Post on 02-Jan-2017
INDIAN INSTITUTE OF TECHNOLOGY (BHU) Varanasi
Ref.No.: IIT(BHU)/IPCell/IWD/2014-15/1168 Dated : 13th
January 2015
NOTICE
Indian Institute of Technology (BHU) Varanasi invites the sealed quotation for 33KV Gas Insulated Sub
Station & 11 KV Distribution Sub Stations from Interested leading Electrical manufacturers directly. They
are to quote & submit the quotation on Turnkey Basis. Tender Document may be downloaded from the
Institute website.
Other details as well as tender documents are available on IIT(BHU) website www.iitbhu.ac.in.
For any further corrigendum / addendums in this regard, interested bidders are requested to regularly visit our
website as mentioned above.
Last Date of Submission of Complete Tender Documents to the office of the Registrar, Indian Institute of
Technology( BHU), Varanasi – 221 005 is 6th
February, 2015 upto 16:00 Hrs.
REGISTRAR
Ref.No.: IIT(BHU)/IPCell/IWD/2014-15/1168 Dated : 13th
January 2015
INDIAN INSTITUTE OF TECHNOLOGY (BHU), VARANASI
(NOTICE INVITING TENDER) On behalf of the Director, IIT (BHU) Varanasi, sealed quotation for Gas Insulated Sub Station &
Distribution Sub Station from Interested leading Electrical manufacturers or their construction
company directly in response to this NIT.
The Tender Documents for items will be on two-Bid System consisting of Technical Bid and Price Bid.
The Tender Documents will be submitted item-wise in two separate sealed covers clearly mentioning on
the envelope the details of items for which bid is submitted. Each offer must be submitted in two bid
cover enclosing EMD with Technical Bid.
The Tender Document (non-transferable) alongwith detailed specifications, terms and conditions may be
downloaded from Institute website www.iitbhu.ac.in by the interested bidder. The Tender price will be
paid in the form of Bank Draft in favour of Registrar, IIT (BHU) payable at Varanasi.
a) Price of Tender Document: Rs. 500/- (five hundred Non-refundable)
b) Date of commencement of bidding:
c) Last date and time for submission of Tender Document: up to 16:00 Hrs.
The tender should be addressed to the undersigned, and should be delivered in person or sent by
registered post so as to reach the institute on / before 6th February, 2015 up-to 16:00 Hrs. No tender will
be accepted after the due date and time.
All Tender Documents must be accompanied by the Earnest Money Deposit (Refundable) amounting
to Rs.30,00,000/-. The Earnest Money Deposit is to be paid in the form of Demand Draft/ Fixed Deposit
Receipt / Bank Guarantee in favour of the Registrar, IIT (BHU) payable at Varanasi. The Earnest Money
Deposit must be enclosed with Technical Bid. The details of Demand Draft/ Fixed Deposit Receipt / Bank
Guarantee Number of Earnest Money Deposit must be endorsed on top of envelop containing Technical
Bid. The Institute shall not be responsible for any delay in receiving Bids/sending of Tender Document by
post.
The Institute reserves the right to accept or reject any bid, without assigning any reason thereof.
No correspondence in this regard will be entertained.
Earnest Money shall be forfeited in case it is found at any stage that information/particulars regarding
supply of tendered item(s) is false.
(Registrar)
TENDER DOCUMENT FOR
Gas Insulated Sub Station & Distribution Sub Station
IMPORTANT DATES TO REMEMBER
BID REFERENCE
Ref.No.: IIT(BHU)/IPCell/IWD/2014-15/ 1168
Dated : 13th
January 2015
DATE OF COMMENCEMENT OF BIDDING
14
TH JANUARY, 2015
PREBID CONFERENCE
28Th
JANUARY, 2015 – 11.00 A.M. in the
Meeting Room (Ground Floor), IIT(BHU)
Directorate. All interested bidders are requested to
participate in the pre-bid conference regarding
clarifications, if any, pertaining to this bid. UPLOADING AMENDMENTS, IF
ANY ON INSTITUTE WEBSITE 29
th JANUARY, 2015
LAST DATE AND TIME FOR RECEIPT OF BIDS
6th FEBRUARY, 2015 UPTO 16.00 HRS
OPENING OF
TECHNOCOMMERCIAL
UNPRICED BIDS
7th
FEBRUARY, 2015 – 11.00 A.M. in the
Meeting Room (Ground Floor), IIT(BHU)
Directorate. All participating bidders or their
authorized representatives may be present in the
technical bid opening. Participating bidders can
also give a presentation about their project before
the technical Committee if they so desire after the
opening of the Technical Bids. NAME OF TECHNICALLY
QUALIFIED BIDDERS TO BE
UPLOADED ON INSTITUTE
WEBSITE
16TH
FEBRUARY, 2015
OPENING OF PRICE BIDS OF
TECHNICALLY QUALIFIED
BIDDERS
18TH
FEBRUARY, 2015 in the Meeting Room
(Ground Floor), IIT(BHU) Directorate. All
Technically Qualified bidders or their authorized
representatives may be present in the Price bid
opening.
ADDRESS FOR
COMMUNICATION
The Registrar, Indian Institute of Technology, (Banaras Hindu University). VARANASI – 221 005. Ph. No.: 0542 – 6701808, 2367780, 2307002 Fax No.: 0542 - 2367780 e-mail: registrar@iitbhu.ac.in
INSTRUCTIONS TO BIDDERS
A. Introduction
1. Qualification criteria/ Eligible Bidders
1.1 This Invitation for Bids is open to all leading manufacturers & their construction company to quote in
response to this NIT.
1.2 Copies of valid Central/State sales tax registration certificate, Income tax clearance certificate, proof
of manufacturing unit or their construction company and copies of one major orders valuing more than
Rs. 20,00,00,000/- executed during the preceding two years for Govt. depts. /PSUs and Central
Autonomous bodies alongwith satisfactory performance report have to be submitted.
1.3 The bidders must have an average annual turnover of atleast Rs.500.00 crore during the last three (3)
financial years.
2. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its bid, and "the
Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process.
B. The Bidding Documents
3. Cost of Bidding Documents
Interested eligible bidders may purchase the bidding documents on payment of the cost of bidding
documents as indicated in the invitation for bids. The cost of bidding documents should be submitted in
the form of a Demand Draft in favour of the Registrar, IIT (BHU) payable at Varanasi.
4. Content of Bidding Documents
4.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents.
In addition to the Invitation for Bids, the bidding documents include:
(a) Instruction to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Tender Form (Techno-commercial un-priced bid)
(d) Tender form (Priced bid)
(e) Bill of Quantities (BOQ)
(f) Technical Specifications & Drawings
4.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or submission of a bid
not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may
result in rejection of its bid.
5. Amendment of Bidding Documents
5.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding
documents by amendment.
5.2 All prospective bidders who have received the bidding documents will be notified of the amendment
in writing, which will be binding on them.
5.3 In order to allow prospective bidders reasonable time within which to take the amendment into
account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the
submission of bids.
C. Preparation of Bids
6. Language of Bid
The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Purchaser shall be written in English language.
7. Documents Comprising the Bid
7.1 Techno commercial un-priced bid and priced Bids: The bids are to be submitted in two parts in
separate sealed envelopes i.e. Techno commercial un-priced bid and priced Bids.
(a) Techno commercial un-priced bid along with Earnest Money Deposit (EMD) as shown in
invitation to bids may be submitted either through Bank Guarantee valid for the duration of contract
as per enclosure to the bidding documents or by a demand draft of Nationalised Bank in favour of
the Registrar, IIT (BHU) payable at Varanasi. If the EMD is not received along with the technical
bid, such bid will not be considered. The samples of all the items shown in the schedule of
requirements of each tender should also accompany the techno commercial un-priced bid in a
separate sealed envelope
(b) Priced bid.
7.2 Techno commercial un-priced bid: The Techno commercial un-priced bid prepared by the bidder
shall be provided in the following Model Response format:
Model Response format
(a) Standing of each Bidder Manufacturer/Dealer and past experience in supply of the material
(certificates to be enclosed), proof of manufacturing Unit/Dealership letter and general order
supplier.
