructure with hot standby. Integrated Switches (built-in bay IEDs) are
not acceptable. All the IEDs shall be directly connected to the Ethernet
Interbay LAN without use of any gateways.
Gateway for remote control via industrial grade hardware (to RCC) through
IEC 60870-5-101 protocol. All the IEDs shall be directly connected to the
Ethernet Interbay LAN without use of any gateways.
Gateway for State Load Dispatch Center (to SLDC/RCC), the gateway should
be able to communicate with SLDC/RCC on IEC 60870-5-101 & 104 protocol.
The specific protocol to be implemented shall be handed over to successful
bidder. It shall be the bidder’s responsibility to integrate his offered system
with existing SLDC system for exchange of desired data. The exact I/O point
shall be decided during detailed engineering. The bidder shall ensure that
proposed automation system is compatible with the existing SCADA network.
The bidder will quote for the equipment required for data transfer to the
existing SCADA network to interface communication equipment.
Remote HMI.
Peripheral equipment like printers, display units, key boards, Mouse etc.
3.1.3. It shall enable local station control via a PC by means of human machine interface
(HMI) and control software package, which shall contain an extensive range of
supervisory control and data acquisition (SCADA) functions.
3.1.4. It shall include communication gateway, intelligent electronic devices (IED) for bay
control and inter IED communication infrastructure. An architecture drawing for SAS
is enclosed.
3.1.5. The communication gateway shall facilitate the information flow with remote
control centers. The bay level intelligent electronic devices (IED) for protection and
control shall provide the direct connection to the switchgear without the need of
interposing components and perform control, protection, and monitoring functions.
The UPPTCL may asses the capacity and capability of the bidder, to successfully
execute the scope of work covered under the package within stipulated completion
period. This assessment shall inter-alia include (i) document verification; (ii) bidder’s
work/manufacturing facilities visit ; (iii) manufacturing capacity, details of works
executed, works in hand, anticipated in future & the balance capacity available for
the present scope of work; (iv) details of plant and machinery, manufacturing and
testing facilities, manpower and financial resources; (v) details of quality systems in
place ; (vi) past experience and performance ; (vii) customer feedback ; (viii)
banker’s feedback etc.
UPPTCL reserves the right to waive minor deviations if they do not materially affect
the capability of the Bidder to perform the contract.
For the purpose of this particular bid, bidders shall meet the following minimum
criteria:
(a) Minimum Average Annual Turnover *(MAAT) for best three years i.e. 36 months
out of last five financial years of the bidder should be 275.00 Crore
* Annual total income as incorporated in the profit & loss account except non-
recovery income e.g. Sale of Fixed Assets.
(b) Bidder shall have liquid assets (L.A.) or/and evidence of access to or availability of
credit facilities should be 45.83 Crore
In case bidder is a holding company, MAAT & LA referred to in clause 4.1.2 (a)
and (b) above shall be that of holding company only (i.e. excluding its subsidiary/
group companies). In case bidder is a subsidiary of a holding company, MAAT and
LA referred to in clause 4.1.2 (a) and (b) above shall be that of subsidiary
company only (i.e. excluding its holding company).
(a) In case a bid is submitted by a Joint Venture (JV) of two or more firms as
partners, joint venture must comply the following minimum criteria:-
i) The lead partner shall meet, not less than 25% of the minimum
criteria given at Para 4.1.2 and 100% of criteria given at 4.1.1 above.
ii) Each of the other partner(s) shall meet, not less than 25% of the
minimum criteria given at Para 4.1.2 above.
iii) The joint Venture must satisfy collectively the Criteria of clause 4.1.2
above for which purpose the relevant figure of average annual
turnover and liquid assets/ credit facilities for each of the partners of
the JV shall be added together to arrive at Joint Venture total
capacity.
(b) Failure to comply with this requirement will result in rejection of the joint
venture’s bid. Sub contractors’ experience and resources shall not be taken
into account in determining the bidder’s compliance with qualifying criteria.
(c) In case of joint venture the following conditions shall also apply:-
i) The bid, and in case of successful bid, the specified form of agreement
shall be signed so as to be binding on all the partners.
ii) The Lead Partner and his authorization shall be evidenced by
submitting a Power of Attorney signed by legally authorized signatory
of all the partners.
iii) The Lead Partner 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 receipt of payment shall be
done exclusively through the lead partner as per power conferred to him in
Power of Attorney.
iv) All partners of the joint venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms and a copy
of the agreement entered into by the joint venture partners having such a
provision shall be submitted with the bid.
v) An agreement entered in to joint venture partner shall be submitted with the
bid.
5. COMPLETION PERIOD:
The completion period for 400kV substation shall be 24(twenty four) months from
the date of issue of LOI or from handing over of the land whichever is later.
The progress shall be monitored as per approved project implementation schedule
and PERT.
In case individual equipment/ material the date of receipt of goods at UPPTCL site
shall be treated as the date of delivery. In case of part dispatches the delivery shall
be deemed to have been affected when last component/ part of that equipment/
material of the serviceable lot / set has been delivered.
8. ELIGIBLE APPLICANTS
1) The Applications of the contractors/ firms, who had been debarred to trade by any
other Board or Corporation of energy sector of any Indian state or any foreign
country, shall not be considered. The Applicants have to declare that they have not
been debarred as detailed above through their own statement duly supported by a
notarized affidavit on a Non Judicial stamp paper of Rs. 100/- in this regard along
with their application.
2) If it comes to the notice of Corporation, that the Applicant has given any fictitious
information/ Performa or he is involved in mafia activities or he has terrorised the
prospective Applicants or he has tried to stop them in participating the tender
process, then the tender process can be cancelled and under such circumstances the
losses to the Corporation shall be recovered from the concerned Applicant.
3) For agreement with successful bidder, the photo of proprietor in case of proprietor
ship firm, the photo of all the partners in case of partnership firm along with their
partnership deed and photo of authorised person along with authority letter by
Board of Director of company, in case of company, registered under Company Act
1956 shall be required.
4) The Documents can be downloaded from e-procurement website
https://etender.up.nic.in and will require to pay a non-refundable fee of Rs.
11,800/- (inclusive of GST @ the rate of 18%) in the form of a demand draft in
favour of “UPPTCL SBI A/C No. 30231982762” payable at Lucknow, at the time
of submission of application. The documents can also be collected from the
office of the Superintending Engineer, Electricity 765/400 KV Substation
Design Circle-II, U.P. Power Transmission Corporation Ltd., 11th floor, Shakti
Bhawan Extension, 14-Ashok Marg, Lucknow-226001, UP, India, on payment of a
non-refundable fee of Rs. 11,800/- (inclusive of GST @ the rate of 18%) in the form
of a demand draft in favour of “UPPTCL” SBI A/C No. 30231982762” payable at
Lucknow. In case of any discrepancy between the documents downloaded by the
prospective bidder and the documents (hard copy) issued by Uttar Pradesh Power
Transmission Corporation Ltd., the latter shall prevail.
5) The Applicant shall also provide an Earnest Money Deposit to the amount of
refundable fee of Rs. 5.50 Crore (Rupees Five Crore Fifty Lacs Only) in the
form of bank guarantee on non judicial stamp paper of Rs. 5/- per
thousand subject to maximum Rs. 10,000/- only valid for 01(one) year as per
the attached format, in favour of Superintending Engineer, Electricity 765/400kV
Substation Design Circle-II, U.P. Power Transmission Corporation Ltd., 11th Floor,
Shakti Bhawan Extension, 14-Ashok Marg, Lucknow-226001. The Earnest Money
Deposit will be refunded to the unqualified applicants immediately and to the
qualified applicant after award of the contract.
6) Offers without proper earnest money & Tender fee shall not be considered under
any circumstances.
SECTION II
INSTRUCTIONS TO APPLICANTS
1. GENERAL
1.1 The Employer, Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL) intends
to proceed with this package for which this Invitation for Prequalification is issued.
1.2 The Employer intends to prequalifying firms or joint ventures to tender for the
contract package outlined in the Prequalification Detail.
1.4 General information of the substation location and scope of the works to be
executed in the contract package is outlined in Annexure-I, ‘Substation Details’.
2.1 Prequalification will be based on meeting the minimum criteria regarding the
applicant’s general and particular experience, personnel and equipment capabilities
and financial position, specified in the Prequalification Data, as demonstrated by the
applicant’s responses in the forms attached to the Letter of Application and other
requested documentation. Specific requirements for joint ventures are also set forth
in minimum qualification.
2.2 When the applicant intends obtaining highly specialized inputs (essential for
execution of the contract) from specialized subcontractors, application forms shall
be completed for such subcontractors and their inputs.
a) amend the scope and value of contract to be tendered, in which event only
those prequalified applicants who meet the amended requirements will be
invited to tender for the contract.
b) reject or accept any application without assigning any reason thereof; and
The Employer shall neither be liable nor be under any obligation to inform
the applicant of the grounds for such action.
3.2 Applicants will be advised in writing by fax or electronic mail, of the result of
their application and of the names of the prequalified applicants, without
giving any reason for the Employer’s decision.
3.3 Only firms and joint ventures that have been prequalified under this
procedure will be invited to tender. A firm may apply for prequalification
either individually and as part of a joint venture. However, a prequalified firm
or a member of a prequalified joint venture may participate as a tenderer in
only one tender, either individually or as a partner in a joint venture, for the
contract.
b) The tender shall be signed by all the partners so as to legally bind all the
partners of the Joint Venture, jointly and severally and the tender shall be
submitted alongwith a copy of the joint venture agreement mentioning
details of liability jointly and severally with respect to the contract.
3.5 The prequalification of a joint venture does not necessarily prequalify any of its
partners individually or as a partner in any other joint venture or association.
3.6.2 Submissions of Applications in one hard copy duly enclosed in sealed envelopes must
be delivered either by hand or by registered mail or courier to:
Superintending Engineer,
Electricity 765/400kV Substation Design Circle-II,
U.P. Power Transmission Corporation Ltd.,
11th Floor, Shakti Bhawan Extension,
14- Ashok Marg, Lucknow 226001,
not later than the tender opening date and time mentioned in the tender notice.
3.7 The name and mailing address of the applicant shall be clearly marked on the
envelope.
3.8 Applicants will be intimated, in due course, of the results of their applications. Only
firms or joint ventures prequalified under this procedure will be invited to bid.
Postal address:
Superintending Engineer,
Electricity 765/400KV Substation Design Circle-II,
U.P. Power Transmission Corporation Limited,
11th Floor, Shakti Bhawan Extension,
14-Ashok Marg, Lucknow-226001, U.P.
4.6 The tender shall be valid for not less than six (6) months from the last date of
opening of tender.
SECTION III
PREQUALIFICATION DATA
1. GENERAL
4. SUBMISSION OF APPLICATION
5. QUALIFICATION CRITERIA
6. JOINT VENTURES
7. CONFLICT OF INTEREST
9. GENERAL CONDITION
1. GENERAL
3.1 The contract will be a fixed price lump sum turnkey contract. UPPTCL Conditions of
Contract will generally be used as basis of contract.
3.2 The contractor will be required to provide irrevocable performance bank guarantees
from an approved scheduled bank in India in favour of the Employer.
4. SUBMISSION OF APPLICATIONS
4.2 The name and mailing address of the Applicant will be clearly marked on the
envelope.
4.3 All the information requested for prequalification will be answered in the English
language by all applicants and joint ventures.
5. QUALIFICATION CRITERION
5.1 Prequalification will be based on meeting all the following minimum pass/fail criteria
regarding the Applicant’s general and particular experience, personnel and
equipment capabilities, and financial position, as established by the Applicant’s
responses in the forms attached to the Letter of Application (specific requirements
for joint ventures are given under Clauses 6.1 and 6.2 below).
5.2 General Experience: The Applicant shall meet the minimum criteria outlined in
Section I of the Invitation for Prequalification, for the contract package.
5.3 Personnel Capabilities: The Applicant must have suitably qualified personnel to fill
the following positions. The Applicant will supply information on a prime candidate
and an alternate for each position, each of whom should meet the experience
requirements as specified below:
Position Total In similar works and As manager of similar works
experience financial magnitude and financial magnitude
(years) (years) (years)
Project manager 15 10 5
5.4 Financial Position: The Applicant shall establish that he has access to, or has
available, liquid assets, unencumbered real assets, line of credit, and other financial
means sufficient to meet the contract cash flow for a period of three months, net of
the applicant’s commitments for other contracts,
5.5 The audited balance sheets for the last five fiscal years (of the bidder) shall be
submitted and must establish the soundness of the Applicant’s (each member of
Joint Venture) financial position, showing long-term profitability. Where necessary,
the Employer will make inquiries with the Applicant’s bankers.
5.6 Quality Assurance: The Applicant (each member of Joint Venture) must have an ISO
9000-2001 standard Quality Assurance System. For main components to be
subcontracted if the Subcontractors are not ISO 9000-2001 certified, the Applicant
shall implement his own Quality Assurance System in the Subcontractor’s
Workshops.
5.7 Litigation History: The Applicant should provide accurate information on any
litigation or arbitration resulting from contracts completed or under execution by
him over the last five fiscal years. A consistent history of awards against the
Applicant or any partner of a joint venture may result in failure of the application.
5.8 Restriction to trade or black listing History: The Applicant should provide accurate
information on any restriction to trade or his black listing resulting from contracts
completed or under execution by him over the last five fiscal years. A consistent
history of restriction or black listing against the Applicant or any partner of a joint
venture may result in failure of the application.
6. Joint ventures
6.1 If the Applicant comprises a number of firms combining their resources in a joint
venture, the legal entity constituting the joint venture and the individual partners in
the joint venture shall be registered in eligible source countries and shall otherwise
meet the requirements of Clause 5.3 of Section-I (Invitation for Pre-Qualification).
The leader of the joint venture and all other partners shall definitely be as per clause
no. 4.0 (Qualification of the bidder) of section- I.
The joint venture must satisfy the criteria of Clause 4.1.3 of Section-I. For this
purpose the following data of the joint venture to meet the qualifying criteria must
be given with the bid:
Any bid shall be signed so as to legally bind all partners, jointly and severally, and any
bid shall be submitted with a copy of the joint venture agreement providing the joint
and several liability with respect to the contract.
6.2 The prequalification of a joint venture does not necessarily prequalify any of its
partners individually or as a partner in any other joint venture or association.
7. CONFLICT OF INTEREST
7.1 Any Applicant (including any of the members of a joint venture) availing
consultancy from the Employer’s consultant for this package shall not be eligible to
tender or participate in a tender in any capacity whatsoever.
8.1 Bidders are required to update the financial information used for prequalification at
the time of submitting their bids, to confirm their continued compliance with the
qualification criteria and verification of the information provided. A bid will be
rejected if the Applicant’s qualification thresholds are no longer met at the time of
bidding.
9. GENERAL CONDITION
9.1 Only firms and joint ventures that have been prequalified will be called for opening
of price part.
9.2 Bidder will be required to provide bid security in the form of a bank guarantee from
an approved scheduled bank in India acceptable to the Employer and the successful
bidder will be required to provide performance security. Formats of acceptable
forms and also that of bank guarantees will be supplied with the bidding documents.
a) amend the scope of the package that will be bid only among those
prequalified bidders that meet the requirements of the amended scope,
b) reject or accept any application without assigning any reason thereof; and
c) cancel the prequalification process and reject all applications without
assigning any reason thereof.
APPENDIX A
APPLICATION PROFORMA
1. GENERAL
The Application Proforma contains the following forms which must be essentially
submitted along with bid, duly filled :
Application Form (10) Bank Guarantee format for Earnest Money Deposit
APPENDIX A
APPLICATION FORM (0)
LETTER OF APPLICATION
APPLICATION FORM (0)
Letter of Application
Dear Sirs,
1
For application by joint ventures, all the information requested in the prequalification documents is to
be provided for the joint venture, if it already exists and for each party to the joint venture separately.
The lead partner should be clearly identified. Each partner in the joint venture will sign the letter.
4. UPPTCL and its authorized representatives may contact the following persons for
further information 2 if required.
Amend the scope under this package ; in such event, bids will be
called only from prequalified bidders that meet the revised
requirements; and
Reject or accept any application, cancel the prequalification process,
and reject all applications; and
c) UPPTCL will not be liable for any such actions and will be under no obligation
to inform the Applicant of the grounds for them.
Applicants that are not joint ventures should delete paras. 6 and 7.
Signed Signed
Name Name
2
Applications by joint ventures should provide on a separate sheet equivalent information for each
party to the application.
For and on behalf of (name of Applicant or For and on behalf of (name of partner)
lead partner of a joint venture)
Signed Signed
Name Name
For and on behalf of (name of partner) For and on behalf of (name of partner)
Signed Signed
Name Name
For and on behalf of (name of partner) For and on behalf of (name of partner)
APPENDIX A
APPLICATION FORM (1)
GENERAL INFORMATION
APPLICATION FORM (1)
General information
All individual firms and each partner of a joint venture applying for prequalification are
requested to complete the information in this form. Nationality information should be
provided for all owners or directors or applicants that are partnerships or individually-
owned firms.
Where the Applicant proposes to use named subcontractors for critical components of the
works, or for works or for work contents in excess of 10 percent of the value of the whole
works, the following information should also be supplied for the specialist subcontractor(s).
1. Name of firm
3. Telephone Contact
4. Fax Email
Nationality of Owners/Directors3
Name Nationality
1.
2.
3.
4.
5.
3
To be completed by all owners/directors or partners or individually-owned firms.
APPENDIX A
APPLICATION FORM (2)
GENERAL EXPERIENCE RECORD
APPLICATION FORM (2)
All individual firms and all partners of a joint venture are requested to complete the
information in this form. The information supplied should be the annual turnover of the
Applicant (or each member of a joint venture), in terms of the amounts billed to clients for
each fiscal year (of the bidder) for work in progress or completed.
Use a separate sheet for each partner of a joint venture.
Applicants are not required to enclose testimonials, certificates, and publicity material with
their applications; they will not be taken into account in the evaluation of qualifications.
1.
2.
3.
4.
5.
1.
Cash
Bank Balance
Fixed Deposit
Credit Facility
1. Cash credit
2. Trade credit
3. L.C.
4. Others
Signature of the bidder with seal Signature of the Banker with seal
APPENDIX A
APPLICATION FORM (2A)
JOINT VENTURE SUMMARY
APPLICATION FORM (2A)
1. Lead partner
2. Partner
3. Partner
4. Partner
5. Partner
6. Partner
Total value of annual turnover, in terms of work billed to clients, in Rs. at the end of the
period reported:
1. Lead
Partner
2. Partner
3. Partner
4. Partner
5. Partner
6. Partner
Total:
APPENDIX A
APPLICATION FORM (3)
PARTICULAR EXPERIENCE RECORD
APPLICATION FORM (3)
To prequalify, the Applicant shall be required to pass the specified requirements applicable
to this form, as set out in the “minimum qualification”.
On a separate page, using the format of Form (3A), each applicant or partner of a joint
venture is requested to list:
All contracts that they have successfully managed of a similar nature and complexity
for a power utility.
All contracts that they have successfully executed, including design, manufacture
installation and commissioning, of a similar nature and complexity for a power utility.
The Applicant should specify works undertaken during the last five (5) financial years. The
information is to be summarised, using Forms (3A), for each contract completed or under
execution by the Applicant or by each partner of a joint venture.
These declarations shall be required to be certified by owners/users of the packages under
their official signature. Such certificates shall accompany the application.
Where the Application proposes to use named subcontractors for critical components of the
work, or for work contents in excess of 10 percent of the value of the whole work, the
information in the following forms should also be supplied for each specialist
subcontractors.
APPENDIX A
APPLICATION FORMS (3A )
DETAILS OF CONTRACTS OF SIMILAR NATURE
AND COMPLEXITY – SUBSTATIONS
APPLICATION FORM (3A)
1. Name of contract
2. Country
3. Name of employer
4. Employer address
5. Nature of works and special features relevant to the contract for which the Applicant wishes to
prequalify
8. Date of award
9. Date of completion
Applicants and each partner to an application should provide information on their current
commitments on all contracts that have been awarded, or for which a letter of intent or
acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full completion certificate has yet to be issued.
1.
2.
3.
4.
5.
6.
APPENDIX A
APPLICATION FORM (5)
PERSONNEL CAPABILITIES
APPLICATION FORM (5)
Personnel Capabilities
For specific position essential to contract implementation, applicants should provide the
names of at least two candidates qualified to meet the specified requirements stated for
each position. The data on their experience should be supplied in separate sheets using
Form 5A for each candidate.
1. Title of position
2. Title of position
3. Title of position
4. Title of position
5. Title of position
Candidate Summary
Position Candidate
Prime Alternate
3. Professional qualifications
Address of employer
Fax Email
Summarize professional experience over the last 25 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the package.
The Applicant shall list the number, type, and capacities of all major construction equipment
and systems at his disposal and expected to be available for the execution of the contract.
APPENDIX A
APPLICATION FORM (7)
FINANCIAL CAPABILITIES
APPLICATION FORM (7)
Financial Capabilities
Applicant, including each partner of a joint venture, should provide financial information to
demonstrate that they meet the requirements stated in the Instructions to Applications.
Each applicant or partner of a joint venture must fill in this form. If necessary, use separate
sheets to provide complete banker information. A copy of the audited balance sheets
should be attached.
Address of banker
Fax Email
Summarise actual assets and liabilities for the previous five fiscal years. Based upon known
commitments, summarise packageed assets and liabilities for the next two years.
1 2 3 4 5 6 7
1. Total assets
2. Current assets
3. Total
liabilities
4. Current
liabilities
5. Profits before
taxes
6. Profits after
taxes
Specify proposed sources of financing to meet the cash flow demands of the Package, net of
current commitments.
1.
2.
3.
4.
Attach audited financial statements for the last five fiscal years (for the individual applicant
or each partner of a joint venture).
Firms owned by individuals, and partnerships, may submit their balance sheets certified by a
registered accountant, and supported by copies of tax return, if audits are not required by
the laws of their countries of origin.
APPENDIX A
APPLICATION FORM (8)
LITIGATION HISTORY
APPLICATION FORM (8)
Litigation History
Applicant, including each partner of a joint venture, should provide information on any
history of litigation or arbitration resulting from contracts executed in the last five years or
currently under execution. A separate sheet should be used for each partner of a joint
venture.
Applicant, including each partner of a joint venture, should provide information on any
restriction and black listing history resulting from contracts executed in the last five years or
currently under execution. A separate sheet should be used for each partner of a joint
venture.
Superintending Engineer,
Electricity765/ 400 kV Substation Design Circle-II,
U.P. Power Transmission Corporation Limited,
Lucknow.
Sir, WHEREAS, Messers……………………………………….a company incorporated
under the Companies Act, its registered office at …………………… /a firm registered
under the Partnership Act and having its business office at ………………………………..son
of ………………………..resident of ………………………………….carrying on business under the
firm’s name and style of Messers………at………../Sri……………………son of
……………………….. resident of…….……. .at……………………./Sri ……Son of …………………
………………… ………………. .resident of ……………………………………. ./Sri
………………………..son of ………………….resident of …………………
of………………………partners carrying on business under the firm’s name and style of
Messers ………………at………..which is a registered partnership (hereinafter called “The
Applicant”) has have in response to your Invitation for Prequalification against
specification number ESD-8/126 for pre-qualifying the tendering of an EPC
Contract for Supply, Erection, Testing and Commissioning of 400 KV Substation at
Shamli, U.P., India as per annexure-I, offered to supply and /or execute the
works as contained in the Applicant’s letter No. ……………………………….
AND WHEREAS the Applicant is required to furnish you a Bank guarantee for
the sum of Rs…………………………………………..as earnest money against the Applicant’s
offer as aforesaid:
AND WHEREAS We ………………………………….(name of the bank ) , have, at the
request of the Applicant agree to give you his guarantee as hereinafter contained:
NOW THEREFORE, in consideration of the promises We, the undersigned ,
hereby covenant that the aforesaid application of the Applicant shall remain open for
acceptance by you during the period of validity as mentioned in the Application or
any extension thereof as you and the Applicant may subsequently agree and if the
Applicant shall, for any reason back out, whether expressly or impliedly, from his said
application during the period of its validity or any extension thereof as aforesaid we
hereby guarantee to you the payment of the sum of Rupees ……………………..on
demand , notwithstanding the existence of any dispute between the U.P.P.T.C.L. and
the Applicant in this regard AND We hereby further agree as follows
(a) That you may without affecting this guarantee grant time or other
indulgence to or negotiate further with the application in regard to the conditions
contained in the said application and hereby modify these conditions or add there to
any further conditions as may be mutually agreed upon between you and the
Applicant.
(b) That the guarantee herein before contained shall not be affected by any
change in the constitution of our Bank or in the constitution of the Applicant.
(c) That any account settled between you and the Applicant shall be
conclusive evidence against us of the amount due here under and shall not be
questioned by us.
(d) That this guarantee commencer from the date hereof and shall remain in
force till the Applicant, If his application is accepted by you, furnishes the security as
required under the said specifications and executes a formal agreement as therein
provided or (till four months after the period of validity) or the extended period of
validity, as the case may be, of application, whichever is earlier.
(e) That the expressions “the Applicant” and “The Bank” and “the
U.P.P.T.C.L”. Herein used shall, unless such interpretation is repugnant to the subject
or context, include their respective successors and assigns.
Yours faithfully
SECTION- IV
1. PARTICULARS OF SUBSTATION
To be uploaded shortly.
TENTATIVE LAYOUT PLAN OF CONTROL ROOM BUILDING OF 400 KV GIS
SUBSTATION
TENTATIVE SAS ARCHITECTURE
Annexure-II
1. INSTRUCTIONS TO BIDDERS
INDEX
S.NO. TITLE
3.0 VALIDITY
7.0 DEVIATIONS
8.0 CANVASSING
1.1 Before Submission of the Bid, the Bidder is advised to fully familiarize himself with the
site conditions. The land for substation shall be made available to the Bidder on ‘as is
where is’ basis. Further leveling and development of land shall be in the Bidder's
scope. It shall be the responsibility of the Bidder to arrange all inputs required for
detailed engineering and execution. The Bidders are, therefore, advised to visit the
substation site, collect all necessary inputs and acquaint themselves with the
topography, infrastructure etc. The Bidder shall be fully responsible for providing all
equipment, materials system and services specified or otherwise which are required to
complete the construction, successful testing and commissioning of the aforesaid
substation.
The Bidders are required to make themselves fully conversant with the Technical
Specifications, Drawings, Special Conditions of Specification, Instructions to Bidders,
General Technical requirement of Specification, Specification for Handling, Erection,
Testing & Commissioning including schedules and General Condition of Form-'A' as
may be applicable so that no ambiguity arises at a later date in this respect.
1.2 Any inconsistency or ambiguity in the offers made by the Bidder shall be interpreted to
the maximum advantage of UPPTCL and disadvantage to the Bidder. The Bidder shall
have no right to question the interpretation of the Purchaser in all such cases and the
same shall be binding on the Bidder.
1.3 The Bid should be prepared and submitted strictly in accordance with the instruction
contained in these specifications. The Bid shall be complete in all respects. Bid must be
submitted in the manner specified on the attached prescribed schedules and/or copies
thereof. To complete the proposal, the Bidder must fill the Bid form, declaration, all
schedules and data sheets, annexed with the specification item by item in accordance
with the instructions and notes supplementary thereto. The interpolations, insertion,
cutting and corrections made in the Bid offers should be duly initialled by the Bidder.
1.4 Each Bidder shall supply the data required on sheets annexed with the specifications
by typing at appropriate places against each item to facilitate preparation of
comparative statements. These sheets must be properly signed by authorized
representative of the Bidder/manufacturer testifying the data submitted. All schedules
must be duly filled in and shall be enclosed with each copy of the Bid. In case the
Bidder does not supply any of the required information at the time of Bid, necessary
loading may be made while evaluating the prices of his offer without giving him any
further opportunity to supply or clarify the same. The Bidders are notified that in case
the required information are not furnished in the specified Performa/schedules
attached with the specification, the Purchaser shall not be responsible for any error in
the evaluation of their Bids on this account. Further the failure to comply with this
requirement may result in the rejection of the Bid at the discretion of the Purchaser.
1.5 A set of technical, descriptive and illustrative literature along with drawing must
accompany each copy of the Bid so that a clear understanding of the equipment
offered is obtained. The Bid send by post must be posted by registered Post - A/D
sufficiently in advance so as to reach the Purchaser by the scheduled date and time of
submission of Bid. Any Bid received after the date and time of submission even on
account of postal delay shall not be opened. The Bidders are, therefore, requested to
ensure in their own interest that the Bids are delivered in time.
The bid prepared by the Bidder and all correspondence and documents related to the
bid exchanged by the Bidder and the Purchaser shall be written in the English
language, provided that any printed literature furnished by the Bidder may be written
in another language, as long as such literature is accompanied by a translation of its
pertinent passages in the English language, in which case, for purposes of
interpretation of the bid, the translation shall govern.
1.7 Interpretation
1.7.1 Language
1.7.1.1 Unless the Contractor is a national of the Purchaser's country and the Purchaser and
the Contractor agree to use the local language, all Contract Documents, all
correspondence and communications to be given, and all other documentation to be
prepared and supplied under the Contract shall be written in English, and the Contract
shall be construed and interpreted in accordance with that language.
In addition to the normal registration, the bidder has to register with their Digital
Signature Certificate (DSC) in the e-bidding system and subsequently he/ she will be
allowed to carry out his/ her bid submission activities. Registering the Digital Signature
Certificate (DSC) is a one time activity. Before proceeding to register their DSC, the
bidders shall first log on to the e-bidding system using the User Login option on the
home page with the logging ID and Password with which they have registered as per
clause above. For successful registration of DSC on e-Procurement website
http://etender.up.nic.in the bidders must ensure that they possess class-2 /Class-3 DSC
issued by any certifying authorities duly approved by Controller of Certifying
Authorities. The bidders are also advised to register their DSC on e-procurement
website well in advance before bid submission period & time so that they do not face
any problem while submitting their e-bid against this bidding. The bidder can perform
User Login creation and DSC registration exercise as described in the clauses as above
even before bid submission period starts. The purchaser shall not be held responsible if
the bidders try to submit their e-bid at the last moment of submission of bid, but could
not submit due to DSC registration problem.
The bidders can search for active biddings through “Search Active Biddings” link, select
a bidding in which they are interested in and then move it to ‘My Biddings’ folder using
the option available in the Bid Submission menu. After selecting and viewing the
bidding, for which the bidders intend to bid, from “My Biddings” folder, the bidders
can place their bid by clicking “Pay Offline” option available at the end of the view
bidding form. Before this, the bidder should download the bidding document and price
Schedule/ Bill of Quantity (BOQ) and study them carefully. The bidder shall keep all the
documents ready as per the requirements of bidding document in the PDF format
except the Price Schedule/ Bill of Quantity (BOQ) which shall be in the XLS Format
(Excel sheet/PDF).
After clicking the ‘Pay Offline’ option, the bidder shall be redirected to the relevant
page of Terms and Conditions. The bidder shall read the Terms and Conditions before
proceeding to fill in the Bidding Fee EMD offline payment details. After entering and
saving the Bidding Fee and EMD details, the bidder shall click “Encrypt & Upload”
option given in the offline payment details form so that “Bid Document Preparation
and Submission” window appears to upload the documents as per technical (Fee
details, Qualification details, Bid Form and Technical Specification details) and financial
(Bid Form and Price Schedule/ BOQ) schedules/ packets given in the bidding details.
The details of the Demand Draft or any other accepted instrument which is to be
physically sent in the original before opening of technical bids, should tally with the
details available in the scanned copy and the data entered during bid submission time
otherwise the bid submitted shall not be accepted.
Next, the bidder should upload the Technical Bid Documents for fee details (Bidding
Fee and EMD), Qualification details as per PQR, and Financial Bid documents as per
BOQ of bidding document. Before uploading, the bidder has to select the relevant
Digital Signature Certificate. They may be prompted to enter e-tender no.
ESD-8/126 the Digital Signature Certificate password, if necessary. For uploading, the
bidder should click “Browse” button against each document label in Technical and
Financial schedules/packets and then upload the relevant PDF/XLS files already
prepared and stored in the bidder’s computer.
The Bidder shall click “Encrypt” next for successfully encrypting and uploading of
required documents. During the above process, the bid documents are encrypted/
locked electronically with the DSC’s of the bid openers to ensure that the bid
documents are protected, stored and opened by concerned bid openers only.
After successful submission of bid documents, a page giving the summary of bid
submission will be displayed, showing that the process of e-bid submission is
completed. The bidder can take a printout of the summary using the “Print” option
available in the window as an acknowledgement for future reference.
Purchaser reserves the right to cancel any or all bids without assigning any reason.
The Bidders are advised to upload the scanned documents with minimum of 150 dpi
scanner to ensure readable uploaded e-bids.
The Purchaser may at his discretion, extend this deadline for submission of bids by
amending the bid documents.
LATE BIDS
The server time indicated in the Bid Management window on the e-Procurement
website http://etender.up.nic.in will be the time by which the bid submission activity
will be allowed till the permissible date and time schedule in the bidding. Once the bid
submission period is over, the bidders cannot submit their bid. Bidder has to start the
Bid Submission well in advance so that the submission process is completed within the
scheduled period, failing which, it shall be the bidder’s responsibility.
At any point of time, the bidders may withdraw their bid submitted online before the
completion of bid submission period. For withdrawing, the bidder shall first login using
their login ID and password and subsequently by their Digital Signature Certificate on
the e-Procurement website http://etender.up.nic.in. The bidder shall then select “My
Bids” option in the Bid Submission menu. The page listing all the bids submitted by the
bidder shall be displayed. Click “View” to see the details of the bid to be withdrawn.
After selecting the “Bid Withdrawal” option, the bidder has to click “Yes” to the
message “Do you want to withdraw this bid?” displayed in the Bid Information window
for the selected bid. The bidder also has to enter the reason for withdrawing the bid
and upload the same for withdrawing before clicking the “Submit” button. The bidder
has to confirm again by pressing “OK” button before finally withdrawing their selected
bid.
The bidder has to request the purchaser with a letter, attaching the proof of with drawl
and submission of bid security/EMD in the office of purchaser for taking back the bid
security/EMD as per the manual procedure.
No bid may be withdrawn in between the period fixed for submission of bids and the
period of expiry. With drawl of a bid during this interval may result in the bidder’s
forfeiture of their bid security.
The bidders can resubmit their bid as and when required till the scheduled bid
submission end date and time. The bid submitted earlier will be replaced by the new
one. The bid security submitted by the bidder earlier will be used for revised bid and
the new bid submission summary generated after the successful submission of the
revised bid will be considered for evaluation purposes. For resubmission, the bidder
shall first log in using their Login ID and Password and subsequently by their Digital
Signature Certificate on thee-procurement website http://etender.up.nic.in. The
bidder should then select “My Bids” option in the Bid Submission menu. The page
listing all the bids submitted by the bidder will be displayed. Click “View” to see the
details of the bid to be resubmitted. After selecting the “Bid Resubmission” option,
click “Encrypt & Upload” to upload the revised bid documents by following the
methodology provided in above clauses
The bidders can submit their revised bids as many times as possible by uploading their
bid documents within the schedule period for submission of e-bids.
No bid can be resubmitted subsequently after the period for submission of bids is over.
Bidders are advised to study the bid document carefully. Submission of bids against the
tender notice shall be deemed to have been done after careful study and examination
of the procedures, terms and conditions stipulated in the bid documents with full
understanding of its implications.
The bidders are required to submit the cost of bidding document as stated above
through demand draft payable at Lucknow in favour of UPPTCL SBI A/C No.
30231982762 by post/courier, prior to the scheduled date & time of opening of bid,
failing which bid shall not be considered/ opened.
All bids must be accompanied by a Bid Security (EMD) in the form of Bank Guarantee in
prescribed proforma as per Annexure or FDR/TDR of any Scheduled Bank which shall
be duly pledged in favour of UPPTCL SBI A/C No. 30231982762, payable at Lucknow.
The scanned copy of bid document fee (Tender Cost), Earnest Money, Power of
Attorney must be uploaded electronically along with all the bid documents. The
original copy of bid document fee, EMD, Power of Attorney made in the name of
individual who signed bid document digitally through DSC & Validity Commitment on
non-judicial stamp paper of Rs. 100.00 each should be furnished to the office of
Superintending Engineer, Electricity 765/400KV Substation Design Circle-II, UPPTCL,
Lucknow before opening of Part-I of submitted bid, failing which the bid shall not be
considered / opened.
The Purchaser reserves the right to cancel any or all the bids/annul the bidding process
without assigning any reason thereof.
In the event of date specified for bid opening, being declared a holiday, the bid shall be
opened on next working day at the scheduled time.
All the required documents shall be submitted/ uploaded by the bidder electronically
in the PDF format. However, the Financial Bid should be submitted in the XLS format.
Quantity as mentioned in e-tender notice is tentative and may vary up to any extent as
per site requirement.
1.8.1 The equipments to be supplied shall be as per clause no. 28.0 TECHNICAL
REQUIREMENT OF EQUIPMENTS of “Technical Specification GTR”.
1.8.2 The equipments such as Control, Relay & Protection System (Control & protection
Intelligent Electronic Devices (IEDs)), and Substation Automation System and related
equipments shall be offered from a manufacturer who must have designed,
manufactured, tested, installed and commissioned, which must be in satisfactory
operation on specified voltage level or above for atleast 2(two) years. The
manufacturer or their joint venture or subsidiary company must have established
repair, testing and integration (for at least 4 bays) facilities for Control, Relay &
Protection System and Substation Automation System in India. KEEMA certificate/
equivalent certificate from development centre authorized by UCA working group for
having products including all IEDs and Ethernet switches conforming to IEC 61850 is to
be furnished.
1.8.3 All the equipments, including SAS, shall be supplied from approved vendors of UPPTCL,
the list of which shall be made available to the successful bidder.
2.1 The Bidder shall submit his Bid only on e-tendering site of U.P. Govt. The bidder shall
also submit one hard copy of the bid in the office of Superintending Engineer,
Electricity 765/400KV Substation Design Circle-II, U.P. Power Transmission Corporation
Limited, 11th Floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow-226001, U.P.
I) Bid Part-I
This part shall contain the earnest money, technical and commercial particulars, pre
qualifying details, details & make of equipments, quantity and delivery/completion
period offered. The cover containing this part of bid shall be superscribed "Bid Part-I
(Earnest Money, Technical and Commercial details etc.)”. Two soft copies in MS Word/
Excel of Schedule of Guaranteed Technical Particulars (Schedule R) of all the
equipments should also be submitted in this envelope.
Technical and Commercial details of Civil works shall be submitted in separate folder
within this part.
2.2 BID PART-I (EARNEST MONEY, TECHNICAL, COMMERCIAL AND EQUIPMENTS DETAILS
ETC.)
2.2.1 Bidder is required to deposit earnest money Rs. 5,50,00,000.00 (Rupees Five Crore Fifty Lacs Only).
The earnest money shall be accepted in any of the following form only.
a)Earnest money deposit (EMD) will be deposited through RTGS/ NEFT in the UPPTCL account as specified in tender notice.
OR
b) Bank Guarantee from a scheduled Bank in India, executed on a non-judicial stamp paper as per U.P.
Stamp Act, on the specified proforma appended with Form ‘A’ in favour of “Superintending Engineer,
Electricity 765/400 KV Substation Design Circle-II, U.P. Power Transmission Corporation Ltd., 11th Floor
Shakti Bhawan Extension, Lucknow-226001”executed on a non judicial stamp paper of Rs. 5/- per thousand subject
to maximum of Rs. 10,000/- as per U.P Stamp Act, on the specified proforma.
In case EMD is deposited in the form of Bank Guarantee, scanned copy of Bank Guarantee alongwith a scanned copy of mail
in confirmation of the same from the bank issuing the Bank Guarantee will be uploaded with the e-tender
document. The original copy of the same bank guarantee will have to be submitted by the bidder to the office of
Superintending Engineer, Electricity 765/400kV Substation Design Circle-II, within 07(seven) d of opening of e-tender bid
part-I or before opening of e-tender bid part-II, whichever is earlier. In case of non-submission of EMD Bank
Guarantee in original, the part-II of the e-tender submitted by bidder shall not be opened. No tender
document including tender fee, EMD Bank Guarantee and other commercial papers are required to be submitted in
hard copy or through messenger. Part-II containing price bid shall be opened separately at a later date and bidders
shall be informed accordingly.
Any deviation from or addition to the text of the specified proforma of Bank Guarantee shall render the bank guarantee
invalid for the purpose of opening of Bid Part-II.
2.2.2 Offers without earnest money shall not be considered under any circumstances.
2.2.3 Besides the Earnest money, other relevant informations and the following documents, duly filled in must also accompany
the Bid Part-I.
Only the prices and the following documents duly filled in must accompany Bid Part-II
A & B.
2.6.1 On the date of Bid opening at scheduled time, Part-I of the Bid shall be opened publicly
in the presence of authorized representatives of the bidders. The date and time of
opening of Bid Part-II A & B shall be intimated separately, later on.
2.6.2 Any action on the part of the Bidders to revise the prices and/or change the structure
of price(s) at his own instance after the opening of the Bid may result in rejection of
the Bid and/or debarring the Bidder for participation in any other tender by the
Corporation for one year in first instance.
3.0 VALIDITY
The Bids shall be valid for a period of six (6) calendar months from the date of opening
of the Part I or any extended date of opening. Bid with lesser validity are liable to be
rejected.
4.1 The equipment shall be installed at designated substation in U.P. hence the Bidder
must quote F.O.R. Destination prices of all the items alongwith Ex- works prices for
dispatch to said substation in U.P. The unit F.O.R. destination price shall comprise of
the following components.
The Bidders must clearly specify these components individually besides the F.O.R.
destination prices.
5.4 No payment prior to dispatch of materials shall be made by the Corporation under any
circumstances. Bidders are advised not to ask any such advance payment. Request for
such advance payment will not be considered even if the Bidders are willing to pay
interests charges thereon. Bidders asking for advance payment are liable to be
rejected.
5.5 Any rebate/discount linked with quantity, terms of payments in any conditions shall
not be considered for the purpose of evaluation and comparison of such offers vis-a-vis
others. However, the same may be availed while placing order with such successful
Bidders.
5.6 If the Bidder fails to quote prices for any of the item (s) / component(s) as asked for or
confirm its supply free of cost, the highest prices as quoted by other Bidder for the
same shall be added to arrive at F.O.R destination computed prices of such Bidder for
comparison purpose only.
5.7 The prices shall be compared inclusive of GST any other taxes/duties.
5.8 Loading on any account as may be deemed necessary in the opinion of the Purchaser
to bring the various offers at par to each other for comparison purposes, may be done
at the discretion of the Purchaser.
6.1 The Purchaser is not bound to accept the lowest Bid and may reject any or all the
Bidders, without assigning any reason.
6.2 The successful Bidder, shall have to enter into a contract agreement with the
Purchaser as per General Conditions of Form ‘A’ and other special conditions attached
with the Bid specifications.
The purchaser reserves the right to split the package among various bidders in any
manner it chooses without assigning any reason.
6.4 For signing the contract a duly authorized representative of the successful Bidder shall
be required to sign and accept the contract at Lucknow at a reasonable notice.
6.5 Bidders shall ensure to put initials on each and every page of the Bid. Last page of
each document forming part of the Bid shall bear full signature under official seal fully
disclosing the name, designation and relationship with the firm of the signatory. In
case of a partnership concern, the Bid may be signed by all the partners of the firm or
by one of them holding power of attorney (copy to be furnished along with the offer).
In case of Corporation/ Companies, Bid may be signed either by the President or
Secretary or any other person authorized to Bid in the legal name of corporation/
company (copy of such authority to be furnished along with the offer).
7.0 DEVIATIONS
The offer should be strictly in line with conditions, specification and other
requirements maintained in this Bid specification document. No deviations are
permitted except under special circumstances. Should the Bidder wish to depart from
the conditions, provisions and specifications of Bid documents in any way he must
draw specific attention to such departure(s). All such deviations shall specifically be
filled up in the relevant deviation schedule. If deviations are not specifically recorded in
this schedule and submitted along with the Bid document it will be presumed that
there are no deviations and this interpretation will be binding upon the Bidder.
Purchaser is, however, not bound to accept all or any deviations as mentioned in such
schedule. Bidders are also advised not to enclose their own standard or
printed conditions etc, as the same shall not be considered.
8.0 CANVASSING
No Bidder shall canvass any Corporation's official of the Engineer, with respect to his
own or other's Bid. Contravention of this condition will result in rejection of the
Bid. This clause shall not be deemed to prevent the Bidder from supplying to the
Engineer any further information/ clarification asked for, by the Engineer.
9.0 PRE-BID MEETING
9.1 Bidders if deemed necessary, may be invited to attend a pre-bid meeting to take
place at a time decided by purchaser.
9.2 The purpose of the meeting will be to clarify any issues that may be raised at that
stage.
9.3 The bidder is required to submit the query in writing to reach the Purchaser not later
than 7 days before the pre-bid meeting.
9.4 Record notes of pre-bid meeting will be transmitted to all the qualified bidders.
9.5 Any amendment of the PART -I documents which may become necessary as a result of
pre-bid meeting shall be made by the Engineer by issuing an addendum.
9.6 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a
bidder.
INDEX
1.0 SCOPE
2.0 EXCLUSIONS
7.0 PRICES
10.0 DEVIATIONS
25.0 PACKING
30.0 PATENTS
31.0 INSURANCE
46.0 JURISDICITON
SPECIAL CONDITIONS OF SPECIFICATIONS
FOR CONSTRUCTION OF 400 KV GIS SUBSATAION
WITH SUBSTATION AUTOMATION SYSTEM
ON TURNKEY BASIS
These ‘Special Conditions’ shall be read and construed along with General Conditions given in
form ‘A’ , Instructions to bidders and General Requirement of Specification. However, in case
of any conflict or inconsistency between General Conditions given in Form-A, Instructions to
Tenderers, General Requirement of Specification, the provisions of Special Conditions
of Contract to the extent of such conflict & inconsistency shall prevail.
1.0 SCOPE
1.1 The scope of work covers all activities related to design, engineering, manufacture, fabrication,
testing at manufacturers’ works, supply of all required equipments and materials
with accessories and auxiliaries to site, storage at site, insurance, construction including
all civil works, handling, erection, testing, commissioning at site of the complete
400/220/132kV switchyard including 400/220/132kV indoor SF6 gas insulated metal enclosed
switchgear (GIS), putting into successful operation & handing over after successful
operation as single source responsibility on Engineering, Procurement and Construction
(EPC) turnkey basis of the complete 400kV GIS Substation, particulars of which are specified
in Section -I.
1.2 THE BIDDER’S SCOPE OF WORK SHALL INCLUDE BUT NOT BE LIMITED TO THE FOLLOWING:
(a) Design and engineering of entire work of GIS Substation including all systems,
subsystems, equipments, materials and services etc. required for completion and
commissioning of the substation. This includes design & engineering, operation and
protection system, indoor lighting inside and outside of Kiosk as well as outdoor
lighting for above substation, air conditioning system inside Kiosk, Substation
Automation System (SAS), equipments/structures earthing of the substation, cable
schedule and layout etc..
(d) Fabrication and reassembly (if any), erection, testing and commissioning of individual
equipments including transformers, SF6 gas insulated metal enclosed switchgear
(indoor), sub systems /systems.
(e) Commissioning, putting into successful operation and handing over of complete
substation after successful operation and maintenance.
(f) Providing complete documentation i.e. engineering data, design drawings, design
memorandum and O&M manuals for all works for Purchasers’ reference and records.
(i) All Civil works including leveling, developing & dressing of land, security wall with gate
and guard room, chain link fencing, indoor GIS and control room buildings, relay and
protection panel rooms, DG set room, transformer plinth, soak pit and fire resistant
wall(s), main and auxiliary foundations, cable trenches with racks and covers inside GIS
buildings and outdoor switchyard, roads, drainage system, sump well and sump house,
store shed, water supply, overhead tank, pipe line and pump house, deep tube well
and other required works specified under detailed civil specifications hereinafter.
(j) Over all co-ordination with internal/external agencies, obtaining approval of the
electrical inspector/labour inspector and other concerned authorities in respect of
works to be carried out under the contract.
2.0 EXCLUSIONS
3.1 The Contract for construction of above 400kV GIS Substation on the basis of single work
contract on single source responsibility, on turnkey basis shall be awarded.
In case of delay in supplies, beyond agreed delivery schedule, liquidated damages @ 0.5% per
week subject to a maximum of 10% of full supply value of that equipment/ material shall be
deducted from the Bidder’s bills.
The terms & conditions of the contract shall be governed by the “General conditions for Supply
of Plant and Execution of Work FORM ‘A’, these ‘‘Special conditions of specifications’’ and
other sections of these Bid documents, except for specific modifications/ amendments duly
incorporated in the contract. In case of any contradiction or inconsistency between provisions
of these ‘special conditions’ and other sections of these Bid documents, the provisions
contained in these special conditions shall prevail.
5.1 The estimated quantities of equipments and materials required for proposed works at
the Substation shall be as specified in Schedule of Quantities and Prices Schedule-Q
5.2 The quantities especially for cables/optical fibre, main and auxiliary structures, earthing
rods, flats for earthing, conductors, disc insulators, PG clamps, tension and suspension
fittings etc. are for evaluation purposes. The quantities of these and other items may vary
during detailed engineering and execution, however payment shall be made on the basis of
unit rates.
5.3 For the items given as ‘Lot’ or ‘Lump sum’ the total prices as mentioned in price schedule shall
be paid irrespective of the quantities of these items utilized during actual execution.
Further the total prices of these items shall also include any other item not specified/ covered
therein but required for completion of works. If any quantity of any lot item falls
short during execution of work, it shall be responsibility of Bidder to make good the same
without any extra cost to UPPTCL.
5.4 In case the individual items left blank or unpriced in the Schedules shall be deemed to
have been included in other items. The Total for each Schedule shall be deemed to be the Total
Price for executing the work thereof in complete accordance with the Contract, whether or not
each individual item has been priced.
5.5 In the Price Schedules, where there are errors between the total of the amounts given
under the column and the amount given under the Total Price, the former shall prevail and the
latter will be corrected accordingly. Further where there are discrepancies between amounts
stated in figures and amounts stated in words, the amount stated in words shall prevail.
Similarly, any discrepancy in the Total Bid Price and that of the summation of Schedule price
(price indicated
in a Schedule indicating the total of that Schedule), the Total Bid Price shall be corrected to
reflect the actual summation of the Schedule prices.
5.6 The work shall be awarded on turnkey basis, The scope shall also include all such items/ works
which are not specifically mentioned in these specifications but are required for completion of
above 400 KV Substation, hence if Bidder considers that any item/ work is not specified /
covered but is / are required for successful completion of work, the Bidder shall quote for such
item/ work in the Schedule of quantities and prices either on lump sum basis or by mentioning
estimated quantity and unit rate, otherwise it shall be deemed to have been included in the
Bidder’s scope without any extra liability on Purchaser.
5.7 The erection charges shall include supply of all non–consumable and consumable items
required for complete erection, testing & commissioning of the equipments and systems which
may or may not have been specifically mentioned in Price schedules.
6.1 UPPTCL procures all the equipments and materials for substations, keeping into consideration
the interchangeability and future extension of substation. All equipments and materials to be
supplied shall conform to the UPPTCL’s current Bid specifications for similar equipments and
materials.
6.2 The technical specifications of major equipments and accessory items are being enclosed
hereinafter. In case of remaining items also UPPTCL’s prevailing technical specifications shall be
binding on the Bidder. All the equipments and materials shall be supplied as per specifications,
technical particulars, drawings and makes approved by Purchaser without any price implication
irrespective of the technical particulars and makes quoted in the Bid.
6.3 UPPTCL has standard design/ drawings for main and auxiliary structures which shall be
provided to Bidder. The Bidder shall supply main and auxiliary structures conforming to these
designs/ drawings. The equipment mounting bases shall also match with these auxiliary
structures.
6.4 The handling, storage, erection, testing and commissioning shall be done as per relevant
standards, manufacturer’s instruction manuals and where such standards/ instructions are not
available, these activities shall be carried out as per UPPTCL’s norms and practices for similar
voltage level substations constructed by UPPTCL.
6.5 The Bidder may propose alternative specifications for equipments, structures, materials and
erection procedures for Purchaser’s consideration/ approval. It shall be sole discretion of
Purchaser to accept or reject such alternatives and Purchaser’s decision shall be binding on
Bidder.
6.6.1 The Bidder shall supply the equipments of his own make for which the Bidder is also the
manufacturer provided such equipment/s meet the prequalifying conditions for individual
equipments.
6.6.2 The bought-out items shall also meet the prequalifying conditions for individual equipments
and their makes shall be as per approval of Engineer of Contract / List of approved vendors/
Approved vendors of PGCIL.
Offered equipment should have given three years proven trouble free operational service in
tropical climate. However in case of equipment manufactured in India under valid foreign
collaboration, operating experience in tropical climate of offered collaborator’s equipment,
shall also be acceptable provided copy of valid collaboration agreement for the offered
equipment is submitted with the proposal. Further in case of offer of imported equipment,
three year operating experience shall be considered in respect of those areas only which are
similar to to the tropical conditions prevailing in India.
The indigenous manufacturers or their foreign collaborator must have manufactured at least
20% of the specified quantities of each item of identical or similar equipment.
The manufacturer must have all necessary facilities at their works for carrying out such routine
and acceptance tests as prescribed in the relevant ISS/IEC and any other routine and
acceptance test as specified in the specification. Documentary evidence of existence of such
facilities will be submitted along with the proposal.
The offered equipments must have been fully type tested as per relevant ISS and/or any other
specified international standards, during the last 5 years period to be reckoned from the date
of opening of tender. Photo copy of such type test reports/ certificates must be submitted
along with the proposal. the test certificates of proto type manufactured and tested by foreign
collaborators of the tenderers at their works shall not be acceptable for indigenously
manufactured equipment.
7.0 PRICES
The Prices of all the items and services quoted in the Price Schedules shall be shall
remain “Fixed and Firm” in all respects during the currency of the contract.
The prices of spare parts shall remain ‘Firm’ and valid for a period of three years from the date
of taking over of the substation by UPPTCL.
8.1 The prices of imported items, if any, shall be inclusive of all taxes, duties, license fees,
import/ custom duties etc. as legally applicable except GST. GST shall be payable, at
the applicable rate for work contract, on landed cost of material, freight from port to
site, insurance, packing and forwarding.
8.2 Since the substation will be immovable property of UPPTCL, this contract shall be
treated as a work contract and GST shall be payable on all supply items (contractor’s
self manufactured as well as bought out) and work items at the rate applicable for
work contract.
8.3 For all supply items, GST shall be payable at the applicable rate for work contract on ex-
works price of the material, freight, insurance, packing and forwarding.
8.4 For all work components, GST shall be payable at the applicable rate for work contract
on all the components of work.
8.5 No other taxes and duties shall be payable on any supply item (whether self
manufactured or bought out) or work item except GST which shall be paid at the rate
applicable for work contract. Present rate of GST on work contract is 18%.
8.6 No concessional tax certificate shall be provided by UPPTCL for any of the supply items.
8.7 UPPTCL shall not bear any liability towards Turnover tax, corporate tax, sales tax on
works contract, income tax and any other such taxes & surcharge/cess on them.
Liabilities towards these, if any, shall be to Contractor’s account.
8.8 UPPTCL shall be entitled to deduct Income tax, labor cess and other taxes at source in
accordance with provisions of Income tax/ other taxation laws as applicable from time
to time.
Prices indicated are after taking all the benefits of GST INPUT TAX CREDIT by the
supplier.
8.9 CHANGE IN LAW CLAUSE
In the event of a change in the law post signing of the contract, including the
introduction of GST, UPPTCL and the supplier agree to renegotiate the Contract
Price such that the net impact of the GST gets factored in the price.
To this end, the incidence of any cost increase/ benefit of cost reduction on
account of GST shall be to the account of UPPTCL.
GST will be payable over and above the revised contract price.
8.10 If tax is liable to be charged / paid at the time of advances under the GST law or any
other applicable law, the supplier shall issue appropriate document (i.e., Receipt
Voucher mentioning the GST / tax component applicable on the advance) to UPPTCL
and also deposit the applicable tax as per statutory timelines.
8.11 PENAL CLAUSE
In case any credit, refund or other benefit is denied or delayed to UPPTCL due to any
non-compliance by the supplier (such as failure to upload the details of the supply on
the GSTN portal, failure to pay GST to the Government) or due to non-furnishing or
furnishing of incorrect or incomplete documents by the supplier, the supplier would
reimburse UPPTCL the loss to UPPTCL including, but not limited to, the tax loss, interest
and penalty.
As per section 171 of the Central Goods and Services Tax Act, 2017, "Any reduction
in rate of tax on any supply of goods or services or the benefit of input tax credit shall
be passed on to the recipient by way of commensurate reduction in prices.”
Hence, the supplier shall ensure to pass the benefit of reduced prices to UPPTCL.
Further, price quoted by the supplier is subject to scrutiny under the above provisions.
(a) 80% payment of supplied equipment after completion of the foundation of equipment.
Note:
I- Supply schedule of equipments to be adhered strictly.
II- Payment of above major equipment shall be done as per above supply schedule only, even
if inspection/supply is made earlier.
IV- The supply of all equipments and material shall be in accordance with approved bar chart.
Five percent (5%) of the Ex-works price component of supply of Electrical Equipment/Materials
(including Mandatory Spares) shall be paid as an interest bearing initial advance after signing
the contract Agreement and on submission of:
(a) Advance Bank Guarantee of 110% amount of mobilization advance having validity upto
three months after scheduled completion period with six month claim period thereafter.
However in case of delay of completion of S/S the validity of this shall be extended by the
period of such delay.
(b) Submission of an unconditional Performance Bank Guarantee towards faithful performance
of the contract at the rate 10% of contract value.
(c) Submission of detailed Bar Chart and its approval by UPPTCL.
Note: This advance payment is an optional payment. The contractor has the option of taking
the interest bearing initial advance or otherwise.
In case, the contractor opts for this interest bearing initial advance, the same shall be paid to
the contractor on fulfilment of above conditions and an interest will be charged at the rate of
10% per annum. Mobilization advance and interest shall be adjusted proportionately against
progressive payments. In case, the contractor opts not to take interest bearing advance as
above, it would be mandatory for him to submit the documents listed at Sl. No. (b) &(c) above
within Twenty Eight (28) days of issuance of LOI. lding of all duties and taxes.
10.0 DEVIATIONS
Unless brought out clearly, the Bidder shall be deemed to conform strictly to the provisions of
the Bid documents. All deviations from the specifications shall be clearly brought out in
respective schedule of deviations. Any discrepancy between the specification and the
catalogue of the Bid, if not clearly brought out in the schedule, will not be considered as a valid
deviation.
The substation has to be erected, tested and commissioned with in 24(twenty four)
months from the date of letter of intent or from the date of handing over of land whichever is
later.
The progress shall be monitored as per approved project implementation schedule and PERT.
In case of individual equipment/ material the date of receipt of goods at UPPTCL site shall
be treated as the date of delivery. In case of part dispatches the delivery shall be deemed to
have been effected when last component/ part of the equipment/ material of the
serviceable lot/ set has been delivered.
12.0 EXPENDITURE UNDER CONTRACT
The Bidder shall furnish a cash flow chart within 30 days of issue of letter of intent indicating
month wise financial liabilities of the Purchaser during the execution of the project which is
fairly representative of the actuals for supply, erection, testing and commissioning, individually
and collectively.
13.1 Within one month of issue of letter of intent the Bidder shall submit to the Purchaser design,
manufacture, transport, delivery, erection and commissioning schedules for all equipment
along with the detailed network for all phases of the work for the execution of the job and
completion of the project. Such schedules shall be reviewed, up-dated and submitted to the
engineer, once every three (3) months thereafter by Bidder.
13.2 The Bidder shall furnish the following schedules of work/ [PERT charts/Bar charts] to match the
specified commissioning schedule within one month of placement or order.
i) Master PERT Net Work giving major events and showing dependence of various major
activities in the completion of the job.
ii) Equipment system wise/sub-system wise detailed PERT Net Works for each of the major
activities in the master PERT network covering activities of design and engineering,
manufacturing, shop testing/ procurement of materials/ components, Purchaser's
inspection, transport, storage at site, erection, testing and commissioning.
iii) Detailed PERT Net Work for civil works of each of the system/sub-systems covering task
for civil construction, supervision and finishing. These PERTS will have complete
coordination with PERTS for various equipment system/sub-systems.
iv) Bar chart for completion of works for each system as specified in respective sections of
each volume, for construction and erection, from start of work at site to completion of
work by the Bidder, giving various phases of activities. Each bar chart shall also indicate:
a) The monthly expenditure likely to be incurred.
b) Manpower at site (by major categories) to indicate monthly deployment of work
force at site.
c) Pre-commissioning tests and commissioning PERT Net Work for various systems and
sub-systems.
13.3 All PERT Charts, Bar charts and schedules of activities shall be fully integrated and co-related
with master Net Work and with each other.
14.1 All the progress reports submitted shall be fully co-related with the schedules/ PERT networks
and shall bring out clearly the shortfalls and proposed measures to cover up the shortfalls.
Monthly progress report (six copies) shall be submitted on the status of following activities as
on the last day of each calendar month so as to reach UPPTCL by 10th of the succeeding month:
i) Procurement of equipment/material
ii) Manufacturing
iii) Testing and inspection
iv) Dispatch of equipment/material
v) Receipt of material at site
vi) Site activities
vii) Payment received.
i) The Bidder shall submit at such times and in such forms as may be desired by the Engineer,
schedules showing the programme and order in which the Bidder proposes to carry out the
work with dates and estimated completion time for various parts of the work, prior to starting
the erection work. The Bidder shall also furnish the outline of organization that he will set up
for completion of the work according to the approved Erection/ construction schedules when
so directed by the Purchaser.
ii) During the progress of work the Bidder shall submit a fortnightly progress report with
photographs where required and such other reports on the erection work construction and
organization as the engineer may direct and will report deviation from approved programme
with reasons thereof and proposed measures to cover up the shortfall. He shall also submit
programme for the next month.
iii) If for any reason the work is held up, the Bidder shall bring it to the attention of the Engineer in
writing without any delay.
15.1 The Bidder shall be called upon to attend design/or other coordination meetings with the
Engineer, during the period of contract. The Bidder shall attend such meetings as and when
required and fully cooperate with such persons and agencies involved during these discussions.
15.2 The Bidder shall attend all coordination/review meetings as and when called for by the
Purchaser at his own cost and shall fully cooperate with the various agencies involved in the
execution of the project.
Immediately upon receipt of acceptance of letter of intent the Purchaser shall furnish land map
of the substation to the Bidder showing tentative electrical layout of SF6 Gas Insulated
Substation. After visit at site, the contractor has to prepare and submit the following drawings
in triplicate each one in hard copies as well as in soft copies for Purchaser’s approval:-
In case of difference of opinion in the finalization of the drawings, the decision of the Purchaser
shall be binding on the Bidder. However, if required, the revised drawings shall be furnished by
the Bidder for approval of the Purchaser.
One set of standard drawings of main and auxiliary structures shall be provided by the
Purchaser after finalization of foundation plan.
The Bidder shall submit drawings/ literatures of all the equipments/ materials in duplicate to
Engineer of Contract for his review and approval within a month of issue/ acceptance of letter
of intent.
The control and protection schematics, cable interconnection and termination drawings
between different equipments/ systems shall be prepared by the Bidder and shall be submitted
in duplicate to Engineer of contract for his approval at least three months prior to
commencement of cable laying and termination work.
The Bidder shall submit the lighting layout drawings of switchyard area, GIS halls, control room
building, relay and protection room, DG set room and street light area, clearly showing
different circuits, position of junction boxes, fuses, MCBs, model number wattage and make of
lighting fixtures, routes of cable laid in switchyard and diagram of wiring carried out in different
building mentioning cable sizes. Separate lighting layouts shall be submitted for all other
remaining areas of the substation incorporating above features. The above drawings shall be
submitted in duplicate to Engineer of Contract for his approval at least three months prior to
commencement of lighting works.
The equipments/ materials shall be supplied and work shall be carried out as per approved
drawings.
The Contactor shall furnish two sets of each of above approved drawing/ literature to the
Consignee and two sets to Engineer of Contract within 10 days of respective approval. The
Bidder shall furnish two sets of schematic wiring diagrams and terminal block drawings of each
equipment along with two sets of cable schedules and cable interconnection drawings to
concerned Testing & Commissioning division within 10 days of respective approval
The Bidder shall also furnish two sets of erection, testing, commissioning and O&M manuals of
each equipment/ system to Consignee, one set to concerned Testing & Commissioning Division
and one set to the Engineer of Contract.
16.3.1 The Bidder shall follow a well defined coding system for proper and quick identification of all
systems/ sub-systems/ equipments/ assemblies/ sub-assemblies/ accessories/ other plant
material/ spare parts/ special tools and plants and drawings for the execution of the plant and
later for its operation and maintenance.
Copies of coding documents defining the above shall be supplied along with drawings to
understand the system.
16.3.2 All drawings submitted by the Bidder shall be in sufficient details to indicate the type, size
arrangement, weight of each component, details for packing and shipment, the external
connections, fixing arrangements, dimensions required for installation arrangement,
dimensions required for installation and interconnections with other equipment and other
information specifically, as called for in the drawing schedules. All the equipments tapping
points etc. shall be numbered according to pre-determined scheme/ system which shall be
subject to approval of Purchaser.
16.3.3 Each drawing shall be clearly marked with the name of the Purchaser, unit designation,
UPPTCL's Contract No. and the name of the project. If standard catalogue pages are submitted
the applicable items shall be indicated therein. All titles, noting, markings and writings on the
drawings shall be in English. All the dimensions should be in metric units.
16.3.4 If any dimension figures on a drawing or a plan differs from those obtained by scaling the
drawing or plan, the dimensions as mentioned in figures on the drawing or plan shall be taken
as correct.
All the drawings which do not require approval shall be submitted along with reproducible in
required number and those requiring approval shall be initially submitted for comments/
approval before submitting along with reproducible as per "Document Distribution Schedule" .
17.1 The Purchaser shall return to the Bidder one set of drawings, plans and technical data requiring
approval after marking them with their comments/ corrections, if any, either (a) marked
'Approved' or (b) marked 'Approved subject to incorporation of comments" or (c) marked 'Not
Approved' with comments requiring resubmission of drawings etc. in 14 days or (d) marked
'Approval not required', where drawing is for information only. In case of (a) no further revision
of drawings will be required. In case of (b) Bidder can proceed with the work but will resubmit
the drawings incorporating the corrections as per comments only within fourteen (14) days. In
case of (c) Bidder can proceed with the work only after resubmitting the drawings within
fourteen (14) days and getting approval under (a) or (b) categories above. In case of (d) the
Bidder drawing is deemed to have been received only for information purpose.
17.2 The Purchaser shall have the right to ask the Bidder to make any change in the design/ drawing
which may be necessary to make equipment conform to the provisions and intent of the
contract, without any extra cost to the Purchaser.
The drawings submitted shall be re-viewed by the Purchaser and shall be modified by the
Bidder as required. The Bidder shall incorporate such modifications and/or corrections and
submit the final drawings for approval/ reference.
17.3 No deviation from the approved drawings shall be permitted without the written approval of
the Engineer.
17.4 The review of drawings/ data by the Purchaser will cover only general conformance of the data
of the specifications and document, interfaces with the equipment provided under the
specifications, external connections and the dimensions which might effect substation layout.
This review by the Purchaser may not indicate thorough review of all dimensions, quantities
and details of the equipment, wiring, materials, any devices or items indicated or the accuracy
of the information submitted. This review and/ or approval by the Purchaser shall not be
considered by the Bidder, as limiting any of his responsibilities specified under these
specifications and documents.
Approval/ comments conveyed as above shall neither relieve the Bidder of his contractual
obligations and his responsibilities for correctness of dimensions, material of construction,
quantities, design details, assembly fits, performance particulars, guarantees and conformity of
the supplies with the specifications, schemes, systems and statutory laws, nor does it limit the
Purchasers right under the contract.
17.5 Should any minor revision be made after 'approval', at the time of erection/ commissioning the
Bidder shall redistribute prints and reproducible, clearly certifying the changes incorporated in
the drawing and marking it in a block. Every revision shall be marked by a revision number,
date and subject, in a revision block provided in the drawing, clearly marking the changes
incorporated.
17.6 The Bidder shall be responsible for and shall pay for any alterations of the work due to any
discrepancies, errors and omissions in the drawings or other particulars supplied by him,
whether such drawings or particulars have been approved by Engineer or not.
18.1 All equipment shall have metal name plates fixed in suitable position with full particulars
engraved legibly thereon and not painted.
18.2 Each main and auxiliary item of plant is to have permanently attached to it in a conspicuous
position, a rating plate of non corrosive material upon which is to be engraved identifying
manufacturer's name, equipment type or serial number, rating together with details of the
loading/ operating conditions under which the item or plant in question has been designed to
operate and such diagram plates as may be required by the Engineer.
18.3 Each item of plant is to be provided with a name plate or label designating the service of the
particular equipment. These inscriptions are to be approved by the Engineer or as detailed in
the appropriate sections of the technical specifications.
18.4 Such name plates or labels are to be white non hygroscopic material with engraved block
lettering or, alternatively, in the case of indoor equipments of transparent plastic material with
suitably colored lettering engraved on the back
18.5 Each bay module in GIS room will have a clear marking showing the name of bay, identification,
name and rating plate marking for each individual equipment like circuit breaker, disconnectors
grounding switches, current transformer, voltage transformers and bushings etc. as per
relevant IEC to facilitate identification during routine operation/ maintenance.
18.6 All such name plates, instruction plates, lubrication charts etc. shall be bilingual with Hindi
inscription first followed by English. Provisions shall be made to fit in name plates, lubrication/
connection diagram plates etc.
18.7 In order to facilitate identification, the parts of the equipment shall be suitably marked.
19.1 The Bidder shall submit to the Engineer 'Descriptive Manuals', i.e. system design concept,
detailed catalogues of equipment and typical equipment instructions for this project, for all
major systems and equipment, covered under this contract along with dispatch of equipment.
These initial copies of descriptive manuals shall be in sufficient details, bringing out detailed
internal construction, characteristics, performance parameters, principles of operation,
maintenance requirements, replacement and renewals needed, erection and overhauling
procedure, testing and operation procedure etc. for various equipment.
19.2 The integrated instruction manuals, fully defining the interfaces between various systems and
complete in all respects shall be submitted by the Bidder one month before scheduled date of
commissioning. The instruction manuals shall contain full details of designation and drawings
of all the equipment furnished, the erection procedure, testing procedure, operation and
maintenance procedure of the equipment, single line diagrams, and schematics. After the
commissioning and initial operation of the plant, modifications/ additions/ changes, wherever
required shall be incorporated in the instruction manuals and drawings shall be submitted by
the Bidder to the Purchaser.
19.3 The manuals shall be specific to the equipment supplied and not of general nature
iii) Instruction books for proper handling/ checking of material on receipt at site/storage,
erection and assembly of all equipment and necessary instruction for checking and
recording proper assembly of the plant.
iv) Instruction sheets for proper balancing, alignment, adjustment, checking and calibrations
as may be necessary.
Notwithstanding any drawing, layout, manual submitted earlier, the Bidder shall furnish four
sets of following as build drawings, layouts, manuals etc. along with their reproducible to the
Purchaser one month prior to the handing over of substation:
(i) Single line diagram, Foundation, earth mat and cable trenches layouts inside GIS room
and outdoor switchyard, electrical layout plan, sectional drawing, Control/ Relay/
Battery/ SCADA room drawings showing positions of panels etc.
(ii) Cable schedules and diagrams of cable interconnections between different equipments/
systems clearly showing cable numbers, terminal numbers, ferrule numbers and the
purpose.
(iv) The lighting layout drawings of switchyard area, GIS halls, control room building, relay
and protection room, DG set room and street light area etc., clearly showing different
circuits, position of junction boxes, fuses, MCBs, model number wattage and make of
lighting fixture, routes of cable laid in switchyard and diagram of wiring carried out in
different buildings mentioning cable sizes.
In case Purchaser asks for any clarifications/ explanation in respect of above drawings, layouts,
manuals etc. the Bidder shall promptly clarify/ explain the matter to full satisfaction of the
Purchaser.
The Bidder shall keep concerned Transmission division and Testing & Commissioning Division
fully informed of testing and commissioning activities being undertaken by them.
The Bidder shall inform in writing to the Executive Engineers of respective Transmission
Division and T&C Division of the scheduled weekly programme of carrying out testing and
commissioning of various equipments/ systems/ sub-systems. The programme of the next
week must be informed at least four working days prior to commencement of that week.
The testing and commissioning must be carried out in presence of their representative unless
allowed otherwise by them.
The copies of test results and commissioning report must be promptly furnished to the
Transmission and T&C divisions.
23.1 All materials used in construction of the equipment/plants/works shall be new and shall
comply with the standards and codes specified and shall be selected from the best available,
considering strength, durability and engineering practices. It will not deteriorate or distort
under the prevailing extremes of atmospheric conditions and under the extreme service
parameters. Where material/ workmanship have not been specifically described in these
specifications, the Bidder shall specifically obtain approval of the Engineer. The proposal for
obtaining the approval shall clearly bring out the merit and demerit.
23.2 The workmanship and design shall be in accordance with the best engineering practice and
shall be such as have been proved to be suitable for the intended purpose and for giving
satisfactory performance under the prevailing climatic conditions and proposed system of
supply. Liberal factors of safety shall be used throughout the design and special consideration
shall be given for part subject to alternative stresses or shocks under service/operating
conditions.
23.3 All consumables, lubricants, grease, control fluids etc. required for erection, operation, testing
and commissioning shall have Indian equivalents, which can also be mixed with original
lubricants for make-up purpose.
The Bidder shall himself be responsible for timely arrangement/ procurement of all the raw
materials required for the manufacture of all Bided items and shall furnish their test certificates
to the Purchaser. However, depending on the policy of the Govt. of India, Corporation may
issue essentiality certificates, for arrangement of such raw materials through CEA, DOE, DGTD
or other, who may allot the same to the Bidder at their discretion directly from any of the
producers of such raw materials or other sources, but without any financial liability to the
Corporation of affecting/ linking the delivery of the equipment with the availability of raw
material against such certificates or recommendations
To ensure that the equipment construction work and the services covered under this job are in
accordance with the specifications and conform to the high standard of workmanship. It is
obligatory on the part of the Bidder to adopt a suitable quality control program. Such a
program shall include suitable hold point for check for major equipments during manufacture
at supplier's work, during erection at site and during the construction stage such that material
checks for attaining proper strength and dimensional checks for attaining close tolerances
required for equipment installation can be obtained.
In order to attain the above objectives, the Bidder shall draw out a plan listing all quality
control checks in detail, including all hold points at which the quality checks shall be applied,
also specifically mentioning those hold points where the Purchaser shall also participate in the
quality check to assure him of the quality of the products supplied. Such a program shall be
outlined by the Bidder for the acceptance by the Purchaser. The Bidder shall furnish detailed
information regarding his quality control program and its strict implementation. Following
information shall be included in the proposal along with others regarding quality control
program:
II. The system for controlling drawings and documents for correctness.
III. The system of quality control for raw materials, process control and maintaining
tolerances during manufacturing, assembly and fabrication.
IX. Procedure for inspection before erection and quality control during erection.
Bidder shall be wholly responsible for the quality control and quality assurance for the
manufacture, supply, erection, testing and commissioning etc.
23.6 During inspection, destructive testing and non destructive test evaluation shall be done
wherever applicable, in presence of Purchaser's representative in accordance with established
norms. Directions of Purchaser shall be rigorously followed.
24.1 The Purchaser reserves the right to inspect any machinery and material to ensure that
approved Q.A.P. is being strictly implemented by the Bidder or his Sub Bidder/ Supplier under
this contract and to reject any item found defective in workmanship or design or otherwise
unsuitable for the use and purpose intended or which is not in accordance with the intent of
this contract. The Bidder should on demand by the Purchaser, rectify or replace such defective
or unsuitable equipment, or the Purchaser may at the Bidder's expense, rectify or replace such
defective or unsuitable equipment whether before or after supply.
24.2 That Bidder shall, for purpose of clause 15 of the annexed conditions of contract Form-A inform
to the Purchaser places of manufacture, testing and inspection of various equipment offered by
him. Unless specifically provided otherwise, all tests shall be carried out at the Bidder's work or
for bought out items at sub-vendors works before dispatch.
24.3 The Bidder shall advise the Purchaser at least 4 weeks in advance as to when the equipment
will be ready for stage/ final inspection at the Bidder's works or at his Sub-Bidder’s works.
In case the equipment is not available for inspection at the time of arrival of inspection officers,
the Bidder shall pay to UPPTCL towards futile journey a sum decided by Chief Engineer (765 KV
DU), UPPTCL and demanded by "Engineer of Contract". This amount shall be paid within 10
days from the date of demand. Further action for inspection of the material shall be taken only
after the said amount is deposited.
24.4 During inspection, the Purchaser's Inspecting Engineers at all times have access to all part of
shops where the equipment is being manufactured and also shall be provided with all
reasonable inspection facilities by the Bidder and/ or sub-Bidders.
Even without scheduled inspection, the Engineer and/or his duly authorized representative
shall have at all reasonable times access to the Bidder's premises, works or site and shall have
the power to inspect and examine the materials and workmanship of the works during it’s
manufacture or erection.
24.5 All plants equipment/ parts, sub assemblies/ assemblies shall comply with the requirement of
type tests and shall be subjected to the routine/ acceptance tests specified in the set of
standards adopted and to such other tests as are stipulated in the respective technical
specifications.
The Purchaser reserves to himself the right of having at his own expense any inspection or
special test of a reasonable nature at Bidder's premises or at site, in addition to those
prescribed in applicable standards and the enclosed technical specifications.
24.6 The Engineer shall either depute his representative to witness the tests as applicable and
inspect the material or shall waive the inspection. In case of waiver the Bidder or his sub-Bidder
shall carryout the all applicable tests in absence of Purchaser’s representative. In both the
cases i.e. either inspection or waiver the test certificates shall be submitted to Engineer of
Contract for approval and issue of dispatch authorization. In case of inspection the test
certificates must bear signatures of the Purchaser’s inspecting officer.
The Engineer of Contract, within 10 days of receipt of test certificates, shall issue approval/
dispatch authorization, if test certificates are found satisfactory.
In case test certificates are not found satisfactory the Engineer of Contract, within 10 days of
receipt of test certificates, shall communicate his objections and actions required to be taken in
writing to the Bidder. The Bidder shall take remedial action and shall re-submit the test
certificates or re-offer the material for inspection as asked for by the Engineer. Subsequent
actions shall follow as in case of fresh offer for inspection. No extension of delivery/ completion
period shall be granted on this account.
24.7 REJECTON
Purchaser reserves the right to reject any equipment if during the tests at works or site, the
test value achieved do not comply with the respective standard/ specifications and exceeds
that tolerable limits. Rejection of any equipment will not be held as a valid reason for delay in
timely completion of the work.
24.8 No equipment to be furnished or used in connection with this contract shall be dispatched,
until factory inspection and acceptance test have been carried out satisfactorily and dispatch
authorization issued by Engineer of Contract. Such factory inspection of the equipment or
approval of acceptance tests shall not however, relieve the Bidder from full responsibility for
supplying equipment conforming to the requirements of this contract, nor prejudice any claim,
right or privilege which the Purchaser may have because of the use of defective or
unsatisfactory equipment. Should Purchaser waive the right to inspect any equipment, such
waiver shall not relieve the Bidder in any way from his obligations under this contract. The
inspection/waiver by Engineer and/ or approval of test certificates shall in no way limit the
liabilities and responsibilities of the Bidder in respect of the agreed quality assurance program,
and the desired performance of the equipment.
24.9 In all cases where the contract provides for tests whether at the premises or works of the
Bidder or of any Sub-Bidder, the Bidder shall provide free of charge such items as labour,
materials, electricity, fuel, water, stores, apparatus and instruments as may be reasonably
required to carry out effectively, such tests on the equipment in accordance with the contract
and shall give facilities to the Engineer or to his authorized representative to accomplish
inspection.
All the expenses incurred for testing including material consumed in testing shall be to the
Bidder's account.
24.10 Purchaser will not entertain any request for waiver of inspection on the ground that sub-
vendors are not agreeing for the Purchaser's inspection. It is the responsibility of the Bidder to
ensure that all the requirements of the Purchaser as envisaged in the technical specifications
are incorporated.
24.11 The Bidder is required to record the following certificates on the invoices and challans of each
and every consignment:
"Certified that material being dispatched against the above invoices and challan has
been inspected and tested by the representative of Engineer of the contract on (date) and all
the test results were satisfactory, as per approved test certificate enclosed."
Or
Certified that inspection of material being dispatched against the above invoice and
challan has been waived off by Engineer of Contract vide letter
No......................Dt......................... (Copy enclosed) and all the acceptance and routine tests as
per relevant standards and those provided in Contract, have been conducted and all the test
results were found satisfactory as per test certificates enclosed."
24.12 In case the inspection or testing of the material is to be carried out outside India, all the
expenditure including boarding and lodging etc. of the inspecting officer/ officers shall be
borne by the contractor and information regarding inspection has to given at least 8 weeks in
advance.
25.0 PACKING
25.1 All equipment shall be suitably protected, coated, covered or boxed and crated to prevent
damage or deterioration during transit, handling and storage at site till the time of erection.
While packing all the materials, the limitations from the point of view of availability of
transportation facilities in India should be taken into account. The Bidder shall be responsible
for any loss or damage during transportation, handling and storage.
25.2 The Bidder shall include and provide for security protection and packing the plant so as to avoid
loss or damage during transport by any mode.
25.3 All packing shall allow for easy removal and checking at site. Wherever necessary, proper
arrangement for attaching slings for lifting shall be provided. All packages shall be clearly
marked for with signs showing 'UP' and 'DOWN' side of boxes, and handling and unpacking
instructions as considered necessary. Special precautions shall be taken to prevent rusting of
steel and iron parts during transit and storage. Gas seals or other methods proposed to be
adopted for protection against moisture during transit shall be to the satisfaction of the
engineer.
25.4 The cases containing easily damageable material shall be very carefully packed and marked
with appropriate caution symbols i.e. FRAGILE, HANDLE WITH CARE, USE NO HOOKS etc.
25.5 Each package delivered under the contract shall be marked by the Bidder at his expense and
such marking must be distinct (all previous irrelevant marking being carefully obliterated). Such
marking shall show the description and quantity of contents, the name of consignee and
address, the gross and net weights of the package, the name of Bidder with a distinctive
number of mark sufficient for purpose of identification. All markings shall be carried out with
such materials as to ensure quickness of drying, fastness and legibility.
25.6 Each Package shall contain a note quoting specifically the name of the Bidder, the number and
date of contract or order and the name of office placing the contract, nomenclature of the
stores and include a schedule of parts for each complete equipment giving the parts number
with reference to the General Arrangement/ Assembly drawing and the quantity of each part,
drawing number and tag numbers.
25.7 All equipment/ material shall be suitably packed for transport, carriage at site and outdoor
storage during transit. The Bidder shall be responsible for any damage to the equipment during
transit. The contents of each package shall bear marking that can be readily identified from the
package list and packing shall provide complete protection from moisture, termites and
mechanical shocks etc.
25.8 Any material found short inside the packing cases shall be supplied by the Bidder without any
extra cost.
25.9 Not withstanding anything stated in this clause the Bidder shall be entirely responsible for any
loss, damage or depreciation to the stores.
26.1 Detailed dispatch instructions will be intimated to the Bidder. All materials shall be dispatched
by road.
26.2 The Bidder shall intimate, at least thirty (30) days in advance to the consignee as well as the
concerned Superintending Engineer at site, the probable date when the equipment will be
ready for dispatch from the works. Notification of delivery or dispatch in regard to each and
every consignment shall be made to the Purchaser immediately after dispatch or delivery. The
supplier shall further supply to the consignee a priced invoice and packing account of all stores
delivered or dispatched by him. All packages, containers, bundles and loose materials forming
parts of each and every consignment shall be described fully in the packing account, and full
details of the contents of packages and quantity of material shall be given to enable the
consignee to check the stores on arrival at destination.
26.3 A list in duplicate containing details of equipment for verification at site shall also be placed
inside each package and shall correspond with the advice note. One additional copy of each of
the package lists shall also be sent to the consignee.
28.1 The guarantee period of all the equipments (except GIS modules and Transformers) shall be
12(twelve) months from the date of taking over of plant as specified in Form 'A'. However for
400, 220 & 132kV Gas insulated Switchgear Modules and Transformers the guarantee period
shall be 60(sixty) months from the date of taking over of the plant.
The date of taking over of plant shall be the date of commissioning of substation for
commercial use.
Damages for not meeting above performance guarantee shall be assessed and recovered from
the Bidder at predetermined rates.
28.2 Deposit for Performance Guarantee
The Bidder shall deposit an amount of 10% (ten percent) of the contract value by way of bank
guarantee issued by any Scheduled Bank in the approved proforma within Thirty days (30) of
the receipt of LOI by the Contractor. The Bank Guarantee shall be valid for maintenance period
with 06(six) months claim period thereafter. The bank guarantee shall be extended from time
to time for any extensions in guarantee period.
The performance bank guarantee shall be extended periodically every year for next 04(four)
years. Every extension of performance guarantee shall be done by the bidder 01(one) month
prior to the expiry date.
The bidder will submit an undertaking to the purchaser with a copy to the banker issuing the
performance bank guarantee that the bidder will extend and submit the bank guarantee within
30(thirty) days before the expiry of bank guarantee, failing which it shall be encashed and
credited in favour of UPPTCL automatically by the banker without waiting for any instructions
from UPPTCL.
29.1 The Bidder shall be entirely responsible for the execution of the contracts in all respect in
accordance with the terms of the General Conditions of the Contract Form A, Technical
Specifications and Schedules attached hitherto.
29.2 The Purchaser shall have the right to require the Bidder to make any changes in the general
arrangement which may be necessary in the opinion of the Engineer to make the equipment to
conform to the provisions and the intent of the contract specification without additional cost to
the Purchaser.
29.3 Inspection carried out by Engineer and approved by the Engineer of the Bidder's/Sub-Bidder's
drawings or of the materials or of other parts of the works involved in the contract or of tests
carried out either by the Bidder or by the representative of the Purchaser shall not relieve the
Bidder of any part of the Bidder's obligations in meeting all the requirements of the technical
specification or of the responsibility for the correctness of Bidder's drawing and documents.
29.4 The equipment offered by the Bidder shall be complete in all respect with all mountings,
fittings, fixtures and standard accessories, terminal connectors etc. normally supplied with such
equipments even though not specifically detailed in the specifications but essential for proper
design, efficient operation and maintenance at no extra cost to the Purchaser unless
specifically mentioned to be excluded in the list of excluded items of the contract. In the event
of any controversy the decision of the Engineer of the contract shall be final and binding.
29.5 The scope of work under this Contract shall also include all such items which are not specifically
mentioned in proposal/ contract but are necessary for completion of the substation, unless
otherwise specifically excluded in this Contract.
30.0 PATENTS
The Bidder shall pay all royalties and license fees and shall have the Purchaser harmless from
loss or annoyance on account of over sight or claims of any kind for violation or infringement of
any letters of patent rights by the Bidder or any one directly or indirectly employed by him by
reason of the use by him or them of any part, machine, manufacture and composition of
material on the works in violation or infringement of such letters of rights.
31.0 INSURANCE
31.1 The Bidder at his cost shall arrange, secure and maintain insurance as may be necessary and for
all such amounts to protect his interests and interest of the Purchaser, against all risks during
transit, storage at site and erection, testing and commissioning as detailed herein. The form
and the limit of such insurance as defined herein together with the underwriter thereof in each
case shall be as acceptable to the Purchaser. However, irrespective of such acceptance the
responsibility to maintain adequate insurance coverage at all times during the period of
contract shall be that of the Bidder’s alone. The Bidder's failure in this regard shall not relieve
him of any of his contractual responsibilities and obligations.
31.2 The titles of equipment and material, supplied by Bidder or Sub-Bidder to UPPTCL, shall pass on
to UPPTCL on ex-works dispatch basis. The transfer of title to UPPTCL shall not in any way
relieve the Bidder of his responsibilities during the period of contract. Any loss or damage to
the equipment during handling, transportation, storage and erection, testing and
commissioning shall be to the account of the Bidder. The Bidder shall be responsible for
preferring of all claims and making good for the damage or loss by way of repairs and/ or
replacement of the portion of the works damaged or lost. The Bidder shall provide the
Purchaser with a copy of all insurance policies and documents taken out by him in pursuance of
the contract. Such copies of the documents shall be submitted to the Purchaser immediately
after such insurance coverage is taken The Bidder shall also inform the Purchaser in writing at
least sixty (60) days in advance, regarding the expiry, cancellation and/or change in any of such
documents and insure revalidation/renewal etc. as may be necessary well in time.
31.3 The risks that are to be covered under the insurance shall include but not limited to the loss or
damage in transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all
kinds, fire, war risk (during ocean transportation only) etc. The scope of such insurance shall
cover the entire value of the works from time to time.
31.4 All costs on account of insurance liabilities covered under the contract will be to Bidder's
account and are deemed to be included in the contract price. However, the Purchaser may
from time to time during the pendency of the contract, ask the Bidder in writing to limit the
insurance coverage risks and in such case, the parties to the contract will agree for a mutual
settlement for reduction in contract price to the extent of reduced premium amounts.
The Bidder shall take necessary insurance to indemnify third party risk arising out of the work
and its operation to be done by him at his own cost. The Bidder shall also take public liability
and property damage liability insurance cover for the entire period of construction as well as
operation and maintenance period as given below:
31.6 Public Liability and Property Damage Liability Insurance covering all operations under the
contract.
a) Limit for bodily injury or death up to and including Rs. 2,00,000/- for one person and Rs.
5,00,000/- for each accident or incident.
b) Limits for property damage up to and including Rs. 5,00,00,000/- (i.e. Rs. 5 Crores) for
each accident or incident.
On all self propelled vehicles used in connection with this contract, whether owned, non-
owned or hired by the Bidder, limits of insurance shall be as follows:
i) For public liability up to and including Rs. 2,00,000/- for one person and Rs. 5,00,000/-
for each accident or incident.
ii) For property damage up to and including Rs. 2,00,000/- for each accident or incident.
31.8 The insurance shall remain valid till 45 days after date of taking over of the Substation.
The successful Bidder shall responsible to impart training to Purchaser's engineers in design,
manufacture, testing, operation, and maintenance of GIS and Automation system being
supplied including all type of major equipment/system, at no extra cost to the Purchaser i.e.
free of cost for 50 man weeks. The duration of training for various equipments under this job is
to be mutually agreed between the Bidder and the Purchaser. However, the travelling and stay
expenses of the trainees shall be borne by the Purchaser. The Bidder shall make all suitable
arrangements for stay of the trainees at their works/offices. Necessary documentation,
drawing and spare part details etc. shall be made available by the Bidder to the trainees so as
to fully equip them for preventive maintenance, capital maintenance and overhaul of various
equipments independently and with precision and speed.
33.1 Bidder shall recommend a set of spare parts required for normal maintenance of each
equipment offered for a period of 05(five) years alongwith price of each spare part which shall
remain valid for at least three years from the completion of guarantee period. The Bidder shall
supply the spare parts promptly as and when required at reasonable prices through-out the
useful life of the equipment.
33.2 The Bidder shall further guarantee that, if he goes out of production of spare parts then he will
make available blue prints, manufacturer's drawings of spare parts and specifications of
materials and any other details sufficient for manufacture of such spare parts at no cost to the
Purchaser, to enable the Purchaser to fabricate or procure spare parts from other sources.
Such fabrication or procurement of spares shall not constitute any infringement to the patent
rights of the Bidder/ Sub-Bidder and shall not subject the Purchaser to payment of any royalty
or other pecuniary benefits etc. The Bidder will adopt modern and efficient spare parts
management system during the entire period since receipt of the spares at site.
34.1 The Bidder is deemed to have informed himself of all local conditions and factors which may
have any effect on the execution of the works covered under these documents and
specifications. The Bidder is deemed to have familiarize himself with the Income Tax Act 1961,
the Companies Act, 1956, Customs Act 1962, and other related acts and laws with latest
revisions prevalent in India.
34.2 The Bidder shall obtain and pay for all permits and licenses or other privileges necessary to
complete the work, certificate of which shall be delivered to the Engineer and will become the
property of the Purchaser.
34.3 The laws, rules and regulations of all Government authorities in India, having jurisdiction over
the work shall govern the work of this contract with the same force and effect as if
incorporated in full into the Contract Documents. Where such laws, rules and regulations
conflict with the contract documents the more-stringent requirements as interpreted by the
Engineer shall govern. Should such conflict require changes in the contract documents, the
Bidder shall promptly notify the Engineer.
The Bidder shall bring his own construction/erection machinery for construction, erection and
commissioning of plant.
36.1 The erection work shall be carried out under the supervision of the engineer or his authorized
representative. The Bidder may obtain technical assistance from the specialists of the
manufacture of plant and equipment for proper erection but the responsibility for quality of
workmanship will rest with the Bidder.
36.2 The Bidder shall keep competent representative(s) constantly in charge of construction and
erection work on the premises during working hours. He shall arrive at site at least two weeks
in advance of start of work to acquaint himself of the local conditions and to set up his site
office and erection organization. He shall obtain the approval of the Engineer wherever
necessary, shall receive and comply with his direction, carry out work according to approved
drawings, specification and supervise the work of all men employed by the Bidder or his Sub-
Bidder. He shall inform the Engineer of any inconsistency or discrepancy that may appear in
drawings, and specifications and will resolve it to the satisfaction of the Engineer.
36.3 The Bidder's representative at site shall not be withdrawn without the previous consent of the
engineer in writing.
36.4 If in the opinion of the Engineer the progress of erection work by the Bidder at any stage needs
expedition so as to ensure completion of work within the stipulated time, the engineer shall
have the right to instruct the Bidder to increase the Bidder's manpower in appropriate
categories and/or the working hour per day and/or erection equipment and the Bidder shall
comply with these instructions forthwith.
No work shall be carried out during the night and on public holidays of the country without
prior written approval of the Engineer, except where work is necessary or required to ensure
safety or for the protection of life, or to prevent loss or damage to property. If the Contractor
considers it necessary to carry out work at night or on public holidays so as to meet the Time
for Completion and requests the Engineer's consent thereto, the Engineer shall not
unreasonably withhold such consent.
38.1 The Bidder shall effectively protect the work from action of weather and from damage or
defacement and shall cover finished parts wherever required for their thorough protection.
Face work shall be perfectly clean and free from defects.
38.2 The Bidder and his Sub-Bidder(s) shall be responsible during the execution of their work for
protection of the works which has been completed by others. Suitable means shall be used to
protect finished work when moving equipment over it.
39.1 During erection, the Bidder shall without any additional payment, at all times keep the working
and storage areas used by him free from accumulation of waste materials or rubbish. Upon
completion of erection, he shall remove or dispose of in a satisfactory manner all temporary
structures, waste and debris and leave the premises in a condition satisfactory to the Engineer.
39.2 All stripped wooden packing of the equipment shall become property of the Purchaser and
they shall be delivered to the Purchaser as directed.
40.1 The Bidder shall provide, at the proper time the necessary erectors, workmen, supervisors and
other personnel duly qualified and experienced and in sufficient number for the erection,
testing and commissioning and successful operation of the plant. The qualification and
experience of different categories of personnel will require prior approval of the Purchaser.
40.2 The Bidder shall employ at least one competent representative whose name, qualification and
experience shall have previously been communicated in writing to the Engineer by the Bidder
for prior approval to supervise the erection of the plant and the carrying out of the works. The
said representative or if more than one shall be employed, then one of such representatives
shall be constantly present on site during working hours and any written orders or instructions
which the engineer or his duly authorized representative whose name shall have been
previously communicated in writing to the Bidder, shall be deemed to have been given to the
Bidder.
40.3 The Engineer shall be at liberty to object to the representative or any person employed by the
Bidder in the execution of the works, who shall misconduct himself or be incompetent or
negligent and the Bidder shall remove the person so objected to, upon the receipt from the
engineer, notice in writing requiring him to do so and shall provide in his place a competent
representative to be employed for the purpose of the work at site shall be made available
when the Purchaser shall inform the Bidder in writing to that effect. The service of the Bidder's
representative shall be made available for such period as the Engineer may require and he shall
work at all reasonable times as may be necessary to complete the work within the period
specified in the contract.
40.4 Bidder's representatives/employees shall abide by all general regulation, in force on the site
and to any special conditions affecting the local administration, issued by the Purchaser or his
duly authorized representative. All the employees of the Bidder living on the land belonging to
the Purchaser shall be deemed to be aware of all dangers and risks incidental to the activities
of the Purchaser and other Bidders and the conditions of the Purchaser's land and work from
time to time and the Purchaser will not be responsible for any injury arising therefrom. The
Bidder shall discharge all the obligations under the Indian workman's compensation act and
labor laws so far as it will affect the work under his control.
The Bidder or his representative shall present his employee identification to the Engineer.
Suitable method of identification shall be developed by the Engineer/ Purchaser and the Bidder
shall comply with the same.
In case any defect is discovered during installation, testing and commissioning of equipment at
site, the Bidder at his own cost shall rectify the defect/ replace the equipment or material
promptly as to achieve the commissioning schedule.
In case any defect is discovered at site after taking over of the Substation by the Purchaser in
the materials supplied or works done by Bidder, the Bidder at his own cost shall rectify the
defect/ replace the equipment or material promptly as soon as informed by the Purchaser.
42.1 On completion of work all the material left surplus from those supplied by the Bidder under the
contract for which payment has been claimed shall be handed over to the Purchaser at site
stores in good condition. The Bidder shall give full details of the materials supplied by him,
quantities utilized on works (based on the applicable drawings) and the balance returned to the
Purchaser and shall obtain a clearance certificate within one month after completion and
taking over of the Substation. The returning of material and rendering of accounts for the
material is a precondition for release of payment against final bills and also the deposit towards
performance at later date.
In the event of surplus material being lost, destroyed or damaged while being in Bidder’s
custody before being taken over by the Purchaser, the Bidder shall be liable to make good the
loss. In case the Bidder fails to return the balance surplus material, the cost shall be recovered
from the Bidder’s pending bills, bank guarantees or by any other available means.
42.2 Any material handed over to the Bidder by Purchaser shall also be returned by the Bidder to
the Purchaser at the time of handing over of the Substation. The provisions specified at above
clause 42.1 shall also be applicable for such materials.
Contractor shall be responsible for the following during erection and commissioning period.
43.1 During erection and commissioning of the substation, the safety of equipments, personnel and
premises shall be the responsibility of the contractor.
43.2 All the personnel/ staff required the time of erection and commissioning of substation shall be
provided round the clock. All the liability of the staff shall wholly rest with the contractor.
43.3 The contractor will comply the instructions of UPPTCL officers and System Control and for the
same he will be required to establish proper communication system.
43.4 The staff of the contractor will maintain the daily records & registers of the substation as per
UPPTCL norms.
i) In case of damage of the equipments for which spare has been procured e.g. GIS modules
and equipments such as CB, CTs, CVTs/PTs, isolators, LAs, SAS with relay and protection
system etc., the damaged items shall be replaced by spare quantity already available with
the contractor with the permission of Engineer of Contract. The damaged equipments will
be got replenished by the contractor on their own cost and the same shall be kept as spare
after replenishment.
ii) In case of damage of the equipments for which spare has not been procured, the same
shall be arranged by UPPTCL if available, to the contractors at site within a reasonable
time on their demand. The same shall be installed by the contractors and the damaged
equipments shall be got replenished from the manufacturer by the contractor.
It shall be the responsibility of the contractor to get the damaged equipment replenished
within a reasonable period of time, failing which, the cost of equipment shall be deducted from
pending liabilities/ bank guarantees.
In case of damage of any equipments after Guarantee period the following procedure shall be
adopted:-
i) If it is established that the equipment got damaged due to contractor’s negligence, the
equipment shall be made available at site by UPPTCL and the entire cost of the equipment
including its installation shall be recovered from the contractor.
ii) If it is established that the equipment got damaged due to abnormal system conditions, and
the contractor can not be held responsible for the damage, the damaged equipment will
be replaced by spare if available, and the damaged equipment shall be made available to
UPPTCL. In case the damaged equipment has not been procured as spare, the same shall
be made available to contractor at site by UPPTCL within a reasonable time. The damaged
equipment shall be replaced by the contractor and the damaged equipment shall be made
available to UPPTCL.
All the eretion/ replacement of damaged equipment during erection and commissioning shall
be the liability of the contractor for which no extra payment shall be made by UPPTCL.
43.6 Target Availability
The contractor has to ensure 98% availability of substation during the maintenance period as
per clause no. 3.5 of UPERC regulation 2006-2101 dated 6-10-2006 failing which the penalty
shall be levied as per provisions of UPERC regulation.
The Purchaser may withhold the whole or part of any payment due to the Bidder, for reasons
including but not limited to the following :
When the grounds for withholding payments are removed, payments of the amounts due to
the Bidder shall be made by the Purchaser.
45.1 Any notice to Bidder as the Purchaser deems fit shall be served through registered post at
registered or present office/ mailing address/ Email incorporated in the contract.
45.2 All such postings/ Email shall be deemed good service of such notices and the time mentioned
in the conditions for doing any act after the notice shall be reckoned from the date on which
such notice shall reach to the Bidder in normal course.
46.0. JURISDICITON
All disputes arising out of and touching or relating to the subject matter of contract shall be
subject to the jurisdiction of Local Courts at Lucknow under the High court of Judicature at
Allahabad only.
TECHNICAL SPECIFICATIONS FOR HANDLING, ERECTION, TESTING AND
COMMISSIONING
INDEX
1.00 SCOPE
10.00 STORAGE
1.00 SCOPE
This specification covers the handling, storage of material at site, erection, testing,
commissioning, operation and handing over of all the equipment/sub systems/systems and
complete sub-station as a whole on turn-key basis. The Bidder shall receive and store all the
equipment at site on behalf of the Purchaser in storage yard/stores/sheds and transport the
material to erection site and shall carryout erection, testing and commissioning of all
equipment and accessory items as required. The Bidder shall be required to complete the
work as per the completion schedule defined in the contract and the approved PERT chart.
(a) Design and Engineering, Preparation of layouts/ drawings/ cable schedules/ inter
connections etc.
(b) Unloading, handling and storage of all equipments and materials.
(c) Erection of 400, 220 & 132kV equipments (i.e. transformers, GIS modules, substation
automation system with relay and protection panels etc.) and inter connection with
conductors (Jumpering).
(d) Erection of 630 kVA station transformers and marshalling boxes, along with laying and
terminations of power and control cables and XLPE cables.
(e) Erection of auxiliary power supply system including AC Distribution Boards along with
laying and terminations of power cables.
(f) Erection of 220 Volts batteries, battery charges and D.C. Distribution Boards.
(g) Erection of Energy Meters
(h) Erection of illumination system including its cable laying and terminations.
(i) Erection of Air Conditioning system and ventilation system.
(j) Erection and commissioning of Diesel Generator set.
(k) Erection of Fire protection system.
(l) Power and Control Cables, XLPE Cables and underground Optical Fibre Cables laying and
terminations for complete sub-station.
(m) Complete Civil Works as per civil works specifications.
(n) Testing and commissioning of complete substation installation, putting into operation.
(o) Successful operation after erection and commissioning and handing over to UPPTCL.
(p) Training to Purchaser’s personnel including operating staff.
(q) Any other work required to complete the substation but not specifically mentioned.
1.02 The specific parameters such as ratings, dimensions of equipments/ panels / SAS panels,
conductor types, earthing rod / flat sizes etc. given hereinafter are subject to change as per
actually procured equipment and approved design/ drawings.
2.00 STANDARDS FOR ERECTION AND COMMISSIONING
The erection, testing and commissioning of equipment covered by this specification shall
comply with the latest editions of the relevant standards and code of practice. Some of the
applicable standards are given below:
2.01 The electrical installation shall meet all requirements of latest Indian Electricity Rules,
Fire Insurance Regulations and other rules of local statutory bodies.
2.02 The Bidder shall erect, install, site test and place into commercial use all the equipment/
systems in accordance with the manufacturer’s specific installation instructions and as per
approved drawings/ documents.
2.03 Equipment shall be installed in neat, workmanship like manner so that it is level, plumb,
square, properly aligned and oriented. Tolerance shall be as specified in manufacturer's
drawings or as stipulated by the Engineer. No equipment shall be permanently bolted down to
foundation of structure until the alignment has been checked and found acceptable.
2.06 Where assemblies are supplied in more than one section, bidder shall make all necessary
mechanical and electrical connections between sections including the connections between
buses. Bidder shall also do necessary adjustments/ alignments for proper operation of GIS
equipments i.e. circuit breakers, isolators etc. and their operating mechanisms All insulators
and bushing shall be protected against damage during installation. Insulators or bushing
chipped, cracked or damaged due to negligence or carelessness shall be replaced by the Bidder
at his own expense well in time without affecting completion period.
2.07 Bidder shall take utmost care in handling instruments, relays and other delicate mechanisms.
The blocking materials/mechanisms employed for the safe transit of the instruments and
relays shall be removed after ensuring that the panels had been completely installed and no
further movement of the same would be necessary.
2.09 Induction motors shall be installed and commissioned as per IS code of practice IS: 900 with
latest edition and manufacturer's instructions.
2.10 Care shall be taken during handling of insulating oil to prevent ingress of moisture or foreign
matter in the testing, circulating, filtering or otherwise handling of oil. Rubber house shall not
be used. Circulation and filtering of oil, heating of oil by regulated short circuit current during
drying runs and sampling and testing of oil shall be in accordance with the manufacture's
instructions and IS code of practice IS:1866 with latest edition.
2.11 Equipment furnished with finished coats of paint shall be touched up by the Bidder, if their
surface has become dull or marred while handling.
2.12 The Bidder shall provide supervision, labour, tools, equipment, rigging materials and incidental
materials, such as bolts, wedges, anchors, concrete, inserts etc. required to completely install,
test and adjust the equipment.
2.13 The Bidder shall provide and make all necessary arrangement for the safety of his staff and
labours at the site of works. The Purchaser will not be in any way responsible for any accident,
minor or fatal to any person at the site of works or for any damages arising therefrom, during
erection and this shall be the Bidder's responsibility. The staff insurance charges if any shall be
borne by the Bidder. All labour rules shall be followed by the Bidder at his own cost.
2.14 The Bidder shall provide and construct adequate storage shed for proper storage of
equipments, where sensitive equipments shall be stored indoors. All equipments during
storage shall be protected against damage due to acts of nature or accidents. The storage
instructions of the applicable standards, equipment manufacturer/ Purchaser shall be strictly
adhered to.
2.15.1 Modern and best technologies are adopted and latest equipments are used to ensure least
pollution during construction activities.
2.15.2 The equipments are properly stored, transported, handled and placed in position to eliminate
the chances of damages to the equipment.
2.15.3 All safety measures are taken for ensuring that no accidents occur during construction
activities.
2.15.4 Best construction practices/norms are adopted to ensure safety, reliability and stability of
substation structures.
2.15.5 Due care is taken to prevent erosion and drainage problems due to construction activities.
2.15.7 No tree shall be cut until the Bidder has made necessary arrangement with the authorities
concerned and permission is given to the Bidder to fell/cut such trees. The Bidder shall
arrange to remove the obstacle as soon as possible with prior concurrence of the engineer.
2.15.8 Due care is taken to minimize the noise level (below 75 db) by construction equipment.
Statutory provisions related to noise level shall be complied.
3.01 All structures shall be erected as per approved drawing. The Bidder shall carefully check the
location and layout of anchor bolts embedded on foundations to ensure that structures can be
properly erected. Any discrepancy in the anchor bolts/ foundations shall be corrected before
erection. Bidder shall carryout erection in the sequence agreed by the Engineer. The method of
erection shall be modified whenever required by the Engineer.
3.02 After steel structure has been erected all burrs and abraded spots on bolt heads, and nuts shall
be spot painted with approved Zinc rich paint compound. Before paint is applied, the surface
shall be dry and free from dust, dirt, scales and grease. No cutting, heating or enlarging of the
holes shall be carried out without the prior approval of the Engineer.
4.01 The Erection and Stringing of main, transfer, jack buses and connections with equipment
terminal connectors and feeders shall be done as per the approved layouts/ drawings wherein
the bus-sections, spans, jumpering arrangements, conductors etc shall also be specified.
4.02 SAG TENSION REQUIREMENTS
The sag and tension requirements for all the bus bars shall be prepared by the Bidder and
detailed calculations and charts shall be submitted to the Purchaser before starting the
stringing work.
4.03 The bus bars are divided in sections and each section shall accommodate specified number of
bays. The buses shall be continuous and no joints unless specifically approved by the Engineer
shall be allowed at any section point between total span.
4.04 Each section of the bus bars shall be strung with special dead end clamps, single insulator
strings. The jack buses shall constitute of single specified conductor per phase with single
strain insulator fittings at both ends. The required number of Disc Insulators for different type
of strings shall also be specified.
4.05 The droppers from bus bars and jack buses to connect the equipment shall be fixed through
suitable P.G. clamps as per standard practice.
5.01 Erection, Testing and commissioning of 400kV, 220kV, 132kVand 33kV equipments shall be
done as per the applicable standards, manufacturer’s instructions, technical specifications of
respective equipment and the associated drawings/ manuals. If services of supplier's engineer
are required for erection/ commissioning, purposes, same shall be arranged by the Bidder.
The interconnections of the equipments in the various bays shall be done with the jumpers of
conductors as per drawings duly approved by the Purchaser.
All materials required for interconnection (jumpering) viz clamps, terminal connectors, fittings,
sag compensating springs, conductors, disc insulators, PG clamps and any other required
material shall be in the Bidder’s scope of supply
The interconnections of equipments in various GIS bay modules shall be done as per single line
diagrams and layout drawings.
The Bidder shall carryout the erection of all Control/Relay and Protection Panels with
distributed type Substation Automation System as per approved design and drawings. The
Simplex type Substation Automation System panel, for control and monitoring of all the
substation equipments from remote control centre, shall be installed in control room. The
arrangement for above will have to be designed and developed by the bidder. These panels
shall be erected inside the control room for cable connections.
All these panels shall be provided with a bottom plate with slots for bottom cable entry. The
slots shall be covered with a removable cover plate.
5.04 ERECTION OF THE D.C. SYSTEM
The Bidder shall erect the D.C. batteries, D.C. Distribution Boards and the Battery Charges
inside the Main Control Room Building. The each D.C. board shall have 1 No. incomer of 100A
and 20 Nos. outgoing of 15A. The Bidder shall carryout all the connections of the Batteries to
the D.C. Board and D.C. Board to the Control/ Relay and Protection Panels and those of the
Battery Charger as per the approved drawings and requirements.
The D.C. Battery sets shall be of 110 cells of 220V, 600AH. Such two sets of batteries shall be
erected by the Bidder in the Battery Room adjacent to the Main Control Room in accordance
with the supplier’s instructions.
6.00 LAYING OF EARTH MAT AND EARTHING OF EQUIPMENT WITH THE MAIN EARTH MAT
6.01 Earthing and lightning protection system installation shall be in strict accordance with the
latest editions of Indian Electricity Rules, relevant Indian Standards and Codes of practice and
regulation existing in the locality where the system is installed. Direct Stroke Lightning
Protection (DSLP) shall normally be provided by Lightning Masts and shield wires using Dr.
Razveig's method. The final layout arrangement shall be decided after approval of the DSLP
calculations.
6.02 Neutral points of systems of different voltages, metallic enclosures and frame works associated
with all current carrying equipments and extraneous metal work associated with electric
system shall be connected to a single earthing system unless stipulated otherwise.
6.03 The lightning protection system shall not be in direct contact with underground metallic
service ducts and cab.
6.04 The bidders shall provide lightning mast/ GS shield wire at suitable places for protection of
whole substation including transformers, GIS cum control room building etc. The riser shall be
GS flat of size 75x12mm for outdoor equipments and 50x6mm for indoor equipments.
6.05 Earthing conductors and associated hardware material shall be used for the earthing of all GIS
equipments, enclosures, control cabinets, supporting structures etc. to the ground bus of GIS.
The enclosure of the GIS may be grounded at several points so that there shall be grounded
cage around all the live parts. At least two grounding paths shall be provided for each of circuit
breaker, transformer terminals, cable terminals, surge arresters, earth switches and at each
end of the bus bars, to the main grounding bus. The grounding continuity between each
enclosure shall be effectively interconnected with Cu/ Al bonds of suitable size to bridge the
flanges.
6.06 Each marshalling box, local control panel, power and control cable sheaths and other non
current carrying metallic structures shall be connected to the grounding system of GIS via
connections that are separated from GIS enclosures.
6.07 The earthing system shall be designed and provided as per IEEE-80 std 2000 and CIGRE-44 to
protect operating staff against any hazardous touch voltages and electro-magnetic
interferences.
6.08 Earthing shall be carried out as per design/ drawings approved by the Purchaser.
6.09 The earthmat design shall be made on the basis of actual measured soil resistivity value, fault
level and switchyard area. The earthmat shall be required to be laid at least 600 mm depth
below ground level.
6.10 M.S. rods of 40 mm dia M.S. rod shall be used for the earth mat, to be laid in the total area of
the switch yard and 3 meter long M.S. electrodes of 40 mm dia shall be fixed on joints all along
the boundary of the switch yard vertically below the earthmat level.
6.11 The earthing of all the equipments/ structures placed in the switchyard will be done through
suitable size riser of MS flats.
6.12 The general norms for earthing conductors and flats shall be as under which are subject to
change as per approved design/ drawings:
(i) Earthing conductors in outdoor areas shall be buried at a suitable depth below ground level as
per the approved earth mat design.
(ii) Wherever earthing conductor crosses cable-trenches, underground service ducts, pipes,
tunnels, railway track etc. it shall be laid minimum 300 mm below them and shall be
circumvented in case it fouls with equipment/structure foundation.
(iii) Tap-connections from the earthing grid to the equipment/structure to be earthed, shall be
terminated on the earthing terminals of the equipment structure.
(iv) Earthing conductors or leads along their run on cable trench ladder columns, beams, walls etc.
shall be supported by suitable welding/cleating at intervals of 750 mm. Wherever it passes
through walls, floors etc. galvanized iron sleeves shall be provided for the passage of the
conductor and both ends of the sleeve shall be sealed to prevent the passage of water through
the sleeves.
(v) Earthing conductor around the building shall be buried in earth at a minimum distance of 1500
mm from the outer boundary of the building, in case high temperature is encountered at some
location, the earthing conductor shall be laid minimum 1500 mm away from such locations.
(vi) Earthing conductors crossing the road shall be laid 300 mm below road or at greater depth to
suit the site conditions.
(vii) Earthing conductors embedded in the concrete shall have approximately 50 mm concrete
cover.
(i) Earthing pads shall be provided for the apparatus/ equipment at accessible position. The
connection between earthing pads and the earthing grid shall be made by two short earthing
leads (one direct and another through the support structure) free from kinks and splices. In
case earthing pads are not already provided on any item to be earthed, arrangement for same
shall be made by the Bidder.
(ii) Whether specifically shown in drawings or not, steel/ RCC columns, metallic stairs etc. shall be
connected to the nearby earthing grid conductor by two independent earthing leads. Electrical
continuity shall be ensured by bonding different sections of hand-rail and metallic stairs.
(iii) Metallic pipes, conduits and cable tray sections for cable installation shall be bonded to ensure
electrical continuity and connected to earthing conductors at regular interval. Apart from
intermediate connections, beginning points shall also be connected to earthing system.
(iv) Metallic conduits shall not be used as earth continuity conductor. A separate earthing
conductor shall be provided for earthing lighting fixtures, receptacles, switches, junction boxes,
lighting conduits etc. Wherever earthing conductor crosses or runs along metallic structures
such as gas, water, steam conduits, etc. and steel reinforcement in concrete, it shall be bonded
to the same.
(v) Light poles, junction boxes on the poles, cable and cable boxes/ gland lockout switches etc.
shall be connected to the earthing conductor running along with the supply cable which in-turn
shall be connected to earthing grid conductor at a minimum two points whether specifically
shown or not.
(vi) Railway tracks within switchyard area shall be earthed at a spacing of 30m and also at both
ends.
(vii) Earthing conductor shall be buried 2000 mm outside the switchyard fence. All the gates and
every alternate post of the fence shall be connected to earthing grid.
(viii) The stone spreading shall also be done 2000 mm outside switchyard fence. The criterian for
stone spreading shall be followed in line with requirement specified elsewhere in the
specification.
(ix) Flexible earthing connectors (formed by using lugs at the ends of AAC/ ACSR conductor) shall
be provided for the moving parts.
(x) All lighting panels, junction boxes, receptacles fixtures, conduits etc. shall be grounded in
compliance with the provision of Indian Electricity Rules.
(xi) A continuous ground conductor of 16 SWG GI wire shall be run all along each conduit run. The
conductor shall be connected to each panel ground bus. All junction boxes, receptacles,
switches, lighting fixtures etc. shall be connected to this 16 SWG ground conductor.
(xii) 50mm x 6mm MS flat shall run on the top tier and all along the cable trenches and the same
shall be welded to each of the racks. Alternatively the earthing conductor shall be welded
along the rack supporting flat. Further this flat shall be earthed at both ends and at an interval
of 30 mtrs. The M.S. flat above ground shall be finally painted with two coats of red oxide
primer and two coats of Post Office red enamel paint.
6.15 JOINTING
(i) Earthing connections with equipment earthing pads shall be bolted type. Contact surfaces shall
be free from scale, paint, enamel, grease, rust or dirt. Two bolts shall be provided for making
each connection. Equipment bolted connections, after being checked and tested, shall be
painted with anti corrosive paint/ compound.
(ii) Connection between equipment earthing lead and main earthing conductors and between
main earthing conductors shall be welded type. For rust protections, the welds should be
treated with red lead and afterwards coated with two layers of bitumen compound to prevent
corrosion.
(iii) Steel to copper connections shall be brazed type and shall be treated to prevent moisture
ingression.
(iv) Resistance of the joint shall not be more than the resistance of the equivalent length of the
conductor.
(v) All ground connections shall be made by electric arc welding. All welded joints shall be allowed
to cool down gradually to atmospheric temperature before putting any load on it. Artificial
cooling shall not be allowed.
(vii) All arc welding with large diameter conductors shall be done with low hydrogen content
electrodes.
(viii) The 75x12mm GS flat shall be clamped with the equipment support structures at 1000 mm
interval.
6.16 POWER CABLE EARTHING
(i) Metallic sheaths, screens or shields and armour of all multi core cable shall be earthed at both
end.
(ii) Metallic sheaths and armour of single core cable shall be earthed only at switch gear end and
kept insulated at other end.
6.17.1 To limit the undesirable effects caused by circulating currents, the following requirements
should be met:
(ii) When grounded at the designated points, the bus enclosure design should ensure that no
significant voltage differences exist between individual enclosure sections and that neither the
supporting structures nor any part of the grounding systems is adversely influenced by the
flow of induced currents.
(iii) To avoid the circulation of enclosure currents beyond regular return path within the GIS
assembly, power cable sheath grounds should be tied to the ground system via connections
that are separated from the GIS enclosures. To facilitate this isolation, the design of cable
terminations (pot heads) should be such that an isolating air gap or proper insulation elements
are provided.
(iv) Enclosure return currents also cannot be permitted to flow through any externally mounted
current transformers.
(i) Providing the subassembly-to-subassembly bonding to assure safe voltage gradients between
all intentionally grounded parts of the GIS assembly and between those parts and the main
ground bus of the GIS.
(iii) Providing ground pads or connectors, or both, allowing, at least, for two paths to ground from
the main bus, or from each metallic enclosure and auxiliary piece of GIS equipment designated
for a connection to the station ground if the main ground bus of the GIS assembly does not
actually exist. Proposing essential method for connections between different type of metals,
typically between a copper cable or a similar ground conductor and aluminium enclosure.
6.17.3 The following points should also be considered for GIS Grounding:
(i) Precautions should be undertaken to prevent excessive currents from being induced into
adjacent frames, structures, or reinforcing steel and to avoid establishment of current loops
via other station equipment, such as transformers or separate switchgear. If there is the
possibility of undesirable current loops via ground connections, or if any sustained current
path might partially close or pass through grounded structures, the station grounding scheme
and the physical layout should be carefully reviewed.
(ii) Equal care is needed in the proximity of discontinuities in enclosure grounding paths at the
transformer connections to GIS and at the interface points to conventional switchgear to
prevent circulating currents in the circuit breaker and transformer tank steel.
(iii) Where applicable, all isolating elements should be able to withstand to full potential difference
that may occur between the locally grounded system and that external to GIS. The isolation of
metal parts shall be made by means of ceramic or plastic inserts. Adequate creepage distance
shall be ensured.
7.01 TRANSFORMER
(i) The transformer tank shall be earthed at two distinct specified points provided on the tank
with the help of 75x12mm M.S. Flat.
(ii) The Marshalling box shall be earthed and connected to the earth electrode.
(iii) The neutral of the transformer shall be solidly earthed, independent of the transformer tank
which shall be connected to 40mm MS electrodes separately grounded. The neutral bushing
shall be connected with 75x12mm MS Flat using two nos. copper flexible bands fastened with
GI nuts and bolts.
(iv) Each earthing lead from the neutral of power transformer shall be directly connected to two
rod electrodes separately, which in turn, shall be connected to the main earth mesh. All
accessories associated with transformer like cooling banks, radiators etc. shall be connected to
the earthing grid at minimum two points.
(i) For earthing of LA first of all the 6 nos. electrodes shall be grouted and connected in
rectangular form with the help of 75x12mm M.S. flat laid on its edge and then this rectangle so
formed is connected to main earth grid at two places in opposite direction.
(ii) The earthing of LA is to be done through discharge counter and shall be connected to earthing
electrode.
(i) The structure of each pole shall be earthed at two diametrically opposite points which shall be
connected to nearest main earth grid with the help of 75x12mm M.S. flat.
(ii) The control box shall be separately earthed and connected to main earth grid.
7.04 ISOLATORS
(ii) Earth switch of isolator shall be separately earthed with the help of 75x12mm M.S. flat and
will be clamped with structure with the help of cleats provided at 750mm distance.
(iii) Isolator base to pie structure shall be connected with help of flexible bond.
(i) The secondary windings of instrument transformers shall be earthed at one point preferably at
control panel by 8 SWG galvanized steel wire.
(ii) The enclosing case and metal supporting frame work shall be earthed by 75x12mm M.S. Flat at
two places.
(iii) Earthing terminal of each capacitor voltage transformer shall be directly connected to rod
earth electrode, which in turn, shall be connected to station earthing grid.
(i) Metal base of each insulator stack and supporting structure steel shall be earthed using one
75x12mm M.S. Flat.
(i) The two angle support of pale fencing gate shall be earthed with 50x6mm flat which will be
connected to earthing electrode specially grouted for gate independent of main earth grid
electrodes.
(ii) After that the two electrodes shall be connected with 50x6mm flat which in turn will be
connected to main earth grid at two places in opposite direction.
(iii) The pale fencing and chain link fencing shall be earthed by 50x6mm flat at interval of 6m and
connected to nearest main earth grid. This means that every alternate upright support shall be
earthed.
(i) Any two diametrically opposite legs of each main structures with or without peak in yard shall
be earthed by 50x6mm M.S. flat connected at base of the support which in turn will be
connected to main earth grid at two places in opposite direction.
(i) Where peaks is provided on tower and earth wire from line tower inter connecting tower is
connected to peak, the earth wire must be connected to earth mat using the same conductor
as per earth wire.
(i) M.S. flat of 25x6mm shall continuously run on cable racks grouted in the trench. The flat shall
be in contact with one wall after trench.
(ii) The top rack angle of trench shall be connected with the M.S. flat 25x6mm already running on
the bottom rack angle by another 25x6mm flat at every 750mm where the angles are grouted
in the wall.
(iii) The 25x6mm M.S. Flat running over the bottom rack shall be welded with each and every angle
piece of bottom rack.
(iv) The above flat shall be connected to main earth grid at an interval of 30m with 25x6mm M.S.
flat.
(i) Each street light pole grouted in yard shall be earthed with the help of 10 SWG galvanized steel
wires which will be bolted with the pole 300mm above ground level and the 2nd end shall be
connected to main earth grid.
(ii) Junction Boxes on the poles, flood lighting supporting structures etc. shall also be earthed by
10 SWG galvanized steel wire which shall be run along with the supply cable and shall be
connected to main earth grid at two points.
(i) All control and relay panels shall be connected first with one M.S. flat of 50x6mm at points
marked in panels with the help of nuts and bolts and then the flat 50x6mm shall be connected
with main earth grid all around control room building in two opposite direction.
(ii) Battery chargers and Distribution boards shall also be connected with 50x6mm MS Flat and
which in turn shall be connected to main earth grid around control room in two opposite
direction.
(iii) All other panels such as PLCC etc. shall also be earthed with 50x6mm M.S. flat and shall be
connected to main earth grid
The various other items which are not covered under the various heads as enumerated above
shall also be covered under the scope of this work. Their earthing shall be done as directed by
Engineer at site.
(i) The M.S. rod, MS flat and G.I. Wire shall be laid below the ground level in each area as per
drawing.
(ii) MS Flat shall be laid inside ground on its edge as well as on flat depending upon situation.
(iii) Wherever the earthing conductor crosses the trench it shall be in the bottom of trench.
8.02 WELDING
(i) Surfaces to be welded shall be made absolutely free from grease, paint, oil and scales etc.
(ii) All welds shall be free from defects like blow holes, slug inclusion, lack of penetration etc.
welds shall show uniform sections and weld size need not exceed thickness of thinner part
joined.
(iv) Earthing strips if crossing each other or any other structure shall be welded on that point.
(v) The MS flat shall be wrapped around the 40 mm round M.S. bar of main earth grid and shall be
welded on both sides and width of flat on top as shown in relevant drawing no. 8/004.
(vi) M.S. Flat shall be lap jointed with over lapping being 150 mm. The welding shall be done along
the length and breath in all direction.
8.03 HOLES
i) Holes in the M.S. Flat shall be either punched or drilled. However drilled holes shall be
preferred.
(ii) All burrs left after drilling or punching shall be removed completely.
(iii) Holes adjacent to bends shall be drilled or punched after bending.
(iv) Holes shall be invariably circular oval or lobbed forms of hle shall not be permitted.
(v) The size of the hole shall be according to bolt provided in various equipments at the place of
earthing. But in all cases the diameter of the hole shall be only 1.5mm more than the diameter
of the bolt in place for earthing of equipment.
(i) The M.S. Flat shall be given bend of 900 over the foundation of structures while welding it with
structure.
(ii) While bending the M.S. flat, it should be ensured that fracture of material does not take place.
(iii) Cold bending in case of smaller section such as 25x6 or 50x6mm and hot bending in case of
75x12mm can be done.
(iv) All cuttings of flat should be done either by punch or by hacksaw blade but in no case there
may be any burr on the edge end. It should be properly filed.
8.05 PAINTING
(i) To avoid rusting all the under ground welds should be cleaned properly and painted with two
coats or black bituminous paint.
(ii) All earthing leads above ground level shall be painted with one coat of red oxide primer and
then with two coats of anti corrosive green paint.
(iii) The G.I. structure at the place of welding shall be painted with zinc rich oxide paint.
(iv) The M.S. angle wherever used as stiffener shall also be painted with two coats of anti corrosive
paint.
8.06 OTHERS
The other technical works shall also be carried out as per UPPTCL practice for 400/220/132kV
Substations and as directed by the Engineer.
(i) For equipment interconnection, the surfaces of equipment terminal pads, Aluminium tube,
conductor & terminal clamps and connectors shall be properly cleaned. After cleaning, contact
grease shall be applied on the contact surfaces of equipment terminal pad, Aluminium
tube/conductor and terminal clamps to avoid any air gap in between. Subsequently bolts of
the terminal pad/terminal connectors shall be tightened and the surfaces shall be cleaned
properly after equipment interconnection.
(ii) Muslin or leather cloth shall be used for cleaning the inside and outside of hollow insulators.
(iii) All support insulators, circuit breaker interupters/modules and other fragile equipment shall
preferably be handled with cranes having suitable booms and handling capacity.
(iv) The slings shall be of sufficient length to avoid any damage to insulator due to
excessive swing, scratching by sling ropes etc.
(vi) Handling equipment, sling ropes etc. should be tested periodically before erection for strength.
(vii) Bending of Aluminium tube and compressed air piping if any should be done by a bending
machine and through cold bending only. Bending shall be such that inner diameter of pipe is
not reduced.
(viii) Cutting of the pipes wherever required shall be such as to avoid flaring of the ends. Hence only
a proper pipe cutting tool shall be used. Hack saw shall not be used.
(ix) All equipment, instruments and auxiliaries required for testing and commissioning of
equipment shall be arranged at site by he contractor.
10.00 STORAGE
The Contractor shall provide and construct adequate storage shed for proper storage of
equipments, where sensitive equipments shall be stored indoors. All equipments during
storage shall be protected against damage due to acts of nature or accidents. The storage
instructions of the equipment manufacturer/ Purchaser shall be strictly adhered to.
(i) Each cable and conduit run shall be tagged with numbers that appear in the cable and conduit
schedule.
(ii) The tag shall be of aluminum with the number punched on it and securely attached to the
cable conduit by not less than two turns of 20 SWG GI wire conforming to IS:280. Cable tags
shall be of rectangular shape for power cable and of circular shape for control cables.
(iii) Location of cables laid directly underground shall be clearly indicated with cable marker made
of galvanized iron plate.
(iv) Location of underground cable joints shall be indicated with cable maker with an additional
inscription “Cable joints”.
(v) The marker shall project 150mm above ground and shall be spaced at an interval of 30 meters
and at every change in direction. They shall be located on both sides of road and drain
crossings.
(vi) Cable tags shall be provided on all cables at each end (just before entering the equipment
enclosure) on both sides of a wall or floor crossing, on each duct /conduit entry and at each
end & turning point in cable tray/ trench runs. Cable tags shall be provided inside the
switchgear, motor control centres, control and relay panels etc., wherever required for cable
identification, where a number of cable enter together through a gland plate.
Cable drum shall be unloaded, handled and stored in an approved manner and rolling of drums
shall be avoided as far as possible. For short distances, the drums may be rolled provided they
are rolled slowly and in proper direction as marked on the drum. In the absence of any
indication the drums may be rolled in the same direction as it was rolled during taking up the
cables.
(i) The Contractor shall provide embedded steel inserts on concrete floors/ walls to secure
supports by welding to these inserts or available building steel structures.
(ii) The supports shall be fabricated from standard structural steel members.
(iii) Insert plates will be provided at an interval of 750 mm wherever cables are to be supported
without the use of cable trays, such as in trenches while at all other places these will be at an
interval of 2000 mm.
(i) The termination and connection of cables shall be done strictly in accordance with
manufacturer’s instructions, drawing and/or as directed by the Purchaser.
(ii) The work shall include all clamping, fittings, fixing, plumbing, soldering, drilling, cutting, taping,
heat shrinking (where applicable) connecting to cable terminal, shorting and grounding as
required to complete the job.
(iii) Supply of all consumable/ non-consumable materials required for cable laying and
terminations shall be included in erection prices.
(iv) The equipment are generally provided with undrilled gland plates for cables/ conduit entry.
The Contractor shall be responsible for drilling of gland plates, painting and touching up. Holes
shall not be made by gas cutting.
(v) Control cable cores entering control panel/ switchgear/ MCCB/ Miscellaneous panels shall be
neatly bunched, clamped and tied with nylon strap or PVC perforated strap to keep them in
position.
(vi) The Contractor shall tag/ ferrule control cable cores at all terminations, as instructed by the
Purchaser. In panels where a large number of cables are to be terminated and cable
identification may be difficult, each core ferrule shall include the complete cable number as
well.
(vii) Spare cores shall be similarly tagged with cable numbers and coiled up.
(viii) All cable entry points shall be sealed and made vermin and dust proof. Unused openings shall
be effectively closed.
(ix) Double compression type nickel plated (coating thickness not less than 10 microns) brass cable
glands shall be provided by the Bidder for all power and control cables to provide dust and
weather proof terminations.
(x) The cable glands shall conform to BIS: 6121. They shall comprise of heavy duty brass casting,
machine finished and nickel plated, to avoid corrosion and oxidation. Rubber components used
in cable glands shall be neoprene and of tested quality. Cable glands shall be of approved
make.
(xi) The cable glands shall also be suitable for dust proof and weather proof termination. The test
procedure, if required, has to be discussed and agreed to between Purchaser and cable gland
manufacturer.
(xii) If the cable end box or terminal enclosure provided on the equipment is found unsuitable and
requires modification, the same shall be carried out by the Contractor, as directed by the
Purchaser.
(xiv) Cable lugs shall be tinned copper solder less crimping type conforming to IS-8309 &
8394. Bimetallic lugs shall be used depending upon type of cables used.
(xv) Solderless crimping of terminals shall be done by using corrosion inhibitory compound. The
cable lugs shall suit the type of terminals provided.
Cable drums shall be unloaded, handled and stored in approved manner and rolling of drums
shall be avoided as far as possible. For short distances, the drums may be rolled provided they
are rolled slowly and in proper direction as marked on the drum.
(i) The Contractor shall construct the cable trenches required for directly buried cables. The scope
of work shall include excavation, preparation of sand bedding, soil cover, supply and
installation of brick or concrete protective covers, back filling and ramming, supply and
installation of route markers and joint markers. The bidder shall ascertain the soil conditions
prevailing at site, before submitting the bid.
(ii) The cable (power and control) between LT station, control room, DG set location and fire
fighting pump house shall be laid in the buried cable trenches. In addition to the above, for
lighting purpose also, buried cable trench can be used in outdoor area.
(iii) Cable route and joint markers and RCC warning covers shall be provided wherever required.
The voltage grade of cables shall be engraved on the markers.
11.07 INSTALLATION OF CABLES
(i) Cabling shall be on cable racks, in built-up trenches, vertical shaft, excavated trenches for
direct burial, pulled through pipes and conduit laid in concrete ducts, run bare and clamped on
wall/ceiling/steel sructures etc., as per approved drawings in detailed Engineering stage.
Where specific cable layouts are not shown on drawings, Contractor shall route these as
directed by the purchaser.
(ii) The Contractor shall fabricate and install mounting arrangements for the support and
installation of all the cables on angles in the trenches. These mounting structures/cable racks
shall be fabricated from structural steel members (channels, angles and flats) of the required
size. The fabrication, welding and erection of these structures shall conform to the relevant
clauses of “Technical Specification Of Main And Auxiliary Structures” in addition to the
specification given herein.
(iii) All interpole cables (power, control and optical fibre ) for all equipment, shall be laid in cable
trenches conduit pipes as per site requirements of minimum 50 mm nominal outside diameter
of class 4 as per IS: 4985 and relevant standards which shall be buried in the ground at a depth
of 250 mm below finish formation level. The interpole cabling piping of breakers shall be laid in
cable trenches. Separate pipes shall be laid for power, control and optical fibre cables. Cable
pull boxes of adequate size shall be provided if required. The scope shall include all labour,
material, equipment, for transporting, laying, burying etc., including required bends and end
seals.
(iv) Control cable shall be terminated in the local control cublicle of relay and protection panels
with SAS system. The optical fibre shall be laid and terminated from LCC to main control panel
as per actual requirement.
(v) Cables shall be generally located adjoining the electrical equipment through the pipe
embedded in the floor. In the case of equipments located away from cable trench either pipe
inserts shall be embedded in the floor connecting the cable trench and the equipment or in
case the distance is small, notch/opening on the wall shall be provided. In all these cases
necessary bending radius as recommended by the cable manufacturer shall be maintained.
(vi) Cable racks and supports shall be painted after installation with two coats of metal primer
(comprising of red oxide and zinc chromate in a synthetic medium) followed by two finishing
coats of aluminum paint. The red oxide and zinc chromate shall conform to IS: 2074.
(vii) Suitable arrangement shall be used between fixed pipe/cable trays and equipment terminal
boxes, where vibration is anticipated.
(viii) Cables from the equipment to trench shall run in conduits. Necessary conduits of adequate
sizes and length shall be supplied and installed by the contractor. Flexible conduit should be
used between fixed conduit/cable trays (perforated type) and equipment terminal boxes,
where vibrations are anticipated. The flexible conduit shall be as per the relevant IS.
(ix) Power and control cables in the cable trench shall be laid in separate tiers The order of laying
of various cables shall be as follows, for cables other than directly buried.
(x) Single core cables in trefoil formation shall be laid with a distance of three times the diameter
of cable between trefoil center lines. All power cables shall be laid with a minimum centre to
centre distance equal to twice the diameter of the cable of higher size of cables.
(xi) Trefoil clamps for single core cables shall be of pressure die cast aluminum (LM-6), Nylon–6 or
fiber glass and shall include necessary fixing GI nuts, bolts, washer etc. These are required at
every 2 meter of cable runs.
(xii) Power and control cables shall be securely fixed to the trays/ supports with self locking type
nylon ties with de-interlocking facility at every 5 meter interval for horizontal run. Vertical and
inclined cable runs shall be secured with 25mm wide and 2mm thick aluminum strip clamps at
every 2 m.
(xiii) Cables shall not be bent below the minimum permissible limit. The permissible limits are as
follows:
Power cable 12 x D
Control cable 12 x D
(xiv) Where cables cross roads, drains and rail tracks, these shall be laid in reinforced spun concrete
or steel pipes buried at not less than one meter depth.
(xv) In each cable run some extra length shall be kept at a suitable point to enable one (for LT
cables)/ two (for H.T. cables) straight through joints to be made in case the cable develop fault
at a later date.
(xvi) Selection of cable drums for each run shall be so planned as to avoid using, straight through
joints. Cable splices will not be permitted except where called for, by the drawings,
unavoidable or where permitted by the Purchaser. If straight through joints are unavoidable,
the Contractor shall use the straight through joints kit of reputed make.
(xvii) Control cable terminations inside equipment enclosures shall have sufficient lengths so that
changing of termination in terminal blocks can be done without requiring any splicing.
(xviii) Metal screen and armour of the cable shall be bonded to the earthing system of the station,
wherever required by the Purchaser.
(xix) Rollers shall be used at intervals of about two metres while pulling cables.
(xx) All due care shall be taken during unreeling, laying and termination of cable to avoid damage
due to twist, kinks, sharp bends, etc.
(xxi) Cable ends shall be kept sealed to prevent damage. In cable vault, fire resistant seal shall be
provided underneath the panels.
(xxii) Inspection on receipt, unloading and handling of cables shall generally be in accordance with
IS: 1255/ IS: 7255 and other Indian Standard Codes of practices.
(xxiii) Wherever cable pass through floor or through wall openings or other partitions, GI/ PVC wall
sleeves with bushes having a smooth curved internal surface so as not to damage the cable,
shall be supplied, installed and properly sealed by the Contractor.
(xxiv) Contractor shall remove the RCC/ steel trench covers before taking up the work and shall
replace all the trench covers after the erection work in that particular area is completed or
when further work is not likely to be taken up for some time.
(xxv) Contractor shall furnish three copies of the report on work carried out in a particular week,
indicating cable numbers, date on which laid, actual length and route, testing carried out,
terminations carried out, along with the marked up copy of the cable schedule and
interconnection drawing wherever any modifications are made.
(xxvi) Contractor shall paint the tray identification number on each run of trays at an interval of 10m.
(xxvii) In case the outer sheath of cable is damaged during handling/ installation, the Contractor shall
repair it at his own cost to the satisfaction of the Purchaser. In case any other part of the cable
is damaged, the same shall be replaced by a healthy cable at no extra cost to the Purchaser, i.e.
the Contractor shall not be paid for installation and removal of the damaged cable.
(xxviii) All the terminations shall be appropriately tightened to ensure secure and reliable
connections. The Contractor shall cover the exposed part of all cable lugs with insulating tape,
sleeve or paint.
(i) The cable trays shall be of G.S. sheet and minimum thickness of sheet shall be 2 mm.
(ii) The Contractor shall perform all tests and inspection to ensure that material and workmanship
are according to the relevant standards. Contractor shall have to demonstrate all tests as per
specifications and materials shall comply with all requirements of the specifications. The tests
shall include the following:
A 2.5 meter straight section of 300mm, 600mm wide cable tray shall be simply supported at
two ends. A uniform distributed load 76Kg/m shall be applied along the length of the tray. The
maximum deflection at the mid-span shall not exceed 7mm.
(i) Contractor shall supply and install all rigid conduits, mild steel pipes,flexible conduits, hume
pipes etc. including all necessary sundry materials such as tees, elbows, check nuts, bushing,
reducers, enlargers, coupling cap, nipples, gland sealing fittings, pull boxes etc as specified and
to be shown in detailed drawing.
The size of the conduit/pipe shall be selected on the basis of 40% fill criterion.
(ii) Contractor shall have his own facility for bending, cutting and threading the conduits at site.
Cold bending should be used. All cuts & threaded ends shall be made smooth without leaving
any sharp edges. Anticorrosive paint shall be applied at all field threaded portions.
(iii) All conduit/pipes shall be extended on both sides of wall/floor openings. The fabrication and
installation of supports and the clamping shall be included in the scope of work by Contractor.
(iv) When two lengths of conduits are joined together through a coupling, running threads equal to
twice the length of coupling shall be provided on each conduit to facilitate easy dismantling of
two conduits.
(v) Conduit installation shall be permanently connected to earth by means of special approved
type of earthing clamps. GI pull wire of adequate size shall be laid in all conduits before
installation.
(vi) Each conduit run shall be painted with its designation as indicated on the drawings such that it
can be identified at each end.
(viii) Conduit run sleeves shall be provided with the bushings at each end.
(ix) Metallic conduit runs at termination shall have two locknuts and a bushing for
connection. Flexible conduits shall also be suitably clamped at each end with the help of
bushings. Bushings shall have rounded edges so as not to damage the cables.
(x) Where embedded conduits turn upwards from a slab or fill, the termination dimensions shown
on the drawings, if any, shall be taken to represent the position of the straight extension of the
conduit external to and immediately following the bend. At least one half of the arc length of
the bend shall be embedded.
(xi) All conduits/pipes shall have their ends closed by caps until cables are pulled. After cables are
pulled, the ends of conduits/pipes shall be sealed in an approved manner to prevent damage
to threaded portions and entrance of moisture and foreign material.
(xii) For underground runs, Contractor shall excavate and back fill as necessary.
(xiii) Contractor shall supply, unload, store and install conduits required for the lighting installation
as specified. All accessories/fittings required for making the installation complete, including
but not limited to pull out boxes, ordinary and inspection tees and elbow, checknuts, male and
female bushings (brass or
galvanised steel), caps, square headed male plugs, nipples, gland sealing fittings, pull boxes,
conduits terminal boxes, gaskets and box covers, saddle terminal boxes, and all steel
supporting work shall be supplied by the Contractor. The conduit fittings shall be of the same
material as conduits.
(xiv) All unarmoured cables shall run within the conduits from lighting panels to lighting fixtures,
receptacles etc.
(xv) Size of conduit for lighting shall be selected by the Contractor during detailed engineering.
(xvi) Exposed conduits shall be run in straight lines parallel to building columns, beams and walls.
Unnecessary bends and crossings shall be avoided to present a neat appearance.
(xvii) Conduit supports shall be provided at an interval of 750mm for horizontal runs and 1000mm
for vertical runs.
(xviii) Conduit supports shall be clamped on the approved type spacer plates or brackets by saddles
or U- bolts. The spacer plates or brackets in turn, shall be securely fixed to the building steel by
welding and to concrete or brick work by grouting or by nylon rawl plugs. Wooden plug
inserted in the masonary or concrete for conduit support is not acceptable.
(xix) Embedded conduits shall be securely fixed in position to preclude any movement. In fixing
embedded conduit, if welding or brazing is used, extreme care should be taken to avoid any
injury to the inner surface of the conduit.
(xx) Spacing of embedded conduits shall be such as to permit flow of concrete between them.
(xxi) Where conduits are placed alongwith cable trays, they shall be clamped to supporting steel at
an interval of 600mm.
(xxii) For directly embedding in soil, the conduits shall be coated with an asphalt-base compound.
Concrete pier or anchor shall be provided wherever necessary to support the conduit rigidly
and to hold it in place.
(xxiii) Conduit shall be installed in such a way as to ensure against trouble from trapped
condensation.
(xxiv) Conduits shall be kept, wherever possible, at least 300mm away from hot pipes, heating
devices etc. when it is evident that such proximity may reduce the service life of cables.
(xxv) Slip joints shall be provided when conduits cross structural expansion joints or where long run
of exposed conduits are installed, so that temperature change will cause no distortion due to
expansion or contraction of conduit run.
(xxvi) For long conduit run, pull boxes shall be provided at suitable intervals to facilitate wiring.
(xxvii) Conduit shall be securely fastened to junction boxes or cabinets, each with a lock nut inside
and outside the box.
(xxviii) Conduits joints and connections shall be made thoroughly water-tight and rust proof by
application of a thread compound which insulates the joints. White lead is suitable for
application on embedded conduit and red lead for exposed conduit.
(xxix) Field bends shall have a minimum radius of four (4) times the conduit diameter. All bends shall
be free of kinks, indentations of flattened surfaces. Heat shall not be applied in making any
conduit bend. Separate bends may be used for this purpose.
(xxx) The entire metallic conduit system, whether embedded or exposed, shall be electrically
continuous and thoroughly grounded. Where slip joints are used, suitable bounding shall be
provided around the joint to ensure a continuous ground circuit.
(xxxi) After installation, the conduits shall be thoroughly cleaned by compressed air before pulling in
the wire.
(xxxii) Lighting fixtures shall not be suspended directly from the junction box in the main conduit run.
a) The Contractor shall supply and install junction boxes complete with terminals as
required. The brackets, bolts, nuts, screws etc required for erection are also included
in the scope of the Contractor.
b) Junction boxes having volume less than 1600 cubic centimeters may be installed without
any support other than that resulting from connecting conduits where two or more
rigid metallic conduits enter and accurately position the box. Boxes shall be installed so
that they are level, plumb and properly aligned to present a pleasing appearance.
c) Boxes with volumes equal to or greater than 1600 cubic cm, and smaller boxes
terminating on less than two rigid metallic conduits or for other reasons not rigidly
held, shall be adequately supported by auxiliary steel of standard steel shapes or
plates to be fabricated and installed. The Contractor shall perform all drilling, cutting,
welding, shimming and bolting required for attachment of supports.
The Contractor shall install metering system as per specifications on selected feeders and
SCADA (if required) and shall synchronize it with existing RLDS.
The Contractor shall carryout the complete erection of Illumination system, Diesel generating
sets, Fire protection system, Oil filteration plant, Air conditioning and ventilation system etc. as
per relevant specifications, applicable standards, manufacturer’s and Purchaser’s instructions.
(i) The Contractor shall carryout all the required and/ or specified tests on equipments/ systems
before commissioning and putting into operation.
(ii) An indicative list of tests is given below. Contractor shall perform any additional test based on
specialties of the items as per the instructions of the equipment manufacturer and Purchaser
without any extra cost to the Purchaser. The Contractor shall arrange all instruments required
for conducting these tests along with calibration certificates and shall furnish the list of
instruments to the Purchaser for approval.
a) Physical check
d) Test check on 5% sample joints after cutting the weld piece to observe any voids etc.
15.05 INSULATORS
15.06 TRANSFORMERS
15.07 MOTORS
a) Insulation resistance.
b) Phase sequence & proper direction of rotation.
c) Any motor operating incorrectly shall be checked to determine the cause & the conditions
corrected.
The insulation resistance test shall also be carried out on the following equipment
The phasing out of all supplies in the station system shall be carried out.
15.10 ANY OTHER TEST
The Purchaser may ask for such additional tests on sites as in his opinion are necessary to
determine that the works comply with the specification, manufacturers’ instruction, I.S. Code
of installation. The Contractor shall also have to conduct any additional test which Engineer
shall deem necessary to satisfy the requirements of the governing parameters and constants of
the substations
15.11 The Contractor shall provide all necessary tools, test equipment, test connections, labour and
supervision for the above tests.
15.12 The Contractor shall give advance intimation of testing and commissioning program to
Consignee division and concerned T&C division. The tests shall be performed in the presence
of the authorized representative of the consignee &/or T&C division unless exempted in
writing and in presence of manufacturer’s Supervisory Engineer if applicable/ available.
15.13 The Contractor shall provide one copy of check lists and formats for general checks,
commissioning tests etc to Consignee division and one copy to Test & Commissioning Division
of the Purchaser before commencement of such checks & testing. The Contractor shall record
all test values and shall provide two copies of the test data to Consignee division as well as to
the Test & Commissioning Division of the Purchaser. Electrical circuits and equipment shall be
energized or used at nominal operating voltage only after such reports have been accepted as
satisfactory by the Purchaser.
GENERAL TECHNICAL REQUIREMENTS OF SPECIFICATIONS (GTR)
INDEX
1.0 GENERAL
2.0 COMPLETENESS OF EQUIPMENTS
3.0 STANDARDS
4.0 PROJECT DATA
5.0 SYSTEM PARTICULARS
6.0 SYSTEM PARAMETERS
7.0 SERVICES TO BE PERFORMED BY THE EQUIPMENT
8.0 CLAMPS AND CONNECTORS INCLUDING TERMINAL CONNECTORS
9.0 SUPPORT STRUCTURES
10.0 COLOUR SCHEME AND CODES FOR PIPE SERVICE
11.0 MATERIAL / WORKMANSHIP
12.0 SPACE HEATERS
13.0 FUNGISTATIC VARNISH
14.0 VENTILATION OPENING
15.0 DEGREE OF PROTECTION
16.0 RATING PLATES, NAME PLATES AND LABELS
17.0 FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS
18.0 PACKAGING AND PROTECTION
19.0 SURFACE FINISH
20.0 HOT DIP GALVANISING
21.0 PROTECTIVE GUARDS
22.0 TOOLS AND TACKLES
23.0 CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES &
MARSHALLING BOXES FOR OUTDOOR EQUIPMENT
24.0 TERMINAL BLOCKS AND WIRING
25.0 LAMPS AND SOCKETS
26.0 BUSHINGS, HOLLOW COLUMN INSULATORS, SUPPORT INSULATORS
27.0 MOTORS
28.0 TECHNICAL REQUIREMENT OF EQUIPMENTS
This section stipulates the General Technical Requirements (GTR) under the Contract and will
form an integral part of the Technical Specification.
The provisions under this section are intended to supplement general requirements for the
materials, equipments and services covered under respective equipment sections and are not
exclusive. However in case of conflict between the requirement specified in this section and
requirements specified under respective equipment sections, the requirements specified under
respective sections shall hold good.
Every effort will be made to supply all equipment as per the technical details furnished in the
specification. However, due to the standard manufacturing practice of various equipment
suppliers and depending on the selected vendor, there may be slight variations from indicated
values at the contract stage. Such variations should not affect the quality and performance of
the equipment.
It is not the intent to specify completely in technical specifications of equipments/ materials all
details of the design and construction of equipment. However, the equipment shall conform in
all respects to high standards of engineering, design and workmanship and shall be capable of
performing in continuous commercial operation. The Purchaser will interpret the meaning of
drawing and specification and shall have the power to reject any work or material which in his
judgement is not in accordance therewith. The equipment offered shall be complete with all
components necessary for its effective and trouble free operation. Such components shall be
deemed to be within the scope of Bidder’s supply, irrespective of whether these are specifically
brought out in this specification and/or commercial order or not.
2.1 Equipments furnished shall be complete in every respect with all mountings, fittings, fixtures
and standard accessories specified &/or normally provided with such equipment and/ or
needed for erection, completion and safe operation of the equipment as required by applicable
codes though they may not have been specifically detailed in the Technical Specifications.
Materials and components not specifically stated in the specification but which are necessary
for commissioning and satisfactory operation of the substation unless specifically excluded shall
be deemed to be included in the scope of the specification and shall be supplied without any
extra cost All similar standard components/ parts of similar standard equipment provided, shall
be inter-changeable with one another.
2.2 The Bidder shall supply type tested (including special test as per technical specification)
equipments and materials. The test reports/details shall be furnished by the Bidder in the bid.
In the event of any discrepancy in the test reports i.e. any test report not acceptable due to any
design/manufacturing changes or due to non-compliance with the requirement stipulated in
the Technical Specification and/or IEC/ IS, same, shall be carried out without any additional cost
implication to the Purchaser. The Purchaser reserves the right to get any or all type tests
conducted/ repeated.
The reports for all type tests and additional type tests as per technical specification furnished
by the Bidder shall be of the tests conducted within last 05(five) years prior to the date of bid
opening. The type tests conducted should have either been conducted in accredited laboratory
(accredited based on ISO/ IEC Guide 25/ 17025 or EN 45001 by the national accreditation body
of the country where laboratory is located) or witnessed by UPPTCL or representative
authorized by UPPTCL or Utility or representative of accredited test lab or reputed consultant.
3.0 STANDARDS
3.1 Except as modified by this Bid specification, all material and equipment shall conform to the
requirement of the latest editions of relevant ISS/ IEC and other applicable standards. The
equipments/ works shall be designed, engineered, manufactured, built, tested and
commissioned shall be carried out in accordance with the Acts, Rules, Laws and Regulations in
force in India.
3.2 In addition to meeting the specific requirements called for in the respective sections of the
Technical Specification, the equipment shall also conform to the general requirement of the
relevant standards which shall form an integral part of the specification. When the specific
requirements stipulated in the specifications exceed or differ than those required by the
applicable standards, the stipulation of the specification shall take precedence.
3.3 In the event of the Bidder offering equipment conforming to standards other than ISS/IES
standards, which ensure equivalent or better performance than that specified in the standards,
the salient point of comparison between the standards adopted and relevant ISS/ IEC standards
shall be indicated clearly in the proposal, along with English language version of such standard
or relevant extract of the same. The equipment conforming to standards other than IS/IEC shall
be subject to Purchaser’s approval.
3.4 The standards mentioned in the respective equipment specifications are not mutually exclusive
or complete in themselves. The equipment &/or work shall also conform to any other
applicable standard, even if not specifically mentioned in these specifications.
3.5 Should the Bidder wish to depart from the provisions of the specifications, either on accounts
of manufacturing practices or for any other reason, he shall clearly mention the departure and
submit complete justification supported by information, drawings etc. as will enable to assess
the suitability of equipment(s) offered. In the event of the Bidder's specifications, drawings,
forms and tables etc. being found to disagree with the requirement of the Bid specifications at
any stage, Bid specifications shall be binding, unless the departures have been duly approved in
writing by the Purchaser.
NEMA National Electric 115, East 44th Street, New York NY 10017 U.S.A
Manufacture
Associate
Auxiliary electrical equipment shall be suitable for operation on the following supply system:
(a) Power device (Like drive motors) 400V, 3Phase, 4Wire 50Hz
Effectively earthed AC system.
(b) Lighting fixtures, space heaters, 250V, 2wire, 50Hz,
fractional Horse Power motors and AC supply with one
control devices. point grounded.
(c) DC alarm, Control and Protective 2wire ungrounded DC supplies
Devices from sub station batteries as under
(i) 400 kV S/S : 220V DC
(ii) 220/132kV S/S : 110V DC
(iii) Communication : 48 V DC
equipment
The above supply voltage is subject to variation as follows:
All devices must be suitable for a continuous operation over the entire range of voltage
variations :
Major technical parameters of bushings/ hollow column/ support insulators are given below:
All equipments shall perform satisfactorily under various electrical, electromechanical and
meteorological conditions of the installation site.
All equipment shall be able to withstand all external and internal mechanical thermal and
electromechanical forces due to various factors like wind load temperature variation, ice &
snow (wherever applicable) short circuit etc for the equipment.
The Bidder shall design the various forces which the terminal connectors of the equipment are
required to withstand.
All outdoor EHV equipments except marshalling kiosks shall be suitable for hot line washing.
To facilitate erection of equipment, all items to be assembled at site shall be "match marked".
8.1 Each equipment shall be supplied with necessary terminals and connectors as required by
the design for the particular installation. The terminal connector shall be suitable for the
conductor used for particular installation, which are as under as per UPPTCL’s practice:
8.2 Where copper to aluminum connections are required, bimetallic clamps shall be used, which
shall be properly designed to ensure that any deterioration of the connection is kept to a
minimum and restricted to part which are not current carrying or subjected to stress. The
design details of the joint shall be furnished to the Purchaser by the Bidder.
8.3 Low voltage connectors, grounding connectors and accessories for grounding all equipment are
also included in the scope of work.
8.4 No current carrying part of any clamp shall be less than 10 mm thick. All ferrous parts shall be
hot dip galvanized. Copper alloy liner of minimum 2 mm thickness shall be used with aluminum
body for Bimetallic clamps.
8.5 All casting shall be free from blow holes, surface blisters cracks and cavities. Sharp edges and
corners shall be blurred and rounded off.
8.6 Flexible connectors, braids or laminated straps made for the terminal clamps for bus posts shall
be suitable for both expansion or through (fixed/sliding) type connection of 4" IPS AL. tube as
required. In both the cases the clamp height (top of the mounting pad to centre line of the
tube) should be same.
8.7 The clamps/ connectors shall be designed to carry the same current as the conductor and the
temperature rise shall be equal or less than that of the conductor at the specified ambient
temperature. The rated current for which the clamp/ connector is designed with respect to
specified reference ambient temperature, shall also be indelibly marked on each component of
the clamp/connector, except on hardware.
8.8 All current carrying parts shall be designed and manufactured to have minimum contact
resistant.
8.9 Clamps and connectors shall be designed to be corona controlled. Corona extinction voltage for
420kV, 220kV and 132kV class clamps shall not be less than 320, 156 and 105kV (rms)
respectively and R.I.V. level shall not be more than specified 1000, 1000 and 500 micro volts for
420kV, 220kV and 132kV system at the test voltage specified.
9.1 The base design of all the equipments, to be installed on auxiliary structures, shall conform to
the standard auxiliary structure designs presently being used in UPPTCL at 400/220/132/33kV
Substations.
9.2 All equipment support structures shall be supplied alongwith brackets, angles, stools etc. for
attaching the operating mechanism, control cabinets and marshalling box (wherever
applicable) etc.
9.3 The support structures should be hot dip galvanised with minimum 610 gram/sq.m net of zinc.
The Bidder shall propose a colour scheme for the those equipments/ items for which the colour
scheme has not been specified in the specification. For the approval of purchaser. The decision
of Purchaser shall be final. The scheme shall include.
All steel structures, plates etc. shall be painted with non-corrosive paint with a suitable primer.
It may be noted that normally all electrical equipments in switchyard are painted with shade
631 of IS-5. The indoor cubicles, GIS enclosures and other miscellaneous items, the colour
scheme shall be approved by the Purchaser during detailed engineering.
Where the specification does not contain references to workmanship, equipment, materials
and components of the covered equipment, it is understood that the same must be new, of
highest grade of the best quality of their kind, conforming to best engineering practice and
suitable for the purpose for which they are intended.
The design of the works shall be such that installation, future expansions, replacements and
general maintenance may be undertaken with a minimum of time and expenses. Each
component shall be designed to be consistent with its duty and suitable factors of safety,
subject to mutual agreements. All joints and fastenings shall be devised, constructed and
documented so that the component parts shall be accurately positioned and restrained to fulfill
their required function. In general screw threads shall be standard metric threads. The use of
other thread forms will only be permitted when prior approval has been obtained from the
Purchaser.
Whenever possible, all similar part of the Works shall be made to gauge and shall also be made
interchangeable with similar parts. All spare parts shall also be interchangeable and shall be
made of the same materials and workmanship as the corresponding parts of the Equipment
supplied under the Specification. Where feasible, common component units shall be employed
in different pieces of equipment in order to minimize spare parts stocking requirements. All
equipment of the same type and rating shall be physically and electrically interchangeable.
All materials and equipment shall be installed in strict accordance with the manufacturer’s
recommendation(s). Only first-class work in accordance with the best modern practices will be
accepted. Installation shall be considered as being the erection of equipment at its permanent
location. This, unless otherwise specified, shall include unpacking, cleaning and lifting into
position, grouting, leveling, aligning, coupling of or bolting down to previously installed
equipment bases/foundations, performing the alignment check and final adjustment prior to
initial operation, testing and commissioning in accordance with the manufacturer’s tolerances,
instructions and the Specification. All factory assembled rotating machinery shall be checked
for alignment and adjustments made as necessary to re-establish the manufacturer’s limits.
Suitable guards shall be provided for the protection of personnel on all exposed rotating and/
or moving machine parts and shall be designed for easy installation and removal for
maintenance purposes. The spare equipment(s) shall be installed at designated locations and
tested for healthiness.
The Bidder shall apply oil and grease of the proper specification to suit the machinery, as is
necessary for the installation of the equipment. Lubricants used for installation purposes shall
be drained out and the system flushed through where necessary for applying the lubricant
required for operation.The Bidder shall apply all operational lubricants to the equipment
installed by him.
All oil, grease and other consumables used in the Works/ Equipment shall be purchased in
India unless the Bidder has any special requirement for the specific application of a type of oil
or grease not available in India. In such is the case he shall declare in the proposal, where such
oil or grease in available. He shall help Purchaser in establishing equivalent Indian make and
Indian Contractor. The same shall be applicable to other consumables too.
A cast iron or welded steel base plate shall be provided for all rotating equipment which are to
be installed on a concrete base unless otherwise agreed to by the Purchaser. Each base plate
shall support the unit and its drive assembly, shall be of design with pads for anchoring the
units and shall have a raised up all around and shall have threaded in air connections, of so
required.
Outdoor equipment supplied under the specification shall be suitable for service and storage
under tropical conditions of high temperature, high humidity, heavy rainfall and environment
favourable to the growth of fungi and mildew. The indoor equipments located in non-air
conditioned areas shall also be of same type.
The heaters shall be suitable for continuous operation at 240V AC supply. On-off switch and
fuse shall be provided for the heater.
One or more adequately rated thermostatically connected heaters shall be supplied to prevent
condensation in any compartment. The heaters shall be installed in the lower portion of the
compartment and electrical connections shall be made sufficiently away from below the
heaters to minimize deterioration of supply wire insulation. The heaters shall be suitable to
maintain the compartment temperature to prevent condensation.
The heaters shall be suitably designed to prevent any contact between the heater wire and the
air and shall consist of coiled resistance wire centered in a metal sheath and completely
encased in a highly compacted powder of magnesium oxide or other material having equal heat
conduction and electrical insulation properties, or they shall consist of resistance wire wound
on a ceramic and completely covered with a ceramic material to prevent any contact between
the wire and the air. Alternatively, they shall consist of a resistance wire mounted into a tubular
ceramic body built into an envelope of stainless steel or the resistance wire is wound on a
tubular ceramic body and embedded in glaze. The surface temperature of the heaters shall be
restricted to a value which will not shorten the life of the heater sherns or that of insulator wire
or other component in the compartments.
Besides the space heaters, special moisture and fungus resistant varnish shall be applied on
parts which may be subjected or predisposed to the formation of fungi due to the presence or
deposit of nutrient substances. The varnish shall not be applied to any surface of part where
the treatment will interface with the operation or performance of the equipment. Such
surfaces or parts shall be protected against the application of the varnish.
The enclosures of the Control Cabinets, junction boxes and Marshalling Boxes, panels etc. to be
installed shall be provided with degree of protection as detailed here under:
The degree of protection shall be in accordance with :13947 (Part-I)/ IEC-60947 (Part-I)/ IS
12063 / IEC-60529. Type test report for degree of protection test, on each type of the box shall
be submitted for approval.
All such nameplates, instructions plates, rating plates CB, CT, VT, SA, Isolators and Relay &
Protection panels equipments shall be bilingual with Hindi inscription first followed by English.
Alternatively two separate plates one with Hindi and the other with English inscriptions may be
provided.
All the first fill of consumables such as oils, lubricants, filling compounds, touch up paints,
soldering/brazing material for all copper piping of circuit breakers and essential chemicals etc.
which will be required to put the equipment, covered under the scope of the specifications,
into successful operation, shall be furnished by the Bidder unless specifically excluded under
the exclusions in these specifications and documents.
All the equipments shall be suitably protected, coated, covered or boxed and crated to prevent
damage or deterioration during transit, handling and storage at site till the time of erection.
The Bidder shall also submit packing details/associated drawing for any equipment/material, to
facilitate the Purchaser to repack any equipment/material at a later date. The Bidder shall be
responsible for any loss or damage during transportation, handling and storage due to
improper packing. Any demurrage, wharfage and other such charges claimed by the
transporters, railways etc. shall be to the account of the Bidder.
All coated surfaces shall be protected against abrasion, impact, discolouration and any other
damages. All exposed threaded portions shall be suitably protected with either a metallic or a
non-metallic protectin device. All ends of all valves and pipings and conduit equipment
connections shall be properly sealed with suitable devices to protect them from damage. The
parts which are likely to get rusted, due to exposure to weather should also be properly treated
and protected in a suitable manner.
All interiors and exteriors of tanks, control cubicles and other metal parts shall be thoroughly
cleaned to remove all rust, scales, corrosion, greases or other adhering foreign matter. All steel
surfaces in contact with insulating oil as far as accessible shall be painted with not less than two
coats of heat resistant, oil insoluble, insulating paints.
All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate and
two coats of epoxy paint with epoxy base thinner. All metal parts not accessible for painting
shall be made of corrosion resisting material. All machine finished or bright surfaces shall be
coated with a suitable preventive compound and suitably wrapped or otherwise protected. All
paints shall be carefully selected to withstand tropical heat and extremes of weather within the
limit specified. The paint shall not scale off or wrinkle or be removed by abrasion due to normal
handling.
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels,
structures, shall be hot dip galvanized conforming to latest version of IS: 2629 or any other
equivalent authoritative standard. However, hardware less than M12 size shall be electro-
galvanized. Minimum weight of zinc coating shall be 610 gm/ sq.mm and minimum thickness of
coating shall be 85 microns for all items thicker than 6 mm. For items lower than 6mm
thickness, requirement of coating shall be as per relevant ASTM. For surface which shall be
embedded in concrete, the zinc coating shall be 610 gm/sq. m minimum.
The galvanized surfaces shall have a continuous and uniform thick coating of zinc, firmly
adhering to the surface of steel. The finished surface shall be clean and smooth and shall be
free from defects like discoloured patches, bare spots, unevenness of coating, spelter which is
loosely attached to the steel globules, spiky deposits, blistered surface, flaking or peeling off,
etc. The presence of any of these defects noticed on visual or microscopic inspection shall
render the material liable to rejection.
After galvanizing, no drilling or welding shall be performed on the galvanized parts of the
equipment excepting that nuts may be threaded after galvanizing. Sodium dichromate
treatment shall be provided to avoid formation of white rust after hot dip galvanization.
Galvanised material must be transported properly to ensure that galvanised surfaces are not
damaged during transit. Application of zinc rich paint at site shall not be allowed.
Suitable guards shall be provided for protection of personnel on all exposed rotation and/of
moving machine parts. All such guards with necessary spares and accessories shall be designed
for easy installation and removal for maintenance purpose.
The Bidder shall supply with the equipment one complete set of all special tools and tackles for
the erection, assembly, dis-assembly and maintenance of the equipment. However, these tools
and tackles shall be separately packed and brought on to site.
23.0 CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES AND MARSHALLING BOXES FOR
OUTDOOR EQUIPMENT
23.1 All types of boxes, cabinets etc. shall generally conform to and be tested in accordance with IS-
5039/ IS-8623, IEC-60439, as applicable, and the clauses given below.
23.2 Control cabinets, junction boxes, marshalling boxes and terminal boxes shall be made of sheet
steel or aluminum enclosure and shall be dust, water and vermin proof. Sheet steel used shall
be at least 2.0 mm thick cold rolled or 2.5 mm hot rolled. The box shall be properly braces to
prevent wobbling. There shall be sufficient reinforcement to provide level surfaces, resistance
to vibrations and rigidity during transportation and installation. In case of aluminum enclosed
box, the thickness of aluminum shall be such that it provides adequate rigidity and long life as
comparable with sheet steel of specified thickness.
23.3 Cabinet/boxes shall be free standing floor mounting type, wall mounting type or pedestal
mounting type as per requirements. A canopy and sealing arrangements for operating rods
shall be provided in marshalling boxes/ Control cabinets to prevent ingress of rain water.
23.4 Cabinet/boxes shall be provided with double hinged doors with padlocking arrangements. The
distance between two hinges shall be adequate to ensure uniform sealing pressure against
atmosphere. The quality of the gasket shall be such that it does not get damaged/cracked
during the operation of the equipment.
23.5 All doors, removable covers and plates shall be provided gasket all around with suitably profiled
EPDM/Neoprene gaskets. The gasket shall be tested in accordance with approved quality plan,
IS:11149 and IS:3400. The quality of gasket shall be such that it does not get damaged/cracked
during 10(ten) years of operation of the equipment or its major overhaul whichever is earlier.
All gasketed surfaces shall be smooth straight and reinforced if necessary to minimize distortion
and to make a tight seal. Ventilating Louvers, if provided, shall have screen and filters, the
screen shall be fine wire mesh made of brass.
23.6 All boxes/ cabinets shall be designed for the entry of cables from bottom by means of weather
proof and dust-proof connections. Boxes and cabinets shall be designed with generous
clearances to avoid interference between the wiring entering from below and any terminal
blocks or accessories mounted within the box or cabinet. Suitable cable gland plate projecting
at least 150 mm above the base of the marshalling kiosk/box shall be provided for this purpose
along with the proper blanking plates. Necessary number of cable glands shall be supplied and
fitted on this gland plate. Gland plate shall have provision for some future glands to be
provided later, if required.
23.7 A 240V, single phase, 50 Hz, 15 amp AC plug and socket shall be provided in the cabinet with
ON-OFF switch for connection of hand lamps. Plug and socket shall be of industrial grade.
23.8 For illumination, a 20 Watts fluorescent tube or 15 watts CFL/LED bulb shall be provided. The
switching of the fittings shall be controlled by the door switch.
For junction boxes of smaller sizes such as lighting junction box, manual operated earth switch
mechanism box etc., plug socket, heater and illumination is not required to be provided.
23.9 All control switches shall be of rotary type. Toggle piano switches shall not be accepted.
23.10 Positive earthing of the cabinet shall be ensured by providing two separate earthing pads. The
earth wire/ strip shall be terminated on to the earthing pad and secured by the use of self
etching washer. Earthing of hinged door shall be done by using a separate earth wire.
23.11 The bay marshalling kiosks shall be provided with danger plate and a diagram showing the
numbering/connection/ feruling by pasting the same on the inside of the door.
23.12 a) The following routine tests alongwith the routine tests as per IS: 5039 shall also be
conducted.
b) The enclosure of bay marshalling kiosk, junction box, terminal box shall be type tested for
IP-55 as per IS: 13947. After IP-55 test, 2.5 kVrms for 1 (one) minute, insulation resistance
and functional test should be conducted.
All the auxiliary switches shall be fully type tested as per relevant IS.
(a) Electrical endurance test - A minimum of 2000 operation for 2A D. C. with a time constant
greater than or equal to 20 millisecond with a subsequent examination of mV drop/visual
defects/temperature rise test.
(b) Mechanical endurance test. A minimum of 1,00,000 operations with a subsequent
checking of contact pressure test/visual examination.
(c) Heat run test on contacts.
(d) IR/HV test etc.
24.1 Control and instrument leads form the switchboards or from other equipment will be brought
to terminal boxes or control cabinets in conduits. All interphase and external connections to
equipment or to control cubicles will be made through terminal blocks.
24.2 Terminal blocks shall be 1100 V grade and have continuous rating to carry the maximum
expected current on the terminals. These shall be of moulded piece, complete with
insulated/barriers stud type terminals, washers, nuts and lock nuts. Screw clamp, overall
insulated, insertion type, rail mounted terminals can be used in place of stud type terminals.
But preferably the terminal blocks shall be non-disconnecting stud type of Elmex type CATM4,
phoenix cage clamp type or equivalent. The insulating material of terminal block shall be nylon
6.6 which shall be free of halogens, fluorocarbons etc.
24.3 Terminal blocks for current transformer and voltage transformer secondary leads shall be
provided with test links and isolating facilities. The current transformer secondary leads shall
also be provided with short circuiting and earthing facilities.
24.4 The terminals shall be such that maximum contact area is achieved when a cable is terminated.
The terminal shall have a locking characteristic to prevent cable form escaping form the
terminal clamp unless it is done intentionally.
24.5 The conducting part in contact with cable shall preferably be tinned or silver plated, however
Nickel plated copper or zinc plated steel shall also be acceptable.
24.7 The terminal blocks shall have locking arrangement to prevent its escape from the mounting
rails.
24.8 The terminal blocks shall be fully enclosed with removable covers of transparent, non-
deterioration type plastic material. Insulating barriers shall be provided between the terminal
blocks. These barriers shall not hinder the operator form carrying out the wiring without
removing the barriers.
24.9 Unless otherwise specified terminal blocks shall be suitable for connecting the following
conductors on each side.
24.10 The arrangements shall be in such a manner so that it is possible to safely connect or
disconnect terminals on live circuits and replace fuse links when the cabinet is live.
24.11 At least 20% spare terminals shall be provided on each panel/cubicle/box and these spare
terminals shall be uniformly distributed on all terminal rows.
24.12 There shall be minimum clearance of 250 mm between the first bottom row of terminal block
and the associated cable gland plate. Also the clearance between two rows of terminal blocks
shall be a minimum of 150 mm.
24.13 The Bidder shall furnish all wire, conduits and terminals for the necessary interphase electrical
connections (where applicable) as well as between phases and common terminal boxes or
control cabinets.
24.14 All input and output terminals of each control cubicle shall be tested for surge withstand
capability in accordance with the relevant IEC Publications, in both longitudinal and transverse
modes. The Bidder shall also provide necessary filtering, surge protection, interface relays and
any other measures necessary to achieve an impulse withstand level at the cable interfaces of
the equipment.
25.1 Lamps
All incandescent lamps shall use a socket base as per IS-1258, except in the case of signal lamps.
25.2 Sockets
All sockets (convenience outlets) shall be suitable to accept both 5 Amp & 15 Amp pin round
Standard Indian plugs. They shall be switched sockets with shutters.
A 240 Volts, single Phase, 50 Hz AC plug point shall be provided in the interior of each cubicle
with ON- OFF Switch for connection of hand lamps.
Each panel shall be provided with necessary arrangements for receiving, distributing, isolating
and fusing of DC and AC supplies for various control, signalling, lighting and space heater
circuits. The incoming and sub-circuits shall be separately provided with miniature circuit
breaker/ switchfuse units. Selection of the main and Sub-circuit fuse ratings shall be such as to
ensure selective clearance of sub-circuit faults. Potential circuits for relaying and metering shall
be protected by HRC fuses.
