132/33 KV Substation Tender Lucknow
132/33 KV Substation Tender Lucknow
On
Turnkey Basis as
EPC Contract
Document for
EPC Turnkey Bid
Substation Details:
1.0 GENERAL
2. WORK DESCRIPTION :
3. SCOPE OF WORKS
The package also includes testing and commissioning of the entire substations in a
time bound schedule and all items / accessories required for completion and
commissioning shall be deemed to be in the Bidders scope whether specifically
covered in this notice and Bid documents or not.
The overall scope of works covers all activities related to design, engineering,
manufacture, testing at works, supply of all required equipments and materials with
accessories and auxiliaries to site, storage at site, insurance, construction including
all civil works, handling, erection, testing, commissioning, putting into successful
operation & handing over as single source responsibility on turnkey basis of the 132
KV substation.
THE CONTRACTOR’S SCOPE OF WORK SHALL INCLUDE BUT NOT BE
LIMITED TO THE FOLLOWING :
i) All Civil works including leveling, developing and dressing of land, security
wall with gate & guard room, chain link fencing, control room building,
generator room, transformer plinth, main & auxiliary foundations, cable
trenches with racks & covers, roads, drainage system, sump well & sump
house, store shed, water supply, overhead tank, pipe line and pump house,
deep tube well and other required works specified under detailed civil
specifications, hereinafter.
j) Over all co-ordination with internal / external agencies, obtaining approval of
the electrical inspector/ labour inspector and other concerned authorities in
respect of works to be carried out under the contract.
k) The Contractor shall take electricity connection of his own for construction
power from respective distribution company and shall pay the charges for
connection and electricity consumed at prevailing rates. If electricity
connection is not available, the contractor shall arrange the D.G. sets etc. for
construction power without any extra cost to UPPTCL.
The 132kV class Power Transformer and Circuit Breaker being offered are from
manufacturer(s) who have manufactured, type tested and supplied.
(a) Minimum Average Annual Turnover *(MAAT) for best three years i.e. 36
months out of last five financial years of the bidder should be Rs. 19.40 crore
for this tender.
* 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 of not less than Rs. 3.23 crore for this tender
In case bidder is holding company, MAAT & LA referred to in clause 4.2 (a) and (b)
above shall be that of holding company only (i.e. excluding its subsidiary/ group
companies). In case bidder is a subsidiary of a holding company, MAAT and LA
referred to in clause 4.2 (a) and (b) above shall be that of subsidiary company only
(i.e. excluding its holding company).
4.3 Joint Venture Bids
4.3.1 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) Any of the partner shall meet not less than 15% of the financial position criteria
given at para 4.2(a) and (b) above and 100% of the technical experience criteria
given at 4.1 above.
ii) Each of the other partner(s) individually shall meet, not less than 15% of the
criteria given at Para 4.2 (a) and (b) above.
4.3.2 The joint venture must satisfy collectively the Criteria of Clause 4.2 above for
which purpose the relevant figure of average annual turnover and liquid assets /
credit facilities for each of the partners of the JV shall be added together to arrive
at joint Venture total capacity.
4.3.3 One of the partner shall be nominated as lead partner and the lead partner shall
be authorized to incur liabilities and received instructions for and on behalf of any
and all can also be received by other partner(s) based on authorization of lead
partner. Partners of the joint venture and the entire execution of the contract shall
be done with the lead partner and payment under the contract shall be received
by the lead partner on behalf of the joint venture as per power conferred to him in
the power of attorney. The authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatory of all the partners on
required stamp papers. .
4.3.4 All partners of the Joint Venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms and a copy of
agreement entered into by the Joint Venture partners having such a provision
shall be submitted with the bid.
4.3.5 The Bidder shall also furnish following documents / details with its bid:
(i) A certificate from banker (as per format) indicating SEPARATELY
various fund based and non fund based limits sanctioned to the bidder
and the extent of utilization as on date. Such certificate should have
been issued not earlier than three months prior to the date of bid
opening. Whenever necessary UPPTCL may make queries with the
bidder’s bankers.
(ii) The complete annual reports together with Audited statement of
accounts of the company for last five years of its own (separate)
immediately preceding the date of submission of bid.
[Note: I. In the event the bidder is not able to furnish the information of its
own (i.e. separate), being a subsidiary company and its accounts are
being consolidated with its group/holding/parent company, the bidder
should submit the audited balance sheets, income statements, other
information pertaining to it only (not of with its group/holding/parent
company) duly certified by any one of the authority [ (i) Statutory Auditor of
the bidder / (ii) Company Secretary of the bidder or (iii) A certified Public
Accountant] certifying that such information / documents are based on the
audited accounts as the case may be.
II. Similarly, if the bidder happens to be a Group/Holding/Parent
Company, the bidder should submit the above
documents/information of its own (i.e. exclusive of its subsidiary)
duly certified by any one of the authority mentioned in Note-I
above certifying that these information/ documents are based on
the audited accounts, as the case may be.]
(iii) Bidder shall have adequate sub-station design infrastructure and
erection facilities and capacity and procedures including quality
control.
(iv) The bidder shall have a project manager with 15 years experience in
executing such contract of comparable nature including not less than
five years as manager.
4.4.1 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 specifically).
4.4.2 General Experience: The Applicant shall meet the minimum criteria outlined in
Section I of the Invitation for Prequalification, for the tender.
4.4.3 Personnel Capabilities: The Applicant must have suitably qualified personnel to fill
the following positions. The Applicant will supply information on a prime
candidate and an alternate for each position, each of whom should meet the
experience requirements as specified below:
Project manager 15 10 5
4.4.4 Financial Position:The Applicant shall establish that he has access to, or has
available, liquid assets, unencumbered real assets, line of credit, and other
financial means sufficient to meet the contract cash flow for a period of three
months, net of the applicant’s commitments for other contracts,
4.4.5 The audited balance sheets for the last five fiscal years (of the bidder) shall be
submitted and must establish the soundness of the 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.
4.4.6 Quality Assurance: The Applicant (each member of Joint Venture) must have an
ISO 9000-2001 standard Quality Assurance System. For main components to be
subcontracted if the Subcontractors are not ISO 9000-2001 certified, the
Applicant shall implement his own Quality Assurance System in the
Subcontractor’s Workshops.
4.4.7 Litigation History:The Applicant should provide accurate information on any litigation
or arbitration resulting from contracts completed or under execution by him over
the last five fiscal years. A consistent history of awards against the Applicant or
any partner of a joint venture may result in failure of the application.
4.4.8 Restriction to trade or black listing History: The Applicant should provide accurate
information on any restriction to trade or his black listing resulting from contracts
completed or under execution by him over the last five fiscal years. A consistent
history of restriction or black listing against the Applicant or any partner of a joint
venture may result in failure of the application.
Any bid shall be signed so as to legally bind all partners, jointly and severally, and
any bid shall be submitted with a copy of the joint venture agreement providing the
joint and several liability with respect to the contract.
4.5.2 The prequalification of a joint venture does not necessarily prequalify any of its
partners individually or as a partner in any other joint venture or association.
5. COMPLETION PERIOD:
The substation has to be erected, tested and commissioned within 12 (Twelve)
months from the date of letters of intent or from the date of handing over of land
which ever is later.
On date of letter of intent land shall be available for immediate start of work.
The progress shall be monitored as per approved project implementation
schedule and PERT.
In case individual equipment/material, the date of receipt of goods at UPPTCL
site shall be treated as the date of delivery. In case of part dispatches the
delivery shall be deemed to have been effected when last component/part of
the equipment/material of the serviceable lot / set has been delivered
6. LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY / COMPLETION PERIOD
In case of delay in completion period/handing over of substation beyond agreed
schedule, liquidated damages @ 0.5% per week subject to maximum of 10% of
aggregate contract value shall be deducted from the Bidder’s bills.
However liquidated damages, if any, shall be adjusted against balance
amount of 20% and 10% available for electrical & civil works respectively, which
are to be released after successful commissioning.
7. TERMS AND CONDITIONS
The terms & conditions of the contract shall be governed by the “General
Conditions for Supply of Plant and Execution of Works FORM ‘A’.
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
foreigncountry as on the date of publication of bid or thereafter till the finalisation
oftender shall not be considered.
The Applicants have to declare that they have not been debarred as on thedate
of tender submission through their own statement duly supported by anotarized
affidavit on a Non Judicial stamp paper of Rs. 100/- in this regard alongwith their
application.
2) If it comes to the notice of Corporation, that the Applicant has given any fictitious
information/ Performa or he is involved in mafia activities or he has terrorized the
prospective Applicants or he has tried to stop them in participating the tender
process then the tender process can be cancelled and under such circumstances
the losses to the Corporation shall be recovered from the concerned Applicant.
For agreement with successful bidder, the photo of proprietor in case of
proprietor ship firm, the photo of all the partners in case of partnership firm along
with their partnership deed and photo of authorized person along with authority
letter by Board of Director of company, in case of company, registered under
company Act 1956 shall be required.
3) The documents could be downloaded from e-procurement website
[Link] and tenderer will be required to pay a non-refundable fee
of Rs.11,800.00 (Rupees Eleven Thousand Eight Hundred only) through
RTGS/NEFT in “UPPTCL SBI A/C No 30231982762” , IFS code
[Link] document fee will be deposited through RTGS/NEFT in the
UPPTCL account mentioned above and a proof of such deposit e.g. UTR no.
name of account, scanned copy of pay-in slip counter sighne by the
tenderer,should be uploaded along with e-tender documents.
4) The Applicant shall also provide an Earnest Money Deposit to the amount of
refundable fee of Rs 2600000.00 (Rupees Twenty Six Lakh only) through
RTGS/NEFT in above account and a proof of such deposit e.g. UTR no. name
of account, scanned copy of pay-in slip counter signed by the tenderer,should be
uploaded along with e-tender documents OR in the form of bank guarantee valid
for one (1) year as per the attached format in favour of “S.E.,E.S.D.C.-II, Uttar
Pradesh Power Transmission Corporation Ltd.” 13th Floor Shakti Bhawan Extn.,
Lucknow. No tender document including tender fee, EMD B.G. and other
commercial papers are required to be submitted in hard copy or through
messenger. The Earnest Money Deposit will be refunded to the unqualified
applicants immediately and to the qualified applicants after award of the contract.
5) The bid of the firm without tender document fee, against the purchase of document
and without EMD will not be opened.
SECTION II
INSTRUCTIONS TO BIDDERS
1. GENERAL
5. PREPARATION OF BID
7. SUBMISSION OF BID
8. VALIDITY
12. DEVIATIONS
13. CANVASSING
1. GENERAL
1.1 The Employer, Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL)
intends to proceed with this tender for which this Invitation for Prequalification is
issued.
1.2 The Employer intends to prequalify firms or joint ventures to tender for the work
outlined in the Prequalification Detail.
1.3 Workcompletion period is outlined in the Prequalification Detail.
1.4 General information on the location and scope of the works to be covered by the
tenderis outlined in annexure-I.
2.1 Prequalification will be based on the applicant meeting the minimum pass/fail
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.
2.3 Experience of subsidiary companies or holding companies of bidder shall not be
considered as experience of the bidder.
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 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) Any tender shall be signed so as to legally bind all joint venture partners,
jointly and severally, and any tender shall be submitted with a copy of the
joint venture agreement mentioning details for joint and several liability
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 Delivery of the prequalification application:
3.6.1 The successful tenderer will be required to provide a security and performance
bank guarantees. Details of these securities and guarantees will be specified in the
tender documents.
3.6.2(a) E-tenders alongwith scanned copies of the Demand Draft towards the amount of
the cost of tender documents, Earnest Money deposit (EMD) shall have to be
submitted at the e-procurement website of U.P. Electronics Corporation Ltd.,
[Link], up to schedule date and time as 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.
4.1 Prospective applicants may request in writing clarification of the tender documents
requirements and the criteria for qualification at any time up to five (5) days prior to
the deadline set for the submission of applications. The written responses will be
sent (byfax / post) to all prospective applicants that have received the
prequalification documents.
All queries should be sent to the following fax / postal addresses:
Postal address:
Superintending Engineer,
Electricity Substation Design Circle-II,
UP Power Transmission Corporation Limited
13th Floor, Shakti Bhawan Extension,
14 - Ashok Marg, Lucknow-226001, U.P.
4.2 All information requested for prequalification shall be provided in English.
Information should be submitted in the formats specified in the application forms in
these prequalification documents
4.3 The application for prequalification shall consist of the following:
a) The letter of Application
b) The forms and documentation specified in the Prequalification Data
c) Earnest money deposit as specified in Section I Clause 8(4)
d) Proof of deposit of non-refundable fee as specified in Section I Clause
8(3).
4.4 Failure to provide information which is essential to evaluate the applicant’s
qualifications or to timely provide clarification or to substantiate the information
supplied will result in disqualification of the applicant.
4.5 Submission of applications for prequalification must be received in sealed
envelopes, which shall be delivered either by hand or by registered mail, to the
address specified in the Prequalification Data not later than the date and time
specified in the Prequalification Data, and shall bear the identification specified in
the Prequalification Data.
4.6 The tender shall be valid for not less than six (6) months from the last date of
opening of tender.
5. PREPARATION OF BID
5.1 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 levelling 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, operation & maintenance for two years of the
aforesaid substation.
The Bidders are required to make themselves fully conversant with the
technical specifications, drawings, Special Conditions of specification,
Instruction to Bidder, 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.
5.2 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.
5.3 The Bid should be prepared and submitted strictly in accordance with the
instruction contained in these specifications. The Bid shall be complete in all
respects. Bid must be submitted in the manner specified on the attached
prescribed schedules and/or copies thereof. To complete the proposal, the
Bidder must fill the Bid form, declaration, all schedules and data sheets,
annexed with the specification item by item in accordance with the
instructions and notes supplementary thereto. The interpolations, insertion,
cutting and corrections made in the Bid offers should be duly initialed by the
Bidder.
5.4 Each Bidder shall supply the data required on sheets annexed with the
specifications by typing at appropriate places against each item to facilitate
preparation of comparative statements. These sheets must be properly
signed by authorized representative of the Bidder/manufacturer testifying
the data submitted. All schedules must be duly filled in and shall be
enclosed with each copy of the Bid, In case the Bidder does not supply any
of the required information at the time of Bid, necessary loading may be
made while evaluating the prices of his offer without giving him any further
opportunity to supply or clarify the same. The Bidders are notified that in
case the required information are not furnished in the specified
Performa/schedules attached with the specification, the Purchaser shall not
be responsible for any error in the evaluation of their Bids on this account,
Further the failure to comply with this requirement may result in the rejection
of the Bid at the discretion of the Purchaser.
5.5 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.
7.1 "The Bidder shall submit his Bid in duplicate in three separate parts. Each
part shall be kept in double cover, inner one being sealed.
I) Bid Part-I
This part shall contain the earnest money, technical and commercial
particulars, pre qualifying details, details& make of equipments, quantity and
delivery/completion period offered. The cover containing this part of bid
shall be super scribed "Bid Part-I (Earnest Money, Technical and
Commercial details etc.). Two soft copies in MS Word of Schedule of
Guaranteed Technical Particulars (Schedule R) of all the equipments
would also be submitted in this envelope.
This part shall contain the prices for Civil Works. The cover containing this
part shall be super scribed "Bid Part-II A (Prices for Civil works)". Two soft
copies of Price Schedule prepared in MS Excel would also be
submitted in this envelope.
The envelopes of above three parts shall be kept in another envelope which
shall also be sealed and super scribed on top as under :-
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 bid part-II.
7.2.2 Offers without earnest money shall not be considered under any
circumstances.
7.2.3 Besides the Earnest money, other relevant information and the following
documents, duly filled in must also accompany the Bid part-I.
Application Forms 0 to 10 enclosed at Appendix A
Application Form (0) Letter of Application
Application Form (1) General Information
Application Form (2) General Experience Record
Application Form (2A) Joint Venture Summary
Application Form (3) Particular Experience Record
Application Form (3A) Details of Contracts of Similar Nature and
Complexity – Substations
Application Form (4) Summary Sheet : Current Contract
Commitments/Works in Progress
Application Form (5) Personnel Capabilities
Application Form (5A) Candidate Summary
Application Form (6) Equipment / System Requirements
Application Form (7) Financial Capabilities
Application Form (8) Litigation History
Application Form (9) Restriction and black listing History
Application Form (10) Bank Guarantee format for Earnest Money
Deposit
Bid Schedules A to R enclosed at Appendix B
1. Schedule A : Bid Form
2. Schedule B : Qualifying details in following schedules :
B-1 : Experience details of Equipments of manufacturers on
whom the orders are placed by UPPTCL
B-2 : Experience details of Equipments of manufacturers on
whom the orders have not been placed by UPPTCL
3. Schedule C : Declaration
4. Schedule D : Proforma for joint undertaking by the collaborator /
associates with Bidder
5. Schedule E : Schedule General Particulars
E-1 : For Bidder
E-2 : For Manufacturers
6. Schedule F : Schedule of deviations from “Special Conditions of
Specification”
7. Schedule G : Schedule of deviations from “Technical Specification”
8. Schedule H : Schedule of deviations from “Instructions to Bidders”
9. Schedule I : Schedule of deviations from “General technical
requirements of specifications”
10. Schedule J : Schedule of deviations from “General condition of
Contract” form “A”.
11. Schedule K : Schedule of deviations from “Technical specifications for
handling, erection, testing and commissioning”
12. Schedule L : List of Recommended spare tools & tackles
13. Schedule M : List of recommended test sets & testing instruments
14. Schedule N : List of recommended spare parts and their prices
15. Schedule O : List of drawings& literatures enclosed with the Bid
16. Schedule P : Schedule of Guaranteed completion/delivery period
17. Schedule Q : Schedule of offered quantities.
18. Schedule R : Schedule of Guaranteed technical Particulars
19. Complete technical details, Make, specification, type test reports, 3 years
performance reports and literature of the equipments offered.
7.3 BID PART-II A (PRICES for Civil Works) as per BOQ attached as
annexures
Only the prices and the following documents duly filled in must accompany
Bid bid part-II B.
7.3.1 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.
7.3.2 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.
8.0 VALIDITY:
The Bids shall be valid for a period of six (6) calendar months from the date
of opening of the Part I or any extended date of opening. Bid with lesser
validity are liable to be rejected.
9.2 The prices of imported items, if any, shall be inclusive of all taxes, duties
,license fees, import/ custom duties etc legally payable .Any such taxes ,
duties and levies shall be Bidder’s account & no separate claim on this
account shall be entertained by UPPTCL.
For bought out items as well as self manufactured items, all
duties/levies/taxes/cess etc. except GST on work contract shall be
included by bidders in unit price & UPPTCL shall not entertain any
claim on this head. Only GST shall be payable at the prevailing rate on
work contract and the present rates of GST on work contract is 18%.
The bidders have to take into consideration the input tax credit (ITC) while
quoting price.
The tax deduction at source (TDS) shall be decuted as per Act from the bills
of the bidder.
10.2 In case prices of some items are given in lump-sum, where unit prices are
required, Purchaser reserves the right to evaluate unit price on the basis of
the quoted lump-sump prices.
10.3 In case, where a Bidder does not quote F.O.R. destination price asked for,
their quoted unit prices shall be loaded by appropriate additional factors on
Ex-work prices as below.
10.6 If the Bidder fails to quote prices for any of the item (s) / component(s) as
asked for or confirm its supply free of cost, the highest prices as quoted by
other Bidder for the same shall be added to arrive at F.O.R destination
computed prices of such Bidder for comparison purpose only.
10.7 The prices shall be compared inclusive of excise duty, Sales Tax/ Trade Tax
any other taxes/duties.
10.8 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.
10.9 The prices shall be compared inclusive of GST assuming the tender as
work contract & the present rate of GST is 18%.
11.1 The Purchaser is not bound to accept the lowest Bid and may reject any or
all the Bidders, without assigning any reason.
11.2 The successful Bidder shall have to enter into a contract agreement with the
Purchaser as per General conditions of form A and other special conditions
attached with the Bid specifications.
12.0 DEVIATIONS :
The offer should be strictly in line with conditions, specification and other
requirements maintained in this Bid specification document. No deviations
are permitted except under special circumstances. Should the Bidder wish
to depart from the conditions, provisions and specifications of Bid
documents in any way he must draw specific attention to such departure (s).
All such deviations shall specifically be filled up in the relevant deviation
schedule. If deviations are not specifically recorded in this schedule and
submitted along with the Bid document it will be presumed that there are no
deviations and this interpretation will be binding upon the Bidder.
13.0 CANVASSING:
All disputes arising out of and touching or relating to the subject matter of
agreement, shall subject to the jurisdiction of Local Courts of Lucknow and
High Court of Judicature at Allahabad only.
SECTION III
SPECIAL CONDITIONS OF SPECIFICATIONS
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
47.0 CRITICAL DEFAULT AND DEBARMENT
1.1 The scope of work 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 operationas single source
responsibility on turnkey basis the 132 KV Substations, particulars of which
are specified in Section -1.
1.2 THE BIDDER’S SCOPE OF WORK SHALL INCLUDE BUT NOT BE LIMITED TO THE
FOLLOWING;
(a) Design & engineering of all systems, subsystems, equipments,
materials and services.
(b) Manufacturing,, assembly, inspection, testing, packing, forwarding,
loading, unloading, transportation, transit insurance & supply of all required
structures, equipments & materials at site including port & custom
clearance if required
(c) Receipt, storage, insurance, preservation & conservation of all
structures, equipments & materials at site.
(d) Fabrication & reassembly (if any), erection, testing & commissioning
of individual equipments, sub systems /systems.
(e) Commissioning & putting into successful operation.
2.0 EXCLUSIONS
(a) Termination of incoming lines on the incoming gantry
(b) Transmission lines / towers if any.
7.0 PRICES
The Prices of all the items and services shall remain “firm” in all respects
through out 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.
7.1 The prices of imported items, if any, shall be inclusive of all taxes, duties
,license fees, import/ custom duties etc legally payable .Any such taxes ,
duties and levies shall be Bidder’s account & no separate claim on this
account shall be entertained by UPPTCL
.
7.2 For bought out items as well as self manufactured items, all
duties/levies/taxes/cess etc. except GST on work contract shall be
included by bidders in unit price & UPPTCL shall not entertain any
claim on this head. Only GST shall be payable at the prevailing rate
on work contract and the present rates of GST on work contract is
18%.
7.3 The bidders have to take into consideration the input tax credit (ITC) while
quoting price.
7.4 The tax deduction at source (TDS) shall be decuted as per Act from the
bills of the bidder.
7.5 The Bidder shall include surcharge /levies/ cess etc., as applicable in their
quoted prices and UPPTCL shall not bear any additional liability on this
account.
7.6 The Contract for construction of above 132 KV Substation on single source
responsibility, on turnkey basis shall be awarded as Work Contract. Only
one contract for all the works including supply, erection, testing &
commissiong & civil works shall be made onTurnkey basis as single source
responsiibility asuming the work as work contract.