(b) List of other Govt. Departments, Public Sector units and Central Autonomous Bodies for which
the bidder is supplying material or having the similar type of contracts and a certificate regarding
the satisfactory performance of the contract.
(c) Copy of the audited balance sheet of the vendor for the previous financial year indicating the
turnover in supply of the material.
(d) Details of Permanent Account Number and latest income tax clearance certificate.
(e) Details of S.T. No. along with a copy of certificate to be attached.
(f) Submission of samples if required, for all items indicated in the schedule of requirements. The
make of items proposed to be supplied should be indicated in the format of the schedule of
requirements and submitted along with the techno commercial un-priced bid without indicating the
pricing components.
(g) Willingness to execute all orders which are placed to meet emergency requirement on priority
basis. The Bidder shall note that standards for workmanship, material and equipment, and
references to brand names designated by the Purchaser in the schedule of requirements are intended
to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand
names and/or catalogue numbers in his bid, provided that it demonstrates to the Purchaser's
satisfaction that the substitutions ensure substantial equivalence to those designated in the
Technical Specifications.
7.3 Priced Bid
The priced bid shall comprise the techno commercial bid along with the price component indicating the
Unit prices for each and every item indicated in the schedule of requirements.
(a) The prices quoted must be net per unit as shown in the Schedule and must include all charges
for delivery at the designated stores.
(b) The rate must be stated for each item separately both in words and figures. If there is a
discrepancy between the price quoted in word and figures the higher price quoted will be treated as
final.
(c) The price quoted by the tenderers should be exclusive of Excise Duty & Sales Tax. However,
the Excise Duty & Sales Tax payable should be quoted separately in the schedule enclosed.
(d) Quoted prices should be firm and inclusive of octroi, freight and forwarding charges, handling
charges, loading and unloading charges, and insurance charges etc.
(e) The prices once accepted by the Institute shall remain valid till the successful execution of the
order and till supplies is fully effected and accepted or 12 months from the date of acceptance of
tender whichever is later. The Institute shall not entertain any increase in the rates during the
period. However, in the event there is a reduction or increase in Government levy/duties during the
period of execution of the order, the rates shall be suitably adjusted with effect from the date
notifying the said reduction or increase in the Government levy/excise duty. The quantity given in
the schedule is tentative requirement, which may be reduced or increased by 20%.
NOTE 1. THE TWO BIDS (BOTH TECHNO COMMERCIAL UNPRICED BID) ALONG WITH
EARNEST MONEY DEPOSIT (EMD) AND SAMPLES (IF REQUIRED) AND THE PRICED BID
SHOULD BE SUBMITTED SEPARATELY FOR EACH TENDER.
2. CONDITIONAL BIDS WILL NOT BE ACCEPTED
8. Bid Prices
8.1 The Bidder shall indicate on the Schedule of requirements, the unit prices of the goods it
proposes to supply under the Contract and enclose it with the priced bid.
8.2 Prices indicated on the Price Schedule shall be entered separately in the following manner:
(i) The prices quoted must be net per unit as shown in the schedule of requirements and must be
include all charges for delivery at the designated stores.
(ii) Any Indian duties, sales and other taxes which will be payable on the goods if this Contract is
awarded;
8.3 Prices quoted by the Bidder shall be fixed during the Bidder's performance of the Contract and
not subject to variation on any account.
9. Bid Currencies
Prices shall be quoted in Indian Rupees only. In case of direct import the prices may be indicated in the
foreign currency. The Institute may, at its discretion, arrive at approximate Rupee equivalent on the basis
of exchange rate on the date of opening of price bid.
10. Period of Validity of Bids
10.1 Bids shall remain valid for 90 days after the date of bid opening prescribed by the Purchaser.
A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.
10.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of
the period of validity. The request and the responses thereto shall be made in writing. A Bidder may
refuse the request without forfeiting its EMD. A Bidder granting the request will not be required
nor permitted to modify the bid.
10.3 Bid evaluation will be based on the bid prices without taking into consideration the above
modifications.
D. Submission of Bids
11. Sealing and Marking of Bids
11.1 The outer envelope containing Techno commercial un-priced bid along with EMD & samples,
if required, and priced bid shall be addressed to The Registrar, IIT(BHU), Varanasi – 221 005
and shall indicate tender reference number and due date.
11.2 The inner envelope shall indicate the name and address of the bidder, tender number due date
and contents i.e. “Techno commercial un-priced bid along with EMD” and “Priced bid”.
11.3 If the outer envelope is not sealed and marked as required, the Purchaser will assume no
responsibility for the bid's misplacement or premature opening.
12. Deadline for Submission of Bids
12.1 Bids must be received by the Purchaser at the address specified not later than the time and date
specified in the Invitation for Bids. In the event of the specified date for the submission of Bids
being declared a holiday for the Purchaser, the Bids will be received up-to the appointed time on
the next working day.
12.2 The Purchaser may, at his discretion, extend this deadline for submission of bids by amending
the bid documents in which case all rights and obligations of the Purchaser and Bidders previously
subject to the deadline will thereafter be subject to the deadline as extended.
13. Late/Delayed Bids
Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser,
pursuant to Clause 5 of invitation of bids will be rejected and/or returned unopened to the Bidder.
14. Modifications and Withdrawal of Bids
14.1 The Bidder may modify or withdraw its bid after the bid's submission, provided that written
notice of the modification or withdrawal is received by the Purchaser prior to the deadline
prescribed for submission of bids.
14.2 The Bidder's modification or withdrawal notice shall be prepared, marked and dispatched in a
sealed envelope. A withdrawal notice may also be sent by telex or cable or fax but followed by a
signed confirmation copy, post marked not later than the deadline for submission of bids.
14.3 No bid may be modified subsequent to the deadline for submission of bids.
14.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiry of the period of bid validity specified by the Bidder on the bid form. Withdrawal of a bid
during this interval may result in the Bidder's forfeiture of its EMD.
E. Bid Opening and Evaluation of Bids
15. Opening of Techno commercial un-priced Bids
The purchaser will open all techno commercial un-priced bids in the first instance.
16. Clarification of Bids
16.1 During evaluation of the bids, the purchaser may, at its discretion, ask the Bidder for
clarification of its bid. The request for clarification and the response shall be in writing and no
change in price or substance of the bid shall be sought, offered or permitted.
16.2 No Bidder shall contact the purchaser on any matter relating to its bid from the time of the bid
opening to the time the contract is awarded. If the Bidder wishes to bring additional information to
the notice of the Institute it should be done in writing.
16.3 Any effort by a Bidder to influence the purchaser in its decisions on bid evaluation, bid
comparison or contract award decisions may result in rejection of the Bidder‟s bid.
17. Evaluation of Techno commercial un-priced Bid
17.1 Prior to the detailed technical evaluation, the purchaser will determine the substantial
responsiveness of each bid. A substantially responsive bid is one, which conforms to all the terms
and conditions of the Bidding Documents without material deviations.
17.2 The purchaser will reject a bid determined as not substantially responsive.
17.3 The bidders may be called for discussion and may be allowed to modify their technical bids to
suit the organization‟s requirement. The idea is to arrive at a threshold level of acceptability above
which all the bidders shall be treated on par. Those whose technical specifications do not reach the
threshold level of acceptability shall be rejected as technically unsuitable. The price bids of the
bidders who finally emerge as technically acceptable shall be opened, evaluated and the contract
awarded to the lowest evaluated bidder.
17.4 The bidders short-listed by the purchaser based on evaluation of their technical bids may be
called for detailed discussions with a team selected for the purpose, at a specified date, time and
venue, if needed.
18. Opening of Priced Bids
18.1 The Purchaser will open the Priced Bids of only those bidders whose techno commercial bids
have been found to be substantially responsive.
18.2 The priced Bids of the technically qualified bidders shall be opened by the tender committee.
19. Evaluation and Comparison of priced Bids
19.1 Arithmetical errors will be rectified on the following basis: If there is a discrepancy between
words and figures, whichever is the higher of the two shall be taken as bid price. If the Vendor does
not accept the correction of errors, its bid will be rejected
19.2 Bidders shall state their bid price for the payment schedule outlined in the Clause 14 of
General Conditions of Contract. Bids will be evaluated on the basis of this base price. Bidders are,
however, permitted to state an alternative payment schedule and indicate the reduction in bid price
they wish to offer for such alternative payment schedule. The purchaser may consider the
alternative payment schedule offered by the selected Bidder but it may not be binding on the
purchaser.
