Вы находитесь на странице: 1из 17

Section - 7

Technical Specification
OF
33KV OUTDOOR DROP OUT FUSE CUT-OUT AND FUSE LINK
AND
33KV OUTDOOR TYPE
SINGLE PHASE METAL OXIDE (ZNO) GAPLESS LIGHTNING ARRESTER

84
7.1. TECHNICAL SPECIFICATION OF
33KV OUTDOOR DROP OUT FUSE CUT-OUT AND FUSE LINK

7.1.1. This section covers the specification, manufacture, design, testing and delivery of Drop Out
Fuse Cut-out (DOFC) to the Stores of BPDB, Bangladesh.

7.1.2 CLIMATE DATA


The equipments to be supplied against this tender shall be suitable for satisfactory use under the
following climatic condition:
Climate : Tropical, intense sunshine, heavy rain,
humid. Maximum Humidity and
Temperature sometimes occur
simultaneously.
Maximum Temperature : 400 C
Minimum Temperature : 030 C
Average daily Temperature : 300 C
Average isokeraunic level : 80 days/ year
Relative humidity : 50-100%
Average annual rain fall : 3454 mm
Maximum wind velocity : 200 km/ hour
Altitude : Sea level to 300 metres
Atmospherical, Mechanical and Chemical : Moderately polluted
impurities

Equipments as specified will be installed in tropical locations and in a hot humid environment
with presence of the insects and vermin. The information is given as a guide for Tenders and no
responsibility for its accuracy will be accepted, nor will any claim based on the above be
entertained.

7.1.3 SYSTEM PARTICULARS


SL.
SYSTEM CHARACTERISTICS VOLTAGE LEVEL
NO.
1. Normal Syste m V olta ge, KV
230 132 33 11
(Voltage Cla ss)
3. Maximu m System V oltage, KV 245 145 36 12
4. System Freq uen cy, Hz 50 50 50 50
5. Phase Rota t ion
RST RST RST RST
(Anti-Clock w ise)
6. T ype of Syste m Grou nding Solid Solid Solid Solid
7. Rated Fault Level
(3-Phase Symmetrica l), MVA 3 sec. 12550 6000 1500 381

8. Bas ic In stallat ion Level, KV 750 650 170 75


LOW VOL TAGE 41 5/ 24 0V CHAR ACTERISTICS:
9. Normal System Voltage, V
415/ 240
(Voltage Cla ss)
10. Type of System Grounding Solid

85
7.1.4 STANDARDS
Performance, Design & Testing of Outdoor Drop Out Fuse Cut-out (DOFC) and Fuse Link shall conform
to the latest edition of the IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard or
equivalent international Standards unless otherwise specified herein

7.1.5. General Specification


1. Installation Outdoor mounted on cross-arm angle/
channel structure.
3. Application Protection of 33/0.415KV, 250/200/
100KVA Distribution Transformer.
4. Type Open drop out expulsion.
5. Nominal rated voltage (3 phase) 33 KV
6. Max. System voltage (3 phase) 36 KV
7. Frequency 50 Hz.
8. Continuous Current Rating 200 A
9. Basic Insulation Level (Impulse Voltage) 170 KV
10. Power Frequency withstand Voltage 70 KV
(Across the Isolating distance of the fuse
base)
11. Creepage Distance 25mm/KV (Minimum)
12. Fuse holder type Heavy duty, sealed cap with eye at upper
end of the fuse holder.
13. Fuse link continuous ratings 5/10 Amps.
14. Fuse link type K-type as per NEMA standard, medium
melting high surge.
15. Rated interrupting capacity, 8 KA (RMS)
16. Standard Design, manufacture, testing and
performance shall be in accordance with
the latest revision of relevant IEC-129 and
NEMA Standard.