All fuses shall be of HRC cartridge type conforming to IS-9228 mounted on plug-in type fuse
bases. Miniature circuit breakers with thermal protection and alarm contacts will also be
accepted. All accessible live connection to fuse bases shall be adequately shrouded. Fuses shall
have operation indicators for indicating blown fuse condition. Fuse carrier base shall have
imprints to the fuse rating and voltage. All control switches shall be of rotary type. Toggle piano
switches shall not be accepted.
26.0 BUSHINGS, HOLLOW COLUMN INSULATORS, SUPPORT INSULATORS
26.1 Bushings shall be manufactured and tested in accordance with IS: 2099 & IEC-60137 while
hollow column insulators shall be manufactured and tested in accordance with IEC-
62155/IS:5621. The support insulators shall be manufactured and tested as per IS:2544/IEC-
60168 and IEC-60273. The insulators shall also conform to IEC-60815 as applicable.
The bidder may also offer composite silicon rubber insulator, conforming to IEC-61462.
26.2 Support insulators, bushings and hollow column insulators shall be manufactured from high
quality porcelain. Porcelain used shall be homogeneous, free from laminations, cavities and
other flaws or imperfections that might affect the mechanical or dielectric quality and shall be
thoroughly vitrified tough and impervious to moisture.
26.3 Glazing of the porcelain shall be uniform brown in colour, free from blisters, burrs and similar
other defects.
26.5 When operating at normal rated voltage there shall be no electric discharge between the
conductors and bushing which would cause corrosion or injury to conductors, insulators or
supports by the formation of substances produced by chemical action. No radio interference
shall be caused by the insulators/bushings when operating at the normal rated voltage.
26.6 Bushing porcelain shall be robust and capable of withstanding the internal pressures likely to
occur in service. The design and location of clamps and the shape and the strength of the
porcelain flange securing the bushing to the tank shall be such that there is no risk of fracture.
All portions of the assembled porcelain enclosures and supports other than gaskets, which may
in any way be exposed to the atmosphere shall be composed of completely non hygroscopic
material such as metal or glazed porcelain.
26.7 All iron parts shall be hot dip galvanised and all joints shall be air tight. Surface of joints shall be
trued up porcelain parts by grinding and metal parts by machining. Insulator/bushing design
shall be such as to ensure a uniform compressive pressure on the joints.
26.8 Tests
In bushing, hollow column insulators and support insulators shall conform to type tests and
shall be subjected to routine tests in accordance with IS: 2099 & IS: 2544 & IS : 5621.
27.0 MOTORS
Motors shall be “Squirrel Cage” three phase induction motors of sufficient size capable of
satisfactory operation for the application and duty as required for the driven equipment and
shall be subjected to routine tests as per applicable standards. The motors shall be of approved
make.
27.1 Enclosures
a) Motors to be installed outdoor without enclosure shall have hose proof enclosure
equivalent to IP-55 as per IS: 4691. For motors to be installed indoor i.e. inside a box, the
motor enclosure, shall be dust proof equivalent to IP-44 as per IS: 4691.
b) Two independent earthing points shall be provided on opposite sides of the motor for
bolted connection of earthing conductor.
c) Motors shall have drain plugs so located that they will drain water resulting from
condensation or other causes from all pockets in the motor casing.
d) Motors weighing more than 25 Kg. shall be provided with eyebolts, lugs or other means
to facilitate lifting.
a) Continuous motor rating (name plate rating) shall be at least ten (10) percent above the
maximum load demand of the driven equipment at design duty point and the motor shall
not be over loaded at any operating point of driven equipment that will rise in service.
b) Motor shall be capable at giving rated output without reduction in the expected life span
when operated continuously in the system.
a) All induction motors shall be suitable for full voltage direct-on-line starting. These shall be
capable of starting and accelerating to the rated speed alongwith the driven equipment
without exceeding the acceptable winding temperature even when the supply voltage
drops down to 80% of the rated voltage.
b) Motors shall be capable of withstanding the electrodynamic stresses and heating imposed
if it is started at a voltage of 110% of the rated value.
c) The locked rotor current shall not exceed six (6) times the rated full load current for all
motors, subject to tolerance as given in IS:325.
d) Motors when started with the driven equipment imposing full starting torque under the
supply voltage conditions specified, shall be capable of withstanding atleast two
successive starts from cold condition at room temperature and one start from hot
condition without injurious heating of winding. The motors shall also be suitable for three
equally spread starts per hour under the above referred supply condition.
e) The locked rotor withstand time under hot condition at 110% of rated voltage shall be
more than starting time with the driven equipment of minimum permissible voltage by at
least two seconds or 15% of the accelerating time whichever is greater. In case it is not
possible to meet the above requirement, the Bidder shall offer centrifugal type speed
switch mounted on the motor shaft which shall remain closed for speed lower than 20%
and open for speeds above 20% of the rated speed. The speed switch shall be capable of
withstanding 120% of the rated speed in either direction of rotation.
a) The maximum permissible temperature rise over the ambient temperature of 50 degree C
shall be within the limits specified in IS:325 (for 3 - phase induction motors) after
adjustment due to increased ambient temperature specified.
b) The double amplitude of motor vibration shall be within the limits specified in IS: 4729.
Vibration shall also be within the limits specified by the relevant standard for the driven
equipment when measured at the motor bearings.
c) All the induction motors shall be capable of running at 80% of rated voltage for a period of
5 minutes with rated load commencing from hot condition.
The Bidder shall conduct following tests alongwith list of instruments and calibration
certificates to the Purchaser. If any additional test is required the same shall be conducted
without any extra cost to the Purchaser.
28.1 Circuit Breakers (Applicable for 400kV, 220kV & 132 kV)
28.1.(i) The manufacturer(s) whose SF6 Circuit Breaker are offered should have designed,
manufactured tested as per IEC/IS or equivalent standard supplied the same for the specified
system voltage and 40kA/ 50kA fault level or above class which are in satisfactory operation
for at least 2 (two) years as on the date of bid opening
Or
28.1.(ii)( The manufacturer(s) whose SF6 Circuit Breaker are offered who have recently established
a) production line in India for the specified system voltage or above class, based on technological
support of a parent company or collaborator for the respective equipment(s) can also be
considered provided the parent company (Principal) or collaborator meets qualifying
requirements stipulated under clause no 28.1.(i) given above.
And
28.1.(ii)( Furnishes (jointly with parent company or collaborator) a legally enforceable undertaking to
b) guarantee quality, timely supply, performance and warranty obligations as specified for the
equipment(s)
And
28.1.(ii)( Furnishes a confirmation letter from the parent company or collaborator along with the bid
c) stating that parent company or collaborator shall furnish performance guarantee for an
amount of 10% of the cost of such equipment(s). This performance guarantee shall be in
addition to contract performance guarantee to be submitted by the Bidder
28.2.(i) The manufacturer whose isolator are offered, should have designed, manufactured & tested as
per IS/IEC or equivalent standard and supplied the isolator for the specified system voltage and
and 40kA/ 50kA fault level or above class and should be in satisfactory operation for at least 2
(two) years as on the date of bid opening
Or
28.2.(ii)( The manufacturer(s) whose Isolator are offered who have recently established production line
a) in India for the specified system voltage or above class, based on technological support of a
parent company or collaborator for the respective equipment(s) can also be considered
provided the parent company (Principal) or collaborator meets qualifying requirements
stipulated under clause no 28.2.(i) given above.
And
28.2.(ii)( Furnishes (jointly with parent company or collaborator) a legally enforceable undertaking to
b) guarantee quality, timely supply, performance and warranty obligations as specified for the
equipment(s)
And
28.2.(ii)( Furnishes a confirmation letter from the parent company or collaborator along with the bid
c) stating that parent company or collaborator shall furnish performance guarantee for an
amount of 10% of the cost of such equipment(s). This performance guarantee shall be in
addition to contract performance guarantee to be submitted by the Bidder
28.3.(i) The manufacturer whose instrument transformers are offered, should have designed,
manufactured & tested as per IS/IEC or equivalent standard and supplied the same for the
specified system voltage for CT & VT and 40kA/ 50kA fault level or above class. These
equipment should be in satisfactory operation for at least 2 (two) years as on the date of bid
opening
Or
28.3.(ii)( The manufacturer(s) whose Instrument Transformer are offered who have recently established
a) production line in India for the specified system voltage or above class, based on technological
support of a parent company or collaborator for the respective equipment(s) can also be
considered provided the parent company (Principal) or collaborator meets qualifying
requirements stipulated under clause no 28.3.(i) given above.
And
28.3.(ii)( Furnishes (jointly with parent company or collaborator) a legally enforceable undertaking to
b) guarantee quality, timely supply, performance and warranty obligations as specified for the
equipment(s)
And
28.3.(ii)( Furnishes a confirmation letter from the parent company or collaborator alongwith the bid
c) stating that parent company or collaborator shall furnish performance guarantee for an
amount of 10% of the cost of such equipment(s). This performance guarantee shall be in
addition to contract performance guarantee to be submitted by the Bidder
(a) The manufacturer whose Surge Arresters are offered should have designed, manufactured and
tested as per IEC/IS or equivalent standard and supplied the Surge Arrester for the specified
energy capability with rated system voltage and which are in satisfactory operation for at least
2 (two) years as on the date of bid opening.
Or
(b) The manufacturer(s) whose Surge Arrestors are offered who have recently established
production line in India for the specified system voltage or above class, based on technological
support of a parent company or collaborator for the respective equipment(s) can also be
considered provided the parent company (Principal) or collaborator meets qualifying
requirements stipulated under clause no (a) given above.
And
Furnishes (jointly with parent company or collaborator) a legally enforceable undertaking to
guarantee quality, timely supply, performance and warranty obligations as specified for the
equipment(s)
And
Furnishes a confirmation letter from the parent company or collaborator alongwith the bid
stating that parent company or collaborator shall furnish performance guarantee for an
amount of 10% of the cost of such equipment(s). This performance guarantee shall be in
addition to contract performance guarantee to be submitted by the Bidder.
The cable shall be from the manufacturer who must have designed, manufactured, type tested
and supplied in a single contract at least 15 (fifteen) km of single core, 220kV or higher grade
XLPE insulated cable which must be in operation for at least 2 (two) years as on the date of bid
opening.
The cable shall be from the manufacturer who must have designed, manufactured, type tested
and supplied in a single contract at least 15 (fifteen) km of single core, 132kV or higher grade
XLPE insulated cable which must be in operation for at least 2 (two) years as on the date of bid
opening.
The cable shall be from the manufacturer who must have designed, manufactured, type tested
and supplied in a single contract at least 15 (fifteen) km of single core, 33kV or higher grade
XLPE insulated cable which must be in operation for at least 2 (two) years as on the date of bid
opening.
The manufacturers, whose PVC control cables are offered, should have designed,
manufactured, tested and supplied in a single contract at least 100 kms of 1.1 kV grade PVC
insulated control cables as on the date of bid opening. Further the manufacturer should also
have designed, manufactured, tested and supplied at least 1 km of 27C x 2.5 Sq.mm or higher
size as on the date of bid opening.
The manufacturer, whose PVC Power Cables are offered, should have designed, manufactured,
tested and supplied in a single contract atleast 100 kms of 1.1 kV or higher grade PVC insulated
power cables as on the date of bid opening. Further the manufacturer should also have
designed, manufactured, tested and supplied at least 1 km of 1C x 150 Sq. mm or higher size as
on the date of bid opening.
The Manufacturer, whose XLPE Power cables are offered, should have designed, manufactured,
tested and supplied in a single contract atleast 25 kms of 1.1 kV or higher grade XLPE insulated
power cables as on the date of bid opening. Further the manufacturer should also have
designed, manufactured, tested and supplied at least 1 km of 1C x 630 Sq. mm or higher size as
on the date of bid opening.
28.9 LT Switchgear
28.9.2 The Switchgear items (such as circuit breakers, fuse switch units, contactors etc.), may be of his
own make or shall be procured from reputed manufacturers and of proven design. At least one
hundred circuit breakers of the make and type being offered shall be operating satisfactory as
on date of bid opening.
The manufacturer whose Batteries are offered should have designed, manufactured and
supplied DC Batteries of the type specified and being offered, having a capacity of at least 600
AH and these shall be operating satisfactorily for two years in power sector and/or industrial
installations as on date of bid opening.
The manufacturer, whose Battery Chargers are offered, should have designed, manufactured
and supplied Battery Chargers generally of the type offered, with static automatic voltage
regulators and having a continuous output of at least ten (10) kW and these should be in
successful as on the date of bid opening.
28.11 LT Transformers
The manufacturer, whose transformers are offered should have designed, manufactured, type
tested including short circuit test as per IEC/IS or equivalent standards and supplied
transformers of at least 33 kV class of 800 kVA or higher. The transformer should have been in
successful operation for at least 2 years as on the date of bid opening.
The bidder or his sub-vendor should have designed, supplied, tested, erected and
commissioned at least one number fire protection system of the each type described in (i), (ii),
(iii) and (iv) below in installations such as power plants, substations, refineries, fertilizer plants
or other industrial or commercial installations. Such systems must have been designed to the
recommendations of Tariff Advisory Committee of India or any other international reputed
authority like (FOC, London or NFPA, USA etc.) executed during last ten (10) years and should
have been in successful operation for at least 2 (two) years as on the date of bid opening.
In case bidder himself do not meet the requirement of design, he can engage a consultant(s)
who must have designed the above system, which must be in successful operation for at least
two years as on the date of bid opening.
28.13 Control and Relay Panels ( 400 kV, 220 kV, 132 kV & 33 kV)
The manufacturer whose Control, Relay & Protection System (Control & protection Intelligent
Electronic Devices (IEDs)), and Sub-station Automation System (If applicable) are offered should
have designed, manufactured, tested, installed and commissioned Control, Relay & Protection
system along with Sub-station Automation System which must be in satisfactory operation on
specified voltage level or above for atleast 2 (two) years on the date of bid opening.
AND
The Manufacturer or their joint venture or subsidiary company must have established repair,
testing and integration (for at least 4 bays) facilities for Control, Relay & Protection System and
Sub-station Automation System in India.
CORONA AND RADIO INTERFERENCE VOLTAGE (RIV) TEST
1.0 General
Unless otherwise stipulated, all equipment together with its associated connectors, where
applicable, shall be tested for external corona (for 400 kV & above) both by observing the
voltage level for the extinction of visible corona under falling power frequency voltage and by
measurement of radio interference voltage (RIV) for 132 kV above.
The test voltage levels for measurement of external RIV and for corona extinction voltage are
listed under the relevant clauses of the specification.
3.1 RIV tests shall be made according to measuring circuit as per International Special-Committee
on Radio Interference (CISPR) Publication 16-1(1993) Part -1. The measuring circuit shall
preferably be tuned to frequency with 10% of 0.5 MHz but other frequencies in the range of
0.5 MHz to 2 MHz may be used, the measuring frequency being recorded. The results shall be
in microvolts.
3.2 Alternatively, RIV tests shall be in accordance with NEMA standard Publication No. 107-1964,
except otherwise noted herein.
3.3 In measurement of, RIV, temporary additional external corona shielding may be provided. In
measurements of RIV only standard fittings of identical type supplied with the equipment and
a simulation of the connections as used in the actual installation will be permitted in the
vicinity within 3.5 meters of terminals.
3.4 Ambient noise shall be measured before and after each series of tests to ensure that there is
no variation in ambient noise level. If variation is present, the lowest ambient noise level will
form basis for the measurements. RIV levels shall be measured at increasing and decreasing
voltages of 85%, 100%, and 110% of the specified RIV test voltage for all equipment unless
otherwise specified. The specified RIV test voltage for 400kV, 220kV, 132kV is listed in the
detailed specification together with maximum permissible RIV level in microvolts.
3.5 The metering instruments shall be as per CISPR recommendation or equivalent device so long
as it has been used by other testing authorities.
3.6 The RIV measurement may be made with a noise meter. A calibration procedure of the
frequency to which noise meter shall be tuned shall establish the ratio of voltage at the high
voltage terminal to voltage read by noisel meter.
The purpose of this test is to determine the corona extinction voltage of apparatus,
connectors etc. The test shall be carried out in the same manner as RIV test described above
with the exception that RIV measurements are not required during test and a search
technique shall be used near the onset and extinction voltage, when the test voltage is raised
and lowered to determine their precise values. The test voltage shall be raised to 110% of
specified corona extinction voltage and maintained there for five minutes. In case corona
inception does not take place at 110%, test shall be stopped, otherwise test shall be continued
and the voltage will then be decreased slowly until all visible corona disappears. The
procedure shall be repeated at least 4 times with corona inception and extinction voltage
recorded each time. The corona extinction voltage for purposes of determining compliance
with the specification shall be the lowest of the four values at which visible corona (negative
or positive polarity) disappears. Photographs with laboratory in complete darkness shall be
taken under test conditions, at all voltage steps i.e. 85%, 100%, and 110%. Additional
photographs shall be taken at corona inception and extinction voltages. At least two views
shall be photographed in each case using Panchromatic film with an ASA daylight rating of 400
with an exposure of two minutes at a lens aperture of f/5.6 or equivalent. The photographic
process shall be such that prints are available for inspection and comparison with conditions
as determined from direct observation. Photographs shall be taken from above and below the
level of connector so as to show corona on bushing, insulators and all parts of energised
connectors. The photographs shall be framed such that test object essentially, fills the frame
with no cut-off.
For recording purpose, modern devices utilizing UV recording methods such as image
intensifier may also be used.
4.1 The test shall be recorded on each photograph. Additional photograph shall be taken from
each camera position with lights on to show the relative position of test object to facilitate
precise corona location from the photographic evidence.
4.2 In addition to photographs of the test object preferably four photographs shall be taken of the
complete test assembly showing relative positions of all the test equipment and test objects.
These four photographs shall be taken from four points equally spaced around the test
arrangement to show its features from all sides. Drawings of the laboratory and test set up
locations shall be provided to indicate camera positions and angles. The precise location of
camera shall be approved by Purchaser’s inspector, after determining the best camera
locations by trial energisation of test object at a voltage which results in corona.
4.3 The test to determine the visible corona extinction voltage need not be carried out
simultaneously with test to determine RIV levels.
4.4 However, both test shall be carried out with the same test set up and as little time duration
between tests as possible. No modification on treatment of the sample between tests will be
allowed. Simultaneous RIV and visible corona extinction voltage testing may be permitted at
the discretion of Purchaser’s inspector if, in his opinion, it will not prejudice
other test.
In addition to the information previously mentioned and the requirements specified as per
CISPR or NEMA 107-1964 the following data shall be included in test report:
ANNEXURE – B
The seismic withstanding test on the complete equipment (for 132 kV and above) shall be
carried out alongwith supporting structure.
The Bidder shall arrange to transport the structure from his Contractor’s premises/UPPTCL
sites for the purpose of seismic withstand test only.
The seismic level specified shall be applied at the base of the structure. The accelerometers
shall be provided at the Terminal Pad of the equipment and any other point as agreed by the
Purchaser. The seismic test shall be carried out in all possible combinations of the equipment.
The seismic test procedure shall be furnished for approval of the Purchaser.
ANNEXURE – C
LIST OF SPECIFICATIONS
CIRCUIT BREAKERS
SURGE ARRESTERS
Disconnecting Switches
MOTORS
Battery Charger
Galvanizing
Painting
DIESEL ENGINES
PG Test Procedures
D.G. SET
Steel Structures
IS-1239 (Part 1 and 2) - Mild steel tubes, tubulars and other wrought
steel
fittings
IS-3589 - Seamless Electrically welded steel pipes for
water, gas and sewage.
IS-6392 - Steel pipe flanges
ASME - Boiler and pressure vessel code
ASTM-A120 - Specification for pipe steel, black and hot dipped,
zinc-coated (Galvanized) welded and seamless
steel pipe for ordinary use
ASTM-A53 - Specification for pipe, steel, black, and hotdipped,
zinc coated welded and seamless
ASTM-A106 - Seamless carbon steel pipe for high temperature
service
ASTM-A284 - Low and intermediate tensile strength carbonsilicon
steel plates for machine parts and general
construction.
ASTM-A234 - Pipe fittings of wrought carbon steel and alloy
steel for moderate and elevated temperatures
ASTM-S181 - Specification for forgings, carbon steel for general
purpose piping
ASTM-A105 - Forgings, carbon steel for piping components
ASTM-A307 - Carbon steel externally threated standard
fasteners
ASTM-A193 - Alloy steel and stainless steel bolting materials for
high temperature service
ASTM-A345 - Flat rolled electrical steel for magnetic
applications
ASTM-A197 - Cupola malleable iron
ANSI-B2.1 - Pipe threads (Except dry seal)
ANSI-B16.1 - Cast iron pipe flangesand glanged fitting. Class
25, 125, 250 and 800
ANSI-B16.1 - Malleable iron threaded fittings, class 150 and
300
ANSI-B16.5 - Pipe flanges and flanged fittings, steel nickel alloy
and other special alloys
ANSI-B16.9 - Factory-made wrought steel butt welding fittings
ANSI-B16.11 - Forged steel fittings, socket-welding and threaded
ANSI-B16.14 - Ferrous pipe plug, bushings and locknuts with
piplethreads
ANSI-B16.25 - Butt welding ends
ANSI-B18.1.1 - Fire hose couplings screw thread.
ANSI-B18.2.1 - Inch series square and hexagonal bolts and
screws
ANSI-B18.2.2 - Square and hexagonal nuts
NSI-B18.21.1 - Lock washers
ANSI-B18.21.2 - Plain washers
ANSI-B31.1 - Power piping
ANSI-B36.10 - Welded and seamless wrought steel pipe
ANSI-B36.9 - Stainless steel pipe
Lighting Panels
Electrical Installation
LT SWITCHGEAR
IS:8623 (Part-I) Specification for low voltage switchgear and control
gear
assemblies
IS:13947 (Part-I) Specification for low voltage switchgear and control
gear,
Part 1 General Rules
IS:13947 (part-2) Specification for low voltage switchgear and control
gear,
Part 2 circuit breakers.
IS:13947 (part-3) Specification for low voltage switchgear and control
gear.
Part 3 Switches, Disconnectors, Switch-disconnectors
and fuse combination units
IS:13947 (part-4) Specification for low voltage switchgear and control
gear.
Part 4 Contactors and motors starters.
IS:13947 (part-5) Specification for low voltage switchgear and control
gear.
Part 5 Control-circuit devices and switching elements
IS:13947 (part-6) Specification for low voltage switchgear and control
gear.
Part 6 Multiple function switching devices.
IS:13947 (part-7) Specification for low voltage switchgear and control
gear.
Part 7 Ancillary equipments
IS:12063 Degree of protection provided by enclosures
IS:2705 Current Transformers
IS:3156 Voltage Transformers
IS:3231 Electrical relays for power system protection
IS:1248 Electrical indicating instruments
IS:722 AC Electricity meters
IS:5578 Guide for Marking of insulated conductors
of apparatus terminals
IS:13703 (part 1) Low voltage fuses for voltage not exceeding 1000V AC
or
1500V DC Part 1 General Requirements
IS:13703 (part 2) Low voltage fuses for voltage not exceeding 1000V AC
or
1500V DC Part 2 Fuses for use of authorized persons
IS:6005 Code of practice of phosphating iron and steel
IS:5082 Wrought Aluminum and Aluminum alloys for electrical
purposes
IS:2633 Hot dip galvanising
FORM ‘A’
"The Purchaser" or the Corporation shall means the UPPTCL and shall include
his successors and assigns.
The "Bidder" shall mean the Bidder whose Bid shall be accepted by the
Purchaser, and shall include such Bidder's heirs, legal representatives successors
and assigns.
The "Sub-Bidder" shall mean the person named in the Contract for any part of
the work or any person to whom any part of the Contract has been sublet with
the consent in writing of the Engineer and the heirs, legal representatives
successors and assigns of such person.
The "Engineer" shall mean the officer placing the order for the work, with the
Bidder and such other officer as may be authorised and appointed in writing by
the Purchaser to act as Engineer for the purposes of the Contract and in case no
such officer has been so appointed, the Purchaser or his duly authorised
representative.
The "Contract" shall mean and include the General Conditions, Specifications,
Schedules, Drawings, Form or Bid, Covering Letter, Schedule of Prices, or the final
General Conditions, Specifications and Drawings and the Agreement to be
entered into under clause 3 of these General Conditions.
The ‘Site’ shall mean the site of the proposed work as detailed in the
Specification or an other place in Uttar Pradesh where work is to be executed
under the Contract.
"Commercial Use" shall mean that use of the work which the contract
contemplates or of which it is commercially capable.
"Month" shall mean calendar month.
Words importing the singular only shall also include the plural and vice versa
where the context requires.
2. The Bidder shall be deemed to have carefully examined the General Bidder to
Conditions, Specifications, Schedules and Drawings. If he shall have any doubt as inform
to the meaning of any portion of these General Conditions or of the Specification, himself fully.
he shall, before signing the Contract, set forth the particulars thereof and submit
them to the Engineer in writing, in order that such doubt may be removed.
Further, if required by the Purchaser, the Bidder shall deposit with the
Purchaser as security for the due and faithful performance of the Contract such
sums not being less than one per cent of the total value of the Contract as may be
fixed by the Purchaser either in case or in any other form approved by the
Purchaser. The security deposit shall be refunded to the to the Bidder on the
satisfactory completion of tests and the taking over of the plant by the Purchaser.
After the Bid has been accepted by the Purchaser, all order or instructions to
the Bidder shall, except as in otherwise provided, be given by the Engineer on
behalf of the Purchaser.
4. The Bidder shall submit in duplicate, to the Engineer for his approval, Contract
drawings of the General Arrangement of the works to be carried out and of such drawings.
detailed drawings, other than shop drawings as may be reasonably necessary.
Within fourteen days of the receipt of such drawings the Engineer shall signify
his approval or otherwise of the same, and in the event of his disapproving the
drawing, the contactor shall submit further drawings for approval.
These drawings when so signed shall become the property of the Purchaser
and be deposited with the Engineer, and shall not be departed from in any way
whatso ever except by the written permission of the Engineer as hereinafter
provided. During the execution of the works, one of the sets of drawings shall be
available for reference on the site.
In the event of the Bidder desiring to possess a signed set of drawings he shall
supply four sets instead of three sets and in this case the Engineer shall sign the
fourth set return the same to the Bidder.
The Bidder if required by the Engineer shall supply in addition copies of any
drawings other than shop drawings which may reasonably be required for the
purpose of the Contract and may make a reasonable charge of such copies.
The Engineer, or his duly authorised representative, whose name shall have
previously been communicated in writing to the Bidder, shall have the right, at all
reasonable times, to inspect, at the factory of the Bidder, drawings of any portion
of the work.
5. The Bidder shall be responsible for and shall pay for any alterations of the Mistake in
work due to any discrepancies, errors and omission in the drawings or other drawings.
particulars supplied by him, whether such drawings or particulars have been
approved by the Engineer or not, provided that if such discrepancies, errors or
omissions are due to inaccurate information or particulars furnished to the Bidder
by the Engineer, any alterations in the work necessitated by reason of such
inaccurate information or particulars shall be paid for by the Purchaser.
If any dimensions figured upon a drawing or a plan differ from those obtained
by scaling the drawing or plan, the dimensions as figured upon the drawing or
plan shall be taken as correct.
6. The Bidder shall not, without the consent, in writing of the Engineer or Subletting of
Purchaser, which shall not be unreasonably withheld assign or sublet his Contract, Contract.
or any substantial part thereof other than for raw materials, for minor details, or
for any part of the work of which the makers are named in the Contract, provided
that any such consent shall not relieve the Bidder from any obligation, duty, or
responsibility under the Contract.
7. In the event of any claim or demand being made or action being brought Patent rights.
against the Purchaser for infringement or alleged infringement of letters-patent in
respect of any machine, plant, work or thing used or supplied by the Bidder under
this Contract or in respect of any method of using or working by the Purchaser of
such machine, plant, work or thing, the Bidder will indemnify the Purchaser
against such claim or demand and all costs and expenses arising from or incurred
by reasons of such claim or demand PROVIDED THAT the Purchaser shall notify
that Bidder immediately any claim is made and that the Bidder shall be at liberty if
he so desires with the assistance of the Purchaser if required but at the Bidder's
own expenses, to conduct all negotiations for the settlement of the same or any
litigation that may arise therefrom and PROVIDED THAT no such machine, plant,
work or thing shall be used by Purchaser for any purpose or in any manner other
than for which they have been supplied by the Bidder and specified under this
Contract.
7-A The Bidder shall train at his works--------------Engineer/ Engineers of the Training of
Purchaser in the manufacture and assembly of machinery and its parts for a Engineer.
period of ---------------. A separate agreement for such training shall be signed by
the Engineer/ Engineers selected for training, the Purchaser and the Bidder on the
form appended hereto.
8. The Plant shall be manufactured and constructed in the best and most Quality of
substantial and most workmanlike manner and with materials of the best or of material.
approved qualities for their respective uses.
9. The Bidder shall be responsible for securely protecting and packing the Packing.
plant so as to avoid damage under normal conditions of transport.
10. The cost of delivering the whole of the material f.o.r. at the railway Delivery.
station specified or on the site as the specification may define and the cost of
packing and unless otherwise agreed, import duties and customs dues shall be
borne by the Bidder.
11. Except as hereinafter provided, the Purchaser shall, unless otherwise Fencing and
specified be responsible for the proper fencing, guarding, lighting and watching of lighting for
all works other than transmission lines comprised in the Contract and for the works other
proper provision of temporary, roadways, footways, guards and fences as far as than
the same may be rendered necessary by reason of the work for the transmission
accommodation and protection of foot-passengers or other traffic and of the lines.
owners and occupiers of adjacent property and of the public.
The Bidder shall at all time provide sufficient fencing, notice boards lights and For
watchmen to protect and warn the public and guard the work of transmission transmission
lines and in case the Bidder fail to make such provision or the provision made by lines.
him is considered by the Purchaser to be inadequate, the Purchaser may make
such provisions or further provisions as he may consider necessary and charge the
cost thereof to the Bidder.
If during the period of erection of a plant the Bidder or his workmen or For all works.
servants shall injure or destroy any part of a building or other structure
contiguous to the work in progress or if any damage shall be caused from any
cause whatsoever to other works (whether in progress or completed) forming
part of the work for which the plant is being installed or if any imperfections
become apparent in these works the causes of which imperfections are
attributable to the Bidder or his workmen or servants, the Bidder shall make good
such damages and imperfections and if he fails to do so within a reasonable time,
the Purchaser may cause the same to be made good and may deduct the cost
thereof from any sum that may then or at any time thereafter become due to the
Bidder or from his security deposit or the proceeds of sale thereof or of a
sufficient portion thereof or may recover it otherwise.
12. No alterations, amendments, omissions, additions, suspensions or Power to
variations of the work (hereinafter referred to as "variations") under the Contract vary or omit
as shown by the Contract drawings of the Specification shall be made by the work.
Bidder except as directed in writing by the Engineer; but the Engineer shall have
full power, subject the proviso hereinafter contained, from time to time during
the execution of the Contract by notice in writing to instruct the Bidder to make
such variation without prejudice to the Contract, and the Bidder shall carry out
such instructions and be bound by the same conditions as far as applicable, as
through the said variations occurred in the Specification. If any suggested
variations would, in the opinion of the Bidder, if carried out, prevent him from
fulfilling any of his obligations or guarantees under the Contract, he shall notify
the Engineer thereof in writing, and the Engineer shall decide forthwith whether
or not the same shall be carried out, and if the Engineer confirms his instructions,
the Bidder's obligations and guarantees shall be modified to such an extent as
may be justified. The difference of cost, if any occasioned by any such variations,
shall be added or deducted from Contract price as the case may require. The
amount of such difference, if any, shall be ascertained and determined in
accordance with the rates specified in the Schedules of Prices, so far as the same
may be applicable and where the rates are not contained in the said Schedules or
are not applicable, they shall be settled by the Engineer and Bidder, jointly, as far
as possible, before such variations are carried out: Provided that the Purchaser
shall not become liable for the payment of any charge in respect of any such
variations, unless the instruction for the performance of the same shall have been
given in writing by the Engineer.
In the event of the Engineer requiring any variations, such reasonable and
proper notice shall be given to the Bidder as will enable him make his
arrangements accordingly, and in cases where goods or materials have already
been prepared or any designs, drawings or patterns have been made or work
done that require to be altered, the Engineer shall allow such compensation in
respect thereof as he shall consider reasonable:
Provided that no such variation shall except with the consent in writing of the
Bidder, be such as will involve an increase or decrease of the total price payable
under the Contract by more than 10 per cent thereof.
In every case in which the Bidder shall receive instructions from the Engineer
for carrying out any work which either then or later will in the opinion of the
Bidder, involve a claim for additional payment, the Bidder shall, as soon as
reasonably possible after the receipt of such instructions, inform the Engineer of
such claim for additional payment.
13. If the Bidder shall neglect to execute the work with due deligence and Negligence.
expedition, or shall refuse or neglect to comply with any reasonable orders given
him in writing by the Engineer in connexion with work, or shall contravene any
provision of Contract the Purchaser may give seven days’ notice in writing to the
Bidder, to make good the failure, neglect or contravention complained of and if
the Bidder shall fail to comply with the notice within a reasonable time from the
date of service thereof in the case of a failure, neglect, or contravention capable
of being made good within that time, then and in such case the Purchaser shall be
at liberty to employ other workmen and forth with perform such work as the
Bidder may have neglected to do, or if the Purchaser shall think fit, it shall be
lawful for him to take the work wholly, or in part out of the Bidder's hands and
give it to another person on contract at a reasonable price or provided any other
materials, tools, tackle or labour for the purpose of completing the work, or any
part thereof, and in that event the Purchaser shall, without being responsible to
the Bidder for fair wear and tear of the same, have the free use of all the
materials, tools, tackle, or other things which may be on the site, for use at any
time in connection with the work to the exclusion of any right of the Bidder over
the same, and the Purchaser shall be entitled to retain and apply any balance
which may be otherwise due on the Contract by him to the Bidder such part
thereof as may be necessary, to the payment of the cost of executing such work
as aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to
the Bidder, and the Bidder fails to make good the deficiency the Purchaser may
recover it from the Bidder in any lawful manner or the Purchaser may sell the said
materials, tools, tackle or other things belonging to the Bidder, and the proceeds
of such sale shall be applied towards the payment of such deficiency and the costs
of and incidental to such sale and any balance remaining after crediting the same
shall be paid to the Bidder on the certificate of the Engineer, provided that when
all expenses, cost and charges incurred in the completion of the work are paid by
the Bidder, all such materials, tools, tackle or other things remaining unsold shall
be removed by the Bidder.
14. If the Bidder shall die or commit any act of bankruptcy, or being a Death,
corporation commence to be wound up except for reconstruction purposes or Bankruptcy
carry on its business under a Receiver, the executors, successors or other etc.
representative in law of the estate of the Bidder or any such Receiver Liquidator
or any person in whom, the Contract may become vested shall forthwith give
notice thereof in writing to the Purchaser and shall for one month during which
he shall take all reasonable steps to prevent a stoppage of the works, have the
option of carrying out the Contract subject to his or their providing such
guarantee as may be required by the Purchaser but not exceeding the value of
the work for the time being remaining unexecuted. In the event of stoppage of
the works the period of the option under this clause shall be fourteen days only:
Provided that should the above option not be exercised, the Bidder may be
determined by the Purchaser by notice in writing to the Bidder and the Purchaser
may exercise the same power which he could have under the proceeding clause if
the work had been taken out of Bidder's hands under that clause.
15. The Engineer and his duly authorized representatives shall have and at Inspection.
all reasonable times access to the Bidder's premises, and shall have the power at
all reasonable times to inspect and examine the materials and workmanship of
the plant during its manufacture there; and if part of the plant is being
manufactured on other premises the Bidder shall obtain for the Engineer and for
his duly authorised representative permission to inspect it as the plant was
manufactured on the Bidder's own premises.
The Engineer shall, on giving seven days’ notice in writing to the Bidder
setting out any grounds of objections which he may have in respect of the work,
be at liberty to reject all or any part or workmanship connected with such work
which in his opinion are not in accordance with the Contract or are in his opinion
defective for any reason whatever : Provided that, if such notice be not sent to
the Bidder within reasonable time after the grounds upon which such notice is
based have come to the knowledge of the Engineer he shall not be entitled to
reject the said plant or workmanship on such grounds Unless specifically provided
otherwise all tests shall be made at the Bidder's work before shipment.
The Bidder shall, if required give the Engineer notice of any materials being
ready for testing, and the Engineer or his said representative if so desired shall, on
giving twenty-four hours’ previous notice in writing to the Bidder, attend at the
Bidder's premises within seven days of the date on which the material is notified
as being ready, failing which visit the Bidder may proceed with the tests which
shall be deemed to have been made in the Engineer’s presence, and he shall
forthwith forward to the Engineer duly certified copies of the tests in duplicate.
In all cases where the Bidder provides for tests whether at the premises of the Test at
Bidder or of any Sub-Bidder, the Bidder, except where otherwise specified shall Bidder's
provide free of charges such labour, materials, electricity, fuel, water stores, premises.
apparatus and instruments as may reasonably be demanded to carry out
efficiently such tests of the plant in accordance with the contract and shall give
facilities to the Engineer or to his authorised representative to accomplish such
testing.
If special tests other than those specified in the Contract are required they
shall be paid for by the Purchaser as “variations" under clause 12.
When the tests have been satisfactorily completed at the Bidder's works the
Engineer shall issue a certificate to the effect.
In all cases where the Contract provides for test on the site the Purchaser, Test on site.
except where otherwise specified, shall provide, free of charges, such labour,
materials, electricity, fuel, water, stores apparatus and instruments as may be
required from to time and as may reasonably be demanded efficiently to carry
out such test of the plant or workmanship in accordance with Contract. In the
case of the Bidder requiring electricity for tests on site such electricity shall be
supplied to the Bidder in the most convenient form available.
16. No plant shall be forwarded until shipping instruction shall have been Delivery of
given to the Bidder. plant.
17. The suitable access to and possession of the site shall be afforded to the Access to site
Bidder by the Purchaser in reasonable time, and the Purchaser shall have any and work on
foundations to be provided by him ready when required by the Bidder. Where a site.
crane is available, its safe lifting capacity shall be stated in the Specification, and it
shall be available for free use of the Bidder until the plant is taken over.
The work, so far as it is carried out on the Purchaser's premises, shall be Only
carried out at such time as the Purchaser may approve and so as not to interfere applicable
unnecessarily with the conduct of the Purchaser's business, but the Purchaser to complete
shall give the Bidder all reasonable facilities for carrying out the work. erection
contract.
No person other than the Bidder, Sub-Bidders, and workmen and the Bidder's
duly authorized agents shall, except with the special permission in writing of the
Engineer or his representative, be allowed to do any work on the site in
connection with the erection of the work, but access to the works shall at all
times be accorded to the Engineer and his representatives and other authorized
officials or representatives of the Purchaser.
The Bidder shall permit the execution of work by other Bidders or tradesmen
whose names shall have been previously communicated in writing to the Bidder
by the Engineer, and afford them every facility for the execution of their several
works simultaneously with his own.
The Purchaser shall provide all the unskilled labour and facilities necessary for
the execution of work included in the Contract unless otherwise specified.
18. All the work shall be carried out under the direction and to the Engineer's
reasonable satisfaction of the Engineer. If supervision of the erection or complete supervision.
erection is included in the Contract, the Bidder shall be responsible for the
correctness of the positions, levels and dimensions, of the work according to the
drawings notwithstanding that he may have been assisted by the Engineer in
setting out the same.
19. In respect of all matters which are left to the decision of the Engineer, Engineer's
including the granting or withholding of certificates, the Engineer shall, if required decision.
so to do by the Bidder, give in writing a decision thereon and his reason for such
decision. If the decision is not accepted by the Bidder the matter will, at the
request of the Bidder, be referred to arbitration under the provision for
arbitration hereinafter contained but subject to this right of reference to
arbitration such decision shall be final and binding on the Bidder.
20. If the supervision of erection or complete erection is also included in the Bidder's
Contract, the Bidder shall employ at least one competent representative, and representativ
whose name or names shall have previously been communicated in writing to the es and
Engineer by the Bidder to superintend the erection of the plant and the carrying workmen.
out of the works. The said representative, or if more than one shall be employed
then one of such representatives, shall be present on the site during working
hours, and any written orders or instructions which the Engineer or his duly
authorized representative whose name shall have been previously communicated
in writing to the Bidder may give to the said representative of the Bidder shall be
deemed to have been given to the Bidder.
The Engineer shall be at liberty to object to any representative or person
employed by the Bidder in the execution of or otherwise about the works who
shall in his opinion misconduct himself or be incompetent or negligent and the
Bidder shall remove the person so objected to upon receipt from the Engineer of
notice in writing requiring him to do so and shall provide in his place a competent
representative at the Bidder's expense
The Purchaser shall provide suitable living accommodation on the site for the
use of Bidder's representative unless the Bidder exempts him from this liability.
21. The Bidder shall be responsible for loss, damage or depreciation of the Liability for
plant until the same is taken over under clause 35 or is deemed under that clause accidents and
to have been taken over : Provided always that the Bidder shall not be damage.
responsible for any such loss, damage and depreciation occurring during such
period that the plant is operated by the Purchaser's staff prior to being taken over
in accordance with clause 35.
Until the plant is taken over is deemed to have been taken over as aforesaid,
the Bidder shall also be liable for and shall indemnify the Purchaser in respect of
all injury to person or damage to property resulting from the negligence of the
Bidder or his workmen or sub-Bidders or from defective design, or work, but not
from other cause :
Provided that the Bidder shall not be liable for any loss of profit or loss of
Contract or any other claim made against the Purchaser not already provided for
in the Contract, not for any injury or damage caused by or arising from the acts of
the Purchaser or of any other person or due to circumstances over which the
Bidder has no control, nor shall his total liability for loss, damage, or injury in this
clause exceed the total value of Contract.
The Bidder will indemnify and save harmless the Purchaser against all actions,
suits, claims, demands, costs, or expenses arising in connexion with injuries (other
than such as may be attributable to the Purchaser or his employees) suffered
prior to the date when the plant shall have been taken over under clause 35 here
of by persons employed by the Bidder or his sub-Bidder on the work, whether at
Common Law or under the Workmen's Compensation Act, 1923 or any other
statute in force at the date of contract relating to the question of the liability of
employers for injuries suffered by employees, and will if called upon to do so take
out the necessary policy of insurance to cover such indemnity.
In the event of any claim being made, or action brought against the Purchaser Only
involving the Bidder and arising out of the matters referred to and in respect of applicable
which the Bidder is liable under this clause, the Bidder shall be immediately complete
notified there of and he shall with the assistance, if he so requires, of the erection
Purchaser but at the sole expense of the Bidder conduct all negotiations for the Contract.
settlement of the same or any litigation that may arise therefrom. In such case,
the Purchaser shall, at the request and expense of the Bidder, afford all
reasonable and available assistance for any such purpose.
22. The Bidder shall insure the plant, and shall keep it insured against loss by Insurance.
theft, destruction or damage by fire, flood, under exposure to the weather, or
through riot, civil commotion, war or rebellion, for the full value of the plant from
the time of delivery of f.o.b. British Port until the plant is taken over under clause
35. This insurance shall also cover loss by theft on site in the case of Contracts
where the Bidder is responsible for complete erection, but not in other cases,
23. If during the progress of the work the Engineer shall decide and notify in Replacement
writing to the Bidder that the Bidder has executed any unsound or imperfect work of defective
or has supplied any plant inferior in quality to that specified the Bidder on work or
receiving details of such defects or deficiency shall, at his own expense, within materials.
such time as may be reasonably necessary for making it good, proceed to alter,
reconstruct or remove such work, or supply fresh materials up to the standard of
the Specification and in case the Bidder shall fail so to do, the Purchaser may, on
giving the Bidder seven days’ notice in writing of his intention so to do, proceed to
remove the work complained of, and, at the cost of the Bidder, perform all such
work or supply all such material, provided that nothing in this clause shall be
deemed to deprive the Purchaser of or affect any right under the contract, which
he may otherwise have in respect of such defects or deficiencies.
24. All costs, damages expenses which the Purchaser may have paid, for Deductions
which under the Contract the Bidder is liable, may be deducted by the Purchaser from contract
from any moneys due or which may become due by him to the Bidder under the price.
Contract, or may be recovered by suit or otherwise from the Bidder.
Any sum of money due and payable, to the Bidder (including security deposit
returnable to him) under this contract may be appropriated by the Purchaser and
set off against any claim of the Purchaser for the payment of a sum of money
arising out of or under any other contract made by the Bidder with the Purchaser.
25 (1) Subject to any deduction which the Purchaser may be authorized to Terms of
make under the Contract, or subject to any additions or deductions provided for payment.
under clause 12, the Bidder shall be entitled to payments as follows:
(a) Eighty per cent of the f.o.r. Contract value of the plant in rupees on
receipt by the Purchaser of the Bidder's invoice giving the number and
date of railway receipt covering the dispatch of the plant from Indian
Port and of the advice note giving case number and contents, together
with a certificate by the Bidder to the effect that the plant detailed in the
said advice note has actually been dispatched under the said railway
receipt and that the Contract value of the said plant so dispatched is not
less than the amount entered in the invoice.
(b) Ten per cent of the f.o.r. Contract value of the plant on satisfactory
completion of test and taking over of the plant.
(c) Ten percent of the f.o.r. Contract value of the plant at the end of twelve
month from the date of taking over.
(d) For the erection of the plant, in proportion of the progress of the work
on the receipt by the Purchaser of monthly invoices submitted by the
Bidder supported by the certificates of the Engineer.
(2) If the time at which either of the instalments due under sub-clauses (b)
and (c) of clause (1) hereof become payable there are minor defects in the plant
which are not of such importance as to effect the full commercial use of the plant,
then the Purchaser shall be entitled to retain only such part of the instalment
then due as represents the cost of making good such minor defects and any sum
so retained shall, subject to the provisions of clause 36 become due upon such
minor defects being made good.
(3) If the Purchaser desires that the plant or any portion thereof should not
be dispatched by the Bidder when it is due for dispatch, the Bidder shall store
such plant or portion at his works and be responsible for all risk . For such storage
the Purchaser shall pay to the Bidder at a rate to be mutually agreed upon
between the parties but not exceeding 5s (Five shillings) per ton per week,
payable quarterly plus interest at one per cent per annum above the current rate
of the State Bank of India on 80 per cent of the Contract value of the plant or
portion thereof so stored, for the period from the date on which the said plant or
portion become due and is ready for shipment up to the date on which it is
actually shipped.
25. A. In the event of the supplier / Bidder / company not being able to
supply the materials or to carry out works in accordance with the terms of this
contract, the Government / Purchaser / Owner shall have the right to recover any
sum advanced in accordance with the clause 25 from the supplier / Bidder /
company and from his / its assets.
26. In any case where the Contract price includes a provisional sum to be Provisional
provided by the Bidder for meeting the expense of extra work or for work to be sums.
done or materials to be supplied by a Sub-Bidder, such sum shall be expended or
used, either wholly or in part, or be not used, at the discretion of the Engineer
and entirely as he may decide and direct. If no part or only a part thereof be used
then the whole or the part not used as the case may be, shall be deducted from
the Contract price. If the sum used is more than such provisional sum the Bidder
shall pay the excess. In the case of materials supplied on work done by a Sub-
Bidder the total of the net sums paid to the Sub-Bidder on account of such
materials or work and a sum equal to 10 per cent of such net sum allowed as
Bidder's profit shall be deemed to be the sum used. None of the works or articles
to which such sum of money refers shall be done or purchased without the
written order of the Engineer. The Bidders shall allow the Sub-Bidders every
facility for the supply of materials or execution of their several works
simultaneously with his own and shall within fourteen days after the Engineer has
requested him in writing so to do, pay the dues of such Sub-Bidders on account of
such materials or work PROVIDED ALWAYS that the Bidder shall have no
responsibility with regard to such work or articles unless he shall have previously
approved the Sub-Bidder and/or the material or plant to be supplied.
27. Every application to the Engineer for a certificate must be accompanied Certificates
by a detailed invoice (in duplicate) setting forth in the order of the Schedule of of Engineer.
prices, particulars of the work executed, and the certificate as to such plant or
work as in the reasonable opinion of the Engineer in accordance with the Contract
shall be issued within fourteen days if possible or for other than ( the first
payment within such time of application for ) the same as is reasonably necessary
for communication with the site.
28. Payment shall be due and payable by the Purchaser in accordance with Due dates of
the provisions of clause 25 hereof at the end of the month following that in which payment.
invoices for the amounts due together with necessary documents are received by
the Purchaser, provided that the Purchaser shall not be bound to make any
payment represents at least 8 percent of the total Contract value of the plant.
29. (1) No certificate of the engineer on account nor any sum paid on Certificates
account by the Purchaser, nor any extension of time granted under clause 31 shall not to affect
effect or prejudice the rights of the Purchaser against the Bidder either under this rights of the
Agreement or under the law or relieve the Bidder of his obligations for the due Purchaser or
performance of the Contract, or be interpreted as approval of the work done or of Bidder.
the materials supplied.
(2) No certificate of the Engineer shall create liability in the Purchaser to pay
for any alterations, amendments, variations or additional work not ordered in
writing by the Engineer or absolve the Bidder of his liability for the payment of
damages whether due, ascertained or certified or not of any sum against the
payment of which he is bound to indemnify the Purchaser nor shall any such
certificate nor the acceptance by him of any sum paid on account or otherwise
affect or prejudice the rights of the Bidder against the Purchaser under this
Agreements or under the law.
30. The Purchaser shall pay to the Bidder all reasonable expenses incurred Suspension
by the Bidder by reason of suspension of the works of delay in shipment by order of works.
in writing of the Purchaser or the Engineer unless such suspension shall be due to
some default on the part of the Bidder or Sub-Bidder.
31. The time given to the Bidder for despatch, delivery, erection or Extension of
completion, as the case may be, shall be reckoned from the date of receipt by the time for
Bidder of the order, together with all necessary information and drawings to completion.
enable the work to be put in hand.
32. If the Bidder shall fail in the due performance, of his Contract within the Damages for
time fixed by the Contract or any extension thereof, the Bidder agrees to accept a delay in
reduction of the Contract price by 1/2 (half) per cent per week reckoned on the completion.
Contract value of such portion only of the plant as can not in consequence of the
delay be used commercially and efficiently during each week between the
appointed or extended time as the case may be and the actual time of acceptance
under clause 35, and such reduction shall be in full satisfaction of the Bidder's
liability for delay but shall not in any case exceed 10 (ten) per cent of the Contract
value of such portion of the plant.
33. Whenever possible all tests shall be carried out before shipment. Should, Tests on
however, it be necessary for the final tests as to performance and guarantees to completion.
be held over until the plant is erected at site they shall be carried out in the
presence of the Bidder's representative within one month of the completion of
erection. If the result of these tests shall not come within the margin specified,
the tests shall, if required, be repeated within one month from the date the plant
is ready for re-test, and the Bidder shall repay to the Purchaser all reasonable
expenses to which he may be put by such tests.
34. If the completed plant, or any portion thereof, before it is taken over Rejection of
under clause 35, be found to be defective, or fail to fulfil the requirements of the defective
Contract, the Engineer shall give the Bidder notice setting fourth particulars of plant.
such defects or failure, and the Bidder shall forthwith make the defect good, or
alter the same to make it, comply with the requirements of Contract. If the Bidder
fails to do so with a reasonable time, the Purchaser may reject and replace, at the
cost of the Bidder, the whole or any portion of the plant, as the case may be,
which is defective or fails to fulfil the requirements of the Contract, such
replacement shall be carried out by the Purchaser within a reasonable time and at
a reasonable price, and where reasonably possible to the same specification and
under competitive conditions. In case of such replacement by the Purchaser, the
Bidder shall be liable to pay to the Purchaser the extra cost, if any, of such
replacement delivered and /or erected as provided for the original Contract, such
extra cost being the ascertained difference between the price paid by the
Purchaser under the provisions above mentioned, for such replacement and the
Contract price for the plant so replaced, and also to repay any sum paid by the
Purchaser to the Bidder in respect of such defective plant. If the Purchaser does
not so replace the rejected plant within a reasonable time, the Bidder shall be
liable only to repay to the Purchaser all money paid by the Purchaser to him in
respect of such plant.
In the event of such rejection, the Purchaser shall be entitled to the use of the
plant in reasonable and proper manner for a time reasonably sufficient to enable
him to obtain other replacement plant. During the period the rejected plant is
used commercially the Bidder shall be entitled to a reasonable sum as payment
for such use.
35. Where the specification calls for performance tests before shipment and Taking over.
these have been successfully carried out, the plant shall be accepted and taken
over when it has been satisfactorily put into operation on site, or within one
month of its being ready to be put into operation, whichever shall be the earlier
and the Engineer shall forthwith issue a Taking-over Certificate.
In the event of final or any outstanding test being held over until the plant is
erected such, taking-over Certificate shall be issued subject to the results of such
final or outstanding tests shall be carried out in accordance with clause 33.
When the specification calls for tests on site the plant shall be taken over and
the Taking-over Certificate issued immediately after such tests have been
satisfactorily carried out.
If for any reason other than the default of the Bidder such last mentioned
tests on site shall not be carried out within one month of notice by the Bidder to
the Purchaser of the plant being ready for test the plant shall be deemed to have
been taken over as on the last day of the such period and payments due to the
Bidder shall if called upon so to do by the Purchaser, but at the Purchaser's
expense, make the said test during the maintenance period and accept as
aforesaid under the same obligations as specified in clause 33.
The Engineer shall not delay the issue of any Taking-over Certificate
contemplated by this clause on account of minor deficiencies of material or
defects in the plant which do not materially affect the commercial use thereof
provided that the Bidder shall undertake to make good the same in due course.
36. For a period of 12 (twelve) calendar months commencing from the date Maintenance.
on which the plant is taken over or is deemed to have been taken over under
clause 35 (called “the maintenance period”) the Bidder shall remain liable to
replace any defective parts that may develop in plant of his own manufacture or
those of his Sub-Bidders approved under clause 6 under the conditions provided
for by the Contract under proper use and arising solely from faulty design,
materials or workmanship provided always that such defective parts are not
repairable at site and are not essential in the meantime to the maintenance in
commercial use of the plant are promptly returned to the Bidder's works at the
expenses of the Bidder unless otherwise arranged.
If it becomes necessary for the Bidder to replace or renew any defective parts
of the plant under this clause, the provisions of the first paragraph of this clause
shall apply the parts of the plant so replaced or renewed until the expiration of six
months from the date of such replacement or renewal or until the end of the
above mentioned period of twelve months, whichever may be the later. If any
defects be not remedied within a reasonable time the Purchaser may proceed to
do the work at the Bidder's risk and expense, but without prejudice to any other
rights which the Purchaser may have against the Bidder in respect of such defects.
The repaired or new parts will be delivered in accordance with clause 10. The
Bidder shall bear reasonable cost of minor repairs carried out on his behalf at site.
At the end of the maintenance period the Bidder's liability shall cease. In
respect of goods not covered by the first paragraph of this clause, the Purchaser
shall be entitled to the benefit of any guarantee given to the Bidder by the
original supplier or manufacturer of such goods.
37. The Purchaser shall, throughout the continuance of the Contract and in Regulations
respect of all matters arising in the performance thereof, serve all notices and of local
obtain all consents, way-leaves, approvals, and permission required in connexion authorities.
with the regulations and by-laws of any local or other authority which shall be
applicable to the works.
All work shall be executed in accordance with the Indian Electricity Rules
1956, and any statutory modifications thereof, wherever are applicable, unless
otherwise agreed to in writing by the Engineer.
38. If any dispute, difference or controversy shall at any time arise between Arbitration.
the Bidder on the one hand and the U.P. Power Transmission Corporation Limited
and the Engineer of the Contract on the other touching the Contract, or as the
true construction, meaning and intent of any part or condition of the same, or as
to manner of execution, or as to the quality or description of, or payment for the
same, or as to the true intent, meaning interpretation, construction or effect of
the clauses of the contract, specification or drawings or any of them, or as to any
thing to be done, ommitted or suffered in pursuance of the contract or
specification, or as to the mode of carrying the contract into effect, or as to the
breach or alleged breach of the contract, or as to any claims on account of such
breach or alleged breach, or as to obviating or compensating for the commission
of any such breach, or as to any other matter or thing whatsoever connected
with or arising out of the contract, and whether before or during the progress or
after the completion of the contract, such question, difference or dispute shall be
referred for adjudication to the Chairman U.P. Power Transmission Corporation
Limited or to any other person nominated by him in this behalf and his decision
in writing shall be final, binding and conclusive. This submission shall be deemed
to be a submission to arbitration within the meaning of the Indian Arbitration Act,
1940 or any statutory modification thereof. The arbitrator may from time to time
with consent of the parties enlarge the time for making and publishing the award.
Upon every or any such reference, the costs of and incidental to the reference
and award respectively shall be in the discretion of the arbitration who shall be
competent to determine the amount thereof or direct the same to be taxed as
between solicitor and client or as between party and party and to direct by whom
and to whom in what manner the same shall be borne and paid.
Work under the contract shall, if reasonably possible, continue, during the
arbitration proceedings, and no payment due or payable by the Corporation shall
be withheld on account of such proceedings. In case of refusal / neglect by such
nominee Chairman, U.P. Power Transmission Corporation Limited may nominate
another person in his place.
38 A. Any action taken or proceedings initiated on any of the terms of this Court of
agreements shall be only in the court of competent Jurisdiction under the High Competent
court of Judicature at Allahabad. Jurisdiction.
39. The contract shall in all respects be constructed and operated as a Costruction
Contract as defined in the Indian Contract Act, 1972, and all the payments there- of Contract.
under shall be made in the rupees unless otherwise specified.
40. The marginal notes to any clause of this Contract shall not affect or Marginal
control the construction of such clause. Notes
FORM OF AGREEMENT
( Referred to in Clause 3 )
AND WHEREAS the Purchaser has accepted the Bid of the Bidder for the provision
and executing of the said work for the sum of ......................................... upon the terms and
subject to the conditions hereinafter mentioned NOW THESE PRESENT WITNESS and the
parties hereto hereby agree and declare as follows: that is to say, in consideration of the
payments to made to the Bidder by the Purchaser as hereinafter mentioned the Bidder shall
duly provide the plant for the said works and shall do and perform all other works and
things in the Contract mentioned or described or which are implied there from or therein
respectively or may be reasonably necessary for the completion of the said works within
and at the times and in the manner and subject to the terms, conditions and stipulations
mentioned in the said Contract.
AND in consideration of the due provision, erection, execution, construction and
completion of the said works and the maintenance thereof as aforesaid the Purchaser will
pay to the Bidder the said sum of ......................................... or such other sums as may
become payable to the Bidder under the provisions of this Contract such payments to be
made at such time and in such manner as is provided by the Contract.
IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the
dates respectively mentioned against the signature of each:
Signed Signed
(for and on behalf of the Purchaser)
(date ) (Bidder)
by
and of and of
FORM OF AGREEMENT
WHEREAS the U.P. Power Transmission Corporation Limited (hereafter called “the
Corporation”) have selected the Engineer for practical training and the Company / Firm
have agreed to give the said practical training to the Engineer on the conditions herein after
appearing
2. The Engineer covenants with the Corporation and the Company/Firms as follows:
(b) That he will during the said term receive from the Corporation no
remuneration but the salary he has been receiving before proceeding on deputation and
such allowances, if any, as the Corporation may decide.
(c) That he shall, during the period of deputation with the Company / Firm, be
under the direct control of the Company / Firm and will abide by all their rules.
(d) That he shall keep diaries of work done and experience gained by him and
will submit them periodically to the Chief Engineer of U.P. Power Transmission Corporation
Ltd. for information.
(e) That he shall not absent himself without sanction of Company / Firm for any
cause whatsoever.
(g) That he shall not hold the Corporation liable for damages or compensation
for any injury suffered by him through an accident or by reason of any wrongful act, neglect
or default of the Company / Firm or its servants or agents or from any other cause while
employed as such Engineer.
(h) That in the event of the period of training being terminated for the reasons
specified in clause (f), the Engineer shall forfeit his claim to the return passage which will be
granted only on satisfactory completion of the period of training in question.
IN WITNESS WHEREOF the parties hereto have hereunto set their hands the day and the
year first above written.
Signed by Signed by
.............................................................. ..............................................................
( )* ( )*
.............................................................** and.........................................................
(Engineer) ( )*
In the presence of On behalf of the Corporation and the
Company / Firm in the presence of
1......................................................... 1.........................................................
( )* ( )*
.............................................................** ............................................................**
2............................................................. 2.............................................................
( )* ( )*
.............................................................** ............................................................**
† Nature of traning
†† Period
††† Class of Government servant
* Name in Capital Letters
** Complete Postal address of person
signed.
PROFORMA FOR PERFORMANCE BANK GUARANTEE
U.P. POWER TRANSMISSION CORPORATION LIMITED
1. In consideration of the premises the Guarantor hereby undertakes that the Bidder
shall duly supply the aforesaid material of the correct quantity and strictly in
accordance with the said contract failing which the guarantor shall pay to Purchaser
on demand such amount or amounts as the guarantor may be called upon to pay to
the maximum aggregate of Rs………………………………… being 10% or the contract value.
2. The Guarantor shall pay to the Purchaser on demand the sum under clause 1 above
without demur and without requiring the Purchaser invoke any legal remedy that may be
available to it to compel the guarantor to pay the same or to compel such performance
by the Bidder. Provided that where the guarantor considered the demand of the
Purchaser unjustified, shall nevertheless pay the same though under protest to the
Purchaser and shall not withhold payment on that account.
3. This guarantee shall come into force from the date hereof and shall remain valid
for………………calendar months from the date of the ……………………………………of the a
consignment of goods dispatched which dated of dispatch according to contract is the
…………………………..day of ………………………………if , however, the period of the contract is for
any reason extended thereby extending the said date, and upon such extension, if the
Bidder fails to furnish a fresh or renewed Bank Guarantee for the extended period,
Guarantor shall pay to the Purchaser the said sum of Rs. ……………………or such lesser sum
as the Purchaser may demand.
4. The guarantee herein contained shall not be affected by any change in the constitution of
the Guarantor or of the Bidder.
5. Any account settled between the Bidder and the Purchaser shall be conclusive evidence
against the Guarantor on the amount due and shall not be questioned by the Guarantor.
6. The neglect or forbearance of the Purchaser in enforcement of payment of any moneys
the payment where of is intended be here by secured or the giving of time by the
Purchaser for the payment there of shall in no way relieve the Guarantor of its liability
under this deed.
7. The Purchaser and the Bidder will be at liberty to carry out any modifications in the said
contract during the terms of the said contract and extension thereof, notice of which
modification to the Guarantor is hereby waived.
8. The expressions ‘ The Purchaser’ ‘The Guarantor’ and ‘The Bidder’ shall unless there by
any thing refulgent to the subject or context include their respective successors and
assigns.
9. Not withstanding any thing contained above, the liability of the Guarantor hereunder is
restricted to the said sum of Rs ………………………………… ………….and this guarantee shall be
expire on the ………………………..day of …………………………20………unless claim under the
guarantee is field within six months of such dates, all claim shall laps and the guarantor
shall be discharged from the guarantee.
IN WITNESS HEREOF
For and on behalf of guarantor has signed this deed, on the day and year first above
written.
Witness :
3. Transformers
4. Cables (Power & Control Cables, XLPE Cables & UG Fiber Optic Cables)
7. Energy Meters
19. PLCC
NOTE: The Purchaser has standardized its technical specification for various
equipments and works for different voltage levels. Items, which are not
applicable for the scope of this package as per schedule of quantities described
in Bid Price Schedule ‘Q’, the technical specification for such items should not
be referred to.
Page 1 of 80
Technical Specification_GIS
SF6 GAS INSULATED METAL ENCLOSED
SWITCHGEARS (GIS)
CONTENTS
1.0 Scope
2.0 Reference Standards
3.0 Principal Parameters
4.0 Definitions
5.0 General Design and Safety Requirement
6.0 Steel Structures
7.0 Gas Insulating System
8.0 Operating System
9.0 Bellows or Compensating Units
10.0 Indication and Verification Of Switch Positions
11.0 Pressure Relief
12.0 Pressure Vessel Requirements
13.0 Grounding
14.0 Circuit Breakers
15.0 Additional Data to be Furnished along with the Offer :
16.0 Tests
17.0 Disconnectors (Isolators)
18.0 Safety Grounding Switches
19.0 High Speed Make Proof Grounding Switches
20.0 Instrument Transformers
21.0 Surge Arresters
22.0 400/220/132kV GIS Building
23.0 Seismic Design Criteria
24.0 Quality of SF6 Gas
25.0 SF6 Gas Monitoring Devices and Alarm Circuits
26.0 Gas Filling and Evacuating Plant
27.0 SF6 GIS to XLPE Cable Termination
28.0 Transformer / Reactor Termination Module (if Applicable)
29.0 Gas Insulated Bus Duct
30.0 SF6/Air Bushings
31.0 Local Control Cubicle (LCC)
32.0 Painting of Enclosure
33.0 Heaters
34.0 Identification and Rating Plate
35.0 Quality Assurance Plan
36.0 Drawings and Documents
37.0 Packing and Forwarding
38.0 Tests
Page 2 of 80
Technical Specification_GIS
Annex: A-I
Page 3 of 80
Technical Specification_GIS
TECHNICAL SPECIFICATION
FOR
SF6 GAS INSULATED METAL ENCLOSED SWITCHGEARS (GIS)
1.0 SCOPE
1.2 Following associated items shall also be included in the scope of supply:-
1.3 The GIS offered shall conform in all respects to the high standard of engineering,
design and workmanship and shall be complete with all the components necessary
for its effective and trouble free operation. Such components shall be deemed to
be within the scope of the bidder irrespective of whether they specifically
mentioned in this specification or not.
Page 4 of 80
Technical Specification_GIS
International Electro-technical Commission (IEC) Publications including their
parts and supplements as amended or revised to date:
The components and devices which are not covered by the above standards shall
conform to, and comply with, the latest applicable standards, rules, codes and
regulations of the internationally recognized standardizing bodies and professional
societies as may be approved by the Employer. The manufacturer shall list all
applicable standards, codes etc. and provide copies thereof for necessary approval.
Page 5 of 80
Technical Specification_GIS
In case the requirements laid down herein differ from those given in above
standard in any aspect the switchgear shall comply with the requirements
indicated herein in regard thereto.
3.1 The SF6 gas insulated metal enclosed switchgear shall be totally safe against
inadvertent touch of any of it's live constituent parts. It should be designed for
indoor/outdoor (as specified) application with meteorological conditions at site.
3.2 The metal-enclosed gas insulated switchgear, including the operating devices,
accessories and auxiliary equipment forming integral part thereof, shall be
designed, manufactured, assembled and tested in accordance with the IEC-62271-
203 publications including their parts and supplements as amended or revised to
date.
3.3 The arrangement of gas sections or compartments shall be such as to facilitate
future extension of any make on either end without any drilling, cutting or
welding on the existing equipment. To add equipment, it shall not be necessary to
move or dislocate the existing switchgear bays.
3.4 The design should be such that all parts subjected to wear and tear are easily
accessible for maintenance purposes. The equipment offered shall be protected
against all types of voltage surges and any equipment necessary to satisfy this
requirement shall be deemed to be included. The required overall parameters of
GIS are as follows:-
Page 6 of 80
Technical Specification_GIS
impulse (1.2/50
micro sec.)
withstand voltage
10. Switching impulse ±1050 kVp - -
voltage (250/2500
mic.-sec)
11. One minute power 650 kV (rms) 460 kV rms 275 kV rms
frequency
withstand voltage
12. Rated short time 63/50 kA rms 50/ 40 kA rms 40/31.5 kA rms
withstand current (As applicable ) (As applicable ) (As applicable )
(1 sec)
13. Rated peak 157.5/125 kA peak (As 125/100 kA peak 125/100 kA peak
withstand current applicable) (As applicable) (As applicable)
14. Material of Aluminium alloy Aluminium alloy Aluminium alloy
enclosure
15. Minimum thickness As per IEC/CENELEC As per As per
of enclosure (mm) Standard IEC/CENELEC IEC/CENELEC
Standard Standard
16. Material of busbar Aluminium and/or Aluminium and/or Aluminium and/or
conductor Copper Copper Copper
17. Guaranteed Less than 0.5% as per Less than 0.5% as Less than 0.5% as
maximum gas IEC-62271-203 per IEC-62271-203 per IEC-62271-203
losses for complete
installation as well
as for all individual
sections in %.
18. Seismic level Zone- IV, as per Zone- IV, as per Zone- IV, as per
IS-1893, Year- IS-1893, Year- IS-1893, Year-
2002 2002 2002
II Circuit Breaker
(CB)
1. Rated voltage 420kV (rms) 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Type of Circuit SF6 insulated SF6 insulated SF6 insulated
Breaker
4. System neutral Solidly Grounded Solidly Grounded Solidly Grounded
Earthing
5. Rated continuous
current rating at
design ambient
temperature i.e.
50 0C
-Feeder Bay 3150 Amp. 2000 Amp. 800 Amp.
-Transformer Bay 2000 Amp. 2000 Amp. 800 Amp.
-Bus coupler Bay 4000 Amp. 3000 Amp. 1600 Amp.
6. No. of poles 3 3 3
7. Type of operation Single Phase Operation Single Phase Three Phase Gang
Operation Operation
Page 7 of 80
Technical Specification_GIS
8. Operating Hydro-Mechanical spring Hydro-Mechanical Hydro-Mechanical
Mechanism drive/Hydraulic/Spring spring drive/ spring drive/
drive Hydraulic/Spring drive Hydraulic/Spring drive
9. Auto re-closing Three Phase/ Single Three Phase/ Single Three Phase
duty Phase Phase
10. Pre-insertion
resistor
requirement
Rating (ohms) 400Ω NA NA
Minimum 8 NA NA
preinsertion
time (ms)
Opening of PIR PIR contacts NA NA
contacts should open
immediately after
closing of main
contacts
OR
At least 5 ms
before opening of
main contacts at
rated gas pressure
where the PIR
contact remain
closed
11. Rated operating O-0.3 sec-CO-3 min- O-0.3 sec-CO-3 O-0.3 sec-CO-3
duty cycle CO min-CO min-CO
12. First pole to clear 1.3 1.3 1.3
factor
13. Maximum closing Not more than 150 ms Not more than 200 Not more than 200
time ms ms
14. Maximum breaking 40 ms 60 ms 60 ms
time at rated
breaking capacity
15. Total break time 45 ms 65 ms 65 ms
(ms)
16. Rated lighting
impulse withstand
voltage
-between line ±1425 kVp ±1050 kV peak ± 650 kV peak
terminals and
ground
-between terminals ±1425 kVp ±1050 kV peak ± 650 kV peak
with circuit breaker
open
17. One minute power
frequency phase to
earth voltage (kv
rms)
Page 8 of 80
Technical Specification_GIS
- between line 650 kV rms 460 kV rms 275 kV rms
terminals and
ground
- between terminals 815 kV rms 530 kV rms 315 kV rms
with circuit
breaker open
18. Rated breaking
current capacity
i) Rated short 63/50 kA 50/40 kA 40/31.5 kA
circuit current (As applicable) (As applicable) (As applicable)
withstand capacity
(1 sec)
ii) Line charging 50 A rms/ As per IEC 50 A rms/ As per 50 A rms/ As per
current IEC IEC
Page 9 of 80
Technical Specification_GIS
III Disconnectors
(DS)
1. Rated voltage 42-kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Type SF6 insulated SF6 insulated SF6 insulated
4. System Earthing Effectively Earthed Effectively Earthed Effectively Earthed
5. Rated short time 63/50 kA rms 50/ 40 kA rms 40/315 kA rms
withstand current (As applicable ) (As applicable ) (As applicable )
(1 sec)
6. Rated short time 157.5/125 kA peak (As 125/100 kA peak 125/100 kA peak
making current applicable) (As applicable) (As applicable)
capacity
7. No. of poles 3 3 3
8. Rated continuous
current rating at
design ambient
temperature i.e.
50 0C
Feeder Bay 3150 Amp. 1600 Amp. 800 Amp.
Transformer Bay 2000 Amp. 2000 Amp. 800 Amp.
Bus coupler Bay 4000 Amp. 3000 Amp. 1600 Amp.
9. Operating Motor Motor Motor
Mechanism
10. Operating time Less than 12 sec. Less than 12 sec. Less than 12 sec.
11. Rated lightning
impulse withstand
voltage
- Phase to earth ±1425 kV peak ±1050 kV peak ±650 kV peak
- Across the open ±1200 -/+240V peak ±1200 kV peak ±750 kV peak
contacts
12. One minute power
frequency
withstand voltage
- Phase to earth 650 kV rms 460 kV rms 275 kV rms
- Across the open 815 kV rms 530 kV rms 315 kV rms
contacts
13. Rated mechanical As per IEC As per IEC As per IEC
terminal load
14. Rated switching
impulse
withstand voltage
(250/2500
micro-sec.) Dry &
wet
between line +/- 1050 kVp N.A N.A
terminals and
ground:
Page 10 of 80
Technical Specification_GIS
Between terminals +/- 900 kVp impulse N.A N.A
with Isolator open: on one terminal &
345 kVp of opposite
polarity on the other
terminal.
15. Mechanical M2 M2 M2 M2 M1
Endurance clause
as per IEC
16. Rated mechanical As per IEC As per IEC As per IEC
terminal
load
17. Rating of auxiliary 10A at 220V DC 10A at 220V DC 10A at 220V DC
contacts
18. Breaking capacity 2A 2A 2A
of auxiliary
contacts
19. No. of auxiliary 6 NO and 6 NC 6 NO and 6 NC 6 NO and 6 NC
contacts on each
isolator
20. No. of auxiliary 6 NO and 6 NC 6 NO and 6 NC 6 NO and 6 NC
contacts on each
earthing switch
IV Earthig Switches
(ES)
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Rated short time 50 kA rms 50/ 40 kA rms 50/ 40 kA rms
withstand current (As applicable ) (As applicable )
(1 sec)
4. Rated short time 125 kA peak 125/100 kA peak 125/100 kA peak
making current (As applicable) (As applicable)
capacity
-For high speed
earthing switch
5. Rated lightning ±1425 kVp ±1050 kV peak ±650 kV peak
impulse withstand
voltage
6. One minute power 650 kV rms 460 kV rms 275 kV rms
frequency
withstand voltage
7. Operating
Mechanism
- For maintenance Motor Motor Motor
earthing switch
-For high speed Motor Motor Motor
earthing switch
8. Operating time
-For maintenance Less than 12 sec. Less than 12 sec. Less than 12 sec.
earthing switch
Page 11 of 80
Technical Specification_GIS
-For high speed Less than 300 m sec Less than 300 m sec Less than 300 m
earthing switch sec
V Current
Transformer (CT)
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. System neutral Effectively earthed Effectively earthed Effectively earthed
earthing
4. Maximum As per IEC 60044-1 As per IEC 60044-1 As per IEC 60044-1
temperature rise
over an ambient
temperature of 500C
5. Radio interference ≤ 1000 micro-volts ≤ 1000 micro-volts ≤ 500 micro-volts
voltage at 1.1
Un/√3 and
frequency range 0.5
to 2 MHz
6. One minute power 5 kV (rms) 5 kV (rms) 5 kV (rms)
frequency
withstand voltage
between sec.
Terminal & earth
7. Partial discharge ≤ 5 pico coulombs ≤ 5 pico coulombs ≤ 5 pico coulombs
level
8. Rated insulation
level
i) 1.2/50 micro ±1425 kVp ±1050 kVp ± 650 kVp
second impulse
voltage
ii) 1 Minute power 650 kV (rms) 460 kV (rms) 275 kV (rms)
frequency
withstand voltage
Page 12 of 80
Technical Specification_GIS
12. Burden
-For protection 20 VA 20 VA 20 VA
-For metering 20 VA 20 VA 20 VA
13. Rated short time 63/50/ 40 kA rms 50/ 40 kA rms 40/31.5 kA rms
withstand current (As applicable ) for 1 (As applicable ) for (As applicable ) for
Second. 1 Second. 1 Second.
14. Rated dynamic 157.5/125/100 kA peak 125/100 kA peak 125/100 kA peak
withstand current (As applicable) ) for 1 (As applicable) ) for (As applicable) )
Second. 1 for 1
Second. Second.
15. Safety factor for <5 <5 <5
metering
16. Parameters/ Burden, Knee Point Burden, Knee Point Burden, Knee Point
Approval Voltage Rct, Excitation Voltage Rct, Voltage Rct,
Finalization Current and other Excitation Current Excitation Current
parameters shall be got and other parameters and other
approved by purchaser shall be got parameters shall be
as per protection co- approved by got approved by
ordination/ scheme purchaser as per purchaser as per
requirements during protection co- protection co-
detailed engineering ordination/ scheme ordination/ scheme
based on details/ requirements during requirements during
calculations to be detailed engineering detailed
submitted by based on details/ engineering based
successful bidder calculations to be on details/
submitted by calculations to be
successful bidder submitted by
successful bidder
VI Voltage
Transformers
1. Rated System 420kV rms 245kV rms 145kV rms
voltage
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Type Electromagnetic Electromagnetic Electromagnetic
4. System neutral Effectively earthed Effectively earthed Effectively earthed
earthing
5. System fault level 50 kAp. for 1 50/40 kAp. (As 50/40 kAp. (As
Second. applicable ) for 1 applicable ) for 1
Second. Second.
6. Rated insulation
levels
i) 1.2/50 micro ± 1425 kV peak ± 1050 kV peak ± 650 kV peak
second
impulse voltage
Page 13 of 80
Technical Specification_GIS
iii) 250/2500 micro 1050 kVp for 400 kV -
second system -
switching impulse
voltage (dry & wet)
7. One minute power 3 kV rms 3 kV rms 3 kV rms
frequency
withstand voltage
for secondary
winding
8. Radio interference ≤ 1000 micro volts ≤ 1000 micro volts ≤ 500 micro volts
voltage at 1.1
Un/√3 and
frequency range 0.5
to 2 MHz
9. Rated total thermal 400 VA 400 VA 100 VA
burden
10. Partial discharge ≤ 10 pico coulombs ≤ 10 pico coulombs ≤ 10 pico coulombs
level
11. Voltage Ratio 420/√3 :110 V/√3 245/√3 :110 V/√3 145/√3 :110 V/√3
12. Number of 3 3 3
secondary winding
13. Rated voltage factor 1.5 for 30 seconds 1.5 for 30 seconds 1.5 for 30 seconds
1.2 continuous 1.2 continuous 1.2 continuous
14. Phase angle error ± 10 min ± 10 min ± 10 min
(for metering core) (for metering core) (for metering core)
15. Rated voltage Sec-I Sec-II Sec-III Sec- Sec- Sec-III Sec- Sec- Sec-III
I II I II
110/√ 110/√ 110/√3 110/ 110/ 110/√3 110/ 110/√ 110/√3
3 3 √3 √3 √3 3
Application Prot. Prot. Metering Prot Prot. Metering Prot. Prot. Metering
.
Accuracy 3P 3P 0.2 3P 3P 0.2 3P 3P 0.2
Output Burden 50 50 50 50 50 50 50 50 50
(Min.) VA
VII Lightning
Arresters (LA)
1. Highest system 420 kV rms 245 kV rms 145 kV rms
voltage
2. Rated arrester 390 kV rms 216 kV rms 120 kV rms
voltage
3. Continuous 303 kV 168 kV 102 kV
operating voltage at
50 0C
4. Type (Tank Type) Gapless type/ Metal Gapless type/ Metal Gapless type/ Metal
Zinc Oxide type Zinc Oxide type Zinc Oxide type
5. Long duration Class 4 Class 3 Class 3
Discharge Class
6. Nominal discharge 20 kA of 8/20 10 kA of 8/20 10 kA of 8/20
current μs wave μs wave μs wave
Page 14 of 80
Technical Specification_GIS
corresponding to
8/20 microsec wave
shape
7. Rated frequency 50 HZ 50 HZ 50 HZ
8. Minimum discharge 12 kJ/kV (referred to 5 kJ/kV (referred to 5 kJ/kV (referred to
capability voltage rated arrester) rated arrester) rated arrester)
corresponding to
minimum discharge
characterstic
9. System neutral Effectively earthed Effectively earthed Effectively earthed
earthing
10. Max. switching 780 kVp 500 kVp 280 kVp
surge residual
voltage(1 kA)
11. Max. residual
voltage at
i) 5 kA - 560 kVp 310 kVp
ii) 10 kA nominal 900 kVp 600 kVp 330 kVp
discharge current
iii) 20 kA nominal 880 kVp - -
discharge current
12. High current short 100 kVp 100 kVp 100 kVp
duration test value
(4/10 micro second
wave)
13. Current for pressure 50 kA rms 50/40 kA rms 40/31.5 kA rms
relief test
14. Prospective 50/63 kA rms for 0.2 40 kA rms for 0.2 40 kA rms for 0.2
symmetrical fault Sec Sec Sec
current
15. Pressure relief class A A A
16. RIV at 1.1 Un/√3 Less than 500 (micro Less than 500 (micro Less than 500
kV rms volts) volts) (micro volts)
17. Partial discharge at Not more than 5pc Not more than 5 pc Not more than 5pc
1.05 COV
18. Low current long As per IEC As per IEC As per IEC
duration test value
(2000 micro sec.)
19. Discharge counter Yes Yes Yes
and leakage current
meter to be
provided
VIII Busbar
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Rated current 3000 A rms 3000 A rms 1600 A rms
4. Rated short time 40.0 kA rms/3sec 40.0 kA rms/3sec 40.0 kA rms/3sec
withstand current
5. Temperature rise
Page 15 of 80
Technical Specification_GIS
-For enclosure According to IEC According to IEC According to IEC
-For conductor According to IEC According to IEC According to IEC
6. Rated lightning ±1425 kV peak ±1050 kV peak ±650 kV peak
impulse withstand
voltage
7. One minute power 650 kV (rms) 460 kV (rms) 275 kV (rms)
frequency
withstand voltage
IX Bus Coupler
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Rated current 3000 A rms 3000 A rms 1600 A rms
4. Rated short time 40.0 kA rms/3sec 40.0 kA rms/3sec 40.0 kA rms/3sec
withstand current
5. Temperature rise
-For enclosure According to IEC According to IEC According to IEC
-For conductor According to IEC According to IEC According to IEC
6. Rated lightning ±1050 kV peak ±1050 kV peak ±650 kV peak
impulse withstand
voltage
7. One minute power 650 kV (rms) 460 kV (rms) 275 kV (rms)
frequency
withstand voltage
X Cable Head
(CHD)
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Rated current 3000 A rms 3000 A rms 1600 A rms
4. Rated short time 40.0 kA rms 40.0 kA rms 40.0 kA rms
withstand current
5. Rated lightning ±1425 kV peak ±1050 kV peak ±650 kV peak
impulse withstand
voltage
6. One minute power 650 kV (rms) 460 kV (rms) 275 kV (rms)
frequency
withstand voltage
7. Interface with According to IEC According to IEC According to IEC
power cable sealing
end
XI SF6 Bus
Interconnection
Duct Termination
Head
1. Rated voltage 420kV rms 245kV rms 145kV rms
2. Rated frequency 50 HZ 50 HZ 50 HZ
3. Rated current 3000 A rms 3000 A rms 1600 A rms
4. Rated short time 40.0 kA rms 40.0 kA rms 40.0 kA rms
withstand current
5. Rated lightning ±1425 kV peak ±1050 kV peak ±650 kV peak
Page 16 of 80
Technical Specification_GIS
impulse withstand
voltage
6. One minute power 450 kV (rms) 460 kV (rms) 275 kV (rms)
frequency
withstand voltage
7. Interface with SF6 According to IEC According to IEC According to IEC
Duct end
XII Bus Sectionalizers
1. Rated voltage - - -
2. Rated frequency - - -
3. Rated current - - -
4. Rated short time - - -
withstand current
5. Temperature rise - - -
-For enclosure
-For conductor
6. Rated lightning - - -
impulse withstand
voltage
7. One minute power - - -
frequency
withstand voltage
Page 17 of 80
Technical Specification_GIS
4.0 DEFINITIONS
4.1 Assembly
Assembly refers to the entire completed GIS equipment furnished under contract.
4.2 Bay
Bay refers to the area occupied by one Circuit Breaker and associated equipments
used to protect one feeders/line/bus coupler in double bus scheme.
4.3 Compartment
When used in conjunction with GIS equipment, compartment refers to a gas tight
volume bounded by enclosure walls and gas tight isolating barriers.
4.4 Enclosure
When used in conjunction with GIS equipment, enclosure refers to the grounded
metal housing or shell which contains and protects internal Power system
equipment (breaker, disconnecting switch, grounding switch, voltage transformer,
current transformer surge arresters, interconnecting bus etc.)
4.5 Manual Operations
Manual operation means operation by hand without using any other source of
Power.
4.6 Module
When used in conjunction with GIS equipment, module refers to a portion of that
equipment. Each module includes its own enclosure. A module can contain more
than one piece of equipment, for example, a module can contain a disconnecting
switch and a grounding switch.
4.7 Reservoir
When used in conjunction with GIS equipment reservoir refers to a larger gastight
volume.
5.1 The GIS shall be designed, manufactured and tested in accordance with the best
international engineering practices under strict quality control to meet the
requirement stipulated in the technical specification. Adequate safety margin with
respect to thermal, mechanical, dielectric stress and insulation coordination etc.
shall be maintained during design, selection of raw material, manufacturing
process etc. so that the GIS provides long life with least maintenance.
5.2 The workmanship shall be of the highest quality and shall conform to the latest
modern practices for the manufacture of high technology machinery and electrical
switchgear
5.3 The GIS assembly shall consist of separate modular compartments e,g Circuit
Breaker compartment, Bus bar compartment filled with SF6 Gas and separated by
gas tight partitions so as to minimize risk to human life, allow ease of
Page 18 of 80
Technical Specification_GIS
maintenance and limit the effects of gas leaks failures & internal arcs etc. These
compartments shall be such that maintenance on one feeder may be performed
without de-energising the adjacent feeders. These compartments shall be designed
to minimize the risk of damage to adjacent sections and protection of personnel in
the event of a failure occurring within the compartments. Rupture diaphragms
with suitable deflectors shall be provided to prevent uncontrolled bursting
pressures developing within the enclosures under worst operating conditions ,thus
providing controlled pressure relief in the affected compartment.
5.4 The switchgear, which shall be of modular design, shall have complete phase
isolation. The conductors and the live parts shall be mounted on high graded
epoxy resin insulators. These insulators shall be designed to have high structural
strength and electrical dielectric properties and shall be free of any voids and free
of partial discharge at a voltage which is atleast 5 % greater than the rated voltage.
They should be designed to have high structural and dielectric strength properties
and shall be shaped so as to provide uniform field distribution and to minimize the
effects of particle deposition either from migration of foreign particles within the
enclosures or from the by-products of SF6 breakdown under arcing conditions.
5.5 Gas barrier insulators shall be provided so as to divide the GIS into separate
compartments. They shall be suitably located in order to minimize disturbance in
case of leakage or dismantling. They shall be designed to withstand any internal
fault thereby keeping an internal arc inside the faulty compartment. Due to safety
requirement for working on this pressurized equipment, whenever the pressure of
the adjacent gas compartment is reduced, it should be ensured by the bidder that
adjacent compartment would remain in service with reduced pressure. The gas
tight barriers shall be clearly marked on the outside of the enclosures.
5.6 The bus enclosure should be sectionalized in a manner that maintenance work on
any bus disconnector (when bus and bus disconnector are enclosed in a single
enclosure) can be carried out by isolating and evacuating the small effected
section and not the entire bus. The design of the 400 kV GIS shall be such that in
case one circuit breaker module is removed for maintenance, there is no disruption
in the power flow in any of the two circuits in the diameter. The design of 220 kV
GIS shall be such that in case a circuit breaker module of a feeder is removed for
maintenance, both busbars shall remain in service. Further the design of 132kV
GIS shall be such that that in case a circuit breaker module of a feeder is removed
for maintenance, the bus bar shall remain in service. For achieving the above
requirements, adequate Mechanical support and number of intermediate gas tight
compartments as required, shall be provided to ensure equipment and operating
personnel’s safety.
5.7 The material and thickness of the enclosures shall be such as to withstand an
internal flash over without burn through for a period of 300 ms at rated short time
withstand current. The material shall be such that it has no effect of environment
as well as from the by-products of SF6 breakdown under arcing condition.
5.8 Each section shall have plug-in or easily removable connection pieces to allow for
easy replacement of any component with the minimum of disturbance to the
Page 19 of 80
Technical Specification_GIS
remainder of the equipment. Inspection windows shall be provided for
Disconnectors and earth switches.
5.9 The material used for manufacturing the switchgear equipment shall be of the
type, composition and have physical properties best suited to their particular
purposes and in accordance with the latest engineering practices. All the
conductors shall be fabricated of aluminum/ copper tubes of cross sectional area
suitable to meet the normal and short circuit current rating requirements. The
finish of the conductors shall be smooth so as to prevent any electrical discharge.
The conductor ends shall be silver plated and fitted into finger contacts or tulip
contacts. The contacts shall be of sliding type to allow the conductors to expand or
contract axially due to temperature variation without imposing any mechanical
stress on supporting insulators.
5.10 Each pressure filled enclosure shall be designed and fabricated to comply with the
requirements of the applicable pressure vessel codes and based on the design
temperature and design pressures as defined in IEC-62271-203.
5.11 The maximum SF6 gas leakage shall not exceed 0.5% (half percent) per year for
the whole equipment and for any individual gas compartment separately. The SF6
gas leakage should not exceed 0.5% per year and the leakage rate shall be
guaranteed for at least 10 years. In case the leakage under the specified conditions
is found to be greater than 0.5% after one year of commissioning, the
manufacturer will have to supply free of cost, the total gas requirement for
subsequent ten (10) years, based on actual leakage observed during the first year
of operation after commissioning.
5.12 Each gas-filled compartment shall be equipped with static filters, density switches,
filling valve and safety diaphragm. The filters shall be capable of absorbing any
water vapour which may penetrate into the enclosures as well as the by-products
of SF6 during interruption. Each gas compartment shall be fitted with separate
non-return valve connectors for evacuating & filling the gas and checking the gas
pressure etc.
5.13 The switchgear line-up when installed and operating under the ambient conditions
shall perform satisfactorily and safely under all normal and fault conditions. Even
repeated operations up to the permissible servicing intervals under 100% rated and
fault conditions shall not diminish the performance or significantly shorten the
useful life of the switchgear. Any fault caused by external reasons shall be
positively confined to the originating compartment and shall not spread to other
parts of the switchgear.
5.14 The thermal rating of all current carrying parts shall be minimum for one sec. for
the rated symmetrical short-circuit current.
5.15 The switchgear shall be of the free standing, self-supporting with easy
accessibility to all the parts during installation & maintenance with all high-
voltage equipment installed inside gasinsulated metallic and earthed enclosures,
suitably sub-divided into individual arc and gasproof compartments preferably
for:
Page 20 of 80
Technical Specification_GIS
1) Bus bars
2) Intermediate compartment
3) Circuit breakers
4) Line disconnectors
5) Voltage Transformers
6) Gas Insulated bus duct section between GIS and XLPE cable/Overhead
Conductor.
7) Gas Insulated bus section between GIS & Oil filled Transformer/ Reactor
(if applicable)
5.16 The bus enclosure should be sectionalized in a manner that maintenance work on
any bus disconnector (when bus and bus disconnector are enclosed in a single
enclosure) can be carried out by isolating and evacuating the small effected
section and not the entire bus.
5.17 The arrangement of the individual switchgear bays shall be such so as to achieve
optimum space-saving, neat and logical arrangement and adequate accessibility to
all external components.
5.18 The layout of the substation equipment, bus bars and switchgear bays shall
preferably be based on the principle of “phase grouping”. Switchgear layout based
on the “mixed phases” principle shall not be accepted without mutual agreement
between supplier and employer. The arrangement of the equipment offered must
provide adequate access for operation, testing and maintenance.
5.19 All the elements shall be accessible without removing support structures for
routine inspections. The removal of individual enclosure parts or entire breaker
bays shall be possible without disturbing the enclosures of neighboring bays.
5.21 In general the contours of energized metal parts of the GIS and any other
accessory shall be such, so as to eliminate areas or points of high electrostatic flux
concentrations. The surfaces shall be smooth with no projection or irregularities
which may cause visible corona. No corona shall be visible in complete darkness
which the equipment is subjected to specified test voltage. There shall be no radio
interference from the energized switchgear at rated voltage.
5.22 The GIS shall be designed, so as to take care of the VFT over voltages generated
as a result of pre-strikes and re-strikes during isolator operation. Maximum VFT
over voltages peak shall not be higher than rated lightning impulse withstand
voltage (LIWV) of the equipment. Necessary measures shall be under taken by
Page 21 of 80
Technical Specification_GIS
GIS manufacture to restrict maximum VFT over voltages lower than the LIWV.
Manufacturer shall submit the study report of VFTO generated for GIS
installation.
5.23 The enclosure shall be of continuous design and shall meet the requirement as
specified in clause no. 10 (special considerations for GIS) of IEEE- 80, Year-
2000.
The enclosure shall be sized for carrying induced current equal to the rated current
of the Bus. The conductor and the enclosure shall form the concentric pair with
effective shielding of the field internal to the enclosure.
5.24 The fabricated metal enclosures shall be of Aluminum alloy having high
resistance to corrosion, low electrical loses and negligible magnetic losses. All
joint surfaces shall be machined and all castings shall be spot faced for all bolt
heads or nuts and washers. All screws, bolts, studs and nuts shall conform to
metric system.
5.25 The elbows, bends, cross and T-sections of interconnections shall include the
insulators bearing the conductor when the direction changes take place in order to
ensure that live parts remain perfectly centered and the electrical field is not
increased at such points.
5.27 The switchgear shall have provision for connection with ground mat risers. This
provision shall consist of grounding pads to be connected to the ground mat riser
in the vicinity of the equipment.
5.28 The ladders and walkways shall be provided wherever necessary for access to the
equipment.
5.29 Wherever required, the heaters shall be provided for the equipment in order to
ensure the proper functioning of the switchgear at specified ambient temperatures.
The heaters shall be rated for 240V AC supply and shall be complete with
thermostat, control switches and fuses, connected as a balanced 3-phase. 4-wire
load. The heaters shall be so arranged and protected as to create no hazard to
adjacent equipment from the heat produced.
5.30 It is required that the three phases of each switchgear bay be arranged side by side.
The arrangement of the equipment offered must provide adequate access for
operation, testing and maintenance.
Page 22 of 80
Technical Specification_GIS
5.31.1 Separate control cubicle including gas monitoring kiosk shall be provided for each
bay which shall be installed near the switchgear for local control & monitoring of
respective switchgear bay.
5.31.2 Local control cubicle for GIS shall be equipped with suitable hardware & software
for remote control operation and conform to the bay level controller as detailed in
Section: Substation Automation System.
5.31.3 BCU/BPU can also be used as Local Control Cubicle (LCC) depending upon the
design of the offered equipment, as such separate LCC need not be provided.
5.31.4 Relay & Protection panels room shall house these equipments and shall be located
adjacent to GIS room. It shall be air- conditioned through split air conditioners.
5.32 In case of any repair or maintenance on one busbar disconnectors, the other busbar
should be live and in service.
5.34 The fabricated metal enclosures shall be of Aluminium alloy having high
resistance to corrosion, low electrical loses and negligible magnetic losses. All
joint surfaces shall be machined and all castings shall be spot faced for all bolt
heads or nuts and washers. All screws, bolts, studs and nuts shall conform to
metric system.
5.35 The breaker enclosure shall have provision for easy withdrawal of the interrupter
assemblies. The removed interrupter assembly must be easily and safely
accessible for inspection and possible repairs.
5.37 The elbows, bends, cross and T-sections of interconnections shall include the
insulators bearing the conductor when the direction changes take place in order to
ensure that live parts remain perfectly centered and the electrical field is not
increased at such points.
5.38 The Average Intensity of electromagnetic field shall not be more than 50 micro –
Tesla on the surface of the enclosure. The contractor shall furnish all calculations
and documents in support of the above during detailed engineering.
5.39 The Bidder shall furnish the following information regarding the loosely
distributed metallic particles within the GIS encapsulation.
Page 23 of 80
Technical Specification_GIS
b) The methodology and all the equipment for electrical partial discharge
(PD) detection and/or acoustic detection methods, including that
mentioned in the specification.
5.40 The switchgear shall have provision for connection with ground mat risers. This
provision shall consist of grounding pads to be connected to the ground mat riser
in the vicinity of the equipment.
6.1 The bidder shall design, fabricate and supply all equipment supporting structures
including permanent access ladders, stairways, walkways, all rails, transverse and
longitudinal beams and supporting members, wherever necessary, complete with
all necessary hardware. Consideration shall be made to minimize induced
magnetic heating and circulating current in the support structures.
6.2 All stairs, platforms and walkways shall be provided with a safety non-slip surface
such as safety abrasive treads or equivalent. A portable ladder with adjustable
height may also be supplied to access to the equipment.
6.3 All steel structure members shall be hot-dipped galvanized after fabrication. All
field assembly joints shall be bolted. Field welding is not acceptable.
6.4 Non corrosive metal or plated steel shall be used for bolts and nuts throughout the
work. The bidder shall provide suitable foundation channels and anchor bolts to
support the switchgear assemblies. All mounting bolts shall be provided to fasten
the switchgear base frames to the foundation channels. The supplier shall furnish
anchor bolts location plan and other loading information for foundation design.
6.5 Wherever required, the heaters shall be provided for the equipment in order to
ensure the proper functioning of the switchgear at specified ambient temperatures.
The heaters shall be rated for 240V AC supply and shall be complete with
thermostat, control switches and fuses, connected as a balanced 3-phsase. 4-wire
load. The possibility of using heaters without thermostats in order to achieve the
higher reliability may be examined by the bidder and accordingly included in the
offer but it shall be ensured by the bidder that the temperature rise of different
enclosures where heating is provided should be within safe limits as per relevant
standards. One copy of the relevant extract of standard to which the above
arrangement conforms along with cost reduction in offer. If any, shall also be
furnished along with the offer. The heaters shall be so arranged and protected as to
create no hazard to adjacent equipment from the heat produced.
6.6 The enclosure & support structure shall be designed that a mechanic 1780 mm in
height and 80 kg in weight is able to climb on the equipment for maintenance.
6.7 The sealing provided between flanges of two modules/ enclosures shall be such t
hat long term tightness is achieved.
Page 24 of 80
Technical Specification_GIS
6.8 Alarm circuit shall not respond to faults for momentary conditions. The following
indications including those required elsewhere in the specifications shall be
generally provided in the alarm and indication circuits.
8.1 The equipment will be operated under the following ambient conditions:
8.2 Temperature rise of current carrying parts shall be limited to the values stipulated
in IEC-694, under rated current and the climatic conditions at site. The temperature
rise for accessible enclosure shall not exceed 20 degree C above the ambient
temperature of 50 degree C. In the case of enclosures, which are accessible but need
not be touched during normal operation, the temperature rise limit may be permitted
upto 30 degree C above the ambient of 50 degree C.
8.3 In case of any internal arc fault regardless whether it occurs in a bus bar section, a
bus bar isolator or the circuit breaker, repair works should be possible without
shutting down the substation; at least one busbar and the undisturbed feeder should
remain in operation. It should be possible to remove and replace a fully assembled
circuit breaker without interfering the operation of the adjacent feeder. All circuit
breakers should be interchangeable.
8.4 The GIS equipments shall be arranged in such a manner that in case of maintenance
work on any of the equipment, at least one bus bar should be available for
operation.
Page 25 of 80
Technical Specification_GIS
8.5 The inter bay width shall be sufficient to allow access to all drive mechanisms and
other termination boxes without the need of dismantling other apparatuses.
These conditions shall be taken into account by the supplier in the design of the
equipment.
Adequate provision shall be made to allow for the thermal expansion of the
conductors and of differential thermal expansion between the conductors and the
enclosures. The bellows shall be metallic (preferably of stainless steel) of
following types or other suitable equivalent arrangement shall be provided
wherever necessary.
9.1 Lateral / Vertical mounting units: These shall be inserted, as required, between
sections of busbars, on transformer, shunt reactor and XLPE cable etc. Lateral
mounting shall be made possible by a sliding section of enclosure and tubular
conductors.
9.2 Axial compensators : These shall be provided to accommodate changes in length
of busbars due to temperature variations.
9.3 Parallel compensators: These shall be provided to accommodate large linear
expansions and angle tolerances.
9.4 Tolerance compensators: These shall be provided for taking up manufacturing,
site assembly and foundation tolerances.
9.5 Vibration compensators: These bellow compensators shall be provided for
absorbing vibrations caused by the transformers and shunt reactors when
connected to SF6 switchgear by oil- SF6 bushings.
9.6 The electrical connections across the bellows or compensating units shall be made
by means of suitable connectors.
10.1 Indicators shall be provided on all circuit breakers, isolators and earth-switches,
which shall clearly show whether the switches are open or closed. The indicators
shall be mechanically coupled directly to the main contact operating drive rod or
linkages and shall be mounted in a position where they are clearly visible from the
floor or the platform in the vicinity of the equipment.
10.2 Windows shall also be provided with all isolators and earthswitches so that the
switch contact positions can be verified by direct visual inspection.
11.1 Pressure relief devices shall be provided in the gas sections to protect the main gas
enclosures from damage or distortion during the occurrence of abnormal pressure
increase or shock waves generated by internal electrical fault arcs (preferably in
downward direction).
Page 26 of 80
Technical Specification_GIS
11.2 Pressure relief shall be achieved either by means of diaphragms or plugs venting
directly into the atmosphere in a controlled direction.
11.3 If the pressure relief devices vent directly into the atmosphere, suitable guards and
deflectors shall be provided. Contractor shall submit to the purchaser the detailed
criteria/ design regarding of pressure relief devices/rupture diaphragms.
12.1 The enclosure shall be designed for the mechanical and thermal loads to which it
is subjected in service. The enclosure shall be manufactured and tested according
to the pressure vessel code (ASME/CENELEC code for pressure Vessel). Each
enclosure has to be tested as a routine test at 1.5 time the design pressure for one
minute. The bursting strength of Aluminium castings has to be a at least 5 times
the design pressure. A bursting pressure test shall be carried out at 5 times the
design pressure as a type test on each type of enclosure.
13.0 GROUNDING
13.1 The grounding system shall be designed and provided as per IEEE-80-2000 and
CIGRE-44 to protect operating staff against any hazardous touch voltages and
electro-magnetic interferences.
13.2 The GIS supplier shall define clearly what constitutes the main grounding bus of
the GIS. The GIS supplier must supply the entire material for grounding bus of
GIS viz conductor, clamps, joints, operating and safety platforms etc. The GIS
supplier is also required to supply all the earthing conductors and associated
hardware material for the following:
13.3 The enclosure of the GIS may be grounded at several points so that there shall be
grounded cage around all the live parts. A minimum of two nos. of grounding
connections should be provided for each of circuit breaker, transformer terminals,
cable terminals, surge arresters, earth switches and at each end of the bus bars.
The grounding continuity between each enclosure shall be effectively
interconnected with Cu/ Al bonds of suitable size to bridge the flanges. In case the
bidder does not offer external bonding, the bidder shall demonstrate that the
connectivity offered by them between each enclosure is effective and does not
require external bonding. Further similar design should have been in service.
Subassembly to sub-assembly bonding shall be provided to provide gap & safe
voltage gradients between all intentionally grounded parts of the GIS assembly &
between those parts and the main grounding bus of the GIS.
Page 27 of 80
Technical Specification_GIS
13.4 Each marshalling box, local control panel, power and control cable sheaths and
other non current carrying metallic structures shall be connected to the grounding
system of GIS via connections that are separated from GIS enclosures.
13.6 All flexible bonding leads shall be tinned copper. All connectors, for attaching
flexible bonding leads to grounding conductors and grounding conductors to
support structures shall be tinned bronze with stainless steel or tinned bronze
hardware.
13.7 The contractor shall provide suitable measure to mitigate transient enclosure
voltage caused by high frequency currents caused by lightning strikes, operation
of surge arrester, ph./ earth fault and discharges between contacts during
switching operation. The grounding system shall ensure safe touch & step
voltages in all the enclosures.
13.8 UHF sensors for PD detection: Contractor shall provide adequate number of
UHF sensors in the offered GIS for detection of Partial discharge (of 5 pC and
above) as per IEC 60270 through Partial Discharge (PD) monitoring system and
the number and location of these sensors shall be subject to approval of the
employer. Further UHF sensors shall necessarily be provided in close proximity to
VT compartments
However adequacy of number of sensors and their location shall be verified at site
by the contractor as per recommendations of CIGRE task force TF 15/33.03.05
(Task force on Partial discharge detection system for GIS: Sensitivity
verification for the UHF method and the acoustic method). In case during site
testing additional UHF sensors are required, the same shall also be supplied&
installed to complete the technical requirement.
14.1 General
14.1.1 SF6 gas insulated metal enclosed circuit breakers (for 400kV, 220kV & 132kV)
shall comply with the latest revisions of IEC- 62271-100 & relevant IEC except to
the extent explicitly modified in the specification and shall meet with
requirements specified.
14.1.2 Circuit breakers shall be equipped with the operating mechanism. Circuit breakers
shall be of single pressure (puffer) type. Complete circuit breaker with all
necessary items for successful operation shall be supplied. The circuit breakers
shall be designed for high speed single and three phase reclosing with an
operating sequence and timing as specified.
Page 28 of 80
Technical Specification_GIS
14.2 Duty Requirements
Circuit breaker shall meet the duty requirements for any type of fault or fault
location also for line charging and dropping when used on 400kV and 220kV
effectively grounded system and perform make and break operations as per the
stipulated duty cycles satisfactorily.
ii) Interrupting line/cable charging current as per IEC without re-strikes and
without use of opening resistors.
iii) Clearing short line fault (Kilometric faults) with source impedance behind
the bus equivalent to symmetrical fault current specified.
iv) Breaking 25% the rated fault current at twice the rated voltage under phase
opposition condition.
v) The breaker shall satisfactorily withstand the high stresses imposed on them
during fault clearing, load rejection and re-energisation of lines with trapped
charges.
The total break time shall not be exceeded under any of the following duties:
ii) Test duties T10,T30,T60,T100 (with TRV as per IEC- 62271-100 )
ii) Short line fault L90, L75 (with TRV as per IEC-62271-100 )
The Bidder may please note that total break time of the breaker shall not be
exceeded under any duty conditions specified such as with the combined variation
of the trip coil voltage (70-110%), pneumatic/hydraulic pressure and SF6 gas
pressure etc. While furnishing the proof for the total break time of complete
circuit breaker, the bidder may specifically bring out the effect of non simultaneity
between poles and show how it is covered in the total break time.
The values guaranteed shall be supported with the type test reports.
Page 29 of 80
Technical Specification_GIS
14.6 Contacts
14.6.1 All making and breaking contacts shall be sealed and free from atmospheric
effects. Contacts shall be designed to have adequate thermal and current carrying
capacity for the duty specified and to have a life expectancy so that frequent
replacement due to excessive burning will not be necessary. Provision shall be
made for rapid dissipation of heat generated by the arc on opening.
14.6.2 Any device provided for voltage grading to damp oscillations or, to prevent re-
strike prior to the complete interruption of the circuit or to limit over voltage on
closing, shall have a life expectancy comparable of that of the breaker as a whole.
14.6.3 Breakers shall be so designed that when operated within their specified rating, the
temperature of each part will be limited to values consistent with a long life for
the material used. The temperature rise shall not exceed that indicated in IEC-
62271-100 under specified ambient conditions.
14.6.4 The gap between the open contacts shall be such that it can withstand atleast the
rated phase to ground voltage for eight hours at zero pressure above atmospheric
level of SF6 gas due to its leakage. The breaker should be able to withstand all
dielectric stresses imposed on it in open condition at lockout pressure
continuously (i.e. 2 pu. power frequency voltage across the breaker continuously)
14.6.5 In the interrupter assembly there shall be an adsorbing product box to minimize
the effect of SF6 decomposition products and moisture. The material used in the
construction of the circuit breakers shall be such as to be fully compatible with
SF6 gas decomposition products.
14.6.6 Provisions shall be made for attaching an operational analyzer to record travel,
speed and making measurement of operating timings etc. after installation at site.
14.6.7 Static Contact Resistance Meter and Dynamic Contact Resistance Meter shall also
be provided along with CB operational analyzer.
Page 30 of 80
Technical Specification_GIS
d) The mechanism shall be such that the failure of any auxiliary spring will not
prevent tripping and will not cause trip or closing operation of the power
operating devices.
e) A mechanical indicator shall be provided to show open and close position of
the breaker. It shall be located in a position where it will be visible to a man
standing on the ground level with the mechanism housing closed. An
operation counter shall also be provided in the central control cabinet.
f) Working parts of the mechanism shall be of corrosion resisting material,
bearings which require grease shall be equipped with pressure type grease
fittings. Bearing pin, bolts, nuts and other parts shall be adequately pinned or
locked to prevent loosening or changing adjustment with repeated operation
of the breaker.
g) The bidder shall furnish detailed operation and maintenance manual of the
mechanism alongwith the operation manual for the circuit breaker.
14.7.2 Control
a) The close and trip circuits shall be designed to permit use of momentary-
contact switches and push buttons.
b) Each breaker pole shall be provided with two (2) independent tripping
circuits, valves, pressure switches, and coils each connected to a different set
of protective relays.
c) The breaker shall normally be operated by remote electrical control. Electrical
tripping shall be performed by shunt trip coils. However, provisions shall be
made for local electrical control. For this purpose a local/remote selector
switch and close and trip control switch/push buttons shall be provided in the
breaker central control cabinet.
d) The trip coil shall be suitable for trip circuit supervision during both open and
close position of breaker.
e) Closing coil and associated circuits shall operate correctly at all values of
voltage between 85% and 110% of the rated voltage. Shunt trip and
associated circuits shall operate correctly under all operating conditions of the
circuit breaker upto the rated breaking capacity of the circuit breaker and at
all values of supply voltage between 70% and 110% of rated voltage. If
additional elements are introduced in the trip coil circuit their successful
operation and reliability for similar applications on circuit breakers shall be
clearly brought out in the additional information schedules. In the absence of
adequate details the offer is likely to be rejected.
f) Densimeter contacts and pressure switch contacts shall be suitable for direct
use as permissives in closing and tripping circuits. Separate contacts have to
be used for each of tripping and closing circuits. If contacts are not suitably
rated and multiplying relays are used then fail safe logic/schemes are to be
employed. DC supplies for all auxiliary circuit shall be monitored and for
remote annunciations and operation lockout in case of dc failures.
g) The auxiliary switch of the breaker shall be positively driven by the breaker
operating rod.
Page 31 of 80
Technical Specification_GIS
14.7.3 Spring operated Mechanism
Page 32 of 80
Technical Specification_GIS
e) The mechanism shall be capable of operating the circuit breaker correctly and
performing the duty cycle specified under all conditions with the pressure of
hydraulic operated fluid in the operating mechanism at the lowest permissible
pressure before make up.
f) Trip lockout shall be provided to prevent operations of the circuit breaker
below the minimum specified hydraulic pressure. Alarm contacts for lost of
Nitrogen shall also be provided.
g) All hydraulic joints shall have no oil leakage under the site conditions and
joints shall be tested at factory against oil leakage.
a) Drawing showing contacts in close, arc initiation, full arcing, arc extinction
and open position.
b) Data on capabilities of circuit breakers in terms of time and number of
operations at duties ranging from 100 fault currents to load currents of the
lowest possible value without requiring any maintenance or checks.
c) Curves supported by test data indicating the opening time under close open
operation with combined variation of trip coil voltage and hydraulic pressure.
16.0 TESTS
Routine tests as per IEC: 62271-100 shall be performed on all circuit breakers. In
addition to the mechanical and electrical tests specified by IEC, the following
shall also be performed.
Speed curves for each breaker shall be obtained with the help of a suitable
operation analyzer to determine the breaker contact movement during opening,
closing, autoreclosing and trip free operation under normal as well as limiting
operating conditions (control voltage, pneumatic pressure etc.). The tests shall
show the speed of contacts directly at various stages of operation, travel of
contacts, opening time, closing time, shortest time between separation and
meeting of contacts at break make operation etc. This test shall also be performed
at site for which the necessary operation analyzer alongwith necessary
transducers, cables, console etc. shall be furnished as mandatory maintenance
equipment.
17.1 General
Page 33 of 80
Technical Specification_GIS
Disconnectors shall be of the single-pole, group operated type, installed in the
switchgear to provide electrical isolation of the circuit breakers, the transformers,
double bus and transmission lines. The disconnectors shall conform to IEC-
62271-102 and shall have the ratings as specified in Clause 3.0 PRINCIPAL
PARAMETERS.
1. The single pole group operated disconnectors shall be operated by electric motor
suitable for use on 220V DC system and shall be equipped with a manual
operating mechanism for emergency use. The motor shall be protected against
over current and short circuit.
2. Disconnectors shall be designed as per relevant IEC. These shall be suitable to
make and break the charging currents during their opening and closing. They shall
also be able to make and break loop current which appears during transfer
between bus bars. The contact shielding shall also be designed to prevent restrikes
and high local stresses caused by transient recovery voltages when these currents
are interrupted.
3. The disconnecting switches shall be arranged in such a way that all the three
phases operate simultaneously. All the parts of the operating mechanism shall be
able to withstand starting torque of the motor mechanism without damage until the
motor overload protection operates.
4. It shall be possible to operate the disconnecting switches manually by cranks or
handwheels. The contacts shall be both mechanically and electrically disconnected
during the manual operation.
5. The operating mechanisms shall be complete with all necessary linkages, clamps,
couplings, operating rods, support brackets and grounding devices. All the
bearings shall be permanently lubricated or shall be of such a type that no
lubrication or maintenance is required.
6. The opening and closing of the disconnectors shall be achieved by either local or
remote control. The local operation shall be by means of a two-position control
switch located in the bay module control cabinet.
7. Remote control of the disconnectors from the control room shall be made by
means of remote/ local transfer switch.
8. The disconnector operations shall be inter-locked electrically with the associated
circuit breakers in such a way that the disconnector control is inoperative if the
circuit breaker is closed.
9. Each disconnector shall be supplied with auxiliary switch having six normally
open and six normally closed contacts for future use over and above those
required for switchgear interlocking and automation purposes. The auxiliary
switch contacts are to be continuously adjustable such that, when required, they
can be adjusted to make contact before the main switch contacts.
10. The signaling of the closed position of the disconnector shall not take place unless
it is certain that the movable contacts will reach a position in which the rated
normal current, peak withstand current and short-time withstand current can be
carried safely.
Page 34 of 80
Technical Specification_GIS
11. The signaling of the open position of the disconnector shall not take place unless
the movable contacts have reached such a position that the clearance between the
contacts is at least 80 percent of the rated isolating distance.
12. All auxiliary switches and auxiliary circuits shall be capable of carrying a current
of at least 10A DC continuously.
13. The auxiliary switches shall be capable of breaking at least 2A in a 220V DC
circuit with a time constant of not less than 20 milliseconds.
14. The disconnectors and safety grounding switches shall have a mechanical key
(pad locking key) and electrical inter-locks to prevent closing of the grounding
switches when isolator switches are in the closed position and to prevent closing
of the disconnectors when the grounding switch is in the closed position.
15. The local control of the isolator and high-speed grounding switches from the bay
module control panel should be achieved from the individual control switches
with the remote/local transfer switch set to local.
16. All electrical sequence interlocks will apply in both remote and local control
modes.
17. Each disconnector shall have a clearly identifiable local, positively driven
mechanical position indicator, together with position indicator on the bay module
control cabinet and provisions for taking the signals to the control room. The
details of the inscriptions and colouring for the indicator are given as under :
SIGN COLOUR
Open position Open Green
Closed position Closed Red
18. All the disconnecting switches shall have arrangement allowing easy visual
inspection of the travel of the switch contacts in both open and close positions,
from the outside of the enclosure.
19. The disconnecting switches shall be provided with rating plates and shall be
accessible for inspection.
20. The disconnecting switches shall be capable of being padlocked in both the open
and closed positions with the operating motor automatically disengaged. The
padlocking device shall be suitable for a standard size lock with a 10 mm shank.
The padlock must be visible and directly lock the final output shaft of the
operating mechanism. Integrally mounted lock when provided shall be equipped
with a unique key for such three phase group. Master key is not permitted.
Page 35 of 80
Technical Specification_GIS
18.3 Each safety grounding switch shall have clearly identifiable local positive driven
mechanical indicator together with position indicator on the bay module control
cabinet and provision for taking the signal to Control room.
18.4 The details of the inscription and colouring for the indicator are given as under:
SIGN COLOUR
Open position Open Green
Closed position Closed Red
18.5 Interlocks shall be provided so that manual operation of the switches or insertion
of the manual operating device will disable the electrical control circuits.
18.6 Each ground switch shall be fitted with auxiliary switches having six normally
open and six normally closed contacts for use by others over and above those
required for local interlocking and position indication purposes.
18.7 Provision shall be made for padlocking the ground switches in either the open or
closed position.
18.8 All portions of the grounding switch and operating mechanism required for
grounding shall be connected together utilizing flexible copper conductors having
a minimum cross sectional area of 100 sq. mm.
18.9 The main grounding connections on each grounding switch shall be rated to carry
he full short circuit rating of the switch for 1 sec. and shall be equipped with a
silver- plated terminal connector suitable for steel strap of adequate rating for
connection to the grounding grid.
18.10 The safety grounding switches shall conform to the requirements of IEC- 62271-
102
18.11 Mechanical position indication shall be provided locally at each switch and
remotely at each bay module control cabinet/ substation automation system.
19.1 Grounding switches located at the beginning of the line feeder bay modules shall
be of the high speed, make proof type and will be used to discharge the respective
charging currents, in addition to their safety grounding function. These grounding
switches shall be capable of interrupting the inductive currents and to withstand
the associated TRV.
19.2 Single phase switches shall be provided with operating mechanism suitable for
operation from a 220V DC. The switches shall be fitted with a stored energy
closing system to provide fault making capacity.
19.3 The short circuit making current rating of each ground switch shall be at least
equal to its peak withstand current rating of 125/100 kA (As applicable). The
switches shall have inductive/ capacitive current switching capacity as per IEC-
62271-102.
19.4 Each high speed make proof grounding switch shall have clearly identifiable local
positive driven mechanical indicator together with position indicator on the bay
Page 36 of 80
Technical Specification_GIS
module control cabinet and provision for taking the signal Control Room. The
details of the inscription and colouring for the indicator shall be as under:-
SIGN COLOUR
OPEN POSITION Open Green
CLOSED POSITION Closed Red
19.5 High speed ground switch operation should be possible locally from the bay
module control cabinet, or remotely from the control room in conjunction with
opening of the associated disconnector.
19.6 These high speed grounding switches shall be electrically interlocked with their
associated circuit breakers and disconnectors so that the grounding switches can
not be closed if the circuit breakers and disconnectors are closed.
19.7 Interlocks shall be provided so that the insertion of the manual operating devices
will disable the electrical control circuits.
19.8 Each high speed ground switch shall be fitted with auxiliary switches having six
NO & six NC auxiliary contacts for use by others, over and above these required
for local interlocking and position indication. All contacts shall be wired to
terminal blocks in the local bay control cabinet. Provision shall be made for
padlocking the ground switches in their open or closed position.
19.9 All portion of the grounding switches and operating mechanism required for
connection to ground shall be connected together utilizing copper conductor
having minimum cross-sectional area of 100 sq. Mm.
19.20 The main grounding connection on each grounding switch shall be rated to carry
the peak withstand current rating of the switch for 1 sec. And shall be equipped
with a silver plated terminal connector suitable for steel strap of adequate design
for connection to the grounding grid.
19.21 The high speed make proof grounding switches shall confirm to the requirements
of IEC-62271-102.
A) General
i) The current transformers and accessories shall conform to IEC : 60044-1 and
other relevant standards except to the extent explicitly modified in the
specification.
ii) The particulars of the various cores may change within reasonable limits as
per the requirements of protection relay supplier. The manufacturer is
required to have these values confirmed from the purchaser before proceeding
with design of the cores. The other characteristics of CTs shall be as given in
TECHNICAL PARAMETER of Current Transformer.
Page 37 of 80
Technical Specification_GIS
B) Ratios and Characteristics
The number, rating, ratios, accuracy class, etc. for the individual current
transformers secondary cores shall be in accordance with table at clause 3.0
above. Where multi-ratio current transformers are required the various ratios shall
be obtained by changing the effective number of turns on the secondary winding.
D) Constructional Details
a) The current transformers incorporated into the GIS will be used for protective
relaying and metering and shall be of metal enclosed type. All the current
transformers shall have effective electromagnetic shields to protect against
high frequency transients.
b) Each current transformer shall be equipped with a marshalling box with
terminals for the secondary circuits, which are connected to the local control
cubicle. The star/ delta configuration and the inter connection to the line
protection panels will be done at the CT terminal block located in the local
control cubicle.
c) Current transformers guaranteed burdens and accuracy class are to be
intended as simultaneous for all cores.
d) The rated extended primary current shall be 150% at highest ratio and 200%
at ratios other than highest ratios.
e) The instrument security factor at all ratios shall be less than five(5) for
metering core. If any auxiliary CTs/reactor are used in the current
transformers then all parameters specified shall have to be met treating
auxiliary CTs as an integral part of the current transformer. The auxiliary
CTs/reactor shall preferably built in construction of the CTs.
f) The wiring diagram, for the interconnections of the three single phase CTs
shall be provided inside the marshalling box.
g) The current transformers shall be suitable for high speed auto-reclosing.
h) Provisions shall be made for primary injection testing either within CT or
outside.
i) Electromagnetic shields to be provided against high frequency transients
typically 1-30 MHz.
Page 38 of 80
Technical Specification_GIS
20.1.2 VOLTAGE TRANSFORMERS
A) General
The voltage transformers shall conform to IEC- 60044-2 and other relevant
standards except to the extent explicitly modified in the specification. Voltage
transformers shall be of the electromagnetic type with SF6 gas insulation. The
earth end of the high voltage winding and the ends of the secondary winding shall
be brought out in the terminal box.
The rating, ratio, accuracy class, connection etc. for the voltage transformers shall
be in accordance with the table at clause 3.0.
Rating and diagram plate shall be provided complying with the requirements of
the IEC specification incorporating the year of manufacture and including turns
ratio, voltage ratio, burden, connection diagram etc.
The beginning and end of each secondary winding shall be wired to suitable
terminals accommodated in a terminal box mounted directly on the voltage
transformer section of the SF6 switchgear.
E) The transformer shall be able to sustain full line to line voltage without saturation
of transformer.
a) The voltage transformers shall be located in a separate bay module on the bus
and will be connected phase- to ground and shall be used for protection,
metering and synchronization.
b) The voltage transformers shall be of inductive type, non resistant and shall be
contained in their own-SF6 compartment, separated from other parts of
installation. The voltage transformers shall be effectively shielded against
high frequency electromagnetic transients. The voltage transformers shall
have three secondary windings.
c) Voltage transformers secondaries shall be protected by HRC cartridge type
fuses for all the windings. In addition fuses shall be provided for the
Page 39 of 80
Technical Specification_GIS
protection and metering windings for fuse monitoring scheme. The secondary
terminals of the VT’s shall be terminated to the stud type non-disconnecting
terminal blocks in the secondary boxes via the fuse.
d) The voltage transformer should be thermally and dielectrically safe when the
secondary terminals are loaded with the guaranteed thermal burdens.
e) The accuracy of 0.2 on secondary III should be maintained through out the
entire burden range upto 100VA on all the three windings without any
adjustments during operation.
f) The diagram for the interconnection of the VTs shall be provided inside the
marshalling box.
20.2 TESTS:
Current and voltage transformers shall conform to type tests and shall be subjected
to routine test in accordance with IEC.
A) General
All bushings shall have an impulse and power frequency withstand level that is
greater than or equal to the levels specified for GIS. The creepage distance over
the external surface of outdoor bushings shall not be less than 25 mm/kV.
Condenser type bushings will be preferred but alternative types can also be
considered. Liquid filled bushings shall be provided with liquid level gauges
clearly visible from ground level, preferably of the direct reading prismatic type or
the magnetic type. Other types of liquid level gauges will only be accepted if
specifically approved.
Page 40 of 80
Technical Specification_GIS
Outdoor bushings must be capable of withstanding cantilever forces due to weight
of busduct and short circuit forces. Design calculations in support of the cantilever
strength chosen shall be submitted for purchaser’s review and approval.
The contractor shall perform all necessary studies. The report shall detail the
limits of all equipment parameters which could affect the insulation co-ordination.
The report shall also detail the characteristics of the surge arrester and shall
demonstrate that the selected arrester’s protective and withstand levels, discharge
and coordinating currents, and arrester ratings and comply with the requirement of
this specification.
The contractor shall also consider in the studies the open circuit breaker condition,
fast transients generated by slow operation of disconnecting switches. The study
report and design calculations shall be submitted for Purchaser’s approval.
a) The surge arrester shall be of heavy duty station class and gapless (Metal oxide/
Zinc Oxide) type without any series or shunt gaps.
c) 420kV, 245kV and 145kV class arrester shall be capable of discharging energy
equivalent to class 3 of IEC for a 420kV, 245kV and 145kV system on two
successive operations.
d) The reference current of the arresters shall be high enough to eliminate the
influence of grading and stray capacitance on the measured reference voltage.
e) The surge arresters are being provided to protect the followings whose insulation
levels are indicated in the table given below:-
Page 41 of 80
Technical Specification_GIS
Equipment to be Lightning Switching Lightning Lightning
protected impulse surge impulse impulse
(kVp) for (kVp) for (kVp) for (kVp) for
420 kV 420 kV 245 kV 145 kV
system system system system
The nonlinear blocks shall be of infered metal oxide/ Zinc Oxide material. These
shall be provided in such a way as to obtain robust construction, with excellent
mechanical and electrical properties even after repeated operations.
The arrester enclosure shall be vertically or horizontally mounted to suit the layout
of the switchgear as suggested by the manufacturer and shall be fitted with a
discharge counter located in an easily accessible position.
The main grounding connection from the surge arrester to the earth shall be
provided by the bidder. The size of the connecting conductor shall be such that all
the energy is dissipated to the ground without getting overheated.
b) Micro processor based instrument for monitoring resistive current or watt loss
of the arrester shall also be provided.
21.5 Tests
In accordance with the requirements stipulated the surge arresters shall conform to
type tests and shall be subjected to routine and acceptance tests in accordance with
IEC document.
Each metaloxide block shall be tested for the guaranteed specific energy
capability in addition to the routine/acceptance test as per IEC-60099.
Page 42 of 80
Technical Specification_GIS
The Surge monitors shall also be connected in series with the test specimens
during residual voltage and current impulse withstand tests to verify efficacy of
the same. Additional routine/functional tests with one 100A and 10kA current
impulse, (8/20 micro sec.) shall also be performed on the surge monitor.
a) The buildings shall house 400kV, 220kV and 132kV Gas Insulated Switchgear
(GIS) separately and other associated equipments inside in each of the GIS
building. The building shall have arrangement to maintain pressurised air in order
to prevent the ingress of dust in the GIS Hall. The technical secification of
Ventilation System for GIS Hall shall be as under:
The GIS hall shall have an independent ventilation system. Each ventilation
system shall consist of two 100% capacity systems, one operating and one stand-
by.
To ensure that the air being supplied to the GIS hall is free from dust particles, a
minimum two stage dust filtration process shall be supplied. This shall consist of
at least the following:
1. Pre Filters: To remove dust particles down to 10 micron in size with at least
95% efficiency.
2. Fine Filters: To remove dust particles down to 5 microns in size with at least
99% efficiency.
All the filters shall be panel type. Easy access should be available to the
filters for replacement/cleaning.
The ventilation of the GIS hall shall be of a positive pressure type with
minimum 4 air changes per hour. The pressure inside the GIS hall shall be
maintained 5 mm of Water above the atmospheric pressure. Fresh outdoor air
shall be filtered before being blown into the GIS hall by the air fans to avoid
dust accumulation on components present in the GIS hall. Each GIS hall shall
be provided with motorized exhaust dampers with local control.
b) The bidder shall submit the design and construction proposal of the building
along with necessary information, data, and drawings in the techno-
commercial bid according to the complete requirements.
c) The plot plan of floor for 400kV, 220kV and 132kV GIS building is enclosed.
The dimension given is for reference only and may vary according to
requirement of the equipment to be installed inside. The bidder shall finalize
the dimensions according to the equipment offered by them providing enough
space and access for erection, operation and maintenance. The main floor
shall be at a common level through out the building to facilitate movement.
Convenient routing of cables from the GIS building to control, protection and
other auxiliary building shall be considered.
Page 43 of 80
Technical Specification_GIS
EOT cranes shall be provided in 400kV, 220kV and 132kV GIS buildings for
GIS equipments handling during installation, commissioning and
maintenance etc. Crane lifting capacity shall be adequate to handle at least
two times the maximum weight of the heaviest package of GIS but shall not
be less than 10 tonnes (for 400kV) and 6 tonnes (for 220kV & 132kV) with
micro switch arrangement. Crane capacity for GIS is to match with the
maximum size/weight of single unit which is required to be handled by the
crane. Crane of adequate capacity commensurating with the requirements for
erection & maintenance shall be provided in the 400kV, 220kV and 132kV
GIS room. Capacity would have adequate safety margin of at least two times
the maximum weight of the equipment to be handled. The crane shall be
possible to be operated through the cable & through the pendant control,
which shall be easily accessible from the floor of GIS building.
The bidder shall submit the capacity calculation of the crane. The minimum
height of crane hook shall be 9.0 meter or as per actual requirement
whichever is higher. The crane shall consist of all special requirements for
erection and maintenance of GIS equipments. The crane shall be possible to
be operated through the cable and through the pendant control, which shall be
easily accessible from the floor of GIS building. (Please refer Technical
Specification for” Electric Overhead Travelling (EOT) Crane” for details ).
EOT cranes shall be supplied for 400kV, 220kV and 132kV GIS.
Page 44 of 80
Technical Specification_GIS
13.11 The bidders shall provide lightning mast/GS shield wire at suitable place for
protection of whole sub-station including transformers, GIS cum control room
building etc. The bidder shall submit detailed proposal for grounding system of
whole substation including indoor and outdoor equipments with Earthmat using
40mm. dia MS rod for approval of purchaser. The riser shall be GS flat of size
75x12mm for outdoor equipments and 50x6mm for indoor.
13.12 The bidder shall submit detailed proposal for grounding system for approval of
purchaser. Any provision to be made in the building design to take care of
earthing requirement shall also be clearly spelt-out.
(1) Civil works of GIS Hall shall be completed in all respects for taking up the
installation and it shall be ensured that all dust and dirt in the hall are removed.
All openings (including Bus Duct) except entry door should be closed and proper
sealed
(2) The installation area shall be secured against entry of unauthorized personnel.
Only certified manufacturer’s engineer and supervisor shall supervise critical &
important erection works. The help of local technicians can be taken only for
material handling and non-critical erection works. Engineers and supervisors of
the manufacturer shalo submit authorization and competency certificate to
UPPTCL.
(3) Assembly drawing for GIS erection for the section under progress shall be
available and displayed in GIS hall at the time of work.
(4) Proper power supply shall be ensured by installing DG Set of proper rating and
frequency if required prior to commencement of erection work so that assembly
work is not interrupted in the middle which is critical for GIS installation.
(5) Working personnel shall clean their shoes or apply covers on shoes before
entering the immediate working area. The working clothes of authorized
personnel shall be made of non fluffy material.
(6) GIS hall door shall have automatic close facility after entry of personnel to avoid
dust and moisture entry. Walls and ceiling shall be in a condition so that neither
dirt nor plaster might fall or rub off and formation of condensation water in ceiling
shall be prevented under any circumstances.
(7) Floor in the installation area shall have a firm surface and shall be kept dust free
with a vacuum cleaner. Vacuum cleaning to be done at regular interval through
out the day with separate team of persons assigned for cleaning work only.
(8) Only T&P and consumables required for GIS erection shall be kept in GIS during
erection.
(9) In case of outdoor installation of GIS or of GIS components open gas
compartments shall be protected from dust and moisture ingress (by tarpaulin
covers etc)
(10) Bus duct exit in the GIS hall wall shall be kept covered by suitable means until
permanent cover is provided after installation of bus ducts.
Page 45 of 80
Technical Specification_GIS
(11) A separate room shall be identified in consultation with POWERGRID for
carrying out repair works/ small part assembly and the room shall be weather
protected and lockable. All excess material (not required for immediate
installation works) test equipment and tools and tackles to be stored separately
from GIS hall in the separate room for rework.
(12) All assembly work shall be done by qualified personnel only who are to be
identified and list submitted to POWERGRID site before starting of erection
work.
(13) Erection agency shall submit method statement and make available formats for
checking during each stage of hall preparation, assembly process and final checks
to be approved by POWERGRID site before start of erection. Method statement
shall include record of shock/ impact recorder at the time of unpacking. Shock
recorder down loaded data and analysis shall be submitted before commencement
of erection work. In case of violation of shock limits, expert form manufacturer
shall visit and do the internal inspection before giving clearance for erection.
(14) Cleaning is of utmost importance and hence before assembly, all the loose metal
parts, subassemblies and all contact& sealing surfaces shall be cleaned before
installation. Cleaning shall be e carried out with specified cleaning agents of the
manufacturer in no condition water is to be used except for external surfaces.
Further, Prior to opening, gas compartment shall be thoroughly cleaned and
vacuum cleaning of the installation area shall also be done specially the immediate
vicinity of the flanges to be connected. Dust disturbance in the area to be avoided.
Also, before closing a flange connection clean the immediate vicinity and all
accessible parts of the components shall be connected with a vacuum cleaner
(15) Once the transport covers are removed installation of flanges shall be done
without any interruptions, if interruptions cannot be avoided open flanges are to
be covered with clean plastic foil. Transport covers, O-rings and other packing
material shall be taken out of GIS after immediately after removal.
(16) O Rings shall be properly stored and taken out only before installation. O Rings
are also to be cleaned before use with manufacturer authorized cleaning agent.
(17) At all points of time during installation authorized personnel shall use disposable
gloves to avoid contamination.
(18) Cable termination work shall commence only after completion of GIS equipment
as during GIS installation period laying and termination of cables interferes with
the GIS erection work and affects cleanliness.
The equipment shall be designed for operation in seismic zone for earthquake
resistance. The seismic loads are due to the horizontal and vertical acceleration
which may be assumed to act non concurrently. Seismic level Zone- IV, as per
new IS- 1893, Year-2002 has to be considered for the design of equipment. The
seismic loads shall be equal to static loads corresponding to the weight of the parts
multiplied by the acceleration. The equipments along with its parts shall be strong
enough and sufficiently well connected to resist total operating stresses resulting
from the forces in normal operation but in case of abnormal condition shall also
resist with forces superimposed due to earthquakes. The copies of type test reports
for similar rated equipment, if tested earlier, should be furnished along with the
Page 46 of 80
Technical Specification_GIS
tender. If the equipment has not been type tested earlier, design calculations of
simulated parameters should be furnished along with the offer.
To prevent the movement of GIS sub assemblies i.e. various bay modules during
the earthquake, suitable devices shall be provided for fixing the sub assemblies to
the foundation. The contractor shall supply necessary bolts for embedding in the
concrete foundation. The fixing of GIS sub assemblies to the foundation shall be
designed to withstand the seismic events. It will also be ensured that the special
devices as well as bolts shall not be over stressed. The details of the devices used
and the calculations for establishing the adequacy shall be furnished by the
supplier and shall be subject to the purchase’s approval.
a) The SF6 gas insulated metal-clad switchgear shall be designed for use with
SF6 gas complying with the recommendations of IEC 376, 376A & 376B, at
the time of the first charging with gas. All SF6 gas supplied as part of the
contract shall comply with the requirements of IEC as above as a minimum &
should be suitable in all respects for use in the switchgear under all operating
conditions.
b) The high pressure cylinders in which SF6 gas is supplied & stored at site shall
comply with the requirements of following standards & regulations:
IS: 7311 Seamless high carbon steel cylinders for permanent & high
pressure liquefiable gases. The cylinders shall also meet
Indian Boilers Regulations. (Mandatory)
c) Test
SF6 gas shall be tested for purity, dew point, air, hydrolysable fluorides and
water contents as per IEC:376, 376A & 376B and test certificates shall be
furnished to the purchaser indicating all test results as per IEC standards for
each lot of SF6 gas. Further site tests for moisture, air content, flash point and
dielectric strength to be done during commissioning of GIS. Gas bottles
should be tested for leakage during receipt at site.
d) The contractor shall indicate diagnostic test methods for checking the quality
of gas in the various sections during service. The method proposed shall, as a
minimum check the moisture content and the percentage of purity of the gas
on annual basis.
e) The contractor shall also indicate clearly the precise procedure to be adopted
by maintenance personnel for handling equipment that are exposed to the
products of arcing in SF6 Gas so as to ensure that they are not affected by
possible irritants of the skin and respiratory system. Recommendations shall
be submitted for suitable protective clothing, method of disposal of cleaning
utensils and other relevant matters.
Page 47 of 80
Technical Specification_GIS
f) The contractor shall also indicate the details and type of filters used in various
gas sections, and should also submit the operating experience with such
filters.
25.1 Dial type temperature compensated gas density or density monitoring devices with
associated pressure gauge will be provided. The devices shall provide continuous
and automatic monitoring of the state of the gas and a separate device shall be
provided for each gas compartment so that each compartment can be monitored
simultaneously as follows:-
This will be used to annunciate the need for the gas refilling. The contractor
shall provide a contact for remote indication.
This is the minimum level at which the manufacturer will guarantee the
insulation rating of the assembly. Contacts shall be in accordance with
requirement.
2) Circuit Breaker
This will be used to annunciate the need for gas refilling. The contractor shall
provide a contact for remote indication.
This is the minimum gas density at which the manufacturer will guarantee the
rated fault interrupting capability of the breaker. At this level the breaker
block contact shall operate & the trip-ping & closing circuit shall be blocked.
This is the minimum level at which the manufacturer will guarantee the
insulation rating of the assembly. Contacts shall be in accordance with
requirement.
The contractor should furnish temperature v/s pressure curves for each setting of
density monitor along with details of the monitoring device.
Page 48 of 80
Technical Specification_GIS
It shall be possible to test all gas monitoring relays/devices without de-energizing
the primary equipment & without reducing pressure in the main section. Plugs &
sockets shall be used for test purposes. It shall also damp the pressure pulsation
while filling the gas in service, so that flickering of the pressure switch contacts
does not take place.
The maximum gas leakage shall not exceed 0.5% (half percent) per year for
the whole equipment and for any individual gas compartment separately.
b) Gas Supply
The contractor shall include the supply of all SF6 gas necessary for filing &
putting into operation the complete switchgear installation being supplied. In
addition 20% of total gas requirement shall be supplied in separate cylinders
as spare requirement, over & above the requirement of gas for successful
commissioning. Pl. refer list of mandatory spares in this connection.
All the plant necessary for filling and evacuating the SF6 gas in the switchgear
shall be supplied with the contract to enable any maintenance work to be carried
out. This shall include all the necessary gas cylinders for temporarily storing the
evacuated SF6 gas. The capacity of the temporary storage facilities shall at least
be sufficient for storing the maximum quantity of gas that could be removed when
carrying out maintenance or repair work on the switchgear and associate
equipment of at least one complete bay.
Where any item of the filling and evacuating plant is of such a weight that it
cannot easily be carried by maintenance personnel, it shall be provided with lifting
hooks for lifting and moving with the overhead cranes.
The evacuation equipment shall be provided with all the necessary pipes,
couplings, flexible tubes and valves for coupling up to the switchgear for filling or
evacuating all the gases.
The gas compartments shall preferably be fitted with permanent non-return valves
through which the gas is pumped into or evacuated form the compartments.
Details of the filling and evacuating plant that will be supplied, as well as the
description of the filling and evacuating procedures shall be provided along with
the bid.
Page 49 of 80
Technical Specification_GIS
27.0 SF6 GIS TO XLPE CABLE TERMINATION
27.1 The underground cables shall be connected to GIS by the interfacing of XLPE
cable sealing end to GIS Cable termination enclosure.
27.2 The SF6 GIS to XLPE cable termination shall conform to IEC-859 (latest edition).
27.3 The rating of XLPE cables for different voltages are specified in the Technical
specification.
27.4 Cable termination kit shall be in the scope of the contractor. The
ducts and the casing shall be suitable for the requirements for which it is designed.
This interface section shall be designed in a manner which will allow ease of
operation and maintenance.
27.5 The provision shall be made for a removable link. The gap created when the link
is removed should have sufficient electric strength to withstand the switchgear
high voltage site tests. The bidder may suggest alternative arrangements to meet
these requirements. The corona rings/stress shields for the control of electrical
field in the vicinity of the isolation gap shall be provided by the GIS
manufacturer.
27.6 All supporting structures for the SF6 bus-duct connections between the XLPE
cable sealing ends and the GIS shall be supplied by the supplier. The supplier may
specify alternative connecting & supporting arrangements for approval of the
purchaser.
27.7 The opening for access shall be provided in each phase terminal enclosures as
necessary to permit removal of connectors to isolate the XLPE cables to allow
carrying out the insulation tests. The typical arrangement drawing of
interconnecting bus-duct from GIS bay module to XLPE cable termination end
shall be submitted along with offer.
28.1 The transformer / reactor termination module enables a direct transition from the
SF6 gas insulation to the bushing of an oil-insulated transformer / reactor. For this
purpose, the transformer / reactor bushing must be oil-tight, gas-tight and pressure
resistant. Any temperature related movement and irregular setting of the
switchgear’s or transformer’s / reactor’s foundations are absorbed by the
expansion fittings.
28.2 The oil filled transformers and reactors are as shown in the substation SLD. The
oil to air bushings of the transformers and reactors shall be supplied by the
respective supplier’s and the same shall be connected to the SF6 ducts thru air to
SF6 bushings to be provided under present scope.
28.3 Terminal connection arrangement to connect GIS duct to bushing and duct
mounting arrangement details shall be submitted during detailed engineering for
Purchaser’s approval and for co-ordination with transformer and reactor supplier.
Any modification suggested by autotransformer and reactor supplier shall have to
Page 50 of 80
Technical Specification_GIS
be carried out by the supplier to facilitate proper connection with the bushings of
the autotransformer and reactors.
28.4 In case of single phase transformers are being installed in the substation, HV &IV
auxiliary bus for the transformer bank for connecting spare unit shall be formed
inside the GIS hall as per the SLD furnished and as specified in the specification.
28.5 In case of single phase reactors are being installed in the substation auxiliary bus
of rated voltage for the reactor bank for connecting spare unit shall be formed
inside the GIS hall as per the SLD furnished and as specified in Section project.
The components of the GIS shall be connected by a single phase bus ducts. The
enclosure shall be connected by use of bolted and gasketed joints. The bus
conductor shall be connected with plug in contacts with silver plated contact
surface. The bus system shall be capable of withstand the mechanical and thermal
stresses due to short circuit currents, as well as thermal expansion and contraction
created by temperature cycling.
(1) Maximum weight of gas in a gas tight section of GIB shall not exceed 400
Kg (for 400 kV)/ 250 Kg (for 220 kV & 132 kV).
(2) GIS bus ducts of each circuit shall be arranged in preferably horizontal
formation and the clearance (outer to outer) between nearest bus ducts of
two adjacent circuits shall be minimum one (1) meter.
(3) GIB shall be generally in only one horizontal layer. However in
exceptional circumstance two horizontal GIB layers can be provided with
the approval of UPPTCL and the vertical clearance between layers shall be
minimum one (1) meter in such case.
(4) The minimum outer to outer horizontal clearance between each GIS bus
duct shall be 0.75 meter for 400 kV voltage level and 0.5 meter for 220 kV
& 132 kV voltage level.
(5) The minimum vertical ground clearance of GIB at road crossing shall be
5.5 meters
Page 51 of 80
Technical Specification_GIS
(6) The horizontal clearance between GIB and GIS building /any other
building wall shall be minimum three (3) meters.
(7) The GIB route inside the GIS Hall shall not obstruct easy access to GIS
and control room buildings and shall not obstruct movement of crane,
equipment including HV test equipment for maintenance works.
(8) The GIB height outside the GIS hall in switchyard area shall not obstruct
easy access to GIB, movement of crane for maintenance work.
(9) Optimisation of outdoor GIB length using overhead AIS connection with
Bus Post Insulator of respective voltage class is generally acceptable
subject to meeting the electrical clearances as stipulated.
(10) For the maintenance of GIB of one circuit, only that circuit shall be
isolated.
30.1 GENERAL
Outdoor SF6 to air bushings, for the connection between the GIS and overhead
lines or conventional air insulated equipment shall be furnished where specified.
Bushings shall comply with the relevant IEC standards. The bushings can be with
composite insulators (Silicone rubber) or with porcelain insulators with all
surfaces free from imperfections. The internal insulation of the bushings can be a
resin impregnated paper winding (RIP body) or compressed SF6-gas. The internal
and external electrical field of the bushings can be controlled by a capacitive
grading body /grading shields. The RIP body must consists of resin impregnated
paper insulation with concentric aluminium layers. The space between the RIP
body and the insulator must be filled with insulating foam compound or
compressed SF6-gas. Bushings with porcelain insulators must designed to cause
negligible damages in case of porcelain rupture, having either a low pressure
volume or a small SF6-gas volume next to the porcelain.
The insulation levels are applicable to normal sea level atmospheric conditions.
The creepage distance over the external surface of outdoor bushings shall not be
less than 25 mm/kV.
The flange and conductor connection between bushing and GIS component shall
be the standard of the GIS supplier.
Page 52 of 80
Technical Specification_GIS
31.1 GENERAL
A local control cubicle (LCC) shall be supplied for the local control and operation
of each GIS circuit breaker bay. Each LCC shall contain the local control,
interlocking, operation and indication devices associated with the GIS bay.
The LCCs shall be free-standing / integrated with the GIS switchgear. A general
arrangement drawing showing the installation position shall be submitted with the
quotation.
The LCCs shall be installed indoors but care must be taken with the design to
ensure that all LCCs are drip, weather proof and splash proof. The LCCs shall also
be dust and vermin proof. The control and operation circuits shall be well shielded
and with safety measures to protect operator from touching energized parts. Power
frequency withstand of control circuits shall be 2 kV for 1 minute.
b) Any interposing relays and control switches associated with the circuit
breakers, disconnect switches, grounding switches etc.
c) The alarm and indication devices specified.
d) Fuses and links. These shall be installed in the interior of the LCCs.
e) Terminal blocks for the terminating and marshaling of auxiliary supply
circuits, control, interlocking, indication and alarm circuits from the GIS
and for cable connections to the remote control room or the purchaser’s
control system.
f) Each LCC shall be furnished with a guarded resistance heater to prevent
the internal equipment from humidity deposit. The heater shall be rated
230V AC and fed through a two pole fused disconnect switch.
g) A fluorescent lamp and a duplex convenience outlet rated 230V AC, 15
amps with ground fault interrupter shall be installed in each LCC.
31.3 Cable connections within the GIS and their LCC's
Page 53 of 80
Technical Specification_GIS
All cable connections between the various GIS modules and the LCCs shall be
made by prefabricated multi-core cables with multipoint plug-in connections on
both ends. PTs and CTs shall be hard wired. All cables shall be shielded and
adequate for their application (indoor/ outdoor). The cables shall be fire retardant
and PVC-free.
The wiring must be carried out with stranded copper conductors of at least 7
strands. The size of the conductors shall be suitable enough for the expected
usage, but it must not be less than 1.5 sq.mm.
All precautions should be taken to minimize the inductive and capacity coupling
between circuits of especially with the wiring of the AC and DC circuits.
The cable trays shall be designed in such a way that it has at least 20% space for
future usage.
The design of the terminal shall be as per the relevant standards in vogue.
The terminals permitting the direct control of SF6 surveillance from pressure
monitoring devices must be fitted with test point.
The outgoing terminal connection must be unique and comprises of 2 distinct
parts:
- an arrangement for auxiliary voltage supply (alternating or direct current)
- an arrangement for control common.
The required level of protection shall be established for the enclosures of boxes
and cubicles as per the relevant standards in vogue.
The boxes and cubicles shall have metallic enclosures to ensure effective
protection against radio interference. If these enclosures are of non-metallic
materials, the screen shall be connected to the earth to ensure efficient protection.
Cable glands or grommets shall be provided for cable entry through the lower
side. These cable glands should avoid electrolytic corrosion at the lower side of
the box.
Page 54 of 80
Technical Specification_GIS
A simple handle will be suffice at the door of the cubicles. The door must open at
at least 120 deg.
Lighting facility at the cubicles shall be activated by opening the door. In each
local control cubicle a single phase 3 pin socket with switch shall also be
provided.The lighting points and sockets should be connected by a circuit separate
from other circuits.
In each box and local control cubicle a space heater is required to prevent
condensation. It should be connected by the same separate A.C. circuit as above.
Space heaters shall be of hygrostat with PTC heaters ( Positive thermal coefficient
heaters)
Depending upon the location of boxes and cubicles, the earthing terminal is either
linked to the metal enclosure, or linked directly to the general earth mat by an
earthing conductor of reduced cross – section.
33.0 HEATERS
a) A listing of the basic equipment from air entrance bushing to air entrance
bushing (such as a breaker, disconnectors grounding switches, current
transformers, voltage transformers, and bushings).
Page 55 of 80
Technical Specification_GIS
c) UPPTCL Contract Number.
ii) Each module will have its own Identification & rating plate.
The rating plate marking for each individual equipments like circuit breaker,
disconnectors grounding switches, current transformer, voltage transformers,
surge arrester etc shall be as per their relevant IEC.
35.1 The Bidder shall invariably furnish the following information alongwith the offer,
failing which the offer will be liable for rejecion.
ii) 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 the presence of Bidder’s representative and copy of test
certificates.
iii) Information and copies of test certificate as in (ii) above in respect of bought
out accessories also.
iv) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such test and inspections.
vi) List of testing equipment available with the bidder for final testing of GIS and
the limitations of these equipments and other available facilities. These
limitations shall be clearly out in the relevant schedule.
35.2 The successful bidder shall within 30 days of placement of order, submit the
following information to the Purchaser:
i) List or raw materials and bought out accessories and the names of sub-
suppliers selected from those furnished along with offers.
ii) A quality assurance plan (QAP) and “hold points” for Purchaser’s inspection.
The quality assurance plan and hold points shall be discussed between the
Purchaser and the Bidder before the QAP is finalized.
35.3 The successful bidder shall submit the routine test certificate of bought out items
and raw materials, at the time of routine testing of the fully assembled GIS.
Page 56 of 80
Technical Specification_GIS
36.1 All drawings shall conform to International Standards Organization (ISO) ‘A’
series of drawing sheet/Indian Standards Specification IS-656. All drawings shall
be suitable for micro filming. All dimensions and data shall be only in S.I. units.
36.2.1 The bidder shall furnish three sets of the followings drawings and documents
along with the offers:
i) A detailed single line diagram of the GIS offered, in line with the single line
diagram enclosed with this specification indicating clearly the switching
scheme, busbar nomenclature, switchgear and instrument transformer
locations, CT core positions and numbers, earthing switch locations, no. of
outgoing feeders and future extension, possible etc.
ii) General layout (both plan and elevation) and sectional view drawings for the
GIS. These drawings shall clearly show the recommended clearances for
safe operation and maintenance of the switchgear including the required
lifting clearances for installation, floor area required etc. These drawings
shall also show the location and general arrangement of all auxiliary devices
and terminal arrangement. The equipment under scope of supply shall be
marked. All dimensions shall be in mm.
iii) Required AC and DC schematic diagrams and detailed wiring.
iv) Drawings, technical details and operational capabilities of the SF6 gas
handling unit proposed for use with this installation.
v) Description of untanking procedure for circuit breaker diagrams and
detailed wiring diagrams.
vi) Details of circuit breaker interrupting chambers and operating mechanism.
vii) Details of disconnectors, earthing switches and associated operating
mechanisms.
viii) Details of current and potential transformer construction, including types of
insulation materials used.
ix) Details of gas pressure/density monitoring system and devices.
x) General arrangement and details of control cubicle and its components.
xi) Details of annunciation system proposed, including typical schematic or
wiring diagram.
xii) Details of electrical and mechanical interlocking system proposed.
xiii) Details of support structures.
xiv) Material specification for various equipment components.
xv) Painting systems, cleaning and application procedures.
xvi) Copies of relevant pressure vessel codes of which the pressurized enclosures
conform.
xvii) Copies in English of the standards to which the gas insulated switchgear and
auxiliaries will conform, if different from those specified in clause 2.0.
Page 57 of 80
Technical Specification_GIS
36.2.2 The successful bidder shall, within 4 weeks of placement of order, submit three
(3) sets of final version of all the above drawings and documents for the Purchaser
approval. After receipt of the Purchaser’s approval, the bidder shall submit
adequate number of prints and reproducible (of approved drawings) for the
Purchaser’s use. The exact number of copies required for this purpose shall be
mutually decided between the Purchaser and the successful bidder. Adequate
number of copies of finally approved “Technical data sheets” shall also be
submitted by the successful bidder.
36.2.3 The successful bidder shall also furnish 5(five) copies of manuals covering
erection, commissioning, operation and maintenance instruction and all relevant
information and drawings pertaining to the main equipment as well as auxiliary
devices. Marked erection drawings shall identify the component parts of the
equipment, as shipped, to enable the Purchaser to carry out erection with his own
personnel. Each manual shall also contain one set of all the approved drawings,
type test reports as well as acceptance reports of the corresponding consignment
dispatched.
36.2.4 The manufacturing of the equipment shall be strictly in accordance with the
approved drawings and no deviation shall be permitted without the written
approval of the Purchaser. All manufacturing and fabrication work in connection
with equipment prior to the approval of the drawing shall be at Bidder’s risk.
36.2.5 Approval of drawings and documents by the Purchaser shall not relieve the bidder
of any of their responsibilities for ensuring correctness and correct interpretation
of the drawings for meeting the requirements of the latest revision of the
applicable standards and codes of practices. The equipment shall conform in all
the respects to high standards of engineering, design, workmanship and latest
revisions of relevant standards at the time of supply and the Purchaser shall have
the power to reject any work or materials which in their judgment is not in full
accordance therewith.
36.3.1 Four copies of type test reports, if conducted afresh, shall be furnished to the
Purchaser within one month of conducting the test. If found in order one copy will
be returned duly certified by the Purchaser to the bidder. The bidder shall go
ahead with commercial production of the concerned material.
36.3.2 All record of routine test reports shall be maintained by the bidder at his works for
periodic inspection by the Purchaser.
36.3.3 After conducting all performance tests and site and acceptance of the some by the
Purchaser, four sets of complete test reports of the same shall be submitted by the
bidder.
Page 58 of 80
Technical Specification_GIS
37.1 The equipment shall be packed in suitable crates so as to withstand handling
during transit. The bidder shall be responsible for any damage to the equipment
during transit, due to improper and inadequate packing and handling. The easily
damageable materials shall be carefully packed and marked with appropriate
caution symbols. Wherever necessary, proper arrangement for lifting such as
lifting hooks etc. shall be provided. Any material found short inside the packing
cases shall be made up by the Bidder immediately without any extra cost. The
order number shall be indelibly marked on each packing case.
37.2 Each consignment shall be accompanied by a detailed packing list containing the
following information:
a) Name of the consignee
b) Details of consignment
c) Destination
d) Total weight of consignment
e) Sign showing upper/lower side of the crate
f) Handling and unpacking instructions
g) Bill of materials indicating contents of each package and spare material.
37.3 The bidder shall ensure that the packing list and bill of material are approved by
the Purchaser before despatch.
37.4 The size of each transportable unit of SF6 metalclad equipment shall be in the
assembled units as large as possible so as to reduce the amount of field installation
work on site to a minimum. Auxiliary cabinets with secondary equipment shall be
transported as completely assembled units.
37.5 Where possible all items of equipment or factory assembled units shall be boxed
in substantial crates or containers to facilitate handling in a safe and secure
manner. Should the units be considered too large for packing in crates, they shall
be suitably lagged and protected to prevent damage to any part, particularly small
projections, during transport and handling. Special lugs or protective supports
shall be provided for lifting to prevent slings and other lifting equipment from
causing damage. Each crate, container or shipping unit shall be marked clearly on
the outside to show where the weight is bearing and the correct position for the
slings.
37.6 The type of packing used must be suitable for the means of transportation use
from the manufacture’s works to the installation site.
37.7 The packing must be suitable for outdoor storage of the equipment. Sufficient
drying agent shall be provided in the packing to absorb condensed moisture.
37.8 Care shall be taken to seal off connecting flanges of the individual switchgear
bays which are not yet connected to prevent damage and ingress of contamination
into the gas compartment. Machined sealing surfaces must be suitably protected
Page 59 of 80
Technical Specification_GIS
against mechanical damage and corrosion. Sealing surfaces which are exposed to
the atmosphere during transport must be protected by a protective coating.
37.9 The static filters provided for the inside of the gas compartment which are not pre-
filled shall not be installed before transportation but separately packed in airtight
sealed tin cans and marked suitably.
37.10 All interconnecting control cables and gas piping which are not directly mounted
on the bay shall be packed separately and suitably marked.
37.11 The modules shall be properly treated with dry air or nitrogen during
transportation. The initial filling of the switchgear shall be transported separately
in approved steel cylinders marked according to international regulations.
37.12 Special precautions shall be taken to protect any parts containing electrical
insulation against the ingress of moisture. This applies particularly to the
metalclad equipment of which each gas section shall be sealed and pressurized
prior to shipping. Either dry nitrogen/air or dry SF6 gas shall be used and the
pressure shall be such as to ensure that, allowing for reasonable leakage, it will
always be greater than the atmospheric pressure for all variations in ambient
temperature and the atmospheric pressure encountered during shipment to site and
calculating the pressure to which the sections shall be filled to ensure positive
pressure at all times during shipment. The type of gas, the maximum pressure to
which sections will be filled prior to shipment and the minimum allowable
pressure during shipment shall be advised prior to dispatch.
37.13 Valves and other gas couplings associated with the switchgear gas systems shall
be adequately protected against damage from any bumps or physical blows. They
shall also be capped to prevent ingress of dirt or moisture or damage to any
coupling, pipes, threads or special fittings. Any explosion vents and other
pressure relief devices, shall be suitably sealed and protected to prevent accidental
exposure of the sealed sections during shipment to site.
37.14 For bus ducts involving male and female joints of the current carrying conductor ,
the same shall be transported in disassembled condition to avoid any damage
during transit. All bright parts liable to rust shall receive a coat of anti rusting
composition and shall be suitably protected.
37.15 The contractor shall ensure that during the period between arrival at site and
erection, all materials and parts of the contract works are suitably stored in such
approved manner as to prevent damage by weather, corrosion, insects, vermin or
fungoral growth. The scope of providing the necessary protection, storing off the
ground, as required etc. is included in the works to be performed by the
contractor.
37.16 The equipment shall only be unpacked or removed from the containers
immediately prior to being installed. They shall not be left lying unnecessarily in
open crates or containers. Special precautions shall be taken when gas sections
which have been sealed and pressurized for shipping are opened up to reduce the
ingress of dirt and atmospheric moisture to a minimum. Whenever possible this
shall only be done immediately prior to installation and if any section is to be left
Page 60 of 80
Technical Specification_GIS
outside for any length of time after being opened, it shall be resealed and
pressurized with either dry nitrogen/air or SF6 gas until required.
37.17 Each individual piece to be shipped, whether crate, container or large unit, shall be
marked with a notation of the part or parts contained therein. Marking of transport
containers must be approved by the purchaser. Guidelines for special marking
must be followed meticulously to ensure positive identification at the job site.
37.18 A packing list must be provided for each individual packing unit to unable the
Purchaser’s personnel to identify the unit clearly at the site.
38.0 TESTS
38.1.1 The GIS offered shall be fully type tested as per IEC: 62271-203 and other
relevant standards. The individual switchgear and control gear equipment of the
GIS offered shall also be type tested as per relevant IEC standards. The bidder
shall submit type test reports for the following type tests.
Sl.No. Description of the Type Test
Page 61 of 80
Technical Specification_GIS
38.1.2 In case that the equipment of the type and design offered has already been type
tested, the bidder shall furnish type test reports which are certified by
internationally authorized/accredited laboratory along with the offer. The type
test reports of GIS offered and the individual switchgear and control gear
equipment of the GIS offered shall not be earlier than 5(five) years as on the date
of opening of bids. The Purchaser reserves the right to demand repetition of some
or all the type tests in the presence of the Purchaser’s representative without any
extra cost.
38.1.3 The Purchaser may decide to get some or all for the following “special type tests”
conducted. The type test charges for these tests shall be quoted along with other
type tested as per IEC: 62271-203.
complete latest type test reports for all the components like circuit breaker,
disconnector, earthing switches, CT, VT, etc, as referred in the relevant clauses
above and as per relevant IEC standards shall be furnished along with the offer.
All acceptance /routine tests as per the relevant IEC standard shall be conducted
on the GIS and its components. The Bidder shall include the proposed factory test
and site test procedure in the offer.
Performance tests will be carried out to prove that the equipment meets the
requirements of the specification and guarantee. All tests shall be conducted by
the successful Bidder subject to the Purchaser’s approval. The successful Bidder
shall supply all consumables, material, equipment, meters, gauges and the like
necessary for the performance of all tests and recording the results of the tests and
assume full responsibility for the operation and safety of the equipment during all
tests. The performance tests shall comprise of:
a) Field stage tests, to be carried out during erection, to demonstrate that the
equipment or any component or sub-assembly has been properly erected and
functions correctly.
b) Commissioning tests, to be conducted on completion of erection.
c) Final acceptance tests, precedent to issue of a final acceptance certificate by
the Purchaser, to prove compliance with guaranteed parameters.
Page 62 of 80
Technical Specification_GIS
These tests shall include but not be limited to the following:
i) Continuous testing of the properties of SF6 gas through the entire filling
period.
ii) Test to check the continuity of wiring and correct operation of electrical
systems.
iii) Testing of all current carrying parts and ground connection of all conductors
and terminal pads to ensure that full clamping pressure is applied to all
contact surfaces and all bolted connections are tightly secured with lock
washers. Testing of all flexible connections to ensure that sufficient slack is
available for expansion.
iv) Inspection of pressure relief devices, pressure gauges and all other auxiliary
devices, to ensure correct operation. All the above tests shall be carried out by
the Purchaser’s site Engineers.
On completion of the erection and installation of the GIS along with all
accessories, control cubicles, cabling etc. the bidder shall give a written
certificate to the Purchaser, stating that the equipment has been erected and
installed in accordance with the erection manual and approved drawings and that
the equipment is now ready for carrying out the commissioning tests. The
commissioning test shall demonstrate that all guarantees have been met by the
bidder and the entire equipment including all auxiliary equipment and accessories
has been properly erected, installed and correctly adjusted.
38.3.3 A test shall also be carried out by the bidder to prove the absence of dangerous
circulating in the enclosure and other metal part such as pipes and framework
which are not intended for such currents.
38.3.4 The bidder shall provide one set of high voltage test equipment suitable for
testing of 400kV, 220kV and 132kV GIS and include in the offer.
Page 63 of 80
Technical Specification_GIS
38.4 General Condition For Tests:
38.4.1 Immediately after finalization of the program of type/ acceptance/ routine testing,
the successful bidder shall give sufficient advance intimation to the Purchaser so
as to enable Purchaser depute their representative for witnessing the tests.
38.4.2 The Purchaser reserves the right to carry out tests of reasonable nature, other than
those mentioned in this specification at the work of the Bidder; site or any
recognized laboratory/ research Institute at the cost of Purchaser to satisfy that
the material complies with the intent of this specification.
38.4.3 Should the tests prove existence of any fault in the equipment of failure to meet
the requirements of this specification, the Purchaser may direct the bidder to
remedy the defects or repair/ reconstruct are replace work and the bidder shall,
without delay, carry out the instruction of the Purchaser in this respect, without
any extra cost.
38.4.4 Supplier shall arrange the necessary testing equipment at site for caring out all
the performance tests as per clause 30.3
TABLE-I A-I
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
TABLE-I A-II
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
Page 64 of 80
Technical Specification_GIS
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
TABLE-I B
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
Note:
Page 65 of 80
Technical Specification_GIS
TABLE – I C
No. Core Application Current Output Accuracy Min. Max. CT Max. Excit-
of No. ratio burden class as knee pt. sec. wdg. ation cur-
Cores (VA) per IEC: voltage resistance rent at Vk
44-1 (Vk) (ohms) (in mA)
Note:
TABLE-II A
Page 66 of 80
Technical Specification_GIS
Annex: A-I
The meter shall be capable of measuring the due point of SF6 Gas of the Circuit
Breaker/ GIS equipment. It should be portable and adequately protected for
outdoor use. The meter shall be provided with due point hygrometer with digital
indication to display the due point temperature in degree C., degree F or PPM. It
should be capable of measuring the corresponding pressure at which due point is
being measured.
The measurement and use of the instrument must be simple, direct without the use
of any other material/ chemical like dry ice/ acetone etc. It should be suitable for
operation on 220 Volts AC mains supply.
Technical specification:
2.1 GENERAL
The Portable UHF Monitor detects and records the UHF signals generated by
partial discharges in a GIS. The Monitor is often used to undertake surveys in
substations to provide early warning of developing faults, enabling them to be
corrected before complete breakdown occurs.
The Portable UHF Monitor and its associated Laptop PC are fitted into an
aluminium travelling case and require only the connection of a mains supply to be
ready for use. The Monitor can be left connected and unattended, when it will
collect and store data from up to three couplers. The Monitor can also be
connected via a modem to a telephone line and interrogated remotely.
The Monitor can be supplied with separate programs for use during the HV
commissioning on new GIS and the in-service operation of the substation. For
optimum sensitivity, the frequency response of the couplers used with the Monitor
need to match the UHF characteristics of the ports to which they are fitted. The
company should design couplers for a particular application, and calibrates them
to ensure they meet the users’ specification, i.e. the specification produced by The
National Grid Company plc. Used in conjunction with couplers meeting that
specification (and properly positioned on the GIS), the Monitor has the sensitivity
required to detect all critical defects (e.g. particles, coronas, voids in a spacer, etc.)
as required by CIGRE.
Page 67 of 80
Technical Specification_GIS
Following detection using the portable UHF Monitor, the UHF technique allows a
defect to be located by time of flight methods using a suitable oscilloscope.
2.2 HARDWARE
Operational limits
• Supply voltage 100-230V, 50/60 Hz.
• Supply current 200mA at 230V.
• Temperature -10°C to + 50°C.
• Humidity - 95% RH.
UHF specification
• No. of channels: 3.
• Input connectors: N type sockets.
• Overall gain 35dB, with automatic three stage gain control.
• Signal detection threshold: -65dBm.
• 3dB bandwidth 100-1400MHz (no filter).
• Standard filter 500MHz (high-pass).
Features
• PD timing resolution 312μs.
• External sync 3-10V rms.
• Sync. output: 5V positive square wave.
• Automatic self-test.
• LED indicators: show power on and communication with the PC.
• If required, integrated 12V DC supply for DMS external coupler with amplifier.
Couplers & accessories
• Operation with internal or external passive couplers.
• Operation with DMS active couplers.
• Transient overvoltage protectors supplied for use with internal couplers.
• 3 co-axial cables of 5 metres and 3 co-axial cables of 10 metres complete with N
connectors for the connection of couplers to the Portable UHF Monitor.
Transient overvoltages
• Electronics fully protected.
• Transient overvoltage protectors must be fitted where the system is used with
internal couplers.
EMC compliance
• Circuits tested to Industrial Generic Immunity and Industrial EmissionStandards.
Computer
• Removable Laptop PC with DMS software installed.
• RS232 interface to portable base unit.
2.3 SOFTWARE
2D continuous data - the system continuously records both the highest amplitude
and highest count rate (number of discharge pulses/second) of the coupler signals
over 64 time intervals in a mains cycle to provide the point on wave distribution
of the discharges.
Page 68 of 80
Technical Specification_GIS
3D snapshot data - the discharge signals in 50/60 consecutive cycles (i.e. for one
second) are captured,each cycle being divided into 64 time intervals. The data is
displayed in 3D oblique form and updated every few seconds. In both of these
modes, specimen data from a library can be recalled.
On line 2D continuous mode - the highest values of both the amplitude and
count rate recorded in each time interval across the cycle are displayed. These
values are held unless they are exceeded in later cycles, when they are updated.
The updating continues until the display is held or cleared to start again. Every 15
minutes the records can be automatically stored, the system cleared and the
procedure repeated. Software in the PC extracts the highest amplitude and highest
count rate which have been recorded over each 24 hour period. This forms the
history records.
On line 3D continuous mode - the system continually cycles and updates the
display with 3D snapshots of the coupler output. Display data may be stored in the
system library for recall and analysis.
History - the highest daily amplitudes and highest count rates from each coupler
for the last 100 days can be recalled together with the date on which they
occurred. Selecting any of these records gives the 15 minute highest amplitudes
and highest count rates for the chosen day. Selecting one 15 minute period gives
the highest amplitude/count rate record taken within that period.
Library - the library contains specimen snapshots and continuous data recorded
from typical discharge sources and is used to assist in the identification of an
unrecognised signal. Any snapshot or continuous record may be stored in the
library for future reference.
1 Function Shall test all types and models of distance current, voltage,
frequency, reclosing relay and protection scheme of
transformer reactor and busbar of all the major manufacturers
in automatic as well as manual mode. Kit should be able to
conduct test for Zone mapping, Zone verification, SOFT
testing etc. The test kit shall be menu drivensuitable for
dynamic and transient testing etc, with facility of
Page 69 of 80
Technical Specification_GIS
COMTRADE data playback. The kit shall be suitable for
testing of two winding transformers Differential protection.
The kit shall be suitable for testing of current, voltage and
power transducers. The relay testing kit should be automatic,
IEC-61850 compliant.
2. Amplifiers All amplifier output shall be completely independent with
regard to phase amplitude and frequency and have over
voltage and short circuit protection. Specifically, all the
voltages and current generators shall have over-voltages/ short
circuit protection
3. Current Software contolled six phase AC currentoutputs ranging from
amplifiers 0-15 Amp minimum convertible to here phase AC current
from 0-30 Amp minimum, with increment/resolutionof 1Ma.
Output power with each Cuurrent generators shall be
minimum 100VA at 10 A. For single phase VA be 480 VA at
60 A.
4. Voltage Software contolled Three phase voltage (AC/DC) rang from 0-
Amplifier 300Volts (AC) (Ph-G), with increment resolution of 10mV.
Output power with each Voltage generators shall be minimum
85VA at 300V.
5. Aux DC Software controlled 0-300V DC minimum, and should be
output continuous with an output power of 150W at 300V.
6. Amplifier Amplifier shall have controlled frequency range from 10 to
output 1KHz for sine and 0 to 10 KHz (minimum) for transient with
frequency resolution of 0.0001Hz or better. Accuracy should be 0.002%.
7. Phase Angle 0 to 359 degree lead with resolution of 0.01 degree or better.
Accuracy should be 0.1 degree.
8. Guaranteed Shall be 0.08% of the reading +0.02% of the range or better
Accuracy for voltage and current output.
9. Power supply It shall work on single phase 110 to 240V AC, 50 Hz +-5%,
supply with variations in voltage and frequency respectively.
10. Binary I/O Binary inputs
Configuration Binary inputs should be in two groups (8+4). 8 Binary inputs
should have input characteristics of 0-250 V DC or potential
free with auto detection. It should have a sampling rate of
10KHz with a resolution of 100 micro
sec.
Remaining 4 binary inputs should have input characteristics of
0-5 V DC or potential free. It should have a sampling rate opf
100KHz with a resolution of 10 micro sec. Both should have a
maximum measuring time of 9999 Sec.
Binary Outputs
Binary outputs should be in two groups (4+4). 4 Binary
outputs should be semiconductor type with a breaking
capacity of 3000VDC, 0.5A and 150W.Remaining 4 binary
outputs should be potential free contacta with a breaking
capacity of 300VAC, 8A, 2000VA.
11. Measuring It should have DC Voltage measuring inputs of range 0 to 10V
Inputs with an accuracy of 0.05% of the range.
Page 70 of 80
Technical Specification_GIS
It should have DC Current measuring inputs of range 0 to
20mA with an accuracy of 0.05% of the range.
The kit should have AC Voltage measurement range 0 -
400VAC and a current range 0-20A AC with a typical
accuracy of 0.05% of the range. This terminal should have the
facility of measuring the phase angle with an accuracy of 0.5
degree.
12. Repeatability It should offer repeatability of test results in 400kV charged
area.
13. Energy meter The kit should have facility to carry out 3-phase 3-wire/ 3-
testing phase 4-wire active/reactive energy meter. Necessary software
as well as hardware attachment viz optical sensor may be
provided along with the kit.
14. IEC 61850 The kit shall equipped with IEC-61850 port for connecting to
Testing substation automation LAN so that it can communicate with
IED’s directly on IEC- 61850 bus and exchange various
information e.g. GOOSE messaging etc.
15. Analog The kit should have facility to measure and record thee
Recording internal and external analog signals like an oscilloscope. This
Feature should be done when the test is in process or otherwise it
should also have the facility to record the binary inputs and
output status. It also should hhave the provision of analyzing
the external analog signals like Phase angle, Power, and
harmonics etc. Measurement should be done directly without
the help of a current clamp.
Number- 10 Channels
Voltage input range- 0-300V rms
Current input range- 0-30A rms
Amplitude accuracy-0.5%
Band Width-0-1 KHz
Sampling Frequency- 3.5KHz
Measurement Functions- Voltage, Current, Power, Frequency,
Phase Angle, Energy, Harmonics, Event recording and
Transient Recording.
16. Software Software of the kit should be Windows based, Menu driven
and user friendly.
It should have all the templates/ routines/ modules/ versions/
advanced features, available or required for complete testing (
including checking of all the features & dynamic testing) of
different types and models of relays of all the manufacturers in
automatic as well as manual mode.
The preconfigured test menus/ modules/ templates/ routines
should be also be possible to graphically make templates for
testing any relay, with the facility of changing reach values,
number of points to be tested, operating angle, fault timings
etc. Without the need of winding equations or any algorithm.
Specifically for distance relays, it should be possible to
graphically draw the relay characteristics and test the relay at
required points(in terms of impendence values) both in manual
as well as in automatic mode. The software should have the
Page 71 of 80
Technical Specification_GIS
facility of searching and plotting the characteristics in 360
degree if a readymade characteristics is not provided.
For differential relay testing, the software should have the
facility of testing the Pick-up 2nd and 5th harmonic restraint,
slope. The software should have the facility of searching and
plotting the slope if readymade slope is not provided.
It should be also having the facility of COMTRADE data
playback, by accepting transient fault recorder by Distributors
recorders Numerical relay from floppy & CD etc. preferably
having the facility to extend prefault/ post fault durations.