19.3 The purchaser, at its option may ask some more bidders to match the rates of the lowest bidder
for creating parallel suppliers.
20. Purchasers right to accept any bid and to reject any bid or all bids
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all
bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder
or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Purchaser's
action.
21 Award Criteria
Subject to Clause 19, the purchaser will award the Contract to the successful Bidder whose bid has been
determined to be substantially responsive and has been determined as the best evaluated bid provided
further that the Bidder is determined to be qualified to perform the Contract satisfactorily.
22. Notification of Award
Prior to the expiration of the period validity, the purchaser will notify the successful Bidder in writing by
letter or by fax, to be confirmed in writing by speed post or hand delivered letter, that its bid has been
accepted.
23. Factors Affecting the Award of Supply
23.1 The bidder should have its own Contract support facilities. The support facilities should be
fully owned and managed by the bidder.
23.2 Conformity with the Request for Bid/Tender required and conditions.
23.3 The assessment based on the response to Model Response Outline.
23.4 The assessment of the capability of the bidder to meet the terms and conditions.
23.5 The bidders must have executed similar orders, for which the bidder is quoting, as indicated in
clause 1 for Govt./Semi-Govt./Autonomous Organizations.
23.6 The cost and the discount offered, if any.
24. Fall clause
24.1 The price quoted by the supplier should not be higher than the maximum retail price, if any,
for the stores and the same shall not be higher than the price usually charged by the supplier for
stores of the same nature, class or description to any other purchaser.
24.2 The price charged for the stores supplied under the contract by the supplier shall in no event
exceed the lowest price at which the supplier sells the stores of identical description to any other
person during the period till performance of all supply orders placed during the currency of the
contract is completed. If at any time during the period the supplier reduces the sale price of such
stores or sells such stores to any other person including his dealers at a price lower than the price
chargeable under the contract, he shall forthwith notify such reduction or sale to the purchaser and
the price payable under the contract for these items of stores supplied after the date of coming into
force of such reduction or sale shall stand correspondingly reduced.
24.3 If it is discovered that the supplier has contravened the above conditions, then without
prejudice to any other action which might be taken against him, it shall be lawful for the purchaser
to (a) revise the price at any stage so as to bring it in conformity with sub-clause(i) above, or (b) to
terminate the contract and purchase the items of stores at the risk and cost of the supplier and in that
event the provisions of Clause 28 of General Conditions of Contract shall, as far as possible, be
applicable or recover the loss.
OTHER IMPORTANT INFORMATIONS TO BIDDERS
Cost of Tender Form ; Rs.500/-
(Non-refundable)
Earnest Money Deposit (E.M.D.) (Refundable) : Rs.30,00,000/-
(E.M.D. may be deposited in either in shape of D.D. / Fixed Deposit Receipt / Bank
Guarantee which will be returned after satisfactory execution of contract.)
Tenders should be submitted (in separate envelopes along with MS word / Excel softcopy in
CD).
The two bids (both techno commercial unpriced bid) along with earnest money deposit (EMD)
and the priced bid should be submitted separately for each tender.
Non-refundable cost of tender form is to be submitted through D/D in favour of the Registrar, IIT
(BHU), payable at Varanasi.
Tenders received without Earnest Money Deposit and Cost of Tender Form will be summarily
rejected.
Tender may be submitted by Registered Post / Speed Post / Courier or by Hand in the office of
the Registrar, Indian Institute of Technology, (BHU),Varanasi 221005.
Indian Institute of Technology (BHU) Varanasi
Please Go Through the Following Instructions & Check list Carefully Otherwise
Your Quotation Is Liable To Be Rejected
The offer should be addressed to the Registrar, Indian Institute of Technology (BHU), Varanasi in a
sealed cover clearly super scribed with “Tender Enquiry for item 33KV Gas Insulated Sub Station & 11
KV Distribution Sub Stations ” on the face of the envelope and submitted on or before 6th
February,
2015 upto 16.00 hrs. Any offer received after the last date shall not be entertained.
The following undertaking for checklist duly signed with seal and required documents should be
submitted along with offer:
Checklist for Bid / Tender Submission The following check-list must be filled in and submitted with the bid document:
Pre-qualification Bid
1. Have you attached the techno commercial un-priced bid form duly filled in Yes/No
appropriately?
2. Have you attached a copy of the audited balance sheet of last three years of your firm Yes/No
3. Have you attached the details of the income tax clearance certificate, Yes/No
proof of manufacturing unit and copy of Central/State sales tax registration certificate.
4. Have you attached the copies of at least one major order of turn-key projects of similar nature
valuing more than Rs.20.00 crore (for a single order) from Govt. Deptt / PSUs and Central
Autonomous Bodies alongwith users performance report. Yes/No
5. EMD: Have you submitted EMD asked for- Yes/No
6. Have you enclosed the BOQ indicating the make offered without indicating the pricing components
along with the techno commercial un-priced bid.
Yes/No
7. Have you submitted the bids both techno commercial un-priced and priced
bid separately for each tender?
Yes/No
8. Have you enclosed the statement of deviations from financial terms and conditions, if any? Yes/No
Priced Bid:
1. Have you signed and attached the priced bid form. Yes/No
2. Have you attached the BOQ duly priced Yes/No
Date: Signature with seal
Page 12 of 65
General Conditions of Contract (GCC) (EQUIPMENT SUPPLY AND SERVICES)
Article 1: Scope
The scope of work is restricted to supply, packing, forwarding, transportation, erection, testing and commissioning of Equipments as per agreed BOQ, drawings and technical specifications. This specified scope shall be completed within agreed timelines and in accordance with other provisions and obligations of each Party. Unless specifically agreed, no other supply or services shall be considered as part of scope/ deliverable.
Article 2: Priority of Documents
The documents forming the Contract are to be taken as mutually explanatory of one another. For the purpose of interpretation, the priority of the documents shall be in accordance with the following sequence:
a) The Contract Agreement b) The Letter of Award
c) Minutes of Meeting
d) Contractor/Supplier‟s Offer
e) General Conditions of Contract f) Schedules & Annexures
g) The Technical Specifications If any ambiguity or discrepancy arises or round in the documents, the same shall be mutually resolved between the Parties.
Article 3: Drawings / Dimension Sheets
All drawings, data sheets, specifications and other documents submitted for Client‟s [IIT (BHU)] approval shall be approved within 21 days. All such document shall form an integral part of the Contract and same shall be binding upon Parties. The agreed documents, drawings and data sheet shall be duly signed and stamped so as to ascertain the authenticity and correctness.
It is agreed between the Parties that basic Single Line Diagram (SLD) and Layout will be submitted within 30 days of Contract coming into Force. The Contractor/Supplier shall submit General Arrangement (GA) drawings, SLD and Guaranteed Technical Particulars (GTP) to the Client for its approval.
Article 4: Coming into Force
The Contract shall come into force the day when all the following conditions are met:
Agreement / Contract document duly signed by the authorized
representatives of both the Parties;
Full access and possession granted to Contractor/Supplier for site activities.
A kick-off meeting between Client & Contractor/Supplier held and minutes of meeting distributed
On fulfillment of above conditions, Client shall issue a Notice to Proceed (
“NTP
”) to the
Contractor/Supplier, which shall be the Work Starting Date and be construed as Zero (0) date of the agreed schedule. NTP shall be issued only after the completion date of the last conditions (of milestone) from the above conditions. However, the coming into force shall occur within one month of the effective date of the Contract.
Article 5: Offer Validity
Contractor/Supplier‟s Offer is valid for 90
days from the due date of submission of Offer.
Article 6: Contract Price
Contract Price is based on scope, specifications, drawing, layout, technical specifications and provisions of the Contract agreed between the Parties. Price is inclusive of freight upto Site for Supplies of Equipment and material. The Contract Price is excluding of taxes and duties, which shall be to the Contract on Actual.
Applicable road permit (way bill) any other applicable permit/ form in Project Site shall be provided by Client, prior to readiness of Equipment/ material / goods.