7.1.6. FEATURES & ACCESSORIES


a) DOFC shall be with Guide.
b) Each cut-out shall be completed including fuse holder and fuse link.
c) The design shall provide reasonable protection against earthing by animals or birds.
d) The terminal shall be Tin-plated and shall be suitable to accommodate for ACSR Merlin/
Grossbeak/ Hawk or suitable conductor as required.
e) All current carrying parts shall be of electrolytic high conductivity copper with the contacts
hard drawn copper and silver-plated.
f) Bracket shall be provided for steel cross-arm mounting with nuts bolts etc.
g) All hardware shall be non-ferrous metal or if ferrous should be hot dip galvanized after
fabrication in accordance to latest revision of relevant IEC/ BS Standard.
h) Fused cut-out units to latest revision of relevant IEC standard are required to protect and
provide insulator for distribution transformer. The unit shall be supplied complete with
galvanized steel brackets bolt nuts and washers for mounting. They shall be provided with a
latch mechanism, which will open the fuse element when the fuse has operated. The latch
mechanism shall be constructed as to operate easily from the ground with the aid of an
operating stick.
i) Insulators shall be of the post type made of porcelain to withstand a mechanical force of
1600N. Current carrying equipment shall be made of copper or copper alloy. The nominal
rating of the unit shall be 200A. In addition the units shall be capable of being opened under

86
normal transformer magnetizing currents of transformers up to 250KVA to permit
transformer isolation.
j) Termination shall be suitable for connection of compression terminal lugs.
k) The fuse element shall be totally enclosed by a fuse holder to protect it from the atmosphere
specified electrical characteristics of the fuse units shall be to latest revision of relevant IEC
standard.
l) Fuse links for the fuse cut-out units shall be of the disconnecting type suitable for opening
closing and removal by an operating stick.
m) Each fuse link shall be suitable for a common fuse base.
n) Each DOFC shall be furnished with a stainless steel rating plate mentioning manufacturer’s
name, clients name, year of manufacturer, contract no and model no in English.

7.1.7 INFORMATION REQUIRED


The Bidder/ Manufacturer as per tender requirements shall provide all information. Besides
these, the following information/ Documents have to be submitted:
(a) Detail Outline and General Arrangement drawings.
(b) Manufacturer’s printed catalogue describing specification and technical data of the offered
type DOFC and Fuse Link
(c) Maximum clearing time and minimum melting time curve characteristics for Fuse Link.
(d) Manufacturer's ISO 9001 certificate.
(e) 1 (one) no. sample of the offered type DOFC with 2 nos. Fuse Link of each size.

7.1.8 DOCUMENTATION
The following documents are to be submitted along with the bid, otherwise the bid will be
rejected :

A. COMMERCIAL
Tenderer shall be eligible as per ITT Clause No. 4 and they should submit Bid validity, Bid
Bond, Bid Bond validity, Price Schedule, Delivery Schedule, Authorisation of the signatory,
Tender Submission Sheet, Tenderer Information Sheet & Documentary evidence for
establishing the Tenderer’s Qualifications, etc. and all other documents including information
related to rejection clause as per Tender Document.

B. TECHNICAL
1) Guaranteed Technical Particulars (GTP) shall be properly filled up and signed by both
Manufacturer and Tenderer.
2) Letter of authorisation from the Manufacturers, in case, the bidder is not the manufacturer, in
prescribed Form.
3) 2 (two) nos. of Manufacturer’s Supply record for similar or higher rating of offered type DOFC
& Fuse Link within the last 5 (five) years from the date of opening in the following format
(The supply record covering at least 25% of the tendered quantity in a single tender will be
considered only):
Sl. Name, Address, Phone No. Tender No. Tender Description Date of
No e-mail & Fax No. & Date Value of material completion
. of the Purchaser with of supply
Quantity
1.
2.
4) Satisfactory Performance Certificates from at least 2 (two) Electricity Utility for similar or
higher Current rating of same voltage class of offered Model/ Type DOFC & Fuse Link within
the last 5 (five) years from the date of opening.
87
5) Type Test Reports (as stated in Clause 7.1.9) for offered type DOFC & Fuse Link from STL
(Short-Circuit Testing Liaison) members as per relevant Standards.
6) Manufacturers, who have supplied the same offered item to BPDB within the last 5 (five)
years from the date of opening, shall submit Satisfactory Performance Certificate from
Director, Purchase, BPDB, Dhaka, for the same offered item.
7) Bidder shall submit at least 1 (one) piece of offered type DOFC and 3 (three) pieces of each
type of offered Fuse Links as samples along with the bid. The submitted sample(s) should
comply the technical requirements of the tender document. It is noted that the submitted
sample(s) of the responsive Tenderer’s will be tested as per latest version of relevant IEC/
BS or equivalent international standards as mentioned in the tender at CERS, BPDB or
BUET/ CUET/ KUET/ RUET. If the submitted sample failed in test to conform the technical
specification, the tender of the Tenderer will be rejected. The cost of test will be borne by the
purchaser.