The kit should also have software for testing of transducers
The kit should have Test sequence for making the custom
made sequences. Further it should also generate proper report
in user friendly format.
17. Inter Facing It shall including one laptop PC of reputed brand with latest/
Laptop better specifications such as
‐ Intel ® Core TM 2 Duo Processor
‐ Genuine Windows Vista Home Premium
‐ Intel ®) 965PM Chipest
‐ 2 GB Dual channel 667 MHz DDR2 SDRAM
‐ 160 GB 15400RPM SATA Hard Drive
‐ 15.4” Wide Screen WXGA( 1280X800) TFT Display
‐ VGA Card
General
The equipment shall measure and display the static contact resistance of circuit
breaker, isolator, bus bar joints and earth switches etc: directly in micro-ohms
under live switchyard conditions.
Technical Specification
Ranges: 1999.9 micro ohm, 1999 micro ohm and 19.99 micro ohm.
Resolution: 0.1 micro ohm, 1 ohm, and 10 micro ohm. respectively.
Accuracy: Value : ±1% : ± 2 digits.
Current: 200A DC,
Display: Two, 3½ digit ½ inch LCD, for current and resistance Values.
Power: 220V AC ± 10% 50 Hz ± 5%, 30VA
Battery: Instrument operation on input rechargeable battery (12V 7AH
Maintenance free).
Page 72 of 80
Technical Specification_GIS
(i) The Computer Aided CB Analyzer system comprising of CB operation
unit, programme unit, travel analyzer unit & analysis software should be
capable to perform close, open ,close-open, open-close, open-close, open
operation on CB under test, with a facility to introduce time delays
between composite operation.
(ii) The CB Analyzer should be capable to measure, record and analyze the
CB operation timing.
(iii) The CB Analyzer should be able to measure and record current rise and
fall of tripping coils as well as of closing coils of all three poles of CB
simultaneously.
(iv) The CB Analyzer should be capable to measure and record travel and
speed of movement of operating mechanism of CB.
(v) The CB Analyzer should be capable to measure and record dynamic
contact resistance of main and arcing contacts of CB with injection of
minimum 100 Amp. DC current.
(vi) The CB Analyzer should be capable to measure pole discrepancy timing.
(vii) The CB Analyzer should be capable of measuring contact closing &
opening timing up to four (04) main and four(04) no. PIR contact.
(viii) The CB Analyzer should be capable to calculate and print all contact
closing & opening tuning in tabular form also.
(ix) Suitable mounting kits for transducers and sensors, alongwith sensor cable
of suitable length should be supplied with CB analyzer system.
(x) Test leads with suitable clamp and connectors and having length suitable
for leads with suitable clamp and connectors and having length suitable for
connection to EHV CBs should be supplied with CB Analyzer system for
(xi) Necessary custom built travel transformer cum fixtures suitable for
mounting on BHEL/ABB/CGL/Siemens/ALSTOM (132kV and above)
makes of CBs, to monitor travel related parameters like contact gap.
Contact insertion, over travel etc. should be supplied with CB Analyzer.
(i) The test report for recording motion should provide test results both in
form of curve and tables. The tables should consist of calculated CB
parameters such as closing/opening speed etc.
(ii) The entry of various data/parameters (pertaining to CB) be possible sing
built in display of menu.
(iii) The battery backup and real time clock should be provided for automatic
date and time functions.
(iv) a) The computer aided analysis software should have sampling frequency
upto 40 KHz or more.
b) The analyzer should be capable to record transient phenomenon for a
duration at least 500 ms.
(v) The binary channel accuracy and analogue channel accuracy should be
suitable meet all desired functions (stated above).
Page 73 of 80
Technical Specification_GIS
(vi) The CB analyzer should be provided with facility of down loading data to
a IBM compatible PC.
(vii) The printer provided with CB analyzer should be preferably a plain paper
printer.
(viii) The computer aided CB analysis software should be supported with
suitable report generation.
(ix) It should be possible to change scale factor of time axis to enable enlarged
view of part of diagram.
(x) It should be possible to change amplitude scale to make best use of
available space.
(xi) It should be possible to study on speed curve, the damping and speed
variations at CB opening and closing time.
(xii) The CB analyzer should be supplied with portable memory bank to store
test result taken by test kit to enable further down loading to centrally
located PC.
(xiii) Window based PC down loading software should be provided with CB
analyzer to facilities downloading test result from memory bank to PC
where it can be analyzed and stored in proper directory/file.
(xiv) It should be possible to compare present results with previous one. The
feature of Zooming the graph and moving the cursors on graph, thereby
indicating instantaneous values of test parameters should also be provided.
(xv) The latest version of CB analyzer system (hardwares and softwares) to be
supplied and time to time updating of software should be offered.
(xvi) As and when required, technical support for analysis of critical test result
to be offered, on regular basis.
(i) The CB analyzer should operate on power supply of 220 volts (±10%)
at 50 Hz (±5%) frequency .
(ii) The CB analyzer should be capable of working in high electro-
magnetic and electrostatic conditions.
(iii) The CB analyzer should be capable of functioning accurately in
environmental condition of temperature 0° to 50° C and humidity (RH)
up to 95% (non-condensing).
(iv) The CB analyzer should be portable so as to facilitate moment from
one site to other and supplied with suitable transportation case.
(v) The supplier should have adequate after sale service facility.
(vi) As per ISO: 9001 requirement, celebration certificates for each
instrument should be supplied.
(vii) Installation :
a) Indoor/outdoor
b) The equipment should be portable easy to handle robust and
sturdy, for field applications.
Page 74 of 80
Technical Specification_GIS
6.0 SF6 GAS LEAK DETECTOR
The SF6 gas leak detector shall comprise of circuit breaker operation unit,
programme unit, travel analyzer, analyzer software and transducers and other
accessories.
1.0 General:
2.1 The calibration certificate should be supplied with test kit (for entire range).
2.2 If supplier is not the manufacturer, maintenance facility should be available with
the supplier.
2.3 The earth testing kit should be supplied complete in all respect i.e. with suitable
spikes and test leads etc.
2.4 The meter should have synchronous internal Generator to inject AC current.
2.5 The meter should have suitable circuit to regulate the current automatically.
2.6 The meter should comply with IP54 class for Environmental protection.
2.7 The Instrument should meet safety class requirements as per IEC 61010- 1/1990
or equivalent.
2.8 The Instrument should meet IEC 61326-1 or equivalent for EMC.
2.9 The Instrument should have CE marking.
2.10 The meter should weigh not more than 3 kg.
Page 75 of 80
Technical Specification_GIS
4.3 Resolution : 0.01
4.4 Maximum output voltage : ≤ 50Volts
4.5 Test current : ≤ 30 mA
4.6 Environmental conditions:
4.6.1 Operating Temp : Up to 50ºC
4.6.2 Operating R.H. : Up to 90% (at 40ºC) non condensing
4.7 Power supply:
4.7.1 Rechargeable battery/cells.
4.7.2 Charger : Internal/external
4.7.3 Charger : Suitable for 230 Volts Single phase 50 Hz AC supply.
The equipment shall be used for Online monitoring of Fault gas Analysis in
transformer oil. It shall measures all eight transformer Fault indicating gases i.e.
Acetylene (C2H2), Methane (CH4),Ethane (C2H6), Hydrogen(H2), Oxygen(O2),
Ethylene (C2H4), Carbon Monoxide(CO) and Carbon Dioxide(CO2) and
MOISTURE(H2O). The results shall be communicated to control room or remote
location.
Page 76 of 80
Technical Specification_GIS
Operating Voltage : 90-250 Vac, 47-63 Hz
Communications : RS-232/RS-485, USB , PSTN Modem, GSM
Alarm : Sophisticated Programmable alarm system
Load Monitoring : Allows result to be analyzed along with
loading of the Transformer
The suitable indication for power On, Alarm, Caution, normal operation etc. shall
be provided on the front panel of the equipment.
Software: PC software provides fault indication and fault diagnostic including
including the following:
Fault indication:
i) IEEE, IEC or user configurable levels of dissolved gases
ii) Rate of change of trending
Fault Diagnosis:
i) Key gases
ii) Ratios ( Rogers, IEC, etc)
iii) Duval’s triangle
iv) Church monogram
) Cellulose degradation
Software can also provide diagnostic reports for individual pieces of equipment or
for a full system, using the equipment tree.
The instrument should be provided with zero start interlock and should be covered
over H.T. points.
Description:
Page 77 of 80
Technical Specification_GIS
The Tera Ohm shall be of ultra high range insulation resistance testing instrument.
with an output voltage to 5000 Volts DC and suitable for measurement up to 5T
(5,000,000 Meg Ohm).
The instrument should be such that its test voltage can be selected in increments of
50 Volts, the duration of the test can be set by the operator, at the end to the test
period, the sample is automatically discharged and the insulation resistance is
indicated on the display.
Polarization Index tests can also be automatically conducted. At the end of the ten
minute period, PI is automatically calculated and up to 1000 results can be stored
in the instrument. These results can easily be recalled or can be transferred to a PC
using the optional windows software Tera Link+.
SPECIFICATIONS:
SPECIFICATION:
Page 78 of 80
Technical Specification_GIS
Housing : Sturdy self-storing fibre glass case with lid and carrying
handle.
A. General Requirements:
B. Functional Specifications:
C. Technical Specification:
i Input Power Supply 200-240V, 50 Hz AC
ii Output/Test Supply >= 30V DC ( minimum 30 volts)
iii Output/Test Current >= 25 Amps
iv (Direct or on demand display of test current ( in step or
continuous)
v Resistance Ranges Upto 100 ohm
vi While testing any transformer, to have highest possible test current,
Page 79 of 80
Technical Specification_GIS
the desired test current at various resistance ranges is as below.
Resistance range Current
a Upto 75 m - Ohms >= 25 Amps
b 76 to 175 milli – ohms >= 22.5 Amps
c 176 to 275 milli – ohms >= 20 Amps
d 276 to 375 milli – ohms >= 17.5 Amps
e 376 to 475 milli – ohms >= 15 Amps
f 476 to 575 milli – ohms >= 12.5 Amps
Page 80 of 80
Technical Specification_GIS
SWITCHGEAR
1. CIRCUIT BREAKERS
2. DISCONNECTORS (ISOLATORS)
3. INSTRUMENT TRANSFORMERS
4. SURGE ARRESTERS
Page 1 of 65
Technical Specification_ Switchgear
CIRCUIT BREAKERS
CONTENTS
Page 2 of 65
Technical Specification_ Switchgear
CIRCUIT BREAKERS
1.0 GENERAL
1.1 The circuit breakers and accessories shall conform to IEC: 62271-100, IEC: 62271-01
and other relevant IEC standards except to the extent explicitly modified in the
specification and shall also be in accordance with requirements specified in GTR.
1.2 420/245/145 kV circuit breakers offered would be of sulphur hexafluoride (SF6) type
only and of class C2-M2 as per IEC. The bidder may also offer circuit breakers of
either live tank type or dead tank type of proven design.
1.3 The circuit breaker shall be complete with terminal connectors, operating mechanism,
control cabinets, piping, interpole cable, cable accessories like glands, terminal
blocks, marking ferrules, lugs, pressure gauges, density monitors (with graduated
scale), galvanised support structure for CB and control cabinets, their foundation
bolts and all other circuit breaker accessories required for carrying out all the
functions the CB is required to perform.
All necessary parts to provide a complete and operable circuit breaker installation
such as main equipment, terminals, control parts, connectors and other devices
whether specifically called for herein or not shall be provided.
1.4 The support structure of circuit breaker as well as that of control cabinet shall be hot
dip galvanised. All other parts shall be painted as per shade 697 of IS-5. Similar
shades can be used with approval of the Purchaser. Exposed hardware items shall be
hot dip galvanised or Elecro-galvanised.
1.5 The circuit breakers shall be designed for use in the geographic and meteorological
conditions as given in GTR.
2.1 The circuit breakers shall be totally restrike free under all duty conditions and shall
be capable of performing specified duties without opening resistors.
2.2 The circuit breaker shall meet the duty requirements for any type of fault or fault
location also for line charging and dropping when used on an effectively grounded
system, and perform make and break operations as per stipulated duty cycles
satisfactorily.
2.3 The circuit breaker shall be capable of interrupting the steady state and transient
magnetising current corresponding of power transformers.
Page 3 of 65
Technical Specification_ Switchgear
i) Interrupting line/cable charging current as per IEC without use of opening
resistors.
ii) Clearing short line fault (Kilometric faults) with source impedance behind the
bus equivalent to symmetrical fault current specified.
iv) Breaking 25% of the rated fault current at twice rated voltage under phase
opposition condition.
2.5 The critical current which gives the longest arc duration at lockout pressure of
extinguishing media and the arc duration shall be indicated.
2.6 The Breaker shall satisfactorily withstand the high stresses imposed on them during
fault clearing, load rejection and re-energisation of lines with trapped charges. The
breaker shall also withstand the voltages specified under Clause 16.0 of this
specification.
3.1 The total break time as specified under this specification shall not be exceeded under
any of the following duties:
i) Test duties T10, T30, T60, T100a, T100s (TRV as per IEC: 62271-100)
ii) Short line fault L75, L90 ( - do - )
3.2 The Bidder may please note that total break time of the breaker shall not be exceeded
under any duty conditions specified such as with the combined variation of the trip
coil voltage, (70-110%), pneumatic/hydraulic pressure and arc extinguishing medium
pressure etc. While furnishing the proof of the total break time of complete circuit
breaker, the Bidders may specifically bring out the effect of non-simultaneity between
contacts within a pole or between poles and show how it is covered in the guaranteed
total break time.
3.3 The values guaranteed shall be supported with the type test reports.
The features and constructional details of circuit breakers shall be in accordance with
requirements stated hereunder:
4.1 Contacts
Page 4 of 65
Technical Specification_ Switchgear
4.1.1 The gap between the open contacts shall be such that it can withstand atleast the rated
phase to ground voltage for 8 hours at zero gauge pressure of SF6 gas due to the
leakage. The breaker should be able to withstand all dielectric stresses imposed on it
in open condition at lock out pressure continuously (i.e. 2 p.u. across the breaker
continuously, for validation of which a power frequency dielectric with stand test
conducted for a duration of at least 15 minutes is acceptable).
4.2 If multibreak interrupters are used, these shall be so designed and augmented that a
uniform voltage distribution is developed across them. Calculations/ test reports in
support of the same shall be furnished. The thermal and voltage withstand of the
grading elements shall be adequate for the service conditions and duty specified.
4.3 The SF6 Circuit Breaker shall meet the following additional requirements
a) The circuit breaker shall be single pressure type. The design and construction
of the circuit breaker shall be such that there is a minimum possibility of gas
leakage and entry of moisture. There should not be any condensation of SF6
gas on the internal insulating surfaces of the circuit breaker.
d) Each pole shall form an enclosure filled with SF6 gas independent of two
other poles for 420kV/ 245kV CBs and the SF6 density of each pole shall be
monitored. For CBs of voltage class of 145kV or less, a common SF6
scheme/density monitor shall be acceptable.
Page 5 of 65
Technical Specification_ Switchgear
f) Each Circuit Breaker shall be capable of withstanding a vacuum of minimum
8 millibars without distortion or failure of any part.
g) Sufficient SF6 gas including that will be required for gas analysis during
filling shall be provided to fill all the circuit breakers installed. In addition
spare gas shall be supplied in separate unused cylinders as per requirement.
4.4 Provisions shall be made for attaching an operational analyser to record contact
travel, speed and making measurement of operating timings, pre insertion timings of
closing resisters if used, synchronisation of contacts in one pole.
a) The SF6 gas shall comply with IEC 60376, 60376A and 60376B and shall be
suitable in all respects for use in the switchgear under the operating
conditions.
b) The high pressure cylinders in which the SF6 gas is shipped and stored at site
shall comply with requirements of the relevant standards and regulations.
c) Test: SF6 gas shall be tested for purity, dew point, air, hydrolysable fluorides
and water content as per IEC 60376, 60376A and 60376B and test certificates
shall be furnished to the Purchaser indicating all the tests as per IEC 60376 for
each lot of SF6 gas in stipulated copies as indicated in GTR. Gas bottles
should be tested for leakage during receipt at site.
6.0 INSULATORS
c) All hollow insulators shall conform to IEC-62155. All routine and sample
tests shall be conducted on the hollow column insulators as per these
standards with requirements and procedures modified as under:
Page 6 of 65
Technical Specification_ Switchgear
d) Hollow Porcelain for pressurised columns/chambers should be in one
integral piece in green and fired stage.
The bidder shall include in his proposal spare parts and maintenance equipment in
accordance with Section-I (Mandatory Spares). Calibration certificates of each
maintenance equipment shall be supplied alongwith the equipment.
8.1.2 The operating mechanism shall be strong, rigid, not subject to rebound and shall be
readily accessible for maintenance for a man standing on ground or on a platform
(with ladder) which to be supplied along with the circuit breaker.
8.1.3 The mechanism shall be antipumping and trip free (as per IEC definition) under every
method of closing.
8.1.4 The mechanism shall be such that the failure of any auxiliary spring will not prevent
tripping and will not cause trip or closing operation of the power operating devices.
8.1.5 A mechanical indicator shall be provided to show open and close position of the
breaker. It shall be located in a position where it will be visible to a man standing on
the ground level with the mechanism housing closed. An operation counter shall also
be provided in the central control cabinet.
8.1.6 Working parts of the mechanism shall be corrosion resisting material, bearings which
require grease shall be equipped with pressure type grease fittings. Bearing pin, bolts,
nuts and other parts shall be adequately pinned or locked to prevent loosening or
changing adjustment with repeated operation of the breaker.
8.1.7 The bidder shall furnish detailed operation and maintenance manual of the
mechanism alongwith the operation manual for the circuit breaker. The instruction
manuals shall contain exploded diagrams with complete storage, handling, erection,
commissioning, troubleshooting, servicing and overhauling instructions.
8.2 Control
8.2.1 The close and trip circuits shall be designed to permit use of momentary contact
switches and push buttons.
Page 7 of 65
Technical Specification_ Switchgear
8.2.2 Each breaker pole shall be provided with two (2) independent tripping circuits,
pressure switches and coils each to be fed from separate DC sources and connected to
a different set of protective relays.
8.2.3 The breaker shall normally be operated by remote electrical control. Electrical
tripping shall be performed by shunt trip coils. However, provisions shall be made for
local electrical control. For this purpose a local/remote selector switch and close and
trip control switch/push buttons shall be provided in the Breaker central control
cabinet.
8.2.4 The trip coils shall be suitable for trip circuit supervision during both open and close
position of breaker. The trip circuit supervision relay would be provided on relay
panels.
8.2.5 Closing coil and associated circuits shall operate correctly at all values of voltage
between 85% and 110% of the rated voltage. Shunt trip coil and associated circuits
shall operate correctly under all operating conditions of the circuit breaker upto the
rated breaking capacity of the circuit breaker and at all values of supply voltage
between 70% and 110% of rated voltage. However, even at 50% of rated voltage the
breaker shall be able to open. If additional elements are introduced in the trip coil
circuit their successful operation and reliability for similar applications on outdoor
circuit breakers shall be clearly brought out in the additional information schedules.
8.2.6 Density Meter contacts and pressure switch contact shall be suitable for direct use as
permissive in closing and tripping circuits. Separate contacts have to be used for each
of tripping and closing circuits. If contacts are not suitably rated and multiplying
relays are used then fail safe logic/schemes are to be employed. DC supplies for all
auxiliary circuits shall be monitored and provision shall be made for remote
annunciations and operation lockout in case of D.C. failures. Density monitors are to
be so mounted that the contacts do not change on vibration during operation of circuit
Breaker.
8.2.7 The auxiliary switch of the breaker shall be positively driven by the breaker operating
rod.
Page 8 of 65
Technical Specification_ Switchgear
b) As long as power is available to the motor, a continuous sequence of the
closing and opening operations shall be possible. The motor shall have
adequate thermal rating for this duty.
c) After failure of power supply to the motor one close open operation shall be
possible with the energy contained in the operating mechanism.
e) Closing action of circuit breaker shall compress the opening spring ready for
tripping.
f) When closing springs are discharged after closing a breaker, closing springs
shall be automatically charged for the next operation and an indication of this
shall be provided in the local and remote control cabinet.
h) The spring operating mechanism shall have adequate energy stored in the
operating spring to close and latch the circuit breaker against the rated making
current and also to provide the required energy for the tripping mechanism in
case the tripping energy is derived from the operating mechanism.
b) The hydraulic oil used shall be fully compatible for the specified temperature
range.
c) The oil pressure switch controlling the oil pump and pressure in the high
pressure reservoir shall have adequate number of spare contacts to be used for
continuous monitoring of low pressure, high pressure etc.
d) The mechanism shall be suitable for atleast two close open operations after
failure of AC supply to the motor starting at pressure equal to the lowest
pressure of auto reclose duty plus pressure drop for one close open operation.
Page 9 of 65
Technical Specification_ Switchgear
e) The mechanism shall be capable of operating the circuit breaker correctly and
performing the duty cycle specified under all conditions with the pressure of
hydraulic operated fluid in the operating mechanism at the lowest permissible
pressure before make up. The opening time at the lowest pressure for a
particular operation shall not exceed the guaranteed operating time within any
value of trip coil supply voltage as specified.
g) All hydraulic joints shall have no oil leakage under the site conditions and
joints shall be tested at factory against oil leakage at a minimum of 1.5 times
maximum working pressure.
a) The structure design shall be such that during operation of circuit breaker
vibrations are reduced to minimum.
b) If required, the Contractor shall provide suitable platform with steps on both
sides for easy accessibility for monitoring the density/pressure of gas.
The circuit breaker terminal pads shall be made up of high quality electrolytic copper
or aluminium and shall be conforming to Australian standard AS-2935 for rated
current. The terminal pad shall have protective covers which shall be removed before
interconnections.
11.1 All cables to be used by Contractor shall be armoured and shall be as per IS – 1554/
IEC-502 (1100 Volts Grade). All cables within & between circuit breaker poles shall
be supplied by the CB manufacturer.
11.2 Only stranded conductor shall be used. Minimum size of the conductor for interpole
control wiring shall be 1.5 sq.mm. (Copper).
o
11.3 The cables shall be with oxygen index Min-29 and temp. index as 250 C as per
relevant standards.
Page 10 of 65
Technical Specification_ Switchgear
12.1 Following is a partial list of some of the major fittings and accessories to be furnished
by Contractor in the Central Control cabinet. Number and exact location of these
parts shall be indicated in the bid.
a) Drawing, showing contacts in close, arc initiation, full arcing, arc extinction
and open position.
b) The temperature v/s pressure curves for each setting of density monitor
alongwith details of density monitor.
c) Method of checking the healthiness of voltage distribution devices
(condensers) provided across the breaks at site.
d) Data on capabilities of circuit breakers in terms of time and number of
operations at duties ranging from 100% fault currents to load currents of the
lowest possible value without requiring any maintenance or checks.
e) The effect of non-simultaneity between contacts between poles and also show
how it is covered in the guaranteed total break time.
f) Sectional view of non-return couplings if used for SF6 pipes.
g) Details & type of filters used in interrupter assembly and also the operating
experience with such filters.
h) Details of SF6 gas:
Page 11 of 65
Technical Specification_ Switchgear
i) The test methods used in controlling the quality of gas used in the
circuit breakers particularly purity and moisture content.
ii) Proposed tests to assess the conditions of the SF6 within a circuit
breaker after a period of service particularly with regard to moisture
contents of the gas.
i) The bidders shall furnish along with the bid, curves supported by test data
indicating the opening time under close open operation with combined
variation of trip coil voltage and pneumatic/hydraulic pressure.
j) All duty requirements as applicable to 420/245/145 kV CBs specified under
Clause 2.0 of this specification, shall be provided with the support of adequate
test reports to be furnished alongwith the bid failing which the bid is likely to
be rejected.
k) Field test report or laboratory test report in case of CB meant for reactor
switching duty.
13.0 TESTS
14.1 In accordance with the requirements stipulated under GTR the circuit breaker
alongwith its operating mechanism shall conform to IEC:62271-100.
14.2 The test reports of the type tests and the following additional type tests shall also be
submitted for Purchaser’s review:
Page 12 of 65
Technical Specification_ Switchgear
xii) Controlled switching performance and validation tests(wherever applicable)
1) Speed curves for each breaker shall be obtained with the help of a suitable
operation analyser to determine the breaker contact movement during
opening, closing, auto-reclosing and trip free operation under normal as well
as limiting operating conditions (control voltage, hydraulic pressure etc.). The
tests shall show the speed of contacts directly at various stages of operation,
travel of contacts, opening time, closing time, shortest time between
separation and meeting of contacts at break make operation etc. This test shall
also be performed at site for which the necessary operation analyser alongwith
necessary transducers, cables, console, etc. where included in scope of supply
shall be furnished and utilised. In case of substations where operation analyser
is existing the bidder shall utilise the same. However necessary adopter and
transducers etc. if required shall have to be supplied by the bidder.
15.1 In case dead tank type circuit breaker is offered, the Bidder shall offer bushing type
CTs (whose secondary parameters are given in TABLE- IA, I-B and I-C of
INSTRUMENT TRANSFORMER.
15.2 The enclosure shall be made of either Al/Al Alloy or mild steel (suitably hot dip
galvanised).
The enclosure shall be designed for the mechanical and thermal loads to which it is
subjected in service. The enclosure shall be manufactured and tested according to the
pressure vessel codes {i.e., latest edition of the ASME code for pressure vessel -
Section VIII of BS-5179, IS4379, IS-7311 (as applicable) and also shall meet Indian
Boiler Regulations}. The maximum temperature of enclosure with CB breaker
carrying full load current shall not exceed the ambient by more than 20 deg C.
Page 13 of 65
Technical Specification_ Switchgear
15.3 The enclosure has to be tested as a routine test at 1.5 times the design pressure for one
minute. A bursting pressure test shall be carried out at 5 times the design pressure as
type test on the enclosure.
Page 14 of 65
Technical Specification_ Switchgear
factor
The above shall be at rated control voltage and rated operating and
quenching media pressures.
Page 15 of 65
Technical Specification_ Switchgear
18. Auxiliary contacts Besides requirement of
specification, the bidder
shall wire up 5 NO+5 NC
contacts for future use of
Purchaser.
Page 16 of 65
Technical Specification_ Switchgear
6. Rated operating duty O-0.3sec-CO-3min-CO cycle
The above shall be at rated control voltage and rated operating and
quenching media pressures.
Page 17 of 65
Technical Specification_ Switchgear
upto 50 m (distance from
base of breaker)
Page 18 of 65
Technical Specification_ Switchgear
5. Short time current 40
carrying capability
for one second (kA rms)
11. Temperature rise over the As per IEC: 62271-100 design ambient
temperature
Page 19 of 65
Technical Specification_ Switchgear
16. Trip coil and closing 220V DC with variation coil
Voltage as specified
17.1 An indicative list of tests is given below. All routine tests except power
frequency voltage dry withstand test on main circuit breaker shall be repeated
on the completely assembled breaker at site. Pre-commissioning tests,
procedures and formats for circuit breakers will be available at respective sites
and shall be referred by the Contractor. Contractor shall perform any
additional test based on specialties of the items without any extra cost to the
Purchaser. The Contractor shall arrange all instruments required for
Page 20 of 65
Technical Specification_ Switchgear
conducting these tests alongwith calibration certificates and shall furnish the
list of instruments to the Purchaser for approval.
17.2 The Contractor shall ensure that erection, testing and commissioning of circuit
breaker shall be carried out under the supervision of the circuit breaker manufacturer's
representative. The commissioning report shall be signed by the manufacturers
representative.
Page 21 of 65
Technical Specification_ Switchgear
DISCONNECTORS
(ISOLATORS)
CONTENTS
1.0 General
2.0 Construction & Design
3.0 Safety Grounding Switches
4.0 High Speed Make Proof Grounding Switches
5.0 Contacts
6.0 Base
7.0 Blades
8.0 Insulator
9.0 Name Plate
10.0 Operation
11.0 Terminal Connector Stud/ Pad
12.0 Support Structure
13.0 Tests
14.0 Spare Parts and Maintenance Equipment
15.0 Technical Parameters
16.0 Pre-commissioning Tests
Page 22 of 65
Technical Specification_ Switchgear
DISCONNECTORS
(ISOLATORS)
1.0 GENERAL
2.1 The three pole group operated disconnectors shall be operated by electric motor
suitable for use on 220V DC system and shall be equipped with local manual
operating mechanism for emergency operation when motor operating mechanism
becomes inoperative. This shall be with necessary interlock not to permit such
operation till motor is disconnected. The motor shall be protected against over current
and short circuit.
2.2 Control cabinet/operating mechanism box shall conform to the requirement stipulated
in GTR and shall be made of cast aluminium/aluminum sheet of adequate thickness
(minimum 3 mm) or stainless steel (grade-304)of minimum thickness 2 mm.
2.3 Provision shall be made in the control cabinet to disconnect power supply to prevent
local/ remote power operation.
2.4 Motor shall be AC motor operated and conform to the requirements mentioned in
GTR.
2.5 Disconnectors shall be designed as per relevant IEC. These shall be suitable to make
and break the charging currents during their opening and closing. They shall also be
able to make and break loop current which appears during transfer between bus bars.
The contact shielding shall also be designed to prevent restrikes and high local
stresses caused by transient recovery voltages when these currents are interrupted.
2.6 The disconnecting switches shall be arranged in such a way that all the three phases
operate simultaneously i.e. gang operation. All the parts of the operating mechanism
shall be able to withstand starting torque of the motor mechanism without damage
until the motor overload protection operates.
Page 23 of 65
Technical Specification_ Switchgear
2.8 The operating mechanisms shall be complete with all necessary linkages, clamps,
couplings, operating rods, support brackets and grounding devices. All the bearings
shall be permanently lubricated or shall be of such a type that no lubrication or
maintenance is required.
2.9 The opening and closing of the disconnectors shall be achieved by either local or
remote control. The local operation shall be by means of a two-position control
switch located in the bay module control cabinet.
2.10 Remote control of the disconnectors from the control room shall be made by means of
remote/ local transfer switch.
2.11 The disconnector operations shall be inter-locked electrically with the associated
circuit breakers in such a way that the disconnector control is inoperative if the circuit
breaker is closed.
2.12 Each disconnector shall be supplied with auxiliary switch having six normally open
and six normally closed contacts for future use over and above those required for
switchgear interlocking and automation purposes. The auxiliary switch contacts are to
be continuously adjustable such that, when required, they can be adjusted to make
contact before the main switch contacts.
2.13 The signaling of the closed position of the disconnector shall not take place unless it
is certain that the movable contacts will reach a position in which the rated normal
current, peak withstand current and short-time withstand current can be carried safely.
2.14 The signaling of the open position of the disconnector shall not take place unless the
movable contacts have reached such a position that the clearance between the
contacts is at least 80 percent of the rated isolating distance.
2.15 All auxiliary switches and auxiliary circuits shall be capable of carrying a current of
at least 10A DC continuously.
2.16 The auxiliary switches shall be capable of breaking at least 2A in a 220V DC circuit
with a time constant of not less than 20 milliseconds.
2.17 The isolator shall be capable of making/breaking normal currents when no significant
change in voltage occurs across the terminals of each pole of isolator on account of
make/break operation.
2.18 The disconnectors and safety grounding switches shall have a mechanical key (pad
locking key) and electrical inter-locks to prevent closing of the grounding switches
when isolator switches are in the closed position and to prevent closing of the
disconnectors when the grounding switch is in the closed position.
Page 24 of 65
Technical Specification_ Switchgear
2.19 The local control of the Isolator and high-speed grounding switches from the bay
module control panel should be achieved from the individual control switches with
the remote/local transfer switch set to local.
2.20 All electrical sequence interlocks will apply in both remote and local control modes.
2.21 Each disconnector shall have a clearly identifiable local, positively driven mechanical
position indicator, together with position indicator on the bay module control cabinet
and provisions for taking the signals to the control room. The details of the
inscriptions and colouring for the indicator are given as under:
SIGN COLOUR
Open position Open Green
Closed position Closed Red
2.22 All the disconnecting switches shall have arrangement allowing easy visual
inspection of the travel of the switch contacts in both open and close positions, from
the outside of the enclosure.
2.23 The disconnecting switches shall be provided with rating plates and shall be
accessible for inspection.
2.24 The disconnecting switches shall be capable of being padlocked in both the open and
closed positions with the operating motor automatically disengaged. The padlocking
device shall be suitable for a standard size lock with a 10 mm shank. The padlock
must be visible and directly lock the final output shaft of the operating mechanism.
Integrally mounted lock when provided shall be equipped with a unique key for such
three phase group. Master key is not permitted.
3.1 Three-pole, group operated, safety grounding switches shall be operated by electric
motor for use on 220V DC ungrounded system and shall be equipped with a manual
operating mechanism for emergency use. The motor shall be protected against over-
current and short circuit.
3.2 Each safety grounding switch shall be electrically interlocked with its associated
disconnector and circuit breaker such that it can only be closed if both the current
breaker and disconnector are in open position. Safety grounding switch shall also be
mechanically key interlocked with its associated disconnector.
3.3 Each safety grounding switch shall have clearly identifiable local positive driven
mechanical indicator together with position indicator on the bay module control
cabinet and provision for taking the signal to Control room.
3.4 The details of the inscription and colouring for the indicator are given as under:
Page 25 of 65
Technical Specification_ Switchgear
SIGN COLOUR
Open position Open Green
Closed position Closed Red
3.5 Interlocks shall be provided so that manual operation of the switches or insertion of
the manual operating device will disable the electrical control circuits.
3.6 Each ground switch shall be fitted with auxiliary switches having six normally open
and six normally closed contacts for use by others over and above those required for
local interlocking and position indication purposes.
3.7 Provision shall be made for padlocking the ground switches in either the open or
closed position.
3.8 All portions of the grounding switch and operating mechanism required for grounding
shall be connected together utilizing flexible copper conductors having a minimum
cross-sectional area of 50 sq. mm.
3.9 The main grounding connections on each grounding switch shall be rated to carry the
full short circuit rating of the switch for 1 sec. and shall be equipped with a silver-
plated terminal connector suitable for steel strap of adequate rating for connection to
the grounding grid.
3.10 Isolators and grounding switches shall be capable of withstanding the dynamic and
thermal effects of the maximum possible short circuit current of the systems in their
closed position. They shall be constructed such that they do not open under influence
of short circuit current.
3.11 The earth switch should be able to carry the same fault current as the main blades of
the isolators and shall withstand dynamic stresses.
3.12 The safety grounding switches shall conform to the requirements of IEC- 62271- 102
3.13 Mechanical position indication shall be provided locally at each switch and remotely
at each bay module control cabinet/ substation automation system.
3.14 The earthing switches shall be capable of discharging trapped charges of the
associated lines.
3.15 The rated Induced Current and Voltage for earth switches for both electrostatic and
electromagnetic coupling shall be as per IEC 62271-102.
Page 26 of 65
Technical Specification_ Switchgear
4.1 Grounding switches located at the beginning of the feeder bay modules shall be of the
high speed, make proof type and will be used to discharge the respective charging
currents, in addition to their safety grounding function. These grounding switches
shall be capable of interrupting the inductive currents and to withstand the associated
TRV.
4.2 Single phase switches shall be provided with operating mechanism suitable for
operation from a 220V DC.
4.3 The switches shall be fitted with a stored energy closing system to provide fault
making capacity.
4.4 The short circuit making current rating of each ground switch shall be at least equal to
its peak withstand current rating. The switches shall have inductive/ capacitive
current switching capacity as per IEC-62271-102.
4.5 Each high speed make proof grounding switch shall have clearly identifiable local
positive driven mechanical indicator together with position indicator on the bay
module control cabinet and provision for taking the signal Control Room.
4.6 The details of the inscription and colouring for the indicator shall be as under:
SIGN COLOUR
OPEN POSITION Open Green
CLOSED POSITION Closed Red
4.7 High speed ground switch operation should be possible locally from the bay module
control cabinet, or remotely from the control room in conjunction with opening of the
associated disconnector.
4.8 These high speed grounding switches shall be electrically interlocked with their
associated circuit breakers and disconnectors so that the grounding switches can not
be closed if the circuit breakers and disconnectors are closed.
4.9 Interlocks shall be provided so that the insertion of the manual operating devices will
disable the electrical control circuits.
4.10 Each high speed ground switch shall be fitted with auxiliary switches having six NO
& six NC auxiliary contacts for use by others, over and above these required for local
interlocking and position indication. All contacts shall be wired to terminal blocks in
the local bay control cabinet. Provision shall be made for padlocking the ground
switches in their open or closed position.
4.11 All portion of the grounding switches and operating mechanism required for
connection to ground shall be connected together utilizing copper conductor having
minimum cross-sectional area of 50 sq. mm.
Page 27 of 65
Technical Specification_ Switchgear
4.12 The main grounding connection on each grounding switch shall be rated to carry the
short time withstand current rating of the switch for 1 sec. and shall be equipped with
a silver plated terminal connector suitable for steel strap of adequate design for
connection to the grounding grid.
4.13 The high speed make proof grounding switches shall conform to the requirements of
IEC-62271- 102.
4.14 The rated Induced Current and Voltage for earth switches for both electrostatic and
electromagnetic coupling shall be as per IEC 62271-102.
5.0 CONTACTS
5.1 The contacts shall be self aligning and self cleaning and so designed that binding
cannot occur after remaining closed for prolonged periods of time.
5.2 No undue wear or scuffing shall be evident during the mechanical endurance tests.
Contacts and spring shall be designed so that readjustments in contact pressure shall
not be necessary throughout the life of the isolator or earthing switch. Each contact or
pair of contacts shall be independently sprung so that full pressure is maintained on
all contacts at all time.
5.3 Contact springs shall not carry any current and shall not loose their characteristics due
to heating effects.
6.0 BASE
Each single pole of the isolator shall be provided with a complete galvanised steel
base provided with holes and designed for mounting on a supporting structure.
7.0 BLADES
7.1 All metal parts shall be of non-rusting and non-corroding material. All current
carrying parts shall be made from high conductivity electrolytic copper/aluminium.
Bolts, screws and pins shall be provided with lock washers. Keys or equivalent
locking facilities if provided on current carrying parts, shall be made of copper silicon
alloy or stainless steel or equivalent. The bolts or pins used in current carrying parts
shall be made of non-corroding material. All ferrous castings except current carrying
parts shall be made of malleable cast iron or cast-steel. No grey iron shall be used in
the manufacture of any part of the isolator.
7.2 The live parts shall be designed to eliminate sharp joints, edges and other corona
producing surfaces, where this is impracticable adequate corona rings shall be
provided. Corona rings shall be made up of aluminum/aluminum alloy.
Page 28 of 65
Technical Specification_ Switchgear
7.3 Isolators and earthing switches including their operating parts shall be such that they
cannot be dislodged from their open or closed positions by short circuit forces,
gravity, vibrations, shocks, or accidental touching of the connecting rods of the
operating mechanism.
8.0 INSULATOR
8.1 The insulator shall conform to IS: 2544 and/or IEC-60168 and must be capable of
withstanding cantilever forces due to weight and short circuit forces. The porcelain of
the insulator shall conform to the requirements stipulated under GTR and shall have a
minimum cantilever strength of 1000/1000/600 Kgs. for 420/245/145 kV insulators
respectively..
8.2 Pressure due to the contact shall not be transferred to the insulators after the main
blades are fully closed.
8.3 The parameters of the insulators shall meet the requirements specified under GTR.
8.4 Insulator shall be type and routine tested as per IEC-60168. Besides following
additional tests shall also be conducted:
(i) Bending load test in four directions at 50% of minimum bending load
guaranteed on all insulators, as a routine test.
(ii) Bending load test in four directions at 100% of minimum bending load as a
sample test on each lot.
(iii) Torsional test on sample insulators of a lot.
(iv) Ultrasonic test as a routine test.
8.5 For 420 kV Insulator: (For Isolator)
Top PCD = 127 mm
No. of holes = 4 x M16
Bottom PCD = 300 mm
No. of holes = 8 x 18 dia
Page 29 of 65
Technical Specification_ Switchgear
9.0 NAME PLATE
Isolator and earthing switches and their operating devices shall be provided with a
name plate. The name plate shall be weather proof and corrosion proof. It shall be
mounted in such a position that it shall be visible in the position of normal service and
installation. It shall carry the information as per the relevant standards along with
name of “UPPTCL” duly engraved or punched on it.
Page 30 of 65
Technical Specification_ Switchgear
b) Control cabinet/operating mechanism box shall conform to the requirement
stipulated in Section-GTR and shall be made of cast aluminium/aluminum sheet
of adequate thickness (minimum 3 mm) or stainless steel (grade-304)of
minimum thickness 2mm.
c) A “Local/Remote” selector switch and a set of open/ close push buttons shall be
provided on the control cabinet of the isolator to permit its operation through
local or remote push buttons.
f) Suitable reduction gearing shall be provided between the motor and the drive
shaft of the isolator. The mechanism shall stop immediately when motor supply
is switched off. If necessary a quick electromechanical brake shall be fitted on
the higher speed shaft to effect rapid braking.
j) The test report for blocked rotor test of motor shall be submitted as per the
requirement of clause 23.0 of Section: GTR of Technical Specification.
k) Only stranded conductor shall be used for wiring. Minimum size of the
conductor for control circuit wiring shall be 1.5 sq.mm. (Copper).
l) The operating mechanism shall be located such that it can be directly mounted
on any one of the support structure.
12.0 OPERATION
12.1 The main Isolator and earth switches shall be individual pole operated for 420 kV and
gang operated in case of 245 kV & 145 kV. However, 245 kV Tandem Isolators shall
be individual-pole operated. The operating mechanism of the three poles shall be well
synchronized and interlocked.
10.2 The design shall be such as to provide maximum reliability under all service
conditions. All operating linkages carrying mechanical loads shall be designed for
negligible deflection. The length of inter insulator and interpole operating rods shall
Page 31 of 65
Technical Specification_ Switchgear
be capable of adjustments, by means of screw thread which can be locked with a lock
nut after an adjustment has been made. The isolator and earth switches shall be
provided with “over center” device in the operating mechanism to prevent accidental
opening by wind, vibration, short circuit forces or movement of the support
structures.
10.3 Each isolator/ pole of isolator and earthswitch shall be provided with a manual
operating handle enabling one man to open or close the isolator with ease in one
movement while standing at ground level. Nondetachable type manual operating
handle shall have provision for padlocking. For detachable type manual operating
handles, suitable provision shall be made inside the operating mechanism box for
parking the detached handles. The provision of manual operation shall be located at a
convenient operating height from the base of isolator support structure.
10.4 The isolator shall be provided with positive continuous control throughout the entire
cycle of operation. The operating pipes and rods shall be sufficiently rigid to maintain
positive control under the most adverse conditions and when operated in tension or
compression for isolator closing. They shall also be capable of withstanding all
torsional and bending stresses due to operation of the isolator. Wherever supported
the operating rods shall be provided with bearings on either ends. The operating rods/
pipes shall be provided with suitable universal couplings to account for any angular
misalignment.
10.5 All rotating parts shall be provided with grease packed roller or ball bearings in
sealed housings designed to prevent the ingress of moisture, dirt or other foreign
matter. Bearings pressure shall be kept low to ensure long life and ease of operation.
Locking pins wherever used shall be rustproof.
10.6 Signaling of closed position shall not take place unless it is certain that the movable
contacts, have reached a position in which rated normal current, peak withstand
current and short time withstand current can be carried safely. Signaling of open
position shall not take place unless movable contacts have reached a position such
that clearance between contacts is atleast 80% of the isolating distance.
10.7 The position of movable contact system (main blades) of each of the Isolators and
earthing switches shall be indicated by a mechanical indicator at the lower end of the
vertical rod of shaft for the Isolators and earthing switch. The indicator shall be of
metal and shall be visible from operating level.
10.8 The Contractor shall furnish the following details alongwith quality norms, during
detailed engineering stage.
(i) Current transfer arrangement from main blades of isolator alongwith milli volt
drop immediately across transfer point.
(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to
the insulator alongwith stoppers to prevent over travel.
10.11 Suitable reduction gearing shall be provided between the motor and the drive shaft of
the isolator. The mechanism shall stop immediately when motor supply is switched
Page 32 of 65
Technical Specification_ Switchgear
off. If necessary a quick electromechanical brake shall be fitted on the higher speed
shaft to effect rapid braking.
10.13 Only stranded conductor shall be used for wiring. Minimum size of the conductor for
control circuit wiring shall be 1.5 sq.mm. (Copper).
10.14 The test report for blocked rotor test of motor shall be submitted as per the
requirement of GTR.
The isolator terminal pads/studs shall be made of high quality copper or aluminium
and shall be conforming to Australian standard AS-2935 for rated current. The
terminal pad shall have protective covers which shall be removed before
interconnections.
420 kV/245 kV/145 kV Isolators shall be suitable for mounting on support structures
to be supplied in accordance with stipulations of GTR.
13.0 TESTS
13.1 In continuation to the requirements stipulated under GTR the isolator alongwith its
earthing switch and operating mechanism should have been type tested as per IEC/IS
and shall be subjected to routine tests in accordance with IEC-62271-102. Minimum
50 Nos. mechanical operations in line with mechanical endurance test, M0 duty, will
be carried out on 1 (one) isolator out of every ten isolators assembled completely with
all accessories as acceptance test for the lot. The travel characteristics measured at a
suitable location in the base of insulator along with motor current/power drawn,
during the entire travel duration are to be recorded at the start and completion and
shall not vary by more than (+/-) 10% after completion of 1000 cycles of operation.
After completion of test, mechanical interlock operation to be checked.
13.2 The test reports of the type tests and the following additional type tests (additional
type tests are required for isolators rated above 72.5 kV only) shall also be submitted
for the Purchaser’s review.
Page 33 of 65
Technical Specification_ Switchgear
13.3 Seismic withstand test on isolator mounted on Support structure as per Annexure-B of
GTR. The test shall be performed in the following position :
Bidder shall include in his proposal mandatory spare parts in accordance with the
requirements stipulated in Section -I.
I. 420 kV ISOLATORS
Page 34 of 65
Technical Specification_ Switchgear
TBs (Reversible) for Purchaser’s
future use.
1. Type
SF6 insulated
2. Rated current at 50oC
ambient temperature 1600/2500 (As applicable)
6. Rated mechanical
terminal load As per table III of IEC-62271-102 or
as per value calculated in GTR
whichever is higher.
7. Operating mechanism of
isolator/earth switch A.C. Motor operated
Page 35 of 65
Technical Specification_ Switchgear
9. No. of auxiliary contacts Besides requirement of this spec., the
on each earthing switch bidder shall wire up 6 NO + 6 NC to
TBs (Reversible) for Purchaser’s
future use.
1. Type
SF6 insulated
o
2. Rated current at 50 C 800/1600 A
ambient temperature for line and Transformer/
Bus coupler bay.
Page 36 of 65
Technical Specification_ Switchgear
future use.
4. Rated short time 25KA for 3 sec. 25KA for 3 sec. 25KA for 3 sec.
(E/S)
operated
manual operation.
Page 37 of 65
Technical Specification_ Switchgear
8 Construction All ferrous parts to All ferrous parts to All ferrous parts
nuts and bolts which nuts and bolts which except nuts and
as per relevant IS
16.1 An indicative list of tests on isolator and earth switch is given below. The Contractor
shall perform any additional test based on specialties of the items without any extra
cost to the Purchaser. The Contractor shall arrange all instruments required for
conducting these tests alongwith calibration certificates and shall furnish the list of
instruments to the Purchaser for approval.
(a) Insulation resistance of each pole.
(b) Manual and electrical operation and interlocks.
(c) Insulation resistance of control circuits and motors.
(d) Ground connections.
(e) Contact resistance.
(f) Proper alignment so as to minimise vibration during operation.
(g) Measurement of operating Torque for isolator and Earth switch.
(h) Resistance of operating and interlocks coils.
(i) Functional check of the control schematic and electrical & mechanical
interlocks.
(j) 50 operations test on isolator and earth switch.
16. 2 The Contractor shall ensure that erection, testing and commissioning of isolators
above 72.5 kV class shall be carried out under the supervision of the isolator
manufacturer's representative. The commissioning report shall be signed by the
manufacturers representative.
Page 38 of 65
Technical Specification_ Switchgear
INSTRUMENT TRANSFORMERS
CONTENTS
1.0 General
2.0 Constructional Features
3.0 Current Transformers
4.0 Voltage Transformers
5.0 Terminal Connectors
6.0 Tests
7.0 Spare Parts & Mandatory Maintenance Equipment
8.0 Technical Parameters
9.0 Pre-Commissioning tests
Page 40 of 65
Technical Specification_ Switchgear
INSTRUMENT TRANSFORMERS
1.0 GENERAL
1.1 The instrument transformers and accessories shall conform to the latest version of the
standards specified below except to the extent explicitly modified in the specification
and shall be in accordance with the requirements in GTR.
1.2 The instrument transformers shall be complete with its terminal box and a common
marshalling box for a set of 3 instrument transformers.
1.3 The external surface of instrument transformer, if made of steel, shall be hot dip
galvanized or painted as per IS-5, shade-697 or REL 5032 or simmilar matching
colours. Spray galvanisation as per IS-5905 with 250 micron thickness of Zinc
followed by finishing coats of a suitable primer with sealer is also acceptable with
approval of Purchaser.
1.4 The impregnation details alongwith tests/ checks to ensure successful completion of
impregnation cycle shall be furnished for approval.
1.5 The instrument transformers shall be designed for use in geographic and
meteorological conditions as given in GTR.
c) Bushings shall be provided with oil filling and drain plugs, oil sight glass of
CT and for electromagnetic unit of VT, etc. The instrument transformer shall
have cantilever strength of not less than 350 kg for 420/245/145 kV
instrument transformers respectively or as per the value obtained vide GTR,
Page 41 of 65
Technical Specification_ Switchgear
whichever is higher. For VT with polymer housing, the cantilever strength
shall not be less than 150 kg. Oil filling and drain plugs are not required with
SF6 gas filled CT.
Bidder/ Manufacturer shall also furnish the details of site tests to check the
effectiveness of hermetic sealing for approval.
f) The SF6 gas filled instrument transformers shall have gas density monotoring
device to monitor any leakage/ loss of SF6 gas. This device should have
additional NO/NC contact to facilitate remote alarm/annunciation and tripping
(isolation) in case of leakage. The SF6 gas leakage should not exceed 0.5%
per year. In case the leakage under specified conditions is found to be greater
than 0.5% after one year of commissioning of instrument transformer, the
manufacturer will have to supply free of cost, the total gas requirement for
subsequent ten (10) years, based on actual leakage observed during first year
of operation after commissioning.
b) The SF6 gas shall comply with IEC-60376, 60376A and 60376B and shall be
suitable in all respects for use in the switchgear under operating conditions.
Suitable valve shall be provided for SF6 gas filling in the instrument
transformers in live condition. A suitable Rupture Disc shall be provided on
the SF6 filled instrument transformers to prevent any chance of explosion.
Page 42 of 65
Technical Specification_ Switchgear
clearly indicated on the name plate. The rated thermal current in case of CT shall also
be marked on the name plate.
a) Current transformers shall have single primary either ring type, or hair pin
type and suitably designed for bringing out the secondary terminals in a
weather proof (IP 55) terminal box at the bottom. These secondary terminals
shall be terminated to stud type non disconnecting terminal blocks inside the
terminal box. In case “Bar primary” inverted type current transformers are
offered the manufacturer will meet following additional requirements:
(ii) The lowest part of the insulation assembly shall be properly secured to
avoid any risk of damage due to transportation stresses.
(iii) The upper part of insulation assembly resting on primary bar shall be
properly secured to avoid any damage during transportation due to
relative movement between insulation assembly & top dome.
(iv) Nitrogen if used for hermetic sealing (in case of live tank design)
should not come in direct contact with oil.
c) Core lamination shall be of cold rolled grain oriented silicon steel or other
equivalent alloys. The cores used for protection shall produce undistorted
secondary current under transient conditions at all ratios with specified CT
parameters.
e) Facilities shall be provided at terminal blocks in the marshalling box for star
delta formation, short circuiting and grounding of CT secondary terminals.
Page 43 of 65
Technical Specification_ Switchgear
g) For current transformers, the rated extended primary current shall be 150% at
highest ratio and 200% at ratios other than highest ratios, as specified in the
technical specification.
j) For current transformers, the instrument security factor at all ratios shall be
less than five(5) for metering core. If any auxiliary CTs/ reactor are used in
the current transformers then all parameters specified shall have to be met
treating auxiliary CTs as an integral part of the current transformer. The
auxiliary CTs/ reactor shall preferably be inbuilt construction of the CTs. In
case these are to be mounted separately these shall be mounted in the central
marshalling box suitably wired upto the terminal blocks.
k) The wiring diagram plate for the interconnections of the three single phase
CTs shall be provided by the Bidder/ Manufacturer inside the marshalling box
with justification for Purchaser’s review.
m) The current transformers shall be suitable for high speed auto reclosing.
a) The voltage transformers shall conform to IEC- 60044-2 and other relevant
standards except to the extent explicitly modified in the specification.
Page 44 of 65
Technical Specification_ Switchgear
connected to the metal enclosure of the GIS with a flanged, bolted and
gasketed joint so that the transformer housing is thoroughly grounded to the
GIS enclosure. Adequate measures shall be provided to prevent any
unacceptable impact on the secondary control and protection circuits which
might result from very fast transients (VFT) or ferro-resonance.
d) The voltage transformers shall be located in a separate bay module on the bus
and will be connected phase to ground and shall be used for protection,
metering and synchronization.
g) The beginning and end of each secondary winding and all secondary taps shall
be wired to suitable terminals accommodated in the local control cabinet for
the feeder bay. Fuses shall be also located in the local control cabinet.
i) Power frequency tests for the completed GIS at site shall be possible without
removing the voltage transformers. The power frequency test voltage for at
site tests shal be 80% of the factory test voltage, for 1 min., and at 100 Hz.
j) The voltage transformer should be thermally and dielectrically safe when the
secondary terminals are loaded with the guaranteed thermal burdens.
l) The accuracy of 0.2 on secondary III should be maintained through out the
entire burden range upto 50VA on all the three windings without any
adjustments during operation.
Page 45 of 65
Technical Specification_ Switchgear
n) The wiring diagram for the interconnection of the three single phase CVTs
shall be provided inside the marshalling box in such a manner that it does not
deteriorate with time.
o) The rating, ratio, accuracy class, connection etc. for the voltage transformers
shall be in accordance with Table II A.
p) Rating and diagram plate shall be provided complying with the requirements
of the IEC specification incorporating the year of manufacture and including
turns ratio, voltage ratio, burden, connection diagram etc.
q) The beginning and end of each secondary winding shall be wired to suitable
terminals accommodated in a terminal box mounted directly on the voltage
transformer section of the SF6 switchgear.
s) The transformer shall be able to sustain full line to line voltage without
saturation of transformer.
6.0 TESTS
6.1 In accordance with the requirements in GTR, Current and Voltage Transformers
should have been type tested and shall be subjected to routine tests in accordance with
IEC:60044-1/ IS:2705 and IEC: 60044-5/60044-2 respectively.
6.2 The test reports of the type tests and the following additional type tests shall also be
submitted for the Purchaser’s review.
a) Current transformers
Page 46 of 65
Technical Specification_ Switchgear
iv) Thermal co-efficient test i.e. measurement of tan delta as a function of
temperature (at ambient and between 80oC & 90oC) and voltage (at
0.3, 0.7, 1.0 and 1.1 Um/√3)
(not applicable for SF6 filled CT)
v) The current transformer shall be subjected to Fast Transient test
(Multiple chopped impulse test) by any one of the following two
methods given below to assess the CT performance in service to
withstand the high frequency over voltage generated due to closing &
opening operation of isolators. Alternatively, method as per IEC:
60044-1 may be followed:
In accordance with the requirements in GTR, Voltage Transformers should have been
type tested and shall be subjected to routine tests in accordance with IEC: 60044-5/
60044-2.
(Apart from the above, report of all special tests mentioned in IEC- 60044-5 for
inductive voltage transformer shall also be submitted for approval.
6.3 The current and voltage transformer shall be subjected to the following routine tests
in addition to routine tests as per IEC/IS.
a) CURRENT TRANSFORMERS
ROUTINE TESTS :
i) Measurement of Capacitance.
ii) Oil leakage test.
iii) Measurement of tan delta at 0.3, 0.7, 1.0 and 1.1 Um/√3.
Routine tests on voltage transformer shall be done in line with IEC 60044-5.
The Bidder shall include in his proposal spare parts equipment in accordance with
Section-I.
Page 47 of 65
Technical Specification_ Switchgear
A. 420 kV CURRENT TRANSFORMERS
Class A
7. Type of insulation
Page 48 of 65
Technical Specification_ Switchgear
are to be wired upto marshaling
box plus 20% spare terminals
evenly distributed on all TBs.
Page 49 of 65
Technical Specification_ Switchgear
4. Maximum temperature rise As per IEC:60044-2
over design ambient
temperature
Inductive Voltage Transformers shall also comply with the requirements of Table-II
A of this Specification.
Inductive Voltage Transformers shall also comply with the requirements of Table-II
A of this Specification.
Inductive Voltage Transformers shall also comply with the requirements of Table-II
A of this Specification.
Page 50 of 65
Technical Specification_ Switchgear
9.1 An indicative list of tests is given below. Contractor shall perform any additional test
based on specialties of the items as per the field Q.P./Instructions of the equipment
Supplier or Purchaser without any extra cost to the Purchaser. The Contractor shall
arrange all instruments required for conducting these tests alongwith calibration
certificates and shall furnish the list of instruments to the Purchaser for approval.
Dissolved gas analysis to be carried out at the time of commissioning. CTs must have
adequate provision for taking oil samples from the bottom of the CT without
exposure to atmosphere. Bidder/Manufacturer shall recommend the frequency at
which oil samples should be taken and norms for various gases in oil after being in
operation for different durations. Bidder/Manufacturer should also indicate the total
quantity of oil which can be withdrawn from CT for gas analysis before refilling or
further treatment of CT becomes necessary.
Page 51 of 65
Technical Specification_ Switchgear
TABLE-I A-I
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
TABLE-I A-II
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
Page 52 of 65
Technical Specification_ Switchgear
TABLE-I B
No. Core Application Current Output Accuracy Min. Max. Max. Excitation
of no. ratio Burden Class as Knee pt. CT Sec. current at Vk
cores (VA) Per IEC: Voltage Wdg. (in mA)
44-1 Vk Resistance
(ohm)
Note:
TABLE – I C
No. Core Application Current Output Accuracy Min. Max. CT Max. Excit-
of No. ratio burden class as knee pt. sec. wdg. ation cur-
Cores (VA) per IEC: voltage resistance rent at Vk
44-1 (Vk) (ohms) (in mA)
Page 53 of 65
Technical Specification_ Switchgear
4 TRANS. 1600- - PS 1600/ 8/4/2 25 on 1600/1 tap.
BACK UP/ 800- 800/ 50 on 800/1 tap
LINEP ROTN. 400/1 400 100 on 800/1 tap
5 TRANS. DIFF/ 1600- - PS 1600/ 8/4/2 25 on 1600/1 tap.
LINE PROTN 800- 800/ 50 on 800/1 tap
400/1 400 100 on 800/1 tap
Note:
TABLE-II A
Page 54 of 65
Technical Specification_ Switchgear
SURGE ARRESTERS
CONTENTS
1.0 General
2.0 Duty Requirements
3.0 Constructional Features
4.0 Fittings and Accessories
5.0 Tests
6.0 Spare Parts and Maintenance Equipment
7.0 Technical Parameters
8.0 Pre-commissioning Tests
Page 55 of 65
Technical Specification_ Switchgear
SURGE ARRESTERS
1.0 GENERAL:
1.1 The Surge Arresters shall conform to IEC: 60099-4 except to the extent modified in
the specification and shall also be in accordance with requirements under Section -
GTR.
1.2 Arresters shall be of hermetically sealed units, self supporting construction, suitable
for mounting on support structures to be supplied by the Contractor.
1.3 The Surge Arresters shall be designed for use in the geographic and meteorological
conditions as given in the Section -GTR.
a. The surge arresters shall be of heavy duty station class and gapless type
without any series or shunt gaps.
g. The reference current of the arresters shall be high enough to eliminate the
influence of grading and stray capacitance on the measured reference voltage.
i. The surge arresters are being provided to protect the following equipment
whose insulation levels are indicated in the table given below:-
Page 56 of 65
Technical Specification_ Switchgear
Equipment to be Lightning Switching Lightning Lightning
protected impulse (kVp) surge Impulse Impulse
for 420 kV (kVp) for 420 (kVp) for 245 (kVp) for 145
system kV system kV system kV system
Power transformer ± 1300 ± 1050 ± 950 ± 550
Instrument Transformer ± 1425 ± 1050 ± 1050 ± 650
Reactor ± 1300 ± 1050
CB/Isolator Phase to ± 1425 ± 1050 ± 1050 ± 650
ground
CB/Isolator Across open ± 1200 ± 900 ±1050 (for ± 750
contacts (-/+240) (-/+345) CB)
± 1200 (for
Isolator)
j. The duty cycle of CB installed in 420, 245 kV and 145 kV system of the
Purchaser shall be O-0.3 sec-CO-3 min-CO. The surge arrester shall be
suitable for such circuit breaker duties in the system.
The features and constructional details of surge arresters shall be in accordance with
requirement stipulated hereunder:
a) The non-linear blocks shall be of sintered metal oxide material. These shall be
provided in such a way as to obtain robust construction, with excellent
mechanical and electrical properties even after repeated operations.
b) The surge arresters shall be fitted with pressure relief devices suitable for
preventing shattering of porcelain housing and providing path for flow of
rated fault currents in the event of arrester failure. Details shall be furnished in
the bids alongwith quality checks.
Page 57 of 65
Technical Specification_ Switchgear
d) All the necessary flanges, bolts, nuts, clamps etc. required for assembly of
complete arrester with accessories on mounting on support structure are to be
supplied by the contractor.
f) The minimum permissible separation between the surge arrester and any
earthed object shall be indicated by the bidder.
g) Seals shall be provided in such a way that these are always effectively
maintained even when discharging rated lightning current.
k) The end fittings shall be made of corrosion proof material and preferably be
nonmagnetic.
l) The name plate shall conform to the requirements of IEC incorporating the
year of manufacture.
m) The heat treatment cycle details alongwith necessary quality checks used for
individual blocks alongwith insulation layer formed across each block are to
be furnished. Metalizing coating thickness for reduced resistance between
adjacent discs is to be furnished with additional information schedule of bid
proposal sheets alongwith procedure for checking the same. Details of thermal
stability test for uniform distribution of current on individual disc is to be
furnished.
n) The manufacturer will submit data for rejection rate of ZnO blocks during
manufacturing/operation for the past three years.
Page 58 of 65
Technical Specification_ Switchgear
p) The Surge arrester with porcelain housing shall have a cantilever
strength of not less than 350 kg for 390/216/120kV surge arresters
respectively or as per the value obtained vide Section-GTR, whichever is
higher. For Surge arrester with polymer housing, the cantilever strength
shall not be less than 150kg.
3.1.1 All porcelain housings shall be free from lamination cavities or other flaws affecting
the maximum level of mechanical and electrical strength. Arrester shall not fail due to
arrester porcelain contaminations.
3.13 The creepage distance of the arrestor housing shall be as per specification.
3.1.4 The porcelain petticoat shall be preferably of self-cleaning type (Aero foil design).
The details of the porcelain housing such as height, angle of inclination, shape of
petticoats, gap between the petticoats, diameter (ID and OD) etc. shall be indicated in
a detailed drawing.
3.1.5 The Arrestor housing shall conform to the requirements of IS: 3070 specification and
clause 31.0 of GTC (Part-H, Volume-II)
3.2.1 All ferrous parts exposed to atmosphere shall be hot dip galvanised as per IS: 2629 as
amended from time to time., Tinned copper/ brass lugs shall be used for internal
wiring of discharge counter. Screws used for electrical connections shall be either
made of brass or nickel plated.
3.2.2 Ground terminal pads and name plate brackets shall be hot dip galvanised.
3.2.3 The material shall be galvanised only after completing all shop operations.
b) Self contained discharge counters, suitably enclosed for outdoor use and
requiring no auxiliary or battery supply for operation shall be provided for
each single pole unit alongwith necessary connection. Suitable leakage current
meters should also be supplied within the same enclosure. The reading of
milliammeter and counters shall be visible through an inspection glass panel.
The terminals shall be robust and of adequate size and shall be so located that
incoming and outgoing connections are made with minimum possible bends.
Page 59 of 65
Technical Specification_ Switchgear
c) Surge monitor consisting of discharge counters and milliammeters should be
suitable to be mounted on support structure of the arrester and should be
tested for IP66 degree of protection. The standard supporting structure for
surge arrester should be provided with a mounting pad, for fixing the surge
monitor. The surge monitor should be suitable for mounting on this standard
mounting pad. Also all nuts, bolts, washers etc. required for fixing the surge
monitor shall have to be supplied by the Contractor.
The arrangement for Surge Monitor enclosure fixing to the structure shall be
at its rear/bottom. Connection between the Surge Arrester base and Surge
Monitor shall be through a 2.0 m (minimum) long insulated copper rod/strip
of at least 75 sq.mm cross sectional area. The cable shall be terminated at
rear/bottom side of the Surge Monitor. The gaskets of the surge monitors shall
be of Neoprene, Butyl or equivalent material.
5.0 TESTS:
5.1 In accordance with the requirements stipulated under Section-GTR, the surge
arresters should have been type tested as per IEC/IS and shall be subjected to routine
and acceptance tests in accordance with IEC document. In the switching surge
operating duty test, the samples shall be pre-heated to 70 deg. C, (instead of 60 deg.
C. as given in IEC) prior to application of long duration surges For contamination
test, procedures outlined in 60099-3 shall be followed.
The test reports of the type tests and the following additional type tests shall also be
submitted for the Purchaser’s review.
Each metal oxide block of surge arresters shall be tested for the guaranteed specific
energy capability in addition to the routine/acceptance test as per IEC: 60099-4.
Page 60 of 65
Technical Specification_ Switchgear
2. Lightning Impulse Residual voltage on arrester units. (IEC clause 6.3.2).
3. Internal Ionisation or partial discharge test.
4. The galvanisation test on expose metal part.
1. Sealing test: Water dip test at 1.5m depth from top of Surge Arrestor for 30
minutes shall be performed during assembly of Surge Arrester stacks
(followed by other routine tests, i.e. P.D. Measurement, Reference Voltage,
Residual Voltage & IR measurement).
2. Measurement of reference voltage.
3. Residual voltage test of arrester unit.
4. Internal Ionisation test or partial discharge test.
5. Verticality check on completely assembled Surge arresters as a sample test on
each lot.
6. Power lossess are measured at 0.8 times rated voltage on each arrester.
7. Check of internal corona made at 1.05 times COV. Each unit is checked to
have steady internal corona level less than 50 pC in a pass/no pass test.
8. Tightness check to be made on each unit in pass/no pass test. Maximum
permissible leakage is 0.0001 cc/sec at a pressure difference of 0.1 Mpa.
9. Dimensional Verification.
10. Galvanising test
11. Porosity Test
The Surge monitors shall also be connected in series with the test specimens
during residual voltage and current impulse withstand tests to verify efficacy
of the same. Additional routine/ functional tests with one 100A and 10kA
current impulse (8/20 micro sec.) shall also be performed on the Surge
monitor.
Page 61 of 65
Technical Specification_ Switchgear
Surge monitors shall be routinely tested for water dip test at 1.5m for 30
minutes. No water vapors shall be visible on the monitor glass.
All routine tests shall be conducted on the hollow column insulators as per
IEC 62155. The following additional tests shall be carried out on 245 kV and
145 kV Insulators:
Bidder shall include in his proposal spare parts and maintenance equipment, as
mentioned in Section-I.
Page 62 of 65
Technical Specification_ Switchgear
(f) Max. residual voltage at
i) 5 kA -
Page 63 of 65
Technical Specification_ Switchgear
i) 5 kA 560 kVp
Page 64 of 65
Technical Specification_ Switchgear
i) 5 kA 310 kVp
Page 65 of 65
Technical Specification_ Switchgear
TECHNICAL SPECIFICATION SECTION: AUTO TRANSFORMER
CONTENT
1.0 General
2.0 Performance
4.0 Fittings
4.2 On-line insulating oil drying system
4.3 On line dissolved Hydrogen and moisture monitor
4.4 Flow Sensitive Conservator Isolation Valve for Transformers
1 General
i) The impedance, vector group, OLTC connection & range etc. of the
transformer is to be matched with that of the existing transformer. The rating
plate details of the existing transformer shall be furnished by the Owner.
ii) Necessary provision is to be kept in the transformer control scheme for
parallel operation with the existing Master/Follower/Independent /Off type,
OLTC control scheme.
1.3 External or internal reactors shall not be used to achieve the HV/LV and IV/LV
impedance specified.
1.4 Transportation
The Contractor shall despatch the autotransformer filled with oil or in an atmosphere
of nitrogen or dry air at positive pressure. In the former case, the contractor shall
take care of the weight limitation on transport and handling facility at site. In the
latter case, necessary arrangement shall be ensured by the contractor to take care
of pressure drop of nitrogen or dry air during transit and storage till completion of oil
filling during erection. The nitrogen or dry air cylinder provided to maintain positive
pressure can be taken back by the contractor after oil filling. A gas pressure testing
valve with necessary pressure gauge and adaptor valve shall be provided.
Transformer shall also be fitted with at least one Electronic impact recorder (on
returnable basis) during transportation to measure the magnitude and duration of
the impact in all three directions. The acceptance criteria and limits of impact in all
three directions which can be withstood by the equipment during transportation and
handling shall be submitted by the contractor during detailed engineering. The
recording shall commence in the factory before despatch and must continue till the
unit is installed on its foundation. The data of electronic impact recorder(s) shall be
down loaded at site and a soft copy of it shall be handed over to Engineer-in-
charge. Further, within three weeks the contractor shall communicate the
interpretation of the data. In the unlikely event of impact recorder output not
available at site, the equipment shall be thoroughly internally inspected by the
manufacturer’s representative before erection at site to ensure healthiness of the
equipment. Contractor shall mount Vehicle tracking system (GPRS/ GPS/ GSM
based) to track the exact position of the vehicle on which the Autotransformer is
being loaded for transportation and during detailed engineering take approval for the
equipment installed.
2 Performance
2.1 The autotransformers shall be used for bi-directional flow of rated power.
2.2 Transformers shall be capable of operating under natural cooled condition upto the
specified load. The forced cooling equipment shall come into operation by pre-set
contacts of winding temperature indicator and the transformer shall operate as a
forced cooling unit initially as ONAF up to specified load and then as OFAF. Cooling
shall be so designed that during total failure of power supply to cooling fans and oil
pumps, the transformer shall be able to operate at full load for at least ten (10)
minutes without the calculated winding hot spot temperature exceeding 140degC.
Transformers fitted with two coolers, each capable of dissipating 50 per cent of the
loss at continuous maximum rating, shall be capable of operating for 20 minutes in
the event of failure of the oil circulating pump or blowers associated with one cooler
without the calculated winding hot spot temperature exceeding 140degC at
continuous max rating. The contractor shall submit supporting calculations for the
above for Employer's approval.
2.3 The transformers shall be capable of being operated, without danger, on any
tapping at the rated MVA with voltage variation of ± 10% corresponding to the
voltage of the tapping.
2.4 The maximum flux density in any part of the core and yoke at the rated MVA,
voltage and frequency shall be such that under 10 per cent continuous over voltage
condition it does not exceed 1.9 Tesla at the lowest tap position. That is, the
transformer operating at lowest tap and 1.1 times the rated voltage at this tap, the
maximum flux density shall not exceed 1.9 tesla.
2.5 DGA of oil shall be periodically monitored by the Employer and the interpretation of
DGA results will be as per IEC -60599.
2.6.1 The transformers shall be designed with particular attention to the suppression of
harmonic voltage, especially the third and fifth so as to minimise interference with
communication circuit.
2.6.2 The noise level of transformer, when energised at normal voltage and frequency
with fans and pumps running shall not exceed, when measured under standard
conditions, the values specified at relevant clause.
2.7 The transformers shall be capable of being loaded in accordance with IEC-60076-
7.There shall be no limitation imposed by bushings, tap changers etc. or any other
associated equipment.
2.8 The transformer and all its accessories including CTs etc. shall be designed to
withstand without injury, the thermal and mechanical effects of any external short
circuit to earth and of short circuits at the terminals of any winding for a period of 2
secs. The short circuit level of the HV & IV System to which the subject transformers
will be connected is 63 kA for 1 sec (sym, rms, 3 phase fault) on 400 kV, 40 kA for 1
sec (sym, rms, 3 phase fault) on 220kV and 31.5 kA for 1 sec (sym, rms, 3 phase
2.10 Transformers shall withstand, without injurious heating, combined voltage and
frequency fluctuations which produce the following over fluxing conditions:
2.11 The air core reactance of HV winding of transformer shall not be less than 20%.
2.12 Tertiary Windings (applicable only for transformers of rating above 160 MVA)
2.12.1 The tertiary windings shall be suitable for connection of reactors or capacitors which
would be subjected to frequent switching. All the windings shall be capable of
withstanding these stresses that may be caused by such switching.
2.12.2 The Tertiary winding shall be designed to withstand mechanical and thermal
stresses due to dead short circuit on its terminals.
2.12.3 The tertiary winding shall be suitable for connection to Transformer for auxiliary
supply.
2.13 The transformer shall be designed to withstand a DC current of 10A per phase
without injurious heating, noise and vibration.
Owner may visit to the manufacturers works to inspect design, manufacturing and
test facilities.
The design review will commence after placement of award with successful bidder
and shall be finalised before commencement of manufacturing activity. These
design reviews shall be carried out in detail to the specific design with reference of
the transformer under scope of this specification.
The design review shall be conducted generally following the “Guidelines for
conducting design reviews for transformers 100 MVA and 123kV and above”
prepared by Cigre SC 12 Working Group 12.22.
Technical specification- Auto transformers Page 4 of 57
The manufacturer shall provide all necessary information and calculations during
design review to demonstrate that the transformer meets the requirements for short
circuit strength and durability. The latest recommendations of IEC and Cigre SC 12
shall be applied for short circuit withstand evaluation.
3 Construction Details
3.1.1 Tank
3.1.1.1 Tank shall preferably be of welded construction and fabricated from tested quality
low carbon steel of adequate thickness. Unless otherwise approved, metal plate,
3.1.1.2 All seams and those joints not required to be opened at site shall be factory welded,
and wherever possible they shall be double welded. After completion of tank and
before painting, dye penetration test shall be carried out on welded parts of jacking
bosses, lifting lugs and all load bearing members. The requirement of post weld
heat treatment of tank/stress relieving shall be based on recommendation of BS-
5500 table 4.4.3.1.
3.1.1.3 Tankstiffeners shall be provided for general rigidity and these shall be designed to
prevent retention of water.
3.1.1.4 The transformer shall be of bell type tank with the joint at about 500 mm above the
bottom of the tank. In case the joint is welded it shall be provided with flanges
suitable for repeated welding. The joint shall be provided with a suitable gasket to
prevent weld splatter inside the tank. Proper tank shielding shall be done to prevent
excessive temperature rise of the joint. For transformer of 50MVA and below
conventional tank is also acceptable.
(a) Four symmetrically placed lifting lugs shall be provided so that it will be
possible to lift the complete transformer when filled with oil without structural
damage to any part of the transformer. The factor of safety at any one point
shall not be less than 2. The lifting lugs shall be so arranged and located as to
be accessible for use when the transformer is loaded on the transport vehicle.
(b) A minimum of four jacking pads in accessible position to enable the
transformer complete with oil to be raised or lowered using hydraulic jacks.
Each jacking pad shall be designed to support with an adequate factor of
safety for at least half of the total mass of the transformer filled with oil
allowing in addition for maximum possible misalignment of the jacking force to
the centre of the working surface.
(c) Suitable haulage holes shall be provided.
3.1.1.6 The tank shall be designed in such a way that it can be mounted either on the
plinth directly or on rollers, as per manufacturer's standard practice.
3.1.1.7 The base of each tank shall be so designed that it shall be possible to move
the complete transformer unit by skidding in any direction without injury when
using plates or rails.
Note: * indicates Sa 2 ½ as per Swedish Standard SIS 055900 of ISO 8501 Part-1.
3.1.2.1 The tank cover shall be designed to prevent retention of rain water and shall
Technical specification- Auto transformers Page 7 of 57
not distort when lifted. The internal surface of the top cover shall be shaped
to ensure efficient collection and direction of free gas to the buchholz relay.
3.1.2.2 At least two adequately sized inspection openings one at each end of the
tank, shall be provided for easy access to bushings and earth connections.
The inspection covers shall not weigh more than 25 kg. Handles shall be
provided on the inspection cover to facilitate lifting.
3.1.2.3 The tank covers shall be fitted with pockets at the position of maximum oil
temperature at maximum continuous rating for bulbs of oil and winding
temperature indicators. It shall be possible to remove these bulbs without
lowering the oil in the tank. The thermometer shall be fitted with a captive
screw to prevent the ingress of water.
3.1.2.5 All bolted connections shall be fitted with weather proof, hot oil resistant,
resilient gasket in between for complete oil tightness. If gasket is
compressible, metallic stops/other suitable means shall be provided to
prevent over-compression. All gasketed joints shall be designed,
manufactured and assembled to ensure long-term leak and maintenance
free operation. Groove provided to accommodate round nitrile rubber cord for
rectangular openings shall be milled. Details of all gasketed joints shall be
submitted for approval.
3.1.2.5 Tank hotspot The maximum temperature on any metal part shall not exceed
130 deg. Celsius.
To allow for the effect of possible induced and capacitive surge current, good
electrical connection shall be maintained between the tank and turrets.
3.1.2.8 The transformer shall be provided with a 100 mm nominal diameter pipe
flange with bolted blanking plate, gasket and shall be fitted at the highest
point of the transformer tank for maintaining vacuum in the tank.
3.1.5.2 OLTC shall have conventional type conservator with prismatic oil level gauge.
3.1.5.3.1 Conservator tank shall have adequate capacity with highest and lowest visible-
levels to meet the requirements of expansion of total cold oil volume in the
deg
transformer and cooling equipment from minimum ambient temperature to 100 C.
The capacity of the conservator tank shall be such that the transformer shall be
able to carry the specified overload without overflowing of oil.
3.1.5.3.2 The conservator shall be fitted with integral lifting lugs in such a position so that it
can be removed for cleaning purposes. Suitable provision shall be kept to replace
air cell and cleaning of the conservator wherever applicable.
3.1.5.3.4 Pipe work connections shall be of adequate size for their duty and as short and
direct as possible. Only radiused elbows shall be used.
3.1.5.3.5 The feed pipe to the transformer tank shall enter the transformer cover plate at its
highest point and shall be straight for a distance not les than five times its internal
diameter on the transformer side of the Buchholz relay, and straight for not less
than three times that diameter on the conservator side of the relay.
3.1.5.3.6 This pipe shall rise towards the oil conservator, through the Buchholz relay, at an
angle of not less than 5 degree.
The requirements of air cell type oil sealing system are given below.
3.1.5.4.1 Contact of the oil with atmosphere is prohibited by using a flexible air cell of nitrile
rubber reinforced with nylon cloth.
3.1.5.4.2 The temperature of oil is likely to rise upto 100deg C during operation. As such air
cell used shall be suitable for operating continuously at least at 100deg C.
3.1.5.4.3 Air cell of conservator shall be able to withstand the vacuum during
Technical specification- Auto transformers Page 9 of 57
installation/maintenance periods. Otherwise provision shall be kept to isolate the
conservator from the main tank when the latter is under vacuum by providing a
vacuum sealing valve or other suitable means in the pipe connecting main tank
with the conservator. The transformer manual shall give full and clear instructions
on the operation, maintenance, testing and replacement of the air cell. It shall also
indicate shelf life, life expectancy in operation, the recommended replacement
intervals and the supplier.
3.1.5.4.4 To prevent oil filling into the air cell, the oil filling aperture shall be clearly marked.
3.1.5.4.5 The connection of air cell to the top of the conservator is by air proof seal
preventing entrance of air into the conservator.
A double float/reed type Buchholz relay shall be provided. Any gas evolved in the
transformer shall collect in this relay. The relay shall be provided with a test cock
suitable for a flexible pipe connection for checking its operation and taking gas
sample. A copper/stainless steel tube shall be connected from the gas collector to a
valve located about 1200 mm above ground level to facilitate sampling with the
Technical specification- Auto transformers Page 10 of 57
transformer in service. The device shall be provided with two electrically independent
ungrounded contacts, one for alarm on gas accumulation and the other for tripping
on sudden rise of pressure.
The Buchholz relay shall not operate during starting/ stopping of the transformer oil
circulation pumps under any oil temperature conditions. The use of pipe or relay
aperture baffles shall not be used to decrease the sensitivity of the relay. The relay
shall not mal-operate for through fault conditions or be influenced by the magnetic
fields around the transformer during the external fault conditions.
All transformers shall be provided with a 150 mm dial type thermometer for top oil
temperature indication. The thermometer shall have adjustable, electrically
independent ungrounded alarm and trip contacts, maximum reading pointer and
resetting device shall be provided in the OTI. A temperature sensing element
suitably located in a pocket on top oil shall be furnished. This shall be connected to
the OTI by means of capillary tubing. Temperature indicator dials shall have linear
gradations to clearly read at least every 2 deg C. Accuracy of OTI shall be ± 3 deg C
or better. The setting of alarm and tripping contacts shall be adjustable at site and
typical values are as given below which will be reviewed during detailed engineering
based on manufacturer’s recommendation.
Alarm – 95degC
Trip – 105degC
In addition to the above, the following equipment shall be provided for remote
indication of oil temperature:
a) Signal transmitter
Signal transmitter shall have additional facility to transmit signal for recording
oil temperature at Employer's data acquisition system, for which duplex
platinum RTD with nominal resistance of 100 ohms at zero degree centigrade
shall be supplied. The RTD shall be three wire ungrounded system. The
calibration shall be as per SAMA (USA) standard or equivalent. The RTD may
be placed in the pocket containing temperature sensing element and image
coil for OTI system which will be used for both remote OTI and DAS.
Necessary equipment for sending the signal to remote OTI and DAS shall be
provided. In lieu, separate RTD for each of the functions shall be provided.
Any special cable required for shielding purpose, for connection between cooler
control cabinet and remote OTI control circuit, shall be in the scope of Contractor.
Only one ROTI with a four point selector switch shall be provided.
A device for measuring the hot spot temperature of each winding shall be provided
Technical specification- Auto transformers Page 11 of 57
(HV, IV and LV). It shall comprise the following:
Any special cable required for shielding purpose, for connection between
cooler control cabinet and remote WTI control circuit, shall be in the scope
of Contractor. Only one RWTI with a four point selector switch shall be
provided for all the three windings (HV, IV and LV).
3.1.9.1 Two (2) earthing pads (each complete with two (2) nos. holes, M 10 bolts,
plain and spring washers) suitable for connection to 75 x 12 mm galvanised
steel grounding flat shall be provided each at position close to earth of the two
(2) diagonally opposite bottom corners of the tank.
3.2 Core
3.2.1 The core shall be constructed from prime quality, non-ageing, cold rolled,
super grain oriented, silicon steel laminations.
3.2.2 The design of the magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping
structure and production of flux component at right angles to the plane of
laminations which may cause local heating. The temperature of any part of
the core or its support structure in contact with oil shall not exceed 120 deg C
under normal operating condition and 130 deg C under most extreme
operating condition. Adequate temperature margin shall be provided to
maintain longer life expectancy for this material.
3.2.3 The insulation of core to bolts and core to clamp plates shall be able to
withstand a voltage of 2 KV (rms) for 1 minute.
3.2.4 Core and winding shall be capable of withstanding the shock during transport,
installation and service. Adequate provision shall be made to prevent
movement of core and winding relative to tank during these conditions.
3.2.5 All steel sections used for supporting the core shall be thoroughly sand blasted after
cutting, drilling and welding.
3.2.6 Each core lamination shall be insulated with a material that will not deteriorate due
to pressure and hot oil.
3.2.7 The supporting frame work of the core shall be so designed as to avoid presence of
pockets which would prevent complete emptying of tank through drain valve or
cause trapping of air during oil filling.
3.2.8 Adequate lifting lugs will be provided to enable the core and windings to be lifted.
3.2.9 The core shall be earthed to the core clamping structure at one point only,
through a removable external link suitably located and protected to facilitate
testing after installation of the transformer.
3.3 Windings
3.3.1 The Contractor shall ensure that windings of all transformers of 220kV class
and above voltage class are made in dust proof and conditioned atmosphere.
3.3.3 The insulation of transformer windings and connections shall be free from
insulating compounds which are liable to soften, ooze out, shrink or collapse
and be non-catalytic and chemically inactive in transformer oil during service.
3.3.4 Coil assembly and insulating spacers shall be so arranged as to ensure free
circulation of oil and to reduce the hot spot of the winding.
3.3.5 The coils would be made up, shaped and braced to provide for expansion and
contraction due to temperature changes.
3.4.1 The insulating oil shall be virgin high grade inhibited, conforming to IEC-60296
& all parameters specified below, while tested at supplier's premises. The
contractor shall furnish test certificates from the supplier against the
acceptance norms as mentioned below, prior to despatch of oil from refinery
to site. Under no circumstances, poor quality oil shall be filled into the
transformer and only thereafter be brought up to the specified parameter by
circulation within the transformer.
Sl. Property Test Method Limits
No.
A1. Function
1a. Viscosity at 100degC ISO 3104 or ASTM (Max.) 3 mm2/s
D445 or ASTM D 7042
1b. Viscosity at 40degC ISO 3104 or ASTM (Max.)12 mm2/s
D445 or ASTM D7042
1c. Viscosity at -30degC ISO 3104 or ASTM (Max.)1800 mm2/s
D445 or ASTM D 7042
2. Appearance A representative sample The oil shall be clear and
of the oil shall be bright, transparent and free
examined in a 100 mm from suspended matter or
thick layer, at ambient sediment
temperature
3. Pour point ISO 3016 or ASTM D97 (Max.)-40degC
4. Water content a) for IEC 60814 or ASTM (Max.) 30 mg/kg 40 mg/kg
bulk supply b) for D1533
delivery in drums
3.4.2 i) Prior to filling in main tank at site and shall be tested for
ii) Prior to energisation at site oil shall be tested for following properties
&acceptance norms as per below generally in line with IS: 1866 / IEC
60422:
1. Break Down voltage (BDV) : 70 kV (min.)
2. Moisture content : 10 ppm (max.)
3. Tan-delta at 90 °C : 0.01 (m ax.)
4. Resistivity at 90 °C : 6 X 10 ^12 ohm-cm (min.)
5. Interfacial tension : 0.035 N/m (min.)
6. *Oxidation Stability (Test method as per IEC 61125 method C,Test
duration: 500hour for inhibited oil)
a) Acidity : 0.3 (mg KOH /g) (max.)
b) Sludge : 0.05 % (max.)
c) Tan delta at 90 °C : 0.05 (max.)
7. * Total PCB content : Not detectable (2 mg/kg total)
* For Sr. No. 6 & 7 separate oil sample shall be taken and test results shall
be submitted within 45 days after commissioning for approval of UPPTCL.
3.4.3 At manufacturer's works the quality of oil used for first filling, testing and
impregnation of active parts shall meet at least parameter as mentioned in
serial no. 1 to 5 of clause 3.3.4.2 ii) above. The oil test results shall form part
of equipment test report.
Oil sample shall be drawn before and after heat run test and shall be tested
for dissolved gas analysis. Oil sampling to be done 2 hours prior to
commencement of temperature rise test. Keep the pumps running for 2
hours before and after the heat run test. Take oil samples during this period.
For ONAN/ONAF cooled transformers, sample shall not be taken earlier
than 2 hours after shutdown.
The acceptance norms with reference to various gas generation rates shall
be as per IEC 61181.
3.4.4 Sufficient quantity of oil necessary for first filling of tank, radiators,
conservator etc. at the proper level along with 10% extra oil for topping up
shall be supplied in non-returnable containers suitable for outdoor storage.
3.5.1 Bushings
3.5.1.3 Oil Filled condenser type bushing shall be provided with at least the following
fittings:
3.5.1.4 Where current transformers are specified, the bushings shall be removable
without disturbing the current transformers.
3.5.1.7 Clamps and fittings shall be of hot dip galvanised steel or stainless steel.
3.5.1.8 Bushing turrets shall be provided with vent pipes, to route any gas collection
through the Buchholz relay.
3.5.1.11 Installation procedures for the various voltage class bushings shall be
clearly brought out in the Instruction manual.
3.5.1.12 Spare Bushing shall be specially packed suitable for long storage.
The terminal marking and their physical position shall be as per IEC 60076.
3.7.1 The neutral terminal of auto transformer shall be brought to the ground level
by a brass/tinned copper grounding bar, supported from the tank by using
porcelain insulators. The end of the brass/tinned copper bar shall be
brought to the bottom of the tank, at a convenient point, for making bolted
connection to two (2) 75 x 12 mm galvanised steel flats connected to
grounding mat.
3.8.1.2 Each radiator bank shall have its own cooling fans, oil pumps, oil flow
indicator, shut off valves at the top and bottom (80 mm size), lifting lugs, top
and bottom oil filling valves, air release plug at the top, a drain and sampling
valve and thermometer pocket fitted with captive screw cap on the inlet and
outlet.
3.8.1.3 Required number of standby fans of approximately 20% capacity shall also
be provided with each radiator bank.
3.8.1.4 Cooling fans shall not be directly mounted on radiator bank which may
cause undue vibration. These shall be located so as to prevent ingress of
rain water. Each fan shall be suitably protected by galvanised wire guard.
The exhaust air flow from cooling fan shall not be directed towards the
main tank in any case.
3.8.1.5 Two (2), 100% centrifugal or axial on line oil pumps (out of which one
pump shall be standby) shall be provided with each radiator bank.
Measures shall be taken to prevent mal-operation of Buchholz relay
when all oil pumps are simultaneously put into service. The pump shall
be so designed that upon failure of power supply to the pump motor, the
pump impeller will not limit the natural circulation of oil.
3.8.1.6 An oil flow indicator shall be provided for the confirmation of the oil pump
operating in a normal state. An indication in the flow indicator and for
remote shall be provided to indicate low oil flow.
3.8.1.7 Cooling fans and oil pump motors shall be suitable for operation from
415 volts, three phase 50 Hz power supply and shall conform to IS:325.
Each cooling fan and oil pump motors shall be provided with starter
thermal overload and short circuit protection. The motor winding
insulation shall be conventional class 'B' type. Motors shall have hose
proof enclosure equivalent to IP:55 as per IS:4691.
3.8.1.8 The cooler and its accessories shall preferably be hot dip galvanised or
corrosion resistant paint (as per clause 3.1.1.8) should be applied to it.
3.8.1.9 Expansion joint shall be provided, one each on top and bottom cooler
pipe connections.
3.8.1.10 Air release device and oil plug shall be provided on oil pipe connections.
Drain valves shall be provided in order that each section of pipe work
can be drained independently.
3.8.2.2 Suitable manual control facility for cooler fans and oil pumps shall be
provided.
3.8.2.3 The changeover to standby oil pump in case of failure of service oil pump
shall be automatic.
3.8.2.4 Selector switches and push buttons shall also be provided in the cooler
control cabinet to disconnect the automatic control and start/stop the fans
and pump manually.
3.8.3 Indicating Devices
Following lamp indications shall be provided in cooler control cabinet:
a) Control Supply failure.
b) Cooling fan failure for each bank.
c) Cooling pump failure for each pump.
d) Common thermal overload trip One potential free initiating contact for all
the above conditions shall be wired
independently to the terminal blocks of cooler control cabinet.
3.8.4 Valves
3.8.4.1 All valves up to and including 100 mm shall be of gun metal or of cast
steel/cast iron. Larger valves may be of gun metal or may have cast iron
bodies. They shall be of full way type with internal screw and shall open
when turned counter clock wise when facing the hand wheel.
3.8.4.2 Suitable means shall be provided for locking the valves in the open and
close positions. Provision is not required for locking individual radiator
valves.
3.8.4.3 Each valve shall be provided with the indicator to show clearly the position
of the valve.
3.8.4.7 A valve or other suitable means shall be provided to fix the on line dissolved gas
monitoring system to facilitate continuous dissolved gas analysis. The location &
size of the same shall be finalised during detail engineering stage.
3.8.4.8 Suitable small bore (8 mm copper) piping with an appropriate valve shall be
provided to take sample of oil from the OLTC chamber by the user while at ground.
3.8.4.9 After testing, inside surface of all cast iron valves coming in contact with oil shall be
applied with one coat of oil resisting paint/varnish with two coats of red oxide zinc
chromate primer followed by two coats of fully glossy finishing paint conforming to
IS:2932. Outside surface except gasket setting surface of butterfly valves shall be
painted with two coats of red oxide zinc chromate conforming to IS:2074 followed
by two coats of fully glossy finishing paint.
Technical specification- Auto transformers Page 19 of 57
3.8.4.10 All hardware used shall be cadmium plated/electro galvanised.
3.8.4.11 For estimation purpose of spares one set of valves would mean one valve of each
type used in Autotransformer.
OLTC shall be motor operated for local as well as remote operation. An external
handle shall be provided for local manual operation. This handle shall be suitable
for operation by a man standing at ground level.
3.9.2.1 Each three phase transformer shall be provided with voltage control equipment of
the tap changing type for varying its effective transformation ratio whilst the
transformers are on load and without producing phase displacement.
3.9.2.2 The requirements of on load tap changing equipment are given here below :
a) The current diverting contacts shall be housed in a separate oil chamber not
communicating with the oil in main tank of the transformer.
b) The contacts shall be accessible for inspection without lowering oil level in the
main tank and the contact tips shall be replaceable.
c) The Bidder shall indicate the safeguards in order to avoid harmful arcing at the
current diverting contacts in the event of operation of the OLTC gear under
overload conditions of the transformer. Necessary tools and tackles shall be
furnished for maintenance of OLTC gear.
d) The diverter switch or arcing switch oil chamber shall have oil filling and drain
plug, oil sampling valve, relief vent and level glass. It shall also be fitted with a
oil surge relay the outlet of which shall be connected to a separate conservator
tank.
e) The diverter switch or arcing switch shall be designed so as to ensure that its
operation once commenced shall be completed independently of the control
relays or switches, failure of ancillary supplies etc. To meet any contingency
which may result in incomplete operation of the diverter switch, adequate
means shall be provided to safeguard the transformer and its ancillary
equipment.
f) Tap changer shall be so mounted that bell cover of transformer can be lifted
without removing connections between windings and tap changer.
j) The selsyn units or approved equivalents shall be installed in the local OLTC
control cabinet to provide tap position indication for the transformer .The
Bidder shall also provide a set of instruments for tap position indication in the
control room. Complete mounting details shall be included in the approved
diagram.
m) Limit switches may be connected in the control circuit of the operating motor
provided that a mechanical de-clutching mechanism is incorporated.
n) Thermal device or other means shall be provided to protect the motor and
control circuit. All relays, switches, fuses etc. shall be mounted in the local
OLTC control cabinet and shall be clearly marked for the purpose of
identification.
q) A counter of at least five digits shall be fitted to the tap changing equipment to
indicate the number of operations completed and shall have no provision for
resetting.
r) All relays and operating devices shall operate correctly at any voltage
between the limits specified.
s) It shall not be possible to operate the electric drive when the manual
operating gear is in use.
t) It shall not be possible for any two controls to be in operation at the same
time.
u) The equipment shall be suitable for supervisory control and indication with
make before break multi-way switch, having one potential free contact for
each tap position. This switch shall be provided in addition to any other
switch/switches which may be required for remote tap position indication.
v) Operation from the local or remote control switch shall cause one tap
movement only until the control switch is returned to the off position between
successive operations.
Technical specification- Auto transformers Page 21 of 57
w) All electrical control switches and the local operating gear shall be clearly
labelled in a suitable manner to indicate the direction of tap changing.
x) Transfer of source in the event of failure of one AC supply shall not affect the
tap changer.
Each three phase transformer shall be suitable for local and remote control. The
control feature shall provide the following:
(a) 'Local-remote' selector switch mounted in the local OLTC control cabinet shall
switch control of all load tap changers as followings:
ii) When the selector switch is in 'remote' position the local OLTC control
cabinet mounted 'raise-lower' switch specified in clause 3.9.3.1(b)
below shall be in-operative. Remote control of the raise/lower function
shall be possible from the remote control panel. The 'local-remote'
selector switch shall have at least two spare contacts per position
which are closed in that position but open in the other position.
(b) A 'raise-lower' control switch/push button shall be provided in the local
OLTC control cabinet.This switch shall be operative only when 'local remote'
selector switch is in 'local' position.
(c) An OFF-ON tap changer control switch shall be provided in the local OLTC
control cabinet of the transformer. The tap changer shall be in-operative in the
OFF position. Also the OFF-ON switch shall have atleast one spare contact
per position which is closed in that position but open in the other position.
The cranking device for manual operation of the OLTC gear shall be removable and
suitable for operation by a man standing at ground level. The mechanism shall be
complete with the following:
a) Mechanical tap position indicator which shall be clearly visible from near the
transformer.
i) A four position selector switch having Master, Follower, Independent and Off
position shall be provided in the remote OLTC control panel for each
transformer. This shall be wired to enable operator to select operation of OLTC
in either Master, Follower or Independent mode.
ii) Out of step relays with timer contacts shall also be provided to give alarm and
indication in case tap position in all the transformers under group control are
not in same position.
v) Independent Position
In this position of Selector Switch, Control of OLTC of individual unit shall only
be possible.
3.9.4 VOID
3.9.5.1 An interlock to cut off electrical control automatically upon recourse being taken to
the manual control in emergency.
3.9.5.2 Reinforcement of the initiating impulse for a tap change, ensuring a positive
completion once initiated to the next (higher or lower) tap.
3.9.5.3 "Step-by-Step"operation ensuring only one tap change from each tap changing
impulse and a lock-out of the mechanism if the control switch (or push button)
remains in the "operate" position.
3.9.5.4 An interlock to cut-out electrical control when it tends to operate the gear beyond
either of the extreme tap positions.
3.9.5.5 An electrical interlock to cut-off a counter impulse for reverse step change being
initiated during a progressing tap change and until the mechanism comes to rest and
resets circuits for a fresh position.
3.9.5.6 Tap change in progress indication shall be provided by means of an indicating lamp
at the Employer's control panel. Necessary contacts for this and for remote tap
position indicator at Employer's control panel shall be provided by the Bidder.
Technical specification- Auto transformers Page 23 of 57
3.9.5.7 Protectiveapparatus, considered essential by the Bidder according to specialities of
the gear.
3.10 Local OLTC Control Cabinet, Cooler Control Cabinet and Remote Tap Changer
Control Panel
3.10.1 Each three phase transformer shall be provided with local OLTC control cabinet,
cooler control cabinet and RTCC panel.
3.10.2 Cabinetsand Panels shall be tank mounted, provided with suitable lifting arrangement
and have sloping roof.
3.10.3 A space heater, and cubicle lighting with ON-OFF switch shall be provided in each
panel.
3.10.4 Necessary shorting of terminals shall be done at the cooler control cabinet, local
OLTC cabinet and remote OLTC panel. All the CT secondary terminals in the
cooler control cabinet shall have provision for short circuiting to avoid CT open
circuit while it is not in use.
3.10.5 Cooler Control Cabinet
3.10.5.1 The cooler control cabinet shall have all necessary devices meant for cooler
control and local temp indicators. All the contacts of various protective devices
mounted on the transformer and all the secondary terminals of the bushing CTs
shall also be wired upto the terminal board in the cooler control cabinet. All the
necessary terminals for remote connection to Employer's panel shall be wired
upto the cooler control cabinet.
3.10.5.2 The cooler control cabinet shall have two (2) sections. One section shall have the
control equipment exclusively meant for cooler control. The other section shall
house the temperature indicators, aux. CTs and the terminal boards meant for
termination of various alarm and trip contacts as well as various bushing CT
secondary. Alternatively the two sections may be provided as two separate panels
depending on the standard practice of the Bidder.
3.10.5.3 The temperature indicators shall be so mounted that the dials are about 1200 mm
from ground level. Glazed door of suitable size shall be provided for convenience
of reading.
The Local OLTC control cabinet shall house all necessary devices meant for
OLTC control and indication. It shall be complete with the following:
v) Cable terminal glands for power and control cables to the OLTC gear.
3.10.7.1 The Contractor shall supply a Remote Tap Changer Control (RTCC) panel
suitable for remote operation of On load tap changing gear.
3.10.7.2 The RTCC panel shall house actuating switch for electrical raise/lower control, tap
position indicator, signal lamps for "Tap change in progress" and "Tap changer out
of step", and all other auxiliary devices for remote electrical control of the OLTC.
For tap position indicator, the dual output type OLTC transducer shall be provided
in the RTCC panel. One of the outputs of this transducer shall be used for local
indication of tap position in RTCC panel and other output (0-10 mA or 4-20 mA)
shall be used for RTUs.
3.10.7.3 The RTCC panel shall be located in Employer's control room/Air conditioned Bay
controller Kiosk. The size & colour of the RTCC panel shall match with Employer's
control panel. The matching details shall be furnished at the time of award.
3.11 Auxiliary Power Supply of OLTC, Cooler Control and Power Circuit
3.11.1 Twoauxiliary power supplies, 415 volt, three phase four (4) wire shall be provided by
the Employer at cooler control cabinet for OLTC and cooler control and power circuit.
3.11.2 All loadsshall be fed by one of the two feeders through an electrically interlocked
automatic transfer switch housed in the cooler control cabinet for on load tap
changer control and cooler circuits.
a) Provision for the selection of one of the feeder as normal source and other as
standby.
b) Upon failure of the normal source, the loads shall be automatically transferred
after an adjustable time delay to standby sources.
e) Both the transfer and the re-transfers shall be dead transfers and AC feeders
shall not be paralleled at any time.
a) AC feeder shall be brought to the local OLTC control cabinet by the Contractor
after suitable selection at cooler control cabinet for which description is given in
3.11.2 above, for control power circuit of OLTC.
b) The Contractor shall derive AC power for OLTC control circuitry from the AC
feeder as mentioned above by using appropriately rated dry type transformers.
If the control circuit is operated by DC supply, then suitable main and standby
converters shall be provided by the Contractor to be operated from AC power
source.
3.11.4.2 The Contractor shall derive AC power for Cooler Control Circuitry by using
appropriately rated dry type transformer in case of using supply voltage different
from the Employer’s auxiliary supply. If the control circuit is operated by DC supply
then suitable main and standby convertors shall be provided by the Contractor, to
be operated from AC power source.
3.11.5 Necessary isolating switches and MCBs / MCCBs shall be provided at
suitable points as per Employer's approved scheme.
4 Fittings
4.1 The following fittings shall be provided with each transformer covered in this
specification:
4.1.1 Conservator for main tank with oil filling hole and cap, air cell, isolating valves,
drain valve, magnetic oil level gauge with low level alarm contacts and
dehydrating silicagel breather.
4.1.2 Conservator for OLTC with drain valve, oil surge Relay, filling hole with cap,
prismatic oil level gauge and silicagel breather.
4.1.5 Buchholz relay double float/reed type with isolating valves on both sides, bleeding
pipe with pet cock at the end to collect gases and alarm and trip contacts.
4.1.8 Bushing with metal parts and gaskets to suit the termination arrangement.
4.1.9 Winding temperature indicators for local and remote mounting. One remote
winding temperature indicator with a four point selector switch shall be provided
for the three windings for three phase unit to have selection of any of the three
windings.
4.1.10 Cover lifting eyes, transformer lifting lugs, jacking pads, haulage lugs, towing
holes and core and winding lifting lugs.
4.1.12 Bottom and top filter valves with threaded male adaptors, bottom sampling valve
and drain valve.
4.1.20 Drain valves/plugs shall be provided in order that each section of pipe work
can be drained independently.
4.1.26 Suitable galvanized iron or stainless steel tray for cabling on main tank for
better aesthetics.
4.1.27 The fittings listed above are only indicative and other fittings which
generally are required for satisfactory operation of the transformer are
deemed to be included
4.1.28 One set of hand tools of reputed make packed in a carry bag/box broadly
comprising of double ended spanners (open jaws, cranked ring, tubular
with Tommy bar each of sizes 9mm to 24mm, one set each), adjustable
wrenches (8 &12 inch one set), gasket punches (of different sizes as used
in the reactor one set ), pliers (flat nose, round nose & side cutting one of
each type), hammer with handle (one ), files with handle (two), knife with
handle (one), adjustable hacksaw (one), and cold chisel (one) shall be
supplied per Substation.
A valve or other suitable means shall be provided to fix the on line oil drying
system to facilitate continuous on line oil drying. The location & size of the
same shall be finalised during detail engineering stage.
Technical specification- Auto transformers Page 27 of 57
For the interpretation of DGA samples, it must be recognised that this
drying system absorbs a small percentage of the DGA gas and may disturb
the true equilibrium of the moisture in the oil. The contractor shall furnish
necessary guide line for DGA interpretation in the manual. Original
pamphlets and details of maintenance required for the online drying system
shall be included in the manual.
4.3.3 The monitor shall be suitable to detect and measure dissolved Hydrogen in
ppm, without significant interference from other fault and atmospheric gases.
The monitor shall also be suitable to detect Water Content measured in ppm
or % RS (Relative Saturation).
4.3.4 The Hydrogen sensors shall have long lifetime in oil. The sensors shall be
able to withstand pressure from vacuum to 10 psi.
b) Alarms/Indication
d) Communications:
4.4..2 A valve which shall be flow sensitive and shut off when the flow in the pipe
is more than the flow expected in the permissible normal operating
conditions. This valve shall be located in the piping between the
conservator and the buchholz relay and shall not affect the flow of oil from
and to the conservator in normal conditions.
4.4.3 When the flow from conservator to main tank is more than the normal
operating conditions, the valve shall shut off by itself and will have to be
reset manually. It shall be provided with valve open/close position indicator
along with alarm indication in control room during closing operation of valve.
This valve shall be provided with locking arrangement for normal position
and oil filling / filtration position.
4.5 Optical sensors: ( For 500 MVA , 400 kV class transformer only)
The measuring unit shall be capable to retain temperature data for at least
30 days and shall have facility to download these data.
5.1 Inspection
Technical specification- Auto transformers Page 29 of 57
5.1.1 Tank and Conservator
5.1.1.7 Crack detection of major strength weld seams by dye penetration test.
5.1.1.10 Check for physical properties of materials for lifting lugs, jacking pads, etc. All load
bearing welds including lifting lug welds shall be subjected to NDT.
5.1.2 Core
5.1.2.1 Sample testing of core materials for checking specific loss, bend properties,
magnetisation characteristics and thickness.
ii) Solvent resistance test to check that varnish does not react in hot oil.
iii) Check over all quality of varnish by sampling to ensure uniform shining colour,
no bare spots, no over burnt varnish layer and no bubbles on varnished
surface.
5.1.2.5 Check for the overlapping of stampings. Corners of the sheet are to be part.
5.1.2.7 Check for interlaminar insulation between core sectors before and after pressing.
5.1.2.9 Visual and dimensional checks for straightness and roundness of core, thickness
of limbs and suitability of clamps.
5.1.2.10 High voltage test (2 kV for one minute) between core and clamps.
5.1.2.11 Certification of all test results.
5.1.4 Winding
5.1.4.1 Sample check on winding conductor for mechanical properties and electrical
conductivity.
5.1.4.2 Visual and dimensional checks on conductor for scratches, dent marks etc.
5.1.4.3 Sample check on insulating paper for pH value, bursting strength and electric
strength.
5.1.4.5 Check for the bonding of the insulating paper with conductor.
5.1.4.6 Check and ensure that physical condition of all materials taken for windings is
satisfactory and free of dust.
5.1.4.10 Conductor enamel test for checking of cracks, leakage and pin holes.
5.1.5.1 Check condition of insulation on the conductor and between the windings.
5.1.5.2 Check insulation distance between high voltage connections, cables and
earth and other live parts.
5.1.5.3
Check insulating distances between low voltage connections and earth and
other parts.
5.1.5.4
Insulation of core shall be tested at 2 kV/minute between core to bolts and
core to clamp plates.
Check for proper cleanliness and absence of dust etc.
5.1.5.5
Certification of all test results.
5.1.5.6
Checks during Drying Process
5.1.6
5.1.6.1 Measurement and recording of control parameters like temperature vacuum,
drying time etc during drying process.
5.1.8.2 The Contractor shall also prepare a comprehensive inspection and testing
programme for all bought out/sub-contracted items and shall submit the same
to the Employer for approval. Such programme shall include the following
components:
a) Buchholz Relay.
The above list is not exhaustive and the Contractor shall also include other
bought out items in his programme.
The manufacturer shall be fully equipped to perform all the required tests as
specified. Bidder shall confirm the capabilities of the proposed manufacturing
plant in this regard when submitting the bid. Any limitations shall be clearly
stated in.
The contractor shall also bear all additional costs related to tests which are
not possible to carry out at his own works.
The contractor shall submit a Inspection and test plan (ITP) for approval. A
typical test plan is indicated below.
All tests shall be done in line with IEC: 60076 and as per “Annexure-A”.
Complete test report shall be submitted to purchaser after proper scrutiny and
signing on each page by the test engineer of the manufacturer.
* Type test shall be carried out at first unit manufactured against the LOI at
each manufacturing plant. However, dynamic short circuit withstand test shall
be carried out only on one unit of same design manufactured in any of the
works.
5.2.2 Measurement of capacitance and tan delta of OIP bushings. Tan delta value
shall not be more than 0.4% corrected at 20deg C. Temperature correction
factor table shall be given by the Contractor and shall form the part of test
results.
5.2.3 Void
1 Bushing (Type Test as per IEC: 60137, including snap back/seismic test)
2 Buchholz relay (Type Test as per IS: 3637 and IP-55 Test on terminal box)
3 OLTC (Temperature Rise of contact, Short circuit current test, Mechanical test
and Dielectric Test as per IEC:60214 and IP-55 test on driving mechanism
box)
4 Cooler Control cabinet (IP-55 test)
5 Pressure Relief device Test
The pressure Relief Device of each size shall be subjected to increase in oil
pressure. It shall operate before reaching the test pressure specified in
transformer tank pressure test above.. The operating pressure shall be
recorded. The device shall seal off after excess pressure has been released.
6 Magnetic Oil Level gauge & Terminal Box for IP-55 degree of protection.
7 Air Cell (Flexible air separator) – Oil side coating, Air side under Coating, Air
side outer coating and coated fabric as per IS: 3400/ BS: 903/ IS: 7016.
8 OTI & WTI – Switch setting & operation, switch differential, switch rating.
9 Oil pump – Vacuum Test at 250 torr maximum, oil pressure test at 1 kg/cm2
for 24 hrs., Temperature rise test by resistance method, IP-55 degree of
protection for terminal box.
10. Cooling fan and motor assembly – Free air delivery, Temperature rise, sound
level, running at reduced voltage, IP-55 degree of protection for terminal box.
5.2.5.3 Check for proper provision for bracing to arrest the movement of core and
winding assembly inside the tank.
5.2.5.4 Gas tightness test to confirm tightness and record of dew point of gas
inside the tank.
5.2.5.5 Derivation of leakage rate and ensure the adequate reserve gas capacity.
5.2.5.6 Measure and record the dew point of dry air /Nitrogen at the time of filling
and after 24 hours in the transformer tank. Dew point of dry air / nitrogen at
the time of transformer despatch should be better than (-) 30 deg C. Also
the dew point of dry air / nitrogen cylinders attached for make up during
transportation should of the order of (-) 50 deg C.
Technical specification- Auto transformers Page 35 of 57
5.2.5.7 Functioning of impact recorder(s) at their works before installing on the tank.
5.3.1.1 Check and record condition of each package, visible parts of the transformer
for any damage etc.
5.3.1.2 Check and record the gas pressure in the transformer tank as well as in the
gas cylinder. Measure and record the dew point of dry air /nitrogen in the
transformer tank .
5.3.1.4 Check and record reading of impact recorder at receipt and verify the
allowable limits as per manufacturer's recommendations
5.3.2.2 Visual check for wedging of core and coils before filling up with oil and
also check conditions of core and winding in general.
5.3.2.7 Measure and record the dew point of nitrogen/dry air in the main tank
before assembly. Manufacturer shall submit dew point acceptable limits
along with temperature correction factor and shall form part of instruction
manual. In case dew point values are not within permissible limit suitable
drying out process shall be applied for dry out of active part in consultation
with the Manufacturer.
5.3.2.8 Oil filling.
5.3.2.8.4 The minimum safe level of oil filling (if different from the Buchholz level) to
which the transformer shall be oil filled under vacuum, shall be indicated in
the manual.
5.3.2.8.5 Procedures for site drying, oil purification, oil filling etc shall be submitted
for approval and complete instructions shall form part of the manual.
5.3.2.8.6 TheUltra High Vacuum type oil treatment plant of suitable capacity
(preferably 4500 to 6000 litres per hour) suitable for treatment of oil in EHV
class transformer shall be used in order to achieve properties of treated oil.
The plant shall be capable of treatment of new oil (as per IEC 60296 and
reconditioning of used oil (as per IEC: 60422 for oil in service) at rated
capacity on single pass basis as follow :
(iv) Vacuum level of degassing chamber shall be less than 0.15 torr/0.2
mbar at rated flow and at final stage. Machine shall have minimum of
two degassing chambers and these should have sufficient surface
areas to achieve the final parameters.
(v) Filter shall be capable of removing particle size more than 0.5
micron in the filtered oil.
Commissioning Checks
5.3.3.2 Checkthe oil level in the breather housing, conservator tanks, cooling system,
condenser bushing etc.
5.3.3.3 Check the bushing for conformity of connection to the lines etc,
Technical specification- Auto transformers Page 37 of 57
5.3.3.4 Check for correct operation of all protection devices and alarms :
5.3.3.5 Check forthe adequate protection on the electric circuit supplying the
accessories.
5.3.3.6 Check resistance of all windings on all steps of the tap changer.Insulation
resistance measurement for the following:
5.3.3.13 DGA of oil just before commissioning and after 24 hours energisation at
site.
6.0.7 Frequency : 50 Hz
6.1
Technical Parameters 315 MVA Auto
Transformer
deg
6.1.13 Temperature rise over50 C
Ambient Temp
6.1.15 Windings
H.V. I.V. L.V.
i) System Fault level 63 40 25
(kA)
ii) 1.2/50 micro sec 1300 950 250
Impulse withstand
voltage kVp
7.2 It shall be possible to remove the turret mounted current transformers from
the tank without removing the tank cover. Necessary precautions shall be
taken to minimize eddy currents and local heat generated in the turret.
7.5.1 Current Transformer Parameters (on each phase) for 3-ph 315 MVA
400/220/33 kV Auto Transformers
(a) Ratio
Core -1 1000/1A 1000/1A 1000/1A
Core -2 600/1A 1000/1A ---
(b) Minimum knee point voltage and accuracy class:
(a) Ratio
7.6 NOTE:
This specification is for oil storage tank of capacity mentioned in Bid Price
schedule. The tank shall be supplied along with complete accessories.
8.2 Standard
The oil storage tank shall be designed and fabricated as per relevant
Indian Standards e.g. IS:803 or other internationally acceptable standards.
8.3 Specifications
Transformer oil storage tanks shall be towable on pneumatic tyres and rested
on manual screw jacks of adequate quantity & size. The tank shall be
cylindrical in shape and mounted horizontally and made of mild steel plate of
adequate thickness. Size of the storage tank shall be as follows:
8.3.1 The Bidder may further note that maximum height of any part of the complete
assembly of the storage tank shall not exceed 4.0 metres above road top.
8.3.2 The tank shall have adequate number of jacking pad so that it can be kept on
jack while completely filled with oil. The tank shall be provided with suitable
saddles so that tank can be rested on ground after removing the pneumatic
tyres.
8.3.3 The tank shall also fitted with manhole, outside & inside access ladder, silicagel
breather assembly, inlet & outlet valve, oil sampling valve with suitable
adopter, oil drainage valve, air vent etc. Pulling hook on both ends of the tank
shall be provided so that the tank can be pulled from either end while
completely filled with oil. Bidder shall indicate the engine capacity in horse
power to pull one tank completely fitted with oil. Oil level indicator shall be
provided with calibration in terms of litre so that at any time operator can have
an idea of oil in the tank. Suitable arrangement shall also be provided to
prevent overflow in the tank.
8.3.4 The following accessories shall also form part of supply along with each Oil
storage tank.
(i) Four numbers of suitable nominal bore rubber hoses for transformer oil
application up to temperature of 100°C, full vacuum and pressure up to
2.5 Kg/ cm2 with couplers and unions each not less than 10 metre long
shall be provided.
(ii) Two numbers of suitable nominal bore vacuum hoses, suitable for full
vacuum without collapsing and kinking, with couplers and unions each
not less than 10 metre long shall also be provided.
8.3.5 The painting of oil storage tank and its control panel shall be as per clause no.
3.1.1.8.
8.3.6 The tank shall contain a self mounted centrifugal oil pump with inlet and outlet
valves, with couplers -suitable for flexible rubber hoses and necessary
switchgear for its control. There shall be no rigid connection to the pump. The
pump shall be electric motor driven, and shall have a discharge of not less
than
6.0 kl/hr. with a discharge head of 8.0m. The pump motor and the control
cabinet shall be enclosed in a cubical with IP-55 enclosure.
9.1 Oil sampling bottles shall be suitable for collecting oil samples from
transformers and shunt reactors, for Dissolved Gas Analysis. Bottles shall be
robust enough, so that no damage occurs during frequent transportation of
samples from site to laboratory.
9.2 Oil sampling bottles shall be made of stainless steel having a capacity of one
litre.
9.3 Oil Sampling bottles shall be capable of being sealed gas-tight and shall
be fitted with cocks on both ends.
9.4 The design of bottle & seal shall be such that loss of hydrogen shall not
exceed 5% per week.
10.1 The tenderer shall indicate values of no load losses at rated voltage and
frequency at normal tap, load losses and auxiliary losses at rated output,
voltage and frequency at normal tap. He shall indicate whether losses are firm
or subject to tolerance. Ceiling for tolerance shall be indicated. If ceiling is not
specified it will be taken as plus 10% as per IS-2026. The maximum no load
and load loss values shall also be furnished for operation at rated frequency
and –5%, + 5% and + 10% taps in addition to normal taps.
For the purpose of cost evaluation, the following standards UPPTCL rates for
capitalization of losses will be used.
Technical specification- Auto transformers Page 46 of 57
Iron losses Rs.2,12,500.00 per KW
Copper losses Rs 86,700.00per KW
Auxiliary losses Rs. 85,000.00 per KW
On testing, if it is found that actual losses are more than the values of
guaranteed losses indicated by him. The tenderer shall pay to the purchaser
penalty charges for each KW above the guaranteed values at double the rate
indicated in above clause.
10.2.1 Purchaser reserves the right to reject the transformer ,during tests at works :
a) Total no load loss or total load loss exceeds guaranteed values by more than
20%.
b) Impedance voltage exceeds the guaranteed value by more than 10% .
The tenderer shall provide services of a qualified Engineer who shall assumes
full responsibility for the supervision of erection testing and commissioning of
equipments offered.
Supplier shall indicate in its proposals options spare parts for five years of
operation..
All tanks and oil filled compartments shall be tested for oil tightness by being
completely filled with air or oil of a viscosity not greater than that of insulating oil
conforming to IEC 60296 at the ambient temperature and applying a pressure
equal to the normal pressure plus 35 KN/Sq.m (5 psi) measured at the base of
the tank. The pressure shall be maintained for a period of not less than 12 hours
for oil and one hour for air during which time no leak shall occur.
All transformer tanks shall be subjected to the specified vacuum. The tank
designed for full vacuum shall be tested at an internal pressure of 3.33 KN/Sq.m
absolute (25 torr) for one hour. The permanent deflection of flat plate after the
vacuum has been released shall not exceed the values specified below:
All transformer tanks, its radiator, conservator vessel and other fittings together
or separately shall be subjected to a pressure corresponding to twice the normal
head of oil or to the normal pressure plus 35 KN/m2 whichever is lower
measured at the base of the tank and maintained for one hour. The permanent
deflection of flat plates after the excess pressure has been released shall not
exceed the figure specified above for vacuum test.
The Contractor before carrying out such test shall submit detailed calculations
showing alternatives possible, on various taps and for the three types of ratings of
the transformer and shall recommend the combination that results in highest
temperature rise for the test. The temperature rise test shall be conducted
between HV-IV at a tap for the worst combination of loading of the transformer.
The temperature rise test shall also be done for the worst combination of loading
among IV-LV combination and HV-LV combination.
Technical specification- Auto transformers Page 49 of 57
Oil sample shall be drawn before and after heat run test and shall be tested for
dissolved gas analysis. Oil sampling to be done 2 hours prior to commencement
of temperature rise test. Keep the pumps running for 2 hours before and after the
heat run test. Take oil samples during this period. For ONAN/ONAF cooled
transformers, sample shall not be taken earlier than 2 hours after shutdown. The
acceptance norms with reference to various gas generation rates shall be as per
IEC 61181.
In addition to the type test for temperature rise conducted on one unit, each
cooling combination shall routinely be subjected to a short term heat run test to
confirm the performance of the cooling system and the absence of manufacturing
defect such as major oil flow leaks that may bypass the windings or core.
For ODAF or OFAF cooling, the short term heat run test shall be done with the
minimum number of pumps for full load operation in order to shorten the
temperature build up. Each short term heat run test is nevertheless expected to
take about 3 hours.
Short term heat run test may be carried out with the following sequence:
(a) Heat run test with pumps running but oil not through coolers.
(b) Raise temperature to specified full load temperature.
(c) Stop power input and pumps for 6 minutes and observe cooling down trend
(d) Restart pumps and observe increased cooling trend due to forced oil flow
5. Dynamic short circuit withstand test shall be carried out as per IEC 60076-5.
Dynamic short circuit test shall be carried out in HV-IV combination at nominal &
extreme tap positions. For LV winding dynamic short circuit shall be carried out
either on HV-LV or IV-LV combination, whichever draws higher short circuit
current as per calculation. Type tests shall be carried out before short circuit test.
Following shall also be conducted before and after Short Circuit test:
Detail test procedure shall be submitted by contractor & shall be approved before
short circuit test.
MANDATORY SPARES :
For 400 / 220/ 33 kV, 500 MVA and 315 MVA Auto Transformers
1.1 This specification covers the design, manufacture, shop, testing supply/delivery and if
desired by the Purchaser, supervision of erection testing and commissioning of 200 MVA,
220/132/11 KV Three phase Auto-Transformers with percentage impedance between HV to
IV at tap Nos. 1 & 17, 11% and 10% at Tap No.13 (Normal Tap) required for 220 KV S/S
in Uttar Pradesh. These transformers are required to have dimensions and weight suitable
for transport by road to any destination in U.P.
1.2 Both 220KV and 132 KV systems, where these transformers are to be used, are effectively
earthed.
2.0 STANDARDS
2.1 The transformers shall conform in all respect to latest edition of IS 2026 and CBIP
specification except where specified otherwise. Equipments meeting any other authoritative
standard which ensure on equal or better quality than the standard mentioned above will
also be acceptable. The nomenclature and designations referred in this specification are in
accordance with standard mentioned above.
3.0 CLIMATIC CONDITIONS
3.1 The transformers shall be suitable for operation under climatic condition given as under.
(h) Hot and humid tropical Climate conducive to rust and fungus growth.
4.1 The auto transformers shall be of core type constructions, three phase, oil immersed for
outdoor service as both step up and step down transformers, with types of cooling
mentioned below. The rating and electrical characteristics of transformers shall be as
follows :-
120/160/200 MVA
3) Phases 3( three)
4) Other Parameters
5. Rated Current :
6. Phase Connections
f) Polarity Subtractive
g) Type of cooling ONAN/ONAF/OFAF
55 deg. C. (OFAF)
8. Limit for hot spot temperature for which the 140 deg. C
transformer is designed
10. Voltage to earth for which the star point 38KV rms
11. Maximum flux density in iron at normal voltage, frequency and ration
a) Core 1.53 tesla
13. Positive Sequence impedance on rated MVA base at rated current & frequency at 75 deg. C.
winding temperature at :
at 100% rating.
Note: No reactor either inside or outside the tank shall be used to achieve above %age
impedance value.
at 100% rating.
at 100% rating.
Note: No reactor either inside or outside the tank shall be used to achieve above %age
impedance value.
4.2 All the transformers shall be oil immersed, weather proof Auto-type for outdoor
installation in lightening areas. The windings of 3 phase transformers shall be connected
Star/Star to conform to vector symbol YNaod11 group no. in accordance with IS 2026-
1977 and any amendment thereof.
4.3 A closed delta auxiliary winding having a capacity as mentioned earlier shall be
provided. The voltage of the auxiliary winding shall be 11 KV and it shall be suitable for
external loading or for feeding synchronous condensers. All 11 KV terminals of this
winding shall be brought out through 33 KV bushings. The tertiary winding should be
designed for a minimum impulse level of 170 KVP.
4.3.1 The tenderer shall recommend if any Lighting Arresters and Surge Capacitors are
required to be connected to tertiary terminals to protect the tertiary winding against
transfer surges during fault and transient conditions when the tertiary winding is
unloaded, if so full specifications of above equipments and the manner in which the same
are required to be connected shall be given in the tender.
4.3.2 Incase no surge protection devices are required the tenderer should comment if solid
earthing of one terminal of unloaded tertiary winding should be in-order. The
arrangement of earthing of terminals of unloaded tertiary winding be shown.
4.4 The transformers shall be capable of withstanding thermal and mechanical effects of
short circuit on the terminals of any winding with full voltage maintained on all other
windings for duration of five seconds.
4.5 The transformers shall be so designed that the same are suitable to deliver rated current
on the secondary winding within the temperature rise specified elsewhere. When the
auxiliary is not loaded. When any load is drawn from the
auxiliary the output of the secondary of the transformer shall reduce accordingly.
4.6 The transformer tank as well as neutral shall be solidly earthed.
5.0 INSULATION
5.1 The dielectric strength of winding insulation and of the bushing shall conform to the
values given is IS 2026-1977 except were specially required more.
5.2 For rated system voltage of 245 KV, 145 KV and 11 KV following test voltages shall be
provided.
System Voltage Impulse test Voltage One minute power frequency tests
245 KV 950 KV 395 KV
145 KV 550 KV 230 KV
11 KV (Tertiary) 170 KV 70 KV
Neutral 95 KV 38 KV
5.3 The series and common windings of transformers shall have graded insulation. The
insulation class of the neutral of the winding shall be graded to 95 KV impulse and 38
KV power frequency withstand.
6.0 TEMPERATURE RISE
6.1 Each transformer shall be capable of operating continuously at their normal rating
without exceeding following temperature rise limits above the maximum ambient
temperature of 50 0C.
Type of Cooling Oil in degree centigrade Winding in degree
by thermometer centigrade by the
resistance
ONAN 45 50
ONAF 45 50
OFAF 50 55
(For force directed oil
cooling).
7.0 FREQUENCY
The normal frequency of the system is 50Hz. This may vary + 5% Hz. The transformers
shall be suitable for continuous operation at rated capacity without exceeding the
specified temperature rise within this frequency range.
8.0 PARALLEL OPERATION
8.1 The transformers shall operate satisfactory in parallel with similar existing units in
Purchaser's systems, of different make having following parallel operation details.
S.No. Variable Details
1 HV to IV % impedance at tap no.1&17 ( extreme) at 100% 11%
rating.
2 HV to IV % impedance at tap no. 13 (normal tap at 100% 10%
rating)
4 Location of Tap Changer IV Side
5 Voltage variation -5% to + 15%
6 Step Voltage 1.25%
7 Vector group YNa0d11
8.2 Parallel operation shall also include simultaneous operation of OLTC of transformers in
parallel under master follower scheme as per recommendations of CBIP.
9.0 IMPEDANCES
9.1 Supplier shall indicate the guaranteed impedance's and tolerance and also the upper and
lower limits of impedance's which can be offered without any increase in the quoted
prices. Impedance's shall include positive and zero sequence values and shall be
expressed in terms of the branches of the star connected equivalent diagrams, all on the
same MVA basis. The range shall be given for each branch of the equivalent circuit
inturn.
10. GUARANTEES
10.1 The no load loss in kilo watt at rated voltage and frequency and the load losses in
kilowatt at rated output, voltage, frequency at 750C shall be guaranteed under penalty for
each transformer. If the losses are guaranteed with plus tolerance these shall be increased
by 10% for price computation. The purchaser reserves the right to reject the transformers
whose tested losses are more than 10% of the quoted losses. The total consumption of
cooling fans and oil pumps motors shall be quoted separately. These consumptions shall
also be taken into account for capitalization as auxiliary losses.
10.2 For the purpose of comparison of tenders the computed prices shall be arrived at, as per
the following methods :-
a) The guaranteed load loss @ Rs. 86700.00 per KW
b) The guaranteed no load loss @ Rs. 212500.00 per KW
c) The auxiliary loss @ Rs. 85000.00 per KW
10.3 The penalties shall be separately evaluated at double the following rates :-
a) The excess of the test figure @ Rs. 212500.00 per KW
of no load loss over the corresponding
guaranteed values.
b) The excess of the test value of Rs. 86700.00 per KW
the load loss over the corresponding
guaranteed values.
c) The excess of the test value of Rs. 85000.00 per KW
the total fan and pump motor
consumption, over the total of
corresponding quoted value.
11. COOLING
11.1 The transformers shall be capable of giving continuous output atleast 60% of the their
rating with ONAN cooling and 80% of their rating with ONAF cooling without
exceeding the temperature rise limits.
11.2 The cooling arrangement shall consist of detachable radiators which may be directly
mounted on the transformers or placed by their side in the form of a bank of radiators.
For directly mounted radiators on the tank, connections between the two shall be made
with flangs provided with gaskets and indicating shut off valves provided at both
connection ends, which can be fastened in either open or closed positions. In case of
radiator banks placed by the side of transformer tank, the connection between the tank
and the bank shall be made with flanges provided with gaskets and suitable indicating
shut off valves with provisions stated above. Separate oil tight blank flange shall be
provided for each tank connection for use when the radiator unit is detached. All
radiators shall be completely interchangeable. Further, similar valves shall be provided at
both the connections between the bank and the individual radiators.
11.3 The design of the radiator bank shall confirm to the recommendations of CBIP, viz. it
shall comprise of 2 nos. bank each having 50% capacity.
11.4 The radiators shall be so arranged that they can be detached from the tank or bank
without disturbing the oil in the transformer. These shall be designed to withstand
vaccum and pressures specified for the tank. Radiators should be so designed as to be
accessible for cleaning and painting to prevent accumulation of water on the outer
surface, to completely drain oil from the tank or bank and to ensure against formation of
gas pockets when the tank is being filled. All connections between the radiators and tank
shall be provided with blank flanges when the particular item is detached. Each radiator
shall have a lifting eye, an oil drain valve and vent at top.
11.5 Number of cooling fans and oil pumps for artificial cooling purposes may be adopted as
per the standard practice of the tenderers but in no case less than that recommended by
CBIP. These may be provided with each radiators or in the form of two or three group,
oil pumps and motors shall be enclosed in an oil tight container with motor leads brought
out through hermetically sealed bushing. Moving parts of the motor and pump shall be
readily removable without disturbance in the radiators and with minimum leakage of oil.
Pump shall have open type impeller to permit oil circulation when the pump is idle. Fans
shall be so located that they are readily accessible for inspection and repair. All radiators,
fans, pumps and motors shall be completely interchangeable. An oil flow indicator with
alarm contacts shall be furnished with each pumps assembly to indicate normal pump
operation and direction of oil flow.
11.6 The minimum number of pumps alongwith motor and starter shall be two in shunt
formation and horizontal configuration such that one number pump shall be used as
100% standby. The capacity of the pump shall be sufficient to circulate the oil of the
transformer to give desired cooling effect without derating or additional temperature rise.
Only one pump shall be run at a time. The standby pump shall be connected in parallel at
same level. Two (2 Nos.) standby fans one in each 50% bank shall also be provided.
11.7 Fans or blowers for air blast cooling shall be mounted so as to ensure that no damage to
the coolers can arise from vibration of the fans. Galvanised wire mesh screens shall be
fitted to prevent accident contact with blades, the mesh being not greater than 2.5 cm.
11.8 The cooling oil shall be forced circulated downwards through the radiators by means of
A.C. Motor pumps fitted at the bottom headers between the tanks and radiators.
11.9 The oil immersed in line axial flow motor pumps shall be assembled on common shaft
and housed in a common casing. The motor windings shall be immersed in a part of the
circulating oil to obviate the need of packing glands and lubrications of the pump and
motor bearings by external means. Centrifugal type oil pumps must not be provided and
offers with such pumps shall not be considered.
11.10 The oil pump motors shall be low speed. Measures shall be taken to prevent
maloperation of the Buchholz relay which is likely to result from an oil surge
originating from switching on/off all the pump motor simultaneously, switching in and
out of forced cooling shall be so arranged as to prevent any hunting of the motor driven
cooling plant in the zone of changeover from natural to forced cooling, and vice versa.
The Buchholz relay should be of highly reputed manufacturer.
11.11 The oil pump shall be so designed that upon failure of A.C. supply to the pump motor,
the pump impeller will not obstruct the natural circulation of oil by convection. In the
event of the stoppage of artificial cooling from failure of A.C. supply, it shall be possible
for the transformer to carry the full load for without injurious temperatures rise in any
part of the transformers as per recommendation of CBIP.
11.12 The clear bay width available for the transformers shall be 14 meters. The transformers
with radiators should be suitable for being installed within this space. It should be
ensured that extreme end of the transformer including radiator bank shall not be more
than 8 meters away from the centre line of the transformer tank.
12.00 COOLER CONTROL
12.1 Cooler units shall be suitable for operation with 400 volts 3 phase, 50 cycles external
power supply. The control circuit for fans and pumps shall be required to operate with
110V (55-0-55) A.C. supply available in the motor drive mechanism/RTCC panel.
12.2 A fan control cabinet of a weather proof construction shall be provided for housing the
control equipment of cooling fans and oil pump motors. This cabinet shall preferably be
mounted on the transformer and all the cables between this cabinet and the fans, pumps,
W.T.I. O.T.I. and Buchholz relay etc. shall be provided by the tenderer. Tenderer shall
also provide current transducer with OTI & WTI for temperature monitoring on SCADA
System. Cables should be of copper and 1.1KV grade. It shall be complete with hinged
door, padlock arrangement, thermostatically controlled space heaters to prevent
condensation, cubicle light and cable terminal glands for the cables. The following
control equipment shall be included.
a) A miniature circuit beaker for the incoming AC supply with thermal overload and
short circuit protections which shall initiate an alarm, on operation, due to fault in
the circuit. This breaker shall also control AC supply to tap changer
and suitable wiring shall be provided for taking AC supply from this cabinet to OLTC
gear.
b) Group contactors with overload trip devices for two or more group of fan motors,
and oil pump motors.
c) Switch fuse unit for each fan motor and oil circulating pump motors.
d) Oil and winding temperature indicators.
12.3 Contactors shall be provided with overload and short circuit tripping devices having
suitable contacts to actuate an alarm in the event of their operation and open the circuit of
that particular group.
12.4 All control equipments shall be suitable for local as well as remote manual operation. A
manual/auto switch shall be provided to make the operation manual or automatic as
desired.
12.5 Provision shall be made in the control cabinet for relaying automatic signals to the OLTC
for indicating the position of group contactors controlling fan motors as well as oil
circulating pump motors. Provision shall also be made for relaying winding and oil
temperature indicator reading, to the OLTC panel.
12.6 The fan motors and oil circulating pump motors shall be automatically controlled by a
winding temperature relay.
12.6.1 The relay shall have suitable sensing unit to give an accurate thermal replica of the
winding. The relay shall also give an indication of the time the winding temperature has
been within limit to enable an assessment of insulation life to be made and to determine
practical maximum loading. It shall also have provision for indicating the winding
temperature, both in the cooler control and on remote OLTC panel.
12.6.2 The relay shall have four contacts, which can be set to operate desired independent
temperature. The contact to operate first shall be used to start cooling fans and the next
contact will be used for starting pump motor or vice-versa. For this selection, a selector
switch shall be provided which will select, depending on its position, whether the fans
will start first or the pumps. The contact to operate next shall be used for alarm and last
contact shall be used for tripping. Therefore, it should be possible to set these contacts
for different values of temperature. The manufacturer shall recommend their setting.
12.6.3 The winding temperature relay shall be mounted on the OLTC panel.
12.6.4 The W.T.I. and O.T.I. shall be suitable for local as well as remote indication (ON RTCC
Panel) for temperature.
12.7. All the terminal nos. to be adopted will be as finalized by the purchaser. One standard
drawing for cooler control scheme will be provided in the event of an order.
12.8 The terminal blocks to be provided with the marshalling box shall be rated for 15 Amps.
and will be suitable for uninterrupted duty. The terminal block shall be of 440 volts grade
complete with insulated barriers, terminal studs, washers, nuts, lock-nuts and
identification strip and shall also have disconnecting and shorting links. These should
also have disconnecting and shorting links. These should be suitable to receive atleast
two cores of 2.5mm sq. Copper conductor cables. The terminal blocks should be
preferably of Kirloskar-Ases type OTFA-46. Elmex/Tosha make or equivalent. Similar
terminal blocks shall also be provided for RTCC and OLTC driving mechanism units.
13.0 CORE
13.1 The core shall be built up with high grade, non-ageing low loss and high permeability
silicon steel laminations specially suitable for transformer cores.
13.2 After being shared the lamination shall be treated to remove all burns and shall be
reannealed to remove all residual strees. Atleast one side of each lamination shall be
coated with a durable baked enamel insulation coating which shall be inert to the action
of hot transformer oil, paper and varnish insulation will not be accepted. The nature of
insulation should be specified in the tender.
13.3 The core shall be rigidly clamped bolted to ensure adequate mechanical strength and to
prevent vibration during operation. The bolts used in the assembly of the core shall be
suitably insulated and clamping structure shall be so constructed that eddy currents will
be minimum.
13.4 Core shall be provided with lugs suitable for lifting the complete core and coil assembly
of the transformer.
13.5 The core and the coil shall be so fixed in the tank that shifting will not occur when the
transformer is moved or during a short circuit.
13.6 FLUX DENSITY
13.6 The maximum flux density in any part of the core and yoke at normal voltage, frequency
and ratio must not exceed 1.53 TESLA. Offers with higher flux density than above shall
not be considered.
13.7 Tenderer will offer the core for inspection and approval by the purchaser during
manufacturing stage. Tenderer's notice for this purpose shall be accompanied with the
following documents as applicable as proof towards use of prime core :-
1) Invoice of the supplier.
2) Mill's test certificates.
3) Packing list.
4) Bill of lading.
14.0 WINDINGS
14.1 The windings shall be so designed that all coil assemblies of the identical voltage rating
shall be interchangeable, and repairs to the windings at site can be made easily without
special equipment. The coils shall be supported between adjacent sections by insulating
spacers and the barriers, bracings and other insulation used in the assembly of the
windings shall be arranged to ensure a free circulation of oil and to reduce hot sports in
the windings.
14.2 The coils shall be dried under vaccum and insulation of the coil shall be treated with
suitable insulating varnish or equivalent compound to develop the full electrical strength
of the winding. All materials used in the insulation and assembly of the winding shall be
insoluble, non-catalytic and chemically inactive in the hot transformer oil and shall not
soften or otherwise be adversely affected under the operating conditions.
14.3 All threaded connections shall be provided with locking facility shall be rigidly
supported to prevent injury from vibration. Guide tubes shall be used wherever
practicable.
14.4 The windings shall be clamped securely in place so that they will not be displaced or
deform during short circuits. The assembled core and windings shall be vacuum dried
and suitably impregnated before removal from the treating tank. The copper conductors
used in the coil structure shall be best suited to the requirement and all permanent current
carrying joints in the windings and the leads shall be welded or brazed. Special
constructional and design features adopted for avoiding displacement of coils/clamping
structure during dynamic short circuit conditions be given in the tender.
14.5 It is desirable that the impulse voltage distribution is measured after the coils are wound
(with the help of surge oscilloscope) and compared with the design values and suitable
modifications be done if deviations found so as to get a stress relieved construction.
Tenderer will comment, if such procedure is adopted by them.
14.6 To avoid damage to tertiary windings due to high stresses at the time of severe short
circuit it is desirable that some special constructional features like encasing the tertiary
windings in some epoxy compound etc. is done as per tenderers practice. Tenderer shall
elucidate the constructional features adopted by them for the same. Special
constructional and design features adopted for avoiding displacement of coils/clamping
structure during dynamic short circuit conditions be given.
15.0 INSULATING OIL
15.1 Oil for transformer with 10% extra oil shall be supplied with each transformer. The oil
shall comply in all respects with provisions of IS:335. Particular attention shall be paid to
deliver the oil free from moisture, having uniform quality through out in non-returnable
steel drums.
15.2 The quantity and cost of oil for transformer and 10% extra shall be given as a separate
item.
15.3 Following tests will be required to be performed on a sample of oil from each
transformer and the test certificates shall be furnished with the routine test reports of
transformers. The test certificates of oil SUPPLIERS WILL NOT be accepted in this
respect.
a) Density at 270C.
c) Interfacial tension.
d) Flash point.
16. TANK
16.1 The transformer tank and cover shall be fabricated from good commercial grade low
carbon steel suitable for welding and of adequate thickness. The tank and the cover shall
be of welded constructions. All seams shall be welded and where practicable they shall
be double welded. The tank shall have sufficient strength to withstand without permanent
distortion (i) filling by vacuum and (ii) continuous internal gas pressure of 0.7
atmosphere with oil at operating level. The tank cover shall be bolted to the tank and the
transformer design shall be such that the tank will not be split between the lower and
upper cooler connection for untanking.
16.2 A manhole with a welded flanges and a bolted cover shall be provided on the tank cover.
The manhole shall be of a sufficient size to afford easy access to the lower ends of the
bushings terminals etc.
16.3 All bolted connection to the tank shall be fitted with suitable oil tight gaskets which shall
give satisfactory service under the operating conditions. Special attention shall be given
to the methods of making the hot oil tight joints between the tank and the cover as also
between the cover the bushings and all other outlets to ensure that the joints can be
remade satisfactory and with the help of semi skilled labours. Where compressible
gaskets are used, stoppers shall be provided to prevent over compression.
16.4 Suitable guides shall be provided for positioning the various parts during assembly or
dismantling. Adequate space shall be provided between the cores and windings and the
bottom of the tank for collection of any sediment.
16.5 Lifting eyes or lugs shall be provided on all parts, of the transformers requiring
independent handling during assembly or dismantling. In addition the transformer tank
shall be provided with lifting lugs and bosses properly secured to the sides of the tank,
for lifting the transformer either by crane or by jacks.
16.6 The design of the tank, the lifting lugs and bosses shall be such that the complete
transformer assembly filled with oil can be lifted with the use of these lugs without any
damages or distortions.
16.7 The tank shall be provided with two suitable lugs for the purpose of grounding.
16.8 Each tank shall be equipped with the following valve with standard screw connection for
external piping.
i) One drain and lower filter valve located on the low voltage side of the transformer
and placed to completely drain the tank. At the option of the contractor, a large
valve may be furnished with an eccentric reducer, this valve shall be equipped with
a small sampling cock.
ii) One filter valve located at the top of the tank on the high voltage side. The opening
of this valve shall be baffled to prevent accretion of the oil.
iii) One filter valve located on the high voltage side of the transformer, above the
bottom of the tank.
iv) Two relief valves to operate at a pressure below the test pressure for the tank.
c) Separate compartment for diverter switch with independent of conservator and oil
surge protective devices.
18.4 The tap changer shall be capable of permitting parallel operation with other transformers
of the same type, covered by this
specification as well as already existing with the Purchaser as mentioned in Clause-8.
18.5 The transformer shall give full load output on all taps. The manual operating device shall
be located on the transformer so that it can be operated by a man standing at the level of
the transformer tracks. It shall be strong and robust in construction and all rotating parts
shall be covered with protection caging or covering.
18.6 The control scheme for the tap changer shall be provided for independent control of the
tap changer when the transformers are in independent service. In addition, provision shall
be made to enable parallel control also so that the tap-changer will be operated
simultaneously when the unit is in parallel with other unit. when the unit is in parallel
with other unit so that under normal conditions the tap changer will not become out of
step. For this each of the seventeen taps shall be matched with the taps of the follower
transformer and the odd and even tap matching scheme shall not be acceptable.
Additional features like master follower and visual
indication during the operation of motor shall also be incorporated. The control scheme
shall conform to the recommendations of CBIP.
18.7 Necessary interlock for clocking independent control when the units are in parallel shall
be provided.
18.8 Under abnormal conditions such as may occur if the contactor controlling one tap
changer gets struck, the arrangement must be such as to switch off supply to the motor so
that an out step condition is limited to one tap only. Details of out of step protection
provided for the taps should be furnished in the tender.
18.9 The contactors and associated gear for the tap changer driving motors shall be housed in
a local kiosk mounted on the transformer. The motor and other associated items shall be
suitable for operation on the voltage as prescribed in the I.S.S. and as may be
recommended by the C.B.I.P. The external power supply shall however be available on
440 volts 3 phase, 50 Hz. only.
18.10 Complete particulars of the tap changing gear including the motor shall be stated in the
tender.
19.0 OLTC & ALARM PANEL (TO BE LOCATED IN CONTROL ROOM).
19.1 All tap changing control equipments shall be mounted on a separate panel for each
transformer which shall also be quoted separately. This panel shall be complete with all
necessary fittings, fuses, instrument wiring, terminal blocks, cable glands, internal light
etc. The panel should be self supporting, made of sheet steel with folded unitized
construction complete with side sheets etc. It shall be completely vermin proof and
arrangements to prevent in gress of vermin through cable entry holes or ventilation slots
shall be provided, with doors on the back side having provision of double panel opening
at the centre. Nothing shall be mounted on the back door panel and is required to be
matched with existing panels of the purchaser of height 2250 mm. and depth of which
can be 500 to 700 mm. The exact values shall be given to the successful tenderer. The
OLTC panel shall be of light gray colour corresponding to IS:631.
19.2 The OLTC control scheme shall be designed for 55-0-55 V.A.C. Necessary auxiliary
transformer shall be supplied by the contractor. The OLTC control scheme and the
master follower parallel operation shall be identical to the standard control scheme based
on the recommendation of C.B.I.P. The terminal nos. for the R.T.C.C. panel and Motor
Drive shall be strictly as per the requirement of the Purchaser. However, if required the
parallel operation of the offered 200 MVA T/F under this contract with the other make of
transformer already existing at site. It will be responsibility of the supplier to prepare and
match the scheme of parallel operation of these offered transformers to the existing ones
and to co-ordinate the same fully by doing the necessary changes as per requirements at
site at their own cost.
19.3 Following indications shall be provided on OLTC panel.
i) Tap change in progress.
ii) Fans working (for each fan and fan group there will be separate indication).
iii) Pumps working (for each pump there will be a separate indication).
x) Buchholz alarm.
b) The temperature of oil is likely to rise upto 100 Deg. Cel. As such, diaphragm shall
be suitable for operating continuously at 100 Deg. Cel.
d) The connection of the air cell to the top reservoir is by an air proof seal preventing
entrance of air into the conservator.
20.4 There shall also be an oil conservator for the OLTC which could either be provided
separately or a partition in the main conservator be provided, with an independent
M.O.I.G.
21.0 BUSHING
21.1 The bushing shall be suitable for heavily polluted conditions i.e. a creepage distance for
220KV, 132 KV & 33 KV bushings shall be 6125 mm. 3625 mm & 900 mm.
respectively and shall have high factors of safety against leakage to ground and shall be
so located as to provide adequate electrical clearance between bushing and between any
bushing and grounded parts. Bushings of identical voltage ratings shall be
interchangeable. All bushings shall be equipped with suitable terminate of approved type
and size and all external current carrying contact surfaces shall be silver plated
adequately. The insulation class of the neutral bushing shall be properly
co-ordinated with the insulation class of the neutral end of the windings.
21.2 All main and auxiliary windings and neutral leads shall be brought out through outdoor
type bushings which shall be so located that the full flashover strength will be utilized
and the adequate phase clearance shall be realized.
21.3 Each bushing shall be so coordinated with the winding insulation that all flashover will
occur outside the tank.
21.4 All porcelain used in bushings shall be of the wet process homogenous and free from
cavities and other flaws. The glass shall be uniform in colour and free from blisters,
burns and other defects.
21.5 The bushings for 132 KV & 220 KV shall be of the oil filled condenser type and oil will
be the same as that used in the transformer 220 KV (1250 Amps.) & 132 KV (1250
Amps.) bushing shall be as per the drawings attached as Annexure-I, which is taken from
the report of the bushing sub-committee working group-I, form by CEA and shall
comply to IS-2099. Since 220 KV and 132 KV Bushings are standardized for
interchangeability, the supplier should ensure all parameters such as lead connections,
dimensions etc. strictly as per Annexure-I. The 36 KV bushings shall be as per IS-3347.
IS-8603 & IS-2099.
21.6 All bushings shall have puncture strength greater than the dry flashover values.
21.7 Special adjustable arcing horns will be provided for all the bushings. The tenders are
requested to give the guarantee withstanding voltage for the above and also furnish a
calibration curve with different settings of the coordination gap to the Purchaser to
decide the actual gap settings. Tenderers recommendations shall also be mentioned in the
tender in this respect.
iii) Two magnetic type oil level gauge with low oil level alarm contacts and dial
showing minimum, maximum and normal levels. The gauges shall be clearly
readable from the transformer base level.
iv) Two oil fillings valve (inlet) one for main conservator and other for OLTC
conservator.
v) Two oil drain valve (one for main conservator and other for OLTC conservator).
vi) One filter valve located at top of the tank on the HV side.
vii) Oil filter valve, located near the bottom of the tank on the HV side of transformer.
xviii) Terminal connectors for bushing suitable for connection with ACSR Zebra
Conductor having vertical and horizontal entry. The terminal connectors should be
well designed with large factor of safety and should comply in all respect of
temperature rise, resistance and short circuit current withstand capacity and other
conditions specified in IS-5561-1970. The bolts and nuts, washers and chuck nuts
should be hot dip galvanised. A chuck nuts should be provided on each bolts and
nut to avoid lossening of nuts due to vibration etc. Bolts and nuts should be of
reputed make like GKW.
xx) Eye bolts and lugs on all parts for case of handling. The tenderers should also
furnish the following information alongwith the tender.
a) Material of Terminal connector.
b) Name of manufacturer.
c) Drawing of Terminal connector.
d) Weight of Terminal connector.
e) Metal of Terminal connector.
f) Testing facility available at manufacturer works.
i) What tests will be carried out on each piece.
ii) What tests will be carried out on some selected pieces.
g) Make of bolts, nuts and chuck nuts.
h) Make of washers.
The prices of terminal connector should be mentioned separately in the price schedule.
xxii) TERMINAL BLOCKS
Terminals Blocks are primarily used in power stations to meet switching requirement of
these secondary circuits. Terminals should be made of brass as material of construction
for line parts such as terminal body, bridge, screws and pressure pads so as to avoid
corrosion and loosening tendency. The terminals can be very conveniently mounted by
clipping action on the aluminium steel rails. Frequent tightening and loosening should
not lead to fatigue failure of line locking parts. Terminal Blocks should be of TOSHA
make/Elmex make and type UTCT.16.
The transformer shall be complete with a marshalling box or kiosk in which all the leads
for buchholz relay, low oil level alarm and cable for tap change control and indication
etc. shall be brought out of suitable terminals. Cables from the terminal of 220KV,
132KV & 11 KV and neutral bushings CTs shall also be brought to this marshalling box
and the necessary 1.1 KV grade control cables housed in suitable flexible conduits or
pipes for this shall also be provided. The C.T. over voltage protection devices, shall also
be mounted in this box. This kiosk shall be weather proof as well as vermin proof and
shall preferably be mounted on transformer. Necessary cable glands shall also be
provided at the base of this kiosk. It shall be complete with hinged doors and padlock
arrangement, space heater cubicle light, fuses etc. The necessary cables between different
parts of transformer and this marshalling box shall also be provided in suitable conduit or
pipe.
23.2 The equipment and accessories furnished with the transformer shall be suitably mounted
on the transformer for ease of operation, inspection and maintenance, and the mounting
details shall be subject to the approval of the Purchaser. All valves shall be provided
either with blind companion flanges or with pipe lugs for protection.
23.3 Indication alarm and relay equipments shall have contacts suitable for operation with 110
volts D.C. supply. Any other accessories or appliances recommended by the
manufacturer for the satisfactory operation of the transformer together with their prices,
shall be given in the tender.
23.4 Any fittings, accessories or apparatus, which might not have been mentioned in the
specification but which are usual or necessary in similar equipments, are to be provided
by the contractor. All equipments must be complete in all details whether mentioned in
the specifications or not.
24.0 BUSHINGS CTs
The details for tertiary Bushing CTs (11 KV) and Neutral Bushing CTs to be provided
with each transformer are as follows
24.2 The metering core of the CTs shall be of 30VA burden, class of accuracy (as per BSS).
24.3 The minimum short time current rating of 11 KV CTs shall be 40 KA and they shall
withstand the resultant thermal and dynamic effects of these currents for 3 seconds.
24.4 Over voltage protection devices shall be provided for all the cores of each CT to protect
them against the heavy current in CT primary, open circulating or heavy burden of
secondary.
24.5 All CTs shall have bar primaries.
24.6 Only moulded epoxy termination shall be provided on all the CTs secondary terminals
with suitable cover and cable glands.
25.0 Fire Prevention & Extinguishing System.
25.1 The transformers shall be fitted with Nitrogen injection fire prevention system for which
transformer shall have necessary inlets & outlets and system shall be as per CBIP
recommendations.
25.2 Technical requirement of Nitrogen Injection Type fire Prevention and Extinguishing
System.
25.2.1 The system should comprise of the following:
25.2.2 The system shall operate on the principle of drain and stir method using Nitrogen.
a) Fire Extinguishing cubicle with base frame and containing oil drain assembly,
Nitrogen Cylinder electromechanical control unit for oil drain and Nitrogen
release, detectors necessary for monitoring system, flangers on top panel for
connection pipe connections from transformer, panel etc.
b) Control Box for monitoring system operation, automatic control and remote
operation, with alarms, indications light switches, push buttons, audio signal,
suitable for tripping and signaling on 220/110 V D.C. supply.
c) Pre-stressed non-return valve (PNRV) working on transformer oil flow rate, with
proximate switch for remote alarm indication and with visual position indicator.
d) Required number of fire detectors rated for 1410C for heat sensing, each fitted with
two number cable glands.
e) Signal box for terminating cable connection from PNRV and fire detectors.
f) Pressure relief valve with limit switch.
25.2.3 The following arrangements are required to be made on the transformer Tank at the time
of fabrication of the tank:-
a) Oil drain opening with suitable pipe, flange and manual gate valve at about 120
mm below the top cover.
b) Nitrogen Injection openings with suitable pipe size, flange and manual gate valve
on tank at about 100-200 mm. from the bottom plate.
25.3 The tenderer or his sub-vendor shall have to comply the following qualifying
requirements :-
a) They shall have successfully commissioned at least 2 sets of this system on
transformer of 100 MVA capacity or above.
b) Type tests including that for detectors alongwith declared response time to be
submitted.
c) The system should have been tested by a National Testing recognised laboratory as
per the type within last 5 years.
d) The successful operational experience of the system for minimum 3 years.
26.0 TEMPERATURE MEASUREMENT SYSTEM;
Temperature measurement of Oil and windings shall be done using Fiber optic
sensors, in addition to conventional OTI & WTI.
1. System shall be of proven technology. The temperature sensing tip of the fiber
optic cable shall be" dip -tip rugged probes " The probes shall be directly
installed in each phase / winding of power transformer to measure the winding
hot spot and at the top (inside) of the transformer to measure top oil
temperature. There shall be minimum eight probes inside the transformer, out of
which four are to be connected to the monitoring system and remaining four are to be kept
as standby probes to be connected to the monitoring unit in case of failure of
corresponding probe.
2. Six (6) probes shall be installed two numbers in each phase / winding at the hottest spots
of each of the phase windings. The locations of the probe shall be proposed by the.
Manufacturer and locations finalized by agreement of the Purchaser. Remaining two (2)
probes shall be in the top inside of the transformer for measuring top oil temperature.
3. Probes shall be able to be completely immersed in hot transformer oil they shall withstand
exposure to hot Kerosene vapor during the transformer insulation drying process. The
probes shall meet the requirement to eliminate the possibility of partial discharge in high
electrical stress in the transformer.
4. Temperature range of the system should be - 30 deg.C to + 200 deg. C & accuracy of + 2
deg. C with no recalibration required. The probes shall not be got damaged/affected
during filtration of the transformer oil.
5. Probes shall be all silica, double PFA Teflon jacketed, Kevlar cabled fiber with perforated
outer jacket to allow complete oil filling; and Teflon protective Helix wrap having
improved visibility and mechanical strength./ Probes shall be all silica, Teflon jacketed
fiber with perforations/slits in the outer jacket to allow complete oil filling .
The fibre with Teflon jacket shall be strong enough to withstand severe conditions
prevailing inside an EHV transformer.
6. System should include analog outputs for each of the four (minimum) measurement
channels. Temperature resolution of the analog outputs shall be + 0.1 deg. C and the
system shall offer user programmable temperature alarm outputs with 6 relays alarm
lamps. (LEDs) and controller system status indicators. All inputs and outputs of the
system shall meet the requirement of surge test as per IEEE C37.90.1-2002 in which a
4000 V surge is applied to all the inputs and outputs without permanent damage to the
instrument. The micro processor based unit shall be of an already type tested design and
details of type tests conducted shall be submitted with the offer.The device shall be
communicable type and protocol shall be IEC: 61850 compliant.
7. The system shall be capable retaining temperature data of a minimum of 90 days at one
(1) reading /minute and should retain max. Temperature of each channel until reset.
8. The transformer manufacturer should submit data showing that the probes are located in
the hottest Point of the winding, while submitting drawings for approval.
9. The Fiber optic cables are to be brought out of the main tank through tank wall penetrator
feed through plate. The Feed through plate shall be welded on to the Tank. The external
fiber optic extension cable shall then be run to main control cabinet, routed inside the
conduits with large bend radius.
10. The controller shall be housed in cooler control cubicle or a separate enclosure having
degree of protection IP 56.
11. Temperature Rise Test Measurements shall be made with the FO Thermometers. The
equipment shall be operational during temperature rise tests and be demonstrated during
these tests. During probe verification the hottest probes for each phase shall be identified
and temperature data for all probes recorded and reported in the test report.
27.0 PAINTING
27.1 Before dispatch all steel surfaces not under oil shall be painted with a primary coat of
anticorrosive paint of durable nature, and two coats of light grey paint of good
quality (shed no.631 of IS-5). The interior surface shall also be painted according to the
tenderer's standard practice.
28.0 PACKING AND DESPATCH
28.1 The packing may be in accordance with the tenderer's practice, so as to ensure safe
transit by goods train or road, special arrangement shall be made to facilitate handling
and to protect the projecting portions against damage in transit.
28.2 The transformer may be despatched either filled with oil/nitrogen gas (but not carbon
dioxide) with pressure gauge and a spare gas cylinder to replenish the gas pressure in
transit or during its storage at the destination untill it is filled up with oil, as per the
standard practice followed by the Contractor. (The limitation of transportation weights
and dimensions over Indian Roads and Railways shall also be kept in view). The
Contractor shall also arrange to send an escort with the railway wagon/trailer to keep a
watch on the consignment and gas pressure in the tank until the consignment reaches the
destination.
28.3 In view of non-availability of suitable crane in remote area as of various districts of U.P.
the contractor shall despatch the power transformer in BPU/BFR type wagon having
folded side walls or no side walls, as the case may be and not in BKG or wall type wagon
in order to facilitate unloading of power transformer at destination railway station.
28.4 All parts shall be adequately marked to facilitate field erection. Boxes and crates shall be
marked with the specification number and shall have packing list enclosed showing the
parts contained therein.
29.0 BILL OF MATERIAL
The supplier shall make available a consolidated bill of material for one transformer unit
complete in all respects. The bill shall be made out on drawing sheet giving a serial no.
for each item of fitting and accessories required for one transformer and this no. shall be
mentioned in the packing list and the challan to facilitate the cross checking of all the
items by the consignee and to ensure that all the components of the transformer unit have
been received.
c) Transport drawings showing dimensions and weights of each package alongwith the
loading diagram of the Railway Wagon.
f) Schematic control and wiring diagram for all auxiliary equipment including OLTC,
cooler control etc.
g) Schematic diagram showing the flow of oil in the cooling system as well as each
limb and winding. Longitudinal and cross sectional views showing the duct sizes,
cooling pipes etc. for the transformer/heat exchanger.
h) Interconnection cabling diagram between transformer and panels i.e. relay panel
and OLTC panel.
i) Large scale drawings of high and low tensions windings of the transformers showing
the nature and arrangement of insulation and terminal connections.
xi) Tertiary (11KV) Bushing CT having 3 core suitable for ratios as indicated in
clause-24.
xii) Neutral; bushing C.T. having 1 core suitable for ratios as indicated in Clause-24.
The main transformer tank consecrator & OLTC consecrator shall be fitted with a
silica gel Breather of the Maintenance- Free type at a height of 1200 mm form rail top level.
Each Silica gel breather shall be equipped with a humidity sensor, a condition based
microprocessor control unit and LED status indication. The function shall be tested via a test
button. A stainless steel filter at the bottom shall protect the silica gel chamber against be
environment influences. This condition controlled application should be environmental
friendly.
Dehydrating breathers work according to the following principle: When the oil
conservator suctions in air (e.g., due to the reduced load,) the air flows through a filter made
of high-grade steel wire mesh to the inside of the device. This filter & the dust cap, filters the
dust, sand and other dirt particles from the air. The filtered air flows through the desiccant
chamber filled with colorless, moisture adsorbing pellets and are dehydrated. The
dehydrated air rises further via the pipe in the oil conservator. The dehydrating breather is
mounted on the pipe to the oil conservator. A suitable counter-flange must be installed on
the pipe to mount the dehydrating breather. The desiccant contained in the drying assembly
is dehydrated using sensor which is control by the build- in hearting unit, thus obviating the
need for periodic desiccant replacement.
The Maintenance free type of breather shall fulfill the objectives like reduced site
inspections, no storage or replacement of the desiccant no pollution and disposal problem of
the used up desiccant.
Technical requirements:
1. Material & External Construction of the breather shall be such that all external parts
are suitable for outdoor use & resistive to transformer oil, ultraviolet rays, pollution
& salt water.
2. The equipment shall work without any trouble for ambient temperature between -
200C to +800C
3. Degree of protection shall be at least IP65.
4. The control units shall be provided on the breather equipped with suitable heater to
prevent moisture condensation.
5. Status LEDs for local display shall be provided on breather along with suitable
contacts to take the signal remote control room.
6. The moisture and temperature measurement system (sensor) installed should be
modular making it easy to replace the same if at all the same is necessary during the
service of breather. A self diagnostic system shall be provided with LED indication
and remote signal through a relay shall be provided.
7. Micro fuse and an additional built in line filter shall be provided to protect against
over voltages & to avoid failures caused by high-frequency interference.
8. The control unit in the breather shall be provide analogue output signal of 4-20mA
and also shall be equipped with a RS 485 port for data logging.
9. Suitable data logger shall also be provided in the control unit.
10. The size and type of Condition controlled maintenance free dehydrating breather to
be provided shall be selected on the basis of volume of oil of the offered transformer.
11. The breather shall also be equipped with integrated test button which should allow
to carry out a self-test and to check the functions like relay circuits, heating or the
signal transmission in the control room, etc. at any time.
12. Rated supply Voltage shall be 230V AC / DC.
13. Control voltage for Relay etc. shall be 220 volt DC/ 110 volt DC (as required) Rated
insulation level- 500VAC 50 Hz, 1 min. withstand voltage; 500VAC 50 Hz, 1 min.
withstand, analog output against ground; 2.5 kVAC 50 Hz, 1min withstand, relay
contact against ground.
14. Type Test report for Degree of protection for control unit shall be submitted.
15. Successful bidder shall offer all acceptance tests on condition controlled maintenance
free dehydrating breather and submit routine test report during acceptance of
transformer for each supply. List of acceptance / routine tests shall be submitted
with the tender.
1.0 General
2.0 Performance
3.0 Construction details
3.2 Core
3.3 Windings
3.4 Unused inhibited Insulating Oil
3.5 Terminal Arrangement
3.6 Terminal Marking
3.7 Neutral Earthing Arrangement
3.8 Cooling Equipment
3.9 Marshalling Box
4.0 Fittings
4.2 On-line insulating oil drying system
4.3 On line dissolved Hydrogen and moisture monitor
4.4 Flow sensitive conservator Isolation valve for Fire Control in Reactors
5.0 Inspection and Testing
6.0 Technical Parameters
7.0 Bushing Current Transformer
8.0 Capitalization of Losses
9.0 Quantity and Delivery Requirements
10.0 Supervision Services
11.0 Mandatory Spares & Tools
12.0 Schedule of Guaranteed Technical Particulars
TECHNICAL SPECIFICATION
1.1 This specification covers design, engineering, manufacture, testing at manufacturer's works, delivery at
site including all materials, accessories, spares, unloading, handling, proper storage at site, erection,
testing and commissioning of the equipment specified. Reactor shall be supplied complete with
insulating oil required for first filling plus 10% extra oil.
2.2 Shunt Reactors shall be capable of operating continuously at a voltage 5% higher than their rated
deg
voltage without exceeding hot spot temperature of 150 C at any part of the reactor.
Temperature rise shall be guaranteed when shunt reactor is operating at 420 kV.
2.3
The neutral grounding reactors are required for grounding of the neutral point of shunt reactors to
2.4
limit the secondary arc current and the recovery voltage to a minimum value.
2.5 The reactors shall be subjected to switching surge overvoltage of 2.5 p.u. and temporary
overvoltage of the order of 2.3 p.u. for few cycles followed by power frequency overvoltage upto
1.5 p.u. The reactor must withstand the stress due to above transient dynamic conditions which may
cause additional current flow as a result of changed saturation characteristics/slope beyond 1.5 p.u.
voltage.
2.6 DGA of oil shall be periodically monitored by the Owner and the interpretation of DGA results will
be as per IEC-60599.
2.7 Design review
The Reactors shall be designed, manufactured and tested in accordance with the best
international engineering practices under strict quality control to meet the requirement
stipulated in the technical specification. Adequate safety margin with respect to thermal,
mechanical, dielectric and electrical stress etc. shall be maintained during design, selection of
raw material, manufacturing process etc so that the reactor(s) provide long life with least
maintenance.
Design reviews shall be conducted by Owner or an appointed Consultant at different stages of
the procurement process for Reactors, however the entire responsibility of design shall be
with the manufacturer.
Owner may visit to the manufacturers works to inspect design, manufacturing and test facilities.
The design review will commence after placement of award with successful bidder and
shall be finalised before commencement of manufacturing activity. These design reviews shall be
carried out in detail to the specific design with reference of the reactor(s) under scope of this
specification.
The design review shall be conducted generally following the “Guidelines for conducting
design reviews for transformers 100 MVA and 123kV and above” prepared by Cigre SC 12
Working Group 12.22.
The manufacturer will be required to demonstrate the use of adequate safety margin for
thermal, mechanical, dielectric and vibration etc. design to take into the account the uncertainties
of his design and manufacturing processes.
The scope of such a design review shall at least include the following:
3.1.1.1 Tank shall preferably be of welded construction and fabricated from tested quality low carbon steel of
adequate thickness. Unless otherwise approved, metal plate, bar and sections for fabrication shall
comply with BS-4360 / IS 2062). The components and fitting associated with reactor are subject to
Owner’s approval and design review.
3.1.1.2 All seams and those joints not required to be opened at site shall be factory welded and wherever possible
they shall be double welded. After completion of tank and before painting, dye penetration test shall be
carried out on welded parts of jacking bosses, lifting lugs and all load bearing members. The
requirement of post weld heat treatment for tank/stress relieving shall be based on recommendation of
BS-5500 table 4.4.3.1.
3.1.1.3 Tank stiffeners shall be provided for general rigidity and these shall be designed to prevent retention of
water.
3.1.1.4 The shunt reactor tank shall have either bolted/welded joint. In case the joint is welded it shall be
provided with flange suitable for repeated welding. The joint shall be provided with a suitable gasket to
prevent weld splatter inside the tank. Proper tank shielding shall be done to prevent excessive
temperature rise of the joint.
(a) Four symmetrically placed lifting lugs shall be provided so that it will be possible to lift the complete
reactor when filled with oil without structural damage to any part of the reactor. The factor of safety at
any one point shall not be less than 2. The lifting lugs shall be so arranged and located as to be accessible
for use when the reactor is loaded on the transport vehicle.
(b) A minimum of four jacking pads in accessible position to enable the reactor complete with oil, to be
raised or lowered using mechanical/hydraulic screw jacks. Each jacking pad shall be designed to support
with an adequate factor of safety for at least half of the total mass of the reactor filled with oil allowing in
addition for maximum possible misalignment of the jacking force to the centre of the working surface.
(c) Suitable haulage holes shall be provided.
3.1.1.6 The tank shall be designed in such a way that it can be mounted on the plinth directly.
3.1.1.7 The base of each tank shall be so designed that it shall be possible to move the complete reactor unit by
skidding in any direction without injury when using plates or rails.
The painting details for reactor main tank, pipes, conservator tank, radiator, control cabinet/
marshalling box / oil storage tank etc. shall be as given below. The detailed painting procedure shall
also be submitted along with the bid which shall be finalized before award of the contract. The quality
of paint such that its colour should not fade during vapour phase drying process and shall be able to
withstand temperature up to 120 deg C.
transform
er oil
light gray in
accordance
Control Seven tank Zinc EPOXY Minimum with shade
no. 631 of IS-
5
cabinet / process as chromate paint 80µm for
marshallin per IS:3618 primer with PU exterior
g box & IS:6005 (two top coat and interior
coats)
Note: * indicates Sa 2 ½ as per Swedish Standard SIS 055900 of ISO 8501 Part-1.
3.1.2.1 The tank cover shall be designed to prevent retention of water and shall not distort when lifted. The
internal surface of the top cover shall be shaped to ensure efficient collection and direction of free gas to
the buchholz relay.
3.1.2.2 At least two adequately sized inspection openings, one at each end of the tank, shall be provided for easy
access to bushings and earth connections. The inspection covers shall not weigh more than 25kg.
Handles shall be provided on the inspection cover to facilitate lifting.
3.1.2.3 The tank cover shall be fitted with pockets at the position of maximum oil temperature at maximum
continuous rating for bulbs of oil and winding temperature indicators. It shall be possible to remove
these bulbs without lowering the oil in the tank. The thermometer shall be fitted with a captive screw to
prevent the ingress of water.
3.1.2.4 Bushing turrets, covers of inspection openings, thermometer pockets etc. shall be designed to prevent
ingress of water into or leakage of oil from the tank.
3.1.2.5 All bolted connections shall be fitted with weather proof, hot oil resistant, resilient gasket in between for
complete oil tightness. If gasket is compressible, metallic stops/other suitable means shall be provided to
prevent over compression. Groove provided to accommodate round nitrile rubber cord for rectangular
openings shall be milled. Details of all gasket joints shall be submitted for approval
To allow for the effect of possible induced and capacitive surge current, good electrical connection is
maintained between the tank and turrets.
3.1.2.7 The reactor shall be provided with a 100 mm nominal diameter pipe flange with bolted blanking plate,
gasket and shall be fitted at the highest point of the reactor for maintaining vacuum in the tank.
3.1.3.1 The shunt reactor shall be mounted on concrete plinth foundation directly.
3.1.3.2 One complete set of flanged bi-directional wheels and axles shall be provided for each sub-station. This
set of wheels and axles shall be suitable for fixing to the under carriage of shunt reactor to facilitate its
movement on rail track.
3.1.4.1 To prevent reactor movement during earthquake, suitable a clamping device shall be provided for fixing
the reactor to the foundation.
3.1.5.1 Main conservator shall have air cell type constant oil pressure system to prevent oxidation and
contamination of oil due to contact with moisture, and shall be fitted with magnetic oil level gauge with
low oil level electrically insulated alarm contacts. Magnetic oil level gauge shall be type tested.
Magnetic oil level gauge and its terminal box shall conform to IP 55 degree of protection.
3.1.5.2 Void
3.1.5.3.2 The conservator shall be fitted with integral lifting lugs in such a position so that it can be removed for
cleaning purposes. Suitable provision shall be kept to replace air cell and cleaning of the conservator,
wherever applicable.
3.1.5.3.3 Conservator shall be positioned so as not to obstruct any electrical connection to reactor. Pipe work shall
not obstruct the opening of inspection or manhole covers.
3.1.5.3.4 Pipe work connections shall be of adequate size for their duty and as short and direct as possible. Only
radius elbows shall be used.
3.1.5.3.5 The feed pipe to the reactor tank shall enter the reactor cover plate at its highest point and shall be
straight for a distance not less than five times its internal diameter on the reactor side of the Buchholz
relay, and straight for not less than three times that diameter on the conservator side of the relay.
3.1.5.3.6 This pipe shall rise towards the oil conservator, through the Buchholz relay, at an angle of not less than
5 degree.
3.1.5.4.1 Contact of the oil with atmosphere is prohibited by using a flexible air cell of nitrile rubber reinforced
with nylon cloth air cell.
ø
3.1.5.4.2 The temperature of oil is likely to rise upto 100 C during operation. As such air cell used shall be
ø
suitable for operating continuously at least at 100 C.
3.1.5.4.3 Air cell of conservator shall be able to withstand the vacuum during installation/ maintenance periods.
Otherwise provision shall be kept to isolate the conservator from the main tank when the latter is under
vacuum by providing a vacuum sealing valve or other suitable means in the pipe connecting main tank
with the conservator.
3.1.5.4.4 The connection of air cell to the top of the conservator is by air proof seal preventing entrance of air into
the conservator.
Conservator shall be fitted with a dehydrating filter breather. It shall be so designed that:
c) Moisture absorption indicated by a change in colour of the tinted crystals can be easily
observed from a distance.
d) Breather is mounted not more than 1200 mm above rail top level.
i) Three breathers (of identical size) shall be connected in series for conservator of shunt
reactor.