The Client shall make all payment in Indian Rupees (INR), unless otherwise agreed between the Parties.
Page 13 of 65
Article 6: Transfer of Risk and Title
Ownership and title to the Products sold under the Contract shall be retained by Contractor/Supplier until the entire purchase price and all other sums due under the Contract have been fully paid.
Article 7 Firm Price
The Contract Price / Rates shall be Firm till completion of entire scope.
Article 8 Taxes, Duties and Statutory Variations
Taxes and duties of Contractor/Supplier quoted Price shall be as per the Contractor/Supplier
‟s price offer.
Contract Price does not include Entry Tax, Octroi, Labour Cess etc. which shall be charged extra at actual wherever applicable.
All sort of statutory variation including change, addition, deletion, abolition, repeal or reclassification due to change in Law and/ or directive of authorized agency shall be Client
‟s account.
Article 9: Terms of Payment
The Client shall release all due payments to the Contractor/Supplier on pro-rata basis within 21 days from date of receipt of relevant documents as per following Terms of Payment:-
9.1 Supply Portion:
Ten Percent (10%) of Contract Price as interest bearing advance against Advance Bank Guarantee (ABG). Advance shall be given within 21days of submission of ABG.
Next Seventy Percent (70%) with 100% duties and taxes against supply within 30 days.
10% of the contract price shall be released after erection of material against submission of RA bills.
10% of the contract price shall be released after commissioning, handing over & Submission of PBG of equivalent amount.
9.2 Service Portion: (Erection, Testing & Commissioning Services):
Ten Percent (10%) of Contract Price as interest bearing advance against Advance Bank Guarantee (ABG).
Advance shall be given within 21days of submission of ABG.
Next Eighty Percent (80%) with 100%
duties and taxes on Erection of Equipment on pro-rata basis.
Balance Ten Percent (10%) shall be released on commission of the Equipment & entire scope against BG.
The Contractor/Supplier shall raise progressive running account bills on monthly basis. The Client shall certify all measurements within 15 days of submission.
Article 10: Variation/Change Management
Either Party shall have the right to propose changes to the other Party that are considered necessary or desirable to improve the quality, efficiency or safety of the works agreed under the Contract.
Such proposal may cover, including but not limited to, scope, design, specification, calculations, makes, sizes, quantity,
deliverables, milestones, schedule or documents etc, during the performance of the contract to make any changes,
variations, modifications, additions or omissions to, in or from the works (
“Change
”).
The requesting Party shall prepare the change requirement or request for change (RFC) describing affected item, purpose, justification, impact and effective timelines of such Change.
The requesting Party shall submit the RFC to other Party for analysis and review. The receiving Party, if required, may seek further details, clarifications or information prior to conveying its decision to the requesting party. However, receiving Party shall convey its decision to the requesting party within 7 (seven) calendar days.
On converging to the need for change, the Client shall amend the related document within 7 (seven) calendar days including purchase order, agreement, schedules, statement of work or any other necessary document.
Any change upto +/- 10% of the Contract Price may be considered at the agreed Price/ Rates with necessary time extension.
For any additional or new work/ requirement, Contractor/Supplier shall evaluate the physical, technical schedule and cost impacts before giving acceptance to the same. However, such work shall be carried out on Cost plus basis.
Page 14 of 65
The change shall be binding upon mutual acceptance by both the Parties in writing.
Article 11: Testing Charges/ Inspection
Parties agree that the Contractor/Supplier shall be responsible for regular routine / acceptance test as per relevant IS (Indian Standards) for the final Equipment. However, if the Client desires to witness the routine tests, it shall be mutually agreed between the Parties.
Heat run test for one 6MVA Transformer and one 1000KVA Transformer shall be witnessed by client. Contractor/Supplier should consider the price in the bid. The Contractor/Supplier shall provide 15 (Fifteen) days prior intimation to the Client. However, the Contractor/Supplier shall arrange the permission to carry out the
inspection. Soon after clearance of inspection, the Client shall provide the Dispatch Authorization within 2 days enabling to ship the Equipment. It is agreed between the Parties that Client shall carry out the inspection only for Transformers and HT/ LT Panels at manufacturer works.
Equipment Erection, functional testing and commissioning shall be carried out in accordance with the User and Maintenance Manual at site.
Article 12: Goods Receipts and Storage
Parties agree that all material delivered at designated stores of Contractor/Supplier. The certificate for goods arrival at site shall be issued by the Client within 3 days. It is also hereby agreed between the Parties that all measurements of works shall be certified by Client within 7 days, so that correct and complete invoices are raised timely.
Article 13: Completion Period
It is agreed between the Parties that Contractor/Supplier shall complete its scope of work within 12 months from the date of
placement of firm order or as extended by the Client. The NTP shall be considered the Work Starting Date of Delivery period. During the delivery period, the Contractor/Supplier shall be entitled to supply the material/ services in partial or entire lots and corresponding payment shall be released by the Client.
The Completion period shall be duly extended on occurrence of any of the following conditions:-:
Due payment are not received by the Contractor/Supplier on time.
Changes in Scope or terms of the Contract agreed between the
Parties.
Force Majeure conditions beyond reasonable Control of Party
Once the cause of delay is removed, new delivery schedule shall be submitted taking into account the then prevailing conditions.
Article 14: Overall Limitation to Liability
Notwithstanding anything in the Contract to the contrary and to the extent permitted by applicable law, (a) in no event shall either Party, its officers, directors, or employees be liable for any form of incidental, consequential, indirect, special or punitive damages of any kind, or for loss of revenue or profits, loss of business, loss of information or data, or
other financial loss, whether such damages arise in contract, tort or otherwise, irrespective of fault, negligence or strict liability or whether such Party has been advised in advance of the possibility of such damages; and (b) the maximum liability of the Contractor/Supplier for any and all claims, losses, damages, costs and expenses arising from or on connection with this Contract shall not exceed the amounts actually received by the Contractor/Supplier under this Contract.
Article 15: Warranty
The warranty period for the Products will be twelve (12) months from the date of commissioning but no longer than eighteen (18) months from the date of delivery of the products to the Client
Products
During warranty for the Products, the Contractor/Supplier undertakes to repair and/or replace any part found to be faulty due to errors in design or manufacture, or to be made of faulty materials. complaints of defects in Products delivered shall be made in writing, and without any delay, as soon as the defect is discovered. Products or parts may only be returned after prior agreement in writing.
The warranty will only be honored, when repairs have been carried out by the Contractor/Supplier or its authorized agents with the Contractor/Supplier genuine parts. The defective parts shall be forwarded to the Contractor/Supplier, carriage paid for repair or replacement. The defective parts remain the property of the Contractor/Supplier. For goods supplied by
Page 15 of 65
the Contractor/Supplier's subcontractor, the Contractor/Supplier will ensure that all such goods that carry a manufacturer
‟s warranty
are registered with the manufacturer in Client
‟s
name. If the Contractor/Supplier performs repairs on Client
‟s site, the warranty shall
cover only the material.
This warranty does not cover damage or defect caused to the extent of the Client
‟s
misuse, improper application, wrong or inadequate electrical current or connection, inadequate water or drain services, negligence, inappropriate on-site operating conditions, corrosive atmosphere, repair by non designated personnel, accident in transit, tampering, alterations, a change in location or operating use, exposure to the elements, force majeure events, theft or installation contrary to Contractor/Supplier
's
recommendations or specifications, or in any event if the Contractor/Supplier serial number has been altered, defaced or removed.
Services
All Services performed shall be in a professional workman-like manner in accordance to industry standards. In the event any deficiencies are discovered in the Services resulting from the Contractor/Supplier's failure to comply with the above standards and the Client promptly notifies the Contractor/Supplier thereof in writing within thirty (30) days following completion of the Services, the Contractor/Supplier shall provide remedial Services at no cost to the Client to correct such deficiencies. The warranties set forth in this clause constitute the Contractor/Supplier‟s sole liability.
Article 16: Obligations
During the entire duration of the Contract, both Parties shall ensure to fulfillment their obligations in the manner described in the Contract.
Unless specifically agreed between the Parties otherwise, the electricity and water required for construction purposes (connection and consumption) shall be provided by the Client on chargeable basis during the entire performance of the Contract.