7.1.9. TEST REPORTS :


The following Type Test reports along with test results for offered type DOFC and Fuse Link or
higher current rating of same voltage class of design, confirming to the tender document shall be
submitted with the offer from STL (Short-Circuit Testing Liaison) members as per latest revision
of relevant IEC standard:-.
a) Impulse Voltage withstand tests.
b) Power Frequency withstand tests.
c) Temperature Rise tests.
d) Time/ Current Characteristics.

7.1.10. APPROVAL OF DRAWING & SPECIFICATION


Design, Drawing diagram, Specification and Technical Particulars & guarantees etc, shall be
submitted to the Engineer, Director, Design & Inspection–II, BPDB by the bidder for approval,
prior to the manufacturing of the goods (DOFC with Fuse Link). The Bidder shall have to submit 3
(three) sets of the same for approval within 15 days from the date of issue of purchase order.

7.1.11 TESTS AT MANUFACTURERS WORKS

General
Functional electrical, material, mechanical and hydraulic tests shall be carried out at
manufacturers’ premises. The extent and method of recording the results shall be agreed by the
Purchaser in ample time to enable the tests to be satisfactorily witnessed or to make any changes
to the proposed program of tests.

Material Tests
The supplier shall provide test pieces free of charge as required to enable the quality of the
material to be determined at the supplier’s expense. Purchaser may at its own discretion and by
specific arrangement accept certified particulars of tests carried out in the absence of his
authorized representative.

Type Test
Type tests are required to prove the general design of the offered equipments/ materials. The
Tenderer shall submit the type test reports of the offered equipments/ materials from
internationally reputed independent testing laboratory as per latest version of relevant IEC/ BS or
equivalent international standards as mentioned in the tender as per relevant clause.
Routine Tests

88
All equipments/ materials shall be subjected to routine tests as per latest version of relevant IEC/
BS or equivalent international standards as mentioned in the tender at the manufacturers works
and shall include, but not be limited to an operational test.

89
Technical Specifications Of 33kv Outdoor Type Single Phase Metal Oxide (Zno) Gapless Lightning
Arrester

7.2 GENERAL
This section of the document includes the design, manufacture, testing & inspection of 33KV
Outdoor Type Single Phase Metal Oxide (ZnO) Gapless Lightning Arrester.

7.21. SPECIFICATIONS
1 Application Distribution Transformer/ Line/ Cable
protection/ Power Transforemr of heavy
duty class.
2 Type of Arrester Station Class Metal Oxide (ZnO), Gapless
3 Construction Single Unit, basically consisting of gapless
hermetically sealed in with non-linear
characteristics with high energy capacity, all
enclosed in porcelain housing.
4 Installation Outdoor
5 Mounting Pole Mounted steel bracket
6 Nominal System Voltage 33 kV
7 Maximum continuous operating Voltage 36 kV
8 System Frequency 50 Hz
9 Number of Phase 1⌽
10 Rated Arrester Voltage 36KV
11 Continuous Operating Voltage 30 kV
12 Nominal Discharge Current 10 KA
(KAp) of 8/20 micro second
wave
13 Power Frequency withstands voltage of 70 kV (Dry & wet)
Lightning Arrester Housing, Dry & Wet.
14 Impulse Withstand Voltage of Lightning 170 kV (peak)
Arrester Housing.
15 Lightning Impulse Residual Voltage 170 kV (peak)
(8/20 micro-second wave)
16 Basic Insulation level 170KV
17 Steep Current Impulse Residual Voltage 40 kV (peak)
at 10KA of 1 micro-second front time.
18 High Current Impulse Withstand Value Minimum 100 KA
(4/10 micro-second)
19 Minimum Energy Discharge capability 5
(KJ/KV) at rated voltage.
20 Temporary over voltage withstand 42KV
capability (KVrms) for 10.0 secs
21 Creepage distance (minimum) 25 mm/ kV
22 Partial Discharge(pico-coulomb) when Not exceeding 10 PC
energized at 1.05 times its continuous
operating voltage.
23 Earthing system earth with earthing transformer
24 system Fault level 25KA for 3sec
25 Standard Performance, Design & Testing shall be in
accordance to IEC-60099-4/ ANSI- C 62.11 or
equivalent international Standards unless
otherwise specified herein.