Adequate number of pressure relief devices shall be provided at suitable locations. These shall be of
sufficient size for rapid release of any pressure that may be generated in the tank and which may result
in damage to the equipment. The device shall operate at a static pressure less than the hydraulic test
pressure of reactor tank. It shall be mounted directly on the tank. One set of electrically insulated
contacts shall be provided for alarm/tripping. Discharge of pressure relief device shall be properly taken
through pipe and directed away from reactor/other equipment and this shall be prevented from spraying
on the tank. The terminal box/boxes of PRD should conform to degree of protection as per IP-55 of IEC-
60529. Following routine tests shall be conducted on PRD
A double float/reed type Buchholz relay shall be provided. All gases evolved in the reactor shall collect
in this relay. The relay shall be provided with a test cock suitable for a flexible pipe connection for
checking its operation and taking gas sample. A copper/stainless steel tube shall be connected from the
gas collector to a valve located about 1200 mm above ground level to facilitate sampling with the reactor
in service. The device shall be provided with two electrically independent contacts, one for alarm on gas
accumulation and the other for tripping on sudden rise of pressure.
All Shunt and Neutral grounding reactors shall be provided with a 150 mm dial type thermometer for top
oil temperature indication. The thermometer shall have adjustable, electrically independent ungrounded
alarm and trip contacts.
The maximum reading pointer and resetting device for the thermometer shall be mounted in the
marshalling box. A temperature sensing element suitably located in a pocket on top oil shall be
furnished. This shall be connected to OTI by means of capillary tubing. Temperature indicator dials shall
have linear gradations to clearly read at least every 2 deg C. Accuracy of OTI shall be ± 3 deg C or
better.
The setting of alarm and tripping contacts shall be adjustable at site and typical values are as given
below which will be reviewed during detailed engineering based on manufacturer’s recommendation.
Alarm – 90degC
Trip – 105degC
In addition to the above, the following equipment shall be provided for remote indication of oil
temperature:
a) Signal transmitter
Signal transmitter shall have additional facility to transmit signal for recording oil temperature at
Employer's data acquisition system, for which duplex platinum RTD with nominal resistance of 100
ohms at zero degree centigrade shall be supplied. The RTD shall be three wire ungrounded system. The
calibration shall be as per SAMA (USA) standard or equivalent. The RTD may be placed in the pocket
containing temperature sensing element and image coil for OTI system which will be used for both
remote OTI and DAS. Necessary equipment for sending the signal to remote OTI and DAS shall be
provided. In lieu, separate RTD for each of the functions shall be provided.
b) Remote oil temperature indicator It shall be suitable for flush mounting on Employer's/RTCC panel. This
shall not be repeater dial of local OTI and will operate by signal transmitter.
Any special cable required for shielding purpose, for connection between cooler control cabinet and
remote OTI control circuit, shall be in the scope of Contractor. Only one ROTI with a four point selector
switch shall be provided.
A device for measuring the hot spot temperature of winding shall be provided on shunt reactors only. It shall
comprise the following:
The setting of alarm and tripping contacts shall be adjustable at site and typical values are as
given below which will be reviewed during detailed engineering based on manufacturer’s
recommendation.
Alarm -100degC Trip -
110degC
(vii) In addition to the above, the following shall be provided for remote indication of winding
temperature for each reactor.
Signal Transmitter shall have additional facility to transmit signal for recording winding
temperature at Employer's data acquisition system, for which duplex platinum RTD with nominal
resistance of 100 ohms at zero degree centigrade shall be supplied.
The RTD shall be three wire ungrounded system. The calibration shall be as per SAMA (USA) or
equivalent standard. The RTD may be placed in the pocket containing temperature sensing
element and image coil for WTI system which will be used for both remote WTI and DAS.
Necessary equipment for sending the signal to remote WTI and DAS shall be provided. In lieu,
separate RTD for each of these functions shall be provided.
(b) Remote winding temperature indicator shall be suitable for flush mounting on Employer's
panel. This shall not be repeater dial of local WTI and will operate by signal transmitter. Any
special cable required for shielding purpose, for connection between Marshalling box and remote
WTI control circuit, shall be in the scope of Contractor. Drawing showing the mounting details of
RWTI shall be submitted to the Purchaser
3.1.9.1 Two (2) earthing pads (each complete with two (2) nos. holes, M 10 bolts, plain and spring washers)
suitable for connection to 75 x 12 mm galvanised steel grounding flat shall be provided each at position
close to earth of the two (2) diagonally opposite bottom corners of the tank.
3.1.9.2 Two earthing terminals suitable for connection to 75 x 12 mm galvanised steel flat shall also be provided
on cooler, marshalling box and any other equipment mounted separately.
3.2 Core
3.2.1 In case of gapped core construction the following requirements are stipulated.
3.2.1.1 The core shall be constructed from high grade, non-ageing, cold rolled, super grain oriented, silicon steel
laminations.
3.2.1.2 The design of the magnetic circuit shall be such as to avoid static discharges, development of short circuit
paths within itself or to the earthed clamping structure and production of flux component at right angles
to the plane of laminations which may cause local heating.
3.2.1.3 The insulation of core to bolts and core to clamp plates shall be able to withstand a voltage of 2 kV rms
for 1 minute.
3.2.1.4 Core and winding shall be capable of withstanding the shocks during transport, installation and service.
Adequate provision shall be made to prevent movement of core and winding relative to tank during
these conditions.
3.2.1.5 All steel sections used for supporting the core shall be thoroughly sand blasted after cutting, drilling and
welding.
3.2.1.6 When bell type tank construction is offered, suitable projecting guides shall be provided on core assembly
to facilitate removal of tank.
3.2.1.7 Each core lamination shall be insulated with a material that will not deteriorate due to pressure and hot oil.
3.2.1.8 The supporting frame work of the core shall be so designed as to avoid presence of pockets which would
prevent complete emptying of the tank through drain valve or cause trapping of air during oil filling.
3.2.1.9 Adequate lifting lugs as required shall be provided to enable lifting of the core and winding.
3.3 Windings
3.3.1 The Contractor shall ensure that windings of reactors are made in dust proof and conditioned atmosphere.
3.3.2 The conductors shall be of electrolytic grade copper, free from scales and burrs.
3.3.3 The insulation of windings and connections shall be free from insulating components which are liable to
soften, ooze out, shrink or collapse shall and be non-catalytic and chemically inactive in oil during
service.
Coil assembly and insulating spacer shall be so arranged as to ensure free circulation of oil and to reduce
3.3.4 the hot spots of the winding.
3.3.5 Coil shall be made up, shaped and braced to provide for expansion and contraction due to temperature
changes.
3.3.6 The conductors shall be transposed at sufficient intervals in order to minimise eddy currents and to
equalize the distribution of currents and temperature along the winding.
3.4.1 The insulating oil shall be virgin high grade inhibited, conforming to IEC-60296 & all parameters
specified below, while tested at supplier's premises. The contractor shall furnish test certificates from the
supplier against the acceptance norms as mentioned below, prior to despatch of oil from refinery to site. Under
no circumstances, poor quality oil shall be filled into the transformer/reactor and only thereafter be brought up
to the specified parameter by circulation within the transformer/reactor.
4. Water content a) for bulk IEC 60814 or ASTM D1533 (Max.) 30 mg/kg 40 mg/kg
supply b) for delivery in
drums
5. Electric strength IEC 60156 or ASTM D1298 (Min.) 50 kV(new unfiltered oil) / 70
(breakdown voltage) kV (after treatment)
6. Density at 20 deg C ISO 3675 or ISO 12185 or ASTM 0.820 -0.895 g/ml
D4052
C1. Performance
1 Oxidation stability -Total IEC 61125 (method c) Test
acidity -Sludge -Dielectric duration 500 hour IEC 60247
dissipation factor (tan delta) Max 0.3 mg KOH/g Max 0.05 %
at 90degC Max 0.05
3.4.2 i) Prior to filling in main tank at site and shall be tested for
ii) Prior to energisation at site oil shall be tested for following properties &acceptance norms as per
below generally in line with IS: 1866 / IEC 60422:
3.4.3 At manufacturer's works the quality of oil used for first filling, testing and impregnation of active parts
shall meet at least parameter as mentioned in serial no. 1 to 5 of clause 3.3.4.2 ii) above. The oil test
results shall form part of equipment test report.
Oil sample shall be drawn before and after heat run test and shall be tested for dissolved gas analysis.
Oil sampling to be done 2 hours prior to commencement of temperature rise test. For ONAN/ONAF
cooled transformers/reactors, sample shall not be taken earlier than 2 hours after shutdown.
The acceptance norms with reference to various gas generation rates shall be as per IEC 61181.
3.4.4 Sufficient quantity of oil necessary for first filling of all tanks, coolers and radiator at the proper level
along with 10% extra oil for topping up shall be supplied in non-returnable containers suitable for
outdoor storage.
3.5.1 Bushings
3.5.1.1 The electrical and mechanical characteristics of bushings shall be in accordance with relevant IEC.
Bushing must have been type tested successfully as per IEC 60137.
52 kV and above Hermetically sealed Oil filled condenser type/ RIP bushing with porcelain
or composite insulator.
3.5.1.3 Oil filled condenser type bushings shall be provided with at least the following fittings:
3.5.1.4 Where current transformers are specified, the bushings shall be removable without disturbing the current
transformers.
3.5.1.6 Porcelain used in bushing manufacture shall be homogenous, free from laminations cavities and other
flaws or imperfection that might affect the mechanical or dielectric quality and shall be thoroughly
vitrified, tough and impervious to moisture.
3.5.1.10 Spare Bushing shall be specially packed suitable for long storage
The terminal marking and their physical position shall be in accordance with IEC 60076.
3.7.1 The neutral of the shunt reactor shall be brought out through 145kV class oil filled condenser bushing.
3.7.2 Void
3.7.3 Neutral of Reactors, where neutral grounding reactor is not provided, shall be grounded directly.
3.7.4 The neutral terminals of Reactors shall be brought to the ground level by a brass/tinned copper
grounding bar, supported from the tank by using porcelain insulators. The end of the brass/tinned copper
bar shall be brought to the bottom of the tank, at a convenient point, for making bolted connection to two
(2) 75 x 12 mm galvanised steel flats connected to Employer's grounding mat.
3.8.1.1 The radiator bank of the shunt reactor shall be separately mounted. For neutral grounding reactor, the
radiator, if required, may be tank mounted.
3.8.1.3 Each radiator bank shall be provided with the following accessories:
3.8.1.4 Each radiator bank shall be detachable and shall be provided with flanged inlet and outlet branches.
3.8.1.5 Expansion joint, if required, shall be provided on top and bottom cooler pipe connection.
3.8.1.6 The radiator shall preferably be hot dip galvanised or corrosion resistant paint (as per clause 3.1.1.8)
should be applied to it.
3.8.2 Valves
3.8.2.1 All valves upto and including 100 mm shall be of gun metal or of cast steel./ cast iron. Larger valves
may be of gun metal or may have cast iron bodies. They shall be of full way type with internal screw
and shall open when turned counter clock wise when facing the hand wheel.
3.8.2.2 Suitable means shall be provided for locking the valves in the open and close positions. Provision is not
required for locking individual radiator valves.
3.8.2.3 Each valve shall be provided with the indicator to show clearly the position of the valve.
3.8.2.5 All valves in oil line shall be suitable for continuous operation with shunt reactor oil at 115 deg C.
3.8.2.6 Gland packing/gasket material shall be of teflon rope/nitrile rubber. In case of gate/globe valves, gland
packing preferably of teflon rope shall be used to prevent oil seepage through the gland.
3.8.2.7 The oil sampling point for main tank should have two identical valves to be put in series. Oil sampling
valve shall have provision to fix rubber hose of 10 mm size to facilitate oil sampling.
3.8.2.8 A valve or other suitable means shall be provided to fix the on line dissolved gas monitoring system to
facilitate continuous dissolved gas analysis. The location & size of the same shall be finalised during
detailed engineering stage.
3.8.2.9 After testing, inside surface of all cast iron valves coming in contact with oil shall be applied with one
coat of oil resisting paint/varnish. Outside surface of the valves shall be painted with two coats of red
oxide zinc chromate primer followed by two coats of fully glossy finishing paint conforming to
IS:2932. Outside surface except gasket seating surface of butterfly valves shall be painted with two
coats of red oxide zinc chromate conforming to IS:2074 followed by two coats of fully glossy
finishing paint.
3.8.2.11 For estimation purpose of spares one set of valves mean one valve of each type used in Reactor.
3.9.1 A sheet steel marshalling box of a suitable construction shall be provided for the reactor ancilliary
apparatus and this shall be vermin, dust & weather proof. All the terminals for remote indication shall
be wired upto the marshalling box from the reactor accessories. Necessary shorting of CT secondary
terminals shall be done at the marshalling box.
3.9.2 The marshalling box shall be tank mounted type. Suitable anti-vibration pads shall be provided so that
vibration from tank is not transferred to the marshalling box. The marshalling box shall have sloping
roof. It shall have double hinged doors and shall be provided with locking arrangement. The exterior and
interior painting shall be in accordance with painting clause no 3.1.1.8.
3.9.3 All doors, removable covers and plates shall be gasketed all round with neoprene gaskets. Louvers shall
have screens and filters. The screens shall be of fine wire mesh made of brass and GI wire.
3.9.4 The marshalling box shall accommodate the following:
3.9.5 The temperature indicator shall be so mounted that the dials are about 1200 mm above ground level.
Glass doors of suitable size shall be provided for convenience of reading. A space heater and cubicle
lighting with ON-OFF switch shall be provided. It shall be so designed that with the space heater
switched on continuously, the temperature inside the marshalling box does not exceed the safe operating
limits at the service conditions.
3.9.6 In case of single phase reactor a common Marshalling Box shall be provided and all termination for
bushing CTs, PRV, Temperature Indicators, Buchholz relay, MOG, etc. shall be brought out to the
common marshalling box by cable to make the scheme suitable for three phase operation. Further,
cabling and terminations for spare reactor shall also be provided in each common marshalling box.
4 Fittings
4.1 The following fittings shall be provided with each shunt reactor and neutral grounding reactor covered
under this specification.
4.1.1 Conservator for reactor main tank with filling hole and cap, drain valve, isolating valve, vent pipe and
magnetic oil level gauge with low level alarm contacts.
4.1.2 Void
4.1.4 Dehydrating breather complete with first fill of activated silica gel.
4.1.5 Inspection openings and covers.
4.1.6
Rating & diagram plate for reactors and current transformers. These plates shall be of material
capable of withstanding continuous outdoor service.
4.1.10 Double float/reed type Buchholz relay with alarm and trip contacts.
4.1.14 Shut off valves on both sides of Buchholz relay at accessible height.
4.1.18 Suitable neutral terminal connectors for ACSR moose conductor on bushings Shunt reactor shall be ACSR
Moose conductor.
4.1.19 Under carriage with provision for flanged bidirectional wheels, set of flanged bi-directional wheels, set of
flanged bidirectional rollers/trolley for transportation.
4.1.20 Drain valves/plugs shall be provided in order that each section of pipe work can be drained independently.
4.1.22 Bushing with metal parts and gaskets to suit the termination arrangement.
4.1.23 Winding temperature indicators for local and remote mounting (only for shunt reactor).
4.1.28 Bushing CT
4.1.29 The fittings listed above are only indicative and other fittings which generally are required for satisfactory
operation of the reactor are deemed to be included.
4.1.30 One set of hand tools of reputed make packed in a carry bag/box broadly comprising of double ended
spanners (open jaws, cranked ring, tubular with Tommy bar each of sizes 9mm to 24mm, one set each),
adjustable wrenches (8 &12 inch one set), gasket punches (of different sizes as used in the reactor one
set ), pliers (flat nose, round nose & side cutting one of each type), hammer with handle (one ), files with
handle (two), knife with handle (one), adjustable hacksaw (one), and cold chisel (one) shall be supplied
per Substation.
4.1.31 Suitable galvanized iron tray for cabling on main tank for better aesthetics.
In addition to provision of air cell in conservators for sealing of the oil system against the atmosphere,
each reactor shall be provided with an on line insulating oil drying system of adequate rating with
proven field performance. This on line insulating oil drying system shall be designed for very slow
removal of moisture that may enter the oil system or generated during cellulose decomposition.
Calculation to prove the adequacy of sizing of the on line insulating oil drying system along with make
and model shall be submitted for approval of purchaser during detail engineering.
A valve or other suitable means shall be provided to fix the on-line oil drying system to facilitate
continuous on line oil drying. The location & size of the same shall be finalised during detail
engineering stage.
For the interpretation of DGA samples, it must be recognised that this drying system absorbs a small
percentage of the DGA gas and may disturb the true equilibrium of the moisture in the oil. The
contractor shall furnish necessary guide line for DGA interpretation in the manual. Original pamphlets
and details of maintenance required for the online drying system shall be included in the manual.
The monitor shall be suitable to detect and measure dissolved Hydrogen in ppm, without significant
interference from other fault and atmospheric gases. The monitor shall also be suitable to detect Water
Content measured in ppm or % RS (Relative Saturation).
The Hydrogen sensors shall have long lifetime in oil. The sensors shall be able to withstand pressure from
vacuum to 10 psi.
Parameters:
b) Alarms/Indication
4.4 Flow sensitive conservator Isolation valve for Fire Control in Reactors
4.4.1 In order to restrict the supply of oil in case of a fire in reactor, provision shall be made to isolate the
conservator oil from the main tank.
4.4.2 A valve which shall be flow sensitive and shut off when the flow in the pipe is more than the flow
expected in the permissible normal operating conditions. This valve shall be located in the piping
between the conservator and the buchholz relay and shall not affect the flow of oil from and to the
conservator in normal conditions.
4.4.3 When the flow from conservator to main tank is more than the normal operating conditions, the
valve shall shut off by itself and will have to be reset manually. It shall be provided with valve
open/close position indicator along with alarm indication in control room during closing operation of
valve.
4.4.4 The necessary switches shall be provided in cooler control cabinet / common marshalling box for
manual open / close operation of the valve.
The Contractor shall carry out a comprehensive inspection and testing programme during
manufacture of the equipment. An indication of inspection envisaged by the Employer is given under
Cl.5.1 below. This is however not intended to form a comprehensive programme as it is Contractor's
responsibility to draw up and carry out such a programme in the form of detailed quality plan duly
approved by Employer for necessary implementation.
5.1 Inspection
5.1.1.3 Electrical interconnection of top and bottom tank by braided tin flexible
5.1.1.7 Crack detection of major strength weld seams by dye penetration test.
5.1.1.8 Measurement of film thickness of
5.1.1.9 Check correct dimensions between wheels, demonstrate turning of wheels through 90ø and further
dimensional check.
5.1.1.10 Check for physical properties of materials for lifting lugs, jacking pads, etc. All load bearing welds
including lifting lug welds shall be subjected to non-destructive test (NDT).
5.1.2 Core
5.1.2.1 Sample testing of core material for checking specific loss, bend properties,
magnetisation characteristics and thickness.
5.1.4 Winding
5.1.4.1 Sample check on winding conductor for mechanical properties and electrical conductivity.
5.1.4.2 Visual dimensional checks on conductor for scratches, dent marks etc.
5.1.4.6 Check and ensure that physical condition of all materials taken for winding is satisfactory and free of dust.
5.1.4.9 Measurement of impedance by low voltage to be carried out when core/yoke is completely restacked and
all connections are ready.
5.1.4.10 Conductor-enamel test for checking of cracks, leakage and pin holes.
5.1.5.1 Check conditions of insulation on the conductor and between the windings.
5.1.5.2 Check insulation distance between high voltage connection cables and earth and other live parts.
5.1.5.3 Check insulation distance between low voltage connections and earth and other parts.
5.1.5.4 Insulation of core shall be tested at 2 kV/minute between core to bolts and core to clamp plates.
5.1.7.1 Check completed reactor against approved out line drawing provision for all fittings, finish level etc.
5.1.7.3 Dye penetration test shall be carried out after Jacking tests.
The makes of all bought out items shall be subject to Employer's approval.
5.1.8.1 The Contractor shall also prepare a comprehensive inspection and testing programme for all bought
out/sub-contracted items and shall submit the same to the Employer for approval. Such programme shall
include the following.
The above list is not exhaustive and the Contractor shall also include all other bought out items in his
programme.
The manufacturer shall be fully equipped to perform all the required tests as specified. Bidder shall
confirm the capabilities of the proposed manufacturing plant in this regard when submitting the bid.
Any limitations shall be clearly stated.
The contractor shall bear all additional costs related to tests which are not possible to carry out at his
own works.
The contractor shall submit an Inspection and test plan (ITP) for approval. A typical test plan is
indicated below.
TEST ON SHUNT REACTOR
All tests shall be done in line with IEC: 60076 and as per “Annexure-A”. Complete test report shall be
submitted to purchaser after proper scrutiny and signing on each page by the test engineer of the
manufacturer.
*Type test shall be carried out at first unit manufactured against the LOI at each manufacturing plant.
5.2.1 Measurement of capacitance and tan delta to determine capacitance between winding and earth. Tan delta
value shall not be more than 0.5% corrected at 20deg C. Temperature correction factor table shall be
given by the Contractor and shall form the part of test results.
5.2.2 Measurement of capacitance and tan delta of OIP bushings. Tan delta value shall not be more than 0.4%
corrected at 20deg C. Temperature correction factor table shall be given by the Contractor and shall form
the part of test results.
5.2.3 Void
5.2.4 Void
5.2.5 Void
5.2.6 Void
All the following fittings shall conform to type tests and the type test reports shall be furnished by the
contractor along with the drawings of equipment/ fittings as per the clause no. 9.2 of the Section – GTR.
The list of fittings and the type test requirement is:
2) Buchholz relay (Type Test as per IS: 3637 and IP-55 Test on terminal box)
The pressure Relief Device of each size shall be subjected to increase in oil pressure. It shall
operate before reaching the test pressure specified in reactor tank pressure test. The operating
pressure shall be recorded. The device shall seal off after excess pressure has been released.
The terminal box / boxes of PRD should conform to degree of protection as per IP-55 of IEC
60529.
5) Magnetic Oil Level gauge & Terminal Box for IP-55 degree of protection.
6) Air Cell (Flexible air separator) – Oil side coating, Air side under Coating, Air side outer
coating and coated fabric as per IS: 3400/ BS: 903/ IS: 7016.
7) OTI & WTI – Switch setting & operation, switch differential, switch rating.
5.2.8.1 Check for interchangeability of components of similar reactors for mounting dimensions.
5.2.8.2 Check for proper packing and preservation of accessories like radiators,bushings dehydrating
breather, rollers, buchholz relay, fans, controlcubicle, connecting pipes, conservator etc.
5.2.8.3 Check for proper provision for bracing to arrest the movement of core and winding assembly inside
the tank.
5.2.8.5 Derivation of leakage rate and ensure the adequate reserve gas capacity.
5.2.8.6 Measure and record the dew point of dry air /Nitrogen at the time of filling and after 24 hours in the
reactor tank. Dew point of dry air / nitrogen at the time of reactor despatch should be better than (-)
30 deg C. Also the dew point of dry air / nitrogen cylinders attached for make up during
transportation should of the order of (-) 50 deg C.
5.2.8.7 Functioning of impact recorder(s) at their works before installing on the tank.
The Contractor/Manufacturer shall carry out a detailed inspection and testing programme for field
activities covering areas right from the receipt of material stage upto commissioning stage. An
indicative programme of inspection as envisaged by the Employer is given below and in the document
No. D-2-01-03-01-01 (or latest revision) (Pre-commissioning Procedures and Formats for substation
bay equipment), which will be available in the respective sites and shall be referred by the contractor.
However, it is contractor's responsibility to draw up and carry out such a programme duly approved by
the Employer. Testing of oil sample at site shall be carried out as per Cl 3.4 above
5.3.1.1 Check and record condition of each package, visible part of the reactors etc. for any damage.
5.3.1.2 Check and record the gas pressure in the reactor tank as well as in the cylinder. Measure and record the
dew point of dry air /nitrogen in the transformer tank.
5.3.1.3 Visual check for wedging of core and coils before filling up with oil and also check for condition of core
and winding in general.
5.3.1.4 Check and record reading of impact recorders at receipt and verify the allowable limits as per
manufacturer's recommendation.
5.3.2.1 Check the whole assembly for tightness, general appearance & winding healthiness etc.
5.3.2.2 Oil leakage test
5.3.2.3 Visual check for Leakage on bushing before erection.
5.3.2.4 Measurement of capacitance and tan delta of the bushings before fixing/connecting to the reactor.
Contractor shall furnish these values for site reference.
5.3.2.5 Measure and record the dew point of nitrogen in the main tank before assembly. Manufacturer shall
submit dew point acceptable limits along with temperature correction factor and shall for part of
instruction manual. In case dew point values are not within permissible limit suitable drying out
process shall be applied for dry out of active part in consultation with the Manufacturer.
.
5.3.2.6 Oil filling
5.3.2.6.1 Procedures for site drying, oil purification, oil filling etc shall be submitted for approval and
complete instructions shall form part of the manual.
5.3.2.6.2 The duration of the vacuum treatment shall be demonstrated as adequate by means of water
measurement with a cold trap or other suitable method but shall generally not be less than 72
hours. The vacuum shall be measured on the top of the reactor tank and should be less than
1mbar.
5.3.2.6.3 Oil filling under vacuum at site shall be done with transformer oil at a temperature not exceeding
65°C. Vacuum shall not be broken until the reactor is oil filled up to the Buchholz relay.
Whenever the active insulation or any paper insulated HV connections, especially those from the
windings to the bushings are exposed, these shall be re-impregnated under vacuum along with
the complete reactor. For this purpose, the reactor shall first be drained to expose all insulation
material.
5.3.2.6.4 The minimum safe level of oil filling (if different from the Buchholz level) to which the reactor
shall be oil filled under vacuum, shall be indicated in the manual.
5.3.2.6.5 The Ultra High Vacuum type oil treatment plant of suitable capacity (preferably 4500 to 6000
litres per hour) suitable for treatment of oil in EHV class reactor shall be used in order to achieve
properties of treated oil. The plant shall be capable of treatment of new oil (as per IEC 60296 and
reconditioning of used oil (as per IS: 1866/IEC: 60422 for oil in service) at rated capacity on
single pass basis as follow:
6.1 The parameters pertaining to the shunt reactor and neutral grounding reactor furnished under this
specification are listed below:
6.1.1.9 Ratio of zero sequence reactance between 0.9 & 1.0. to positive reactance (X0/X1)
6.1.1.10 Range of constant impedance Upto 1.5 pu voltage (the bidder shall furnish complete saturation
characteristics of the Reactors upto 2.5 pu Voltage
6.1.1.11 Tolerance on current0 to +5%
6.1.1.12 Harmonic content in phase current The crest value of the third harmonic component in phase current
not to exceed 3% of the crest value of fundamental
when reactor is energised at rated voltage with
sinusoidal wave form.
6.1.1.17 Vibration and stress level Not more than 200 microns’ peak to peak
at rated voltage and frequency Average vibrations shall not exceed 60 microns peak to peak. Tank
stresses shall not exceed 2.0kg/sq.mm at any point on the
tank.
6.1.1.18 Maximum Partial Discharge: 100 pico columb (PD) level at 1.5 pu
6.1.2 Void
7.2 It shall be possible to remove the turret mounted current transformers from the reactor tank without
removing the tank cover. Necessary precautions shall be taken to minimize eddy currents and local heat
generated in the turret.
7.3 Current transformer secondary leads shall be brought out to a weather proof terminal box near each
bushing. These terminals shall be wired out to cooler control cabinet/ marshalling box using separate
cables for each core.
7.4 Bushing Current transformer parameters indicated in this specification are tentative and liable to change
within reasonable limits. The Contractor shall obtain Employer's approval before proceeding with the
design of bushing current transformers.
7.5.1 Current Transformer Parameter for 420 kV Shunt Reactor (on each phase connection).
7.5.1.1 Ratio
Core 2 200/1A --
1000-
500/1A
Code 4 200/1A -do-
7.6 Note:
7.6.1 The secondary excitation current of class PS shall not be more than 4% of rated secondary current at
25% of knee point voltage.
7.6.3 Class (for the relevant protection and duties) as per IEC 60185.
7.6.4For estimation of spares, one set of CTs shall mean one CT of each type used in Reactor
The reactor losses shall be capitalizing at Rs. 1,96,000 Per KW. On testing if it is found that actual losses
are more than the values of guaranteed losses indicated by him, the bidder shall pay to the purchaser
penalty charges for each KW double the rate above the guaranteed.
The bidder shall provide services of a qualified Engineer who shall assumes full responsibility for the
supervision of erection testing and commissioning of equipments offered.
11.0 Mandatory Spares of Tools
2. Radiator Section 1
4. Buchholz relay. 1
All tanks and oil filled compartments shall be completely filled with air or oil of a viscosity not greater than
that of insulating oil conforming to IEC:60296 at the ambient temperature and subjected to a pressure equal
to normal tank pressure plus 35 kN/sq.m (5 psi) measured at the base of the tank. This pressure shall be
maintained for a period of not less than 12 hours for oil and 1 hour for air during which no leakage shall
occur.
ii) Shunt and neutral grounding reactor tank shall be subjected to the specified vacuum.
The tank designed for full vacuum shall be tested at an internal pressure of 3.33 KN/sq.m absolute (25
torr) for one hour. The permanent deflection of flat plates after the vacuum has been released shall not
exceed the values specified below:
Horizontal length of flat plate (in mm) Permanent deflection (in mm) Upto and including
750 5.0
Shunt and neutral grounding reactor tank of each size, its radiator, conservator vessel and other fittings
together or separately shall be subjected to an air pressure corresponding to twice the normal head of oil
or normal pressure plus 35 KN/sq.m whichever is lower, measured at the base of the tank and
maintained for one hour. The permanent deflection of the flat plate after the excess pressure has been
released shall not exceed the figures specified above for vacuum test.
Oil sample shall be drawn before and after heat run test and shall be tested for dissolved gas analysis. Oil
sampling to be done 2 hours prior to commencement of temperature rise test. For ONAN/ONAF cooled
transformers/reactors, sample shall not be taken earlier than 2 hours after shutdown.
The acceptance norms with reference to various gas generation rates shall be as per IEC 61181.
The test shall be done for a minimum of 24 hours with saturated temperature for at least 4 hours.
4.
In addition to the routine tests listed in the IEC-60076 the volt-current characteristics test shall also be
carried out on each neutral grounding reactor preferably atleast upto short time rated current. Calculated
value of hot spot temperature shall be furnished by the Contractor. Further, Lighting impulse voltage
withstand test and ohmic value measurement shall be carried out.
5. Routine tests on Bushings: Routine test on bushings shall be done as per IEC 60137.
SCHEDULE-R
PART -I
1. Type of reactor :
2. Types of cooling :
3. Connection :
2. Rated voltage
5. Number of Phases :
PART –II
1. Name of manufacture :
Between to Between to
Phase ground phase ground
i. HV-mm :
5. Approximate weights :
i. Core -kg
i. Length -mm
8. Details of Tank:
10. Shipping:
11. Bushings:
i. Type
iii. Ratio
v. Burden -VA
Name:
Designation:
Date:
TECHNICAL SPECIFICATION FOR 50 MVAR, 420kV SHUNT
REACTORS & 1.5MVAR, 145kV NEUTRAL GROUNDING
REACTORS:
1.0 SCOPE:
1.2 It is not the intent to specify completely herein all the details of the design and
construction of equipment. However, the equipment shall conform in all respects
to high standards of engineering, design and workmanship and shall be capable of
performing in continuous commercial operation. The owner will interpret the
meanings of drawings and specification and shall have the power to reject any
work or material which, in his judgment is not in accordance therewith. The
offered equipment shall be complete with all components necessary for their
effective and trouble-free operation. Such, components shall be deemed to be
within the scope of suppliers supply irrespective of whether those are specifically
brought out in this specification and/ or the commercial order or not.
2.0 STANDARDS:
IS Indian Standard,
Bureau of Indian Standards, Manak
Bhavan, 9, Bahadur Shah Zafar Marg, New
Delhi –110 002.
INDIA.
BS British Standards,
British Standards Institution, 101,
Pentonvilla Road,
N – 19 –ND – UK.
Page 2 of 33
420KV 50 MVAR Reactor
115, East 44th Street, New York,
NY 10017, USA.
2.1 The electrical installation shall meet requirements of Indian Electricity Rules,
1956 and IS-1886, “Code of practice for installation and maintenance of
Transformers” as amended till date.
Page 3 of 33
420KV 50 MVAR Reactor
Each of the forgoing supplies shall be made available by the Purchaser at the
terminal point for each shunt reactor for operation of accessories and auxiliary
equipment. Supplier’s scope include supply of interconnecting cables, terminal
boxes etc., The above supply voltage may vary as indicated below and all devices
shall be suitable for continuous operation over the entire range of voltages.
The shunt reactors as required as per this specification shall be used for the
following duly noted against each;
1. 420kV, 50MVAR Reactors connected to line for control of over voltage due to
energisation, re-energisation, load rejection and fault initiation. These shall be
unswitched reactors directly connected to 400kV line at ends.
3. Rated frequency : 50 Hz
6. Installation : Outdoor
Page 4 of 33
420KV 50 MVAR Reactor
9. Power frequency test voltage to earth for which : 230 kV(rms.)
star point of the winding is to be insulated.
11.0 Impedance
Linear upto a maximum of 1.5 p.u. on 420 kV base ratio of tan *2 (slope beyond
1.5 p.u.) and tan *1 (slope upto 1.5 p.u.) should not less than 0.3 in case of gapped
core reactors and not less than 0.6 in air core reactors. The tenderer shall furnish
this curve upto 2.5 p.u. voltage for the reactors offered indicating the saturation,
Knee point slope angles in the unsaturated regions. Methods of
verifications/calculations etc. of this linearity characteristics shall be submitted
alongwith the offer.
11.2 The reactor shall withstand the following transient and temporary over voltages
occuring in the purchaser lines in any sequence following continuous operation at
rated voltage which may cause additional current flow as a result of operation at a
changed point on saturation characteristic beyond knee point.
a. Temporary over voltages of the system of the order of 1.5 p.u. at 420 kV
base.
b. Lightening impulse voltages
c. Switching surge over voltages.
d. Phase to earth voltage rise of healthy phases during earth fault.
e. Oscillating voltages and currents due to the tuning of system capacitance
and reactance.
11.3 The Supplier shall indicate the durations which the reactor offered is able to
withstand the transient and temporary over voltages without undue heating and/or
injury to any part.
12.0 Ratio of zero sequence reactance to positive sequence reactance Xo/X1 shall be
between 0.9 to 1.0
13.0 The magnetic path for zero sequence flux shall be so designed that the mutual
reactance is negligible and the value of X0 is nearly same as that of X1. The
successful tenderer shall demonstrate the actual value of Xo/X1 of the reactor
Page 5 of 33
420KV 50 MVAR Reactor
offered at rated conditions. Further necessary calculations design details,
drawings, dimensions, etc. shall furnished alongwith the bid to prove that the ratio
of X0 / X1 is very close to unity.
18.1 Corresponding to the ambient temperature of 500C the following temperature rises
shall be applicable:
a) Temperature rise of winding measured by resistance : 550C
b) Temperature rise of top oil measured by thermometer : 500C
c) The temperature of hottest spot shall be as per relevant standard.
Note:
(i) Temperature rises should be guaranteed when reactor is operating at 420 kV. At
5% higher voltage reactor shall be capable of operating continuous without
injurious heating.
20.1 Maximum vibration level at rated voltage and Not to exceed 200 micron
frequency (peak to peak) at any place
on tank
Page 6 of 33
420KV 50 MVAR Reactor
carried out with reactor energized at rated voltage
as follows;
i) the side of tank are each divided into 12
rectangular areas. the areas are marked up &
numbered within each area, the point of maximum
vibration level is measured.
ii) the average amplitude of oil local maxima shall
not exceed 60 micrometers.
iii) The maximum amplitude at within any
particular rectangular shall not exceed 200
micrometers peak to peak.
2. During vibration measurement the stress of
tank shall be measured at 2-3 vulnerable location
on each side by means of strain gauge and shall
not be more than 2.0 kg/ mm2
3. Vibration monitor/ alarm should be provided in
the reactor.
23.0 Permissible current unbalance among different +2% of the average value
phases
24.0 Bushings:
24.1 Type
(a) Line terminals 420 kV oil filled condenser
bushing with Test Tap. No
arcing horns should be
provided
(b) Neutral terminals 145 kV oil filled condenser
- Earthed through neutral reactor bushing
Page 7 of 33
420KV 50 MVAR Reactor
25.2 Number of 5 1
cores
Core –2
Ratio 100/ 1A 2000-1000-500/ 1A -
Class PS PS -
Burden - -
Minimum knee 100 V 1000-500-250 V -
point voltage
Maximum C.T. 0.5 10-5-2.5 -
resistance (ohms)
Application Restricted E/F Line protection -
(Main – I)
Core –3
Ratio 100/ A 2000-1000-500/ 1A -
Class PS PS -
Burden - - -
Minimum knee 100 V 1000-500-250 V -
point voltage
Maximum C.T. 0.5 10-5-2.5 -
resistance (ohms)
Application Reactor Line protection -
backup (Main – II)
Core –4
Ratio 100 / 1A 100/ 1A -
Class 3.0 3.0 -
Burden 30 VA 30 VA -
Minimum knee - - -
point voltage -
Maximum C.T. - - -
resistance (ohms)
Application Metering Temperature
indication (on one
phase only)
Page 8 of 33
420KV 50 MVAR Reactor
Core –5
Ratio 100/1 A 100/ 1A
Class PS PS
Burden - -
Minimum knee 100 V 100 V
point voltage
Maximum C.T. 0.5 0.5
resistance (ohms)
Application Spare Spare
Page 9 of 33
420KV 50 MVAR Reactor
11.0 Noise level 62DB latest NEMA standard
Notes: The neutral of 420 kV shunt reactor shall be having an insulation class of 550 kV
corresponding to 145kV rated voltage to permit connections of a neutral reactor of
640 ohms impedance. The fully insulated neutral of 36kV shall be kept isolated.
The Neutral grounding reactors having the impedance of 640 ohms shall be
installed at the lines. However, depending upon the system requirements the
ohmic impedance may require some change and the same shall be agreeable to the
successful supplier without any extra cost.
13. BUSHINGS
13.1 a) Line end 145kV oil impregnated paper type
b) Neutral end 17.5 kV porcelain bushing
16. Vibration:
The vibration of the shields and iron parts shall in no case be more than 200
micrometers (peak to peak) at any place on tank when reactor is excited at
nominal voltage.
Page 10 of 33
420KV 50 MVAR Reactor
5.1 Rated voltages:
5.1.1 The rated voltage for 50 MVAR shunt reactors shall be 420 kV between phase
(1.0 PU).
5.12 The rated voltage for 1.5 MVAR neutral reactors shall be correspond to 145kV
class from insulation strength point of view having 550BIL and 230kV power
frequency withstand test voltage.
5.2.1 The MVAR rating of the shunt reactors shall be defined in accordance with
IEC/IS standards and shall be 420 kV, 50 MVAR and for 145 kVclass ; 1.5
MVAR
5.2.2 The nominal value of impedance between phase and neutral shall be as under,
3528 ohms (for 50 MVAR) and 640 ohm (for 1.5 MVAR)
5.3.1 The reactor shall be designed for natural cooling for following temperature rises
above 500 C ambient temperature when operating at rated voltages.
5.3.2 The maximum temperature rise of copper winding shall not exceed 550 C
measured by resistance methods.
5.3.3 The hottest spot temperature rise of oil in any part of the tank shall not exceed
500 C when measured by thermometer.
5.3.4 Covers and other metallic parts in contact with or adjacent to insulation shall in n
case attain a temperature value in excess of that allowed for the winding when
measured by thermometer.
5.3.5 When operated at over voltage 1.1 PU for a period not in excess of 2 hours,
following operation at rated voltage (1. OPU) and kVA with a temperature rise as
defined in above clauses, the average temperature rise of shunt reactor winding
shall not exceed 650 C when measured by resistance method. The hottest spot
temperature rise shall not exceed 800 C.
5.4.1 The reactors shall have been linear volt ampere characteristics upto 1.5 PU on 420
kV base.
5.4.2 Above 1.5 PU volt ampere characteristics shall not depart more than 2/3 from
linearity.
5.4.3 Ratio of tan α 2 (slope beyond 1.5 p.u) and tan α 1 (slope upto 1.5 p.u) should not
be less than 0.3 in case of gapped core reactors and not less than 0.6 in air core
reactors.
5.4.4 The above characteristics shall apply for all types of reactors in this specification.
5.4.5 Temporary over voltages withstand capability:
Page 11 of 33
420KV 50 MVAR Reactor
1. The Supplier shall submit the characteristics curve giving the over excitation
withstand capability due to temporary over voltages caused by load rejection
switching surges etc. where the admissible time is a function of the
voltage/frequency ratio.
2. The reactors must be able to operate within the limits governed by this curve and
there shall be no thermal, mechanical or electrical damage.
5.6.0 Tolerance:
When viewed from 400 kV bushing side, the phase sequence of bushings shall be
from left to right as corresponding to phase marking of U-V-W.
The reactor shall be designed such that when energised at rated voltage (1.0 p.u
420 kV) and frequency (1.0 p.u 50 Hz) the audible sound level shall not exceed
75 dB when measured at the factory in accordance with the conditions outlined in
NEMA TR-1-1971 part 9.04
5.9 Corona Extinction Voltage (Visible) and RIV: This shall be as per IS 2099.
5.11 Vibration:
1. The supplier shall take special care in solving the problems of vibration during
design and manufactures of reactors.
2. The double amplitude vibration at any point on tank walls and covers when
operating at rated voltage and frequency shall not exceed 200 micrometers (peak
to peak).
3. The double amplitude vibration at any point in tank bottom under similar
conditions shall not exceed 60 microns.
Page 12 of 33
420KV 50 MVAR Reactor
4. The supplier shall ensure that magnetic circuit and shields are so designed to
prevent natural frequency from coinciding with mechanical frequencies
developed, thus preventing the amplification of mechanical deflections to
excessive levels. The use of stiffeners should be judiciously made but should not
cause the development of under stresses in tank welds. An additional
consideration shall be the relation of levels of tank stress and vibration to
temperatures. The tank shall be constructed to withstand any mechanical stresses
leading to fatigue fracture resulting from operation between maximum and
minimum ambient temperature and highest temperature of oil and tank walls.
5. The vibration stresses at any point of tank and cover, including the welding seem
shall not exceed 2 Kg/mm2
6. The construction of tank and magnetic circuit shall be such that accelerometers or
strain gauges are mounted directly on magnetic circuit and leads are brought out
to an external terminal box for connection to a multipoint recording instrument.
This instrument shall be of flush mounting design for remote panel mounting. The
instrument and connecting cable shall be under the scope of supply of the
supplier. This instrumentation will provide information on the conditions of the
magnetic circuit during the life of the reactors.
1. While switching in the reactors, the inrush current shall be as low as possible in
order to avoid the flow of neutral current of sufficient peak and duration to initiate
the operation of earth fault relays. The bidder must submit the details of measures
taken and the calculate results which will be generally compared with the results
of works tests as also field tests.
Page 13 of 33
420KV 50 MVAR Reactor
and the mean of the three phase currents, shall not be larger than 0.5% at rated
voltage, 5% at 150% of rated voltage.
2. The maximum peak of harmonic current of 3rd order shall not exceed 1% of the
peak of fundamental wave.
3. The suppliers shall suggest the required tests in the works and also in the field to
prove the compliance with above requirements.
6.2 1) Purchaser reserve the right to reject the reactor if the tested losses exceed the
declared losses which are as under:
For 50MVAR, 420kV Shunt Reactor:
Losses: 105 kW (Max)
For 1.5MVAR, 145kV Neutral Grounding Reactor:
Losses: 3 kW (Max)
7.0 Construction:
7.1 General:
7.1.1 The shunt reactors shall be oil immersed air core type with magnetic shield or iron
core type gapped core construction and shall be supplied with conservator. The
reactors with sealed design tank will not be acceptable. The reactors shall be
natural cooled type and no cooling by fan and/ or oil forced flow will be
acceptable. The tank of reactors shall be of bell shaped constructions.
Page 14 of 33
420KV 50 MVAR Reactor
2. The dimension of the reactors shall be such as to be easily transportable by
ROAD only. The supplier shall be responsible for transportation from his work to
site.
1. The tank shall be made of heavy steel sufficiently strong to contain the oil under
temperatures corresponding to all operating conditions and adequately rigid
during transport and handling. The tank when filled with oil shall be subject to
leak tests as per this specification. The tank should be designed to withstand
pressure & vacuum as per CBIP guidelines.
2. The tank shall be bell shaped construction. The flanges of the joints shall be well
machined to high degree of perfection so that bolted joins are properly gasketed to
avoid any leakage of oil through joints. These joints must be based on well proven
technology. The joints shall be usually being of bolted type. If the bidder offers a
welded design he must submit the full details of the joint in his offer and should
proceed ahead only after the approval of the purchaser.
3. The top surface tank and cover shall have one or more manholes and also hand
holes to facilitate maintenance of internal parts without removing the bushings.
4. Butt welded studs for fixings bushings and other heavy pieces to be assembled on
cover shall not be acceptable. In all these cases stud bolts threaded to cover body
shall be used.
5. Slopping top cover shall have skid rings welded on them to prevent workman
from slipping off the rounded surfaces.
6. The conservator tank shall be suitably mounted on the main tank and shall be
equipped with Silicagel dehydrating breather on oil level guage and a sump with a
drain valve. The pipe connection between main tank and conservator shall include
a shut off valve and shall be equipped with a flanged joint between main tank and
valve, and between later and Buchholz relay.
7. The metal shield required as per design to be fitted inside the tank for magnetic
flux distribution purposes, the insulation required for shield shall be strong
enough to withstand the vibration stresses, over heating and transportation shocks.
8. A pressure relief device with alarm contracts and pressure setting shall be
installed on the top cover to protect the reactor against internal pressures which
may develop due to internal faults. This device should however not affect in any
way the working of Buchholz relays.
9. The tanks shall be provided with a drain valve and filling connection arranged so
as to facilitate oil circulation through external tank is also required for oil filling
Page 15 of 33
420KV 50 MVAR Reactor
under vacuum. All connection radiator banks shall be provided with shut off
valves.
10. All nuts and bolts, washers, clamps and similar devices shall either be hot dip
galvanised steel or manufactured of metallic materials not subject to corrosion
and rusting.
11. It is necessary that all gaskets in contact with insulating oil shall not be affected
by the properties and action of hot insulating oil. These shall be characterised by
their ability to retain their resilience during the life of equipment with which they
are associated and should be impervious to the effects of weather condition while
maintaining oil tightness. The gasket made of cork only or neoprine only are not
acceptable. The gaskets made of cork neoprene or nitrile butadine rubber are
acceptable.
12. Walls or pockets for temperature indicating devices shall be placed insides of the
reactor at a location which will permit removal of indicator without removing the
reactor equipment from service.
13. Each tank shall be provided with two stainless steel ground pads located on
opposite sides of tank base. Clamp type connectors shall be provided for each
ground pad. These connectors shall be suitable for 75 x 6 mm galvanised MS
strip.
14. Suitable capacity lifting lugs and eye bolts shall be provided are so located on the
tank that a safe clearance is obtained between sling and reactor bushings without
use of a spreader.
15. Reactors shall have either tank mounted radiators or separately mounted radiators.
In case of former the shut off valves shall be provided for shutting the main tank
off the radiators. In case of latter flexible joints shall be provided on the main oil
pipes connecting the reactor tank to radiator banks to reduce vibration and
facilities erection or dismantling.
16. The reactor on rail track in direction parallel (X-X) and perpendicular (Y-Y) to
the axis of bushings in the plan. Rail gauge for movement along axis of HV
bushings shall be 1676.4mm and for movement in direction perpendicular to axis
of bushings the gauge shall be 2500 mm.
17. The reactors shall be suitable for clamping on the foundations. The reactors shall
be rigidly mounted on wheels resting on rails grouted in cement concrete
foundation. The complete reactor shall be rigidly anchored through anti
earthquake clamps and locking devices. The rails shall be mounted flush with top
of concretes.
Page 16 of 33
420KV 50 MVAR Reactor
18. The tenderer shall also offer skid base to enable purchaser to select either skid
base or wheels or both. The bottoms frame stiffeners and channels etc. for
providing skid shall be subject to approval of purchaser.
7.3 Radiators.
1. The radiators shall be designed to withstand the vacuum and pressure conditions
specified for tank.
2. The radiators for reactor shall be made of good quality pressed steel. The radiators
could either be tank mounted or separately mounted.
3. Each radiators unit shall be provided with following:
i. Top and bottom shut off valves
ii. Drain plug.
ii. Air release plug.
iv. Two grounding terminal for 75x6 mm MS flat.
7.4.1 The core and/or magnetic shields shall be of very high grade, cold rolled grain
oriented, non-ageing electrical site steel having low hysteresis loss and high
permeability.
2. The core laminations shall be free of all burrs and sharp projections. Each sheet
shall have insulating coating resistant to action of hot oil.
3. The completed core and coil assembly shall be so assembled and braced that the
centre line and outside surface of the coil stack shall each lie in a vertical plane.
4. Eyes and lugs shall be provided for lifting the core and coils.
7.5 Windings
Page 17 of 33
420KV 50 MVAR Reactor
1. The windings of the reactors of one type, design and rating shall be
interchangeable.
2. The mechanical bracing and clamping of coil stacks should be strong enough to
resist al vibrations and shocks and mechanical force.
3. The arrangement of oil ducts shall be such as to provide most efficient cooling.
4. All joints shall be brazed, hammered, filled and sanded to the original conductor
shape specially regarding rounding of the edges.
5. The leads or terminals on all winding connections shall be brazed or silvered and
bolted. Soft soldered connections are not acceptable.
8. All leads from winding to bushing shall be rigidly supported to prevent injury
from vibration. The guide tubes shall be used wherever possible.
10. Paper or an approved substitute shall be used for conductor insulation. The
completed coil and core assembly shall be dried in vacuum inside reactor tank at
not more than 25 tonnes absolute pressure and shall be immediately impregnated
with oil under full vacuum after the drying process to ensure elimination of air
and moisture within the insulting structure. Due to moisture absorbing proportions
of oil impregnated paper coils must not exposed to atmosphere after drying and
oil impregnation under vacuum.
11. Coil winding may be given not more than one dip treatment of varnish which
shall be applied to improve coil cohesion and rigidity and not for improvement of
dielectric properties. It is however important to note that in no case should varnish
or other adhesive be used which will seal the coil and prevent evacuation of air
moisture and impregnation by oil. Glue must not be used at points where
movement between coils would tear paper insulation.
12. The winding neutral shall be made such that insulation testing and losses testing
are possible. The bidder shall indicate the proposal of doing so.
7.6 Painting.
Page 18 of 33
420KV 50 MVAR Reactor
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 insulting
oil shall be painted with two coats of heat resistant, oil insoluble, insulating
varnish.
All steel surface exposed to weather shall be given a primary coat of zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coats of glossy oil and Epoxy light gray paint in
accordance with shade no. 631 of IS-5.
All paints shall be carefully selected to withstand extremes of weather. The paint
shall not scale off or crinkle or be removed by abrasion due to normal handling.
2. Magnetic type oil gauge with low oil level alarm contacts (ratings; 0.5
Amp.; 220 V DC) Dial size 250 mm.
4. Buchholz relay with alarm and trip contacts (ratings 1.0 Amp. 220 Volts
DC) shall have:
- One number shut off value (size: 80 mm) on conservator side.
- Test cock
- Gas collection box and gas check value at ground level. Copper tube
interconnection between gas collection box and relay shall also be
provided. In reactors, for installation in areas subject to high seismic
forces, i.e. horizontal acceleration of 0.3g or more at frequency of 8 Hz
and above, pilot or read type of gas and oil relay shall be used.
Page 19 of 33
420KV 50 MVAR Reactor
i) It shall have a semaphore indicator, which will indicate operating
of PRD. Semaphore will not reset and will continue to indicate the
operation of the PRD till it is reset by hand.
ii) It shall have two electrically auxiliary contacts (1 Amp. 220V Dc
rating) one giving electric bulb indication and other audible alarm
in the control room on the operation of the PRD. These contacts
will not reset till reset by hand.
iii) It shall positively operate, at a pressure of 3.10(+/- 10% )kg/cm2
and automatically reset when pressure falls below this value. There
will be no leakage of oil after resetting of PRD.
7. Dial type oil temperature indicator with maximum reading pointer and two
sets of contacts (ratings: 5 Amp. 220 Volts d.c.)
Page 20 of 33
420KV 50 MVAR Reactor
19. Weather proof marshalling box for housing control equipment and
terminal connection.
20. Air release devices.
21. Wiring upto marshalling box with PVC SWA copper cables 650/1100 volt
grade.
22. Cooling Accessories
a) Requisite number of radiators provided with:
- One shut off valve on top (Size: 80 mm)
- One shut off valve at bottom (size: 80 mm)
- Air release device on top
- Drain and sampling device at bottom
- Lifting lugs
b) Joints, one each on top and bottom cooler pipe connections.
c) Air release device and oil drain plug on oil pipe connections.
23. Terminal connector
1) Line Side: Suitable for 4inch pipe ( Flexible pipe ) or Twin Moose.
2) Neutral: Suitable for Moose Conductors.
Page 21 of 33
420KV 50 MVAR Reactor
8.0 Requirements of control, protection & supervision:
8.1 Supervisory devices
1. Each reactor shall be provided with a marshalling box which should be mounted
preferably away from main tank so that vibration of tank does not create any
problem.
2. The boxes shall be of heavy gauge sheet steel and shall be fully water tight,
weather proof vermin proof, galvanised and painted both inside and outside.
3. the box shall have access door on hinges, locking facilities space heater. The
bottom of box shall have suitable cable glands to receive wire armoured PVC
cables of various sizes. The number and size of cables shall be indicated to
successful tenderer.
4. The marshalling box shall contain all devices required for protection control and
supervision, terminal board for control and power cable terminations.
5. All small wiring shall be installed in rigid steel conduit and sufficiently removed
prevent steel conduct over heating, minimum size of wiring shall be 2.5 sq. mm
Page 22 of 33
420KV 50 MVAR Reactor
copper. All terminations shall be crimped connection with stud type terminal
boards suitable for Ross Courtney washers etc. Necessary precautions shall have
to be taken against induced voltages in control wiring in EHV switchyard.
1. All porcelain enclosures and porcelain supports having the same voltage and
current ratings, shall be interchangeable.
2. All parts, assembled porcelain enclosures and supports, other than gasket which
may in no way be exposed to the atmospheres, shall be composed of completely
non-hygion copic material, such as metal or glazed porcelain.
3. Epoxy bushings are not acceptable.
4. All porcelain used shall be manufactured by the wet process and shall be
homogenous, free from laminations cavities and other flaws and shall be well
vitrified and impervious to moisture. The glazing shall be uniform, free from
blisters, burrs and other defects.
5. All bushings shall be gas tight and oil-tight on the apparatus for which they are
furnished. The seal shall be sufficiently tight to hold pressure changes due to
changes in ambient temperature without leakage or breathing of moistures or
oxygen. The bushings insulation shall not be depending on oil drawn up from the
apparatus.
6. All bushings shall be so designed that there will be no undue stressing of any
parts due to temperature changes and adequate means shall be provided to
accommodate any expansion of bushing conductors and current carrying parts
resulting from thermal expansion or deflection created by transient or overload
conditions.
7. Design shall ensure that there, will be no corona formation during testing and
operation.
8. All bushings rated above 350 kV BIL shall be of the oil impregnated paper,
condenser type.
9. Welded sealed type of construction for the thermal and mechanical duty involved
will not be accepted.
10. Each bushing shall be designed to prevent over stressing the dielectric field below
the bushing support so that neither corona nor flash over will occur within the
tank of the apparatus for which the bushing is being furnished. Provisions for this
feature shall be made either by a metal or metal coated ground sleeve extending
from the bushing support to below the surface of the oil, or by equivalent means
meeting the approval of purchaser.
11. All bushings shall be furnished without spill gaps unless specifically mentioned
also where in this specification, or when found to be necessary during the
equipment drawings analysis. In this case the contractor shall provide the
necessary spill gaps without price increase.
Page 23 of 33
420KV 50 MVAR Reactor
12. All insulating oil required for the bushing shall be furnished by the manufacture.
The Manufacturer shall furnish specification and certified copies or reports
showing characteristics of the insulation oil.
13. It is intended that gaskets in contact with insulating oil shall not be affected by the
properties and action of hot insulating oil, shall be characterized by their ability to
retain their resilience during the life of the effects of weather conditions while
maintaining oil tightness. Gasket made of such materials as cork neoprene or
nitrile are acceptable. The use of gaskets made of cork only or neoprene only is
not allowed. It is further intended that the use of gaskets in general be held to a
minimum.
It is preferred that the portion of the bushing porcelain above the mounting flange
and the portion below the mounting flanges, shall each be formed in on place.
However, porcelain fabricated in sections together by glaze firing, slip firing, or
other suitable comments may be permissible provided they are subjected to tests
which develop a fiber stress of not less than 53 kg/cm (900 psi) on each joint
using organic bounding material. In addition, all joints shall be subjected to a
suitable dielectric test. Gasketed joints will also be permissible providing the
joints are subjected to tests, to prove to the satisfaction of purchaser that the
finished bushing of the proper mechanical and electrical strength and free from
leaks.
3. The space between bushing core and porcelain both above and below mounting
flanges, shall be completely filled with oil. The bushing shall be equipped with
suitable magnetic oil level gauges and with means of sampling and draining oil.
4. All bushing shall be provided with atleast one potential capacitance tap to be used
for power factor measurements.
9 Tests:
9.1 All the equipment offered shall be fully type tested by the bidder or his
collaborator as per the relevant standards IS /IEC. However, if any, of the
remaining type tests have not yet been conducted, the supplier shall get them
Page 24 of 33
420KV 50 MVAR Reactor
conducted within 8 weeks of placement of order and before start of manufacture,
without any additional cost to purchaser. No time extension shall be granted for
these tests. The test reports for successful conduct of the tests shall be sent for
approval to the Purchaser, immediately on conducting the tests, based on which
clearance for manufacture shall be given”.
9.2 The following type test shall be carried out on the shunt reactors:
9.2.1 Following type test shall be conducted on one unit of 50MVAR 420kV
shunt reactor with the prices given in Clause 2 “Prices & Quantites”
1. temperature rise test
2. Noise level test
3. Pressure and Vacuum test.
9.2.2 Following type test shall be conducted on one unit of 50MVAR 420kV
shunt reactor without any extra cost:
c) The Manufacturer shall however use the following procedure for loss
measurements:
i) Loss measurements shall be performed on one shunt reactor unit by
calorimetric and schering bridge methods. For the remaining units, loss
measurements shall be performed only with the schering Bridge method
and using the same instruments (bridge components, measuring devices)
as those performed through calorimetric method on the above mentioned
unit.
ii) The value of losses obtained with Schering Bridge method shall be
corrected according to the following formula:
Page 25 of 33
420KV 50 MVAR Reactor
Loss value obtained by Schering Bridge method
iii) The values of losses used for the calculation of F shall be obtained from
the loss measurements performed with the two methods on the unit shunt
reactor tested.
9.2.5 The test under clause 9.2.3 & 9.2.4 shall be carried out without any extra
cost.
9.2.6 The type test, routine test & acceptance test as per relevant IS shall be
carried out on 1.5MVAR, 145kV NGR without any extra cost. The type
test shall be carried out only on one unit of NGR.
Page 26 of 33
420KV 50 MVAR Reactor
b. Ratio – All taps
c. Polarity test – By `Inductive Kick’ Method
d. Resistance-Secondary full winding resistance
e. Saturation Curve-check at three points of curve upto knee point.
10.0 Inspection
1. During the course of manufacture, Purchaser's representative shall have the right
to expedite and/or inspect the material workmanship, labour and the progress of
equipment on order and may reject any which is defective or unsuitable for the
purpose intended or which is not in accordance with the intent of the
specification. The tenderer shall provide all reasonable inspection facilities to
Purchaser's representative.
2. The successful tenderer shall keep the Purchaser informed in advance of the time
of starting and of the progress of manufacture of equipments in it various stages
so that arrangement could be made for inspection.
Page 27 of 33
420KV 50 MVAR Reactor
4. A copy of test shall be supplied for approval before despatch/shipment of
Reactors, which shall be approved by the purchaser within 10 days from the
receipt of test reports. After receipt of Purchaser approval, the supplier shall
within three weeks, submit 6 prints and one no. good quality reproducibles of
approved drawing for Purchaser's use. In addition, at the time of despatch of
shipment the supplier shall also furnish 6 sets of approved drawing to each
consignee.
6. The material shall be dispatched from its point of manufacture unless the material
has been satisfactorily inspected and tested.
2. Outline drawings with sectional view and front view of control cabinets showing
dimensions, weights, materials used, foundations, location of grouting holes,
cables and piping entrance conduit termination and respective list of material.
3. Outline drawing of the bushing showing material used, dimensions and creepage
distance of insulators, electrical withstand and breakdown values, temperature
reached in normal and abnormal conditions, mechanical strength, anti corona
devices and conductor terminals.
6. Location and details of all wiring, Piping terminal blocks, connector to which
external connection to the Piping conduit etc. will be made by others.
Page 28 of 33
420KV 50 MVAR Reactor
7. Schematic and internal device connectors of all elements used in the control
and/or protection circuits, showing terminal connections catalog and/or
instructions.
9. Bill of material, which shall be related to each schematic diagram describing each
element used in control and/or Protective circuit, shown on the referred diagram.
10. The supplier shall within 4 weeks of issue of LOI submit four sets of final
versions of all above drawing for purchaser's approval. The purchaser shall
communicate his comments/approval on the drawings to the supplier within two
weeks of receipt of drawing. The supplier shall, if necessary, modify the drawing
and resubmit four copies of modified drawings for purchaser’s approval. The
purchaser shall communicate approval with in two weeks of receipt of modified
drawing. After receipt of purchaser's approval, the supplier shall, within three
weeks, submit 6 prints and one No. good quality reproducible of the approved
drawing for purchaser's use. In addition, at the time of despatch, the supplier shall
submit 6 sets of approved drawing to each consignee.
11. All drawings, part lists, assembly procedures etc. shall bear a readily identified
number e.g. drawing number and each subsequent revision or addition to the
drawing or procedure shall be identified by a revision number of issue number.
12. Checking & approval of the above documents by the purchaser/ Engineer is for
the benefit of the Purchaser and shall not relieve the contractor from full
responsibility for ensuring correct interpretation of design drawings and accuracy
of the shop drawings and relevant specifications.
13. Constructors shall record all deviations, concessions, omissions, changes etc.
occurring through out the manufacturing assembly and testing phases and submit
a complete set of 'as-built' drawings in reproducible form within 30 days of the
date of equipment is considered to be placed in satisfactory operating condition.
14. Operation, maintenance and erection manuals shall be supplied one month prior to
despatch of the transformer. Manuals shall be bound volumes and shall contain all
the drawings and informations required for erection, operation and maintenance
of the transformer. Manual shall include, amongst others, the following
particulars.
Page 29 of 33
420KV 50 MVAR Reactor
The supplier shall furnish 4 copies of bound manuals to consignee and 4 sets to
Engineer of contract.
The supplier shall provide services of a qualified Engineer who shall assumes full
responsibility for the supervision of erection testing and commissioning of
equipments offered. The price for supervision service has been mentioned in
Clause 2 “Prices & Quantites”. Following facilities whenever required shall be
provided by the purchaser.
i. Skilled and unskilled labour and petty tools for general use.
ii. Free Boarding and lodging at work site.
iii. Local transportation from nearest Railway Station.
ANNEXURE – I
MANDATORY SPARES:
1 2 3
1. Line Bushing 1
2. Radiator Section 1
5. Number of Phases :
6. Total losses at rated voltage and at
a reference temperature of 750 C KW.
7. Impedance – Positive sequence : Ohm
Zero sequence : Ohm
8. X/R Ratio of Reactor
9. Maximum permissible duration of
services at 110% of rated voltage (Hrs)
10. Noise level & reference standard : db
11. a. Flux density in core at normal
voltage and rated frequency :
Cores / Shields lines/sq. mm.
Yokes lines/sq. mm.
b. Saturation Characteristic :
c. Over excitation withstand
characteristic :
12. Maximum current density in windings : Amps/Sq.cm.
13. Test voltages :
Page 31 of 33
420KV 50 MVAR Reactor
1. Name of manufacture :
2. Description of winding insulation :
3. Nature of insulation of lamination :
4. Clearances In Oil In Air
Between Between
Phase to ground phase to ground
i. HV-mm :
ii. Neutral –mm :
5. Approximate weights :
i. Core -kg
ii. Windings -kg
iii Tank & Fittings -kg
iv. Oil -kg
v. Total weight -kg
i. Length -mm
ii. breadth -mm
iii. Height -mm
8. Details of Tank:
Page 32 of 33
420KV 50 MVAR Reactor
11. Bushings:
i. Type
ii. Momentary power frequency dry –kV
withstand voltage
iii.a. Visible discharge voltage for -kV
falling power frequency voltage.
b. Radio interference voltage -kV
for each bushing micro volts
iv. One minute power frequency dry -kV
withstand voltage.
v. One minute power frequency wet –kV
withstand voltage.
vi. Power frequency puncture -kV
withstand voltage
vii. Full wave impulse withstand -kV
voltage.
viii. Impulse puncture withstand -kV
voltage
ix.a. Creepage distance in air -mm
Total
b. Creepage distance protected -mm
x. Weight of assembled bushing -kg
Page 33 of 33
420KV 50 MVAR Reactor
TECHNICAL SPECIFICATION FOR 50 MVAR, 420kV SHUNT
REACTORS & 1.5MVAR, 145kV NEUTRAL GROUNDING
REACTORS:
1.0 SCOPE:
1.2 It is not the intent to specify completely herein all the details of the design and
construction of equipment. However, the equipment shall conform in all respects
to high standards of engineering, design and workmanship and shall be capable of
performing in continuous commercial operation. The owner will interpret the
meanings of drawings and specification and shall have the power to reject any
work or material which, in his judgment is not in accordance therewith. The
offered equipment shall be complete with all components necessary for their
effective and trouble-free operation. Such, components shall be deemed to be
within the scope of suppliers supply irrespective of whether those are specifically
brought out in this specification and/ or the commercial order or not.
2.0 STANDARDS:
IS Indian Standard,
Bureau of Indian Standards, Manak
Bhavan, 9, Bahadur Shah Zafar Marg, New
Delhi –110 002.
INDIA.
BS British Standards,
British Standards Institution, 101,
Pentonvilla Road,
N – 19 –ND – UK.
Page 2 of 33
420KV 50 MVAR Reactor
115, East 44th Street, New York,
NY 10017, USA.
2.1 The electrical installation shall meet requirements of Indian Electricity Rules,
1956 and IS-1886, “Code of practice for installation and maintenance of
Transformers” as amended till date.
Page 3 of 33
420KV 50 MVAR Reactor
Each of the forgoing supplies shall be made available by the Purchaser at the
terminal point for each shunt reactor for operation of accessories and auxiliary
equipment. Supplier’s scope include supply of interconnecting cables, terminal
boxes etc., The above supply voltage may vary as indicated below and all devices
shall be suitable for continuous operation over the entire range of voltages.
The shunt reactors as required as per this specification shall be used for the
following duly noted against each;
1. 420kV, 50MVAR Reactors connected to line for control of over voltage due to
energisation, re-energisation, load rejection and fault initiation. These shall be
unswitched reactors directly connected to 400kV line at ends.
3. Rated frequency : 50 Hz
6. Installation : Outdoor
Page 4 of 33
420KV 50 MVAR Reactor
9. Power frequency test voltage to earth for which : 230 kV(rms.)
star point of the winding is to be insulated.
11.0 Impedance
Linear upto a maximum of 1.5 p.u. on 420 kV base ratio of tan *2 (slope beyond
1.5 p.u.) and tan *1 (slope upto 1.5 p.u.) should not less than 0.3 in case of gapped
core reactors and not less than 0.6 in air core reactors. The tenderer shall furnish
this curve upto 2.5 p.u. voltage for the reactors offered indicating the saturation,
Knee point slope angles in the unsaturated regions. Methods of
verifications/calculations etc. of this linearity characteristics shall be submitted
alongwith the offer.
11.2 The reactor shall withstand the following transient and temporary over voltages
occuring in the purchaser lines in any sequence following continuous operation at
rated voltage which may cause additional current flow as a result of operation at a
changed point on saturation characteristic beyond knee point.
a. Temporary over voltages of the system of the order of 1.5 p.u. at 420 kV
base.
b. Lightening impulse voltages
c. Switching surge over voltages.
d. Phase to earth voltage rise of healthy phases during earth fault.
e. Oscillating voltages and currents due to the tuning of system capacitance
and reactance.
11.3 The Supplier shall indicate the durations which the reactor offered is able to
withstand the transient and temporary over voltages without undue heating and/or
injury to any part.
12.0 Ratio of zero sequence reactance to positive sequence reactance Xo/X1 shall be
between 0.9 to 1.0
13.0 The magnetic path for zero sequence flux shall be so designed that the mutual
reactance is negligible and the value of X0 is nearly same as that of X1. The
successful tenderer shall demonstrate the actual value of Xo/X1 of the reactor
Page 5 of 33
420KV 50 MVAR Reactor
offered at rated conditions. Further necessary calculations design details,
drawings, dimensions, etc. shall furnished alongwith the bid to prove that the ratio
of X0 / X1 is very close to unity.
18.1 Corresponding to the ambient temperature of 500C the following temperature rises
shall be applicable:
a) Temperature rise of winding measured by resistance : 550C
b) Temperature rise of top oil measured by thermometer : 500C
c) The temperature of hottest spot shall be as per relevant standard.
Note:
(i) Temperature rises should be guaranteed when reactor is operating at 420 kV. At
5% higher voltage reactor shall be capable of operating continuous without
injurious heating.
20.1 Maximum vibration level at rated voltage and Not to exceed 200 micron
frequency (peak to peak) at any place
on tank
Page 6 of 33
420KV 50 MVAR Reactor
carried out with reactor energized at rated voltage
as follows;
i) the side of tank are each divided into 12
rectangular areas. the areas are marked up &
numbered within each area, the point of maximum
vibration level is measured.
ii) the average amplitude of oil local maxima shall
not exceed 60 micrometers.
iii) The maximum amplitude at within any
particular rectangular shall not exceed 200
micrometers peak to peak.
2. During vibration measurement the stress of
tank shall be measured at 2-3 vulnerable location
on each side by means of strain gauge and shall
not be more than 2.0 kg/ mm2
3. Vibration monitor/ alarm should be provided in
the reactor.
23.0 Permissible current unbalance among different +2% of the average value
phases
24.0 Bushings:
24.1 Type
(a) Line terminals 420 kV oil filled condenser
bushing with Test Tap. No
arcing horns should be
provided
(b) Neutral terminals 145 kV oil filled condenser
- Earthed through neutral reactor bushing
Page 7 of 33
420KV 50 MVAR Reactor
25.2 Number of 5 1
cores
Core –2
Ratio 100/ 1A 2000-1000-500/ 1A -
Class PS PS -
Burden - -
Minimum knee 100 V 1000-500-250 V -
point voltage
Maximum C.T. 0.5 10-5-2.5 -
resistance (ohms)
Application Restricted E/F Line protection -
(Main – I)
Core –3
Ratio 100/ A 2000-1000-500/ 1A -
Class PS PS -
Burden - - -
Minimum knee 100 V 1000-500-250 V -
point voltage
Maximum C.T. 0.5 10-5-2.5 -
resistance (ohms)
Application Reactor Line protection -
backup (Main – II)
Core –4
Ratio 100 / 1A 100/ 1A -
Class 3.0 3.0 -
Burden 30 VA 30 VA -
Minimum knee - - -
point voltage -
Maximum C.T. - - -
resistance (ohms)
Application Metering Temperature
indication (on one
phase only)
Page 8 of 33
420KV 50 MVAR Reactor
Core –5
Ratio 100/1 A 100/ 1A
Class PS PS
Burden - -
Minimum knee 100 V 100 V
point voltage
Maximum C.T. 0.5 0.5
resistance (ohms)
Application Spare Spare
Page 9 of 33
420KV 50 MVAR Reactor
11.0 Noise level 62DB latest NEMA standard
Notes: The neutral of 420 kV shunt reactor shall be having an insulation class of 550 kV
corresponding to 145kV rated voltage to permit connections of a neutral reactor of
640 ohms impedance. The fully insulated neutral of 36kV shall be kept isolated.
The Neutral grounding reactors having the impedance of 640 ohms shall be
installed at the lines. However, depending upon the system requirements the
ohmic impedance may require some change and the same shall be agreeable to the
successful supplier without any extra cost.
13. BUSHINGS
13.1 a) Line end 145kV oil impregnated paper type
b) Neutral end 17.5 kV porcelain bushing
16. Vibration:
The vibration of the shields and iron parts shall in no case be more than 200
micrometers (peak to peak) at any place on tank when reactor is excited at
nominal voltage.
Page 10 of 33
420KV 50 MVAR Reactor
5.1 Rated voltages:
5.1.1 The rated voltage for 50 MVAR shunt reactors shall be 420 kV between phase
(1.0 PU).
5.12 The rated voltage for 1.5 MVAR neutral reactors shall be correspond to 145kV
class from insulation strength point of view having 550BIL and 230kV power
frequency withstand test voltage.
5.2.1 The MVAR rating of the shunt reactors shall be defined in accordance with
IEC/IS standards and shall be 420 kV, 50 MVAR and for 145 kVclass ; 1.5
MVAR
5.2.2 The nominal value of impedance between phase and neutral shall be as under,
3528 ohms (for 50 MVAR) and 640 ohm (for 1.5 MVAR)
5.3.1 The reactor shall be designed for natural cooling for following temperature rises
above 500 C ambient temperature when operating at rated voltages.
5.3.2 The maximum temperature rise of copper winding shall not exceed 550 C
measured by resistance methods.
5.3.3 The hottest spot temperature rise of oil in any part of the tank shall not exceed
500 C when measured by thermometer.
5.3.4 Covers and other metallic parts in contact with or adjacent to insulation shall in n
case attain a temperature value in excess of that allowed for the winding when
measured by thermometer.
5.3.5 When operated at over voltage 1.1 PU for a period not in excess of 2 hours,
following operation at rated voltage (1. OPU) and kVA with a temperature rise as
defined in above clauses, the average temperature rise of shunt reactor winding
shall not exceed 650 C when measured by resistance method. The hottest spot
temperature rise shall not exceed 800 C.
5.4.1 The reactors shall have been linear volt ampere characteristics upto 1.5 PU on 420
kV base.
5.4.2 Above 1.5 PU volt ampere characteristics shall not depart more than 2/3 from
linearity.
5.4.3 Ratio of tan α 2 (slope beyond 1.5 p.u) and tan α 1 (slope upto 1.5 p.u) should not
be less than 0.3 in case of gapped core reactors and not less than 0.6 in air core
reactors.
5.4.4 The above characteristics shall apply for all types of reactors in this specification.
5.4.5 Temporary over voltages withstand capability:
Page 11 of 33
420KV 50 MVAR Reactor
1. The Supplier shall submit the characteristics curve giving the over excitation
withstand capability due to temporary over voltages caused by load rejection
switching surges etc. where the admissible time is a function of the
voltage/frequency ratio.
2. The reactors must be able to operate within the limits governed by this curve and
there shall be no thermal, mechanical or electrical damage.
5.6.0 Tolerance:
When viewed from 400 kV bushing side, the phase sequence of bushings shall be
from left to right as corresponding to phase marking of U-V-W.
The reactor shall be designed such that when energised at rated voltage (1.0 p.u
420 kV) and frequency (1.0 p.u 50 Hz) the audible sound level shall not exceed
75 dB when measured at the factory in accordance with the conditions outlined in
NEMA TR-1-1971 part 9.04
5.9 Corona Extinction Voltage (Visible) and RIV: This shall be as per IS 2099.
5.11 Vibration:
1. The supplier shall take special care in solving the problems of vibration during
design and manufactures of reactors.
2. The double amplitude vibration at any point on tank walls and covers when
operating at rated voltage and frequency shall not exceed 200 micrometers (peak
to peak).
3. The double amplitude vibration at any point in tank bottom under similar
conditions shall not exceed 60 microns.
Page 12 of 33
420KV 50 MVAR Reactor
4. The supplier shall ensure that magnetic circuit and shields are so designed to
prevent natural frequency from coinciding with mechanical frequencies
developed, thus preventing the amplification of mechanical deflections to
excessive levels. The use of stiffeners should be judiciously made but should not
cause the development of under stresses in tank welds. An additional
consideration shall be the relation of levels of tank stress and vibration to
temperatures. The tank shall be constructed to withstand any mechanical stresses
leading to fatigue fracture resulting from operation between maximum and
minimum ambient temperature and highest temperature of oil and tank walls.
5. The vibration stresses at any point of tank and cover, including the welding seem
shall not exceed 2 Kg/mm2
6. The construction of tank and magnetic circuit shall be such that accelerometers or
strain gauges are mounted directly on magnetic circuit and leads are brought out
to an external terminal box for connection to a multipoint recording instrument.
This instrument shall be of flush mounting design for remote panel mounting. The
instrument and connecting cable shall be under the scope of supply of the
supplier. This instrumentation will provide information on the conditions of the
magnetic circuit during the life of the reactors.
1. While switching in the reactors, the inrush current shall be as low as possible in
order to avoid the flow of neutral current of sufficient peak and duration to initiate
the operation of earth fault relays. The bidder must submit the details of measures
taken and the calculate results which will be generally compared with the results
of works tests as also field tests.
Page 13 of 33
420KV 50 MVAR Reactor
and the mean of the three phase currents, shall not be larger than 0.5% at rated
voltage, 5% at 150% of rated voltage.
2. The maximum peak of harmonic current of 3rd order shall not exceed 1% of the
peak of fundamental wave.
3. The suppliers shall suggest the required tests in the works and also in the field to
prove the compliance with above requirements.
6.2 1) Purchaser reserve the right to reject the reactor if the tested losses exceed the
declared losses which are as under:
For 50MVAR, 420kV Shunt Reactor:
Losses: 105 kW (Max)
For 1.5MVAR, 145kV Neutral Grounding Reactor:
Losses: 3 kW (Max)
7.0 Construction:
7.1 General:
7.1.1 The shunt reactors shall be oil immersed air core type with magnetic shield or iron
core type gapped core construction and shall be supplied with conservator. The
reactors with sealed design tank will not be acceptable. The reactors shall be
natural cooled type and no cooling by fan and/ or oil forced flow will be
acceptable. The tank of reactors shall be of bell shaped constructions.
Page 14 of 33
420KV 50 MVAR Reactor
2. The dimension of the reactors shall be such as to be easily transportable by
ROAD only. The supplier shall be responsible for transportation from his work to
site.
1. The tank shall be made of heavy steel sufficiently strong to contain the oil under
temperatures corresponding to all operating conditions and adequately rigid
during transport and handling. The tank when filled with oil shall be subject to
leak tests as per this specification. The tank should be designed to withstand
pressure & vacuum as per CBIP guidelines.
2. The tank shall be bell shaped construction. The flanges of the joints shall be well
machined to high degree of perfection so that bolted joins are properly gasketed to
avoid any leakage of oil through joints. These joints must be based on well proven
technology. The joints shall be usually being of bolted type. If the bidder offers a
welded design he must submit the full details of the joint in his offer and should
proceed ahead only after the approval of the purchaser.
3. The top surface tank and cover shall have one or more manholes and also hand
holes to facilitate maintenance of internal parts without removing the bushings.
4. Butt welded studs for fixings bushings and other heavy pieces to be assembled on
cover shall not be acceptable. In all these cases stud bolts threaded to cover body
shall be used.
5. Slopping top cover shall have skid rings welded on them to prevent workman
from slipping off the rounded surfaces.
6. The conservator tank shall be suitably mounted on the main tank and shall be
equipped with Silicagel dehydrating breather on oil level guage and a sump with a
drain valve. The pipe connection between main tank and conservator shall include
a shut off valve and shall be equipped with a flanged joint between main tank and
valve, and between later and Buchholz relay.
7. The metal shield required as per design to be fitted inside the tank for magnetic
flux distribution purposes, the insulation required for shield shall be strong
enough to withstand the vibration stresses, over heating and transportation shocks.
8. A pressure relief device with alarm contracts and pressure setting shall be
installed on the top cover to protect the reactor against internal pressures which
may develop due to internal faults. This device should however not affect in any
way the working of Buchholz relays.
9. The tanks shall be provided with a drain valve and filling connection arranged so
as to facilitate oil circulation through external tank is also required for oil filling
Page 15 of 33
420KV 50 MVAR Reactor
under vacuum. All connection radiator banks shall be provided with shut off
valves.
10. All nuts and bolts, washers, clamps and similar devices shall either be hot dip
galvanised steel or manufactured of metallic materials not subject to corrosion
and rusting.
11. It is necessary that all gaskets in contact with insulating oil shall not be affected
by the properties and action of hot insulating oil. These shall be characterised by
their ability to retain their resilience during the life of equipment with which they
are associated and should be impervious to the effects of weather condition while
maintaining oil tightness. The gasket made of cork only or neoprine only are not
acceptable. The gaskets made of cork neoprene or nitrile butadine rubber are
acceptable.
12. Walls or pockets for temperature indicating devices shall be placed insides of the
reactor at a location which will permit removal of indicator without removing the
reactor equipment from service.
13. Each tank shall be provided with two stainless steel ground pads located on
opposite sides of tank base. Clamp type connectors shall be provided for each
ground pad. These connectors shall be suitable for 75 x 6 mm galvanised MS
strip.
14. Suitable capacity lifting lugs and eye bolts shall be provided are so located on the
tank that a safe clearance is obtained between sling and reactor bushings without
use of a spreader.
15. Reactors shall have either tank mounted radiators or separately mounted radiators.
In case of former the shut off valves shall be provided for shutting the main tank
off the radiators. In case of latter flexible joints shall be provided on the main oil
pipes connecting the reactor tank to radiator banks to reduce vibration and
facilities erection or dismantling.
16. The reactor on rail track in direction parallel (X-X) and perpendicular (Y-Y) to
the axis of bushings in the plan. Rail gauge for movement along axis of HV
bushings shall be 1676.4mm and for movement in direction perpendicular to axis
of bushings the gauge shall be 2500 mm.
17. The reactors shall be suitable for clamping on the foundations. The reactors shall
be rigidly mounted on wheels resting on rails grouted in cement concrete
foundation. The complete reactor shall be rigidly anchored through anti
earthquake clamps and locking devices. The rails shall be mounted flush with top
of concretes.
Page 16 of 33
420KV 50 MVAR Reactor
18. The tenderer shall also offer skid base to enable purchaser to select either skid
base or wheels or both. The bottoms frame stiffeners and channels etc. for
providing skid shall be subject to approval of purchaser.
7.3 Radiators.
1. The radiators shall be designed to withstand the vacuum and pressure conditions
specified for tank.
2. The radiators for reactor shall be made of good quality pressed steel. The radiators
could either be tank mounted or separately mounted.
3. Each radiators unit shall be provided with following:
i. Top and bottom shut off valves
ii. Drain plug.
ii. Air release plug.
iv. Two grounding terminal for 75x6 mm MS flat.
7.4.1 The core and/or magnetic shields shall be of very high grade, cold rolled grain
oriented, non-ageing electrical site steel having low hysteresis loss and high
permeability.
2. The core laminations shall be free of all burrs and sharp projections. Each sheet
shall have insulating coating resistant to action of hot oil.
3. The completed core and coil assembly shall be so assembled and braced that the
centre line and outside surface of the coil stack shall each lie in a vertical plane.
4. Eyes and lugs shall be provided for lifting the core and coils.
7.5 Windings
Page 17 of 33
420KV 50 MVAR Reactor
1. The windings of the reactors of one type, design and rating shall be
interchangeable.
2. The mechanical bracing and clamping of coil stacks should be strong enough to
resist al vibrations and shocks and mechanical force.
3. The arrangement of oil ducts shall be such as to provide most efficient cooling.
4. All joints shall be brazed, hammered, filled and sanded to the original conductor
shape specially regarding rounding of the edges.
5. The leads or terminals on all winding connections shall be brazed or silvered and
bolted. Soft soldered connections are not acceptable.
8. All leads from winding to bushing shall be rigidly supported to prevent injury
from vibration. The guide tubes shall be used wherever possible.
10. Paper or an approved substitute shall be used for conductor insulation. The
completed coil and core assembly shall be dried in vacuum inside reactor tank at
not more than 25 tonnes absolute pressure and shall be immediately impregnated
with oil under full vacuum after the drying process to ensure elimination of air
and moisture within the insulting structure. Due to moisture absorbing proportions
of oil impregnated paper coils must not exposed to atmosphere after drying and
oil impregnation under vacuum.
11. Coil winding may be given not more than one dip treatment of varnish which
shall be applied to improve coil cohesion and rigidity and not for improvement of
dielectric properties. It is however important to note that in no case should varnish
or other adhesive be used which will seal the coil and prevent evacuation of air
moisture and impregnation by oil. Glue must not be used at points where
movement between coils would tear paper insulation.
12. The winding neutral shall be made such that insulation testing and losses testing
are possible. The bidder shall indicate the proposal of doing so.
7.6 Painting.
Page 18 of 33
420KV 50 MVAR Reactor
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 insulting
oil shall be painted with two coats of heat resistant, oil insoluble, insulating
varnish.
All steel surface exposed to weather shall be given a primary coat of zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coats of glossy oil and Epoxy light gray paint in
accordance with shade no. 631 of IS-5.
All paints shall be carefully selected to withstand extremes of weather. The paint
shall not scale off or crinkle or be removed by abrasion due to normal handling.
2. Magnetic type oil gauge with low oil level alarm contacts (ratings; 0.5
Amp.; 220 V DC) Dial size 250 mm.
4. Buchholz relay with alarm and trip contacts (ratings 1.0 Amp. 220 Volts
DC) shall have:
- One number shut off value (size: 80 mm) on conservator side.
- Test cock
- Gas collection box and gas check value at ground level. Copper tube
interconnection between gas collection box and relay shall also be
provided. In reactors, for installation in areas subject to high seismic
forces, i.e. horizontal acceleration of 0.3g or more at frequency of 8 Hz
and above, pilot or read type of gas and oil relay shall be used.
Page 19 of 33
420KV 50 MVAR Reactor
i) It shall have a semaphore indicator, which will indicate operating
of PRD. Semaphore will not reset and will continue to indicate the
operation of the PRD till it is reset by hand.
ii) It shall have two electrically auxiliary contacts (1 Amp. 220V Dc
rating) one giving electric bulb indication and other audible alarm
in the control room on the operation of the PRD. These contacts
will not reset till reset by hand.
iii) It shall positively operate, at a pressure of 3.10(+/- 10% )kg/cm2
and automatically reset when pressure falls below this value. There
will be no leakage of oil after resetting of PRD.
7. Dial type oil temperature indicator with maximum reading pointer and two
sets of contacts (ratings: 5 Amp. 220 Volts d.c.)
Page 20 of 33
420KV 50 MVAR Reactor
19. Weather proof marshalling box for housing control equipment and
terminal connection.
20. Air release devices.
21. Wiring upto marshalling box with PVC SWA copper cables 650/1100 volt
grade.
22. Cooling Accessories
a) Requisite number of radiators provided with:
- One shut off valve on top (Size: 80 mm)
- One shut off valve at bottom (size: 80 mm)
- Air release device on top
- Drain and sampling device at bottom
- Lifting lugs
b) Joints, one each on top and bottom cooler pipe connections.
c) Air release device and oil drain plug on oil pipe connections.
23. Terminal connector
1) Line Side: Suitable for 4inch pipe ( Flexible pipe ) or Twin Moose.
2) Neutral: Suitable for Moose Conductors.
Page 21 of 33
420KV 50 MVAR Reactor
8.0 Requirements of control, protection & supervision:
8.1 Supervisory devices
1. Each reactor shall be provided with a marshalling box which should be mounted
preferably away from main tank so that vibration of tank does not create any
problem.
2. The boxes shall be of heavy gauge sheet steel and shall be fully water tight,
weather proof vermin proof, galvanised and painted both inside and outside.
3. the box shall have access door on hinges, locking facilities space heater. The
bottom of box shall have suitable cable glands to receive wire armoured PVC
cables of various sizes. The number and size of cables shall be indicated to
successful tenderer.
4. The marshalling box shall contain all devices required for protection control and
supervision, terminal board for control and power cable terminations.
5. All small wiring shall be installed in rigid steel conduit and sufficiently removed
prevent steel conduct over heating, minimum size of wiring shall be 2.5 sq. mm
Page 22 of 33
420KV 50 MVAR Reactor
copper. All terminations shall be crimped connection with stud type terminal
boards suitable for Ross Courtney washers etc. Necessary precautions shall have
to be taken against induced voltages in control wiring in EHV switchyard.
1. All porcelain enclosures and porcelain supports having the same voltage and
current ratings, shall be interchangeable.
2. All parts, assembled porcelain enclosures and supports, other than gasket which
may in no way be exposed to the atmospheres, shall be composed of completely
non-hygion copic material, such as metal or glazed porcelain.
3. Epoxy bushings are not acceptable.
4. All porcelain used shall be manufactured by the wet process and shall be
homogenous, free from laminations cavities and other flaws and shall be well
vitrified and impervious to moisture. The glazing shall be uniform, free from
blisters, burrs and other defects.
5. All bushings shall be gas tight and oil-tight on the apparatus for which they are
furnished. The seal shall be sufficiently tight to hold pressure changes due to
changes in ambient temperature without leakage or breathing of moistures or
oxygen. The bushings insulation shall not be depending on oil drawn up from the
apparatus.
6. All bushings shall be so designed that there will be no undue stressing of any
parts due to temperature changes and adequate means shall be provided to
accommodate any expansion of bushing conductors and current carrying parts
resulting from thermal expansion or deflection created by transient or overload
conditions.
7. Design shall ensure that there, will be no corona formation during testing and
operation.
8. All bushings rated above 350 kV BIL shall be of the oil impregnated paper,
condenser type.
9. Welded sealed type of construction for the thermal and mechanical duty involved
will not be accepted.
10. Each bushing shall be designed to prevent over stressing the dielectric field below
the bushing support so that neither corona nor flash over will occur within the
tank of the apparatus for which the bushing is being furnished. Provisions for this
feature shall be made either by a metal or metal coated ground sleeve extending
from the bushing support to below the surface of the oil, or by equivalent means
meeting the approval of purchaser.
11. All bushings shall be furnished without spill gaps unless specifically mentioned
also where in this specification, or when found to be necessary during the
equipment drawings analysis. In this case the contractor shall provide the
necessary spill gaps without price increase.
Page 23 of 33
420KV 50 MVAR Reactor
12. All insulating oil required for the bushing shall be furnished by the manufacture.
The Manufacturer shall furnish specification and certified copies or reports
showing characteristics of the insulation oil.
13. It is intended that gaskets in contact with insulating oil shall not be affected by the
properties and action of hot insulating oil, shall be characterized by their ability to
retain their resilience during the life of the effects of weather conditions while
maintaining oil tightness. Gasket made of such materials as cork neoprene or
nitrile are acceptable. The use of gaskets made of cork only or neoprene only is
not allowed. It is further intended that the use of gaskets in general be held to a
minimum.
It is preferred that the portion of the bushing porcelain above the mounting flange
and the portion below the mounting flanges, shall each be formed in on place.
However, porcelain fabricated in sections together by glaze firing, slip firing, or
other suitable comments may be permissible provided they are subjected to tests
which develop a fiber stress of not less than 53 kg/cm (900 psi) on each joint
using organic bounding material. In addition, all joints shall be subjected to a
suitable dielectric test. Gasketed joints will also be permissible providing the
joints are subjected to tests, to prove to the satisfaction of purchaser that the
finished bushing of the proper mechanical and electrical strength and free from
leaks.
3. The space between bushing core and porcelain both above and below mounting
flanges, shall be completely filled with oil. The bushing shall be equipped with
suitable magnetic oil level gauges and with means of sampling and draining oil.
4. All bushing shall be provided with atleast one potential capacitance tap to be used
for power factor measurements.
9 Tests:
9.1 All the equipment offered shall be fully type tested by the bidder or his
collaborator as per the relevant standards IS /IEC. However, if any, of the
remaining type tests have not yet been conducted, the supplier shall get them
Page 24 of 33
420KV 50 MVAR Reactor
conducted within 8 weeks of placement of order and before start of manufacture,
without any additional cost to purchaser. No time extension shall be granted for
these tests. The test reports for successful conduct of the tests shall be sent for
approval to the Purchaser, immediately on conducting the tests, based on which
clearance for manufacture shall be given”.
9.2 The following type test shall be carried out on the shunt reactors:
9.2.1 Following type test shall be conducted on one unit of 50MVAR 420kV
shunt reactor with the prices given in Clause 2 “Prices & Quantites”
1. temperature rise test
2. Noise level test
3. Pressure and Vacuum test.
9.2.2 Following type test shall be conducted on one unit of 50MVAR 420kV
shunt reactor without any extra cost:
c) The Manufacturer shall however use the following procedure for loss
measurements:
i) Loss measurements shall be performed on one shunt reactor unit by
calorimetric and schering bridge methods. For the remaining units, loss
measurements shall be performed only with the schering Bridge method
and using the same instruments (bridge components, measuring devices)
as those performed through calorimetric method on the above mentioned
unit.
ii) The value of losses obtained with Schering Bridge method shall be
corrected according to the following formula:
Page 25 of 33
420KV 50 MVAR Reactor
Loss value obtained by Schering Bridge method
iii) The values of losses used for the calculation of F shall be obtained from
the loss measurements performed with the two methods on the unit shunt
reactor tested.
9.2.5 The test under clause 9.2.3 & 9.2.4 shall be carried out without any extra
cost.
9.2.6 The type test, routine test & acceptance test as per relevant IS shall be
carried out on 1.5MVAR, 145kV NGR without any extra cost. The type
test shall be carried out only on one unit of NGR.
Page 26 of 33
420KV 50 MVAR Reactor
b. Ratio – All taps
c. Polarity test – By `Inductive Kick’ Method
d. Resistance-Secondary full winding resistance
e. Saturation Curve-check at three points of curve upto knee point.
10.0 Inspection
1. During the course of manufacture, Purchaser's representative shall have the right
to expedite and/or inspect the material workmanship, labour and the progress of
equipment on order and may reject any which is defective or unsuitable for the
purpose intended or which is not in accordance with the intent of the
specification. The tenderer shall provide all reasonable inspection facilities to
Purchaser's representative.
2. The successful tenderer shall keep the Purchaser informed in advance of the time
of starting and of the progress of manufacture of equipments in it various stages
so that arrangement could be made for inspection.
Page 27 of 33
420KV 50 MVAR Reactor
4. A copy of test shall be supplied for approval before despatch/shipment of
Reactors, which shall be approved by the purchaser within 10 days from the
receipt of test reports. After receipt of Purchaser approval, the supplier shall
within three weeks, submit 6 prints and one no. good quality reproducibles of
approved drawing for Purchaser's use. In addition, at the time of despatch of
shipment the supplier shall also furnish 6 sets of approved drawing to each
consignee.
6. The material shall be dispatched from its point of manufacture unless the material
has been satisfactorily inspected and tested.
2. Outline drawings with sectional view and front view of control cabinets showing
dimensions, weights, materials used, foundations, location of grouting holes,
cables and piping entrance conduit termination and respective list of material.
3. Outline drawing of the bushing showing material used, dimensions and creepage
distance of insulators, electrical withstand and breakdown values, temperature
reached in normal and abnormal conditions, mechanical strength, anti corona
devices and conductor terminals.
6. Location and details of all wiring, Piping terminal blocks, connector to which
external connection to the Piping conduit etc. will be made by others.
Page 28 of 33
420KV 50 MVAR Reactor
7. Schematic and internal device connectors of all elements used in the control
and/or protection circuits, showing terminal connections catalog and/or
instructions.
9. Bill of material, which shall be related to each schematic diagram describing each
element used in control and/or Protective circuit, shown on the referred diagram.
10. The supplier shall within 4 weeks of issue of LOI submit four sets of final
versions of all above drawing for purchaser's approval. The purchaser shall
communicate his comments/approval on the drawings to the supplier within two
weeks of receipt of drawing. The supplier shall, if necessary, modify the drawing
and resubmit four copies of modified drawings for purchaser’s approval. The
purchaser shall communicate approval with in two weeks of receipt of modified
drawing. After receipt of purchaser's approval, the supplier shall, within three
weeks, submit 6 prints and one No. good quality reproducible of the approved
drawing for purchaser's use. In addition, at the time of despatch, the supplier shall
submit 6 sets of approved drawing to each consignee.
11. All drawings, part lists, assembly procedures etc. shall bear a readily identified
number e.g. drawing number and each subsequent revision or addition to the
drawing or procedure shall be identified by a revision number of issue number.
12. Checking & approval of the above documents by the purchaser/ Engineer is for
the benefit of the Purchaser and shall not relieve the contractor from full
responsibility for ensuring correct interpretation of design drawings and accuracy
of the shop drawings and relevant specifications.
13. Constructors shall record all deviations, concessions, omissions, changes etc.
occurring through out the manufacturing assembly and testing phases and submit
a complete set of 'as-built' drawings in reproducible form within 30 days of the
date of equipment is considered to be placed in satisfactory operating condition.
14. Operation, maintenance and erection manuals shall be supplied one month prior to
despatch of the transformer. Manuals shall be bound volumes and shall contain all
the drawings and informations required for erection, operation and maintenance
of the transformer. Manual shall include, amongst others, the following
particulars.
Page 29 of 33
420KV 50 MVAR Reactor
The supplier shall furnish 4 copies of bound manuals to consignee and 4 sets to
Engineer of contract.
The supplier shall provide services of a qualified Engineer who shall assumes full
responsibility for the supervision of erection testing and commissioning of
equipments offered. The price for supervision service has been mentioned in
Clause 2 “Prices & Quantites”. Following facilities whenever required shall be
provided by the purchaser.
i. Skilled and unskilled labour and petty tools for general use.
ii. Free Boarding and lodging at work site.
iii. Local transportation from nearest Railway Station.
ANNEXURE – I
MANDATORY SPARES:
1 2 3
1. Line Bushing 1
2. Radiator Section 1
5. Number of Phases :
6. Total losses at rated voltage and at
a reference temperature of 750 C KW.
7. Impedance – Positive sequence : Ohm
Zero sequence : Ohm
8. X/R Ratio of Reactor
9. Maximum permissible duration of
services at 110% of rated voltage (Hrs)
10. Noise level & reference standard : db
11. a. Flux density in core at normal
voltage and rated frequency :
Cores / Shields lines/sq. mm.
Yokes lines/sq. mm.
b. Saturation Characteristic :
c. Over excitation withstand
characteristic :
12. Maximum current density in windings : Amps/Sq.cm.
13. Test voltages :
Page 31 of 33
420KV 50 MVAR Reactor
1. Name of manufacture :
2. Description of winding insulation :
3. Nature of insulation of lamination :
4. Clearances In Oil In Air
Between Between
Phase to ground phase to ground
i. HV-mm :
ii. Neutral –mm :
5. Approximate weights :
i. Core -kg
ii. Windings -kg
iii Tank & Fittings -kg
iv. Oil -kg
v. Total weight -kg
i. Length -mm
ii. breadth -mm
iii. Height -mm
8. Details of Tank:
Page 32 of 33
420KV 50 MVAR Reactor
11. Bushings:
i. Type
ii. Momentary power frequency dry –kV
withstand voltage
iii.a. Visible discharge voltage for -kV
falling power frequency voltage.
b. Radio interference voltage -kV
for each bushing micro volts
iv. One minute power frequency dry -kV
withstand voltage.
v. One minute power frequency wet –kV
withstand voltage.
vi. Power frequency puncture -kV
withstand voltage
vii. Full wave impulse withstand -kV
voltage.
viii. Impulse puncture withstand -kV
voltage
ix.a. Creepage distance in air -mm
Total
b. Creepage distance protected -mm
x. Weight of assembled bushing -kg
Page 33 of 33
420KV 50 MVAR Reactor
630kVA, 33/ 0.415 kV CLASS
POWER TRANSFORMERS
630kVA, 33/ 0.415 kV CLASS POWER TRANSFORMERS
CONTENTS
1.0 Scope
2.0 Standards
3.0 Service conditions
4.0 Principal Parameters
5.0 Technical Requirement
6.0 Tests
7.0 Inspection
8.0 Quality Assurance Plan
9.0 Drawing and Data
10.0 Packing and Forwarding
11.0 Quality and Delivery Requirements
12.0 Requirement
13.0 Supervision Services
14.0 Spares Parts
Page 2 of 20
Technical Specification_630KVA Station Transformer
TECHNICAL SPECIFICATION FOR
630kVA, 33/ 0.415 kV CLASS POWER TRANSFORMERS
1.0 SCOPE
1.1 It is not the intent to specify completely herein all the details of the design and
construction of equipment. However the equipment shall conform in all respects to
high standards of engineering, design and workmanship and shall be capable of
performing in continuous commercial operation upto the bidder’s guarantee in
manner acceptable to the purchaser, who will interpret the meanings of drawings
and specification and shall have the power to reject any work or material which, in
his judgement is not in accordance therewith. The offered equipment shall be
complete with all components necessary for their effective and trouble free
operation. Such components shall be deemed to be within the scope of Bidder’s
supply irrespective of whether those are specifically brought out in this
specification and/or the commercial order or not.
2.0 STANDARDS
The materials shall conform in all respects to the relevant Indian Standard
Specifications with latest amendments indicated below:
Page 3 of 20
Technical Specification_630KVA Station Transformer
ISS-2393/1980 Cylindrical pins
ISS-2633/1986 Methods of testing uniformity of
zinc coated articles
ISS – 5 Colours of Ready Mixed Paints.
The equipment shall be for use in moderately hot and humid tropical climate
conducive to rust and fungus growth.
3.1 Auxiliary electrical equipment shall be suitable for operation on the following supply
system.
Page 4 of 20
Technical Specification_630KVA Station Transformer
The above supply voltage may vary as indicated below and all devices shall be
suitable for continuous operation over the entire range of voltages.
The transformer shall be suitable for outdoor installation with three phase, 50 Hz,
Double wound, Core type, Oil immeresed and naturally cooled (Type ON ), 33 kV
system in which Neutral is effectively earthed and they should be suitable for
service under fluctuation in supply voltage from +10% to - 15%. The transformer
shall conform to the following specific parameters.
Page 5 of 20
Technical Specification_630KVA Station Transformer
a) 1.2/50 micro second wave shape impulse 170
withstand (kVp)
b) Power frequency withstand voltage (kV rms) 70
c) Maximum continuous operating system voltage 36
(kV rms)
13 Bushings
.
(i) Voltage rating (amps) 36
(ii) Current rating (amps) As per required
(iii) Insulation Level
(a) Lightning impulse withstand (kVp) 170
(b) One minute power frequency withstand 70
voltage (kV rms)
5.1.1 The transformer and accessories shall be designed to facilitate inspection, cleaning,
repairs and for operation, where the continuity of supply is primary consideration.
All apparatus shall also be designed to ensure satisfactory operation under such
sudden variations of the load and voltage as may be prevalent with under working
conditions on the system, including those due to short circuits.
5.1.2 The design shall incorporate every reasonable precautions and provision for the
safety of all those concerned in the operation and maintenance of the equipment
keeping in view the requirements of Indian Electricity Rules.
All the transformers complying with this specification shall be double wound, three
phase, core type, oil immersed and naturally cooled (type ON) suitable for outdoor
installation in tropical climate, prevailing at site.
The Bidder shall indicate values of iron losses and copper losses at normal tap. He
shall indicate whether losses are firm or subject to tolerance. Ceiling for tolerance
shall be indicated. If ceiling is not specified it will be taken as +10% as per IS-
2026.
For the purpose cost evaluation, the following standard UPPTCL rates for
capitalization the losses will be used :
Page 6 of 20
Technical Specification_630KVA Station Transformer
Copper Loss: Rs. 86,700 per kW
Purchaser reserves the right to reject the transformer if the losses exceed declared
losses beyond tolerance limit.
On testing if it is found that actual losses are more than the values of guaranteed
losses indicated by him, the purchaser shall deduct penalty charges for each kW
above the guaranteed value at double the rate indicated above.
The transformers shall be capable of carrying out its full load normal rated current
continuously under the highest temperature and at any tapings.
The temperature rise of hottest layer of oil shall not exceed 400C as measured by
thermometer and temperature rise of winding shall not exceed 500C as measured by
resistance method, on continuous full load with a maximum ambient temperature
50 0C, when tested as per IS-2026 (Part-II)
5.5 Oil
The transformers shall be supplied complete with the first filling of transformer oil.
The oil to be used shall conform to ISS :335.
The voltage between phases on the higher and lower voltage windings of each
transformer measured at no load and corresponding to normal ratio shall be 33 kV
and 0.415 kV.
5.9 Frequency
Page 7 of 20
Technical Specification_630KVA Station Transformer
5.10 Duty under fault Conditions
All the transformers shall be capable of withstanding without injury, the thermal &
mechanical effects of an external short circuit between phases according to ISS
without any damage.
The transformer shall be suitable for over fluxing (due to combined effect of
voltage and frequency ) upto 10% on any tapping without injurious heating at full
load conditions stated. The maximum flux density in any part of the core under
such conditions shall not exceed 1.9 Tesla.
5.12 Core
The core shall be constructed from high grade low loss, high permeability cold
rolled, non aging grain oriented silicon steel suitably annealed, free from rust, dirt
and dust. These shall be of uniform thickness. The lamination shall be free from
burredges and other mechanical distortions and should be mitred at an angle 45
degree. The class and type of insulation used on the core bolts and the nuts and side
plates should be specified.
The design of the magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping structure
and the production of flux components at the right angles to the plane of the
laminations which may cause local heating.
Every care shall be exercised in the selection, treatment and handling of core steel
to ensure that as far as is practicable, the laminations are plain and the finally
assembled core is free from distortion, burrs and beads.
1. All parts of the cores shall be of robust design capable of withstanding any
shocks to which they may be subjected during lifting, transport, installation and
service. Clamping of core and winding assembly with tank should be done by
angle iron pieces welded to tank walls & not with flat iron pieces.
3. The core shall be rigidly clamped and bolted to ensure adequate mechanical
strength and also to prevent vibration during operation. The bolts used in
assembly of core shall be suitably insulated and the structure shall be so
constructed that the eddy currents are minimum.
Page 8 of 20
Technical Specification_630KVA Station Transformer
5.13 Windings
ii. The windings shall also be designed such that all coil assemblies of identical
voltage rating shall be interchangeable and repairing of the winding can be
made readily without special equipments.
iii. The conductors used in the coils shall be best suited to the requirements and all
permanent current carrying joints in the winding and leads shall be welded or
brazed.
iv. The insulation of transformer windings and connections shall be free from
insulating compositions liable to soften, cozeout, shrink or collapse during
service.
v. No strip conductor shall have a width exceeding six times its thickness.
vi. The winding shall be compact and symmetrical about the centre line of core and
shall be framed on suitable synthetic resin bonded paper sheets type I,
conforming to the relevant standards.
vii. Kraft paper used for inter layer insulation of H.V. shall be of uniform density
and thickness free from pin holes and free from any foreign particles. The Kraft
paper shall have a minimum thickness of 4 mils. The end turns of each layer
shall be properly and fully covered to avoid inter layer flashover. The kraft
paper used for this purpose shall be in conformity with relevant standard (paper
for Electrical purpose). Ordinary paper or Bamboo paper should not be used in
any case. The insulation of coils shall be treated with suitable insulating varnish
or equivalent compound or impregnated in transformer oil to develop the full
Electrical Strength in the windings. All the materials used in the insulation and
assembly of the windings shall be insoluble, non catalytic and chemically
inactive in the hot transformer oil and shall not soften or otherwise be adversely
affected under the operating conditions. The L.V. & H.V. Limbs should be
separated by a cylindrical shaped insulating sheet of adequate thickness.
viii. . The L.V. & H.V. Limbs should be separated by a cylindrical shaped insulating
sheet of adequate thickness.
ix. Inter phase vertical barriers of proper insulating paper of adequate thickness
should be provided in order to avoid inter phase flashovers. These barriers
should be suitably fastened & supported to avoid their lateral movement.
Wherever necessary barriers of insulating paper of adequate thickness should
also be provided in order to avoid phase to earth flash over.
x. All threaded connections shall be provided with locking facilities. All leads
from the winding to the terminal board and bushing shall be rigidly supported to
prevent injury from vibration.
Page 9 of 20
Technical Specification_630KVA Station Transformer
xi. Proper number of oil ducts and spacers should be provided between the sections
of H.V. limbs for proper circulation of the insulating oil and to reduce hot spots
on the winding.
5.14 TANK
Tank Construction
i) The transformer tank shall be complete with all accessories and shall be
designed so as to allow the complete transformer in tank filled with oil to be
lifted by crane or jacks, transported by Rail or Road, without straining any joints
and without causing subsequent leakage of oil.
ii) Tank shall be fabricated from tested quality of mild steel sheets of adequate
thickness
v) All gaskets shall be of synthetic rubber and cork composition. Plain cork
gaskets shall not be used.
vi) To meet the variation of pressure generated inside the tank due to variation in
temperature and short circuit currents, the tanks shall be suitably stiffened.
(a) Lifting lugs for lifting the transformer complete with oil.
(b) A minium of four jacking lugs at a height of 300 mm above the base.
viii) The transformer shall be fitted with skids. All skids shall be with four axil holes
40 mm diameter to take 38 mm shaft for plain rollers.
Over all assembly of the transformer shall be mechanically robust and sound in
order to avoid damage during transit. It may be ensured that core assembly of the
transformer may not be displaced when transported on unmetalled roads.
Page 10 of 20
Technical Specification_630KVA Station Transformer
All metal parts of the transformer with the exception of the individual core
laminations, core bolts and associated clamping plates shall be maintained at some
fixed potential and core should be earthed at points.
ii) These steps shall be controlled by hand and provisions shall be made for
indication of tap position and locking on any particular tap.
5.19 Impedance
The value of impedance of both the types of transformers shall be 5% at the normal
tap subject to tolerance specified in ISS-2026.
i) The H.V. terminals shall be brought into separate weather proof solid porcelain
bushing conforming to IS-2099, IS-8605 and IS-3347 with suitable arcing
horns.
ii) The inner ends of the bushing shall be completely immersed in the oil. The
H.V. bushings rods should be locked in position so that twisting of the H.T.
leads is avoided during tightening of nuts of bushing rods.
i) The L.V. terminals shall be brought out on bushings provided inside the cable
box suitable for 4 x 1C – 400 sq. mm per phase as well as neutral for P.V.C.
armoured cables. The neutral of the L.V. side shall be brought out on a bushing
inside the cable box. In addition to above another neutral bushing shall also be
provided on the transformer tank for separate earthing.
ii) The size of the cable box and position of glands should be such that it is
convenient to carry out cabling work i.e. to make connections etc. and fixing of
cable box covering and to attend operation and maintenance. The dimensions of
cable box and position of glands should be shown clearly in the outline drawing
of the transformer. All the L.V. as well as neutral bushing shall be
interchangeable.
Page 11 of 20
Technical Specification_630KVA Station Transformer
5.22 Supply and provide suitable protective device such as a set of HRC fuses or any
other over current protection arrangement alongwith its mounting provision on 33
kV side of the transformer
Every care shall be taken to ensure that the design and manufacture of all
transformers and auxiliary plant shall be such as to reduce noise and vibration to the
level of that obtained in good modern practice.
i) Conservator tank having inter connections pipe projecting 20mm above bottom
of conservator to erect sump for collections of impurity between conservator
and main tank 30mm dia drain value oil fillings hole with cap on the top of the
conservator.
ii) Shut off value in inter connecting pipe between conservator and main tank.
iv) Oil level gauge with toughened glass with minimum marking.
ix) Air release plug on the transformer tank to release trapped air inside the tank
when filling oil through conservator.
x) One drain cum sampling value having narrow orifice with locking arrangement
on the bottom of tank.
xi) One filter valve on the Upper top side of the tank.
xiv) 4” dia dial type thermometer for oil temp. with max. pointer and set of contact
for alarm.
Page 12 of 20
Technical Specification_630KVA Station Transformer
xv) One winding temp. indicator with max. pointer and two sets of contacts for
alarm and trip purpose.
xix) Terminal connectors for H.V. bushings suitable for ACSR conductor and
horizontal take off.
5.25 Painting
i) The internal and external surfaces including oil filled chambers and structural
steel work to be painted shall be shot or sandblasted to remove all rust and scale
of foreign adhering matter or grease. All steel surfaces in contact with insulating
oil shall be painted with two coats of heat resistant, oil insoluble, insulating
varnish.
ii) All steel surface exposed to weather shall be given a primary coat of Zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coat of glossy oil and epoxy light gray paint in
accordance with shade No. 631 of IS:5. All paints shall be carefully selected to
withstand extremes of weather. The paint shall not scale off or crinkle or be
removed by abrasion due to normal handling.
iii) The minimum thickness of each coat of outside painting of tank shall be 20
microns and the total thickness shall be minimum 80 microns.
6.0 TESTS
6.1.1 All the equipment offered shall be fully type tested by the bidder as per the relevant
standards. The date of type test conducted shall be the latest and not earlier than 5
years as on the date of bid opening. The bidder shall furnish four sets of following
type test reports along with the offer. The offer received without these type test
reports shall be treated as Non-responsive and rejected.
a) Measurement of winding resistance
Page 13 of 20
Technical Specification_630KVA Station Transformer
c) Measurement of Impedance Voltage / Short circuit impedance (Principal
tapping) and load loss.
f) Dielectric tests.
g) Temperature rise
6.1.2 The Bidder shall also give an undertaking that all the balance type tests as per
relevant standard have also been conducted on the equipment offered. However, if
any, of the remaining type tests have not yet been conducted, the supplier shall get
them conducted within 8 weeks of placement of order and before start of
manufacture, without any additional cost to Purchaser. No time extension shall be
granted for these tests. The test reports for successful conduct of the tests shall be
sent for approval to the Purchaser, immediately on conducting the tests, based on
which clearance for manufacture shall be given.
6.1.3 Following type test shall be conducted on one transformer of each rating from
the first lot
The suppliers shall give 15 days (for Indian Bidder) and 30 days (for Foreign
Bidder) notice for witnessing these tests. These tests shall be witnessed by the
representative of purchaser. The prices under clause 6.1b shall be given in the
schedule of prices.
All standard routine test in accordance with IS:2026 shall be carried out on each
transformer.
Page 14 of 20
Technical Specification_630KVA Station Transformer
ii) Ratio and Polarity test
6.4 The purchaser reserves the right of having other reasonable test carried out at his
own expense either before dispatch or at site to ensure that the transformer
complies with the requirement of this specification.
7.0 INSPECTION
2. The successful bidder shall keep the purchaser informed in advance of the
time of starting and of the progress of manufacture of equipment in its
various stages so that arrangement could be made for inspection.
Page 15 of 20
Technical Specification_630KVA Station Transformer
8.1 The quality assurance arrangement shall preferably conform to the relevant
requirements of ISO 9001 or ISO 9002 as appropriate. The system and procedures
which the contractor will use to ensure that the Plant complies with the contract
requirements shall be defined in the contractor’s Quality Plan for works. The
contractor shall operate system which implement the followings:
HOLD POINT
The purchaser written approval is required to authorise work to progress beyond the
Hold Points indicated in approval Quality Plans.
NOTIFICATION POINT
8.2 The bidder shall invariably furnish the following information alongwith his bid,
failing which his bid shall be liable for rejection. Information shall be separately
given for individual type of material offered:
(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 Bidder’s
representative.
(ii) Information and copies of test certificates as in (i) above in respect of bought
out accessories/ material.
(iv) Level of automation achieved and list of areas where Manual processing exists.
(v) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such tests and inspections.
(vi) Lists of testing equipment available with the Bidder for final testing of
equipment specified and test plant limitation. If any, vis-à-vis the 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 requirements.
Page 16 of 20
Technical Specification_630KVA Station Transformer
8.3 The successful bidder shall within 30 days of placement of order, submit following
information to the purchaser:
(i) List of raw materials as well as bought out accessories and the names of sub-
suppliers selected from those furnished alongwith offers.
(ii) Type test certificates of the raw materials and bought out accessories if
required by the purchasers.
(iii) Quality assurance plan (QAP) with hold points for purchaser’s inspection. The
quality assurance plan and purchasers hold points shall be discussed between
the purchaser and bidder before the QAP is finalized.
8.4 The successful bidder shall submit the routine test certificates of bought out
accessories and central excise passes for raw material at the time of routine testing,
if required by the purchaser.
9.1 Adequate number of prints of drawing incorporating the following particulars shall
be included in the proposal:
(i) General outline drawings showing dimensions, net weights and shipping
weights, quality of insulating oil etc.
9.2 Drawing to be furnished by the contractor for purchaser’s/ engineers approval, after
acceptance of his proposal, shall include the following particulars.
i) General outline drawing showing front and side elevations and plan views of
the transformer and all accessories and external features with detailed
dimensions, net and shipping weights, cranes lift for untanking, size of lifting
lugs & eyes, bushing lifting dimensions, clearances between HV & LV
terminals and ground, quantity of insulating oil etc.
iii) Name plate drawings with terminal markings & connection diagrams.
iv) Any shop work done prior to the approval of drawing will be at the Bidder
risk. Bidder shall make any changes in the design which are considered
necessary to make the equipment to the provisions and intent of the
specification, without any additional cost to the purchaser.
Page 17 of 20
Technical Specification_630KVA Station Transformer
v) The supplier shall within 4 weeks of placement of order submit four sets of
final version of all above drawing for purchaser’s approval. The purchaser
shall communicate his comments/ approval on the drawings to the supplier
within two weeks of receipt of drawing. The supplier shall, if necessary,
modify the drawing and resubmit four copies of modified drawing for
purchasers approval. The purchaser shall communicate approval with in two
weeks of receipt of modified drawing. After receipt of purchaser’s approval,
the supplier shall within three weeks, submit 6 prints and one No. good
quality reproducibles of the approved drawing for purchaser’s use. In
addition, at the time of despatch, the supplier shall submit 6 sets of approved
drawings to each consignee.
vi) All drawings, part lists, assembly procedures etc. shall bear a readily
identified number e.g. drawing number and each subsequent revision or
addition to the drawing or procedure shall be identified by a revision number
of issue number.
vii) Checking & approval of the above documents by the purchaser/ engineer is
for the benefit of the Purchaser and shall not relieve the contractor from full
responsibility for ensuring correct interpretation of design drawing &
accuracy of the shop drawing & relevant specifications.
viii) Contractor shall record all deviations, omissions, changes etc. occurring
through out the manufacturing assembly & testing phases & submit a
complete set of ‘as-built’ drawings in reproducible from within 30 days of
the date of despatch of equipment.
9.3 Operation, maintenance & erection manuals shall be supplied one month prior to
despatch of the transformer. Manuals shall be bound volumes and shall contain all
the drawings and informations required for erection, operation and maintenance of
the transformer. Manual shall include, amongst others, the following particulars:
(a) Marked erection prints identifying the component parts of the transformer, as
despatched with the assembly drawing.
(c) Detailed views of core & assembly and winding assembly winding connections
and tappings, tap changer construction etc. These drawings are required for
carrying out over-hauling operation at site.
The supplier shall furnish 4 copies of bound manuals per sub station to all
consignees and 4 sets to Engineer of contract.
10.1 The equipment shall be packed in crates suitable for vertical/ horizontal transport as
the case may be and suitable to withstand handling during transport and outdoor
storage during transit. The Bidder shall be responsible for any damage to the
Page 18 of 20
Technical Specification_630KVA Station Transformer
equipment during transit, due to improper and inadequate packing. The easily
damageable material shall be carefully packed and marked with the appropriate
caution symbol. Wherever necessary, proper arrangement for lifting, such as lifting
hooks etc. shall be provided. Any material found short inside the packing cases
shall be supplied by Bidder without any extra cost.
10.2 Each consignment shall be accompanied by a detailed packing list containing the
following information:
b) Details of consignment
c) Destination
The Bidder shall ensure that the packing and bill of material are approved by the
purchaser before despatch.
10.3 Weight of the transformer shall be designed, so that the transformer, can be
transported by the road. Heaviest single packet that can be transported by owner’s
trailor is about 60 MTs.
ii. The scope of supply shall include a supply of 2.5% extra quality of bolts, nuts,
washers, split pins, cotter pins and such other small loose items free of cost.
The bidder shall quote for services of a qualified Engineer who shall assume full
responsibility for the supervision of erection testing & commissioning of
equipments offered. The price for supervision service should be quoted as per price
schedule for supervision services enclosed in Section VIII of Volume – I.
Following facilities whenever required shall be provided by the purchaser.
i. Skilled and unskilled labour and petty tools for general use.
Page 19 of 20
Technical Specification_630KVA Station Transformer
Advance notice of 15 days shall be given to the contractor to deputes his Engineer.
The supplier shall indicate in its proposal a detailed list of spares parts for five year
satisfactory operation. The Prices of spares and gasket shall be quoted separately
Page 20 of 20
Technical Specification_630KVA Station Transformer
POWER AND CONTROL CABLES
CONTENTS
Clause Description
No.
1.0 Scope
2.0 Standards
3.0 Criteria for Selection of Power & Control Cables
4.0 Cable Laying
5.0 General Requirements
6.0 Acceptance of Vendor
7.0 Guarantee Technical Particulars
8.0 Technical Requirement
9.0 33KV XLPE Cable
10.0 Cable Drums
11.0 Identification Markings
12.0 Type Tests
1.0 SCOPE
1.2 The Bidder shall quote for the quantities of various types and sizes of
cables mentioned in Price Schedule. However the contractor shall supply
total quantity of cables as required for testing and commissioning of
complete 220 kV substation as per the approved drawings during detailed
engineering. Payments are based on unit quoted prices applicable for the
quantities actually received/ installed at site.
1.3 Any material or accessory which may not have been specifically
mentioned but which is necessary for satisfactory and trouble free
operation of the substation shall be supplied without extra charges.
1.4 The contractor shall supply all brand new equipment and accessories as
specified herein with such modification and alteration as agreed upon in
writing, after mutual discussion.
2.0 STANDARDS
2.1.1 The design manufacture testing and performance of cables covered under this
specification shall comply with latest edition of the following standards including
amendments:
ISS 130 Conductors for insulated electrical cables & flexible cords.
IS: 3975 Mild steel wires strips & tapes for arm armoring of cables.
IS: 1554 PVC insulated (heavy duty) electric cables for working
2.1.2 Cables complying with other internationally accepted standards such as IEC, VDE,
JPCEA etc., will also be considered if they ensure performance and constructional
features equivalent or superior to standards listed above. In such a case, the Bidder
shall clearly indicate the standard/ standards adopted and furnish a copy of
English version of the latest revision of the standard(s) along with the tender &
shall clearly bring out the salient features for comparison.
2.1.3 In case of any conflict between the referred specifications codes or standards &
this technical specification, the latter shall prevail to the extent of such difference.
2.1.4 1.1 KV grade power & control cables to be supplied under this package shall be
ISI approved & marked as such. Non-compliance of above shall not be accepted.
2.1.5 However, if cables to be supplied under this package are manufactured outside
India conform to other internationally accepted equivalent or superior standards
the above specification not be applicable.
2.1.6 The Indian Standards mentioned in Clause 2.1 can be obtained from: -
3.1 Aluminium conductor XLPE insulated armoured cables shall be used for main
power supply purpose from from LT Aux. Transformers to control room, between
distribution boards.
3.2 Aluminium conductor PVC insulated armoured power cables shall be used for
various other applications in switchyard area/control room except for control/
protection purposes.
3.3 For all control/ protection/ instrumentation purposes PVC insulated armoured
control cables of minimum 2.5 sq.mm. size with stranded Copper conductors shall
be used.
3.4 Bidders are to estimate the quantity of cables and quote accordingly. The sizes of
power cables to be used per feeder in different application shall be as follows:
3.5 Bidder may offer sizes other than the sizes specified above. In such case and for
other application where sizes of cables have not been indicated in the
specification, sizing of power cables shall be done keeping in view continuous
current, voltage drop and short-circuit consideration of the system. Relevant
calculations shall be submitted by bidder during detailed engineering for
Purchaser’s approval.
4.1 The contractor shall prepare cable schedule for all the power control cables. The
cabled shall be laid conforming to IS:1255.
4.4 Atleast one (1) cores shall be kept as spare in each Copper Control Cable of 4C,
5C or 7C size whereas minimum no. of spare cores shall be two (2) for control
cables of 10 core or higher size.
4.5 For control cabling, including CT/VT circuits, 2.5 sq.mm. size copper cables shall
be used per connection. However, if required from voltage drop/VA burden
consideration additional cores shall be used. Further for potential circuits of
energy meters separate connections by 2 cores of 2.5 sq.mm. size shall be
provided.
5.1. Before dispatch, the cables offered shall be made available for inspection to a
duly authorized representative of the UPPTCL. Inspection may also be made at
any stage of manufacture at the option of the UPPTCL and the cables found
unsatisfactory due to the material used or poor workmanship shall be rejected.
The Contractor shall guarantee free access to the places of manufacture to the
UPPTCL's representative at all time when the work is in progress. The Contractor
shall inform the UPPTCL in advance the time of starting of manufacture and the
progress of manufacture of the cables offered by him, so that arrangement can be
made for inspection.
5.3 The cables shall comply with type tests stipulated in Section-Cables/relevant
standards. Valid Test reports for all type tests shall be submitted along with the
bid. In case type tests are to be conducted for the cables offered, these shall be
conducted and these test charges shall be borne by the contractor.
5.4 All type and size of cables shall be subjected to routine and acceptance tests in
accordance with the requirements stipulated in this Section/relevant standards
without any extra cost to the UPPTCL. Cables should not be dispatched until the
test reports are duly approved by the UPPTCL or his authorized representative.
5.5 The UPPTCL reserves the right to insist on any additional tests as per standards of
reasonable nature to be carried out at site or at manufacturer's works or at any
other place in addition to the aforesaid type and routine tests to comply with the
5.6 Four copies of test reports shall be supplied for approval. The reports shall
indicate clearly the governing standards and the standard values specified for each
test, to facilitate checking of the test reports. Four bound copies of the test reports
shall be submitted after approvaJ of test reports along with the cables.
Not withstanding anything stated elsewhere, UPPTCL reserves the right to assess
the manufacturer's capability and capacity to supply/perform the contract should
the circumstances warrant such assessment in the overall interest of the UPPTCL
before accepting the vendor for the cables.
The Bidder shall furnish all the guaranteed and other technical particulars for the
cables offered by him as called for in Schedule of Guaranteed Technical
Particulars in Bidding Schedules.
8.1 General
8.1.1 The cables shall be suitable for laying in racks, ducts, trenches, conduits
and underground buried installation with uncontrolled back fill and
chances of flooding by water.
8.2.2 They shall be designed to withstand all mechanical, electrical and thermal
stresses under steady state and transient operating conditions. The XLPE /
PVC insulated LT. Power cables of sizes 40 sq.mm and above shall
withstand without damage a 3 phase fault current of at least 45 kA for at
least 0.12 second, with an initial peak of 105 kA in one of the phases. The
armour for these power cables shall be capable of carrying 45 kA for at
least 0.12 seconds without exceeding the maximum allowable temperature
of PVC outer sheath.
8.2.4 The Aluminium/Copper wires used for manufacturing the cables shall
be true circular in shape before stranding and shall be uniformly good
quality, free from defects. All aluminium used in the cables shall be of
H2 grade.
8.2.5 The fillers and inner sheath shall be of non-hygroscopic, fire retardant
material, shall be softer than insulation and outer sheath shall be suitable
for the operating temperature of the cable.
8.2.8 The cables shall have outer sheath of a material with an oxygen index of
not less than 29 and a temperature index of not less than 250°C.
8.2.9 All the cables shall pass fire resistance test as per IS:1554 (Part-I)
8.2.10 The normal current rating of all PVC insulated cables shall be as per
IS:3961.
8.2.12 Allowable tolerance on the overall diameter of the cables shall be plus or
minus 2 mm.
8.3.1. The PVC (70°C) insulated 1100V grade power cables shall be of FR type, C1
category, conforming to IS: 1554 (Part-I) and its amendments, read alongwith this
specification and shall be suitable for a steady conductor temperature of 70°C.
The conductor shall be stranded aluminium. The Insulation shall be extruded PVC
to type-A of IS: 5831. A distinct inner sheath type; ST-2 shall be provided in all
multicore cables. For multicore armoured cables, the inner sheath shall be of
extruded PVC. The outer sheath shall be extruded PVC to Type ST-1 of IS: 5831
for all cables.
8.4.1. The 1100V grade control cables shall be of FR type C1 category conforming to
IS: 1554 (Part-1) and its amendments, read alongwith this specification. The
8.4.2. Cores shall be identified as per IS: 1554 (Part-1) for the cables up to five (5) cores
and for cables with more than five (5) cores the identification of cores shall be
done by printing legible Hindu Arabic Numerals on all cores as per clause 10.3 of
IS 1554 (Part-1).
33KV XLPE cable for connection from 60MVA Transformer to 33KV GIS
modules shall be supplied as per the specification below:
(For details, please refer Technical Specification_33KV XLPE cables)
The cable size shall be suitable to carry the load current on 33 KV continuously
followed by 20 per cent over loading capacity for 2 hours without exceeding
maximum conductor temperature of 65 degree Celsius.
10.2. Standard lengths for each size of power and control cables shall be 500/1000
meters. The cable length per drum shall be subject to a tolerance of plus or minus
5% of the standard drum length. The Purchaser shall have the option of rejecting
cable drums with shorter lengths. However, the total quantity of cables after
taking into consideration of all cable drums for each size shall be within the
tolerance of ± 2%.
10.3. A layer of water proof paper shall be applied to the surface of the drums and over
the outer most cable layer.
10.4. A clear space of at least 40 mm shall be left between the cables and the lagging.
10.6. Packing shall be sturdy and adequate to protect the cables, from any injury due to
mishandling or other conditions encountered during transportation, handling and
storage. Both cable ends shall be sealed with PVC/Rubber caps so as to eliminate
ingress of water during transportation and erection.
12.1. All cables shall conform to all type, routine and acceptance tests listed in the
relevant IS.
12.2. The type tests on cables shall be conducted on each type and size of cables
offered.
12.3. Following type tests as per IS: 7098 (Part 1) – 1988 including its amendments
and additional type tests shall be carried out on 1.1 kV grade XLPE insulated
cables:
a) Tests on conductor
12.4. Following type tests as per IS: 1554 (Part 1) - 1988 including its amendments and
additional type tests shall be carried out on 1.1 kV grade PVC insulated cables:
a) Tests on conductor
e) Insulation resistance
f) High voltage test (water immersion test only a.c. test as per clause no.
16.3.1)
g) High voltage test at room temperature
h) Flammability test
i) On conductor(s).
ii) On armours.
12.5 All type tests as per IS: 7098 (Part 2 & 3) - 1993 including its amendments and
additional type tests shall be carried out on XLPE insulated HT cable up to 33kV
earthed system:
a) Tests on conductor
12.6 Contractor shall also submit following type test reports as per clause no. 2.2 of
Technical Specification, Section: GTR.
a) High voltage test (water immersion d.c. test as per clause no. 16.3.2 of IS:
1554 (Part 1) - 1988)
1.0 SCOPE
1.1 Scope includes manufacture, testing before dispatch and delivery FOR destination of
220 kV, 1200 sq. mm., single core, circular stranded, copper conductor XLPE power
cable conforming to the IEC 62067 / IS 7098 (Part - III).
2.0 STANDARDS
2.1 Unless otherwise stated hereafter, rating, characteristics, test and procedures etc.
concerning the 220 kV XLPE cable shall be preferably as per IS, IEC standards given
below and shall be in compliance with the latest edition or revisions thereof and
meeting the constructional details and testing requirement as stipulated in foregoing
also.
2.2 The 220 kV XLPE cable may conform to any other authorities’standards, which
ensures an equal or better quality than the standard mentioned above. The equivalence
of IS or IEC be mentioned/ indicated by bidder (wherever only one of them are
mentioned in the specification) to ensure that the required technical parameters/ tests
as per specifications are complied. The bidder must specifically indicate the standards
to which the cable conforms and indicate all deviations (if any) from the preferred IS/
IEC codes that affect performance and rating.
2.3 Compliance of the 220 kV XLPE cable manufactured with the provisions of this
specification does not relieve him of the responsibility of furnishing 220 kV XLPE
cable and accessories of proper design, electrically and mechanically suited to meet the
operating guarantees at the specified service conditions.
The XLPE Power cable shall be suitable for continuous and satisfactory operation
under following conditions:-
4.1 1200 sq.mm. Single Core XLPE cable suitable for 220 kV nominal system shall have
construction as under.
The cable shall be made of stranded, compacted circular conductor, electrolytic grade
copper, taped with semi conducting tape. Conductor screening shall be with extruded
semi conducting thermosetting compound layer. The cable shall be insulated with
completely dry cured XLPE insulation (of 245 kV highest system voltage). Insulation
screening for non-metallic part shall be with extruded semi-conducting thermosetting
compound layer. Taping with semi conducting water swellable tape shall be provided
for longitudinal water sealing. Screening for metallic part shall be with corrugated
Aluminum or Lead Alloy ‘E’ sheathed in combination with bedding of semi-
conducting tape(s) followed by annealed copper wires screen and taped with open
helix copper tape binder, If required followed by suitable non-metallic tape binder and
overall extruded black, PE or PVC sheath with outer conductive coating. Power cable
shall conform to the IS 7098 (Part-III)/ IEC-62067 and foregoing paras of this
specification.
4.2 The covering shall be watertight, electrically insulated, rodent proof and vermin proof.
4.3 The offered XLPE cable for 220 kV earthed system shall meet the technical particulars
indicated in Annexure-1.
4.4 The XLPE Cable shall be suitable or use where combined ambient temperature and
temperature rise due to load result in conductor temperature not exceeding 90°C under
normal operation and 250°C under short circuit conditions.
4.5 Offered XLPE cable end termination as well as jointing kits shall be of rated short
circuits current of 40 kV for duration of 1 second.
4.6 220 kV XLPE cable shall be designed to withstand the mechanical, electrical and
thermal stresses under the steady state transient/ fault conditions and shall be suitable
for proposed method of installation.
4.7 The cable shall be suitable for underground buried installation with uncontrolled back
film and some of areas to be flooded by water in rainy season.
4.8 The sheath/ screen bonding system shall provide a continuous current path through the
cable sheath and jointing kits and shall be bonded. The bonding ends shall be suitably
earthed with/ without SVL as per the approved configuration/ design.
4.9 The sheath voltage under full load conditions shall not exceed the voltage specified/
allowed in relevant standards for safety of personal as well satisfactory working of
cable. Sheath shall be solidly grounded at suitable location (middle as well as at
terminals substations) with/ without SVL. Bidder must indicate details of configuration
proposed along with sufficiency calculation with the bid so as to limit induced voltage
of sheath within 65 V.
4.11 The XLPE cable shall be capable of withstanding the normal stress associated with
transportation, erection, reeling and unreeling operation without getting deformed.
4.12 The XLPE cable shall be used on system voltage of 220 kV for 3-phase AC earthed
system. The cables shall be suitable for continuous operation at a power frequency
voltage 10% higher than system voltage.
4.13 Cables will be protected from over voltage caused by lightning strikes switching
surges by means of station type lightning arrestors located at terminal point/
substations. The terminal substation yard equipment and all overhead 220 kV
transmission lines will be shielded against direct lightning strokes by overhead ground
wires.
5.1 Conductor
5.1.1 The stranded, very well compacted, round conductor shall be made of annealed plain
copper wires complying to the requirements of flexibility class-2 of IEC-60228/ IS
8130. The conductor shall have high compactness and smooth surface finish.
5.1.2 The minimum number of wires in conductor and D.C. resistance shall be as per table-
II of IEC-60228/ IS 8130. The grade and quality of the copper used for the conductor
shall be as per IEC/ IS standard but shall not be less than the International Annealed
Copper Standard (IACS) of 100% conductivity with purity of the order of 99.9%.
5.2.1 The conductor screen consisting of semi conducting compound layer conforming IEC,
shall be provided over the conductor by extrusion which will not only eliminate the
risk of electric discharge at the interface between conductor and insulation but will
also present a very smooth protrusion free interface with the insulation to eliminate
any localized stress concentration. The screen shall be firmly bonded to XLPE
insulation.
5.2.2 The minimum thickness of extruded conductor screen shall be 1.0 mm. The outer
surface of the conductor screen shall be circular and free from irregularities. A non-
hygroscopic semi-conducting tape, if required, shall be applied to the conductor under
extruded layer to prevent penetration of compound in to the conductor interstices.
5.3 Insulation
5.3.1 The insulation composed of a special super clean grade layer of cross linked
polyethylene (XLPE) shall comply with the requirement of IS-7098 (Part-3)/ IEC
62067. The insulation shall be applied by extrusion over the conductor screen and
5.4.1 The insulation screening shall consist of two parts, namely, non-metallic and metallic.
5.4.2.2 The minimum thickness of extruded insulation screen layer shall be 0.8 mm, the
ovalitly of the core shall be not more than 5%.
5.4.3.2 The semi conducting compound and the semi conducting tape shall compatible with
the insulating material and suitable for the operating temperature of the cable.
The metallic sheath of corrugated Aluminum sheath or Lead alloy E shall be provided
over the non-metallic part of the insulation screening. Metallic sheath, together with
copper screen (if required) shall be able to withstand short circuit current of 40 kA for
duration of one second. The details of metallic sheath are as under:
i) The lead alloy sheath shall have composition as per IS: 692. The lead alloy ‘E’
sheath shall be extruded using a continuous screw press and shall be free from
all extrusion defects. The nominal thickness of lead alloy E sheath shall be as
per IEC-60502-2/ IS: 7098 (Part-3).
ii) The bedding over the Metallic sheath shall be of semiconducing tape(s).
iii) Copper wire screen of annealed plain copper wires with gap shall be helically
applied over the Radial Water Barrier lead alloy metallic sheath.
iv) The diameter of copper wire in the screen shall not be less than 0.8 mm. The
perpendicular gap between two adjacent wire shall not be more than 4.0 mm.
5.5.1 The outer sheath shall consist of an extruded layer of black, PE or PVC type ST-2 as
per IEC-62067/ IS-7098 (Part-3).
5.5.2 The nominal thickness of outer sheath shall not be less than the value calculated as per
the recommendation of IEC 60502-2/ IS-7098 (Part-3). The outer sheath shall be of
sufficient hardness to discourage termite and rodent attack.
The outer conductive layer shall be of Graphite coating applied at works. This
conductive layer/ coating must facilitate testing of the non-metallic outer sheath. This
test is important to ensure the physical integrity of the cable from time to time be it at
the factory, after transportation, directly after laying upon completion of the
installation, or periodically thereafter.
6.1 XLPE cable should be processed in a modern triple head extrusion manufacturing line.
XLPE extrusion and curing through Vertical Catanery Vulcanisation system (VCV) or
horizontal MDCV will be used to ensure circularity and concentricity of the extruded
layers around the conductor.
6.2 The conductor screen, insulation and insulation screen shall be extruded in one
simultaneous triple extrusion process (Clause 14.2.1 of IS: 7098-3) through common
triple crosshead. The extruders and triple crosshead shall be designed to prevent
stagnation of materials to eliminate hot spots and ensure smoothness of the conductor
screen and screen surfaces. Insulation thickness should be controlled on- line using X-
ray monitoring system.
6.3 The cross linking, curing and cooling shall be carried out in one operation and shall be
a dry curing process under high pressure to eliminate the formation of voids in the
insulation and contaminations in the dielectric.
6.5 The manufacturing process shall be desired to eliminate irregularities like protrusions,
voids and contamination etc. to ensure the long-term reliability of the cable.
6.6 Loading of the extruder in the manufacturing plant shall be performed entirely closed
and dust proof. The entire line of processing should be controlled from a computerized
central control console. Contamination shall be avoided by use of a fully enclosed
material handling system. To avoid contamination XLPE Granules must be transported
using gravitational material feeding system.
7.1 Raw materials used for manufacture of cable shall be of highest quality and material
received by manufacturer should be checked/ tested to ensure that it meets
manufacturer’s material specification. The materials shall be clean and packed in
moisture and dust proof packing.
7.2 As the quality control of EHV XLPE cables while manufacturing is very critical so
expert supervision is required for raw material testing, in process checks and also for
final testing. A specially trained quality assurance team should be in place for
maintenance of the quality at an optimum level at the plant. Complete details of
manufacturing process along with details of automatic manufacturing plant, list of
officers/ staff to supervise the manufacturing and other details desired as per
specification shall be furnished by bidder in the bid.
7.3 Quality assurance plan indicating test/ checks of raw material, process of manufacturer
and final inspection with customer hold point shall be submitted to the purchaser for
approval.
8.0 TESTING
8.1 GENERAL
8.1.1 This schedule gives tests to be carried out on 220 kV, single core XLPE type cables
and associated accessories being supplied under these specifications. The schedule of
tests to be followed shall be generally as per IS-7098 (Part-3)/ IEC 62067 “Extruded
Soild Dielectric Insulated Power Cables for rated voltage from 150 kV up to 500 kV.”
8.1.2 Cost of all type tests shall be indicated with unit prices in price schedule and the same
shall be considered for price bid evalutation/ loadings. Sample tests, routine tests shall
be included in quoted prices of cable. Type test (as envisaged by UPPTCL) to be
performed on a sample from any lot of cable manufactured will be witnessed by
representative of UPPTCL. The sample tests, routine tests will be witnessed by
UPPTCL engineers before dispatch.
8.1.4 This test schedule can be modified at the discrection of the purchaser to omit or to
include additional tests. Power frequency test shall be carried out at a frequency of 50
Hz.
8.2 TESTS:
8.2.1 The tests shall be carried out in accordance with IS-7098 (Part-3)/ IEC: 62067.
The manufactured cable shall be subjected to test as prescribed in the different IS/
IECs for routine, acceptance and type test any other test mandatory under relevant
IS/IEC.
The electrical test shall be carried out on cable system (cable & accessories) in
accordance with clause 12 of IEC 62067 and in accordance with the sequence
prescribed in clause 12.3 of IEC 62067/ IS 7098 (Part-3) with relevant clauses. Test
shall be carried out in the following sequence:
Note : 1) These tests may be applied to a joint which has passed test in item (c)
hearing cycle voltage test, or to a separate joint which has passed at least
three thermal cycles.
2) If the cable and joint are not be subjected to wet conditions in service
(i.e. not directly buried in earth or not intermittently or continuously
immersed in water) these tests may be omitted.
i) Examination of the cable system with cable and accessories shall be carried out
after completion of the tests above.
ii) The cost of the type test for all accessories shall be furnished separately. This
shall be considered for evaluation. However, the purchaser reserves the right to
waive off any of the type tests.
iii) Insulation resistance after laying each cable length shall withstand a voltage of
10 kV DC between each reinforcement and external conducting surface and for
one minute as per clause no. 14.1 of IEC-62067. In addition, the serving
insulation resistance shall be measured and checked with the values obtained in
the routine factory test.
iv) On completion of the cable laying and jointing work the complete installation
shall be tested as per clause 14.1 and 14.2 of IEC-62067. The testing kit
required for the tests shall be arranged by the tenderer.
9.1 The XLPE Cables should meet the requirement of all tests including special tests as
specified in clause 8 above. The bidder shall furnish latest complete tests certificates
for all type tests (not older than five years as on the date of Bid opening) prescribed in
clause 8 for the offered size or higher size(s) of similar voltage class offered from any
NABL accredited testing laboratory.
10.1 The 220 kV XLPE cable should be manufactured and tested while manufacturing as
per approved quality assurance plan and foregoing specification. Supplier shall
intimate the programme of manufacturing of the XLPE cable in advance.
The inspection during manufacturing shall be carried out by the UPPTCL engineers at
various stages of manufacture. The successful bidder shall grant free access to the
purchaser’s representative at a reasonable time when the work is in progress.
10.2 Inspection and acceptance of any equipment/ material under this specification by the
purchaser shall not relieve the supplier of his obligation of furnishing equipment in
accordance with the specification and shall not prevent subsequent rejection if the
equipment/ material is found to be defective.
10.3 The supplier shall present the latest Calibration Certificate(s) of testing instruments/
equipments to be used for the testing of the material covered in the purchase order to
the authorized inspecting officer/ inspecting agency of the purchaser. The testing
instruments/ meters/ apparatus etc. should be got calibrated by the supplier from time
to time from independent test laboratory/ house having valid accredition from National
Accredition Board for Testing and Calibrating Laboratories for the testing equipments/
original manufacturer having credibility to NABL/ NPL or equivalent.
10.4 The calibration certificate(s) should not in any case be older than one year at the time
of presenting the same to the inspecting officer/ inspecting agency of the purchaser.
The testing instruments/ equipments should be duly sealed by the Calibrating Agency
and mention thereof shall be indicated in the calibration certificate(s).
10.5 The purchaser reserves the right to insist for witnessing the sample/ routine tests of the
bought out raw material/ items used in manufacturing of cables.
11.2 The spacing between one set of marking and the beginning of the next on the legend
shall not exceed 150 mm.
12.1 Immediately after the works tests, both ends of every length of cable shall be sealed by
means of heat shrinkable end caps.
12.2 Cables shall be wound on metallic drums. All the drums shall be arranged to take a
round spindle and be legged with strong closely fitting wooden battens so as to prevent
damage in the cable. Each drum shall bear an identification number permanently
stenciled or branded on the outside of the flange.
12.3 Cable reels shall be of rugged construction, with a drum diameter of ample
dimensions to accommodate the single conductor. Manufacturer shall be responsible
for any damage to the cables during transit. Changes in the shape of cable during
transit shall not result in deformation in metallic drum. A detail of steel drum/ real is to
be furnished by bidder in their bid.
12.4 The cable drum/ reel shall carry the following information clearly marked on flange of
the drum.
13.1 Standard length of cable per drum shall be of 500-600 M. Longer drum length shall be
preferred. The bidder shall indicate offered Standard length of cable per drum. A
tolerance of ± 3% will be permissible on standard drum length. The ordered quantity
of the cable(s) can be supplied with quantity tolerance of (±) 2%. Exact drum length
shall be decided after route survey after award of contract.
14.1 The details of past orders executed by the bidder shall be indicated in the relevant
schedule.
15.1 The bidder shall furnish guaranteed technical particulars of cable in the relevant
schedule enclosed.
16.1 All the commissioning tests and performance tests shall be treated as absolute
guarantee and in the event of failure in any of such test(s) the bidder shall take steps to
rectify/ replace/ modify the defective components(s)/ assemblies at his cost. The
equipment after such rectification repair shall be re-tested at bidder cost at site.
16.2 The satisfactory of materials supplied shall be guaranteed for a period of 12 months
from the date of commissioning of 220 kV complete cable system. Any defects noticed
during the above should be rectified immediately by the Contractor free of cost and
they shall be guaranteed for 12 months from the date of re-commissioning of such
equipments. For cable joints and sealing end joints additional performance shall be as
per specification.
17.1 The bidder shall indicate values of total losses (kW) per 1000 meter of cable in the
relevant schedule of guarantees.
The factors and the respective Indian Rupees value per unit of differential loss for the
purpose of calculation of differential price for the bid evaluation as specified shall be
as stipulated below:
The factors and the respective Indian Rupees value per unit of differential loss over
and above the guaranteed for the purpose of calculation of liquated damages for non-
performances shall be as stipulated below:
1.1 The scope includes supply, testing at manufacturer’s works before dispatch and
delivery of Internationally reputed make of following types of cable sealing ends,
(end terminals/ pot heads) and straight through joints conforming to relevant IEC,
unless otherwise stipulated in the Section GTR and all other accessories as well as
consumables etc. suitable for XLPE cable (Section-IV A). These kits and
accessories shall be integral part of 245kV cable system.
I. 245kV rated, plug in type, indoor cable sealing ends conforming to IEC 62027
suitable for terminating 245kV highest voltage XLPE cables for
interconnection with 220kV Gas Insulated Switchgear of proposed 220kV
substation along with clamping arrangements of cable for 220kV
Transformers and Line Bays.
II. 245kV rated, Outdoor cable sealing ends conforming to IEC 62067 for
terminating the 245kV highest voltage XLPE cables for outdoor termination to
220kV Transformers along with all the necessary supporting structure, fitting
& mountings for 220kV Transformers and Line Bays.
1.2 Single phase Earth Link boxes with all associated accessories (for the connection
of the cable sheath of 220kV rated XLPE cable) suitable for both end bonding
arrangement of the complete cabling system.
1.3 Cable Fault Location Equipment (optional item) and one set of special tools and
equipment for handling, assembly, installation, erection and dismantling of the
220kV XLPE cables and auxiliary equipment.
List of special tools and testing equipments which will be brought for installation
and commissioning of the cable system by contractor (on returnable basis) shall be
enclosed with bid.
1.4 All the testing devices and instruments etc. including HV Generator required for
final acceptance, testing and commissioning shall be responsibility of the
contractor and no separate cost/ rental is payable. The testing devices etc. shall be
taken back by the contractor after successful testing & commissioning. The testing
instruments and devices indicated/ mentioned in price schedule may be ordered by
UPPTCL, if required (to be assessed based on finalization of maintenance
contract/ requirements) and the payment shall be made based on unit prices
specified in the contract. List of special tools and equipment required for testing of
power cable shall be enclosed with bid.
1.5 It is not the intent to specify completely herein, all details of design and
construction of the equipment/ system and accessories required. However, the
2.0 STANDARDS
Unless otherwise stated hereinafter, rating, characteristics, test and procedures etc.
concerning the 220kV XLPE cable accessories shall preferably be as per IEC
standards wherever existing and shall be in compliance with the latest editions or
revisions thereof. Although a few preferred IEC standards are mentioned below
but the list is not exhaustive and may be improved.
IEC: 62067 Tests for power cables with extruded insulation for rated
voltage above 150 kV upto 500 kV.
IEC: TS 60859 Cable connection for Gas insulated metal enclosed
switchgear for rated voltages of 72.5 kV and above.
IEC: 62271-203 Gas-insulated metal enclosed switchgear for rated voltages
of 72.5 kV and above.
IEC: 60228 Conductor for insulated cable
IEC: 60229 Tests on cable over sheaths
IEC: 60230 Impulse tests on cables and their accessories
IEC: 60270 Partial discharge measurements
IEC: 60287 Calculation of continuous current carrying capacity
IEC: 60502 Power Cables with extruded insulation and their
accessories.
BIS: 7098 (Part-3) XLPE cable specification for working voltages from 66 kV
up to and including 220 kV.
IEEE 48- 1990 IEEE Standard Test, Procedure & requirement for high
voltage alternating current cable terminations.
3.1 The 220kV systems will be solidly grounded. Cables will be protected from over
voltages caused by lighting strikes or switching surges by means of station type
lighting arrestors located at terminal point/ substations. The terminal substation
yard equipment and all overhead 220kV transmission lines will be shielded
against direct lighting strokes by overhead ground wires.
4.1 All the cable sealing end/ end termination kits, rated for 245 kV shall be of pre-
molded type from one of internationally repute manufacturer of proven design
which has already been extensively used and fully type tested.
4.2 The offered kits shall be easy in handling, simple to install without much skill
with minimum tools at site.
4.4 The kits shall be suitable for storage without deterioration at a temperature up to
55°C.
4.5 The offered XLPE cable Termination kits for 220kV earthed system shall meet the
technical particulars indicated in Annexure -1.
4.6 Field tests of sealing end terminals shall be made in conjunction with the 220kV
cables after installation of the cables and terminals.
5.1.1 For the feeder bays having power cable connections, the suitable cable sealing end
enclosures will be supplied by the GIS bidder but 220kV XLPE cables and cable
sealing end terminators with cable cone will not be included in the GIS bidder’s
supply. Interface between GIS and power cable will be in accordance with IEC
publication 60859.
5.1.2 The cable sealing end, conforming to IEC 62067 for termination of the Cables for
maximum continuous voltage of 245kV at SF6 switchgear end will be supplied by
the cable manufacturer. The contractor shall be responsible for the preparation of
the cable insulation and conductors and correct termination of each cable to these
sealing ends.
5.1.3 Bidders are requested to quote cable sealing end with design that helps reducing
the works on the gas compartments. The cable sealing end shall be of plug in type
that allows easy plugging and unplugging of high voltage power cable without the
need of opening the GIS and related time consuming gas works.
5.1.4 Cable manufacturer shall furnish large scale general assembly drawings of the
SF6 sealing ends, mounting flange details, size of terminal opening in the junction
box, weight of terminal including accessories, physical shape and dimensions of
all live part, recommended clearance from live parts to the inside surface to permit
the SF6 switch gear manufacturer to design and supply junction boxes of adequate
dimensions and construction to permit the installation and maintenance of the
terminals without difficulty.
5.1.5 The stress cone made of silicone rubber shall inhibit possible mechanical stress
and deformation of the cable insulation surface during operation and also shall be
capable of accommodating minor radial and longitudinal movement without
determent to the dielectric stress in the insulation shield.
5.1.6 Manufacturer shall state the connector clearances required when the assembled
cable DC proof test is undertaken for co-ordination with the SF6 switch gear
design.
5.2.1 The cable sealing end, conforming to IEC-62067 of termination for maximum
continuous voltage of 245kV cables at the outdoor yard shall be supplied by the
cable manufacturer. The contractor shall be responsible for correct termination of
each cable to sealing ends, installation of the cable sealing end and providing of
terminal connectors for connecting to terminal conductor. The requisite
interconnection between line end and sealing end is required to be designed (as
per safety and statutory provision aspects) and executed (after approval of
Purchaser) by successful bidder.
5.2.2 The silicone rubber/ composite bushing termination of rated capacity, suitable for
outdoor installation in moderately polluted atmosphere shall be used. It should
resistant to UV exposure. The termination stress control shall be by means of
stress cone.
5.2.3 The stress cone made of silicone rubber shall inhibit possible mechanical stress
and deformation of the cable insulation surface during operation and also shall be
capable of accommodating minor redial and longitudinal movement without
determent to the dielectric stress in the insulation shield.
As the Sub-station is new and to meet the requirement of next 35 years, so new
technology is to be used/ adopted while manufacturing and latest technology kits
are essential requirement. If any kit is not in a manufacturing range of any of
above firms then equipment/ kits can be offered from other balance make but kits
conforming to specification shall only be accepted.
6.1 The Cable Termination kits accessories shall be capable of carrying the specified
rated current continuously without exceeding the specified temperature
limitations.
6.3 The sheath voltage under full load conditions shall not exceed 65V specified/
allowed in relevant standards for safety of personal as well satisfactory working of
cable. The sheath shall solidity grounded at the switch gear end & at the pot yard
terminations.
6.4 The fault level withstand capacity of end termination kits should be strictly
matching with the parameters of cables for which the kits are intended to be used.
6.5 After connecting the cable with terminal ends, the complete cable composite cable
sheath screen bonding system shall provided a continuous current path through the
cable sheath/ screen and shall be bonded and earthed at both ends.
6.6 The XLPE Cable Termination kits shall be suitable for use where combined
ambient temperature and temperature rise due to load result in conductor
temperature not exceeding 90°C under normal operation and 250°C under short
circuit conditions.
6.7 220kV XLPE Cable Termination kits shall be designed to withstand the
mechanical, electrical and thermal stresses under the steady state and transient/
fault conditions and shall be suitable for proposed method of installation.
The following consideration shall be taken into account in the design of the
product, material properties and components of cable kits.
7.1 The most important part of cable accessories is the stress grading device, the stress
cone. The pre-molded cone shall be made of insulating and conducing silicone
rubber molded together in the shape of geometric stress control unit. The synthetic
insulating compound shall be used together with stress cone to improve the
electrical properties inside the termination. The compound should swell the
insulation of the cone and the cable to some extent so as to improve the electrical
strength along with interface.
7.2 For XLPE cable, the critical part of the operation is making an electrical
connection between the stress relief device and insulation screen. If any air pocket
created, then discharge and break down can occur. As such connection method
and material should be such that no risk of cable damage arises and that the jointer
can check the result of his work at every stage. Thus the installation instruction
should be easy to follow and should be well illustrative.
7.3 The design shall be such that when the cone is supplied, the diameter of hole in
the cone shall be smaller than the diameter over cable insulation. After the cone is
pushed on, the elasticity of silicon rubber should guarantee an active pressure on
the cable insulation to ensure that no voids appear between the cone and the cable
even after years of load cycling.
7.5 The different accessories shall be type tested according to SEN, IEC-62067 and
IEEE standards which include tests for impulse, AC load cycling and partial
discharge. Before delivery every stress cone shall be installed on cable and
carefully checked to establish that it is PF free in presence of purchasers
representative(s).
7.6 Details of proper stress control, stress grading and non tracking arrangement in the
termination details shall be elaborated in the offer. Detailed sectional view of
assemblies shall be submitted along with the offer. The application of stress
control system shall be safe, foolproof and independent of cable jointers skills.
The stress control method should withstand expansion and contraction of cable
during load cycling.
7.7 The cable end termination shall be designed in such a way so as give track
resistant, erosion and weather resistance protection to the cable insulation. The
outdoor end termination shall be totally sealed against ingress of moisture of
environment.
7.8 All end outdoor terminations shall be provided with rain sheds/ creepage
petticoats. The weather sheds shall be non-tracking weather resistant hydrophobic
and have smooth surface to collect any water/ dirt etc. The design of rain skirts
shall avoid any skirt to skirt conducting path under heavy rain condition.
7.9 For XLPE cables, the lugs should withstand short circuit of 250°C. For XLPE
cables, the ferrule should be suitable for compacted conductor and should
withstand thermal short circuit of 250°C.
7.10 Design features may be highlighted in bid and the mouldings of rubber
components should be aimed to achieve a smooth finish on interior and exterior of
the components.
7.11 The kits shall be provided with protection against rodent & termite attack.
7.12 The kits offered shall provided for total environment sealing of the cable crutch
and at the lugs end. The details of which shall be offered along with the offer.
Provision for effective screening over each core shall be made and bidder shall
categorically confirm this aspect in their offer.
7.13 The materials and components of kits, not specifically stated in the specification,
but which are essential for satisfactory operation of cable shall be deemed to be
included without any extra cost.
7.14 The earthing arrangement shall form part of the terminations joints and shall be
protected from erosion either by suitable tape or tube.
7.16 The adequate provisions for eliminating the chances of entrapment of air at steps
formed by silicone screen shall be made.
7.17 The terminations joints shall be supplied in kit form. All insulation and sealing
materials, consumable items, conductor fittings, earthing arrangements and lugs
etc. should be provided. Requisite No. and size of lugs and ferrules depending
upon the type of the cable shall be provided in the kit. Lugs and Ferrules shall be
of crimping type and shall conform to the relevant standard applicable to XLPE
cables.
8.0 LINK BOX FOR EARTHING & EARTHING CABLE WITH PVC
INSULATION
8.1 Bidder shall carry out the earthing of sheath/ screen in the both end bonding
configuration. The successful bidder shall submit the complete sheath voltage
calculation alongwith identification of bonding points. The Single Phase Link
boxes with direct (through SVL, if required as per calculation/ study) grounding at
cable termination ends at termination of cable ends. The bonding lead/ grounding
cable of suitable sizes (as per sufficiency/ adequacy calculation submitted by
successful bidder and approved by Purchaser shall be used for connecting cable
sheath to earth.
9.1 Any support structures and cable clamps required to support the cable between the
trays and the sealing end supports will be supplied and installed by the bidder.
9.2 Fabricated wall/ fabricated support mounted angle brackets along with Anchor
bolts shall be provided by manufacturer of cable for supporting the SF6
Switchgear Type Sealing End for installation/ fixing at GIS at proposed 220kV
GIS Substation to GIS supplier. The brackets which shall be constructed of
galvanized steel structural sections will not be required to support the weight of
SF 6 switch gear enclosure. The SF6 Switchgear enclosures shall be supplied by
GIS substation supplier.
9.5 The bidder shall furnish the design and fabrication drawings of these structures &
foundation anchor bolts, and design calculations etc.
9.6 The bidder shall quote for unit prices for support structures for each single core
cable to suit the end terminations supplied by him.
10.1 The terminal connector/ clamps shall be suitable for connection to Twin ACSR
conductor at Transformer end. The terminal connector shall be of bimetallic type
to connect the copper stud of the cable terminal end to the ACSR conductor.
10.2 The type and size of the conductor will be confirmed to the successful bidder.
i) Galvanic Corrosion.
ii) Thermal Cycling.
10.4 The current carrying capacity of the connector/ clamps shall be greater than the
maximum capacity of the power cable. The terminal clamp shall be free from
burrs, voids, and blow holes.
10.5 The terminals clamps shall have passed tests for short circuit current capability
and temperature rise.
11.0 EARTHING
11.1 Bidder shall carry out the earthing of sheath/ screen at both of termination ends of
245kV cable using insulation sheath bonding (earthing) cable of required size
through Link box with/ without surge limiter at terminations.
11.2 Earthing shall be as per relevant standards and the details of the earthing
arrangement offered for the cable accessories shall be submitted along with the
offer.
11.3 The sheath/ screen shall bound in the earth station through disconnecting type link
boxes.
12.0 TESTS
12.1 The testing of Cable termination for Gas Insulated Metal enclosed Switchgear,
outdoor type sealing end kits for XLPE Cable shall be as per IEC: 62067. All the
type tests, sample tests and routine tests shall be carried out on the cable kits
(referred as accessories in IEC) as per Clause 8.2 (Tests), Section-IV A.
12.3 The contractor shall make available to the UPPTCL Engineer a complete set of
detailed data, required for inspection and Tests.
The bidder must specify the details of the type, sample and routine tests to be
conducted on offered cable kits at their works along with the standards applicable
in their offer.
13.1 Raw materials used for manufacture of cable shall be of highest quality and
material received by manufacturer should be checked/ tested to ensure that it
meets manufacturer’s material specification. The materials shall be clean and
packed in moisture and dust proof packing.
13.2 As the Quality control of EHV XLPE cables termination and accessories while
manufacturing is very critical so expert supervision is required for raw material
testing, in process checks and also for final testing. A specially trained quality
assurance team should be in place for maintenance of the quality at an optimum
level at the plant. Complete details of manufacturing process along with details of
automatic manufacturing plant, list of officers/ staff to supervice the
manufacturing and other details desired as per specification shall be furnished by
bidder in the bid.
13.3 Quality assurance plan indicating test/ checks of raw material, process of
manufacturer and final inspection with customer hold point shall be submitted to
the purchaser for approval.
The latest complete type test certificates (conducted during last 5 years from date
of tender along with attested drawing) in duplicate for all type of terminations of
offered design/ material conducted at Inter National repute test house conforming
to IEC: 62067 must be enclosed with the offer. The offer without type tests results
shall be ignored.
15.1 The 220kV XLPE cable termination or Gas Insulated Metal enclosed Switchgear,
outdoor type sealing end and other accessories should be manufactured and tests
while manufacturing as per approved Quality Assurance plan and foregoing
specification. Supplier shall intimate the programme of manufacturing of the cable
Termination kits and accessories in advance. The inspection during manufacturing
shall be carried out by the UPPTCL engineers at various stages of manufacture.
The successful bidder shall grant free access to the purchaser’s representative at a
reasonable time when the work is in progress.
15.3 The supplier shall present the latest Calibration Certificate(s) of testing
instruments/ equipments to be used for the testing of the material covered in the
Purchase Order to the authorized inspecting officer/ inspecting agency of the
purchaser. The testing instruments/ meters/ apparatus etc should be got calibrated
by the supplier from time to time from independent test laboratory/ house having
valid accredition from National Accredition Board for testing and Calibrating
Laboratories for the testing equipments/ original manufacturer having credibility
to NABL/ NPL or equivalent.
15.4 The calibration certificate(s) should not in any case be older than one year at the
time of presenting the same to the inspecting officer/ inspecting agency of the
purchaser. The testing instruments/ equipments should be duly sealed by the
Calibrating Agency and mention thereof shall be indicated in the calibration
certificate(s).
15.5 The purchaser reserves the right to insist for witnessing the sample/ routine tests
of the bought out raw material/ items used in manufacturing of cable end
terminations.
The cable terminations shall be fire resistant. The components of kits shall have
flame retardant property.
17.0 INTERCHANGEABILITY
18.1 The bidder shall offer complete material and components for each kit so as to
meet one termination complete in all respects. The bidder shall indicate the list of
the material/ components with quantities of each or cable end termination.
18.3 The detailed bill of material and installation instructions shall be provided with
each kit for verification by purchaser’s inspecting officer and at Purchaser’s
stores/ site.
18.5 The Bidder shall also indicate shelf life and ideal life of kit contents.
19.1 The bidder shall furnish the guaranteed and other technical particulars of the kit
offered by him in Annexure -1 attached with the specifications. The particulars
which are subject to guarantee shall be clearly indicated. Without schedule of
GTP, completely filled, the offer shall not be acceptable.
19.2 The bidder shall highlight the various technical aspects of the kits offered by him.
20.0 GUARANTEE
The cable termination shall bear guarantee for one year from the date of
commissioning. Any defect noticed in the kit shall be attended by the bidder
immediately on getting the complaints and if required shall be replaced and
installed free of cost otherwise the same will be arranged at the supplier’s risk and
cost.
Complete outfit of tools, special tools, spanners and other lifting devices,
instrument and appliance necessary for the complete assembly, erection at site,
dismantling and maintenance of Power Cable including all accessories (kits)
covered by the contract together with suitable racks for holding them shall be
arranged by the contractor.
While errection the bidder shall arrange demonstration of use of kits (ordered by
purchaser) for giving the training to the 4 or more personnel of the UPPTCL for
getting acquainted with the cable jointing method/ procedure.
1 Scope
2 Standards
3 Climatic Conditions and Laying Conditions
4 Design & Technical Details
5 Material and Cable Construction
6 Manufacturing Process
7 Quality Assurance
8 Testing
9 Testing Facilities and Tests Certificates
10 Inspection at Manufacturer’s Works
11 Marking on Outer Sheath
12 Sealing and Drumming
13 Standard Length and Quantity Tolerance
14 Details of Past Experience
15 Guaranteed Technical Particulars
16 Absolute Guarantees
Annexure-1 Desired Technical Particulars of XLPE Cable
1.1 Scope includes manufacture, testing before dispatch and delivery FOR destination of
132 kV, 630 sq.mm, single core, circular stranded, copper conductor XLPE power
cable conforming to the IEC 60502-2 for construction and IEC 60840-2004-04 for
testing/ IS 7098 (Part-3) unless otherwise stipulated in this section.
2.0 STANDARDS
2.1 Unless otherwise stated hereinafter, rating, characteristics, test and procedures etc.
concerning the 132 kV XLPE cable shall be preferably as per IEC/ BIS standards
given below and shall be in compliance with the latest editions or revisions thereof and
meeting the constructional details and testing requirement as stipulated in foregoing
clauses also.
2.2 The 132 kV XLPE cable may conform to any other authorities standards which ensure
an equal or better quality than the standard mentioned above. The bidder must
specifically indicate the standards to which the cable conforms and indicate all
deviations (if any) from the preferred IEC codes that affect performance and rating.
2.3 Compliance of the 132 kV XLPE cable manufactured with the provisions of this
specification does not relieve him of the responsibility of furnishing 132 kV XLPE
cable and accessories of proper design, electrically and mechanically suited to meet the
operating guarantees at the specified service conditions.
2.4 If there are, in the opinion of the bidder, any conflicts between these codes and this
specification, these contradictions shall be brought to the attention of the purchaser.
The XLPE Power cable shall be suitable for continuous and satisfactory operation
under following conditions.
i) Ground Temp. 35 °C
ii) Maximum conductor temp. 90 °C
iii) Air temperature 50 °C
iv) Depth of burial 1.5 m approx.
v) Formation 2 Ckts. each in
trefoil
vi) Bonding of metallic sheath Both End
vii) Number of 3 phase circuits Incomer–I &
Incomer–II
viii) Thermal Resistivity of soil 150 °C cm/W
or as per site
conditions
4.0 DESIGN & TECHNICAL DETAILS
The cable shall be made of stranded, compacted and segmented electrolytic grade
copper, tapped with semi conducting tape. Conductor screening shall be with extruded
semi-conducting thermosetting compound layer. The cable shall be insulated with
completely dry cured XLPE insulation (of 145 kV highest system voltage) , Insulation
screening for non-metallic part shall be with extruded semi-conducting thermosetting
compound layer. Taping with semi-conducting water swellable tape shall be provided
for longitudinal water sealing. Screening for metallic part shall be with extruded
corrugated Aluminum or Lead alloy ‘E’ sheathed in combination with bedding of
semi-conducting tape(s). Armouring shall be with annealed copper wire screen and
taped with open helix copper tape binder, if required followed by suitable non-metallic
tape binder and overall extruded black PE or PVC sheath with outer conductive
coating. Power cable shall conform to the IEC 60502-2 for construction and IEC-
60840-2004-04 for testing/ IS 7098 (Part-3) and foregoing paras of this specification.
4.3 The offered XLPE cable for 132 kV earthed system shall meet the technical particulars
indicated in Annexure –1
4.4 The XLPE cable shall be suitable for use where combined ambient temperature and
temperature rise due to load result in conductor temperature not exceeding 90 °C under
normal operation and 250 °C under short circuit conditions.
4.5 Offered XLPE cable end termination as well as jointing kits shall be of rated short
circuit current of 40 kA for duration of 1 second.
4.6 132 kV XLPE cable shall be designed to withstand the mechanical, electrical and
thermal stresses under the steady state and transient/ fault conditions and shall be
suitable for proposed method of installation.
4.7 The cable shall be suitable for underground buried installation with uncontrolled back
fill and some of areas to be flooded by water in rainy season.
4.8 The sheath/ screen bonding system shall provide a continuous current path through the
cable sheath & jointing kits and shall be bonded. The bonding ends shall be suitably
earthed with/ without SVL as per the approved configuration/ design.
4.9 The sheath voltage under full load conditions shall not exceed the voltage specified/
allowed in relevant standards for safety of personal as well satisfactory working of
cable. Sheath shall be solidly grounded at suitable locations (middle as well as at
terminals substations) with/ without SVL. Bidder must indicate details of configuration
proposed along with sufficiency calculation with the bid so as to limit induced voltage
of sheath within 65V.
4.12 The XLPE cable shall be used on System Voltage of 132 kV for 3-phase AC earthed
system. The cables shall be suitable for continuous operation at a power frequency
voltage 10% higher than system voltage.
4.13 Cables will be protected from over voltages caused by lighting strikes or switching
surges by means of station type lighting arrestors located at terminal substations. The
terminal substation yard equipment and all overhead 132 kV transmission lines will be
shielded against direct lighting strokes by overhead ground wires.
5.1 Conductor
5.1.1 The stranded very well compacted, round conductor shall be made of annealed plain
copper wires complying to the requirement of flexibility class-2 of IEC 60228/IS 8130.
The conductor shall have high compactness and smooth surface finish.
5.1.2 The minimum number of wires in conductor and D.C. resistance shall be as per table -
II of IEC- 60228/ IS 8130. The grade and quality of the copper used for the conductor
shall be as per IEC/ IS standard but shall not be less than the International Annealed
Copper Standard (IACS) of 100% with purity of the order of 99.99%.
5.2.1 The conductor screen consisting of semi conducting compound layer conforming IEC/
IS, shall be provided over the conductor by extrusion which will not only eliminate
the risk of electric discharge at the interface between conductor and insulation but will
also present a very smooth protrusion free interface with the insulation to eliminate
any localized stress concentration. The conductor screen shall be continuous and cover
whole surface of conductor. The screen shall be firmly bonded to XLPE insulation.
5.2.2 The minimum thickness of extruded conductor screen shall be 1.0 mm. The outer
surface of the conductor screen shall be circular and free from irregularities. A non-
hygroscopic semi-conducting tape, if required, shall be applied to the conductor under
extruded layer to prevent penetration of compound into the conductor interstices.
5.3 Insulation
5.3.1 The Insulation composed of a special super clean grade layer of cross linked
polyethylene (XLPE) shall comply with the requirement of IS 7902 (Part-3)/ Table-IV
of IEC 60840 2004-04 read with clause 5.3.2 below. The insulation shall be applied
by extrusion over the conductor screen and vulcanized using dry curing process to
form a compact homogeneous body free from micro voids and contaminants.
5.4.1 The insulation screening shall consist of two parts, namely non-metallic and metallic.
5.4.2.2 The minimum thickness of extruded insulation screen layer shall be 0.8 mm. The
ovality of the core shall be not more than 5%.
5.4.3.1 Under sheath water barrier shall consist of a synthetic semi-conducting moisture swell-
able layer (non woven synthetic tape with suitable water swellable absorbent tape with
suitable overlap) covering the whole surface area of the insulation screen. The barrier
shall restrict longitudinal water penetration under the metallic sheath. The nominal
thickness of water swellable tape shall be 0.3 mm.
5.4.3.2 The semi conducting compound and the semi conducting tape shall compatible with
the insulating material and suitable for the operating temperature of the cable.
The metallic sheath of extruded corrugated Aluminium sheath or lead alloy E shall be
provided over the non-metallic part of the insulation screening. Metallic sheath
together with copper screen (if required) shall be able to withstand short circuit current
of 40 kA for duration of one second. The details of metallic sheaths are as under:
i) The lead alloy sheath shall have composition as per IS: 692 The lead alloy E
sheath shall be extruded using a continuous screw press and shall be free from
all extrusion defects. The nominal thickness of lead alloy E sheath shall be as
per IEC 60502-2/IS 7098 (Part-3).
ii) The bedding over the Metallic sheath shall be of semi conducting tape(s).
iii) Copper wire screen of annealed plain copper wires with gap shall be helically
applied over the Radial Water Barrier lead alloy metallic sheath.
v) An open-helix copper tape shall be applied over the copper wire screen. The
nominal thickness of the tape shall not be less than 0.1 mm. The minimum
thickness shall not fall below the nominal value by more than 10% Suitable
non-metallic binder tape may also be applied over the copper screen to prevent
the penetration of the outer sheath in to the screen.
ii) The nominal thickness of aluminum sheath shall be as per IEC 60502-2/ IS
7098 (Part-3) Table 6B.
iii) The minimum thickness at any point shall not fall below the nominal by more
than 10%.
5.5.1 The outer sheath shall consist of an extruded layer of black. PE or PVC type ST-2 as
per IEC 60502-2.
5.5.2 The nominal thickness of outer sheath shall not be less that the value calculated as per
the recommendation of IEC 60502/ IS 7098 (Part-3). The outer sheath shall he of
sufficient hardness to discourage termite and rodent attack.
The outer conductive layer shall be of Graphite coating applied at works. This
conductive layer/coating must facilitate of the metallic outer sheath. This test is
important to ensure the physical integrity of the cable from time to time be it at the
factory, after transportation, directly after laying upon completion of the installation,
or periodically thereafter.