7.7 UPPTCL shall not bear any liability towards Turnover tax, corporate tax,
sales tax on works contract, income tax and any other such taxes &
surcharge /levies/ cess on them, these shall be to Bidder’s account as
applicable.
7.8 UPPTCL shall be entitled to deduct Income tax and other taxes/ surcharge
/levies/ cess at source in accordance with provisions of Income tax/ other
taxation laws as applicable from time to time.
7.9 ITC
The Bidder shall quote the prices after taking into account due credit under
ITC scheme as per relevant Government policies wherever applicable. The
UPPTCL shall not bear any liability on this account.
i. Certified that we are registered under the GST Act and our Registration
no. is ----------
ii. Certified that the transaction on which the GST has been claimed has
been/ will be included in the return submitted/ to be submitted to the
Taxation authorities for the assessment of GST and amount claimed
from the UPPTCL has been/shall be paid to the Taxation authorities.
iii. Certified that we shall always indemnify the UPPTCL in case it is
found at a later stage, that wrong or incorrect payment had been
recovered on account of the GST paid/to be paid by us.
iv. Certified that any loss due to non-availability of ITC or levy of
penalty/interest on account of non-filing of return or non-compliance of
any mis-statement given under the provisions of GST Act by the firm
shall be recoverable from us.
v. The provisions of the GST Act shall prevail upon wherever applicable
in the terms and conditions of the tender document.
8.0 The Bidder shall quote the prices after taking into account due credit under
MODVAT scheme as per relevant Government policies wherever
applicable. The UPPTCL shall not bear any liability on this account.
9.0 TERMS OF PAYMENT
The terms of payment shall be as per Clause 25 of FORM ‘A’ subject to
deductions applicable as per terms of the contract.
9.1 Mobilisation Advance
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
up to 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 UPTTCL
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 fulfillment of above conditions and an interest will be
charged at the rate of 10% per [Link] advance and interestshall 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.
9.2 Payment
9.2.1 In case of supply- payment shall be made as detailed below:
(a) 80% payment of supplied equipment after completion of the foundation of
equipment.
(b)10% payment after [Link] equipment
(c)Balance 10% amount to be released after satisfactory commissioning of entire
substation, 100% completion of all electrical and civil works, adjustment of liquidated
damaged if any and issuance of taking over certificate.
Note:
I) Payment of above major equipment shall be done as per above supply schedule
only, even if inspection/ supply is made earlier
II)Mobilization advance alongwith interest shall be adjusted proportionately against
progressive payments .
III) The supply of all equipments and material shall be in accordance with approved
bar chart .
10.0 DEVIATIONS
Unless brought out clearly, the Bidder shall be deemed to conform strictly
tothe provisions of the Bid documents. All deviations from the specifications
shall be clearly brought out in respective schedule of deviations.
Anydiscrepancy 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.
11.0 COMPLETION PERIOD
The substation has to be erected, tested and commissioned within 12
(Twelve) months from the date of letter of intent or from the date of handing
over of land whichever is later.
The progress shall be monitored as per approved project implementation
schedule & PERT.
In case of individual equipment/material the date of receipt of goods at
UPPTCL site shall be treated as the date of delivery. In case of part
dispatches the delivery shall be deemed to have been effected when last
component/part of the equipment/material of the serviceable lot/set has
been delivered.
12.0 EXPENDITURE UNDER CONTRACT
The Bidder shall furnish a cash flow chart with in 30 days of issue of letter
of intent indicating month wise financial liabilities of the Purchaser during
the execution of the project which is fairly representative of the actuals for
supply, erection, testing and commissioning, individually and collectively.
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 ad 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.
13.4 Bidder shall submit a detailed list of all the drawings/documents/write-
ups/back up calculation/design memoranda/instruction manuals proposed
to be released for the complete job, volume and section wise, giving titles
and contents of each drawings and documents soon after the placement of
order.
14.0 PROGRESS REPORTS
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.
The progress report shall be distributed as directed by the Engineer.
14.2 Civil works/Erection, testing and commissioning.
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.
15.0 COORDINATION AND REVIEW MEETING
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.
16.0 DESIGN AND DRAWING
16.1 Immediately upon receipt of acceptance of letter of intent, the Purchaser shall
furnish land map of each S/S showing tentative electrical layout (conventional
type substation) to the contractor. After site visit, the contractor has to prepare
& submit following drawings ( in 3 hard copies as well as in soft copy) for
Purchaser’s approval :-
i) Final Single Line Diagram
ii) Final Electrical layout drawing along with Sectional drawing
clearly indicating location of equipment , control room, offices, store,
residences, roads, lawns etc.
iii) Foundation, earthmat and cable trenches drawing showing cable trenches
location and cross sections etc along with calculation of earthmat design
taking into account the provisions of gravels, after measuring values of earth
resistivity of sites.
In case of difference of opinion in above drawings, the decision of
the Purchaser shall be binding on the Contractor. Thereafter, if required, the
revised drawings shall be issued by the Contractor.
Copies of standard drawings of Main & Auxiliary structure will be provided
after finalization of foundation plan
16.2 EQUIPMENT/SYSTEM DRAWINGS
The Bidder shall submit drawings / literatures of all the equipments/
materials in duplicate to Engineer of Contract for his review and approval
within a month of issue / acceptance of letter of intent.
The drawings to be submitted are specified under technical specifications of
respective equipments. These shall necessarily include General
arrangement drawing, foundation details, schematic wiring diagram,
terminal blocks drawing where ever applicable, whether specified under
technical specifications of respective equipments or not.
The control and protection schematics , cable interconnection and
termination drawings between different equipments 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 Switchyard and Control room lighting layout
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 & 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 SUBMISSION AND APPROVAL OF DRAWINGS/DOCUMENTS
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.
16.4 Submission and distribution of drawings/documents
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".
17.0 APPROVAL OF DRAWINGS
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..
No extension of delivery periods shall be granted on this account.
18.0 NAME PLATE, MARKING OF PARTS, LABELS
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 equipment in switchyard will have a clear marking of the name of bay,
identification number, name of equipment. Such plates are to be fixed on
control boxes of respective equipment to facilitate identification during
routine operation/maintenance. A name plate giving name of bay shall be
fixed at suitable location for identification of each bay.
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.
19.0 INSTRUCTION MANUALS
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
20.0 DOCUMENTS AND ERECTION DRAWINGS
The Bidder shall submit within a reasonable time but at least four (4) weeks
before dispatch of equipment (as per distribution schedule) the following
drawings/documents and instruction manuals etc. to the consignee and the
Engineer.
23.3 All consumables, lubricants, grease, control fluids etc. required for erection,
operation, testing & commissioning shall have Indian equivalents, which can
also be mixed with original lubricants for make-up purpose.
23.4 RAW MATERIAL :
The Bidder shall himself be responsible for timely arrangement/
procurement of all the raw materials required for the manufacture of all
Bided items and shall furnish their test certificates to the Purchaser.
However, depending on the policy of the Govt. of India, Corporation may
issue essentiality certificates, for arrangement of such raw materials through
CEA, DOE, DGTD or other, who may allot the same to the Bidder, at their
discretion directly from any of the producers of such raw materials or other
sources, but without any financial liability to the Corporation of affecting /
linking the delivery of the equipment with the availability of raw material
against such certificates or recommendations.
23.5 QUALITY CONTROL, PROGRAMME
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.
I. The quality control organizations and the proposal of its
implementation.
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.
IV. Quality control during purchase of components, sub- systems and
assemblies.
V. Methods for ensuring selection of proper vendors/sub-vendors.
VI. Inspection of testing at shop after assembly.
VII. Control of accuracy during calibration of measuring and testing
equipments .
VIII. Preservation and quality control during the transit.
IX. Procedure for inspection before erection and quality control during
erection.
X. System for storage and delivery.
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.
24.4 During inspection the Purchaser's Inspecting Engineers at all time 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 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."
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 s 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.
26.0 DESPATCH OF EQUPMENT
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
28.0 PERFORMANCE GUARANTEE
1) The guarantee period of all the equipments (except Transformer) shall
be 12 months from the date of taking over of plant as specified in Form
‘A’. For Transformer the guarantee period shall be 60 months from the
date of taking over of the plant. The date of taking over shall be the date
of commissioning of s/s suitable for commercial use or 100% completion
of electrical and civil works whichever is later.
Damages for not meeting above performance guarantee shall
be assessed and recovered from the Bidder at predetermined rates to
be communicated by Engineer of Contract.
2) Successful bidder shall have to submit a Bank Guarantee for 10% of
value of the contract within days twenty eight (28) days of issuance
of LOI, which should remain valid till one year after commissioning of the
s/s or completion of s/s in all respect whichever is earlier. Further before
release of this bank guarantee, fresh bank guarantee equivalent to 10 %
cost of power transformer shall have to be deposited which shall remain
valid for further period of four years and claim period of six months
thereafter.
29.3 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 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.
31.5 Third Party Risk and Public Liability Insurance
The Bidder shall take necessary insurance to indemnify third party risk
arising out of the work and its operation to be done by him at his own cost.
The Bidder shall also take public liability and property damage liability
insurance cover for the entire period of construction as well as operation &
maintenance period as given below:
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.
31.7 Automobile Liability Insurance
On all self propelled vehicles used in connection with this contract, whether
owned, non-owned or hired by the Bidder, limits of insurance shall be as
follows:
i) For public liability up to and including Rs.2,00,000/- for one person and
Rs.5,00,000/- for each accident or incident.
ii) For property damage up to and including Rs.2,00,000/- for each
accident or incident.
31.8 The insurance shall remain valid till 45 days after date of taking over of the
Substation.
32.0 TRAINING OF ENGINEERS
It shall be the responsibility of the Bidder to impart training to Purchaser's
engineer without any cost to the Purchaser i.e. free of cost for 50 man
weeks inclusive of all equipment/systems; periods for various equipments to
be mutually agreed between the Bidder and the Purchaser under this job.
Suitable documentation, drawing and spare part details etc. shall be made
available by the Bidder to the trainees so as to fully equip them for
preventive maintenance, capital maintenance and overhaul of various
equipments independently and with precision and speed. The Bidder shall
submit a proposal for training covering a total of 50 man weeks inclusive of
those specified elsewhere, covering recommended man weeks for design,
operation, and maintenance of each type of major equipment/system, for the
approval of Engineer before taking up the Training programme.
All expenditure on travel and stay for the trainees shall be borne by the
Purchaser. The Bidder shall make all suitable arrangements for stay of the
trainees at their works/offices. It is important that during training free-
exchange of know-how is provided so that the trainees are made fully
conversant with the design, operation and maintenance of the
plant/systems.
33.0 SPARE PARTS
33.1 Bidder shall recommend a set of spare parts required for normal
maintenance of each equipment offered for a period of five years along with
price of each spare part which shall remain valid for at least three years from
the complication of guarantee period. The Bidder shall supply the spare
parts promptly as and when required at reasonable prices through-out the
useful life of the equipment.
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.
34.0 LOCAL CONDITIONS
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.
35.0 CONSTRUCTION MACHINERY
The Bidder shall bring his own construction/erection machinery for
construction, erection and commissioning of plant.
36.0 RESPONSIBILITY OF ERECTION/WORKS
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.
37.0 EXTRA WORK SHIFT
Night work shall be permitted with the written approval of the Engineer. The
Engineer may also direct such extra shift for the Bidder to ensure completion
of contract on schedule if in his opinion such work is necessary.
38.0 CARE OF FINISHED WORK
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.
39.0 CLEANING UP OF WORK SITE
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.
40.0 BIDDER'S EMPLOYEES AT SITE
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 two
years 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.
40.5 Employee identification
The Bidder or his representative shall present his employee identification to
the Engineer. Suitable method of identification shall be developed by the
Engineer/ Purchaser and the Bidder shall comply with the same.
41.0 REPLACEMENT OF DEFECTIVE PARTS/EQUIPMENTS/WORKS & RECTIFICATION OF
DEFECTS:
In case any defect is discovered during installation, testing and
commissioning of equipment at site, the Bidder at his own cost shall rectify
the defect/ replace the equipment or material promptly as to achieve the
commissioning schedule.
In case any defect is discovered at site after taking over of the Substation by
the Purchaser in the materials supplied or works done by Bidder, the Bidder
at his own cost shall rectify the defect/ replace the equipment or material
promptly as soon as informed by the Purchaser.
45.0. 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.
SECTION IV
TECHNICAL SPECIFICATIONS FOR HANDLING,
ERECTION, TESTING AND COMMISSIONING
INDEX
1.00 SCOPE
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.
2.04 Manufacturer's drawings, instructions & recommendations shall be correctly
followed in handling, setting, testing and commissioning of all equipment &
care shall be exercised in handling to avoid distortion to stationary
structures, marring of finish, damaging of delicate instruments or other
electrical parts etc. Adjustments shall be made as necessary to the
stationary structures for the plumb & level, for the sake of appearance or to
avoid twisting of frames or bending of hinged members.
Bidder shall engage manufacturer's Erection Engineers for major
equipment to supervise the erection of the relevant equipment. Bidder
shall erect & commission the equipment as per approved drawings and shall
extend full
co-operation to them. The Bidder shall beheld responsible for any damage
to the equipment consequent to not following manufacturer's instructions
correctly
2.05 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 circuit breakers, isolators
and their operating mechanisms All insulators & bushing shall be protected
against damage during [Link] 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.
2.06 Bidder shall take utmost care in handling instruments, relays & other
delicate mechanisms. The blocking materials/mechanisms employed for the
safe transit of the instruments & relays shall be removed after ensuring that
the panels had been completely installed & no further movement of the
same would be necessary
2.07 Inspection, storage, installation, testing & commissioning of transformer
shall be in accordance with the Indian Standard code of practice. IS 1886
with latest edition and manufacturer’s instructions?All commissioning test as
applicable, vide appendix C of IS: 1885 with latest edition shall be carried
out.
Induction motors shall be installed & commissioned as per IS code of
practice IS:900 with latest edition and manufacturer's instructions.
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 & filtering of oil,
heating of oil by regulated short circuit current during drying runs and
sampling & testing of oil shall be in accordance with the manufacture's
instructions & IS code of practice IS:1866 with latest edition.
2.08 Equipment furnished with finished coats of paint shall be touched up by the
Bidder , if their surface has become dull or marred while handling.
2.09 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
2.10 The Bidder shall provide and make all necessary arrangement for the safety
of his staff and laborers 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 there from, 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.
2.11 The Bidder shall provide and construct adequate storage shed for proper
storage of equipments, where sensitive equipments shall be stored indoors.
All equipments during storage shall be protected against damage due to
acts of nature or accidents. The storage instructions of the applicable
standards, equipment manufacturer/ Purchaser shall be strictly adhered to.
4.02 General criteria for using the conductors at 132 KV substations is as under:
S. 132kV 33KV
Bus/ Feeder
No. Switchyard Switchyard
4.06 The droppers from bus bars and jack buses to connect the equipment
shall be fixed through suitable P.G. clamps as per standard practice.
The earthmat design shall be made on the basis of actual measured soil
resistivity value, fault level and switchyard area. The earth mat shall be
required to be laid at least 500 mm depth below ground level.
M.S. rods of 36/40 mm dia shall be used for the earth mat, to be laid in the
total area of the switch yard and 3 meter long M.S electrodes of36/40 mm
dia shall be fixed on joints all along the boundary of the switch yard
vertically below the earth mat level.
6.03 The earthing of all the equipment/ structures placed in the switchyard will
be done through suitable size riser of MS flats.
6.04 The general norms for earthing conductors and flats shall be as under
which are subject to change as per approved design / drawings :
[Link]. Item Size Material
(i) Main Earthmat Conductor & Earthing 36/40 mm MS rod
Electrode dia
(ii) Earthing of Transformer, Circuit 75x10 mm MS flat
Breakers, L.A, Isolator, CVT, CT,
Bus Support
(iii) Earthing of Main & Auxiliary 50x6 mm MS flat
structures, Pale Fencing ,gate,
Lightening mast, Control Panel,
Relay Panel, outdoor marshalling
boxes, junction boxes & Lighting
panels, Distribution Boards, PLCC
equipments
(iv) Cable trenches 25x6 mm MS flat
(v) Lighting Poles 10 SWG GS Wire
6.07 JOINTING:
Earthing connections with equipment earthing pads shall be bolted type.
Contact surfaces shall be free from scale, paint, enamel, grease, rust or
dirt. Two bolts shall be provided for making each connection. Equipment
bolted connections, after being checked and tested, shall be painted with
anti corrosive paint/compound.
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.
Steel to copper connections shall be brazed type and shall be treated to
prevent moisture ingression.
Resistance of the joint shall not be more than the resistance of the
equivalent length of the conductor.
All ground connections shall be made by electric arc welding. All welded
joints shall be allowed to cool down gradually to atmospheric temperature
before putting any load on it. Artificial cooling shall not be allowed.
Bending of earthing rod shall be done preferably by gas heating.
All arc welding with large diameter conductors shall be done with low
hydrogen content electrodes.
The GS flat of specified size shall be clamped with the equipment support
structures at 1500 mm interval.
7.0 SPECIFIC REQUIREMENT FOR EARTHING SYSTEM:
7.1 TRANSFORMER:
(i) The transformer tank shall be earthed at two distinct specified points
provided on the tank with the help of 75x10mm 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
75x10mm MS Flat using two nos. copper flexible bands fastened with GI
nuts & 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.
7.4 ISOLATORS :
i) Each pole structure shall be earth at two places.
(ii) Earth switch of Isolator shall be separately earthed with the help of
75x10mm M.S. flat and will be clamped with structure with the help of
cleats provided at 750mm distance.
(iii) Isolator base to pie structure shall be connected with help of flexible bond.
(iv) Control box for earthing switch shall also be earthed.
8.6 OTHERS:
The other technical works shall also be carried out as per UPPTCL
practice for 132 KV Substations and as directed by the Engineer.
(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 centers,control and relay panels etc., wherever required for cable
identification, where a number of cable enter together through a gland
plate.
9.02 CABLE SUPPORTS & CABLE TRAYMOUNTING ARRANGEMENTS
(i) The Bidder 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 750mm 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 2000mm.
9.03 CABLE TERMINATION AND CONNECTIONS:
(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 Bidder 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 Bidder 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.
(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.
(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 Bidder, as directed by the Purchaser.
(xiii) Crimping tools used shall be of approved design and make.
(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) Solder less crimping of terminals shall be done by using corrosion
inhibitory compound. The cable lugs shall suit the type of terminals
provided.
(vii) 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.
a) Power cables on top tiers.
b) Control/ instrumentation and other service cables in bottom tiers.
(viii) 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 center distance equal to twice the diameter.
(ix) 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.
(x) Power and control cables shall be securely fixed to the trays/supports with
self locking type nylon ties with deinter locking 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 2meter of
cable run.
(xi) Cables shall not be bent below the minimum permissible limit. The
permissible limits are as follows:-
Type of cable Minimum bending radius.
Power cable 12 x OD
Control cable 12 x OD
Where D is overall diameter of cable.
(xii) 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.
(xiii) 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.
(xiv) Selection of cable drums for each run shall be so planned as to avoid
using,straight through joints. Cable splices will not be permitted except
where called for, by the drawings, unavoidable or where permitted by the
Purchaser. If straight through joints are unavoidable, the Bidder shall use
the straight through joints kit of reputed make.
(xv) 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.
(xvi) Rollers shall be used at intervals of about two meters while pulling Cables.
(xvii) All due care shall be taken during unreeling, laying and termination of
cable to avoid damage due to twist, kinks, sharp bends, etc. Cable ends
shall be kept sealed to prevent damage. In cable vault, Fire resistant seal
shall be provided underneath the panels.
(xviii) Inspection on receipt, unloading and handling of cables shall generally be
in accordance with IS:1255 and other Indian Standard Codes of
practices.
(xix) 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 Bidder.
(xx) Bidder 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.
(xxi) Bidder 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.
(xxii) Bidder shall paint the tray identification number on each run of trays at an
interval of 10m.
(xxiii) In case the outer sheath of cable is damaged during handling/ installation,
the Bidder 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
Bidder shall not be paid for installation and removal of the damaged cable.
(xxiv) All the terminations shall be appropriately tightened to ensure secure and
reliable connections. The Bidder shall cover the exposed part of all cable
lugs with insulating tape, sleeve or paint.
9.07 CABLE TRAYS:
i) The cable trays shall be of G.S. sheet and minimum thickness of sheet
shall be 2mm.
ii) The Bidder shall perform all tests and inspection to ensure that material
and workmanship are according to the relevant standards. Bidder shall
demonstrate all tests as per specifications and materials shall comply with
all requirements of the specifications. The tests shall include the following ;
a) Test for galvanizing(Acceptance test):The test shall be done as per
approved standards.
b) Deflection Test(Type Test)
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.
10.0 ERECTION OF METERING SYSTEM AND SCADA:
The Bidder shall install metering system as per specifications on select
feeders and SCADA (if required)and shall synchronize it with existing
RLDS.
11.0 ERECTION OF ASSOCIATED SYSTEMS:
The Bidder shall carryout the complete erection of Illumination system,
Diesel generating sets if required, Fire protection system, Oil filtration
plant, Air conditioning and ventilation system etc as per relevant
specifications, applicable standards, manufacturer’s and Purchaser’s
instructions.
12.00 TESTING AND COMMISSIONING:
The Bidder shall carryout all the required and / or specified tests on
equipments/ systems before commissioning and putting into operation.
An indicative list of tests is given below. Bidder 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 Bidder 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.
12.01 GENERAL CHECKS:
(a) Check for physical damage.
(b) Visual examination of zinc coating/plating.
(c) Check from nameplate that all items are as per order/specification.
(d) Check for tightness of all bolts, clamps and connecting terminals using
torque wrenches.
(e) For oil filled equipment, check for oil leakage, if any. Also check for oil
level and top up wherever necessary.
(f) Check ground connections for quality of weld and application of zinc rich
paint over weld joint of galvanized surface.
(g) Check for surface finish of grading rings (Corona control ring).
(h) Pressure test on all pneumatic lines at 1.5 times the rated pressure
(i) Check for cleanliness of insulators & bushings.
(j) All checks and tests specified by the manufacturer in his drawings /
manuals as well as all tests specified in the relevant code of installation.
12.02 STATION EARTHING:
a) Check for continuity of grid wires.
b) Check for earth resistance of the entire grid as well as various sections of
of the same.
c) Check for weld joint and application of zinc rich paint on galvanized
surface.
d) Check for soil resistivity.
12.03 CONDUCTOR STRINGING WORK, BUS WORK AND POWER
CONNECTORS:
a) Physical check for finish.
b) Electrical clearance check.
c) Testing of torque, by torque-wrenches on all bus bar power connectors
another accessory.
d) Millivolt drop test on all power connectors.
e) Sag and tension checks on conductors.
12.04 INSULATORS:
Visual examination for finish, damage, creepage distance etc.