90
7.2.2 FEATURES & ACCESSORIES
- The arresters shall be ZnO type, basically consisting of gap-less hermetically sealed in with
non-linear volt-ampere characteristics with high energy capacity. ZnO arrester shall have
excellent thermal stability for high energy surges, external pollution & temporary over
voltage.
- The Line lead & earthing terminal with clamps shall be provided, suitable to accommodate
AAC/ ACSR/ Copper Conductor of diameter from 10.0mm to 15 mm.
- All ferrous parts exposed to atmosphere shall be Cadmium plated. The arrester shall be
suitable for mounting vertically. The housing shall be of high quality porcelain containers of
heavy construction sealed against the entry of moisture and oxygen and free from influence of
moisture and weather condition.
- Bidders shall supply surge counter /Monitor for each phase of the surge arrester. It shall be
integrated into the arrester ground connection and counts the surge arrester responses that
have occurred. Surge counter with leakage current meter shall also offer monitoring of
arrester leakage current. The surge arrester can be analog or digital type.
- Each Single pole arrester shall be furnished with a stainless steel rating plate mentioning
manufacturer’s name, client name, year of manufacturing & model of LA.
- Mounting steel bracket and fixing bolts, nut, washer, Standard clam etc. shall be provided with
the arrester for steel cross-arm. The mounting steel bracket & necessary fittings shall be hot
dip galvanized as per BS-729.
- The lightning Arrestors shall be of adequate Pressure Relief Class as per IEC-60099-4 , fitted
with Pressure Relief Devices and Arc diverting ports to minimise possibilities of shattering of
porcelain housing and providing path for flow of rated fault currents in the event of arrestor
failure. The Bidder shall indicate the methods need to provide pressure relief or to prevent
explosive sheltering of the porcelain housing. No chemical action shall be take place nor shall
the arrester material show deterioration as a result of the specified operating duty. No
maintenance other than routine inspection shall be required under service conditions.
- The necessary connecting wire (5meter for each LA) for the connection of each Lightening
arrester to surge counter shall also be included in the scope of supply.

7.2.3 INFORMATION REQUIRED

The Bidder/ Manufacturer as per tender requirements shall provide all information. Besides
these, the following information/ Documents have to be submitted:-
(a) Detail dimensional drawing of the offered type LA.
(b) Manufacturer's ISO 9001 certificate.
(c) Manufacturer's Printed catalogue describing specification, technical data, rated voltage,
current, creepage distance, characteristics curve etc. of the offered type LA.

7.8 DOCUMENTATION
The following documents are to be submitted along with the bid, otherwise the bid will be
rejected .

A. COMMERCIAL
Tenderer shall be eligible as per ITT Clause No. 4 and they should submit Bid validity, Bid
Bond, Bid Bond validity, Price Schedule, Delivery Schedule, Authorisation of the signatory,
Tender Submission Sheet, Tenderer Information Sheet & Documentary evidence for

91
establishing the Tenderer’s Qualifications, etc. and all other documents including information
related to rejection clause as per Tender Document.

B. TECHNICAL
1) Guaranteed Technical Particulars (GTP) shall be properly filled up and signed by both
Manufacturer and Tenderer.
2) Letter of authorization from the Manufacturers, in case, the bidder is not the manufacturer, in
prescribed Form.
3) 2 (two) nos. of Manufacturer’s Supply record for similar or higher Current rating of same
voltage class of offered Lightning Arrester within the last 5 (five) years from the date of
opening in the following format (The supply record covering at least 25% of the tendered
quantity in a single tender will be considered only).
Sl. Name, Address, Phone No. Tender No. Tender Description Date of
No e-mail & Fax No. & Date Value of material completion
. of the Purchaser with of supply
Quantity
1.
2.
4) Satisfactory Performance Certificates from at least 2 (two) end users (Electricity Utility) for
similar or higher Current rating of same voltage class of offered Model/ Type Lightning
Arrester within the last 5 (five) years from the date of opening.
6) Type Test Reports (as stated in Clause 7.2.9) for offered type LA from STL (Short-Circuit
Testing Liaison) members as per relevant Standards.
6) Manufacturers, who have supplied the same offered item to BPDB within the last 5 (five)
years from the date of opening, shall submit Satisfactory Performance Certificate from
Director, Purchase, BPDB, Dhaka, for the same offered item.
7) At least 1(one) piece of offered type 33KV Single Phase Lightning Arrester as sample along
with the tender. The submitted sample should comply the technical requirements of the
tender document. It is noted that the submitted sample of the responsive Tenderers will be
tested as per latest version of relevant IEC/ BS or equivalent international standards as
mentioned in the tender at CERS, BPDB or BUET/ CUET/ KUET/ RUET. If the submitted
sample failed in test to conform the technical specification, the tender of the Tenderer will be
rejected. The cost of test will be borne by the purchaser.