6.1 XLPE cable should be processed in a modern triple head extrusion manufacturing line.
XLPE extrusion and curing through Continuous Catanary Vulcanisation (CCV) or
vertical Catanary Vulcanisation system (VCV) or horizontal MDCV will be used to
ensure circularity and concentricity of the extruded layers around the conductor.
6.3 The cross linking, curing and cooling shall be carried out in one operation and shall be
a dry curing process under high pressure to eliminate the formation of voids in the
insulation and contaminants in the dielectric.
6.4 Process conditions such as curing and cooling temperature, production speed etc. shall
be closely monitored during manufacture to ensure a good degree of cross linking
through the whole insulation.
6.5 The manufacturing process shall be desired to eliminate irregularities like protrusions,
voids and contaminations etc. to ensure the long term reliability of the cable.
6.6 Loading of the extruder in the manufacturing plant shall be performed entirely closed
and dust proof. The entire line of processing should be controlled from a computerized
central control console. Contamination shall be avoided by use of a fully enclosed
material handling system. The use of special means like pressurized air etc. for
transport of granules shall, as for as practicable, be avoided.
7.1 Raw materials used for manufacture of cable shall be of highest quality and material
received by manufacturer should be checked/ tested to ensure that it meets
manufacturer’s material specification. The materials shall be clean and packed in
moisture and dust proof packing.
7.2 As the quality control of EHV XLPE cables while manufacturing is very critical so
expert supervision is required for raw material testing, in process checks and also for
final testing. A specially trained quality assurance team should be in place for
maintenance of the quality at an optimum level at the plant. Complete details of
manufacturing process along with details of automatic manufacturing plant, list of
officers/ staff to supervise the manufacturing and other details desired as per
specification shall be furnished by bidder in the bid.
7.3 Quality assurance plan indicating test/ checks of raw material, process of manufacturer
and final inspection with customer hold point shall be submitted to the purchaser for
approval.
8.0 TESTING
8.1 All type sample and routine tests as per IEC 60840-2004-04 and IS 7098 (Part-3)
given below shall be carried out. Cost of all type tests shall be indicated with unit
prices in price schedule and the same shall be considered for repetitions, if required by
the purchaser. Sample tests, routine tests shall be included in quoted prices of cable.
Type test (as envisaged by UPPTCL) to be performed on a sample from any lot of
cable manufactured will be witnessed by representative of UPPTCL. The sample tests,
routine tests will be witnessed by UPPTCL engineers before dispatch.
8.2.1 The cable offered shall have type test certificates as specified in IEC-60840 third
edition 2004-04 amended up to date at third party NABL accredited laboratory in last
5 years from the date of bid opening.
The following tests shall be included in the type tests along with other balance type
tests given in IS: 7098 (Part-3) on cable and cable jointing kits.
Prior to the electrical type tests, the insulation thickness of the cable shall be measured
by the method specified in 8.1 of IEC 60811-1-1 on a representative piece of the
length to be issued for the tests, to check that the average thickness is not excessive
compared with the nominal value.
If the average thickness of the insulation does not exceed the nominal value by more
than 5%, the test voltages shall be the values specified in Table 4 of IEC 60840:2004
for the rated voltage of the cable.
If the average thickness of the insulation exceeds the nominal value by more than 5%
but by not more than 15% the test voltage shall be adjusted to give an electrical stress
at the conductor screen equal to that applying when the average thickness of the
insulation is equal to the nominal value and the test voltages are the normal values
specified for the rated voltage of the cable.
The cable length used for the electrical type tests shall not have an average thickness
exceeding the normal value by more than 15%.
The resistivity of the cable semi-conducting screens (clause 12.03.9 of IEC 60840-
2004-04) shall be measured on a separate sample.
Test voltages shall be in accordance with the values given in the appropriate column of
table – 4 of IEC 60840-2004-04.
8.2.3 Non electrical type tests on cable components and on completed cable.
8.2.4 Following additional type test shall be carried out on outer sheath of XLPE insulated
HT cable.
Chemical composition test for verifying lead sheath composition as per IS 403-1997.
8.3.1 The following tests, along with other balance Special/ Acceptance tests given in IS-
7098 (Part-3) shall be carried out on samples which, for tests in items (b) and (g) may
be on drum lengths of cable to represent batches as per IEC-60840 third edition 2004-
04 (amended upto date).
IEC 60840-2004-04
a) Conductor examination. Clause 10.4
b) Measurement of electrical resistance of conductor and Clause 10.5
of metallic screen.
c) Measurement of thickness of insulation and over Clause 10.6
sheath.
d) Measurement of thickness of metallic sheath Clause 10.7
e) Measurement of diameter. Clause 10.8
f) Hot set test for XLPE insulation. Clause 10.9
g) Measurement of capacitance. Clause 10.10
h) Measurement of density of HDPE insulation. Clause 10.11
i) Water penetration test. Clause 12.4.18
j) Test on component of cables with a longitudinally Clause 12.4.19
applied metal foil.
k) Annealing test. As per IS/IEC
l) Void and contaminations test. Clause 20.1 IS 7098-3
m) Partial discharge test (to be conducted on full drum As per IS / IEC
length)
n) High voltage test: Clause 20.17 of IS
7098-3
The cable shall withstand any failure of AC power
frequency voltage of 3 times rated voltage for 4 hours
8.3.2 The above sample tests a) to h) shall be carried out on one length from each batch
manufacturing series of the same type and cross section size of cable but shall be
limited to not more than 10% of the number of lengths in any contract, rounded to
nearest whole number.
8.3.3 The frequency of the tests in item i) and j) shall be one test.
The following routine tests shall be carried out on each manufactured length of cable
The order in which these tests to carried out shall be indicated in the bid by bidder.
8.5.1 Pre-commissioning tests on site, which shall be performed by the successful bidder,
shall include the following:
a) DC voltage test on outer sheath at 10 kV (DC) for one minute (as per clause 5
of IEC-60229) between metallic sheath/ screen and external conducting
surface.
d) AC test voltage for 24 hrs. with phase to earth voltage of the system (Uo) this is
alternative to DC voltage test as per (d) above.
9.1 The XLPE Cables should meet the requirement of all tests including special tests as
specified in clause 8 above. The bidder shall furnish latest complete tests certificates
for all type tests (not older than five years as on the date of Bid opening) prescribed in
clause 8 for the offered size or higher size (s) of similar type of cable and voltage class
offered from any NABL accredited testing laboratory.
9.2 The bidder must have all testing facilities available at their works for testing the
material as per clause 8 above. Detailed list of testing equipment along with relevant
tests must be furnished with the tender otherwise offer is likely to be ignored.
10.1 The 132kV cable should be manufactured and tested while manufacturing as per
approved Quality Assurance plan and foregoing specification. Supplier shall intimate
the program of manufacturing of the XLPE cable in advance. The inspection during
manufacturing shall be carried out by the UPPTCL engineers at various stages of
manufacture. The successful bidder shall grant free access to the purchaser’s
representative at a reasonable time when the work is in progress.
10.2 Inspection and acceptance of any equipment/ material under this specification by the
purchaser shall not relieve the supplier of his obligation of furnishing equipment in
accordance with specification and shall not prevent subsequent rejection if the
equipment material is found to be defective.
10.3 The supplier shall present the latest Calibration Certificate(s) of testing instruments/
equipments to be used for the testing of the material covered in the Purchase Order to
the authorized inspecting officer/ inspecting agency of the purchaser. The testing
instruments/ meters/ apparatus etc. should be got calibrated by the supplier from time
10.4 The calibration certificate (s) should not in any case be older than one year at the time
of presenting the same to the inspecting officer/inspecting agency of the purchaser.
The testing instruments/ equipments should be duly sealed by the Calibrating Agency
and mention thereof shall be indicated in the calibration certificate(s).
10.5 The purchaser reserves the right to insist for witnessing the sample/ routine tests of the
bought out raw material/ items used in manufacturing of cables.
11.2 The spacing between one set of marking and the beginning of the next on the legend
shall not exceed 150 mm.
11.3 Besides above, progressive sequential marking of length shall also be provided at
every one meter, which shall be clear and legible sequential length working by
embossing in same colour as that of outer sheath is permitted.
12.1 Immediately after the works tests, both ends of every length of cable shall be sealed by
means of heat shrinkable end caps.
12.2 Cables shall be wound on metallic drums. All the drums shall be arranged to take a
round spindle and be legged with strong closely fitting wooden battens so as to prevent
damage in the cable. Each drum shall be bear an identification number permanently
stenciled or branded on the outside of the flange.
12.3 Cables reels shall be of rugged construction, with a drum diameter of ample
dimensions to accommodate the single conductor. Manufacturer shall be responsible
for any damage to the cables during transit. Changes in the shape of the cable during
transit shall not result in deformation in metallic drum. A detail of Steel Drum/ real is
to be furnished by bidder in their bid.
12.4 The cable drum/ reel shall carry the following information clearly marked on one
flange of the drum.
13.1 Standard length of cable per drum shall be of 500-600 M. Longer drum length shall be
preferred. The bidder shall indicate offered Standard length of cable per drum. A
tolerance of ± 3% will be permissible on standard drum length. The ordered quantity
of the cable(s) can be supplied with quantity tolerance of ± 2%. Exact drum length
shall be decided after route survey, after award of contract.
14.1 The details of past orders executed by the bidder shall be indicated in the relevant
schedule.
15.1 The bidder shall furnish guaranteed technical particulars of cable in the relevant
schedule enclosed.
16.1 All the commissioning tests and performance tests shall be treated as absolute
guarantee and in the event of failure in any of such test(s) the bidder shall take steps to
rectify/ replace/ modify the defective components(s)/ assemblies at his cost. The
equipment after such rectification repair shall be re-tested at bidder cost at site.
16.2 The satisfactory of materials supplied shall be guaranteed for a period of 12 months
from the date of commissioning of 132 kV complete cable system. Any defects noticed
during the above should be rectified immediately by the Contractor free of cost and
they shall be guaranteed for 12 months from the date of re-commissioning of such
equipments. For cable joints and sealing end joints additional performance shall be as
per specification.
17.1 The bidder shall indicate values of total losses (kW) per 1000 meter of cable in the
relevant schedule of guarantees.
The factors and the respective Indian Rupees value per unit of differential loss over
and above the guaranteed for the purpose of calculation of liquated damages for non-
performances shall be as stipulated below:
1. Scope
2. Standards
3. System Configuration
4. General Details of Cable Kits
5. Type & Make of Cable Kits
6. Electrical Characteristics of Cable Kits
7. Design and Componenets Feature of Cable Kits
8. Link Box for Earthing & Earthing Cable with PVC Insulation
9. Supporting Structure & Angle Bracket Supports for Cable
10. Cable End Terminals (Out door Type) Connectors
11. Earthing
12. Tests
13. Quality Assurance
14. Test Certificates
15. Inspection and Training at Manufacturer’s Works
16. Fire Resistance
17. Interchangeability
18. Completeness of Cable Kit for Easy Installation
19. Guaranteed and other Technical Particulars
20. Guarantee
21. Special Tools & Tackles
22. Manuals and Literature on Cable & Cable Kits
23. Training During Erection
Annexure - 1 Desired Technical Particulars for Cable End Termination
Page 2 of 17
Technical Specification_145 kV XLPE Cable Terminations
TECHNICAL SPECIFICATION FOR 145 kV CABLE TERMINATION
FOR 1 X 630 SQ. MM XLPE CABLE
1.0 SCOPE
1.1 The scope includes supply testing at manufacturer’s works before dispatch and
delivery of Internationally reputed make of following types of cable sealing ends, (end
terminals/ pot heads) conforming to relevant IEC unless otherwise stipulated in the
Section GTR and all other accessories as well as consumables etc. suitable for XLPE
cable (Section-IVA). These kits and accessories shall be integral part of 145kV cable
system.
I. 145kV rated Plug-in type, indoor cable sealing ends conforming to IEC 60840-2004
for testing & as per IEC 62271-203 suitable for terminating 145kV highest voltage
XLPE cables for interconnection with 145kV Gas Insulated Switchgear of
proposed 220kV Substation along with clamping arrangements of cable for 132kV
Incomers and Line Bays.
II. 145kV rated Plug-in type Outdoor cable sealing ends conforming to IEC 60840-
2004 for testing for terminating the 145kV highest voltage XLPE cables in
outdoor yard of proposed 220kV Substation along with all the necessary
supporting structure, fittings & mountings for 132kV Incomers and Line Bays.
1.2 Single Phase Earth Link boxes with all associated accessories (for the connection of
the cable sheath of 132kV rated XLPE cable) suitable for both end bending
arrangement of the complete cabling system.
1.3 It is not the intent to specify completely herein, all details of design and construction
of the equipment/system and accessories required. However the cable system and its
installation shall be complete with all accessories, conform in all respects, to high
standard of engineering, design and workmanship and be capable of performing the
continuous commercial operation up to guarantee in a manner acceptable to UPPTCL.
2.0 STANDARDS
Unless otherwise stated hereafter rating characteristics, test and procedures etc.
concerning the 132kV XLPE cable accessories shall preferably be as per IEC
standards wherever existing and shall be in compliance with the latest editions or
revisions thereof. Although a few preferred IEC standards are mentioned below but the
list is not exhaustive and may be improved.
IFC 60840: 2004-04 Test for power cables with extruded insulation for rated voltage
above 30 kV up to 150 kV
IEC : TS 60859 Cable connection for Gas insulated metal enclosed switchgear
for rated voltages of 72.5 kV and above.
IEC : 62271-203 Gas insulated metal enclosed switchgear for rated voltages of
72.5 kV and above.
IEC : 60228 Conductor for insulated cable
Page 3 of 17
Technical Specification_145 kV XLPE Cable Terminations
IEC : 60229 Tests on cable over sheaths
IEC : 60230 Impulse tests on cables and their accessories
IEC : 60270 Partial discharge measurements
IEC : 60287 Calculation of continuous current carrying capacity
IEC : 60502 Power Cables with extruded insulation and their accessories
BIS : 7098 (Part-3) XLPE cable specification for working voltages from 66 kV up
to and including 220 kV
IEEE : 48-1990 IEEE Standard Test, Procedure & requirement for high voltage
alternating current cable terminations.
Page 4 of 17
Technical Specification_145 kV XLPE Cable Terminations
5.1.1 For the feeder bays having power cable connections, the suitable cable sealing end
enclosures will be supplied by the GIS Manufacturer but 132kV XLPE cables and
cable sealing end terminators with cable cone will not be included in the GIS
Manufacturer scope. Interface between GIS and power cable will be in accordance
with IEC publication 60859.
5.1.2 The cable sealing end, conforming to IEC: 60840 – 2004 for testing, for termination of
the Cables for maximum continuous voltage of 145kV at SF6 switchgear end will be
supplied by the cable manufacturer. The contractor shall be responsible for the
preparation of the cable insulation and conductors and correct termination of each
cable to these sealing ends.
5.13 Bidders are requested to quote cable sealing end with design that helps reducing the
works on the gas compartments. The cable sealing end shall be of plug in type that
allows easy plugging and unplugging of high voltage power cable without the need of
opening the GIS and related time consuming gas works.
5.14 Cable manufacturer shall furnish large scale general assembly drawings of the SF6
sealing ends, mounting flange details, size of terminal opening in the junction box,
weight of terminal including accessories, physical shape and dimensions of all live
part, recommended clearances from live parts to the inside surface to permit the SF6
switchgear manufacturer to design and supply junction boxes of adequate dimensions
and construction to permit the installation and maintenance of the terminals without
difficulty.
5.15 The stress cone made of silicone rubber shall inhibit possible mechanical stress and
deformation of the cable insulation surface during operation and also shall be capable
of accommodating minor radial and longitudinal movement without determent to the
dielectric stress in the insulation shield.
5.1.6 Manufacturer shall state the connector clearances required when the assembled cable
DC proof test is undertaken for co-ordination with the SF6 switchgear design.
5.1.7 All supporting structures for the SF6 bus-duct connections between the XLPE cable
sealing ends the GIS shall be supplied by the bidder. The supplier may specify
connecting & supporting arrangements for approval of the purchaser.
Page 5 of 17
Technical Specification_145 kV XLPE Cable Terminations
5.2.3 The stress cone made of silicone rubber shall inhibit possible mechanical stress and
deformation of the cable insulation surface during operation and also shall be capable
of accommodating minor radial and longitudinal movement without determent to the
dielectric stress in the insulation shield.
As the Sub-station is new and to meet the requirement of next 35 years, so new
technology is to be used/ adopted while manufacturing and latest technology kits are
essential requirement. If any kit is not in a manufacturing range of any of above firms
then equipment/kits can be offered from other balance make but kits conforming to
specification shall only be accepted.
Page 6 of 17
Technical Specification_145 kV XLPE Cable Terminations
The following consideration shall be taken into account in the design of the product
material properties and components of cable kits.
7.1 The most important part of cable accessories is the stress grading device, the stress
cone. The pre-molded cone shall be made of insulating and conducting silicone rubber
molded together in the shape of geometric stress control unit. The synthetic insulating
compound shall be used together with stress cone to improve the electrical properties
inside the termination. The compound should swell the insulation of the cone and the
cable to some extent so as o improve the electrical strength along with interface.
7.2 For XLPE cable the critical part of the operation is making an electrical connection
between the stress relief device and insulation screen. If any air pocket created, then
discharge and break down can occur. As such connection method and material should
be such that no risk of cable damage arises and that the jointer can check the result of
his work at every stage. Thus the installation instruction should be easy to follow and
should be well illustrative.
7.3 The design shall be such that when the cone is supplied the diameter of hole in the
cone shall be smaller than the diameter over cable insulation. After the cone is pushed
on the elasticity of silicone rubber should guarantee an active pressure on the cable
insulation to ensure that no voids appear between the cone and the cable even after
years of load cycling.
7.4 Every single stress cone & the stress grading device shall be tested electrically prior to
delivery in presence of purchaser. Each stress cone shall be marked with an individual
number and UPPTCL and a certificate containing detailed specification of test shall be
included with every delivery.
7.5 The different accessories shall be type according to SEN, IEC-60840-2004-04 and
IEEE standards which include test for impulse, AC load cycling and partial discharge.
Before delivery every stress cone shall be installed on cable and carefully checked to
establish that it is PF free in presence of purchaser’s representative(s).
7.6 Details of proper stress control, stress grading and non tracking arrangement in the
termination details shall be elaborated in the offer. Detailed sectional view of
assemblies shall be submitted along with the offer. The application of stress control
system shall be safe foolproof and independent of cable jointer’s skills. The stress
control method should withstand expansion and contraction of cable during load
cycling.
7.7 The cable end termination shall be designed in such a way so as to give track resistant
erosion & weather resistance protection to the cable insulation. The outdoor end
termination shall be totally sealed against ingress of moisture of environment.
7.8 All end outdoor terminations shall be provided with rain sheds/ creepage petticoats.
The weather sheds shall be non-tracking weather resistant hydrophobic and have
smooth surface to collect any water/ dirt etc. The design of rain skirts shall avoid any
skirt to skirt conducting path under heavy rain condition.
7.9 For XLPE cables the lugs should withstand thermal short circuit of 250°C. For XLPE
cables the ferrule should be suitable for compacted conductor and should withstand
thermal short circuit of 250°C.
Page 7 of 17
Technical Specification_145 kV XLPE Cable Terminations
7.10 Design features may be highlighted in bid and the mouldings of rubber components
should be aimed to achieve a smooth finish on interior and exterior of the components.
7.11 The kits shall be provided with protection against rodent & termite attack.
7.12 The kits offered shall provide for total environment sealing of the cable crutch and at
the lugs end. The details of which shall be offered along with the offer. Provision for
effective screening over each core shall be made and bidder shall categorically confirm
this aspect in their offer.
7.13 The materials and components of kits not specifically stated in the specification, but
which are essential for satisfactory operation of cable shall be deemed to be included
without any extra cost.
7.14 The earthing arrangement shall form part of the terminations joints and shall be
protected from erosion by suitable tape or tube.
7.15 The word “UPPTCL” along with trade name of the manufacturer month/ year of
manufacture, size etc. shall be embossed/ engraved for the purpose of identification.
7.16 The adequate provisions for eliminating the chances of entrapment of air at steps
formed by silicone screen shall be made.
7.17 The terminations joints shall be supplied in kit from. All insulation and sealing
materials, consumable items, conductor fittings, earthing arrangements and lugs etc.
should be provided. Requisite. No. and size of lugs and ferrules depending upon the
type of the cable shall be provided in the kit. Lugs and Ferrules shall be of crimping
type and shall conform to the relevant standard applicable to XLPE cables.
8.0 LINK BOX FOR EARTHING & EARTHING CABLE WITH PVC
INSULATION
8.1 Bidder shall carry out the earthing of sheath/screen in the both end bonding
configuration. The successful bidder shall submit the complete sheath voltage
calculation alongwith identification of bonding points. The Single Phase Link boxes
with direct (through SVL if required as per calculation/study) grounding at cable
termination ends at termination of cable ends. The bonding lead/grounding cable of
suitable sizes (as per sufficiency/ adequacy calculation submitted by successful bidder
and approved by the Purchaser shall be used for connecting cable sheath to earth.
Page 8 of 17
Technical Specification_145 kV XLPE Cable Terminations
9.3 Fabricated structure of suitable height, to be approved by Purchaser, shall be provided
and installed by manufacturer of cable for supporting the Outdoor cable sealing end at
132kV switchyard. The height of the structure shall be such that the terminal
connection to receive the Purchaser’s ACSR conductor, at a suitable height. Exact
height shall be intimated/ confirmed to the successful bidder while approval of
drawings. The structures shall be of galvanized steel structural sections. Anchor bolts,
washers etc. will be supplied and installed by successful bidder of cable.
9.4 The supporting structure shall be suitable to withstand the wind pressure, seismic
forces and the short circuit forces etc. and the design shall have with an adequate
factor of safety as specified in I.E. rules 1956.
9.5 The bidder shall furnish the design and fabrication drawings of these structures &
foundation anchor bolts and design calculations etc.
9.6 The bidder shall quote for unit prices for support structure for each single core cable to
suit the end terminations supplied by him.
11.0 EARTHING
11.1 Bidder shall carry out the earthing of sheath/ screen at both the termination ends of
145kV cable using insulation sheath bonding (earthing) cable of required size through
Link box with/ without surge voltage limiter at terminations.
11.2 Earthing shall be as per relevant standards and the details of the earthing arrangement
offered for the cable accessories shall be submitted along with the offer.
11.3 The sheath/screen shall bound in the earth station through disconnecting type link
boxes.
12.0 TESTS
Page 9 of 17
Technical Specification_145 kV XLPE Cable Terminations
12.1 The testing of Cable termination for Gas Insulated Metal enclosed Switchgear outdoor
type sealing end for XLPE Cable shall be as per IEC : 60840:2004-04 and IEEE: 48.
All the type tests, sample tests and routine tests shall be verified/ carried out on the
cable kits (referred as accessories in IEC) at their manufacturer’s works.
12.2 The routine and acceptance tests shall be carried out in presence of purchaser’s
representative as per relevant standard IEC : 60840:2004-04 and IEEE: 48 at bidder’s
cost and the sampling plan shall be 1% subject to minimum of one number.
12.3 The contractor shall make available to the UPPTCL Engineer a complete set of
detailed data required for inspection and tests.
Page 10 of 17
Technical Specification_145 kV XLPE Cable Terminations
Routine tests shall be conducted as per IEC 60840: 2004. Some important test are
summarized for ready reference.
The main insulation of each prefabricated accessory shall undergo following tests.
13.1 Raw materials used for manufacture of cable shall be of highest quality and material
received by manufacture should be checked/ tested to ensure that it meets
manufacturer’s material specification. The materials shall be clean and packed in
moisture and dust proof packing.
13.2 As the Quality control of EHV, XLPE cables termination kits and accessories while
manufacturing is very critical so expert supervision is required for raw material testing,
in process checks and also for final testing. A specially trained quality assurance team
should be in place for maintenance of the quality at an optimum level at the plant.
Complete details of manufacturing process along with details of automatic
manufacturing plant, list of officers/ staff to supervise the manufacturing and other
details desired as per specification shall be furnished by bidder in the bid.
13.3 Quality assurance plan indicating test/checks of raw material, process of manufacturer
and final inspection with customer hold point shall be submitted to the purchaser for
approval.
The latest complete type test certificates (conducted during last 5 years from date of
tender along with attested drawing) in duplicate for all types of terminations of offered
design/ material conducted at Inter National repute test house conforming to IEC
680840,1999 or 2004 must be enclosed with the offer. The offer without type tests
results shall be ignored.
15.1 The 132kV XLPE cable termination for Gas Insulated Metal enclosed Switchgear.
outdoor type sealing end and other accessories should be manufactured and tested
while manufacturing as per approved Quality Assurance plan and foregoing
specification. Supplier shall intimate the programme of manufacturing of the cable
termination and accessories in advance. The inspection during manufacturing shall be
carried out by the UPPTCL engineers at various stages of manufacture. The successful
Page 11 of 17
Technical Specification_145 kV XLPE Cable Terminations
bidder shall grant free access to the purchaser’s representative at a reasonable time
when the work is in progress.
15.2 Inspection and acceptance of any equipment/ material under this specification by the
purchaser shall not relieve the supplier of his obligation of furnishing equipment in
accordance with the specification and shall not prevent subsequent rejection if the
equipment/ material is found to be defective.
15.3 The supplier shall present the latest Calibration Certificate(s) of testing instruments
/equipments to be used for the testing of the material covered in the Purchase Order to
the authorized inspecting officer/ inspecting agency of the purchaser. The testing
instruments/ meters/ apparatus etc. should be got calibrated by the supplier from time
to time from independent test laboratory/house having valid accredition from National
Accredition Board for Testing and Calibrating Laboratories for the testing equipments/
original manufacturer having credibility to NABL / NPL or equivalent.
15.4 The calibration certificate(s) should not in any case be older than one year at the time
of presenting the same to the inspecting officer/inspecting agency of the purchaser.
The testing instruments/ equipments should be duly sealed by the Calibrating Agency
and mention thereof shall be indicated in the calibration certificate(s).
15.5 The purchaser reserves the right to insist for witnessing the sample/ routine tests of the
bought out raw material/ items used in manufacturing of cable end terminations.
The cable terminations shall be fire resistant. The components of kits shall have flame
retardant property.
17.0 INTERCHANGEABILITY
The components of different number of the kits shall be inter-changeable in case the
need arises.
18.1 The bidder shall offer complete material and components for each kit so as to meet one
termination complete in all respects. The bidder shall indicate the list of the
material/components with quantities of each or cable end termination.
18.3 The detailed bill of material and installation instructions shall be provided with each
kit for verification by purchaser’s inspecting officer and at Purchaser’s stores / site.
18.4 All components shall be sealed separately and marked clearly for the purpose of
identification of each component. All components shall be supplied in single package
Page 12 of 17
Technical Specification_145 kV XLPE Cable Terminations
as a complete kit for one termination joints and shall bear manufacturer’s name &
cable size of kit size for which it can be used.
18.5 The Bidder shall also indicate shelf life and ideal life of kit contents.
19.1 The bidder shall furnish the guaranteed & other technical particulars of the kit offered
by him in Annexure-1 attached with the specifications. The particulars which are
subject to guarantee shall be clearly indicated. Without schedule of GTP, completely
filled, the offer shall not be acceptable.
19.2 The bidder shall highlight the various technical aspects of the kits offered by him.
20.0 GUARANTEE
The cable termination shall bear guarantee for one year from the date of
commissioning. Any defect noticed in the kit shall be attended by the bidder
immediately on getting the complaints and if required shall be replaced and installed
free of cost otherwise the same will be arranged at the supplier’s risk and cost.
Complete out fit of tools special tools, spanners and other lifting devices, instrument
and appliance necessary for the complete assembly, erection at site, dismanling and
maintenance of Power Cable including all accessories (kits) covered by the contract
together with suitable racks for holding them shall be arranged by the contractor.
Page 13 of 17
Technical Specification_145 kV XLPE Cable Terminations
xi) Literature on sheath bonding maintenance of link boxes.
xii) Any other relevant literature/manual.
xiii) Drawing showing additional details as per clause 5.3.2.
While erection the bidder shall arrange demonstration of use of kits (ordered by
purchaser) for giving the training to the 4 or more personal of the UPPTCL for getting
acquainted with the cable jointing method/ procedure.
Page 14 of 17
Technical Specification_145 kV XLPE Cable Terminations
Annexure-1
Page 15 of 17
Technical Specification_145 kV XLPE Cable Terminations
c) Sealing
28. Whether any additional support is required for kit? If so, give details
29. Make, Type and Material of lugs provided with kits. Details to be given by bidder.
30. Class of Kits. Details to be given by bidder
31. Sectional Drawing Showing constructional details along Yes.
with each item material, description enclosed.
32. Expected life of cable joint and cable. 35 years
33. (a) Shelf life of the kit (years) To be indicated
(b) Design life of the kit (years) To be indicated
34. Guarantee of kit. Five (5) years from date of
commissioning
35. Details of terminal connector
Page 16 of 17
Technical Specification_145 kV XLPE Cable Terminations
25. Craft sensitivity and reliability To be indicated
26. Time required for energisation after completing the joint To be indicated
(curing period)
27. Special storage condition. If any, upto an ambient To be indicated
temperature of 50°C and period.
28. Whether provision made for : Yes
a) Stress relief
b) Track resistance.
c) Sealing
29. Whether any additional support is required for kit? If so, give details.
30. Make, Type and Material of lugs provided with kits. Details to be given by bidder.
31. Class of Kits. Details to be given by bidder.
32. Sectional Drawing Showing constructional details along Yes
with each item material, description enclosed.
33. Expected life of Cable joint and cable. 30 years
34. (a) Shelf life of the kit (years) To be indicated
(b) Design life of the kit (years) To be indicated
35. Details of terminal connector
36. Guarantee of kit Five (5) year from date of
commissioning.
C. LINK BOX ROR EARTHING CABLE WITH PVC INSULATION
1. Make
2. Type
3. Detailed dimension and internal arrangement of Single / To be submitted
Three phase Link boxes with direct grounding
4. Detailed dimension and internal arrangement of Three To be submitted
Phase Link boxes for cross bonding with SVL
5. Earthing of sheath / screen at cross bonding points and Yes
termination ends
6. PVC insulated single core/concentric / coaxial cable to be Size, Type to be indicated
used for sheath bonding (earthing) suitable for 40 kA for
1 second
7. Insulation of above earthing cable To be indicated (3 kV / 6 kV)
8. Voltage rise of the insulation sheath controlled within 65 Volts.
voltage
9. Surge voltage limiter Required (3 kV / 6 kV)
D. SUPPORTING STRUCTURE & ANGLE BRACKET SUPPORTS FOR CABLE
1. Detail drawing enclosed Yes
2. Overall height of structure Shall be as per approved drawing.
Page 17 of 17
Technical Specification_145 kV XLPE Cable Terminations
SECTION – IV
33KV XLPE CABLE
AND TERMINATIONS
33KV XLPE CABLE
AND TERMINATIONS
S.No. Description
1.0 General
2.0 Standards and Codes
3.0 33KV XLPE Cable & Accessories
4.0 Cable Drums
5.0 Tests
6.0 Storage and Handling
7.0 Installation
8.0 End Capping of Cables
9.0 Termination
10.0 Testing
Annexure-1 Supporting Structure Tentative Diagram for outdoor Cable Termination
Annexure-2 Tentative Layout of Cable Laying
Annexure-3 Testing before Cable Laying & before Backfilling
Annexure-4 Testing before & after Cable Jointing
Page 2 of 20
Technical Specification_33kV XLPE Cable and Terminations
TECHNICAL SPECIFICATION
OF
33 KV XLPE CABLE AND TERMINATIONS
1.0 GENERAL
1.1.1 Design, manufacture, supply and installation of 630 Sq. mm. 33KV Single Core XLPE
insulated aluminum conductor alongwith the suitable cable terminations between
power transformer LV terminal and 36KV Metal Clad GIS Switchgear Transformer
incomer bays [2 Cables per Phase] for each transformer. The Secondary current rating
for 100MVA/ 60 MVA, 220/33 KV Transformer shall be taken as 1750/ 1050 Amp.
For the suitable selection of the cable size. The bidder is required to account for the
various parameters such as ground temperature at laying depth, maximum continuous
and short circuit temperature of conductor, average thermal resistivity of soil,
formations, spacing of circuits etc. for suitable derating of the current carrying
capacity of cable. It shall be responsibility of bidder of satisfactory operation of the
system, therefore alternative higher size selection of cable, if any, made by the bidder,
It shall be supported by the sufficiency calculation of the bid.
1.1.2 The supply and installation of cable supporting structure on LV side of the power
transformers (Tentative Structure design in shown in Annex –1).
1.1.3 Supply and Installation of 95 Sq. mm 33KV 3 core XLPE insulated aluminum
conductor along with suitable cable terminations i.e. HV side of LT Station
Transformer and 36KV Metal Clad GIS Switchgear along with all required accessories
terminal connectors etc.
1.1.4 It is not the intent to specify completely herein all the details of the design and the
constructions of equipment/ cables. However the equipment/ cable shall conform in all
respects to high standards of engineering , design and workmanship and shall be
capable of performing in continuous commercial operation. The Purchaser will
interpret the meanings of drawing and specification and shall have the power to reject
any work or material which, in his judgement is not in accordance therewith. The
offered equipment shall be complete with all components accessory for their effective
and trouble free operation. Such, component shall be deemed to be with in the scope of
bidder’s supply irrespective of whether those are specifically brought out in this
specification and/ or the commercial order or not.
Updated and current Indian Standard Specifications and Codes of Practice as stipulated
below shall apply to the equipments and the work covered in this section. In addition
the relevant clauses of the Indian Electricity Act 1910, Indian Electricity Rules 1956,
National Building Code 1994, National Electric Code 1985, Code of Practice for Fire
Safety of Building (General) : General Principal and Fire Grading- IS 1641 as
Page 3 of 20
Technical Specification_33kV XLPE Cable and Terminations
amended upto date shall also apply. Wherever appropriate Indian Standards are not
available, relevant British and/ or IEC Standards shall be applicable.
Page 4 of 20
Technical Specification_33kV XLPE Cable and Terminations
difference between provisions of these standards and provisions of this specification,
the provisions contained in this specification shall prevail.
33KV XLPE cable for connection to GIS modules shall be supplied as per the
specification below.
33KV XLPE cable shall be manufactured in dry cure process and shall be
manufactured in accordance with the Internationally accepted standard and also
conform to the requirement of IEC Publication 502. The cable shall be suitable for
laying in an area likely to be flooded by water and shall be designed to be protected
against rodent and termite attack. The cable shall be of single core of solid extruded
dielectric with metallic sheet with an outer PVC jacket.
The conductor screen (non-metallic semi conductor) insulation and insulation screen
(non metallic semi conductor) shall be extruded in a single one time process to ensure
homogeneity and absence of voids. The conductor of XLPE cable shall be aluminum
sheet of 630 sq.mm cross section. The conductor shield shall consist of extruded semi
conductor XLPE. The semi conductor separating taps shall be applied between
conductor and extruded semi conductor XLPE. XLPE insulation shall be of very high
degree of purity and dry cured. The metallic sheet consists of extruded and carrying
aluminum seamless.
The cable size shall be suitable to carry the load current on 33KV continuously
followed by 20 percent over loading capacity for 2 hours without exceeding maximum
conductor temperature of 65 degree Celsius.
Terminations and joints shall be either of a heat shrinkable or pre-moulded type. They
shall be factory assembled kits of the cable manufacturer containing all the necessary
components to reinstate the cable insulation, metallic shielding of each core, together
with the reinstatement of the outer sheath, equivalent for size of cable.
Each terminating or jointing kit shall be in a separate package and a list of materials
indicating quantities and weights in the kit and an instruction sheet be included in the
package.
Kit shall contain sufficient clearing solvents and cleaning clothes for the proper
making of the joints or terminations.
Voltage stress relief shall be provided and this may be inherent in the heat recoverable
polymeric material or alternatively incorporated in the pre-moulded terminations.
Page 5 of 20
Technical Specification_33kV XLPE Cable and Terminations
components have been installed. The terminating or jointly material shall not be
subject to storage limitations such as controlled temperature or humidity restrictions
nor have shelf life limitations.
The termination kits shall have the following features (one or more of which may be
included in one item):
The material of completed termination and joints shall be for the appropriate type of service,
and voltage. They shall include ferrules, lugs and other material necessary for the terminating
and jointing of the conductor and clamps braid etc. necessary for the terminating, jointing of
screen and sheath for earth continuity.
All heat shrinkable polymeric tubing and pre-moulded materials shall be ultra voilet stable
non-tracking (per ASTM D2302) and suitable for operation in the presence of severe external
contamination and environmental pollution.
The entire termination or joints shall be environmentally sealed and capable of preventing the
ingress of external moisture and contamination.
4.2 Standard lengths for each size of power and control cables shall be 500/ 1000 meters.
The cable length per drum shall be subject to a tolerance of plus or minus 5% of the
standard drum lengths. The Purchaser shall have the option of rejecting cable drums
with shorter lengths. However, the total quantity of cables after taking into
consideration of all cable drums for each size shall within the tolerance of ± 2%.
4.3 A layer of water proof paper shall be applied to the surface of the drums and over the
outer most cable layer.
4.4 A clear space of atleast 40 mm shall be left between the cables and the lagging.
4.5 Each drum shall carry the manufacturer’s name, the purchaser’s name, address and
contract no. and type, size and length of the cable, net and gross weight stenciled on
Page 6 of 20
Technical Specification_33kV XLPE Cable and Terminations
both sides of drum. A tag containing the same information shall be attached to the
leading end of the cable. An arrow and suitable accompanying wording shall be
marked on the one end of the reel indicating the direction in which it should be rolled.
4.6 Packing shall be sturdy and adequate to protect the cables, from any injury due to
mishandling or other conditions encountered during transportation, handling and
storage. Both cable ends shall be sealed with PVC/ Rubber caps so as to eliminate
ingress of water during transportation and erection.
5.0 TESTS
Page 7 of 20
Technical Specification_33kV XLPE Cable and Terminations
a) Conductor resistance test (in accordance with IS:8130/1984)
High voltage test or spark test (in accordance with IS:10810)
6.1 Storage
i) The cable drums shall be stored on a well drained, hard surface, so that the drums do
not sink in the ground causing rot and damage to the cable drums. Paved surface/
Concrete is preferred, particularly for long term storage.
ii) The drums shall always be stored on their flanges, and not on their flat sides.
iii) Both ends of the cables should be properly sealed to prevent ingress/ absorption of
moisture by the insulation during storage.
iv) Protection from rain and sun is preferable for long term storage for all types of cables.
There should also be adequate ventilation between cables drums.
6.2 Handling
i) When the cable drums have to be moved over short distance, they should be
rolled in the directions of the arrow marked on the drum.
ii) For manual transportation over long distance, the drum should be mounted on
cable drum wheels, strong enough to carry the weight of the drum, and pulled
by means of ropes. Alternatively, they may be mounted on a trailer or on a
suitable mechanical transport.
iii) For loading into and unloading from vehicles, a crane or a suitable lifting
tackle should be used. Small sized cable drums can also be rolled down
carefully on a suitable ramp or rails, for unloading, provided no damage is
likely to be caused to the cable or to the drum.
iv) The cable should only be removed from the drum by the first mounting the
cable drum on to the cable drum carrier. Alternatively, the drum be raised
above ground level using suitable jacks to support a spindle put through the
cable drum at each end. A spindle of sufficient strength to avoid any bending of
the spindle and to facilitate, carrying of the full weight of the drum, must be
used the drum carrier must have proper bearings. Ball bearings are preferred
over sleeve bearings.
7.0 INSTALLATION
7.1 General
i) Cable with kinks, straightened kinks or any other apparent defects like
defective armoring etc. shall not be installed.
Page 8 of 20
Technical Specification_33kV XLPE Cable and Terminations
ii) Cables shall not be bent sharp to a small radius either while handling or during
installation. The minimum safe bending radius for XLPE (HV) cables shall be
20 D (D is over all diameter of the cable). At joints and terminations, the
bending radius of individual cores of a multicore cable of any type shall not be
less than 15 times its overall diameter.
iii) The ends of XLPE cables shall be sealed after cutting the cable with suitable
sealing compound/ tape, if is likely to get exposed to rain in transit/storage.
Suitable heat shrinkable caps may also be used for the purpose.
iv) In this project, the length of each length to be laid is small. Therefore the cables
shall be cut in suitable sizes/ lengths so that there are no joints in these lengths.
7.2 Route
The route/ layout suggested at the Annexure-2 is tentative, the successful bidder is
required to optimize the cable length as well as route the cables so as to cause
minimum obstruction to control cable trenches, other devices/ equipments etc.
However the complete route design alongwith the complete layout etc. shall be
submitted by the successful bidder for the approval of the Purchaser. The routing of
cables shall be strictly according to the approved design/ layout.
The cable shall be laid direct in ground, pipe, closed or open ducts, cable trays or on
surface or wall etc. and “No dig” HDD method (Trench less technology). The method
of laying proposed shall be clearly indicated by the bidder, however the work is
required to be carried out as per approved drawing/ design by the purchaser. The
general technical specifications for various laying methods are enumerated below for
the general reference of the bidder as per applicability of his proposed solution:
7.4.1 General
This method shall be adopted where the cable route is through open ground, along
roads/lanes. etc. and where no frequent excavations are likely to be encountered and
where re-excavation is easily possible without affecting other services.
7.4.2 Trenching
i) Width of trench
The width of the trench shall first be determined on the following basis
a) The minimum width of the trench for laying a single cable shall be 35 cm
b) Where more than one cable is to be laid in the same trench in horizontal formation,
the width of the trench shall be increased such that the inter-axial spacing between
the cables, except where otherwise specified, shall be at least 20 cm.
Page 9 of 20
Technical Specification_33kV XLPE Cable and Terminations
c) There shall be a clearance of at least 15 cm between axis of the end cables and the
sides of the trench.
ii) Depth of trench
a) Where the cables are laid in the single tier formation, the total depth of trench shall
not be less than 1.2 m.
b) When more than one tier of cables is unavoidable and vertical formation of laying
is adopted, the depth of the trench in (ii)(a) above shall be increased by 30 cm for
each additional tier to be formed.
iii) Excavation of trenches
i) Sand cushioning
i) The trench shall then be provided with a layer of clean, dry sand cushion of not
less than 8 cm in depth, before laying the cables therein.
Page 10 of 20
Technical Specification_33kV XLPE Cable and Terminations
ii) Testing before laying
Before laying, cables shall be tested as per Para 10.0 of this specification.
iii) The cable drum shall be properly mounted on jacks, or on a cable wheel at the
suitable location, making sure that the spindle, jack etc. are strong enough to
carry the weight of the drum without failure, and that the spindle is horizontal
in the bearings so as to prevent the drum creeping to one side while rotating.
iv) The cable shall be pulled over on rollers in the trench steadily and uniformly
without jerks and strain. The entire cable length shall as far as possible be laid
off in one stretch.
v) After the cable has been so uncoiled it shall be lifted slightly over the rollers
beginning from one end by helpers standing about 10 m apart and drawn
straight. The cables shall then be lifted off the rollers and laid in a reasonably
straight line.
The cables shall be tested for continuity of cores and insulation resistance
(Refer 8.1) and the cable length shall be measured, before closing the trench.
The cable end shall be sealed/ covered as per clause 7.1(iii)
Cable laid in trenches in a single tier formation shall have a covering of dry
sand of not less than 17 cm above the base cushion of sand before the
protective cover is laid. In the case of vertical multi tier formation, after the
first cables has been laid, a sand cushion of 30 cm shall be provided over the
base cushion before the second tier is laid. If additional tiers are formed, each
of the subsequent tier also shall have a sand cushion of 30 cm as stated above.
Cables in the top most tier shall have a final sand covering not less than 17 cm
before the protective cover is laid.
Page 11 of 20
Technical Specification_33kV XLPE Cable and Terminations
b) Unless otherwise specified, the cables shall be protected by second class
brick of nominal size 22cm x 11.4 cm x 7 cm, placed on top of the sand.
The bricks shall be placed breadth wise for the full length of the cable.
Where more than one cable is to be laid in the same trench, this protective
covering shall cover all the cables and project at least 5 cm over the sides of
the end cables.
i) The trenches shall be then back filled with excavated earth, free from stones or
other sharp edged debris and shall be rammed and watered, if necessary in
successive layers not exceeding 30 cm depth.
ii) Unless otherwise specified, a crown of earth not less than 50 mm and not
exceeding 100 mm in the centre and tapering towards the sides of the trench
shall be left to allow for subsidence. The crown of the earth however, should
not exceed 10 cm so as not to be a hazard to vehicular traffic.
iv) after the subsidence has ceased, trenches cut through roadways or other paved
areas shall be restored to the same density and materials as the surrounding
area and repaved to the satisfaction of Engineer-in-Charge.
v) Where road berms or lawns have been cut out of necessity, or kerb stone
displaced and roads have been cut, the same shall be repaired and made good to
the Original Condition to the satisfaction of the Engineer-in-Charge and all the
surplus earth or rock shall be removed.
i) Location
Route markers shall be provided along the runs of cables at location approved by the
Engineer-in-Charge and generally at intervals not exceeding 100 m. Markers shall also
be provided to identify change in the direction of the cable route and at locations of
underground joints.
Route marker shall be made out of 10cm x 10cm x 5mm GI/ Aluminum plate welded /
bolted on 35mm x 35mm x 6mm angle iron, 60 cm long and duly painted. Such plate
markers shall be mounted parallel to and at about 0.5 m away from the edge of the
trench.
a) CC marker
Page 12 of 20
Technical Specification_33kV XLPE Cable and Terminations
concrete markers, unless otherwise instructed by the Engineer-in-Charge, shall
project over the surrounding surface so as to make the cable route easily
identifiable.
b) Inscription
The words UPPTCL – 33 kV Cables (as the case may be ) shall be inscribed on
the marker.
7.5.1 In location such as road crossing, entry in to buildings, paved areas etc. cables, shall be
laid in pipes or closed ducts.
7.5.2 i) Spun reinforced concrete pipes shall be used for cables in general.
ii) Pipes shall be continuous and clear of debris or concrete before cables are
drawn. Sharp edges if any at ends shall be smoothed to prevent damage to
cable sheathing.
ii) Metallic pipe shall be used as protection pipe for cables fixed vertically for
fixing cables to cross a flyover over, Railway line or wherever required to be
protected.
ii) The pipes shall be laid preferably skew to reduce the angle of bend as the cable
enters and leaves the crossing.
iii) When pipes are laid cutting an existing road, care shall be taken so that the soil
filled up after laying the pipes is rammed well in layers with watering as
required to ensure proper compaction. A crown of earth not exceeding 10 cm
should be left at the top.
v) After the subsidence has ceased, the top of the filled up trenches in roadways or
other paved areas shall be restored to the same density and material as the
surrounding.
Page 13 of 20
Technical Specification_33kV XLPE Cable and Terminations
7.5.5 Cable entry into the buildings
Pipes for cables entries to the Control Room shall slope downwards from the building.
The pipes at the building end shall be suitably sealed to avoid entry of water after the
cables are laid.
7.5.6 Cables grip/ draw wires, winches etc. may be employed for drawing cables through
pipes/ closed ducts.
7.5.7 Measurement for drawings/ laying cables in pipes/ closed duct shall be on the basis of
the actual length of the pipe/ duct for each run of the cable, irrespective of the length
of cable drawn through.
7.6.1 Open duct with suitable removable covers (chequered plates) shall be provided in
substations, for taking the cables.
7.6.2 i) Laying of cables with different voltage ratings in the same duct shall not be allowed.
ii) Splices or joints of any type shall not be permitted inside the ducts.
7.6.3 i) The cables shall be laid directly in the duct such that unnecessary crossing of cables
is avoided.
ii) Where specified, cables may be fixed with clamps on the walls of the duct or taken
in hooks/ brackets/ troughs in ducts.
7.6.4 Ducts shall be filled with dry sand after the cables are laid and covered as above.
7.7.1 This method may be adopted in places like switch rooms, tunnels or places, where
other methods of laying may not be feasible, subject to the approval of Engineer in-
charge.
7.7.3 The saddles and clamps used for fixing the cables on surface shall be clamped with
clamps 3 mm thick 40 mm wide with a fixing intervals of 60 cms.
Note : The fixing intervals specified apply to straight runs. In case of bends, additional
clamping shall be provided at 30 cm from the centre of the bends on the both sides.
Page 14 of 20
Technical Specification_33kV XLPE Cable and Terminations
7.7.4 Saddles shall be secured with screws to suitable approved plugs, clamps shall be
secured with nuts on to the bolts, dash fasteners etc. grouted in the supporting structure
in an approved manner. Cables shall be fixed neatly without undue sag or kinks.
7.8 Trench less Technology (Laying of 33kV XLPE Cable by “No Dig” HDD Method)
Micro tunneling as replacement for trenches for laying cables and pipes and use of this
technology will be made in the areas of the route for maintaining and upkeep of street
and roads, causing minimum disruption of traffic and human movements.
a) The contractor shall have the investigation done for soil strata. They have to ensure
that rock is not encountered while drilling. In case of rock encountered, the
location will be abandoned and an alternate path shall be located for which no
extra payment shall be made.
b) The firm shall have to get the area survey done for underground utilities radio or
any other detection system should be used for avoiding damage of existing
underground utilities such as electric supply, water pipe line, telephone cables,
optical fire cable, gas pipe lines, sewage etc. and accordingly path of horizontal
and vertical drilling be chosen and maintained and all precautionary measures will
be taken for preventing any utility damage, based on the above information. For
damage of any underground belongings, due to any reasons, all damages, repairing
cost to the concerned authorities shall be borne by the contractor. The Contractor
should collect all available information regarding underground services to take
necessary care to protect them. Also, they should have sufficient arrangements to
protect such underground services.
c) Horizontal boring along road and under railway, road, gas pipe line/ cannel
crossing in all types of soil may have to be carried out and suitable depth shall be
maintained.
d) Capacity of boring machine should fulfill drilling in any type of soil (soft/ soft
morrum/ hard morrum/ soft rocky/ hard rocky).
e) N.H. Road to be crossed at a depth of minimum 3 meters.
f) Rail to be crossed at a depth of minimum 8 meters.
g) Only Guided boring/ drilling technology will be permitted.
h) In horizontal and vertical boring, the system should be capable of going up to 10 m
below ground level.
i) The contractor has to make his own arrangement of water and power at the site of
work.
j) The contractor has to possess small and heavy drilling machine, and other
Machines, Material Handling equipments etc. as per requirements.
k) Drilling of test pit and restoration of pits are to be done by the Contractor.
Page 15 of 20
Technical Specification_33kV XLPE Cable and Terminations
Wherever more than one cable is laid/ run side by side, marker tags as approved,
inscribed with cable identification details shall be permanently attached to all the
cables in the manholes/ pull pits/ joint pits/ entry points in buildings/ open ducts etc.
These shall also be attached to cables laid directly in ground at specified intervals,
before the trenches are backfilled. Cable Identification tags shall be made of
GI/Galvanized steel.
8.1 After the cable has been laid in the trench, the cable ends should be checked for any
damages. The ends must always be sealed to avoid ingress of moisture with suitable
seals, which could either be of plastic, heat shrinkable or a plumbed type.
Protective covers must be installed immediately after the cable is placed in the trench.
The cable should never be left uncovered after it is laid. After a cable has been laid and
until the whole of cable to be laid in the trench has been covered with protective
covers, no sharp metal tools, such as spades, crow-bars etc. should be used in the
trench or placed in such a position that they may fall into the trench.
9.0 TERMINATION
The contractor shall carry out Cable Terminations both at LV side of the transformer
and 33kV Metal Clad GIS Switchgear. The Termination shall be carried out as per
Manufacture’s Instructions, duly ensuring all precautions and only after Completion of
all required Tests including Continuity Test, Insulation Resistance Test and Hi-POT
Test as specified in IS/ IEC Standards.
10.0 TESTING
All cables before laying, shall be tested with a 2500/ 5000V megger. The cable cores
shall be tested for continuity, absence of cross phasing, insulation resistance from
conductors to earth/ armour and between conductors.
All cables shall be subjected to the above mentioned tests, before covering the cables
by protective covers and back filling and also before taking up any jointing operation.
All tests are to be performed as per IS/ IEC Codes, which shall include Continuity
Test, Insulation Resistance Test and Hi-POT Test.
Sample Testing Proforma (Annexure- 3 & 4) are attached with this specification,
which Contractor has to fill up and submit after Completion of Testing.
Page 16 of 20
Technical Specification_33kV XLPE Cable and Terminations
Page 17 of 20
Technical Specification_33kV XLPE Cable and Terminations
Page 18 of 20
Technical Specification_33kV XLPE Cable and Terminations
Annexure – 3
Page 19 of 20
Technical Specification_33kV XLPE Cable and Terminations
Annexure – 4
Page 20 of 20
Technical Specification_33kV XLPE Cable and Terminations
UNARMORED U/G FIBER OPTIC CABLE
Page 1 of 13
Technical Specification_ U/G Fiber Optic Cable
UNARMORED U/G FIBER OPTIC CABLE
CONTENTS
1.0 General
Page 2 of 13
Technical Specification_ U/G Fiber Optic Cable
TECHNICAL SPECIFICATION
FOR
UNARMORED U/G FIBER OPTIC CABLE
This section describes the functional requirements, major technical parameters, Type
and Factory Acceptance Testing requirements for underground fiber optic cable.
Marking, packaging and transportation requirements have also been described.
1.0 GENERAL
The underground fiber optic cable shall be unarmored and shall be suitable for
underground installation in pipes. The cable should be of low weight, small volume and
high flexibility. The mechanical design and construction of each unit shall be inherently
robust and rigid under all condition of operation, adjustment, replacement, storage and
transport.
The cable shall conform to the standards named below and the technical specifications
described in the following sections.
The cable shall contain 12 Dual Window Single Mode (DWSM) fibers conforming to
G.652 as per the bill of the Quantity and the Technical parameters stipulated in the
following sprcifications. The BOQ for each type of cable has been provided in the
appendices.
The attenuation coefficient for wavelength between 1525nm and 1575nm shall not
exceed the attenuation coefficient at 1550nm by more than 0.05dB/km. The attenuation
coefficient between 1285nm and 1330nm shall not exceed the attenuation coefficient at
1310nm by more than 0.05dB/km. The attenuation of the fibre shall be distributed
uniformly throughout its length such that there are no point discontinuities in excess of
0.1dB. The fibre attenuation characteristics specified in table -1 shall be “guaranteed”
fibre attenuation of any & every fibre reel. Further the average cabled fibre attenuation,
averaged over 100kms of cabled fibre, (as measured during the factory acceptance
testing) shall be as specified in table -1.
DWSM fibres shall conform to the requirements specified in Table -1 below.
Table -1
Page 3 of 13
Technical Specification_ U/G Fiber Optic Cable
DWSM Optical Fibre Characteristics
The optical cable shall consist of a central fibre optic unit protected by one or more
layers of helically wound anti-hygroscopic tape or yarn. The central fibre optic unit
shall be designed to house and protect the fibres from damage due to forces such as
crushing, bending, twisting, tensile stress and moisture, wide temperature variations,
hydrogen evolution etc. The fibre shall be of loose tube construction. The inner
polyethylene jacket and outer sheath jackets shall be free from pinholes, joints, spilts or
any other defects,. All fibre optic cable shall have a minimum service life span of 25
years.
Individual optical fibres within a fibre unit, and fibre units shall be identifiable in
accordance with EIA/TIA598 or IEC 60304 or Bellcore GR-20 colour –coding scheme.
The colour coding system shall be discernible throughout the design life of the cable.
Colouring utilized for colour coding optical fibres shall be integrated into the fibre
coating and shall be homogeneous. The colour shall not bleed from one fibre to another
and shall not fade during fibre preparation for termination or splicing. Each cable shall
have tracibility of each fibre back to the original fibre manufacturer’s fibre number and
Page 4 of 13
Technical Specification_ U/G Fiber Optic Cable
parameters of the fibre. If more than the specified number of fibres included in any
cable, the spare fibres shall be tested by the cable manufacturer and any defective fibre
shall be suitably bundled, tagged and identified at the factory by the vendor.
The central fibre optic unit should include a central strength member of Fibre
Reinforced Plastic (FRP) or other suitable material. Peripheral strength members and
aramid yarns are also acceptable. The central FRP strength member may be of slotted
type with SZ lay (reverse oscillation lay) of fibre units or it may be cylindrical type
with helical lay of fibre units.
The interstices of the central fibre optic unit and cable shall be filled with a suitable
compound to prohibit any moisture ingress or any longitudinal water migration within
fibre optic unit or along the fibre optic cable. The water tightness of the cable shall
meet or exceed the test performance criteria as per IEC60794- 1-2-F5. The filling
compound used shall be a non-toxic homogeneous water proofing compound that is
free of dirt and foreign matter, anti-hygroscopic, electrically nonconductive and non-
nutritive to fungus. The compound shall also be fully compatible with all cable
components it may come in contact with and shall inhibit the generation of hydrogen
within the cable. The filling compound shall remain stable for ambient temperature up
to +70 ºC and shall not drip, flow or leak with age or at change of temperatures.
Reference method to measure drip point shall be as per IEC60811-5-1 and drip point
shall not be less than 70 ºC.
The sheath shall be black, smooth, concentric, and shall be free from holes, splits,
blisters and other surface flaws. The sheath shall be extruded directly over the central
fibre optic unit and shall also be nonhygroscopic. The cable sheath design shall permit
easy removal without damage to the optical fibres or fibre units. The sheath shall be
made from good quality of weather resistant polyethylene compound (Black High
Density Polyethylene-HDPE) and thickness shall be ≥ 1.8mm.
Page 5 of 13
Technical Specification_ U/G Fiber Optic Cable
Kg of 1 Km cable). The load shall be sustained for 10 minutes and the strain of
the fiber monitored. The load shall not produce a strain exceeding 0.25% in the
fiber and shall not cause any permanent damage to any constituent part of the
cable. The change in optical attenuation during or after the application of the
rated tensile load in accordance with IEC 60794-1-2-EI procedure shall not
exceed 0.05dB/Km both for 1310 nm and 1550 nm wavelength. The attenuation
shall be noted before strain, and after release of strain for all the fibers.
The cable shall withstand a compressive force of at least 2000 N. applied for at
least 60 seconds between two plates of 100mm x 100mm in accordance with
IEC60 794-1-2-E3 procedure. This compressive load applied in accordance with
IEC60794-1-2-E3 shall not cause any permanent damage to any constituent part
of the cable. The change in optical attenuation during or after the application of
the compressive load shall not exceed 0.05dB/Km both 1310nm and 1550nm
wavelength. The attenuation shall be noted before and after the test for all the
fibers.
The cable bend radius under no load shall be less than or equal to 20 times the
cable diameter. The test method shall be according to the IEC60794-1-2-E11 (
procedure-I). The fibers and component parts of the cable shall not suffer
permanent damage when the cable is repeatedly wrapped and unwrapped 4
complete turns of 10 complete cycles around a mandrel of 20 times to the cable
diameter. The change in optical attenuation after the test shall not exceed
0.05dB/Km both for 1310nm and 1550nm wavelength. The attenuation shall be
noted before and after the test for all the fibers. Outer Jacket shall not show any
cracks visible to the naked eye when examined whilst still wrapped on the
mandrel.
The cable shall withstand repeated bending when tested in accordance with
EIA-455-104 and shall not cause any permanent damage to any constituent part
of the cable. The cable sample shall be at least 5 meters or more. The change in
optical attenuation during or after the application of the repeated bending test
shall not exceed 0.05dB/Km for all the fibers. The attenuation shall be noted
before and after the test for all the fibres. The test requirement shall be as
mentioned below:-
Weight 5Kg
Minimum distance from pulley centre to holding 216 mm
device
Minimum distance from weight to pulley centre 457mm
Pulley diameter 20 times to the
Page 6 of 13
Technical Specification_ U/G Fiber Optic Cable
cable dia
Angle of turning 90º
No. of cycles 30
Time required for 30 cycles 2 min.
The cable shall withstand at least 10 impacts of 50N load from a 0.5 meter
height with impacting surface radius of 300mm. This impact load applied at the
same place in accordance with IEC60794-1-2-E4 shall not cause any permanent
damage to any constituent part of the cable. The change in optical attenuation
during or after the application of the impact load shall not exceed 0.05dB/Km.
The attenuation shall be noted before and after the test for all the fibres.
The cable shall withstand 10 cycles of ±180º torsion with 100N load applied on
a 2m sample. This load cycle applied in accordance with IEC60794-1-2-E7
shall not cause any permanent damage to any constituent part of the cable. The
change in optical attenuation during or after the application of the torsion load
shall not exceed 0.05dB/km for all the fibres. The attenuation shall be noted
before and after the test.
When a cable of sample length 10 times the minimum bend radius as defined
above is subjected to kinking,it shall not result in any fibre breakage and the
kink shall disappear after normalizing the cable. The change in optical
attenuation after the application of the kink in accordance with IEC60794-1-2-
E10 shall not exceed 0.05dB/km for all the fibres.
The resistance to water ingress of the cable shall meet or exceed the test
performance criteria as as per IEC60794-1-2-F5 method F5B. Before applying
the water tight sleeve at one end the outer jacket shall be stripped. A water
soluble fluorescent dye shall be used for testing.The duration of test shall be 7
days. In addition after the test the cable shall be ripped open and distance up to
which water has seeped shall be noted.
For testing, a sample of 30cm length of the cable with one end sealed by the end
cap will be taken and outer jacket, sheath, binder tapes shall be removed by
5cms from open end of the sample. The filling compound will be wiped
thoroughly and the sample be kept vertically with open end down ward in the
oven for 24 hours at 70 ºC. temperature with a filter paper under the sample.
Page 7 of 13
Technical Specification_ U/G Fiber Optic Cable
The filter paper should not indicate any sign of drip or oily impression. The
reference test specification shall be as per IEC60811-5-1 to measure drip point.
Temperature cycling test shall be carried out on one drum length of the cable to
ensure stability of attenuation parameter of the cable when subjected to
temperature change which may occur during storage, transportation, and
operation. The permissible temperature range for storage and operation will be
from -20ºC to +70ºC. The rate of change of temperature during test shall be 1ºC
per minute. The cable shall be kept for 12 hours at each of the following
temperature and should follow the specification IEC60794-1-2-F1. Two cycles
shall be performed.
TA2 : -20ºC
TA1 : -10-ºC
TB1 : +60ºC
TB2 : +70ºC
The attenuation shall be measured at the end of each temperature range both at
1310nm & 1550nm. The change of attenuation of fibre used shall be ≤ 0.05 dB
both for 1310 & 1550nm for entire range of temperature for all the fibres in
each cycle.
To be conducted as per ASTM D-790. The test shall not cause any permanent
damage to any constituent part of the cable. The change in optical attenuation
after the test shall not exceed 0.05 dB/km. The attenuation shall be noted before
and after the test for all the fibres.
1000m of cable shall be uncoiled from the drum and arranged in figure of eight,
each loop having a maximum, dimension of 2m. It shall be possible to arrange
cable in figure of 8 with relative ease and the cable shall not show any visible
damages.
Page 8 of 13
Technical Specification_ U/G Fiber Optic Cable
(O) CABLE AGEING TEST
The minimum length of the test sample depend on the outside diameter of the
loose tube and should be 85mm for tubes upto 2.5mm outside dia. The length of
the bigger tubes should be calculated by using the following equation:
Where
Lo = Length of tube under test
D = Outside dia of loose tube
d = inside dia of loose tube
Both the ends of a buffer tube test sample may be mounted in a tool which is
clamped in jaws of a tensile machine which exert a constant rate of movement.
The movable jaw may move at a rate if 50mm per minute toward the fixed jaw.
Under load the tube will bend, so that the tube is subjected to tensile and
compressive stresses. The fixture for holding the tube should be designed in a
manner that the tube might bend in all directions without further loading. The
tube should not get embrittled. No ink should appear on the tube up to the safe
bend dia of tube (20D) where D is the outside diameter of the loose tube. There
should not be any physical damage or mark on the tube surface.
A longer length of The loose tube is taken(with fibre and gel), a loop is made
and loop is reduced to the minimum bend radius of loose tube i.e. 20 D.(where
D is the outside dia of the loose tube). This test is to be repeated 4 times on the
same sample length of the loose tube. No damage or kink should appear on the
surface of the tube.
A tube length to 40cm shall Be cut and filled with filling gel ensuring there are
no air bubbles and the tube is completely full. The filled tube is placed in a
horizontal position on a clean worktop and cut 5cm from each end so that the
finished length of the sample is 30cm. The filled tube shall be left in a
horizontal position at an ambient temperature for 24 hrs. The sample tube is
then suspended vertically in an environment heat oven over a weighed beaker. It
is left in the oven at a temperature of 70 ºC for a period of 24 hrs. At the end of
the 24hrs. period the beaker is checked and weighed to see if there is any gel in
beaker. There shall be no gel or oil in the beaker.
Page 9 of 13
Technical Specification_ U/G Fiber Optic Cable
(S) CHECK OF EASY REMOVAL OF SHEATH
The sheath shall be Cut in circular way using a sheath removal tool and the
about 300mm length of the sheath should be removed in one operation. It
should be observed during sheath removal process that no undue extra force is
applied and no component part of the cable is damaged. It shall be possible to
remove the sheath easily. Easy removal of both the outer jacket and the inner
sheath shall be checked separately.
The test shall be conducted as per method no.ISO175. The two test samples of
the finished cable each of 600mm in length are taken and the ends of the
samples shall be sealed. These test samples are put in the PH4 and PH10
solutions separately. After 30days these samples are taken out from the
solutions and examined for any corrosion etc. on the sheath and other markings
of the cables. The sample should not show any effect of these solution on the
sheath and other marking of the cable.
A suitable marking shall be applied in order to identify this cable from the other cables.
Marking on the cable shall be indelible, of durable quality, shall last long and shall be
applied at regular interval of onemeter length. Marking shall be imprinted and must
clearly contrast with the surface and colors used must withstand the environmental
influences experienced in the field.
The accuracy of the sequential marking must be within ±0.5% of the actual measured
length. The sequential length marking must not rub off during normal installation. In
case laser printing is used the marking shall not exceed 0.15mm depth. The optical fibre
cable shall have the following markings in every metre.
Type of Cable
Running metre length
No. of fibres
Type of fibre
Laser symbol & caution notice
Year of manufacture and batch no.
Manufacturer’s name
UPPTCL
Page 10 of 13
Technical Specification_ U/G Fiber Optic Cable
Complete technical literature in English with detailed cable construction diagram of
various subcomponent with dimensions and test data of the cable shall be provided. All
aspects of installation shall also be covered in the handbook.
The general conditions for Type and Factory Acceptance Testing shall be as follows:-
Type testing shall be carried out as per IEC for fiber optic cable & the tests listed in
table -2 shall be carried out as type tests for fibers.
Table -2
The tests listed in Table -3 shall be carried out as Factory Acceptance Test for
Underground fibre optic cable.
Table -3
Page 11 of 13
Technical Specification_ U/G Fiber Optic Cable
1. Attenuation Co-efficient (1310,1550, and Water Peak)
2. Point discontinuities of attenuation
3. Chromatic Dispersion
4. Visual Material verification and dimensional checks as per approved drawings
5. Resistance to Water Ingress test
6. Tensile strength test/Strain test
7. Impact test
8. Kink test
To ensure that the equipment and services under the scope of contract, whether
manufactured or performed within the contractors work or at his sub contractors
premises or at the owners site or at the other place of the work are in accordance with
the specifications, the contractors shall adopt suitable quality assurance programme to
control such activities at all points, as necessary. Such programme shall be outlined by
the contractor and finally accepted by the owner/authorize representative after
discussion before the award of contract. The QA programme shall be in line with ISO
9001/IS-14001.
All materials, components and equipment covered under this specification shall be
procured, manufactured, erected, commissioned and tested at all stages, as per
comprehensive quality assurance programme. An indicated programme of the
inspection/tests to be carried out by the contractor for some of the major items is given
in the respective technical specifications. This is however, not intended to form a
comprehensive programme as it is the contractor responsibility to draw up and
implement such programme duly approved by the owner. The detailed quality plans for
manufacturing and field activities should be drawn by the bidder and will be submitted
to owner for approval. Schedule of finalization of such quality plans will be finalized
before award.
Manufacturing quality plan will detail out for all the components and equipments,
various tests/inspection, to be carried out as per the requirement of this specification
and standards mentioned therein and quality practices and procedure followed by
contractors quality control organization, the relevant reference document and standards,
acceptance norms, inspection documents raised etc. during all stages of material
procurement, manufacturer, assembly and final testing performance testing.
Field quality plans will detail out for all the equipment the quality practices and
procedures etc. to be followed by the contractors site quality control organization,
during various stages of site activities from receipt of materials/equipment at site.
Page 12 of 13
Technical Specification_ U/G Fiber Optic Cable
The Contractor shall also furnish copies of the reference documents/plant standards/
acceptance norms/tests and inspection procedure etc., as referred in quality plans
alongwith quality plans. These quality plans and reference documents/standards etc.
will be subject to Owner’s approval without which manufacture shall not proceed.
These approved documents shall form a part of the contract. In these approved quality
plans Owner shall identify Customer Hold Points (CHP), i.e. test/checks which shall be
carried out in presence of the Owner’s engineer or his authorized representative and
beyond which the work will not proceed without consent of Owner/authorized
representative in writing. All deviations to this specification, approved quality plans
and applicable standards must be documented and referred to Owner alongwith
technical justification for approval and disposition.
No material shall be dispatched from the manufacture’s work before the same is
accepted subsequent to pre-dispatch final inspection including verification of records of
all previous tests/inspection by Owner’s engineer/authorized representative, and duly
authorized for dispatch issuance of MDCC.
All material used for equipment manufacture including casting and forging etc. shall be
of tested quality as per relevant codes/standards. Details of results of the tests
conducted to determine the mechanical properties, chemical analysis and details of heat
treatment procedure recommended and actually followed shall be recorded on
certificates and time temperature chart. Tests shall be carried out as per applicable
material standards and/or agreed details.
Page 13 of 13
Technical Specification_ U/G Fiber Optic Cable
SECTION - IVC
INSTALLATION OF CABLES
CONSISTING OF
Section-IV (C 1): Laying and Installation of cable
CONTENTS
SECTION-IV (C1)
LAYING AND INSTALLATION OF CABLE
1.1.0 General
1.2.0 Laying of Power Cables
1.3.0 Trenching
1.4.0 Depth of Laying Of Cables
1.5.0 Paying out the Cable
1.6.0 Cable End Seals
1.7.0 Flaking
1.8.0 Sand Cushion
1.9.0 Sand Bedding
1.10.0 Thermal Backfill
1.11.0 Immediate Envelope to Cable
1.12.0 Back Filling
1.13.0 Prevention of Damage due to Sharp Edges
1.14.0 Warning Tape
1.15.0 Identification
1.16.0 Cable Over Bridges
1.17.0 Road Cutting (Not applicable for This Case)
1.18.0 Road Crossing
1.19.0 Footpath Cutting
1.20.0 Reinstatement
1.21.0 Cable Route Markers/ Cable Joint Markers
1.22.0 Tools and Plants
1.23.0 Maintenance of Site Conditions
1.24.0 Bending Radius
Page 2 of 11
Technical Specification_Installation of Cables
SECTION-IV (C2)
EARTHING, SITE TESTING, COMMISSIONING OF
COMPLETE CABLE SYSTEM
Page 3 of 11
Technical Specification_Installation of Cables
TECHNICAL SPECIFICATION FOR INSTALLATION OF CABLE
SECTION-IV (C1)
LAYING AND INSTALLATION OF CABLE
1.1.0 GENERAL
220/132/33 kV XLPE power cable shall be laid throughout the route/ designated
portion of the switchyard as under:
[Cables are to be laid within the existing switchyard hence trenching/ duct
arrangements are to be done by the bidder and work to be executed as per
approved drawings by purchaser. All type of cable laying methods are mentioned
below for reference of the bidder]
However, as per requirement of the field, the cables shall also have to be laid as per
approved drawings:
1. In ducts.
2. In HDPE pipes at road crossings (pipes to be filled with sand/ suitable material
after cabling)
3. In air at terminations.
4. At varying depths due to obstructions.
5. HDPE Pipes at crossing of private loads, gates of residential houses/ buildings.
6. On trough under bridge.
1.2.1 Two circuits of the XLPE cable shall be laid in the same/ separate trench/ duct. The
contractor shall furnish detailed drawing complying with all applicable standards
for approval by the purchaser.
1.2.2 The cable shall be laid wherever required in HDPE pipes of ISI approved quality.
1.3.0 TRENCHING
1.3.1 The cable trench work involves earth excavation for cable trench, back filling and
removal of excess earth from site. The work site shall be left as clean as possible.
1.3.2 The trench shall be excavated using manual/ mechanical modes as per field
conditions. Most main roads are of asphalt surface and some of the roads with
cement concrete surface.
1.3.3 Where paved footpaths are encountered, the pavement slabs shall be properly stored
and reinstated. Identification markers of other services shall be properly stored and
restored.
Page 4 of 11
Technical Specification_Installation of Cables
1.3.4 The sides of the excavated trenches shall wherever required, be well shored up.
1.3.5 The bottom of the excavated trench should be leveled flat and free from any object
which would damage the cables. Any gradient encountered shall be gradual.
Depth of laying shall be 1.5 m. During detailed engineering depth offered for more
than 1.5 m at typical location(s) shall be accepted subject to approval of Purchaser.
The excavated cable trench shall be drained of all water and the bed surface shall be
smooth, uniform and fairly hard before paying out the cable. The cable shall be
rolled in the trench on cable rollers, spaced out at uniform intervals. The paying out
process must be smooth and steady without subjecting the cable to abnormal
tension. The cable on being paid out shall be smoothly and evenly transferred to the
ground after providing the cushion. The cables shall never be dropped. All snake
bends shall be straightened. Suitable size cable stocking pulling eye shall be used
for pulling the cable. While pulling the cable by winches or machines, the tension
loading shall be by tension indicator and shall not exceed the permissible value for
the cable. The cable laying shall be performed continuously at a speed not
exceeding 200 to 300 meters per hour.
The cable end seals shall be checked after laying and if found damaged shall
immediately be resealed. Sufficient number of heat shrinkable cable end sealing
caps shall be stocked at site stores for testing and jointing work. The integrity of the
outer sheath shall be checked after the cable is laid in position.
1.7.0 FLAKING
The cables shall be flaked and left with slight extra lengths at jointing bays for
expansion and flexibility. This shall have prior approval of Purchaser.
The sand cushion for the cables shall be provided as per the drawings. Sand
covering shall be done by hand and in such manner as to provide complete envelope
for the cables.
Based on the evaluation of soil thermal resistivity along the cable route and after
Page 5 of 11
Technical Specification_Installation of Cables
approval from the Purchaser the contractor shall design, specify, supply, lay and
monitor the installation of thermal backfill surrounding the cables.
The option on the use of the material that immediately envelopes the cable viz.,
thermal backfill or sand or sieved native soil rests with the Purchaser. The
contractor shall seek prior approval on the use of the envelop material from the
Purchaser before execution of the works.
Normally back filling shall consist of the material earlier excavated. However,
bigger stones or pieces of rock should be removed.
1.13.1 After the cables have been laid in the trench and until the cables are covered with
protective covering, no sharp metal tool shall be used in the trench or placed in such
a position that may fall into the trench.
1.13.2 Straight and curved rollers used shall have no sharp projecting parts liable to
damage the cable.
1.13.3 While pulling through pipes and ducts, the cable shall be protected to avoid damage
due to sharp edges,
1.13.4 The cables shall never be bent, beyond the specified bending radius.
A pre-warning, Red colour plastic/ PVC tape, 450 mm wide 100 microns thick,
shall be laid at approx. 0.4 m above the cable specified depth, throughout the cable
route. The tape shall carry the legend printed in black continuously as under
CAUTION; UPPTCL, 2,20,000V or 1,32,000V or 33,000V CABLES.
1.15.0 IDENTIFICATION
1.16.1 Wherever the cable route crosses the bridges, the cables shall be laid in ducts. In
existing ducts by removing and replacing the R.C.C. covers and properly back
filled.
Page 6 of 11
Technical Specification_Installation of Cables
1.16.2 Cable Crossing Open Drains With Long Span
a) Wherever the cable route has to cross an open drain, with a long span, the cable
shall be laid in suitable size ducts or pipes, suitably jointed with collars. The
entire duct system shall be designed as per civil engineering practice and shall
be got approved by the concerned authorities and owner.
b) At places where the cables cross private roads, gates of residential houses or
buildings, the cables shall be laid in HDPE pipes.
The road cutting, whether of cement concrete/ asphalt or macadam road surface
shall be taken after obtaining approval for cutting from the civic authorities, traffic
police, telephone authorities and work should be planned to be completed in the
shortest possible time. Where necessary the work shall be planned during night or
light traffic periods.
HDPE pipes shall be used for cable. Pipes diameter should not be less than 1.5
times the cable diameter.
The slabs, kerb-stones, on the roads shall be removed and reinstated without
damage.
1.20.0 REINSTATEMENT
1.20.1 After the cables and pipes have been laid and before the trench is backfilled all
joints and cable positions should be carefully plotted and preserved till such time
the cable is energized and taken over by the Engineer. The protective covers shall
then be provided, the excavated soil riddled, sieved and replaced. It is advisable to
leave a crown of earth not less than 50 mm and not more than 100 mm in the centre
and tapering towards the sides of the trench.
1.20.3 After the subsidence has ceased the trench may be permanently reinstated and the
surface restored to the best possible condition.
1.20.4 The road surface being cement concrete, asphalt or tarred macadam, resurfacing
will be done by the civic authorities at owner's cost. The fixing of markers etc. shall
be co-ordinated by bidder.
1.20.5 All works shall be carried out under supervision of the engineer in charge or his
representative.
Page 7 of 11
Technical Specification_Installation of Cables
1.21.1 Permanent means of indicating the position of joints and cable route shall be
fabricated, supplied and erected by successful bidder as per approved drawings.
1.21.2 Markers provided shall be as per the field requirement, if the route passes through
open fields, markers should be conspicuously visible and above ground surface.
1.21.3 The marker should incorporate the relevant information. The name of the UPPTCL
voltage, circuit and distance of cable from the marker
2.22.1 The successful bidder shall have all necessary tools, plant and equipment to carry
out the survey and cable installation work.
122.2 The bidders are instructed to give all the details of equipment at their disposal, to
carry out the work successfully and speedily.
The contractor shall clean the completed cable route and shall remove all surplus
and waste materials, empty cable reels etc. preferably the same day but not later
than the next day after the particular work is completed.
Page 8 of 11
Technical Specification_Installation of Cables
SECTION-IV (C2)
The earth conductor shall be of G.I flat, of approved size and shall be protected
against mechanical damage and corrosion. The connection of the earth continuity
conductors to earth bus and earth electrodes shall be strong, secure and sound and
shall be easily accessible.
2.3.1 The pipe earth electrodes shall be in conformity with IS: 3043, buried vertically and
the pit filled with alternate layers of charcoal, salt and earth. The earth lead shall be
properly fastened with brass bolts. nuts and connections shall be enclosed in a
masonry chamber. The chamber shall be provided with a RCC inspection cover.
2.3.2 The connection between the earthing terminal of equipment and earth electrode
shall be made by short and direct earthing lead, free from kinks and splices.
2.3.3 The distance between any two electrode shall not he less than twice and length of
the electrode.
2.3.4 All joints shall be covered with suitable compound to protect against corrosion.
Earthing connections with equipment earthing terminals shall be of bolted type. The
contact surfaces shall be free from scale, paint, enamels, grease, rust or dirt. Two
bolts shall be provided for making earth connection. The bolted connections after
Page 9 of 11
Technical Specification_Installation of Cables
being checked and tested shall be painted with anticorrosive paint or compound.
2.3.5 Welds and brazed joints shall be treated with red lead and afterwards coated with
bitumen compound to prevent corrosion.
2.3.6 Steel to copper connection shall be brazed type and shall be treated to prevent
moisture ingress.
2.3.7 The resistance of the welded joint shall not be more than the resistance of
equivalent length of the conductor.
2.3.8 All welded joints shall be made by electric are welding. All welded joints shall be
allowed to cool down gradually to atmospheric temperature.
2.3.9 Arc welding with large diameter conductor shall be done with low hydrogen
content electrodes.
Each single phase cable shall have a separate earth for the screen earthing. The
system short circuit level is 40kA for 1 sec. The earthing lead at solid earth position
shall be single core, 300 sq.mm copper conductor PVC insulated 3.3kV voltage
grade (or appropriate size/ type supported by calculation and approved by
purchaser) cable.
2.5.1 Tests on earths shall be carried out by the contractor in presence of UPPTCL
Engineer for testing the effectiveness of earth resistance of electrodes and the
results furnished to the purchaser.
2.6.1 The contractor shall conduct the following tests during and after installation of
complete cable system as per IEC 60840: 2004-04.
2.6.2 In the event of the installation failing the tests, the contractor shall at his expense
identify the cause and rectify the defects and render the installation serviceable.
a) The insulation resistance of each cable length shall be checked after laying and
before jointing and terminating.
b) Polarization Index test.
c) After laying, jointing and terminating the cables shall be tested with all
accessories.
2.8.0 AC TESTING
Page 10 of 11
Technical Specification_Installation of Cables
2.8.2 The installation shall withstand for 5 minutes with the phase to phase voltage
applied between the conductor and metallic screen/ sheath.
OR
2.8.3 Test for 24 hours with normal operative voltage of the system.
The non-metallic sheath shall be subjected to test as per lEC publication 60229. The
bidder can recommend any other test. for satisfactory performance of the installed
system.
2.10.0 Any other site installation/ commissioning tests as specified in Section lV A & lVB
shall be conducted by the bidder in presence of UPPTCL Engineer.
Page 11 of 11
Technical Specification_Installation of Cables
SUBSTATION AUTOMATION SYSTEM
WITH
RELAY AND PROTECTION PANELS
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 1 of 175
with Relay and Protection Panels
SUBSTATION AUTOMATION SYSTEM
CONTENTS
_________________________________________________________________
Clause No. Description
__________________________________________________________________
1.0 General
2.0 System design
3.1 Bay level functions
4.0 System Hardware
5.0 Software Structure
6.0 Tests
7.0 System Operation
8.0 Power Supply
9.0 Documentation
10.0 Training, Support, Services, Maintenance & Spares
11.0 Maintenance
12.0 Reliability & Availability
13.0 Spares
14.0 List of Equipments
____________________________________________________________________
Table of Clauses Description
____________________________________________________________________
1.0 Scope
2.0 Standards
3.0 General Technical Requirements
4.0 Constructional Features
5.0 Mounting
6.0 Panel Internal Wiring
7.0 Terminal Blocks
8.0 Painting
9.0 Name Plates and Markings
10.0 Miscellaneous Accessories
11.0 Earthing
12.0 General Specification for Bay Control Unit (BCU)
13.0 General Specification of Bay Protection Unit (BPU)
14.0 Various Elements of Protection System/ Schemes
15.0 Time Synchronization Equipment
16.0 Trip Circuit Supervision Relays
17.0 High Speed Tripping Relay
18.0 Flag Relays
19.0 Auxiliary Monitoring Relays
20.0 D.C. Supply Supervision Relay
21.0 Non-Directional Over Current Relay for Back Up Protection
22.0 Directional Earth Fault Relay for Back Up Protection (For Lines
and Transformers)
23.0 Detailed Description of Protections
24.0 Relay Test Kit
25.0 Rotational Under Frequency Relay Panel
26.0 Erection, Testing and Maintenance Equipments
27.0 Tests
28.0 Quality Assurance, Inspection and Testing
29.0 Guaranteed Technical Particulars
30.0 Documentation
31.0 Packing and Forwarding
32.0 Co-ordination
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 3 of 175
with Relay and Protection Panels
33.0 Tropicalization
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 4 of 175
with Relay and Protection Panels
SUBSTATION AUTOMATION SYSTEM
1.0 General
1.1. The Substation Automation System shall be offered from a manufacturer who
must have designed, manufactured, tested, installed and commissioned substation
automation system which must be in satisfactory operation on 400/220/132kV
system or higher for at least 2 (two) years as on the date of bid opening.
1.3. It shall enable local station control via a PC by means of human machine interface
(HMI) and control software package, which shall contain an extensive range of
supervisory control and data acquisition (SCADA) functions.
1.4. It shall include communication gateway, intelligent electronic devices (IED) for
bay control and inter IED communication infrastructure. An architecture drawing
for SAS is enclosed at Appendix-A.
1.5. The communication gateway shall facilitate the information flow with remote
control centre. The bay level intelligent electronic devices (IED) for protection
and control shall provide the direct connection to the switchgear without the need
of interposing components and perform control, protection, and monitoring
functions.
1.7 The bidder shall ensure that proposed automation system is compatible with the
existing SCADA network. The bidder will quote for the equipment required for
data transfer to the existing SCADA network, including SCADA equipment for
which PLCC/ optic fiber shall be used for communication with SLDC and the
other adjoining stations.
Bay level intelligent electronic devices (IED) for protection and control shall be
provided for each bay. Each IED will be directly connected to the Hot – Standby
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 6 of 175
with Relay and Protection Panels
Server PC of the Station Automation System (SAS) through a Single Fault
Tolerant Ethernet LAN on fiber optic media and shall communicate as per the
IEC 61850 standard. The SAS shall be equipped with the gateway for remote
communication as detailed further in the specification. SCADA details will be
communicated to nearest SLDC via adjoining sub stations and signal will be
carried by digital PLCC/ optic fibre either OPGW for transmission line or optic
fibre cable laid in the ground alongwith under ground XLPE cable. The
Contractor will make arrangement for supplying terminal equipment required for
communication and for converting optic fibre signals into PLCC in case of
requirement. The existing communication system works on IEC-60870 protocol
and the inter operability document is enclosed in Annexure-II. Besides complying
with interoperability document, it will be responsibility of the contractor to ensure
proper communication of the offered system with existing system.
1.8 All the numerical IEDs must be fully IEC 61850 compliant and must have the
following features.
Have peer-to-peer communication using GOOSE messages (IEC 61850)
for interlocking.
Should be interoperable with third party IEC 61850 compliant devices
Should generate XML file for integration/engineering with vendor
independent SCADA systems.
Should be directly connected to the inter bay bus on IEC 61850 without
the use of any gateways. Connections of bay protection IEDs to the IEC
61850 bus through the bay control units is not acceptable.
The Substation Automation System (SAS) shall be suitable for operation and
monitoring of the complete substation including future extensions as given in
single line diagram (SLD).
The systems shall be of the state-of-the art suitable for operation under electrical
environment present in Extra high voltage substations, follow the latest
engineering practice, ensure long-term compatibility requirements and continuity
of equipment supply and the safety of the operating staff.
The offered SAS shall support remote control and monitoring from Remote
Control centers via gateways.
The system shall be designed such that personnel without any background
knowledge in Microprocessor-based technology are able to operate the system.
The operator interface shall be intuitive such that operating personnel shall be able
to operate the system easily after having received some basic training.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 7 of 175
with Relay and Protection Panels
The system shall incorporate the control, monitoring and protection functions
specified, self-monitoring, signaling and testing facilities, measuring as well as
memory functions, event recording and evaluation of disturbance records.
Bidder shall offer the bay level unit (a bay comprises of one circuit breaker and
associated disconnector, earth switches and instrument transformer), bay mimic
along with relay and protection panels and PLCC panels (described in other
sections of technical specifications) and station HMI housed in air-conditioned
Control Room building for overall optimization in respect of cabling and control
room building.
Ethernet Topology
The Ethernet communication infrastructure to ensure a certain level of quality,
performance and availability at least the following described criteria’s have to be
fulfilled concerning the Ethernet switches and the topology.
Ethernet Switches
Ethernet switches that fulfill the hardened requirements concerning temperature,
EMC, power supply (220V DC from the Station Battery) and complying to 61850
part 3 of the specification suitable to be installed in substations shall be provided,
i.e. the same data as common for numerical protection. The use of Ethernet Hubs
is not permitted as they do not provide collision free transmission. The switches
shall support priority tagging and open standards for ring management like fast
scanning tree to ensure that e.g. for later system extension utility has not to rely on
one switch supplier only. External switches are preferred as they have the
advantage that there is no interruption or reconfiguration of the Ethernet ring if
one or several bay devices are taken out of service.
Each bay control IED shall be independent from each other and its functioning
shall not be affected by any fault occurring in any of the other bay control units of
the station.
The data exchange between the electronic devices on bay and station level shall
take place via the communication infrastructure. This shall be realized using fiber-
optic cables, thereby guaranteeing disturbance free communication. The fiber
optic cables shall be run in G.I conduit pipes. Data exchange is to be realized
using IEC 61850 protocol with a redundant managed switched Ethernet
communication infrastructure.
The communication shall be made in 1+1 mode, excluding the links between
individual bay IEDs to switch, such that failure of one set of fiber shall not affect
the normal operation of the SAS. However it shall be alarmed in SAS. Each fiber
optic cable shall have four (4) spare fibers.
At station level, the entire station shall be controlled and supervised from the
station HMI. It shall also be possible to control and monitor the bay from the bay
level equipment at all times.
Clear control priorities shall prevent operation of a single switch at the same time
from more than one of the various control levels, i.e. RCC, station HMI, bay level
or apparatus level. The priority shall always be on the lowest enabled control
level.
The station level contains the station-oriented functions, which cannot be realized
at bay level, e.g. alarm list or event list related to the entire substation, gateway for
the communication with remote control centers.
The GPS time synchronizing signal (as specified in the section relay & protection)
as per IEC 61850 standard SNTP (Simple Network Time Protocol) for the
synchronization of the entire system shall be provided.
The SAS shall contain the functional parts as described in Para 1.2 above.
The high-voltage apparatus within the station shall be operated from different
places:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 9 of 175
with Relay and Protection Panels
Remote control centers
Station HMI.
Local Bay controller IED (in the bays)
2.3.1 Select-before-execute
For security reasons the command is always to be given in two stages: selection of
the object and command for operation under all mode of operation except
emergency operation. Final execution shall take place only when selection and
command are actuated.
Command execution timer (configurable) must be available for each control level
connection. If the control action is not completed within a specified time, the
command should get cancelled.
2.3.4 Self-supervision
It shall also be possible to interconnect and derive input and output signals,
logic functions, using built-in functions, complex voltage and currents, additional
logics (AND-gates, OR gates and timers). Multi activation of these additional
functions should be possible.
Separate IEDs shall be provided for bay control function and bay protection
function.
3.1.1.1 Overview
Functions
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 11 of 175
with Relay and Protection Panels
Transformer tap changer control (for power transformer bays)
Operation counters for circuit breakers and pumps
Hydraulic pump/ Air compressor control and runtime supervision
Operating pressure supervision through digital contacts only
Display of interlocking and blocking
Breaker position indication per phase
Alarm annunciation
Measurement display (Electrical Parameters & Transformer/ Reactor
Parameters)
Local HMI (local guided, emergency mode) protected access.
Interface to the station HMI.
Data storage for at least 200 events
Extension possibilities with additional I/O's inside the unit or via fiber optic
communication and process bus
As soon as the operator receives the operation access at bay level the operation is
normally performed via bay control IED. During normal operation bay control
unit allows the safe operation of all switching devices via the bay control IED.
Emergency Operation
It shall be possible to close or open the selected Circuit Breaker with ON or OFF
push buttons even during the outage of bay IED.
Remote Mode
Control authority in this mode is given to a higher level (Remote Control Centre)
and the installation can be controlled only remotely. Control operation from lower
levels shall not be possible in this operating mode.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 12 of 175
with Relay and Protection Panels
Synchronizing between live line and live bus with synchro-check function
Voltage Selection
The voltages relevant for the Synchrocheck functions are dependent on the station
topology, i.e. on the positions of the circuit breakers and/or the isolators. The
correct voltage for synchronizing and energizing is derived from the auxiliary
switches of the circuit breakers, the isolator, and earthing switch and shall be
selected automatically by the bay control and protection IEDs.
3.1.2.1 General
The protection functions are independent of bay control function. The protection
shall be provided by separate protection IEDs (numerical relays) and other
protection devices as per section Relay & Protection.
IEDs, shall be connected to the communication infrastructure for data sharing and
meet the real-time communication requirements for automatic functions. The
data presentation and the configuration of the various IEDs shall be compatible
with the overall system communication and data exchange requirements.
All the IEDs must be fully IEC61850 compliant and shall be directly connected to
the Ethernet Interbay LAN without use of any gateways.
Each IED should contain an event recorder capable of storing at least 200 time-
tagged events. This shall give alarm if 70% memory is full. The disturbance
recorder function shall be as per detailed in section Relay and Protection.
Analogue inputs for voltage and current measurements shall be connected directly
to the voltage transformers (VT) and the current transformers (CT) without
intermediate transducers. The values of active power (W), reactive power (VAR),
frequency (Hz), and the rms values for voltage (U) and current (I) shall be
calculated in the Bay control/protection unit.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 13 of 175
with Relay and Protection Panels
3.2.1 Status Supervision
The SAS shall also monitor the status of sub-station auxiliaries. The status and
control of auxiliaries shall be done through separate one or more IED and all
alarm and analogue values shall be monitored and recoded through this IED.
3.2.2 Measurements
Analogue inputs for voltage and current measurements shall be connected directly
to the voltage transformers (VT) and the current transformers (CT) without
intermediate transducers. The values of active power (W), reactive power (VAR),
frequency (Hz), and the rms, Max / Min values for voltage (U) and current (I)
shall be calculated.
In case of Circuit Breaker SF6 Gas Pressure, Operating Mechanism Pressure (i.e.
Air/ Pneumatic, Hydraulic and SF6 Pressures), if SF6 CTs are Utilizing the
Pressure of SF6 Gas, Transformer/ Reactor Oil/ Winding temperatures, OLTC Tap
Position can be interfaced with BCU or any Other device interface through
Transducers. Max/ Min values for the above parameters shall be calculated. These
parameters shall be appear in Substation Automation System at Local and RCC
and can monitor regularly.
The measured values shall be displayed locally on the station HMI and in the
control centre. The abnormal values must be discarded. The analogue values shall
be updated every 2 seconds.
Threshold limit values shall be selectable for alarm indications.
Events and alarms are generated either by the switchgear, by the control IEDs, or
by the station level unit. They shall be recorded in an event list in the station HMI.
Alarms shall be recorded in a separate alarm list and appear on the screen. All, or
a freely selectable group of events and alarms shall also be printed out on an event
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 14 of 175
with Relay and Protection Panels
printer. The alarms and events shall be time-tagged with a time resolution of 1 ms.
The tentative list for various feeders and systems are enclosed as Annexure-I
Control operation from other places (e.g. REMOTE) shall not be possible in this
operating mode.
General
The operator station HMI shall be a redundant with hot standby and shall provide
basic functions for supervision and control of the substation. The operator shall
give commands to the switchgear on the screen via mouse clicks or keyboard
commands.
The HMI shall give the operator access to alarms and events displayed on the
screen. Aside from these lists on the screen, there shall be a printout of alarms or
events in an event log.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 15 of 175
with Relay and Protection Panels
3.2.4.3 HMI Design Principles
Consistent design principles shall be adopted with the HMI concerning labels,
colours, dialogues and fonts. Non-valid selections shall be dimmed out.
The object status shall be indicated using different status colours for:
The process status of the substation in terms of actual values of currents, voltages,
frequency, active and reactive powers as well as the positions of circuit breakers,
isolators and transformer tap-changers shall be displayed in the station single-line
diagram.
The operator shall be in a position to execute a command only, if the switch is not
blocked and if no interlocking condition is going to be violated. The interlocking
statements shall be checked by the interlocking scheme implemented at bay and
station level.
After command execution the operator shall receive a confirmation that the new
switching position has been reached or an indication that the switching procedure
was unsuccessful with the indication of the reason for non-functioning.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 16 of 175
with Relay and Protection Panels
3.2.4.5 System Supervision & Display
The SAS system shall be comprehensively self-monitored such that faults are
immediately indicated to the operator, possibly before they develop into serious
situations. Such faults are recorded as a faulty status in a system supervision
display. This display shall cover the status of the entire substation including all
switchgear, IEDs, communication infrastructure and remote communication links,
and printers at the station level, etc.
The event list shall contain events that are important for the control and
monitoring of the substation.
The event and associated time (with 1 ms resolution) of its occurrence has to be
displayed for each event.
The operator shall be able to call up the chronological event list on the monitor at
any time for the whole substation or sections of it.
A printout of each display shall be possible on the hard copy printer/Dot matrix
Printer / Line Printer of 132 Column.
The events shall be registered in a chronological event list in which the type of
event and its time of occurrence are specified. It shall be possible to store all
events in the computer for at least one month. The information shall be obtainable
also from a printed event log.
Faults and errors occurring in the substation shall be listed in an alarm list and
shall be immediately transmitted to the control centre. The alarm list shall
substitute a conventional alarm tableau, and shall constitute an evaluation of all
station alarms. It shall contain unacknowledged alarms and persisting faults. The
date and time of occurrence shall be indicated.
The alarm list shall consist of a summary display of the present alarm situation.
Each alarm shall be reported on one line that contains:
Whenever an alarm condition occurs, the alarm condition must be shown on the
alarm list and must be displayed in a flashing state along with an audible alarm.
After acknowledgement of the alarm, it should appear in a steady (i.e. not
flashing) state and the audible alarm shall stop. The alarm should disappear only if
the alarm condition has physically cleared and the operator has reset the alarm
with a reset command. The state of the alarms shall be shown in the alarm list
(Unacknowledged and persistent, Unacknowledged and cleared, Acknowledged
and persistent).
Filters for selection of a certain type or group of alarms shall be available as for
events.
When selecting an object such as a circuit breaker or isolator in the single line
diagram, the associated bay picture shall be presented first. In the selected object
picture, all attributes like
Type of blocking
Authority
Local / remote control
ALDC / SLDC /SAS control
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 18 of 175
with Relay and Protection Panels
Errors
etc.,
shall be displayed.
The operator shall give commands to the system by means of mouse click located
on the single-line diagram. It shall also be possible to use the keyboard for
command activation. Data entry is performed with the keyboard. Dedicated
control dialogues for controlling at least the following devices shall be available:
Display only
Normal operation (e.g. open/close of switchgear)
Restricted operation (e.g. by-passed interlocking)
System administrator
For maintenance and engineering purposes of the station HMI, the following
authorization levels shall be available :
No engineering allowed
Engineering/configuration allowed
Entire system management allowed
The access rights shall be defined by passwords assigned during the login
procedure. Only the system administrator shall be able to add/remove users and
change access rights.
3.2.6 Reports
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 19 of 175
with Relay and Protection Panels
Trend reports:
Following printouts shall be available from the printer and shall be printed on
demand:
i. Daily voltage and frequency curves depicting time on X-axis and the
appropriate parameters on the Y-axis. The time duration of the curve is 24
hours.
ii. Weekly trend curves for real and derived analogue values.
iii. Printouts of the maximum and minimum values and frequency of occurrence
and duration of maximum and minimum values for each analogue parameter
for each circuit in 24 hr period.
iv. Provision shall be made for logging information about breaker status like
number of operation with date and time indications.
v. Equipment operation details shift wise and during 24 hours.
vi. Printout on adjustable time period as well as on demand for MW, MVAR,
Current, Voltage on each feeder and transformer as well as Tap Positions,
temperatures (WTI, OTI) and status of pumps and fans for transformers.
vii. Printout on adjustable time period as well as on demand system
frequency and average frequency.
viii. Print hourly/daily log sheet of the sub-station based on available input
parameters (format will be decided/finalized during detailed engineering).
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 20 of 175
with Relay and Protection Panels
ix. Reports in specified formats (formats will be decided/finalized during
detailed engineering) shall be handed over to successful bidder for
implementation. The bidder has to develop these reports.
It shall be possible to illustrate all types of process data as trends - input and
output data, binary and analogue data. The trends shall be displayed in graphical
form as column or curve diagrams with a maximum of 10 trends per screen.
Adjustable time span and scaling ranges must be provided.
It shall be possible to change the type of value logging (direct, mean, sum, or
difference) on-line in the window. It shall also be possible to change the update
intervals on-line in the picture as well as the selection of threshold values for
alarming purposes.
All recorded data from the IEDs with integrated disturbance recorder as well as
dedicated disturbance recording systems shall be automatically uploaded (event
triggered or once per day) to a dedicated computer and be stored on the hard disc.
The PC-based work station shall have necessary software to evaluate all the
required information for proper fault analysis.
It shall be possible to access all protection and control IEDs for reading the
parameters (settings) from the station HMI or from a dedicated monitoring
computer. The setting of parameters or the activation of parameter sets shall only
be allowed after entering a password.
The available automatic sequences in the system should be listed and described,
(e.g. sequences related to the bus transfer). It must be possible to initiate pre-
defined automatic sequences by the operator and also define new automatic
sequences.
3.3 Gateway
In case of PLCC communication any modem supplied shall not require manual
equalization and shall include self-test features such as manual mark/space
keying, analogue loop-back, and digital loop-back. The modems shall provide for
convenient adjustment of output level and receive sensitivity. The modem should be
stand alone complete in all respects including power supply to interface the SAS with
communication channel. The configuration of tones and speed shall be
programmable and maintained in non-volatile memory in the modem. All
necessary hardware and software along with communication equipment shall also
be in the scope of bidder except the communication link between substation
control room and Remote Control Centre.
If PLCC / Microwave / Optical fibre /VSAT/ Leased Line equipment should have
Modbus or any open Protocol system and this can be connected to SAS for
monitoring, Events & Alarms and password for configuration. The
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 22 of 175
with Relay and Protection Panels
communication Equipment system supervision & display as mentioned in clause
3.2.4.5.
If the Protection Couplers also should have Modbus or any open Protocol system
and this can be connected to SAS for monitoring the send and receive commands
all channels along with Events & Alarms and password for configuration. The
protection coupler Equipment system supervision & display as mentioned in
clause 3.2.4.5
The communication protocol for gateway to control centre must be open protocol
and shall support IEC 60870-5-101& 104 and IEC 61850 for all levels of
communication for sub-station automation such as Bay to station HMI, gateway to
remote station etc..
4.1 Redundant Station HMI, HMI View Node and Disturbance Recorder Work
station(Laptop):
The Bidder shall provide redundant station HMI in hot standby mode.
The capacity of hard disk shall be selected such that the following requirement
should occupy less than 50% of disk space:
1. Storage of all analogue data (at 15 Minutes interval) and digital data including
alarm, event and trend data for thirty(30) days.
2. Storage of all necessary software
3. 100 GB space for PURCHASER'S use.
Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the
above requirement.
The VDU shall show overview diagrams (Single Line Diagrams) and complete
details of the switchgear with a colour display. All event and alarm annunciation
shall be selectable in the form of lists. Operation shall be by a user friendly
function keyboard and a cursor positioning device. The user interface shall be
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 23 of 175
with Relay and Protection Panels
based on WINDOWS concepts with graphics & facility for panning, scrolling,
zooming, de-cluttering etc.
The Bidder shall provide three display units, one for station HMI, one for DR
workstation(Laptop) and one for redundant HMI. These shall have high resolution
and reflection protected picture screen. High stability of the picture geometry shall
be ensured. The screen shall be at least 25" diagonally (3:4) in size and capable of
colour graphic displays.
The HMI shall be able to switch the key board and cursor positioning device, as
unit among all the monitors at a console via push button or other controls.
4.1.3 Printer
It shall be robust & suitable for operation with a minimum of 132 characters per
line for Line Printer and Dot Matrix Printer. The printing operation shall be quiet
with a noise level of less than 45 dB suitable for location in the control room.
Printer shall accept and print all ASCII characters via master control computer
unit interface.
The printer shall have in built testing facility. Failure of the printer shall be
indicated in the Station HMI. The printer shall have an off line mode selector
switch to enable safe maintenance. The maintenance should be simple with
provisions for ease of change of print head, ribbon changing, paper insertion etc.
All printers mounted in the control room shall be provided with a separate printer
enclosure each. The enclosure shall be designed to permit full enclosure of the
printers at a convenient level. Plexiglas windows shall be used to provide visual
inspection of the printers and ease of reading. The printer enclosures shall be
designed to protect the printers from accidental external contact & each should be
removable from hinges at the back and shall be provided with lock at the front.
All reports and graphics prints shall be printed on laser printer (preferably MFD).
One Dot Matrix Printer (DMP) shall be exclusively used for hourly log printing.
Line printer for Events and Alarms Printing.
All printers shall be continuously online.
The mass storage unit shall be built-in to the Station HMI. All operational
measured values, and indications shall be stored in a mass-storage unit of CD-
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 24 of 175
with Relay and Protection Panels
ROM / DVD-ROM with 700 MB or more capacity i.e CD Writer & DVD Writer
(Both). The unit should support at least Read (48X), Write(24X), and Re-Write
(10X) operations, with Multi-Session capability. It should support ISO9660,
Rockridge and Joliet File systems. It should support formatting and use under the
operating system provided for Station HMI. The monthly back up of data shall be
taken on disc. The facility of back up of data shall be inherent in the software.
The All the data pertaining to Substation is to stored in a system year/ month / day
wise. The daily data is stored in a day file of Particular Month and Year
automatically from 00.00Hrs to 24.00Hrs.
The bidder shall provide the redundant switched optical Ethernet communication
infrastructure for SAS. The bidder shall keep provision of 100% spare capacity
for Purchaser use. Each swith shall have atleast two spare ports for connecting bay
level IEDs and one spare port for connecting station bus. The necessary switches
are provided to communication infrastructure as follows.
One switch shall be provided to connect all IEDs for 400kV, 220kV & 132kV
bays .
One switch shall be provided to connect all IEDs for Bus Coupler, Bus
Sectionaliser and Bus Bar for 400kV, 220kV & 132kV bays.
The bay unit shall use industrial grade components. The bay level unit, based on
microprocessor technology, shall use numerical techniques for the calculation and
evaluation of externally input analogue signals. They shall incorporate select-
before-operate control principles as safety measures for operation via the HMI.
They shall perform all bay related functions, such as control commands, bay
interlocking, data acquisition, data storage, event recording and shall provide
inputs for status indication and outputs for commands. They shall be directly
connected to the switchgear. The bay unit shall acquire and process all data for the
bay (Equipment status, fault indications, measured values, alarms etc.) and
transmit these to the other devices in sub-station automation system. In addition,
this shall receive the operation commands from station HMI and control centre.
The bay unit shall have the capability to store all the data for at least 24 hours. The
bay control unit shall be fully compliant to IEC 61850 standard.
One no. Bay level unit shall be provided for supervision and control of each bay (a
bay comprises of one circuit breaker and associated disconnector, earth switches
and instrument transformer). The Bay level unit shall be equipped with analogue
and binary inputs/outputs for handling the control, status monitoring and analogue
measurement functions. All bay level interlocks are to be incorporated in the Bay
level unit so as to permit control from the Bay level unit/ local bay mimic panel,
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 25 of 175
with Relay and Protection Panels
with all bay interlocks in place, during maintenance and commissioning or in case
of contingencies when the Station HMI is out of service.
The Bay level unit shall meet the requirements for withstanding electromagnetic
interference according to relevant parts of IEC 61850. Failure of any single
component within the equipment shall neither cause unwanted operation nor lead
to a complete system breakdown.
The I/O modules shall form a part of the bay level unit and shall provide coupling
to the substation equipment. The I/O modules shall acquire all switchgear
information (i.e. data coming directly from the switchgear or from switchgear
interlocking devices) and transmit commands for operation of the switchgear. The
measured values of voltage and current shall be from the secondaries of
instrument transformers. The digital inputs shall be acquired by exception with 1
ms resolution. Contact bouncing in digital inputs shall not be assumed as change
of state.
Bay level units, bay mimic, relay and protection panels, Bus bar Protection panels,
PLCC panels etc. shall be housed in a Air- Conditioned Room adjacent to
respective GIS room. The layout for placement of equipments / panels in Control
Room shall be subject to Purchaser's approval. The control room shall be
provided with illuminations, fire alarm system with at least two detectors with
necessary power supply if required and it shall be wired to SAS. The Air
Conditioners provided in room shall be controlled and monitored from substation
automation system. Two Air Conditioners shall be in running mode and one will
be in standby mode in each room housing bay level IEDs.
Offered substation automation system shall be suitable for extension in future for
additional bays. During such requirement, all the drawings and configurations,
alarm/event list etc. displayed shall be designed in such a manner that its
extension shall be easily performed by the Purchaser. During such event, normal
operation of the existing substation shall be unaffected and system shall not
require a shutdown. The bidder shall provide all necessary software tools along
with source codes to perform addition of bays in future and complete integration
with SAS by the user. These software tools shall be able to configure IED, add
additional analogue variable, alarm list, event list, modify interlocking logics etc.
for additional bays/equipment which shall be added in future with IEDs of same
manufacturer/ different manufacturer.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 26 of 175
with Relay and Protection Panels
The software package shall be structured according to the SAS architecture and
strictly divided in various levels. Necessary firewall shall be provided at suitable
points in software to protect the system. An extension of the station shall be
possible with lowest possible efforts. Maintenance, modification or an extension
of components of any feeder may not force a shut-down of the parts of the system
which are not affected by the system adaptation.
The base HMI software package for the operator station shall include the main
SAS functions and it shall be independent of project specific hardware version and
operating system. It shall further include tools for picture editing, engineering and
system configuration. The system shall be easy to use, to maintain, and to adapt
according to specific user requirements. Systems shall contain a library with
standard functions and applications.
5.1.2.1System Software
The system software shall be structured in various levels. This software shall be
placed in a non-volatile memory. The lowest level shall assure system
performance and contain basic functions, which shall not be accessible by the
application and maintenance engineer for modifications. The system shall support
the generation of typical control macros and a process database for user specific
data storage. In case of restoration of links after failure, the software along with
hardware shall be capable of automatically synchronising with the remaining
system without any manual interface. This shall be demonstrated by contractor
during integrated system test.
In order to ensure robust quality and reliable software functions, the main part of
the application software shall consist of standard software modules built as
functional block elements. The functional blocks shall be documented and
thoroughly tested. They form part of a library.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 27 of 175
with Relay and Protection Panels
a. Configuration Management
b. Fault Management
c. Performance Monitoring
This system shall be used for management of communication devices and other
IEDs in the system. This NMS can be loaded in DR work-station and shall be easy
to use, user friendly and menu based. The NMS shall monitor all the devices in
the SAS and report if there is any fault in the monitored devices. The NMS shall :
(a) Maintain performance, resource usage, and error statistics for all
managed links and devices and present this information via displays,
periodic reports and on demand reports.
(b) Maintain a graphical display of SAS connectivity and device status.
(c) Issue alarms when error conditions occurs
(d) Provide facility to add and delete addresses and links
5.1.2.4 The Bidder shall provide each software in two copies in CD to load into the
system in case of any problem related with Hardware/Communication etc.
6.0 Tests
a. Power Input:
i. Auxiliary Voltage
ii Current Circuits
iii. Voltage Circuits
iv. Indications
b. Accuracy Tests :
i. Operational Measured Values
ii. Currents
iii. Voltages
iv. Time resolution
c. Insulation Tests:
i. Dielectric Tests
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 28 of 175
with Relay and Protection Panels
ii. Impulse Voltage withstand Test
d. Influencing Quantities
i. Limits of operation
ii. Permissible ripples
iii. Interruption of input voltage
f. Function Tests :
i. Indication
ii. Commands
iii. Measured value Acquisition
iv. Display Indications
g. Environmental tests
i. Cold Temperature
ii. Dry Heat
iii. Wet heat
iv. Humidity (Damp heat Cycle)
v. Vibration
vi. Bump
vii. Shock
The supplier shall submit a test specification for Factory Acceptance Test (FAT)
and Commissioning Tests of the station automation system for approval. For the
individual bay level IED's applicable type test certificates shall be submitted.
The manufacturing phase of the SAS shall be concluded by the factory acceptance
test (FAT). The purpose is to ensure that the Contractor has interpreted the
specified requirements correctly and that the FAT includes checking to the degree
required by the user. The general philosophy shall be to deliver a system to site
only after it has been thoroughly tested and its specified performance has been
verified, as far as site conditions can be simulated in a test lab. If the FAT
comprises only a certain portion of the system for practical reason, it has to be
assured that this test configuration contains at least one unit of each and every
type of equipment incorporated in the delivered system.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 29 of 175
with Relay and Protection Panels
If the complete system consists of parts from various suppliers or some parts are
already installed on site, the FAT shall be limited to sub-system tests. In such a
case, the complete system test shall be performed on site together with the Site
Acceptance Test (SAT).
• Redundant Station HMI, DR work station, two switches ( i.e. for two
diameter) along with all IEDs for the Dia and printers.
Integrated system tests shall verify the stability of the hardware and the software.
During the tests all functions shall run concurrently and all equipment shall
operate a continuous 100 Hours period. The integrated system test shall ensure the
SAS is free of improper interactions between software and hardware while the
system is operating as a whole.
The field tests shall completely verify all the features of SAS hardware and
software.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 30 of 175
with Relay and Protection Panels
Operation of the system by the operator from the remote RCC or at the substation
shall take place via industry standard HMI(Human Machine interface) subsystem
consisting of graphic colour VDU, a standard keyboard and a cursor positioning
device (mouse).
For display of alarm annunciation, lists of events etc a separate HMI View node
shall be provided.
The summary information displayed in the message field shall give a rapid display
of alarm/message of the system in which a fault has occurred and alarm
annunciation lists in which the fault is described more fully.
Each operational sequence shall be divided into single operation steps which are
initiated by means of the function keys/WINDOW command by mouse. Operator
prompting shall be designed in such a manner that only the permissible keys are
available in the command field related to the specific operation step. Only those
switching elements shall be accessed for which control actions are possible. If the
operation step is rejected by the system, the operator prompting shall be supported
by additional comments in the message field. The operation status shall be reset to
the corresponding preceding step in the operation sequence by pressing one of the
function keys. All operations shall be verified. Incorrect operations shall be
indicated by comments in the message field and must not be executed.
The offer shall include a comprehensive description of the system. The above
operation shall also be possible via WINDOWS based system by mouse.
9.0 Documentation
The following documentation to be provided for the system in the course of the
project shall be consistent, CAD supported, and of similar look/feel. All CAD
drawings to be provide in "dxf" format and also in acrobat format.
List of Drawings
Substation automation system architecture
Block Diagram
Guaranteed technical parameters, Functional Design Specification and
Guaranteed availability and reliability
Calculation for power supply dimensioning
I/O Signal lists
Schematic diagrams
List of Apparatus
List of Labels
Logic Diagram (hardware & software)
Control Room Lay-out
Test Specification for Factory Acceptance Test (FAT)
Product Manuals
Assembly Drawing
Operator's Manual
Complete documentation of implemented protocols between various elements
Listing of software and loadable in CD ROM
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 32 of 175
with Relay and Protection Panels
Other documents as may be required during detailed engineering
Two sets of hard copy and Four sets of CD ROM containing all the as built
documents/drawings shall be provided.
10.1 Training
Bidder personnel who are experienced instructors and who speak understandable
English shall conduct training. The contractor shall arrange on its own cost all
hardware training platform required for successful training and understanding in
India. The Contractor shall provide all necessary training material. Each trainee
shall receive individual copies of all technical manuals and all other documents
used for training. These materials shall be sent to Purchaser at least two months
before the scheduled commencement of the particular training course. Class
materials, including the documents sent before the training courses as well as class
handouts, shall become the property of Purchaser. Purchaser reserves the right to
copy such materials, but for in-house training and use only. Hands-on training
shall utilize equipment identical to that being supplied to Purchaser.
For all training courses the travel and pre-diem expenses will be borne by the
participants. However the lodging, boarding, local transport and such other charges
for the engineers sent for such training shall be borne by the bidder. The bid price
offered is deemed to have included this. Training offered shall be free of cost to the
purchaser.
The schedule, location, and detailed contents of each course will be finalized
during Employer and Contractor discussions.
A computer system hardware course shall be offered, but at the system level only.
The training course shall be designed to give Purchaser hardware personnel
sufficient knowledge of the overall design and operation of the system so that they
can correct obvious problems, configure the hardware, preventive maintenance
run diagnostic programs, and communicate with contract maintenance personnel.
The following subjects shall be covered:
The Contractor shall provide a computer system software course that covers the
following subjects:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 34 of 175
with Relay and Protection Panels
The Contractor shall provide a comprehensive application software courses
covering all applications including the database and display building course. The
training shall include:
(a) Overview: Block diagrams of the application software and data flows.
Programming standards and program interface conventions.
(b) Application Functions: Functional capabilities, design, and major
algorithms. Associated maintenance and expansion techniques.
(c) Software Development: Techniques and conventions to be used for the
preparation and integration of new software functions.
(d) Software Generation: Generation of application software from source
code and associated software configuration control procedures.
(e) Software Documentation: Orientation in the organization and use of
functional and detailed design documentation and of programmer and user
manuals.
(f) Hands-on Training: One week, with allocated computer time for trainee
performance of unstructured exercises and with the course instructor
available for assistance as necessary.
The contractor shall provide training for two batches for two weeks each for
following courses.
11.0 Maintenance
During Guaranteed Availability Period, the Bidder shall take continual actions to
ensure the guaranteed availability and shall make available all the necessary
resources such as specialist personnel, spare parts, tools, test devices etc. for
replacement or repair of all defective parts and shall have prime responsibility for
keeping the system operational.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 35 of 175
with Relay and Protection Panels
The SAS shall be designed so that the failure of any single component, processor,
or device shall not render the system unavailable. The SAS shall be designed to
satisfy the very high demands for reliability and availability concerning:
Outage Terms
1) Outage
The state in which substation automation system or a unit of SAS is
unavailable for Normal Operation as defined in the clause 7.1 due to an
event directly related to the SAS or unit of SAS. In the event, the
Purchaser has taken any equipment system other than Sub-station
Automation System for schedule/forced maintenance, the consequent
outage to SAS shall not be considered as outage for the purpose of
availability.
The availability for the complete SAS shall be guaranteed by the Contractor.
Bidder shall include in their offer the detailed calculation for the availability. The
contractor shall demonstrate their availability guaranteed by conducting the
availability test on the total sub-station automation system as a whole after
commissioning of total Sub-station Automation system. The test shall verity the
reliability and integrity of all sub-systems. Under these conditions the test shall
establish an overall availability of 99.98%. After the lapse of 1000 Hours of
cumulative test time, test records shall be examined to determine the conformance
with availability criterion. In case of any outage during the availability test, the
contractor shall rectify the problem and after rectification, the 1000 Hours period
start after such rectification. If test object has not been met the test shall continue
until the specified availability is achieved.
After the satisfactory conclusion of test both contractor and Purchaser shall
mutually agree to the test results and if these results satisfy the availability
criterion, the test is considered to be completed successfully. After that the system
shall be taken over by the Purchaser and then the guarantee period shall start.
13.0 Spares
13.1 Consumables:
All consumables such as paper, cartridges shall be supplied by the contractor till
the SAS is taken over by the Purchaser.
The bidder is required to list the spares, which may be required for ensuring the
guaranteed availability during the guaranteed availability period. The final list of
spares shall form part of scope of supply and accordingly the price thereof shall be
quoted by the bidder and shall be considered in the evaluation of the bids. During
the guaranteed availability period, the spare parts supplied by the Contractor shall
be made available to the Contractor for usage subject to replenishment at the
earliest. Thus, at the end of availability period the inventory of spares with the
Purchaser shall be fully replenished by the Contractor. However, any additional
spares required to meet the availability of the system (which are not a part of the
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 37 of 175
with Relay and Protection Panels
above spares supplied by the Contractor) would have to be supplied immediately
by the Contractor free of cost to the Purchaser.
i) Station HMI
ii) Redundant Station HMI (in Hot-stand by mode)
iii) Bay level units along with bay mimic (BCU) with an automatic change over
facility if one of the power supply fails. (This is the Part of CB Control &
Relay Panel)
iv) Portable Engineering Station & Disturbance Recorder Work Station
(Maintenance HMI/Laptop)
v) List of Printers with / without Printer server
1. Colour Laser Printer with MFD – 1 No. (Print, Scan, Fax & Xerox)
(For Reports & Disturbance records),
2. Line Printer - (For Alarms and Sequence of Event recorder)
3. Dot matrix printer Multi sheet paper Model – preferably TVS 5 in 1
Printer (For log sheets, regular parameters at 15 min duration).
4. Necessary Furniture.
vi) All interface equipment for gateway to RCC and ALDC/SLDC. 2 Ports for
RCC & 2 Ports for ALDC/SLDC.
vii) Communication infrastructure between Bay level units, Station HMI,
Printers, gateways, redundant LAN etc. as required. (FO Cables) as required.
viii) BCUs for Sub Station Auxiliaries.
ix) Remote workstation including HMI and along with one printer
x) LCD Projector with necessary auxiliaries.
xi) Any other equipment as necessary.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 38 of 175
with Relay and Protection Panels
Annexure-I
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 39 of 175
with Relay and Protection Panels
List of Analogue and Digital Inputs
List of Inputs
Analogue inputs
i) For line
Current R phase
Y phase
B phase
Voltage R-Y phase
Y-B phase
B-R phase
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 40 of 175
with Relay and Protection Panels
iii) For bus coupler
Current R phase
Y phase
B phase
iv) Common
Digital Inputs
2. Transformer bays
3. Busbar Protection
4. Auxiliary system
i) Incomer-I On/Off
ii) Incomer-II On/Off
iii) 415V Bus-I/II U/V
iv) 415V Bus coupler breaker on/off
v) LT Transformer-I Buchholz Alarm and Trip
vi) LT Transformer-II Buchholz Alarm and Trip
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 43 of 175
with Relay and Protection Panels
vii) LT Transformer-I WTI Alarm and Trip
viii) LT Transformer-II WTI Alarm and Trip
ix) LT Transformer-I OTI Alarm and Trip
x) LT Transformer-II OTI Alarm and Trip
xi) DG set bkr on/off
xii) Alarm/trip signals as listed in Techn.Specn: DG set
xiii) PLCC exchange fail
xiv) Time sync. Signal absent
xv) Alarm trip signals as listed in Techn.Specn: Battery and Battery charger
xvi) 220V DC-I earth fault
xvii) 220V DC-II earth fault
xviii) Alarm/trip signals as listed in Techn.Specn: Fire protection system
(NIFPES)
The exact number and description of digital inputs shall be as per detailed
engineering requirement. Apart from the above mentioned digital inputs,
minimum of 200 inputs shall be kept for UPPTCL use in future.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 44 of 175
with Relay and Protection Panels
Annexure-II
Appendix-I
Part-I
This companion standard presents sets of parameters and alternatives from which subsets
have to be selected to implement particular telecontrol systems. Certain parameter values,
such as the number of octets in the COMMON ADDRESS of ASDUs represent mutually
exclusive alternatives. This means that only one value of the defined parameters is
admitted per system. Other parameters, such as the listed set of different process
information in command and in monitor direction allow the specification of the complete
set or subsets, as appropriate for given applications. This clause summarizes the
parameters of the previous clauses to facilitate a suitable selection for a specific
application. If a system is composed of equipment stemming from different
manufacturers it is necessary that all partners agree on the selected parameters.
Note : In addition, the full specification of a system may require individual selection of
certain parameters for certain parts of the system, such as the individual selection
of scaling factors for individually addressable measured values.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 45 of 175
with Relay and Protection Panels
1.1 SYSTEM OR DEVICE
□ System definition
□ Controlling station definition (master)
■ Controlled station definition (Slave)
1.2 NETWORK CONFIGURATION
(Network-specific parameter, all configurations that are used are to be marked with _)
Frame format FT 1.2, single character 1 and the fixed time out interval are used
exclusively in this companion standard.
Mode 1 (Least significant octet first), as defined in clause 4.10 of IEC 870-5-4, is used
exclusively in this companion standard.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 49 of 175
with Relay and Protection Panels
■ <120> := File ready F_FR_NA_1
■ <121> := Section ready F_SR_NA_1
■ <122> := Call directory, select file, call file, call section F_SC_NA_1
■ <123> := Last section, last segment F_LS_NA_1
■ <124> := Ack file, ack section F_AF_NA_1
■ <125> := Segment F_SG_NA_1
■ <126> := Directory F_DR_TA_1
Special use
(private range)
■ Remote initialization
General interrogation
(system or station-specific parameter)
■ Global
■ Group 1 ■ Group 7 ■ Group 13
■ Group 2 ■ Group 8 ■ Group 14
■ Group 3 ■ Group 9 ■ Group 15
■ Group 4 ■ Group 10 ■ Group 16
■ Group 5 ■ Group 11
■ Group 6 ■ Group 12 Addresses per group have to be defined
Clock synchronization
(station-specific parameter)
■ Clock synchronization (optional, if GPS is used for time synch. of the RTU)*
Command transmission (Required only when control command is envisaged)*
(object-specific parameter)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 50 of 175
with Relay and Protection Panels
■ Direct command transmission ■ Select and execute command
■ Direct set point command transmission ■ Select and execute set point command
□ C_SE ACTTERM used
■ No additional definition
□ Short pulse duration (duration determined by a system parameter in the outstation)
□ Long pulse duration (duration determined by a system parameter in the outstation)
□ Persistent output
Transmission of integrated totals
(station or object-specific parameter)
Parameter loading
(object-specific parameter)
□ Threshold value
□ Smoothing factor
□ Low limit for transmission of measured value
□ High limit for transmission of measured value
Parameter activation
(object-specific parameter)
■ File transfer in monitor direction (for SOE data file from RTU to RLDC, may not be required)*
■ File transfer in control direction (for downloading of RTU database from RLDC-May not be required)*
2. ADDITIONAL INFORMATION ON IEC 60870-5-101 FOR NRLDC, NERLDC
AND ERLDC
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 51 of 175
with Relay and Protection Panels
A. Telemetred Data and ASDU mapping
The following table explains the type of the telemetered data and corresponding ASDUs
used to transmit this data as per IEC 60870-5-101 protocol. These are same for all the
above three RLDCs.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 52 of 175
with Relay and Protection Panels
accumulators totals counter 1
interrogation (counter
interrog
ation)
1. The RTU shall respond to the Master stations request for the at least the
following commands as per the protocol:
- Status of Link
- Reset of Link
- Delay acquisition command *
- Clock synchronization command *
- General interrogation command
- Interrogation of Scan group 1 command (all status data)
- Interrogation of Scan group 2 command (all analog data)
- Class 1/2 data polling
- File transfer in Monitor direction (SOE file)*
If supervisory control commands are envisaged, then SBO procedure is to be
used.
2. RTU shall send all Analog and status data in response to the General interrogation
command.
3. All digital inputs are to be assigned to Scan group-1.
4. Analogs are defined as periodic data and are sent to RLDC on Class 2 request.
The periodicity varies from 10 seconds to 15 seconds depending upon the quantity
of data and available bandwidth.
5. Digital input state changes are to be reported spontaneously by RTU as Class 1
data. The Digital input data have higher priority than Analog values. An integrity
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 53 of 175
with Relay and Protection Panels
scan is performed for all the digital inputs using Scan group-1 at every 10 minutes
interval.
6. The SOE (Sequence of Events) information is stored in a file in the RTU. The
format of SOE data is enclosed in a separate file (please see the details in
SOE_erldc_nerldc_nrldc.pdf document). This file is transferred using the file
transfer feature of IEC 60870-5-101 protocol.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 54 of 175
with Relay and Protection Panels
Apendix-I
Part-II
This companion standard presents sets of parameters and alternatives from which subsets
have to be selected to implement particular telecontrol systems. Certain parameter values,
such as the number of octets in the COMMON ADDRESS of ASDUs represent mutually
exclusive alternatives. This means that only one value of the defined parameters is
admitted per system. Other parameters, such as the listed set of different process
information in command and in monitor direction allow the specification of the complete
set or subsets, as appropriate for given applications. This clause summarizes the
parameters of the previous clauses to facilitate a suitable selection for a specific
application. If a system is composed of equipment stemming from different
manufacturers it is necessary that all partners agree on the selected parameters.
Note : In addition, the full specification of a system may require individual selection of
certain parameters for certain parts of the system, such as the individual selection
of scaling factors for individually addressable measured values.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 55 of 175
with Relay and Protection Panels
1.1 SYSTEM or DEVICE
□ System definition
□ Controlling station definition (master)
■ Controlled station definition (Slave)
(Network-specific parameter, all configurations that are used are to be marked with □)
Frame format FT 1.2, single character 1 and the fixed time out interval are used
exclusively in this companion standard.
Mode 1 (Least significant octet first), as defined in clause 4.10 of IEC 870-5-4, is used
exclusively in this companion standard.
File transfer (for downloading of database from RLDC, may not be required) *
(station-specific parameter)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 59 of 175
with Relay and Protection Panels
■ <120> := File ready F_FR_NA_1
■ <121> := Section ready F_SR_NA_1
■ <122> := Call directory, select file, call file, call section F_SC_NA_1
■ <123> := Last section, last segment F_LS_NA_1
■ <124> := Ack file, ack section F_AF_NA_1
■ <125> := Segment F_SG_NA_1
□ <126> := Directory F_DR_TA_1
Station initialization
(station-specific parameter)
■ Remote initialization
General interrogation
(system or station-specific parameter)
■ Global
■ Group 1 ■ Group 7 ■ Group 13
■ Group 2 ■ Group 8 ■ Group 14
■ Group 3 ■ Group 9 ■ Group 15
■ Group 4 ■ Group 10 ■ Group 16
■ Group 5 ■ Group 11
■ Group 6 ■ Group 12 Addresses per group have to be defined
Clock synchronization
(station-specific parameter)
■ Clock synchronization (optional, if GPS is used for time synch. of the RTU)*
Command transmission (Required only when control command is envisaged)*
(object-specific parameter)
□ Threshold value
□ Smoothing factor
□ Low limit for transmission of measured value
□ High limit for transmission of measured value
Parameter activation
(object-specific parameter)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 61 of 175
with Relay and Protection Panels
2. ADDITIONAL INFORMATION ON IEC 60870-5-101 FOR SRLDC
A. Telemetred Data and ASDU mapping
The following table explains the type of the telemetred data and corresponding ASDUs
used to transmit this data as per IEC 60870-5-101 protocol
1. The RTU shall respond to the Master stations request for the at least the following
commands as per the protocol:
- Status of Link
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 62 of 175
with Relay and Protection Panels
- Reset of Link
- Delay acquisition command *
- Clock synchronization command *
- General interrogation command
- Interrogation of Scan group 1 command (all status data)
- Interrogation of Scan group 2 command (all analog data)
- Class 1/2 data polling
If supervisory control commands are envisaged, then SBO procedure is to be used.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 63 of 175
with Relay and Protection Panels
Appendix-I
Part-III
This companion standard presents sets of parameters and alternatives from which subsets
have to be selected to implement particular telecontrol systems. Certain parameter values,
such as the number of octets in the COMMON ADDRESS of ASDUs represent mutually
exclusive alternatives. This means that only one value of the defined parameters is
admitted per system. Other parameters, such as the listed set of different process
information in command and in monitor direction allow the specification of the complete
set or subsets, as appropriate for given applications. This clause summarizes the
parameters of the previous clauses to facilitate a suitable selection for a specific
application. If a system is composed of equipment stemming from different
manufacturers it is necessary that all partners agree on the selected parameters. The
selected parameters should be marked in the white boxes as follows:
Note : In addition, the full specification of a system may require individual selection of
certain parameters for certain parts of the system, such as the individual selection
of scaling factors for individually addressable measured values.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 64 of 175
with Relay and Protection Panels
1.1 SYSTEM or DEVICE
Frame format FT 1.2, single character 1 and the fixed time out interval are used
exclusively in this companion standard.
Mode 1 (Least significant octet first), as defined in clause 4.10 of IEC 870-5-4, is used
exclusively in this companion standard.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 67 of 175
with Relay and Protection Panels
■ <46> := Double command C_DC_NA_1
□ <47> := Regulating step command C_RC_NA_1
■ <48> := Set point command, normalized value C_SE_NA_1
(required only for analog output command)*
□ <49> := Set point command, scaled value C_SE_NB_1
□ <50> := Set point command, short floating point value C_SE_NC_1
□ <51> := Bitstring of 32 bit C_BO_NA_1
File transfer (for downloading of database from RLDC, may not be required)*
(station-specific parameter)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 68 of 175
with Relay and Protection Panels
■ <121> := Section ready F_SR_NA_1
■ <122> := Call directory, select file, call file, call section F_SC_NA_1
■ <123> := Last section, last segment F_LS_NA_1
■ <124> := Ack file, ack section F_AF_NA_1
■ <125> := Segment F_SG_NA_1
□ <126> := Directory F_DR_TA_1
■ Remote initialization
General interrogation
(system or station-specific parameter)
■ Global
■ Group 1 ■ Group 7 ■ Group 13
■ Group 2 ■ Group 8 ■ Group 14
■ Group 3 ■ Group 9 ■ Group 15
■ Group 4 ■ Group 10 ■ Group 16
■ Group 5 ■ Group 11
■ Group 6 ■ Group 12 Addresses per group have to be defined
Clock synchronization
(station-specific parameter)
■ Clock synchronization (optional, if GPS is used for time synch. of the RTU)*
Command transmission (Required only when control command is envisaged)*
(object-specific parameter)
Parameter loading
(object-specific parameter)
□ Threshold value
□ Smoothing factor
□ Low limit for transmission of measured value
□ High limit for transmission of measured value
Parameter activation
(object-specific parameter)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 70 of 175
with Relay and Protection Panels
ADDITIONAL INFORMATION ON IEC 60870-5-101 FOR WRLDC
A. Telemetred Data and ASDU mapping
The following table explains the type of the telemetred data and corresponding ASDUs
used to transmit this data as per IEC 60870-5-101 protocol
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 71 of 175
with Relay and Protection Panels
command
(CB
Trip/Close)
Digital ASDU Double 4001-
46
Control command 4500
command
(CB
Trip/Close)
1. The RTU shall respond to the Master stations request for the at least the following
commands as per the protocol:
- Status of Link
- Reset of Link
- Delay acquisition command *
- Clock synchronization command *
- General interrogation command
- Interrogation of Scan group 1 command (all single status digital data)
- Interrogation of Scan group 2 command (all double status digital data analog
data)
- Interrogation of Scan group 3 command (all analog data)
- Class 1/2 data polling
If supervisory control commands are envisaged, then SBO procedure is to be used.
2. Normal data polling is by Scan groups
3. All single digital inputs are assigned to Scan group-1, all double digital inputs are
assigned to Scan group-2 and all Analog values are assigned to Scan group-3
4. Analog values are acquired periodically by using the Scan group-3 polling. This
periodicity is ranging from 10-15 seconds based on the quantity of analogs and the
communication channel bandwidth.
5. Digital input state changes are reported spontaneously by RTU as class 1 data and
a integrity scan is performed for all the digital inputs using Scan group-1 and Scan
group-2 at every 10 minutes interval.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 72 of 175
with Relay and Protection Panels
Appendix-II
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 73 of 175
with Relay and Protection Panels
Bill Of Material For Substation Automation System
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 74 of 175
with Relay and Protection Panels
1. Simplex type panels equipped with the following: 1 set
Micro SCADA Pro based Control and monitoring system, including system
configuration, database engineering, IEC 61850 communication
system. The following hardware is included:
2 nos. : of HP/Dell/Compaq/Laxsons/equivalent make PC with
Core 2 Duo Processor, 1GB RAM, 1 x 320 GB HDD, 1x 24x
DVD Combo Drive, OS: Windows Vista Professional for station
servers.
2 nos. Ruggedcom make Managed IEC 61850 compliant 16/8
port Ethernet switches for interbay bus LAN connected in fault
tolerant ring configuration, including fiber optic cable.
1no DR workstation.
1no. Remote HMI.
1 no. APC/equivalent UPS with 30 mins battery back up
(1x1000VA)
1 no: 80 column Dot Matrix Printer incl. cable
1 no A4 size Laser Printer for Graphics & reports
1x Printer server.
Functionality
All Basic Monitoring functions
All Basic Control functions
Advanced monitoring functions:
Measuring reports and trends
Remote parameter setting and reading
Uploading disturbance fault record files
Disturbance record analysis
Communication with RLDC integrated gateway on
Communication with DCS IEC101/104 protocol.
of Power plant.
Advanced control functions:
Automatic sequence control
2. Meinberg/Arbiter/equivalent make GPS receiver on SNTP protocol 1 set
including antenna and cable with following ports for time synchronization:
RJ45 - 2 nos.
RS232 port - 1 no.
3. FO Cables for connecting IEDs to Switches 1 set
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 75 of 175
with Relay and Protection Panels
Annexure-III
The detailed technical particulars of the auxiliary items and transducers mentioned
to be supplied and installed by the successful bidder are given hereunder:
The HMI (for Main and Hot Standby) Computer/ Server shall be rugged and
industrial heavy duty [for 24 hours continuous trouble free opertaions]
construction and have following and better specifications mentioned as follows:
The HMI View Node/DR/RCC Wokstation Computer/ Sever shall be rugged and
industrial heavy duty [for 24 hours continuous trouble free opertaions]
construction and have following and better specifications mentioned as follows:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 77 of 175
with Relay and Protection Panels
Other Preloaded: Antivirus s/w Registered standard latest Anti-virus
software
3. Industrial Gateway:
The Gateway for RCC and RTU (for SLDC communication) Computer/ Server
shall be industrial, rugged heavy duty [for 24 hours continuous trouble free
opertaions] construction and have following and better specifications mentioned
as follows:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 78 of 175
with Relay and Protection Panels
3.1 Industrial Gateway- RTU
4. Laptop:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 79 of 175
with Relay and Protection Panels
Integrated DVD- Writer 8X, 56Kbps V.90 Modem, 10/100/1000 Fast Ethernet,
2USB, IEEE Std, Ports, Built in Speakers, Weight: Approx 2.5 -3.0 Kg, Battery
Life: Approx. 4 hrs., Associated Accessories (Such as Carry bag, adapter etc. with
one external optical mouse & 1 GB USB Pen Drive).
5. Printers:
Color Printer, Print Speed: 16 ppm, Laser Technology, Print Resolution: 600X600
dpi, 125 Sheet input tray, Processor: 300 MHz or better, Printer Memory: 64 MB,
Interface: IEEE 1284-compliant bidirectional parallel LIO adapter, USB 1.1 port
and RJ-45 Fast Ethernet Port for Network Connectivity, System: Compatible to
proposed workstation operating system, Printer Software & Drivers on CD-Media,
Print Language: PCL6, PCL5c, PS3.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 80 of 175
with Relay and Protection Panels
Features LED indicator: Full duplex
6. Inverter:
DC:
DC Voltage: 220 V
Output Characteristics:
Waveform: Sinusoidal
Phase: Single
Voltage: 230 V ± 5 %
Frequency: 50 Hz ±3 Hz
Capacity: 1/3 kVA or higher as per the power requirement of quoted
items.
Transfer time: Bumpless
Alarm/ Indication: On Battery/ Over Load/ Battery Low
7. Computer Furniture:
8. Transducers:
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 81 of 175
with Relay and Protection Panels
8.1 OLTC Transducer: The existing tap position signals have a variable resistance
output. The contractor shall supply transducers, which shall take input as variable
resistance and shall give output to BCU for display/ logging. The transducers shall
have the following characteristics:
8.2 Pressure Transducer: These shall be used for monitoring of pneumatic pressure in
SF6 Circuit breakers installed in switchyard. A suitsble range (0-50 kg/Sq. cm,
110/220 V DC, Accuracy: 0.5 %) transducers having outputs (4-20 mA)
compatible with the input of offered BCU be quoted for this project.
8.3 Temperature Transducer: These shall be used for the measurement of winding
temperatures and oil temperatures in Power Transformers and ambient
temperature. A suitable range transducers having outputs compatible with the
input of offered BCU be quoted for this project.
8.4 DC Transducer: These shall be used for the measurement of substation DC Supply
voltage (48, 220V DC) and currents. A suitable range transducers having outputs
compatible with the input of offered BCU be quoted for this project.
9.1 The system is required to display the HMI Screens to the operator. The system
shall be complete with the Display Wall (3x2 cubes), Rear Projection Controller
System, Software and other required accessories etc. to meet the functional
requirement of displaying the SCADA/HMI Screens on Large Display.
9.2 It shall be made up of multiple rear projection modules stacked up in rows and
columns to achieve a display wall in linear or curved configuration.
9.3 The diagonal size of each visual display unit/rear projection module shall be 67"
or more with a native resolution of at least 1400 x 1050 pixels and shall offer in
excess of 16 million colors.
9.4 The visual display unit/rear projection modules shal have in-built dual lamp
system and shall have dual lamps to ensure redundancy at the lamp level.
9.5 The system shall be capable of automatic detection of lamp failure and automatic
lamp switching after lamp failure detection. However there should be no
mechanical motion during the lamp switchover as this may create alignment
issues or unwanted failures.
9.6 The lamp shall be hot swappable.
9.7 The brightness uniformity shall not be less than 95% & the contrast ratio shall be
minimum 1800:1
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 82 of 175
with Relay and Protection Panels
9.8 Each of the Rear projection modules shall have brightness settings capability to
adjust the brightness of individual projection module.
9.9 The screen shall be high contrast and wide viewing angle.
9.10 The input to projection module shall be Digital Visual Inteface-D (DVI-D) to have
a flicker free image on the large screen display wall.
9.11 Each lamp shall be Ultra High Pressure lamp with minimum luminance of 500
cd/sq m. or higher. The life of the lamp shall not be less than 6000 hours.
9.12 The Contractor shall be in an industrial 19" rack mounted casing based on Intel
Core Duo (or higher) processor having,
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 83 of 175
with Relay and Protection Panels
TECHNICAL SPECIFICATION OF RELAY AND
PROTECTION PANELS
(APPLICABLE FOR SUBSTATION WITH AUTOMATION SYSTEM)
1.0 SCOPE
1.1.1 The design, manufacture, testing at manufacturer’s works, supply, mounting and
complete wiring up of all the equipments as detailed in the equipment schedule of
Bay Protection and Control Units/ Panels and associated interface works with
substation Automation System, FOR destination supply thereof and testing and
commissioning at site.
1.1.2 Erection, Testing and Commissioning (ETC) at site of Protection System panels,
Bay Control units, Substation Automation System and associated co-ordination
works.
1.1.3 Preparation and furnishing of all the required drawings including schematic
wiring, internal wiring, external cable connection drawings and co-ordination with
existing scheme(s) where needed, alongwith PVC re-producible of all drawings.
1.1.4 Preparation and furnishing of co-ordinated control and protection cable schedule
for complete control, protection and SAS system.
2.0 STANDARDS
1. IS: 3231, IEC: 255 Part Electrical relays for power system protection
I to 3
2. IS: 1248, IS: 2419, BS: Indicating instruments
89
3. IS: 6236, BS:90 Recorders
4. IS: 722, IS: 6875, IEC: Energy meters, control switches (LV switching
337 devices for control and auxiliary circuits)
5. IS: 1885 Electro-Technical Vocabulary, Electrical Relays
(Part-I & II) & Electrical Power System Protection
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 84 of 175
with Relay and Protection Panels
6. IS: 2705, IEC: 185 Current Transformers
7. IS: 3156, IEC: 186 Voltage Transformers
8. IS: 375 Marking & Arrangements for Switchgear,
Busbar, Main connection and Auxiliary wiring
9. IS: 8686, IEC: 255 Part- Specification for static protective relays & tests
V &VI, IEC: 801-4
10. IS: 2147, IEC: 529 Degrees of Protection provided by enclosures for
LV switchgear and control gear
11. IEC:297 (Part 1-3) Dimensions of mechanical structures of the
482.6 mm (19") series.
12. IS: 5, BS: 142 Colours for ready mixed paints and channels
stability tests
13. IS: 1554 (Part-I) PVC insulated cables up to and including 1000
Volts.
14. IS: 3842 (Part-I to VIII) Application guide for Protective Relays
15. IS: 4483 Preferred Panel Controls and Dimensions
(Part-I & II)
16. IS: 9224 (Part-II) HRC Cartridge fuse links.
17. IS: 6005 Code of practice for phosphating iron and steel.
18. IS: 4237 General requirement of switchgear and control
gear for voltages not excluding 1.1 kV
19. IS: 5578 Guide for marking of insulated conductors
20. IS: 11353 Guide for uniform system of marking and
identification of conductor & apparatus terminals
21. IS: 13010 Energy Meters
22. CBIP Manual on Protection of Generators, Generator
Pub No. 274 Transformers and 220kV & 400kV network
23. CBIP Manual on Reliable fault clearance and Back up
Pub No. 296 protection of EHV & UHV Transmission
Networks
24. IEC: 60870 Communication Protocol
25. IEC: 61850 Substation Automation Standard Protocol
3.1 The Bidder’s scope of work shall include the design, engineering, supply delivery,
installation, testing and commissioning of the following :
The Substation Automation System (SAS) for the proposed substation including
Workstations, MIMIC display, Control Room furniture and all other equipment
required for the SMS for the proposed substation as defined in this specification.
Bay protection panels, bay control units (BCU) to be located in each bay cubicle,
associated cabling, interconnections and integration of these panels.
Laying and integration of Fiber optics cable between all BCUs and bay cubicles
and Substation Automation System at Control Room.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 85 of 175
with Relay and Protection Panels
3.2 Dedicated Bay Control Units and Bay Protection Units (BPU) shall be provided
for each bay for Control and Protection functionality on IEC-61850 standard for
400, 220 and 132 kV Bays. The offered protection and control unit will comply
with the logical node structure as per IEC-61850 and the trip and priority
messages viz. interlocking data shall be on GOOSE. Combined Bay Protection
and Control Unit shall not be acceptable for 400, 220 and 132 kV Bays. The
required Control functions in BCU and Protection functions in BPU shall be as
per the details given in this specification.
3.3 One Bay Control Unit shall provide complete functionality for one 400, 220 kV
and 132 kV Bay. Each set of BCU’s shall have sufficient digital inputs to acquire
the status of each and every circuit breakers, isolator, earth switch etc. covered in
that bay. Similarly the digital output shall be sufficient all the switchgears in one
bay.
4.1 Simplex panel shall consist of a vertical front panel with equipment mounted
thereon and having wiring access from rear for control panels and either front or
rear for relay panels. In case of panel having width more than 800mm, double
leaf-doors shall be provided. Doors shall have handles with either built-in locking
facility or will be provided with pad-lock.
4.2 The Control and Relay panels shall be of simplex type design having overall
dimensions as indicated. It is the responsibility of the Bidder to ensure that the
equipment specified and such unspecified complementary equipment required for
completeness of the protection/control schemes is properly accommodated in the
panels without congestion and if necessary, provide panels with larger dimensions.
No price increase at a later date on this account shall be allowed.
However, the width of panels that are being offered to be placed in GIS room,
should be in conformity with the space availability in the GIS room.
4.3 Panels shall be completely metal enclosed and shall be dust, moisture and vermin
proof. The enclosure shall provide a degree of protection not less than IP 31 in
accordance with IS-2147.
4.4 Panels shall be free standing, floor mounting type and shall comprise rigid,
structural frames completely enclosed with specially selected smooth finished,
cold rolled sheet steel of thickness not less than 3 mm for weight bearing members
of the panels such as base frame, front sheet and door frames, and 2.5mm for
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 86 of 175
with Relay and Protection Panels
sides, door, top and bottom portions. There shall be sufficient reinforcement to
provide level transportation and installation.
4.5 All doors, removable covers and panels shall be gasketed all around with synthetic
rubber gaskets, neoprene/EPDM generally conforming to provision of IS 11149.
However, XLPE gaskets can also be used for fixing protective toughened glass
doors. Ventilating louvers, if provided shall have screens and filters. The screens
shall be made of either brass or GI wire mesh.
4.6 Design, materials selection and workmanship shall be such as to result in neat
appearance, inside and outside with no welds, rivets or bolt head apparent from
outside, with all exterior surfaces tune and smooth.
4.7 Panels shall have base frame with smooth bearing surface, which shall be fixed on
the embedded foundation channels/insert plates. Metal sills in the form of metal
channels properly drilled shall be furnished by the Bidder along with anchor bolts
and all necessary hardware for mounting the panels. Intervening layers of anti
vibration strips made of shock absorbing materials shall be supplied by the bidder,
and shall be placed between panel and base frame.
4.8 All control cables shall be laid in a cable gallery or trench under the control room.
Cable entries to the panels shall be from the bottom. The bottom plates of the
panels shall be fitted with removable gland plates for fixing the cable glands,
the size of which shall suit the purchaser's external cables to the panels. Cable
gland plates shall be fitted without glands. Cable gland plate fitted in the bottom
of the panel shall be connected to the earthing of panel/station through a flexible
braided copper conductor rigidly. Necessary foundation drawings showing cables
entry positions and foundation belt locations shall be supplied by the Bidder.
All necessary arrangements shall be made inside the control panel to hold the
cables so that no load comes on terminals due to the weight of hanging cable.
Purchaser's external cable connections will be terminated on the terminal blocks to
be provided by the Bidder.
5.0 Mounting
5.1 All equipment on and in panels shall be mounted and completely wired to the
terminal blocks ready for external connections. The equipment on front of panel
shall be mounted flush. No equipment shall be mounted on the doors.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 87 of 175
with Relay and Protection Panels
5.2 Equipment shall be mounted such that removal and replacement can be
accomplished individually without interruption of service to adjacent devices and
are readily accessible without use of special tools. Terminal marking on the
equipment shall be clearly visible.
5.3 The Bidder shall carry out cut out, mounting and wiring of the free issue items
supplied by others which are to be mounted in his panel in accordance with the
corresponding equipment manufacturer's drawings. Cut outs if any, provided for
future mounting of equipment shall be properly blanked off with blanking plate.
5.4 The centre lines of switches, push buttons and indicating lamps shall be not less
than 750mm from the bottom of the panel. The centre lines of relays, meters and
recorders shall be not less than 450mm from the bottom of the panel
5.5 The centre lines of switches, push buttons and indicating lamps shall be matched
to give a neat and uniform appearance. Like wise the top lines of all meters, relays
and recorders etc. shall be matched.
5.7 All the equipment connections and cabling shall be designed and arranged to
minimise the risk of fire and damage which may be caused by fire.
6.1 Panels shall be supplied complete with interconnecting wiring provided between
all electrical devices mounted and wired in the panels and between the devices
and terminal blocks for the devices to be connected to equipment outside the
panels. When panels are arranged to be located adjacent to each other all inter
panel wiring and connections between the panels shall be furnished and the wiring
shall be carried out internally. These adjacent inter panel wiring shall be clearly
indicated in the drawing furnished by the Bidder.
6.2 All wiring shall be carried out with 1100V grade, single core, stranded copper
conductor wires with PVC insulation and shall be low smoke flame retardant
grade and vermin and rodent proof, which shall have oxygen index not less than
29 and temperature index not less than 250 deg. C. The minimum size of the
multi-stranded copper conductor used or internal wiring shall be as follows:
All circuits except current transformer circuits and voltage transfer circuits
meant for energy metering - one 1.5mm sq. per lead.
All current transformer circuits one 2.5 sq.mm lead.
Voltage transformer circuit (for energy meters): Two 2.5 mm sq. per lead.
6.3 All internal wiring shall be securely supported, neatly arranged, readily accessible
and connected to equipment terminals and terminal blocks. Wiring gutters and
troughs shall be used for this purpose.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 88 of 175
with Relay and Protection Panels
6.4 Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits,
annunciation circuits and other common services shall be provided near the top of
the panels running throughout the entire length of the panels. These buses shall
have a nominal cross section equivalent to a copper diameter of 6 mm and shall be
suitably insulated all along their run. D.C. buses shall be divided into two sections
to permit two independent supply points.
6.5 Wire termination shall be made with solder less crimping type and tinned copper
lugs, which firmly grip the conductor. Insulated sleeves shall be provided at all the
wire terminations. Engraved core identification plastic ferrules marked to
correspond with panel wiring diagram shall be fitted at both ends of each wire.
Ferrules shall fit tightly on the wire and shall not fall off when the wire is
disconnected from terminal blocks.
All wires directly connected to trip circuit breaker or device shall be distinguished
by the addition of red coloured unlettered ferrule. Numbers 6 and 9 shall not be
included for ferrule purposes. The wire numbers shown in the wiring diagram
shall be as per IS 305.
6.6 Longitudinal troughs extending throughout the full length of the panel shall be
preferred for inter panel wiring. Inter-connections to adjacent panel shall be
brought out to a separate set of terminal blocks located near the slots of holes
meant for taking the inter-connecting wires. Arrangements shall permit easy
inter-connections to adjacent panels at site and wires for this purposes provided by
Bidder shall be looped and bunched properly inside the panel.
6.7 Bidder shall be solely responsible for the completeness and correctness of the
internal wiring and for the proper functioning of the connected equipments.
7.2 Terminal blocks for current transformer and voltage transformer secondary leads
shall be provided with test links and isolating facilities. Also current transformer
secondary leads shall be provided with short circuiting and earthing facilities.
7.3 At least 20% spare terminals shall be provided on each panel and these spare
terminals shall be uniformly distributed on all terminal blocks.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 89 of 175
with Relay and Protection Panels
7.4 Unless otherwise specified, terminal blocks shall be suitable for connecting the
following conductors of external cable on each side
i) All circuits expect CT and PT circuits: minimum of two of 2.5 sq.mm copper.
ii) AC/DC Power Supply Circuits : One of 6 sq.mm aluminium.
iii) All other circuits: minimum of one of 2.5 sq.mm copper.
7.5 There shall be a minimum clearance of 250mm between the first row of terminal
blocks and the associated cable gland plate or panel side wall. Also the clearance
between two rows of terminal blocks edges shall be minimum of 150mm.
7.6 Arrangement of the terminal block assemblies and the wiring channel within the
enclosure shall be such that a row of terminal blocks is run in parallel and close
proximity along each side of the wiring-duct to provide for convenient attachment
of internal panel wiring. The side of the terminal block opposite the wiring duct
shall be reserved for the Purchaser's external cable connections if any. All adjacent
terminal blocks shall also share this field wiring corridor. A steel strip shall be
connected between adjacent terminal block rows at 450 mm intervals for support
of incoming cables. All wiring shall be provided with adequate support inside the
panels to hold them firmly and to enable free and flexible termination without
causing strain on terminals.
7.7 The number and sizes of the Purchaser's multi core incoming external cables if
any, will be furnished to the Bidder after placement of the order. All necessary
cable terminating accessories such as gland plates, packing glands, crimp type
tinned copper lugs, supporting clamps and brackets, wiring troughs and gutters
etc. shall be included in the Bidder's scope of supply.
8.0 Painting
8.1 All sheet steel work shall be phosphated in accordance with the IS: 6005 "Code of
practice for phosphating iron and steel".
8.2 Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning.
8.3 Rust and scale shall be removed by pickling with dilute acid followed by washing
with running water rinsing with a slightly alkaline hot water and drying.
8.4 After phosphating, thorough rinsing shall be carried out with clean water followed
by final rinsing with dilute dichromate solution and oven drying.
8.5 The phosphate coating shall be sealed with application of two coats of ready
mixed, stoved type zinc chromate primer. The first coat may be "flash dried" while
the second coat shall be stoved.
8.6 After application of the primer, two coats of finishing synthetic enamel paint shall
be applied, each coat followed by stoving. The second finishing coat shall be
applied after inspection of first coat of painting. The exterior colour of paint shall
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 90 of 175
with Relay and Protection Panels
be of a slightly different shade to enable inspection of the painting. The panel shall
have colour conforming to shade 631 of IS-5 for outside. The inside of the panel
shall be glossy white colour. The paint thickness shall not be less than fifty (50)
microns.
8.7 A small quantity of finished paint shall be supplied for minor touching up required
at site after installation of the panels.
8.8 In case the bidder proposes to follow any other established painting procedure like
electrostatic painting, the procedure shall be submitted for UPPTCL’s review and
approval.
8.9.1 Coloured mimic diagram and symbols showing the exact representation of the
system shall be provided in the front of control panels.
8.9.3 Mimic bus colour will be decided by the UPPTCL and shall be furnished to the
successful Bidder during Engineering.
8.9.4 When semaphore indicators are used for equipment position, they shall be so
mounted in the mimic that the equipment in close position shall complete the
continuity of mimic.
8.9.5 Indicating lamp, one for each phase, for each bus shall be provided on the mimic
to indicate bus charged condition
9.1 All equipment mounted on front and rear side as well as equipment mounted
inside the panels shall be provided with individual name plates with equipment
designation engraved. Also on the top of each panel on front as well as rear side,
large and bold nameplates shall be provided for circuit/feeder designation. These
circuit labels shall be larger than the other name plates.
9.2 All front mounted equipment shall also be provided at the rear with individual
name plates engraved with tag numbers corresponding to the one shown in the
panel internal wiring to facilitate easy tracing of the wiring. The name plates shall
be mounted directly by the side of the respective equipment and shall not be
hidden by the equipment wiring.
9.3 Each instrument and meter shall be prominently marked with the quantity
measured e.g. kV, A, MW etc. All relays and other devices shall be clearly marked
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 91 of 175
with Relay and Protection Panels
with manufacturer's name, manufacturer's type, serial number and electrical rating
data.
9.4 Name Plates shall be made of non-rusting metal or 3 ply lamicoid. Name plates
shall be black with white engraving lettering.
9.5 Each switch shall bear clear inscription identifying its function e.g. 'BREAKER'
'52A', "SYNCHRONISING" etc. Similar inscription shall also be provided on
each device whose function is not other-wise identified. If any switch device does
not bear this inscription separate name plate giving its function shall be provided
for it. Switch shall also have clear inscription for each position indication e.g.
"Trip-Neutral-Close", "ON-OFF", "R-Y-B-OFF" etc.
9.6 All the panels shall be provided with name plate mounted inside the panel bearing
LOA No & Date, Name of the Substation and feeder and reference drawing
number.
10.1 Plug Point: 240V, single phase 50Hz, AC socket with switch suitable to accept 5
Amps and 15 Amps pin round standard Indian plug, shall be provided in the
interior of each cubicle with ON-OFF switch.
10.2 Interior Lighting: Each panel shall be provided with a fluorescent lighting
fixture rated for 240 Volts, single phase, 50 Hz AC supply for the interior
illumination of the panel during maintenance. The fittings shall be complete with
switch-fuse unit and switching of the lighting shall be controlled by the respective
panel door switch.
10.3 Switches and Fuses: Each panel shall be provided with necessary arrangements
for receiving, distributing and isolating of DC and AC supplies for various
control, signaling, lighting and space heater circuits. The incoming and sub-
circuits shall be separately provided with miniature circuit breakers (MCB).
Selection of the main and sub-circuit MCB rating shall be such as to ensure
selective clearance of sub-circuit faults. MCBs shall confirm to IS: 13947. Each
MCB shall be provided with one potential free contact and the same shall be wired
for annunciation purpose. However voltage transformer circuits for relaying and
metering shall be protected by fuses. All fuses shall be HRC cartridge type
conforming to IS: 13703 mounted on plug-in type fuse bases. Fuse carrier base as
well as MCBs shall have imprints of the fuse 'rating' and 'voltage'.
10.4 Space Heater: Tubular space heaters of adequate capacity and suitable for
connection to single phase, 240V, 50Hz AC supply shall be provided inside each
panel to prevent condensation of moisture on the wiring and panel mounted
equipment when the panel is not in operation. These shall not be mounted close to
the wiring or any panel mounted equipment. Heaters shall be complete with
isolating switches, HRC fuse on phase and link on the neutral of the heater supply
and its switching shall be controlled by a thermostat.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 92 of 175
with Relay and Protection Panels
10.5 Other Accessories: Test link, special terminal boards and other accessories
normally required for testing operation and maintenance of all relays and meters
shall be furnished by the Bidder.
11.0 Earthing
11.1 All panels shall be equipped with an earth bus securely fixed. Location of earth
bus shall ensure no radiation interference for earth systems under various
switching conditions of isolators and breakers. The material and the sizes of the
bus bar shall be at least 25 x 6 sq. mm copper with threaded holes at a gap of
50mm with a provision of bolts and nuts for connection with cable armours and
mounted equipment etc. for effective earthing. When several panels are mounted
adjoining each other, the earth bus shall be made continuous and necessary
connectors and clamps for this purpose shall be included in the scope of supply of
Bidder. Provision shall be made for extending the earth bus bars to future
adjoining panels on either side.
11.2 Provision shall be made on each bus bar of the end panels for connecting
substation earthing grid. Necessary terminal clamps and connectors for this
purpose shall be included in the scope of supply of Bidder. The size of
Purchaser's earthing grid connections will be furnished later to the Bidder. The
earth wire or screens should be clearly bonded and earthed at the gland plate. The
earthing scheme shall be got approved.
11.3 All metallic cases of relays, instruments and other panel mounted equipment
including gland plate, shall be connected to the earth bus preferably by
independent copper wires of size not less than 2.5 sq. mm. The colour code of
earthing wires shall be green. Earthing wire shall be connected on terminals with
suitable clamp connectors and soldering shall not be permitted.
11.4 Looping of earth connections which would result in loss of earth connection to
other devices when the loop is broken, shall not be permitted. However, looping
of earth connections between equipment to provide alternative paths to earth bus
shall be provided. Earthing may be done in such a manner that no circulating
current shall flow in the panel.
11.5 VT and CT secondary neutral or common lead shall be earthed at one place only
at the terminal blocks where they enter the panel. Such earthing shall be made
through links so that earthing may be removed from one group without disturbing
continuity of earthing system for other groups.
11.6 An electrostatic discharge point shall be provided in each panel connected to earth
bus via 1 Mega Ohm resistor.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 93 of 175
with Relay and Protection Panels
12.1 The bay control IED based on microprocessor technology, shall use numerical
techniques for the calculation and evaluation of externally input analogue signals.
They shall incorporate select-before-operate control principles as safety measures
for operation via the HMI. They shall perform all bay related functions such as
protection commands, bay interlocking, data acquisition, data storage, event and
disturbance recording and shall provide inputs and status indication and outputs
for commands. They shall be directly connected to the switchgear without any
need for separate interposing equipment or transducers.
12.2 The numerical bay control IED shall be provided with a configurable (current or
voltage) analogue input channels and adequate number of binary input and output
channels which are galvanically isolated from the SA system. HV switchgear and
instrument transformers shall be directly connected to the bay level IED without
any interposing equipment (except test switches/plugs required for testing
purposes).
12.3 The devices shall meet the requirements for withstanding electromagnetic
interference according to relevant parts of IEC 60255 to conform to the high
requirements for operation on the secondary system of HV switchgear.
12.4 The 400, 220 & 132 kV bay control & protection IED shall have the following
features:
Sequence of Event recorder with a buffer for minimum 200 events and a
resolution of 1 m sec. The events that are to be recorded should be freely
programmable. These could be alarm/ trip signals, external signals
connected to opto-coupler inputs, etc. Once events are defined they are
recorded in chronological order as they occur.
Comprehensive self-supervision.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 94 of 175
with Relay and Protection Panels
Battery-free memory back-up of Events and Disturbance records
Logic functions (AND, OR, bi-stable flip flop etc.)
Delay Integrator function.
12.5 The numerical bay control IEDs shall be mounted in cubicles of Protection
Class IP54 or better. Back-up control mimics and associated switchgear with
two years proven field experience for HV applications. Emergency control
facility also to be provided to handle the bay controller fail situations. The
distributed back-up control mimic shall be installed alongwith the bay
controller IED which can be used in case of maintenance or emergency or if
bay control IED fails. Local bay control via the back-up control mimic on the
control and protection cubicles shall incorporate the same user safety measures
e.g. bay interlocking, synchro-check, user guidance etc. as the station HMI
local bay emergency control shall be key-locked and the control either from
station HMI or from remote shall be disabled if the local/ remote selector
switch is in the local position.
12.6 The bay IED shall have atleast two communication ports viz. Front Ethernet
RJ45/RS-232 port for local communication for relay settings, modifications,
extraction and analysis of fault/event/disturbance records from a laptop and a
Rear fibre optic port on IEC 61850 standard for remote communication to
SCADA system.
12.7 The electronic system has to be provided with functions for self-supervision
and testing. Each circuit board shall contain circuits for automatic testing of its
own function.
12.8 Faults in the bay control IED shall be indicated on a front HMI and a message
shall be sent to the station level HMI. The time for the fault tracing and the
replacement of a faulty unit shall be reduced to a minimum. The supervision
shall also cover the power supply system, the internal system bus and the
ability of the central processing module to communicate with different printed
circuit boards.
12.9 Failure of any single component within the equipment shall neither cause
unwanted operation nor lead to a complete system breakdown. The n-1 criteria
must be maintained in worst case scenario also. Further, a single failure must
not have any affect on the primary system, which is monitored and controlled.
12.10 All IEDs shall have two years of successful proven field experience in HV
application and MTBF for the offered unit shall be provided.
13.1 Each Bay Protection Unit shall comprise one or more numerical relays to meet
the protection requirement specified for each type of feeder.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 95 of 175
with Relay and Protection Panels
13.2 Bay Protection Units for 400, 220 & 132 kV Switchyard Bays shall interact
with BCUs over 400, 220 & 132 kV inter bay Network Bus to share
information related to Bay Level Interlocking, fault data, alarms/events etc.
However, the trip commands from Bay Protection Units shall be hard-wired
directly to appropriate switchyard equipment. Also, critical interlocking data
between Bay Protection Units and Bay Control Units, including the substation
level interlocks such as bus earth switch etc. shall also be hard-wired to ensure
complete bay level functionality even in case of failure of substation LAN. The
interlocking information to be hard-wired between Bay Protection Units and
Bay Control Units shall be decided by Purchaser during detailed engineering
stage.
13.3 The Bay Protection Units shall be arranged to provided two independent, high
performance and reliable systems with separate DC supplies, separate CT/VT
cores, separate cables and trip relays to obtain 100% redundancy. Associated
trip relays of the two systems shall be separate, having a sufficient number of
contacts for all the functions. The DC Changeover scheme shall be realized
externally via the auxiliary AC/DC Relays.
13.4 The offered relays shall be completely numerical with Protection elements
realized using software algorithm. Hardware based/Analog measurement shall
not be acceptable.
13.5 The relay should have high immunity to electrical and electromagnetic
interference. It should be compatible with all the IS/IEC standards as listed
above.
13.6 The offered relay shall have a comprehensive local MMI for interface. It shall
have the following minimum elements so that the features of the relay can be
accessed and setting changes can be done locally.
13.8 The relays shall have the following tools for fault diagnostics.
Fault record—The relay shall have the facility to store fault records with
information on cause of trip, data, time, trip values of electrical
parameters.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 96 of 175
with Relay and Protection Panels
Event record—The relay shall have the facility to store time stamped
event records with 1ms resolution.
Disturbance records—At least 5 secs of disturbance records shall be
provided in the offered Numerical relays. Each record shall store data from
analogue channels and digital channels. The data from DR function shall
be available in IEEE/ COMTRADE format and shall be compatible with
the relay tests kit being supplied under this contact.
13.9 It shall be possible to store this information in the event of an auxiliary supply
failure with the help of a battery back up.
13.11 It shall be possible to change the relay setting from the front panel using the
keypads.
13.12 The relay shall have comprehensive self-diagnostic feature. This feature shall
continuously monitor the healthiness of all the hardware and software elements
of the relay. Any failure detected shall be annunciated through a output
watchdog contact. The fault diagnosis information shall be displayed on the
LCD and also through the communication port.
13.13 The Numerical Relays shall be provided with 1 set of common support
Windows based software which will allow easy setting of relays in addition to
uploading of event, fault, disturbance records, measurements. The relay
settings shall also be changed from local or remote using the same software.
The details of auxilary relays, schemes, functions, etc. have been described
below. It shall be the bidders responsibility to use the same for the completion
of schemes. Few of the functionalities such as measuring/ indicating meters,
semaphores, voltage & frequency recording instrumrnts, disturbance recording,
event logging, synchronization, annuciation, trip circuit supervision, DC supply
supervision, switches etc. are normally part of the Bay Control/ Bay Protection
Units. The bidder is required to design the scheme/ system so as to meet the
functional requirments and reliable operations. The integrated functionalities
are acceptable subject to few exceptions such as master trip relays, auxiliary
relays LBB, DC supervision, revenue meters, timers, emergency controls etc.
are required to be provided/ installed external to BCU/ BPU.
Therefore, the C&R Panels shall be designed by the bidder for optimized
configuration and if designated functionalites are to be achieved using external
devices/ equipments the same shall be deemed to be included in the cost of
C&R Panels mentioned in the price scedules. It will be the bidders
responsibility to ensure the completeness of the shceme.
ii) The dial shall be free from warping, fading and discoloring. The dial shall
also be free from parallax error.
iii) Instruments shall conform to IS: 1248 and shall have accuracy class of 1.0
or better. The design of the scaled shall be such that it can read to a
resolution corresponding to 50% of the accuracy class index.
iv) Instrument covers shall be of shadow proof design, utilizing all available
light. The indicating instruments shall have red marks on the dial
corresponding to rated values of the associated primary equipment.
v) Ammeters and current coils of WATT meters and VAR meters shall
continuously withstand 120% of rated current and 10 times the rated
current for 0.5 sec. without loss of accuracy. Volmeters and potential coils
of WATT meters and VAR meters shall withstand 120% of rated voltage
for 0.5 seconds without loss of accuracy.
c) Metering Instruments
1. Ammeters
All ammeters shall be of digital type and provided with direct reading triple
range scale. Scale value of ammeters shall be equal to 1 to 1.3 times the rated
primary current of the current transformer feeding it. The rated current shall be
1.0 Amp. Accurate reading of ammeter shall be possible at the lowest limit of
5% of the rated current.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 98 of 175
with Relay and Protection Panels
2. Voltmeter
Voltmeter shall be digital type. Rated voltage shall be 110/√3 Volts. Maximum
value of voltage scale shall be 20% in excess of the normal voltage.
These meters shall be suitable for indicating flow of power in both directions
and shall be of 2 elements type for use in 3 phase 3 wire unbalanced system or
3 element type for 3 phase 4 wire unbalanced system. Current coil shall be
rated or 1 A and the voltage coil for 110/√3 volts.
4. Energy Meters
Energy meters shall be static type conforming to IEC: 60687-2000 with latest
amendments and suitable for inter utility EHV bi-directional power flow and
for CT/VT connection. The static meter shall carryout measurement of active
energy (both import and export) and reactive energy (both import and export)
by 3-phase four wire principle suitable for balanced/unbalanced 3-phase load.
The accuracy of energy measurement shall be 0.2 for active energy and 1 for
reactive energy. The active and reactive energy shall be directly computed in
CT & VT primary ratings and stored in four different registers of the memory
of the meter as MWH(E), MHH(I), MVARH(E) and MVARH(I) along with a
plus sign for export and minus sign for import. Meters shall compute the
energy sentout/received from/to the station bus bar during each successive 15
minute block and store in the respective registers. Meter shall display on
demand the energy sentout/received during the previous 15 minute block.
Further the meter shall continuously integrate the energy readings of each
register upto that time. All these readings shall be displayed on demand.
Cumulative reading of each register shall be stored in non-volatile memory at
the end of each hour of the day starting from 0100 hrs. These readings shall be
stored for a period of 40 days before being erased. The static meter shall have a
built-in clock and calendar having an accuracy of atleast 1 minute per month or
better. Date/time shall be displayed on demand. The clock shall be
synchronised by GPS time synchronising equipment being provided or other
time signals.
Each meter shall have a unique identification code provided by purchaser and
shall be marked permanently on the front and also on the non-volatile memory.
The voltage monitoring of all the three voltages shall be provided. The meter
shall normally operate with power drawn from VT supplies. The power supply
to the meter shall be healthy even with a single phase VT supply. An automatic
backup shall be provided by a built-in life time battery and shall not need
replacement for atleast ten years with a continuous VT interruption of atleast
two years. Date and time of VT interruption and restoration shall be
automatically stored in non-volatile memory. The static meter shall have an
optical port at the front of the meter for data collection by a hand held device.
The necessary software shall be provided to accept the data from DCD and
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 99 of 175
with Relay and Protection Panels
store in memory and on a floppy diskette and also to print the same. The meter
shall have means to communicate with sub-station monitoring system. The
meter shall have means to test MWH accuracy and for connecting it to time-of-
day tariff equipment. Pulse rate shall be 100 pulses per MWH and 100 pulses
per MVARH from to separate devices.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 100 of 175
with Relay and Protection Panels
removal of chart paper shall be simple. Chart rolls and ink required for two
years shall be supplied.
6) Multifunction Meter
Current :
Range : 1 A or 5 A
Continuous : 1A CT: 3A
5A CT: 12A
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 101 of 175
with Relay and Protection Panels
vi) Power Supply :AC/DC 110-230V.
d) Disturbance Recorder
A. For line
B. For Transformer
iv) Acquisition units shall acquire the fault data for the fault and post fault
period and transfer them to Evaluation unit automatically to store in the
hard disk. The acquisition units shall be located in the protection panels
of the respective feeders.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 102 of 175
with Relay and Protection Panels
vi) The equipment shall be carefully screened, shielded, earthed and
protected as may be required for its safe functioning. Also, the
disturbance recorder shall have stable software, reliable hardware,
simplicity of maintenance and immunity from the effects of the hostile
environment of EHV switchyard which are prone to various
interference signals typically from large switching transients.
viii) Necessary software for tranferring the data automatically from local
evaluation unit to a remote station and receiving the same at the remote
station through Purchaser’s optical fiber shall be provided.
ix) Evaluation software shall be provided for the analysis and evaluation of
the recorded data made available in the PC under WINDOWS
environment. The software features shall include repositioning of
analog and digital signals selection and amplification of time and
amplitude scales of each analog and digital channel, calculation of
MAX/MIN frequency, phase difference values, recording of MAX/MIN
values etc. of analog channel, group of signal to be drawn on the same
axis etc. listing and numbering of all analog and digital channels and
current, voltage, frequency and phase difference values at the time of
fault/tripping. Also, the software should be capable of carrying out
Fourier/Harmonic analysis of the current and voltage wave forms. The
Disturbance recorder shall have a facility to Transfer the Analog values
during pre fault, during fault and post fault and time taken for each
digital values activated after fault occurred. It shall have a facility to
calculate the fault locator and Transfer the data. The disturbance records
shall also be available in COMTRADE format (IEEE standard–
Common Format for Transient data Exchange for Power System).
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 103 of 175
with Relay and Protection Panels
1) Facility shall exist to alarm operator in case of any internal faults in the
acquisition units such as power supply fail, processor/memory fail etc.
and same shall be wired to annunciation system.
3) Scan rate shall be 1000 Hz/channel or better and data shall not be lost
on failure auxiliary power supply.
4) Pre-fault time shall not be less than 100 milliseconds and the post fault
time shall not be less than 2 seconds (adjustable). If another system
disturbance occurs during one post–fault run time, the recorder shall
also be able to record the same. However the total memory of
acquisition unit shall not be less than 5.0 seconds.
5) The open delta voltage and neutral current shall be derived either
through software or externally by providing necessary auxiliary
transformers.