Only land for site office, storage for Equipment & material shall be provided by the Client free of cost during the entire performance of the Contract. Contractor/Supplier shall construct temporary stores, office & security arrangement at their end.
Article 17: Assignment and Sub-Contract
Either Party shall not assign the Contract (part or whole) or any of its obligations without prior written consent of the other Party, even if this entity belongs to the same group of companies.
The Contractor/Supplier shall not be permitted to sub-contract of the work to any third party sub-contractor and also can not execute through channel partner.
Article 18: Intellectual Property
Any drawings, designs, technical documents, know-how and confidential information whether patented or not submitted or furnished to the other Party prior or after the effective date of the Contract, shall remain the exclusive property of respective Party.
Article 20: Penalty for late execution
If the Contractor/Supplier fails to meet Completion Schedule as mutually agreed, the Client shall have the right to recover or deduct from the Contractor/Supplier
‟s due
claims an amount equivalent to ½% of the unexecuted portion of the Contract value per week until the equipment is delivered or activity is performed, subject to a maximum ceiling of 5% of the unexecuted portion of contract value. Such penalty shall be the sole remedy available to the Client against the Contractor/Supplier against said delay in achievement of overall completion period. The said penalty shall be applicable only in case the delays are solely attributable to the Contractor/Supplier. Further Penalty will be the sole and exclusive remedy available to the Client in case of delays apart from right of termination once the cap is reached.
Article 21: Communication
Any written communication exchanged or recorded with or between the Parties through any media including emails, minutes of meetings, letters, faxes, transmittals and telegrams shall hold good and effective for conveying the instructions or directions or requirements to each other, under this Contract.
Page 16 of 65
Article 22: Suspension
Suspension by the Client - The Client may suspend, at any time and for any reason, any part of or the whole of
the Work by giving at least 7 days‟ written notice thereof to the Contractor/Supplier, specifying any part of or the
whole of the Work to be suspended, the effective date of such suspension and the tentative date of resu mption of the Work.
On receipt of suspension notice, the Contractor/Supplier shall cease work on said part of the Work on the effective date of such suspension but shall continue to perform any unsuspended part of the Work. During a suspension, the Contractor/Supplier shall be entitled to full payment from the Client for all Work performed by the Contractor/Supplier to the date of suspension and reimbursement for all costs, including but not limited to the charges towards idle resources, demobilization & remobilization of resources and extension of time incurred by the Contractor/Supplier (including its sub-contractors), which are fair and reasonable. The Client may, at any time, authorize resumption of the suspended part of the Work by notifying the Contrac tor/Supplier of the part of the Work to be resumed and the effective date of suspension withdrawal. The SE shall resume any suspended Work within 7 days of the Client
‟s written notice directing the same.
Party or occurrence of Force majeure conditions, the Parties shall enter into a Change Order which shall include the extension of Delivery Schedule reflecting the Suspension.
Article 23: Termination / Cancellation
Client can terminate the Contract with prior written notice of 30 days to the Contractor/Supplier for any of the following reasons:
a) Insolvency, receivership or bankruptcy proceedings are commenced by or against the Party;
b) Party makes a general arrangement for the benefits of its creditors;
c) Party abnormally delays or fails to fulfill its contractual obligations including, but not limited to, approval and timely payments etc.
d) Any material breach or representations or warranties made was false or intentionally misleading when made.
e) The occurrence of Force Majeure event continues for 3 months or above.
f) Client fails to take delivery of material due to whatever reasons for more than 3 months.
g) Repetitive suspension of work or equipment deliveries are withheld beyond 3 months
h) A change in Law of any Government Authority where performance of contractual obligations are not feasible or possible.
Termination by Employer for default
If the Contractor/Supplier is in default, this clause for termination be accepted for
- Notice of termination to be in writing
- Termination only in case of material breach and that to if it is not remedied within a predefined period of time. If possible, termination will be limited to only in respect of the part of the scope of work affected by the non-performance.
Article 24: Force Majeure
No delay or failure by either of the Parties in the performance of this Contract shall give rise to any claim by the other Party or shall deemed to be a breach of this Contract if such delay or failure is the result of occurrence and/or continuation of any one or more events or circumstances of the Force Majeure.
Force Majeure means any occurrence or event that is beyond the reasonable control of a Party hereto, including, but not limited to,
(a) fire, flood, flooded land, rains, snow, lightning, drought, storm, typhoon,
earthquake, tsunami, ash clouding, inundated with sea/ river water, tornado, landslide, subsidence, natural disasters, washout or epidemic or unusual inclement weather, unfavorable weather conditions (foreseeable or unforeseeable) or unusual project site or sea conditions any other similar conditions or acts of God; etc.;
(b) war, (declared or not) hostilities, explosions, insurrection, rebellion, sabotage, vandalism, invasion, riots, strikes, freight embargos, social commotion; agitations, labour disturbances, turbulence, accident, casualties, civil war, or any other act of public enemies, etc.
(.c) acts or omissions of any court, legislative, judicial or executive body, or other governmental authority (such as a taking by condemnation or power of eminent domain), any expropriation or confiscation of facilities, compliance with any order of any governmental authority, changes of law etc.. Any Party that is affected by an Event of Force Majeure shall given written notice thereof to the other Party no later than 15 (fifteen) days following the date of occurrence of the Event of Force Majeure in question, providing appropriate details thereof. If performance under
Page 17 of 65
this Agreement is delayed as a result of continuation of the Event of Force Majeure, the time allowed to comply with such obligation shall be extended for as long as the relevant event of Force Majeure causing such delay or suspension continues. If the Event of Force Majeure continues for a period of (3) three months, then either Party may suspend the Contract by providing notice to the other Party and both the Parties shall mutually discuss and agree for the suitable next steps to be taken up. For such time, the suspension is in force, the Client shall provide the equitable extension to the Contractor/Supplier. In case Parties to the Contract decides to terminate the Contract, Parties to the Contract to settle their account with each other without any damages or cost. The Contractor/Supplier shall be entitled for the entire cost of work done. The consequences of termination under this Clause would be similar to termination at convenience of the Client.
Article 25: Applicable Law and Dispute Resolution
The Contract shall be governed by and interpreted in accordance with the laws of India for every purpose. The Parties agree that, any and all disputes, claims, controversy or causes of action (
„Dispute
”) which the Parties are
unable to resolve for any reason after negotiations, shall be completely and finally settled by submission of any such Dispute to arbitration under the rules conciliation and arbitration of The Arbitration and Conciliation Act, 1996 (
“IAC
”)
then in effect. For resolution of any Dispute, IIT (BHU) shall appoint one arbitrator. Any arbitration proceeding shall take place at Varanasi. The language of the arbitration shall be English. Any award made by the arbitrators shall be final and binding on the Parties. The Contract shall be subject to exclusive jurisdiction of appropriate court of Varanasi jurisdiction for the purposes only of compelling compliance with the above arbitration provisions and for enforcement of any arbitration award made in accordance with the above provisions.
Article 26: Provisional Acceptance
All supplies of material or service works executed by the Contractor/Supplier shall be certified by the Client within 7 days of submission of its documents or measurement sheets or invoices.
Upon completion of the following conditions, the Client shall issue a Provisional Acceptance Certificate to the Contractor/Supplier.
All Equipments are installed, tested and commissioned in accordance with User and Maintenance Manuals or as per instructions of the Client representative;
However, any punch-list points so noticed shall not be any hurdle for issuing the Provisional Acceptance Certificate (PAC). The Contractor/Supplier shall be authorized attend punch list points after issuance of PAC.
In case the plant is partial commissioned or equipment are put in service, the Client shall issue the partial PAC.
Article 27: Final Acceptance
Upon completion of the following conditions, the Client shall issue a Final Acceptance Certificate to the Contractor/Supplier.
Material reconciliation has been submitted to the Client.
Any and all defects notice during testing have been rectified by the Contractor/Supplier;
All as-built drawings and User & Maintenance Manuals handed over to the Client.
All debris, scraps and excess material have been removed from site by the Contractor/Supplier.
The date of stated on Final Acceptance Certificate shall be the date on which all works have been performed to the Client
‟s satisfaction. This shall also confirm that all contractual obligations have been fulfilled by the
Contractor/Supplier and the Client has fully accepted the Plant.