12.05 TRANSFORMERS:
a) Dielectric test of oil.
b) Insulation resistance of all windings.
c) Voltage ratio test on all taps.
d) Vector group test.
e) Operational test of OLTC.
f) Buchholz relay operation test.
g) Operation test of cooling equipment.
h) Operation test of all protective devices and interlocks.
i) Insulation resistance of control wiring.
SECTION V
GENERAL TECHNICAL REQUIREMENTS OF SPECIFICATIONS
INDEX
1.0 GENERAL
2.0 COMPLETENESS OF EQUIPMENTS
3.0 STANDARDS
4.0 PROJECT DATA
5.0 SYSTEM PARTICULARS
6.0 SYSTEM PARAMETERS
7.0 SERVICES TO BE PERFORMED BY THE EQUIPMENT
8.0 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 PROTECTION
19.0 SURFACE FINISH
20.0 GALVANISING
21.0 PROTECTIVE GUARDS
22.0 TOOLS AND TACKLES
23.0 CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES &
MARSHALLING BOXES FOR OUTDOOR EQUIPMENT
1.0 GENERAL
This section stipulates the General Technical Requirements under the Contract
and will form an integral part of the Technical Specification / RFP.
The provisions under this section are intended to supplement general
requirements for the materials, equipments and services covered under
respective equipment sections and are not exclusive. However in case of
conflict between the requirement specified in this section and requirements
specified under respective equipment sections, the requirements specified
under respective sections shall hold good.
Every effort will be made to supply all equipment as per the technical details
furnished in the specification. However, due to the standard manufacturing
practice of various equipment suppliers and depending on the selected vendor,
there may be slight variations from indicated values at the contract stage. Such
variations should not affect the quality and performance of the equipment.
It is not the intent to specify completely in technical specifications of
equipments/materials all details of the design and construction of equipment.
However, the equipment shall conform in all respects to high standards of
engineering, design and workmanship and shall be capable of performing in
continuous commercial operation. The Purchaser will interpret the meaning of
drawing and specification and shall have the power to reject any work or
material which in his judgement is not in accordance therewith. The equipment
offered shall be complete with all components necessary for its effective and
trouble free operation. Such components shall be deemed to be within the
scope of Bidder’s supply, irrespective of whether these are specifically brought
out in this specification and/or commercial order or not.
2.0 COMPLETENESS OF EQUIPMENTS
Equipments furnished shall be complete in every respect with all mountings,
fittings, fixtures and standard accessories specified &/or normally provided with
such equipment and/or needed for erection, completion and safe operation of
the equipment as required by applicable codes though they may not have been
specifically detailed in the technical Specifications. Materials and components
not specifically stated in the specification but which are necessary for
commissioning and satisfactory operation of the Substation unless specifically
excluded shall be deemed to be included in the scope of the specification and
shall be supplied without any extra cost All similar standard components/parts of
similar standard equipment provided, shall be inter-changeable with one
another.
The Bidder shall supply type tested (including special test as per tech.
specification) equipments and materials. The test reports/details shall be
furnished by the Bidder in the bid In the event of any discrepancy in the test
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.
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 shall be designed, engineered
manufactured, built and commissioned/ works shall be carried out in
accordance with the acts, rules, laws and regulations in force in India.
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 to the specification shall take precedence.
3.3 In the event of the Bidder offering equipment conforming to standards other
than ISS/IES standards, the salient point of comparison between the standards
adopted and relevant ISS/IEC standards shall be indicated clearly in the
proposal, along with English language version of standard or relevant extract of
the same. The equipment conforming to standards other than IS/IEC shall be
subject to Purchaser approval.
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.
All devices must be suitable for a continuous operation over the entire range of
voltage variations :
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.
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 :
[Link]. NAME OF BAY SWITCHYARD
132 KV 33KV
Change, if any, shall be informed to the Bidder at the time of drawing approval.
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.
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.
All casting shall be free from blow holes, surface blisters cracks & cavities.
Sharp edges and corners shall be blurred and rounded off.
The clamps/ connectors shall be designed to carry the same current as the
conductor and the temperature rise shall be equal or less than that of the
conductor at the specified ambient temperature. The rated current for which the
clamp/ connector is designed with respect to specified reference ambient
temperature, shall also be indelibly marked on each component of the
clamp/connector, except on hardware.
All current carrying parts shall be designed and manufactured to have minimum
contact resistant.
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 purchase. The decision of Purchaser shall be final. The scheme
shall include.
All steel structures, plates etc shall be painted with non-corrosive paint on a
suitable primer. It may be noted that normally all electrical equipment in
switchyard are painted with shade 631 of IS-5. All the indoor cubicles shall be of
same colour scheme and for other miscellaneous items, colour scheme will be
approved by the Purchaser.
The design of the works shall be such that installation, future expansions,
replacements and general maintenance may be undertaken with a minimum of
time and expenses. Each component shall be designed to be consistent with its
duty and suitable factors of safety, subject to mutual agreements and shall be
used throughout the design. All joints and fastenings shall be devised,
constructed and documented so that the component parts shall be accurately
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 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 be
interchangeable with, 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 constructed 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 and 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 personal on all exposed
rotating and/ or moving machine parts and shall be designed for easy
installation and removal for maintenance purpose. 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 [Link]
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 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 Bidder. 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 favorable to the growth a fungi and mildew. The indoor
equipments located in non-air conditioned areas shall also be of same type.
12.0 SPACE HEATERS
The heaters shall be suitable for continuous operation at 240 V 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 form below the heaters to minimize deterioration of supply wire
insulation. The heaters shall be suitable to maintain the compartment
temperature to prevent condensation.
The heaters shall be suitably designed to prevent any contact between the
heater wire and the air and shall consist of-coiled resistance wire centered in a
metal sheath and completely encased in a highly compacted powder of
magnesium oxide or other material having equal heat conduction and electrical
insulation properties, or they shall consist of resistance wire wound on a
ceramic and completely covered with a ceramic material to prevent any contact
between the wire and the air. Alternatively, they shall consist of a resistance
wire mounted into a tubular ceramic body built into an envelop of stainless steel
or the resistance wire is wound on a tubular ceramic body and embedded in
[Link] surface temperature of the heaters shall be restricted to a value
which will not shorten the life of the heater sherns or that of insultor wire or other
component in the compartments.
13.0 FUNGISTATIC VARNISH
Besides the space heaters, special moisture and fungus resistant varnish shall
be applied on parts which may be subjected or predisposed to the formation of
fungi due to the presence or deposit of nutrient substances. The varnish shall
not be applied to any surface or part where the treatment will interface with the
operation or performance of the equipment. Such surfaces or parts shall be
protected against the application to the varnish.
All metal surfaces exposed to atmosphere shall be given two primer coats of
zinc chromate and two coats of epoxy paint with epoxy base thinner. All metal
parts not accessible for painting shall be made of corrosion resisting material.
All machine finished or bright surfaces shall be coated with a suitable preventive
compound and suitably wrapped or other wise protected. All paints shall be
carefully selected to withstand tropical heat and extremes of weather within the
limit specified. The paint shall not scale off or wrinkle or be removed by abrasion
due to normal handling.
20.0 GALVANISING
All ferrous parts including all sizes of nuts, bolts, plain and spring washers,
support channels, structures, shall be hot dip galvanized conforming to latest
version of IS:2629 or any other equivalent authoritative standard. However,
hardware less than M12 size shall be electro-galvanized. Minimum weight of
zinc coating shall be 610 gm/ [Link] 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.
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.
All types of boxes, cabinets etc. shall generally conform to & be tested in
accordance with IS-5039/IS-8623, IEC-439, as applicable, and the clauses
given below.
Cabinet/boxes shall be free standing floor mounting type, wall mounting type or
pedestal mounting type as per requirements.
Cabinet/boxes shall be provided with double hinged doors with padlocking
arrangements. The distance between two hinges shall be adequate to ensure
uniform sealing pressure against atmosphere. The quality of the gasket shall be
such that it does not get damaged/cracked during the operation of the
equipment.
All doors, removable covers and plates shall be provided gasket all around with
suitably profiled EPDM gaskets. The gasket shall be tested in accordance with
approved quality plan. The quality of gasket shall be such that it does not get
damaged/cracked during ten years of operation of the equipment or its major
overhaul whichever is earlier. All gasketed surfaces shall be smooth straight
and reinforced if necessary to minimize distortion and to make a tight seal.
Ventilating Louvers, if provided, shall have screen and filter, the screen shall be
fine wire mesh made of brass.
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. the gland shall project at least 25 mm above gland
plate to prevent entry of moisture in cable crutch. Gland plate shall have
provision for some future glands to be provided later, if required.
23.1 EARTHING
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.
The bay marshalling kiosks shall be provided with danger plate and a diagram
showing the numbering/connection/feruling by pasting the same on the side of
the door.
23.2 TESTS
The following routine tests alongwith the routine tests as per IS 5039 shall also
be conducted.
The enclosure of bay marshalling kiosk, junction box, terminal box shall be type
tested for IP-55 as per IS:[Link] IP-55 test, 2.5 kVrms for 2 (one) minute
insulation resistance and functional test should be conducted.
All the auxiliary switches shall be fully type tested as per relevant IS.
Control and instrument leads form the switchboards of 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.*
Terminal blocks shall be 1100 V grade and have continuous rating to carry the
maximum expected current on the terminals. Those 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 equivalent to 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.
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.
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.
The terminal blocks shall be of extensible design.
The terminal blocks shall have locking arrangement to prevent it,s escape from
the mounting rails.
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.
Unless otherwise specified terminal blocks shall be suitable for connecting the
following conductors on each side.
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.
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.
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.
All input and output terminals of each control cubicle shall be tested for surge
withstand capability in accordance with the relevant IEC Publications,in both
longitudinal and transverse modes. The Bidder shall also provide necessary
filtering, surge protection, relays and any other measures necessary to achieve
an impulse withstand level at the cable interfaces of the equipment.
25.0 LAMPS AND SOCKETS
25.1 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.
25.3 HAND LAMP :
A 240 Volts, single Phase, 50 Hz AC plug point shall be provided in the interior
of each cubicle with ON- OFF Switch for connection of hand lamps.
25.4 SWITCHES AND FUSES:
Each control panel shall be provided with necessary arrangements for receiving,
distributing, isolation and fusing of DC and AC supplies for various control,
signaling, lighting and space heater circuits. The incoming and sub-circuits shall
be separately provided with switch fuse units. Selection of the main and Sub-
circuit fuse ratings shall be such as to ensure selection clearance of sub-circuit
faults. Potential circuits for relaying and metering shall be protected by fuses.
GTR-1
AUXILLIARY STRUCTURES
1. 2. 3. 4. 5 6. 7. 8 9
1. ABL W- 2 Sheets 33 KV LI & BI 378.62 359.92 8 2.6
04712
2. BBL W- 4 Sheets 132 KV LI & BI 531.122 512.68 8 2.6
04713
3. BTI W- 4 Sheets 132 KV T.I. 639.556 584.23 24 2.6
04722
4. ALP W- 2 Sheets All L.A.,& All 130.246 121.03 4 2.6
04747 P.I
5. BCT W- 2 Sheets 132KV 198.352 179.91 8 2.6
04746 C.T.,P.T. and
CVT
SECTION VI
FORM ‘A’
1. In construing these General Conditions and the annexed Specification, the Definition of
following words shall have the meanings herein assigned to them unless there is terms.
anything in the subject or context inconsistent with such construction;
"The Purchaser" or the Corporation shall means the UPPTCL and shall include
his 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.
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 himself
to the meaning of any portion of these General Conditions or of the Specification, 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.
The charges in respect of vetting and execution of the contract document shall
be borne by the Bidder. The Bidder shall be furnished with an executed stamped
counter-part of the Agreement. The import licence fee will in each case have to be
paid by the Bidder, import licence may have to be taken in the Corporation's name.
After the Bid has been accepted by the Purchaser, all order or instructions to
the Bidder shall, except as in otherwise provided, be given by the Engineer on
behalf of the Purchaser.
4. The Bidder shall submit in duplicate, to the Engineer for his approval, 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 necessiated by reason of such
inaccurate information or particulars shall be paid for by the Purchaser.
If any dimensions figured upon a drawing or a plan differ from those obtained
by scaling the drawing or plan, the dimensions as figured upon the drawing or plan
shall be taken as correct.
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 period Engineer.
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 station Delivery.
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 lines transmission
and in case the Bidder fail to make such provision or the provision made by him is lines.
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 servants For all works.
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.
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 forthwith 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 carry Bankruptcy
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 applicable
carried out at such time as the Purchaser may approve and so as not to interfere to complete
unnecessarily with the conduct of the Purchaser's business, but the Purchaser erection
shall give the Bidder all reasonable facilities for carrying out the work. contract.
No person other than the Bidder, Sub-Bidders, and workmen and the Bidder's
duly authorized agents shall, except with the special permission in writing of the
Engineer or his representative, be allowed to do any work on the site in connection
with the erection of the work, but access to the works shall at all times be accorded
to the Engineer and his representatives and other authorized officials or
representatives of the Purchaser.
The Bidder shall permit the execution of work by other Bidders or tradesmen
whose names shall have been previously communicated in writing to the Bidder by
the Engineer, and afford them every facility for the execution of their several works
simultaneously with his own.
The Purchaser shall provide all the unskilled labour and facilities necessary for
the execution of work included in the Contract unless otherwise specified.
18. All the work shall be carried out under the direction and to the reasonable Engineer's
satisfaction of the Engineer. If supervision of the erection or complete erection is supervision.
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 representatives
whose name or names shall have previously been communicated in writing to the and workmen.
Engineer by the Bidder to superintend 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 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 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 responsible damage.
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
ofContract 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 hereof 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 applicable
involving the Bidder and arising out of the matters referred to and in respect of complete
which the Bidder is liable under this clause, the Bidder shall be immediately erection
notified thereof and he shall with the assistance, if he so requires, of the Purchaser Contract.
but at the sole expense of the Bidder conduct all negotiations for the settlement of
the same or any litigation that may arise therefrom. In such case, the Purchaser
shall, at the request and expense of the Bidder, afford all reasonable and available
assistance for any such purpose.
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 receiving work or
details of such defects or deficiency shall, at his own expense, within such time as materials.
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 percent 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 percent 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 percent 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 upto 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 percent 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 of
by a detailed invoice (in duplicate) setting forth in the order of the Schedule 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.
The Engineer may by any certificate make any correction or modification in any
previous certificate which shall have been issued by him and payments shall be
regulated and adjusted accordingly.
28. Payment shall be due and payable by the Purchaser in accordance with 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 account Certificates
by the Purchaser, nor any extension of time granted under clause 31 shall effect or not to affect
prejudice the rights of the Purchaser against the Bidder either under this rights of the
Agreement or under the law or relieve the Bidderof 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 by Suspension
the Bidder by reason of suspension of the works of delay in shipment by order in of works.
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 enable completion.
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 inconsequence 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) percent 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 untilthe 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 under Rejection of
clause 35, be found to be defective, or fail to fulfil the requirements of the Contract, defective
the Engineer shall give the Bidder notice setting fourth particulars of such defects plant.
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
Purchaserthe 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 on Maintenance.
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 [Link] 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 [Link] 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 nopayment due or payable by the Corporation shall be
withheld on account of such proceedings. In case of refusal/ neglect by such
nominee Chairman, [Link] 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 of
Contract as defined in the Indian Contract Act, 1972, and all the payments there- 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 control Marginal
the construction of such clause. Notes
FORM OF AGREEMENT
(Referred to in Clause 3)
AND WHEREAS thePurchaser has accepted the Bidof the Bidder for the provision and
executing of the said work for the sum of ......................................... upon the terms and subject to the
conditions hereinafter mentioned NOW THESE PRESENT WITNESS and the parties hereto hereby
agree and declare as follows: that is to say, in consideration of the payments to made to the Bidder
by the Purchaser as hereinafter mentioned the Bidder shall duly provide the plant for the said works
and shall do and perform all other works and things in the Contract mentioned or described or which
are implied therefrom or therein respectively or may be reasonably necessary for the completion of
the said works within and at the times and in the manner and subject to the terms, conditions and
stipulations mentioned in the said Contract.
AND in consideration of the due provision, erection, execution, construction and completion
of the said works and the maintenance thereof as aforesaid the Purchaser will pay to the Bidder the
said sum of .........................................or such other sums as may become payable to the Bidder
under the provisions of this Contract such payments to be made at such time and in such manner as
is provided by the Contract.
IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates
respectively mentioned against the signature of each:
Signed Signed
and of and of
FORM OF AGREEMENT
( Referred into Clause 7-A)
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 theCorporation 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) ( )*
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 ‘ ThePurchaser’ ‘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 :
1. …………Signed by 2. For and on behalf of the Guarantor
PROFORMA OF GUARANTEE BOND FOR SECURITY DEPOSIT
(To be used by approved Scheduled Bank)
In consideration of the U.P. Power Transmission Corporation Limited, Lucknow
(hereinafter called “the Corporation”) having agreed to exempt………………… ……………………. (herein
after called the “The Bidders”) from the demand under the term and conditions of agreement
dated……………………………………..made
between…………………………………..and…………………………….for ……………………………….
(herein after called ‘the said Agreement”) of security deposit for the due fulfillment by the said Bidder (s) on the
terms and conditions contain in the said agreement, on production of a Bank Guarantee for
Rs…………………………………….. Rupees…………………………..only).
We ………………………………….……..Bank Ltd., ( hereinafter referred to as “the bank”) do hereby
undertake to pay to the Corporation an amount not exceeding
Rs…………………………………………..against any loss or damage caused to or suffered or would be caused
to or suffered by the Corporation by reasons of any breach by the said Bidder (s) of any of the terms or
conditions contained in the said Agreement.
2. We…………………………………..Bank Ltd., do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand from the Corporation stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the Corporation by
reason of any breach by the said Bidder (s) of any of the terms or conditions contain in the said agreement or by
reason of the Bidder (s) failure to perform the said agreement any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs……………
3. We ………………………………….Bank Ltd., further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said Agreement
and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the Corporation or their duly
authorized officer certified that the terms and conditions of the said agreement have been fully and properly
carried out by the Bidder (s) and accordingly discharges the guarantee. Unless a demand or claim under this
grantee is made on us in writing on or before…………………………………………. We shall be discharged
fro m all liability under this guarantee thereafter.
4. We………………………….Bank Ltd., further agree with the Corporation that theCorporation shall have
the fullest liberty without our consent and without effecting in any manner our obligations hereunder to very any
of the terms and conditions of the said Agreement or to extend time of performance by the said Bidder (s) for
time to time or to post pone for any time or from time to time any of the powers exercisable by the Corporation
against the said Bidder (s) and to fore bear or enforce any of the terms and conditions relating to the s aid
Agreement and we shall not be relieved from our liability by reason of any such variation, or extension, or
extension being granted to the said Bidder (s) or for any forbearance, act or omission on the part of the
Corporation or any indulgences by the Corporation to the said Bidder (s) or by any such matter or things
whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.
5. We …………………………………Bank Ltd., lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the Corporation in writing.
6. Not withstanding anything contained above, the liability of the guarantor hereunder is restricted to the said
sum of Rs. ……………………………………..and this guarantee shall expire on the…………………day of
2000 . Unless a claim under the guarantee is filed with the guarantor with six months of such date, all claim
shall lapse and the guarantor shall be discharged from the guarantee.
Dated…………day of………...20 For …………………Bank Ltd.,
FORM OF BANK GUARNATEE
(For depositing earnest money in case the amount for deposit exceeds Rs.5,000.00)
To,
Superintending Engineer
Electricity Substation Design Circle-II
[Link] Transmission Corporation Limited, Lucknow.
Sir,
WHEREAS, Messers…………………………….a company incorporated under the Indian Companies Act,
its registered office at ……………………………./ a firm registered under the Indian 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
Bidder”) has have in response to your Bid Notice against specification number ………………………for
……………………….offered to supply and /or execute the works as contained in the Bidder’s letter No.
……………………
AND WHEREAS the Bidder is required to furnish you a Bank guarantee for the sum of
Rs…………………………………….as earnest money against the Bidder’s offer as aforesaid:
AND WHEREAS We ………………………………….(name of the bank ) , have, at the request of the
Bidder agree to give you his guarantee as hereinafter contained:
NOW THEREFORE, in consideration of the promises We, the undersigned , hereby convenant that the
aforesaid Bid of the Bidder shall remain open for acceptance by you during the period of validity as mentioned
in the Bid or any extension thereof as you and the Bidder may subsequently agree and if the Bidder shall, for
any reason back out,whether expressly or impliedly, from his said Bid during the period of its validity or any
extension thereof as aforesaid we hereby guarantee to you the payment of the sum of Rupees
……………………..on demand , notwithstanding the existence of any dispute between the U.P.P.T.C.L and the
Bidder in this regard AND We hereby further agree as follows:
(a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with
the Bid in regard to the conditions contained in the said Bid and hereby modify these conditions or add there to
any further conditions as may be mutually agreed upon between you and the Bidder.
(b) That the guarantee herein before contained shall not be affected by any change in the constitution of our
Bank or in the constitution of the Bidder.
(c) That any account settled between you and the Bidder shall be conclusive evidence against us of the
amount due here under and shall not be questioned by us.
(d) That this guarantee commencer from the date hereof and shall remain in force till the Bidder, If his Bid is
accepted by you, furnishes the security as required under the said specifications and executes a formal
agreement as therein provided or (till four months after the period of validity) or the extended period of validity,
as the case may be, of Bid, whichever is earlier.
(e) That the expressions “the Bidder” and “The Bank” and “the U.P.P.T.C.L”.
Herein used shall, unless such inter-pretation is repugnant to the subject or context, include their respective
successors and assigns.
Your faithfully
APPENDIX A
APPLICATION PROFORMA
. 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
Letter of Application
(Letterhead paper of the Applicant, or
partner responsible for a joint venture,
including full postal addresses, telephone
no., facsimile no., and email address)
Date:
To:
Superintending Engineer,
Electricity Substation Design Circle-II,
Uttar Pradesh Power Transmission Corporation Ltd.
13th floor Shakti Bhawan Extension
14, Ashok Marg
Lucknow 226001, Uttar Pradesh
Dear Sirs,
c) The place of incorporation (for applicants that are corporations), or the place of
registration and the nationality of the owners (for applicants that are partnerships or
individually owned firms).
d) Power of Attorney
3. UPPTCL and its authorized representatives are hereby authorized to conduct any
inquires or investigations to verify the statements, documents, and information
submitted in connection with this application, and to seek clarification from our
bankers and clients regarding any financial and technical aspects. This Letter of
Application will also serve as authorization to any individual or authorized
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.
representative of any institution referred to in the supporting information, to provide
such information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to the
resources, experience, and competence of the Applicant.
4. UPPTCL and its authorized representatives may contact the following persons for
further information if required.
Amend the scope under this tender ; 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
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/Directors2
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
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)
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
Equipment/System Capabilities
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.
Financial Actual : Packageed
information
Previous five fiscal years Next two fiscal
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 tender, 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.