In Case of Line
1. HV MAIN CB OPEN
2. HV TIE TIE CB OPEN
3. MAIN1 RELAY OPERATED
4. MAIN2 RELAY OPERATED
5. BUSBAR RELAY OPERATED
6. MAIN CB A/R OPERATED
7. TIE CB A/R OPERATED
8. PSB OPERATED
9. SOTF OPERATED
10. O/V STG-1 OPERATED
11. O/V STG-2 OPERATED
12. STUB-1/2 OPERATED
13. HZ / LZ TEED-1/2 OPERATED
14. MAIN CB LBB OPERATED
15. TIE CB LBB OPERATED
16. DIRECT TRIP CH-1/2 RECEIVED TRIP
17. M1 CARRIER RECEIVE
18. M2 CARRIER RECEIVE
19. GR-A/B RELAY OPERATED
20. DEF/TEF RLY OPERATED
21. DF/DT RELAY OPERATED
In Case of Transformer
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 104 of 175
with Relay and Protection Panels
1. HV MAIN CB OPEN
2. HV TIE TIE CB OPEN
3. LV CB OPEN
4. HZ DIFF RLY OPERATED
5. LZ DIFF RLY OPERATED
6. REF OPERATED
7. HV 67 ABCN OPERATED
8. LV 67 ABCN OPERATED
9. O/L RLY OPERATED
10. NDR RLY OPERATED
11. HV GR-A/B RELAY OPTD
12. LV GR-A/B RELAY OPTD
13. OIL TEMP HIGH TRIP
14. WNDG TEMP HV/IV/LV TRIP
15. BUCHHOLZ MAIN/OLTC TRIP
16. PRD 1/ 2 TRIP
17. AT/F NEUTRAL CURRENT TRIP
xiii) The printer shall be compatible with the desktop PC and shall use Plain
paper. The printout shall contain the Feeder identity, Date and time (in
hour, minute and second up to 100th of a second), identity of trigger
source and Graphic form of analog and digital signals of all the
channels. Ten packets of Z-fold paper (500 Sheets in each packet)
suitable for printer shall be supplied.
xiv) Each disturbance recorder shall have its own time generator. The clock
of the time generator shall be such that the drift is limited to +/- 0.5
seconds / day, if allowed to run with out synchronization.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 105 of 175
with Relay and Protection Panels
xvi) If time synchronization equipment is not available/faulty, time generator
of any one of the disturbance recorders can be taken as master and time
generators of other disturbance recorders and event loggers in that
station shall be synchronized to follow the master.
e) Fault Locator
f) Event Logging
1. The event logging function shall be part of BCU/BPU and will be used to
record open and close states of switchyard equipment, relays and changes
of alarms.
3. The printout of the events shall contain at least the station identification,
date & time (in hour, minutes, seconds & milliseconds). Event number and
event description (at least 40 characters).
14.2 Relays
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 106 of 175
with Relay and Protection Panels
14.2.1 All relays shall conform to the requirements of IS: 3231/IEC-60255/IEC 61000
or other applicable standards. Relays shall be suitable for flush or semi-flush
mounting on the front with connections from the rear.
14.2.2 All main protective relays shall be of numerical type and communication
protocol shall be as per IEC 61850. Further, the test levels of EMI as indicated
in IEC 61850 shall be applicable to these. All the relays shall be directly
connected to the interbay bus using fiber optic cables and shall support peer to
peer communication. The relay shall generate GOOSE messages as per IEC
61850 standards for interlocking and shall also ensure interoperability with 3rd
Party relays. Each relay shall also generate an ICD file in XML format for
engineering / integration to a vendor independent SCADA System. The relays
should have a port for local communication for relay settings, modifications
etc.
14.2.3 All protective relays shall be in draw out or plug-in type/modular cases with
proper testing facilities. Necessary test plugs/test handles shall be supplied
loose and shall be included in bidder's scope of supply. Test block and switches
shall be located immediately below each relay for testing. As an alternative to
test block and test plug arrangements the Bidder shall also quote alternative
testing facility of protective relays by providing push button which when
pressed connects the testing equipment to the relay coils and injects current in
the coil and automatically disconnects the trip circuits and on operation of
relay gives a signal that the equipment and the circuits are healthy. The above
tests shall be carried out without short circuiting the CT secondary connections.
The Purchaser reserves the right for accepting any one of the above two testing
facilities. Unless otherwise specified all auxiliary relays and timers shall be
supplied in non-draw out cases/plug in type modular cases.
14.2.5 The protective relays shall be suitable for efficient and reliable operation of the
protection scheme described in the specification. Necessary auxiliary relays
and timers required for interlocking schemes for multiplying of contacts suiting
contact duties of protective relays and monitoring of control supplies and
circuits, lockout relay monitoring circuits etc. also required for the complete
protection schemes described in the specification shall be provided. All
protective relays shall be provided with at least two pairs of potential free
isolated output contacts. Auxiliary relays and timers shall have pairs of contacts
as required to complete the scheme; contacts shall be silver faced with spring
action. Relay case shall have adequate number of terminals for making
potential free external connections to the relay coils and contacts, including
spare contacts. Relay case size shall be so chosen as not to introduce any
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 107 of 175
with Relay and Protection Panels
limitations on the use of available contacts on the relay due to in-adequacy of
terminals. Paralleling of contacts, if any shall be done at the terminals on the
casing of the relay.
14.2.6 All protective relays, auxiliary relays and timers except the lock out relays and
interlocking relays specified shall be provided with self-reset type contacts. All
protective relays and timers shall be provided with externally hand reset
positive action operation indicators, provided with inscription, subject to
Purchaser's approval. All protective relays which do not have built-in hand-
reset operation indicators shall have additional auxiliary relays with operating
indicators (Flag relays) for this purpose. Similarly, separate operating indicator
(auxiliary relays) shall also be provided in the trip circuits of protections
located outside the board such as Buchholz relays, oil and winding temperature
protection, fire protection etc.
14.2.7 Timers shall be of solid state type. Pneumatic timers are not acceptable. Short
time delays in terms of milli seconds may be obtained by using copper slugs on
auxiliary relays. In such case it shall be ensured that the continuous rating of
the relay is not affected. Time delay in terms of milliseconds obtained by the
external capacitor resistor combination is not acceptable.
14.2.8 No control relay which shall trip the power circuit breaker when the relay is de-
energised shall be employed in the circuits.
14.2.9 Provision shall be made for easy isolation of trip circuits of each relay for the
purpose of testing and maintenance.
14.2.10 All relays shall withstand a test voltage of 2.5 KV, 50 Hz, rms voltage for one
second. In case of static relays the Clause 14.2.13 shall be applicable.
(a) The operating time of the series seal-in-unit shall be sufficiently shorter
than that of the trip coil or trip relay in series with which it operates to
ensure definite operation of the flag indicator of the relay.
(b) Seal-in-unit shall obtain adequate current for operation when one or more
relays operate simultaneously.
(c) Impedance of the seal-in-unit shall be small enough to permit satisfactory
operation of the trip coil on trip relays when the D.C. Supply Voltage is
minimum.
(d) Trip-circuit seal-in is required for all trip outputs, irrespective of the
magnitude of the interrupted current. The trip-circuit seal-in logic shall not
only seal-in the trip output(s), but also the relevant initiation signals to
other scheme functions, (e.g. initiate signals to the circuit-breaker failure
function, reclosing function etc.), and the alarm output signals.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 108 of 175
with Relay and Protection Panels
(e) Two methods of seal-in are required, one based on the measurement of AC
current, catering for those circumstances for which the interrupted current
is above a set threshold, and one based on a fixed time duration, catering
for those circumstances for which the interrupted current is small (below
the set threshold).
(f) For the current seal-in method, the seal-in shall be maintained until the
circuit breaker opens, at which time the seal-in shall reset and the seal-in
method shall not now revert to the fixed time duration method. For this
seal-in method, the sealing shall be maintained for the set time duration.
For the line protection schemes, this time duration shall be independently
settable for single- and three-pole tripping.
(g) Seal-in by way of current or by way of the fixed duration timer shall occur
irrespective of whether the trip command originates from within the main
protection device itself (from any of the internal protection functions), or
from an external device with its trip output routed through the main
protection device for tripping. Trip-circuit seal-in shall not take place
under sub-harmonic conditions (e.g. reactor ring down).
14.2.12 All protective relays and alarm relays shall be provided with one extra isolated
pair of contacts wired to terminals exclusively for future use.
14.2.13 Wherever solid state relays are used the following requirements shall be
met with:
a) The printed circuit cards shall be of fibreglass type and the contact shall be
gold plated. All connections with the connector pegs shall be through wire
wrapping. All solder joints on the printed circuit boards shall be
encapsulated or covered with varnish.
b) The components shall be adequately rated to carry at least twice the
normal expected loads. The resistors shall be of carbon composition or
metal oxide type and the capacitors shall be plastic film or tantalum type.
Stringent measures including shielding of long internal wiring should be
taken to make relays immune to voltage spikes. The relays must withstand
the requirements of IEC 255-4 appendix-E Class III regarding HF
disturbance tests, IEC 255-4 regarding impulse test at 5KV and fast
transient test as per IEC 801-4. Insulation barriers shall be provided to
ensure that transients present, in CT & VT connections due to extraneous
sources do not cause damage to static circuits.
c) All relays shall be designed for satisfactory performance under tropical
and humid conditions specified under Section-II (GTR). Special mention
shall be made in the technical deviations schedule of the bid for those
relays, if any, that Bidder proposes to use which differ from specified
requirements.
d) All devices required for correct operation of each relay shall be provided
by Bidder without any extra cost.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 109 of 175
with Relay and Protection Panels
e) The Bidder shall ensure that the terminals of the contacts of the relays are
readily brought out for connections as required in the final approved
scheme. The type of relay case size offered shall not create any restrictions
on the availability of the contact terminals for wiring connections. All
relay contacts used for remote annunciation shall be making type i.e.
contacts should close to initiate annunciations.
f) DC/DC converter shall be provided in the solid state protective relay
wherever necessary in order to provide a stable auxiliary supply for relay
operation. Provision of DC cells in the protective relays as reliable
standby power supply will however not be acceptable.
g) The relays shall be stable and suitably protected against transient/induced
over voltages and noise signals. The Bidder shall state clearly in his bid,
special requirements, if any, for DC input arrangement or cabling
considered necessary for satisfactory operation of relays offered.
h) All equipment shall be of modular construction and the modules and sub
units shall be of plug in type for easy replacement. Equipment shall use
solid state components and integrated circuits of latest design/techniques.
The design shall permit rapid and positive recognition of defects and
facilitate easy repair. Appropriate indications shall be available to enable
speedy internal fault location. All components shall be readily accessible
for easy disassembly and replacement.
i) All components shall be clearly and unambiguously marked and complete
wiring shall be column coded and tagged wires only in flat ribbon cable
will be exempt from tagging.
j) Readily accessible and clearly marked test prints shall be provided at all
important points in the circuit.
k) Screw clamp terminals shall be provided for interconnection with relaying
equipment. It shall be possible to test the protection channels with the
equipment fully operational without rendering the equipment ineffective
for genuine signals. Safety equipment such as protection cover and
interlocks shall be provided. Ground terminals with isolating links shall be
provided where required.
i) All Relays are Numerical relays, unless other wise wherever specified that
alternatively solid state relays accepted. Numerical relays are acceptable as
an alternative to solid state relays.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 110 of 175
with Relay and Protection Panels
Shall have suitable communication facility for connectivity to SAS and
shall be capable of supporting IEC-61850 protocol without any protocol
converter. KEMA certificate confirming interoperability, GOOSE
messaging as per IEC 61850 standard shall be submitted along with the
Bid.
Shall have one no. front RJ45 or USB port for Local Relay
Parameterization and one no. rear FO port for connectivity to SAS over
IEC 61850 protocol.
Should have minimum 15 configurable LEDs.
Should have minimum 16 Binary Inputs and 24 Binary Outputs. I/Os
shall be configurable.
Shall have front minimum 4 lines LCD display with Alpha numeric key
pad.
ii) Numerical relays are provided with built in Event / Disturbance / Fault
Recorder features.
iii) The bidder shall bring out in the bid that the Numerical relays providing
different protection features / application in a single unit if any one of the
application / feature goes out of service the other feature / application (s)
will remain un-effected.
iv) The necessary interface software for programming, interacting with the
relays shall be provided free of cost. Necessary software and hardware to
up/down load the data to / from the relay from to the computer installed in
the substation shall be provided.
vi) The Bidder shall include in the bid a list of installations where the
relays quoted have been in satisfactory operation.
c)
The anunciator facia shall be provided with translucent plastic window for
alarm point with minimum size of 35 mm x 50 mm. The facia plates shall
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 111 of 175
with Relay and Protection Panels
be engraved in black lettering with respective inscriptions details of which
will be furnished to the Contractor by the Purchaser.
e) TRIP AND NONTRIP facia shall be differentiated. All TRIP shall have red
colour and all NONTRIP facia shall have white colour.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 112 of 175
with Relay and Protection Panels
provided for this annunciation shall be different from the audible alarm
provided for the annunciation system.
ii) One self resetting push button shall be provided on each panel for
testing the facia window lamps. Push buttons for testing flasher and
audible alarm circuit of annunciation supply failure monitoring
circuit shall also be provided. These testing circuits shall be so
connected that while test is being done it shall not prevent the
registering of any new annunciation that may land during the test.
iii) One set each of the following push buttons shall be provided on
each panel.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 113 of 175
with Relay and Protection Panels
14.4 Switches
b) The selection of operating handles for the different types of switches shall
be as follows:
g) The contacts of all switches shall preferably open and close with snap
action to minimize arcing. Contacts of switches shll be spring assisted and
contact faces shall be with rivets of pure silver. Spring shall not be used as
current carrying parts.
------------------------------------------------------------------------------------------
Description Contact rating in Amps.
------------------------------------------------------------------------------------------
220V DC 50V DC 240 V AC
------------------------------------------------------------------------------------------
a) Make and carry 10 10 10
continuously
b) Make and carry 30 30 30
for 0.5 sec.
c) Break
i) Resistive load 03 20 07
ii) Inductive load
with L/R=40m sec 0.2 16 07
Discrepancy Switches
As an alternate to the pistol grip type control switch the bidder can offer
control switch with discrepancy lamp. Control switch with discrepancy lamp
shall be used for the remote operations like closing and tripping the circuit
breakers or closing and opening of the isolator. The built in lamp shall be
connected to the annunciation for any discrepancy between the position of the
switches and controlled objects. Suitable flasher relay shall also be included in
the scope. The discrepancy switches shall be black in colour and knob type
with in-built lamp. Wherever discrepancy switches are provided the bidder
shall provide necessary auxiliary relays for interlock schemes.
c) Bulbs and lenses shall be interchangeable and easily replaceable from the
front of the panel. Tools, if required for replacing the bulbs and lenses shall
also be included in the scope of supply.
d) The indicating lamps with resistors shall withstand 120% of rated voltage
on a continuous basis.
e) LED shall be furnished 20% in excess of actual numbers required and caps
shall be furnished 10% in excess of actual numbers used for each colour.
The corresponding breaker position of indicating lamps shall flash for
condition of discrepancy between the last operation of circuit breaker (ON
& OFF) and become steady when the switch is operated to correspond
with the position of the circuit breaker. The discrepancy signal when the
breaker is tripped shall also be followed by the sound signal.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 116 of 175
with Relay and Protection Panels
14.7 Synchronizing Equipments
c) The trolley shall have 3 meter long flexible cord comprising stranded
tinned copper conductors fully wired to the instruments and terminated in
plug in order to facilitate connecting the trolley to any of the panels. The
trolley shall be provided with all equipment/accessories necessary for
proper synchronization.
The synchroscope shall be 360° type and preferably be large in size than
other instruments. It shall be capable of withstanding sustained out-of-
synchronism conditions.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 117 of 175
with Relay and Protection Panels
e) Synchro check relay with necessary ancillary equipment shall be provided
which shall permit 132 kV breakers to close checking the requirements of
synchronizing of incoming and running supply. The phase angle setting
shall not exceed 35° and this angle shall be adjustable and take into
account the circuit breaker closing system period. This relay shall have a
response time of less than 200 milliseconds when the two system
conditions are met with in present limits and with the timer disconnected.
The relay shall have a frequency difference setting not exceeding 0.45% at
rated value and at the minimum time setting. The relay shall have a voltage
difference setting not exceeding 10% at rated value. The relay shall have a
continuously adjected time setting range o 0.5 to 20 sec. A guard relay
shall be provided to prevent the closing attempt by means of synchronizing
check relay when control switch is kept in closed position long before the
two systems are in synchronism. The synchronizing by pass switch shall
also be provided.
14.8 Transducers
15.1 The Time synchronization equipment shall receive the co-ordinate Universal
Time(UTC) transmitted through GEO Positioning Satellite System (GPS) and
synchronize equipments to the Indian Standard Time in substation. The time
synchronization shall be realized using the SNTP protocol at inter bay bus.
15.2 Time synchronization equipment shall include antenna, all special cables and
processing equipment etc.
15.6 Equipment shall meet the requirement of IEC 60255 for storage and operation.
15.7 The system shall be able to track the satellites to ensure no interruption of
synchronization signal.
15.8 The output signal from each port shall be programmable at site for either one
hour, half hour, minute or second pulse, as per requirement.
15.9 The equipment offered shall have six (6) output ports. Various combinations of
output ports shall be selected by the customer, during detailed engineering,
from the following :
15.10 The equipment shall have a periodic time correction facility of one second
periodicity.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 119 of 175
with Relay and Protection Panels
15.12 Equipment shall have real time digital display in hour, minute, second (24 hour
mode) and have a separate time display unit to be mounted on the top of
control panels having display size of approx. 100mm height.
15.13 The cable connecting Antenna and Time Synchronising unit should be run
through HDPE pipe or GI pipe from the location of Antenna fixing to Time
Synchronising panel with suitable fixtures and no provision to enter rain water
and should not be affected by atmospheric conditions.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 120 of 175
with Relay and Protection Panels
18.0 FLAG RELAYS
The relay shall be capable of monitoring the failure of D.C. supply to which it is
connected. It shall have adequate potential free contacts to meet the scheme
requirement. The relay shall have a ‘time delay on drop-off’ of not less than 100
milliseconds and be provided with operation indicator / flag.
22.0 A. Directional earth fault relay for back up protection (for lines and
transformers)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 122 of 175
with Relay and Protection Panels
vi) shall be numerical type.
The protection, auxiliary relay and timers and other equipment that are required to
be provided are included in the list of equipment. The detailed description of each
protection and the associated equipment are described below:
The setting ranges of the equipment offered, if different from the ones specified
shall also be acceptable if they meet the functional requirements.
The Bidder shall quote the protection equipment meeting the following
requirements. The Bidder may also quote for any alternative/additional protections
or relays considered necessary by him for providing complete, effective and
reliable protection. These equipment shall be quoted separately as an
alternative/addition to the main offer stating the price separately. The choice of
acceptance of this alternative/additional equipment shall rest with the Purchaser.
23.1.1 The line protection relays are required to protect the line and clear the faults on
line within shortest possible time with reliability, selectivity and full sensitivity
to all type of faults on lines.
23.1.2 The general concept is to have two fast operating distance protection scheme
preferably with two different operating principles. The Main-I and Main-II will
generally be operated from signal from different cores of line VT. In case line
VT is out due to any reason manual selection for Bus VT will be made. Two
main protections Main-I and Main-II having equal performance requirement
especially in respect of time as called Main-I and Main-II for 400KV and 220KV
transmission lines and Main and back up protection for 132KV transmission
lines. In case of 400KV and 220KV XLPE cables Distance protection will be
used as Main-I whereas the current differential protection will be used as Main-
II protection. In case of 132KV XLPE cables current differential protection will
be used as Main protection. The general concept is to have distance protection
for 33kV line feeder as main protection.
23.1.3 The Transmission system for which the line protection equipment are required is
shown in the reference drawing/document(s). The length of lines and the line
parameters (Electrical Constants) shall be provided during detailed engineering.
23.1.4 The maximum fault current could be as high as 63 kA but the minimum fault
current could be as low as 20% of rated current of CT secondary. The starting &
measuring relays characteristics should be satisfactory under these extremely
varying conditions.
23.1.5 The protective relays shall be suitable for use with capacitor voltage
transformers having non-electronic damping and transient response as per IEC.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 123 of 175
with Relay and Protection Panels
23.1.6 It should be ensured that there is no additional delay in relay operating time
created intentionally to have stable operation. The power supply unit if provided
as an integral part of relay scheme shall be fully rated with liberal design in
capacity.
23.1.7 The DC supply for solid state relay shall be from DC/DC converters and
these shall be amply and fully rated for all operating conditions in service.
23.1.8 Insulation barriers shall be provided to ensure that transients present in CT & VT
connections due to extraneous sources do not cause damage to static circuits.
The circuits must comply with IEC recommendation for impulse withstand
values. Adequate measures shall be taken to ensure that equipment is protected
against voltage spikes occurring in Aux. DC supply.
23.1.9 Disturbance recorder and Distance to fault Locator and Over voltage relay (stage
-1/2) functions if offered as an integral part of line protection relays, shall be
acceptable provided these meet the technical requirements as specified in the
respective clauses.
23.1.10 Auto reclose relay function if offered as an integral part of line distance
protection relay, shall be acceptable for 220kV and 132 KV lines only provided
the auto reclose relay feature meets the technical requirements as specified in the
respective clause.
23.1.11 The following protections shall be provided for each of the Transmission lines.
23.2.1 The protection scheme offered shall be suitable for 400KV and 220kV three
phase lines (composite type i.e. Overhead and Underground EHV Cable
Circuits).
23.2.2 The scheme shall be provided with following protection functions for each of the
transmission lines.
i) Main – I : Numerical, Communicable Distance protection scheme.
ii) Main – II : Numerical, Communicable Line Current Differential with back
up Distance protection scheme.
iii) Back-up Directional Over current and Earth fault protection (Numerical
type) with non-directional facility.
23.2.3 The detailed specifications of the above line protection scheme is given here
under:-
23.2.3.1 Main Protections
Main-I : This protection
i) shall be numerical type and modular in construction.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 124 of 175
with Relay and Protection Panels
ii) shall be non-switched type with separate zone measurements for all
phase to phase and phase to ground faults. Zone switching to extend the
reach of the measuring elements is also not allowed.
iii) shall be high speed full scheme distance relay for three phase systems
to clear all type of line faults within the set reach of the relay.
iv) shall have stepped time-distance characteristics and three independent
zones (zonal-I, zone-2 and zone-3).
v) shall have mho or quadrilateral or other suitably shaped characteristics
for zone-1, zone-2, zone-3.
vi) The relay shall have an adjustable characteristics angle setting range of
30 to 85° or shall have independent resistance and reactance (X) setting.
vii) shall have two independent continuously variable time setting range of
0 to 3 seconds for zone-2 and 0 to 5 second for zone-3.
viii) shall have resetting time of less than 55 milliseconds or lower (including
the resetting time of trip relays).
ix) shall have facilities for offset features with adjustable 10-20% of zone-3
setting.
x) shall have variable residual compensation.
xi) shall have memory circuits with defined characteristics in all three
phases to ensure correct operations during close-up phase faults and
other adverse conditions and shall operate instantaneously when circuit
breaker is closed to zero volt 3 phase fault.
xii) the resistive reach shall be separately settable for phase-phase and
phase-ground faults for each zone.
xiii) it shall also have a facility to store different settings suitable for different
configurations to cater for mutual coupling on account of multi circuit
line conditions.
xiv) have the following built in features:-
1. Power swing Block – which blocks tripping during power swing
conditions and have suitable setting range to encircle the distance
protection described above.
2. Fuse failure protection shall-.
monitor all the three fuses of VT and associated cable against
open circuit.
inhibit trip circuits on operation and initiate annunciation.
have an operating time less than 7 milliseconds. Remain
inoperative for system earth faults.
3. Weak and infeed and current reversal logic.
4. Stub protection.
5. Phase selection features for single pole auto-reclosure & cross
country faults.
6. Power system monitoring in terms of
a) Broken conductor detection
b) Overload
xv) be suitable for single and three phase tripping.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 125 of 175
with Relay and Protection Panels
xvi) shall have following maximum operating time (including trip relay time,
if any) under given set of conditions and with VT being used on line
(with all filters included).
Maximum operating time 40 for all faults 45 for 3 ph. Faults & 60
(Milliseconds ) for all other faults
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 127 of 175
with Relay and Protection Panels
xiii) Other current functions such as thermal over load with alarm and trip
steps and breaker failure protection with short reset time in the IED.
xiv) Over and Under voltage protection in the IED.
xv) System supervision i.e. fuse failure and current circuit supervision.
xvi) Inbuilt disturbance recorder which can handle at least 8 Nos. analog
channels and atleast 32 Nos. binary signals.
xvii) Inbuilt event recorder that can handle at-least 500 time tagged events.
xviii) Capacity to store at-least 5 Nos. of recent disturbance records.
xix) Time synchronization method shall be available on SNTP, GPS to be
used in switched network with unequal channel delays in both
directions.
xx) The scheme shall have adequate serial and fibre optic communication
ports for communication. The ports shall be used for configuration of
the relay and disturbance data montoring from local/remote and for the
purpose of communicating to substation SCADA. All the necessary
software and hardware required for remote configuration and for
disturbance analysis shall be in the scope of the supplier.
xxi) The local and remote communications shall be as per internationally
acceptable specified IEC protocols.
xxii) The scheme shall be provided with a front mounted menu driven
human-machine-interface and/or local front port for local
parameterization with suitable security provisions for unauthorized
access to settings.
xxiii) Suitable for multiplexed, route switched or dedicated fibre
communication networks for remote end communication. [The bidders
should offer the suitable communication module for protection scheme/IED
considering that proposed communication mode between substation i.e. fiber
optic/Digital PLCC]
23.2.3.2 Back-up Directional over Current and Earth fault Protection Scheme
This shall,
1. have three over current and one earth fault elements which shall be either
independent or composite unit(s).
2. shall be numerical type.
3. shall include necessary VT fuse failure relays for alarm purposes.
4. Directional over current relay (with facility of non-directional)
Have IDMT characteristic with a definite minimum time of 3.0
seconds at 10 times setting.
Have a variable setting range of 50-200% of rated current.
Have a characteristic angle of 30/45 degree lead.
Include hand reset flag indicators or LEDs.
5. Directional Earth fault relay (with facility of non-directional)
Have IDMT characteristic with a definite minimum time of 3.0
seconds at 10 times.
Have a variable setting range 20-80% of rated current.
Have characteristic angle of 45/60 degree lag.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 128 of 175
with Relay and Protection Panels
Include hand reset flag indicator of LEDs
Include necessary separate interposing voltage transformers or have
internal feature in the relay for open delta voltage to the relay.
The protection scheme offered shall be suitable for 132KV three phase lines
(composite type i.e. Overhead and Underground EHV Cable Circuits).
The scheme shall be provided with following protection functions for each of the
transmission lines.
i) Main : Numerical, Communicable Distance protection scheme.
ii) Back-up: Directional Over current and Earth fault protection (Numerical
type) with non-directional facility.
23.3.1 Overhead Lines
The detailed description for the Main and back up protection for 132 KV feeder
is given here under.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 130 of 175
with Relay and Protection Panels
viii) be selective between internal and external faults.
ix) protect 100% of the line section.
x) suitable shaped characteristic to prevent relay operation during
maximum load conditions without reducing the reach of relays
xi) fourth zone back up timer with independent timing range of 0.5 to
5 seconds. The fourth zone setting shall have the facility to set for
directional or non-directional operation.
xii) be provided with necessary high speed relays for single phase
faults and multiphase faults. Each of these shall have adequate
contacts to meet the complete scheme requirement.
xiii) Have high speed non switched distance relays for 3 phase system
to clear all types of line faults within the set reach of the relay.
Have 6 nos. non switched measuring elements for each zone of
protection (3 for phase to phase fault and 3 for phase to earth
faults.)
xiv) Disturbance recorder shall be provided with all the features as
mentioned in this specification.
xv) Distance to fault locator shall be provided with all the features as
mentioned in this specification.
xvi) Necessary provision shall be made to add 3 phase auto-reclosing
feature.
xvii) be provided with voltage selection relay for the selection of Bus-
Section I PT/Bus Section-II PT..
The detailed description for the Main and back up protection for 132 KV
transmission cable circuit feeder is given here under.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 131 of 175
with Relay and Protection Panels
iv) Complete functionality for single breaker arrangement with
single/three phase tripping.
v) Self supervision including analog channels.
vi) High sensitivity to internal faults and have excellent stability for
external faults.
vii) Restrained dual biased operate characteristic.
viii) It shall be possible to transfer eight binary signals between the
IEDs.
ix) Operating time not more than 25 milli secs (Typical) at 0 to 10 x
Id.
x) Charging current compensation to allow high sensitivity.
xi) Back-up high speed full-scheme distance protection with the
parameters as mentioned for Main protection in Clause 23.3.1a)
above shall be included in order to get fault clearance in case of
communication failure. The distance scheme shall be fully
functional and continuously operable in relay as this feature shall
be fully utilized on the lines on which the fiber communication will
be made available in future for utilization of line differential
feature/function.
xii) Instantaneous over current functions for phase faults and earth
faults and time delayed directional/non directional over current
functions with inverse and definite time characteristics with atleast
three steps for phase and earth faults.
xiii) Other current functions such as thermal over load with alarm and
trip steps and breaker failure protection with short reset time in the
IED.
xiv) Over and Under voltage protection in the IED.
xv) System supervision i.e. fuse failure and current circuit supervision.
xvi) Inbuilt disturbance recorder which can handle at least 8 Nos.
analog channels and atleast 32 Nos. binary signals.
xvii) Inbuilt event recorder that can handle at-least 500 time tagged
events.
xviii) Capacity to store at-least 5 Nos. of recent disturbance records.
xix) Time synchronization method shall be available on SNTP,GPS to
be used in switched networks with unequal channel delays in both
directions.
xx) The scheme shall have adequate serial and fibre optic
communication ports for communication. The ports shall be used
for configuration of the relay and disturbance data monitoring from
local/remote and for the purpose of communicating to substation
SCADA. All the necessary software and hardware required for
remote configuration and for disturbance analysis shall be in the
scope of the supplier.
xxi) The local and remote communications shall be as per
internationally acceptable specified IEC protocols.
xxii) The scheme shall be provided with a front mounted menu driven
human-machine-interface and/or local front part or local
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 132 of 175
with Relay and Protection Panels
parameterization with suitable security provisions for unauthorized
access to settings.
xxiii) Suitable for multiplexed, route switched or dedicated fibre
communication networks for remote end communication. [The
bidders should offer the suitable communication module for protection
scheme/IED considering that proposed communication mode between
substation i.e. fiber optic/Digital PLCC]
i) 3 Nos. IDMT directional over current relays with high set as per
clause 21.0 B.
ii) 1 No. IDMT directional earth fault relay with high set as per clause
22.0.
23.4 33 KV PROTECTION
The protection provided on 400, 220KV and 132KV bus couplers shall be
triple pole, non-directional IDMT over current relays and single pole non-
directional IDMT earth fault relay. The over current and earth fault relays shall
be numerical and communicable type.
Setting required:
O/C relay 0.5 to 2 amps.
E/F relay range 0.2 to 0.8 amps.
23.5 240/ 315/ 500 MVA 400/220/33 KV Auto Transformer and 100/160 MVA
220/132/11 KV Transformer Protection
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 133 of 175
with Relay and Protection Panels
b) Main-II: Numerical High Impedance Different Protection and have facility
for connecting to substation control system/SCADA.
c) Restricted earth fault protection
d) Inverse over current back-up protection for phase faults with instantaneous
attachment.
e) Inverse backup protection for ground faults with instantaneous attachment.
f) High temperature winding protection.
g) High temperature oil protection.
h) Buchholz protection for transformer and OLTC.
i) Voltage Neutral displacement relay for tertiary protection.
k) Over-fluxing protection.
l) Pressure release device (PRD)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 134 of 175
with Relay and Protection Panels
This differential protection shall be based on circulating current principle
using high impedance differential relay of numerical type for transformer
protection having functionalities/features as below:
i) Provide separate indication for each phase.
ii) High speed circulating current type.
iii) Have current setting of 10-50% in minimum step of 10%
iv) Tuned to supply frequency and reject harmonics.
v) Provided with continuously adjustable stabilizing resistance.
vi) Suitably protected against high voltages by suitable non-linear
resistance.
vii) Have alarm and trip output contacts.
23.5.6 Numerical Back-up Over Current and Earth fault protection scheme with
high set feature
a) Shall have three over current and one earth fault element(s) which shall be
either independent or composite unit(s).
b) The scheme shall include necessary VT fuse failure relays for alarm
purposes.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 135 of 175
with Relay and Protection Panels
have directional IDMT characteristic with a definte minimum time of 3.0
seconds at 10 times setting and have a variable setting range of 50-200%
of rated current.
have low transient, over reach high set instantaneous unit of continuously
variable setting range 500-2000% of rated current.
have a characteristic angle of 30/45 degree lead.
include hand reset flag indicators of LEDs.
Although tertiary is unloaded and or stabilizing purpose but all the 3 terminals
of the tertiary shall be brought out for connection to PT/RVT. The primary of
PT is star connected having earthed / floating neutral depending upon
transformer design consideration. The PT will have two secondary winding,
one star connected and another connected in open delta mode while over
fluxing relay will be connected on the star secondary winding. Neutral
displacement relay will be connected to the two open delta terminals of the 2nd
secondary winding of PT. The neutral displacement relay (NDR) will have
IDMT characteristics with setting range of 5% to 20% of rated voltage of 110
volt. The NDR relay shall be of Numerical type and complaint with IEC-
61850. The windings of PT shall have following specification:
Secondary windings of PT
---------------------------------------------------------------
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 136 of 175
with Relay and Protection Panels
Winding – 1 Winding – 2
----------------------------------------------------------------
1. Rated burden, VA 50 50
2. Accuracy class 0.5 & 3.0 3.0
3. Connection Star Open delta
Star point
Earthed
4. Purpose For over For Neutral
Fluxing displacement
Relay Relay
5. Voltage ratio 11000/110 V 11000/190 V
Separate auxiliary relays for the following function for each transformer shall
be provided:
i) 4 Nos. for tripping on Buchholz alarms and trips.
ii) 3 Nos. OLTC diverter switch oil surge trip and 1 common OLTC oil surge
trip.
iii) 2 Nos. winding temperature trip on two windings.
iv) 1 No. oil temperature trip.
v) 2 Nos. pressure release device trip.
vi) 2 Nos. spares.
Two Gas detector relays have been provided with each of the above mentioned
transformers and each relay will have one pair of alarm contacts and one pair
of tripping contacts all of which shall be used for tripping the transformer.
OLTCs are equipped with oil surge type relays with tripping contacts. Similarly
winding temperature indicators have been provided on HV & LV windings of
the transformers which have two paris of actuating contacts for winding
temperature alarm and trip. The auxiliary tripping relays shall be provided to
trip simultaneously the incoming and the outgoing circuits of the transformers
in conjunction with the main tripping contacts.
The auxiliary relay should have relay connecting fingers/ strips/ Pins/ Plug
capable of carrying 30A for 3 sec. & 5A continuously at 660 V.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 137 of 175
with Relay and Protection Panels
It shall be / shall have
i) triple pole high speed percentage biased differential type.
ii) an operating time not more than 30 milli secs. At 5 times operating
current setting of 20%.
iii) three instantaneous high set over current units.
iv) second harmonic restraint feature and fifth harmonic by pass /
restraint feature and also be stable under normal over fluxing
conditions.
v) an operating current setting of 20% or less.
vi) suitable for rated current of 1 Ampere.
vii) adjustable bias setting range of 20% to 50%.
viii) two bias windings per phase.
ix) stable on heavy through faults.
x) include necessary separate interposing CTs for angle and ratio
correction or have internal features in the relay to take care of angle
and ratio correction.
xi) have second harmonic or other inrush proof features and also
should be stable under normal over fluxing conditions.
Magnetizing inrush proof feature shall not be achieved through any
intentional time delay e.g. use of timers to block relay operation or
using disc operated relays.
xii) shall have continuous self monitoring and diagnostic feature.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 138 of 175
with Relay and Protection Panels
ii) be of voltage operated high impedance type with a suitable setting
to cover at least 90% of winding.
iii) have a current setting range of 10-40% of 1 Amp.
iv) be tuned to the system frequency.
v) have a suitable adjustable non-linear resistor to limit the peak
voltage to 1000 Volts.
vi) have alarm and trip output contacts.
vii) have a high speed operation of 10-20 ms to trip.
NOTE: Each 132/33KV (YN, Yn O) Power transformer is provided with
identical current transformers for R.E.F. protection in the following
manner:
i) 3 Nos. on H.V. bushing (one no. per phase)
ii) 3 Nos. on L. V. bushing (one no. per phase)
iii) 1 No. on neutral bushing.
Auxiliary relays required for bucholtz trip, tap changer, bucholtz trip, HV
winding temperature trip, LV winding temperature trip, oil temperature trip
and low oil level trip PRV trip shall be provided. Each auxiliary relay shall
have 2 pairs of contacts and one hand reset flag indicators. The auxiliary
relays may be of non-draw out type.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 139 of 175
with Relay and Protection Panels
1 No. inter-trip relay to trip HV and LV breakers of the transformer and to
isolate the transformer from supply shall be supplied. The inter trip relay
shall be of high speed and shall be provided with hand reset operation
indicator and 4NO+2NC hand reset contacts for 132 KV breaker.
The voltage neutral displacement relay will be connected to the open delta
terminals of the bus voltage transformer. The neutral displacement relay
will have IDMT characteristics with setting range of 5% to 20% of rated
voltage of 110 V.
23.7.1 AUTO RECLOSING function shall be separate from Main-I and Main-II
protection and shall
(a) have single phase or/and three phase reclosing facilities.
(b) have a continuously variable single phase dead time range of 0.1-2
seconds.
(c) have a continuously variable three phase dead time range of 0.1-2 seconds.
(d) have a continuously variable reclaim time range of 5-300 seconds.
(e) incorporate a four-position selector switch/from which single phase/three
phase/single and three phase auto reclosure and non-auto reclosure mode
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 140 of 175
with Relay and Protection Panels
can be selected. Alternatively, the mode of auto reclosing can be selected
through programming.
(f) have facilities for selecting check synchronizing or dead line charging
features. It shall be possible at any time to change the required feature by
reconnection of links.
(g) be of single shot type.
(h) have priority circuit to closing of both circuit breakers in case one and half
breaker arrangements to allow sequential closing of breakers.
(i) include check synchronizing relay which shall
have a time setting continuously variable between 0.5-5 seconds with
a facility of additional 10 seconds.
have a response time within 200 milli seconds with the timer
disconnected.
have a phase angle setting not exceeding 35 degree
have a voltage difference setting not exceeding 10%
include dead line charging relay which shall
have two sets of relays and each set shall be able to monitor the three
phase voltage where one set shall be connected to the line VTs with a
fixed setting of 20% of rated voltage and the other set shall be
connected to the bus VTs with a fixed setting of 80% of rated
voltage.
Incorporate necessary auxiliary relays and timers to give
comprehensive scheme.
(a) The relay shall be capable of monitoring the healthiness of each ‘phase’
trip-coil and associated circuit of circuit breaker during ‘ON’ and ‘OFF’
conditions.
(b) The relay shall have adequate contacts for providing connection to alarm
and event logger.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 141 of 175
with Relay and Protection Panels
(c) The relay shall have time delay on drop-off of not less than 200
milliseconds and be provided with operation indications for each phase.
23.9.1 The scheme is required for busbar protection in the substations. Security and
stability are key requirements of a busbar protection scheme. It shall be capable
of accommodating different busbar configurations, operating quickly and
reliably on iternal (bus) faults and remaining stable during external faults. It
shall be able to provide back up protection on circuit breaker/equipment
failures, self supervision and monitoring and diagnostic features.
23.9.2 Redundant (1+1) numerical Bus Bar protection scheme for each bus system
(Bus1 +Bus2+Transfer Bus wherever applicable) for 400kV shall be provided.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 142 of 175
with Relay and Protection Panels
23.9.3 The scheme shall be engineered so as to ensure that operation of any one out of
two schemes connected to main faulty bus shall result in tripping of the same.
23.9.4 Single bus bar protection scheme shall be provided for each main bus and
transfer bus (as applicable) for 220KV and 132 KV voltage levels.
(a) have maximum operating time up to trip impulse to trip relay for all
types of faults of 25 milli seconds at 5 times setting value.
(b) operate selectively for each bus bar
(e) not give false operation during normal load flow in bus bars
(f) incorporate clear zone indication
(i) include individual high speed electrically reset tripping relays for each
feeder. However, in case of distributed Bus bar protection, individual trip
relay shall not be required if bay unit is having trip duty contacts for
breaker tripping.
(l) not cause tripping for the differential current below the load current of
heaviest loaded feeder. Contractor shall submit application check for the
same.
(m) shall include necessary C.T. switching relays wherever C.T. switching is
involved and have 'CT' selection incomplete alarm
(n) include protection 'IN/OUT' switch for each zone
(p) In case of distributed Bus bar Protection, the bay units for future bays
may be installed in a separate panel and the same shall be located in
switchyard panel room where bus bar protection panel shall be installed.
23.9.6 Built-in Local Breaker Backup protection feature as a part of bus bar protection
scheme shall also be acceptable.
23.9.7 The test terminal blocks (TTB) to be provided shall be fully enclosed with
removable covers and made of moulded, non-inflammable plastic material with
boxes and barriers moulded integrally. All terminals shall be clearly marked
with identification numbers or letters to facilitate connection to external wiring.
Terminal block shall have shorting, disconnecting and testing facilities for CT
circuits.
23.9.8.1 STANDARDS
1. Dielectric Test :-
i) IEC-60255–5, 2 kV rms for 1 min between all circuits and the case,
and between all separate circuits.
ii) ANSI / IEEE C37.90–1989, 1kV rms for 1 min across open
contacts.
iii) High voltage impulse : IEC 060255–5; 1977, 5 kV (peak), 1.2/50
ms, 0.5 J, 3 positive and 3 negative impulses between all terminals
and all terminals and case earths.
2. Electrical Environment :-
i) High frequency disturbances IEC 60255–22–1: 1998 Class III.
ii) Electrostatic discharge IEC 60255–22–2; 1996 Class3, IEC 60255–
22–2 ; 1996 Class 4.
iii) Surge Immunity IEC 61000-4-5.
iv) EMC compliance, EN–50081-2:1994.
v) Fast transient disturbance, IEC 60255–22-4 : 1992 Class IV.
vi) Fast transient disturbance, IEC 60255-22-4 Class IV.
vii) Power frequency magnetic field immunity IEC 61000-4-8, Class
IV.
viii) Radiated immunity / radio frequency immunity IEC 60255-4-3,
Class III.
3. Atmospheric Environment:-
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 144 of 175
with Relay and Protection Panels
i) Temperature, IEC 60255-6, -10°C to +55°C (in operation) & -25°C
to +70°C (during transport & storage).
ii) Humility, IEC 60068-2-3 .
iii) Climate tests, IEC 60068-2-1, 60068-2-2.
iv) Enclosure protection IP 52.
4. Mechanical Environment :-
i) Vibration IEC 60255-21-1.
ii) Shock & Bump, IEC 60255-21-2.
iii) Seismic, IEC 60255-21-3.
23.9.8.2 General Features :
The Bus bar protection scheme shall :-
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 145 of 175
with Relay and Protection Panels
xviii) have fiber optic wiring between central and peripheral / bay units to
exchange data fast, reliability and immunity from electromagnetic
interference.
xix) have a separate sensitive earth fault protection for networks with high
impedance earthing. It shall be controlled by bias current to ensure
stability on external faults and phase segregated differential protection.
xx) have a non-directional back-up over current and earth fault protection
functions with definite / IDMT characteristics for individual feeders.
xxi) have facility for recording fault, event and disturbance must be saved in
battery backed memory for each feeder with time tagged to 1 ms using
an internal real time clock.
xxii) have facility to synchronize its time reference with external GPS signal.
It shall be capable of synchronizing through IRIG-B Signal of GPS /
SNTP.
xxiii) give 100% security upto 40 kA fault level.
xxiv) not require CT switching. It shall be capable of schematic replication of
substation showing bus configuration with status of various
equipments.
xxv) have associated software(s) required for schematic replication, settings,
configurations, logic programming, extraction and viewing of events,
faults etc. It shall be loaded on the Man-machine interface (MMI) i.e.
PC.
xxvi) be capable of communicating with station SCADA on IEC-61850.
xxvii) have all interbus communications, remote communications are to be
made on universally acceptable IEC 60850-5-103 / open protocol. It
shall also have suitable communication interfaces for connecting to
local MMI.
xxviii) ensure checking of multiple conditions like biased differential element,
overall check zone, CT saturation, CT secondary open circuit, and
individual feeder settings etc. before making trip decision.
23.9.8.3 Technical Parameters:
i) Busbar Protection Operating Time : The maximum operating type upto
trip impulse to trip relay for all types of faults is 15 m.sec or better at 5
times setting value.
ii) Auxiliary Supply (both for Main and Peripheral / Bay Unit) : 220VDC.
iii) The sufficient numbers of opto-isolated binary inputs and durable output
relays/contacts for tripping, annunciation, watchdog etc. (as per design
requirement at each site) shall be provided in Main and Peripheral / Bay
units. The voltage range for binary input shall be 24V to 250Vdc. The
relay contacts shall be heavy duty type and capable of,
Make : 30A and carry for 0.5 s.
Carry : 8A or better Continuous
iv) Analog Inputs: AC Current (In) shall be 1 A/5A Dual rated types, with
thermal withstand Capacity as Continuous: 4x In, for 10 S: 30 x In and
1S:100 x In.
v) Rated frequency shall be 50 Hz.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 146 of 175
with Relay and Protection Panels
vi) The Event Recording of atleast 250 events shall be required.
vii) The fault recorder shall be able to record at least last 4 Nos. of fault
records.
viii) The internal Disturbance recording shall be able to record disturbances at
bay and main unit levels. Sufficient number of analog channels, binary
inputs to record at least 15 Nos. of disturbances at the sampling speed of
600 Hz. The channels and trigger sources shall be user configurable.
Disturbances can be extracted from the relay and saved in COMTRADE
format for analysis on appropriate software utility.
ix) User Interface: Main and Peripheral/Bay units shall have LCD Display
with keypad for user configurations.
x) LED Indications: Main and peripheral/bay units shall have sufficient
number of LED (fixed as well as configurable) for system
health/operation indication.
xi) Communication Interface:
a. 1 No. of RS-232 Interface in Main and each Peripheral/Bay unit for
connecting to PC for downloading/monitoring.
b. Sufficient number of ST Connectors/Interfaces in Main (2 Nos.
Fiber Connectors for connecting to Substation SCADA and other
as per requirement for connecting to peripheral/bay units) and
Peripheral/Bay Units interconnections.
xii) The Peripheral/Bay units are connected directly using two 820-850nm
multi-mode optical fibers for each signaling channel. Multi-mode fiber
type 62.5/125 µm, max attenuation 8 dB with suitable and standard
BFOC/2.5 type (ST) fiber optic connectors shall be used.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 147 of 175
with Relay and Protection Panels
25.0 RELAY TEST KIT
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 148 of 175
with Relay and Protection Panels
The Rotational Under Frequency Panel having logic controls system
programmable for load shedding of various feeders at S/s at different
frequencies as well as rate of change of frequency shall also be provided as per
following bill of material
1. PLC System
2. PLC Panel
-
- Wiring of cabinet for PLC System 1 No
of
14 Gauge CRC sheet duly painted
mainly comprising of :-
- Space for PLC ICAM hardware 1 No
- Trip Relays /Contractors Coil Volt. 1 No
220/110/48 VDC
- 110V PT fail Relay 1 No.
- Contractors DC fail Relay ( Main) 1 No
- Main DC fail Relay 1 No
- Terminal lugs, ferrule , PVC
channel
Wire, terminal block, fusible 1 Set
terminal
Block, MCBs, indicators glass
relays etc.
For completion of the under
frequency
relay panel
The load shedding can take place by tripping a group of feeders from the
sub-station. The group is so selected, that 120MW is shed. At a time, in
the entire system only this quantum of load shedding can be carried out.
The shedding for a group can be for a maximum period of up to one hour
“slot”. In case frequency recovers, power can be switched on.
Nevertheless if frequency sinks again, the power can trip again, but not
beyond 1 hour slot. Thus in one hour's slot, if frequency improves,
closing of breaker can be permitted as many times as and when frequency
recovers.
The feeder tripped once during its slot time (1 hour), will not trip again if
frequency sinks to 48.1 Hz but shedding will shift to another batch of
feeders in the same station or some other station, in the next slot of 1
hour, depending on the time of the day.
Efforts will be made so that a group of feeders will trip only twice in
a day. To achieve this, 12 groups have been formed and each group will
be effected for one hour slot and shedding will repeat after 12 hours if
frequency falls to 48.1 Hz. Thus, this programme is highly selective in
nature and will cause minimum power interruption to every consumer.
The complaint of continuous load shedding to a particular group of
people/area will also be avoided.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 150 of 175
with Relay and Protection Panels
The arrangement is such that the same group of feeders i.e. in a particular
area does not suffer repeatedly, in the event of under frequency
conditions. Instead the shedding is shared equally by all consumers or
areas.
The programmes runs for 14 days. There are 12 groups explained above
and each groups remains off for 2 hours, thus covering 24 hours of each
day. To cover 12 groups in 14 days it becomes necessary to cover the
distance between 14-12= 2 days. This is done by giving rest to each
group after 6 days i.e. twice in a fortnight when covers all the 14 days.
Thus a marix of 14/12 is coverd.
All special instruments and equipments required for installation, testing and
maintenance of the meters and those required for commissioning of C&R
Panels shall be furnished in relevant schedule along with the Bid. The Bidder
shall clearly state any additional equipment found necessary to give a complete
and comprehensive offer. He shall however substantiate his reasons for such
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 151 of 175
with Relay and Protection Panels
additional equipment in his bid proposal. The prices of individual items shall
be given. The details of each equipment and instrument shall also be furnished.
This will not be considered for evaluation. However Purchaser reserves the
right to order for the items and quantities at his discretion at the rates quoted in
the bid.
27.0 TESTS
The equipment offered shall be fully type tested as per the relevant standards.
Type testing of the relays shall be carried out based on general guide lines
specified in CIGRE committee 34 report on simulator/Network Analyser /PTL
for all relays offered including disturbance recorder, fault locator and event
logger shall meet fast transmit level-III as per IEC-255-22-4 & IEC-1000.
The control and relay panels shall be completely assembled and subjected to
the various type and routine and acceptance tests as per the relevant standards
and respective equipment sections in the presence of the purchaser's
representative if desired by the purchaser.
The Bidder shall, in his proposal, specifically state the details of testing
facilities available at his own or at his principals works.
27.1.1 The reports for following type tests shall be submitted by the bidder for the
Protective relays, Fault locator, Disturbance recorder and Event Logger.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 152 of 175
with Relay and Protection Panels
c) Fast transient test as per IEC 100-4, Level III (not applicable for
electromechanical relays)
d) Relays characteristics, performance and accuracy test as per IEC 60255
i) Steady state Characteristics and operating time
ii) Dynamic characteristics and operating time for distance protection
relays and current differential protection relays.
iii) For Disturbance recorder and Event logger only performance tests
are intended under this item.
e) Tests for thermal and mechanical requirements as per IEC 60255-6
f) Tests for rated burden as per IEC 60255-6
g) Contact performance test as per IEC 60255-0-20 (not applicable for Event
logger, Distance to fault locator and Disturbance recorder)
h) The offered IED’s shall have IEC-61850 conformance test conducted and
certified from a Govt./Govt. approved/Govt. Recognized/ILAC recognized
independent laboratory for IEC-61850.
i) Reports of type tests other than tests at (h) above conducted at
Manufacture’s own lab shall be acceptable.
j) The type test report of relay of the same family or series having same
common hardware platform and common software for the configuration of
relay for the purpose of communication as per IEC-61850 can be
considered on the merit of the case.
Steady state & Dynamic characteristics test reports on the distance protection
relays, as type test, shall be based on test programme specified in CIGRE
committee 34 report on simulator/network analyser/PTL. Alternatively, the
files generated using Electromagnetic transient Programme (EMTP) can also
be used for carrying out the above tests. Single source Dynamic tests on
transformer differential relays shall be/should have been conducted based on
general guidelines specified in CIGRE committee 34 report on Evaluation of
characteristics and performance of Power system protection relays and
protective systems.
27.1.2 The equipment/material offered in the bid should have been successfully type
tested in line with Standard and Technical Specification within the last 5 (five)
years from the date of opening of the bid. The bidder shall be required to
submit along with the offer 6 copies of the Type Test Reports duly conducted at
manufacturer/independent laboratory.
27.1.3 If there is any change in the components or design in the equipment since after
earlier passing of the Type Test, the bidder shall bring out in his offer all such
changes made in components, materials, designs etc. In such case the bidder
shall carry out the type tests at his cost and in presence of the purchaser’s
representative.
27.1.4 The purchaser reserves the right to conduct tests included in the list of Type
Tests on requisite number of samples/items from any of the lots during the
tenure of the supply, at purchaser’s cost in the presence of purchaser’s
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 153 of 175
with Relay and Protection Panels
representatives. If the equipment/material does not withstand the type test, then
the equipment/material supplied till then will be liable for rejection. The
supplier, in such eventuality, shall be allowed to modify the equipment and
type test the same again at his cost in the presence of the purchaser’s
representative. These type tests shall however be conducted by the supplier
within a reasonable time. After successful passing of the type tests, all the
equipments/materials supplied earlier shall be modified in line with the
equipment/material which have successfully passed the type test. In case
supplier fails to carry out the Type Test within reasonable time or does not
agree to carry test at his cost, his equipment/material supplied earlier shall be
rejected and order placed shall be cancelled and payments made earlier for
these suppliers shall be recovered by the purchaser.
27.1.5 If the equipment/material offered in the bid has been type tested beyond 5 years
from the date of opening of the bid, the bidder has to arrange for type testing
the equipment/material at no cost to the purchaser.
27.1.6 Notwithstanding anything stated above, the purchaser’s decision in this regard
shall be final and binding on the bidder.
All routine tests as stipulated in the relevant standards shall be carried out by
the supplier in presence of Purchaser’s representative without any extra cost.
27.2.1 Immediately after finalization of the programme of routine testing the supplier
shall give four weeks advance intimation to the purchaser to enable him to
depute his representative for witnessing the tests.
27.2.2 The supplier shall carry out all the relevant physical verifications and
functional tests at his works on all the finished Panels. Copies of these test
certificates duly endorsed by the suppliers testing engineer shall be furnished to
the Inspecting Officer of the Purchaser. The Inspecting Officer reserves the
right to insist for repetition of functional tests on any or all the panels offered
for inspection and the supplier shall arrange for the same.
i) The Bidder shall finalise with UPPTCL the quality plan for manufacturing
activities in UPPTCL format within 60days of Letter of Award, along with
the total list of numeric, static and electromagnetic relays covered by the
QP.
ii) One control copy of quality manual will be submitted within one month of
Letter of Award.
iii) Bidder shall submit the Quality Plan for Bought Out items/imported items
etc. in UPPTCL format.
iv) UPPTCL reserves the right to carry out Quality Audit on quality
management & manufacturing systems & procedures etc.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 154 of 175
with Relay and Protection Panels
v) Bidder shall furnish the QA document package in duplicate as per general
terms & condition which shall include but not be limited to following:
a) Details of Inspection/Tests/Checks carried out as per agreed QP
for main equipment.
b) Routine test & type test on all associated equipment including
disturbance recorder & event recorders, meters, indicating
instruments & cables etc. as per relevant Indian Standards/IEC
Standard.
The Guaranteed Technical particulars for the equipment being supplied shall be
provided with the bid as specified. The Bids received without guaranteed
technical particulars shall be treated as non-responsive.
30.0 DOCUMENTATION
The bidder shall furnish the dimensioned drawings along with the bid
indicating the details like components, make, quantity, ranges of meters, relays
etc., in case the bidder quotes different makes of relays he shall furnish copies
of wiring scheme and literature of all relays and sets of drawings and manuals
shall be supplied along with each panel. For further details on drawings and
documentation please refer to clause 20.0 of SPECIAL CONDITIONS OF
SPECIFICATION (Section-II).
31.1 The panels shall be packed in suitable sized strong and weather resistant
wooden cases/ crates.
31.3 All packing cases shall be marked legibly and correctly with the contractors
name and consignee’s address so as to ensure their safe arrival at their
destination and to avoid possibility of goods being lost or wrongly dispatched
on account of faulty or illegible marking.
31.4 For further details refer to clause no. 25.0 of SPECIAL CONDITIONS OF
SPECIFICATION (Section-II).
32.0 CO-ORDINATION
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 155 of 175
with Relay and Protection Panels
Any matching current transformers required may be provided and the scheme
of protection made reliable in operation. The Secondary ratings of current
transformers are of 1A/5 A and potential transformers’ secondary voltages are:
110 V / 1.732 and 110 V.
32.2 The bidder shall also prepare and supply the coordination wiring diagrams
between the control and relay panels and control switch gear as part of this
contract.
32.3 The bidder shall furnish full detailed instructions, complete with drawings and
leaflets to enable satisfactory erection and commissioning of the plant. Such
instructions should reach the Purchaser sufficiently in advance of the receipt of
the equipment in order that all the preliminary arrangement for the erection of
the equipment can be made in advance so that there will be no delay in regard
to erection as soon as the equipment is received.
33.0 TROPICALIZATION
Control room will be normally air- conditioned. All equipments shall however
be suitable for installation in a tropical monsoon area having hot, humid
climate and dry and dusty seasons with ambient conditions specified in the
specification.
All equipment shall therefore, be suitably designed and treated for normal life
and satisfactory operation under the hot and humid climatic conditions
prevalent at site. All control wiring, equipment and accessories shall be
protected against fungus growth, condensation and other harmful effects due to
tropical environment and shall be dust and vermin proof. All parts and surfaces
which are subject to corrosion shall be made of such material and shall be
provided with such protective finishes as would protect the equipment installed
from any injurious effects of excessive humidity. All electrical auxiliary
equipment shall be specifically treated for tropical conditions, and the materials
and methods for this treatment shall be approved by the Purchaser.
ANNEXURE -1
Each simplex type integrated control relay panel / control panel / relay panel
shall consist of the following :
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 156 of 175
with Relay and Protection Panels
3 pin 15 AC plug socket with switch control : 1 Set
Thermostat operated cubicle heater with switch control: 1 No.
Earth bus : 1 No.
Name plate for mounted equipment both on front panel and inside : 1 No.
Bell, Buzzer, Hooter : 1 Set
------------------------------------------------------------------------------------------------------------
Item No. 1 – 400/ 220 KV FEEDER CONTROL PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities/satisfactory operation of
substation).
v) Trip circuit supervision relays suitable for both open 6 Nos.
and closed position of circuit breakers.
vi) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
vii) 24/36 way facia annunciator scheme complete with 1 No.
auxiliary relays and control switches as per specification
with hooter & bell.
(If LED indications of BCU are insufficient to indicate
the required annunciations the annunciation scheme
shall be utilized. Combination of both can also be
utilized by selecting the lower size annuciator
scheme to meet the functionalities)
viii) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
ix) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
x) Indicating LEDs for Breaker Position, Auto Trip & Helthiness 1 Set
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 157 of 175
with Relay and Protection Panels
xi) Terminal Blocks 1 Set
xii) Auxiliary relay, CMR etc. as required by the scheme 1 LOT
xiii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 2 – 400/ 220 KV FEEDER RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
as per specification) [MAIN-I]
iii) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
as per specification) [MAIN-II]
iv) High speed trip relay (3 phase trip unit) with adequate number 2 Set.
of contacts for the complete scheme.
v) IEC Compliant BPU (Back Up Protection as per specification) 1 Set
[Acceptable in Built Features of MAIN I&II]
vi) Voltage Selector Relay [If Applicable] 1 Set
vii) IEC61850 Compliant LBB [Separate as per specification] 1 Set
viii) IEC61850 Compliant Circuit Breaker Protection 1 Set
[As per specification]
[with Check synchronization Relay, Auto Re-close functions]
ix) DR, Fault Locator[Acceptable in Built Features of MAIN I&II] 1 Set
x) Lamp for DC fail Indication 1 No.
xi) Push Button for DC fail accept 1 No.
xii) Flag relays, Carrier Receive Relay, auxiliary relay, 1 LOT
CMR, timers etc. as required by the Scheme.
xiii) DC Supervision Relay 1 Set
xiv) Under voltage Relay for Isolator/Earth Switch 2 Nos.
xv) Overvoltage Protection Scheme 1 Set
(Stage – I & II are acceptable as in-built feature
of Main-I & II respectively)
xvi) Test Blocks for relays 1 Set
xvii) Carrier In/Out Switches / Lamps as required by the Scheme 1 Set
xviii) Other general equipments / features as per general
specification of simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 3 –220 KV TRANSFORMER CONTROL PANELS (132 KV SIDE)
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 158 of 175
with Relay and Protection Panels
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) Trip circuit supervision relays suitable for both open 6 Nos.
and closed position of circuit breakers.
vi) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
vii) 24/36 way facia annunciator scheme complete with 1 No.
auxiliary relays and control switches as per specification
with hooter & bell.
(If LED indications of BCU are insufficient to indicate
the required annunciations the annunciation scheme
shall be utilized. Combination of both can also be
utilized by selecting the lower size annuciator
scheme to meet the functionalities)
viii) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
ix) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
x) Indicating LEDs for Breaker Position, Auto Trip & Healthiness 1 Set
xi) Terminal Blocks 1 Set
xii) Auxiliary relay, CMR etc. as required by the scheme 1 LOT
xiii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 4 – 220 KV TRANSFORMER RELAY PANELS (132 KV SIDE)
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Circuit Breaker Failure Protection 1 Set
(As per specification)
iii) High speed trip relay (1 phase & 3 phase trip unit) 1 Set
with adequate number of contacts for the complete scheme.
iv) Voltage Selector Relay 1 Set
v) Lamp for DC fail Indication 1 No.
vi) Push Button for DC fail accept 1 No.
vii) Auxiliary relay, CMR, timers etc. as required by the Scheme. 1 LOT
viii) DC Supervision Relay 1 Set
ix) Test Blocks for relays 1 Set
x) Flag relays, auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme
xi) Other general equipments / features as per general
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 159 of 175
with Relay and Protection Panels
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 5 – 220 KV TRANSFORMER CONTROL PANELS (220 KV SIDE)
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) Trip circuit supervision relays suitable for both open 6 Nos.
and closed position of circuit breakers.
vi) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
vii) 24/36 way facia Annunciator scheme complete with 1 No.
auxiliary relays and control switches as per specification
with hooter & bell.
(If LED indications of BCU are insufficient to indicate
the required annunciations the annunciation scheme
shall be utilized. Combination of both can also be
utilized by selecting the lower size annuciator
scheme to meet the functionalities)
viii) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
ix) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
x) Indicating LEDs for Breaker Position, Auto Trip & Helthiness 1 Set
xi) Terminal Blocks 1 Set
xii) Auxiliary relay, CMR etc. as required by the scheme 1 LOT
xiii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 6 – 220 KV TRANSFORMER RELAY PANELS (FOR HV & MV)
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
as per specification) [MAIN-I]
iii) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 160 of 175
with Relay and Protection Panels
as per specification) [MAIN-II]
iv) High speed trip relay (3 phase trip unit) with adequate number 2 Set.
of contacts for the complete scheme.
v) IEC Compliant BPU (Back Up Protection as per specification) 2 Set
vi) Voltage Selector Relay 1 Set
vii) IEC61850 Compliant CB Protection [Separate as per specification] 1 Set
viii) Overfluxing Protection Scheme 1 Set
[Acceptable in Built Features of MAIN-I&II]
ix) Overload Protection Scheme 1 Set
[Acceptable in Built Features of MAIN I&II]
x) REF Protection 1 Set
[Acceptable in Built Features of MAIN I&II]
xi) Neutral Displacement Protection 1 Set
[Acceptable in Built Features of MAIN I&II]
xii) DR, Fault[Acceptable in Built Features of MAIN I&II] 1 Set
xiii) Lamp for DC fail Indication 1 No.
xiv) Push Button for DC fail accept 1 No.
xv) Flag relays, auxiliary relay, CMR, timers etc. including 1 LOT
transformer alarms and trip functions as required by
the Scheme.
xvi) DC Supervision Relay 1 Set
xvii) Test Blocks for relays 1 Set
xviii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 7 – 220 KV BUS COUPLER CONTROL AND RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
------------------------------------------------------------------------------------------------------------
Item No. 8 – 220 KV BUSBAR PROTECTION RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Master / Main ( BB Protection 1 Set
As per specification)
iii) Bay Control Units / Modules 1Set
iv) Bay Control Unit / Modules Future 1 Set
(only Cut Outs / slots fully wired in Panels)
v) Bus Zone In / Out Switches 1 Set
vi) 12 way annunciator 1 Set
vii) DC selection switch 1 Set
viii) Lamp for DC fail Indication 1 No.
ix) Push Button for DC fail accept 1 No.
x) Auxiliary relay, CMR, timers etc. as required by the Scheme. 1 LOT
xi) DC Supervision Relay 1 Set
xii) Test Blocks for relays 1 Set
xiii) Other general equipments / features as per general
specification of Simplex panels.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 162 of 175
with Relay and Protection Panels
------------------------------------------------------------------------------------------------------------
Item No. 9 – 132 KV FEEDER CONTROL PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) Trip circuit supervision relays suitable for both open 6 Nos.
and closed position of circuit breaker
vi) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
vii) 24/36 way facia annunciator scheme complete with 1 No.
auxiliary relays and control switches as per specification
with hooter & bell.
(If LED indications of BCU are insufficient to indicate
the required annunciations the annunciation scheme
shall be utilized. Combination of both can also be
utilized by selecting the lower size annuciator
scheme to meet the functionalities)
viii) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
ix) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
x) Indicating LEDs for Breaker Position, Auto Trip & Healthiness 1 Set
xi) Terminal Blocks 1 Set
xii) Auxiliary relay, CMR etc. as required by the scheme 1 LOT
xiii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 10 – 132 KV FEEDER RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
As per specification)
iii) Trip circuit supervision relays for continuous supervision 1 Set
(pre-close and after close supervision) of trip coil I & II
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 163 of 175
with Relay and Protection Panels
circuit breaker having 2 coils of trip coils
(each trip coil is common to all 3 phases)
iv) High speed trip relay (3 Phase trip unit) with adequate number 2 Nos.
of contacts for the complete scheme.
v) Back Up Protection (as per specification) 1 Set
vi) IEC61850 Compliant LBB [Separate as per specification] 1 Set
vii) IEC61850 Compliant Circuit Breaker Protection 1 Set
[As per specification]
[with Check synchronization Relay, Auto Re-close functions]
viii) Disturbance recorder (as per specification) 1 Set
[If not included in bay Protection Unit as above]
ix) Distance to Fault Locator (as per clause specification) 1 Set
[If not included in Bay Protection Unit as above]
x) Voltage Selector Relay 1 Set
xi) Lamp for DC fail Indication 1 No.
xii) Push Button for DC fail accept 1 No.
xiii) Flag relays, auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme.
xiv) DC Supervision Relay 1 Set
xv) Test Blocks for Relay 1 Set
xvi) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 11 – 132 KV BUS COUPLER CONTROL AND RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunction Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
As per specification)
vi) Trip circuit supervision relays for continuous supervision 1 Set
(pre-close and after close supervision) of trip coil I & II
circuit breaker having 2 coils of trip coils
(each trip coil is common to all 3 phases)
vii) High speed trip relay (3 Phase trip unit) with adequate number 1 Set
of contacts for the complete scheme.
viii) Voltage Selector Relay (If required) 1 Set
ix) Lamp for DC fail Indication 1 No.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 164 of 175
with Relay and Protection Panels
x) Push Button for DC fail accept 1 No.
xi) Flag relays, auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme.
xii) DC Supervision Relay 1 Set
xiii) Test Blocks for Relay 1 Set
xvii) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 12 – 132 KV BUSBAR PROTECTION RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) IEC-61850 Compliant Master / Main (BB Protection 1 No.
As per specification)
iii) Bay Control Units (to be connected on fiber to main unit) 8 Nos.
iv) Bay Control Unit Future (only Cutout with Wiring) 2 Nos.
v) Bus Zone In / Out Switches 1 Set
vi) 12 way annunciator 1 Set
vii) DC selection switch 1 Set
viii) Lamp for DC fail Indication 1 No.
ix) Push Button for DC fail accept 1 No.
x) Auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme.
xi) DC Supervision Relay 1 Set
xii) Test Blocks for Relay 1 Set
xiii) Other general equipments / features as per general
specification of Simplex panels.
--------------------------------------------------------------------------------------------------------
Item No. 13 – 33 KV FEEDER CONTROL AND RELAY PANELS
Simplex panels as required equipped with the following and fully wired :
--------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunctional Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) IEC-61850 Compliant Bay Protection Unit (Main Protection 1 No.
as per specification, Non directional O/C & E/F)
vi) Trip circuit supervision relays for continuous supervision 1 Set
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 165 of 175
with Relay and Protection Panels
(pre-close and after close supervision) of trip coil
vii) High speed trip relay (3 Phase trip unit) with adequate number 2 Nos.
of contacts for the complete scheme.
viii) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
ix) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
x) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
xi) Indicating LEDs for Breaker Position, Auto Trip & Healthiness 1 Set
xii) Disturbance recorder (as per specification) 1 Set
[If not included in bay Protection Unit as above]
xiii) Voltage Selector Relay 1 Set
xiv) Lamp for DC fail Indication 1 No.
xv) Push Button for DC fail accept 1 No.
xvi) Flag relays, auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme.
xvii) DC Supervision Relay 1 Set
xviii) Test Blocks for Relay 1 Set
xix) Other general equipments / features as per general
specification of Simplex panels.
--------------------------------------------------------------------------------------------------------
Item No. 14 – 132/ 33 KV 40MVAR/ 10MVAR CAPACITOR BANK C&R PANELS
Simplex panels as required equipped with the following and fully wired :
--------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Multifunctional Panel Meter : 1 No.
iii) Energy Meter (ABT Compliant Trivector meter, 1 No.
Accuracy: 0.2, SCADA Compatible)
iv) IEC-61850 Complaint Bay Control Unit : 1 No.
(having all functions such as control, supervisory, monitoring,
Measuring, synchro-check, interlock, pole discrepancy etc.
for meeting the functionalities / satisfactory operation of
substation).
v) IEC-61850 Compliant Bay Protection Unit 1 No.
(as per specification, Non directional O/C & E/F Protection)
vi) Trip circuit supervision relays for continuous supervision 1 Set
(pre-close and after close supervision) of trip coil
vii) High speed trip relay (3 Phase trip unit) with adequate number 2 Nos.
of contacts for the complete scheme.
viii) Emergency Trip Switch for Circuit Breaker (in emergency 1 No.
conditions of bay IED outage)
ix) Three phase 4 wire link type test terminal block of current 1 Set
rating 15 amp. For testing of trivector meters.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 166 of 175
with Relay and Protection Panels
x) Two position locking pattern switch stay put type with 1 No.
pistol grip handle for trip transfer. i) Trip transfer
ii) Normal [If it is not achieved through the Soft Logics]
xi) Indicating LEDs for Breaker Position, Auto Trip & Healthiness 1 Set
xii) Disturbance recorder (as per specification) 1 Set
[If not included in bay Protection Unit as above]
xiii) Voltage Selector Relay 1 Set
xiv) Lamp for DC fail Indication 1 No.
xv) Push Button for DC fail accept 1 No.
xvi) Flag relays, auxiliary relay, CMR, timers etc. as required 1 LOT
by the Scheme.
xvii) DC Supervision Relay 1 Set
xviii) Test Blocks for Relay 1 Set
xix) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 15 – SUBSTATION AUTOMATION SYSTEM NETWORK PANEL
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No.
ii) Managed Ethernet Switches 24 Ports 2 Set
(24 port 10/100/1000 TX + 4 Uplink 10/100/1000 FX)
(Suitable with Substation DC Supply)
iii) LIU / Jack Panels (Rack Mountable) 1 LOT
iv) SC Adapter & Pigtails 1 LOT
v) 1 mtr Fiber Patch Cord 1 LOT
vi) Lamp for DC fail Indication 1 No.
vii) Push Button for DC fail accept 1 No.
viii) DC Supervision Relay 1 No.
ix) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 16 – SUBSTATION NETWORK PANEL
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No
ii) Managed Ethernet Switches 24 Ports 2 Set
(as per requirement + 4 Spare)
(24 port 10/100/1000 Base FX + 4 No 10/100/1000 Base FX)
(Suitable with Substation DC Supply)
iii) LIU (Rack Mountable) 1 LOT
iv) SC Adapter & Pigtails 1 LOT
v) 1 mtr Fiber Patch Cord 1 LOT
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 167 of 175
with Relay and Protection Panels
vi) Lamp for DC fail Indication 1 No.
vii) Push Button for DC fail accept 1 No.
viii) DC Supervision Relay 1 Set
ix) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 17 – TIME SYNSCHRONIZATION AND GATEWAY PANEL
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No
ii) Time Synchronization Equipment (TSE) 1 No.
iii) Master Display Unit (LED) 100 mm Size 1 No.
(to be synchronized from TSE)
iv) Gateway to RCC & SLDC (Fitting only) 1 Set
v) Modems (Fitting Only) 1 Set
vi) Lamp for DC fail Indication 1 No.
vii) Push Button for DC fail accept 1 No.
viii) DC Supervision Relay 1 Set
ix) Other general equipments / features as per general
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
Item No. 18 – SUBSTATION AUXILIARY MONITORING PANEL
Simplex panels as required equipped with the following and fully wired :
------------------------------------------------------------------------------------------------------------
i) Circuit identification label : 1 No
ii) IEC-61850 Complaint Bay Control Unit 1 No.
(having all functions such as control, supervisory,
monitoring, Measuring of all the LT Transformers,
LT AC/DC Supplies, Fire Fighting, Air-Conditioning,
Automatic Supply Changeovers DG Set,
Ambient Temperatures, battery System, PLCC Panels
Counters etc. for meeting the functionalities / satisfactory
auxiliary operation of substation)
[BCU shall be equipped with sufficient Analog, Digital input/
output Cards alongwith communication ports / Photocols such
as modules RTU etc. for interfacing transducers and further
interface on Substation SCADA on IEC-61850 to transfer of
events/ alarms and other measured parameters for monitoring]
iii) 24/36 way facia annunciator scheme complete with auxiliary 1 No.
relays and control switches as per specification with hooter
& bell
iv) Auxiliary relay, CMR etc. as required by the scheme 1 LOT
v) Other general equipments / features as per general
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 168 of 175
with Relay and Protection Panels
specification of Simplex panels.
------------------------------------------------------------------------------------------------------------
NOTE:
1. The panels are optimized in view of the space limitations in Control Room. It
is assumed that, various functionalities/ items (except those required
mandatorily external to BCU/ BPU or as per protection requirement in separate
device) already integrated/ in-built in modern BCU/BPU shall be put to fullest
use so as to reduce the panel requirements.
2. However the items and their quantities shown in this schedule are indicative in
nature and for general guidance of the Bidders. Bidders shall quote all items /
panels required for completion of the control and protection scheme for the
substation and later on no extra price implication shall be considered for
payment.
ANNEXURE -2
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 169 of 175
with Relay and Protection Panels
GENERAL ANNUNCIATION WINDOW / LED CONFIGURATION
REQUIREMENTS
TRIP ALARMS
TRIP ALARMS
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 170 of 175
with Relay and Protection Panels
19. Breaker lockout.
20. Auto re-close operated.
21. Carrier receive.
22. Spare. Two nos.
TRIP ALARMS
4. 33 KV FEEDER
TRIP ALARM
1. OCR operated
2. EFR operated
TRIP ALARMS
TRIP ALARMS
1. Protection DC Fail
2. VT not Selected.
3. CB Trip Circuit-1 Faulty.
4. CB Trip Circuit-2 Faulty.
5. CB Low Air Pressure.
6. CB Low SF 6 Gas Pressure.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 172 of 175
with Relay and Protection Panels
7. CB Low Air / SF6 Gas Pressure Lockout.
8. CB Pole Discrepancy Trip.
9. Control Board AC Supply Fail.
7. 132 / 33 KV TRANSFORMERS
TRIP ALARMS
TRIP ALARMS
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 173 of 175
with Relay and Protection Panels
4. Carrier failure.
5. SF6 gas pressure low.
6. Air pressure low.
7. DC fail to distance protection / control circuit.
8. Breaker lockout.
9. Spare six nos.
TRIP ALARM
TRIP ALARM
TRIP ALARM
1. OCR operated
2. EFR operated
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 174 of 175
with Relay and Protection Panels
1. Trip circuit supervision alarm TC
2. SF6 gas pressure law.
3. Air pressure low.
4. Breaker lockout.
5. Spares 4 nos.
6. DC fail.
______________________________________________________________________
Technical Specification_ Sub-Station Automation System Page 175 of 175
with Relay and Protection Panels
BATTERY AND BATTERY CHARGER
CONTENTS
_____________________________________________________________________
Clause No. Description
__________________________________________________________
1.1 General Technical Requirements
1.2 Battery
1.3 Battery Charger
1.4 The Power Supply System for SCADA System
1.1.1. All materials/components used in battery chargers and batteries shall be free from
flaws and defects (maintenance free) and shall conform to the relevant Indian/IEC
standards and good engineering practice.
1.1.2. For 400 kV sub-stations, DC System shall consist of two(2) float-cum-boost chargers
and two(2) battery sets for each of 220V and 48 V systems respectively. The standard
scheme drawing is enclosed with this specification. The capacity of the battery
indicated in the specification is tentative. The contractor shall design the size and
capacity. However the capacity shall be decided for a 10 hour discharge rate.
1.1.3. Bidder shall select number of cells, float and Boost voltage to achieve following
system requirement:
System Maximum Voltage Minimum voltage available when no Minimum
Voltage during Float charger working and battery fully Nos. of
operation discharged upto 1.85V per cell. cell
220 Volt 242 Volt 198 Volt 110
48 Volt 52.8 Volt 43.2 Volt 24
Bidder shall furnish calculation in support of battery sizing, selection of number of
cells, float and Boost voltages during detailed engineering for Purchaser’s acceptance.
Battery sizing calculations shall be done as per IEEE- 485 on the basis of following
duty cycle:
220V DC Load Duration Type Of Loads
System
Continuous Load 3 hours Relays, IEDs, Station HMIs, spring
charging, Isolator interlocking load,
Miscellaneous permanently connected
loads etc.
Emergency Load 1 hour Substation emergency lighting loads
Momentary Load 1 minute Breaker closing, Tripping loads
(taking simultaneous occurrence as
per system)
48V DC Continuous Load 3 hour Continuous Load associated with
System communication network.
Momentary Load 15 minute Loads associated with communication
network.
1.2.1. Type
The DC Batteries shall be VRLA (Valve Regulated Lead-Acid) type and shall be
Normal Discharge type. These Batteries are intended to be used in air-conditioned
atmosphere and shall be suitable for a long life under continuous float operations and
occasional discharges. The 220 V DC system is unearth and 48 V DC system is + ve
earth system.
1.2.3. Containers
The container material shall have chemical and electro-chemical compatibility and
shall be acid resistant. The material shall meet all the requirements of VRLA batteries
and be consistent with the life of battery. The container shall be fire retardant and shall
have an Oxygen Index of at least 28%. The porosity of the container shall be such as
not to allow any gases to escape except from the regulation valve. The tensile strength
of the material of the container shall be such as to handle the internal cell pressure of
the cells in the worst working condition.
Cell shall not show any deformity or bulge on the sides under all working conditions.
The container shall be capable of withstanding the rigours of transport, storage and
handling. The containers shall be enclosed in a steel tray.
1.2.5. Separators
The separators used in manufacturing of battery cells, shall be of glass mat or synthetic
material having high acid absorption capability, resistant to sulphuric acid and good
insulating properties. The design of separators shall ensure that there is no
misalignment during normal operation and handling.
1.3.9. MCCB
All Battery Chargers shall have 2 Nos. MCCBs on the input side to receive cables from
two sources. Mechanical interlock should be provided such that only one shall be
closed at a time. It shall be of P2 duty and suitable for continuous duty. MCCB’s
should have auxiliary contacts for annunciation.
1.3.12. Instruments
One AC voltmeter and one AC ammeter alongwith selector switches shall be provided
for all chargers. One DC voltmeter and DC ammeter (with shunt) shall be provided for
all Chargers. The instruments shall be flush type, dust proof and moisture resistant. The
instruments shall have easily accessible means for zero adjustment. The instruments
1.3.14. Fuses
All fuses shall be HRC Link type. Fuses shall be mounted on fuse carriers which are in
turn mounted on fuse bases. Wherever it is not possible to mount fuses on carriers,
fuses shall be directly mounted on plug-in type base. In such case one insulated fuse
pulling handle shall be supplied for each charger. Fuse rating shall be chosen by the
Bidder depending on the circuit requirement. All fuses in the chargers shall be
monitored. Fuse failure annunciation shall be provided on the failure of any fuse.
.
1.3.15. Blocking Diode
Blocking diode shall be provided in the positive pole of the output circuit of each
charger to prevent current flow from the DC Battery into the Charger.
1.3.19. Painting
All sheet steel work shall be pre-treated, in tanks, in accordance with IS:6005.
Degreasing shall be done by alkaline cleaning. Rust and scale shall be removed by
pickling with acid. After pickling, the parts shall be washed in running water. Then
these shall be rinsed in slightly alkaline hot water and dried. The phosphate coating
shall be `Class-C’ as specified in IS:6005. Welding shall not be done after phosphating.
The phosphating surfaces shall be rinsed and passivated prior to application of staved
lead oxide primer coating. After primer application, two coats of finishing synthetic
enamel paint of shade-692 (smoke grey) of IS:5 shall be applied, unless required
1.3.20. TESTS
1.3.20.1. Battery chargers shall conform to all type tests as per relevant Indian Standard.
Performance test on the Chargers as per Specification shall also be carried out on each
Charger as per specification. Rectifier transformer shall conform to all type tests
specified in IS: 4540 and short circuit test as per IS:2026. Following type tests shall be
carried out for compliance of specification requirements:
i) Voltage regulation test
ii) Load limiter characteristics test
iii) Efficiency tests
iv) High voltage tests
v) Temperature rise test
vi) Short circuit test at no load and full load at rated voltage for sustained short circuit.
vii) Degree of protection test
viii) Measurement of ripple by oscilloscope.
ix) Temperature compensation feature demonstration
1.3.20.2. The Contractor may be required to demonstrate to the PURCHASER that the Chargers
conform to the specification particularly regarding continuous rating, ripple free output,
voltage regulation and load limiting characteristic, before dispatch as well as after
installation at site. At site the following tests shall be carried out :
i) Insulation resistance test
ii) Checking of proper annunciation system operation.
1.3.20.3. If a Charger fails to meet the specified requirements, the Contractor shall replace the
same with appropriate Charger without affecting the commissioning schedule of the
Sub-station, and without any extra cost to the PURCHASER.
1.3.20.4. The Contractor shall present for inspection, the type and routine test certificates for the
following components whenever required by the PURCHASER.
(i) Switches.
(ii) Relays/MCCBs
(iii) Instruments.
(iv) DC fuses.
(v) SCR.
(vi) Diodes.
(vii) Condensers.
(viii) Potentiometers.
(ix) Semiconductor
(x) Annunciator.
(xi) Control wiring
(xii) Push buttons and contactors.
The SCADA system CS 48/1900 is a new, convection–cooled (CS) type and shall be
provided with a non–interruptible power supply for telecommunications equipment. The
Power supply system shall be consisting of rectifier modules, the battery connection, DC
distribution and controller with Modular build-up so-that the system can be extended
without any problems.
The system shall perform the following tasks:
Protect sensitive consumer groups against interruption of the power supply. In the
event of a mains power failure, the batteries shall take over the task of supplying
power to the consumer without interruption.
Supply the consumer with a stabilized voltage. Voltage variations caused by
switching processes are regulated out.
Supply the batteries with a tightly – controlled charge maintenance voltage.
Isolates the mains and consumer circuits from one another at all stages of the
power.
Prevents interference pulse breakthrough or transmission from or to the mains by
means of appropriate filters.
Provides reliable monitoring and rapid alarm triggering in the events of a fault.
In normal operation, current shall be supplied to the consumers via the rectifier modules.
The consumers, the batteries and the rectifiers shall be connected in parallel. As well as
the load current, the rectifier modules shall also supply the charging current for the
batteries.
If a mains power failure occurs, the batteries shall take over supplying power to the
consumer without interruption.
When the mains power returns, the consumers and the batteries shall be supplied by the
rectifier modules again. Battery recharging shall be done automatically.
Boost charge
If mains power failure or rectifier failures occurs, the batteries shall be recharged
automatically when power returns. The charging process shall be current controlled.
The charging duration shall be determined by the controller using the battery current.
Equalizing (options)
After time periods defined by the user (i.e. one month) a periodic battery charge shall be
performed automatically. For that aim the system voltage shall be raised during a defined
duration of a higher level. If several batteries are connected in parallel to the system, they
shall all be charged together.
1.4.3 Specifications
General
Input
Output
Output voltage range, adjustable 40….60V
Battery
Rated Voltage 48V DC
Capacity 330AH
Type Sealed Maintenance free type
Page 1 of 31
Technical Specification_Energy Meters_CMRI
ENERGY METERS
CONTENTS
1.0 Standards
2.0 Principal Parameters
3.0 Technical Requirements
4.0 Demonstration
5.0 Tamper and Anomaly Detection Features
6.0 Anamoly Detection Logic
7.0 Anamoly Persistance Time
8.0 Accuracy Requirement
9.0 Electrical Requirement
10.0 Electro-Manetic Compatibility & Interference Requirement
11.0 Mechanical Requirement
12.0 Climatic Influence Requirement:
13.0 Life Expectancy
14.0 Modems
15.0 Self Diagnostic Features
16.0 Sealing of The Meter
17.0 Guranteed Technical Particulars
18.0 Tests
19.0 Inspection
20.0 Standard Testing Laboratories
21.0 Quality Assurance Plan
22.0 List of Drawings And Documents:
23.0 Packing & Forwarding :
24.0 General
25.0 Installation and Commissioning
26.0 Guarantee
27.0 After Sales Support and Training
CONTENTS
1.0 Standards
Page 2 of 31
Technical Specification_Energy Meters_CMRI
2.0 Principal Parameters of CMRI
3.0 General Technical Requirements of CMRI
4.0 Physical Interface of CMRI
5.0 Hardware and Software Requirement of CMRI
6.0 Communication Protocol and Software of CMRI
7.0 Data Security
8.0 Type Tests for CMRI
Page 3 of 31
Technical Specification_Energy Meters_CMRI
TECHNICAL SPECIFICATIONS FOR MICROPROCESSOR BASED
THREE PHASE FOUR WIRE 0.2s ACCURACY CLASS STATIC
ELECTRONIC TRIVECTOR ENERGY METERS
1.0 STANDARDS
1.1 The meters shall conform (for testing, performance and accuracy) in all respects
the relevant Indian/International standards with latest amendments thereof unless
otherwise specified.
IEC 297-2, IEC 297-3 - For Sub Racks and associated plug-in units.
(Applicable for 19" Rack mounted meters)
CBIP technical report no. 111 (with latest amendments) – Specification for
common meter reading instrument.
IEC 1268(1995) – Alternating Current Static Var hour meters for reactive energy.
Color for ready mixed paints IS 5 (For Metering Cubicle, in case of Rack
Mounted Meters)
When the equipment offered by the tenderer conforms to standards other than
those specified above, salient points of difference between standards adopted and
standards specified in this specification shall be clearly brought out in the relevant
schedule and copy of such standards along with their English translation shall
invariably be furnished along with the offer.
Page 4 of 31
Technical Specification_Energy Meters_CMRI
2.0 PRINCIPAL PARAMETERS
3.1 The energy meters shall be indoor type connected with the secondary side of out
door current and voltage transformers.
3.2 This specification covers the design, engineering, manufacturing, assembly, and
testing before supply and delivery at site supply, installation, testing at site and
successful commissioning of CT and VT operated microprocessor based 3-phase
4-wire metering system with 0.2s accuracy class energy meters , associated
essential equipments, along with accessories, and associated Base Computer
Software (as detailed in this specification). One static type composite meter along
with one check meter shall be installed for each circuit, as a self-contained device
for measurement of power transmittals, as described herein, in each successive 15
minute block, and certain other functions, detailed in the following paragraphs.
All meters shall have features for effectively compensating for the errors caused
due to the lower accuracies of the existing CTs and VTs, and shall also be capable
for implementing the Availability Based Tariff (ABT) on user configurable data.
The metering system shall be capable for transferring all the required metering
data of each substation to remote computers on line and on real time basis, (supply
of computers is not under the scope of this specification) via VSAT (under
installation) to a central location.
The metering system shall include a MODEM also for transferring all the relevant
metering data of each substation to remote computers (supply of computers is not
under the scope of this specification and shall be arranged by the Purchaser) via
PSTN /microwave/power line carrier communication network/SCADA/VSAT,
using standard protocols.
3.3 The material shall, however, conform in all respects to the best industry
standards of engineering, design and workmanship and shall be capable of
performing for continuous commercial operation in a manner acceptable to the
Purchaser, who will interpret the meanings of drawings and specification and shall
have the power to reject any work or material which in his judgment is not in
Page 5 of 31
Technical Specification_Energy Meters_CMRI
accordance therewith. The offered equipment shall be complete in all respects
including all components, accessories and devices for effective and trouble free
operation according to the specifications. Such components and devices shall be
deemed to be within the scope of tenderer’s supply irrespective of whether they
are specifically brought out in the purchase order or not.
If desired, the supplier may be required to coordinate with the prospective VSAT
vendor to ensure that the supplied meters are successfully integrated with the
VSAT system.
The meters shall be suitable for being connected directly through its terminal
block to voltage transformers (VTs) having a rated secondary line- to- line voltage
of 110 V, and to current transformers (CTs) having a rated secondary current of
1A. Any further transformers/transducers required for their functioning shall be in-
built in the meters. Necessary isolation and/or suppression shall also be built-in,
for protecting the meters from surges and voltage spikes that occur in the VT and
CT circuits in extra high voltage switchyards.
3.4 The active energy (Wh) measurement shall be carried out on 3 phase, 4 wire
principle with an accuracy as per class 0.2 of IEC –687 1992-06 (Second edition).
The energy shall be computed directly in CT and VT secondary quantities, and
indicated in watt-hours. The meters shall compute the active energy and load
import (W&Wh), active energy and load export (W&Wh) from the substation
busbars during each successive 15 minute block, and store it in its memory. It shall
also display on demand the 15 - minute energy (Wh) (Import and Export Shall be
displayed in separate registers, or with a +/- sign) for the previous 15- minute
block. Additionally, the meter shall also display cumulative active energy import
(Wh) and active energy export (Wh) using same option.
Meters shall be suitable for working under balanced/ unbalanced loads at full
power factor range i.e. Zero lag-Unity-Zero lead. The display shall preferably
indicate direct values without having to apply any multiplying factor.
3.5 The meter shall continuously compute the average of the RMS values
(fundamental only) of the three line-to-neutral VT secondary voltage as a
percentage of 63.51 V and display the same on demand.
3.6 The meter shall also compute the reactive power (VAR) on 3-phase, 4-wire
principle, with an accuracy as specified in clause 3.4 and integrate the reactive
energy (VARh) algebraically into two separate registers, one for the period for
which the average RMS voltage is 103% or higher and the other for the period for
which the average RMS voltage is below 97.0%. The current reactive power
(VAR), with a minus sign if negative and cumulative reactive energy (VARh)
readings of the two registers shall be displayed on demand. The readings of the
two registers at each midnight shall also be stored in the meter’s memory.
Page 6 of 31
Technical Specification_Energy Meters_CMRI
3.7 The meters shall fully comply with all stipulations in IEC Publication 687 1992-06
(Second Edition) for 0.2s class Static watt-hour meters, except those specifically
modified by this specification. The reference ambient temperature shall be 27+/-
02°C
3.8 Errors shall comply with CBIP recommendations for all power factor angles from
0 to 360 degrees. For reactive power (VAR) and reactive energy (VARh)
measurement limits of errors for both active as well as reactive energy in all the
four quadrants shall be in accordance to IEC 687, as detailed herein separately.
3.9 The meter display shall preferably be of dot matrix format Alfa numeric LCD
(with back-lit) or LED type. Suitable protected and sealable enclosure shall be
provided for conveniently accessing all the metering data using soft keypad.
3.10 The three line-to-neutral voltages shall be continuously monitored. In case any of
these falls below a value likely to cause malfunctioning of the meter, a visual
indication/display shall appear which shall go off if all three voltages become
normal. The time blocks in which such a voltage failure occurs/persists shall also
be recorded in the meters memory.
3.11 The meters shall normally operate with the power drawn through the VT supply.
The total burden imposed by a meter for measurement or operation shall not
exceed 10VA on any of the phases. An automatic backup for continued operation
of the meter’s calendar & clock, and for retaining all data stored in its memory,
shall be provided through a long life battery, which shall be capable of supplying
the required power for at least two years. The meters shall be supplied duly fitted
with the batteries, which shall not require to be changed for at least ten years, as
long as total VT supply interruption does not exceed two years.
The metering system shall be capable to switch over to the DC auxiliary power
supply (110V), in the event of auxiliary supply failure. The design should enable
the VT supply to be switched automatically between the VT or DC voltage,
depending upon, which is available. The system shall have a provision for power
supply back up and shall continue to work even if any one of the above are
present. No data loss shall take place between supply change over and supply
failure events shall also be logged.
The data shall be retained even after the failure of 110V VT as well as 220V DC
supply.
3.12 Each meter shall have a built in calendar and clock, having an accuracy of +/-02
minutes per year or better. The calendar and clock shall be correctly set at the
manufacturer’s works. The date (day-month-year) and time (hour-min-sec) shall
be displayed on the meter front on demand. Only limited clock adjustment by
authorized users shall be possible at site, using the MRI or remotely using time
synchronization signal through remote network. All clock corrections shall be
registered in the meters memory and suitably shown on print out of collected data.
Page 7 of 31
Technical Specification_Energy Meters_CMRI
3.13 Each meter shall have a unique identification code, which shall be marked
permanently on its front, as well as in its memory. All members supplied to
UPPTCL as per this specification shall have their identification code starting with
“UP”, which shall not be used for any other supplies. UP shall be followed by a
dash and a four digit running serial number, further followed by a dash and “A”.
(‘A’ being adopted to indicate 1Amp CT secondary).
3.14 Each of the metering system shall measure and display the following quantities/
parameters as required:
c) Real Time
d) Date (dd-mm-yy)
i) Cumulative Reactive energy for the voltage high condition. (ie. Net kVarh
when RMS voltage >103%Vn.
j) Cumulative Reactive energy for voltage low condition. (ie. Net kVarh
when RMS voltage <97%Vn.
i) R Phase Line Current ii) Y Phase Line Current iii) B Phase Line
Current.
n) Instantaneous Frequency.
Page 8 of 31
Technical Specification_Energy Meters_CMRI
q) Instantaneous Reactive Load in kVar.
a) Cumulative active energy import reading (kWh) of predefined date & time
for monthly billing purpose.
b) Cumulative active energy export reading (kWh) of predefined date
& time for monthly billing purpose.
3.16 Each meter shall have a non-volatile memory in which the following shall be
automatically stored:
15-minute average of the above parameters shall be available for last at least 35
days. The load survey data should be available in the form of bar charts as well as
in spreadsheets. The BCS shall have the facility to give complete time
synchronized load survey data both in numeric and graphic form.
The offered metering system shall store the midnight values of the following
electrical parameters:
Page 9 of 31
Technical Specification_Energy Meters_CMRI
The meters shall store all the above listed data in their memories for a period of
minimum thirty five (35) days.
3.18 Each meter shall have an optical port on its front for tapping all data stored in its
memory. Portable or hand held Common Meter Reading Instruments (CMRI) shall
be used for this purpose to serve as the interface between the meters specified
above and the local personal computers (PC). The overall intention is to transmit
the desired data on line in real time and also tap the data stored in the meter’s
memories once a week/month, and dump the same via CMRI to a PC running the
BCS software, via an independent communication bus architecture. It shall also be
possible to obtain a print out (hard copy) of all data collected from the meters,
using the local PC.
The whole system shall be such as to provide a print out (both from the local PC,
and from remote central computer) in a user defined format to be informed later
on. The BCS software shall be programmed to get customized outputs.
Each meter shall also have a visual test output device having either a single switch
able output device or two separate output devices for checking the accuracy of
active energy (Wh) as well as reactive energy (Varh). Suitable pulsing rate shall be
adopted for wh and varh measurements.
3.19 The meters shall safely withstand the usual fluctuations arising during faults etc.
In particular, VT secondary voltage 115% of rated voltage applied continuously
and 190% of rated voltage applied for 3.0 seconds, and CT secondary current
150% of rated current applied continuously and 30 times of rated applied for 0.5
seconds shall not cause any damage to or mal-operation of the meters. The
immunity to external magnetic field shall be strictly as per latest CBIP
recommendations.
3.21 The meters shall also withstand without any damage or mal operation, reasonable
Page 10 of 31
Technical Specification_Energy Meters_CMRI
mechanical shocks, earthquake forces, ambient temperature variations, relative
humidity etc. They shall have not less than an IP-51 category of construction, and
shall be capable of satisfactory operation in an indoor, non-air-conditioned
installation.
3.22 The meters shall continue to function, as specified above, in case of failure of one
or two phases of VT supply. In case of a complete VT supply failure, the
computation of average frequency shall be done only for the period during which
the VT supply was available in the 15 minute block. Any time block contraction or
elongation for clock correction shall also be duly accounted for.
3.23 The harmonics shall be filtered out while measuring Wh, VAR and VARh, and
only fundamental qualities shall be measured/computed.
3.24 Meters shall be able to store reactive energy consumption during the specified
peak hour period in addition to total active energy consumption.
Peak hours period will be intimated to the successful bidder. It shall be possible to
retrieve this data through communication ports. Meters shall also be able for
implementing the TOD consumption on multiple tariff rates on per day basis.
3.25 It is also desirable that the metering system shall provide a facility for
automatically indicating and logging of those events also wherein the readings of
main meter and check meter have deviated beyond certain limits prescribed by the
user.
3.26 It shall be feasible at site itself to program/feed the EEPROM/flash BIOS of the
meters responsible for holding the CT and VT error curves by the user through
password authentication. The installation of metering system shall not be treated
as complete unless this feature is successfully demonstrated using sample curves.
4.0 DEMONSTRATION
The meters shall have an appropriate recording system whereby any attempt of
tampering the meter is promptly registered with date and time tagging. The system
should be able to provide the following information pertaining to tampering events
taken place since last demand reset.
The meter should have features to detect the occurrence and restoration of, at least,
the following anomaly:
5.1 Potential Imbalance: The meter shall be capable of detecting and recording
Page 11 of 31
Technical Specification_Energy Meters_CMRI
occurrence and restoration of unbalance of voltage. In case of occurrence of such
an event a pulse output shall be given through a volt free contact. The rating of the
contact shall be 220 DC, 100mA.
5.2 Current Imbalance: The meter shall be capable of detecting and recording
occurrence and restoration of unbalance of current. In case of such a event a pulse
output shall be given through a volt free contact. The rating of the contact shall be
220V DC, 100mA.
Logic for calculation of voltage and current imbalance shall be furnished by the
tenderer. Last 20 such events shall be stored in the meter.
5.3 Missing potential: The meter shall be capable of detecting and recording
occurrences and restoration of missing potential (1 phase or 2 phase) which can
happen due to intentional/ accidental disconnection of potential leads, alongwith
the total number of such occurrences for all phases. Absence of one or more phase
voltage from mains side should not be recorded as missing potential.
5.4 CT polarity reversal: The meter shall be capable of detecting and recording
occurrences and restoration of CT polarity reversal of one or more phases.
5.5 CT Short (Bypass)/ Open: The meter shall be capable of detecting and recording
occurrences and restoration of shorting (bypassing)/ opening of any one or two
phases of CT when the meter is connected to a 3 phase 4 wire system. This feature
shall not be available if and when the meter connected to a 3 phase 3 wire system.
5.6 Snap shorts (numerical values) of voltage, current, power factor and energy (k
Wh) readings as well as the date and time of logging of the occurrence and
restoration of all anamoly events, subject to meter-memory and available for
retrieving through the meter’s optical port via CMRI and down loading to the
BCS.
5.7 Minimum eighty (80) events (occurrence and restoration) of all types of anamoly
with date and time shall be available in the meter memory on first-in, first-out
basis. It shall be possible to retrieve the anamoly data alongwith all related snap
shots data through the meter’s optical port with the help of a CMRI and download
the same to the BCS where it shall be available in simple and easily
understandable format.
5.8 The threshold values for voltage, current and PF etc. for the purpose of logging
Page 12 of 31
Technical Specification_Energy Meters_CMRI
occurrence and restoration of various type of anamoly will be mutually decided by
the purchaser and bidder. The bidder, however, propose these values in their
offer.
5.9 If all the voltages are not available, power OFF event should be logged and power
ON event should be logged when supply when supply is available. The power ON
and OFF even should be loged with date and time.
A properly designed meter anamoly logic should be provided. The anamoly logic
should be capable of discriminating the system abnormalities from source side and
load side and should not log/record anamoly due to source side abnormalities.
Compartment No.1:
50% of total anamoly memory space shall be allocated for the following current
related anamolies:
CT polarity reversal
CT open circuit
CT short (bypass)
Compartment No. 2:
25% of total anamoly memory space shall be allocated for missing potential
anamolies.
Compartment No. 3:
25% of total anamoly memory space shall be allocated for current unbalance
anamolies.
Compartment No. 4:
Twenty (20) events of power ON/OFF.
Once one or more compartments have become full, the last anamoly event
pertaining to the same compartment will be entered and the earlier (first one)
anamoly even should disappear. Thus, in this manner each succeeding anamoly
event will replace the earliest recorded event, compartment wise. Event of one
compartment/category should overwrite the events of their own compartment/
category only.
Bidders may indicate alternate proposals for the anamoly detection and logging
scheme.
Page 13 of 31
Technical Specification_Energy Meters_CMRI
display as well as at the BCS end.
The meter shall meet the mechanical requirements as specified in the relevant
standards described in clause 1.0 of this specification.
The meter shall meet dry heat/cold/damp heat cyclic test requirements as per the
relevant standards described in clause 1.0 of this specification.
The metering system shall be designed to meet the life expectancy of 20 years.
14.0 MODEMS
The modems will be supplied with metering system for remote data transfer
through PSTN line. The modem shall conform to BABT standard for data
communication and shall communicate with system at 1200 Baud over PSTN
lines. The modem shall conform to V.22 data transmission standard recommended
by CCITT. Suitable device to protect the metering system from surges on
telephone lines shall be provided with the metering system. The device shall
protect the system for upto 6 KV surge on common mode and differential mode.
Page 14 of 31
Technical Specification_Energy Meters_CMRI
The modern shall be suitable for 56 Kbps or faster.
The meter shall have the facility of continuous and automatic monitoring of the
healthiness of its various electronic devices and circuits. In case of malfunctioning
of any of the device and circuit, the meter shall indicate the same with convenient
means.
15.3 All meters within one enclosure shall be connected to a common data highway
through a standard RS232C link. A suitable MODEM to communicate via
PSTN/Microwave/PLCC/VSAT/SCADA at a minimum speed of 56 kbps should
be provided for data exchange with remote computer.
15.4 The MODEM and the power supplies with suitable switching arrangement as
described at 7.1 shall be suitably partitioned from main metering system.
15.5 The front side of the meter shall be clearly accessible for accessing the data
directly or through the MRI.
Page 15 of 31
Technical Specification_Energy Meters_CMRI
17.0 GURANTEED TECHNICAL PARTICULARS
18.0 TESTS
All the equipment offered shall be fully type tested by the tenderer as per the
relevant standards. The date of type test conducted shall be the latest and not
earlier than 5 years as on the date of tender opening. The tenderer shall furnish
following type test reports, as detailed in the next page, (as per CBIP technical
report-88, table-18) with latest amendments, along with the offer.
Page 16 of 31
Technical Specification_Energy Meters_CMRI
6 Tests Of Mechanical Requirements 5.2
Vibration Test Yes - 5.2.3
Shock Test Yes - 5.2.2
Spring Hammer Test - - 5.2.1
Test Of Protection Against Penetration Of Dust And - - 5.2.5
Water
Test Of Resistance to Heat And Fire -- - 5.2.4
B Type Tests For Metering Cubicle Conformance For AS PER IS
Degree Of Protection 12062
Notes:
1. For type testing all the above tests are to be carried out except test 2.8 for which refer note 2
2. *However, test 2.8 is applicable only for meters having additional features as per clause 6.6 (Of
CBIP Recommendations).
18.2 If desired by the Purchaser, one (1) out of the ordered quantity of meters may be
subjected to the complete range of type tests as per CBIP recommendations and
IEC-687 1992-06(Second Edition), after final assembly. In case of any failure to
pass all specified tests, the Contractor shall arrange to carry out the requisite
modifications/replacements in the entire lot of meters at his own cost. After any
such modifications and final assembly, two (2) meters selected out of the lot by
the owner’s representative shall be subjected to the full range of type tests. The
manufacturer shall further commence manufacturing only after these are
successfully tested.
All acceptance tests as stipulated in the relevant standards shall be carried out by
the supplier in the presence of Purchaser's representative.
Following additional tests shall be carried out on meters as per CBIP Technical
Report 88 on randomly selected samples.
i) Shock Test
ii) Vibration Test
iii) Magnetic Induction of external origin (AC & DC)
iv) Tamper & Fraud Protection as per clause 5.17
Where testing facilities do not exist at the supplier’s works for shock and vibration
testing as per relevant standards, these two tests may be carried out in accordance
with the provisions of IS: 13010 with latest amendments.
All routine tests as stipulated in the relevant standards shall be carried out.
In addition, the following tests including tamper and fraud protection tests shall
also be carried out and such routine test certificates shall be submitted for approval
of the Purchaser.
Page 17 of 31
Technical Specification_Energy Meters_CMRI
i) Display of all metering parameters.
ii) Remote communication capabilities.
iii) Data downloading through MRI.
18.3.3 The Purchaser reserves the right of having other reasonable test (s) carried out at
his own expense either before despatch, or at site to ensure that the equipment
complies with the requirement of this specification.
The supplier should furnish detailed write up for the procedures to be adopted for
error testing of the meters in the laboratory and at site/field.
19.0 INSPECTION
19.1 All the tests (as mentioned at clause 10.3) and inspection shall be made at the
place of manufacturer unless otherwise specially agreed upon by the bidder and
purchaser at the time of purchase. The bidder shall afford the inspection officer (s)
representing the purchaser all reasonable facilities without charges, to satisfy him
that the material is being furnished in accordance with this specification. The
purchaser has the right to have the tests carried out at his own cost by an
independent agency whenever there is a dispute regarding the quality of supply.
19.1.1 The inspection may be carried out by the purchaser at any stage of
manufacture/before dispatch as per relevant standard.
19.1.2 Inspection and acceptance of any material under the specification by the
purchaser, shall not relieve the bidder of his obligation of furnishing material in
accordance with the specification and shall prevent subsequent rejection if the
material (s) found to be defective. The bidder shall keep the purchaser informed in
advance, about manufacturing programme so that arrangements can be made for
inspection.
19.1.3 The purchaser reserves the right to insist for witnessing the acceptance/routine
testing of the bought out items.
19.1.4 The bidder shall give 15 days (for local supplies) 30 days (in case of foreign
bidders) advance intimation to enable the purchaser to depute his representative
for witnessing the acceptance and routine test. The inspection charge would be to
the purchaser’s account.
Name of standard laboratories where type test are to be conducted are listed
Page 18 of 31
Technical Specification_Energy Meters_CMRI
below:
21.1 The bidder shall invariably furnish the following information along with his bid,
failing which his bid shall be liable for rejection. Information shall be separately
given for individual type of material offered.
21.1.1 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 Bidder’s
representative and copies of test certificates.
21.1.2 Information and copies of test certificates as in (i) above in bought out accessories.
21.1.4 Level of automation achieved and list of areas where manual processing exists.
Page 19 of 31
Technical Specification_Energy Meters_CMRI
21.1.5 List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such tests and inspections.
21.1.6 List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any, vis-avis the type, special acceptance and
routine tests specified in the relevant standards and this specification. These
limitations shall be very clearly brought out in a separate schedule of deviations
from specified test requirements.
21.2 The successful bidder shall within 30 days of placement of order, submit
following information to the purchase:
21.2.1 List of raw materials as well as bought out accessories and the names of sub
suppliers selected from those furnished alongwith offers.
21.2.2 Types tests certificates of the raw materials and bought out accessories if required
by the purchaser.
21.2.3 Quality assurance plan (QAP) with hold points for purchaser’s inspection. The
quality assurance plan and purchasers hold points shall be discussed between the
purchaser and bidder before the QAP is finalized.
21.3 The contractor shall operate systems which implement the following.
31.3.3 The successful bidder shall submit the routine test certificates of bought out
accessories and central excise passes for raw material at the time of routine testing,
if required by the purchaser and ensure that quality assurance requirements of this
specification are followed by the sub contractors.
21.3.4 The quality assurance plan consists of the quality systems and quality plans with
the following details:
Page 20 of 31
Technical Specification_Energy Meters_CMRI
The system for ensuring quality workmanship
The system for retention of records
The arrangements for contractor’s internal auditing.
A list of administration and work procedures required to achieve and verify
contract’s quality requirements.
These procedures shall be made readily available to the project manager for
inspection on request.
The bidder shal funish the following along with the offer:-
ii) Technical leaflets (user mannual) giving operating instructions for the
meters.
22.1 The manufacturing of the quipment shall be strictly in accordance with the
approved drawings and no deviation shall be permitted without the written
approval of the Purchaser. All manufacturing and fabrication work in conection
with the equipment prior to the approval of the drawing shall be at the supplier's
risk.
22.2 Approval of drawings/work by Purchaser shall not relieve the supplier of his
responsibility and liability for ensuring correctness and correct interpretation of
the drawings for meeting the requirements of the latest revision of applicable
standards, rules and codes of practices. The equipment shall conform in all
respects to high standards of engineering, design, workmanship and latest
revisions of relevant standards at the time of ordering and Purchaser shall have the
power to reject any work or materials which in his judgement is not in full
accordance therewith.
22.3 The supplier shall, within 2 weeks of placement of order, submit three sets of final
versions of all the drawings as stipulated in the purchase order for Purchaser's
approval. The Purchaser shall communicate his comments/approval on the
Page 21 of 31
Technical Specification_Energy Meters_CMRI
drawings to the supplier within two weeks. The supplier shall, if necessary,
modify the drawings and resubmit three copies of the modified drawings for
approval. The supplier shall within two weeks, submit 30 prints and two goods
quality reproducible copies of the approved drawings for Purchaser's use.
22.4.1 One set of routine test certificate shall accompany each dispatch consignment.
22.4.2 The acceptance test certificates in case of pre dispatch inspection or routine test
certificates in case where inspection is waived off shall be got approved by the
Purchaser.
23.1 The equipment shall be packed in crates suitable for vertical/horizontal transport
as the case may be and suitable to withstand handling during transport and outdoor
storage during transit. Each meter may be suitably packed in the first instance to
prevent ingress of dust and moisture and then placed in a cushioned carton of a
suitable material to prevent damage due to shocks during transit. The supplier
shall be responsible for any damage to the equipment during transit, due to
improper and inadequate packing. The fragile material shall be carefully packed
and marked with the appropriate caution symbol. Where ever necessary, proper
arrangement for lifting such as lifting hooks etc. shall be provided. Any material
found short inside the packing cases shall be supplied immediately by supplier
without any extra cost.
23.2 Each consignment shall be accompained with a detailed packing list containing the
following information:
23.3 The supplier shall ensure that the packing list and bill of material are approved by
the Purchaser before dispatch.
23.4 The packing shall be done as per the manufactuer's standard practice, however, he
should ensure the packing is such that, the material should not get damaged during
transit by rail/road.
23.5 The marking on each package shall be as per the relevant Standards.
Page 22 of 31
Technical Specification_Energy Meters_CMRI
24.0 GENERAL
b. The method adopted to transfrom the voltage and current to the desired
low values with explanation on devices used such as CT, VT or Potential
divider as to how they can be considered superior in maintaining ratio and
phase angle for variation of influence quantities during its service period.
25.1 Purchaser shall provide CT and VT cables required for recording of energy, duly
laid on cable trenches directly from VT and CT secondary terminals for
termination at the meter end to be terminated by the meter supplier.
25.2 The testing, Installation and commissioning shall be in the scope of the meter
supplier.
26.0 GUARANTEE
The equipments supplied should be guaranteed for its performance for a minimum
period of five (5) years from the date of commissioning or five and half years from
the date of receipt in stores which ever date is earlier. The equipment found
defective within the above guarantee period shall be repaired / replaced by the
bidder free of cost within one month of receipt of intimation.
The supplier shall arrange to provide free training at places as desired by the
purchaser for use of meter / computer software etc. The supplier shall provide
competent and timely after sales service support.
Page 23 of 31
Technical Specification_Energy Meters_CMRI
TECHNICAL SPECIFICATION FOR COMMON METER READING
INSTRUMENT (CMRI)
The specification is intended to cover the design, manufacture, assembly, testing at
the supplier’s/ manufacture’s works before dispatch, supply and delivery of
Common Meter Reading Instrument (CMRI) for reading (uploading the data of
different makes of meters and to have the capability to dump (down load) the same
to the base computer system. The CMRI should have memory/ space to reside
software of reading at least 4 to 5 different makes of meters.
1.0 STANDARDS
The CMRI meeting any other national or international standards which ensure
equal or better quality than the standards mentioned above will also be considered
but in such cases, a copy of the standard (authenticated English version) should be
enclosed with the tender.
For down loading data of HT/LT Trivector meters, the meter reading device shall
be portable, compact and battery powered. It should be capable if reading/
gathering data from various makes of Trivector Meters equipped with suitable
communication ports and transferring them on to a base computer system such as
an IBM compatible PC.
Page 24 of 31
Technical Specification_Energy Meters_CMRI
The capability of the CMRI shall be designed for the number of meters it can read
at one time with and without load survey data. However, CMRI shall be suitable
for reading at least 20 meters for billing and temper data but without load survey
and minimum 10 meters for billing and tamper data with load survey.
CMRI should be able to display phasor/ vector diagram of phase currents, phase
voltages with respective phase angles and phase sequence of voltage at site when
these data are read from the meter.
PHYSICAL CHARACTERISTICS
3.1 Size : CMRI shall be handy and small in size for case of portability.
3.2 Enclosure
The casing shall be of electrical insulating material of high thermal stability and
mechanical strength.
Its degree of protection shall be level (2) IP 67 depending upon requirements as per
IEC 529/IS 12063.
The CMRI shall be provided with a suitable holding strap for proper gripping and
carrying case.
3.3 Ruggedness
The CMRI shall be able to withstand harsh field environment without physical
damage or loss of data. The tests for this requirement are given in the testing
procedures as detailed in the specification.
3.4 Display
The key board of the CMRI shall have the following attributes :
Page 25 of 31
Technical Specification_Energy Meters_CMRI
a) Long operational life i.e. minimum 100,000 operations.
b) Feedback for key press acknowledgement to user.
c) Legible and non-fading keypad imprints.
d) Each English alphabet should have a separate key.
Another port may be used for convenience of connecting peripherals such as bar-
code reader printer, battery charger, loader-charger etc.
3.7 The CMRI shall be able to provide power supply for optical sensor used for meter
reading application.
a) Meter optical sensor terminating into a 9 pin D type male connector with a
cable of 500mm +/- 10 mm. length.
b) CMRI cable should have matching 9 pin D type female connector of 1500 mm
+/- 10 mm length.
Suitable cable for communication between CMRI and base computer system shall
be provided. This communication shall be serial RS-232C. On the BCS end of the
cable, a 9 pin D type female connector shall be provided.
4.3 Both connecting cables described above in 5.1 & 5.2 shall be made of flexible
material and shall be shielded. The two ends of each type of cable shall be stress
relieved.
5.2 Memory
Page 26 of 31
Technical Specification_Energy Meters_CMRI
a) The CMRI shall have a minimum memory capacity of 3 MB with battery
backup and upgradable.
5.3 Communication
A real time clock shall be provided in the common meter reading instrument and
shall have the following features :
considering all influencing quantities shall not exceed 20 seconds per day.
The common ammeter reading instrument shall have the facility to get its time set
from the base computer station. Proper security for this shall be ensured. The meter
specific CMRI programmes shall have the ability to use CMRI real time clock to
tag all time related events.
The common meter reading instrument shall have the following features for its
power requirements :
Page 27 of 31
Technical Specification_Energy Meters_CMRI
suitable battery charger for automatic charging of CMRI battery shall be
provided, eg. Loader-charger. The extra cost, if any, for such accessory should
also be indicated.
d) There shall be a provision for Auto Power Save, which shall force the
instrument in the power saving mode in case of no-activity within 5 minutes.
e) The battery used for data retention in SRAM shall have a minimum of 3 years
back up capacity.
f) The CMRI shall have battery low indication and automatic cut off to avoid
further drain of the battery.
Software
6.2 The following software shall be made available by each meter manufacturer,
whose meters are to interface with the CMRI:
A third party software may also be loaded for special applications such as manual
meter reading, data entry, printing, display of balance memory etc.
6.3.1 The CMRI should have facility to draw / display vector diagram of the electrical
conditions existing at site to check the healthiness of the connections.
6.3.2 The CMRI should have provision to read the energy registers so that accuracy
testing can be done at site with standard calibrating equipment.
7.3.3 The CMRI should have provision to read the various instantaneous electrical
parameters at site like voltages, current, PF, phase angles, power (kW, kVAr,
kVA), frequency etc.
6.3.4 The CMRI should have facility to estimate the memory space available before
reading the meters.
The meter manufacturers are responsible for maintaining the security of the data
extracted from the meters using manufacturer specific algorithms in the software
upto down loading to BCS.
Page 28 of 31
Technical Specification_Energy Meters_CMRI
8.0 TYPE TESTS FOR CMRI
The CMRI shall be subjected by the method specified in IS 9000 (Part VII/Sec. 4)
1979 to free fall as detailed below :
a) Number of falls : 2
b) Height of fall : 2000 mm
c) Method of release : To allow free fall from horizontal
position of normal suspension, with
a minimum disturbance at the
moment of release with LCD
display facing upwards.
After conclusion of the test there shall not be any physical damage and loss /
change of data. The functionality of the CMRI shall not be effected.
The test shall be conducted on a different test specimen for each direction of shock
(also on a specimen different from one to be used for the vibration test). After
conclusion of the test there shall not be any physical damage and loss/change of
data. The functionality of the CMRI shall not be effected.
Page 29 of 31
Technical Specification_Energy Meters_CMRI
(in the directions of
upper & lower, right
& left, back & forth)
These shall be carried out according to IS : 12063 under the following conditions.
CMRI in non operating condition. The test should be conducted with sample
length of cable. Any ingress of dust shall be only in a quantity not impairing
the operation of the CMRI.
After conclusion of the test, the CMRI shall show no damage and loss /
change of the data. The functionality of the CMRI shall not be effected.
The test shall be carried out according to IS-9000 (Part III – Section I & V of 77)
under the following conditions :
CMRI OFF
After conclusion of the test, the CMRI shall show no damage and loss / change of
the data. The functionality of the CMRI shall not be effected.
It test shall be carried out according to IS-9000 (Part-II-Section III of 77) under the
following conditions :
CMRI OFF
Page 30 of 31
Technical Specification_Energy Meters_CMRI
After conclusion of the test, the CMRI shall show no damage and loss / change of
the data. The functionality of the CMRI shall not be effected.
The test shall be carried out according to IS-9000 (Part V of 81) under the
following conditions :
CMRI powered up
Variant 1
Upper temperature : ± 50° C
No special precautions to be taken regarding the removal of surface moisture.
Duration of the test : 6 cycles.
24 hours after the conclusion of the test there shall not be any physical damage and
loss / change of data. The functionality of the CMRI shall not be effected.
For all these tests the CMRI shall be in its normal working position. After these
tests the CMRI shall show no damage and operate correctly without loss of data.
The test shall be carried out according to IEC: 1000-4-2(1995), under the following
conditions :
After application of the electro static discharge the CMRI shall show no. damage
or change of data. The functionality of the CMRI shall not be effected.
The test shall be carried out according to IEC: 1000-4-3 (1995), under the
following conditions :
CMRI ON
Frequency band 80 MHz to 1000 MHz
Test field strength 10 V/m
After conclusion of the test the CMRI shall show no damage or loss/change of
data. The functionality of the CMRI shall not be effected.
The test for radiated disturbance shall be carried out according to Table 4, Clause 6
of CISPAR 22 for frequency range of 30 MHz to 1000 MHz.
Page 31 of 31
Technical Specification_Energy Meters_CMRI
LT SWITCH GEAR
(AC & DC DISTRIBUTION BOARDS)
CONTENTS
1.0 Scope
2.0 Standards
3.0 Tropical Protection
4.0 Interchangeability
5.0 Technical Particular of LT Switchgear
6.1 Constructional Details of Switch Board and Distribution Boards
6.2 Derating of Equipments
6.3 Power Bus Bars and Insulators
6.4 Earth Bus
6.5 Air Circuit Breakers
6.6 Protection Co-Ordination
6.7 Moulded Case Circuit Breaker (MCCB) and MCB
6.8 Relays
6.9 Contactors
6.10 Instrument Transformers
6.11 Indicating Instruments
6.12 Control & Selector Switches
6.13 Air Break Switches
6.14 Push Buttons
6.15 Indicating Lamps/LED
6.16 Fuses
6.17 Terminal Blocks
6.18 Name Plates and Labels
6.19 Space Heater
6.20 Control and Secondary Wiring
6.21 Power Cables Termination
6.22 Type Tests
6.23 Erection, Testing and Commissioning
6.24 Commissionig Check Tests
6.25 Special Tools and Tackles
6.26 Equipment to be Furnished
6.27 Parameters
6.28 Automatic Control of Outdoor Lighting
6.29 Automatic Supply Changeover
Annexure-1 LT Panels AC Distribution Arrangements
Annexure-2 Contigency / Emergency Situation Switching Arrangements
1.1 This specification covers the design manufacture, testing and supply of LT
switchgear (including the AC & DC Distribution Boards) for control of various AC
& DC supply to various auxiliaries in 400 kV Substation alongwith all materials and
accessories for efficient and trouble free operation.
1.2 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 and design and workmanship.
1.3. Any material or accessory which may not have been specifically mentioned but
which is necessary for satisfactory and trouble free operation and maintenance of the
equipment shall be supplied without extra charges.
1.4 The contractor shall supply all brand new equipment and accessories as specified
herein with such modification and alteration as agreed upon in writing, after mutual
discussion.
2.0 STANDARDS
The LT Switchgears shall conform to the latest revisions with amendments available
of relevant standards, rules and codes some of which are listed herein for ready
reference, unless otherwise specified elsewhere in this specification.
3.1 All equipments, accessories and wiring shall have fungus protection involving special
treatment of insulation & material against fungus insects and corrosion, screens of
corrosion resistant material shall be furnished on all ventilating louvers to prevent the
entrance of insects.
4.0 INTERCHANGEABILITY
4.1 All similar component parts supplied shall be interchangeable with one another
physically and electrically.
The AC & DC distribution board’s panel shall comprise of sheet steel clad dust and
vermin proof compartmentalized cubicle type panel. The panels shall be of floor
mounting and free standing type and suitable for indoor installation.
Industrial LT A.C. panels are not acceptable. Panels shall consist of cubicles bolted
together to form a flush front switch board with door on rear, compartmental doors on
front with cable entry from bottom and with the following specifications :
Door interlock - Each compartment which incorporates switch Fuse units or load
break switches or MCCB is to be with door interlock.
Barrier between - Each compartment is to be segregated feeders and closed on all
sides except for the bus bar/cable connector opening.
Switch connections- Feeders above 63 A to be connected by bus bar
links.
Switches of 63 A and below to be connected by
PVC copper wires using suitable crimped, copper
lugs of Dowells make.
Bus bars Three Phase Neutral aluminium PVC sheathed
Phase size 62x 10 mm
Neutral 31 x 10 mm
Aluminium alloy used for bus bars shall be
equivalent to E91E quality of IS 5082
Bus bars to be supported on unbreakable non-
hygroscopic insulated supports. Bus bars to be
fully shrouded.
Terminals for- Suitable bus bar links for connections 100 A and
outgoing higher size feeders and terminals for 63
A and smaller size feeder to be provided.
Incoming MCCB- MCCB with clearly marked ON-OFF positions
with rotary mechanism provided with front handle
shaft and door interlock.
witch fuse units- Combination switch fuse units double break
mechanism AC 23 duty rating with door inter-lock
and pad locking mechanism.
Panels shall be completely factory wired, ready for connecting to the equipment.
Control wiring shall be done with 2.5 Sq.mm 1100 V grade PVC insulated stranded
copper cables. Panels shall be given two coats of light grey paint finish after thorough
pre-treatment and application of corrosion resistant primer.
Earthing shall be done for all the equipment and the panel. The minimum size of
earthing bus shall be 3x25 mm copper.
AC & DC Distribution Boards shall be Equipped and Wired with the Following
The scheme and each panel shall be complete with switching devices, relays,
contactors, fuses, bus bars, buscouplers, switches, panel meters, cable glands, cable
lugs etc. as per the functional need of the scheme. The indicative arrangement with
tentative item list have been furnished below for the bidders reference, however these
are not limited and bidder is required to provide any other item if required for
achieving the desired functionalities and satisfactory operation without any further
cost implication to the purchaser.
1 No. Main AC Incoming Board from 630 kVA, 33kV/ 0.4kV Station
Transformer consisting of:
1 No. Incoming Board from 250 kVA, Diesel Generator consisting of:
1 No. 500 A Incoming circuit from main AC Distribution Board consisting of:
2 Nos. 500 A 30 kA moulded case circuit breaker TPN
3Nos. 250 A 'HRC' fuses
2 Nos. 100A Outgoing Circuit to Battery and Battery charger and Emergency
lighting Board consisting of:
1 No. 100 A 'TPN' Switch
3Nos. 100 A 'HRC' fuses
10 Nos. Outgoing circuits from AC Distribution Board each consisting of:
1 No. 63 A 'TPN' switch
3 Nos. 63 A 'HRC' fuses.
1 No. 96 Sq.mm flush mounted Multifunction Panel Meter (with RS-485
communication port with Modbus Protocol and LED display) having
ammeter of range 0-500 Amps suitable for 3Phase, 4 wire measurement. The
meter shall have keypad for current selection of various phases.
1 No. 96 Sq.mm flush mounted Multifunction Panel Meter (with RS-485
communication port with Modbus Protocol and LED display) having
voltmeter of range 0 to 500 volts suitable for 3Phase, 4 wire measurement.
The meter shall have keypad for voltage selection of Phase to phase and
Phase to neutral measurements.
3 Nos. Pilot indicating lamps/LED for incoming supply
3 Nos. Fuses for above lamps
1 Set Cable glands and cable supports
1 Set Circuit designation label.
1 Set Earth Bus 3 x 25mm copper
1 Set Name plates for all the equipment mounted on panel (front side and inside)
1 Set Cubicle illumination consisting 60 watt incandescent lamp with door
1 No AC Lighting Board
1 No. 250A Incoming circuit from main AC Distribution Board consisting of:
2 Nos. 250 A 30 kA moulded case circuit breaker TPN
3 Nos. 250 A 'HRC' fuses
6 Nos. 63 A Outgoing circuits from AC Lighting Board each consisting of:
1 No. 63 A 'TPN' switch
3 Nos. 63 A 'HRC' fuses.
4 Nos. 32 A Outgoing circuits from AC Lighting Board
1 No. 32 A 'TPN' switch
3 Nos. 32 A 'HRC' fuses.
1 No. 96 Sq.mm flush mounted Multifunction Panel Meter (with RS-485
communication port with Modbus Protocol and LED display) having
ammeter of range 0-500 Amps suitable for 3Phase, 4 wire
measurement. The meter shall have keypad for current selection of
various phases.
1 No. 96 Sq.mm flush mounted Multifunction Panel Meter (with RS-485
communication port with Modbus Protocol and LED display) having
voltmeter of range 0 to 500 volts suitable for 3Phase, 4 wire
measurement. The meter shall have keypad for voltage selection of
Phase to phase and Phase to neutral measurements.
3 No. Pilot indicating lamps/LED for incoming supply
3 No. Fuses for above lamps
1 Set Cable glands and cable supports
1 Set Circuit designation label.
1 Set Earth Bus 3 x 25mm copper
1 Set Name plates for all the equipment mounted on panel (front side and
inside)
1 Set Cubicle illumination consisting 60 watt incandescent lamp with door
controlled switch.
1 Set Terminal block/containing terminals for outgoing circuits.
220V DC System:
1. The D.C. Distribution boards shall be provided with 2Nos. busbars of
electrolytic copper of adequate capacity duly tinned supported by bus-bar
supporters.
2. These bus-bars will be connected to 220V D.C. 2 wire systems consisting of
220V, 500AH batteries or battery charger rated for 220V D.C. output.
3. The D.C. distribution boards required under this specification are to feed
control circuits, and other auxiliary DC equipment of the Substations.
4. The D.C. distribution boards shall be of rugged construction, designed for
working satisfactorily under the severest operating and climatic conditions and
shall conform to the relevant ISS of latest issue.
5. The D.C. distribution boards shall be complete with all accessories and fittings
necessary for the efficient and satisfactory operation whether they are
specifically mentioned or not in the specification. The D.C. distribution boards
shall be provided with the necessary reputed make switches, fuses, in the
incoming and outgoing circuits and the equipment offered shall be complete in
itself.
6. The typical arrangement of DC distribution board is give below:
1 No. 100A Incoming Circuit from Battery and Battery charger consisting of:
1 No. 100 A Double Pole Switch
2 Nos. 100 A fuses
20 Nos. 10A Outgoing feeders consisting of
1 No. 10 A Double pole Switch
2 Nos. 10 A fuses.
32A Outgoing feeders consisting of
32 A Double pole Switch
2 Nos. 32 A fuses.
1 No. DC Digital Panel Ammeter 0-200A (If digital panel meter is not
communicable on RS-485, Modubus RTU, a separate suitable analog
transducer shall be provided for connecting to analog input of Bay
Control Units.)
1 No. Digital Voltmeter 0-300 with selector switch (If digital panel meter is not
communicable on RS-485, Modubus RTU, a separate suitable analog
transducer shall be provided for connecting to analog input of Bay
Control Units.)
6.2.1 The current ratings of all equipments as specified in the ‘Bill of Materials are
the minimum standards current ratings at a reference ambient temperature of
500 C as per relevant Indian Standards.
6.3.1 All AC Distribution Boards shall be provided with three phase buses and a
neutral bus bars and the DC Distribution Boards shall be provided with two
busbars.
6.3.2 Busbars and jumper connections shall be high conductivity aluminium/copper
of adequate size the bus bar size calculations shall be submitted for approval.
6.3.3 The Cross-Section of the busbars shall be uniform through out the length of
Switchgear and shall be adequately supported and braced to withstand the
stresses due to the specified short circuit currents.
6.3.4 All busbars shall be adequately supported by Non-hygroscopic, non-
combustible, track resistant & high strength type Polyester fibre glass
Moulded Insulators. Separate supports shall be provided for each phase and
neutral busbar. If a busbar support is provided anti-tracking barriers shall be
provided between the supports.
6.3.5 All busbars joints shall be provided with high tensile steel bolts.
Belleville/spring washers and nuts, so as to ensure good contacts at the joints.
Non-silver plated Busbars joints shall be thoroughly cleaned at the joint
locations and suitable contact grease shall be applied just before making a
joint.
6.3.6 All busbars shall be colour coded as per IS:375.
6.3.7 The Bidder shall furnish calculations alongwith the bid, establishing the
adequacy of busbar sizes for specified current ratings, on the basis of short
circuit current and temperature rise consideration at specified ambient temp.
6.4.1 A galvanised steel earthing shall be provided at the bottom of each panel and
shall extend throughout the length of each switchboard. It shall be
welded/bolted to the frame work of each panel and breaker earthing contact
bar vertical bus shall be provided in each vertical section which shall in turn
be bolted/welded to main horizontal ground bus.
6.4.2 The earth bus shall have sufficient cross-section to carry the momentary short
circuit and short time fault currents to earth as indicated in ‘Bill of Material’s
without exceeding the allowable temperature rise.
6.4.3 Suitable arrangements shall be provided at each end of the horizontal earth
bus for bolting to Purchaser’s earthing conductors. The horizontal earth bus
shall project out the switchboard ends and shall have predrilled holes for this
6.5.1 Circuit breakers shall be three-pole air break horizontal drawout type and shall
have inherent fault making and breaking capacities as specified in “Technical
Parameters”. The circuit breakers which meet specified parameter only after
provision of releases or any other devices shall not be acceptable.
6.5.2 Circuit breakers shall be mounted along with operating mechanism on a
wheeled carriage. Suitable guides shall be provided to minimise misalignment
of the breaker.
6.5.3 There shall be ‘Service’, ‘Test’ and ‘Fully withdrawn positions for the
breakers. In “Test’ position the circuit breaker shall be capable of being tested
for operation without energizing the power circuits i.e. the power contacts
shall be disconnected while Control circuits shall remain undisturbed. Locking
facilities shall be provided so as to prevent movement of the circuit breaker
6.6.1 It shall be the responsibility of the Contractor to fully co-ordinate the overload
and short circuit tripping of the circuit breakers with the upstream and down
stream circuit breakers/fuses/motor starters, to provide satisfactory
discrimination.
6.7.1 MCCB shall in general conform to IS:13947 Part-2, All MCCB shall be P2
duty.
6.7.2 MCCB shall be flush mounted on the AC/DC distribution boards.
6.7.3 MCCBs shall be provided with thermo-magnetic type release for over current
and short circuit protection. The setting of the thermal release shall be
adjustable between 75% to 100% of the rated current. The MCCB shall have
6.8 RELAYS
6.8.1 All relays and timers in protective circuits shall be flush mounted on panel
front with connections from the inside. They shall have transparent dust tight
covers removable from the front. All protective relays shall have a drawout
construction for easy replacement from the front. They shall either have built-
up test facilities, or shall be provided with necessary test blocks and test
switches located immediately below each relay. The auxiliary relays and
timers may be furnished in non-drawout cases.
6.8.2 All AC relays shall be suitable for operation, at 50 Hz with 110 Volts VT
secondary and 1 amp or 5 amp CT secondary.
6.8.3 All protective relays and timers shall have at least two potentially free output
contacts. Relays shall have contacts as required for protection schemes.
Contacts of relays and timers shall be silver faced and shall have a spring
action. Adequate number of terminals shall be available on the relay cases for
applicable relaying schemes.
6.8.4 All protective relays auxiliary relays and timers shall be provided with hand
reset operation indicators (flags) and analysing the case of operation.
6.8.5 All relays shall withstand a test voltage of 2 kV (rms) for one minute.
6.8.6 Motor starters shall be provided with three element, ambient temperature
compensated, time lagged, hand reset type overload relays with adjustable
settings. The setting ranges shall be properly selected to suit the motor ratings.
These relays shall have a separate black coloured hand reset push button
mounted on compartment door and shall have at least one changeover contact.
6.8.7 All fuse-protected contactors-controlled motors shall have phasing protection,
either as a distinct feature in the overload relays (by differential movement of
bimetallic strips), or as a separate device. The single phasing protection shall
operate even with 80% of the set current flowing in two of the phases.
6.9 CONTACTORS
6.10.1 All current and voltage transformers shall be completely encapsulated cast
resin insulated type suitable for continuous operation at the temperature
prevailing inside the switchgear enclosure, when the switchgear is operating at
its rated condition and the outside ambient temperature is 50o C.
6.10.2 All instrument transformers shall be able to withstand the thermal and
mechanical stresses resulting from the maximum short circuit and momentary
current ratings of the associated switchgear.
6.10.3 All instrument transformer shall have clear indelible polarity markings. All
secondary terminals shall be wired to a separate terminal on an accessible
terminal block where star-point formation and earthing shall be done.
6.10.4 Current transformers may be multi or single core type. All voltage
transformers shall be single phase type. The bus VTs shall be housed in a
separate compartment.
6.10.5 All VTs shall have readily accessible HRC current limiting fuses on both
primary and secondary sides.
6.11.1 All indicating and integrating meters shall be flush mounted on panel front.
The instruments shall be of at least 96 mm square size with 90 degree scales,
and shall have an accuracy class of 1.0 or better. The covers and cases of
instrument and meters shall provide a dust and vermin proof construction.
6.11.2 All instruments shall be compensated for temperature errors and factory
calibrated to directly read the primary quantities.
6.11.3 The specification of Multifunction Panel Meter (MFM) shall be as under:
i) It shall be able to do measurement for 3-Phase, 4- Wire unbalanced loads.
ii) It shall be of 1.0 or better class accuracy and shall be able to measure
a) Voltage:
Input: 500 V (P-P) and 280 V (P-N)
Burden: <0.l5VA
b) Current:
Range: 1 A or 5A
Continuous: lA CT: 3A
5A CT: 12A
Surge with-stand: lA CT: 80A for 1 Sec.
5A CT: 200A for I Sec.
iv) The device shall be able to accommodate the ratios of installed CT/PT as
provided in the respective panels/boards.
v) The device shall have the communication port RS-232/ RS-485 having
Modbus Protocol or any other open protocol for communication with
Substation Automation System.
vi) Power Supply: AC/DC 220-230V
vii) The device shall conform to ISO/IEC/UL/CE/ANSI, standard/quality norms
for Electrostatic Discharge, Radio Frequency Inteference, Electrical Fast.
Transients, Surge withstand Capability, Electromagnetic Interference etc, so
that it shall perform satisfactorily in Electrically hostile environment of EHV
substations.
6.11.4 Multifunction Meter Current range shall be suitable to handle the starting currents
on Motor feeders.
6.13.1 Air breaker switch shall be of the heavy duty, single throw group operated,
load break, fault make type complying with IS:4064.
6.13.2 The Bidder shall ensure that all switches are adequately rated so as to be fully
protected by the associated fuses during al abnormal operating conditions such
as overload, locked motor, short circuit etc.
6.13.3 Switch operating handles shall be provided with padlocking facilities to lock
them in ‘OFF’ position.
6.13.4 Interlocks shall be provided such that it is possible to open the cubicle door
only when the switch is in ‘OFF’ position and to close the switch only when
the door is closed. However suitable means shall be provided to intentionally
defeat the interlocks explained above.
6.23.5 Switches and fuses for AC/DC control supply and heater supply wherever
required shall be mounted inside and cubicles.
6.14.1 Push-buttons shall be of spring return, push to actuate type. Their contacts
shall be rated to make, continuously carry and break 10A at 240V and 0.5A
(inductive) at 220V DC.
6.14.5 All push-buttons on panels shall be located in such a way that Red-push-
buttons shall always be to the left of green push-buttons.
6.15.1 Indicating lamps shall be of the panel mounting cluster LED / filament type
and low watt consumption. Lamps shall be provided with series resistor,
preferably built-in the lamps assembly. The lamps shall have escutcheon
plates marked with its function, wherever necessary.
6.15.2 Lamps shall have translucent lamp-covers of the following colours, as
warranted by the application :
i) RED : For motor ON, Breaker CLOSED
ii) GREEN : For motor OFF, Breaker OPEN
iii) WHITE : For motor Auto-trip
iv) BLUE : For all healthy conditions (e.g. control
supply, and also for ‘SPRING CHARGED”
v) AMBER : For all alarm conditions (e.g. overload) Also
for ‘SERVICE’ and ‘TEST’ positions indicators.
6.15.3 Bulbs and Lamps-covers shall be easily replaceable from the front of the
cubicle.
6.15.4 Indication lamps should be located just above the associated push
buttons/control switches. Red Lamps shall invariable be located to the right of
green lamps. In case a white lamp is also provided, it shall be placed between
the red and green lamps along with the centre line of control switch/push
button pair. Blue and Amber lamps should normally be located above the Red
and Green Lamps.
6.15.5 When associated with push-buttons, red lamps shall be directly above the
green push button, and green lamps shall be directly above the red push-
button. All indicating lamps shall be suitable for continuous operation at 90 to
110% of their rated voltage.
6.16.1 All fuses shall be of HRC cartridge fuse link type. Screw type fuses shall not
be accepted. Fuses for AC Circuits shall be of class 2 type, 20 kA (RMS)
breaking current at 415 AC, and for DC circuits Class 1 type 5 kA breaking
current.
6.16.2 Fuses shall have visible operation indicators.
6.16.3 Fuses shall be mounted on fuses carriers, which are mounted on fuse bases,
wherever it is not possible to mount fuses on carriers fuses shall be directly
mounted on plug in type of bases, In such cases one set of insulated fuse
pulling handles shall be supplied with each switchgear.
6.16.4 Fuse rating shall be chosen by the Bidder depending upon the circuit
requirements and these shall be subject to approval of PURCHASER.
6.17.1 Terminal blocks shall be of 1100 volts grade and have continuous rating to
carry the maximum expected current on the terminals. It shall be complete
with insulating barriers, clip-on-type/stud type terminals for Control Cables
and identification strips. Marking on terminal strip shall correspond to the
terminal numbering on wiring on diagrams. It shall be similar to ‘ELEMAX’
standard type terminals, cage clamp type of Phoenix or WAGO or equivalent.
6.17.2 Terminal blocks for CT and VT secondary leads shall be provided with test
links and isolating facilities. CT secondary leads shall be provided distributed
on all terminal circuiting and earthing facilities. It shall be similar to ‘Elem’,
‘CATD’ – Type.
6.17.3 In all circuit breaker panels at least 10% spare terminals for external
connections shall be provided and these spare terminals shall be uniformly
distributed on all terminal blocks. Space for adding another 10% spare
terminals shall also be available.
6.17.4 All terminals blocks shall be suitable for terminating on each side, two (2)
nos. of 2.5 mm square size standard copper conductors.
6.17.5 All terminals shall be numbered for identification and grouped according to
the function. Engraved white-on-black labels shall be provided on the terminal
blocks.
6.17.6 Wherever duplication of a terminal block is necessary it shall be achieved by
solid bonding links.
6.17.7 Terminal blocks shall be arranged with at least 100 mm clearance between
two sets of terminal block. The minimum clearance between the first row of
terminal block and the associated cable gland plate shall be 250 mm.
6.19.1 Space heater shall be provided in all the boards for preventing harmful
moisture condensation.
6.19.2 The space heaters shall be suitable for continuous operation on 240V, AC, 50
Hz, single phase supply, and shall be automatically controlled by thermostats.
Necessary isolating switches and fuses shall also be provided.
6.20.1 All switchboards shall be supplied completely wired internally upto the
terminal blocks ready to receive Purchaser’s control cables.
6.20.2 All inter cubicle and inter panel wiring and connections between panels of
same switchboard including all bus wiring for AC and DC supplies shall be
provided by the bidder.
6.20.3 All internal wiring shall be carried out with 1100V grade, single core, 1.5 sq.
mm or larger stranded copper wires having colour coded, PVC insulation. CT
circuits shall be wired with 2.5 sq. mm copper wires. Voltages and insulation
shall be same as above.
6.20.4 Extra-flexible wires shall be used for wiring to device mounted on moving
parts such as hinged doors.
6.20.5 All wiring shall be properly supported, neatly arranged, readily accessible and
securely connected to equipment terminals and terminals blocks.
6.21.1 Cable termination compartment and arrangement for power cables shall be
suitable for stranded aluminium conductor, armoured XLPE/PVC insulated
and sheathed, single core/three core, 1100V grade cables.
6.22.1 Type test reports of Panels (Switchgear and Control gear assemblies) as per IS
8623 Part-I shall be submitted for the following tests before the fabrication of
switchgear is started :
i) Verification of temperature rise limits
ii) Verification of the dielectric properties
iii) Verification of short circuit strength
iv) Verification of the continuity of the protective circuit
v) Verification of clearances and creepage distances
vi) Verification of mechanical operation
vii) Verification of degree of protection
6.22.2 Contractor shall submit type test reports for the following Switchgear and
Control gears before the fabrication of switchgear is started :
The reports shall cover all applicable type tests listed in relevant Indian
Standards for all component for each type and ratings being supplied.
6.23.1 The Contractor shall unload, erect, install, test and put into commercial use all
electrical equipment included in this specification.
6.23.2 Equipment shall be installed in a neat, workman like manner so that it is level,
plumb, square and properly aligned and oriented. Tolerance shall be as
established in Contractor’s drawings or as stipulated by purchaser. No
equipment shall be permanently bolted down to foundations until the
alignment has been checked and found acceptable by the purchaser.
6.23.3 Contractor shall furnish all supervision, labour tools equipment rigging
materials, bolts, wedges, anchors, concrete inserts etc. in proper time required
to completely install, test and commission the equipment.
6.24 .1 General
6.24.6 Relays
6.24.7 Meters
6.25.1 The Bidder shall include in his proposal any special tools and tackles required
for erection, testing commissioning and maintenance of the equipments
offered.
6.25.2 The list of these special tools and tackles shall be given in the bid proposal
sheets along with their respective prices.
6.25.3 The total price of the special tools and tackles shall be included in proposal
sheets.
6.26.1 The Bidder shall quote for various AC/DC distribution boards as given in Bill
of Materials and in accordance with this specification.
6.26.4 Module Type AE (Electrically controlled circuit breaker for incoming and
Bus Coupler Circuit).
i) One (1) Triple pole air circuit breaker complete with all accessories and
power operated mechanism as specified.
ii) Two (2) Neutral Link.
iii) Three (3) Current Transformer for metering.
iv) One (1) Ammeter with selector switch/MFM.
v) Three (3) Current Transformer for relaying.
vi) One (1) Triple pole instantaneous over-current relay having the setting
range of 200-800% or 500-2000% of CT secondary and
adjustable definite minimum time.
vii) One (1) Instantaneous earth fault relay having and adjustable setting
range of 10-40% or 20-80% of CT secondary current and
adjustable definite minimum time. The earth fault relay shall be
provided with a stabilizing resistor.
i) One (1) Triple pole Air Circuit Breaker complete with accessories, and
power operated mechanism as specified.
ii) One (1) Three position 6 pole selector switch
i) Three (3) 415/√3 / 110/√3 volts single phase voltage transformer star /
star connect with star point solidly earthed mounted on
common draw out chassis. Accuracy Class 0.5 for protection
and metering with 50VA Burden.
ii) Six(6) HRC Fuses mounted on the above chassis.
iii) One (1) Four Position voltmeter selector switch/MFM.
iv) One (1) Voltmeter (0-500V)/MFM
v) One (1) Double pole instantaneous under voltage relays with
continuous variable setting range of 40-80% of 110 Volts.
vi) One (1) Time delay pick up relay having a time setting range of 0.5 to 3
secs. With 3 ‘NO’. Self reset contacts, suitable for 220V DC.
vii) One (1) Auxiliary relay 220V DC with 2 No. self reset contacts.
6.26.9 Module Type H & H (BC) (Isolating Switch Controlled Incoming Circuit)
i) One (1) Double pole 250V DC MCCB for incomer from Battery.
6.26.13 Module Type DG-1 (Electrically Controlled Circuit Breaker for Incomer
from DG Set)
a) One (1) Triple pole circuit breaker complete with all accessories and
power operated mechanism as specified.
b) One (1) Frequency meter/MFM in built.
c) One (1) Voltmeter with selector switch/MFM in built.
d) One (1) Remote/Local Selector switch.
e) Three (3) Current Transformer for Metering.
f) Six (6) Current Transformers for differential protection (out of this 3
Nos. will be supplied loose for mounting in DG set panel).
g) Three (3) Current Transformer for relaying.
h) One (1) Ammeter Selector Switch/MFM in built.
i) One (1) Ammeter/ MFM in built.
j) One (1) Wattmeter of range 0-300 KW/ MFM in built.
k) One (1) Three pole voltage controlled definite time delay relay having
current setting range of 50-200% of CT secondary current and
adjustable time delay 0.3 to 3 secs.
l) One (1) Watt hour meter with six (6) digits and minimum count of one
(1) kwh/ MFM in built.
m) One (1) Single pole definite time over current relay having a
continuous setting range of 50-200% of CT secondary current
and a time delay of 2.5-25 secs connected in CT of Y phase for
overload alarm. The relay shall have a setting ratio of not less
than 90%.
n) One (1) Three pole differential protection relay having an operating
current setting range of 10-40% of generator full load current.
The relay shall be high impedance type, with necessary
stabilizing resistors.
o) Two (2) Push Buttons for Remote starting & stopping of DG Set (Red,
Green).
6.27 PARAMETERS
AC System DC System
a) No. of poles 4 2
b) Voltage & Frequency 415 ± 10% 250 V
50 HZ ± 5%
c) Rated Operating Duty P2 P2
d) Symmetrical interrupt- 20 kA (RMS) 4 KA
ing rating
e) Short Circuit 45 kA (Peak) --
making current
f) No. of auxiliary 2 NO & 2 NC 2 NO & 2 NC
contacts
g) Short Circuit
breaking current
I. AC Component 20 kA (RMS) As per IS
II. DC Component As per As per
IS 13947 IS 13947
6.27.6 Meters
C: Close O: Open
Note: The switching arrangements in various situations have been given for the bidder's
reference only. A scheme shall be so designed to have switching sequences are achieved
automatically as per the condition/ situation. The final arrangement shall however be decided
and approved by the Purchaser during detailed engineering.
Page 1 of 12
Technical Specification_Structures
STRUCTURES
CONTENTS
1.0 Standards
2.0 Principal Parameters
3.0 Drawing and Data
4.0 Fabrication
5.0 Welding
6.0 Connections
7.0 Markings
8.0 Galvanising
9.0 Tests
10.0 Inspection
11.0 Packaging & Forwarding
12.0 Mode of Calculation of Weight
13.0 Price
Page 2 of 12
Technical Specification_Structures
TECHNICAL SPECIFICATION OF LATTICE TYPE MAIN/
AUXILIARY STRUCTURES
1.0 STANDARDS
The finished structure shall conform to the latest revisions with amendments
available of relevant standards rules and codes, some of which are listed herein for
reference.
The Contractor shall be fully and solely responsible for the procurement of all the
raw material for fabrication of main/ auxiliary structures. The drawings for
individual structures will be issued to the successful bidder.
a) STEEL
i) Steel used for fabrication of structures shall be mild steel of tested quality, as
per IS: 2062 or any latest revision thereof.
ii) The bidder should take into account any fabrication wastage while quoting
rates and Employer shall not accept any liability in connection with wastage of
steel during fabrication or otherwise.
iii) The steel shall be procured exclusively from the main steel Producers.
However angle sections below 110x110x10 mm. required for fabrication can
be procured from Reroller provided the Contractor certifies with sufficient
documents that :
Page 3 of 12
Technical Specification_Structures
c) Rerolled sections are duly tested as per IS: 2062.
iv) If a particular section is not available in the market then Contractor shall use
next available higher section with specific approval of the purchaser, and
additional cost on account of using higher section shall not be payable to the
Contractor.
b) ZINC
i) Zinc of purity not less than 99.95% shall be used, Zinc shall conform to IS
209/1979 or its latest revisions.
Galvanized bolts and nuts required shall be of GKW make. Bolts and Nuts shall be
duly galvanised as per IS: 1367 Part XIII/1983. Bolts shall conform to IS: 6639-
1972 and nuts to IS: 1363 with their latest amendment. The mechanical properties
shall conform to Clause 4.6 for bolts and Clause 4 for nuts of IS: 1367-1972. Testing
of bolts & nuts shall be as per above referred IS and IS: 2614. Flat washers shall be
5 mm thick or as required and shall be made of mild steel and duly galvanised.
Spring washers shall be suitable for 16mm. size bolts, 3.5 mm. thick non square
section as per IS: 3063/-1972. These shall be galvanised as per IS: 1573.
The quantity of various sizes of bolts, nuts and washers are indicated in relevant
drawings of the employer.
4.0 FABRICATION
Based on the drawings of the Purchaser and his own detailed shop drawings the
Contractor shall prepare the model assembly of each structure within one month and
send a call for inspection of the model assembly and also to verify the bill of
material.
The Engineer shall check in detail such model assemblies and verify the bills of
Page 4 of 12
Technical Specification_Structures
material of each. Any modification, rectification, corrections required in the
structures to make it conform to the approved drawings and requirements to this
specification or standards, shall be made by the Contractor and get approved from
the Engineer, Any approval of the model assemblies shall not relieve the Contractor
in any way of his responsibility to supply correctly fabricated / galvanised structure
in conformity with approved designs, Standards Specification.
After approval of each model assembly, the mass fabrication of the structures shall
be started by the Contractor as soon as Purchaser’s approval is received by him and
complete as per the approved delivery schedule. During mass fabrication, the
Contractor shall ensure that complete structures of different types are made available
to the Purchaser @ 150 MT per month, and, the fabrication shall be so programmed
so as to make this possible on a regular basis. Mass fabrication of one type of
structure may be required to be done at more than one time, depending upon the site
requirement of the Purchaser.
a) a) All parts of the structures shall be fabricated in accordance with the drawings
approved by the Purchaser and detailed shop drawings prepared by the
Contractor. Main structures shall have bolted connections, except connection
of the bottom base plate with the leg members as per the approved drawings.
No other welding shall be permitted at any point, unless, otherwise
previously approved by the Purchaser for main structures. For auxiliary
structures angle or channel boxes may be required by welding as per the
drawings of the Purchaser.
b)
b) c) Fabrication of structures shall be carried out in conformity with the latest
practice employed in the manufacture of similar structures, using power
driven cropping, punching, shearing and drilling machines. The extent of
various operations shall be governed by relevant Indian or any other
approved standard specification, and the standard practices followed for such
operations.
d)
c) e) No rough edge shall be permitted any where in the entire structure. The
flanges of the angle sections at the ends of members shall be properly
chamfered.
f)
d) g) Full interchangeability shall be guaranteed.
h)
e) i) No welding, filling or plugging shall be permitted unless previously
approved. Welding of two or more pieces to obtain length of a member will
not be permitted.
j)
f) All sections, plates and bars, before any work is done on them, shall be
straightened, made free from twists, carefully levelled and made true to
detailed drawings by methods, which will not injure the materials, so that
when assembled, the adjacent surfaces are in close contact throughout.
Page 5 of 12
Technical Specification_Structures
Hammering will not be permitted for straightening or flattening of members.
h) Holes in the members shall be either punched or drilled with the help of jigs
and fixtures. Drilled holes will be preferred. However, members up to 12
mm thickness may be punched. Members over 12 mm thickness shall be
drilled. All burrs left after drilling or punching shall be removed completely.
Holes adjacent to the bends shall to drilled or punched after bending.
i) Holes for bolts shall be circular or oval, lobbed forms of holes shall not be
permitted. The diameter of hole shall be 1.5 mm more than the diameter of
bolts.
k) The accuracy of location of holes shall be such that for any group when
assembled, it shall admit the bolt at right angles to the planes of connection.
l) Members shall be bent hot, in case of small bends, cold bending may be
done with the prior approval of the Engineer, provided no fracture of
material occurs. All the bending operations shall be done by pressure. No
bending of members shall be done for slope above 45 degree.
m) When members are spliced by a lap joint, heel of inside angle shall be
rounded to the minimum possible radius, consistent with proper fit with the
fillet of the outside angle. The thickness of the ground heel shall not be less
than that of the leg. Flat heeling will not be allowed. Detail of joints is
available in structure drawings.
n) Tolerances-
III) The tolerance on the overall length of member shall be within ±1.6
mm.
o) The minimum spacing from center to center of bolt holes should be as shown
below: - As per IS 802 ( Part II )
Page 6 of 12
Technical Specification_Structures
12 mm 32
16 mm 40
20 mm 48
p) The minimum distance from center to center of any hole to any edge should
be as shown below:-
12 13.5 16 20
16 17.5 20 23
20 21.5 25 28
5.0 WELDING
b) Surface to be welded shall be made absolutely free from grease, paint & loose
scales etc. The joints shall be prepared in accordance with the approved
fabrication drawings.
c) All welds shall be free from defects like blow holes, slag inclusions, lack of
penetration etc. Welds shall show uniform sections and weld size need not
exceed thickness of thinner part joined.
All fillet welds shall be inspected for flaws by the following methods.
6.0 CONNECTIONS
All the connections are bolted type, the details of which will be available in structure
drawings supplied to the Contractor for developing detailed shop drawing and bills
of materials except for bottom of members with the base plate which may be welded
as per drawing.
The joints etc. shall be specified in each drawing separately however they are either
bolted or welded connections.
7.0 MARKINGS
Page 7 of 12
Technical Specification_Structures
All pieces covered under supply of the structures shall have distinct erection marks
as given on the drawings and approved bills of materials, made with a steel punch
and sufficiently indented with letters and figures, not less than 12mm x 18mm. in
sizes, so that these are clearly visible after galvanising. The letters shall indicate the
type of structure (ATM, BTM, CTM or other) for which the member is meant and
numeral shall indicate the member mark as per drawing and approved bills of
materials. These erection marks shall be stamped near one end, and, in the same
relative position on each piece, in such a way that the mechanical properties of
members are not affected. Special care must be taken to stamp the correct erection
mark. The Contractor shall be entirely responsible for any disruption of work, or
delay in completion of work of delay in payment of Contractor's bills on account of
wrong erection marks.
8.0 GALVANISING
i) All members of the structures and special structures along with its cleats,
bolts, nuts & washers, fixing attachments, if any, shall be hot dip galvanised.,
ii) The galvanizing shall be done after all fabrication work is completed on the
members. Galvanising on fabrication member shall be done by hot dip process
in full compliance with the latest revision of IS: 2629. Galavanising of bolts &
nuts shall be in accordance with IS: 1367 Part XIII/63 and that for spring
washers in accordance with IS: 1573. Material to be galvanized is to be kept
free from grease and paint etc., during and after fabrication. After galvanising,
the surface shall be free from all sharp edge and metal nodules and there shall
be no clogging of bolt holes due to stay of zinc. The bidders shall submit with
their bids, the process of galvanizing adopted by them, along with the devices
and facilities available with them. For more authoritative and better control on
quality of galvanizing, they shall also state the minimum and maximum
percentage increase in the weight of the completely galvanized materials
compared to their black weight and the quantity of zinc required per metric
ton of the black steel weight of the fabrication structures.
iii) Tests on the galvanised samples of fabricated material shall be carried out
regularly in strict accordance with the IS-4759. If the galvanizing does not
satisfy testing requirements, entire batch represented by the sample piece shall
be rejected and regalvanised to satisfy the test requirement without any extra
expenditure to the Purchaser 's account.
iv) In addition, strict inspection of the galvanised material shall be carried out by
the Contractor before dispatch and any visible or suspected defect shall be
rectified forthwith.
9.0 TESTS
All materials offered shall be fully tested by the bidder as per the relevant standards.
All acceptance and routine tests as stipulated in the relevant standards shall be
carried out by the supplier in the presence of employer’s representative.
Page 8 of 12
Technical Specification_Structures
10.0 INSPECTION
In addition to the provisions in clause no. 2.4.0 of General conditions, the following
shall also apply:-
a) Should any member of the structure be found not to comply with the
approved designs/ drawings or with the provisions of the specifications, it
shall be liable to rejection. No member, once rejected shall be resubmitted
for inspection, except in cases where the Purchaser or his authorized
representative considers the defect as rectifiable.
b) Defects which may appear during fabrication shall be made good with the
consent of, and, according to the procedure laid down by the Purchaser.
c) All gauges and templates necessary to satisfy the Purchaser shall be supplied
by the manufacturer.
d) The correct grade and quality of steel and zinc shall be used by the
manufacturer. To ascertain the quality of steel/ zinc used, the inspector may
at his discretion, get the material tested at an approved laboratory.
e) The Contractor will offer his material for inspection in following two stages.
f) The Purchaser representative shall inspect the Model assemblies offered for
inspection and on being satisfied give clearance to the Contractor, for mass
fabrication, of the cleared structure.
g) The representative shall also carry out galvanized tests on the randomly
selected pieces of galvanized structures.
and will request for issue of dispatch clearance from the employer.
i) Light angle sections shall be wire bundled and heavy angle sections may be
sent loose.
ii) Cleat angles, plates, hangers, ‘U’ bolts, pack washers and similar loose
pieces shall be nested and bolted together in multiples or securely wired
Page 9 of 12
Technical Specification_Structures
together through holes.
iii) Bolts, nuts washers and other attachments shall be packed in non returnable
double gunny bags and accurately tagged in accordance with contents.
iv) The packing shall be made in such a way as to avoid losses/ damages during
transit, each bundle or package shall be appropriately marked. Any loss or
damage during transit shall be made up/rectified by the Contractor at no
extra cost to the Purchaser.
v) No extra charges for packing shall be admissible. Bidders may include its
cost in their quoted rates.
Black weight of the structure is the weight without galvanising and without
deduction for holes, notches, bevel cuts etc. for irregular shapes the minimum size
of the rectangle covering the irregular shape will be taken for weight calculations.
Bill of materials for each structure shall indicate this black weight.
13.0 PRICE
Straightening:
Is there any facility for Straightening of section i.e. Angles / Channels / Rounds etc?
Page 10 of 12
Technical Specification_Structures
1. Section Cutting:
Is there any facility for section cutting? If yes intimate the type of machine; also
intimate the maximum of thickness of angle flanges and diameter of round, which
can be cut by above machine. Capacity of machine may also be intimated.
2. Cropping:
ii) Intimate the type of machine and the thickness and width it can be crop.
3. Punching / Drilling:
Indicate the facilities available for performing this operation. Bidder should clearly
specify whether facility of radiographic inspection and magnetic particle
examination of welds are available.
B: GALVANIZING:
Is there any facility for hot dip galvanizing of structures available at your works? If
yes then furnish the following information:
b) The dimensions of the galvanizing tank to assess the maximum size of the members
that can be galvanized.
Page 11 of 12
Technical Specification_Structures
g) Minimum and maximum percentage increase in weight of galvanized structure
compares to their black weight.
Page 12 of 12
Technical Specification_Structures
ANCHOR BOLTS
Page 1 of 7
Technical Specification_Anchor Bolts
ANCHOR BOLTS
CONTENTS
1.0 Standards
2.0 Principal Patrameters
3.0 Drawing And Data
4.0 Fabrication
5.0 Galvanising
6.0 Tests
7.0 Inspection
8.0 Packaging & Forwarding
9.0 Price
Page 2 of 7
Technical Specification_Anchor Bolts
TECHNICAL SPECIFICATION OF FOUNDATION ANCHOR
BOLTS
1.0 STANDARDS
The finished foundation anchor bolts shall conform to the latest revisions with
amendments available of relevant standards rules and codes, some of which are
listed herein for reference.
2.1 All the raw material required for fabrication and partial galvanising of the anchor
bolts shall be procured by the Contractor. The MS rounds and MS plates used for
manufacturing the anchor bolts shall be free from all rust, pitting, greasing etc.
They should conform to technical parameters for Grade A steel of IS: 2062. M/S
GKW make nuts or equivalent quality approved by the purchaser shall be supplied
with anchor bolts. In case galvanised nuts are not available, the Contractor may
purchase black nuts from M/S GKW and galvanise them as per relevant IS.
2.2 All the above anchor bolts shall be fitted and supplied with GKW make double
nuts duly galvanised.
4.0 FABRICATION
1. The anchor bolts shall be fabricated out of tested quality MS rounds only
Page 3 of 7
Technical Specification_Anchor Bolts
in accordance with the drawing provided with this specification.
2. The threads shall conform to the metric series IS: 4218 Part I
corresponding to the nuts of size of M/S GKW make and shall be undercut
by 0.0043 mm for galvanising.
3. The anchor bolts shall be supplied fitted with double nuts of M/S GKW
make or equivalent approved quality duly galvanised. The top portion of
anchor bolts including threads shall be galvanised as indicated in the
drawing.
4. All the anchor bolts shall be duly marked as per IS: 5626.
5.0 GALVANISING
The anchor bolts as well as nuts shall be galvanised by hot dip process conforming
to latest revisions of IS: 2629 and 2633. Minimum weight of coating of zinc
during galvanising shall be 305 gms. per sq.m. for threaded portion and 610 gms.
per sq.m for the other surfaces. The galvanised external threads shall not be recut.
The zinc used shall be not less than 99.5% pure conforming to IS: 209 and shall be
free from sulphur, carbon or silica. The galvanising shall be done at correct
temperatures and shall provide for substantial diffusion of Hydrogen maintaining
the molten zinc bath free from impurities. The nuts and bolts shall be meticulously
cleaned before galvanising. The galvanised surfaces shall be free from defects like
strain, dross, excessive projections or other imperfections, metals etc. which
would impair serviceability, quality, strength or finish of the anchor bolts. There
should not be any clogging of threads due to staying of zinc on them during
galvanising. The threads must fit properly and freely throughout the threaded
portion. This shall be specifically ensured before dispatch of the material.
6.0 TESTS
All materials offered shall be fully tested by the bidder as per the relevant
standards. The sampling and acceptance criteria of foundation bolts shall be in
accordance with IS: 2614 and test results shall conform to parameters as specified
for Grade- A steel in IS: 2062.
7.0 INSPECTION
In addition to the provisions of General conditions, the following shall also apply
:-
a) On successful inspection, the Contractor will submit to the purchaser
manufacturer's
- test certificates for each lot purchased
Page 4 of 7
Technical Specification_Anchor Bolts
inspection
- report etc. and will request for issue of dispatch clearance from
the purchaser.
i) Nuts and other attachments shall be packed in non returnable double gunny
bags and accurately tagged in accordance with contents.
ii) The packing shall be made in such a way as to avoid losses/ damages
during transit, Each bundle or package shall be appropriately marked. Any
loss or damage during transit shall be made up/ rectified by the Contractor
at no extra cost to the purchaser.
iii) No extra charges for packing shall be admissible. Bidders may include its
cost in their quoted rates.
9.0 PRICE
The price shall include cost of all raw materials including MS rounds, nuts, plates,
zinc and including fabrication, partial galvanising, delivery at site, unloading and
stacking and inclusive of wastage. Price shall be quoted per number as indicated
in schedule.
A Straightening:
Is there any facility for Straightening of section i.e. Angles/ Channels/ Rounds
etc?
1. Section Cutting
Is there any facility for section cutting? If yes intimate the type of machine also
intimate the maximum of thickness of angle flanges and diameter of round which
can be cut by above machine. Capacity of machine may also be intimated.
2. Cropping
Page 5 of 7
Technical Specification_Anchor Bolts
ii) Intimate the type of machine and the thickness and width it can be crop.
3. Punching/ Drilling:
ii) Thickness of plates/ angles flanges that can be punched or drilled may be
intimated separately for punching and drilling machine respectively.
Indicate the facilities available for performing this operation. Bidder should
clearly specify whether facility of radiographic inspection and magnetic particle
examination of welds are available.
B: GALVANISING
Is there any facility for hot dip galvanising of structures available at your works?
If yes, then furnish the following information:
b) The dimensions of the galvanising tank to assess the maximum size of the
members that can be galvanised.
Page 6 of 7
Technical Specification_Anchor Bolts
Page 7 of 7
Technical Specification_Anchor Bolts
ANTI FOG DISC INSULATORS
CONTENTS
1.0 STANDARDS
2.0 PRINCIPAL PARAMETERS
3.0 MATERIALS
4.0 FREE FROM DEFECTS
5.0 SIZES
6.0 JOINTS IN INSULATOR & PARTS
7.0 GALVANISED STEEL PARTS
8.0 MARKING
9.0 STANDARD PACKING
10.0 TESTS
11.0 TYPE TESTS
12.0 ACCEPTANCE TESTS
13.0 ROUTINE TESTS
14.0 TEST DURING MANUFACTURE
15.0 TEST REPORTS
16.0 TEST FACILITIES
17.0 INSPECTION
18.0 DOCUMENTATION
19.0 PACKING & FORWARDING
20.0 MARKING
21.0 DRAWINGS
22.0 SPECIFIC TECHNICAL REQUIREMENTS
1.0 STANDARDS
The supply of accessory items covered by this specification shall comply with the latest
editions of the Indian standards/ IEC and codes of practice. Some of the applicable
standards are given below :-
2.3 The insulator shall therefore be suitable for satisfactory operation under the
tropical climatic conditions as mentioned in the relevant clause.
2.4 The design of the insulator discs shall be such that all the stresses due to
expansion or contraction in any part of the insulator under rapid temperature
fluctuation, which may be created due to variation in the loads or fault of any
nature, while in service shall not lead to any type of deterioration. The porcelain
shall not directly engage with hard metal. Flat surface and corners shall not be
allowed and shall be completely rounded off.
2.5 The Porcelain shall be sound, free from defects, thoroughly verified smoothly
glazed and have brown colour.
2.6 The porcelain shall not engage directly with the hard metal and all metal in
contact with the cement shall be coated with the layer of chemically neutral and
suitably yielding material or paint which shall act as a cushion and lubricant for
the slight relative expansion and contraction of the parts.
2.7 The disc shall be cap and pin type with the ball and socket coupling. The caps
and pins of the disc insulators shall be heavily galvanised and mechanically
strong. The pin balls shall move freely in the cap sockets but shall be so designed
that they do not get disengaged while in service under various operating and
atmospheric conditions.
2.8 The caps shall be made of heat treated malleable iron, hot dip galvanized
conforming to the latest IS specification. These shall be free from cracks, shrinks,
air holes, burrs and rough edges, etc. The caps shall be circular with the inner and
outer surfaces concentric and of such design that they will not yield or distort
under stresses to the porcelain shells. The pins shall be of single piece made of
high tensile forged steel hardened and tempered and shall be free from laps,
folds, burrs, and rough edges. All bearing surfaces shall be smooth and uniform
so as to distribute the loading stresses evenly. The pins shall be of such a design
that they will not yield or distort under loaded condition. No joints in the pins
shall be allowed, what so ever the joint type may be. The zinc sleeve shall be
made of zinc having minimum 99.95 % purity.
2.9 Nominal dimensions of the pin, ball and socket interior shall be in accordance
with the IS indicated above. The mechanical strength rating of the pin ball shank
shall not be less than the electromechanical strength of the insulator discs as
specified in this Specification.
2.11 The finished porcelain shall be glazed to a chocolate brown colour. The glaze
shall cover all the exposed porcelain parts of the insulators and shall have a
bright luster smooth surface and shall have a good performance under extreme
weather conditions of tropical climate and heavily polluted atmosphere. The
glaze shall not crack or get chipped due to ageing effect under normal and
abnormal service conditions or while handling during transit or erection. The
glaze shall have the same co-efficient of expansion as of porcelain body through
out the working range of the temperature
2.13 The design of the fittings and the insulators shall be such that there is no local
corona formation or discharges likely to cause the interference to either sound or
vision transmission.
2.14 The bidder shall be responsible for satisfying himself that all the insulators
including fittings in a string are suitable for the tower structures and conductors
specified in this specification.
2.15 The insulators shall be of standard design and made to gauge or a jig and the
same shall be interchangeable, in all respect with the similar items.
2.16 Cement used in the construction of insulators 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.
2.17 The security clips shall be made of suitable material of copper alloy. The clips
shall provide positive locking of the coupling.
3.0 MATERIALS
3.2 The porcelain shall be Ivory white, non-porous, of high dielectric, mechanical
and thermal strength. The materials shall be free from internal stresses, blisters,
laminations, voids, foreign matters / particles, imperfection of other defects
which might in way render it unsuitable as insulator shells. Porcelain shall be
unaffected by climatic conditions, ozone, acids, alkalies, zinc, dust etc.
3.3 The porcelain shells shall be made by wet process. They shall be clean, dense,
homogeneous, and shall be fired to a complete and uniform vitrification so that
glaze is not depended upon for insulation. The glaze shall be smooth, uniform
and of Brown shade and shall cover completely all exposed porcelain in parts of
the insulator. The shells shall posses the qualities best adopted to insulators for
service at extra and ultra high voltages.
3.4 Metal fittings of drop forged steel or heat-treated malleable cast iron or
Spheroidal Graphite Iron (SGI). The SGI caps shall be approved from UPPTCL
or Power Grid approved vendors only. Insulators are required to have excellent
mechanical properties such as strength, toughness, high corrosion resistance, free
from corona effects, etc
3.5 Cement used in the construction of insulators, particularly for joining the metal
parts with the porcelain insulator, shall not cause fracture by expansion or
loosening by contraction and must have high compression and shearing strengths
and be free from change in volume due to ageing and temperature changes. The
thickness of the cement shall be kept as less as possible, however without
affecting the strength of the joint, and proper care shall be taken to correctly fix
the individual parts. The cement shall not give rise to chemical reaction with the
metal fittings and/or thermal instability or chemical changes either in the
porcelain insulator or the metal parts themselves.
3.6 Galvanized steel parts shall be made from high quality steel produced by either
acidic or basic open hearth process, electric furnace process or basic oxygen
process. All the properties of the steel castings and hard drawn shall conform to
the relevant standards.
3.7 The zinc used for galvanizing shall be electrolytic high grade Zinc, not less
than 99.5 percent purity. It shall conform to and satisfy all the requirements of
relevant ISS, BSS or other Standards to be specified with the due justification.
Galvanizing has to be done hot dip galvanizing process.
4.1 The products shall be smooth and free from all imperfections such as spills,
splits, slag inclusion, die marks, scratches, fittings, blowholes, projections,
looseness, overlapping of layers, chipping of porcelain layers, cracks, shrinks,
sand, etc. and all such other defects which may hamper the mechanical &
electrical properties of the insulator as also the installation of the same at the site
etc. Special care should be taken to keep away dirt, grit etc. during
manufacturing.
5.0 SIZES
5.1.1 The porcelain and galvanised steel parts for the complete insulator covered by
this standard shall have dimensions specified in this and shall be within the
tolerances indicated therein. The dimensions of the steel galvanised parts shall be
measured over the zinc coating.
7.1 There shall be no joints in steel parts forming the fixing parts (core for
mechanical strength) of the insulator.
7.2 The steel used in the construction of galvanised steel insulator parts before and
after putting in position shall satisfy all the relevant requirements as per the
standards indicated or any other standards with due justification.
7.3 The zinc used for galvanising shall be electrolytic high grade Zinc. It shall
conform to and satisfy all the requirements of relevant standards indicated or any
other standards with due justification. Galvanising shall be done by hot dip
galvanising process.
7.4 The insulators offered shall be suitable for employing Hot Line Maintenance
8.0 MARKING
8.1 Each insulators shall be legibly and indelibly mark with the trade mark of
manufacturer, the batch and year of manufacture, guaranteed Electrical &
Mechanical strength and the country of manufacture. Such marking on the
porcelain shall be printed not embossed and shall be applied before firing. The
unit of E&M strength viz. ‘Kg.’ can be given to facilitate easy identification and
to ensure correct use.