7.2.9 TEST REPORTS

The following test reports including tests carried out for the offered type 33KV Single Phase
Lightning Arrester in accordance with the latest version of IEC-60099-4, which are issued by STL
(Short-Circuit Testing Liaison) members by confirming design to the tender document shall be
submitted with the offer:-
a) Insulation Withstand tests on the Arrester housing;
b) Step Current Impulse Residual Voltage test;
c) Lightning Impulse Residual Voltage test;
d) Long Duration Current Impulse withstand test;
e) High Current Impulse operating duty test;
f) Power Frequency voltage versus time curve;
g) Partial Discharge test.

7.2.10 APPROVAL OF DRAWINGS & SPECIFICATIONS


The Bidder shall have to submit 3 sets of Design, Drawing, Technical Specification, Features &
Accessories, Guaranteed Technical Particulars of offered type Lighting Arrester along with
92
manufacturer's printed catalogue, to the Engineer, Director, Design & Inspection–II, BPDB within
15 days from the date of signing the Contract for approval, prior to the manufacturing of the
goods.

7.2.11 TESTS AT MANUFACTURERS WORKS

General
Functional electrical, material, mechanical and hydraulic tests shall be carried out at
manufacturers’ premises. The extent and method of recording the results shall be agreed by the
Purchaser in ample time to enable the tests to be satisfactorily witnessed or to make any changes
to the proposed program of tests.

Material Tests
The supplier shall provide test pieces free of charge as required to enable the quality of the
material to be determined at the supplier’s expense. Purchaser may at its own discretion and by
specific arrangement accept certified particulars of tests carried out in the absence of his
authorized representative.

Type Test
Type tests are required to prove the general design of the offered equipments/ materials. The
Tenderer shall submit the type test reports of the offered equipments/ materials from
internationally reputed independent testing laboratory as per latest version of relevant IEC/ BS or
equivalent international standards as mentioned in the tender.
Routine Tests
All equipments/ materials shall be subjected to routine tests as per latest version of relevant IEC/
BS or equivalent international standards as mentioned in the tender at the manufacturers works
and shall include, but not be limited to an operational test.

7.3 TECHNICAL ORIENTATION AND QUALITY TEST WITNESS


The Purchaser shall have the right to inspect, examine and test 33KV DOFC and 33KV LA to
confirm their conformity to the specification. The purchaser shall be entitled at all reasonable
time during manufacture to inspect, examine and test of goods/materials at the manufacturers’
premises, workmanship and performance.
At least the Routine tests of the following equipments shall be carried out as per latest version of
relevant IEC/ BS or equivalent international standards as mentioned in the tender at the
manufacturer premises or other places where the test facilities are available.
The Supplier shall, after consulting the purchaser, give notice to the Purchaser in writing of the
date and the place where the material or equipment will be ready for quality witness testing.
When the purchaser intends to attend the test he shall promptly inform the supplier accordingly
in writing, so that he can take action. The purchaser shall give the supplier timely notice in writing
of his intention to attend the test.
Where the supplier provides for tests on the premises of the supplier or of any manufacturer of
the supplier, except where otherwise specified, shall provide free of charge such assistance, labor,
materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be
reasonably demanded to carry out such test efficiently. These tests shall be performed as per
latest version of relevant IEC/ BS or equivalent international standards as mentioned in the
tender and only routine tests as agreed upon will be performed.
As and when the purchaser is satisfied that any materials/ equipments shall have passes the tests
referred to in this clause, purchaser shall notify the tenderer in writing to that effect.
Should any inspected/ tested goods fail to conform to the specification, the Purchaser shall have
the right to reject any of the items or complete batch if necessary. In that case Supplier has to
replace the equipment and to make good of them and the supplier shall conduct similar pre-
delivery Inspection and factory tests without any financial involvement to the purchaser. In case
93
any of the Equipment found not conforming to the specification at the time of post landing
Inspection, the supplier will in no way be relieved from the responsibility of replacing them on
making them good at their own cost, despite the Equipment were found good at the time of
Factory Acceptance Test. Nothing in this clause shall in any way release the supplier from any
warranty or other obligations under the tender.