Article 28: General Indemnification
Each Party shall indemnify, defend and hold harmless the other Party and their respective officers, directors, employees and agents from and against any and all third party demands for damages, costs and expenses (including reasonable legal fees) directly relating to or arising from injury or death to persons, or damage or loss to property to the extent directly caused by the negligence or willful misconduct of that party, provided that the indemnified Party: (a) gives the indemnifying Party prompt written notice of such claim; and (b) cooperates with the indemnifying Party, at the indemnifying Party
‟s expense, in the defense of such claim.
The indemnifying Party shall not be responsible for any settlement made by the indemnified without the indemnifying Party
‟s prior written consent.
Article 29: Insurance
The Contractor/Supplier shall take out and maintain in effect, during the performance of the Contract, Transit and Erection All Risk Insurance policy covering the performance of its Scope of works. The Contractor/Supplier shall cover the risks associated with its manpower, vehicles, tools and tackles.
Page 18 of 65
In the event of an insurance claims is being made by the Contractor/Supplier, the Client shall issue an NOC with respect to the proceeds of such
claims so that the Contractor/Supplier may collect such proceeds.
Page 19 of 65
TENDER FORM
(Techno commercial un-priced Bid)
(On the letter head of the firm submitting the bid)
Tender No……………….
To
The ______________
____________________
____________________
Dear Sir,
1. I/We hereby offer to supply the items as listed in the schedule to this tender hereto/portion thereof as you may
specify in the acceptance of Tender at the price given in the said Schedule and agree to hold this offer open for a
period of 90 days from the date of opening of the tender. I/we shall be bound by a communication of acceptance
issued by you.
2. I/We have understood the Instruction to bidders and Conditions of Contract in the form as enclosed with the
invitation to the tender and have thoroughly examined the specifications quoted in the Schedule hereto and
am/are fully aware of the nature of the goods required and my/our offer is to supply the goods strictly in
accordance with the specifications and requirements.
3. A crossed Bank Draft in favour of the Registrar, IIT (BHU) for Rs. …………… (Rupees……………….only)
as Earnest Money is enclosed. The Draft is drawn on ……………………………………..Bank payable at
Varanasi
4. The following have been added to form part of this tender.
(a) Schedule of requirements, quoting the make only duly signed and stamped.(without indicating price)
(c) Income Tax clearance certificate.
(d) Copy of audited balance sheet for last three (3) Financial Years.
(e) Copy of Valid Central/State sales tax registration certificate.
(f ) Copy of relevant major turn-key project of similar nature valuing more than Rs.20.00 Crore (for one
single order) executed during last two years alongwith performance report of the user.
for Govt. Deptts., PSUs & Central Autonomous bodies..
(g) Proof of manufacturing Unit.
(h) Statement of deviations from financial terms & conditions, if any.
(i) Any other enclosure. (Please give details)
5. We undertake to execute all orders which have been placed to meet emergent requirements on priority basis.
6. Certified that the bidder is: A sole proprietorship firm and the person signing the bid document is the sole
proprietor/constituted attorney of the sole proprietor,
Or
A partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer
to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue
of general power of attorney.
Or
A company and the person signing the document is the constituted attorney.
(NOTE: Delete whatever is not applicable. All corrections/deletions should invariable be duly attested by the
person authorized to sign the bid document).
7. We do hereby undertake that, until a formal notification of award, this bid, together with your written
acceptance thereof shall constitute a binding contract between us.
Yours faithfully,
(Signature of bidder)
Dated this day of ______________________
Address:……………………
……………………………..
……………………………..
Telephone:_____________
FAX__________________
E-mail_________________
Company seal
Page 20 of 65
Tender Form
(Priced Bid) (On the letter head of the firm submitting the bid document)
To
The _____________
_________________
Ref: Tender No ……………………………….. Dated---------
Sir,
Having examined the bidding documents and having submitted the techno commercial un-priced bid for
the same, we, the undersigned, hereby submit the priced bid for supply of goods and services as per the
schedule of requirements and in conformity with the said bidding documents.
We hereby offer to supply the Goods/Services at the prices and rates mentioned in the enclosed schedule of
requirement.
We do hereby undertake that, in the event of acceptance of our bid, the supply of Goods/Services shall be
made as stipulated in the schedule of requirement and that we shall perform all the incidental services.
The prices quoted are inclusive of all charges net F.O.R IIT (BHU). We enclose herewith the complete
Financial Bid as required by you. This includes:
Price Schedule as per schedule of requirement.
Statement of deviations from financial terms and conditions.
We agree to abide by our offer for a period of 90 days from the date fixed for opening of the bid documents
and that we shall remain bound by a communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the bid document and we do hereby
undertake to supply as per these terms and conditions. The Financial Deviations are only those mentioned
in the statement of deviations from financial terms and conditions.
Certified that the bidder is:
A sole proprietorship firm and the person signing the bid document is the sole proprietor/ constituted
attorney of sole proprietor,
Or
A partnership firm, and the person signing the bid document is a partner of the firm and he has authority to
refer to arbitration disputes concerning the business of the partnership by virtue of the partnership
agreement/by virtue of general power of attorney,
Or
A company and the person signing the bid document is the constituted attorney.
(NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by
the person authorised to sign the bid document.)
We do hereby undertake that, until a formal notification of award, this bid, together with your written
acceptance thereof, shall constitute a binding contract between us.
Dated this day of_________
Signature of Bidder
Details of enclosures
Full Address:
Telephone No.
Fax No.
E-mail:
COMPANY SEAL
Page 21 of 65
UPGRADATION OF ELECTRICTY FOR IIT ( BHU ) Bill of Quantity (BOQ)
Package : " A " To be executed on Turnkey Basis. Design, Supply, Erection, Testing & Commissioning (E.T.C.)
BOQ for proposed 33 KV GIS with 2X6 MVA 33/11 KV Transformer, 2 nos. 1000KVA (11/.433KV) DSS (A+B), SCADA, Cabling Work for IIT Hostel & Department ( part.)
Sl. No Description Make Quantity Supply Price (Rs.)
E.T.C Price (Rs.)
1 33 KV L.A with structure. M/S CGL / Alostom 12 nos.
2 33 KV ,3CX300 sq mm H.T XLPE armoured Al. cable laying with supply from 132 KV sub-station to Propose GIS . (Through excavation )
M/S Gloster / KEI / Universal
4 Km.
3 33 KV Armoured XLPE (3CX300 sq.mm) & 11 KV XLPE Armoured cable AL. conductor (3CX185sq.mm), 1.1KV PVC Armoured AL. conductor cable , 1.1 KV grade PVC copper armoured control cable ( stranded & multicore) connecting various electrical equipments inside sub-station required for successful commissioning.
M/S Gloster / KEI / Universal
1 Lot.
4 33 kv cable end termination out door type with holding structure complete. M/S 3M/Raychem 8 Sets.
5 33/11 KV GIS Sub-station ( No. of Bay - 7 ) 2 no. line, 3 nos. transformer, 1 no. out going & 1 no. bus-coupler.Including control & relay panel.
M/S ABB / SIEMENS / Schneider 7 Bays.
6 33 / 11 KV DYn11,6MVA Transformer .Cooling ONAN & ONAF M/S ABB / Schneider / Crompton Greaves. 2 Nos.
7 Control room building civil construction work ( for GIS ) & equipments foundation .( Size of GIS building with operator room ) to be decided by the supplier.
Reputed & reliable agency L.S
8 SCADA ( SCADA system shall connect Foodscience, Vivekanand ,Old IIT, Dhanaraj giri, DSS-A, DSS-B ) ( SCADA communication will be connected through OFC ).
M/S ABB / SIEMENS / Schneider
4 Km. length
9 Distribution Sub-station - A ( near GIS )
a 11KV /0.433 KV distribution sub-station ,with supply of electrical equipments including civil work. Suitable for VCB ,11 panel boards switchgear.( Horizontal Isolation )
M/S ABB / SIEMENS / Schneider
11 panel boards.
b 11KV/0.433V, DYn11, 50Hz. 1000 KVA distribution Transformer. M/S ABB / Cromton Greaves / Schneider
2 nos.
c 433 V, 50Hz. A.C , L.T panel suitable for 2 transformer incomer & 1 Bus-coupler. M/S ABB / SIEMENS / Schneider
1 sets.
d 40A , Battery charger .(Including FCBC,DVR and DCDB ) M/S Amara raja 1 sets.
e 200Ah, 110V D.C Battery bank. M/S Amar raja 1 sets.