9.1 All discs insulator shall be packed in strong wooden crates and boxes of
approved design with steel hoop and bends for strength and durability to with
stand rough handling during transport and storage.
9.2 All crates shall have a tin label which shall indicate all the details like batch
number, make, date of manufacture, consignee, destination, quantity, serial
numbers etc.
9.3 The standard packing of the 70 and 90KN insulator shall be 5 nos. per crate and
of 120KN & 160KN shall be 3 nos. per crate.
9.4 The total nos. maximum that will be acceptable will be in the next full crate of
the ordered quantity and minimum acceptable quantity will be one full crate less
than the ordered quantity specified.
9.5 Bidder shall also indicate the maximum numbers which can be accommodated in
a single crate, above the standard numbers. This may be required for special
stretches river crossing, special locations etc. The purchaser reserves the right to
place orders for the above quantity to the extent of 50% of the total ordered
quantity on the same terms and conditions applicable for the standard quantities
during the pendency of the contract.
10.0 TESTS
10.1 The type, acceptance, routine tests, any tests specifically demanded by the
Purchaser and tests during manufacture shall be carried out on the Insulators free
of cost. The test reports shall be in accordance with the socket cap material
offered by the Bidder than all type test reports shall be submitted for
Insulator with specific SGI caps only and vice versa. The type of socket cap
should be clearly mentioned in drawing verified by test Lab.
10.2 Type tests shall mean those tests, which are to be carried out to prove the process
of manufacture and general conformity of the material to this specification. These
10.3 Acceptance Tests shall mean those tests, which are to be carried out on samples
taken from each lot offered for pre-despatch inspection, for the purposes of
acceptance of that lot. These tests shall be carried out at the manufacturers works
in presence of Purchaser’s representative before the despatch of the materials to
the site.
10.4 Routine Tests shall mean those tests which are to be carried out on each
strand/spool/length of the conductor to check requirements which are likely to
vary during production. These tests shall be carried out by the manufacturer on
each drum and shall have to furnish these reports to the Purchaser’s
representative during his visit for acceptance tests.
10.5 Tests during manufacture shall mean those tests, which are to be carried out
during the process of manufacture and end inspection by the supplier to ensure
the desired quality of the end product to be supplied by him, including all Quality
Control checks and Raw Materials testing.
10.6 The standards to which these tests will be carried out are listed against them.
Where a particular test is a specific requirement of this specification, the norms
and procedures of the test shall be as specified as mutually agreed between the
Bidder and the purchaser in the Quality Assurance Programme
10.7 For all type and acceptance tests, the acceptance values shall be the values in the
"Guaranteed Technical Particulars", or the acceptance value specified in this
specification, whichever is more stringent for that particular test.
11.1 The following type test reports are to be submitted along with Technical Bid
1. Visual examination
2. Verification of dimensions
3. Visible discharge test
4. Lightning impulse voltage withstand test (positive/ negative)
5. 50% Lightning impulse voltage flashover test (positive/ negative)
6. Dry P.F. voltage withstand test
Dry P.F. voltage flashover test
7. Wet P.F. voltage withstand test
Wet P.F. voltage flashover test
15.1 Copies of type test reports shall be furnished in at least two(2) copies along with
one original. One copy shall be returned duly certified by the Purchaser only after
which the material already inspected i.e. the materials manufactured for selection
of sample for type test, shall be dispatched on receipt of Despatch Instructions
from the Purchaser.
15.3 Test Certificates of test during manufacture shall be maintained by the Bidder.
These shall be produced for verification as and when desired by the Purchaser.
b) Finished insulator shall be checked for dimension verification and surface finish.
c) The bidder should have all the routine and acceptance testing facilities, in house.
17.0 INSPECTION
17.1 Manufacturer will have to offer inspection of insulators batch wise indicating
quantity of each batch. Each batch will be considered as individual lot and the
samples for inspection will be selected accordingly. However the number of
insulators actually selected for testing will be considering the lots individually or
single which ever is higher. The Purchaser's representative shall at all times
during the pendancy of the contract be entitled to have access to the works and
all places of manufacture where insulators are being manufactured and the
representative shall have full facilities for unrestricted inspection of the
Manufacturer’s works raw materials and process of manufacture and conducting
necessary tests as may be deemed fit, for certifying the quality of product.
17.2 The Manufacturer shall keep the Purchaser informed in advance of the time of
starting and of the progress of manufacture of insulator in its various stages so
that arrangements can be made for inspection.
17.3 No material shall be despatched from its point of manufacture before it has been
satisfactorily inspected, tested, and necessary dispatch instructions are issued in
writing, except for the cases where waiver of inspection is granted by competent
authority of the Purchaser, and even in this case also written dispatch instructions
will be issued. Any dispatches before the issue of Dispatch Instructions in writing
will be liable for rejection and non acceptance of the materials by the consignee.
17.4 The acceptance of any quantity of material shall in no way relieve the Bidder of
any of his responsibilities for meeting all requirements of the specification, and
shall not prevent subsequent rejection if such material is later found to be
17.5 The sample taken from any numbers of crates for carrying out any type of tests
will be to the manufacturer’s account.
18.0 DOCUMENTATION
18.1 Two sets of type test reports, duly approved by the Purchaser shall be submitted
by the Bidder, before commencement of supply. A copy of acceptance and
routine test certificates, duly approved by the Purchaser shall accompany the
dispatch consignment.
18.2 The manufacturing of the insulator shall be strictly in accordance with the
approved drawings and no deviation shall be permitted without the written
approval of the Purchaser. All manufacturing and fabrication work in connection
with the insulator prior to the approval of the drawing shall be at Manufacturer 's
risk.
18.3 Approval of drawing etc. by the Purchaser shall not relieve the Bidder of his
responsibility and liability for ensuring correctness and correct interpretation of
the latest revision of applicable standards, rules and codes of practices. The
insulator shall conform in all respects to high standards of engineering, design,
workmanship and latest revisions of relevant standards in vogue on the day of
opening of the Technical Bid and Purchaser shall have the power to reject any
work or material which in his judgment is not in full accordance therewith.
19.1 The insulator shall be supplied in non-returnable strong wooden crates provided
with lagging of adequate strength, and displacement during transit, storage and
subsequent handling and stringing operations in the field. The crates shall
generally conform to relevant IS except otherwise specified hereinafter.
19.2 The bidder should submit the proposed packing crate drawings along with the
bid. However, the same shall be in line with the requirements as stated herein.
After placement of the Letter of Award, the Bidder shall submit four copies of
fully dimensioned drawing of the crate, for Purchaser's approval before taking up
manufacturing of Insulator and or crates. After getting approval from the
Purchaser, Bidder shall submit 6 more copies of the approved drawings to
Purchaser for further distribution and field use at Purchaser's end.
19.3 All wooden components shall be manufactured out of seasoned soft wood free
from defects that may materially weaken the component parts of the Crates.
Preservative treatment for anti-termite/anti-fungus (Aldrime / Aldruse) etc. shall
be applied to the entire crates with preservatives of a quality which is not harmful
19.4 A minimum space of 125 mm shall be provided between the inner surface of the
insulator and outer surface of the crate.
19.5 Each batten shall be securely nailed across grains as far as possible to the flange
edges with at least 2 nails per end. The length of the nails shall not be less than
twice the thickness of the battens. The nail shall not protrude above the general
surface and shall not have exposed sharp edges or allow the battens to be released
due to corrosion.
19.6 Outside the protective layer, there shall be minimum of two binder consisting of
hoop iron/galvanised steel wire. Each protective layer shall have two recess to
accommodate the binders.
19.7 If any bidder wishes to supply the insulator in the steel crates the same will be
acceptable, however free of cost.
20.0 Marking
20.1 Each crate drum shall have the following information stenciled on it in indelible
ink along with other essential data:
a) Contract/Award letter / order number
b) Name and address of consignee
c) Manufacturer's name and address
d) Crate Number
e) Size of insulator
f) E&M strength of Insulator
g) Gross weight of crate with insulator
h) Weight of empty crate with lagging
21.0 DRAWINGS
21.1 All the bidders have to submit the drawings for insulator along with the crates to
be utilised for packing of the insulator, for the numbers specified in this Tender
Specification along with the offer.In the event of an order the successful bidder
shall submit the drawings stated above in triplicate for approval during the
commencement period to the Purchaser.
22.1 SCOPE
22.1.1 This section covers the Specific Technical Particular requirements suiting to
22.1.2 The Specific Technical particulars of the Power System, as also for the
Suspension and Tension Insulators are given here under.
SYSTEM PARTICULARS
B) DETAILS OF CONDUCTORS
1. Number of Strands 54 54 30 6
a) Aluminium 7 7 3 7
b) Steel
2. Wire Diameter – mm
a) Aluminium 3.53 3.18 3 4.72
b) Steel 3.53 3.18 3 1.57
3. Approximate Weight – 2004 1625 979 394
Kg / Km.
C) DETAILS OF INSULATORS
CONTENTS
1.0 Standards
2.0 Principal Parameters
3.0 Technical Particulars
4.0 Type and Routine Tests
5.0 Testing
1.0 STANDARDS
The supply of items covered by this specifications shall comply with the latest
editions of the Indian Standards/ IEC and codes of practice. Some of the
applicable standards are given below.
2.1.1 The surface of the equipment shall be smooth and free from sharp edges, burrs
and other projections, which may be a cause for increasing corona losses and
radio interference above acceptable levels.
2.1.2 All castings shall be free from blow holes, surface blisters, cracks or any other
casting defects. All sharp edges and corners shall be blurred and rounded off.
2.1.3 All current carrying parts shall be designed and manufactured to have minimum
contact resistance.
2.1.5 Clamp shall be designed to carry the same current as the conductor and the
temperature rise shall be equal or less than that of the conductor at the specified
ambient temperature. The rated current for which the clamp or connector is
designed with respect to the specified reference ambient temperature shall also be
indelibly marked on each component of the clamp and connector except on the
hardware.
2.1.8 Size of the terminal/ conductor for which the clamp/ connector is suitable shall be
embossed/punched (i.e. indelibly marked) on each components of the clamp/
connector, except on the hardware.
2.2.0 INTERCHANGEABILITY
2.2.1 All similar parts, particularly the removable ones shall be interchangeable with
one another. All bolts and nuts have the same standard wit-worth threads
throughout where required, and nuts shall be locked in an approved manner.
2.3.2 Insulator fittings components other than plates, angles and flats, shall be of
forged steel. Malleable cast iron components shall not be accepted.
2.3.3 Insulator hardware assembly shall be designed for a 4000 kg. Tensile load per
string for the switchyard with a factor of safety two(2).
2.3.4 The insulators fitting shall have to be matched with the insulators. P.G. clamps
shall be suitably designed according to requirements.
2.4.0 GALVANISING
2.4.1 All ferrous parts including bolts and nuts shall be hot dip galvanized and shall be
evenly and uniformly coated with zinc complying with IS: 2629. The uniformity
of zinc coating shall be tested as per IS: 2633. The zinc coating shall be uniform;
adherent, smooth, reasonably bright, continuous and free from imperfections such
as flux, ash, rust, stains, bulky white deposits and blisters. The zinc used for
galvanizing will have to be arranged by the fabricator and purity shall be of grade
Zn 99.5 as per IS: 209.
2.4.2 All ferrous parts including structural steel works and single pipe. supports shall
also be galvanized after fabrication.
2.4.3 All bolts, nuts, locknuts, washers etc. shall be hot dip galvanized. Excess spelter
from bolts, nuts etc. shall be removed by centrifugal spinning. From bolt or nut.
Threading after galvanizing, shall not be permitted. Nuts, however, may be
tapped, but not to cause appreciable racking of the nuts on the bolts. Springs
washers shall be electro- galvanized.
3.15 General criteria for using the conductor: refer clause 4.02 of “Technical
Specification For Handling, Erection, Testing and Commissioning.”
Suitably designed insulator fitting with bolted type tension clamp shall be
offered. The clamp should be suitable for two point anchoring. The fitting should
normally have following components. The tension clamp shall be suitably
designed to take a static tension of 4000kg. The clevis, ball and socket for the
disk insulators shall be as per I.E.C. specification 16 mm type. The material of
construction shall be as under:
d) Corona control rings - Mild steel tube (Minimum thickness 1.6 mm)
or
Al. tube (Minimum thickness 2.5 mm)
The material i.e. mild steel forged steel or malleable iron for these fittings shall
be such that it gives the required mechanical strength. The clamps should be of
Aluminum Alloy and shall be designed to carry the same current as the
conductor. All forging and casting shall be of good finish and free from flaws
and other defects. The edges on the outside of fittings shall be rounded. All
Suspension clamps shall be so designed that the effects of vibration both on the
conductor and fittings itself are minimized. The clamps shall permit the
conductor to slip before the failure of the conductor occurs. The fittings shall
have sufficient contact surface to minimize damage due to fault currents. All nuts
shall be made in accordance of IS-1367 or equivalent. Pins shall be made of
forged steel and security dips shall be of phosphor bronze or brass. These tension
and suspension fittings should meet the requirement of IS-2486 parts I & II or
equivalent. The size of ball and clevis and socket shall be of 16 mm as per IS /
IEC specification.
d) Bolts, nuts and plain washers. Hot dip galvanising mild steel
4) Clamp shall be designed to carry the same current as the conductor and the
temperature rise shall be equal or less than that of the conductor at the
specified ambient temperature. The rated current for which the clamp/
connector is designed with respect to the specified reference ambient
temperature shall also be indelibly marked on each component of one clamp
/ connector except on the insulator fittings.
The type tests shall include the following but shall not be limited to the following
and shall be carried out on clamps and fittings without any extra cost to the
Purchaser.
i) Test for corona inception and extinction voltages with and without
corona rings to be performed on completely assembled strings.
ii) Radio Interference voltage test.
iii) Corrosion and Galvanising test.
iv) Dynamic High current withstand test.
v) Tension Test.
vi) Slip Test
4.2 The reports of following type tests, on the complete insulators string with
hardware fitting, shall need to be furnished.
5.1.1 Power frequency voltage flashover tests without corona control rings and arcing
horns (I) dry ( ii ) Wet The procedure for this test will be the same as specified in
BS137 except that the insulator string shall be tested without the corona control
rings and arcing horns.
The power frequency voltage distribution across the various discs in the
insulators string consisting of 25 discs shall be measured using 25 mm diameter
sphere with 1 mm gap between them. The flashover voltage of this gap, say, ‘Vs’
is pre-determined. The terminals of the sphere gap shall be connected to the metal
fittings of a disc insulator in the string and the voltage across the entire insulator
string shall be raised gradually until a flashover takes place across the sphere gap.
The procedure shall be repeated with the sphere gap connected across all the discs
in the string successfully. The values of the voltages E1, E2, E3 ….. En across the
entire string when the sphere gap is connected successively across the 1,2,3 ….
nth disc shall be noted . The voltage ‘Vn across the nth disc as a percentage of the
voltage across the string is given by the relation.
Vn = Vs / En x 100 percent
Max. potential across any disc of the string shall not exceed 9% of the voltage
applied across the string. The total of the voltage distribution of all discs so
computed shall be within 95% and 105%. If not, the test shall be repeated. The
proportionate correction shall be made on the value so as to give a total of 100%
distribution.
In addition to above, voltage across the two max. stressed insulators so tested
above, shall be rechecked by applying 242 ± 5% kV across the entire string and
varying the sphere gap distance to determine the percentage voltage distribution.
The load shall be so applied that the component is stressed in the same way as it
Samples taken from the zinc ingot shall be chemically analysed as per IS:209.
The purity of zinc shall not be less than 99.5%
The chemical analysis hardness tests and magnetic particle inspection for
forgings, will be as per the internationally recognized procedures for these tests.
The sample will be based on heat number and heat treatment batch. The details
regarding test will be as discussed and mutually agreed to the Contractor and
owner in Quality Assurance Program.
1.1 The scope of work covers the complete designing, engineering, testing, supply,
installation, testing and commissioning of complete lighting and illumination
system of switchyard areas and buildings and covers following items of work. The
successful bidder shall offer most cost effective lighting system deploying a
combination of conventional and energy efficient lamps and luminaries depending
on their utilization/functional requirements. The lux levels in various rooms/halls
shall be governed as per the relevant IS/IEC.
i) Various lighting fixtures complete with lamps, supports and accessories as per the
design submitted by the Contractor and approved by the UPPTCL.
ii) Lighting panels.
iii) Various receptacles and switchboards.
iv) Galvanized rigid steel conduits for lighting system, conduits and fixture supports,
complete with all accessories including junction boxes and pull out boxes and
associated civil works.
v) Lighting wires for wiring of all lighting fixtures, receptacles etc., from lighting
panels/switch-boards.
vi) Outdoor Street lighting poles, including associated civil works.
vii) G.I. Earth wires/rods/flats for all lighting fixtures, receptacles and G1 conduit
installation.
viii) Battery operated portable type fluorescent lamps and fixtures.
ix) Various Electrical Fixtures/ items for Control Room Building.
1.2 The following specific areas are included in the scope of lighting:
1.3 The successful bidder shall furnish the power requirement (for both AC and DC)
and conform the adequacy of the proposed station transformer / battery capacity.
1.4 The detailed drawings showing the lighting layout of the switchyard areas
indicating lighting intensity in respective areas will be prepared by the Contractor
Technical Specification_Lighting System Page 3 of 35
and shall be submitted for approval. The above layout drawings will include
disposition and location of lighting poles, lighting fixtures, receptacles,
switchboards, etc.
1.5 All the civil works like fixing of anchor bolts, breaking of floors/walls for fixing
conduits/pipes/earth conductors, sealing of floor/wall openings after conduits, pipes,
earth conductors have been put shall be carried out by the Contractor. Furthermore
civil works associated with erection of lighting poles, including street lighting
poles, lighting panels etc. Hardware required for fixing arrangement for various
lighting fixtures are included in contractor's scope. The glands shall be of brass
coated with tin/nickel. The lugs shall be tinned copper.
i. Laying and termination of 415 V PVC armoured Aluminium Power Cables (2Cxl0
sq.mm) from lighting panel to the junction box and 415V PVC armoured power
cables (3½ x l6sq.mm Al) from lighting panel to sub lighting panel in case of
lighting mast and street lighting poles and power cables for looping from one pole
to other shall be in the scope of the contractor.
ii. Power cables from the junction box at the bottom of substation column/ lighting
pole to the lamp terminals shall be supplied and erected by the contractor. Laying
and termination of power cable to the 63A, 3 phase power receptacle from AC
distribution board and looping in and looping out from one receptacle to another is
in the scope of the Contractor.
iii. The double compression glands and lugs required for termination of cables in
receptacles & junction boxes, lighting panels, sub lighting panels, street lighting
junction boxes and any other areas are in contractor's scope. The rates for these
items have to be included in erection rates of respective items.
iv. Power cables mentioned in the above clause shall be laid through the available
cable trenches to the maximum extent possible. Wherever cable trench is not
available the cable shall be laid buried under ground. Gantry and lighting peak
heights should be considered.
Each cable and conduit run shall be tagged with numbers that appear in the cable
and conduit schedules. Cables and conduits shall be tagged at their entrance and or
exit from any piece of equipment junction or pull box.
v. The tag shall be aluminum with the number punched on it and securely attached to
the cable by not less than two turns of G.I. wire. Cable tags shall be rectangular
shape for power cables and circular shape for control cables.
vi. Location of cables laid directly under ground shall be indicated clearly by cable
marker made of galvanized iron plate embedded in concrete block.
vii. The location of underground cable joints, if any shall be clearly indicated with cable
marker with an additional inscription "cable joint".
viii. The marker which is a concrete block shall project 150 mm above ground and shall
be spaced at an interval of 10 meters and at every change of direction. It shall also
be located on both sides of road or drain crossing.
ix. The contractor shall furnish and install all tags and markers stated above. The rates
Technical Specification_Lighting System Page 4 of 35
for supply & erection of these tags and markers have to be included in the erection
rates quoted for cable laying and termination.
2.1 Supply of the following cables for lighting system is in the scope of the
contractor.
a) Power cables from lighting panel to the sub-lighting panel at the bottom of
substation column / lighting pole and from sub lighting panel to the lamps at the top
of the column /lighting pole.
b) Power cables from street lighting panel to street lighting poles, and power cables for
looping from one pole to other pole.
c) Power cable from 415 Volt AC distribution board to 3 phase power receptacles
rated 63 amp & looping from one power receptacle to the other.
d) Power cables from lighting panels to junction box at the bottom of the gantry.
e) Power cables from 415VAC distribution board to lighting/station transformer and
lighting/station transformer to lighting panels.
The design, manufacture and performance of equipment shall comply with all
currently applicable standards, regulations and safety codes in the locality where the
equipment will be installed. Nothing in this specification shall be construed to
relieve the Bidder of these responsibilities.
1. GIS Building:
The GIS Building main halls will be illuminated using enclosed type high bay,
luminaries having 250 watt metal halide fixtures along with surface mounted 1 x
100 W GLS down lighters for emergency areas.
a) Control room area will be illuminated using mirror optics luminaries, which have
superb glare control, the luminaries will have Cat II mirrors. Philips TBS 088 / 236
CS HF or equivalent.
b) In addition to mirror optics luminaries CFL down lighter with turbo louvers will be
used. The luminaries would be suitable for 2XPL 16 Watt Lamp.
The illumination will be carried out using 2x28 Watt lamps with industrial reflector
Philips TMS 122 / 228 HF or equivalent.
Technical Specification_Lighting System Page 5 of 35
d) DC Emergency Lighting in non false ceiling areas to be carried out with surface
mounted down lighters.
e) For all areas necessary exit sign lights and minimum 4 nos portable emergency
lights will be provided.
Lux Uniformity
4. Control
Sufficient number of occupancy and light level sensors shall be provided subject to
following minimum requirement:
No occupancy sensor and light level sensors are envisaged for ACDB room, DCDB
room, Lobby, Corridor, DG set and Fire fighting pump house building.
Each light level sensor shall be provided to measure and regulate lighting. The light
level sensor shall be used to achieve bank switching.
Each occupancy sensor shall be used for indoor use with time delay programmable
in the minimum range of 1 sec. to 2 Hour to control the illumination in the area.
The Contractor shall supply and install the following equipment and accessories in
accordance with the specification.
5.1.1 OUTDOOR
415 AC lighting panel with 415V, 63A, 3 Phase 4 wire bus and one no. 63A, TPN,
MCB with neutral unit as incomer and 20A, MCB as outgoing feeders, the details
are as follows.
Note: The numbers of outgoing feeders indicated above are the minimum.
5.1.2 INDOOR
415 V Indoor AC lighting panel, 63A 3 phase 4 wire bus and one number 63 AMP
TPN, MCB with 300ma 63 A, RCCB. Flush Mounted with per phase isolation and
indication lamps din mounted. The DB will be flush mounted and double door type.
Type Of Panel Description Detail Of Outgoing Feeders
ACP-1 Indoor 18 nos. outgoing 16-32 Amp SP MCB
5.5 RECEPTACLES
ii. The lamps & luminaries for outdoor lighting shall be mounted on columns and
lighting poles. The lighting poles shall be supplied and erected by the Contractor.
Lighting poles as per the requirement are to be designed, fabricated, galvanized,
supplied and erected by the Contractor to meet the specified Flux levels in the
switchyard.
iii. All the lamps & luminaries mounted on substation columnsl lighting pole shall be
fed from the sub-lighting panel to be mounted near the structure. Sub-lighting panel
shall be connected to the outdoor lighting panels.
iv. Lamps & Luminaries mounted on the substation columns shall be fed from the
outdoor lighting panels through junction box.
v. Power receptacles of 15 Amp in the outdoor area shall also be fed from outdoor
lighting panels.
vi. Power receptacles of 63 Amp in the outdoor area will be fed from Lighting
Distribution Board to be supplied.
vii. Street lighting poles shall be supplied power from street lighting panels, street
lighting panels shall be fed from the lighting distribution board.
viii. Indoor lamps & luminaries, power receptacles fans etc., shall be supplied power
from indoor lighting panels that in turn shall be connected to the Lighting
Distribution Board.
ix The Contractor shall determine the quantity of rating of lamps & luminaries for
both indoor and outdoor area, quantity of outdoor & indoor lighting panels, sub
lighting panels and street lighting panels to meet the illumination level requirement
and other specified technical requirements as per bidding documents as per
Purchaser' s approval of design and drawings furnished by the Contractor.
This system will be available in GIS cum control room building, battery room, DG
Set & switchyard. AC lighting load will be connected to this system which will be
normally ‘ON’. The lighting panels of this system will be connected to the
Emergency lighting board which is fed from diesel generator during the emergency.
50% of lighting fixtures shall be connected on AC emergency lighting.
c) DC EMERGENCY LIGHTING
A few D.C. emergency lighting fixtures operated on the D.C. system will be
provided in the strategic locations so that the operating personnel can safely find
their way even during emergency of a total A.C. failure. These lights will be
normally 'OFF' and will be switched 'ON' automatically when under voltage occurs
in the A.C. main lighting distribution board. GLS lamp down lighters in false
ceiling area and Bulkhead fixtures in non false ceiling area to be used.
d) PORTABLE FIXTURES:
The Bidder shall submit in triplicate along with the bid the following:
i) Complete technical literature supported by catalogues and type test certificates for:
a) Lighting fixtures and accessories like lamp holders, starter holders, ballasts, starters,
capacitors, fuses etc.
b) Lamps
c) Receptacles & plug
d) Switch & Switch boards
e) Conduits and conduit accessories
f) Junction boxes
g) Pull out boxes
h) Lighting panel including switch fuse unit, MCB, Contactor, Push Buttons, auxiliary
relays.
i) Lighting poles and fixing arrangement on columns
j) Ladders
ii) For lighting fixtures the literature shall indicate terminal arrangement, internal
wiring and dimensional details.
iii) Light distribution diagram, light absorption factors, coefficient of utilization charts,
ISO-lux diagram (for street light fittings), aiming angle vis beam spot area charts
Technical Specification_Lighting System Page 10 of 35
(for flood lights).
iv) For lamps - the literature shall indicate lumen output, lumen output depreciation
curve, lamp life, supply voltage variation vis lamp life, ambient temperature vis
lamp life.
v) For lighting panels - the literature shall indicate plan, front view, inside view,
terminal blades, schematic wiring drawing, bill of material listing out make, type,
rating etc., of various equipment mounted in the panel.
vi) An illustration on design procedure for illumination of outdoor switchyard and
control room considering the characteristics of offered luminaries and lamps,
working table height, height of flood light etc restricting nominal vision angle of 8
deg.
The following design/drawings shall be submitted by the Contractor for approval of
the Purchaser.
i) Detailed lighting design calculations for the lighting areas and lighting loads.
ii) Lighting layout and details of switchyard and control room building.
iii) Lighting Fixtures & Accessories
a) Bill of material
b) Panel drawing showing fixing arrangement, front view, inside view showing the
mounting arrangement of various equipments.
c) Schematic diagram
d) Panel internal wiring diagram for information only.
The correctness of this drawing shall be the responsibility of the Contractor. The
Contractor shall submit two copies of all the drawings / documents to be approved
by the Purchaser. One print of such drawings/documents will be returned to the
Contractor marked approved/approved with corrections. After final approval of
the drawing the Contractor shall furnish to the Purchaser six prints and one
reprocfucible (soft copy) original of the drawings after incorporating all corrections.
All manufacturing and fabrication work in connection with the equipment prior to
the approval of drawings shall be at the Contractor's risk. The Contractor may
make any change in the designs which are necessary to make the equipment
Technical Specification_Lighting System Page 11 of 35
conform to the provisions and intent of the Contract and such changes will again
be subject to approval by the Purchaser. However, approval does not release the
Contractor of any of his responsibilities and liabilities under the Contract.
The Contractor shall furnish with the Contract time schedule for furnishing the
drawings / documents to be approved by the Purchaser, keeping in view the overall
Contract completion date.
The Contractor after the installation of lighting equipment and others shall furnish
marked up copies of all as built drawings to the Purchaser for affecting any changes
in the original. This work shall be done immediately after the installation of lighting
system equipment in a particular area is completed. Prices quoted by the Bidder
shall be including the cost of furnishing these drawings.
a) General
All lighting fixtures and accessories shall be designed for continuous operation
under atmospheric conditions existing at site, without reduction in the life or
without any deterioration of materials, internal wiring.
b) Temperature Rise
All lighting fixtures and accessories shall be designed to have a low temperature
rise according to the relevant Indian Standards. The design ambient temperature
shall be taken as 50 deg.C.
c) Supply Voltage
Lighting fixtures and accessories meant for 240V A.C. operation shall be suitable
for operation on 240V A.C. 50Hz, supply voltage variation of ± 10%, frequency
variation of ± 5% and combined voltage and frequency variation of ± 10%.
Lighting fixture and accessories meant for 220V DC operation shall be suitable for
operation on 220V DC with variation between 198 to 242 Volts.
d) Lighting Fixtures
i) The lighting fixtures shall be Philips or Bajaj or Crompton Greaves make only
except for fixtures type ‘DSM’ & ‘HL’ for which make has been specified
elsewhere in this section. The different types of lighting fixtures are also indicated
elsewhere in this Section.
ii) All fixtures shall be designed for minimum glare. The finish of the fixtures shall be
such that no bright spots are produced either by direct light source or by reflection.
iii) All lighting fixtures shall be complete with fluorescent tubes / incandesent
lamps/mercury vapour/sodium vapour lamps as specified and shall be suitably
wired up.
iv) All flourescent lamp fixture shall be complete with all accessories like ballasts,
power factor improvement capacitors, lamps, starters, holders etc.
(a) All switch boards/boxes shall be of bent steel construction, fabricated of 16 SWG
sheet with 6 mm thick Bakelite sheet cover.
(b) Switch boards/ boxes located in office building areas shall be flush mounted type of
brick wall with only the switch knob projecting outside.
a) The Contractor shall supply and install all rigid steel, heavy duty conduits including
all accessories required like associated couplers pull out boxes, elbows, tees,
reducers, junction boxes, steel wire for cable/wire pulling, GI saddles, screws, bolts,
nuts, other clamping material etc. required for wiring as required. The sizes of
conduits to be used shall be as per enclosed 'Schedule of Material’. Supply and
erection of all accessories excepting GI wire & junction boxes shall be included in
unit rates quoted for erection of conduits.
b) All conduits shall be seemed by welding and shall be of heavy gauge, hot dip
galvanized.
c) The conduits shall conform to IS:9537, IS:3419, IS:1653 as applicable. The
minimum size of conduit shall be 20 mm.
d) Each piece of conduit shall be straight, free from blister and other defects, and
furnished in standard length of 3.0 meters threaded at both ends. The manufacturers
name shall be stamped on each piece.
e) Flexible conduits wherever required shall be made with bright, cold rolled annealed
and electro galvanized mild steel strips or PVC/Plastic.
f) All conduits accessories shall confirm to relevant IS and shall be hot dip galvanized
or High quality virgin PVC and shall be ISI marked.
a. Multiway terminal blocks shall be of reputed make and complete with screws, nuts,
washers and marking strips. Terminals shall be stud type.
b. Each terminal shall be suitable for terminating up to 2 Nos. 16 mm sq. stranded
Aluminum Conductors without any damage to the conductors or any looseness of
connections. Terminal strips provided in street - lighting poles shall be suitable for
terminating upto 2 nos. 4C x 16 sq. mm aluminium cables.
a. The Contractor shall supply and install the pull out boxes.
b. The pull out boxes shall be concealed type for indoor lighting and suitable for
mounting on walls, column, structures etc. for outdoor lighting. The supply of bolts,
nuts and screws required for the erection shall be included in the installation rates.
The installation of pullout boxes in the cutouts in the walls are on the surface of the
walls shall be got approved from the Purchaser.
c. The pull out boxes shall be circular of cast iron or 16 SWG sheet steel and shall
have cover with good quality gasket lining.
d. The pull out boxes and cover shall be hot dip galvanized.
Technical Specification_Lighting System Page 17 of 35
e. The pull out boxes shall be complete with conduit knock outs/ threaded hubs and
provided at approximately 4 meters intervals in a conduit run.
f. The pull out boxes used outdoor shall be weather proof type with gaskets
conforming to lP-55 as per IS: 2147.
g. The Bidder shall include the cost of pull out boxes in the installation rates of
conduits.
Each panel shall be provided with one incoming triple pole switch fuse unit with
neutral link and outgoing miniature circuit breakers.
a) Panels shall be Wall Mounted/Floor Mounted and sheet steel enclosed and shall be
dust, weather and vermin proof. Sheet steel used shall be of thickness not less than
2.0 mm (cold rolled) or 2.5 mm (hot rolled) smoothly finished leveled and free from
flaws, stiffeners shall be provided wherever necessary.
b) All outdoor panels and panels located in damp atmospheres shall have degree of
protection not less than lP-55 as per IS: 2147. All indoor panels shall have degree of
protection not less than IP- 52 as per IS: 2147.
c) The panels shall be single front construction with hinged door suitable for either
floor mounting on channels, sills or on walls/ columns by suitable M.S. Brackets.
d) Panels shall be a dead front assembly provided with hinged door(s) with padlocking
arrangement with single key supplied in duplicate. The lock shall be permanently
fixed on the panel.
e) All doors, removable covers and plates shall be gasketed all around with neoprene
gaskets.
f) The panels shall be suitable for cable/ conduit entry from the top and bottom.
Suitable removable cable gland-plate shall be provided on the top and bottom of
panels. Necessary number of double compression cable gland shall be supplied,
fitted on to this gland plate. The cable glands shall be screwed on type and made of
tinned brass.
g) All sheet steel work shall be phosphated in accordance with IS 6005 "Code of
practice for Phosphating Iron and Steel". After phosphating thorough rinsing shall
be carried out with clean water followed by final rinsing with diluted dichromate
solution and oven drying. The phosphate coating shall be sealed by the application
of two coats of ready mixed stoving type metal printer (comprising of red oxide &
zinc chromate in a synthetic medium). The first coat may be flash dried, while the
second coat shall be stoved. After application of the primer, two coats of finishing
synthetic enamel paint shall be applied with each coat followed by stoving. The
second finishing coat for external of panels shall be applied after completion of
tests. Both outside & inside of sheet metal fabricated junction boxes etc., & outside
of lighting fixtures shall be finished in light Grey (IS-5 shade 631). Inside of
Technical Specification_Lighting System Page 18 of 35
lighting fixtures shall be finished in white. Each coat of primer & finishing paint
shall be of slightly different shade so as to enable inspection of the painting. The
final finished thickness of paint film on steel shall not be less than 100 microns &
shall not be more than 150 microns.
h) The panels shall be so constructed as to permit free access to connection of
terminals and easy replacement of parts.
i) Each panel shall have a caution notice fixed on it.
j) Each panel shall be provided with a circuit directory plate (of anodized Aluminum
with the inscriptions indelibly etched on the plate) which is removable fitted on the
inside of the door.
k) Each lighting panel shall be provided with one no 'ON' indicating lamp for each
phase along with fuses.
a) Bus bars shall be of aluminum alloy conforming to IS: 5082 and shall have
adequate cross-section to carry the rated continuous and withstand short circuit
currents. Maximum operating temperature of the bus bars shall not exceed 85 deg.
C. The bus bars shall be able to withstand a fault level of 20 kA for AC panels and
16 kA for DC panels.
b) Switch-Fuse Units:
c) Switches shall be hand operated, air break, heavy duty, quick make, quick break
type conforming to IS: 4064.
d) The rating of switch shall be so chosen as to get complete protection under all
normal/abnormal conditions such as full load, overload, short circuit etc.
e) All fuses shall be plug in HRC cartridge link type. The fuses shall be of class 3 type
(20 KA prospective breaking current) for A.C. circuits and class-I (16 KA
prospective current) for D.C. circuits. Fuses shall be provided with visible operation
indicator to show that they have operated. All accessible live connections shall be
adequately shrouded and it shall be possible to change fuses with the circuit alive,
without danger of contact with live metal.
a) The miniature circuit breakers shall be suitable for manual closing, opening,
automatic tripping under overload and short circuit. The MCBs shall also be trip
free.
b) Single pole as well as three pole versions shall be furnished as required in the
Schedule of Lighting Panels.
c) The MCBs and panel incomer fuse together shall be rated for full fault level. In case
the MCB rating is less than the specified fault level the bidder shall coordinate these
breaker characteristics with the backup fuse in incomer switch fuse unit in such a
way that if fault current is higher than breaker rating, the fuse should blow earlier
17.0 CONTACTORS
a. Contactors shall be of the full voltage, direct-on-line air break, single throw,
electro-magnetic type. They shall be provided with at least 2 ‘NC’ and 2 ‘NO’
auxiliary contacts.
b. Contactor shall be provided with the three element, positive acting, ambient
temperature compensated time lagged, hand reset type thermal temperature
compensated time lagged, hand reset type thermal overload relay with adjustable
settings to suit the rated current. Hand Hand reset button shall be flush with the
front of the cabinet and suitable for resetting with starter compartment door closed.
The contactors shall be suitable for switching on of Tungsten filament lamp also.
The bidder shall check the adequacy of the contactors rating wire to lighting load.
All push buttons shall be of push to actuate type having 2 'NO' and 2 'NC' self
reset contacts. They shall be provided with integral escutcheon plated engraved
with their functions. Push buttons shall be of reputed make.
19.0 TERMINALS
Stud type of terminals of reputed make shall be provided. Terminals for outgoing
and incoming shall be suitable for accepting 2 Nos. 16 sq.mm and 2 Nos. 35
sq.mm/ 70 sq.mm cables respectively. The vendor has to furnish details of
terminals for Purchaser's approval.
20.0 LABELS
i) The lighting panel shall be provided on the front with panel designation labels on a
3 mm thick plastic plate or approved equal. The letter shall be black engraved on
white background.
ii) All incoming and outgoing circuits shall be provided with labels. Labels shall be
Technical Specification_Lighting System Page 20 of 35
made of non-rusting metal or 3 ply lamicold. Labels shall have white letters on
black or dark blue background.
Panels shall be provided with two separate and distinct earthing terminals suitable
to receive the earthing conductors of size 50x6 G.S. Flat.
The sub lighting panels shall have 4 pole 32 A isolator suitable for 415V, 50 Hz,
AC supply and requisite number of terminals.
a. The contractor shall supply, store and install portable emergency lighting fixtures.
b. The portable fixtures shall have a built in battery rated for six hours, battery charges
and solid-state inverters with 2x20 W incandescent/florescent lamps. These shall be
of approved make.
c. The portable fixtures shall be of a single unit, completely trivialized and suitable for
prolonged use with no maintenance.
d. The portable fixtures shall be supplied and necessary supporting brackets of
galvanized steel suitable for wall/column mounting shall also be supplied.
a) The Contractor shall supply, store and install the following types of steel tubular
lighting poles required for street lighting:
i) Type A1 Street Lighting Pole - for one fixure
ii) Type E1 Post top lantern pole - for one fixure
The Bidder shall furnish the drawings indicating all details of street lighting poles
offered.
b) The complete civil works for erection of street lighting poles/masts shall be
included in the scope of work.
c) Lighting Poles shall be complete with fixing brackets and junction boxes. Junction
boxes should be mounted one meter above ground level.
d) The lighting poles shall be coated with bituminous preservation paint on the inside
as well as on the embedded outside surface. Exposed outside surface shall be coated
with two coats of metal primer (comprising of red oxide and zinc chromate in a
synthetic medium).
e) The Contractor shall install lamps and luminaries for outdoor lighting on the
substation structures and lighting poles. The luminaries shall be mounted at 5 mtrs
and 15mtrs height on substation structures making necessary cantilever
arrangement. The Contractor may propose the change of height of mounting to
achieve required illumination.
a) The wiring used for lighting shall be standard products of reputed manufacturers.
b) The wires shall be 1100V grade, PVC insulated unsheathed single wire cable
conforming to IS: 694.
c) The conductor sizes for wires used for point wiring beyond lighting panels shall be
single core 4 sq.mm., 6 sq.mm and 10 sq.mm stranded aluminium wires, 2.5 sq.mm
stranded copper wire. Wiring from Lighting Distribution Board to Switch Board in
the control room shall be with 2.5 sq.mm copper wires.
d) The wires used for connection of a lighting fixture from a nearest junction box or
for loop-in-loop-out connection between two fluorescent fixtures shall be single
core copper stranded conductor, 1100V grade flexible PVC insulated cords,
a. All sheet steel work shall be phosphated in accordance with the following procedure
and in accordance with IS: 6005. 'Code of Practice for Phosphating Iron and Steel'.
b. Oil grease and dirt shall be thoroughly removed by emulsion cleaning.
c. Rust and scale shall be removed by picking with dilute acid followed by washing
with running water running with slightly alkaline hot water and drying.
d. After phosphating thorough rinsing shall be carried out with clean water, followed
by final rinsing with diluted dichromate solution and drying.
e. The phosphate coating shall be sealed by the application of two coats of ready
mixed stoving type metal primer (comprising of red oxide and zinc-chromate in a
synthetic medium). The first coat may be 'flash dried' while the second coat shall be
stoved.
f. After application of the primer, two coats of finishing synthetic enamel paint shall
be applied with each coat followed by stoving. The second finishing coat for the
external of panels shall be applied after completion or tests.
g. Both outside and inside of lighting panel, sheet metal fabricated junction boxes etc.
and outside of lighting fixtures shall be finished in light grey (IS-5 Shade 631).
Inside of lighting fixture shall be finished in white.
h. One coat of primer and finishing coat shall be of lightly different shade to enable
inspection of the painting.
i. The final finished thickness of paint film on steel shall not be less than 100 microns
and shall not be more than 150 microns.
j. Finished painted appearance on equipment shall present an aesthetically pleasing
appearance, free from dents and uneven surfaces.
a) Type Tests, acceptance tests and routine tests for the lighting fixtures and
accessories covered in this specification shall be carried out as per the relevant
standard for the respective fixtures and their accessories.
General
a) Accordance with specified installation instructions as shown on manufacturer's
drawings or as directed by the Purchaser, Contractor shall unload, erect, install, test
and put into commercial use all the electrical equipment included in the contract.
Equipment shall be installed in a neat, workmanship manner so that it is level,
plumb square and properly aligned/and oriented. Tolerances shall be as established
in manufacturer's drawings or as stipulated by Purchaser.
b) The Contractor shall furnish all supervision, labour, tools, equipment, rigging
materials and incidental materials such as bolts, wedges, anchors’ concrete inserts
etc. required to complete the installation test and adjust the equipment.
c) Manufacturer's drawings, instructions and recommendations shall be correctly
followed in handling, setting, testing and commissioning of all equipment and care
shall be exercised in handling to avoid distortion to structures, the marking of
fittings or damaging of delicate instruments or other electrical parts. Adjustment
shall be made as necessary to the stationary structures for plumb and level for the
sake of appearance or to avoid twisting of frames, bending of hinged members etc.
d) All apparatus, connections and cabling shall be designed so as to minimize risk of
fire or any damage which may be caused in the event of fire.
a) The Contractor shall supply store and install conduits required for the lighting
installation as specified. All accessories/fittings required for making the installation
complete, including but not limited to pull out boxes ordinary and inspection tees
and elbows, check nuts, male & female bushings (brass or galvanized steel, male
plugs, nipples, gland sealing fittings, pull boxes, conduits terminal boxes, glands,
r) Conduit joints and connections shall be made thoroughly water tight and rust proof
by application of a thread compound. White lead is suitable for application on
embedded conduit and red lead for exposed conduit.
s) Field bends shall have a minimum radius of four (4) times the conduit diameter. All
bends shall be free of kinks, indentations of flattened surfaces. Heat shall not be
applied in making any conduit bend. Separate bends may be used for this purpose.
t) The entire metallic/PVC conduit system, whether embedded or exposed, shall be
electrically continuous and thoroughly grounded. Where slip joints are used,
suitable bounding shall be provided around the joint to ensure a continuous ground
circuit.
u) Conduits and fittings shall be properly protected during construction period against
mechanical injury. Conduit ends shall be plugged or capped to prevent entry of
foreign material.
v) After installation, the conduits shall be thoroughly cleaned by compressed air before
pulling in the wire.
w) Lighting fixtures shall not be suspended directly from the junction box in the main
conduit run.
31.0 WIRING
a) Wiring shall be generally carried out by PVC wires in conduits. All wires in a
conduit shall be drawn simultaneously. No subsequent drawings of wires are
permissible.
b) Wires shall not be pulled through more than two equivalent 90 deg. bends in a
single conduit run. Where required, suitable junction boxes shall be used.
c) Wiring shall be spliced only at junction boxes with approved type terminal strip.
d) For lighting fixtures, connection shall be teed off through suitable round conduit or
junction box, so that the connection can be attended without taking down the
fixture.
e) For vertical run of wires in conduit, wires shall be suitably supported by means of
wooden/hard rubber plugs at each pull/junction box.
f) Maximum two wires can be terminated to each way of terminal connections.
g) Separate neutral wires are to be provided for each circuit.
h) A.C. and D.C. wiring should not run through the same conduit.
i) Wiring shall be provided to the ventilation fans and MCB if required. The location
of ventilation fans is indicated in the plan for control room building.
j) Lighting Fixtures & Receptacles:
a) The lighting panels shall be erected at the locations indicated in the drawing
approved by the Purchaser.
b) Suitable foundations/supporting structures for all outdoor type lighting panels and
necessary supporting structures for indoor lighting panels shall be provided by the
Contractor.
c) Lighting panel incomer cable and their termination at the lighting panels are not in
the scope of lighting contractor.
Type test reports for following tests on all lighting panels shall be submitted for
approval.
(i) Wiring continuity test
(ii) High voltage (2.5 KV for 1 minute) and insulation test
(iii) Operational test
(iv) Degree of protection (not less than IP-55 test on outdoor Lighting Panels and IP-52
test on indoor Lighting Panels as per IS 13947 (part I))
(v) Heat run test
a) Junction boxes having volume less than 1600 cc shall be installed without any
support other than that resulting from connecting conduits where two or more rigid
metallic conduits enter and accurately position the box.
Technical Specification_Lighting System Page 27 of 35
b) Junction boxes with volume equal to or greater than 1600 cc and small boxes
terminating on less than two rigid metallic conduits or for other reasons not rigidly
held, shall be adequately supported by auxiliary steel of standard steel shapes or
plates to be fabricated and installed.
c) Necessary holes for conduit for cable entry shall be made during installation
depending on the requirement. The holes shall be drilled/punched neatly and shall
be dust/vermin proof after installation of the conduit.
d) All welds, bolt holes, conduit entry holes etc. made during installation as mentioned
above shall be wire brushed and touched up with metal primer as specified.
35.0 GROUNDING
a) All lighting panels, junction boxes, receptacles, fixtures, conduit etc. shall be
grounded in compliance with the provision of I.E. rules.
b) Ground connections shall be made from nearest available station ground grid. All
connections to ground grid shall be done by arc welding.
c) Lighting panels shall be directly connected to ground grid by two Nos. 50x6 M.S.
Flats.
d) A continuous ground conductor of 16 SWG G.I. wire shall be run all along each
conduit run and bonded at every 600 mm by not less than two turns of the same size
of wires. The conductor shall be connected to each panel ground bus. All junction
boxes, receptacles, lighting fixtures etc. shall be connected to this 16 SWG ground
conductor.
e) All lighting poles shall be earthed as per drawings attached to this specification. A
16 SWG G.I. wire shall be taken up to junction box from the lighting fixture by the
Contractor.
a) Foundations for lighting poles & panel foundation in switchyard area shall be done
by the Contractor. The rates for these civil works shall be included in the erection
rates in respective items.
b) The Contractor shall check these foundations before commencement of erection to
ensure their suitability.
c) The Contractor shall make use of the trenches, cable trays etc. for conduit, cable
installation as per approval of the Purchaser.
d) All final adjustment of foundation levels, chipping and dressing of foundation
surfaces, setting and grounding of anchor bolts, sills, inserts and fastening devices
shall be carried out by the Contractor including minor modification of civil work as
may be required for erection.
e) Any cutting of masonry / concrete work, wherever necessary shall be done by the
Contractor at his own cost and shall be made quad to match the original work. The
Contractor shall obtain approval of the Site Engineer before proceeding with the
cutting of masonry/concrete work.
a) The Contractor shall perform all excavation and backfilling required for ground
connections and for foundations for lighting Poles & panels.
b) Excavation shall be performed up to the required depth. Such sheeting and storing
shall be done as may be necessary for protection of the work.
c) The Contractor shall make use his own arrangements for pumping out any water
that may be accumulated in the excavation.
d) All excavation shall be backfilled to the original level with good consolidation.
e) The supply rates for sundry material required for welding and rates for
miscellaneous civil works like excavation, backfilling etc. for grounding the
equipment supplied in this contract and for foundations for lighting poles, panels &
transformers have to be included in the erection rates quoted for corresponding
items itself.
a) The steel structures fabricated by the Contractor shall be cleaned of rust, etc. All
fabrications shall be free of shaped edges.
b) All steel fabrications shall be painted with two coats of metal primer (comprising of
red oxide and zinc chromate in a synthetic medium) followed by two coats of
aluminum paint.
c) The supply, fabrication and erection of all steel structures required for panels,
supporting fixtures, junction boxes etc. shall be included in the erection rates quoted
for the respective items.
a) On completion of erection work, the Contractor shall request the Purchaser, for
required checking and testing.
b) The Purchaser shall arrange for joint inspection of the installation for completeness
and correctness of the work. Any defect pointed out during such inspection shall be
promptly rectified by the Contractor.
c) The installation shall be then tested and commissioned in presence of the Purchaser
's Representative.
d) The Contractor shall provide all men, material and equipment required to carry out
the tests.
e) All rectifications, repairs or adjustment work found necessary during inspection,
testing and commissioning shall be carried out by the Contractor, without any extra
cost.
f) The contractor shall be responsible for measuring light intensity indoor and outdoor
and ensure the intensity levels conforming to the stipulated in the specification with
the design made by the contractor.
Page 1 of 13
Technical Specification_DG Set
DIESEL GENERATOR SET
CONTENTS
Page 2 of 13
Technical Specification_DG Set
TECHNICAL SPECIFICATION
FOR
DIESEL GENERATOR SET
The scope covers supply of Diesel Generator set of stationary type having a
net electrical output of 250kVA capacity at specified site conditions of 50° C
ambient temperature and 100% relative humidity on FOR site basis. DG set
shall be equipped with :
Page 3 of 13
Technical Specification_DG Set
e) Certification and compliance for meeting noise level & emission
parameters and other requirements in accordance with latest
Notification of MOEF.
1.3.1.1 DG set net out put after considering deration for engine and alternator
separately due to temperature rise in side the enclosure and on account of
power reduction due to auxiliaries shall be 250kVA, 1500RPM, 0.8Pf, 415V, 3
phase, 50Hz. The above ratings are the minimum requirements. However for
132kV substations the net output of DG Set shall be 100kVA.
1.3.1.2 DG sets shall also be rated for 110% of full load for 1 hour in every twelve hrs
of continuous running.
1.3.2 The output voltage, frequency and limits of variation from open circuit to full
load shall be as follows :
a) Voltage variation +5% of the set value provision shall exist to adjust
the set value between 90% to 110% of nominal Generator voltage of
415V.
b) Frequency 50Hz +2%
1.3.3 The Diesel Generator and other auxiliary motor shall be of H class with
temperature rise limited to Class-F for temperature rise consideration.
1.3.4 NOISE LEVEL & EMISSION PARAMETERS : These shall be as per latest
Notification of MOEF
1.4.1.1 The engine shall comply with the IS: 10002/ BS 5514/ ISO: 3046; latest
edition
1.4.1.2 Diesel engine shall be turbo charged multicylinder V-type in line type with
mechanical fuel injection system.
1.4.1.3 The engine with all accessories shall be enclosed in a enclosure to make it
work Silently (within permissible noise level) without any degradation in its
performance.
1.4.1.4 The Diesel Engines shall be directly water cooled. Cooling of water through
radiator and fan as envisaged.
1.4.1.5 The fuel used shall be High Speed Diesel oil (HSD) or Light Diesel Oil (LDO)
as per IS:1460.
Page 4 of 13
Technical Specification_DG Set
1.4.2 Air Suction & Filtration
1.4.2.1 Suction of air shall be from indoor for ventilation and exhaust flue gasses will
be let out to outside atmosphere, Condensate traps shall be provided on the
exhaust pipe.
1.4.2.2 Filter shall be dry type air filter with replaceable elements.
1.4.3.1 The engine shall have closed loop lubricating system. No moving parts shall
require lubrication by hand prior to the start of engine or while it is in
operation.
1.4.5.1 The engine shall be fitted with electronic governor suitable for class A-1 as
per IS: 10000.
1.4.5.2 The engine shall be fitted with a heavy, dynamically balanced fly wheel
suitable for constant speed governor duty.
1.4.6 ALTERNATOR
1.4.6.1 The alternator shall comply with BS: 2613/IS: 4722/IEC: 34; latest edition.
1.4.6.2 The alternator shall be of continuously rated duty, suitable for 415 V, 3 phase,
50 Hz. Power development having brush-less, synchronous, self-excited, self
regulating system.
1.4.6.3 The alternator shall be drip-proof, screen protected as per IP-23 degree of
Protection.
1.4.6.5 The alternator shall be fitted with shaft mounted centrifugal fan.
1.4.6.6 It shall have the winding of class H but limited to Class-F for temperature rise
consideration.
1.4.6.7 The Alternator regulator shall be directly coupled to the engine and shall be
complete with the excitation system, automatic voltage regulation of ± 1%,
voltage adjusting potentiometer and under/over speed protection.
Page 5 of 13
Technical Specification_DG Set
1.4.6.8.1 Six (6) output terminals shall be provided in alternator terminal box.
Terminals shall be Suitable for 1 No. of single core, 630 mm2 XLPE cables per
phase for 250kVA DG set and 3½Core 300 mm2 XLPE cable for 100kVA DG
set. The neutral shall be formed in AMF panel. The generator terminal box
shall be suitable to house necessary cables and should be made of non-
magnetic material.
1.4.6.9 The alternator with all accessories shall be enclosed in a enclosure to make it
work Silently (within permissible noise level)
1.4.7 COUPLING
1.4.7.1 The engine and alternator shall be directly coupled by means of self-aligning
flexible flange coupling to avoid misalignment.
1.4.7.2 The coupling shall be provided with a protecting guard to avoid accidental
contract.
1.4.8.1 The engine and alternator shall be mounted on a common heavy duty, rigid
fabricated steel base frame constructed from ISMC of suitable sections.
1.4.9 PERIPHERALS
1.4.9.1.1 The Fuel tank of 990 Litre capacity shall be provided on a suitably fabricated
steel platform. The tank shall be complete with level indicator marked in litres,
filling inlet with removable screen, an outlet, a drain plug, an air vent, an air
breather and necessary piping. The tank shall be painted with oil resistant
paint and shall be erected in accordance with Indian explosive act of 1932.
Fuel tank shall be kept outside of enclosure. The fuel piping shall be carried
out to connect the D.G set kept inside.
1.4.9.1.2 For transferring fuel to Fuel tank transfer pump is envisaged. The capacity of
transfer pump shall be adequate to fill the day tank in about 30 minutes. Fuel
pump shall be electrically driven.
1.4.9.2.1 Two nos. 24V batteries complete with all leads, terminals and stand shall be
provided. Each battery shall have sufficient capacity to give 10 nos. successive
starting impulse to the diesel engine.
Page 6 of 13
Technical Specification_DG Set
1.4.9.2.2 The battery charger shall be complete with transformer, suitable rating (415 V,
3 Ph., 50 Hz./230V, 1Ph., 50 Hz) rectifier circuit, charge rate selector switch
for “trickle”/’boost’ charge, D.C. ammeter & voltmeter, annunciation panel
for battery charge indication / loading / failures.
1.4.9.2.3 The charger shall float and Boost Charge the battery as per recommendation of
manufacturer of battery. The charger shall be able to charge a fully discharged
battery to a state of full charge in 8 Hrs. with 25% spare capacity.
1.4.9.2.4 Manual control for coarse and fine voltage variation shall be provided. Float
charger shall have built-in load limiting features.
1.4.9.2.5 Ripple shall not be more than 1% (r.m.s) to get smooth DC voltage shall be
provided.
1.4.9.2.7 Changeover scheme for selecting battery and battery charger by changeover
switch should be provided.
1.5.1 Each D.G. Set shall be provided with suitable instruments, interlock and
protection arrangement, suitable annunciation and indications etc. for proper
start up, control, monitoring and safe operation of the unit. One local AMF
control panel alongwith each D.G. set shall be provided by the Supplier to
accommodate these instruments, protective relays, indication lamps etc. The
AMF Panel shall have IP-52 degree of Protection as per IS:12063.
1.5.2 The D.G. sets shall be provided with automatic start facility to make it possible
to take full load within 30 seconds of Power Supply failure.
1.5.3 Testing facility for automatic operation of D.G.Set shall be provided in AMF
panel.
1.5.4 A three attempt starting facility using two impulse timers and summation
timer for engine shall be proved and if the voltage fails to develop within 40
sec. from receiving the first impulse, the set shall block and alarm to this effect
shall be provided in the AMF panel.
Page 7 of 13
Technical Specification_DG Set
1.5.6 DG set shall be capable of being started/ stopped manually from remote as as
local. (Remote START/STOP push button shall be provided in 415V ACDB).
However, interlock shall be provided to prevent shutting down operation as
long as D.G. Circuit breaker is closed.
1.5.7 The diesel generator shall commence a shutdown sequence whenever any of
the following conditions appear in the system :
a) Overspeed
b) Overload
c) High temperature of engine and cooling water.
d) High temperature inside enclosure
e) Low lube oil pressure
f) Generator differential protection
g) Short circuit protection
h) Under voltage
i) Over voltage
j) Further interlocking of breaker shall be provided to prevent parallel
operation of DG set with normal station supply.
1.5.8 Following indication lamps for purposes mentioned as under shall be provided
in AMF panel :
a) Mains ON
b) Alternator ON
c) Charger ON/OFF
d) Breaker ON/OFF
e) Main LT Supply ON/OFF
1.5.8.2 Visual annunciation shall be provided for set shut down due to :
a) engine overheating
b) low oil pressure
c) lack of fuel
d) Set failed to start in 30 secs after receiving the first start impulse
e) high cooling water temperature
f) Low level in daily service fuel tank
g) Over speed trip
h) Audio & visual Annunciation for alternator fault.
Page 8 of 13
Technical Specification_DG Set
1.5.9 Thermostatically controlled space heaters and cubicle illumination operated by
Door Switch shall be provided in AMF panel. Necessary isolating switches
and fuses shall also be provided.
1.5.10 AMF panel shall have facility for adjustment of speed and voltage including
fine adjustments in remote as well as in local mode.
a) Frequency meter
b) 3 Nos. single phase CT's for metering
c) 3 Nos. (Provided by LT swgr manufacturer) single phase CT's with
KPV 300V & RCT 0.25 ohm for differential protection of DG Set on
neutral side only for 250kVA.
d) One (1) DC Ammeter (0-40A)
e) One (1) DC Voltmeter (0-30V)
f) One (1) Voltmeter Selector switch
g) One (1) AC Ammeter
h) One (1) AC Voltmeter
i) Three (3) Timers (24V DC)
j) Two (2) Auto/Manual Selector Switch
k) Two (2) Auto/test/Manual Selector Switch
l) Eleven (11) Aux. Contactors suitable for 24V DC
m) One (1) Motorised potentiometer for voltage adjustment
n) Two (2) Set Battery charger as specified in Technical Specification
o) One (1) Set Phase & Neutral busbars.
p) Any other item required for completion of Control scheme shall be
deemed to be included.
1.6.1.1 Diesel engine, alternator, AMF panel, Batteries and Chargers shall be installed
outdoor in a suitable weather-proof enclosure which shall be provided for
protection from rain, sun, dust etc. Further, in addition to the weather
proofing, acoustic enclosures shall also be provided such that the noise level
of acoustic enclosure DG set shall meet the requirement of MOEF The diesel
generator sets should also conform to Environment (Protection) Rules, 1986 as
amended. An exhaust fan with louvers shall be installed in the enclosure for
temperature control inside the enclosure. The enclosure shall allow sufficient
ventilation to the enclosed D.G. Set so that the body temperature is limit to
50°C. The air flow of the exhaust fan shall be from inside to the outside the
shelter. The exhaust fan shall be powered from the DG set supply output so
that it starts with the starting of the DG set and stops with the stopping of the
Page 9 of 13
Technical Specification_DG Set
DG set. The enclosure shall have suitable viewing glass to view the local
parameters on the engine.
1.6.1.2 Fresh air intake for the Engine shall be available abundantly; without making
the Engine to gasp for air intake. A chicken mess shall be provided for air inlet
at suitable location in enclosure which shall be finalised during detailed
engineering.
1.6.1.3 The Enclosure shall be designed and the layout of the equipment inside it shall
be such that there is easy access to all the serviceable parts.
1.6.1.4 Engine and Alternator used inside the Enclosure shall carry their
manufacturer’s Warranty for their respective Models and this shall not degrade
their performance.
1.6.1.5 Exhaust from the Engine shall be let off through Silencer arrangement to keep
the noise level within desired limits. Interconnection between silencer and
engine should be through stainless steel flexible hose/ pipe.
1.6.2 All the Controls for Operation of the D.G. Set shall be easily assessable. There
should be provision for emergency shut down from outside the enclosure.
1.6.3 Arrangement shall be made for housing the Battery set in a tray inside the
Enclosure.
1.6.4.1 The enclosure shall be fabricated from at least 14 Gauge CRCA sheet steel
and of Modular construction for easy assembling and dismantling. The sheet
metal components shall be pre-treated by Seven Tank Process and Powder
coated (PURO Polyester based) both-in side and out side – for long life. The
hard-ware and accessories shall be high tensile grade. Enclosure shall be given
a lasting anti-rust treatment and finished with pleasant environment friendly
paint. All the hardware and fixtures shall be rust proof and able to withstand
the weather conditions.
1.6.4.2 Doors shall be large sized for easy access and provided with long lasting
gasket to make the enclosure sound proof. All the door handles shall be
lockable type.
1.6.4.3 The Enclosure shall be provided with anti-vibration pads (suitable for the
loads and vibration they are required to carry) with minimum vibration
transmitted to the surface the set is resting on.
1.6.4.4 High quality rock wool of required density and thickness shall be used with
fire retardant thermo – setting resin to make the Enclosure sound proof.
Page 10 of 13
Technical Specification_DG Set
1.6.5.1 Points shall be available at two side of the enclosure with the help of flexible
copper wires from alternator neutral, and electrical panel body respectively.
The earthing point shall be isolated through insulator mounted on enclosure.
1.8 DOCUMENTS
1.8.1 Following drawings and data sheet shall be submitted for approval:
(i) Data sheet for Engine, Alternator, Battery, AMF panel and Enclosure
(ii) GA drawing of DG set
(iii) Layout of DGset in the enclosure along with sections
(iv) GA and schematic of AMF panel
(v) Arrangement of inclined roof and pedestal.
1.9 TESTS
a) The Diesel generator sets shall be tested for routine and acceptance
tests as per the relevant IS/IEC standards.
b) The type test report for diesel engine and alternator as per relevant
standard shall be submitted for purchaser’s approval.
1. Load Test
The engine shall be given test run for a period of atleast 6 hours. The set shall
be subjected to the maximum achievable load as decided by Purchaser without
exceeding the specified DG Set rating :
Page 11 of 13
Technical Specification_DG Set
During the load test, half hourly records of the following shall be taken :
a) Ambient temperature.
b) Exhaust temperature if exhaust thermometer is fitted.
c) Cooling water temperature at a convenient point adjacent to the water
output from the engine jacket.
d) Lubricating oil temperature where oil cooler fitted.
e) Lubricating oil pressure.
f) Colour of exhaust gas
g) Speed
h) Voltage, wattage and current output.
i) Oil tank level
The necessary load to carryout the test shall be provided by the purchaser.
Insulation resistance in mega-ohms between the coils and the frame of the
alternator when tested with a 500V megger shall not be less than IR=2x(rated
voltage in KV)+1
A check of the fuel consumption shall be made during the load run test. This
test shall be conducted for the purpose of proper tuning of the engine.
5. Functional Tests
Page 12 of 13
Technical Specification_DG Set
The tests shall be carried out with the DG set operating at rated speed and at
maximum achievable load. Necessary correction for Test environment
condition & background noise will be applied as per IS:12065.
Page 13 of 13
Technical Specification_DG Set
FIRE PROTECTION SYSTEM
CONTENTS
1. 0 Intent of Specification
2.0 Nitrogen Injection Fire Prevention Cum Extinguishing System
2.1 General
2.5 Activation of Nifpes
2.5.2 Auto Mode
2.5.3 Manual Mode (Local/Remote)
2.5.4 Manual Mode (Mechanical)
2.6 General Description of Nifpes
2.6.1 Schematic of the System
2.6.2 Operation
2.6.3 System Components
2.6.4 Fire Extinguishing Cubicle
2.7 Control Box
2.8 Pre-Stressed Non Return Valve (PNRV)
2.9 Fire Detectors
2.10 Signal Box
2.11 Cables
2.12 Pipes
2.13 Other Items
2.14 Mandatory Spares
2.15 Modification on the Transformer
2.16 Interlocks
2.17 Scope of Work
2.18 Technical Particulars
2.18.1 Fire Extinction Period
2.19 Previous Experience for Qualifying Bidder
2.20 Codes and Standards
2.21 Tests
2.22 Documentation
Specification Of UG Tank
A. Oil Container
B. Chamber for Oil Tank Below Gl
Technical Specification of Portable Fire Extinguishers
1.0 Intent of Specification
1. 0 INTENT OF SPECIFICATION
This section covers the design and performance requirements of the following types of
fire protection systems:
a) Nitrogen Injection Fire Prevention cum Extinguishing System
b) Portable Fire Extinguishers
c) GI Buckets – 9.0 liters capacity and Steel stand for Buckets
d) Fire Detection and Alarm System
1.1 It is not the intent to completely specify all details of design and construction.
Nevertheless, the system design and equipment shall conform in all respects to high
standard of engineering, design and workmanship and shall be capable of performing in
continuous commercial operation in a manner acceptable to the Purchaser. The system
design shall also conform to TAC/ NFPA norms.
1.2 The scope of work includes complete installation of fire protection system wherever it is
required.
1.3 The equipment offered shall comply with the relevant IEC. The equipment conforming to
any other approved international standards shall meet the requirement called for the latest
revision of relevant Indian Standard or shall be superior.
1.4 Ambient temperature for design of all equipment shall be considered as 500 C.
1.5 The successful bidder shall prepare detailed layout and piping drawing and also other
drawing such as road, drainage, cable trench, switch yard layout, etc. as furnished by the
Purchaser during detailed engineering.
2.1 General:
Provision of inbuilt Complete Nitrogen Injection Fire Prevention cum Extinguishing
System
Nitrogen Injection System for the Protection of Power Transformers against fire due to an
arc, during internal faults and external fires is required to be provided with the
500/315/240MVA and 160/100/60 MVA Transformers for preventing tank explosion.
2.2 The system should comprise the following :-
2.6.2 Operation
Broadly, NIFPES shall consist of the following components. It is emphasized that all
components irrespective of their exclusion in the details given below, necessary for fast
reliable & effective working of NIFPES shall be considered within the scope of supply.
It shall be made of 3mm thick steel sheet, painted dark red from inside & outside with
hinged split doors fitted with high quality tamper proof lock. It shall be complete with the
base frame and the following :-
Nitrogen gas cylinder with regulator and falling pressure electrical contact
manometer
Oil drain pipe with mechanical quick drain valve.
Electro mechanical control equipment for oil drain and pre-determined regulated
nitrogen release.
Pressure monitoring switch for back-up protection for nitrogen release.
Limit switches for monitoring of the system.
Flanges on top panel for connecting oil drain and nitrogen injection pipes for
transformer.
Panel lighting (CFL Type)
Oil drain pipe extension of suitable sizes for connecting pipes to oil pit.
Control Box for monitoring system operation, automatic control and remote operation,
with following alarms indication, light switches, push buttons, audio signal, line fault
detection suitable for tripping and signaling on 220V DC supply :
System on*
PNRV open*
Oil drain valve closed*
Gas inlet valve closed*
PNRV closed^
Fire Detector Trip^
Buchholz Relay Trip^
Oil drain valve open^
Extinction in pressure^
Cylinder pressure low^
PNRV is to be fitted in the conservator pipe line between conservator & Buccholz relay.
It shall have the proximity switch for remote alarm, indication and with visual position
indicator. The PNRV should be of the best quality because malfunction of PNRV shall be
of serious consequence as its closing leads to stoppage of breathing of transformer.
The system shall be complete with adequate number of fire detectors fitted on the top of
oil tank, OLTC/Off ckt. Tap changer rated for 1410C for heat sensing each fitted with two
no. cable glands (water proof/weather proof).
It shall be fitted on the transformer for terminating cable connections from PNRV & fire
detectors and for further connection to the control box.
2.11 Cables
Fire survival cables, able to withstand 7500C, 4 core x 1.5mm sq. for connection of fire
detectors in parallel shall be used.
Fire retardant low smoke (FRLS) cable 12 core x 1.5mm sq. for connection between
transformer signal box/marshalling box to control box and control box to fire
extinguishing cubicle shall be used.
Fire retardant low smoke (FRLS) cable 4 core x 1.5mm sq. for connection between
control box to DC supply source and fire extinguishing cubicle to AC supply source,
2.12 Pipes
Pipes, complete with connections, flanges, bends, tees etc. shall be supplied alongwith
the system.
a) Oil drain and nitrogen injection openings with gate valves on transformer tank at
suitable locations
b) Flanges with dummy piece in conservator pipe between Buchholz relay and
conservator tank for fixing PNRV.
c) Fire detector brackets on transformer top cover.
d) Spare potential free contacts for system activating signals i.e. differential relay,
buchholz relay, pressure relief valve, transformer isolation (master trip relay).
e) Pipe connections between transformer to fire extinguishing cubicle and fire
extinguishing cubicle to oil pit.
f) Cabling on transformer top cover for fire detectors to be connected in parallel and
inter cabling between signal box to control box and control box to fire
extinguishing cubicle
g) Mild steel oil tank with moisture proof coating with capacity as minimum 20% of
total oil quantity of transformer, with water tight cover, to be place in the oil pit.
This tank shall be provided with the manhole, air vent pipe through silica gel
breather, drain valve and a spare gate valve at the top.
h) Gate valves on oil drain pipe & nitrogen injection pipe should be able to
withstand full vacuum. A non-return valve shall also be fitted on nitrogen
injection pipe between transformers & gate valve.
i) Pressure relief valve, wherever not fitted on the existing transformer, shall also be
in the scope of supply of Contractor/Sub-Contractor, alongwith its installation.
j) The F.E. cubicle shall be painted with post office red colour (Shade 538 of IS-5).
All the exposed parts i.e. pipes, supports, signal box etc. shall be painted with
enameled paint.
No modification on the transformer shall be allowed which affects its performance (i.e.
efficiency, losses, heat dissipation ability etc.), safety, life etc. or its any other useful
parameter. This requirement shall be of paramount importance and shall form the essence
of the contract.
However, in any case, performance of transformer should not be affected in any manner
by having NIFPES system and the Contractor/Sub-Contractor shall give an undertaking
to this effect. All pipes should be washed/rinsed with transformer oil. If any damage is
done to the transformer and/or any connected equipment during installation &
commissioning full recovery therefore shall be effected from the Contractor/Sub-
Contractor, of NIFPES system.
It shall be solely the responsibility of Contractor/Sub-Contractor to install, carry out pre-
commissioning tests & commission NIFPES at the Substation indicated in this
Specification, to the entire satisfaction of the Purchaser and/or his representative.
2.16 Interlocks
It shall be ensured that once the NIFPES gets activated manually or in auto mode, all the
connected breakers shall not close until the system is actually put in OFF mode. Also
PNRV shall get closed only if all the connected breakers are open.
Bidder to substations.
The bidder may visit the substations in order to prepare a realistic bid especially w.r.t.
a) The probable location of various components of NIFPES in consultation with the
Purchaser. The location of oil pit shall be such that the same could be used for
other transformer of the substation to be covered under NIFPES. The possibility
of common oil pit for the transformer at substation to be covered with NIFPES.
b) Required lengths of various pipes & cables.
c) The design of NIFPES to ensure that it does not interfere with general
maintenance/other activities carried on the transformer & in the substation and
provision of NIFPES on remaining transformers at the substation.
Guaranteed technical particulars as per Section GTP shall be submitted alongwith the bid.
The bidder shall clearly specifies the following in the bid:-
a) The maintenance and testing schedule for NIFPES.
b) All the steps required to be undertaken for restarting the transformer and connected
equipment after operation and mal-operation (if any) of the NIFPES.
c) The process of venting nitrogen in case nitrogen pressure in the cylinder exceeds the
stipulated maximum value.
2.21 TESTS
Type Tests
Type test reports including that for detectors along with declared response time as per
TAC’s letter shall be submitted along with the tender.
Certificates of the test on the system carried out by national/international testing bodies
& TAC’s approval, if any, shall also be submitted with the bid.
Factory Test
Tests will be carried out on individual equipment of the system, as applicable and the
total system in the Contractor/Sub-Contractor’s workshop in presence of Purchaser’s
representative.
Performance Test
Performance test of the complete system shall be carried out after complete erection at
site by the Contractor/Sub-Contractor’s representative. These tests shall include
simulation and verification of the response of the complete system without injection of
the nitrogen gas.
Detailed layout drawing along with the equipment drawing & control ckt. Drawing shall
be given by the bidder along with complete bill of materials. After awarding of contract,
detailed dimensional drawing of the system complete bill of materials including location
and size of plinth for cubicle and oil pit shall be submitted for Purchaser’s approval as
per Special Conditions of Specifications.
2.22 DOCUMENTATION
A. OIL Container
1 Capacity of tank shall be of 20% excluding free board as per requirement of the
total oil capacity of the largest transformer in Substation.
2 Tank shall be of cylindrical shape and made of minimum 5 mm thick MS sheet.
3 Cylinder shall be placed with horizontal axis below ground level with adequate
supporting frame of angles and channels at bottom and clamp on sides. The
bottom frame shall be fixed firmly with bolts grouted in ground with cement
concrete 1:2:4 (1cement: 2coarse sand: 4 graded stone aggregate).
4. Tank shall have
(i) 700 mm dia air tight manhole cover with gasket.
(ii) Drainage/suction valve.
(iii) Lifting hooks of suitable strength.
(iv) Air vent pipe with through silica gel breather.
(v) One no. drain/suction pipe DN 50 NB on topmost circular surface of tank.
(vi) One no. drain pipe DN 150 NB on vertical flat surface of tank and
(vii) All other accessories for functional requirement of tank.
5. Outside surface of tank shall be pained with black anti corrosive bitumastic paint
(two or more coats on new work) and also oil resitive paint as per requirement.
This specification lays down the requirement regarding fire extinguishers of following
types:
2.1 Particulars of shop tests and procedure shall be submitted to the Purchaser before hand
for his approval.
2.2 A performance demonstration test at site of five (5) percent or one (1) number whichever
is higher, of the extinguishers shall be carried out by the Contractor. All consumable and
replaceable items require for this test would be supplied by the Contractor without any
extra cost to to the Purchaser.
2.3 Performance testing of extinguisher shall be in line of applicable Indian Standards. In
case where no Indian Standard is applicable for a particular type of extinguisher, the
method of testing shall be mutually discussed and agreed to before placement of order for
the extinguishers.
4.1 STANDARD
Carbon Dioxide type fire extinguisher shall conform to IS: 28781986 (2nd revision)
4.2 SCOPE
This specification covers the requirements regarding materials, shape, construction &
performance test of carbon dioxide type portable and trolley mounted fire extinguishers,
of various capacities.
4.3 CAPACITY
4.4 CONTENTS
4.4.1 The Carbon dioxide gas shall conform to IS: 307/1996 (2nd revision). The fire
extinguisher should be cleared internally & be filled with liquified carbon dioxide to the
filling ratio of not more than 0.667.
4.4.2 The filling ratio is the ratio of mass of liquified gas in the container to the mass of water
required to fill the container at 150C.
4.5 CONSTRUCTION
4.5.1 Body
The typical shape showing cylinder with other components shall be furnished by the
Tenderer alongwith his bid. The fire extinguisher of capacity mentioned above shall have
flat base.
The discharge valve shall be provided and it shall be squeeze grip type or wheel type.
4.5.4 Trolley
The trolley wheel shall be of 300x50x25mm with rubber covered over it.
4.6 PAINTING
4.6.1 Each fire extinguisher shall be painted with durable enamel paint of fire red colour
conforming to shade No.536 of IS-5/1978 (3rd rev.) or relevant Indian Standards.
4.6.2 A picture showing operation of extinguisher in the correct manner shall be provided on
the body of each fire extinguisher.
4.6.3 The fire extinguisher shall be marked with letters 'B' & 'C' fires as laid down in IS:
2190/1979 (2nd rev.). The letters 'B' & 'C' shall be 2.5 cm size, printed in white colour
centrally contained in a square of 4 cm size and a circle of 2 cm respectively and shall be
coloured black.
4.6.4 The paint shall conform to IS: 2932/1974 (1st rev.)
The design & construction of the fire extinguisher shall be such that when operated at an
angle of not more than 450C from vertical and at a temperature of 270 + 20C it shall
continuously discharge not less than 95% of the contents within the following period
from the time of operating the valve.
The fire extinguisher shall be capable of being operated intermittently without freeze up
of the valve seat and causing any leakage when conditioned at 270C + 20C. The valve
shall be opened for 3 sec. and closed for 10 sec. The cycle shall be repeated and shall
discharge at least 95% of the contents.
4.8 MARKING
4.8.2 The following information to facilitate filling or recharging shall also be marked on the
head of fire extinguisher or on the neck of the cylinder.
(a) Empty Weight of the Cylinder shown as EW and
(b) Filled Weight of the fire extinguisher shown as FW.
4.8.3 The fire extinguisher may also be marked with the standard mark.
5.1 STANDARD
Dry chemical powder type extinguisher shall conform to IS: 2171/1985 (3rd rev)
ammendment no.1
5.2 SCOPE :
This specification covers the requirement regarding material, shape, construction and
performance test of Dry Chemical Powder (cardige) type Fire Extinguishers .
5.3 CAPACITY
5.3.1 1x10 Kg. capacity of fire extinguishers are of portable (wall mounted) and 22.5 Kg. &
4.5 Kg. capacity of fire extinguishers are in trolly mounted.
5.3.2 Various composition of dry chemical powders are such as Sodium & Potassium
Carbonates and Bicarbonates, Chlorides, Ammonium Phosphate and Borates etc., the
5.4 PRINCIPAL
The dry chemical powder type fire extinguisher extinguishes fire by beating displacement
of air and decomposition of dry powder into carbon dioxide.
5.5 CONSTRUCTION
5.5.1 Body
The typical shape showing the cylinder with other components shall be furnished by the
tenderer. The fire extinguishers mentioned above shall have flat base. The outer cylinder
dia shall be 175+5mm.
The discharge valve provided shall be either squeez grip type or wheel type.
The neck ring dia of 75mm and length 16mm shall be provided.
Syphon tube of 1 mm thick and 16mm dia shall be provided.
Cartridge holder shall have female left handed threads corresponding to those of
cartridge, with port holes.
Each fire extinguisher shall be provided with carrying handle.
5.5.4 Trolley
The details of trolley shall be submitted by the Tenderer with his bid. The trolley wheel
shall be 300x50x25mm with rubber covered over it.
5.5.4 Trolley
5.7.1 Each fire extinguisher shall be painted with durable enamel paint of fire red colour
conforming to shade No.536 of IS-5/1978 (3rd rev.) or relevant Indian Standards.
5.7.2 A picture showing operation of extinguisher in the correct manner shall be provided on
the body of each fire extinguisher.
5.7.3 The fire extinguisher shall be marked with letters 'B' & 'C' indicating their suitability for
respective classes of fires as laid down in IS: 2190/1979 (2nd rev.) The letters 'B' & 'C'
shall be 2.5 cm size printed in white colour centrally contained in a square of 4 cm size
and a circle of 2 cm respectively and shall be coloured black.
5.7.4 The paint conform to IS: 2932/1974 9(1st rev.)
An air space shall be provided in the body above the specified liquid level and shall be of
sufficient volume to ensure that when the discharge nozzle is temporarily closed and the
extinguisher is put into operation at a temp of (270 + 50C), the pressure exerted shall not
exceed 1.5MN/M (15 Kg/cm2).
The body shall have all the internal surfaces completely coated with lead tin alloy having
tin not less than 10% applied by hot dipping process. The external surface shall be
subjected to this anti corrosive treatment which shall be applied in a uniform thickness.
5.10.1 Under normal condition of operation (270 + 50C), the jet should maintain a flow of 4m
for 5 Kg capacity and 6m for 10 Kg capacity of fire extinguishers.
5.10.2 There should be 85% discharge within a maximum period of 22 sec. for 5 Kg. capacity ,
30 sec. for 10 Kg. capacity and 45 sec. for 25 Kg. Capacity.
5.10.3 In case of hydraulic burst test, mechanical failure should not occur at a pressure not less
then 4.5 MN/M2 (45Kg/cm2).
5.10.4 The fire extinguisher body and the cap assembly shall be tested at an internal hydraulic
test pressure of 3 MN/M2 (30Kg/cm2).
5.10.5 The expansion space static pressure shall be 1.5 MN/M2 (15Kg/cm2).
5.11 MARKING
6.1 STANDARD
ISS shall conform to IS: 2546/1974 1st revision amendment no.1 Galvanized Mild Steel
Fire Bucket.
6.2 MATERIAL
6.3 CONSTRUCTION
The fire bucket shall be round type i.e. its bottom portion shall be round and not flat type
as in case of ordinary bucket. The upper diameter and length shall be 250mm and 300mm
respectively.
Suitable stand hooks shall be provided for keeping 6 nos. fire buckets at a place. The
buckets shall be secured at a height of 0.9 mtrs above ground level.
6.4 PAINTING
The bucket shall be first painted with one coat of red oxide primer and then with two
coats of synthetic enameled post office red paint from outside. Inside partition shall be
painted with two coats of synthetic enameled white paint. The handle and out side
bottom portion shall be painted with black paint only. BRITISH, ASIAN, SHALIMAR
paint shall be used.
6.5 FIRE
On one side the "FIRE” in 100mm height shall be written and on other side the word
in same height, shall be written. The thickness of each alphabet in English as well
as in Hindi shall be 050 mm. Only Capital letters shall be used.
i) The scope of supply and services covered in this specification shall include but
not limited to the following for sub station:
ii) Microprocessor based Fire Detection & Alarm System comprising of addressable
type detectors (smoke & heat), addressable manual call points, response
indicators, interface units and any other equipment for system completion
connected to Fire Detection & alarm Panel (FDAP) to be located in control room
of sub-station. The smoke detector shall be photo-electric type. The FDAP shall
be complete with CRT, Keyboard, Power supply & printer is to be focal point for
fire detection & supervisory function. The Control Room building, Relay and
Protection room and GIS halls shall be covered by smoke detectors. The coverage
area of detectors shall be 20-25 m2/detector for air-conditioned control room and
35-45 m2/detector for other areas.
The response indicators for detectors not located in visible location i.e. for smoke
detectors located above false ceiling should be located suitably at visual/visible
position.
Heat detector shall be provided in Pantry/ Oil Testing Room. Tentatively 3 Nos.
manual call points for control building, one near each entrance and one each in
Relay and Protection room and GIS hall shall be provided.
iii) 415V Fire Fighting Board for supply to control panel. This board comprising of
two sections coupled through bus coupler shall receive supplied from two
independent sources and shall provide supply to control panel with suitable
changer over arrangement in board.
iv) Power and Control Cables, for complete fire detection and alarm system.
v) A Siren of 100 meter range shall be provided on the roof of control building and
shall be operatable from main control room and shall be complete with all
accessories. The siren shall be connected with FDAP and it shall be capable of
being clearly heard over a radius of 100 meter all around it for at least 3 minutes
continuously in sub-station. A highly luminous colored lamp placed over the siren
shall glow when siren is switched on.
vi) Complete erection & maintenance special tools and tackles
vii) Instruction manual
viii) Mandatory spares
ix) Erection, Testing & Commissioning of the system
x) Any other items, special devices or attachments not specifically mentioned but
necessary to make the system complete for satisfactory operation of the System.
xi) All related civil works for scope covered under this specification
7.2.1 The automatic intelligent, addressable fire detectors shall be of proven type &
approved by UL/FM. They shall have LED indicators showing 'Normal' & 'operated'
status. The response indicators of visual type shall be provided for detectors not
located in visible position. The specific type of detectors shall be selected based on the
environment in which the detectors are located.
General
The fire detection & alarm panel (FDAP) shall be located in the control room and
shall receive signal from sensors from various areas/equipments.
The FDAP to be located at control Room shall cover the fire detection and alarm
system of the Control Room building, Relay and Protection rooms and GIS halls.
This shall give audiovisual annunciations for fire in each of the risk area.
The panel shall process the signals received from the detectors, transmit the fire or
trouble alarms (audio-visual) to pre-arranged points, supervise and monitor the
complete fire detection and initiate control functions like shut down of AHU (Air of
A/C system, closure of Fire dampers at supply ducts from PAC units in case of
signal from smoke detectors in the control room areas (below and above false
ceiling). Details of such auxiliary functions shall be finalized as per Purchaser's
requirement.
Bidder shall provide required electrical contacts relay (upon detection of fire) in their
fire alarm panel for control functions like tripping of fire dampers in the A/C
System, shut down of Air Handling Units of A/C System.
Facilities shall be provided on the FDAP for simulating fire conditions, sensitivity
adjustment, isolation of detectors etc. from the panel.
Complete fire detection, alarm, monitoring and annunciation system from the panels
shall be operated on DC supply, suitably converted by a dedicated rectifier bank
taking supply from the panel. Further, panel shall be provided with 2x100%
Batteries and 2x100% Battery chargers with provision for automatic change over
from mains to batteries, automatic charging etc.
Each set of battery shall be of adequate capacity to supply fire detection and alarm
system and as well actuating devices for a period of 12 hours from the instant of
charger/ AC failure.
The Batteries shall be of maintenance free sealed (Ni-Cd) type.
All necessary control cables/Power cable from the terminal point for entire fire
protection, detection and alarm system are included in tender scope of work and
supply. It is proposed to use two core cables for each call point. The cable shall be
1100 V grade, 1.5 mm2 core size, stranded tinned copper conductor, PVC insulated,
PVC sheathed, GI armoured and overall FRLS PVC sheathed.
Wire terminals shall be made of compression type connectors which firmly grip the
i) Complete system and all equipments such as detectors, panels etc. shall be
approved and listed by UL/FM/LPCB/VDS/TAC.
ii) All types of smoke & heat detectors shall be of addressable type, Conventional
detectors with interface modules are not acceptable.
iii) The complete system shall include, but not be limited to the following:
a) Master system ClPU.
b) Fire Detection and Alarm System panel including alarm modules, system
supervisory control modules, auxiliary output control modules etc.
c) PC-AT based monitoring station with colour graphic display terminal with
programming and historical archiving facility along with laser printer.
d) Power supplies, batteries and battery chargers
e) Analog addressable type heat detectors, addressable type smoke detectors
& addressable manual call points.
f) Software and hardware as required for complete operation of the system.
g) Complete Wiring/cabling including its conduits/trays/fixtures etc.
iv) This panel shall have facility to process the input signal and to control all the
input data received from initiating and indicating devices.
v) Fire detection and alarm panel shall have filters to ignore false alarm and increase
sensitivity to real fire from sensors. The sensitivity of each detector should be
automatically raised if detectors are gradually polluted due to dust and dirt
entering inside the detector.
vi) The fire detection and alarm system shall have facility for display on video
display unit to indicate the address of each device and clear text about the
location of the alarm trouble. It shall record the event within the nonvolatile
system historical memory.
vii) Fire detection and alarm system shall have facility to print out the alarm trouble
occurrences.
viii) The CPU shall serve as the systems central processor. Software shall be designed
specially for fire alarm annunciation system applications and shall provide to
monitor status of processing alarms according to priorities.
i) The detectors shall be self compensating for ambient temperature and humidity.
ii) The detectors shall display a steady LED when in the alarm state. The LED shall
flash when in stand by or normal mode.
a) The PC-AT shall have Intel Core-2 Duo or equivalent latest processor with
a minimum processing speed of 2.8 GHz. The computer shall have USB
Ports, DVD drive, and be equipped with at least 2 GB of dynamic random
access memory and minimum 160 GB HDD.
b) The color monitor shall be of high resolution type. Screen size shall be
minimum 25" TFT Type.
c) The monitor system shall retain in local memory, system activity, allowing
scrolling of the data. It shall be capable of logging events.
7.2.5 Services
i) The Contractor's scope of services shall also include two inspections of the
complete system including testing and repairs, if any and system re-
commissioning during guarantee period of the contract.
ii) The contractor's scope of services shall also include imparting training in receipt,
handling and acknowledgment of alarms, in the system operation including
manual control of output functions from the system control panel. Training in the
testing of system including logging of detector sensitivity, field test of devices
and response to troubles for number of employees of Purchaser at site on the
installed system for sufficient duration.
i) The bidder should indicate makes of various equipments in the offer. The makes
shall be of purchaser's approval. The bidder shall furnish the information as asked
for in the bid.
ii) Layout of Control Room Building / GIS Halls is Tentative. The bidder shall have
to provide the system for Final Control Room Building/ GIS Halls.
iii) The successful bidder shall submit all drawings for system to purchaser for
approval.
The panel/cabinet shall be constructed of cold rolled cold annealed sheet steel 2mm thick
for front and 1.6 mm for sides, door and ceiling. These shall be reinforced, if required to
ensure true surface and adequate support for instruments mounted thereon. All the welds
on the exposed surface shall be ground smooth.
Finished panel surfaces shall be free from waves, bellies or other imperfections. The
panel shall be provided with industrial hollow metal access doors at the rear unless
specified otherwise. Further, panel doors shall be hinged and shall have turned back
edges and additional bracing where required to ensure rigidity. Door hinges shall be of
the concealed type. Door latches shall be of the three-point type to ensure tight closing.
Door locks shall be provided which will allow actuation of all locks by a single master
key. Suitable provision for heat dissipation shall be made. All panels/desks shall have
removable lifting eyebolts for safe and convenient handling during transportation, storage
and installation. These shall be removed after installation.
All panels exterior steel surfaces shall be sand blasted, ground smooth and painted.
Suitable filler shall be applied to all pits, blemishes and voids in the surface. The filler
shall be sanded so that the surfaces are level and flat, corners are smooth and even.
Exposed raw metal edges shall be free from any imperfections or sags. The entire panel
surface shall be sanded to remove rust and scale and all other residue due to fabrication
operation. Oil, grease and salt etc. shall be removed from the panels by one or more
solvent cleaning methods. Two spray coats of primer shall be applied to all exterior and
interior surfaces. A minimum of two spray coats of final finish colour of synthetic
enamel paint shall be applied. The finish colours for panels surfaces shall be shade no.
63l as per IS: 5. The interior of all panels shall be finished with brilliant white with
glossy finish.
All the equipment like switch fuse units, contactors, relay, timers, control modules,
processors etc. shall be mounted inside the panels in such a way that these are easily
accessible for repair/replacement without disturbance to other equipment.
7.4.2 Earthing
Tenderer shall provide each control panel with earthing terminal, clamps and connections
of materials compatible with the materials of main earthing mat.
Space heater of adequate rating shall be provided in each panel to prevent condensation
of moisture in wiring/equipment. Space heater shall be controlled by thermostat and shall
not be mounted near wiring or equipment. Each panel shall be provided with fluorescent
or incandescent lamp and fixture rated for 40 watts. A minimum of one light per meter of
panel shall be provided. One three-pin receptacle shall be provided for desk/panel.
Each equipment on the fire detection and alarm shall be marked with equipment
designation and tag nos. The inscriptions colour and sizes of name plates and letters shall
7.4.5 Annunciator:
Alarm annunciator shall be provided on the Fire Fighting Board in order to draw the
attention of the operator to the abnormal operative conditions or operation of some
protective devices so that the operator can take necessary action.
The annunciator shall have integral power supply unit consisting of transformers, filters
etc. operating at 240V AC, 50 Hz. The power supply unit shall provide protection against
short circuits or grounding of contacts. Annunciator shall be of solid state conforming to
latest ANSI, IS standards.
Alarms for failure of supply to annunciator shall be provided with time delay and this
shall be on some other supply with separate fuse.
The tenderer shall submit a list of recommended spares along with unit prices (in
appropriate price schedule) for the operation and maintenance of plant/system for three
years. The tenderer is informed that the total price quoted for the recommended spares
shall not be used for tender evaluation. However, the purchaser reserves the right to
purchase more or less quantities than shown/recommended.
7.6 COMPLETENESS
All the fittings and accessories which may not be specifically mentioned in the
specification but are required for installation and satisfactory operation/ performance of
the system shall be deemed to be included in the specification and shall be supplied by
the tenderer at no extra cost over the total price quoted in the price bid.
Erection testing, testing and commissioning of complete fire protection, detection &
alarm system are covered under the scope of this specification.
7.8 TESTS
All equipments covered under this specification shall be subjected to inspection and test
by the purchaser during manufacture, erection and on completion. The approval of
purchaser or passing of such inspection test shall not however, prejudice the right of
owner to reject the equipment if it does not comply the specification when erected or
does not give complete and satisfactory operation. The cost of such tests shall be borne
by the contractor. The particulars of proposed tests and procedure to be adopted shall
meet purchaser's prior approval.
Page 1 of 6
Technical Specification_Air Conditioning System
AIR CONDITIONING SYSTEM
CONTENTS
1.0 General
2.0 Scope
Page 2 of 6
Technical Specification_Air Conditioning System
TECHNICAL SPECIFICATION OF
AIR CONDITIONING SYSTEM
1.0 GENERAL
1.1 This specification covers supply, installation, testing and commissioning and
handing over to UPPTCL of air conditioning system for the control room building
and control and relay panel rooms.
1.2 Air conditioning units for control room building shall be set to maintain the inside
DBT at 24.4 o C ± 2oC and the air conditioning system for control and relay panel
rooms shall be designed to maintain DBT inside control and relay panel rooms
below 24oC.
2.0 SCOPE
2.1 The scope of the equipment to be furnished and services to be provided under the
contract are outlined hereinafter and the same is to be read in conjunction with the
provision contained in other sections/ clauses. The scope of the work under the
contract shall be deemed to include all such items, which although are not
specifically mentioned in the bid documents and/or in Bidder's proposal, but are
required to make the equipment/system complete for its safe, efficient, reliable and
trouble free operation.
i) Bay level units, bay mimic, relay and protection panels etc. for 400KV bays.
ii) Bay level units, bay mimic, relay and protection panels etc. for 220KV bays.
iii) Bay level units, bay mimic, relay and protection panels etc. for 132KV bays.
iv) Control room
v) Battery room
vi) Electrical test lab.
2.3 The design of layout plan of split AC and their control panels shall be subject to
Purchaser's approval and conform to the IS: 1391(part-2). The split AC shall be
installed atleast 4 star rated system as per the Bureau of Energy Efficiency (India).
The AC rooms shall also be provided with fire alarm system with at least two
detectors and it shall be wired to SAS for monitoring. The air conditioning system
shall be provided with control and protection IEDs for performing sub-station
automation and protection functions.
Page 3 of 6
Technical Specification_Air Conditioning System
2.4 Air conditioning requirement of rooms indicated at clause no. 2.2 shall be met
using split AC units. High wall type split AC units of 2TR capacity each complete
with air cooled outdoor condensing unit having hermetically sealed compressor
and high wall type indoor evaporator unit with cordless remote controller shall be
provided.
2.5 Air conditioning system shall be provided in the control and relay panel rooms
used for housing control and protection panels. These panel rooms will be located
adjacent to GIS Halls and generally unmanned. Therefore, the air-conditioning
system shall be rugged, reliable, maintenance free and designed for long life.
2.6 Copper refrigerant piping complete with insulation between the indoor and remote
outdoor condensers as required.
2.7 PVC drain piping from the indoor units upto the nearest drain point.
2.8 Power and control cabling between the indoor unit and outdoor unit and earthing.
2.9 MS Brackets for outdoor condensing units, condensers as required.
3.1 The split AC units will be complete with indoor evaporator unit, outdoor
condensing units and cordless remote control units.
3.2 Outdoor unit shall comprise of hermetically sealed reciprocating/ rotary
compressors mounted on vibration isolators, propeller type axial flow fans and
copper tube aluminium finned coils all assembled in a sheet metal casing. The
casing and the total unit shall be properly treated and shall be weatherproof type.
They shall be compact in size and shall have horizontal discharge of air. The
compressor shall be very reliable, trouble free and require less maintenance.
3.3 The indoor units shall be high wall type. The indoor unit shall be compact and
shall have elegant appearance. They shall have low noise centrifugal blowers
driven by special motors and copper tube aluminium finned cooling coils.
Removable and washable polypropylene filters shall be provided. They shall be
complete with multi function cordless remote control unit with special features like
programmable timer, sleep mode and soft dry mode etc.
3.4 The Split AC units shall be of Carrier, Voltas, Blue Star, Hitachi, Daikin, LG,
National, O’General or Samsung make.
4.1 Air conditioning system is required for critical application i.e.for maintaining the
temperature for critical sub-station control and protection equipments. To provide
redundancy for such critical applications, each split AC shall be installed with
adequate number of Environmental Control Units (ECU) to maintain the
temperature below 24oC. The system shall be designed for 24 Hours, 365 Days of
Page 4 of 6
Technical Specification_Air Conditioning System
the year operation to maintain the control and relay panel rooms temperature for
proper operation of the critical equipment.
4.2 Each Environmental control unit (ECU) shall comprise of three nos. of air
conditioners (2 main + 1 standby), working in conjunction through a micro
processor based controller for desired operation. Two of the air-conditioners shall
be running at a time and shall maintain the required temperature. On failure of the
running of anyone of air-conditioner or as described hereunder, the other air-
conditioner shall start automatically. To ensure longer life of the system, the
redundant airconditioner shall also be running in cyclic operation through the
controller. However, during running of air-conditioners, if inside temperature of
the room reaches 35oC due to any emergency condition, the other standby air-
conditioner shall start running to maintain the temperature less than 24oC and
gives alarm for such situation. After achieving this temperature, the other unit shall
again shut off. The ECU shall be switched off if the temperature falls below 20oC.
No heating or humidification is envisaged for the air conditioning system inside
the control and relay panel rooms.
5.1 CONSTRUCTION
The air conditioner shall be completely self-contained. All components of the units
shall be enclosed in a powder coated cabinet. The unit shall be assembled, wired,
piped, charged with refrigerant and fully factory tested as a system to ensure
trouble free installation and start up. Suitable isolation or other by-passing
arrangement shall be provided such that any unit/component could be maintained/
repaired without affecting the running standby unit. The maintenance of unit shall
be possible from outside the control and relay panel room.
Suitable arrangement shall be made to operate the unit in the following order.
However, the actual operation arrangement shall be finalised during detailed
engineering.
1. Evaporator Fan
2. Condenser Fan
3. Compressor
The compressor shall be very reliable, trouble free and long life i.e. hermetically
sealed Scroll type of reputed make suitable for continuous operation. Compressor
should be installed on vibration isolated mountings or manufacturer’s
recommended approved mounting. Valve shall be provided for charging/topping
Page 5 of 6
Technical Specification_Air Conditioning System
up of refrigerant. The bidder shall furnish details of their compressor indicating the
MTBF, life of compressor and continuous run time of compressor without failure.
The contractor shall also furnish details of all accessories i.e. refrigeration system,
evaporator coil, condenser coil, evaporator blower filter, cabinet, indoor supply
and return grill etc. during detailed engineering.
Page 6 of 6
Technical Specification_Air Conditioning System
OIL PURIFICATION AND
FILTERATION PLANT
Page 1 of 18
Technical Specification_Oil Filteration Plant
OIL PURIFICATION AND FILTERATION PLANT
CONTENTS
1.0 Scope
2.0 Standards
3.0 Technical Requirement of Oil Filteration Plant
4.0 Performance Requirement
5.0 Erection, Testing and Commissioning
6.0 Tests
7.0 Tools and Tackles
8.0 Spares
Page 2 of 18
Technical Specification_Oil Filteration Plant
TECHNICAL SPECIFICATION OF 6000 LPH ULTRA HIGH
VACUUM OIL PURIFICATION AND FILTERATION PLANT
1.0 SCOPE
2.0 STANDARDS
2. 1 Except as modified by this specification, all equipment and instruments shall comply with
the latest relevant national/ international standard viz. IS, IEC, VDE, BS, ASIM etc. on
the subject and the reference of standard shall be clearly indicated by the bidder in their
offer.
The oil filtration and purification plants are required for purification of the new as well as
old used oil of various 400/220/132 kV substations equipment of various makes and
capacity. The weight of oil and volume of oil tank shall be approx 54,000 Kg and 61,000
Ltrs. respectively.
4.1 The oil filteration plant shall be capable of accepting clean new/ used oil received filled in
delivery tanks/ barrels having a water content of 100 ppm by weight (approx.) saturated
with air at 12% by volume (approx.) at a temperature of about 0°C and shall be capable of
treating this oil complying to IS -335 to the following guaranteed parameters in a single
pass at the rated flow.
1. Reduction of Gas content of Less than 0.2%
2. Reduction of Moisture content of Less than 15 ppm
3. Filteration "pore diameter" Maximum 1 micron
4. Dielectric strength (Test according more than 60 kV
to IEC publication 156 with cap electrodes
R= 25 mm, electrodes distance 2.5mm or
Test according to ASIN D 1816 (0.04 inch. gap) more than 25 k V
5. Dissipation factor of oil tan delta at 90°C 0.5 % i.e. 0.005
after filling into the equipment
6. Neutralization value
Page 3 of 18
Technical Specification_Oil Filteration Plant
i) Before treatment 0.5 mg KOH/g (maximum)
As per IS 1866 1983
ii) After treatment
a) For new oil 0.04 mg KOH / gr as per IS 335
b) For old oil As per IS -335 : 1983.
4.2 The plant shall be suitable for carrying out the following operations :-
(a) Degassing, dehydrating and filterating of transformer oil under vacuum and to give
required guaranteed parameters in a single pass of oil at the rated flow.
(b) Evacuation of Transformers tanks filled with Nitrogen gas for protection during
shipping or land transportation simultaneous to the oil treatment under high
vacuum.
(c) Filling of treated oil into transformer/ reactor tank under high vacuum with the
help of the plant.
(d) Completely evacuating oil from the transformer/ reactor tanks requiring drying out
of insulation and to carry out drying procedure of insulation by evacuating
transformer/ reactors tank and by filling hot oil into the tanks effect continuous
circulation with through out capacity continuously till the parameters are achieved.
(e) The plants should be adoptable to spray the oil into the transformer being dried as
at cl. 4.2 (d) above to effect quick drying of insulation.
(f) The plant must also be capable to treat oil of transformer/ reactor which are in
service as the old/ used oil has higher acidity and low interfacial tension the degree
of vacuum required is much higher that what required for new oil as much it is the
most important function of the oil filteration plant to treat such oils and to give
required guaranteed parameters in a single pass.
4.3 The oil purifying machine shall be for outdoor services entirely self contained,
completely weather proof and shall be of mobile design complete with pneumatic tyre
wheels with spring under the heavy base steel frame and tow bar suitable for rolling the
machine on ground/ along public roads. This shall also be fitted with over run brakes. This
machine shall work with three phase 400/ 440 volts, 50 C/S AC supply. The purification
of the oil required in case of transformer/ reactors shall be by circulating the oil through
vacuum filteration and purification machine i.e. the machine shall draw the oil from the
oil drums connected through a header or oil reservoir and deliver into the transformer tank
under high vacuum filteration and purification machine is required to remove the
impurities of the oil mainly consists of:
1. Moisture in form of:
a) Free and finely despersed moisture
b) Moisture in solution
2. Sludge formed due to dust fibres from winding insulation.
Page 4 of 18
Technical Specification_Oil Filteration Plant
3. Dissolved gases or air.
4. Carbonaceous products formed due to arcing including micro carbon particles
5. Adrentitious solids viz, insoluble or particaly oxidation products,
6. Drum scale and any other foreign solid particles
4.4 Main features of vacuum filteration and purification machine
4.5 OPERATION
Page 5 of 18
Technical Specification_Oil Filteration Plant
The insulating oil in the transformer/ reactors tank shall be filled under high vacuum. The
insulating oil to be filled in the tank shall be treated in the thermostatically controlled
indirect type of heater up to 40-60°C by an auxiliary fluid or any other suitable
arrangement thus eliminating over heating or localise heating of oil. This preheated oil
shall then be passed through ultra filter working on effective and tested method for
removal of solid impurities generally present in the transformer oil and it will also be
subjected to vacuum at treatment in vacuum chambers having adequate vacuum at
temperature at 60°C of oil for removing dissolved moisture and gases. The separation of
dissolved moisture and gases. The separation of dissolved impurities shall be carried out
under vacuum. This oil after purification in the vacuum chambers shall be pumped out
through a discharge pump with high suction and discharge into transformer/ reactor tank.
The purification system shall be fully assembled on heavy duty steel base which shall be
sufficiently braced to minimise vibration. A drip lip shall be provided on the base to
collect spillage and drippage.
One coarse filter shall be provided before the inlet pump to prevent entering particles of
any appreciable size into the system. This shall be complete with magnetic particles to
prevent them from entering the system.
Flow sight indicators in the inlet and outlet pipings
Electricity driven pumps of suitable capacity shall be provided for suction of oil for
treatment to the filteration and purification machine. This should be of positive
displacement gear type combinations of pumps suitable to take out oil completely from
the transformer tank under full vacuum, in case of drying out or insulation of transformer.
The pumps shall be complete with an internal relief valve to protect the same from over
pressure, single mechanical seal, belt driven and double speed motor. It shall also have a
by pass line with flow control valve duly complete with lockable arrangement to adjust
the flow rate. One gear pump of similar capacity with isolation valve shall also be
provided in parallel to the first pump as a stand by to ensure continuous operation of the
machine even in case of failure of the first pump. The pump should be suitable for
continuous operation of the machine and it shall be provided with an automatic
arrangement through flow switch and a time delay circuit to stop the pump automatically
in the event when the oil flow is not present during this delayed time of about 30 seconds
thereby ensuring that the equipment will not operate without oil supply. Alternatively
interlocking between the heater and the inlet pump may be provided in order to stop the
pump when there is no oil flow through the heater and subsequently heater shall not be
energised unless the oil is actually flowing. In this case flow will not be necessary before
the heater.
Page 6 of 18
Technical Specification_Oil Filteration Plant
4.6.3 HEATING SYSTEM
The electric heating system shall either be of indirect type or direct type and it shall be
possible to remove or replace the heater elements without disturbing the oil in the heating
chamber. The auxiliary oil could also be used to impart heat to the vacuum chamber
where actual dehydrating is taking place if necessary.
The heating system shall have a capacity of 150 KW and heating density less than 2 watts/
sq.cm. Electrical heater elements shall be suitably designed for partial or full operation
through a control arrangement in order to facilitate transformer drying also through heated
oil up to temperature 90 °C. The complete control scheme shall be fully described. This
shall be thermostatically controlled so that the temperature of oil during treatment of
transformer oil should not rise higher than 600 C. The heating system shall be provided
with proportionately thermostat indication in order to control the electric heating elements
to maintain the desired oil temperature. This thermostat should be capable to activate the
heater contactors through a series of time delay relays, on deviation from set point, which
in turn will energise the required number of heating elements to return the oil temperature
to the set point. On seeing this set point the elements should de-energise step by step
through a time delay sequence. One more thermostat shall be provided with setting of
temperature little higher that the set point of first one as protection to safeguard
malfunctioning of former thermostat. These thermostats shall be mounted in a locked box
to ascertain the settings of thermostats at required temperature and the readings of both
thermostat should be visible from outside box. The electrical switching 'ON' and' OFF' of
the heater shall be by suitable switches provided on main panel of the machine. In case
flow switch has been provided before the heater an interlocking arrangement between
heater and flow switch shall be provided so that heater should not be energised unless oil
is flowing. Following shall also be provided with the heating system.
a) Two number dial type thermometers to indicate the temperature of oil at inlet and
outlet of heater.
b) Safety valve aeration valve and drainage valve.
c) Over heat protection with sound alarm to prevent damage to the oil due to
overheating of the heater for any reason. The bidder shall submit heater power
calculations justifying heating capacity offered.
a) Filter Press:- A filter press shall be provided for clearing of dirty oil as and when
required in addition to the filter cartridges or edge type filters.
b) The filter cartridges should be of suitable material and non- hydroscopic.
These shall be so arranged in the filter unit that all the solid impurities including
microcarbon particles are effectively removed and should be designed for easy and
quick replacement. The filter shall be capable of removing 99% of all particles of
1.0 micron in size or larger pressure gauges on both sides of the filter shall be
provided to indicate the need to change cartridges. A sludge outlet for removing
Page 7 of 18
Technical Specification_Oil Filteration Plant
the solid impurities shall be provided to clean the elements without opening the
machine. The bidder shall indicate the number of hours for which one set of
cartridge type filters will be able to serve as specified in cl. 4.0 to have an idea
about the frequency of replacement of cartridges. The rate for these filters shall
also be given under cl. 9.0 (Spares). The filters shall be provided with aeration and
drainage valves.
c) The bidder should also offer edge type filters as an alternative for cartridge filter to
be provided in series with filter press be provided for cleaning of edge type filter
packs.
d) It has to be mentioned here that bidder should offer cartridge type filters, in their
bids with all details.
e) Necessary arrangement shall be made to isolate the Filter Press from the oil line
whenever it is so needed. Suitable arrangement with valves shall be provided to
bypass the filteration system if and when required
One or more vacuum chambers of suitable capacities with atomising system to remove the
last traces of moisture and dissolved gases from the oil shall be provided in this machine
in order to treat the oil under high vacuum at adequate pressures to achieve specified
levels of moisture and gases after a single pass. The vacuum chambers shall be designed
having liberal falling heights of oil and adequate numbers of suitable sized layers as an oil
distribution device so that there shall be no foam formation in the oil even with highest
water and air contents in order to allow continuous operation at full capacity under
vacuum. In case the degassing column is in multi stages, all the chambers must be
distinctly separated by syphon seal arrangements and preferably placed horizontally The
chambers will have complete visibility of oil under process of treatment by providing
sight glasses and light to observe the oil level in the chambers
Proper temperature of oil shall be maintained in the vacuum chamber so that oil shall
completely be dehydrated and degassified. To control high oil level and foam level in the
vacuum chambers, an optical level monitor is to be provided if considered necessary. This
optical level monitor should be inter locked with the inlet gear pump and when oil/ foam
level increases beyond specified level, the inlet gear pump should stop to prevent
flooding. The minimum oil level in the Degassing chambers shall be provided with a view
that the maximum free fail height is achieved with in this limited space. The vacuum
chambers shall be fabricated of suitable material such as carbon steel and shall be
designed for operation at full vacuum. All internal welds must be smooth and interior
should be sand blasted to remove rust and scale and shall be painted with best suitable
paint viz white urethan paint etc.
All required accessories viz vacuum gauge, vacuum break valve, oil drain valve and main
and auxiliary vacuum connections shall be provided on the column. It shall be ensured
that no leakage is from the vacuum break valve and the valves are not vigorously
tightened. The main vacuum connection shall permit the use of the processing chamber to
Page 8 of 18
Technical Specification_Oil Filteration Plant
act as a large trap when transformers/ reactors is over filled and oil is drawn in to the
vacuum line. An adequate control system shall be be provided to stop the inlet pump. A
sound alarm shall also be provided to give indication of this fact to the operator. The
auxiliary vacuum connection shall provide a direct connection to the vacuum pump.
The oil after purification, dehydration and degassification in the degasssing chamber will
be drawn out by a discharge pump which should be a centrifugal pump.
The above centrifugal pump should be a glandless canned motor pump without any rotary
seal.
This discharge pump should have adequate capacity to deliver the required quantity of oil
from the degassing chamber under vacuum.
The plant shall be provided with two independent sets of vacuum pumps combinations for
continuous duty, one pump combination to create vacuum in the degassing chambers of
the plant and the other for purpose of evacuating transformer/ reactor tanks for
maintaining vacuum in them whiles the oil is being treated by the plant. These sets of
pump combinations could also be arranged to work in parallel when required however
both the pump combination should be adequately rated for taking up the duty of other, for
meeting any emergency. Each vacuum pump combination shall have sufficient capacity in
-3
order to have an ultimate blank off of 10 torr or less, The pump combinations shall
consist of roots blower backed up by a Rotary oil sealed pump provided with a gas ballast
valve. The combination shall ensure required water vapour pumping capability. In case
the degassing column is in three stages the vacuum pumping system shall be as below:
First Stage - Single stage Rotary pump,
Second Stage - Roots Pump and single stage Rotary Pump.
Third- Stage - Roots pump of higher capacity.
In order to have flexibility, all Rotary Pumps should be identical and all roots pumps
except of third stage will be identical.
For effective cooling these pump combinations shall be adequately cooled through water
jacket and radiator with a fan to take care of the tropical climatic conditions with high
humidity in which the plant has to work in the field. The pump combinations shall be
complete with separations intended for the purposes of condensation of oil vapours and to
directly re-feed the same in the oil system.
A suitable chiller for this purpose shall be provided in order to have better efficiency.
However, this shall be provided in parallel to the conventional condensation system
through water so that in case of breakdown of the chiller the chiller could be isolated from
the system and still machine could operate. Water circulating pumps shall be provided for
vapour condensers. Roots pumps of both the combinations shall be provided with built in
Page 9 of 18
Technical Specification_Oil Filteration Plant
pressure limitation valves and the Rotary oil sealed pumps with electromagnetic quick
reclosing valves and exhaust separators. Both the high vacuum pumps combinations shall
be drive through electric motors supplied complete with integral base plates. The
combinations shall be complete with vacuum switches to start or stop the roots blowers at
desired pressure. Push buttons for starting/ stopping the rotary pumps and selector
switches to allow operation of the rotary pump without roots blower shall be provided. All
necessary protections against over temperature of lubricating oil shall be provided.
TEFC Electrical motors suitably rated to operate on 400/ 440 volts, 50 cycles per second,
three phase AC power supply complete with direct on line starter shall be provided for
driving various pumps. The motors shall conform to relevant Indian or International
Standards.
4.12 INSTRUMENTS
The complete plant shall be supplied with all required measuring instruments locally
mounted on the various equipments as well as necessary instruments shall also be
mounted on the control panel.
A) The following instruments shall be locally mounted.
i) Two nos. temperature measuring thermometers scaled in degree centigrade
duly protected from external shocks installed at oil inlet and outlet of
heater. Outlet thermometer to be provided with alarm contact. One
thermometer to be provided for auxiliary oil heating system, if heating is of
indirect type.
ii) Temperature actuated switches for the heaters and for other applications.
iii) Pressure indicators at the inlet and outlet of ultra filter and at the discharge
pump.
iv) Two nos. absolute pressure indicators one at the degassing chamber and the
other for transformer tank.
v) Two nos. vacuum transmitters for vacuum gauges one for vacuum chamber
and other for transformer.
vi) Decicators having reagents like activated alumina or charcoal on all
vacuum instrumentation connection to prevent contaminations in moisture
oil.
vii) Level gauge on degassing chamber.
viii) Oil flow counter with a dual register oil totalising meter in the discharge
line for totalling upto 9999999 litres. The upper register shall contain 7
digits and shall be not resettable type. The lower register shall contain 8
digits, with the last one reading in tenths of a litre and shall be or resettable
Page 10 of 18
Technical Specification_Oil Filteration Plant
for each work. This shall be located such that it is visible clearly to the
operator viewing the control panel.
ix) Flow switches, flow indicators, thermocouples and all other necessary
transmitters according to the requirements of instrumentation, controls and
alarms on the control panel.
i) One electronic high vacuum gauge to cover pressure range from one milli
Torr to atmospheric pressure suitable for monitoring pressure at the
degassing chamber of the plant and transformer locations through a
selector switch. For the recorder, the instrument will provide a pressure
responsive output independent of selector switch. The pressure responsive
out put shall be provided through out the entire pressure range of the gauge
at either sensing stations.
ii) Temperature Indicators of oil with a switch for setting required
temperature.
iii) One differential pressure gauge across filter.
iv) Hygrometer to indicate, moisture contents in ppm with precision of the
inlet and outlet oil with a selector switch and shall cover the complete
range as required.
v) Measurement gauge to measure with precision gas content in % by volume
in the inlet and outlet oil with a selector switch and shall cover the
complete range as required.
vi) Required no. of recorders on the switch panel for the simultaneous
registration and plotting with time of following:
a) Temperature of inlet and outlet oil
b) Vacuum in degassing chamber and transformer tank.
c) Water content in the inlet and outlet oil.
d) Gas constant in inlet and outlet oil.
The recorders shall be suitable for plotting the readings with different
colourings.
vii) Volt meter.
viii) Ampere Meter.
a) The plant shall have an industrial type suitably sized control panel of rugged
construction mounted on legs welded to base plate. The panel shall be externally
braced to minimise vibrations of the electrical components. The inside of the panel
Page 11 of 18
Technical Specification_Oil Filteration Plant
shall be finished with white enamel. It houses a sub-panel on which are mounted
the air circuit breakers, all motor starters, heater contactors, control relays, fuses,
fuse blocks, terminal strips and alarm horns. All wires shall be numbered every
two inches and shall be neatly bundled to terminate at numbered terminal blocks.
Complete wiring shall be furnished. A complete electric wiring diagram for the
plant indicating all devices and instruments and terminal blocks etc shall be made
out on one or more metallic enamelled plates with white back grounds and suitably
mounted so as to be readily available for guidance during operation/ maintenance
of the plant. This diagram plate shall be in addition to the wiring drawings which
the bidder shall make available alongwith their instruction manuals. On the panel
doors shall be mounted necessary oil tight push buttons and selector switches, pilot
lights, alarm lights, alarm resets and other controllers.
b) Annunciator Alarm system
Alarm annunciations for the following shall be provided on the panel. These
annunciations shall be through audio alarms as well as through visual by means of
light or any other reliable device.
i) Loss of vacuum in degassing column.
ii) Loss of vacuum in transformer.
iii) Total loss of flow (Tripping of oil pump and vacuum pumps)
iv) High oil temperature at the heater outlet.
v) High oil level in degassing column.
vi) Low oil level in degassing column.
vii) Ultra filter chocked.
viii) Any other annunciation considered necessary by the supplier.
The annunciator alarm system shall have the back lighted name plate type operation on
A.C voltage, complete with a lamp cabinet. The window designation lettering shall be
block letter type and in English language. Lettering shall be as large as the window size
permit. Windows shall be of suitable size containing 2 lamps connected in parallel. The
interior finish of the lamp compartment shall be white enamel of a quality that will not
deteriorate with continuous operation of the lamps. A horn shall be mounted inside the
cubicle. The annunciator shall have test, reset and alarm silencing push buttons of the
momentary contact type for separate mounting below the display rack. The annunciator
alarm system shall be so designed that each alarmed condition will cause the appropriate
light to be lit and the alarm horn to sound. The alarm silence button shall silence the horn
but the alarm light shall remain ON until the alarmed condition has been corrected. The
alarm silencer shall only mutes the horn for the existing alarm condition and not for any
other that might occur immediately thereafter, even if the previous alarm condition or
conditions have not been corrected.
c) Graphic Sub-Panel
Page 12 of 18
Technical Specification_Oil Filteration Plant
The panel shall have graphic sub-panel to exhibit illuminated flow diagram The
flow diagram shall indicate conditions of all electrically operated valves, vacuum
pumps oil pumps and heater in the circuit and various pipings viz oil vacuum etc.,
with different colour schemes. The graphic flow diagrams shall be duly protected
from fading by suitable filter screen. The front of the panel on which shall be
mounted various instruments and remote controls, graphic panel etc. shall face
such that the operator can observe and operate while standing outside the base
frame of the plant. Inside the plant a small work bench shall be provided, The
panel shall be covered by casing of the complete plant however, while operating
the face covering of the panel can be lifted up and fixed in a position to act as a
rain sun shade, A folding desk near the control panel shall also be provided.
4.14 CASING
The complete equipment alongwith controlling units shall be housed in suitable weather
proof sheet enclosure, made of anodised aluminium alloy of rugged robust and
evershining type with hinged doors complete with locking arrangement to facilitate easy
operation and maintenance of the machine and for giving access to the electric controls,
vacuum pressure and oil gauges. A removable inspection cover shall be provided to
permit periodic inspection and lubrication of the machine.
This shall consist of reinforced structural steel suitably designed for mounting the
complete machine. Adequate arrangement shall be made in the base plate for drawing oil
accidently spilled during operation/ maintenance. Suitable pulling hook and slinging
arrangement (lugs) for lifting the complete machine through crane for purposes of
loading/ unloadng in vehicle for transportation shall be provided in the base frame.
4.16 The vacuum piping of suitable size and length between the chambers and the vacuum
pumping system and also for connection of vacuum pumping system to the transformers/
reactors tank shall be provided. It shall be made of steel and be flanged and welded. This
shall be suitable to withstand the max. vacuum as could be created by vacuum pumping
system without collapsing. Flexible connector and shut off valves at suitable places in this
piping shall also be provided. The vacuum connection shall be absolutely vacuum leak
proof.
Oil piping and fittings of suitable size shall be of suitable material preferably steel. All oil
valves shall consist of standard size ball valves with stainless steel balls and tafelon seats
and seals or piston type valves. The valves shall be capable of being disassembled for
maintenance without disassembling any piping All the piping shall be suitably lagged with
heat insulation.
(A) The oil inlet piping of adequate size shall be complete with the following:
i) Oil sampling valve on the discharge side of the inlet pump.
Page 13 of 18
Technical Specification_Oil Filteration Plant
ii) Pressure, gauge on the inlet pump bypass line and two temp. gauges one
before and one after the heater.
iii) Pressure switch between the inlet pump and heater
iv) Temperature Indicator/ controller between heater and filter, vacuum rated
shut-off valves before and after the filter. all required manual shut off
valves etc.
v) Solenoid operated or non return valves at inlet of oil
vi) Suitable quick coupling connection for attaching flexible hose and locking
of the same.
The discharge piping of adequate size shall be complete with the following.
i) Check valve at discharge to avoid accidental back filling when the unit is
not running and to prevent damage to the totalising meter.
ii) Pressure gauges, sampling valves, automatic control valve to match
discharge pump output with inlet flow rate.
iii) The completely valved by-pass line between inlet and discharge lines be
suitably designed to allow full recirculation of oil back through the vacuum
chambers. The valve shall be of lockable type.
iv) Suitable quick coupling connection for attaching flexible hose and locking
of the same.
v) Magnetic filter after the gear pump.
A recirculation piping and control system shall be installed in the inlet piping,
designed to function as follows:
i) On normal shut down of the inlet pump and heater (by the operator or by
the high level switch in the process chamber) motorized valve shall close
shutting off oil flow to the chamber, but the inlet pump shall continue to
run (on time delay control) building up pressure which shall open a
pressure control valve causing recirculation of oil through the heater (to
cool the heater elements) and back to the inlet of the pump. At the end of
the time delay period, the inlet pump shall continue to run unless the oil
temperature is below the over temperature thermostat setting.
ii) On over temperature alarm condition the heaters shall shut off and the
motorised valve shall close, forcing the oil to recirculate in the manner
described above untill the oil temperature drops below the present
thermostat setting at which point the inlet pump shall stop.
Page 14 of 18
Technical Specification_Oil Filteration Plant
4.18 OIL AND VACUUM HOSES
A) OIL HOSE
For inlet service, the hose shall be 20 meters long for each and 40 mm nominal
diameter and for discharge also it shall be 40 mm nominal diameter and 20 meters
long. The hoses shall be made of reinforced nitrile rubber and should be suitable
for transformers oil service upto a maximum temperature of 100°C, full vacuum
and pressure as per requirement. The service end of the hoses shall be supplied
with quick connect fittings and attached caps compatible with standard hose quick
connect fittings for attachment to transformer and to the delivery tank. During oil
handling static electricity may be charged in certain type of oil hoses. Therefore,
all oil hoses shall be built up around an earthed core or have built in earth
conductor to avoid static electricity to be charged to a high potential.
B) VACUUM HOSE
The hose of reinforced nitrile rubber 100mm nominal diameter, 20 meters long in
sections complete with aluminium flange and nitrile rubber gaskets shall be
supplied for connecting vacuum pumping system of plant to the transformer/
reactor tank. It shall be complete with end fittings for connections as well as
suitable to withstand maximum vacuum without collapsing and kin ding. Suitable
provision shall be made to detect the oil flow. If it ever occurs through the hose
pipe.
a) One length of 50 meters of 1100 volts grade 3½ core weather proof flexible cable
with plug and socket of suitable current rating as per IS shall be supplied for
connection of the unit to the mains. Suitable arrangement viz cable drum or any
other alternative shall also be provided with the machine in order to wound easily
the cable length when not is use.
b) All components shall be suitable for 400V/ 440V, 3 phase 50 Hz electric supply.
Proper earthing of the system shall be provided for equipment and personal safety
and atleast two grounded terminals shall be provided at proper places, so that it
could be connected through earth leads to the earth mat of the substation.
c) Adequate number of tube lights/ bulbs wherever necessary shall be provided inside
the plant to provide proper illumination in order to have full visibility of all
components, instruments etc. installed in the plant. A tube light at the suitable
position on the control panel shall also be provided to given visibility on all
measuring instruments and recorders when working with the plant in dark.
4.20 MOUNTING
The machine is required duly mounted on a four wheeled under carriage with wheels of
suitable size to facilitate towing of the plant in the desired direction to transformer/ reactor
sites without difficulty to process the oil for commissioning of these equipments.
Page 15 of 18
Technical Specification_Oil Filteration Plant
Necessary jacks shall be provided to lift the plant and to take its load off the wheels while
in use at site if uneven. To ascertain proper levelling two spirit levels at two perpendicular
sides shall be provided. The wheels shall be complete with pneumatic tyres and spring,
wheels shall also be fitted with over run brakes. The units shall be complete with metallic
body to guard the machine against abnormal conditions in outdoor use.
Provision at suitable places in the patch of oil being processed shall be made for
connecting on ionic reaction column to be used for the removal of acidity and products of
oxidation and ageing in used transformer oil The ionic reaction column shall be supplied
with the plant and it shall be possible to bypass this column when not required to be used
The ionic reaction column shall be of suitable size and activated alumina shall be used as
adsorbent for removal of the acidity from oil. The column should have sufficient amount
of activated alumina in order to control the acidity of transformer oil to the desired
recommended value. Necessary tools and apparatus required to regenerate the activated
alumina shall also be supplied in order to provide facility of regeneration of activated
alumina. Bidders shall furnish the complete details of the system and process.
After receipt of the plant at the site of use, the necessary erection and commissioning of
the plant in order to make the same fully operative, shall be carried out by the Engineer of
the manufacturer. Since, the above plant may be used for the treatment of transformer oil
as per recommendations of the foreign suppliers of power transformer/ reactors and
comply to IS: 335 therefore, it will be ensured by the bidder that the values of various
parameters of the treated oil at the site of substation are accurate and reliable for better
regulation of the power system. All the measuring instruments provided on the plant and
which are essentially required to monitor and to record the quality of treated oil through
the plant shall be fully and accurately celebrated with the respect to the instruments which
have been procured separately, thereby ensuring to obtain more reliable values of different
parameters.
6.0 TESTS
FolIowing tests as stipulated in relevent standard shall also be carried out by the supplier.
Each item of equipment shall be shop assembled and tested to ensure that all parts
function properly and that no interference occurs in its moving parts Chamber manifolds,
hoses, valves and piping shall be hydrostatically tested at a minimum of 9 kg./cm2 or as
per procedure recommended in the relevant Indian or International Standards and leaks
shall be repaired and tested for soundness of repaired areas. A performance test shall be
made on completely reassembled plant and a complete test report shall be submitted to
Purchaser. The test report shall cover the following:
Page 16 of 18
Technical Specification_Oil Filteration Plant
i) General information about the plant, rating of all plants and equipments with brief
description.
ii) General construction and inspection test.
iii) Operation and performance test to include continuous operation at 50°C ambient
for 40 hours and tests as per relevant standards. Functioning/ performance level
switches and oil distribution system in degassing chamber.
iv) Setting valves of safety elements viz setting of flowing switches, regulating
thermostate, vacuum interlocking, time delay relays, vacuum switch etc.
v) Electrical data with respect to all motors, oil heater, and plants measured in all the
three phases of supply.
vi) Characteristics of treatment of oil in single pass for new oil as well as for used oil.
vii) Vacuum leakage test including leakage test, on return valves.
viii) Dielectric strength test.
ix) Hydro test/ Pneumatic test with compressed air.
x) Insulating resistance Test.
xi) Noise level.
xii) Calibration result of all instruments on the panel and locally mounted instruments
with respective precise measuring instruments fully certified for satisfactory
calibration.
xiii) For any other test as per the recommendation of relevant IEC, ASTM, ISO, ANSI,
or any other relevant international standards
One complete set of requisite new tools and tackles shall be supplied with each unit free
of cost. The tool box containing all necessary tools shall be supplied with the plant. The
manufacturer shall also give all recommended tackles with the tool box.
8.0 SPARES
The recommended spares for the filteration and purification machine for five years trouble
free operation shall be supplied. Bidder shall ensure to give in particular all recommended
spares for the vacuum plant, instrumentation vacuum gauges, recorders etc. as per their
principals past experience on similar plant for the required period. If the bidder considers
that availability of certain component spares may create problems in future, such spares
shall be listed clearly alongwith its price in their offer.
The bidder shall indicate the requirement of filter cartridges for operating the filter
machine to process used oil for a gross operation period of 1000 running hours on full
load. They should also recommend the quantity of filter cartridges recommended to be
stored as spares to meet out about two years requirements.
Page 17 of 18
Technical Specification_Oil Filteration Plant
The bidders who also make an alternative offer for providing edge type filters shall also
give their recommendations, regarding the quantity of edge type filters to meet out about
two years requirements.
The bidder shall quote the rates of all the items of spares in the prescribed schedule. The
final decision about the quantity of the spares to be procured, shall be taken by the
Purchaser.
Page 18 of 18
Technical Specification_Oil Filteration Plant
PLCC
PLCC
CONTENTS
1.0 General
2.0 Standard and Drawing
3.0 Location of Equipment
4.0 Frequency Planning
5.0 Proposed Arrangement
6.0 Line Trap
7.0 Coupling Device
8.0 High Frequency Cable
9.0 Power Line Carrier Terminal
10.0 Speech Communication
11.0 Mandatory Testing & Maintenance Equipment
12.0 List of Commissioning Tests
1.1 All the PLCC equipment covered under the package shall conform to the
requirements of the latest edition of the relevant IEC/IS Specifications or
equivalent National Standards,
2.1 The IEC/IS Specifications and international publication relevant to the equipment
covered under this specification shall include but not be limited to the list given at
Annexure - 'C' of Section - GTR:
3.1 The PLCC Equipment and Line traps as specified shall be installed at the
respective ends of the transmission lines. The Contractor shall be responsible for
coordinating the equipment supplied by him with the already existing carrier
equipment at the respective sub-stations. Contractor shall also be responsible for
collecting all the necessary information/data from the respective substations/
concerned State Electricity Boards for the installation of the equipment.
4.1 For planning frequency and output power of carrier terminals, Bidders may plan
for a minimum receive signal to noise ratio of 25 dB for the speech channels
without companders. The noise power in 2.1 kHz band (300-2400 Hz) may be
taken as -13 dBm referred to the coupling point of the H.T. line. An additional
minus two and a half dB may be assumed for psophometric factor. As far as
coupling loss (phase to phase) is concerned, the Bidders may assume the same as
6dB at one coupling end for evaluating SNR. For protection channels the minimum
SNR shall not be less than 15 dB under adverse weather. A safety margin of 9 dB
shall be taken over and above these SNR values in order to cater for variations in
line attenuation from the computed value as inhand reserve. Frequency and output
power of PLC terminals for protection shall be planned such that the protection
signal is received with full reliability even when one of the phase is earthed or is
on open circuit on the line side causing an additional minimum loss of 6 dB.
The Bidder shall indicate the noise power in the bandwidth used for protection
signaling and shall submit the SNR calculations for speech as well as protection
channels on all the line section given in at the proposed frequencies. Sample
calculations for SNR requirement and power allocation over different channels
must be furnished alongwith the bid. Maximum permissible line attenuation shall
be clearly brought out in these calculations. Further, Bidder shall submit details of
frequency planning done (including computer studies carried out and facilities
available) for PLCC links on EHV lines in the past in the relevant schedule of
4.2 Successful Bidder shall be fully responsible for the coordination required with
concerned State Electricity Boards for finalising the frequency plan.
4.3 The frequency plan will be referred to wireless Adviser/DOP Department for
clearance and in case any change in the Contractor’s recommended carrier
frequency and power output is proposed by these authorities, the Contractor shall
have to modify his proposal accordingly. Change of power output shall, however,
not involve repeater stations.
5.1 The power line carrier communication equipment required by the PURCHASER is
to provide primarily efficient, secure and reliable information link for carrier aided
distance protection and direct tripping of remote-end breaker and also for speech
communication between 400/ 220 kV sub-stations. It shall include separate carrier
terminals of multipurpose type for speech and protection purposes. All carrier
terminals including those for protection shall be suitable for point to point speech
communication also.
5.2 For security reasons each 400/ 220kV transmission line shall be protected by
Main-I and Main-II protections as given below :
132kV transmission lines shall have Main I protection same as above alongwith
backup overcurrent and earth fault protections.
5.3 The requirement of carrier information on each link covered under this
specification is as below :
a) One protection channel for Main-I and another for Main-II distance protection
schemes. Further these channels will also be used as main and back-up
channel for direct circuit breaker inter-tripping for 400/ 220kV lines.
In case of 400 KV/220 KV lines, speech and data channel can also be used for
protection wherever possible.
b) One speech channel with a facility to superimpose data signals upto 1200
Baud. However, the number of channels for protection signaling, speech and
data communication for SAS and Load dispatch centre shall be as per the
BOQ given in price schedule.
5.4 The equipment for protection signals shall have high degree of reliability and
speed. It shall be guaranteed to function reliably in the presence of noise impulse
caused by isolator or breaker operation. It shall also be possible to effect direct
5.5 The time intervals between receipt of a trip command on the transmit side, its
transmission over the carrier link, reception at the far end and giving command to
the trip relays at the distant end shall not exceed 20 mS. for permissive
intertripping and 30 m sec. for direct inter-tripping even for the longest line
section.
The above timings are inclusive of operating time for auxiliary relays and
interposing relays, if any, included in the PLCC equipment.
5.6 The requirement of protection signaling channel is such that security against
incorrect signals being received shall be at least two to three orders higher than
reliability against a signal not being received.
5.7 For reasons of security and reliability, phase to phase coupling for 400/ 220kV S/C
lines shall be employed. Inter-circuit coupling shall be used for 400/220kV D/C
lines and phase to ground coupling shall be used for 400/ 220 KV S/C lines.
Double differential coupling shall also be considered for double circuit lines.
Bidders must furnish detailed write-up on methods of coupling and recommend
suitable coupling mode for double-circuit lines alongwith the bids. Coupling mode
shall, however, be fully confirmed by Contractor after conducting detailed
computer study taking into account the transpositions of 400/ 220 kV lines for
optimum coupling mode over these line sections. The coupling arrangement shall
be fully optimized by the Contractor after conducting detailed study of every line
section individually, taking into account the temperature variations, transpositions,
earth resistivity, conductor configuration, carrier channels requirements, security
and reliability criteria and other relevant details. The line attenuation shall be
calculated for complete range of frequencies.
The earth resistivity data, existing frequency networks and other relevant details of
each line will be furnished to the Contractor for carrying out the computer studies
and frequency planning. The Contractor shall complete the computer studies
wherever required and submit the frequency plan and optimum coupling details
within a period of one month from the date of receipt of above data.
5.9 The parameters of the equipment quoted shall be such that the mode of wave
propagation on 400/ 220 kV power line (with transpositions indicated) shall not
impose any limitation on the efficient and reliable performance of information link
from protection or communication point of view.
5.11 The Bidder shall submit curves illustrating ‘incorrect tripping’ and “Failure to
trip” probability plotted against corona noise level, in the presence of impulse
noise due to switching of isolator and circuit breaker etc. Details of field tests and
laboratory tests for successful operation of his equipment, under such adverse
conditions shall be furnished by the Bidder. These are to be related to end-to-end
signaling and shall take into account the type of communication link e.g. account
shall be taken of transpositions in the phase to phase coupled H.T. line. Details of
field tests and laboratory tests for successful operation of the equipment under the
above circumstances shall be submitted by the Bidder illustrating the above
parameters.
6.1 Line trap shall be broad band tuned for its entire carrier frequency range. Resistive
component of impedance of the line trap within its carrier frequency blocking
range shall not be less than 570 ohms for 400kV and 220 kV systems.
6.2 Line trap shall be provided with a protective device in the form of surge arrestors
which shall be designed and arranged such that neither significant alteration in its
protective function nor physical damage shall result from either temperature rise or
the magnetic field of the main coil at continuous rated current or rated short time
current. The protective device shall neither enter into operation nor remain in
operation, following transient actuation by the power frequency voltage developed
across the line trap by the rated short time current.
The lightning arrestor shall be station class current limiting active gap type. Its
rated discharge current shall be 10 kA. Coordination, however, shall be done by
taking 20 kA at 8/20 micro-sec. discharge current into account. Bidder has to
furnish full justification in case the use of gap-less metal oxide arrestor is
recommended by them.
6.3 The lightning arrestor provided with the line trap of each rating shall fully comply
with the requirements of IS:3070 Part-I/IEC-60099-I Part-I. It shall conform to
type tests as applicable and type test certificate for the same shall be submitted by
the Bidder.
6.4 The lightning arrestor provided with the line trap shall be subject to routine and
acceptance tests as per IEC-60099-1 (Part-I).
6.5 Radio interference voltage for 400/245 kV shall not exceed 500 micro volts at
specified kV (rms) values.
6.7 Line trap shall conform to IEC 60353 (latest) fulfilling all the technical
requirements. The rated short time current for 1 Second shall be 31.5/40/50/63 kA
6.8 The Bidder shall indicate continuous current rating of the line trap at 65 deg. C
ambient.
6.9 Reports for the following type tests on each type of line trap shall be submitted as
per clause 9.2 of GTR .
6.10 The Bidder must enclose with his bid the reports of type and routine tests
conducted on similar equipment earlier as per IEC-60353.
6.11 Welding
All the welding included in the manufacture of line traps shall be performed by
personnel and procedure qualified in accordance with ASME-IX and all the critical
welds shall be subject to NDT as applicable.
6.12.1 The Line Trap shall be suitable for outdoor pedestal or suspension mounting and
shall be mechanically strong enough to withstand the stresses due to maximum
wind pressure of 260 kg/square meter.
6.12.2 For pedestal mounting, each line trap shall be mounted on a tripod structure
formed by three insulator stacks arranged in a triangular form. All the accessories
and hardware, mounting stool including bolts for fixing the line trap on insulators
shall be of non-magnetic material and shall be supplied by the Contractor.
6.12.3 For suspension mounting, Contractor shall be required to coordinate the mounting
arrangement with the existing arrangement. Non-magnetic suspension hook/link of
adequate length and tensile strength to provide necessary magnetic clearance
between the line trap and suspension hardware shall be supplied by the Contractor.
6.13.1 The line traps shall be suitable for connecting to 4" IPS Aluminium tube or 3" IPS
Al. tube or ACSR single/twin/Quad bundle conductor with horizontal or vertical
take off. Necessary connector shall be supplied by the Contractor.
6.13.4 Clamps and connectors shall be designed corona controlled. All nuts and bolts
shall be suitably shrouded.
6.13.5 Clamps/connectors shall be designed for the same current ratings as line trap and
temperature rise shall not exceed 35 deg. C over 50 deg. C ambient. No current
carrying part shall be less than 10 mm thick.
6.13.6 Clamps/connectors shall conform to type test as per IS:5561. Type Test reports
shall also be submitted for following additional type tests :
6.13.7 Bidders are required to submit alongwith their bid typical drawings clearly
indicating the above mentioned features of the line traps, line trap mounting
arrangement and terminal connectors. For suspension mounted line traps, Bidder
shall submit drawings showing single point as well as multipoint (normally 3
point) suspension arrangements.
7.1 The coupling devices shall be interposed between the capacitor voltage transformer
and coaxial line to the PLC transmitter/receiver, and in conjunction with the
capacitor voltage transformer shall ensure :
b) Safety of personnel and protection of the low voltage parts and installation,
against the effects of power frequency voltage and transient over voltages.
7.2 The coupling device, in conjunction with the CVT shall from an electric filter of
band pass type :
c) Power frequency currents derived by the CVT may be drained to the earth by a
separate inductance termed drain coil of suitable rating.
d) Voltage surges coming from the power line at the terminals of the coupling
device shall be limited by a non-linear surge arrestor of suitable rating in the
primary side. Requirement of a gas type voltage arrestor in secondary side of
the coupling device shall have to be fully justified, but in any case the input
e) For direct and efficient earthing of its primary terminals, the coupling device
shall be equipped with an earthing switch. The Earth Switch shall be available
for earthing of CVT-HT terminals, when the coupling filter units are removed
from circuit for maintenance/ replacement. The design shall take due regard of
requirements for safety in accordance with the Indian Electricity Rules.
7.3 Two numbers ‘phase to earth’ type coupling filters shall be used to achieve ‘phase
to phase’/ ‘inter-circuit coupling’. Connection between secondaries of the two
phase to earth type coupling device shall be through a balancing transformer/
hybrid such that reliable communication shall be ensured even when one of the
coupled phase is earthed or open circuited on the line side.
7.4 Coupling device shall conform to IEC-60481 and shall have the following carrier
frequency characteristics as applicable to a phase to earth type coupling device:
e) Bandwidth Shall suit the frequency plan between 36 and 500 kHz
f) Nominal peak Not less than 650 Watt. envelope power (for Inter-modulation
product 80 dB down)
7.5 The coupling device shall be suitable for outdoor mounting. Temperature of
metallic equipment mounted outdoor is expected to rise upto 65 deg. C during the
maximum ambient temperature of 50 deg. C specified. The equipment offered by
the Bidder shall operate satisfactorily under these conditions.
7.6 The H.T. Terminal of coupling device shall be connected to H.F. Terminal of the
CVT by means of 6 mm sq. copper wire with suitable lugs & taped with 11 KV
insulation by the contractor.
7.7 Coupling device shall have at least two terminals for carrier equipment connection.
Bidder shall confirm that such a parallel connection to coupling device directly
will not result in any additional attenuation.
7.8 The coupling device including the drainage coil, surge arrester and earthing switch
shall conform to type tests and shall be subject to routine tests as per IEC-
60481/IS:8998.
7.9 Reports for the following type tests on coupling device shall be submitted as per
clause 9.2 of GTR.
Bidder shall furnish, alongwith his bid copies of all type and routine test conducted
earlier on similar coupling device in accordance with relevant standards.
8.1 High frequency cable shall connect the coupling device installed in the switchyard
to the PLC terminal installed indoor.
8.2 The cable shall be steel armoured and its outer covering shall be protected against
attack by termites. Bidder shall offer his comments on method employed by him
for earthing of screen and submit full justification for the same with due regard to
safety requirements.
Bidder must enclose in his bid a detailed construction drawing of the cable being
offered, with mechanical and electrical parameters.
8.3 Impedance of the cable shall be such as to match the impedance of the PLC
terminal on one side and to that of the coupling device on the other side over the
entire carrier frequency range of 40-500 kHz.
8.4 Conductor resistance of cable shall not exceed 16 ohms per Km at 20°C.
8.5 The cable shall be designed to withstand test voltage of 4 kV between conductor
and outer sheath for one minute.
8.6 Bidder shall specify attenuation per Km of the cable at various carrier frequencies
in the range of 40 to 500 kHz. The typical attenuation figures for H.F. cable shall
be in the range of 1 to 5 dB/km in the frequency range of 40-500 kHz.
8.7 The H.F. cable shall conform to type tests and be subjected to routine tests as per
IS 11967(Part 2/Sec 1): 1989/IS 5026:1987.
8.9 The cables shall be supplied wound on drums containing nominal length of 500
meters each. However, exact requirement of drum lengths shall be finalised during
detailed engineering to avoid joint in HF cable and its wastage.
9.1 As already indicated the information link shall be provided for speech, protection,
telex and data services.
9.2 PLC terminal shall use Amplitude Modulation and shall have single side band
transmission mode. These shall be equipped for fixed frequency duplex working.
Characteristic input and output parameters of the SSB PLC terminals shall be as
per IEC-60495, unless otherwise specified.
Detailed calculation for SNR requirement and power allocation over different
channels should be furnished alongwith the bid.
9.5 In the input circuit of the PLC terminal protective devices shall be provided in the
form of zener diodes or surge suppressers in order to eliminate any surge transfer
through the coupling device or the surge induced in the connecting path of H.F.
cable.
9.6 To improve voice transmission characteristics for the system, compressors and
expanders shall be provided. The companders shall have at least 2:1 compression
ratio with a corresponding expansion ratio of 1:2. The operating range of
compander shall be compatible with the audio power levels specified for 4 wire
operation. The improvement gained by companders shall however not be taken
into account for power allocation and shall be in-hand reserve.
9.7 Sudden changes in input level to the receiver shall not cause false tripping. The
Bidder shall clearly indicate in his offer the methods adopted to ensure above
phenomenon. The receiver design shall also provide protection against false
tripping from random noise.
9.9 The PLC set shall be designed to give guaranteed performance from 0 deg. C to 50
deg. C ambient temperature. The thermal capability of the equipment shall be so
designed that the equipment remains operational successfully upto 60 deg. C
ambient temperature. Any ventilation fans provided for circulation of air inside the
cabinets shall conform to relevant Indian Standards.
9.10 The terminals shall be provided with built-in indicating instrument to facilitate
checking of important voltages and current values and signal levels in different
parts of the PLC Terminals. Protection fuses shall be provided in all important
circuits and fuses shall be so mounted as allow their easy inspection and
replacement. All test points shall be easily accessible.
The carrier set shall be provided with suitable supervision and alarm facilities.
Individual parts of the carrier set should be accessible from front, making it
possible to place the carrier cabinets side-by-side. All components and parts of the
carrier set shall be suitably tropicalised.
9.12 All the panels shall be protected against moisture ingress and corrosion during
storage. Panels shall be properly dried before they are installed and energized.
9.13 All cabinets having PLC terminals shall be provided with lamps of sufficient
wattage for interior illumination with switch. Each panel shall be provided with
240V AC single phase socket with switch to accept 5 & 15A standard Indian
plugs.
9.14 A name plate shall be provided on the front door of each cabinet indicating channel
function, transmitter frequency and direction etc.
9.15 Reports for the following type tests for PLC Terminals shall be submitted as per
clause 9.2 of GTR .
a) Voltage variation
b) Carrier frequency range band.
c) Frequency accuracy
d) Transmit/Receive frequency difference.
e) Automatic gain control
f) Harmonic distortion
g) Selectivity
h) Output impedence, Return loss&Tapping loss
i) Return loss, Afinputs/Outputs
j) Balance to ground
k) Limiter action
l) Spurious emission
m) Carrier frequency levels and levels
n) Attenuation distortion
o) Noise generated within terminal
p) Near and far end cross talk
q) Group delay distortion
r) Conducted noise
s) Telephone signaling channel
t) Speech levels
u) Voltage withstand test
v) Insulation test
All the solid state equipment/system panels shall be subjected to the Heat Soaking
as per the following procedure :
10.1 PLC equipment offered shall provide telephone communication between the
stations where the transmission lines are terminating. The equipment shall be
suitable for providing the following facilities :
a) It shall be possible for subscriber at any of the stations to contact the subscriber
at all other stations connected in the system as shown in the specification drawing
by dialing his call number. To achieve this a 24 lines EPAX with 4 wire interface
& remote subscriber units shall be provided/available at different stations.
b) The equipment shall contain all normal facilities like ring back tone, dial tone,
engage tone & priority tone, and suitable pulses to establish and disconnect
communication between subscribers.
c) The equipment shall be provided with necessary alarm circuits and fuses etc.
e) The system shall be completely automatic with definite number allocated for
each telephone. The numbering scheme for telephones, exchange and tie lines shall
be developed by the Bidder and indicated in the bid. Final numbering scheme shall
be fully coordinated with the existing/ proposed future systems by the Contractor.
g) All the carrier telephone conversations shall be secret and it should not be
possible for anybody to over hear the conversation going on between any two
parties excepting those provided with over-riding facilities.
h) The necessary cables for connecting all the telephone instruments ordered for at
each sub-station (including wiring and termination) shall be provided by the
Contractor. These telephone instruments shall be located within control room
building at respective sub-station.
j) All the terminals for speech shall be with Transit Band Pass Filter suitable for
tuning at site and shall be wired for addition of VFTs in future.
l) Terminals for protection shall be suitable for speech between two ends of each
transmission line or on tandem operation basis with back to back connection at the
intermediate stations.
n) Each PLC terminal for speech as well as protection purposes shall be provided
with a plug-in type service telephone and buzzer. Further, 4 wire remote telephone
instruments (parallel to service telephone) shall also be provided on one PLC
terminal for protection for each link. These instruments shall be located in
respective Switchyard control room to enable the operator to make emergency calls
on point-to-point basis. Each such instrument shall be equipped with a buzzer and
‘press-to-call’ key and shall not require any additional power supply units.
10.2.1 The 24 line Electronic Private Automatic Exchange (EPAX) wherever specified
shall be connected to minimum six trunk routes thorough PLCC channels (speech
panel) with Four-wire E/M’ interface unit. This 4-wire interface unit either shall
form an integral part of the ‘EPAX’ system or be suitable for mounting/housing in
the carrier panel. The exchange will have its own ringing current and tone
generator etc. The exchange shall be suitable for working on 48V DC Power
Supply (positive pole earthed).
The exchange shall be fully automatic, solid state, and of modular construction and
shall have multiple switching routes (minimum 4-routes).
10.2.2 ‘EPAX’ shall also be provided with two (2) additional interface units and operate
exclusively with PURCHASER’s leased subscriber lines, of Department of
Telecommunication (DOT) and compatible with 2 wire full duplex, voice grade
mode of operation.
The details of communication protocol, for interfacing of the ‘DOT’ leased lines,
shall be coordinated by the Contractor, with the licensing authority (DOT).
10.3 Remote End Four Wire ‘E/M’ Interface & Subscriber Unit or Equivalent
EPAX (4x4)
10.3.1 The remote end four wire ‘E/M’ interface & subscriber units, wherever specified,
shall be of electronic type and be suitable for working on fixed frequency power
line carrier systems with E & M signaling. This shall be housed in the carrier set
and be fully wired to the power line carrier terminal equipment.
10.3.3 The four wire interface unit shall be equipped for routing transit calls and shall be
supplied pre-wired to handle calls for minimum eight directions, in a form suitable
for transmission over PLCC.
10.3.4 The bidder shall also indicate the total number of trunk-line capacity, available
with each four-wire interface unit.
The unit shall be suitable for connecting two-wire telephone sets. Further, the
associated telephone cables for locating two subscriber lines, within the control
room is in the scope of this specification.
10.4.1 The Bidder shall offer voice frequency transmission equipment which shall work
on frequency shift or coded signal principle for transmission/reception of
protection signals as single purpose channel. The equipment shall be suitable for
connection to the power line carrier terminal.
10.4.2 The voice frequency transmission equipment shall not only be insensitive tocorona
noise but shall also remain unaffected by impulse type noise which are generated
by electrical discharge and by the opening and closing of circuit breakers, isolators,
earthing switches etc. The equipment shall also be made immune to a field strength
of 10V/m expected to be caused by portable radio transmitters in the range of 20-
1000 MHz. In his offer, bidder shall clearly explain as to what measures have been
taken to make the equipment insensitive to corona noise, white noise and to
impulse noise of an amplitude larger than the wanted signal and submit full field
test and laboratory test reports. The guarantee on design data shall not be
acceptable.
10.4.3 The equipment shall be unaffected by spurious tripping signals. The Bidder shall
submit proof as to how this is achieved satisfactorily.
10.4.4 The equipment shall be suitable for transmission of direct and permissive trip
signal as well as blocking signals for protective gear of power system. The
equipment shall be operated in the audio frequency range in speech band or above
speech band as superimposed channel in 4 kHz band of SSB carrier. The
equipment shall operate with full duplex frequency shift mode of operation or by
Operating time lower than specified above may be preferred provided they fulfill
the requirements of security and reliability as mentioned below :
10.4.6 It may be emphasized that specified time, as mentioned above is composed of the
following :
a) Transmit side
One number potential free NO (normally open) contact of protective relays (To be
supplied by the OWNER) of under noted rating for each of the following
functions:
i) Permissive trip command
ii) Direct trip command
Contact Rating:
b) Receive Side
Contact Rating:
c) Alarm
In addition, the voice frequency protection terminal shall provide at least one
number potential free change over contact of the following rating for alarm
purposes.
10.4.8 The Contractor shall submit drawings showing inter-connection between PLCC
and protection panels for approval by the PURCHASER.
10.4.9 It has to be ensured that under no circumstances protection channel should share
the power. Each protection channel shall be able to transmit power for which
system is designed. For example, a 40W PLC terminal shall transmit 40Watt
(max.) for protection channel alone in the event of fault. Speech and superimposed
data channels, in the same protection terminal must get disconnected momentarily
during the operation of protection channels.
10.4.10 The equipment shall be constructed such that in permissive line protection system,
operational reliability of the protection channel may be checked over the carrier
link by means of a loop test. It shall be possible to carry out the above test from
either end of the carrier link. During healthy condition of the transmission line, the
loop test shall not initiate a tripping command. In the event of a system fault, while
loop test is in progress, protection signal shall over-ride the test signal.
10.4.11 The equipment shall be complete with built in counters for counting the number of
trip commands sent and number of trip commands received.
10.4.12 Reports for the following tests as per clause 9.2 of GTR shall be submitted for
approval for protection coupler and the relays associated with PLCC equipment for
network protection signaling equipment and interface unit with protective relay
units if any :
2. Relays.
a) Impulse voltage withstand test as per Clause 5.1 of IS:8686 (for a test voltage
appropriate to Class III as per Clause 3.2 of IS:8686).
b) High Frequency Disturbance test as per Clause 5.2 of IS:8686 (for a test
voltage appropriate to Class III as per Clause 3.2 of IS:8686).
Print testing kit for PLCC terminal, E/M interface & subscriber unit, Protection
coupler & EPAX — comprising of following items of reputed make in addition to
any other special items required for testing and maintenance of this equipment
packed in a carryingbrief case:
7. Desoldering pump
8. Print extender
9. Print puller
10. Large selection of test leads
11. Solder wire
12. Large selection of plugs, jacks & pistol probes compatible with equipment
supplied
13. Dummy load
14. Interface card/print for Tx to Rx loop-back
15. Test oscillator/tone generator with indicating meters - either built in or
separate
16. ESD wrist band
17. ESD conducting mat
1. Composite loss and return loss on coupling device using dummy load.
2. Composite loss (Attenuation) for HF Cable coupling device.
3. End to end attenuation measurement for verification of optimum coupling
mode. Test shall be done for all combinations.
4. End to end return loss for optimum coupling mode.
a. open behind line trap.
b. grounded behind line trap.
5. If end to end return loss for optimum coupling mode is not satisfactory, same
shall be measured for other coupling modes also.
7. AF frequency response (end to end) for the entire 4 kHz Bandwidth for speech
and teleoperation channels.
Notes
1. All measurements for link attenuation, composite loss and return loss shall be
carried out for the entire range of carrier frequencies with specific attention to
the frequencies.
3. Necessary test instruments required for all the above tests shall be brought by
commissioning engineers of the contractor.
6.1.0 Introduction
This section describes the Fibre Optic Communication network configuration and the equipment
characteristics for communication system to be installed under the project. The sub-systems
addressed within this section are:
The requirements described herein are applicable to and in support of network configurations
depicted in Appendix and Network Management System (NMS) for monitoring and control of this
communication network. TMN and NMS have been interchangeably used in this specification.
The manufacturer shall take care the security related requirements of the equipment as per DoT
(Department of Telecommunication) guidelines and all similar security requirements as amended
by DoT on time to time basis shall be followed/complied by the vendor at no additional cost to
Employer till the implementation of the project.
The manufacturer shall allow the Employer and/or its designated agencies to inspect the hardware,
software, design, development, manufacturing, facility and supply chain and subject all software
to a security /threat check any time during the supplies of equipment.
The Contractor shall ensure that the supplied equipments have been got tested as per relevant
contemporary Indian or International Security Standards e.g. IT and IT related elements against
ISO/IEC 15408 standards, for Information Security Management System against ISO 27000 series
Standards, Telecom and Telecom related elements against 3GPP security standards, 3GPP2
security standards etc. from any international agency/ labs of the standards e.g. Common Criteria
Labs in case of ISO/IEC 15408 standards. The certification shall be got done from authorized and
certified agency/lab in India.
The Contractor shall also ensure that the equipment supplied has all the contemporary security
related features and features related to communication security as prescribed under relevant
security standards. A list of features, equipments, software etc. supplied and implemented in the
project shall be given for use by the Employer.
The Contractor shall get the Employer’s network audited from security point of view once a year
from a network audit and certification agency as identified by DoT. The audit of the network shall
be carried once in a financial year till the maintenance service contract in the bid. Network
The Contractor shall ensure that all the documents, including software details are supplied to the
Employer in English language. A record of all the software updation and changes shall be given to
the Employer and any major updation and changes shall be done with the prior approval of the
Employer.
During maintenance period the Contractor shall keep a record of all operation and maintenance
procedure in the form of manual and shall also maintain a record of all command logs (actual
command given, who gave the command, time & date and from where) for a period of 12 months.
For next 24 months the same information shall be stored/retained in a non-online mode. A list of
all User ID linked with name and other details of the user duly certified by the Employer shall also
be maintained.
A record of all supply chains of the products (hardware/software) shall be given to the Employer.
In case of any deliberate attempt for a security breach at the time of procurement or at a later stage
after deployment/installation of the equipment or during maintenance, liability and criminal
proceedings can be initiated against the Contractor as per guidelines of DoT and any other
Government department.
6.2.1 Description
UPPTCL is having a Wide Band Fibre Optic network, spread geographically throughout
Uttar Pradesh, consisting of FOTE (Fibre Optic Terminal Equipments) equipments of
different makes. A Network Management System (NMS) is installed at SLDC, Gomti Nagar,
Lucknow. The makes of existing equipments have been shown in appendix.
The proposed Fibre Optic Communication network shall support the voice, data & digital
protection communication requirements of RTU/SAS and the SCADA/EMS system. The
communication system shall provide data & voice connectivity across the various locations or
connectivity of RTU/SAS with Sub-LDCs, Sub-LDCs with SLDC and SLDC with RLDC. The
RTUs located at various locations will report to Control Center using IEC 870-5-101 or IEC 870-
5-104 Protocol. The proposed communication system shall provide connectivity of some
RTU/SAS over TCP/IP protocol using Ethernet interface and other RTUs over serial interface. The
offered communication System shall support the communication requirements of RTUs and the
SCADA/DMS system described in point to multi point and/or multipoint to multipoint
configurations using Ethernet over SDH.
The fibre optic network shall be based on the Synchronous Digital Hierarchy (SDH) having bit rate
of STM-16. The network shall consist of overhead fibre optic links with a minimum bit rate of
Synchronous Transport Module-16. The tentative list of Fiber Optic links to be implemented under
this package are given in Appendix. The Contractor can propose a system based on higher bit rate
The offered equipment shall support at least SNCP as per standard ITU-T G.841. In case the
equipment offered by the Bidder does not support the above mentioned minimum protection
methods, the bidder shall have to provide all additional equipment needed to provide same level of
flexibility, redundancy and functionality at no additional cost to Employer. The bidders shall
provide details of protection schemes supported in the Bid document.
The offered equipment shall support automatic switchover function between the redundant
modules and all required modules and hardware to support the automatic switch over shall
be provided by the Contractor.
6.2.4.4 Lost Signal Recovery
VLAN (IEEE 802.1P/Q), spanning tree (IEEE 802.1D) quality of service. Protection scheme for
Ethernet traffic should be ERPS based (Ethernet ring protection scheme) as per ITU-T G.8032.
All software and hardware shall support IPv4 and IPv6 simultaneously (dual stack).
The Contractor shall provide (supply and install) connectorized jumpers (patch cords) for FODP-
to-equipment and equipment-to-equipment connection.
The equipment shall be configurable either as Terminal Multiplexer (TM) as well as ADM with
software settings only.
Two fibre rings shall be implemented wherever the network permits. On linear sections of the
network, protected links using 4 fibres shall be implemented.
ISM (In Service Monitoring) circuitry shall be provided as a function of the SDH equipment. Local
visual alarm indicators shall be provided on the equipment, as a rack summary alarm panel. Alarms
shall be as per ITU-T Standards G.774, G.783 and G.784. Additionally, F2/Q2 interfaces for a local
craftsperson terminal interface and remote equipment monitoring is required.
The Equipment shall support collection of at least four (4) external alarms for monitoring and
control of station associated devices by the TMN.
6.2.7.1.5 Synchronization
The equipment shall provide synchronization as per Table 2-2. One 2MHz synchronization output
from each equipment shall be provided.
NOTE (1) Optical wavelength shall be selected considering the characteristics of the optical fibre and the
link budget.
NOTE (2) Eye Safety for Laser Equipment: To avoid eye damage, when a receiver detects a line
interruption, it is required that the optical power of the laser shall be reduced to safe limits on
the transmitter in the opposite direction as per ITU-T G.958.
NOTE (3) In case other than FC-PC connector is provided in the equipment suitable patch cord with FC-
PC connector are to be provided to connect with FODP.
(2) Splice loss: Minimum 0.05 dB per splice. One splice shall be considered for every 3 kms.
(3) Connector losses: Losses due to connectors shall be considered to be minimum 1.0 dB per
link.
(4) Equipment Parameters: The equipment parameters to be considered for link budget calculations
shall be the guaranteed “End of Life (EOL)” parameters. In case, the End of Life parameters are
not specified for the SDH equipment, an End of Life Margin of at least 2 dB shall be considered.
(5) Optical path Penalty: An optical path penalty of at least 1 dB shall be considered to account
for total degradations due to reflections, inter symbol interference, mode partition noise and
laser chirp.
(6) Maintenance Margin: A maintenance margin of at least 2.5 dB/100Km shall be kept towards
cabling, repair splicing, cable ageing and temperature variations etc.
(7) Other losses: Other losses, if any required specifically for system to be supplied shall also be
suitably considered.
(8) Dispersion: The fibre dispersion shall be taken to be the guaranteed maximum dispersion i.e.
18 ps/nm.Km @1550 nm & 6 ps/nm.km @ 1310 nm for DWSM fibres.
(9) Bit Error Rate: The link budget calculations shall be done for a BER of 10-10.
The bidders shall determine the total link loss based on the above parameters and shall submit the
system design (including link budget calculations) for each category of fibre optic link in the Bid.
The Link performance for ES, SES and BER for the fibre optic links shall correspond to National
Network as defined in ITU-T G.826.
The Contractor shall be responsible for connectivity between the FODP and the SDH equipment.
The Contractor shall also provide FC PC coupled patch cords.
The patch-cord length between the FODP & equipment rack shall be suitably protected from
rodents, abrasion, crush or mechanical damage.
The Termination Equipment Subsystem is defined to include the equipment that interfaces (adapts)
the subscriber (user) to the Fibre Optic Transmission System (FOTS). The interfaces for
Termination Equipment Subsystem may be supplied either in the same equipment as SDH or as
independent PDH equipment. Functional descriptions of these equipments are as follows:
Digital Drop-Insert and Branching Equipment shall be used to digitally interface a small number
of channels at spur locations without requiring successive D/A and A/D conversions of the
throughput channels.
Digital Cross connect Equipment (DACS) shall be used to provide software controlled dynamic
routing/rerouting of the primary (E-1) bit stream as well as the 30 channels of the E1 bit stream.
The equipment shall also have an interface for external 2048 kHz synchronisation signal according
to ITU-T Recommendation G.703.
Drop & Insert primary multiplexing in conformance with CEPT E-1 characteristics shall be required
at locations where the subscriber requirement is minimal. The drop and insertion of up to thirty 64
Kbps channels supporting subscriber line units (SLU) shall be required at intermediate locations.
The Drop & Insert Muxes supplied shall be performance and card compatible with the Channel Bank
Equipment provided so that all Subscriber Line Interface cards are interchangeable.
Table 2-3
CEPT E-1 Standard First Order Multiplexing
Electrical Input/Output Characteristics
Applicable Standards: CEPT per CCITT Recommendation G.702, G.703, G.711 and
G.712
Table 2-4
CEPT E-1 Digital Access Cross Connect System
Required Operating Characteristics
E-1 Trunk Capacity: Minimum 16-Port Switch Matrix
Minimum 4-Port I/O per card
Tributary Capacity: 30 X 64 Kbps
Compatibility: CEPT E-1, CEPT E-1 tributary channel
Frame Delay: Minimum < 1 frame
Maximum < 2 frames
E-1 Port Interface: 2.048 Mb/s ± 50 ppm
Interface Code: HDB3
Impedance: 75 ohm unbalanced
Peak Level @ 75 ohm: 2.37 volts ± 10%
Maximum Insertion Loss: 6 db
Signal Waveform: Per CCITT G.703
Frame Structure: Per CCITT G.742
Jitter Performance: Per CCITT G.823
Synchronisation: Internal, external source and synchronized on incoming E-1
Routing: Fully non-blocking tributary to/from E-1 channel
Routing Table Capacity: Minimum of 9 routing tables for reconfiguration
Supervisory Ports: Serial Com Ports
Supervisory Port Interface: RS-232
Interface: Standard ASCII ANSI compatible terminal
Supervisory Channel: Async data rates, software selectable:
speed of 110-9600 bps, odd or even parity 7 or 8 bits.
110/48V DC-DC converter of adequate capacity to be provided as
Power Supply Voltage: power supply source on each equipment in addition to the 48V DC
power supply source. 110V DC system is with floating earth whereas
48V DC required for FOTE is with +ve ground.
For the purposes of the specification, the Contractor shall provide cabling, wiring, DDF patching
facilities and MDFs interfacing to the wideband telecommunications system. Equipment and
material components for MDF, DDF and cabling are also part of this procurement. It shall be the
Contractor's responsibility to provide all cable support required for full supplied equipment
interconnection with the MDF and shall be in accordance with communications industry standard
practices and the requirements mentioned in the technical specifications.
6.2.9.1 MDF and DDF Patching Facilities
The Contractor shall supply and install all cabling, wiring, connectors, cross connects, Digital
Distribution Frames (DDF) and Main Distribution Frames (MDF) associated with the installation
and interconnection of equipments procured under this package and existing/constituent owned
equipment as follows:
(i) DDFs for termination of new SDH equipment E-1 ports
(ii) Cabling (including connectors) for E1 level connections from DDF to existing SDH equipments,
DDF to Existing & new PDH equipments and DDF to un-licensed Radio equipment. To the
extent possible, existing cable at site shall be used.
(iii) All Ethernet ports shall be terminated with RJ-45 connector. Provision for 100% expansion
with connector for terminating additional Ethernet ports shall be provided.
(iv) MDFs for termination of all the subscriber channels at new PDH node
(v) Cabling and connectors required to enable subscriber-to-subscriber circuits over the telecom
network. The Line side of the MDF shall be cabled to the Primary Multiplex and the equipment
side shall be cabled to the MDF of the assigned subscriber (PLCC, PABX, Telephone at
wideband locations etc).
(vi) Any other cables, connections etc required for a fully functional, integrated telecom system.
The connections among various equipment such as FOTS, termination equipment and subscriber
MDFs etc shall always be routed through DDF and MDF to provide maintenance access.
6.2.9.1.1 Digital Distribution Frame Functional Requirements
The Contractor shall provide DDF for Digital Signal Cross connect (DSX) Broadband-quality
(better than 20 MHz) patching facilities configured "normally-thru" with Equipment, Line and
Monitor Patch Jacks. DDFs shall provide the following basic functions:
(i) "Normally thru" circuit routing
The Contractor shall make provision for cross connection of subscriber services to the subscribers
utilizing Krone type or equivalent and shall provide full connectivity up to and terminated on the
equipment side of the appropriate DDFs and line side of MDFs. The Contractor shall terminate on
the equipment side of patching facilities provided by other contracts and shall provide DSX type
patching facilities supporting aggregate bit streams (i.e. dataplexers and E-1 Channel Banks).
Separate Patch panels or MDFs shall be provided for Data and Voice. All cross connects shall be
accomplished utilizing one, two or three pair patch cords. Patch plugs are permissible for direct
one-to-one circuit "cut-thru".
2.2 Gaskets
Neoprene gaskets all along the doors between gland plates and between any two plates
for proper sealing.
2.3 Base Frame
3mm thick CRCA steel sheet as per standards with suitable cover at front & rear side.
2.4 Lock
Four point safety lock ensures authentic access to the system.
4. Dimension
Cabinet height shall be 2200mm including the 100mm base frame
5. Fan
Cabinet must be fitted with fan & trays.
6. Rack
19” or 23” rack.
The Contractor shall provide a Telecommunications Management Network System (TMN) for
operational support to the FOTS and associated Termination equipment subsystems. This TMN
shall provide the capability to monitor, reconfigure, and control elements of the
telecommunications network from a centralized location and at each node of the network where
equipment is located. This TMN system shall assist Employer/Owner in the operations and
maintenance of the wideband communication resources of the including detection of degraded
circuits, system performance, the diagnosis of problems, the implementation of remedial actions
and the allocation or reallocation of telecommunications resources and addition/deletion of network
elements.
The Contractor shall supply preferably a single TMN for all the NEs (Network Elements) such as
SDH equipment, Mux, Drop-Insert, DTPC, DACS etc. In case a single TMN cannot be provided
for all the NEs, the Contractor may supply separate TMNs. Each of the offered TMN shall meet
the requirements indicated in this section. The bidder shall provide details of the offered TMN in
h. Craft Terminals
k. Expansion Capabilities
The offered TMN system shall be capable of integration to other supplier’s Network Management
System (NMS) upwardly through SNMP/CORBA - TMF418 complaint North bound interface.
The interface shall accommodate all required functionalities to implement OSS but not limited to
the following:
i) Real time forwarding and synchronization
ii) Provisioning of circuits
iii) Upload of network topology
iv) Monitoring of events for topology and circuit changes
v) Alarm handling
a. Provide tools to establish and maintain the backbone topology and configuration
information and provide graphical maps depicting the configurations.
b. Gather descriptive information about the current configuration of the equipment, provide
operator displays, and prepare reports.
c. Provide tools for planning, establishing, and changing the static equipment configuration.
Provide for changes to the equipment configuration in response to equipment failures,
planned upgrades, and operator requests to take equipment offline for testing.
a. Display equipment status in a consistent fashion regardless of the source of the data on
a graphical topological, map-type display. Status shall be displayed through the use of
colours on links and nodes as well as through text.
b. Obtain status and detect faults through periodic polling, processing of unsolicited alarms
and error events, and periodic testing for connectivity.
Human error and conflict detection are also required. Such errors and access violations shall
be reported to the offending user as error messages and warnings.
6.2.12.3 Communication Channel Requirement and Integration
Communication requirements for TMN system have not been considered in Appendices and
the Contractor shall provide these as a part of TMN system. The Contractor shall provide all
required interface cards / devices, LAN, routers/bridges, channel routing, cabling, wiring etc.
and interfacing required for full TMN data transport.
The TMN data transport shall utilize the wideband communications transmission system
service channel in the overhead whenever possible. This will provide inherent critical path
protection
Should the configuration requirements dictate multiple TMN station processors, the TMN
Master Station shall require bidirectional data transport with its station processor(s). This
communication interfacing shall be via critically protected data channels. It shall be the
Contractor's responsibility to provide for and equip all necessary critically protected TMN
data channel support.
In case supervisory channels are not available, the Contractor shall provide suitable
interfaces in their supplied equipment for transport of TMN data. The Contractor shall
also be responsible for providing suitable channels with appropriate interfaces to
transport the TMN data.
The NMS information of existing PDH & SDH system shall be transported through
the new communication network wherever required, up to the NMS location. The NMS
information of the new SDH & PDH system being procured under the package shall be
transported through the existing communication network using 64 kbps/2Mpbs (G.703)
interfaces. Any hardware required for above interfacing shall be provided by the
Contractor.
The bidders shall describe in the proposal the TMN data transport proposed to be used by
the bidder in detail including capacity requirements and various components/equipment
proposed to be used.
The server/workstation and craft terminal shall have suitable processor(s) which shall
be sufficient to meet all the functional requirement and expansion capabilities
stipulated in this specification. Only reputed make like Dell, IBM, HP, Compaq make
shall be supplied.
The server shall have minimum configuration of 2.4 GHz Quad-Core processor, 3 GB RAM,
DVD-RW drive, redundant 160 GB internal Hard Disk Drive, 101-Enhanced style
keyboards, mouse, serial, USB (2.0) ports and hot swap redundant power supply. VDUs shall
be 19" TFT active matrix color LCD with a minimum resolution of 1024 X 768. Appropriate
network drive card shall also be provided wherever required. However, the internal hard disk
drive for the server shall be redundant and all the data shall be mirrored. Further, the TMN
software shall support data mirroring on redundant disk drives.
The workstation shall have minimum configuration of 3 GHz Core 2 Duo, 2 GB RAM, DVD-
RW drive, 320 GB Hard Disk Drive, 101-Enhanced style keyboards, mouse, serial and USB
(2.0) ports. VDUs shall be 19" TFT active matrix color LCD with a minimum resolution of
1024 X 768. Appropriate network drive card shall also be provided wherever required.
CPU enclosures shall be desktop type and shall include available expansion slots
except for the Craft Terminal which shall be a laptop. The craft terminal shall have
minimum configuration of 2.4 GHz, 2 GB RAM, 256 MB Video Graphics Memory,
DVD RW drive, 160 GB Hard Disk Drive, keyboard, mouse/trackball etc.,
serial/USB (2.0) ports to accommodate printers, and Internal/external Data/Fax
modem and a battery back-up of at least 3 hours. VDUs shall be 15" TFT active
matrix color LCD with a minimum resolution of 1024 X 768.
6.2.12.4.1.2 Peripherals and hardware
TMN system shall be provided with laser printers. The laser printers shall have a
minimum print speed of 17 pages per minute and a minimum resolution of 1200 x
1200 dpi. The laser printer shall have parallel and LAN ports for connecting to TMN
system.