BPDB’s Inspection Team ( at least 03 Engineers) shall have to conduct Technical Orientation and
Quality Test Witness at the manufacturer’s factory premises. The cost incurred for this purpose
shall be borne by the tenderer and the cost in this regard shall be deemed is included in the
offered price.
The cost of Air Tickets (both way) from Bangladesh to Manufacturer’s Country (place of Technical
Orientation and Quality Test Witness), Hotel Accommodation etc. will be borne by the Supplier.
Other than this, the Supplier will pay a standard amount of pocket money(100USD/day) per day
(excluding journey period). The period for this purpose is more or less 07 (seven) days (excluding
travel period). All the cost for this purpose shall be deemed to be included in the offered price.
No goods shall be packed, prepared for shipment/delivery unless it has been approved including
factory Test reports and written instructions has been issued by the Purchaser.

The Tenderer has mentioned the place of Technical Orientation and Quality Test Witness in the
following table:-

Sl. Period of Technical Place & Country of Technical


No. Item Orientation and Quality Orientation and Quality Test
Test Witness Witness
01.

7.4 POST-LANDING INSPECTION AND TESTING :


The Supplier shall inform the purchaser immediately after arrival of the goods at the designated
store of BPDB (as per delivery schedule). An Inspection team of BPDB shall perform the post-
landing inspection in presence of supplier's representative. The Supplier shall arrange the
program of post-landing inspection. Any defect or damage have been found at post-landing
inspection, the defective or damaged materials/ goods to be replaced by the supplier at his own
cost within the stipulated time.
The purchaser’s right to inspect, test (if necessary) and reject the goods after delivery at the
designated store of BPDB shall in no way be limited or waived by reason of the goods having
previously been inspected, tested and passed by the purchaser prior to the good's delivery.
The Inspection team will check the physical conditions and quantity of the goods delivered. If
necessary, the inspection team will select the sample of good(s) and sent the selected sample
goods to CERS, BPDB or BUET/ CUET/ KUET /RUET (as selected by the inspection team) to
carryout the test(s) as per tender to confirm the conformity to the approved Technical
Specifications, Guaranteed Technical Particulars (GTP), drawings and relevant standards. If the
tested sample(s) fail to confirm the specifications in tests, the full consignment will be rejected. All
cost of testing of Materials/ Goods including carrying, loading, un-loading etc. will be borne by the
supplier.

94
Section - 8

GUARANTEED TECHNICAL DATA SCHEDULE


OF
33KV OUTDOOR DROP OUT FUSE CUT-OUT AND FUSE LINK
AND
33KV OUTDOOR TYPE
SINGLE PHASE METAL OXIDE (ZNO) GAPLESS LIGHTNING ARRESTER

95
8.1 GUARANTEED TECHNICAL PARTICULARS OF 33KV OUTDOOR DOFC
(To be filled up by the Manufacturer in Manufacturer Letterhead Pad, otherwise the bid shall be rejected.)

8.1.1. 33KV OUTDOOR DOFC


Manufactur
Sl. BPDB's er's
Description Unit
No. Requirement Guaranteed
Particulars
1. Manufacturer’s Name and Country - To be mentioned
2. Manufacturer’s Model no. - To be mentioned
3. Frequency Hz 50
4. System Nominal Voltage KV 33
5. System Maximum Voltage KV 36
6. Continuous current rating of cut-out. A 100
7. Basic Insulation Level (BIL) KV 170
8. Creepage Distance mm 25mm/KV
9. Power Frequency withstand Voltage KV 70
(Across the isolating distance of fuse
Base).
10. Rated Normal Current A 200
11. Fuse Rating A 6
12. Fuse Type A HRC Cartridge
13. Rated Short Time Withstand Current (for KA 25
3 sec.)
14. Installation - Outdoor
15. Type - Air
16. Construction - Open
17. Operation - Gang
18. Operating Mechanism - Manual
19. Mounting Position - Vertical
20. Number of Pole Nos. 3 (Three)
21. No. of break per pole Nos. To be mentioned
22. Type of contact - To be mentioned
23. Materials of contact service - To be mentioned
24. Maximum Switching KV To be mentioned
25. Insulator material strength KN To be mentioned
24. Air gap between pole of phase mm To be mentioned
25. Type of operating mechanism - To be mentioned
26. Dimensions (L x W x H) mm To be mentioned
27. Total weight of unit Kg To be mentioned
28. Line charging current breaking capacity A To be mentioned
29. Magnetizing current breaking capacity A To be mentioned
30. Standard - IEC–129