To,
Superintending Engineer
Electricity Substation Design Circle-II
U.P. Power Transmission Corporation Limited, Lucknow.
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
APPLICATION FORM (11)
BID SCHEDULES
BID SCHEDULES
INDEX
S.N. SCHEDULE TITLE
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
DETAILS OF EQUIPMENTS OF SUCH MANUFACTURERS ON WHOM
ORDER FOR RESPECTIVE EQUIPMENTS HAVE BEEN PLACED BY
UPPTCL WITH IN LAST FIVEYEARS
Transformers
Circuit
Breakers
Control &
Relay Panels
Current
Transformers
Potential
Transformers
Lightening
Arrestors
Isolators
Capacitor
Bank
Battery,
Battery
Charger and
DCDB
Power &
control cable
ACDB
Lamps &
Switches etc.
Note: No supporting documents are required to be submitted with the offer in this case.
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'
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
1.................................................. Full Signature......................................
.................................................... Name...................................................
Seal Seal
WITNESS: BIDDER
.................................................... Name...................................................
Seal Seal
SCHEDULE - E1
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'
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'
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'
(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
LIST OF RECOMMENDED SPARE PARTS & THEIR PRICES
(Bidder shall give below equipment wise list of spare parts recommended for five year trouble
free operation of equipment offered by them and its prices).
Seal of Company
Full Signature.............................................
Name...........................................................
Designation.................................................
Date............................................................
SCHEDULE-O
Seal of Company
Full Signature.......................................
Name.....................................................
Designation...........................................
Date......................................................
SCHEDULE P
SCHEDULE OF GUARANTEED COMPLETION/ DELIVERY
PERIOD
The delivery schedules of following major items may be specified in the table given
below :
The completion schedule of following major activities may be specified in the table
given below
1. Laying of Earthmat
2. Boundary Wall and gate
3. Main Store
4. Control Room Building·
5. Main Structure foundations
5.1 132 kV switch yard
5.2 33 KV Switchyard
9. Erection Of-
9.1 132 kV feeders and bus coupler bays
9.2 First 20/40 MVA Transformer bay including 132/11 k V equipments
9.3 Second 20/40 MVA Transformer bay including 132/33 Kvequipments
9.4 33 KV Feeder & Bus Transfer Bay
9.5 Control and Relay Panels
9.6 Battery, Battery Chargers, Meters, DCDB, ACDB, and all other equipments of
control room
Distributed SAS system with provision of KIOSK for 132 & 33 KV Bay
complete in all respect
Note- Bidder shall also ftunish the completion schedule ofleftover activities, if any.
Seal of Company
Full Signature .............................
Name...........................................
Designation...................................
Date .............................................
SCHEDULE - Q
SCHEDULE OF QUANTITIES & PRICES
SCHEDULE-Q
SCHEDULE OF Q UANTITIES & PRICES
PREAMBLE
1. The Schedule of Quantities shall be read in conjunction with all other sections of
these Bid documents. The brief descriptions of equipments/items given in price
schedule shall not be construed to limit the scope of work, and the same shall
be read in conjunction with corresponding sections of specifications including
amendments/ errata if any, thereto. Reference to the all sections of the Bid
document shall be made before entering prices against each items in the
Schedule of Quantities
2. The quantities given in the Schedule of Quantities are estimated and provisional
and are given to provide a common basis for bidding. The basis of payment will
be the actual quantities of works ordered and carried out, as measured by the
Bidder and verified by the Purchaser and valued at the unit/lump sum rate
mentioned in the price schedule where applicable and otherwise at such rates
and prices as the Purchaser may fix within the terms of the Contract.
3. The rates and prices shall include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes and duties, together
with all general risks, liabilities and obligations set out or implied in the contract.
The erection charges shall include supply of all non-consumable/ consumable
items for handling, erection, testing &commissioning of equipments/ structures
etc. without any extra liability on UPPTCL. Where ever applicable the
equipments shall be supplied with suitable terminal connectors, first fill of oil &
10% extra oil and all other required accessory items to make the equipment
complete whether specified or not
4. The Bidder shall be entirely responsible for completeness of work in all respects
irrespective of whether any item is specifically mentioned in price schedule. The
Bidder shall quote for all such items or works, which in Bidder’s view have not
been included in price schedule but are necessary for completion of work, either
on lump sum basis or by indicating their estimated quantities & their unit/ lot
rates, otherwise these shall be deemed to have been included in Bidder's
scope without any extra liability to UPPTCL. the cost shall be deemed to be
distributed among the rates and prices entered for the related items of supply &
work.
5. The method of measurement of completed work of payment shall be in
accordance with relevant I.S.S. Codes.
6. Rate and price shall be quoted by the bidder in Indian rupee.
7. Where there is a discrepancy between the amounts in figures and words, the
amounts in words will govern.
8. Where there is discrepancy between the unit and line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
9. In case prices for any items are found left blank or against which '__’ is
indicated, the prices of such items shall be deemed to be included in associated
items or in grand total of price schedule.
10. No Excise duty & sales tax shall be payable by UPPTCL on bought-out items
which shall be dispatched by Bidder’s Sub-venders directly to UPPTCL project
site on sale-in-transit basis, these shall be paid extra in case of direct
transaction items between Bidder & UPPTCL. (NOT APPLICABLE)
INDEX
a) Type unit
b) Manufacturer's type designation.
c) Air compressor
i) Type
ii) Make
iii) Capacity in litres/min.
iv) Rated pressure Kg./cm2
d) Compressor motor
i) H.P. Rating
ii) Rated voltage and frequency
iii) Limits of voltage and frequency variation
for satisfactory operation of compressor
motor.
[Link]. Particulars
1. Material of connector
2. Name of manufacturer
3. Drawings of connectors
4. Weight of connector
5. Testing facility available at manufacturer’s
6. Works and list of apparatus available
(a) What tests will be carried out on each piece
(b) What tests will be carried out on some selected pieces
7. Make of bolts, nuts and checknuts
(Preferably GKW make)
8. Make of washers
SCHEDULE-R-3(iii)
[Link]. Particulars
1. Material of connector
2. Name of manufacturer
3. Drawings of connectors
4. Weight of connector
5. Testing facility available at manufacturer’s
6. Works and list of apparatus available
(a) What tests will be carried out on each piece
(b) What tests will be carried out on some selected pieces
7. Make of bolts, nuts and checknuts
(Preferably GKW make)
8. Make of washers
SCHEDULE-R-4(iii)
[Link]. Particulars
1. Material of Junction Box
(State Gauge of the sheet metal)
2. Name of manufacturer
3. Overall dimensions (mm)
(Furnish G.A. drawing)
4. Mounting Details
(Furnish Drawings)
5. Weight of Junction Box (Kg.)
6. Testing facility available at manufacturer’s
7. Works and list of apparatus available
(a) What tests will be carried out on each Jn. Box
(b) What tests will be carried out on some selected
Junction Box
8. Make of bolts, nuts and check nuts
(Preferably GKW make)
9. Make of washers
10. Type of Paint
11. Grade of Terminal Block
12. Type of Terminals
13. Type of Fuse Links
14. Type of Fuses with rating
SCHEDULE-R-5 (i)
SCHEDULE- R
1. Make of Isolators
2. Type and catalogue number of Isolators
3. Standard according to which the Isolators
are manufactured.
4. Rated current
5. Rated voltage
6. Maximum permissible voltage
7. Short time current rating
for one second duration
8. Rated peak short circuit current
9. Insulation data:
a) Dry withstand value (1 minute) KV (rms)
i) Across isolating distance
ii) To earth and between poles
b) WeT withstand value (30sec.) KV (rms)
i) Across Isolating distance
ii) To earth and between poles
c) Impulse withstand value 1/50
Micro second wave KV(peak)
i) Across Isolating distance
ii) To earth and between poles
d) Switching surge withstand value KV(peak)
10. Earthing device:
Short time current rating, its duration
and initial peak
11. Minimum clearance in air:
i) Between poles (phase to phase)
ii) Between live parts and earth
12. Number of contacts in auxiliary
switch of operating mechanism
i) Main switch
ii) Earthing switch
13. Construction data:
a) Number of breaks per circuit per pole
b) Number of Insulators Pedestals on one phase
c) Type of contacts
d) Type of bearing for rotating insulator
e) Materials of rotating blades
f) Material of main contacts
g) Area of contact
h) Pressure of contact
i) Type of interlocks
14. Weight of the Isolators per pole
(without insulators, supporting structure &
terminal connectors)
15. Total weight of one complete triple
pole Isolator (without Insulators)
a. With earth switch
b. Without earth switch
16. Maximum temperature rise of current
carrying parts when carrying rated current
continuously, over on ambient temperature of 50 C
17. Derating factors for specified site conditions
18. Number of operations the Isolators can withstand
without deterioration of contacts
19. What is the operating torque of the Isolator
20. i. What is the maximum torsional strength and
ii. What is the maximum bending strength that will
be subjected on the supporting Insulators on
opening/closing of Isolators
21. Terminal connectors
Material and size of terminal connectors
22. Operating mechanism Box
i) Material of box
ii) Size of box
iii) Number and size of cable glands provided in the box
iv) Make of terminal blocks
v) Number of spare terminals provided
23. Arc arcing horns provided if not,
reasons for the same
24. Any other relevant information which the tenderer
desires to give.
SCHEDULE-R-5 (ii)
[Link]. Particulars 36 KV
1. Make of Isolators
2. Type of Isolators
3. Standard according to which the
Isolators are manufactured.
4. Rated current.
5. Rated Voltage.
6. Maximum permissible voltage.
7. Short time current rating :
i) 1 Second (KA)
ii) 3 Second (KA)
8. Rated peak short circuit current (KA)
9. Maximum magnetizing and/or
charging current interrupting
capacity.
10. Construction Data
a) Number of Breaks per circuit
per pole.
b) Number of Insulator pedestals
on one phase.
c) Type of contacts.
d) Type of bearing for rotating
insulator.
e) Material of rotating blades.
f) Materials of main contacts.
g) Area of contacts.
h) Pressure of contact.
i) Type of interlocks.
11. Minimum clearance in air.
i) Between poles (phase to phase)
ii) Between live parts and earth
12. Insulation data
a) Dry withstand value to earth
(1 minute, KV rms)
i) Across isolating distance.
ii) To earth and between poles.
b) Wet withstand value to earth (30
seconds)
i) Across isolating distance.
ii) To earth and between poles.
c) Impulse withstand value to earth
(1.2/50 micro sec. wave)
i) Across isolating distance.
ii) To earth and between poles.
d) Switching surge withstand value
KV (Peak)
13. Earthing Device short time current
rating.
i) 1 Seconds (KA)
ii) 3 Seconds (KA)
14. Weight of the Isolators per pole
(without insulator, supporting
structure & terminal connectors)
15. Maximum temperature rise above
ambient of current carrying parts
when carrying rated current
continuously.
16. Derating factors for specified site
conditions.
17. Number of operations the isolators
can withstand without deterioration of
contacts.
18, Operating Torque of the isolator.
19. i) Maximum Torsional Strength.
ii) Maximum bending strength
that will be subjected on the
post insulator on the
opening/closing of isolator.
20. Terminal Connectors :
i) Material and size of Terminal
Connectors.
ii) Tests to be carried out on
terminal connectors.
21. Operating mechanism Box :
i) Material of Box
ii) Size of Box
iii) Number and size of cable
glands provided in the box.
iv) Make of terminal blocks
v) Number of spare terminals
provided.
22. Are arcing horns provided ? If not
reasons for the same.
SCHEDULE R6
a) Material of container.
b) Whether container is moulded or blow type.
c) Thickness of container (mm)
i) Minimum.
ii) Maximum.
7. SEPARATORS
a) Type of material.
b) Thickness of separator.
8. CLEARANCE :
a) Between top of plate & top of container (mm)
b) Between bottom of plate & bottom of container
(mm)
9. ELECTROLYTE :
a) Quantity of electrolyte required for each cell.
b) Sp. Gravity of electrolyte required for first filling at
270C.
c) Max. electrolyte temp. that the cell can withstand
without any injurious effect.
i) Continuously (0C)
ii) For a short while.
d) Sp. gravity of electrolyte.
i) At the end of full charges at 270C.
ii) At the end of discharge at 10 hrs. rate at 270C.
10. Open circuit voltage of each cell at the end of discharge
of 10 hrs. rate.
11. Capacity of the battery in Amp. hrs. at 270C.
a) At 10 hr. rate of discharge (Ah)
b) At 5 hrs. rate of discharge (Ah)
c) At 1 hrs. rate of discharge (Ah)
d) At 1/2 hr. rate of discharge (Ah)
e) At 1 minute rate of discharge (Ah)
12. Voltage per cell of the battery at the end of discharge.
a) At 10 hr. rate of discharge (Volt)
b) At 5 hrs. rate of discharge (Volt)
c) At 1 hrs. rate of discharge (Volt)
d) At 1/2 hr. rate of discharge (Volt)
e) At 1 minute rate of discharge (Volt)
13. How long the battery can remain uncharged without
deterioration of the active material before first charge is
given.
14. Max. discharge current of the battery
15. Time for which max. current (as referred above) can be
continuously drawn such that end voltage does not fall
below 95/44 volts.
16. Normal amp. hours efficiency of the battery at 10 hr. rate.
17. Nominal watt hour efficiency of the battery at 10 hr. rate.
18. Max. boost charge current of the battery.
19. Whether the list and quantity of items required with each
battery set is enclosed or not.
20. Percentage of manganese and arsenic in electrolyte.
21. Internal resistance of each cell.
22. WOODEN STAND :
i) Frame thickness (should not be less than 65
mm).
ii) Height from the floor of the lowest frame.
iii) Insulator height.
iv) Insulator diameter.
v) Type of wood.
23. INTER CELL CONNECTOR :
i) Metal used
ii) Size
iii) Weight of each connector.
iv) Drg. of connector (to be enclosed).
v) Total no. of connectors.
vi) Metal of bolts, nuts & its size.
24. INTERTIER CONNECTOR. :
i) Metal used
ii) Size
iii) Weight
iv) Drg. of connector (to be enclosed).
25. STORAGE LIFE OF BATTERIES :
i) Without any electrolyte filling.
ii) After electrolyte filling.
SCHEDULE –R-10 (B)
3. Rated Voltage:
i) InputVolts.
ii) Out putVolts.
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) For rectifier 0º C
ii) For transformer 0º C
b) Themperature Rise on Boost Charger at rated Current
i) On rectifier 0º C
ii) On transformer 0º C
i) Height mm
ii) Width mm
iii) Depth mm
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 – R-12
Technical Particulars of 33 KV 10 MVAR Cap Bank with associated equipments
i) 1 second KA rms
ii) 3 seconds KA rms
6 Three phase capacitive and inductive current Amps. Minimum
broking capacity at rated voltage
7 Construction data
i)Number of poles per isolator
ii) Number of breaks per circuit per pole
iii) Number of insulator pedestal in one phase
iv) Number of insulators in each pedestal
v) Type of contacts
vi) Material of contacts
vii) Type of interlock
a) Between Isolator & Breaker
b) Between main & earthing switch
D. CURRENT TRANSFORMERS
1 Name of manufacturer
2 Manufacturer’s type & designation
3 Rated voltage KV
4 Maximum operating voltage KV
5 Rated frequency Hz
6 Rated primary current Amps
c) Unbalanced protection
i) Type and make of relays offered
ii) Setting range available in relays
iii) Calculations to show the number of
capacitor units which when fail shall produce
105% over voltage on other capacitor units
and that setting range available in the relay
offered suits the same, has to be enclosed.
iv) How has provision of alarm in the cases of
failure of one or two capacitor units been
achieved
v) Details ( type and make and setting range)
of time delay relay provided with the
unbalanced protection
vi) Calculations to show that co-ordinations
between the operation of individual fuses to
isolate faulty units and the unbalanced
protection exists should be appended.
Note:-
1 Name of manufacturer
2 Manufacturer’s type & designation
3 Number of phases (1 ph or 3 ph)
4 Current rating Amps
5 Voltage rating KV
6 % reactance
7 Rated frequency Hz
8 KVAR rating KVAR
9 Whether oil or air cooled
10 Whether copper or Aluminium wound
11 Reference to dimensional drawing which
should also give cross-sectional details of the
coils and conductor size used.
12 Whether the reactors have been designed for
short circuit withstand and capability upto MVA
rupturing capacity of the breaker (Mention the
short circuit capability in MVA and short circuit
time for which the reactor is designed)
13 Maximum temperature rise over the ambient at Degree C
the continous maximum rating
14 Guaranteed maximum no load loss at rated Watts
voltage, rated frequency at 75 degree C
average winding temperature
15 Guaranteed maximum load loss (copper + iron Watts
loss) at rated voltage, rated frequency at 75
degree C average winding temperature
16 Weight of coil assembly Kg
17 Weight of oil Kg
18 Total weight Kg
19 i) Total height including support insulators, if Mm
any
ii) Overall dimensions of Reactor Mm
20 Bi-metallic terminal connectors
i) Current rating
ii) Suitable for ACSR conductor Panther
21 Applicable standard ( IES/IS)
SCHEDULE-R-13 (A)
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.
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 material
(Kg./[Link].)
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)
7.2 Outer sheath
a) Material of sheathing.
b) Type of sheathing
(extruded or wrapped)
c) Calculated dia meter under
the sheath (mm)
d) Thickness of sheath (mm)
min.
e) Tolerance on thickness of
sheath (mm)
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. Minimum bending radius.
17. Short circuit withstand capacity
for duration of (in KA)
i) 1 sec.
ii) 3 sec.
18. Insulation resistance at 270C
(Mega Ohms per Km.)
19. Capacitive reactance per Km. of
Cable.
20. Inductive reactance per Km. of
Cable.
21. Weight of drum.
22. Particulars of drum (Inside
dimensions) in mm.
a) Flange
b) Barrel
c) Traverse
23. Reference of standard in respect
of cores.
24. Reference of standard to which
the drum conform.
25. Reference to standard in respect
of cables.
26. Reference of license to use ISI
certification mark.
SCHEDULE-R-13 (B)
2. i)Name with
complete address
of reroller for
supply of structural
section upto 8mm if
these are not
available with main
producers
ii)Whether approved
by TISCO/ SAIL/ BIS
iii)Whether
supporting
document in
support of 3(ii)
furnished
3. Structural Steel
(Angle, Section,
Plates, Flats etc.)
Tensile strength
Yield strength
(min) N/mm2
20 mm to 40 mm 240 240
Min. elongation:
Bend to withstand 3t 2t
bending through
1800 (internal dia) For less
than or
equal to
25 mm
thickne
ss
- 3t
For
more
than 25
mm
thickne
ss
3.4 Rolling and Cutting IS: 1852 (i) equal leg length
Tolerence
(i) Leg length Cl. no. 4.3 upto and including 45 mm...±1.5 mm
45 mm to 100 mm................±2.0 mm
(2) In case above ISS have been revised, the latest values / provisions
shall apply for which Bidders should indicate against particular item
supported with copy of latest ISS for purpose of verification of revised
values.
SCHEDULE -R-15
[Link]. Particulars
1. Manufacturer's Name.
2. Dia of MS rounds
4. Size of MS flats.
a)
b)
c)
6. Material composition.
7. Electrical resistivity.
8. Modules of elasticity.
9. Tolerance on dimension.
[Link]. Particulars
2. Individual wires :
(i) Aluminum
(ii) Steel
Before stranding
After stranding
4. Conductors :
5. Lay Ratio.
7. Drum details.
8. Standard length.
9. Applicable standard.
SCHEDULE-R-18
GUARANTEED TECHNICAL PARTICULARS FOR ANTI FOG DISC INSULATORS
strings with
Anti-fog
Insulators
16 10
14 Nos. 9 Nos. 3 Nos.
Nos. Nos.
1 2 3 4 5 6 7
1. Manufacturer Name
2 Type of Insulator.
3. Electromechanical strength of
single Disc Kg.
a) Dry KV
b) Wet KV
a) Dry KV
b) Wet KV
a) Positive KV
b) Negative KV
8 Impulse 1.2/50 microsec. withstand
test voltage KV.
a) Dry KV
b) Wet KV
a) Dry KV
b) Wet KV
a) Dry KV
b) Wet KV
a) Positive KV
b) Negative KV
a) Positive KV
b) Negative KV
a) Total mm.
b) Protected mm.
a) Total mm.
b) Protected mm.
1.3 Capacity
2.3 Capacity
SCHEDULE-R-20
LIGHTING SYSTEM
a) Fixtures a) ……………………
b) Accessories b) ……………………
a) Fixtures a) ……………………
b) Accessories b) ……………………
a) Fixtures a) ……………………
b) Accessories b) ……………………
a) Fixtures a) ……………………
b) Accessories b) ……………………
a. Engine make
b. Alternator Make
c. KVA Rating
d. KW rating
e. BHP Rating
f. Physical Dimensions
i. Length (mm)
ii. Width (mm)
iii. Height (mm)
g. Shipping Weight (Kg)
h. No. of Cylinder / Stroke
[Link] (%)
j. Engine Lube Capacity (Ltrs)
k. Fuel Consumption at NTP
i. 100% loading (Ltrs / hr)
ii. 75% loading (Ltrs / hr)
iii. 50% loading (Ltrs / hr)
l. Power Factor
m. System back Pressure (KPA)
n. Exhaust Flange
o. Exhaust Gas Flow Rate (CFM)
p. Compression Ratio
q. Heat Rejection to Exhaust System (KW)
r. Heat Rejection to Cooling System (KW)
s. Total Radiated Heat (KW)
t. Exhaust Temperature (°C)
INSULATION
a. Manufacturer
b. Acoustic lining material/density
a. Manufacturer
b. Type
c. Deflection
PANEL
a. ACB
b. Controller
c. Meters
d. Fuses
e. Load Manager
SECTION-VII
TECHNICAL SPECIFICATIONS OF
[Link] Tech
. [Link] ITEM
.
1. TS-1 A 40 MVA 132/33 KV TRANSFORMERS(Supply not in scope)
2. TS-1 A 40 MVA 132/33 KV POWER TRANSFORMER
3. TS-1 B 250 KVA 33/0.4 KV STATION TRANSFORMERS
4. TS-2 A 145 KV SF-6 CIRCUIT BREAKERS
5. TS-2 B 36 KV VACUUM CIRCUIT BREAKERS
6. TS-3 145 & 36KV CURRENT TRANSFORMERS
7. TS-4A 145 KV POTENTIAL TRANSFORMERS
8. TS-4B 36 KV POTENTIAL TRANSFORMERS
9. TS-5 A 145 KV Motorised ISOLATORS (as well as in GTP)
10. TS-5 B 36 KV Isolators
11. TS-6 145KV/36KV POST INSULATORS
12. TS-7 120 & 30 KVSURGE ARRESTORS
13. TS-8 CONTOL PANNEL SAS SYSTEM
14. TS-9 0.2 ACCURACY ABT TRIVECTOR ENERGY METERS
15. TS-10 A 110 V 200 AH BATTERIES
16. TS-10 B 110V 200AH BATTERY CHARGER & DC DISTRIBUTION BOARD
17. TS-11 L T DISTRIBUTION BOARD
18. TS-12 33 KV 10MVAR CAP BANK
19. TS-13 CONTROL CABLE& POWER CABLE
20. TS-14 LATTICE TYPE MAIN & AUXILIARY STRUCTURE
21. TS-15 ANCHOR BOLTS
22. TS-16 CLAMPS & FITTINGS.
23. TS-17 ANTI FOG TYPE DISC INSULATORS, BUS BAR CONDUCTORS
24. TS-18 FIRE FIGHTING EQUIPMENTS
25. TS-19 LIGHTING SYSTEM
25. TS-20 DG Set 63 KVA
TS-1 A
2/33 KV POWER
3.2 STANDARDS
3.2.1 The transformers shall conform in all respects to IS-2026 / 1977 or latest amendment
thereof, and CBIP specification except where specified otherwise. Equipment meeting
any other authoritative standard, which ensure an equal or better quality than the
standard mentioned above could also be considered.