All laser printers under this specification shall be black & white and include print
enhanced buffering to prevent loss of print data in the event of a print failure.
The Contractor shall provide operator consoles sized and equipped to support the
subsystem(s) furnished and in compliance with the specification. The console shall provide
hardware interfacing for the TMN users to the software operating support systems. At a
minimum, a console shall include the hardware similar to a workstation.
6.2.12.4.1.4 Power Supplies
All firmware and software delivered under this specification shall be the latest field proven
version available at the time of contract approval. Installed demonstration for acceptance
shall be required. All firmware provided shall support its fully equipped intended functional
requirements without additional rewrite or programming.
All software shall be easily user expandable to accommodate the anticipated system growth,
as defined in this specification. Reassembly recompilation or revision upgrades of the
software or components of the software shall not be necessary to accommodate full system
expansion.
Software provided shall be compliant with national and international industry standards.
6.2.12.4.2.5 Database(s):
The Contractor shall develop all the databases for final wideband network following the
global acronyms for all stations. Database(s) to be provided shall contain all structure
definitions and data for the integrated functional requirements of TMN system.
TMN operator Groups shall share the same virtual database. This means that they shall share
the same database and database manager, whether or not physically separate databases are
maintained.
6.2.14 The SDH & PDH equipments should preferably be of the same make. However, the
Contractor is free to offer different make SDH & PDH equipments, but in this case
it will be the responsibility of the Contractor for the integration of PDH and other
equipments with the SDH. It will also be the responsibility of the Contractor to
integrate the supplied equipments with the existing equipments/systems of
UPPTCL.
6.2.15 Help
All applications shall be supported by USER accessible HELP commands that shall assist the
user in the performance of its tasks. HELP commands for an application shall be available to
the user from within the active application and shall not interfere with the activities of the
application.
The period shall be counted since the time of lodging of complaint by the operator. Bidder
shall submit detailed service format for achieving above in the bid. Owner shall intimate
the defects in the prescribed format. On receipt of these information contractor shall
depute their service personnel at site. Fault reporting time shall start after requisite
information in duly filled up FORMAT is informed to the contractor by fax /email/phone
etc.
The support for maintenance shall be decided on the basis of priority of nature of fault.
The priority of nature of fault is categorized as Urgent/ Serious/ Minor / Routine, which
is described as under.
6.2.17.1 Urgent Service Support:
Complete system failure, server system instability, Loss of failure of any subsystem so as
to adversely affect the system availability, performance or/and restriction in operational
capability of Main SLDC at Lucknow/ Backup SLDC at Modipuram . On receiving the
information the contactor shall take all steps to restore the functionality of the system at
the earliest within the time specified in the agreement.
Operator shall intimate the defects in the system to the contractor by Fax/Email/Phone
under prescribed approved format by the owner. However in case of urgent nature of
fault, telephonic intimation will be deemed served to the Contractor
Tt* Cht
Where
SA= System Availability (%)
Tt= Total test time (24* days in a month)
Cht= Total number of channel
Chn= Number of Channels affected by event En
Where
Av=% NMS Availability
Tt= Total test time (24* days in a month)
Net= Total Number of Network Element
NEn = Number of NE affected by an event
Tn= outage time of NE
The Prices for the complete scope of work for maintenance of OPGW communication
equipments installed under this project shall be on fixed price basis till completion of
contract and no price adjustment/variation on any account shall be entertained by
UPPTCL.
Under the contract 5% of the total monthly charges shall be deducted for every fall of
1% or part thereof in the availability of the system as specified in clause no 6.2.3,4 of
technical specification.
In addition to the above, a penalty of Rs 1000/- (One thousand) per day shall be imposed
for not attending the fault in specific period for all faults specified in category of Serious,
Minor or of same nature as may be decided later on.
Contractor will maintain adequate level of qualified staff for carrying out this maintenance
contract failing which Rs 50,000 per month will be deducted by UPPTCL from the
amount due to Contractor under this Contract.
If contractor consistently fails (Continuously two months or more) to deliver the specified
system availability. In the monthly review meeting reasons for low system availability shall
be discussed and contractor shall have to give reasons and remedial measures to arrest any
such shortfall in system availability.
UPPTCL shall have the right to terminate the contract after giving notice of two months
if the availability of the system is not attained as per specification consecutively for two
months.
Abbreviations
AL Adaptation Layer NMS Network Management System
ADM Add-drop multiplexed LAN Local Area Network
ATM Asynchronous Transfer Mode OS Optical Section
ALS Automatic Laser Shutdown OSPF Open Shortest Path First
BIP Bit Interleaved Parity PDH Plesiochronous Digital Hierarchy
CAS Channel Associated Signaling PPP Point-to-Point Protocol
CAP Carrier-less Amplitude and Phase RS Regenerator Section
CRC Cyclic Redundancy Check SDH Synchronous Digital Hierarchy
DTMF Dual Tone Multi-Frequency SNMP Simple Network Management Protocol
EN European Norm SNCP Sub Network Connection Protection
EOW Engineering Order Wire MSP Multiple section Protection
ETSI European Telecommunications Standards Institute MTBF Mean time Between Failure
GPS Global Positioning System MTTR Mean Time To Repair
HDSL High Density Subscriber Line SOH Section Overhead
IEC International Electrical Commission STM Synchronous Transport Module
ITU International Telecommunication Union TCP Transmission Control Protocol
IP Internet Protocol TTI Trail Trace Identifier
ISDN Integrated Services Digital Network VC Virtual Container
MCMI Multi Coded Mark Inversion VF Voice Frequency
MS Multiplex Section
NE Network Element
Appendix
1. Fiber Home
3. ABB
CONTENTS
1.1 Scope
1.2 Codes and standards
1.3 General
1.4 Construction Features
1.5 Cables & Wiring
1.6 Structure
1.7 Crane Rails
1.8 Crane Bridge
1.9 Electrical Parts
1.10 Motors
1.11 Gear Boxes
1.12 Brakes
1.13 Limit Switches
1.14 Push Button Control Station
1.15 Overload Relays
1.16 Switchgear
1.17 Circuit Breaker Cabinets
1.18 Maintenance Platform with Hand Railing
1.19 Normal speed creep speed
1.20 Tools
1.1 Scope
This specification includes the supply of all materials and works for a crane with all
operating machinery, structural steel, control equipment including cables and all other
parts and accessories required for proper and safe operation.
The cranes shall comply with the requirements and standards of latest versions of
following relevant IS / IEC standards
IS 807 : 2006 - Design, Erection and testing (Structural Portion) of Cranes and Hoists
- Code of Practice (Second Revision)
IS 3177 : 1999 - Code of Practice for Electric Overhead Traveling Cranes and Gantry
Cranes other than Steel Work Cranes (Second Revision) This code covers mechanical,
electrical, inspection and testing requirements relating to the design, manufacturing
and erection of electric overhead traveling cranes, portal and semi - portal cranes,
single girder, double girder or mono-box type.
IS 13870 : Part 1 : 1993 - Cranes and lifting appliances - Selection of wire ropes Part
1 General
1.3 GENERAL
The crane shall be complete, including, crab, hoisting machinery with motor and
brakes, all lubricating devices, ropes, sheaves, hooks, flood lights, control apparatus
including switchgear, runway rails, push-button controls, interlocks, limit switches,
governors, protecting and alarm devices and all electric connections (cables and live
rails including insulators) between all parts supplied.
All the required materials, labour, tools, staging materials and consumables for
completing the work shall be supplied.
The travelling crane shall be used for erection work as well as for normal
maintenance, repair and overhaul purposes.
The design of the travelling crane has to guarantee fail-safe and satisfactory operation
and has to be easy to access for service, inspection and repair. Full guarantee for all
parts and services after commissioning shall be given. Any defects arising in any parts
and services after commissioning shall be rectified free of cost.
The span of the crane shall be fixed in such a way that the travel and lift of the main
and auxiliary hooks of the crane as well as the hook limits shall be adequate for the
assembly and disassembly of the main equipment. The lift above the service bay
(upper limit) shall be adequate to hoist and carry the equipments to assemble and
disassemble. The lift below the service bay (lower limit) shall be fixed in such a way
as necessary for assembly and disassembly of the equipments.
The provision of radio remote control and variable voltage variable frequency
(VVVF) drive for various crane motions for the purpose of precision speed control
shall be made available for the cranes.
The radio remote control equipment, wherever provided shall conform to all
applicable Government Rules and Regulations. The frequency of operation shall be in
the requisite frequency band as per relevant standards.
The guards shall be removable for inspection and maintenance without disturbing any
other part of the plant.
The Contractor shall supply suitable nameplates, giving details of the lifting capacity
of the travelling crane. These nameplates shall be clearly visible to anyone who may
use the cranes. The nameplates shall be inscribed in English Language.
4(four) sets of layout drawing and operation and maintenance manual of the crane
shall be given after commissioning.
Operating machinery and other exposed parts shall be suitably housed so that the
exterior of the travelling crane will consist of smooth surface and pleasing lines.
Electric/ Electronic soft start modules electrically coupled to the long travel drives
shall be provided to achieve jerk free, cushioned and smooth starts.
The cables laid from control panel to girder end junction box, DSL to Main switch to
Protection panel shall be 1100V grade armoured PVC copper cables conforming to IS
1554 with latest amendments. The trailing cables laid on Coburn track (Cross
conductor system with Coburn track) shall suitably rated for 1100V grade bare copper
flexible cables confirming to relevant IS standards. The end termination of all cables
shall be with copper lugs, pins, glands etc. and shall be ferruled with numbers. The
1.6 Structure
The minimum plate thickness for the steel construction shall be 7 mm, unless
otherwise demonstrated suitable by the Contractor.
Travelling crane rails shall be provided by the Contractor. Joints between rails on
opposite runway girders for the cranes shall be staggered with respect to each other
and to the wheelbase of the cranes. All joints of rails shall be welded. Rail joints shall
not be located over the runway girder splices. Provision for rail expansion shall be
made at the end stop locations only.
Guiding of rails on the girders should be carried out with rail clamps to distance
adjustment. Welded clips are not allowed.
End stops shall be designed and located to limit the maximum crane travel. The end
stops shall be capable of stopping the travelling crane fully loaded and travelling at
the rated speed.
The travelling crane bridge shall consist of two girders rigidly attached to the end
trucks. Gusset plates shall keep the crane in alignment.
Welded joints shall be used for the main structure of the crane, bolted joints shall be
avoided whenever possible.
- In load bearing members, if a bolted joint is necessary, black bolts shall not be used.
- The strength of welded joints or joints made by friction grip bolts in structural
members shall not be less than the net strength of the member. Friction grip bolts shall
comply with BS 3139 and shall be fitted in accordance with the recommendations of
BS 3294.
- The calculated strength of other bolted joints in structural members shall be not less
than the net strength of the member plus 25 per cent. The calculated stress in screws,
bolts and welds shall not exceed the appropriate permissible stress given in BS 2573.
The travelling crane girders shall be welded in structural steel box sections, with wide
flange beams, standard "I" beams or reinforced beams. Girders must be symmetrical
and line-of-sight must be considered along with girder design, as well as suspended
crane supports. Trellis girder shall be prohibited.
The girders shall be designed to withstand all vertical loads and horizontal forces that
may arise under service conditions. The vertical deflection of the girders, caused by
The larger of the following load combinations shall control the design of the girders:
- The sum of the maximum stresses due the dead load, the weight of the trolley, the
rated load, and the impact allowance.
- The sum of the maximum stresses due to the dead load, the weight of the trolley, the
rated load, and an allowance for the lateral load due to acceleration and deceleration
of the travelling crane.
The bridge girders shall be security braced to the end carriages to prevent cross
racking. It must be impossible for the travelling crane to fall from the gantry in the
event of derailment. The carriages shall be of the bogie type and shall be equipped on
each end with spring buffers (bumpers).
The travelling crane and hoists shall be so designed that adequate access for
maintenance of the electrical control and operating gears is provided with suitable
access facilities to enable removal of parts for maintenance and repair.
The power supply shall be provided via adequately protected contact wires along the
crane track and a suspended cable on the crane girders.
The supply to the contact wires shall be via a manually operated load break isolating
switch mounted at a convenient height above floor level, the switch being capable at
being locked in the open position. Red indicating lights shall be arranged at collector
level to show when the isolator is closed.
Motors shall be provided with quick action brakes; controllers, resistors, magnetic
contractors and overload protection switches. Heavy dust and splash-proof limit
switches shall be provided to prevent over hoisting, over transversal and over
travelling motions.
1.10 Motors
All motors shall preferably be heavy duty squirrel cage induction motors type
specifically designed and built for hoists and cranes services. Slip ring induction
motors will also be acceptable if heavy duty cranes are required as per design
requirement.
Motors shall be equipped with sealed antifriction, grease lubricated bearings, with
provision for grease renewal.
Motors shall have tapered shaft extension on the brake end for easy removal of the
brake wheel.
The gear boxes shall be provided with precision flat helical/ spur gear units in light
alloy housings with case-hardened gears, high-grade surface treatment and permanent
oil/ grease lubrication. All the couplings shall be of spring grid/ gear type couplings
1.12 Brakes
Limit switches shall be provided to control the upper limits of travel of all hoist
motors and at each end of travel for the bridge and trolley and also to prevent over
hoisting and over lowering of hook. Switches shall be of the totally enclosed safety
type operated by the hooks or hook blocks.
The push button control station shall be suspended by means of flexible galvanised
wire rope and connected to the crane control panel by means of flexible multicore
cable. The arrangement shall permit movement of the control station along the entire
length of the bridge at all levels of operation.
The push button control station shall have an extra light, handy, easy to operate, cast
aluminium fabricated housing and shall have mechanical protection class of IP 44.
The control station shall contain besides all necessary individual push buttons for
controlling operation of all crane motors, an emergency push button of the lockable
type. This shall function as a master switch to cut off all power supply to the crane
control panel, by switching off the master magnetic contactor.
Each motor shall be protected by overload relays adjustable for values between 150
and 300 per cent of the full load motor current.
1.16 Switchgear
The power supply from the main collectors shall be controlled by means of a 3-phase,
manually operated circuit breaker, and a 3-pole master magnetic contactor provided
with under-voltage and phase reversal protection.
The operating coil of the contractor shall be wired in series with the auxiliary contacts
of the adjustable, instantaneous relays in the circuit of each hoist and each travel
motor, and in the circuits of all limit switches.
The main circuit breaker, lighting supply circuit breaker, master contractor, relays and
protective devices shall be enclosed in a suitable steel cabinet with hinged doors. The
main circuit breaker shall be so arranged that it can be operated without opening the
cabinet door and that it can be locked in the open position.
Maintenance platform with hand railing shall be provided for easy, simple and safe
maintenance of the Crane extended partially or totally along the girder.
(i) Main hoist 1m / min (Normal speed) 0.2m / min (Creep speed)
(ii) Cross travel 12m / min
(iii) Bridge long travel 25m / min
1.20 Tools
One steel toolbox shall be provided, containing complete set of ordinary and special
tools needed for overhauling and repair of cranes furnished. General list of such tools
shall be indicated in Tenderer's offer, and shall be detailed and submitted by the
Contractor to the Engineer for checking and approval.
FOR
1. GIS (400kV/220kV/132kV)
2. Circuit Breakers
3. Isolators/ Grounding Switches
4. Current Transformers
5. Capacitive Voltage Transformers
6. Potential Transformers
7. Surge Arresters
8. Transformers
9. LT Transformer
10. 1.1KV Power cables
11. 1.1KV Control cables
12. XLPE Cables (220kV/132kV/33kV)
13. Control & Relay Panels
14. Batteries and Battery Chargers
15. Energy Meter
16. DC Distribution Board
17. LT Distribution Board
18. Capacitor Banks
19. Diesel Generator Set
20. Main And Auxilliary Structures
21. Insulator Strings, Insulators, Conductor, Marshalling Kiosk, BPI
& GS Wire
22. Air Conditioning System
23. Lighting System
24. Fire Protection System
25. Oil Filteration Plant
26. PLCC
NOTE:
1. Bidder is to indicate the technical data for each type of rating as per Guaranteed Technical
Particulars sheet format.
2. Guaranteed Technical Particulars shall be filled up by the bidder and furnished alongwith the
Bid. This data shall be used for evaluation of the Bid also.
3. The Purchaser has standardized its technical specification/ guaranteed technical particular for
various equipments and works for different voltage levels. Items, which are not applicable for the
scope of this package as per schedule of quantities described in Bid Price Schedule ‘Q’, the tech-
nical specification/ guaranteed technical particular for such items should not be referred to.
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
GIS (400kV/220kV/132kV)
B. Bus ducts
1. Inductance (H/m)
2. Capacitance (pF/m)
3. Resistance of enclosure at fr (Ω/m)
4. Resistance of conductor at fr (Ω/m)
5. Surge impedance (Ω)
D. ENCLOSURES BUSBARS
1. Manufacturerer’s name
2. Degree of protection
3. Thickness of sheet steel
a) Front
b) Back
c) Sides
4. Paint treatment and color shades
5. Weight of each panel
6. Dimensions (width x depth x height) mm
7. Mimic bus material and colors
8. Cable glands included
9. Auxiliary relays
a) Make
b) Type designation
10. Control switches
a) Make
b) Type designation
11. Push buttons
a) Make
b) Actuator type
12. Indicating lamps
a) Type
b) Rating
i) Voltage
ii) Wattage
(G) GENERAL
82. Weight of 3-phase breaker complete with operating mechanism, insulating supports frame work etc.
83. Impact loading for foundation design to include dead load plus impact value on opening at maximum
interrupting rating in terms of equivalent of static load.
84. Weight of heaviest package
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
400 kV 220 kV
CAPACITOR VOLTAGE TRANSFORMERS
LT TRANSFORMERS
PART –I
1. Rating:
a) Rated output kVA
b) Rated voltage H.V. Volts
c) Rated voltage L.V. Volts
d) No load voltage ratio
e) Number of phases
f) Rated frequency
g) Type of cooling
h) Polarity
2. Connections:
a) High voltage
b) Low Voltage
c) Vector group symbol
3. Method of cooling
4. Insulation Strength:
i) Impulse test voltage of winding for 1.2/50 S
wave according to relevant I.S.S.
a) H.V. kVp
b) L.V. kVP
ii) Impulse chopped wave withstand value
a) H.V. kVp
b) L.V. kVp
iii) Applied voltage test
a) H.V. & ground kV
b) L.V. & ground kV
c) H.V. & L.V. kV
iv) Induced voltage test (1 Min.) kV
5. Resistance per phase
a) HV winding Ohm
b) LV winding Ohm
6. Reactance per phase
a) HV winding Ohm
b) LV winding Ohm
7. No load loss at rated primary voltage Watts
and frequency (Guaranteed value without
any + ve tolerance)
8 Load loss at rated full load current at 75 deg. C Watts
(Guaranteed value without any +ve tolerance)
9. No load current at rated voltage and rated
frequency
10. Regulation at normal full load and U.P.F.
at 75 deg. C.
11. Magnetising current as percentage of full
load current.
12. Regulation at normal full load with normal
tap and 0.8 lagging P.F. at 75 deg. C.
13. Impedance volts at rated full load and
transformation
14. Percentage reactance ratio at rated voltage
and frequency at 75 deg. C.
15. Percentage resistance at 75 deg. C.
16. Percentage impedance at 75 deg. C.
1) With respect to High Voltage percent –
2) With respect to low voltage percent –
17 Percentage efficiency : (i) At U.P.F. (ii) 0.8 P.F. legg.
a) full load % %
b) ¾ full load % %
c) ½ full load % %
d) ¼ full load % %
18 RMS value of symmetrical short circuit current
which the transformer can withstand and its
duration according to clause No.9.1 of I.S.S.
2026.
19 Increase in temp. of windings at full load by
resistance method in an ambient temperature
of 50 deg. C.
20 Increase in temperature of oil by thermometer
at full load in ambient temp. 50 deg. C.
21 Temperature of hottest spot in the winding
at full load in an ambient temp. of 50 deg. C.
PART- II
1. Name of Manufacturer
2. Type of transformer
3. Details of Minimum clearance in air (in mm)
a) Between H.V. Poles and earth
b) Between L.V. Poles and earth
c) Between H.V. Poles
d) Between L.V. poles
e) Between H.V. & L.V. Poles
4 Permissible duration of over load following
continuous running at normal rated load in
an ambient temp. of 50 deg. C.
a) 10% over load Minutes
b) 20% over load Minutes
c) 30% over load Minutes
5. Terminal arrangement H.V. side.
6. Terminal arrangement of L.V. side.
7. Details of tank without fittings: ( Approx ) in
a) Overall length
b) Overall Breadth
c) Overall Height
d) Overall Weight
e) Thickness of tank sheet
8. Details of core:
a) Diameter (Approx.)
b) Cross sectional area (Approx.)
c) Max. flux density at rated voltage and frequency.
d) Material and thickness of laminations.
e) Weight of stamping in core (i) Core
and yoke separately in Kg. (ii) Yoke
f) Material used for insulating the laminations.
9. H.V. Coil Construction Details:
a. Type of winding
b. Conductor used and size
c. Number of coil per limb
d. Insulation of conductor
e. Inter layer reinforcement details
f. End turn insulation
g Normal working current density
h Weight of insulated conductor used in one leg of the H.V.
i Number of turns
j Mean length of tuns
k Interlayer insulation details
l Volts per coil
m Volts per layer
10. L.V. Coil construction details:
a) Type of windings
b) Conductor used and size
c) Number of coils per limb
d) Insulation of conductor
e) Inter layer insulation details
f) End turn insulation
g) Normal working current density
h) Weight of insulated conductor
used in one leg of the L.V.
i) Number of turns
j) Mean length of tuns
k) Volts per coil
l) Volts per layer
11. Insulation details
a) End spacing of L.V.
b) End spacing of H.V.
c) Between H.V. & L.V. windings
d) Inter phase barrier
e) End phase barrier
12. Performance reference temp. deg. C.
13. Particulars of H.V. Bushings
(without arcing horns)
a) Name of manufacture
b) Type
c) Dry flash over voltage kV
d) Wet flash over voltage kV
e) Voltage rating
f) Dry withstand voltage for
One minute kV
g) Wet withstand voltage for
30 seconds kV
h) Under oil flash over voltage kV
i) Impulse withstand voltage
for 1/50 S. Wave
a) Positive wave kVp
b) Negative wave kVp
8.0 Conductor
8.1 Size of conductor (sq.mm.)
Main
Neutral
8.2 Shape of conductor
8.3 Aluminium grade
8.4 Stranding details (Number of strands/ dia of each
strand in mm)
Main
Neutral
8.5 Maximum D.C. resistance per core of cable at 20 deg. C
Main
Neutral
8.6 Number of cores
9.0 Insulation
9.1 Type of insulation
9.2 Composition of insulation
9.3 Applicable standard
9.4 a) Thickness of insulation (mm)
Main
Neutral
b) Tolerance of thickness of insulation
Main
Neutral
9.5 Min. volume resistivity in ohm/cm
i) at 27 Deg. C
ii) at 70 Deg. C
9.6 Minimum tensile strength of insulation material
(Kg/sq.mm.)
9.7 Minimum elongation percentage
3. Cable Type
a) Size
b) Standard applicable
c) Voltage rating
d) Permissible variation in voltage & frequency
e) Suitable for earthed/ unearthed system
4. Details of conductor
a) Material.
b) Size of conductor in mm.
c) Shape of conductor.
d) Maximum DC resistance per core of the cable
at 20 Deg. C. in ohm/km
5. Number of core
6. Details of insulation
a) Type of insulation
b) Composition of insulation
c) Thickness of insulation (mm)
d) Tolerance of thickness of insulation
e) Min. volume resistivity in ohm/ cm
i) At 27 Deg. C
ii) At 70 Deg. C
f) Minimum tensile strength of insulation mate-
rial (kg/sq.cm)
g) Minimum elongation percentage
7. Sheathing details
7.1 Inner sheath
a) Material of sheathing
b) Type of sheathing (Extruded or wrapped)
c) Calculated diameter over stranded core (mm)
d) Thickness of sheath (mm)
7.3 Armour
a) Type and material of armour (wire/ strip)
b) Calculated diameter of cable under armour
(mm)
c) Nominal diameter of armour wire (mm)
d) Nominal size of wire/ strip
e) Short cuircuit capacity armour alongwith
formulae
f) Maximum D.C. resistance at 20 deg. C
8. Nominal overall diameter (approx.)
9. Weight of cable in kg/km (approx.)
10. Weight of copper in kg/km
11. Weight of PVC in kg/km
12. Standard specification to which the cable will conform
13. Standard drum length of cable in Mtrs. to be supplied
14. Current rating of cable under basic assumption as per
IS: 3961
a) Laid in ground temp. 300C
b) Laid in duct temp. 300C
c) Laid in air temp. 400C
15. Rating factor under various conditions of insulation.
16. Short Circuit Capacity
i) Short Circuit Current (kA rms)
ii) Duration of short circuit current (Sec.)
iii) Conductor temp. allowed for the short circuit
current duty (Deg. C)
1. Name of Manufacturer
2. Manufacturer's type and designation
3. Type of mounting
4. Standards Applicable
5. Rated auxiliary voltage
6. No. of analog variable (specify voltage &
current separately
7. Rated Frequency
8. No. of binary inputs
9. No. of outputs
10. Language
11. Type of communication protocol supported
12. No. & Type of communication ports
13. Operating temperature range
14. System Response Time
II CONTROL SWITCHES
1. Name & Address of Manufacturer of panels
2. Manufacturer’s type and designation
3. Type of handle provided.
4. No. of Positions.
5. No. of contracts.
(i) Normally closed
(ii) Normally open.
6. Rating of contacts
(i) Make and carry continuously.
(ii) Make and carry for 0.5sec.
(iii) Break resistive load in amps (DC).
(iv) Break inductive load in amps (DC).
7. Life of switch in terms of million mechanical
Operation.
1. Insulation of wiring.
2. Size of wiring conductor of following :
i) P.T. Circuits
ii) C.T. Circuits.
iii) DC Supply circuits
iv) Other circuits
3. Size of earthing bar of safety earthing.
4. Type of terminals provided on wiring.
5. Wiring conductor aluminium / corner.
VIII ANNUNCIATOR
a. Acquisition unit
b. Evaluation Unit
X TRANSFORMER PROTECTION
X (A) Differential relays
1.0 GENERAL
2.0 BATTERIES
1. Manufacturer’s Name
2. Type
3. Rated Voltage:
i) Input Volts.
ii) Out put Volts.
4. Charging Current:
i) Float Charger
ii) Boost Charger
iii) Permanent station Load
i) Coarse
ii) Fine
8. CHARACTERISTICS OF RECTIFIER
a) Diodes :
b) Thyristor
i) Forward voltage drop at rated current.
ii) Reverse leakage current at rated voltage
iii) Type of thyristor used.
i) For rectifier 0º C
ii) For transformer 0º C
i) On rectifier 0º C
ii) On transformer 0º C
i) Height mm
ii) Width mm
iii) Depth mm
i) With packing
ii) Without packing
i) Doors
ii) Side panels
iii) Top Cover
i) Capacity
ii) Wire size
iii) No. of turns of Primary / Secondary
iv) Flux Density
v) Core size of grade
vi) Weight of:
a) Stamping
b) Windings
c) Gross Weight of Transformer
i) Capacity
ii) Wire size
ii) No. of turns of primary/ secondary
iii) Flux Density
v) Core size
vi) Weight of :
a) Stampings
b) Windings
c) Gross weight of Transformer
1. Manufacturer’s Name
2. D.C. Bus bar Metal used Cross section size in mm.
Capacity in amp.
3. Number of bus bar.
4. Size of D.C. distribution Board
5. Guage of Sheet steel used
i) Door.
ii) Side Panel.
iii) Top Cover
6. Schedule’s Enclosed/ not Enclosed
( Make & rating of
Components.
SCHEDULE OF GUARANTEED TECHNICAL PARTICULAR
a. No. of pole
b. Service voltage Volts
c. Normal current Amps.
d. Frequency C/s
e. Rupturing capacity symmetrical MVA at 433
volts.
2.3 Protection devices Over load/
short circuit
protection.
2.4 Type of main contacts
2.5 Type of arc control devices
2.6 Whether MCCB is trip free
2.7 Operating particulars
a. Operating time at rated breaking current
b. Make time at rated / breaking current
2.8 Whether provided with standard flush mounting base
assembly.
2.9 No. of years for which under satisfactory use.
3.0 L.T. SWITCHBOARD
3.1 Make
3.2 Bus bar rating
3.3 Bus bar material
3.4 Bus bar spacing
3.5 Size of busbar
3.6 Rupturing capacity of busbar
3.7 Guage size of sheet steel.
4.0 CURRENT TRANSFORMER
4.1 Make
4.2 Type
4.3 Rated voltage
4.4 Rated primary current
4.5 Rated secondary current
4.6 Rated continuous thermal current temperature rise
over ambient
4.7 Mounting details
4.8 Overall dimensions
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
D.G. SET
1.0 General
2.0 Engine
2.1 Rating
2.2 Revolutions per min.
2.3 Number and arrangement of cylinder.
2.4 No. of strokes. .
2.5 Method of starting.
2.6 Time required for starting
2.7 Auxiliary Power consumption
2.8 Type of Governor
2.9 Sensitivity of Governor
2.10 Guaranteed limits of Governing
a. Permanent variation
b. Full Load thrown off
c. Full load put on.
2.11 Total speed variation
2.12 Specification of fuel oil.
2.13 Specification of Lub oil
2.14 Guaranteed fuel consumption
a. At full load
b. At ¾ load
c. At ½ load
d. At ¼ load
2.15 Lub. oil consumption
2.16 Mechanical efficiency
2.17 Thermal efficiency
2.18 Method of aspiration
2.19 Method of cooling of engine and lub. oil.
2.20 Amount of water required for cooling system.
2.21 Total weight.
2.22 Space requirement including clearances
2.23 Maker’s name, type and technical
literature for the following:
a. Air filter & silencer.
b. Thermometer.
c. Pressure Gauges.
d. Level indicator
e. Tachometer.
f. Fuel oil pump.
2.24 Mechanical auxiliaries loads connected on
Radiator fans 5 HP Main shaft with wiring.
2.25 Rated engine power and the ambient
conditions at which rated power is defined.
2.26 Direction of rotation.
4.0 Alternator.
6.0 Battery.
6.1 Type
6.2. Name of manufacturer and address
6.3. No. of Cells
6.4. Capacity in AH
6.5 Capacity current of
a. Full charged battery.
b. Fully discharged battery.
6.6 Average life in years.
6.7 Applicable standard.
6.8 Weight of the battery.
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
STRUCTURES
Sl.No. Description IS refer- Tender requirement Tender
ence fill in
yes/ no
if no
specify
the de-
viation
3.4 Rolling and Cutting IS: 1852 (i) equal leg length
Tolerence
upto and including 45 mm...±1.5 mm
(ii) Out of Square Cl. no. The legs of angles shall be perpendicular to
4.3.2 and each other within a tolerence of ±10 . The
4.3.3 difference betwween the leg length of equal
leg angles shall be limited to 75% of total
(plus or minus) specified on leg length.
(v) Thickness tolerence Cl. no. 7.3 Less than 8 mm.............. + 12.5% : - 5%
of Plates From 8 mm upto
and including 12mm......+ 7.5% : -5%
Over 12 mm....................± 5%
In addition to the above all provisions of
clause no. 7 shall apply.
C. MARSHALLING KIOSK
i) Aluminium
a) Minimum Diameter of wire (mm)
b) Nominal Diameter of wire (mm)
c) Maximum Diameter of wire (mm)
d) Cross sectional area (sq.mm)
e) Mass per km. (kg./km)
f) Minimum breaking load
Before stranding (kN)
After stranding (kN)
g) Maximum DC reistance at 200C (ohm/km)
ii) Steel
a) Minimum Diameter of wire (mm)
b) Nominal Diameter of wire (mm)
c) Maximum Diameter of wire (mm
d) Cross sectional area (sq.mm)
e) Mass per km. (kg./Km)
f) Minimum breaking load.
Before stranding (kN)
After stranding (kN)
g) Maximum DC resistance at 200C (ohm/km.)
5. Zinc coating of steel strands
a) Number of dips the steel wise
can withstand (process test)
Before stranding
After stranding
b) Maximum weight of coating.
Before stranding (gm/m2)
After stranding (gm/m2)
6. Conductors
a) Sectional area of Aluminium
b) Total sectional area
c) Approx. overall dia (mm)
d) Approx. Mass per km. (kg./km.)
e) Calculated Maximum DC resistance at 200C (ohm/km.)
f) Approx. calculated breaking load (kN)
g) Coefficient of linear expansion per 0C
7. Lay Ratio
8. Current rating capacity of the Conductor at 75 deg. C (A)
9. Drum details
10. Standard length
11. Confirm whether type tested as per IS
1. Manufacturer's Name.
2. Dia of MS rounds (40 mm ) and MS rods (40 mm, 3 m
long)/size of MS flats50x6 mm & 75x10mm)
3. Grade of Mild steel.
4. Material composition.
5. Electrical resistivity.
6. Modules of elasticity.
7. Tolerance on dimension.
8. Whether test certificates will be provided
1. Name of Manufacturer.
2. Manufacturer's type.
3. Applicable technical standards.
4. Material of Clamps/Fittings.
5. Maximum contact Resistance (ohms.)
6. Visible discharge voltage for falling power frequency voltage
(kV).
7. Continuous Current rating of the clamps/fittings(A).
8. Temperature rise of the clamps/fittings when carrying the full
load current(OC).
9. Temperature rise of the clamps/ fittings when carrying the
fault current.
10. Minimum failing load (kg.)
11. Major dimensions of the clamps/ fittings (with accompanied
drawings).
12. Weight of the clamps/Fittings.
LIGHTING SYSTEM
C. Junction Boxes
(For each type & size)
D. Lighting Panels
(For each type & size)
E. Lighting Transformer
F. Lighting poles
G. Lighting Wires
10.0 Whether designed for oil inlet condition as stated in cl. 4.0 of
performance requirement.
For new oil Yes/ No
a) For oil and used oil Yes/ No
11.1 Whether the plant shall tret the transformer oil of stated in-
let condition to the requirement as per cl. 3.0 of technical
specification in a single pass with oil temperature between
400C to 600C at the rated flow.
If not, give details of outlet oil between this temperature
ranges.
11.2 To meet requirement of outlet oil the minimum vacuum in Temp. (0C Vacuum
the degassing chamber at 200C, 400C and 600C to be men- (Torr)
tioned with variation, if any.
a) 200C
b) 400C
c) 600C
12.0 Coarse Filter:
12.1 Pore diameter of filter
12.2 Whether magnetic strainer provided Yes/No.
12.3 Size and material of screen.
13.0 Dia of flow sight indicator
14.0 Oil Inlet Pump and Motor Unit:
14.1 Oil Inlet pump
14.1.1 Type and Model
14.1.2 Number of stages.
14.1.3 Capacity Litre/ hr.
14.1.4 Whether pump suitably designed to take out oil completely Yes/No.
from the tank under full vacuum incase of drying out of
Transformer / Reactor insulation during maintenance?
14.1.5 Suction head Meters
14.1.6 Delivery head Meters
14.1.7 Whether provided with internal relief valve, single mechani- Yes/No.
cal seal and belt drive?
14.1.8 By pass line with lockable arrangement as per cl 4.6.2 of Yes/No.
technical specification provided?
14.1.9 Whether suitable for continuous operation? Yes/No.
14.1.10 Automatic arrangement with time delay circuit as per cl. Yes / No.
4.6.2 of Technical specification. If yes, state delayed time,
also given details of this arrangement.
14.1.11 Whether pump of above type and capacity with isolation Yes / No.
valve provided in parallel to the first pump as a stand by as
per requirement as per cl.4.6.2 of Technical specification.
14.2.0 rlectric Motor
14.2.1 Type and model
2..1.1 Reference of standard to which complies
14.2.3 Voltage of operation Volts Phases Cycles / sec
14.2.4 Rating HP
14.2.5 Whether it is double speed motor? If yes, indicate both Yes / No.
speeds with no. of poles. RPM
i)
ii)
14.2.6 Type of starting Direct on line through
starter.
15.0 Heating System
15.1 Type of heater Direct/ Indirect
15.2 Details of scheme of heating the oil.
15.3 a) Rating of each Heater element kW
b) Total no. of heater elements Nos.
c) Total capacity kW
15.4 Heating Density W/ cm2
0
15.5 Maximum temperature of heated oil through this heater C
15.6 Whether thermostatically controlled and provided with pro- Yes / No.
portionately indicating thermostate to control the electric
heating elements to maintain desired temperature? If yes,
give details.
15.7 Whether on additional thermostate for setting of temp. little Yes / No.
higher that the set point of First one as protection provided ?
15.8 Whether above thermostates mounted in box with locking Yes / No.
arrangement and visibility glass ?
15.9 Whether On/ OFF electrical swiches provided on main panel Yes / No.
are rotary type. If otherwise give type.
15.10 Whether interlocking arrangement between heater and flow Yes / No.
switch as per cl. 4.6.3 of Technical Specification provided?
15.11 Whether suitable for partial aeration through a control ar- Yes / No.
rangement? Give details of control arrangement?
15.12 Whether safety valve aeration valve and drainage valve pro- Yes / No.
vided?
15.13 Type makes and range of both Thermometers at the inlet and i)
outlet of the heater.
ii)
15.14 Whether overload protection with some alarm to prevent Yes / No.
damage to the oil provided?
15.15 Whether fully rated for continuous operation so as to
achieve desired guaranteed parameters as per cl 4.0 in a sin-
gle pass through it, of new oil, as well as old oil and used oil”
16.0 Filteration System:
16.1 Filter Press.
16.1.1 Pore diameter of filter Micron
16.1.2 Efficiency of filter %
16.2.0 Cartridge Type Filter:
16.2.1 Pore diameter of cartridge Micron
16.2.2 No. of cartridges in one set Nos.
16.2.3 No. of hours for which one set of cartridge type fil- Hours.
ter will be able to serve in processing of used oil of trans-
former / reactor as specified in cl 3.0 to have an idea about
the frequency of replacement of cartridges.
16.2.4 Material of cartridges whether it is non hygroscopic? Yes / No.
16.2.5 Time required to replace all cartridges of one set of filter. Minutes / Hours
16.2.6 Any special tool etc required to replace new cartridges in Yes / No.
place of old one. If yes, name the tools.
Whether arrangement provided to isolate the cartridge type Yes / No.
filter from oil line whenever it is so needed.
16.2.8 Whether pressure gauges on both sides of filter provided? Yes / No.
If yes, indicate type, make, range of pressure gauges.
16.2.9 Whether aeration and drainage valves provided. Yes / No.
16.2.10 Whether fully rated for continuous operation so as to achieve Yes / No.
desired guaranteed parameter as per cl. 4.0 in single pass?
16.2.11 Whether filter press can be isolated from oil line whenever Yes / No.
not required.
17.0 Degassing Column
17.1 Number of chambers (one or more) Nos.
17.2 Vacuum range of each Toor.
17.3 Volume of each chamber Litres
17.4 Falling height of each chamber Meters
17.5 Whether oil distribution device to ensure to foam formation Yes / No.
in oil even with highest water and air contents provided.
17.6 Material of construction of each chamber.
17.7 Placement of chamber Vertical / Horizontal
17.8 Whether atomising system to remove last traces of moisture Yes / No.
and dissolved gases from the oil provided.
17.9 In case degassing column is in multistage state the arrange- Yes / No.
ment for separating each number.
17.10 Whether necessary arrangement to utilize the heat of auxilia- Yes / No.
ry oil for maintaining proper temperature in the degassing
chambers provided as per cl 4.6.3 specification?
17.11 Whether level monitor provided in the chambers as per cl. Yes / No.
4.8.0 technical specification? Give details and mode of opera-
tion with levels of oil / foam.
17.12 Whether chambers Provided with following accessories Yes / No.
17.12.1 Vacuum gauge Yes / No.
17.12.2 Vacuum break valve Yes / No.
17.12.3 Oil drain valve Yes / No.
17.12.4 Main and auxiliary vacuum connection Yes / No.
17.12.5 Audio Alarm system. Yes / No.
17.12.6 Sight glasses for complete visibility of oil in chamber. Yes / No.
17.12.7 Proper illumination to observe oil level in the chamber. Yes / No.
17.12.8 Control system to stop inlet pump to prevent over flooding of Yes / No.
this chamber.
17.13.0 Whether fully rated for continuous operation under high Yes / No.
vacuum so as to achieve desired guaranteed parameters as
per cl. 4.0 in a single pass?
18.0 Oil Discharge Pump and Motor Unit:
18.1 Discharge Pump
18.1.1 Type and Model
18.1.2 Number of stages
18.1.3 Capacity Litres / hr
18.1.4 Sunc on head Meters
18.1.5 Deltvery head Meters
18.1.6 Whether internal relief valve provided? Yes / No.
18.1.7 Whether the pump is glandless canned motor type Yes / No.
18.1.8 Whether suitable for continuous operation at rated flow un- Yes / No.
der full vacuum conditions?
18.1.9 Whether suitable for spraying operation of hot oil at 1000C Yes / No.
under full vacuum conditions? If no, state complete technical
data viz. capacity, suction head, delivery heat etc of the addi-
tional gear pump provided to boost up the pressure to gen-
erate head for spraying.
18.10 Whether suitable for controlling arrangement in the pump is Yes / No.
provided to stop the same as the level of oil in the vacuum
chamber falls below a certain value?
18.2.0 Particulars of the canned motor used with the glandless
pump.
18.2.1 Type and Model
18.2.2 Reference of standard to which it complies
18.2.3 Voltage of operation Volts Phases Cycles / sec
18.2.4 Rating HP
18.2.5 Rated speed RPM
18.2.6 Type of starting Direct on line /
through starter
19.0 Vaccum Pump Combinations complete with Electrical Motors
19.1 Vacuum Pumps for creating vacuum in degassing chamber.
19.1.1 Number of stages if more than one with detail for each other.
19.1.2 In case of multistage degassing column state whether vacu- Yes / No.
um pumping system consists of vacuum pumps as per ar-
rangement given in cl. 4.10 ?. If no, give details of offered
systwm with ratings of each pump.
19.1.3 Type and model Rotary oil Roots Stage
sealed Blower
19.1.4 Effective Air Displacement ca- Litre / Minute Litre / Minute
pacity
19.1.5 Ultimate blank off by this pumping system Torr
19.1.6 Recommended grade of lubricating oil
19.1.7 Lubricating oil capacity in litres Litres
19.1.8 Lubricating oil loss in litre per 100 r Litre
19.1.9 Cooling arrangement
19.1.10 Noise level of pumps
19.1.11 Normal operating Temperature at an ambient temperature
of
a) 27 0 C
b) 50 0C
19.1.12 Speed of rotation of vacuum pumps Rev. / Minutes
19.2.0 Vacuum pumps for evacuating the transformer tanks.
19.2.1 Type and model Rotary oil sealed
Roots Blower
19.2.2 Number of stages
19.2.3 Effective Air Displacement capacity Rotary oil sealed
Roots Blower
19.2.4 Ultimate Blank off by this pumping system Torr.
19.2.5 Recommended grade of lubricating oil
19.2.6 Lubricating oil capacity in litres Litres
19.2.7 Lubricating oil loss in litre per 100 hr Litre
19.2.8 Cooling arrangement
19.2.9 Noise level of pumps
19.2.10 Normal operating Temperature at an ambient temperature a) 270C
of
b) 500C
19.2.11 Speed of rotation of vacuum pumps Rev/ Minutes
19.2.12 Time required for evacuating transformer tank 82,000 litres
capacity. Please indicate above with the help of calculation/
formula in support of proof. If necessary, enclose sheets
19.2.13 Ultimate vacuum achievable in transformer winding during
evacuation. Please give above with the help of calculation /
formula in support of proof. If necessary, enclose sheets.
PLCC
LINE TRAPS
1. Name of manufacturer
2. Type and model
3. Capacity of exchange (Subscribers & trunk lines)
4. Whether compatible to both i.e PLCC & DOT
lines for communication
SECTION-VI
TENDER SCHEDULES
BID SCHEDULES
INDEX
S.N. SCHEDULE TITLE
Sir,
With reference to your invitation to Bid for the above I/We hereby offer to the Uttar Pradesh
Power Transmission Corporation Ltd. Items in the schedule of prices and delivery annexed or such
potion thereof as you determine in strict accordance with the anexed conditions of contract Form
'B'/'A', specifications and schedules of Rates to the Satisfaction of the Purchaser or in default
thereof to forefit and pay to the Uttar Pradesh Power Transmission Corporation Ltd. the sum of
money mentioned in the said conditions.
The rates quoted are inclusive pro-rata and in full satisfaction of all claims.
l/We agree to abide by Bid for the period of six months from the date fixed for receiving of the
same.
I/We hereby undertake and agree to execute a contract in accordance with the conditions of the
contract:
Encl.: As above
Yours faithfully
Address Name............................................
SCHEDULE – B-1
DETAILS OF SUCH MANUFACTURERS ON WHOM ORDER FOR RESPECTIVE EQUIPMENTS HAVE
BEEN PLACED BY UP PTCL WITH IN LAST FIVE YEARS
1. Transformers
2. Circuit Breakers
9. Battery,
Battery Charger
and DCDB
10. Power &
control cable
11. ACDB
Note: No supporting documents are required to be submitted with the offer in this case.
SCHEDULE – B-2
DETAILS OF SUCH MANUFACTURERS ON WHOM ORDER FOR RESPECTIVE EQUIPMENTS HAVE NOT
BEEN PLACED BY UP PTCL WITH IN LAST FIVE YEARS
1. SAS System
conforming
to IEC 61850
(i) BCUs
(ii) BPUs
(iii) IEDs
(iv) Ethernet
Switches etc.
2. SF6 Gas
Insulated
Switchgears
3. 220/132/33
kV XLPE
Cables
4. SF6 Gas
Filled CTs/
VTs
SCHEDULE-C
DECLARATION
(To be executed on a non-judicial stamp paper of Rs.10/- with a revenue stamp of Re.1/-
affixed)
In Cosideration of of the U.P. Power Transmission Corporation Ltd., having treated the
Bidder to be an eligible person whose Bid may be considered, the Bidder hereby agree to
the condition that the proposal in response to the above invitation shall not be withdrawn
within six months (or any extension thereof) from the date of opening of the Bid , also to
the condition that if thereafter the Bidder does withdraw his proposal with the said period,
the Earnest Money deposited by him may be forfeited to the U.P. Power Transmission
Corporation Ltd. and at the descretion of the Purchaser, the Purchaser may debar the
Bidder from the Bidding for minimum period of one year reckoned from the date of
opening of the Bid.
Place..........................................................Signed by........................................
Witness Bidder
Full Signature...........................
Name..........................................
Designation..................................
SCHEDULE-D
Dear Sir,
it is a condition that the Bidder as well as their collaborator/associate shall jointly and severally
undertake the responsibility for the successful performance of the Contract (herein after
refered to as Contract) which is qualified for the award on the basis of expertise of collaborator/
associate.
The Collaborator/Associate hereby agree to depute their technical experts from time to time to
Bidder's works/project site as mutually agreed upon between the Purchaser and the Bidder's in
order to discharge the Bidder's obligations as stipulated in the Contract. The Bidder and the
Collaborator/Associate hereby agree that this undertaking shall be irrevocable and it shall form
and integral part of the Contract.
In Witness thereof the Collaborator/Associate and the Bidder have through their authorised
representative, set their hands and seal on this ................................................
...........................................day of............................................................................20.
WITNESS: COLLABORATOR/ASSOCIATE
.................................................... Name...................................................
Seal Seal
WITNESS: BIDDER
.................................................... Name...................................................
Seal Seal
SCHEDULE - E1
SCHEDULE OF GENERAL PARTICULARS FOR BIDDER
6. Validity of offer.
(A minimum validity of 6 months from
the date of Bid opening is required)
Seal of Company
Full Signature------------------------------
Name----------------------------------------
Designation---------------------------------
Date------------------------------------------
SCHEDULE-E2
Seal of Company
Full Signature........................................
Name......................................................
Designation.............................................
Date........................................................
SCHEDULE-F
(All deviations from the "Special condition of specification" shall be filled in this schedule,
compliance with the Specifications will be taken as granted if the deviation are not
specifically mentioned in this schedule. In case the Bidder is required to agree to the
standard clause, then he may indicate the amount by which the Bided price will thereby be
increased or decreased).
The Bidder hereby certifies that the above mentioned are the only deviations form the
"Special Conditions of specification"
Seal of Company
Full Signature......................................
Name....................................................
Designation...........................................
Date......................................................
SCHEDULE-G
(All deviations from the “Technical Specification” shall be filled in clause, in this schedule;
compliance with the specification will be taken as granted if the deviation is not specifically
mentioned in this schedule. In case the tenderer is required to agree to the standard clause,
then he may indicate the amount by which the tenderered price will thereby be increased
or decreased.
The Tenderer hereby certifies that the above mentioned are the only deviations from the
‘Technical Specification’.
Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE -H
(All deviations from the "Instruction to Bidders" shall be filled in clause, in this schedule,
compliance with the Specifications will be taken. as granted if the deviation are not
specifically mentioned in this schedule. In case the Bidder is required to agree to the
standard clause, then he may indicate the amount by which the Biddered price will thereby
be increased or decreased).
The Bidder hereby certifies that the above mentioned are the only deviations from the
"Instructions to Bidders"
Seal of Company
Full Signature .................................
Name...............................................
Designation.....................................
Date.................................................
SCHEDULE - I
(All deviations from the General Technical Requirements Of Specification shall be filled in
this schedule, compliance with the Specifications will be taken as granted if the deviation
are not specifically mentioned in this schedule. In case the Bidder is required to agree to
the standard clause, then he may indicate the amount by which the Bided price will thereby
be increased or decreased).
The Bidder hereby certifies that the above mentioned are the only deviations form the
"General technical Requirements of specification"
Seal of Company
Full Signature...................................
Name.................................................
Designation........................................
Date...................................................
SCHEDULE -J
DEVIATIONS FROM "GENERAL CONDITIONS OF CONTRACT FORM A/B" & ITS PRICE
INCIDENCE
(All deviations from the "General Conditions of Contract Form A/B" shall be filled in clause,
in this schedule, compliance with the Specifications will be taken as granted if the deviation
are not specifically mentioned in this schedule. In case the Bidder is required to agree to the
standard clause, then he may indicate the amount by which the Biddered price will thereby
be increased or decreased).
The Bidder hereby certifies that the above mentioned are the only deviations from the
"General conditions of Contract Form A/B".
Seal of Company
Full Signature.........................................
Name......................................................
Designation............................................
Date.......................................................
SCHEDULE - K
(All deviations from the Technical Specifications For Handling Erection Testing And
Commissioning shall be filled in this schedule, compliance with the Specifications will be
taken as granted if the deviation are not specifically mentioned in this schedule. In case
the Bidder is required to agree to the standard clause, then he may indicate the amount by
which the Bided price will thereby be increased or decreased).
The Bidder hereby certifies that the above mentioned are the only deviations form the
"Technical Specifications For Handling Erection Testing And Commissioning"
Seal of Company
Full Signature.........................................
Name......................................................
Designation............................................
Date.......................................................
SCHEDULE-L
(Bidder shall give below a list of special tools and tackles required for erection,
commissioning. operation and maintance of equipment offered by him).
The Bidder hereby certifies that the above are the only special tools and tackles required
for erection, commissioning. operation and maintenance of equipment offered by him.
Seal of Company
Full Signature...................................... .
Name................................................... .
Designation......................................... .
Date ....................................................
.
SCHEDULE 'M'
LIST OF RECOMMENDED TEST SETS & TESTING INSTRUMENTS & THEIR PRICES
(Bidder shall give below a list of recommended test sets and testing instruments required
for erection, commissioning. operation and maintance.)
The Bidder hereby certifies that the above are the only recommended test sets and testing
instruments required for erection, commissioning. operation and maintenance of
equipment offered by him.
Seal of Company
Full Signature...................................... .
Name................................................... .
Designation......................................... .
Date ....................................................
SCHEDULE-N
(Bidder shall give below equipment wise list of spare parts recommended for five year trouble free
operation of equipment offered by them and its prices).
Seal of Company
Full Signature.............................................
Name...........................................................
Designation.................................................
Date............................................................
SCHEDULE-O
Seal of Company
Full Signature.......................................
Name.....................................................
Designation...........................................
Date......................................................
SCHEDULE P
The bidder shall include in his proposal, his programme for furnishing and installation
of the equipment including related civil work covered under this package. The
programme shall be in the form of a master network plan (MNW) and shall identify the
various activities like design, engineering, manufacturing, supply, installation, factory
testing, transportation to site, site testing and commissioning, trial operation of the
entire 400kV GIS Substation at Shamli, (U.P.), (India). The network plan shall
confirm to the above completion schedule. No credit will be given for
earlier completion. Liquidated damages for delay in successful completion of the
above substation shall be applicable beyond the date specified above.
The Purchaser reserves the right to request minor changes in the work schedule at the
time of Award of Contracts to the successful Bidder.
The successful Bidder shall be required to prepare detailed Network(s) and project
implementation plans and programmes and finalise the same with the Purchaser as
per the requirement specified in Technical Specifications, which shall form a part of the
Contract.
Note-
1. Bidders to enclose a detailed network covering all the activities to be undertaken for
completion of the project indicating key dates for various milestones for each phase
constituent-wise.
2. Bidder shall also furnish the completion schedule of left over activities, if any.
Seal of Company
Full Signature .............................
Name...........................................
Designation...................................
Date .............................................
FORM OF COMPLETION CERTIFICATE
Date…………………..
Name of Contract………
Contract No…………...
To:
Dear Sir,
Pursuant to (Completion of the Substation) of the General Conditions of the Contract
entered into between Yourselves and the Purchaser (SE, 765/400 KV Substation Design
Circle-II, UPPTCL) dated…………………..…………... relating to the Construction of 400kV GIS
Substation at Shamli We hereby notify you that the above Substation was complete
satisfactorily on the date specified below:
1. Description of the Substation: 400kV GIS Substation at Shamli.
2. Date of Completion :…………………………………………………
However, you are required to complete the leftover/ outstanding items/ activities listed in
the attachment hereto as soon as practicable.
This letter does not relieve you of your obligation to complete the execution of the leftover/
outstanding items /activities in accordance with the Contract nor of your obligations during
the Defects Liability Period.
Very truly yours,
(Executive Engineer)
Annexure 1
KNOW ALL BY THESE PRESENTS THAT WE, the Partners whose details are given
here under…………………………….. have formed a Joint Venture/Consortium and
having our
Registered Office(s)/Head Office(s) at ……………………………….(hereinafter called
the „Joint Venture‟/„Consortium‟ which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators and assigns) do hereby constitute,
nominate and appoint M/s…………………………………… a company incorporated
under the laws of …………………….and having its Registered/Head Office at
…………………………. as our duly constituted lawful Attorney ( hereinafter
called “Lead Partner ”) to exercise all or any of the powers for and on behalf of the Joint
Venture/Consortium in regard to bid document No…………….. for construction of
……………………………………………………… for which bids have been invited by
the Owner namely U.P. Power Transmission Corporation Limited (UPPTCL), to
undertake the following acts :-
(i) To submit proposal, participate and negotiate in respect of the aforesaid Bid –
Specification of the Owner on behalf of the “Joint Venture”/“Consortium”.
(ii) To negotiate with Owner the terms and conditions for award of the contract pursuant to
the aforesaid Bid and to sign the contract with the Owner for and on behalf of the “Joint
Venture”/“Consortium”.
(iii) To do any other act or submit any document related to the above.
(iv)To receive, accept and execute the contract for and on behalf of the “Joint
Venture”/“Consortium”.
(vi) To incur liabilities and receive instructions for and on behalf of any and all partners of
the joint venture/consortium and the entire execution of the Contract including receipt of
payment.
It is clearly understood that the Lead Partner shall ensure performance of the contracts
(s) and if one or more Partner fail to perform in accordance with contract terms, the same
shall be deemed to be a default by all the Partners.
It is expressly understood that this power of Attorney shall remain valid, binding and
irrevocable till completion of the Defect or liability period in terms of the contract.
The Joint Venture/Consortium hereby agrees and undertakes to ratify and confirm all
the whatsoever the said Lead Partner quotes in the bid, negotiates and signs the Contract
with the Owner and/or proposes to act on behalf of the Joint Venture/Consortium by virtue
of this Power of Attorney and the same shall bind the Joint Venture/Consortium as if done
by itself.
1. …………………………………
2. …………………………………
3. …………………………………
4. …………………………………
The Common Seal has been affixed there unto in the presence of :
WITNESS
1. Signature …………………………………
Name …………………………………
Designation …………………………………
Occupation …………………………………
2. Signature …………………………………...
Name ……………………………………….
Designation …………………………………
Occupation …………………………………
Annexure-2
WHEREAS the above named parties have entered into this agreement to bid against bid
specification no ……………………….. for construction of ...................................
Substation on EPC basis for which bids have been invited by the Owner, namely U.P.
Power Transmission Corporation Limited (UPPTCL).
AND WHEREAS the First Party has successfully supplied erected & commissioned not
less than one no. 400 kV GIS Substation in India in last seven years, having at least
cumulatively 05(five) Nos. circuit breaker bays, of 400kV or above and 40kA short circuit
level or higher and the same should have been in successful operation in tropical climate
for at least 02(two) years as on the date of bid opening and undertakes to meet all other
conditions of clause 4.1.1 (Technical Experience). First Party shall also meet 25% of the
minimum financial criteria specified in clause 4.1.2. of the “Qualification of Bidder” of the
tender specification.
AND WHEREAS the Second Party (and other parties, if applicable) meets at least 25% of
the financial criteria specified in clause 4.1.2. of the “Qualification of Bidder” of the
tender specification.
AND WHEREAS all the parties together meet the financial qualification as prescribed in
the bid document.
In consideration of the above premises and agreements all the Partners to this Joint
Venture do hereby now agree as follows:
1) In case of an award of a Contract by the Owner to the Joint Venture, we, the partners to
the Joint Venture do hereby agree that First Party M/s-------------------------------------shall
act as Lead Partner and further declare and confirm that we shall jointly and severally be
bound unto the Owner for successful performance of the Contract and shall be fully
responsible for construction of the said substation on EPC basis, in accordance with the
Contract terms.
2) In case of any breach of the said Contract by the Lead Partner or other Partners of the
joint venture agreement, the Lead Partner do hereby agree to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the Contract.
3) Further, Lead Partner of these presents, undertake to make good liquidated damages to
the Owner on account of delays and any breach in the Contract on its demand without
taking recourse to the obligations of other joint venture partners.
4) In case of an award of a Contract, we, the joint venture Partners do hereby agree that we
shall be jointly and severally responsible for our scope. Lead partner agrees to submit 10%
performance bank guarantee to UPPTCL .
5) It is further agreed that the Joint Venture Agreement shall be irrevocable and shall form
an integral part of the Contract, and shall continue to be enforceable till the owner
discharges the same. It shall be effective from the date first mentioned above for all
purposes and intents.
IN WITNESS WHEREOF the Partners to the Joint Venture Agreement have through
their authorized representatives executed these presents and affixed Common Seals of
their companies, on the day, month and year first mentioned above.
Signature Name
Name Designation
Designation Common Seal of the company
WITNESSES:
1. Signature------------------------ 2. Signature)--------------------
Name-------------------------- ------------------- Name----------------------- ----------------
Official address---------------------------------- Official address----------------------------
---
Note: The above Joint Venture Agreement shall be furnished along with the Bid.
Annexure-3
WHEREAS the above named parties have entered into this agreement to bid against bid
specification no ……………………….. for construction of ................................
Substation on EPC basis for which bids have been invited by the Owner, namely U.P.
Power Transmission Corporation Limited (UPPTCL).
AND WHEREAS the One partner has successfully supplied erected & commissioned not
less than one no. 400 kV GIS Substation in India in last seven years, having at least
cumulatively 05(five) Nos. circuit breaker bays, of 400kV or above and 40kA short circuit
level or higher and the same should have been in successful operation in tropical climate
for at least 02(two) years as on the date of bid opening and undertakes to meet all other
conditions of clause 4.1.1 (Technical Experience)
AND WHEREAS the Other partner must have successfully erected,tested &
commissioned, in last seven years, at least one no. 400 kV AIS/GIS Substation in India,
having cumulatively 05(five) Nos. circuit breaker bays, of 400kV or above and 40kA short
circuit level or higher which should be in successful operation for at least 02(two) years as
on the date of bid opening .
AND WHEREAS both the parties together meet the financial qualification and each
partner meets at least 25% of financial criteria as prescribed in the bid document.
In consideration of the above premises and agreements all the Partners to this Consortium
do hereby now agree as follows:
1) In case of an award of a Contract by the Owner to the Consortium, we, the partners to
the consortium agreement do hereby agree that M/s-------------------------------------shall act
as Lead Partner and further declare and confirm that we shall jointly and severally be
bound unto the Owner for successful performance of the Contract and shall be fully
responsible for construction of the said substation on EPC basis, in accordance with the
Contract terms.
3) Further, Lead Partner of these presents, undertake to make good liquidated damages to
the Owner on account of delays and any breach in the Contract on its demand without
taking recourse to the obligations of the other party.
4) It is expressly understood and agreed between the Partners to this consortium agreement
that the responsibilities and obligations of each of the Partners shall be as delineated
herein. It is further agreed by the Partners that the above sharing of responsibilities and
obligations shall not in any way be a limitation of joint and several responsibilities of the
Partners under this contract.
6) It is further agreed that the consortium agreement shall be irrevocable and shall form an
integral part of the Contract, and shall continue to be enforceable till the owner discharges
the same. It shall be effective from the date first mentioned above for all purposes and
intents.
IN WITNESS WHEREOF the Partners to the consortium agreement have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
WITNESSES:
1.Signature --------------------------------- 2.Signature------------------------------
Name-------------------------------------- Name-----------------------------------
Official address------------------------------- Official address-------------------------
Note: The above consortium agreement shall be furnished along with the Bid.
LIST OF APPROVED VENDORS
14. ENERGY METER L&T (FOR NON ABT), SECURE (FOR ABT)
General
The Contractor shall provide a closed-circuit television system, which shall include the following:
- Two screen monitoring in Control Point;
- Fixed cameras in designated areas;
- Fully remotely controlled cameras, with zoom, tilt and pan controls, in designated areas;
- Automatic pan of remotely controlled cameras;
- Automatic monitor screen switching between cameras;
- Continuous elapsed time recording of the cameras as they are switched to the monitor;
- Real time recording of a multiplexed camera on hard disk;
- Operator enabled motion detectors on all cameras irrespective of whether they are switched to
the monitor screen;
- Hard disk playback facilities for at least 1 month of continuous recording;
- Hard disk full alarms;
- Supply of DVD burning facility to record video on DVD, (1) month of continuous recording;
and
- Video signal shall be sent to SLDC (Lucknow) through tele-communication equipments.
- All CCTV equipment shall be of industrial quality (no domestic-type equipment is
acceptable) and shall be of a type which has been specifically designed and manufactured for
use in 100% duty cycle surveillance systems.
Technical Standards
The complete television system shall be based on Phased Alternate Line (PAL) 625 line techniques
as used for colour TV studio, broadcast and receiver systems and in accordance with CCITT
recommendations.
All cameras shall incorporate automatic white balance.
The cameras shall operate from a common time base or approved alternative system, to ensure
synchronization of all cameras.
The video cameras shall be fitted with adequately sized lenses and automatic exposure controls to
allow operation in light levels of 4 lux to 400 lux.
The cameras shall be protected against damage due to exposure to high intensity light sources.
Cameras which are installed in open areas shall be weather and dust proofed to IP55. This standard
shall extend to all remote control mechanisms.
Internal fixed and remotely controlled cameras shall be protected against dust and moisture to IP53.
All camera lenses shall be protected by a removable ultra-violet filter.
Remotely zoomed cameras shall maintain focus at all angles of operation.
Fixed cameras shall be fitted with limited zoom facilities to permit minor manual adjustment of the
angle of surveillance cover.
The fixed cameras shall be fitted with limited zoom facilities to permit minor manual adjustment of
the angle of surveillance cover.
The fixed camera mounting shall permit limited manual adjustment in the vertical and horizontal
planes.
Remotely controlled cameras shall be capable of being placed into automatic scan of programmed
areas which are under surveillance. The motion detectors shall be inoperative during automatic
scanning.
Camera Mountings
All fixed cameras shall be securely mounted in position, and shall be equipped with secure poser
and video plugs and sockets to facilitate maintenance and/or replacement.
Remotely controlled cameras in outside areas shall be capable of being panned over 360°. Tilting
of the camera shall be restricted to the areas which are to be monitored and shall generally be
limited in vertical travel to avoid lighting and direct sunshine.
Location of Cameras
The contractor shall nominate in the design the proposed location and height of cameras. The
design shall include details of;
• The angle of cover and extend of the surveillance area for fixed cameras, and
• The extend of the camera surveillance area provided by remotely controlled cameras at
maximum zoom and wide-angle operation.
Cameras shall be installed so as to avoid operation directly into ceiling or wall mounted luminaries.
The provisional location of cameras shall be as described as follow:
Substation
- All Substation control rooms;
- Entrance gate; and
- Switchyard and perimeter.
Control Centre
- Entrance gate; and
- Perimeter and parking areas.
Control Centre
- Entrance gate; and
Perimeter and parking areas. Surveillance Monitoring Facilities CCTV Control Desk
The CCTV control panel shall be mounted on a separate CCTV control desk in the Control Centre
room.
Two (2) colour monitors of minimum diagonal measurement of 450 mm shall be mounted at the
rear of the CCTV control desk or on the wall immediately above the desk.
The monitor screens shall be clearly visible from the main control desk operator’s position and from
the CCTV control desk.
The lower portion of the CCTV control desk shall house recording and playback facilities and the
storage of one month’s supply of video recording cassettes.
Each camera shall be equipped with a motion detector on/off control. When activated the motion
detector shall immediately raise a visual lamp alarm and an input to the overall DCS. The alarm
shall be initiated if motion is detected during intervals in camera scanning where the video is not
displayed on monitor screen “B”.
When the motion detector alarm is enabled on any or all cameras, the initiation of a motion alarm
shall cause the automatic switching of the alarm originating camera to monitor screen “A” and the
activation of the associated video recorder in real time recording mode.
Video Recording
The video input to monitor screen “B” shall be continuously switched between all cameras. The
monitor screen “B” video shall be recorded in time lapse mode, ie every fifth frame of video.
The video recorder shall insert on all frames, in the top right hand corner, the identification of the
camera and the date and time (hour, minutes and seconds) in every 24 hour notation. The time and
date shall be derived from the facility master clock.
The detection of motion on any camera enabled in the alarm mode shall switch the video to monitor
screen “A” and initiate real-time video recording if the camera output.
During periods of real time recording of any camera video output the elapsed time recording of all
camera outputs shall continue in sequence.
In the event of a second motion detector alarm being initiated, the video shall be directed to
monitor screen “B” and interrupt the sequential scanning of cameras and commence the real-time
recording of the event. The second motion detector alarm may be restored to normal by cancellation
of the alarm mode of the respective camera.
Video Recorders
The video recorders shall be professional digital DVD recording at high and extend play speeds and
at every 5th frame and shall be redundant recorder.
Operational Protocol
The design of the CCTV system shall be directed towards the monitoring of the Control Centre. All
cameras shall be recorded at the programmed intervals in time lapse, and the recording of this
surveillance shall not be interrupted. Selected or alarm-initiated events shall be recorded as required
in real time.
During normal operation and periods of high activity by operation and maintenance personnel,
monitoring shall proceed as follows:
- Monitor “A” to any camera;
- Monitor “B” to sequential scan of all cameras at programmed intervals;
- Recorder “A” – standby;
- Recorder “B” – recording screen “B”, time-lapse of all cameras; and
- Motion alarms – inactive.
At night and during periods of low activity by operation and maintenance personnel, monitoring
shall proceed as follows:
- Motion detectors enabled on cameras in non-occupied areas;
- Monitor screen “B” and associated recorder continuous operation in time-lapse mode; and
- Motion detector alarm automatically switched alarm camera to video monitor and recorder “A”
for real-time recording.
TENTATIVE & TECHNICAL SPECIFICATION FOR FIXING OF CCTV CAMERA
2. Thermal imaging The thermal detector of the thermo-vision camera should be based on the
performance Focal Plane Array, Un-cooled micro-bolometer technology with
minimum 384 x 288 pixels.
It should have thermal sensitivity of the order of 0.05º or better at 30ºC.
Image frequency should be such that the buffering effect shall not come
on display.
The spectral range should be of the order of 8 to 14 µm or better. The
thermo-vision camera shall be supplied with the standard lens and an
additional telescopic Zoom lens.
The minimum focus distance of the camera for the standard lens &
telescopic Zoom lens shall be such that it does not affect measurement
in switchyard & transmission lines.
The thermo-vision camera shall have manual focus through focus dial.
a) Spatial Standard lens: 1.1 milli radians or less
resolution Telescopic lens: 0.55 milli radians or less
(Horizontal IFOV)
b) Lens Standard lens: 24º x 18º
(Horizontal FOV) Telescopic Zoom lens: 12 x 9º
Minimum focus distance 0.1 mt. or better
3. Temperature 0 to 600ºC (minimum), with accuracy of + 2% of reading or + 2ºC
measurement range
& Accuracy
4. Emissivity The camera shall have automatic temperature correction facility for
Correction emissivity (emissivity range 0.1 to 1).
5. LCD & Indications
The system shall have a tiltable (min 90º) 3.5 inches color LCD display
with capacitive touch screen for control & programming. Display shall
be properly visible in sunlight. Camera shall also have status indications
to view the status of battery / power mode indication etc.
6. Physical The system should be light weight, hand held with on-board
Characteristics rechargeable, filed replaceable battery. The thermo vision camera shall
also operate on 230V AC supply + 10% and camera battery shall also get
charged with this while the camera is in operation. Separate battery
charger and spare battery shall also be provided. The equipment shall be
well balanced for one hand operation. Hand/neck straps should be
provided for safety of camera while using in field.
7. Battery Operation Camera battery (Li-ion) shall have sufficient power for 4 hours of
time continuous operation with LDC display ON.
8. Video Output The camera shall have video output. (PAL/NTSC).
9. Voice recording/ The system shall have the voice annotation (voice recording) facility for
Text annotation upto 60 seconds per image and voice recording shall be tagged to
particular image of the system. It shall have provision to attach pre-
defined text in each image file during measurement. Infrared image
alongwith corresponding visual image and voice recording or text
annotation shall be linked together.
10. Image storage The system shall be supplied with minimum of removable 16GB SD
capacity card (maximum 32GB)
11. Image storage The camera should store the image in full radiometric JPEG format,
facility with date and time stamping alongwith all technical parameters and
atmospheric conditions corresponding to image, in addition to visual
image, voice /text annotation. If required, operator shall have the facility
to recall, analyse, save and delete the images in the field including the
replay and edit of its voice/text annotation. It shall be possible for
operator to view the live images/recalled images details. Camera shall
have the facility to freeze/hold the image and store a single image or
multiple of images either continuously or periodically. While saving the
image, the camera shall automatically prompt for saving of voice or text
annotation and visual image. It shall also be possible to store only IR
images with or without voice/text annotation or IR image.
12. Measurement The thermo vision camera shall measure absolute temperature of
function hotspots and have auto spot function (auto placement of cursor at min
or max temperature). It shall be possible to create movable cross-hairs/
spots (with temperature) in the live/freeze image. It shall be possible to
create different areas with continuously adjustable dimensions and
position in as image with their selectable max, min and average
temperature display. All the area shall be movable and shall give
maximum and minimum temperature value and its position within the
area. It shall be possible to manually adjust emissivity (preferably with
an online help table), reflected temperature, distance for individual spot
as well as for individual area.
The laser locator shall be active in IR mode with push button. The
camera should have all the required standard palettes/color schemes
(minimum 4 pallets).
13. Software The analyzing software (to be provided alongwith the camera) shall be
windows based, simple to operate, compatible to IR and visual camera
images and capable of providing comprehensive report generation
facility in addition to image analysis and post processing. It should also
be possible to insert a visual image (photo) as well as text object in the
report. The software should include tools for extensive image analysis &
reporting.
14. Accessories All the required accessories like PC/video interface cables, power
supply cables, battery, battery charger (in addition to the AC adopter),
standby battery set, Bluetooth voice recording device, Memory card
16GB or more, operating manual, original CD and software, application
CD, hard carrying case etc should be provided.
15. Operating
Shall operate at Temperature o to 50º C, RH:10 to 90% non condensing.
conditions (with all
accessories)
16. Safety standards Thermo vision camera shall have minimum protection grade of IP-54.
The unit shall meet all EMC emission, immunity standards as per IEC/
EN 61000-4-4, IEC/EN 61000-4-2 and IEC/EN 61000-4-8 respectively
with CE marking to work in EHV areas without any interference. Copy
of relevant certificates shall be furnished alongwith the bid.
17. Demonstration The acceptance of the instrument shall be subjected to the successful
demonstration by supplier to the satisfaction of UPPTCL at prescribed
site. During the demonstration, if the instrument is found not upto the
mark/ not meeting working requirements of UPPTCL, the same shall be
summarily rejected and repeated attempts shall not be permitted.
18. Guarantee Kit shall be guaranteed for minimum 3 years. If the kit needs to be
shifted to suppliers works for repairs during warranty period, supplier
will have to bear the cost of spares, software, transportation, transit
insurance (to & fro) etc. of kit for repair at test lab/works. Kit after
repairs need to be returned within thirty days from the date of dispatch.
19. Calibration Calibration certificate from/traceable to NABL accredited lab or
certificate internationally reputed lab, shall be submitted. Date of calibration shall
not be older than one month from the date of supply of Kit.
20. Services after sale Bidder will have to submit the documentary evidences of having
established mechanism for prompt service chart alongwith bid.
21. Commissioning, Successful bidder will have to commission the instrument to be
Training and satisfaction of UPPTCL. The instrument failed during the demo shall be
Handing over of rejected and no repairs are allowed.
the instrument
TECHNICAL SPECIFICATION OF BDV OIL TESTING SET
The equipment shall be supplied from reputed manufacturer. It should be got approved
before inspection. It shall have provision for energy meter testing capability.
a) Relay tools kits. - 3 sets.
b) Test Plugs - 3 Nos
c) Special Type Test Plugs for using with modular Type cases (if applicable).
d) 1 No. Relay test kit microprocessor based fully automatic. It shall have the
following features:
i) To test all types of Distance, Over Current, Transformer, Reactor and Bus Bar
protection of major manufacturers in Automatic / Semi-Automatic as well as
manual mode. And have necessary conversion software for testing of relays to
suit to Test kit soft wares like RIO or any other type.
ii) It shall include all the accessories required for making the complete test set up.
iii) It shall have three phase current output range 0-50 Amps. (rms) and three phase
voltage range 0-230 voltage (Ph-N).
iv) It shall work on single phase 240V, 50 Hz + 10% variation.
v) Shall include necessary software and hardware
a) to accept transient fault data recorder by disturbance recorder/ Numerical
relay from pen drive and replay these on the relay under test.
b) to draw the relay characteristics.
vi) It shall be able to carry out the testing at power frequencies between 40-60 Hz.
vii) The accuracy of relay test kit shall be as follows:
1% on voltage and current output and resolution of time measurement of 1 ms or
better.
viii) The Kit also suitable to test Energy Meter. Necessary Clamp On CTs (1A or 5A)
& PT Plugs and interfacing item, & software is to be provided. Interfacing item
should catch LCD, LED or Disc of Energy Meter.
Technical Specifications for Supply of earthing equipment kit
1. General information
The items covered under this specification shall be used for temporary earthing during
operation and maintenance of EHV transmission lines and s ub-stations under induced
voltage conditions. The items shall be PRIMARLY used for maintenance of double circuit
transmission lines on de-energized / dead circuit while other circuit on the same tower
remains charged, besides its use on other maintenance works on single circuit lines and sub -
stations.
2. Scope
3. General Requirement :
(a) The climatic conditions for normal use shall be under temperature range from 50C to
+ 500 C ambient temperatures ( Max. Temperature of Conductor may be 700C on
account of radiation from Sun and Conductor heating).
(b) Earthing device shall permit safe earthing and short circuiting of electrical
installations. The fault current level of Earthing devices shall be minimum 8 KA
for 1 sec. and 25 KA for 1 sec. with cable / lead of minimum 35 sq. mm and 95
sq. mm of Copper cable respectively.
(c) The Earthing Device shall be in general conform to IEC:1230:1993,
IEC:855:1985 and IEC:1235:1993.
4. DETAILS OF COMPONENTS OF EARTHING DEVICE :-
The earth clamp shall be suitable for application by hand to tower structure/
Earth strip/ bonding to tools and plants under any natural condition. The large thumb
screw of this clamp shall have pointed end, which can penetrate through the painted /
galvanized surface into steel parts or large flat surface ensuring a strong and efficient
connection to the structure/Earth/strip/tools and plants. The clamp shall be suitable for
connection to structure / Earth strip/tools and plants up to 25 mm thickness. The normal
tightening torque shall be max 1.5 Kg-m and such that it shall not cause damage to
clamps or connection points . The clamp shall withstand minimum pull force as per the
requirement of IEC-1230 (350 kg for 35 sq. mm flexible lead) during attachment to
tower/Earth strip/tools and plans. The Earth clamp shall also be equipped with a
permanent or detachable coupling for connecting the Earthing cable/lead.
4.2 Clamp for Attachment to Conductor of Line / Sub-station ( Line Clamp)
The line clamp shall be suitable for application by means of an operating socket
attached to an “ insulated glass fiber telescopic Earthing Pole” in either upward or
downward directions. For such applications “ spring loaded jaws” shall be required to
enable the clamp easily slip over the conductor and retain the clamp in position while
operating screw is being tightened / loosened. The clamp shall provide reliable contact
performance and withstand the thermal and mechanical stresses produced by rated short circuit
current. The normal tightening torque shall be 1.5 kg.m. and shall be designed such that no
failure occurs up to tightening torque of 4.5 kg.m. The clamp shall withstand minimum pull
force as per the requirement of IEC-1230 (350 kg for 35 sq. mm flexible lead) during
attachment to conductor. The clamp shall be suitable for conductor diameters ranging
from 20 mm to 40 mm.
The clamps without the provision of “Spring loaded jaws” shall also be acceptable,
provided that the same can be fixed on the conductor from downward as well as upward side
through detachable Earthing Poles.
4.3 Light weight Detachable Type Earthing Pole including socket for fixing Conductor
Clamps ( Earthing Pole).
The glass fiber insulated detachable type Earthing Pole shall have a overall
length of approximately 5 (five) meters. The same shall consist of three equal detachable
pieces, the length of each piece being approximately 1.7 meters. The three pieces
shall have arrangements for easy connection/detachment with each other with suitable over
lapping. When the three pieces are connected together it shall form a single stable and sturdy
pole. The top part of the pole shall be provided with a metallic socket for holding the line-
end clamp and for easy and smooth fixing of the line-end clamp to the conductor and also for
removing the same ( line-end clamp) from the conductor. The Earthing Pole shall be
capable of being easily removed after fixing the Line Clamp to the conductor. The glass
fiber insulated detachable type Earthing Pole shall be of Reinforced Category as per IEC
– 1235 or the pole shall be as per IEC - 855. “ Carrying slings” for Earthing Poles shall
also be provided. The carrying sling shall be made of nylon and shall not interfere with
the operation of the pole. The Earthing pole and its couplings shall withstand the
bending force and torsion stresses produced by the load of flexible earthing lead and
tightening forces. The deflection shall be minimized to avoid uncontrollable movements. The
limiting value of deflection shall be as per the requirements of IEC – 1235 for
Reinforced Category or as per IEC- 855.
Detachable coupling between an Earthing pole and conductor clamp shall allow fixing of the
Line Clamp and removal of the Earthing Pole without using pulling
or pushing forces exceeding 10 kg. If the Earthing pole can be detached by pulling and
pushing only, the release force shall not be less than 5 kg.
Operating socket shall have provision of natural “ Spring loaded plunger” which will
maintain grip pressure on the operating screw , holding both socket and line clamp rigidly while
being directed into position. This operating socket shall form a part earthing pole.
Alternatively operating socket without provision of “spring loaded plunger” shall also be
acceptable, provided that the line clamp can be easily fixed and removed and also Earthing
Pole can be easily removed after fixing the line clamp to the conductor.
“Flexible Stranded Cable / Lead” of copper of suitable size required for short circuiting
current rating of 8 KA for 1 sec & of 25 KA for 1 sec, as the case may be, for connection
between Line clamp and Earth clamp shall be used.
This flexible stranded cable or lead shall have a transparent / opaque insulated covering of
bright colour ( Red or Orange) to increase visibility of the strands and shall have approx. 2.0 mm
thickness. The insulated covering shall be
either PVC or Silicon sheath which
shall withstand 50V r.m.s. and variation from -50C to +500C of ambient temperatures
(Max Temperature of conductor may be 700C on account radiation from Sun and
Conductor heating).
The cable / lead shall be connected to Earth Clamp and Line clamp by means of lugs with
large contact areas having double crimping and shall have the required electrical,
mechanical and sealing qualities. In case of Copper lead, the termination lugs should be of
waterproof type and prevent oxidation for long life.
5. Details of Materials :
Basic materials to be used for various components of the Earthing device shall be as per the
Table–I. However an alternative material giving equivalent or better
performance may also be used. The parties shall indicate the materials proposed to be used
for all components of the “Earthing Device” stating the class, grade or
alloy designation of the material, manufacturing reference standard etc.
Following tests shall be conducted on “Earthing Device”. UPPTCL reserves the right to
add or delete any test. These tests shall be conducted at manufacturers’ works or at other
standard laboratories of repute. However, UPPTCL reserves the right to get all or some of
the tests to be conducted again, if felt necessary, in a laboratory of its choice and in
presence of UPPTCL representative.
These tests shall be conducted on samples manufactured / dealt by the bidder. The bidder is
required to furnish copies of recent Type Test Certificates for the offered items, along
with the offer. The test procedure shall be in accordance with IEC: 855: 1985,
IEC:1230:1993 and IEC:1235:1993. The following type tests are to be conducted :-
a) Fatigue test on cable/ lead with end fittings in accordance with IEC 1230,1993.
b) Humidity penetration test on devices with copper cables in accordance with IEC
1230.1993.
c) Pull test on cable / lead with clamps in accordance with IEC 1230,1993.
d) Suitability of line clamp ( Manual Checking) in accordance with IEC 1230. 1993.
e) Tests on clamps, fixed connection points and connection within the device with
respect to the ability to withstand the connecting forces in accordance with
IEC:1230:1993.
f) Short circuit current test for Flexible Cable / Lead with Earth Clamp, Line Clamp
and accessories in accordance with IEC 1230,1993. This Type Test certificate shall be
accompanied by a clear designation of the device tested, test results, a
description of the test arrangement with photographs and/or diagram and an
oscillogram with time trace and scales for test voltage and test current.
g) Dielectric tests of Earthing Poles in accordance with IEC :855:1985 or
IEC:1235:1993. This Type Test certificate shall clearly mention the designation of
the device tested, a description of the test arrangement with photographs and/or
diagram and test results.
h) Testing durability of marking.
i) Visual inspection and dimensional check of earthing poles.
j) Bending and crushing test of Earthing pole accordance with IEC :855:1985 or
IEC:1235:1993.
k) Torsion test of Earthing pole with couplings in accordance with IEC :855:1985 or
IEC:1235:1993.
6.2 Routine Tests :
These tests shall be carried out by the successful bidder during the course of and after
completion of manufacturing of the Earthing Devices. The tests to be carried out are as given
below :-
i) Tests for Flexible cable / lead, Earth Clamp, Line Clamp and accessories shall be
all those tests as given in Table – 3 of IEC: 1230:1993 under routine test category.
ii) Tests for Earthing Poles shall be those as given at clause no. –12 of IEC:1235:1993
for Insulating Hollow Tubes or as given at clause no. – 11 of IEC:855:1985 for
Insulating Foam Filled Tubes.
The successful bidder shall submit appropriate test certificates in support of successful completion
of all the above tests against the batch of Earthing Devices to be supplied by them.
After completion of manufacturing and prior to delivery, the successful bidder shall arrange these
tests to be carried out in presence of POWERGRID representative. The following Acceptance
Tests shall be carried out :-
a) Fatigue test on cable / lead with end fittings in accordance with IEC 1230,1993.
b) Humidity penetration test on copper cable / lead with end fittings in accordance
with IEC 1230,1993.
c) Pull test on cable /lead with clamps in accordance with IEC 1230,1993.
d) Testing durability of marking in accordance with IEC 1230,1993.
e) Bending test on Earthing pole in accordance with IEC:1235:1993 or IEC:855:1985.
f) Torsion test on Earthing pole with couplings in accordance with IEC:1235:1993 or
IEC:855:1985.
g) Dielectric tests of Earthing Poles in accordance with IEC :855:1985 (Clause–11) or
IEC:1235:1993 (Clause – 12), as the case may be.
Sampling, acceptance and rejection criteria shall be as per the following table :-
Samples which are subjected to tests of destructive nature are to be destroyed and made
good with fresh products.
No material shall be delivered to UPPTCL before successful completion of all the
Acceptance Tests in presence of UPPTCL representative and obtaining appropriate
certificate thereof.
Main vendor can associate sub – venders for supply of component/parts of Earthing device,
However, all such sub vendors shall be approved by UPPTCL before commencement of
manufacturing in order to maintain quality of product.
8. Applicable Standards :
c) IEC : 855 – 1985 Insulating foam filled tubs and solid rods for live working.
d) IEC : 1235 – 1993 - 08 Live working : Insulating hollow tubes for electrical
purposes.
e) IS : 617 Specification for Aluminum and Aluminum Alloy ingots and casting for
general engineering purposes.
f) IS : 228 Method or Chemical analysis of steel.
g) IS :8130 Sp. for conductor for insulated electric cables & flexible cords.
9. Marking :
Marking shall be clearly legible. Marking letter shall be at least 3 mm high and durable. The
marking shall contain manufacturer’s name or trade mark and item reference of the device.
The cable lead shall also have marking of cross-sectional area in mm2 & of material. The
marking on the Earthing pole and lead shall not affect its performance.
All the Earthing devices shall be delivered in light yellow water proof canvas carrying bag with a
reinforced base, two handles having a sealing strip and a shoulder strap. The bag shall contain
two external pockets, one pocket shall be used for keeping “ instructions for use” and other
pocket shall be used for item reference.
One bag should be able to contain / store one set of Earthing devices. The Earthing pole shall be
supplied in a long bag having three parts for keeping 3 nos. poles. These bags will also have
two handless and a sealing strip in the center.
For the purpose of transportation of Earthing devices from manufacturer works to Purchaser, the
above bags shall be packed in wooden crates. These wooden crates shall not have any nails
protruding outside the wood.
11. Guarantee :
Details of Materials
04 Lead/Cable
Features: -
Technical Data: -
SFRA should be Stand-alone sweep response analyser for the high accuracy transformer analysis. The SFRA
offered should have both high precision and portability in a single package, providing all the accessories required
for fast, easy to use, reliable and repeatable measurements, without the need for a PC to compare transformer
fingerprints, enabling to complete testing in a much shorter period of time. The SFRA shall have the ability to
utilise existing plots saved to internal memory or USB memory stick and use them as a reference during a live
measurement. If a problem is detected the test can be interrupted without wasting any time by comparing the plots
real time, point by point.
The software
SFRA shall be provided with its own embedded software, giving the possibility to the engineer to zoom into a
portion of the sweep in order to inspect any differences in the plot in more detail during or after a sweep. This
enables diagnosis of transformer faults early on in a transformer sweep, without the need for a PC. In fact, the
SFRA does not run on a generic operation system, it is based upon embedded software which is more reliable in
the field, especially when used as a standalone instrument.
SFRA Software shall be provided with excellent fault diagnosis assistance, ranging from a sophisticated database
including multiple search options to automatic fault diagnosis algorithms in accordance with DLT - 911/2004 and
also provided with excellent graphing functionality for the more experienced user.
SFRA shall be provided with simple, swift and user intuitive diagnosis of transformer sweeps. The user is able to
filter out unwanted sweeps from the built-in database and select up to 9 sweeps to be plotted on one graph.
IEC60076-18 Compliance
The SFRA and accompanying accessories and software should have been developed alongside the IEC60076-18
international standard for sweep frequency analysis of power transformers.
Connecting cables
The SFRA measurement system shall be included with colour coded interconnecting leads and cable storage reel.
This facilitates quick setup times for testing. The SFRA and cable reel are to be designed so that they can be used
in site in the rugged flight case, ensuring the test equipment remains clean when operating in the sometimes
challenging field environment.
Features
The Ground Grid Test Set shall be designed to ensure the integrity of grounding systems and to test personal safety
grounds. The high-current method of testing ground grid continuity and connections is a reliable, accurate method of
detecting faults in the ground system.
Testing of a ground grid consists of passing 300 amperes ac through the grid, for a specified time, between a reference
ground (usually a transformer neutral) and the ground to be tested. The voltage drop and the magnitude and direction of
the current are monitored to verify the integrity of the ground connection. Another application for Ground Grid Test Set
is the testing of safety ground clamps, ferrules and cables. Testing these devices requires continuous current at the rating
of the particular device. The Ground Grid Test Set can test devices that require up to 300 amperes continuous current.
Ground Grid Integrity Measurements
Neither the ground resistance measurements or the touch potential measurements provide information on the ability of
grounding conductors and connections to carry ground fault currents safely to earth. Experience has shown that the
ground fault current can cause a lot of damage to equipment and pose safety hazard to personnel when it does not find a
low-impedance path to the ground grid and thus to mother earth. Therefore, it makes sense to periodically check and
verify the integrity of the ground grid connections.
The objective of this measurement is to determine whether the equipment, frame, structures, or enclosure grounds are
connected to the grounding electrode or ground grid with low resistance. The resistance value of such connections is
expected to be very low (100 μΩ or less). The best way for making tests for integrity of ground grid connections is to
use a large but practical current and some means of detecting the voltage drop caused by this current. A test set is
available to conduct this measurement using AC current. This test method is known as the high-current test method.
This method consists of passing 300 A through the ground grid between a reference ground (usually a transformer
neutral) and the ground (conductor and connections) to be tested. The voltage drop and the current magnitude and
direction are monitored to verify the integrity of the ground connections.
The Ground Grid Test Set test connections for conducting this test are shown in Figure below.
The below listed guidelines are offered when using the high-current method of testing the continuity of ground grids and
grounds. However, it should be kept in mind that these are only guidelines since each ground has to be considered on its
own merits relative to other grounds in the immediate vicinity.
1. The voltage drop of the ground grid rises approximately 1 V for each 50 ft of straight distance from the reference
point.
2. On equipment with single ground the ground can be considered satisfactory if the voltage drop is in line with item 1
above and at least 200 A flow to the ground conductor under test into the grid. On most equipment of this type, 300 A
will flow to the grid; however, in some cases current will also flow through foundation bolts and or conduits.
3. On equipment with multi-grounds, a ground can be considered satisfactory if the voltage drop is in line with item 1
above and at least 150 A flow to the ground conductor under test into the grid. If the current to the grid is less than 150
A, the ground should be disconnected from the equipment and 300 A again should be passed through the ground. If the
ground passes the 300 A and the voltage drop does not increase more than 0.5 V over the previous level, the ground can
be considered satisfactory.
“Caution: Before any ground is removed from an equipment be sure to parallel it with a 2/0 CU temporary ground,
such as a truck ground or other grounds before it is disconnected.”
4. To test transformer neutral or reference point pass 300 A through the transformer neutral at a point above grade but
below any bonding connections or clamps on the tank. If at least 150 A flow to the ground grid, the reference point can
be considered satisfactory.
5. Establish a reference ground, preferably a transformer neutral. From a high-current AC source connect one test lead
to ground being tested as shown in Figure. Connect the test lead at a point above grade but below the bonding connections
or clamps. Pass 300 A through the ground grid and record the voltage drop across the grid. Using a clip-on ammeter,
measure the amount of test current flowing above (to the equipment) and below (to the grid) the test lead on the ground
being tested. The voltage drop should be in accordance with item 1 above. The test amperes should be in accordance
with items 2 and 3 in this list.
Technical Specification for CT/PT Analyzer
General Requirements
Tests for Current Transformer:
1)Excitation curve and parameters test
2)Turns ratio test
3)Ratio and phase error test
4)Polarity mark check
5)Winding resistance measurement
6)Secondary loop burden measurement
7)Error line curve test for protection CT
8)Transient CT parameters test
9)CT nameplate guess
10) Saturation hysteresis loop curve measurement
1 Circuit Breaker Analyzer shall be capable for testing, analyzing and assessing power system circuit
breakers, mechanical characteristics of load switches and isolated switches and other AC high voltage
switches, contact resistance, Arcing contacts and vibration characteristics etc. The functions of Circuit
Breaker Analyzer cover all testing items of high voltage circuit breaks. Comparing with the traditional
circuit breaker tester, this Circuit Breaker Analyzer has the following unique advantages:
2 The integrated vibration test function of Circuit Breaker Analyzer provides a new means of detection circuit
breaker mechanical characteristics for users, compared to traditional time measurement and speed
measurement, the vibration fingerprint detection is easier and more efficient.
3 The vibration fingerprint test results contain richer information of circuit breaker operation, for potential risk of
failure or faulty breakers, it can locate the fault position quickly.
4 The vibration tests do not need to change the original line connection, so the users can complete the
charged detection of mechanical characteristics of circuit breaker.
5 Arcing contact analysis module allows users to automatically assess the degree of loss of inside Arc suppression
contact of circuit breaker without disassembly.
6 Users can use Circuit Breaker Analyzer to complete the contact resistance tests, do not need to buy
contact resistance tester separately.
7 Functions and Applications
Circuit Breaker Analyzer is to be used for testing and analyzing high voltage circuit breakers, load
switches and isolated switches and other AC high voltage switches, and the main functions are as following:
8 Measurement of closing time, opening time, time spread between poles, time spread between units of
one pole, bounces etc.
9 Measurement of closing speed, opening speed and average speed.
10 Measurement of clearance between open contacts, over travel, overshoot travel and total travel.
11 Measurement of closing coil current time curve, opening coil current time curve and the maximum coil
current
12 Test travel time curve, speed time curve and acceleration time curve
13 Measurement of pre-insertion resistance value and pre-insertion ion time.
14 Test contact resistance
15 Measurement of dynamic resistance time curve and length for arcing contacts
16 Vibration test, including vibration fingerprint curve acquisition, management, and vibration fingerprint
curve automatic matching.
17 CO-t1-CO,O-t-CO-t1-CO,CO rated operating sequence verification test.
18 Drawing Envelopes for reference travel curve and compare travel curve with envelopes
19 Mechanical travel curve automatic compare with saved travel curve
20 Measurement of CO time (close-open time) and OC time (Opening-Closing time)
21 Graphite contact closing time, opening time, dynamic resistance curve measurement
22 Zoom, editors, statistics and analysis for measurement curves.
23 12-inch touch screen for control and data input
24 Built-in micro printer for test result printout.
25 Generate WORD format test report automatically (all reports and data can be exported
through Flash disk).
Technical Specifications
1 12 channels for time measurement (3-channel supports both the time contact and resistance contact
time, 6-channel isolated contacts for cascaded unit measurement of pole)
2 Time measurement
Range 4000ms
Error < 0.1ms
Resolution 0.01ms
3 Travel measurement according to sensor
a) Linear resistance sensor
i) Measurement range 0~250mm; resolution: 0.01mm; error: <0.5mm
ii) Measurement range 0~25mm; resolution: 0.01mm; error: <0.05mm
b) Angle resistance sensor
i) Measurement range 0~360°; resolution: 0.01°; error: <0.5°
4 Pre-insertion resistance measurement range 50~5000ohm; error :<1%RDG+2D
5 Dynamic resistance measurement
i) Test current 25~100A
ii) Measurement error < 1%RDG+2D
6 Contact resistance measurement
Range1:0--10mohm Error <0.5%RDG+0.05%FS
Range2 : 0-2mohm; Error: <0.5%RDG+2D
7 Speed measurement
250mm linear resistance scale 0~20m/s; error: <0.5%RDG+2D
25mm linear resistance scale 0~20m/s; error: <0.5%RDG+2D
8 Angle sensor 0~20m/s; error: <0.5%RDG+2D
9 Acceleration sensor 0~20m/s; error: <5%RDG+2D
10 Coil current measurement Range 0~20A; resolution: 0.001A; error: <0.01A
11 Vibration measurement Range: 0~5000G; error: <3%
12 Internal DC power source voltage: 12~265V; current:0~20A
13 Built-in 8G storage memory and 2 USB interface for data export and external keyboard or mouse connection
14 Power supply AC220V±10%; 50Hz±10%
15 Temperature 10~50℃
16 Humidity <80%
17 Dimension 448×260×150mm
18 Weight 15kg
Clampon Earth Tester shall be capable of measuring ground resistance / loop resistance.
Transformer Winding Resistance Tester shall be capable of measuring the DC resistance of the three phase
winding of the large capacity transformer.
1. The system shall be capable of providing a video imaging and recording, while inspecting energized
system. Hence no outage is required for inspection.
2. The system shall perform satisfactorily while operating from a moving vehicle (car, train or helicopter)
at speeds up to 120 km/hour, at full daylight.
3. The system shall be able to visualize corona at full daylight without being affected by sun radiation.
4. The system shall consist of at least 2 imaging channels: a UV sensitive channel to image the corona
and a visible channel to image the surrounding scene.
Method Keyboard
Function Activation One touch button
Analog Time Integration Equivalent number of integrated frames:
3, 7, 15, 23, 31
Digital UV Event Counting Estimation of corona intensity.
Calculates and displays the number of UV
events/minute
Rapid Zoom Continuous push button, reaches max zoom value
within 1 sec
Mounting Point Standard ¼” thread tripod mount
Audio Interface External microphone
Universal AC/ DC
Carrying Vest with battery pouch
Two rechargeable batteries
Battery Charger
SD card
USB card reader
Microphone
Lens cover
Ruggedized transport case
4. Optional Accessories
Automatic 10KV Capacitance & Dissipation Factor Test Set is used to measure dissipation factor (PF)
in heavy interference site such as power plants or power substations. It can also be used in laboratory for
high accurate test.
Accuracy Cx ±(reading×1%+1pF)
PF ±(reading×1%+0.00040)
External HV 3pF~0.3uF/10kV
Humidity <90%
2 HFCT Probe
Amplitude range
3 Airborne Acoustic Probe
-10-73dBμV
Central frequency 40kHz
20kHz - 300kHz
Amplitude range 1-60dBmV
5 TEV Probe
Central frequency 1-60MHz
6
Ultra High Frequency Amplitude range 1-60dBmV
Sensor Central frequency 300-2000MHz
7 Battery charge unit Input voltage 90%~120% of 220VAC
Frequency 45~55Hz
Weight <400g
Output voltage 8.4V
Output current 1A
case materials ABS
8 Mechanical Size 180*110*35mm(L*W *H)
Weight <3.5kg
• Package List
Bill of Quantity of Civil works for contruction of 400/220/132 KV (GIS) Sub Station
at District Shamli
Construction of CRB, 400/220/132 GIS Hall, Outdoor switchyard, Mulsifire tank, 50KL OH tank,
Road, Drain, Culvert, Parks & Plantation etc. at 400/220/132 KV (GIS) Sub Station Distt. Shamli
6 20.06 Supply and fabrication of M.S. Tor MT 81.85 69410.00 #NAME? 5681208.50
reinforcement cages for piles including
cutting, bending, welding if required as per
design and placing of the cage in the pile
bore including cost of all materials, labour
and T&P etc. as may be required for proper
completion of the work including all
incidental wastage.
7 20.07 Cutting and chipping the piles top above the #NAME?
cut off level including bending and
straightening the pile reinforcement as
directed including cost of all material, labour
and T&P etc. as may be required for proper
completion of the work.
(a) For 300mm dia piles Each 222.00 277.50 #NAME? 61605.00
(b) For 400 mm dia piles Each 292.00 370.00 #NAME? 108040.00
(C) For 500 mm dia piles Each 105.00 500.00 #NAME? 52500.00
8 20.08 Conducting load test on working piles or #NAME?
test piles in compression upto 12mm.
settlement as per ISS
(a) For 300 mm dia piles under reamed Each 1.00 16000.00 #NAME? 16000.00
piles.
(b) For 400 mm dia piles under reamed Each 1.00 17600.00 #NAME? 17600.00
piles.
(C) For 500 mm dia piles under reamed Each 1.00 19200.00 #NAME? 19200.00
piles.
9 20.09 Conducting load test on working pile or test #NAME?
pile but for uplift upto 12mm as per ISS.
(a) For 300mm dia under reamed piles. Each 2.00 12000.00 #NAME? 24000.00
(b) For 400 mm. dia under reamed piles. Each 2.00 13200.00 #NAME? 26400.00
10 20.10 Conducting load test by lateral thrust on #NAME?
working piles/test pile up to 12mm lateral
deflection as per ISS.
(a) For 300mm dia under reamed piles. Each 2.00 8800.00 #NAME? 17600.00
(b) For 400 mm. dia under reamed piles. Each 2.00 8800.00 #NAME? 17600.00
11 20.15 R.C.C. work with cement, approved coarse Cum 385.00 7525.00 #NAME? 2897125.00
sand, and 2 cm. Gauge approved stone
ballast in 1:1.5:3. proportion for concreting
in pile including cost of all materials, labour
and T&P etc. required for proper
completion of the work. Measurements of
work will be done according to design
diameter and depth of the pile up to cut off
level under reamed concrete shall be
measured as per IS 2911 part 2.
12 20.15 R.C.C. work with cement, approved coarse Cum 250.00 7857.00 #NAME? 1964250.00
A sand, and 2 cm. Gauge approved stone
ballast in 1:1.5:3.proportion for concreting in
pile cap including cost of all materials,
labour and T&P etc. required for proper
completion of the work. Measurements of
work will be done according to design
diameter and depth of the pile up to cut off
level under reamed concrete shall be
measured as per IS 2911 part 2.
13 20.17 Extra for concreting in bore hole filled with Cum 385.00 527.00 #NAME? 202895.00
water or bentonite solution (bore under
loose unstable/under water) by
displacement method using trimming pipe
and excluding cost of 10% extra cement as
required for the normal 1:1.5:3 mix
including cost of all materials, labour and
T&P etc. as may be required for proper
completion of the work.
14 4.01 Excavation in foundation in ordinary soil Cum 2000.00 163.00 #NAME? 326000.00
(loam clay or sand) including lift upto 1.5
Metre and lead upto 30 metre and
including filling, watering, and ramming of
excavated earth into the trenches or into
the space between the building and the
side of the foundation.
15 4.03 Excavation in foundation in ordinary soil in Cum 2000.00 205.00 #NAME? 410000.00
small pit in auxiliary structure foundation as
per drawing in out-door switch yard. Size
may vary as per direction of Engineer-in-
charge.
16 4.04 Earth work in cutting or in embankment in Cum 200.00 140.00 #NAME? 28000.00
ordinary soil, excavation to be in the form of
regular pits not exceeding 0.5 metre in
depth and earth work in embankment to be
in 20 cms layers, including ramming and
dressing the surface to require levels and
slopes complete.
17 4.06 Add to Item No. 4.01 to 4.05 above for Cum 2000.00 24.00 #NAME? 48000.00
every additional 30 Meters lead or part of
30 Meters or for every additional 1.5 M lift
of part of 1.5 Metres.
18 4.07 Cutting or filling undulated land for proper Sqm 50000.00 7.00 #NAME? 350000.00
leveling and dressing the area including
cutting and filling the earth upto 100mm
depth if required and as per direction of E/I,
complete with all material, labour and T&P
etc. required for proper completion of work.
19 4.08 Local Fine sand of 1.25 F.M. filling in plinth Cum 700.00 1430.00 #NAME? 1001000.00
including supply of necessary quantity of
sand from a river/canal nearest to the site
of work including watering, ramming and
dressing etc. Rate to include cost of all
materials, labour and T&P etc. required for
proper completion of work.
20 4.09 Clearing Jungle including uprooting of rank Sqm 40000.00 7.00 #NAME? 280000.00
vegetations, grass, bush wood, trees and
saplings of girth upto 20 cm measured at a
height of one meter above ground level and
removal of rubbish upto a distance of 50
meters outside the periphery of area
cleared.
21 4.10 Earth filling under floors including cost of Cum 100.00 408.00 #NAME? 40800.00
the earth when obtained from outside
Corporation's area including its carriage,
loading/unloading, spreading, watering and
ramming in 20 cm layers and dressing of
earth etc. Rates including cost of earth,
labour, T&P and ROYALITY of earth etc.
required for proper completion of the work.
22 4.11 Earth filling in Bulk in open areas including Cum 50000.00 390.00 #NAME? 19500000.00
cost of the earth when obtained from
outside Corporation's area including its
carriage, loading/unloading, spreading,
watering and ramming in 20 cm layers and
dressing of earth etc. Rates including cost
of earth, labour, T&P and ROYALITY of
earth etc. required for proper completion of
the work.
23 4.12 Providing and injecting chemical emulsion Sqm 2000.00 190.00 #NAME? 380000.00
on bottom surface and back fill in
immediate contract with the foundation
structure and vertical surface of the sub
structures for each side @ specified with
chlorpyriphose / lindane E.C. 20% with 1%
concentraction for preconstructuioal anti-
termite treatment and creating a chemical
barrier under and around foundation walls,
columns, pits, back fill earth, junction of
walls and floors, external perimeter of
building, surrounding pipes, under apron
etc. as per I.S. 6361 (Part II-2001) revised
with latest amendment and direction of E/I
including cost of chemical, labour T&P
required for proper completion of work.
24 5.01 Concrete with 4cm gauge down graded Cum 3250.00 5200.00 #NAME? 16900000.00
Stone ballast , coarse sand (F.M. 1.8 to 2.5)
and cement in proportion of 12:6:1 in
foundation and under floors and supply of
all materials, labour, tools and plants etc.
required for proper completion of the work.
25 5.02 Concrete with 4cm gauge down graded Cum 1500.00 5570.00 #NAME? 8355000.00
Stone ballast , coarse sand (F.M. 1.8 to 2.5)
and cement in proportion of 8:4:1 in
foundation and under floors and supply of
all materials, labour, tools and plants etc.
required for proper completion of the work.
26 5.03 Cement concrete with 2cm gauge Stone Cum 250.00 6800.00 #NAME? 1700000.00
ballast, coarse sand and cement in the
proportion 4:2:1 including supply of all
materials, labour and T&P etc. required for
proper completion of work.
27 5.04 Cement concrete with 2cm gauge Stone Cum 525.00 7120.00 #NAME? 3738000.00
ballast, coarse sand and cement in the
proportion 1:1.5:3 including supply of all
materials, labour and T&P etc. required for
proper completion of work.
28 5.08 RCC work with cement, approved coarse Cum 415.00 8390.00 #NAME? 3481850.00
sand and 2cm (3/4”) gauge approved stone
ballast in the proportion of 1:1.5:3 in the
lintels or bends and sun shade of doors and
windows excluding supply of reinforcement
and its bending but including its cutting,
fixing and binding the same with 24 B.W.G.
G.I. wire including necessary centering and
smooth shuttering etc required for proper
completion of work including supply of all
material, binding wire, labour and T&P etc.
29 5.10 RCC work with cement, approved coarse Cum 1260.00 10840.00 #NAME? 13658400.00
sand and 2cm (3/4”) gauge approved stone
ballast in the proportion of 1:1.5:3. For slab
excluding supply of reinforcement and its
bending but including its cutting, fixing and
binding the same with 24 B.W.G. G.I. wire
including necessary centering and smooth
shuttering etc required for proper
completion of work including supply of all
material, binding wire, labour and T&P etc.
30 5.12 RCC work with cement, approved coarse Cum 657.00 11840.00 #NAME? 7778880.00
sand and 2cm (3/4”) gauge approved stone
ballast in the proportion of 1:1.5:3. For
beams excluding supply of reinforcement
and its bending but including its cutting,
fixing and binding the same with 24 B.W.G.
G.I. wire including necessary centering and
smooth shuttering etc required for proper
completion of work including supply of all
material, binding wire, labour and T&P etc.
31 5.14 RCC work with cement, approved coarse Cum 770.00 7750.00 #NAME? 5967500.00
sand and 2cm (3/4”) gauge approved stone
ballast in the proportion of 1:1.5:3. For raft
excluding supply of reinforcement and its
bending but including its cutting, fixing and
binding the same with 24 B.W.G. G.I. wire
including necessary centering and smooth
shuttering etc required for proper
completion of work including supply of all
material, binding wire, labour and T&P etc.
32 5.16 RCC work with cement, approved coarse Cum 265.00 12010.00 #NAME? 3182650.00
sand and 2cm (3/4”) gauge approved stone
ballast in the proportion of 1:1.5:3. in T-
beam, columns and walls upto 1.50mt. Ht.
(Only web of T or L beam shall be
measured.) excluding supply of
reinforcement and its bending but including
its cutting, fixing and binding the same with
24 B.W.G. G.I. wire including necessary
centering and smooth shuttering etc
required for proper completion of work
including supply of all material, binding wire,
labour and T&P etc.
33 5.16A As in item no 5.15 above but in RCC Wall Cum 120.00 13430.00 #NAME? 1611600.00
in the proportion 1:1.5:3. for depth or ht.
more than 1.50 mt.
34 5.17 Concreting of 40 mm thick R.C.C. trench Sqm 450.00 450.00 #NAME? 202500.00
cover of mild steel frame work with CC
1:1.5:3 in cement coarse sand, 12 mm
down graded stone ballast with smooth
finishing on both top and bottom surfaces
matching with floor colour complete with all
labour, materials, T&P etc. required for
proper completion of the work but excluding
cost of cover of steel frame.
35 5.19 Placing of trench cover of all size in proper Each 1400.00 6.00 #NAME? 8400.00
position including transporting from different
places within the s/s area including all
labour T&P etc. required for proper
completion of the work as per direction of
Engineer-in charge.
36 5.20 Engraving logo of sub-station name with Each 100.00 4.00 #NAME? 400.00
year of construction by pressing monogram cover
as specified and approved by E/I including
cost of all material, labour and T&P
required for proper completion of work.
37 5.21 Providing cement concrete with cement, Cum 50.00 8980.00 #NAME? 449000.00
approved coarse sand (F.M. 1.5 to 2.5) and
12 mm gauge down graded approved stone
ballast in the proportion of 1:1.5:3 in the
grouting of Edge and brackets of trenches
including necessary centering and
shuttering etc. including supply of all
materials, labour and T&P etc. required for
proper completion of work.
38 5.22 75 mm Turfing with 20mm crushed stone Cum 8400.00 3275.00 #NAME? 27510000.00
grit in switch yard by placing it properly over
prepared base or cc 1:6:12 completely.
(Rate excluding cost of cc 1:6:12)
39 5.23 Supply and placing of round pebbles of Cum 75.00 4375.00 #NAME? 328125.00
40to 50mm size over grill of chilling tank of
160/315/500 MVA Transformer plinth
properly in two layers as per direction of E/I,
including cost of all material, labour and
T&P etc. required for proper completion of
work.
40 6.01 1st class brick work in 1:6 cement and Cum 365.00 4710.00 #NAME? 1719150.00
coarse sand of 2.25 F.M. mortar in
foundation and plinth including supply of all
material, labour and T&P etc. required for
proper completion of work.
41 6.02 1st class brick work in 1:4 cement and Cum 625.00 4930.00 #NAME? 3081250.00
coarse sand of 2.25 F.M. mortar in
foundation and plinth including supply of all
material, labour and T&P etc. required for
proper completion of work.
42 6.01+ 1st class brick work in 1:6 cement and Cum 360.00 5013.00 #NAME? 1804680.00
6.05 coarse sand of 2.25 F.M. mortar in super
structure including necessary cutting and
moulding of brick as required and also
including honey comb brick work for 345
mm and above thick wall including supply of
all material, labour and T&P etc. required
for proper completion of work.
43 6.01+ 1st class brick work in 1:6 cement and Cum 750.00 5196.00 #NAME? 3897000.00
6.06 coarse sand of 2.25 F.M. mortar in super
structure including necessary cutting and
moulding of brick as required and also
including honey comb brick work for 230
mm thick wall including supply of all
material, labour and T&P etc. required for
proper completion of work.
44 6.02+ 1st class brick work in 1:4 cement and Cum 345.00 5416.00 #NAME? 1868520.00
6.06 coarse sand of 2.25 F.M. mortar in super
structure including necessary cutting and
moulding of brick as required and also
including honey comb brick work for 230
mm thick wall including supply of all
material, labour and T&P etc. required for
proper completion of work.
45 6.02+ 1st class brick work in 1:4 cement and Cum 215.00 5540.00 #NAME? 1191100.00
6.07 coarse sand of 2.25 F.M. mortar in super
structure including necessary cutting and
moulding of brick as required and also
including honey comb brick work for 115
mm thick wall including supply of all
material, labour and T&P etc. required for
proper completion of work.
46 6.10 Laying reinforcement brick work in fire Cum 460.00 7520.00 #NAME? 3459200.00
protection wall of required height with 1st
class brick in cement and coarse sand
mortar in 1:3 excluding supply of
reinforcement and its bending but including
its fixing in position and binding the same
with 24BWG G.I. binding wire and including
cost of binding wire, scaffolding, materials,
labour and T&P required for proper
completion of work.
47 7.01 25mm.thick Damp proof course with Sqm 15.00 340.00 #NAME? 5100.00
cement concrete consisting of 1 part
cement, 1.½ parts approved coarse sand
and 3 parts approved 13mm (1/2”) down
graded stone grit and including water
proofing material (Preferably RECRON
3Sor Dr.Fixit) as directed by the Engineer-in-
charge mixed in proportion as specified by
the manufacturer.
48 7.02 As in item no. 7.01 above but material at Sqm 10.00 307.00 #NAME? 3070.00
top of walls before laying R.C.C. slab
including cost of all material, scafolding
labour and T&P etc. required for proper
completion of the work.
49 7.03 25mm. thick cement concrete Coping in Sqm 50.00 328.00 #NAME? 16400.00
1:2:4 cement, coarse sand and 12mm
down graded stone grit in shape & smooth
finish top as directed by the Engineer-in-
charge including cost of all material, labour
and T&P required for proper completion of
work.
50 8.01A S/F of Malayshian sal/ MARANDI / CHIR Cum 5.00 82463.00 #NAME? 412315.00
WOOD frames of door, window, ventilators,
etc. and fixing the same in proper position
and alignment including simple moulding
and straight line work as per direction of E/I
including cost of all material, labour and
T&P required for proper completion of work.
51 8.09 Supply and fixing of 3.50 cm thick Shisham Sqm 260.00 4159.00 #NAME? 1081340.00
wood part glazed doors and windows
shutter including supplying and fixing of
wooden cleats, stoppers and necessary
screws including supply and fixing the 4mm
thick glass panes with putty and brad,
(0.64kg or 21 oz per sqm) required for
proper completion of work and as per
direction of E/I.
52 8.15 Supply and fixing Stainless.Steel. mosquito Sqm 28.00 1327.00 #NAME? 37156.00
proof heavy quality iron wire mesh of 15x28
G over windows and including supply of UP
teak wood battens (40x15) mm size and
including supply and fixing of necessary
screws all materials, labour and T&P etc.
required for proper completion of the work.
53 8.20 Supply and Fixing brass polished hydraulic NO 197.00 1320.00 #NAME? 260040.00
door closure Everest or equivalent make,
its fixing and adjustment with the help of
screws, nuts and bolts uncluding supply of
all materials labour, T&P etc. required for
the proper completion of the work.
54 8.21 S/F 35 mm thick fully panelled shisham Sqm 180.00 3040.00 #NAME? 547200.00
wood door and window shutter with 12mm
thick shuttering plyboard for pannels
including supplying and fixing of wooden
cleats, stoppers and necessary screws
including all labour, materials, T&P etc.
required for the proper completion of the
work.
55 8.23 Supply and Fixing of aluminium fittings with #NAME?
screw for doors and windows etc.
(b) L-Drop 16 mm dia 10" long Each 50.00 198.00 #NAME? 9900.00
(c) L-Drop 16 mm dia 8" long Each 50.00 172.00 #NAME? 8600.00
(e) Tower bolt 8" long Each 50.00 76.00 #NAME? 3800.00
(f) Tower bolt 6" long Each 50.00 64.00 #NAME? 3200.00
(g) Handle 6" long Each 50.00 51.00 #NAME? 2550.00
(h) Handle 4" long Each 50.00 32.00 #NAME? 1600.00
56 8.24 Supply and fixing of single leaf flush doors #NAME?
commercial quality conforming to I.S. 2202
part-I (1983) including fixing of wooden
cleats and stoppers including cost of all
materials labour, & T&P etc. required for
the proper completion of the work.
59 8.31 Providing and fixing fully glazed anodized Sqm 50.00 3674.00 #NAME? 183700.00
/powder coated heavy duty aluminium fixed
shutters or frames of Hindalco or
Equivalent extruded standard section of
thickness 02mm as per approved drawing
and approved sample of aluminium section
including providing and fixing of 5.00 mm
thick glass of Modi/Sant Gobin or
equivalent with neoprene rubber beading
all round. The minimum thickness of
anodizing on all aluminium section should
be 10 to 12 micron with a ± 2micr.
tolerance. The rate including the cost of
fixing of Aluminium frame to wooden frame
or to masonary /RB/RCC structure by
means of 80 mm long approved counter
sunk screws as per drawing or as directed
by E/I excluding cost of wooden frame, but
inclduing cost of all other materials, labour
T&P etc. complete required for proper
completion of work.
60 8.32 Same as above item no. 8.31 but for Sqm 40.00 5400.00 #NAME? 216000.00
openable sliding or pivoting window shutter
of frame as shown in drawings, including
providing and fixing of pivots of heavy
quality if required and all other fitting as per
approved sample like concealed tower
bolts, handles etc. as per direction of
Engineer-in-charge required for proper
completion of the work.
61 8.33 Same as Item No. 8.31 but for openable or Sqm 30.00 5100.00 #NAME? 153000.00
sliding or pivoting gate/door portion as
shown in drawing including providing and
fixing pivots of heavy approved qulaity and
all other fittings as per approved sample
like tower bolts, push plate (as shown in
drawing) and approved standard brass
body with brass components 6 lever heavy
duty concealed lock etc. required for proper
completion of Job work.
62 8.34 Provding and fixing of Double Action floor NO 126.00 2200.00 #NAME? 277200.00
spring of approved quality and make as per
approved sample including cutting in floors
and R.C.C. slab and grouting the same with
CC & finishing the surface properly as and
where required under AIuminium. doors as
per direction of Engineer in charge. The
rate includes all labour, material & T&P etc.
required for proper completion of work.
63 8.35 Providing and fixing mineral Fibre Board Sqm 250.00 1225.00 #NAME? 306250.00
modular False Ceiling in USG or Armstrong
or equivalent make as approved by
Architect in Tegularedge Mineral textured
tiles with approved surface pattern of size
600mmx600mm having Noise reduction Co-
efficient 0.5-.06 , light reflaction over 75%
Relative Humidity 95% , Suspension
system of trulok expxised grid system with
15mm wide fkabges of whit color , fixed to
the structural soffit by Butterfly clip hangers,
suspenstion wires & anchor fastener as per
the manufacturer's specification.
Suspension wires to be provided at every
600mm c/c with two nos of ties on each
anchor fastener , perimeter trim of Trulok
wall angle in whit color secured to wall at
450mm maximum centers. The work to be
completed as per direction E/I.
64 9.01 Mild steel or iron work in heavy small M.T. 100.00 69440.00 #NAME? 6944000.00
section like (J/U) hooks, holding down
bolts, hold fast, tie rod, record recks,
door/window frame, trench recks & edges,
angle post etc. (when not included in overall
rates) wrought to required form including
supply of steel bolts, nuts, wastage etc. and
their fixing charges, welding, required for
proper completion of the work.
65 9.02 Mild steel or iron work in heavy large size M.T. 591.00 72870.00 #NAME? 43066170.00
sections such as trusses, built-up gates,
roof work, window/boundry grill or railing,
trench covers, grating, T/F rail etc. wrought
to required form including supply of steel
bolts, nuts, wastage etc. and their fixing
charges, welding, required for proper
completion of the work.
66 9.04 T.M.T. or Tor Steel in plain work such as M.T. 485.00 69410.00 #NAME? 33663850.00
reinforced concrete or reinforced brick work
(when not included in over all rates)
wrought to required shape as necessary
including bending for proper completion of
the work and including supply of steel its
wastage, bend, hooks, and authorized
overlapping as required for proper
completion of the work.
67 9.05 Supply and fixing rolling shutter of approved Sqm. 12.00 1955.00 #NAME? 23460.00
make made of (18x125) mm M.S. laths
interlocked through their entire length and
joint together at the end by end locks and
mounted on specially designed pipe shaft
with brackets side guides and arrangement
for inside and outside locking with push and
pull operation complete but excluding the
cost of top cover and spring.
68 9.06 Providing and fixing 27.5 cm long wire Each 6.00 580.00 #NAME? 3480.00
spring grades 2 for rolling shutters.
69 9.07 Providing and fixing top covers of 18 gauge RM. 6.00 693.00 #NAME? 4158.00
for rolling shutters.
70 9.08 Supply of 32 mm dia M.S. Anchor bolts Each 50.00 790.00 #NAME? 39500.00
(conforming to IS 266) 900 mm. Long with
base plate (75x75x6mm) welded with
anchor bolts including its threading upto a
length of 10cm and also supply of a pair of
standard nuts with therading including
supply of 5mm thick washer and cost of
labour material and T&P etc. required for
proper completion of the work.
71 9.09 Supply of 28 mm dia M.S. Anchor bolts Each 1700.00 710.00 #NAME? 1207000.00
(conforming to IS 266) 900 mm. Long with
base plate (75x75x6mm) welded with
anchor bolts inclduing its threading upto a
length of 10cm and also supply of a pair of
standard nuts with therading including
supply of 5mm thick washer and cost of
labour material and T&P etc. required for
proper completion of the work.
72 9.10 Fixing and grouting the Anchor bolts 28mm Each 2700.00 105.00 #NAME? 283500.00
dia to 32mm dia in proper alignment level
and setout with the help of a template
complete including supply of all labour &
T&P etc. requiired for proper completion of
the work.
73 9.11 Supply of 25 mm dia. M.S Anchor bolts Each 1700.00 380.00 #NAME? 646000.00
(conforming to IS-266) 500 mm long with
base plate (50x50x6 mm) welded with
anchor bolts, including its threadng up to a
length of 10 cm and also supply of a pair of
standard nuts with theading including
supply of 5mm thick washer and cost of
labour material and T&P etc. required for
proper completion of the work.
74 9.12 Fixing and grouting the 25mm dia and Each 2350.00 85.00 #NAME? 199750.00
below size Anchor bolt in proper alignment
level and setout with the help of a template
including supply of all labour T&P etc. reqd.
for proper completion of the work.
75 9.15 Grouting of MS rail 90/105 Lbs inclduing RM 24.00 480.00 #NAME? 11520.00
cost of all labour, material & T&P complete.
(M.S.Rail shall be issued by Deptt. Free of
cost.)
76 9.16 Supply and fixing of welded mesh of Kg. 1000.00 107.00 #NAME? 107000.00
approved quality and size as approved by
E/I, over M.S.Angle frame with M.S. flat,
nuts & bolts or welding as required , Rate
including cost of all material, labour and
T&P etc. required for proper completion of
work. (Excluding cost of M.S.Angle frame
with M.S. flat)
77 9.17 Supply and fixing of 50X50mm. 8Gauge Sqm 300.00 605.00 #NAME? 181500.00
G.I. Chain link of approved quality of
required height over M.S.Angle frame with
M.S. flat, 10mm dia 40mm long nut bolts &
washer and welding as required , Rate
including cost of all material, labour and
T&P etc. required for proper completion of
work. (Excluding cost of M.S.Angle frame
with M.S. flat)
78 9.18 Placing of template in position, level and Each 300.00 175.00 #NAME? 52500.00
alignment for grouting of Anchor bolt in
main gantry (Labour only)
79 9.19 Placing of template in position, level and Each 840.00 60.00 #NAME? 50400.00
alignment for grouting of Anchor bolt in
Auxillary Structures (Labour only)
80 9.20 Fixing and grouting of trench edging and RM. 6000.00 14.00 #NAME? 84000.00
rack in proper level and alignment including
cost of all labour and T&P etc required for
proper completion of the work but excluding
cost of C.C.
81 9.21 Extra labour for making all type of nosing by Each 100.00 10.00 #NAME? 1000.00
forging requred for grill and gates etc.
82 9.22 Providing and fixing in position collapsible Sqm. 6.00 4250.00 #NAME? 25500.00
steel shutter with vertical channels 20x10x2
mm and braced with flat iron diagonals
20x5 mm size with top and bottom rails of
"T" iron 40x40x6 with 38mm dia steel pullys
with bolts, nuts, locking arrangement,
stoppers, handles complete as per direction
of E/I.
83 9.24 Providing barbed iron wire fencing including Kg. 2000.00 102.00 #NAME? 204000.00
fixing in post after stretching it including
cost of all material, labour in T&P etc.
requried for proper completion of the work.
84 10.05 Supply and painting of 80/100 grade Sqm 200.00 112.00 #NAME? 22400.00
bitumen paint over roof or on wall @1.7
kg/sq.m. Including sweeping, cleaning the
roof with brush, heating the paint to
required temperature and supply of all
materials, labour and T&P etc. required for
proper completion of work.
85 10.06 Providing and applying four courses of Sqm 150.00 340.00 #NAME? 51000.00
water proofing treatment at roofs consisting
first course of straight run 85/25 grade
bitumen confirming to I.S. 73-1961@0.7
Kg/Sqm, second course of roof guard
consisting of polythene sheets weighting
0.12 Kg/ Sqm, with 75mm over laps, along
roof slope, third course of cold cut back
bitumen B.S. grade @ 1.0 kg/ Sqm as per
I.S. 7290 and the fourth and final course of
1:1.5:3 cement concrete, 25mm thick with
water proofing compound (RECRON.3S) as
per specifications, including all materials,
labour and T & P etc. required for proper
completion of work.
86 10.08 Providing and Laying polythene sheet of Sqm 400.00 41.00 #NAME? 16400.00
Approved Quality in double layer of Wt.
0.120 Kg/Sqm with 100 mm over lapping
along roof slope as per direction of E/I
complete.
87 11.05 12mm thick plaster with cement mortar of 1 Sqm. 11000.00 176.00 #NAME? 1936000.00
part cement & 4 parts of approved coarse
sand 2.5 F.M. over Brick work, min.
thickness not less than 10mm including
supply all material, labour and T&P required
for proper completion of work.
88 11.09 Add for extra labour and materials for Sqm. 3200.00 24.00 #NAME? 76800.00
plaster over rough face of one brick thick
wall.
89 11.10 2cm (3/4”) thick cement plaster in dado or Sqm. 1020.00 256.00 #NAME? 261120.00
skirting in 1:2 mix, consisting of one part of
cement and two parts of approved coarse
sand laid in panels finished with 3mm (1/8”)
floating coat of neat cement or cement and
marble dust in ratio of 5:1 including supply
of all materials, labour and T&P etc.
required for proper completion of the work.
90 11.11 Engraving groove 12X12mm in the plaster RM 3600.00 11.00 #NAME? 39600.00
of the outer face wall vertically or
horizontally or inclined to display the
surface good as directed by the Engineer-in-
charge including labour and tools & plants
etc. required for proper completion of work.
91 11.12 Providing and mixing approved quality of Per 650.00 55.00 #NAME? 35750.00
water proofing compound (125 gms.) (DR. bag of
FIXIT / RECRON.3S) / hardening material cement
in cement mortar or Concrete as per
direction of E/I in proportion as
recommended by the manufacturer.
92 11.14 Making drip course (25x12) mm in 1:3 RM 250.00 25.00 #NAME? 6250.00
cement and Coarse sand mortar inclduing
cost of all material labour and T&P etc.
required for proper completion of the work.
93 11.15 Champhering the edge of concrete 35mm RM 8000.00 21.00 #NAME? 168000.00
wide triangular section at the junction of
concrete foundations and trench edging
etc.as per direction of E/I, inclduing cost of
all material labour and T&P etc. required for
proper completion of the work.
94 11.16 Rendering, smoothening and proper Sqm. 2000.00 160.00 #NAME? 320000.00
finishing with cement mortar/slurry (mortar
1:2 cement and coarse sand) in horizontal
and vertical surface of foundations/roof etc.
as per direction of E/I inclduing supply of all
material labour and T&P etc. required for
proper completion of wrok.
95 11.17 3 mm thick neat cement floating coat Sqm. 7000.00 25.00 #NAME? 175000.00
inclduing cost of all material labour and
T&P etc. required for proper completion of
the work.
96 12.01 25mm thick 1:2:4 cement concrete floor Sqm 100.00 251.00 #NAME? 25100.00
with cement, approved coarse sand and
20mm graded stone aggregate laid in
panels finished with 3mm floating coat of
neat cement, over base concrete. Rate
includes cost of all materials, labour and
T&P required for proper completion of work
but excluding cost of base concrete.
97 12.02 40 mm thick 1:2:4 cement concrete floor Sqm 880.00 380.00 #NAME? 334400.00
with cement, approved coarse sand and
20mm graded stone aggregate laid in
panels finished with 3mm floating coat of
neat cement, over base concrete. Rate
includes cost of all materials, labour and
T&P required for proper completion of work
but excluding cost of base concrete.
98 12.05 First class brick on edge floor laid dry, joints Sqm 4500.00 532.00 #NAME? 2394000.00
filled with sand including preparation of
base to proper slope and shape and its
ramming including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
99 12.07 S/F 6 or 8 mm thick glazed/matt finish tiles Sqm 1100.00 992.00 #NAME? 1091200.00
SOMANI or equivalent approved quality and
size upto 400x400 in floor, skirting or dado
laid with 1:3 cement and coarse sand
mortar and joints finished with white cement
including polishing etc. complete including
supply of all materials, labour and T&P etc.
required for proper completion of work.
100 12.08 Providing and fixing glass strip of 3.15 mm RM. 380.00 26.00 #NAME? 9880.00
(1/8”) thick and 2.5cm. deep in joints of
floor at the time of laying floors flush with
floor level including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
101 12.09 Providing and fixing glass strip of 3.15 mm RM. 380.00 29.00 #NAME? 11020.00
(1/8”) thick and 3.5cm. deep in joints of
floor at the time of laying floors flush with
floor level including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
102 12.10 S/F 8 mm thick glazed/matt finish Sqm 350.00 1493.00 #NAME? 522550.00
antiskid,scretchfree, jointfree hard Industrial
floor tiles like group 25 (SOMANY) or
equivalent make of size more than
500x500mm of approved shade, colour or
pattern in floor, skirting or in dado laid with
1:3 cement and coarse sand mortar and
joints finished with white cement slurry and
polishing complete including supply of all
materials, labour and T&P etc. required for
proper completion of work.
103 12.11 S/F 10mm thick glazed/matt finish Sqm 200.00 1572.00 #NAME? 314400.00
Standered quality Vitrified tiles of size
600x600 or more of approved company like
RAK, JOHNSON, SOMANY or equivalent
make of approved shade, colour and
pattern as directed by E/I in floor, skirting or
dado laid with 1:3 cement and coarse sand
mortar, finished with white cement and
pigment to match the tiles shade
etc.complete including supply of all
materials, labour and T&P etc. required for
proper completion of work.
104 12.11A S/F 10mm thick glazed/matt finish Fully Sqm 980.00 1875.00 #NAME? 1837500.00
Vitrified tiles of size 600x600 or more of
approved company like RAK, JOHNSON,
SOMANY or equivalent make of approved
shade, colour and pattern as directed by E/I
in floor, skirting or dado laid with 1:3
cement and coarse sand mortar, finished
with white cement and pigment to match
the tiles shade etc.complete including
supply of all materials, labour and T&P etc.
required for proper completion of work.
105 12.13 Providing and fixing 15mm thick polished Sqm 120.00 3800.00 #NAME? 456000.00
GRANITE stone BLACK/GREEN or other
approved shade and pattern in floor or in
column etc. laid with 1:3 cement and
coarse sand mortar, jointing with white
cement & pigment slurry to match the
shade of stone including supply of all
materials, labour and T&P etc. required for
proper completion of work.
106 12.14 Providing and fixing 15 mm or more thick Sqm 20.00 1570.00 #NAME? 31400.00
polished BARODA GREEN Stone of
approved shade and pattern in floor or on
top of Kitchen slab etc. laid with 1:3 cement
and coarse sand mortar and jointing with
white cement mixed with pigment to match
the shade including supply of all materials,
labour and T&P etc. required for proper
completion of work.
107 12.17 Extra for making edge moulding to 20mm RM. 100.00 342.00 #NAME? 34200.00
thick Granite stone etc in proper desired
shape and size as per direction of E/I
including machine polishing to give high
gloss finish complete etc. including cost of
all material, labour and T&P etc. required
for proper completion of the work.
108 13.01 Painting or varnishing on iron works in Sqm 1700.00 62.00 #NAME? 105400.00
small areas of new wood work with one
coat of ready mixed priming paint and one
coat of approved superior quality ready
mixed paint of clear synthetic varnish
including supply of all materials, labour and
T&P etc. required for proper completion of
the work. Paint to be used should confirm
to the ISI no. 103-1950.
109 13.02 Painting or varnishing on iron works in Sqm 1700.00 32.00 #NAME? 54400.00
small areas of new wood work with every
coat after Ist coat of ready mixed one coat
of approved superior quality ready mixed
paint of clear synthetic varnish including
supply of all materials, labour and T&P etc.
required for proper completion of the work.
Paint to be used should confirm to the ISI
no. 103-1950.
110 13.04 Applying BIRLA PUTTY or equivalent putty Sqm 2500.00 90.00 #NAME? 225000.00
on new interior or exterior surface over one
coat of water base cement primer of ICI or
equivalent brand for smoothning and
leveling of the surface as per requirement
and direction of E/I, including cost of all
material,labour and T&P required for proper
completion of work.
111 13.06 Finishing walls with water proof exterior Sqm 1800.00 94.00 #NAME? 169200.00
emulsion paint of APEX ULTIMA
(ASIAN)/Weather Shield Max (ICI) or
equivalent brand on already well prepared
new wall surfaces over one coat of under
coat primer (ICI) followed by One coat at
Apex/Weather shield Max emulsion paint to
give an even shade including thorough
washing with water as per direction E/I
including cost of all material labour & T&P
required for proper completion of work.
112 13.07 Finishing walls with water proof exterior Sqm 1800.00 55.00 #NAME? 99000.00
emulsion paint of APEX ULTIMA
(ASIAN)/Weather Shield Max (ICI) or
equivalent brand on already well prepared
new wall surfaces for every additional coat
of Apex/Weather shield Max emulsion paint
to give an even shade including thorough
washing with water as per direction E/I
including cost of all material labour & T&P
required for proper completion of work.
113 13.09 One priming coat & one coat Sqm 950.00 56.00 #NAME? 53200.00
synthetic/acrelic distemper on new work
including supply of all materials, labour and
T&P etc. required for proper completion of
the work.
114 13.10 One priming coat & one coat Sqm 950.00 26.00 #NAME? 24700.00
synthetic/acrelic distemper on every coat
after the first coat including supply of all
materials, labour and T&P etc. required for
proper completion of the work.
115 13.12 Finishing exterior walls with two coat of Sqm 3000.00 65.00 #NAME? 195000.00
water proof cement paint of approved
quality like snowcem plus on new surface
with this paint to give an even shade and
finishing including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
116 13.15 Painting of letters and numbers over trench Each 1250.00 27.00 #NAME? 33750.00
covers with the help of stencil including cover
painting of base of 200mm dia. with one
coat of primer and two coat of superior
quality water proof paint such as
WEATHERSHIELD MAX or equivalent.
Size of letter shall be (60mmx10mm)and
written with superior quality paint. Rates
including supply of all material labour and
T&P etc. required for proper completion of
work.
117 13.16 Applying P.O.P plaster with minimum 6mm Sqm 100.00 125.00 #NAME? 12500.00
to 10mm thick plaster of paris putty on
plastered surface of walls/ceilings for
smooth finish including its preparation of
surface for painting by applying oil based
primer and chalkputty over P.O.P plaster .
Rates including cost of all labour, material,
T & P etc. required for proper completion of
work.
118 13.17 Same as above item no 13.16 but making R.M 10.00 112.00 #NAME? 1120.00
POP cornice 100mmx100mm size
approved shape and design at junction of
ceiling and wall including cost of necessary
centering and shuttering, POP, its wastage,
T&P etc. complete for proper completion of
work.
119 13.18 Making POP fan ring/circle on ceiling of Each 200.00 130.00 #NAME? 26000.00
room of approved shape and design
approved by E/I including cost of all
materials, labour T&P complete.
120 13.19 Making moulding as per shape & design R.M 100.00 70.00 #NAME? 7000.00
with applying POP including cost of all
material, labour centering and shuttering, its
wastage and T&P etc. required for proper
complete of work.
121 15.01 Dismantling plastered or unplastered brick Cum 10.00 420.00 #NAME? 4200.00
work or stone masonry work in lime or
cement mortar and inclduing stacking of
materials as directed by Engineer-in-charge
within a distance of 60 meters.
122 15.02 Dismantling reinforced cement concrete or Cum 10.00 938.00 #NAME? 9380.00
reinforced brick work or Cement.Concrete.
including stacking of dismantled material as
directed by the Engineer-in-charge within a
distance of 60 metres.
123 17.01 Preparation of sub grade / sub base in Sqm 1600.00 58.00 #NAME? 92800.00
proper shape and camber in required width
by rolling with road roller in layer of 20 cm.
and compaction the same to the optimum
moisture content complete for laying brick
soling including cost of labour and T&P etc.
required for proper completion of work but
excluding cost of earth work which shall be
paid separately.
124 17.03 Brick soling with first class bricks laid on Sqm 1600.00 526.00 #NAME? 841600.00
edge and dry including preparation of sub
grade to prescribed camber and including
supply of birck filling joints with fine sand by
spreading and blinding over entire surface
of brick soling as per direction of E/I
including cost of material, labour and T&P
etc. required for proper completion of work.
125 [17.04 Laying cement concrete road slab 10 cm or Cum 1090.00 9260.00 #NAME? 10093400.00
+ (5.04 - more thick consisting of 1 part cement 1.5
5.03)] part approved coarse sand and 3 part
approved 20mm down graded stone
aggregate over prepared sub grade after its
rectification and bringing it to proper
camber and shape and making good to the
satisfaction of E/I inclduing cost of all
materials, labour and T&P etc. required for
proper completion of the work. ( based on
CSI No. 17.04 adding difference of cost of
cement i.e.1.80 bag @ 250.00 per bag =
450.00+8810.00=9260.00 )
126 17.13 Providing and Laying 80 mm thick factory Sqm 500.00 890.00 #NAME? 445000.00
made Interlocking CC tile M-25 grade over
prepared subgrade with 50 mm thick fine
sand layer making joints filled properly and
finished in proper level and alignment
including cost of all material, labour and
T&P required for proper completion of work
as per direction of E/I.
127 17.18 Providing and laying non-pressure NP3 #NAME?
class RCC pipes with collars with stiff
mixture of cement mortar in the proportion
1:2 (1-Cement, 2-Coarse sand) including
testing of joints including cost of all
material, labour, T&P etc. required for
proper completion of the work.
a- 150 mm dia RCC pipe RM 20.00 505.00 #NAME? 10100.00
(c) from 120M below G.L to 150M below RM 200.00 2748.00 #NAME? 549600.00
G.L
129 18.08 Providing and lowering of 200 mm. Outer RM 440.00 1410.00 #NAME? 620400.00
dia P.V.C. pipe of ‘Prakash Uniplas’ or
equivalent make (as approved sample by
by Engineer-in-charge) 10kg/Sq.Cm
pressure pipe confirming to ISI 498S/1988
required cost of all materials, labour and
T&P etc. required for proper completion of
work.
130 18.09 Providing and lowering of P.V.C. strainer RM 200.00 1680.00 #NAME? 336000.00
pipe of 200 mm. Outer diameter of
‘Prakash, Uniplas’ or equivalent make (as
approved by Engineer-in-charge)
10kg/Sq.Cm pressure pipe confirming to ISI
498s/1988 with appox. (60x3) mm size
slots all over surface of pipe and rolled with
best quality plastic mesh binding with
plastic wire as per direction of Engineer-in-
charge including cost of all materials,
labour and T&P ete required for proper
completion of work.
131 18.12 Providing and fixing of 200/160 mm. dia Each 2.00 340.00 #NAME? 680.00
P.V.C. top or bottom plug/bail plug of
‘Prakash or Uniplas’ or equivalent make of
heavy quality including cost of all materials,
labour, T&P etc required for proper
completion of work.
132 18.13 Providing and fixing of 200/ 160 mm dia Each 20.00 250.00 #NAME? 5000.00
P.V.C. socket of ‘Prakash or Uniplas’ or
equivalent make of heavy quality including
cost of all materials, labour, T&P etc
required for proper completion of work.
133 18.14 Providing and lowering of 110mm outer dia RM 100.00 374.00 #NAME? 37400.00
P.V.C. pipe of ‘Prakash or Uniplas’ or
equivalent make (as approved by Engineer-
in-charge) 6kg/Sq.Cm pressure pipe
confirming to ISI 498s/1988 including cost
of all materials, labour and T&P ete
required for proper completion of work.
134 18.15 Providing and lowering of 110mm outer dia RM 100.00 482.00 #NAME? 48200.00
P.V.C. pipe of ‘Prakash or Uniplas’ or
equivalent make (as approved by Engineer-
in-charge) 6kg/Sq.Cm pressure pipe
confirming to ISI 498s/1988 with appox.
(60x3) mm size slots all over surface of
pipe and rolled with best quality plastic
mesh binding with plastic wire as per
direction of Engineer-in-charge including
cost of all materials, labour and T&P etc.
required for proper completion of work.
135 18.16 Providing and fixing of 110mm dia P.V.C. Each 2.00 238.00 #NAME? 476.00
top or bottem plug/bail of ‘Prakash or
Uniplas’ or equivalent make of heavy
quality including cost of all materials, labour
and T&P ete required for proper completion
of work.
136 18.18 Providing and laying of 25mm dia P.V.C. RM 200.00 45.00 #NAME? 9000.00
pipe with special such as tee, sockets etc
for laying submersible cable including
excavation of trenches (300x300) mm size
and back filling of the same etc. required for
proper completion of the work.
137 18.19 Cartage of T&P and boring set by manual Job 2.00 7500.00 #NAME? 15000.00
boring to and fro from site of work.
138 18.20 Cartage and transportation of equipments Job 2.00 27000.00 #NAME? 54000.00
and its accessories ‘Rig machine’ etc. to
the site of work.
139 18.21 S/F of 75mm dia cable clips with bolts and Pair 100.00 70.00 #NAME? 7000.00
nuts including cost of all materials, labour,
T&P etc required for proper completion of
work.
140 18.22 Testing and developing charges of tubewell Per 60.00 600.00 #NAME? 36000.00
for 48 hours or till supply of good discharge Hour
of water free from any foreign materials
such as silt, sand etc. is obtained by O.P.
unit/tractor.
141 18.23 Developing the tubewell by the air Per 100.00 3600.00 #NAME? 360000.00
compressor having a capacity of 8.5 Cum Hour
or by the borehole pumping set having the
capacity of 0.70 Cum / sec as per direction
of Engineer-in-charge.
142 18.24 Providing and fixing of supporting clamps Pair 20.00 1040.00 #NAME? 20800.00
for 80/50 mm dia pipes including cutting the
pipe of required length and welding the
same including cost of all materials, labour,
T&P etc required for proper completion of
work.
143 18.25 Providing and lowering of 80 mm dia. G.I. RM 80.00 860.00 #NAME? 68800.00
‘B’ class column pipe TT/Swastik make with
column coupling socket etc. including
cutting the pipe of required length and
welding the same including cost of all
materials, labour, T&P etc required for
proper completion of work.
144 18.27 Providing and fixing of C.I. non return valve NO 3.00 4240.00 #NAME? 12720.00
of 80 mm size ISI maked and approved
make with nuts bolts packing etc. including
cost of all materials, labour, T&P etc
required for proper completion of work.
145 18.28 Providing and fixing of sluice valve of 80 NO 20.00 5450.00 #NAME? 109000.00
mm size ISI maked with nuts bolts packing
etc. including cost of all materials, labour,
T&P etc required for proper completion of
work.
146 18.31 Providing and installation of 80 mm dia Job 2.00 67780.00 #NAME? 135560.00
outlet size KSB / KIRLOSKER /
HINDUSTAN or equivalent make sub-
mercible pump set of 7.50 H.P. suitable for
150mm dia bored tube well having
discharge of2400 L.P.M. at a total head of
57/46 metres. complete in all respect
consisting of four stage pump set fitted with
special stream lined non return valve,
directly coupled to squirrel cage induction
motor of 7.5 H.P. 400/440 volts 3 phase
A.C. 50 cycle, 2900 rpm suitable for star
Delta starting including making electric
connection to the control panel, testing and
commissioning of the pumping set,
including binding of supporting guide with
the help of steel wire rope 5mm dia
including its cost required and S/F of
complete inbuilt set of control penal
priscribed by manufacturer of pump for
proper completion of the work.
147 18.34 Supply & filling “Pee” gravel all around the Cum 280.00 5500.00 #NAME? 1540000.00
line assembly to the entire depths of boring.
148 18.36 Lowering of 80mm dia M.S./G.I. pipe in RM 60.00 90.00 #NAME? 5400.00
tube well including supply of nuts & bolts
and also carriage of pipe from workshop to
site including all labour, T&P etc. required
for proper completion of work.
149 18.37 Providing and installation of non clog Each 2.00 47430.00 #NAME? 94860.00
(sludge) type 5HP self priming monoblock
/Submrsibll AC supply pump motor set of
Kirloskar or Crompton or equivalent make
having 50 mm dia suction and delivery and
having discharge not less than 400 LPM
also including supply and fixing L&T or
equivalent make auto starter with push
button, ampere metre, voltmeter, HRC fuse
kitkat, 3 no. indicator lamp etc. fixed on
panel board of (600x600) mm size including
grilling, cutting, holes and S/F bolts, nuts,
washer, packing and electric wiring etc.
complete and also including testing &
running of pump set complete, including
cost of all material, labour and T&P
required for proper completion of work.
150 18.38 Providing and fixing 50 mm. Size C.I. Foot Each 5.00 490.00 #NAME? 2450.00
valve of heavy quality with nut, bolts, rubber
packing etc. complete including cost of all
material, labour and T&P etc. required for
proper completion of work.
151 18.39 Providing and fixing 80 mm. Size C.I. Foot Each 5.00 705.00 #NAME? 3525.00
valve of heavy quality with nut, bolts, rubber
packing etc. including cost of all material,
labour and T&P etc. required for proper
completion of work.
152 18.44 Supply & Installation of India Mark-II hand Job 4.00 11730.00 #NAME? 46920.00
pump machine over the bore hole as per
instruction of E/I including cost of
connecting rod and cylinder including fixing
of 32 mm G.I. delivery pipe of approved
quality with other assesaries including cost
of all material, labour and T&P ete. but
excluding cost of G.I. pipe, required for
proper completion of work.
153 18.45 Sealing of the annular space between the Job 6.00 330.00 #NAME? 1980.00
housing pipe and the bore hole in single
continous operation with clay/bantonite clay
and cement and concrete as per drawing &
direction of E/I. complete.
154 18.46 Developing the hand pump by running Job 2.00 2500.00 #NAME? 5000.00
manually for 48 hours or more if required
upto the neat clean water comes out from
the hand pump.
155 18.47 Disinfection of hand pump by using powder Job 2.00 180.00 #NAME? 360.00
chlorine compound including through
cleaning of all exterior parts of hand pump
coming in contact with water including
supply of bleaching powder complete.
156 18.48 Construction of plateform of hand pump Job 4.00 4000.00 #NAME? 16000.00
1500mm dia with 50x5mm MS flat on
pariphary of plateform reised 75mm from
floor . Floor of plateform is laid with 40mm
cement concrete 1:2:4 over base of 100mm
C.C.1:6:12 (cement:coarse sand:40mm
stone balast) including cost of all material,
labour and T&P required for proper
completion of work as per direction of E/I.
157 18.50 Proviing 4.0 sqmm copper sub-merssible RM 280.00 250.00 #NAME? 70000.00
cable of Finolex / Atlas or equivalent make
of approved quality including cost of all
labour material, T&P etc. required for
proper completion of the work
158 19.01 Supply and stacking of dump - manure of Cum 15.00 1000.00 #NAME? 15000.00
best quality from approved source including
carriage upto site.
159 19.03 Supplying and stacking good earth at site of Cum 15.00 492.00 #NAME? 7380.00
work including loading unloading and
cartage for 10 km lead (earth measured in
stacks will be reduced by 20% for payment)
160 19.05 Spreading of sludge dump manure or/and Cum 30.00 60.00 #NAME? 1800.00
good earth in required thickness as per
direction of E/I (Cost of sludge dump
manure or/and good earth to be paid
separately.)
161 19.06 Grassing carpet Calcutta/ Goa/Nilgiri first Sqm 500.00 12.00 #NAME? 6000.00
class Doob grass including watering and
maintenance of the lawn for 30 days or
more till the grass form a thick and green
lawn free from weeds and fit for moving.
Grass fixing in rows 7.5-10 cm apart in
either.
162 19.07 Preparation of beds for hedging and shrubs Cum 100.00 175.00 #NAME? 17500.00
by excavating 60 cm. deep refilling the
excavated earth after breaking clods and
mixing with sludge or manure in the ratio of
8:1 (8 parts of stacked volume of earth after
reduction by 20%, 1 part of stacked volume
of sludge or manure after reduction by 8%)
flooding with water filling with earth if
necessary, watering and finally fine
dressing, leveling, etc. including stacking
and disposal of materials declared
unserviceable and surplus earth by
spreading and leveling as directed within a
lead of 50 m., lift upto 1.5 m complete.(Cost
of sludge, manure or extra earth to be paid
separately)
163 19.10 Supply and Plantation of trees/ shrubs / No 1000.00 30.00 #NAME? 30000.00
hedges at site including watering, removal
of unservicable materials for all leads and
lift as per direction of E/I.
164 19.11 Supply and plantation of following tree:- #NAME?
A Polyalthia pendula (Ashoka Pendula)/Cut No 300.00 120.00 #NAME? 36000.00
Sagaun/ Ficus etc. of height 100-150 cm.
168 19.16 Maintenance of potted plants in earthen pot Each/ 6000.00 6.00 #NAME? 36000.00
/ poly bags including resetting/displaying Month
within nursery as per direction of E/I. (Out
side lawn area)
169 19.17 Supplying at site neem oil cake pulverized Kg 20.00 42.00 #NAME? 840.00
and undecomposed well packed in bag (the
weight of empty bag @ 1 kg/bag shall be
deducted from gross weight)
B Precast cement concrete pot minimum 30 Each 100.00 120.00 #NAME? 12000.00
cm deep and 30 cm dia
171 19.20 Arranging one Mali for maintenance of lawn Per 12.00 11250.00 #NAME? 135000.00
& plantation of size upto 300 sqm, including month
wages of labour , required T&P , Fertiliser
and pesticides etc. required for proper
work.
172 24.01 Providing and fixing 15m dia B-class (T.T./ RM 655.00 196.00 #NAME? 128380.00
Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (Internal work).
173 24.01- Providing and fixing 15m dia B-class (T.T./ RM 250.00 172.00 #NAME? 43000.00
24.10 Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
174 24.03- Providing and fixing 25mm dia B-class RM 250.00 284.00 #NAME? 71000.00
24.12 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
175 24.04- Providing and fixing 32mm dia B-class RM 235.00 357.00 #NAME? 83895.00
24.13 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
176 24.05- Providing and fixing 40mm dia B-class RM 195.00 405.00 #NAME? 78975.00
24.14 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
177 24.06- Providing and fixing 50mm dia B-class RM 175.00 541.00 #NAME? 94675.00
24.15 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
178 24.07- Providing and fixing 65mm dia B-class RM 10.00 682.00 #NAME? 6820.00
24.16 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
179 24.08- Providing and fixing 80mm dia B-class RM 185.00 844.00 #NAME? 156140.00
24.17 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
180 24.09- Providing and fixing 100mm dia B-class RM 155.00 1219.00 #NAME? 188945.00
24.18 (T.T./ Swastik make) ISI marked G.I. Pipe
complete with G.I. specials as bends, tee,
socket cross, clamps, etc. Earth work
including filling the trenches etc. required
for proper completion of the work. The rate
also includes concealed G.I. fitting where
required, cutting and making good the walls
etc. including cost of all materials, labour
T&P etc complete (External work).
181 24.20 Supply and fixing CP Brass bib cock 15 mm Each 28.00 759.00 #NAME? 21252.00
dia heavy quality CAT 0010(Royal) Sonata
or equivalent make including supply of all
materials labour .T&P etc. required for the
proper complittion of the work
182 24.21 Supply and fixing CP Brass bib cock long Each 20.00 834.00 #NAME? 16680.00
boady with flange 15 mm dia heavy quality
CAT- 0020 (Royal) Sonata or equivalent
make including supply of all materials
labour .T&P etc. required for the proper
completion of the work
183 24.22 Supply and fixing Brass bib cock heavy Each 18.00 357.00 #NAME? 6426.00
quality 15mm dia (400gms) ISI marked
including supply of all materials, labour and
T&P etc. required for proper completion of
the work.
184 24.23 As in Item 24.22 above but for Brass bib Each 10.00 242.00 #NAME? 2420.00
cock 15mm dia 200gm. Weight
185 24.26 Supply and fixing of 15 mm dia C.P.Brass Each 30.00 805.00 #NAME? 24150.00
Angle Valve of heavy quality
SONATA,COATS or equiv. make including
supply of all materials, labour and T&P etc.
required for proper completion of the work.
186 24.28 Supply and fixing C.P. Brass stop cock 15 Each 20.00 811.00 #NAME? 16220.00
mm dia L &K / Sonata-CAT 0100 Royal or
equivalent make including supply of all
materials, labour and T&P etc. required for
proper completion of the work.
187 24.29 Supply and fixing C.P. Brass stop cock Each 36.00 414.00 #NAME? 14904.00
heavy quality (400gms) 15mm dia ISI
marked including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
188 24.30 Supply and fixing Brass stop cock heavy Each 40.00 374.00 #NAME? 14960.00
quality (400gms) 15mm dia ISI marked
including supply of all materials, labour and
T&P etc. required for proper completion of
the work.
189 24.35 Providing and fixing full way Brass G.M. Each 2.00 1148.00 #NAME? 2296.00
gate valve 25mm dia with wheel valve ISI
marked heavy quality including supply of all
materials, labour and T&P etc. required for
proper completion of the work.
190 24.36 As in Item 24.35 above but 32mm dia. Each 12.00 1245.00 #NAME? 14940.00
191 24.37 As in Item 24.35 above but 40mm dia. Each 4.00 1438.00 #NAME? 5752.00
192 24.38 As in Item 24.35 above but 50mm dia. Each 1.00 3479.00 #NAME? 3479.00
193 24.39A As in Item 24.35 above but 15mm dia. Each 10.00 633.00 #NAME? 6330.00
194 24.39B As in Item 24.35 above but 20mm dia. Each 12.00 748.00 #NAME? 8976.00
195 24.40 Supply and fixing C.P. brass shower heavy Each 4.00 661.00 #NAME? 2644.00
quality 100 mm dia (weight not less than
225 gms) including cost of C.P. nipple 15
mm dia including supply of all material,
labour, T&P etc. required for proper
completion of the work.
196 24.41 Providing and fixing P.V.C. connection pipe Each 12.00 109.00 #NAME? 1308.00
300 mm long x 15 mm dia. with brass union
including supply of all materials, labour and
T & P etc. required for proper completion of
work
197 24.43 Supply and fixing of 15 mm dia P.V.C. float Each 8.00 299.00 #NAME? 2392.00
valve with brass union & rod complete ISI
marked including supply of all materials,
labour and T&P etc. required for proper
completion of the work.
198 24.45 Supply and fixing Syntex or equivalent Per litre 20000.00 11.50 #NAME? 230000.00
make water storage tank of desired
capacity including supply of all materials,
labour and T & P etc. required for proper
completion of work
199 24.46 Making water connection of G.I. pipe line Per 20.00 460.00 #NAME? 9200.00
with G.I. main by providing and fixing M.S. Job
clamp,G.I. socket & rubber packing as per
required size including welding and drilling
hole in the pipe including supply of all
material, labour and T&P etc. required for
proper completion of the work.
200 24.48 Providing and fixing of P.V.C. pressure pipe #NAME?
(10 Kg/sq.cm.) for water supply mains with
specials such as tee, bend, socket, elbow
etc. including cutting of pipe wherever
necessary and including excavation of
trenches (450x600) mm for laying the pipe
line and including its back filling after testing
the pipe line including watering, ramming
etc. complete including disposal of surplus
earth from the site up to 100m as per
direction of E/I including supply of all
material, labour, T&P etc. required for
proper completion of work.
203 25.02 Providing and fixing of first quality Orissa Each 4.00 4080.00 #NAME? 16320.00
pattern white glazed earthen ware ISI
marked W.C. pan size 580mm as per
approved sample (Hindware required
design No. 20042 or equivalent make) with
100 mm size white glazed ‘P’ or ‘S’ trap
including 10 litres capacity low level PVC
flushing cistern as per approved sample
with all accessories, 32 mm dia C.P.flush
pipe with union including cutting and
making good the walls and floors.The seat
and trap shall have to be fixed over
minimum 75 mm thick C.C. in proportion of
1:6:12 including supply of all materials,
labour, T&P etc. required for proper
completion of the work
204 25.04 Providing and fixing white glazed “P” or “S” No 4.00 575.00 #NAME? 2300.00
trap for W.C.pan over minimum 75 mm
thick cement concrete in proportion of
1:6:12 including cost of cement concrete,all
materials, labour, T&P etc. required for
proper completion of the work.
205 25.07 Providing and fixing of Ist quality white Each 8.00 2340.00 #NAME? 18720.00
glazed earthen ware wash hand basin ISI
marked size 550mm x 400mm (Hindware
or equivalent make) with R.S. or C.I.
brackets, C.P. Brass pillar cock 15mm dia
(weight not less than 400 gms) ISI marked,
32mm dia C.P. brass chain with rubber
plug, 32mm dia C.P. Brass waste standard
pattern with check nut, P.V.C. connection
15 mm dia including cutting and making
good the walls and floor including cost of all
required materials, labour and T& P etc.
required for proper completion of work (
Fittings to be used should be of superior
quality as per approved sample ).
206 25.11 Providing and fixing 610mm x 450mm x Each 2.00 3150.00 #NAME? 6300.00
200mm 100% stainless steel Sink of
approved quality as per approved sample
with R.S. or C.I. brackets, 32mm C.P. brass
waste complete with checknut, 32mm dia
PVC waste pipe with bend including supply
of all required materials, labour and T&P
etc. required for proper completion of work.
207 25.13 Providing and fixing of first quality white Each 5.00 2150.00 #NAME? 10750.00
glazed earthen ware flat back front urinal
basin size 465mm x 355mm x 265mm as
per approved sample ( Hindware or
equivalent make ) with necessary fittings,
32 mm dia P.V.C. flush pipe with brass
unions including cost of all materials,
labour, T&P etc. required for proper
completion of the work
208 25.15 Providing and fixing 750mm x 20mm size Each 4.00 850.00 #NAME? 3400.00
C.P. brass Towel rail of approved quality
(wt. 275gms including brackets) with a pair
of C.P. brass brackets fixed with PVC
cleats & brass screws and washers
including cutting and making good the wall
plaster including cost of all materials, labour
and T&P etc. required for proper
completion of work
209 25.17 Providing and fixing decorative type heavy Each 4.00 1000.00 #NAME? 4000.00
quality bevelled edge looking mirror 5 mm
thick glass Indian polished (Atul or
equivalent make) size 600mm x 450mm as
per approved sample with 10mm thick hard
board sheet back fixed with PVC cleats &
brass screws and washers including supply
of all materials, labour, T&P etc. required
for proper completion of work.
210 25.20 Providing and fixing low level PVC cistern Each 4.00 1300.00 #NAME? 5200.00
Hindware or equivalent make 10 litre
capacity complete with all accessories
including cost of all materials, labour and
T&P etc. required for proper completion of
work.
211 25.22 Providing and fixing glass shelf 7/32” Each 8.00 650.00 #NAME? 5200.00
(5.50mm) thick of 600mm x 130mm size
with C.P. brass guard rail of standard size
and brackets fixed to wooden cleats with
C.P. brass screws including supply of all
materials, labour, T&P etc. required for
proper completion of work.
212 25.23 Providing and fixing C.P. Brass soap dish Each 8.00 360.00 #NAME? 2880.00
with brackets fixed to wooden cleats with
brass screws including supply of all
materials, labour, T&P etc. required for
proper completion of work.
213 25.24 Providing and fixing 100mm. dia C.P. No 16.00 42.00 #NAME? 672.00
grating over Nahani Trap or drain holes
including cost of all materials, labour and T
& P etc. required for proper completion of
the work.
214 25.25 Providing and fixing M.S. clamps of Each 20.00 60.00 #NAME? 1200.00
approved design for 100 mm dia pipe
embeded in cement concrete 1:2:4 size
10cm x 10cm x10 cm including cost of
cement concrete,cutting holes and making
good the walls including supply of all
materials, labour, T&P etc. required for
proper completion of work
215 25.26 Same as in Item 25.25 above but for 75mm Each 15.00 50.00 #NAME? 750.00
dia pipe.
216 25.27 Supply and fixing PVC Nahani Trap of Each 10.00 250.00 #NAME? 2500.00
heavy quality over minimum 75 mm thick
cement concrete in proportion of 1:2:4
including cost of cement concrete, all
materials, labour, T&P etc. required for
proper completion of work.
217 NSI Supply and fixing of Single Concealed stop Each 1.00 2662.00 #NAME? 2662.00
cock with basin spout (Composite one
piece body) Jaguar make model no-FLR-
5441N. The work includes cost of all labour,
material T&P for proper completion of work.
(NSI)
218 NSI Supply and fixing of SS Bottle trap of make Each 1.00 1655.00 #NAME? 1655.00
model no-ALD-769 B of Jaguar make or
equivalent. make as approved by E/I. The
work includes cost of all labour, material
T&P for proper completion of work.(NSI)
219 NSI Supply and fixing Jet Spray for model no- Each 1.00 1089.00 #NAME? 1089.00
ALE-547 of Jaguar make or equivalent.
make as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work.(NSI)
220 NSI Supply and fixing paper holder for model no- Each 1.00 1694.00 #NAME? 1694.00
AHS-1557 of Jaguar make or equivalent.
make as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work.(NSI)
221 NSI Supply and fixing wall hung WS for model Each 1.00 7632.00 #NAME? 7632.00
no-CNS-WHT-W-S01of Jaguar make or
equivalent. make as approved by E/I. The
work includes cost of all labour, material
T&P for proper completion of work.(NSI)
222 NSI Supply and fixing of Wall hung seat cover Each 1.00 1633.50 #NAME? 1633.50
for model no-CNS-WC51 Jaguar make or
equivalent. make as approved by E/I. The
work includes cost of all labour, material
T&P for proper completion of work.(NSI)
223 NSI Supply and fixing of Flush valve of Jaguar Each 1.00 3872.00 #NAME? 3872.00
make model no-FLV-1095G or equivalent.
make as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work.(NSI)
224 NSI Supply and fixing of Under Counter wash Each 1.00 2360.00 #NAME? 2360.00
basin Jaguar make model no-CNSWHT-
WB01 or equivalent. make as approved by
E/I. The work includes cost of all labour,
material T&P for proper completion of
work.(NSI)
225 NSI Supply and fixing of concealed cistern Each 1.00 11343.70 #NAME? 11343.70
jaquar make model no- CIB-WHT-
31801011XW with control plate of Model
no. CIS-CHR-31181810X or equivalent
make as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work.(nsi)
226 NSI Supply and fixing of Prismatic wall mounted Each 1.00 3872.00 #NAME? 3872.00
with flange of model no. PRS-061 of
Jaguar make model no-CNSWHT-WB01 or
equivalent. make as approved by E/I. The
work includes cost of all labour, material
T&P for proper completion of work.(NSI)
227 NSI Supply and fixing of Orrisa pan of "Jaguar" Each 1.00 3059.98 #NAME? 3059.98
make model no- CNS-WHT-OPO1 as
approved by E/I. The work includes cost of
all labour, material T&P for proper
completion of work (NSI)
228 NSI Supply and fixing of Sensor Urinal pot Each 1.00 17366.00 #NAME? 17366.00
"Jaguar" make model no-URS-WHT-0704
& SNR-51097 as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work (NSI)
229 NSI Supply and fixing of Soap dispencer of Each 1.00 1724.25 #NAME? 1724.25
"Jaguar" or equivalent make model no-ACN-
1137N as approved by E/I. The work
includes cost of all labour, material T&P for
proper completion of work (NSI)
230 1.1.4 + Supply and Filling Brick bat as per direction Cum 120.00 1100.00 #NAME? 132000.00
10 % of E/I
231 1.23.9 Supply and Laying water proof craft paper Sqm 60.00 27.50 #NAME? 1650.00
+ 10% in double layer with grees as per direction
of E/I
232 PWD Wiring point for light with 1.5 sq. mm FR Each 120.00 518.00 #NAME? 62160.00
ELE. PVC insulated multistrand single core
SCH.,1 copper conductor cable in PVC conduit pipe
31C concealed in the wall, complete with 14
SWG copper earth continuity wire,piano
type switch and ceiling rose/angle/batten
holder on 3mm thick phenolic laminated
backelite sheet etc,complete in all
respects,as directed,including maching
colour wash.
233 PWD Wiring point for fan/fresh air fan (light duty Each 130.00 595.00 #NAME? 77350.00
ELE. exhaust fan) 1.5 sq. mm FR PVC insulated
SCH.,1 multistrand single core copper conductor
33C cable PVC conduit pipe concealed in the
wall, 14 SWG copper earth continuity wire
and approved quality, piano type switch &
ceiling rose as per approved sample on
3mm thick phenolic laminated backelite
sheet etc. of matching shade with wall
colour complete in all respects as per
direction of E/I.
234 PWDWiring point for plug with 1.5 sq. mm FR Each 130.00 275.00 #NAME? 35750.00
PVC insulated multistrand single core
ELE.
copper conductor cable in PVC conduit pipe
SCH.,1
34Cconcealed in the wall 14 SWG copper earth
continuity wire and approved quality type
switch and socket as per approved sample
etc. of matching shade with wall colour
complete in all repects as per direction of
E/I.
235 PWD Wiring point for exhaust fan in PVC conduit Each 160.00 780.00 #NAME? 124800.00
ELE. with 1.5 sq. mm. F.R. insulated multistrand
SCH.,1 copper conductor cable as earthwire drawn
37C inside the conduit concealed in the wall,
complete with 14 SWG copper earth
continuity wire and approved quality 15
Amp. piano type switch and ceiling rose on
3 mm thick phenolic laminated backelite
sheet etc. of matching shade with wall
colour in all respect as per direction of E/I.
236 PWD Supply and laying of 25m heavy duty- PVC RM 900.00 60.00 #NAME? 54000.00
ELE. conduit pipe (2mm thick) complete with
SCH.,1bends and other accessories as required
49A and 14 SWG fish steel wire etc. in slab
along with binding with reinforcement
before concreting and plastering complete
in all respect.
237 154 Supply and fixing of 2/3/4 ways round Steel Each 100.00 29.00 #NAME? 2900.00
junction box confirming to ISS for 20mm dia
16 gauge conduit concealed in wall,
keeping its level upto plaster duly provided
with proper size cover, screwed as directed
at site by the Engineer I/C with supply of all
material labour and T&P required for proper
completion of work.
238 154 A Supply and fixing of 2/3/4 ways round PVC Each 75.00 20.00 #NAME? 1500.00
junction box confirming to ISS for 20mm dia
PVC conduit concealed in wall, keeping its
level upto plaster duly provided with proper
size cover, screwed as directed at site by
the Engineer I/C with supply of all the
material, labour and T&P required for
proper completion of work.
239 PWD Supply and fixing of 2/3/4 ways round steel Each 100.00 32.00 #NAME? 3200.00
ELE. junction box confirming to ISS for 25mm dia
SCH.,1 16 guage (1.5mm) thick steel conduit
55 concealed in wall, keeping its level upto
plaster duly provided with proper size cover
screwed as directed at site by Engineer-in-
charge with supply of all material, labour &
T&P etc. required for proper completion of
work.
240 159 Supply and fixing of switch box made up of Each 30.00 60.00 #NAME? 1800.00
SWG (1.5mm) thick M.S. sheet of
100x100x65mm size duly painted with red
oxide primer and flushed in wall including
cutting of brick work, fixing it to the level
with cement sand mortar including
matching colour wash with s/o all materials,
labour and T&P required for proper
completion of work as directed at site by the
E/I.
241 160 Same as item no 159 but for 150x150x65 Each 20.00 95.00 #NAME? 1900.00
mm size.
242 162 Same as item no 159 but for 200x250x65 Each 20.00 145.00 #NAME? 2900.00
mm size
243 166 Same as in item No 159 but of but size 300 Each 4.00 375.00 #NAME? 1500.00
x 450 x 65 mm size
244 26.22 Supply and fixing Modular Electric Switch 6 Each 50.00 210.00 #NAME? 10500.00
Amp. As per approved sample by Engineer
in charge including supply of all materials,
labour, T&P etc. required for the proper
completion fo the work.
245 26.23 Supply and fixing Modular Electric Socket 6 Each 50.00 320.00 #NAME? 16000.00
Amp. As per approved sample by Engineer
in charge including supply of all materials,
labour, T&P etc. required for the proper
completion fo the work.
246 26.24 Supply and fixing Modular Electric Switch Each 50.00 310.00 #NAME? 15500.00
15 Amp. As per approved sample by
Engineer in charge including supply of all
materials labour, T&P etc. required for the
proper completion fo the work.
247 26.25 Supply and fixing Modular Electric Socket Each 40.00 470.00 #NAME? 18800.00
15 Amp. As per approved sample by
Engineer in charge including supply of all
materials, labour, T&P etc. required for the
proper completion fo the work.
248 26.26 Supply and fixing of exhaust fan with grill Each 25.00 2140.00 #NAME? 53500.00
10" dia of Havells or equivalent make as
per approved sample by Engineer in charge
including supply of all materials, labour,
T&P etc. required for the proper
completion fo the work.
249 26.28 Supply and fixing 2 Module switch plate Each 30.00 260.00 #NAME? 7800.00
with box as per sample by E/I including cost
of all material labour, T&P etc. required for
the proper completion fo the work.
250 26.29 Supply and fixing 4 Module switch plate Each 30.00 310.00 #NAME? 9300.00
with box as per sample by E/I including cost
of all material, labour, T&P etc. required
for the proper completion fo the work.
251 26.30 Supply and fixing 6 Module switch plate Each 30.00 510.00 #NAME? 15300.00
with box as per sample by E/I including cost
of all material, labour, T&P etc. required
for the proper completion fo the work.
252 26.31 Supply and fixing 12 Module switch plate Each 20.00 900.00 #NAME? 18000.00
with box as per sample by E/I including cost
of all material, labour, T&P etc. required
for the proper completion fo the work.
253 PWD Supply and wiring of submains with 2 nos. RM 650.00 65.00 #NAME? 42250.00
ELE. 2.5 sq.mm & with 1 no earth wire of 1.5
SCH.,2 sq.mm FR PVC insulated 1100V grade
91 insulated multistrand single core copper
conductor cable in existing PVC conduit
pipe complete,including supply of all
materials, labour and T&P etc.required for
proper completion of the work
254 PWD Supply and wiring of submains with 2 nos. 4 RM 600.00 97.00 #NAME? 58200.00
ELE. sq.mm & with 1 no earth wire of 2.5 sq.mm
SCH.,2 FR PVC insulated 1100V grade insulated
91A multistrand single core copper conductor
cable in existing PVC conduit pipe
complete,including supply of all materials,
labour and T&P etc.required for proper
completion of the work.
255 PWD Supply and wiring of submains with 2 nos. 6 RM 400.00 144.00 #NAME? 57600.00
ELE. sq.mm & with 1 no earth wire of 4 sq.mm
SCH.,2 FR PVC insulated 1100V grade insulated
91D multistrand single core copper conductor
cable in existing PVC conduit pipe
complete,including supply of all materials,
labour and T&P etc.required for proper
completion of the work.
256 PWD Supply and fixing of 32 Amp.240 V DP Each 20.00 1247.00 #NAME? 24940.00
ELE. metal clad rewireable type switch fuse unit
SCH.,3 on MDFEG/Teak wood board including
05 making connections etc.complete all
respect.
257 Supply and fixing of 63 Amp.415 V metal Each 40.00 3753.00 #NAME? 150120.00
PWD clad rewireable type switch fuse unit on
ELE. angle iron bracket including making
SCH.,3 connections etc.complete all respect.
13
258 PWD S/F of 6/10/16/20/25/32 Amp. MCB of Each 30.00 200.00 #NAME? 6000.00
ELE. approved make and as per sample
SCH.,1 approved by E/I (10KA)
002
259 PWD Supply and fixing of 40 Amp. SP MCB of Each 4.00 325.00 #NAME? 1300.00
ELE. approved make including making
SCH.,1 connections etc.complete all respect.
003 A
260 PWD S/F surface/flush mounting 4 ways SPN Each 20.00 730.00 #NAME? 14600.00
ELE. distribution board without MCB complete in
SCH.,1 all respect as per direction of E/I.
022
261 1139 A Supply and fixing of power plug with 20 Each 5.00 595.00 #NAME? 2975.00
Amp./250 volt flush type modular switch
and 5 pin 20 A/250 volt flush type universal
modular socket switch on concealed M.S
box including supply of all material, labour
T&P etc. required for proper completion of
work.
262 PWD S/F hexagonal fan box with hexagonal side Each 30.00 135.00 #NAME? 4050.00
ELE. approx. 80mm in length fabricated from 16
SCH.,1 SWG M.S. sheet incorporating 10mm dia
149 M.S. round bar duly bent for supporting fan
hanger duly painted with red oxide and
screwing arrangement with wiring conduit
laid in the RCC roof before concreting along
with supply of all materials labour and T&P
etc. required for proper completion of work.
268 CHP 23 Supply and fixing of 100 mm dia GI Elbow Each 4.00 1388.00 #NAME? 5552.00
+ 10 %
269 CHP 23 Supply and fixing of 100 mm dia GI Socket, Each 8.00 752.00 #NAME? 6016.00
+ 10 %
270 CHP 23 Supply and fixing of 100 mm dia GI Union Each 5.00 1835.00 #NAME? 9175.00
+ 10 %