Manufacturer’s Seal & Signature Bidder Seal & Signature

96
8.1.2 GUARANTEED TECHNICAL PARTICULARS OF 33KV SINGLE PHASE LIGHTNING ARRESTER
(To be filled up by the Manufacturer in Manufacturer Letterhead Pad, otherwise the bid shall be rejected)

Manufacturer
Sl. BPDB's
Description Unit 's Guaranteed
No. Requirement
Particulars
01 Manufacturer’s Name and Country - To be mentioned
02 Manufacturer’s model No. - To be mentioned
03 Type of the Arrester - Metal Oxide (ZnO),
Gapless
04 Rated Arrester Voltage kV 36
05 Max. System Voltage KV 42
06 Continuous Operating Voltage kV 30
07 Nominal Discharge Current (8/20micro KA 10
sec)
08 Power Frequency withstand voltage of kV rms 70 (Dry) &
the Arrester Housing, Dry & Wet 70 (Wet)
09 Impulse withstand Voltage of the kV (peak) 170
Arrester Housing.
10 Lightning Impulse Residual Voltage kV (peak) 170
(8/20 micro-second wave)
11 Maxm. Steep Current Impulse Residual kV (peak) 130
Voltage at 10 KA of 1 micro second front
time.
12 High Current Impulse Withstand Value KA Min 100KA
(4/10 micro second)
13 Temporary Over voltage capability:
a) 0.1 Second kV (peak) To be mentioned
b) 1.0 Second kV (peak) To be mentioned
c) 10 Second kV (peak) To be mentioned
d) 100 Second kV (peak) To be mentioned
14 Leakage Current at rated voltage mA < 1 mA
15 Total Creepage distance (minimum) mm/ kV 25
16 Overall dimension :
a) Height mm To be mentioned
b) Diameter mm To be mentioned
17 Total weight of Arrester Kg. To be mentioned
18 Line discharge class - Shall be mentioned
19 Short Circuit Current Withstand duration Sec 25KA, 3 sec
20 Minimum Energy Discharge - 5
capability (KJ/KV) at rated
voltage
21 Min. Bending load (kgm) 500
22 Surge Counter /Monitor Shall be provided
23 Cable for Connecting Surge Counter Shall be provided
24 Standard - IEC-60099-4

Seal & Signature of the Manufacturer Seal & Signature of the Bidder
97
8.1.3. 33KV FUSE LINK
Manufacturer's
Sl. BPDB's
Description Unit Guaranteed
No. Requirement
Particulars
To be
1 Manufacturer’s Name & Country -
mentioned
To be
2 Manufacturer’s Model no. -
mentioned
3 Type - K-Type
(NEMA
Standard)
4 Rated Voltage KV 33
5 Frequency Hz. 50
6 Rated Current Amps. a) 05 Amps
b) 10 Amps
7 Rated interrupting capacity KA 8
(rms)
8 Time/ Current Characteristics - To be furnished
To be
9 Material of fuse Link -
mentioned
To be
10 Material of fuse cartridge -
mentioned

Manufacturer’s Seal & Signature Bidder Seal & Signature

98
8.02 SCHEDULE OF MANUFACTURERS NAME AND PLACES OF MANUFACTURE & TESTING

Item Description Manufacture's Place of Place of Testing


No name
Manufacture & Inspection
01 33KV Single Phase
Lightning Arrester with
necessary accessories as
per section 7
02 33KV DOFC With Fuse link

Seal and Signature of the Bidder

99
.

Section - 9

DRAWINGS

To be submitted by the Bidder

zakir/td/

Вам также может понравиться