3.5.1 PARTICULRS
(i) Continuous capacity (MVA) 40
(ii) Rated HT voltage (KV) 132
(iii) Rated LT voltage (KV) 33
(iv) Frequency (C/S) 50
(v) No. of phases Three
(vi) Percentage impedance at 75°C 13.75%
(vii) Connections
a) HV winding Star
b) LV winding Star
(viii) Vector Group YN-yn0
(ix) On Load Tap Changer Minm 300 Amp.
(x) Type of cooling ONAN/ONAF
(xi) Quantity 28 Nos.
(xii) Earthing Both sides effectively
earthed.
3.5.2 All the transformers shall be oil immersed weather proof and suitable for outdoor
installation in lightning areas.
3.5.3 The transformers shall be capable of withstanding thermal, transient and mechanical
effects of a short circuit on the terminals of any winding with full voltage maintained on
all other windings for a duration of 2 seconds as per IS:2026-1977.
3.5.4 Technical and guaranteed particulars of the transformers offered shall be furnished as
per ‘SCHEDULE-R’ enclosed.
3.6 INSULATION
3.6.1 The dielectric strength of the winding insulation of the bushings shall conform to the
values given in IS:2026
3.6.2 For rated system voltage of 132 KV and 33 KV following minimum impulse test
voltages of 1.2/50 micro second full wave will be offered:-
System voltage Impulse test
voltage
132 KV 550 KVP
33 KV 170 KVP
3.6.3 The HV winding shall have graded insulation, the neutral end insulation being of 95
KVP (impulse) and 38 KV (power frequency) withstand value. The LV windings of the
transformer shall have uniform insulation.
3.7.1 Each transformer shall be capable of operating continuously at their normal rating
without exceeding temperature rise limits as specified below:-
i) Winding 7. TEMPERATUR
E RISE
50°C by resistance
measurement
ii) Oil (hottest layer) 45°C by the thermometer
measurement
3.8 FREQUENCY
3.8.1 The transformer shall be suitable for continuous operation with a frequency variation
of plus-minus 5% from normal of 50 Hz without exceeding the specified temperature
rise.
3.9.1 The 40 MVA, 132/33 kV transformers to be procured against this specification shall
have to operate, satisfactorily in parallel among themselves and with existing
63/40&20 MVA Transformer units already in system.
3.10 IMPEDANCE
The guaranteed impedance with tolerance shall be as required for parallel operation
as per details given in cl.3.9. Impedances shall include positive and zero sequence
and shall be expressed in terms of the branches of the star connected equivalent
diagram, all on the same MVA basis. Impedance percentage volts at normal tap, and
75°C winding temp. shall be subject to I.S. tolerances, and as indicated in cl.3.5.1(vi)
[Link]
“Impedance values at normal (Tap-5) and extreme (Tap-1&17) at 750C for 63,40 &
20MVA 132/33KV Transformers already running in system grid of UPPTCL along with
the tolerances are given below :
3.12.2 The penalties shall be separately evaluated from (i) the excess of the test figures of
the no load loss over the corresponding guaranteed values @ Rs. 2,12,500.00 per KW, (ii)
the excess of the test values of copper loss, over the corresponding guaranteed values @ Rs.
86700.00 per KW, (iii) the excess of test value of guaranteed auxiliary loss @ Rs. 85000.00
per KW.
It shall be at the discretion of purchaser to reject the transformers having
losses in excess of guaranteed quoted value or accept them after having
penalty as the above.
3.12.3 The contractor shall submit calculations along with relevant documents for no load
losses, load losses and auxiliary losses.
3.13 COOLING
3.13.1 The transformers shall have ONAN and ONAF cooling. The transformers shall be
capable of giving a continuous output of at least 80% of their rating with only natural
air (ONAN) cooling without exceeding the specified temperature rise limits.
3.13.2 The cooling arrangement shall consist of detachable radiators which should be
directly mounted on the transformers. Connections between the radiators and tank shall be
made with flanges provided with gaskets and an indicating shutoff valve provided at both
connection ends, which can be fastened in open or closed position. Separate oil tight blank
flange shall be provided for each tank connection for use when the radiator unit is detached.
All radiators shall be completely interchangeable. Bottom of the radiators
should be supported on angle frame also to reduce the oil leakage from radiators joints and
distribute and mechanical load uniformly.
3.13.3 The radiators shall be so arranged that these can be detached from tank without
disturbing the oil in the transformer. These shall be designed to withstand the vacuum and
pressure specified for the tank. Radiators shall be so designed as to be accessible for
cleaning & painting & to prevent accumulation of water on the outer surface to completely
drain oil from the tank or bank & to ensure against formation of pockets when the tank is
being filled.
All connections between the radiators and tank shall be provided with blank
flange when the particular item is dispatched. Each radiator shall have a lifting
eye and oil drain valve and vent at top.
3.13.4 Number of cooling fans for forced air cooling purposes must not be less than 8
running and 2 standby i.e. 4+1 in each group. Which shall be mounted on the frame
connected with tank in such a manner, that no separate foundation work shall be required
for the fans or the radiators or for the marshalling kiosk. Fans should be of High quality
noise less and durable. These shall be readily accessible for inspection, maintenance or
repairs. All the radiators shall be completely interchangeable. One No. standby cooling fan
is to be required in both HV&LV side.
3.13.5 The fans for air blast cooling shall be so mounted that no damage to the coolers
can arise from the vibration due to the operation of fans. Galvanized wire mesh screens
shall be fitted to prevent accidental contact with the blades. The mesh being not greater than
2.5 cm.
3.14.1 Cooler scheme shall be suitable to operate with 440 volts 3 phase, 4 wire, 50
Hz external power supply with a voltage variation of + 10%.
3.14.2 A marshalling box cum cooler control cabinet of weather proof construction shall
be provided for housing the control equipment of cooler scheme. This unit shall be provided
with doors in the front as well as on the back. All the fittings, switches fuses and contactors
etc. would be mounted on the front side of the marshalling box and the wiring shall be done
from the back side.
The terminal blocks shall be provided in the side. The marshalling box shall be
mounted on the transformers tank in such a manner that both the doors could
be opened for operation or repairs etc. without any difficulty.
3.14.3 The cables between this unit and fans, W.T.I, O.T.I., buchholz relay etc. shall be
provided by the tenderer. Cables should be of copper and 1.1 KV grade. It shall be complete
with hinged doors, padlock arrangement, thermostatically controlled space heaters to
prevent condensation, cubicle light and the terminal glands for the cables.
258
ii) A three phase motor starter with each fan (Max. 10 nos.) to start
the fans manually, as well as in the auto mode. Auto operation of
fans will be initiated through 2 nos. of W.T.I, contacts, such that the
starting of fan is through a contactset on a higher temperature and
the switching off of fans is through another W.T.I. contact set on a
temperature lower than required for the starting of fans.
iii) Individual fan starting in manual operation on the transformer is
also required. However a remote emergency manual starting switch
for fans shall also be provided on the RTCC panel. Only cam
operated rotary switches shall be used wherever required.
iv) Cartridge fuse units for each fan motor
v) Provision for an alarm be made in case, the WTI contact has
operated, and any one or more fan(s) have not started.
vi) All the terminal nos. and device code to be adopted will be as
finalized by this office. One standard drawing for cooler control
scheme is being attached with the specn. for guidance (Annexure-
IV).
vii) The marshalling box cum cooler control cubicle shall be mounted
on the transformer and no separate foundation shall be required for
the same.
3.14.5 The terminal blocks to be provided with the marshalling box shall be rated for
15 amps and will be suitable for uninterrupted duty. The terminal blocks shall be of 440
volts grade complete with insulated barriers, terminal studs, washers, nuts, lock nuts and
identification, strips and shall also have disconnecting and shorting links. These should be
suitable to receive at least two cores of 2.5 mm sq. copper conductor cables. The terminal
blocks should be catalogue No. TK-45 Elmex make or equivalent reputed make. Similar
terminal blocks shall also be provided for RTCC and driving mechanism units.
3.14.6 Provision for the fan working remote indication on OLTC panel shall be made.
Fan trip annunciation for each fan shall also be provided through the contacts of starters.
3.14.7 The fan motors shall be automatically controlled by the winding temperature
indicator (WTI), which shall have at least four sets of contacts, which could be set
independently for desired temperatures. The first two contacts will be used for starting the
fans. The third contact will be used to initiate an alarm and the last contact will be used for
tripping the transformer.
[Link] The WTI and OTI shall be suitable for local as well as remote indication
(on RTCC panel) of temperature.
3.14.8 A manual auto changeover switch shall be provided in the marshalling box for
operation of cooler fans, for testing as and when needed. An indication for
manual / auto mode be provided on RTCC panel.
3.14.9 Engraved single line diagram on non rusting steel plate will be provided on
RTCC/Marshalling Box on back of front door.T
3.15 CORE
259
3.15.1 The core shall be built up with high-grade cold rolled non-aging, low loss, and
high permeability grain oriented silicon steel laminations specially suitable, for transformer
cores. The successful bidder shall have to produce the relevant documents towards use of
proposed input materials of prime quality of CRGO as per the following details:
(a) Invoice of supplier;
(b) Mills test certificate:
(c) Packing list;
(d) Certificate of origin:
(e) Bill of lading;
(f) Bill of entry certified by Custom Deportment;
Further, these materials shall be directly procured either from the mill or
through their accredited marketing organization of repute and not through any
agent.
3.15.2 After being sheared the lamination shall be treated to remove all burrs and
shall be re- annealed to remove all residual stresses. At least one side of each
lamination shall be coated with an insulating coating as may be approved by
the ISS and as per the modern manufacturing practice, which shall be inert to
the action of hot transformer oil. The nature of insulation on core should be
specified, in the tender.
[Link] The core shall be rigidly clamped or bolted to ensure adequate mechanical
strength and to prevent vibration during operation. The bolts used in the
assembly of core shall be suitably insulated and clamping structure shall be so
constructed that eddy currents will be minimum.
3.15.4 The core shall be provided with lugs suitable for lifting the complete core and
coil assembly of the transformer.
3.15.5 The core and the coil shall be so fixed in the tank that shifting does not occur
when the transformer is moved or during a short circuit.
3.16 WINDING
3.16.1 The winding shall be so designed that all coil assemblies of identical voltage
ratings shall be interchangeable and field repairs to the windings can be made
readily without special equipment. The coil shall be supported between
adjacent sections by insulating spacers and the barriers/ bracings etc.
Insulation used in the assembly of the windings shall be arranged to ensure a
free circulation of the oil and to reduce hot spot in the windings.
3.16.2 The coil shall be dried under vacuum and submerged in dried insulating oil to develop the
full electrical strength of the windings. All materials used in the insulation and assembly of
the windings shall be insoluble, non catalytic, chemically inactive in the hot transformer oil,
and shall not soften or otherwise be adversely affected under the operating conditions.
3.16.3 All threaded connections shall be provided with locking facilities. All leads from the winding to
the terminal board and bushings shall be rigidly supported to prevent injury from vibration.
Guide tubes shall be used where practical.
260
3.16.4 The winding shall be clamped securely in place so that they will not be displaced or
deformed during short circuits. The copper conductor used in the construction shall be best
suited to the requirements and all permanent current carrying joints in the windings and the
leads, shall be welded, or brazed as far as possible.
3.17.3 Following tests will be required to be performed on a sample of oil from each transformer
and witnessed by UPPTCL’s representative and the test certificates shall be furnished with
the routine test reports of the transformer.
a) Density at 29.5°C
b) Kinematic viscosity at 27°C
c) Interfacial tension
d) Flash point
e) Neutralization value (total acidity)
f) Dielectric strength (Break down voltage)
g) Dielectric dissipation factor (Tan delta)
h) Specific resistance ohm-cm
i) Water content, PPM (Karit Fisher
Method)
The test certificates of oil suppliers shall not be accepted in this respect.
[Link] Dissolved gas analysis of the oil for the transformer in respect of the gases
named below shall be performed on the one transformer on which impulse
and heat run test have been performed.
1. Hydrogen (H2)
2. Carbon di-oxide (CO2)
3. Carbon Monoxide (CO)
4. Methane (CH4)
5. Ehylene (C2 H4)
6. Acetylene (C2 H2)
7. Ethane (C2 H6)
3.18 TANK
3.18.1 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 construction. All seams shall be
welded and where practicable they shall be double welded. The tank shall
have sufficient strength to withstand without permanent distortion (i) filling by
vacuum and (ii) continuous internal gas pressure of 0.7 atmospheres with oil
at operating level. The tank cover shall be bolted to the tank and the
261
transformer design shall be such that the tank will not be splitted between
the lower and upper cooler connection for untanking.
3.18.2 A manhole with a welded flange and a bolted cover shall be provided on the
tank cover. The manhole shall be of sufficient size to afford easy access to
the lower ends of the bushings terminals etc.
3.18.3 All bolted connection to the tank shall be fitted with suitable oil tight gaskets
which shall give satisfactory service under the operating conditions. Special
attention shall be given to the methods of making the hot oil tight joints
between the tank and the cover as also between the cover and the bushings.
All other outlets to ensure that the joints can be remade satisfactorily and with
ease, with the help of semi-skilled labour. Where-ever compressible gaskets
are used stoppers shall be provided to prevent over compression.
3.18.4 Suitable guides shall be provided for positioning the various parts during
assembly or dismantling. Adequate space shall be provided between the core
and winding and the bottom of tank for collection of any sediment or sludge.
3.18.5 Lifting eyes or lugs shall be provided on all parts of the transformer, requiring
independent handling during assembly or dismantling. In addition, the
transformer tank shall be provided with lifting lugs and bosses properly
secured to the sides of the tank, for lifting the transformer either by crane or
by jacks.
3.18.6 The design of the tank, the lifting lugs and bosses shall be such that the
complete transformer assembly filled with oil can be lifted with the use of
these lugs without any damage or distortions.
3.18.7 The tank shall be provided with two suitable copper alloy size100x100mm
pads for the purpose of grounding, where the G.I. earthing strip of size
75x10 mm shall be clamped either in horizontal direction or in vertical
direction with 4 no. studs without drilling any hole in the G.I. earthing strip.
3.18.8 Each tank shall be equipped with the following valves with standard flange
connection for external piping.
i) One drain and lower filter valve placed to completely drain the
tank. At the opinion of the contractor a large valve may be
furnished with an accentric reducer. This valve shall be equipped
with a small sampling cock.
ii) One upper filter valve located at the top of the tank. The opening
of this valve shall be baffled to prevent aeration of the oil.
Alternatively, this valve can be located at any convenient position
to suit connection, to the filter machine but may be connected to
upper part of the tank by means of internal piping. The upper filter
valve shall be on the side opposite to the side of lower filter valve.
iii) Pressure relief valve should operate at a pressure below the test
pressure for the tank. This device shall be mounted so that oil
from the device should fall on the ground.
iv) One oil filling cum filter valve in the oil conservator.
262
3.18.9 There should be provision on PRV with dome on top on tank with tripping
arrangement instead of explosion vent.
[Link] Air cell of best quality rubber (having no reaction with T/F oil) should be
provided inside conservator tank to avoid oil contamination.
[Link] Supporting plate-form is to be provided for attending the Buchholz Relay,
for its easy accessibility.
3.19 UNDERCARRIAGE
3.19.1 The transformer tank shall be supported on a structural steel base
equipment with forged steel or cast steel single flanged wheels suitable for
moving the transformer completely filled with oil.
3.19.2 Jacking steps shall be provided. It shall be possible to change the direction
of the wheels through 90° when transformer is lifted on jacks to permit
movement of the transformer both in longitudinal and transverse directions.
All the transformers shall have rail gauge of 1676.4 mm in both the
directions.
3.19.3 Pulling eyes shall be provided to facilitate moving the transformer and they
shall be suitably braced in a vertical direction so that bending does not
occur when the pull has a vertical component.
3.20.1 The transformer shall be provided with full capacity speed non inductive
transition resistance type On load pattern taps on HV neutral end to vary
voltage on LV side from –5% to + 15% in equal steps of 1.25% each i.e. 17
taps including one normal tap position. The tested ratios shall not have
more than + 0.50% error from rated ratios on any of the 17 nos. of taps.
3.20.2 Tap changing mechanism shall be suitable for remote operation from RTCC
panel in the control room in addition to being capable of local manual as
well as local electrical operation. OLTC gear shall be suitable for bi-
directional flow of full power. Once the tap changing operation has been
initiated it must be completed even if the supply to the driving mechanism
interrupts. A 440 volt 3-phase 50 cycles external supply will be available for
the operation of the changer. The supplier will provide an auxiliary 440
volts/55-0-55 volts transformer in the driving mechanism of the OLTC to
operate the control scheme for the OLTC.
Suitable audio as well as visual alarm shall be provided in case of failure of
A.C. supply to OLTC cubicle.
263
iv) Motor driven mechanism
v) Control & protection devices
vi) Local tap changer position indicator.
vii) Manual operating device.
[Link] The OLTC shall be properly type tested and OLTC of such vendors who
have got done type test on OLTC be accepted within five years. Reports of
type/ Routine tests carried out on OLTC at vendor’s works has to be
enclosed with final test report.
3.20.4 The on load tap changer shall be so designed that the contacts of tap
selector switch do not interrupt the arc. The diverter switch shall be
located on separate oil filled compartment. The compartment shall be
provided with means of releasing the gas produced by the arcing.
It shall be designed so as to prevent the oil in the diverter switch
compartment from mixing with the oil in the main tank or the tap selector.
3.20.5 The tap changer shall be capable of permitting parallel operation with
other transformers of the same type covered by this specification, as well
as, these already acquired by the purchaser (cl.3.9)
3.20.6 The transformers shall give full load output on all taps. The manual
operating device shall be so located on the transformer that it can be
operated by a man standing at the level of the transformer track. It shall
be strong and robust in construction, and all rotating parts and shafts
shall be covered by protective caging or covering.
3.20.7 The control scheme for the tap changer shall be provided independent
control of the tap changer when the transformers are in independent
service. In addition, provision shall be made to enable parallel control
also so that the tap changer will be operated simultaneously when one or
more units are in parallel, so that under normal conditions the tap
changer will not become out of step. For this each of the seventeen taps
shall be matched with the taps of the follower transformer, and the odd
and even tap matching scheme shall not be acceptable. Additional
feature like master and follower as well as an audio visual indication
during the operation of motor shall also be incorporated.
3.20.8 Necessary interlock blocking independent control when the units are in
parallel shall be provided.
3.20.9 Under abnormal conditions such as may occur if the contactor controlling
one tap changer gets stuck, the arrangement must be such as to switch
off supply to the motor so that an out of step condition is limited to one
tap difference only. Details of out of step protection provided for the taps
should be furnished in the tender.
3.20.10 The contactors and associated gear for the tap change driving motors
shall be housed in a local kiosk mounted on the transformer.
All devices except the OLTC motor shall operate on 55-0-55 volts A.C.
supply only.
264
3.20.11 Complete particulars of the tap changing gear including capacity of the
motor shall be stated in the tender.
3.20.12 Tap changers are not required to be suitable for automatic voltage
sensed operation.
3.20.13 The rated current of the tap changer shall not be less than 300Amps for
40 MVA transformers
3.21 REMOTE TAP CHANGER CONTROL PANEL (RTCC)
3.21.1 All tap changing control equipments shall be mounted on a separate
panel for each transformer which will also be quoted separately. This
panel shall be complete with all necessary fittings, instrument wiring
terminal blocks, cable glands, internal light etc. The panel should be self-
supporting, made of sheet steel. It shall be completely vermin proof and
arrangements to prevent ingress of vermin through cable entry holes or
ventilation slots shall be provided. The panel shall be provided with doors
opening at the centre on which nothing shall be mounted. The panel is
required to be matched with existing panels of the purchaser of height
2250 mm and depth, which can be 500-700mm. The OLTC panel shall
be of light grey colour corresponding to I.S. 631.
3.21.2 The tap changing scheme shall be such as to operate the steps of two or
more transformers in parallel simultaneously as well as independently as
and when desired.
3.21.3 A sequence selector switch comprising of four positions shall be provided
which will indicate whether the transformer is in independent, master,
follower or in off position. The scheme will give step by step, tap
changing operation. In the independent position it shall be possible to
change the taps of any transformer independently. Any one transformer
can be made ‘Master’ and on changing the taps of this transformer, the
taps of all other follower units will change automatically with the master
and it will not be possible to change the taps of the follower transformers,
independently.
3.21.4 The OLTC control scheme shall be designed for 55-0-55 volts A.C.
Necessary auxiliary transformers of 440/55-0-55 volts A.C. shall be
supplied by the contractors. This auxiliary transformer shall be installed
in the driving mechanism as per latest practice to ensure that no 440 or
230 V A.C. supply is taken into the RTCC panel except for the purpose of
light and heater. The OLTC control scheme and the Master follower
parallel operation shall be identical to the standard control scheme based
on the recommendations of C.B.I.P codes and which has been adopted
by the purchaser, in respect of the existing transformers of various other
makes. The contractor shall ensure that terminal nos. and the device
codes as adopted by the Purchaser shall be followed by the supplier.
The tentative drawings for terminal block nos. for the RTCC driving
mechanism and the alarm and annunciation scheme are attached for the
guidance of the tenderer as Annexure No. V, VI & VII.
265
vi) Tap change in progress(Amber colour with one
independent buzzer)
vii) Tap position of transformer (digital indication)
viii) Winding temp. indicator
ix) Oil temp. indicator
[Link] Following non trip flag indications with alarm shall be provided -
i) Fan trip (separate flag for each fan)
ii) M.C.B. for cooler control trip
iii) A.C. supply to fans and tap changer fail
iv) Main conservator oil level low
v) OLTC conservator oil level low
vi) W.T.I. operated fans not started
vii) Tap changer motor stuck
viii)Taps not in synchronism (out of step)
ix) 55-0-55 A.C. voltage low.
x) Winding [Link]
xi) OTI Alarm
xii) Main Bucholz Alarm
[Link] The alarm scheme should be such that it will be possible to silence the
alarm after its receipt and immediately after receipt; it shall be available
for next operation. It should not however be possible to reset the flag
unless the cause of the fault is removed.