Page 22 of 65
f 11 KV XLPE Armoured cable AL. conductor (3CX185sq.mm), 1.1KV PVC Armoured AL. conductor cable , 1.1 KV grade PVC copper armoured control cable ( stranded & multicore) connecting various electrical equipments inside sub-station required for successful commissioning.
M/S Gloster / KEI / Universal
1 Lot.
g Automatic Lighting Control Panel ( ALCP ) M/S Kybee/Jasper 1 Nos.
h 430 V, 50Hz. A.C Distribution Board M/S Kybee/Jasper 1 No.
i Control room building & Transformer room civil construction work for DSS - A .( Size of DSS L - 14 Mtrs. X W - 18 Mtrs.) Approx.
1 No.
10 Distribution Sub-station - B ( Near Civil Eng. Dept. ) Make Quantity
a 11KV / 0.433 KV distribution sub-station ,with supply of electrical equipments including civil work. Suitable for VCB, 7 panel boards switchgear.( Horizontal Isolation )
M/S ABB / SIEMENS / Schneider
7 panel boards.
b 11KV/0.433V, 3 Phase, 50Hz. 1000 KVA distribution Transformer. M/S ABB / C.G. / Schneider
2 nos.
c 433 V, 50Hz. A.C , L.T panel suitable for 2 transformer incomer & 1 Bus-coupler. M/S ABB / SIEMENS / Schneider/L&T
d 15A , Battery charger .(Including FCBC,DVR and DCDB ) M/S Amar raja 1 sets.
e 100Ah, 110V D.C Battery bank. M/S Amar raja 1 sets.
f 11 KV XLPE Armoured cable AL. conductor (3CX185sq.mm), 1.1KV PVC Armoured AL. conductor cable , 1.1 KV grade PVC copper armoured control cable ( stranded & multicore) connecting various electrical equipments inside sub-station required for successful commissioning.
M/S Gloster / KEI / Universal
1 Lot.
g Automatic Lighting Control Panel ( ALCP ) M/S Kybee / Jasper 1 Nos.
h 430 V, 50Hz. A.C Distribution Board M/S Kybee / Jasper 1 No.
i Control room building & Transformer room civil construction work for DSS - B .( Size of DSS L - 14 Mtrs. X W - 18 Mtrs.) Approx.
1 No.
11 Retrofitting with the help of New Horizontal Isolation VCB panel & coupler panel with existing vertical Isolation VCB panel of 800Amps. (Areva make) at Dhanaraj giri Sub-station.
M/S ABB / SIEMENS / Schneider
1 Set.
12 Commissioning spare to be supplied for 33KV GIS & 11 KV Switchgear panels. M/S ABB / SIEMENS / Schneider
1 Lot.
13 Illumination of GIS control room, yard, DSS-A & DSS-B with supply of Illumination materials and associated cabiling work( Lux level for yard 70 lux & Indoor side 250 lux)
M/S Philips as required
14 Earthing station with supply of G.I FLAT ( 75X10 mm & 50X6 mm) & G.I pipe electrode ( length -3 mtrs. & dia-50 mm ) for GIS Building, yard, DSS-A & DSS-B & Yard earthing through 40mm dia MS Round
G.I Pipe – JINDAL / TATA & Flat-Reputed party.
as required
15 Air Conditioning of GIS building & control room. 4nos. for 3 Ph. 3 Ton each, and 2 nos. for 1 Ph. 1.5 Ton each. Voltas/Blue-star 1 Lot.
Note :
i) List of Mandatory spare for maintenance of two years with item wise price to be quated separately.
ii) Quote separately for supply items , Ex-works indicating the Excised duty & sales Tax components payable.
Page 23 of 65
iii) Transportation ,handling, unloding, Insurance,storage to be quated separately. IV) Price for civil works, Erection, testing & commissioning shall be ouated seperately.
v) Certification from Electrical Inspector for the installation work to be obtained by the executing agency before commissioning.
Page 24 of 65
``
HT SWITCHGEARS – 33 kV GIS
33 kV GIS 1 Scope
This specification covers the technical requirements of design, manufacture, testing at manufacturer's works, packing,
forwarding of 33kV Gas Insulated Indoor switchgear complete with all accessories for trouble free and efficient
performance including supply, design, manufacture, and factory production, testing, supervision of installation and
commissioning of SF6 gas-insulated vacuum circuit breaker switchgear and associated equipment.
2 Regulations, Guidelines and Standards:
Switchgear IEC 62271-200 / EN 62271-200
Switchgear IEC 60694 / EN 60694
Behaviour in the event of internal faults IEC 62271-200 / EN 62271-200
Three-position disconnector and disconnector IEC 62271-102 / EN 62271-102
Busbar earthing switch IEC 62271-102 / EN 62271-102
Circuit-breaker IEC 62271-100 / EN 62271-100
Current transformer IEC 60044-1 / EN 60044-1
Voltage transformer IEC 60044-2 / EN 60044-2
Voltage detection systems IEC 61243-5
Protection against accidental contact, foreign
Objects and water IEC 60529 / EN 60529
Installation HD 637 S1
3 Design Criteria
3.1 Operating Conditions: Operating Conditions according to IEC 60694 / EN 60694
Temperature of ambient air:
Maximum value 45 °C
Average value over 24 hours 35 °C
Minimum value "indoor" - 5 °C
Installation altitude above sea level up to 1000 m
3.2 Rated Normal Current:
The rated normal currents of components are stated in the Technical data and shall be valid for design
ambient temperature of 45° C.
3.3 Internal Arc Fault: Classifications to IEC 62271-200
Partition class PM
Internal arc classification - AFL ( for the panels with no rear access required)
Internal arc classification - AFLR ( for the panels with rear access required)
Internal arc classification - AFL (Authorised person access permitted from front & lateral side) for the
panels with no rear access required.
Internal arc classification - AFLR (Authorised person access permitted from front, lateral side & rear) for
the panels with rear access required.
3.4 Insulating gas Insulating gas Type Sulphur hexafluoride (SF6)
Design pressure pre at 20 °C MPa
Page 25 of 65
For 36 kV Class - 0.05 MPa
4 Technical Data 4.1 Bus & Feeder Rating 33 kV GIS, 31.5 kA 3s, Double Bus Bar 1250A @ max. 45
°C - 35°C average 24h
Incomer – 1250A
Bus Coupler – 1250A
Outgoing Feeder – 1250A
4.2 Required technical parameters
Busbar type Double
Electrical Data:
Rated voltage 36 kV
Rated operating voltage 33 kV
Rated frequency [Hz] 50
Rated power-frequency withstand voltage 70 kV
Rated lightning impulse withstand voltage 170 kV
Rated short-time withstand current 31.5 kA
Rated short-circuit duration 3 s
Rated peak current 63 kA
Rated operating current busbar 2000
A Degree of Protection:
Main circuits IP 65
Drives IP 3X
Cable connection compartment IP 3X
Low voltage cabinet IP 4X
Auxiliary Voltage:
Control 110 V DC
Motor 230 V AC
Protection system 110 V DC
Remote control 110 V DC
Socket/lighting/heating 230 V AC
IAC Classification acc. to IEC 62271-200
Classification IAC AFL
Internal arc 31.5 kA 1 s
Installation:
Minimum clearance (rear) 1000 mm.
Minimum ceiling height 3500 mm
Minimum clearance to wall 800 mm
Minimum clearance front 1800 mm
Minimum clearance to side left 100mm (approx.)
Minimum clearance to side right 100mm (approx.)
Dimensions:
End panel width left 200mm (approx.)
Page 26 of 65
End panel width right 200mm (approx.)
Cubicle depth maximum 1984 mm (approx.)
Cubicle height max. 2400 mm (approx.)