3.22.2 The conservator shall have two filter valves, one at the bottom at one
end, the other at the top at opposite end and in addition to the valves
specified in the accessories for the main tank. The conservator shall also
have a shut off valve and a sump with a small drain valve and sampling
266
cock, the later so arranged as not to interfere with oil lines. The
magnetic oil level gauge shall be mounted on the conservator.
3.22.3 There shall also be an oil conservator for the OLTC which could either be
provided separately or a partition in the main conservator, with an
independent M.O.L.G.
3.23.0 BUSHINGS
The following type of bushing shall be provided on the 40 MVA; 132/33
KV transformers.
(i) HV 145 KV oil impregnated condenser type bushing of 800 Amps
(ii) LV 36 KV plain porcelain oil communicating type bushings of 1000
Amps
3.23.1 The bushings shall be suitable for heavily polluted atmosphere (anti fog
type) and shall have high factors of safety against leakage to ground and
shall be so located as to provide adequate electrical clearance between
bushings and between the bushings and grounded parts. Bushings of
identical voltage shall be interchangeable. All bushings shall be equipped
with suitable terminals of approved type and size and all external current
carrying contact surface shall be silver plated, adequately. The insulation
class of the neutral bushing shall be properly coordinated with insulation
class of the neutral end of the winding.
i) Each bushing shall be so coordinated with the transformer insulation that
all flashovers will occur outside the tank.
ii) The porcelain used in bushings shall be of the wet process homogenous
and free from cavities or other flaws. The glazing shall be uniform in
colour and free from blisters burs and other defects.
iii) All bushings shall have puncture strength greater than, the dry flashover
value. Special adjustable arcing horns are also to be provided for all
bushings. All bushings shall comply with I.S. 2099.
iv) The tenderers are required to give the guaranteed withstand voltages for the above
bushings and also furnish a calibration curve with different settings of the coordination, gap
to the purchaser to decide the actual gap setting. Tenderers recommendations are also
267
without oil and radiators. If the center of gravity is accentric relative to
track either with or without oil, its location shall be shown on the outline
drawing.
3.25 ACCESSORIES
3.25.1 Each transformer shall be provided with the following accessories:-
i) A dial type indicating thermometer of robust pattern mounted
inside the marshalling kiosk at a convenient height to read the
temperature in the hottest part of the oil and fitted with the alarm
and trip contacts with a repeater on RTCC panel to give oil
temperature.
ii) A winding temperature indicator with repeater and alarm / trip fan
starting contacts (08 nos.)
iii) Two magnetic type oil level gauge with low level alarm contact
and a dial showing minimum; max. and normal oil level. The
gauge shall be readable from the transformer base level.
iv) Two oil filling valve (in let) one for main conservator tank and one
for OLTC conservator tank.
v) Two oil drain valves one from main conservator and other from
OLTC conservator.
vi) One filter valve located at the top of the tank on one side
vii) One filter valve located near the bottom of the tank on the other
side of transformer
viii) Oil sampling valves for top, middle and bottom oil sample
ix) Pressure release device of a safety valve of the chimney type with
an equalizer pipe interconnecting the top of the conservator and
upper most part of the safety valve should be provided to permit
rise of oil in the pipe. A stop cock should also be provided in the
interconnecting pipe. An air release cock shall also be fitted in a
convenient position.
The safety valve pipe shall preferably take off from the side of the
transformer tank near to the tank cover and not from the top of
tank cover. In case if the pipe is taking off from the top of tank
cover, arrangements shall be made to prevent, the gases forming
in the tank from rising into the safety valve pipe and thereby by-
passing the buchholz relay.
x) One double float English Electric or equivalent make type OBG M-
3 E gas detector relay (buchholz relay) with alarm and tripping
contacts to detect accumulation of gas and sudden change of
pressure, complete with shut off valves on both the ends and
flange couplings to permit easy removal without lowering oil level
in the main tank or conservator, a bleed valve for gas venting, and
a test valve.
xi) Heat exchangers or radiators with shut off valves at top and
bottom. These will have lifting lugs and oil filling and drain plugs.
xii) An oil conservator for main tank as well as OLTC
xiii) Cooling fans supported on the main tank or the radiators
xiv) Eye bolts and lugs on all parts for ease of handling
xv) Oil surge relay for the OLTC diverter switch compartment.
xvi) Two grounding pads suitable for 75x10 mm G.I. flat with four studs.
268
[Link] Diagram and rating plate (for ease of identification at site and stores). It
is desired that in addition to diagram and rating plate all equipments shall
carry a metallic plate giving following information got marked by the
manufacturers itself.
i) Name of equipment with specification No.
ii) [Link]. as per the bill of material
iii) Year of order
iv) Sl. No. of transformer
Guaranteed as well as measured values of percentage impedances and
No load / Load losses / and Auxiliary losses without any plus tolerance at
75°C shall also be inscribed on the diagram and rating plate.
269
be provided with a level plate in the front as well as in the back side for
identification. The terminal blocks shall be provided in the side.
[Link] Necessary cable glands shall also be provided at the base of this kiosk. It
shall be complete with hinges and padlock arrangement, space heater,
cubicle light, fuses etc. The necessary cables between transformer and
the marshalling box shall also be provided by the tenderer.
3.25.3 The transformer shall also have a separate motor drive unit to
accommodate the motor drive for the OLTC along with the contractor’s
relays and auxillary transformer etc., required for the operation of the
OLTC. This will also be weather proof and vermin proof and shall be
mounted on the transformer. Necessary cable glands, pad lock, space
heater, light and protection devices shall be provided into it.
3.25.4 The equipment and accessories required 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.
3.25.5 Indication, alarm and relay equipment shall have contacts suitable for
operation with 110 Volts D.C. supply.
3.25.6 Any fittings accessories of apparatus which might not have been
mentioned in the specifications but which are usual and necessary in the
equipment of similar design and are recommended by the manufacturer
for satisfactory operation are to be provided by the contractor without
extra cost. All apparatus must be complete in all details whether
mentioned in the specification or not.
3.26 PAINTING
3.26.1 Before dispatch, all steel surfaces, not under oil, shall be painted with a
primary coat of anti-corrosive paint of durable nature and final two coats
of light grey shade corresponding to IS: 631 paint of best quality. The
interior surface shall be painted according to the contractor’s standard
practice/ provision in ISS.
3.27 PACKING
3.27.1 The packing may be in accordance with the tenderers standard practice
so as to ensure safe transit by goods train or road. Special arrangements
should be made to facilitate handling and to protect the projecting parts
against damage in transit.
3.27.2 The transformer shall be dispatched filled with oil or if necessary with
insert gas with a pressure gauge and a spare gas cylinder to replenish
the gas pressure in transit or during its storage at the destination until it is
filled up with oil.
3.27.3 All parts shall be adequately marked to facilitate identification and
erection. Boxes and crates shall be marked with the tender specns. No.
and shall have a packing list enclosed showing the parts contained
therein.
3.27.4 Bill of Material:
The supplier shall make available a consolidated bill of material for one
transformer unit complete in all respects required as per cl.2.6.3 of
270
General Requirements of Specifications. The bill shall be made out
on drg. of A-3 size 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 consignees and to ensure that all the components of the
transformer unit have been received.
3.28 FACTORY ASSEMBLY AND TEST
3.28.1 (a)Stage inspection:
Purchaser shall have the option to depute their representative to check
the progress during any stage of manufacturing of each transformer.
However, following will be hold points where the bidder will have to offer
advance inspection call notice.
i) CORE: Thickness of laminations, overall height, width, window height
& width ,cross section area & flux density
ii) COIL : ID,OD of HV, LV & Regulating windings, cross sectional area
of copper conductor used, number of turns, their parallel conductors
&calculation of copper used in manufacture of transformer.
iii) TANK : Physical dimensions, thickness of bottom, sides, radiators
and conservator tank sheet. Weight of tank. Vacuum and pressure test .
(b) Final inspection:
The transformers shall be completely assembled and tested at the factory. If the
purchaser selects to send a representative, all tests shall be witnessed by him. Tests shall be
271
3.29 TEST AT SITE
3.29.1 After erection at site, the purchaser shall carry out the following tests on
transformers:-
i) Insulation resistance test
ii) Ratio and polarity test
iii) Di-electric test on oil.
3.31 After all tests have been completed, six certified copies of each test
report shall be
furnished. Each report shall have following information:-
i) Complete identification data including serial no. of the transformer
ii) Method of application, where applied, duration, and interpretation
of results for each test.
iii) Losses / Impedance corrected to 75°C
3.32.1 Drawings
All the drawings are required to be furnished in A-3 size only, for proper
filing and making folders having card paper covers of the same size. In
case some of the drgs., cannot be prepared directly in A-3 size, these
could be prepared on larger sheets and submitted for approval. These
large size drgs., after approval (made in ink) shall be photographically
reduced and printed in A-3 size on a plastic film only to be used as a
master copy. Additional prints on ammonia paper or photo copies on
white sheets of A-3 size shall be made out from the master copy.
3.32.2 The size of letters and the numerical figures on the reduced drg., shall be
of 2 mm, size or more.
272
3.32.3 The wiring drawings and the general arrangement drawing, if
necessary, could be splitted into more than one A-3 sheet, so that these
could be understood and read correctly.
3.32.4 After approval the contractor shall submit to the engineer and
consignee(s), within a reasonable time but before commencement of any
dispatches of equipment, the following:;-
(a) i) Six sets of prints of each approved drawing for each consignee
ii) Total six sets of prints per contract to the engineer of the contract
(b) i) Six set of bound copies of approved manuals for each consignee
and six sets for the engineer of the contract
(c) Six set of detailed bill of material for each consignee & six set for
E.O.C.
(d) One good quality direct reading reproducible of each approved
drawing and also of bill of material to Engineer of Contract (E.O.C).
3.32.5 In the event of non-supply of aforesaid drawing & manuals in the quantity
and in the manner as required above, the contractor shall deduct from
his bill(s) an amount equal to two (2%) of ex-works price of the
equipments. This amount can, however, be claimed by the contractor
only after supplying the above.
273
12. Winding temp. indicator, oil temp. indicator, buchholz
relay, silicagel breather, M.O.L.G. and pressure release device
drawings.
13. Transportation sketch or transformer super imposed on the
loading diagram of the railway wagon (in two views)
[Link] Schematic and wiring diagrams
1. Schematic diagram of O.L.T.C. control scheme also showing
coordinated drawing for master follower operation of two
transformers based on the standard, C.B.I.P. control scheme. The
driving mechanism portion of the scheme to be shown inside a
box.
2. Write-up operation of the O.L.T.C. and cooler control scheme
giving the sequence of operation of different contactors. The
timing diagram for mechanical switches of OLTC for one operation
cycle, should be shown in the write-up.
3. Diagram of alarm and annunciation scheme
4. Schematic diagram of marshalling kiosk and cooler control
scheme
5. Wiring diagram of RTCC panel
6. Wiring diagram of driving mechanism
7. Wiring diagram of marshalling kiosk cum cooler control panel
8. Terminal block arrangement of R.T.C.C. panel driving mechanism,
and cooler controls cubical
9. Interconnection and external cabling details between OLTC,
R.T.C.C. marshalling kiosk, transformer and purchaser’s
transformer controls panel
10. Cable routing drawing showing the routes of the cables and their
clamping arrangement on the transformer tank
11. Consolidated bill of material for the transformer.
12. Erection, commissioning, operation and maintenance manual
along with descriptive literature and data on transformer
construction, windings, bushings, heat exchangers, tap changer
gear etc.
13. Any additional drawing which the supplier may consider
necessary.
3.33 Spare
The tenderer shall quote separately for the spares recommended for five
years normal operations. The purchaser will decide on the actual spares
to be ordered on the basis of the list and the item-wise prices of spare
parts.
274
3.35 Deviations from specifications
Deviations from these specifications should be clearly listed and brought
out separately.
3.36 Schedule of required delivery and prices
The schedule of desired deliveries are indicated in Schedule P.
Tenderers are requested to offer F.O.R. destination deliveries matching
the desired deliveries. The schedule of prices should be given as per
Schedule-Q.
3.37 Supervision charges
The tenderer shall quote separately in the schedule of prices the rates of
supervision charges for erection and commissioning of transformers on
daily basis along with their other terms and conditions. It shall be at the
option of the purchaser whether or not to avail the service of supplier’s
engineer and other staff for supervision of erection and commissioning or
to award some other for commissioning only without absolving the
supplier of his obligations under cl.30 (Maintenance) of Form ‘B’.
3.38.1 The tenderer has to submit the calculation as per the method stipulated
in IS:2026 or amendments thereof, to show the thermal short circuit
capability of the transformer, due to external short circuit conditions.
3.38.2 The IEEMA price variation formula applicable for the transformer; is
enclosed as per Annexure-II,. The tenderers are required to follow these
formula in respect of transformers offered by them.
3.38.3 The postal address of the purchasing authorities for the similar
transformers must be attached with ‘tender’ Bid Part-II in the schedule-3
attached.
3.38.4 Tenderers shall quote their rates of material after consideration and
absorption of benefits of “MODVAT”.
3.38.5 The supplier shall keep the purchaser informed in advance about various
stages of manufacturing program, so that arrangement can be made for
stage inspection if so required.
3.38.6 The call for final inspection shall be given by the supplier when the goods
have actually become ready in all respects in the works of manufacturer
and not on the basis of anticipated date of completion. Routine test
report of the goods offered for inspection will have to be submitted with
inspection call letter.
A period of 4 weeks or 6 weeks shall be allowed for UPPTCL for making
travel arrangements for their inspecting officer to reach their works. This
period of 4 or 6 weeks will be from the date when inspection call is
received by UPPTCL. The period of 4 weeks shall be for works situated
in U.P. Union Territory of Delhi, Rajasthan, Bihar and West Bengal, and
6 weeks for all the remaining States. In case the goods are not available
for inspection at the time of the arrival of the inspecting officer the firm
shall pay to UPPTCL towards futile journey charges, a sum decided by
Chief Engineer (Transmission) and demanded by the Engineer of
Contract. This amount shall be paid within 30 days from the date of
demand. Further action for inspection of material shall be taken only after
the said amount is deposited.
3.38.7 The unloading of the transformer and its accessories at site shall be the
responsibility of the tenderer/supplier. The site of unloading shall be
decided by the concerned consignee. Firm may quote the rates for
unloading at site in the price schedule-Q separately.
275
276
7.2 TS-1B
1.0 STANDARDS
The materials shall conform in all respects to the relevant Indian Standard
Specifications with latest amendments indicated below:
277
shall be furnished alongwith the offer.
2.1 The transformer shall be suitable for outdoor installation with three phase, 50 Hz,
conventional type copper wound distribution transformer ,Core type, Oil
immersed and naturally cooled (Type ON), 33 kV system in which Neutral is
effectively earthed and they should be suitable for service under fluctuation in
supply voltage from +10% to - 15%. The transformer shall conform to the
following specific parameters.
278
c) Maximum continuous 36
operating system voltage (kV
rms)
13. Bushings
(i) Voltage rating (amps) 36
(ii) Current rating (amps) As per required
(iii) Insulation Level
(a) Lightening impulse withstand 170
(kVp)
(b) One minute power frequency 70
withstand voltage (kV rms)
3.1.2. The design shall incorporate every reasonable precautions and provision for
the safety of all those concerned in the operation and maintenance of the
equipment keeping in view the requirements of Indian Electricity Rules.
3.1.3. All materials used shall be of the best quality and of the class most suitable
for working under the conditions specified and shall withstand the variations
of temperature and atmospheric conditions arising under working conditions
without undue distortion or deterioration or the setting up of undue stresses in
any part and also without affecting the strength and suitability of the various
parts for the work which they have to perform.
3.1.5. Cast iron shall not be used for chambers of oil filled apparatus or for any part
of the equipment, which is in tension or subject to impact stresses. This
clause is not intended to prohibit the use of suitable grades of cast iron for
parts where service experience has shown it to be satisfactory, e.g. large
value bodies.
3.1.6 All out door apparatus, including bushing insulators with their mounting, shall
be designed so as to avoid pockets in which water can collect.
3.1.7 Where necessary, means shall be provided for the easy lubrication of all
279
bearings for any mechanism or moving part, that is not oil immersed.
3.1.9 All taper pins used in any mechanism shall be of the split type complying with
the relevant Standards.
3.1.10 All connection and contacts shall be of ample section and surface for carrying
continuously the specified currents without undue heating and fixed
connections shall be secured by bolts or set screws of ample size,
adequately locked. Lock nuts shall be used on stud connections carrying
current.
3.1.11 All apparatus shall be designed to minimize the risk of accidental short circuit
caused by animal, birds of vermin.
4.0.0 GALVANIZING
4.0.2 All drilling, punching, cutting, bending and welding of parts shall be completed
and all burrs shall be removed before the galvanizing process is applied.
4.0.3 Surfaces which are in contract with oil shall not be galvanized or cadmium
plated.
Steel bolts and nuts exposed to atmosphere with suitable finish like cadmium
plated or zinc plated shall be used for diameters above 6mm.
All Nuts and Bolts shall be locked in position with the exception of those
external to the transformer. Bolts and Nuts external to the transformer shall
be provided with double flat washer and one spring washer.
On out door equipment, all bolts, nuts and washers in contact with non
ferrous parts which carry current shall be of phosphor bronze where the
280
transfer of current is through the bolt.
If bolts and nuts are placed so that they are inaccessible by means of
ordinary spanners, suitable special spanners shall be provided by the
supplier.
6.0 PAINTING
The internal and external surfaces including oil filled chambers and structural
steel work to be painted shall be shot or sandblasted to remove all rust and
scale of foreign adhering matter or grease. All steel surfaces in contact with
insulating oil shall be painted with two coats of heat resistant, oil insoluble,
insulating varnish.
All steel surface exposed to weather shall be given a primary coat of Zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coat of glossy oil and epoxy light gray paint in
accordance with shade No.631 of IS:5. All paints shall be carefully selected
to withstand extremes of weather. The paint shall not scale off or crinkle or
be removed by abrasion due to normal handling.
The 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 :
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.
281
8.0 TEMPERATURE RISE
The transformers shall be capable of carrying out its full load normal rated
current continuously under the highest temperature and at any tapings.
The temperature rise of hottest layer of 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)
9.0 OIL
9.1 The transformers& all associated oil filled equipment shall be supplied
complete with the first filling of transformer oil. The oil to be used shall
conform to ISS:335.
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 0.4 kV.
13.0 FREQUENCY
282
The maximum flux density in any part of the core and yoke , at rated kVA
voltage and frequency at any tap shall not exceed 1.5 Tesla . The bidder
shall provide saturation curve of core material proposed to be used and
calculation to demonstrate thr core is not over fluxed in any worst condition of
transformer operation.
16.0 CORE
The core shall be constructed from high grade low loss, high permeability
cold rolled ,non aging grain oriented silicon steel lamination , M4 or superior
grade. Transformers with amorphous core material shall also be acceptable.
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..
The class and type of in insulation used on the core bolts and under the nuts
and side places shall be stated in ordering schedule.
283
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.
21.0 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.
vi) The winding shall be compact and symmetrical about the centre line of
284
core and shall be framed on suitable synthetic resin bonded paper
sheets type I, Conforming to the relevant standards.
vii) Kraft paper used for inter layer insulation of H.V. shall be of uniform
density and thickness free from pin holes and free from any foreign
particles. The Kraft paper shall have a minimum thickness of 4 mils.
The end turns of each layer shall be properly and fully covered to
avoid inter layer flashover. The kraft paper used for this purpose shall
be in conformity with relevant standard (paper for Electrical purpose).
Ordinary paper or Bamboo paper should not be used in any case.
The insulation of coils shall be treated with suitable insulating varnish
or equivalent compound or impregnated in transformer oil to develop
the full Electrical Strength in the windings. All the materials used in
the insulation and assembly of the windings shall be insoluble, non
catalytic and chemically inactive in the hot transformer oil and shall not
soften or otherwise be adversely affected under the operating
condition.
ix) 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.
22.0 TANK
The transformer tank and cover shall be fabricated from good commercial
grade low carbon steel suitable for welding and of adequate thickness. The
tank and the cover shall be welded construction. All seems shall be welded
and where practicable shall be double welded. The tank shall have sufficient
strength to withstand without permanent distortion (I) filling by vacuum (II)
continuous internal gas pressure of 0.7 Atm with oil at operating level. The
tank cover shall be bolted to the tank and the transformer design shall be
such that the tank will not be split between the lower and upper cooler
connection for untanking.
All bolted connections to the tank shall be fitted with suitable oil tight synthetic
rubber and cork composition gaskets, which shall give satisfactory service
under the operating conditions. Special attention shall be given to the
methods of making the hot oil tight joints between the tank and cover as also
the between the cover, the bushings and all other out lets to ensure that the
285
joints can be remade satisfactorily and with case, with the help of
semiskilled labour. Where compressible gaskets are used, steps shall be
provided to prevent over compression.
i) One drain cum lower filter valve fitted on the transformer and placed to
completely drain the tank. This valve shall be equipped with a small
sampling cock.
ii) One filter valve shall be located at the top of the tank on the side
opposite to this lower value. The opening of this valve shall be baffled
to prevents deration of the oil.
Pulling eyes shall be provided to facilitate moving of the transformer and they
shall be suitably dragged in a vertical direction so that bending does not occur
when the pull has vertical component.
These steps shall be controlled by hand and provisions shall be made for
indication of tap position and locking on any particular tap.
25.0 All metal parts of the transformer with the exception of the individual core
laminations, core bolts and associated clamping plates shall be maintained at
286
some fixed potential and core should be earthed at points.
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.
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.
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.
287
vii) Thermometer pocket in accordance to IS:3639.
viii) Dehydrating breather.
ix) Air release plug on the transformer tank to release trapped air inside
the tank when filling oil through conservator.
x) One drain cum sampling value having narrow orifice with locking
arrangement on the bottom of tank.
xi) One filter valve on the Upper top side of the tank.
xii) Lifting lugs for tank cover.
xiii) Inspection hole.
xiv) 4” dia dial type thermometer for oil temp. with max. pointer and set of
contact for alarm.
xv) One winding temp. indicator with max. pointer and two sets of contacts
for alarm and trip purpose.
xvi) Explosion vent with diaphragm.
xvii) Anodised aluminum non-detachable engraved rating and diagram
plate containing reference of purchase order and “Property of U.P.
Power Transmission Corporation Ltd ” apart from the essential details
as per IS:2026/1977. No load/load losses must also be engraved on
the diagram plate.
xviii) Unidirectional flat rollers.
xix) Terminal connectors for H.V. bushings suitable for ACSR conductor
and horizontal take off.
xx) Any other accessories normally required for such transformers.
30.0 TESTS
(a) All the equipment offered shall be fully type tested by the bidder as per
the relevant standards. The date of type test conducted shall be the
latest and not earlier than 5 years as on the date of bid opening. The
bidder shall furnish following type test reports along with the offer. The
offer received without these type test reports shall be treated as Non-
responsive and rejected.
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”.
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.
ii) HV & LV bushing assembly drawings.
iii) Name plate drawings with terminal markings & connection diagrams.
32.0 SPARE PARTS
The supplier shall indicate in its proposal a detailed list of spares parts for five
year satisfactory operation. The Prices of spares and gasket shall be quoted
separately
TS-2A
1.
IEC 62271-100 and IS- Specification for alternating current circuit
13118 Breakers.
2.
IEC - 376 Specification for acceptance of new supply
of SF6.
3.
IEC - 137 Bushing for A.C. Voltage.
4.
IEC - 71 Electrical Clearances.
5.
IEC - 694 Common clauses for high voltage switch
290
gear and control gear standard.
6.
IS - 2147 Degrees of Protection Provided for
enclosures for low voltage switch gear and
control gear.
7.
IS - 2516 Specification for circuit Breaker
8.
IS - 5578 & 11353 Making and arrangement for switch gear
bus bar, Main Connections and auxiliary
wiring.
9.
IS - 2629 Recommended Practice for hot dip
galvanizing of iron and steel.
10.
IS - 2099 High voltage Porcelain bushings.
11.
IS - 4379 Identification of the contents of Industrial
Gas Cylinders.
12.
IS - 7285 Seamless high carbon steel cylinders for
permanent and high pressure liquefiable
gas.
292
1.3 CIRCUIT BREAKER REQUIREMENTS
i) The Circuit Breaker shall comprise of three identical pole units linked
together electrically and pneumatically, complete with first filling of SF6 gas,
2 nos. unit air compressors with common local air receiver, air and gas
piping, operating mechanism, complete with Terminal Connectors / anti
pumping device and wiring etc.
ii) The local air receiver, pipes and fittings shall have adequate mechanical
strength and shall remain air tight. Each breaker shall also be provided
with space heater (thermostatically controlled), operation counter, pressure
gauges, and gas density detectors (Temperature compensated gas
pressure switch).
iii) The circuit breaker units shall be suitable for mounting at ground level with
concrete plinth including standard supporting frame. Suitable steel
structures, supporting column for mounting the circuit breaker shall also be
supplied along with the breaker.
The circuit breaker shall be capable of interrupting the rated power with
recovery voltage equal to the rated maximum service voltage at rated
frequency and at power factor not exceeding 0.15.
[Link] The circuit breaker operating mechanism shall be highly reliable and will
have sufficient energy to provide full making and latching current ability of
80 KA on all the poles, simultaneously.
[Link] Provision shall be made for local electrical control and a local/remote
selector switch with enough contacts in the cubicle of breaker. In local
position the switch shall isolate the close and trip circuit completely.
Provision shall be made for local electrical control and a local/remote
selector switch with enough contacts in the cubicle of breaker in local
position the switch shall isolate the close and trip circuit completely. if
technically compatible with design of breaker a manual emergency local
tripping arrangement shall be provided on the breaker for use in an
emergency of during maintenance. This emergency trip is intended for use
should a failure of any part of D.C. control circuits including breaker trip coil
take place preventing remote electrical tripping.
[Link] Operating mechanism shall be suitable for high speed re-closing and shall
be trip free and with anti-pumping device (as per definition of clause-5, IEC-
62271-100) for closing of breaker electrically and either mechanically or
pneumatically. It shall be strong, rigid, positive and fast in operation. There
shall be no objectionable rebound and the operating mechanism shall not
294
require any critical adjustment.
3.1.7 CONTROL
[Link] Electrical tripping of the breakers shall be performed by shunt trip coils.
However, provision shall be made for local electrical controls for this
purpose.
[Link] The mechanism shall normally be suitable for remote electrical operations
from control room. Purchaser shall feed both the trip circuits from
independent station batteries of 110 Volts DC.
[Link] The closing coil shall operate correctly at all values of voltage between 85%
and 110% of the rated DC voltage. The shunt trip coil shall operate
correctly under all operating conditions of the circuit breaker and all values
of supply voltage between 70% and 110% of voltage.
Operating mechanism shall be capable of operations with (2) two trip coils
by independent trip circuits, pressure switches, coils each connected to
different sets of protective relays.
3.2.3 The pressure switches with adjustable contacts and isolating values to
actuate a lockout device shall be provided. This lockout device, with
provision for remote alarm indication shall be incorporated in each circuit
295
breaker to prevent operation whenever the pressure of the air operating
mechanism is below the required value for satisfactory operation. The
scheme should permit operation of all blocking and alarm relays as soon as
the pressure transient present during the rapid pressure drop has been
damped and a reliable pressure measurement can be made. Such facilities
shall be provided for the following conditions :
3.2.4 After failure of supply the local air receiver and operating mechanism shall
be capable of two closing and two opening operations at rated fault
currents.
3.3.1 Spring operated mechanism shall be complete with motor. Opening spring
and closing spring with limit switch for automatic charging and other
necessary accessories to make the mechanism. A complete operating unit
shall also be provided.
3.3.3 After failure of power supply to the motor one close open operation shall be
possible with the energy contained in the operating mechanism.
3.3.4 Closing action of circuit breaker shall compress the opening spring ready
for tripping.
3.3.5 When closing springs are discharged after closing a breaker. Closing
springs shall be automatically charged for the nest operation and an
indication of this shall be provided in the local and remote control cabinet.
3.3.7 The spring operating mechanism shall have adequate energy stored in the
operating spring to close and latch the circuit breaker against the rated
making current and also to provide the required energy for the tripping
mechanism if case the tripping energy is derived from the operating
mechanism.
296
3.3.1 OPERATING MECHANISM AND ALL ACCESSORIES SHALL BE
ENCLOSED IN A WEATHER PROOF. VERMIN PROOF MECHANISM
CABINET OF HIGH STRENGTH EPOXY BASE PAINTED/
GALVANIZED STEEL SHEET CONSTRUCTION OF APPROPRIATE
THICKNESS HINGED DOORS GIVING ACCESS TO THE
MECHANISM AT THE FRONT SHALL BE PROVIDED. SUITABLE
GASKETS SHALL BE PROVIDE TO MAKE THE MECHANISM
HOUSING WATER PROOF. DUST AND VERMIN PROOF. THE
HOUSING LATCH SHALL ACCOMMODATE PAD LOCK REQUIRING
A 12 MM DIA HOLE PAD LOCK AND DUPLICATE KEYS SHALL BE
FURNISHED BY THE BIDDER. A COMMON MARSHALLING BOX
FOR THE THREE POLES OF THE BREAKER SHALL BE PROVIDED
ALONG WITH SUPPLY OF TUBING
297
SWITCH SHALL ALSO BE PROVIDED.
4.4 THREADING
The threading parts shall be such that if the screws are adequately
tightened for checking purposes it shall not break or become free. For
studs and screws female threads shall be provided by using flawless taps
to get strong threads.
4.5 CLAMPING OF CONDUCTORS
Terminal connector shall be such that the conductor can be fixed with
adequate contact pressure and without undue damage to the conductor.
While tightening the screws/nuts the terminal connectors shall not move or
get displaced.
For easy connections of even the thinnest conductor and providing rigid
connections without any damage, the bottom of the terminal body shall be
flat. The terminal connector shall also be suitable for accommodating at
least 3 crores of 2.5 [Link]., copper conductor cable without any
preparation viz. lugs, clamping soldering etc. The contact pressure shall
not be transferred through insulating material. Gripping of conductor shall
be made effective by a pressure pad between metal surfaces only.
Shorting Links
299
4.15 VOLTAGE AND CURRENT CARRYING CAPACITY
The rating of terminal connector shall be of 15 Amps. and 250 volts D.C for
uninterrupted duty, complete with insulting barriers at both end of terminal
block (if necessary).
5.1 HEATERS
The controlling fuse/MCB, link and switch/MCB for the heater shall be
provided in its own pole cabinet. The thermostat at a preset of 50 deg C
permanently shall be provided in the cubicle to control the individual heater.
6.2 Glazing of the porcelain shall be uniform and brown in colour, free from
300
blisters, bums and other defects. Bushing shall be designed to have ample
insulation, mechanical strength and rigidity for the conditions under which
they will be used all bushings of identical rating shall be interchangeable.
6.3 Puncture strength of bushings shall be greater than flashover value. When
operating at normal rated voltage, there shall be no electric discharge
between the conductor and bushings which would cause corrosion or injury
to conductors, insulators, or supports by the formation of substances
produced by chemical action. No radio disturbance shall be caused by the
bushings when operating at the normal rated voltage.
6.4 All iron parts shall be given zinc chrome coating hot dip galvanized and all
joints shall be airtight. Surfaces of the joints shall be airtight. Surface of the
porcelain parts shall be made smooth by grinding and metal parts by
machining. Bushing design shall be such as to ensure a uniform
compression on the joints.
6.5 The basic insulation level of the bushings, insulating porcelains and the
external insulator supports etc. shall be 1050KV (peak) and shall be
suitable for insulation in heavily polluted atmosphere with minimum total
creepage distance of 6125mm as per relevant IEC. The minimum
clearance in air between phases and live parts to earth shall be as per
relevant IEC.
6.6 The high pressure air passage in the hollow insulator should be protected
by suitable insulating tube which should withstand static. Air pressure equal
to twice the normal working pressure.
6.7 Oil filled bushing should be free from oil leakage and should be designed to
prevent accumulation of explosive gases and to provide adequate oil
circulation to remove internal heat. Adequate means should be provided to
accommodate conductor expansion and there should not be any undue
stressing of any part due to temperature changes. They should be
equipped with liquid level indicators and means for sampling and draining
oil from the nushings.
7.0 CONTACTS :
7.1 Main contacts shall have ample area and contact pressure for carrying the
rated current and the short time rated current of the breaker without
excessive temperature rise which may cause pitting or welding. Contacts
shall be easily replaceable and shall have a minimum of movable parts and
adjustments to accomplish these results. Main contacts shall be the first to
open and the last to close so that there will be little contact burning and
wearing.
7.2 Arcing contacts, if provided, shall be the first to close and last to open and
shall be easily accessible for inspection and replacement. Tips of arcing
and main contacts shall be silver plated or have a tungsten alloy tipping.
8.0 INTERLOCKS
301
8.1 All the three poles shall trip simultaneously on a pneumatic/electrical
command. Pole discrepancy timer relay shall be supplied with each breaker
to trip the breaker as well as to give a remote trip discrepancy alarm.
8.2 The following air / gas pressure alarm / inter lock shall be provided on the
circuit breaker each with 2 contacts :
9.1
Each circuit breaker shall be provided with10 normally open & 10 normally
closed cotacts on each pole and 12 normally open and 12 normally closed
contacts common for all three pole operations. All switches shall be
positively driven (not by spring) in both directions.
9.2
Normal position of auxiliary switches refers to contact position when circuit
breaker is open.
10.0
PNEUMATIC SYSTEM
302
supplied along with the breaker and compressor units. The complete
system scheme and layout of automatic control equipment and air
compressor equipment shall be furnished with circuit breaker/compressor
plant.
11.4
A clock / counter shall be provided in the control cubicle of the compressor
unit for registering the total nos. of operations / cumulative operation time of
the compressor unit.
11.5
The Unit compressed air system shall meet the following requirements:-
a) The compressed air system shall be provided with necessary piping,
piping accessories, control valves, safety valves, filters, reducing
valves, isolating valves, drain ports etc. Also the unit compressed air
system shall be provided with suitable anti-vibration pads.
b) The compressors shall be of air cooled type and mounted within the
operating mechanism housing OR on civil foundation with
canopy(cover).
c) The air receiver shall have stored energy for 2 CO operations of the
breaker at the blocking pressure for auto reclosing duty without
refilling. The unit compressor shall be capable of building up
required pressure for another 2 CO operations within 30 minutes.
11.6 Air Compressor
a.
The air compressor shall be of air cooled type complete with cylinder
fabrication, drive motor etc. The compressor shall be rated for the following
duty :
i. Total running time of Compressor to Not exceeding 80 minutes
build up the Rated pressure
fromAtmospheric pressure.
ii. Normal running air changing Not exceeding 15 minutes
considering 10% leakage
per day
iii. Air changing time after one Close- Not exceeding 15 minutes
open operation from Rated pressure
b. Compressor shall be driven by automatically controlled motors conforming
to the requirements.
c. The compressor shall be provided with automatic adjustable unloading
device during starting.
11.7 Air Receivers
a.
Air receiver shall be designed in accordance with the latest edition of the
ASME Code for Pressure Vessel – Section VIII of BS 5179 A corrosion
allowance of 3.0 mm shall be provided for shell and dished ends.
Receivers shall be hot dip galvanized.
b.
Connections for air inlet and outlet, drain and relief valves shall be flanged
type or screwed type only.
c.
Accessories such as suitable sized safety valve to relieve full compressor
discharge at a set pressure equal to 1.1 times the maximum operating
pressure, blow off valve, auto drain tap with isolating and by-pass valve,
303
dial type pressure gauge and drain valve and test connection shall be
provided.
d.
Air receiver shall have at least 50% spare capacity, calculated on the basis
of total air requirement for 2 CO operations.
11.8 Quality of Air
Compressed air used shall be dry and free of dust particle and fully
compatible with the materials used in the pneumatic operating mechanism.
Arrangement for conditioning the compressed air if required shall be
provided as an integral part of air compressor system.
11.9
Control and Control Equipment
a.
The compressor control shall be of automatic start/stop type initiated by
pressure switches.
b.
All the necessary compressor control equipment shall be housed in a totally
enclosed sheet steel cabinet also conforming to requirements. Pressure
gauges and other indicating devices control switches shall be mounted on
the control cabinet.
c.
A glass window shall be provided for viewing the indicating
instrument/gauges.
14.7
Sufficient SF6 gas shall be provided to fill all the breakers installed at a
substation. Rate of leakage of SF6 gas shall not be more than 1% per year.
14.8
The circuit breaker shall have facilities as to reduce the gas pressure within
305
the circuit breaker to a value not exceeding 8 mill bars within 4 hours or
less. The breaker shall be capable of withstanding this degree vacuum
without distortion or failure of any part.
14.9
The Circuit Breakers shall be designed for pressure withstand values, much
higher than the rated operating pressures to minimize damages to
operators in the event of gas or vapors escaping under pressure.
14.10
SF6 gas shall comply with IEC-376 and be suitable in all respects for use in
circuit breakers under the operating conditions.
14.11
The high pressure cylinders, in which the SF6 gas is dispatched and stored
at site, shall comply with the requirements of the local regulation and by-
laws.
14.12
Sufficient SF6 gas shall be provided to fill all the circuit breakers installed
plus an additional 20% of the quantity to compensate for losses during
future operations.
15.0
MOUNTING STRUCTURE
15.1
The circuit breaker shall be suitable for mounting directly on plinth. Suitable
steel structures, supporting column for mounting the circuit breakers shall
also be supplied alongwith the breaker. The steel structures shall be
pillar/lattice type and galvanized as per relevant IS. The drawing of the
offered steel structure should be sent with each breaker along with other
technical details etc.
16.0
INTERPOLE WIRING
The insulation phase to ground, the insulation between open contacts and
the insulation between phases of the completely assembled circuit breaker
shall be capable of withstanding satisfactorily dielectric test voltage
corresponding to the basic insulation level of 1050KV (peak).
306
The minimum clearance in air between phases and live parts to earth
should be as per IEC. The breaker poles should be suitable to be placed
4.5 meters apart center to center.
iii. Two unit compressors with common air receiver for 245 KV Breaker &
One unit compressor with air receiver for 145 KV Breaker
v. Pressure gauges
ix. Control switch to cut off control power supply (A.C. supply only).
x. Fuses as required
Each circuit breaker shall be provided with a name plate and following
information shall be provided :
307
i. Manufacturers name and trade mark.
ii. Serial No.
iii. Rated voltage
iv. Rated insulation level
v. Rated frequency
vi. Rated normal current
vii. Rated short circuit breaking current
viii. Weight
ix. Rated duration of short circuit.
x. Rated supply voltage of closing and opening device.
xi. Rated pressure of compressed gas supply for operation.
xii. Specification No.
xiii. Year of supply
xiv. Name of Purchaser
The Bidder shall furnish the certified copies of type tests already carried out on
offered 145 KV SF-6 circuit breaker. They shall include but not limited to the
following tests-
a) Making capacity breaking capacity and short time current rating tests.
b) Operation tests and mechanical endurance tests.
c) Temperature rise tests of the main and auxiliary circuits andmeasurement of
the resistance of the main circuit.
d) Impulse voltage dry and wet withstand tests and one minute power
frequency voltage dry and wet withstand test.
e) Line charging breaking current test.
f) Tests to prove the rated transient recovery voltage and RRRV of the circuit
breaker.
g) Short line fault tests.
H) Out of phase switching tests
I) Braking small, inductive current test.
j) Switching impulse voltage test.
k) Measurement of RIV level.
l) Partial discharge test.
m) Corona extinction voltage tests.
ROUTINE TESTS
20.1 The Bidder shall completely assemble and test each SF6 circuit breaker in
accordance with IEC-62271-100 amendment there of to ensure satisfactory
308
working of all the component parts and assembled breaker as a whole.
20.2 Following routine tests, whether included in the manufacturer’s routine test or
not, shall be carried out on each circuit breaker.
20.2.1 One minute power frequency voltage dry withstand test as per IEC-62271-100
20.2.2 Measurement of the resistance of the main circuits as per IEC 62271-100.
20.2.3 Speed curves for each circuit breaker shall be obtained with the help of suitable
operation analyzer to determine breaker contact movement during opening,
closing auto-reclosing and trip free operation under normal as well as limiting
operating conditions (control voltage) pneumatic pressure etc. The test shall
show the speed of contact at various stages of operation, travel of contact
opening, opening time, closing time, shortest time between separation and
meeting of contact at break/make operation etc.
20.2.6 Routine test reports of compressor unit associated with the circuit breaker shall
be furnished.
21.0
SITE TESTS
21.1 The test mentioned under clause nos.20.2.2, 20.2.3 and 20.2.4 shall be
conducted on the completely assembled breaker at site
21.2 All vessels / accessories which operate under pressure shall be tested according
to relevant standards and six copies of the test certificate incorporating the
following minimum information shall be submitted for each breaker.
309
TS-2B
1.0 STANDARD
The 36KV Vacuum circuit breaker shall comply with the requirements of
latest issue of IEC-62210 except where specified otherwise in this
specification. Equipment having better quality than the standards
mentioned may also be considered provided documentary evidences are
furnished.
The 36KV Vacuum circuit breaker shall be suitable for outdoor operation in
solidly grounded system under climatic conditions specified and should
have the following ratings:-
310
3.0 GENERAL
3.1 The 36KV Vacuum circuit breaker shall be supplied as a complete unit in all
respects.
3.2 The Vacuum circuit breakers shall provide for rapid and smooth interruption
of current under all conditions, completely suppressing all undesirable
phenomenons, even under the most severe conditions or while interrupting
small currents, loading or logging reactive currents. The rate of rise of
restriking voltage across the circuit breaker, switching on inductive or
capacitive load, should not exceed 2,5 times the normal phase to neutral
voltage. The total break time for the circuit breaker throughout the range of
their operating duly shall be stated in the Bid and guaranteed particulars of
the breaker.
3.3 MOUNTING
3.4 CONSTRUCTION
3.4.1 The circuit breaker shall consist of three identical phases used with a
common operating mechanism
3.4.2 Circuit breaker should include the prices of necessary special tools for the
erection & maintenance. List of such tools should be furnished with the Bid.
The insulation to ground between open contact and between phases of the
completely assembled circuit breakers shall be capable of withstanding
satisfactorily dielectric test voltage corresponding to the basic insulation
level i.e. 170 KV.
311
3.8.1 General
3.8.2 The circuit breaker operating mechanism shall be highly reliable and will
have sufficient energy to provide full making and latching current ability of all
the poles simultaneously.
3.8.4 The operating mechanism shall be strong, positive quick and removable
without disturbing other parts of the breaker. The mechanism of breaker
shall be a such that the failure of spring will not prevent tripping. The
mechanism shall be trip free electrically and mechanically.
3.8.5 All working parts in the mechanism shall be of corrosion resistant material
and all bearings which require grossing shall be equipped with pressure
grease fittings.
3.8.6 Suitable anti pumping feature shall be incorporated in the circuit breaker.
There shall be no objectionable rebound and the operating mechanism shall
not require any critical adjustment.
3.8.7 It shall be strong, rigid, positive and fast in operation, Provision shall be
made for local electrical control and local/remote selection with enough
contacts in the cubicle of the breaker. Manual emergency local tripping
arrangement shall be provided on the breaker for use in emergency during
maintenance. This emergency trip is intended for use, shall a failure of any
part of D.C. control circuits including trip coil takes place preventing remote
electrical tripping.
3.8.9 Electrical tripping of the breaker shall be performed by shunt trip coil. A
shunt trip coil shall operate correctly under all operating conditions of the
circuit breaker and all values of supply voltage between 70% to 110% of the
rated voltage. A closing release shall operate correctly at all values of
voltage between 80% to 110% of the rated voltage.
3.8.11 Power supply for auxiliaries will be available at 415 volts 3 phases 50 hertz,
230 volts, single phase, 50 Hertz or 110 volts D.C.
312
4.0 OPERATING MECHANISM HOUSING
5.1 Porcelain used for bushing shall be homogenous, free from lamination,
cavities and other flaws of imperfections that might affect the mechanical or
dielectric quality and shall be thoroughly vitrified, tough and impervious to
moisture.
5.2 Glazing of the porcelain shall be uniform and brown in colour, free from
blisters, burns and other defects. Bushing shall be designed to have ample
insulation, mechanical strength and rigidity for the conditions under which
they will be used. All bushing of identical rating shall be interchangeable.
5.3 Puncture strength of bushings shall be greater than flashover value, when
operating at normal rated voltage. There shall be no electric discharge
between the conductor and bushings which could cause corrosion or injury
to conductors, insulators or supports by the formation of substance
produced by chemical action, No radio disturbance shall be caused by the
bushings when operating at the normal rated voltage.
5.4 All iron parts shall be given hot dip zinc/chrome coating and all joints shall
be air tight. Porcelain parts shall be designed by grinding and metal parts by
machining. Bushing design shall be such as to ensure a uniform
compression on the joints.
5.5 The basic insulation level, of the breaking chamber porcelain, insulator
supports etc shall be 170KV peak and shall be suitable for insulation in
heavily polluted atmosphere with minimum total creepage distance as per
relevant IEC.
313
5.6 The minimum clearance in air between phase and live parts to earth shall be
as per IEC.
5.7 Necessary cable glands for the cables of the operating mechanism shall be
provided along with a large common gland plate. Total requirement and
size of the cable glands will be as below: -
6.0 CONTACTS
Main contacts shall have ample area and contact pressure for carrying the
rated current and the short time rated current of the breaker without
excessive temperature rise which may cause pitting or welding.
7.0 INTERLOCKS
7.2 The following interlocks shall be provided on the vacuum circuit breaker
each with 2 contacts.
7.2.2 All the three poles of the breaker shall trip simultaneously on an electrical
command.
8.1 Circuit breaker shall be provided with 6 normally open and 6 normally closed
contacts. All switches shall be driven positively i.e. (not by spring) in both
directions.
8.2 Normal position of auxiliary switches refer to contact positions when circuit
breaker is open.
314
6 nos. rigid type aluminum terminal connectors each suitable for ACSR Twin
Panther/Twin Moose conductor with 90 mm, centre to centre spacing shall
be provided with each circuit breaker.
The temperature at the clamp shall not exceed 800C. Two number
grounding terminals suitable for clamping the ground conductor shall be
provided on breaker. The terminal connector shall conform in respect of
temperature rise, tensile strength and short circuit breaking current
withstanding capacity tests etc. as per IS 5561-1970 or its latest revision
thereof.
10.1 Terminal connection in the terminal block shall have the following features
and must be provided with shorting links.
10.2 For the safe contact conditions and tightness of screws, the terminals, body
bridge, pressure pad and the screws shall be of high strength brass. The
outer surface of all metal parts shall be nickel plated for protection against
atmospheric effects.
10.3 24 nos. terminals for current transformers as spares shall be provided in the
circuit breaker cubicle on a separate terminal block. Elmex make terminals
shall be provided. These terminals shall have a facility of inserting testing
bushes. Four number testing bushes shall also be supplied fitted in the
terminal block.
10.5 THREADING
The threading parts shall be such that if the screws are adequately
tightened for checking purposes shall not break or become free. For studs
and screws, female threads shall be produced by using flaw less taps to get
strong threads.
Terminal connector shall be such that the conductors can be fixed with
adequate contact pressure and without undue damage to the conductor,
while tightening the screw or nuts, the terminals connectors shall not move
or get displaced.
For the easy connections even the cheapest conductor and providing rigid
connections without any damage, the bottom of the terminal body shall be
flat.
315
10.7 TERMINAL BLOCKS
The marking labels on each side of ends shall be fitted permanently duly
engraved descriptions. The embossing shall be of permanent type scratch
proof and suited to tropical climatic condition. The size shall be such that
these may easily as inserted on the P.V.C. insulation of 2.5 mm, copper
conductor cable and shall not come out itself.
This will be such that auxiliary circuitry can withstand the routine test
requirement of 2KV for 1 minute in line with IEC 62210.
To avoid side ward movement and to hold the terminals closely together, the
end clamps shall be provided at both the ends of the terminals.
1. Vacuum interrupters 3
2. Set of porcelain insulator housingVacuum 3
interrupter and glass fiber drive rod
3. Galvanized steel support structure with foundation 1
bolts
4. Three phase interphase assembly connected to 1
common Operating shaft.
5. Motor/manually charged independent spring closing 1
mechanism having :-
i. Mechanical ON/OFF indicator
ii. Spring charged indicator
iii. Manual trip/close device (mechn.) to trip all
the three phases simultaneously
iv. Operation counter
v. Spring charging motor
vi. Tripping and closing coil suitable for 110V
DC
317
8. Set of 3 nos. castel lock with 1 key 1
9. Spare terminals for CT 24
10. Earthing terminals 2
12.1 The firm shall affix a name plate on each vacuum circuit breaker having
following informations:
13.1 HEATERS
The controlling M.C.B. for the heater circuit of the control cabinet shall be
provided.
No local fuse and links shall be provided to the circuit breaker's cubicles in
the D.C. circuits.
Circuit breaker auxiliary contacts used in trip closing circuit shall be rated for
not less than Amps at 110 volts D.C.
The materials of contacts and their arrangement shall be such that the
contact resistance shall be minimum to avoid unnecessary heating and
contact pressure shall not reduce before atleast 10,000 operations.
318
13.4 COLOUR OF WIRING
12.1 Suitable mounting frames for installing the circuit breaker shall be supplied
alongwith the breaker. The mounting structures shall be made of steel,
suitable treated and galvanized for outdoor duty as per relevant ISS. The
drawing of the steel structures shall also be furnished for approval.
13.0 TESTS
Each circuit breaker shall comply with the type tests and test reports shall be
furnished alongwith the Bid.
13.2.1 Routine tests as per IEC-66 shall be carried out in each circuit breaker in the
presence of Purchaser’s representative if so desired. All test reports shall
be submitted and get approved from the before the dispatch of the
equipment.
13.2.2 Following routine tests whether included in the manufacturer's routine test or
not shall be carried out on each circuit breaker.
13.2.2. One minute power frequency voltage dry withstand tests as per IEC 62210
1
13.2.2. Routine tests of breaker operating mechanism as per IEC 62210 or its latest
2 version.
13.2.2. Measurement of the resistance of the main circuits as per IEC 62210
3
Any fittings, accessories or apparatus which might not have been mentioned
in the specn, but which are usually necessary for the equipment of similar
nature, are to be provided by the Bidder without extra cost. All apparatus
must be complete in all detail whether mentioned in the specification. or not.
320
TS-3
TECHNICAL SPECIFICATION OF
1.0 STANDARDS:
1.2.1 The CTs should be of the outdoor type, single phase, 50 c/s, oil immersed,
self cooled, hermetically sealed, suitable for operation in humid
atmosphere in the tropical sun with climatic conditions as indicated in
Clause 4.0 of General Technical Requirements. The CTs should also be
suitable for use in area subject to heavy lightning storms.
321
1.3 The CTs shall comply with requirements indicted below:-
3. Frequency 50 Hz 50 Hz
(For Feeders)
322
10. Ratio selection Primary Primary reconnection & secondary
reconnection & tapings.
secondary
tapings
12. Short time Twice the rated Twice the rated current.
primary current.
current.
1.4.0 CONSTRUCTION:
1.4.1 Current Transformers shall be in appropriate voltage class oil filled shaded
porcelain bushings, suitable for outdoor service and upright mounting on
steel structures as per drg. No.W-04611/ESDC.
1.4.2 Design and construction of CTs shall be sufficient to withstand the thermal
and mechanical stresses resulting from the specified short circuit current.
The core laminations shall be of cold rolled grain oriented silicon steel or
other equivalent alloy. The exciting current shall be as low as possible and
the current transformer shall be capable of maintaining its rated accuracy
for burdens and saturation limits specified.
323
1.4.3 Current Transformers shall be suitable for outdoor use. Bidders should
quote, clearly specifying the type of CT design.
1.4.4 Current Transformers shall have high accuracy commensurate with the
faster protection schemes employed in the system. The cores to be used
for protection shall, therefore, besides being of low reactance type,
produce undistorted secondary currents under transient condition on all the
ratios.
1.4.6 Polarity marks shall be indelibly marked on each current transformer and at
the lead terminations in the associated terminal block. Facility shall be
provided for short circuiting and grounding the CT secondary at the
terminal blocks.
1.4.7 CT shall be provided with name plate showing the particulars and diagram
of the current transformer in line with the relevant IEC.
1.4.8 CTs shall be hermetically sealed to eliminate breathing and prevent air and
moisture from entering the tank. These shall be provided with oil level
gauge and pressure relieving device capable of releasing abnormal
pressure.
324
1.4.10 CT cores used for protective relaying purpose should be of accuracy class
specified. Magnetization curves should be furnished for metering and
protection cores.
1.4.11 The secondary terminal box and junction box should be partitioned in two
compartments comprising two hinged doors so as to house the metering &
metering terminals separately with locking and sealing arrangement.
“METERING” & “PROTECTION” should be clearly indicated on each
compartment door respectively by engraving or by providing the metallic
plate.
1.5.0 BUSHINGS :
1.5.2 Bushings conforming to IS-2099 & 3347 shall be hollow porcelain type
hermetically sealed to prevent ingress of moisture and with suitable facility
to indicate oil level.
1.5.3 Cast metal end caps for the bushings shall be of high strength, hot dip
galvanised malleable iron. They shall have smooth surface to prevent
discharge taking place between the metal parts and porcelain as a result of
ionisation.
325
1.6.2 Two grounding terminals shall be provided on the tank of each transformer
on opposite sides. The grounding conductor shall be of MS flat of size
75x10 mm.
1.6.3 MATERIAL:
For non-current carrying parts, the bolts, nuts, washer and check nuts up
to 10 mm size should be of stainless steel and 12 mm size or above should
be hot dip galvanized marked with ISI certification mark. Nuts, washers,
bolt for current carrying parts should be tinned copper. These should be
manufactured by a reputed concern and conform to IS-1363-1967 and IS-
1367-1967 or latest amendment thereof
1.6.4 DESIGN:
1.7.0 GENERAL:
326
A sufficient quantity of oil for the base top and porcelain housing shall be
furnished with each CT. Insulating oil shall meet requirements of IS-335 for
use in electrical apparatus. The Bidder shall submit 4 sets of test reports of
oil being filled in CT covering in all the tests specified in IS besides giving
complete dissolved gas analysis of oil prior to filling. This test report shall
be based on the basis of previous job executed by the bidder or on the
prototype.
1.8.0 TESTS:
All the equipments offered shall be fully type tested as per the relevant
standard. Reports of following type tests are to be submitted with offer.
[Link] All other type tests shall be in accordance with the latest rev. of IS/IEC.
327
[Link] Verification of terminal marking and polarity. (As per IS: 2705)
[Link] High voltage power frequency tests on secondary windings. (As per IS:
2705)
[Link] Over voltage inter turn test. (As per IS: 2705) for cores 1 and 2 i.e. on
which distance protection is to be installed.
[Link] Partial discharge test (in accordance with IEC-44(4)-1980). The test circuit
for the measurement of partial discharge shall be in accordance with Sub-
Clause 4.2 of IEC-270-1968. The partial discharge test shall be carried out
after all tests are completed. The partial discharge level shall not exceed
10 Pico-coulombs.
1.9.0 DRAWINGS:
1.9.1 Drawings incorporating the following particulars shall be submitted with the
offer for the purpose of preliminary study.
328
a) General outline drawing showing complete dimensions, net weights,
shipping weights, quantity of insulating oil etc.
1.9.2 The drawings to be furnished by the Bidder for approval after acceptance
of his Bid, shall include the following particulars (all explanations legends
etc. shall be given in English and dimensions marked in Metric units).
a) General outline drawings showing front and side elevations, top and
bottom plan views, all accessories and external features, with
complete detailed dimensions, net and shipping weights, size of
lifting lugs, quantity of insulations oil etc.
a) One junction box shall be provided for each set of three nos. single
phase 145 kV CTs as per drawing shown in fig. 1(a). Each junction
box shall be equipped as below:
329
1.10.3 Junction Box: Type-II
(For 36 kV CTs)
a) For the outgoing 33 kV feeders one junction box shall be provided for
three nos. single phase 36 kV CTs as per drawing shown in fig. 1(b).
Each junction box shall be equipped as below:
e) The junction box shall be of sheet steel construction not less than 3.0
mm thick sheet on all sides suitable for mounting on and shall be hot
dip galvanized or painted inside and outside as mentioned in 1.10.1
e).
330
Any fittings, accessories or apparatus which might not have been
mentioned in this technical details but which are used or necessary in the
equipment of similar nature are to be provided by the Bidder without any
extra cost. All apparatus must be complete in all respect whether
mentioned or not.
Annexure (B)
1 2 3 4 5 6 7 8
400/1 20 0.2 - - -
200/ 1 20 0.2 - - -
331
* Instrument Security Factor for Metering Core should not exceed 5.
1 2 3 4 5 6 7 8
200/1 20 0.2 - - -
100/ 1 20 0.2 - - -
332
Annexure (C)
36 KV C.T. REQUIREMENTS
1 2 3 4 5 6 7 8
400/1 10 0.2 - - -
400 /1 - PS 400 30 4Ω
400 /1 - PS 400 30 4Ω
333
1 2 3 4 5 6 7 8
200/1 10 0.2 - - -
200 /1 20 5P10 - - -
TS-4A
1. 2 3
1. Type of installation Single phase, Oil immersed, self
334
cooled, Hermetically sealed, Outdoor
type.
2. Type of mounting Mounting on steel structures
3. Suitable for system frequency 50 Hz ± 5%
4. Highest system voltage 145 kV
5. Transformation ratio on all windings 132,000 / 110
√3 / √3
6. Method of earthing Solidly Grounded
7. 1.2/50 micro second lightning impulse 650
withstand voltage kV (peak)
8. 1 minute dry power frequency withstand 275
voltage kV (rms)
9. One minute power frequency withstand 3 kV
voltage on secondary
10. Min. Creepage Distance mm. 3625
Voltage ratios and other requirements of the Voltage Transformers shall comply
with the requirement indicated in Annexure-I (B) for 145kV PTs respectively.
3.1 GENERAL:
(a) The PTs shall be single phase, oil immersed and self cooled type suitable for
outdoor direct in Sun service, complete in all respects confirming to the modern
practice of design and manufacture.
(b) The core of PTs should be of high grade, non-aging, electrical silicon laminated
steel of low hysteresis loss and high permeability to ensure high accuracy at
both normal and over voltage.
(d) The potential transformers will consist of a top tank to accommodate primary
terminal assembly, oil level gauge, pressure relief device etc. and a bottom tank
to accommodate secondary cores, terminal boxes etc.
(e) All potential transformers shall be paper insulated oil filled type. The potential
transformers unit after providing paper insulation shall be housed in the tank
containing oil. Please note that epoxy casting in primary & secondary core is not
acceptable.
335
(f) The insulation as per the latest version of IS: 4800 or equivalent International
Standard of the potential transformers shall be so designed that the internal
insulation shall have higher electrical withstand capability than the external
insulation. The designed dielectric values of external & internal insulations shall
be clearly brought out in the guaranteed technical particulars. The dielectric
withstand values specified in this specification are meant for fully assembled
potential transformers.
Special precaution will have to be taken towards selection of material for the
main tank and the following will have to be ensured:
(a) Material for main tank which should be minimum 3 mm thick mild steel / stainless
steel / aluminium alloy.
(b) The practice of providing inserts of non-magnetic material in the body of the tank
with suitable welding to reduce eddy current shall not be acceptable. This
problem should be avoided by selection of tank of suitable material.
(c) Welded joints have to be minimized to avoid possibility of oil leakage. In any
case welding in horizontal plane shall be avoided. The material selected for the
tank shall be justified with suitable explanation.
(d) The slot / hole cutting in the bottom tank should be done smoothly to avoid any
sharp edges within the tank. All welded surfaces need to be smoothening and
shall be covered with pressboard or other insulating material of good mechanical
properties.
(e) The bottom tank should not have any dents and pitting to ensure proper
tightening of gasket and to avoid any oil leakage. Fabrication of bottom tank shall
be done by utilizing fresh sheet steel only.
(f) The top & bottom tanks should be painted with two coats of zinc chromate primer
both inside and outside after proper cleaning and pickling. Finally the inside of
tanks should be painted with two coats of white enameled paint or any other
paint which is non-reactive to oil.
4.0 WINDINGS:
All primaries of PTs shall be connected in phase to neutral with the neutral
336
solidly earthed. The neutral of the system is also solidly earthed.
5.0 INSULATION:
The equipment shall withstand satisfactorily dielectric voltage corresponding to
basic insulation level of 650 KV.
The maximum attainable temperature of the windings cores etc. therefore, shall
not exceed 90C while the maximum temperature of oil at the top should be
limited to 85C. The temperature rise at 1.2 times rated primary voltage when
applied continuously at rated frequency and simultaneous rated burden on both
the secondaries shall not exceed the above specified limits and the temperature
rise at 1.5 times rated voltage when applied for 30 seconds starting from
previous stable operating condition at rated frequency and simultaneous rated
burden on both secondaries should not exceed the above temperature limits by
more than 10C.
337
Bi-metallic terminal connectors for connecting "ACSR Panther" conductor to the
PT terminals must be supplied along with the PT.
9.1 MATERIAL:
All the steel bolts, nuts, washers and checknuts shall be hot dip galvanized
marked with ISI certification mark. All steel bolts and nuts shall confirm to IS:
1363-1967 and IS: 1367-1961 or amendment thereof. Bolts and nuts should be
manufactured by a reputed concern.
9.2 DESIGN:
The design of the connectors shall be such as to give firm and full contact
between connector, the conductor and terminal and offer protection to the design
of the connectors shall be such as to give firm and full contact surface against
effects of electrolytic (between two dissimilar metals) and atmospheric corrosion.
The connector shall have sufficient mechanical strength and shall completely
enclose the conductor and terminal. The connector shall hold the conductor and
terminal very tightly so that the connector withstands mechanical stresses setup
by vibration, wind and short circuit current. The conductivity of connectors shall
be high enough to minimize power loss.
The connectors shall be designed with large factor of safety and shall comply in
all respects of temperature rise resistance and tensile strength withstand
capacity as per IS: 5561-1970 or amendment thereof, as mentioned below:-
(a) TEMPERATURE RISE TEST:
The temperature rise of terminal connectors above a reference ambient
temperature of 400C when carrying rated current shall not exceed 450C. If the
ambient temperature exceeds 400C the permissible temperature rise shall be
reduced by an amount equal to the excess ambient temperature. So with the
ambient of 500C in our climatic conditions, the allowable maximum temperature
rise is350C only.
(i) A tensile load of about 5% of the breaking load of the conductor shall be applied
and the conductor shall be marked in such a way that movement relative to the
conductor can easily be detected without any subsequent adjustment of terminal
connector. The load shall be steadily increased to 10% of the breaking load. This
load shall be maintained for 1 minute. There will be no movement of the
conductor relative to the terminal connector due to slip during this1minute period
and no failure of the connector will take place.
(ii) Connector shall have at least 4 nos. of bolts and these should be located as
close to the conductor as possible and should be opposite to each other. Bolt
diameter should be such as to give desired clamping and contact pressure.
(iii) A check nut shall be provided on each bolt nut to avoid loosening nuts due to
338
vibration.
(iv) The contact surface shall be ground finished to the required diameter of the
conductor. The edges of the connectors shall be adequately round so as to
minimize the corona effect.
(v) All casting shall be free from blowholes, cracks & other casting defects.
(vi) All current carrying parts shall be designed and manufactured to have minimum
contact resistance.
The PT sealed at the factory, shall have this fact indicated on the name plate or
label if it is undesirable that oil samples be withdrawn periodically for test
purposes. The fact that the instrument transformers should not be titled more
than 30 degrees from the vertical or normal position during transportation or
while in storage should be indicated on the name plate or label. Also appropriate
instructions for handling and precautions to be exercised shall be indicated.
12.2 The junction boxes should be of cast iron or fabricated construction. In the case
of fabricated construction the gauge used should at least be 16 SWG and not
less than this gauge. The junction boxes should be painted with one coat of Zinc
Chromate primer and two coats of light Grey Enamel paint or any other approved
paint both inside and outside after proper cleaning and phosphatising. These
should be dust and vermin proof, water tight and suitable for mounting in outdoor
substations either on supporting structures of the equipment or on concrete
pedestals. Each junction box shall have slanting top and shall be provided with
front hinged covers and with suitable water tight cable glands as per approved
drawings. The cover and the flanges shall be provided with suitable packing and
gaskets so as to make these junction boxes completely water tight. Blanking
washers should be provided in the cable glands.
339
12.3 The terminal blocks provided with these junction boxes shall be rated for 15
Amps. and will be suitable for uninterrupted duty. The terminal blocks shall
be400 volt grade complete with insulated barriers, terminal studs, washers, nuts
and identification strips and shall have also disconnecting and shorting links.
These should be suitable to receive at least 2 cores of 2.5 mm sq. copper
conductor cables. The terminal blocks should preferably be made of Kirloskar-
Asea type OTFA-46, Essan, Elmax make terminals or equivalent. The fuse links
employed should be of high rupturing capacity non deteriorating, International
Standard make mounted in such a fashion that these can be easily taken out
and replaced without removing any wiring. The NS type fuse links should be
provided with fuse carrier and base assembly such that visual indication of blown
fuses may be possible from the inspection window without removing the cover of
fuse fittings. Necessary internal connections between the terminal block and
other apparatus such as fuses, miniature circuit breakers etc. are shown as in
sketches enclosed.
12.4 The junction boxes should be as far as possible in accordance with sketches
enclosed with the specification, however, it is at the discretion of the Bidder to
alter the dimensions slightly to suit his designs. If any major alteration is required
after approval of the drawings at the manufacturing stage, the same may be got
approved by this office with specific reason thereof. The wiring should be
provided as shown in the sketch.
12.5 The miniature Circuit Breakers should be single pole 5 Amps. , 110 V A.C.
continuous rating having thermal over load protection LVPAS or MORARJI
DORMAN or equivalent make and with one normally closed and one normally
open set of auxiliary contacts and should confirm with the relevant ISS.
33 nos. HRC-ND-cartridge fuse link type NS-10 with carrier and base assembly
(International Standard make).
Watertight brass cable glands suitable for 4 core, 10 mm sq. PVC copper cable -
14 nos.
Watertight brass cable glands suitable for 2 core, 2.5 mm sq. PVC copper cable
- 2 nos.
Each junction box shall be provided with glass windows on the front cover for
inspecting the fuses periodically from outside.
340
13.0 TESTING OF PTs:
The Bidder must have got the following type tests carried out on their offered
PTs as per latest edition of IS: 3156:
(b) Lightening impulse test for voltage transformers for service in electrically
exposed installation.
(c) High voltage power frequency wet withstand voltage test on outdoor voltage
transformers.
(e) All other type tests shall be in accordance with the latest revision of IS: 3156.
(ii) Power frequency dry withstand tests on primary & secondary windings.
(vi) The PT shall be tested for leakage and strength by applying to complete PT and
Porcelain housing filled with oil at a pressure not less than 0.7 Kg. /cm2 above
the maximum operating pressure for a period of 24 hours or not less than 1
Kg/cm2 for a period of 6.0 hours. If leakage occurs the PT shall be re-tested
after all leakage has been stopped.
(vii) Temperature rise test with terminal connector at least once against the order.
341
14.3 Outline dimensions of assembled PT (drawing and dimensions sheet may be
(a) submitted).
ANNEXURE-I (B)
REQUIREMENT OF 145 KV PT
342
2. Supply frequency 50 Hz.
8. Output burden 50 VA 50 VA 50 VA
343
TS-4 B
1.0 SCOPE :
This Specification covers the design, manufacture, assembling, testing at
manufacturers’ works, supply and delivery of single phase Potential
Transformers with terminal connectors and junction boxes for service in 33 KV,
three phase system..
1.1 The potential transformers shall be outdoor type, single phase, oil immersed,
self cooled, suitable for operation on three phase, 50 c/s, 33 KV Solidly
Grounded system where the short circuit level of the system is of the order of
1000 MVA under the tropical climate conditions specified under General
Requirement of Specification.