Total width of switch board section (…….) mm
(Approximate values without attachments)
Paint:
Color RAL 7035
Properties:
Pressure relief duct Not Required
SF6 pressure control IDIS
Voltage Indication System IVIS
Control panel mechanical
Low voltage compartment height 800 mm
Mech. Operation Closed door Operation
5. Design Feature of SF6 Gas Insulated Switchgear
5.1 General Description
The SF6 insulated switchgear shall be type-tested and of pre-fabricated metal- construction.
The gas-insulated clad compartments for the circuit-breakers and bus bars shall have non-magnetic
stainless steel housings.
The switchgear units, incorporating vacuum circuit-breakers, are to be designed for use on single-busbar
primary distribution systems of medium to high current ratings.
Single panels, each built up from a modular range of separate functional units, can be combined to produce
the specified switchgear configuration. The modular units comprise:
A) Standard basic module:
Incorporating the vacuum circuit-breaker
B) Floor-pan module, flange-mounted to the lower part of the basic module, with:
A wide range of cable connection options, appliance couplers for outer cone-type cable connection
systems
Current transformers (toroidal type)- Foil insulated type
Voltage transformers with disconnecting device.
A) + B) The basic module, flange-mounted to the floor-pan module, forms the clad gas-filled circuit-
breaker compartment
C) Busbar module.
A gas filled, clad compartment, which is totally segregated from the circuit breaker compartment with
regard to gas handling. The busbar module incorporates:
Three-position switch.
Three-phase copper busbar system.
D) Cable/transformer compartment.
A metal-enclosed, air insulated clad compartment, with:
Cable support for single and multiple cable installation
Sufficient space for installation of current and voltage transformer(s)
Page 27 of 65
E) Low-voltage cabinet
The low-voltage cabinet, which is mounted on top of the basic module. The interfaces between the low-
voltage end and the individual modules are to be achieved with a pluggable design.
The gas-insulated clad compartments for the circuit-breakers and bus bars shall have non-magnetic
stainless steel housings.
Circuit-breaker and three-position switch drives are to be designed with mechanical interrogation
interlocks and shall include all necessary auxiliary devices (auxiliary switches, releases etc.)
The two- or three-position disconnector are to be designed with separate manual and/or motorized drives
for the disconnector and earth switch functions.
By putting the earth switch in the “Earth” position, the circuit breaker shall be positively connected to the
outgoing feeder earth (intertripping circuit; making additional switching operations unnecessary).
All switching device drives shall be located outside of the gas compartments, for easy access. Under
normal operating conditions for indoor switchgear units in accordance with IEC 50594 and when
complying with the specified number of operations, no maintenance is required.
5.2 Functional compartment:
Circuit-breaker clad compartment – Gas insulated compartment
Busbar clad compartment – Gas insulated compartment
Cable connection / transformer clad compartment are to be equipped with individual pressure relief
devices. - Air Insulated Compartment
5.3 Switchgear operator interfaces Requirement:
A standard mechanical user interface, ergonomically Positioned at a convenient height. It must be
visible directly without opening of doors etc
The user interface comprises all the mechanical, panel- related interfaces and continuous interrogating
interlocks
All the basic mechanical ON/OFF of CB, Isolator & earth switch operation, manual spring
charge of CB must be possible without opening the door to ensure the operator safety.
Mechanical mimic directly linked to mechanism should be provided at the panel front door.
The basic switchgear unit is to be designed for wall flush mounting. All operating and maintenance
procedures shall be performed from the front, for enhanced operator safety. As an option, the units
can be made suitable for free-standing installation within a switch room.
5.4 Functional intuitive operator interface Design
The SF6 Gas insulated switchgear shall be characterized especially by the following operating features:
Ergonomic operability
Logical operation
Logical function states
Good visual communication of the overall function and operating states
Optimum operator guidance
All operations can be performed optionally via a motor-operated mechanism
The mechanical control panel is located at an optimum height for operation and arranged in a recessed
position on the switchgear front. Thus, the operating area is clearly visible while no control elements
protrude from the switchgear front. The position of the individual elements has been selected according to
their function, i.e. according to their allocation to the corresponding device functions. The elements which
form part of a switching device, such as position indicators, crank ports or mechanical pushbuttons, are
visually linked by a specific pattern and integrated in a mimic diagram. Mechanical operation is performed
the same way as with the habitual operation with stationary switching devices. Separate control elements
and mechanical switch position indicators are available for the following functions:
Page 28 of 65
Circuit-breaker ON - OFF
Disconnector ON - OFF
Outgoing earthing switch ON-OFF accomplished
5.5 Busbar / panel connection:
The gas-insulated busbar sections of the single panels shall be connected via single-pole solid-
insulated connection elements which allows for easy exchange of a cubicle without SF6 works.
Busbar connection to be designed in such a way that no adjacent panels must be moved or opened for
exchange of a panel.
Busbar couplings between adjacent panels should be designed with a minimized quantity of electrical
sealing joints. Such solutions are preferred which require only the handling of 1 of these joints per
phase and connection on site.
5.6 Gas compartment technology:
The circuit-breaker and busbar compartments of each panel shall be autonomous, gas-filled clad
compartments with no gas line inter-connections between panels. Each of these gas-filled clad
compartments shall be monitored separately. The actual gas pressure state has to be selectively visible
without opening of doors or any other operation. An active ok-information should be included.
By design there should be no need for gas works during the whole time on site, not even for exchanging a
centre panel or extending the switchgear at later stage, e.g. no gas handling shall be necessary during the
anticipated service life of the switchgear, under normal operating conditions. (The gas-filled clad
compartments are to be designed to be maintenance-free and hermetically sealed pressure systems in
accordance with IEC 62271-200).
The switchgear panels shall be filled with gas and checked for leakage in the factory. For a proper
recycling with standard tools at the end of life for each gas compartment a gas valve has to be provided.
The switchgear units shall be divided into several gas-filled compartments, sealed from each other by gas-
tight partitions including bus bar compartments of two adjacent panels, so that any leakage may be quickly
localized and limited within enclosure of one panel & can be indentified immediately. All the live parts
including the main busbars shall be encapsulated in stainless steel enclosure filled with SF6 gas.
5.7 Operation of Switchgear:
Basic switchgear unit is to be designed for wall-mounting.
All mechanical operating and maintenance procedures shall be performed from the front, without
opening the front door for enhanced operator safety.
As an option, the units can be made suitable for free-standing installation within a switch room.
5.8 Installation Facility:
The panels are to be delivered to site as factory assembled and routine tested units. After linking the panels
(or panel assemblies) by the B-Link busbar connection system and connection of the power and control
cables the system should be ready for operation. No gas filling is required at site during bus bar connection
& installation.
6 Circuit breakers: The three-pole vacuum circuit breaker with its maintenance-free maintenance vacuum interrupters is
installed horizontally in the gas compartment.
The action of force on the movable switching contacts is exclusively effected in the required switching
direction. The vacuum interrupter chambers and the metal bellows pertaining to them are protected by
their supporting structure against inadmissible distortion and the action of force. All 3 vacuum interrupters
are actuated together via 1 shaft from the circuit-breaker drive.
Page 29 of 65
The CB shall be spring operated, motor charged, and manually released spring closing mechanism with
three pole simultaneous operations. The speed of closing operation shall be independent of the hand-
operating lever. The indicating device shall be mechanical type directly linked to the mechanism &
shall show the OPEN and CLOSE position of breaker visible from front of the cubicle without
opening any doors Or covers. The spring charging time of the motor shall not exceed 20sec in case
of Vacuum Circuit Breaker. The “TRIP” and “CLOSE” coils shall be of reliable design and low
consumption preferably less than 200W. Anti-pumping relays & T-N-C switch/PB shall be provided for
each panel. Electrical Endurance class- E2
The Breakers shall be capable of Making & Breaking the short time current in accordance with
the requirement of IEC 62271-100 and latest amendment thereof. The continuous current rating of
breaker shall not be less than 1250 A for outgoing feeders and 1250 A for incomer feeders. Ratings are
IN-Panel at 40 Deg C design ambient.
Comprehensive interlocking system to prevent any dangerous or inadvertent operation shall be provided.
Isolation of circuit breaker from bus bar or insertion into bus bar shall only be possible when the breaker is
in the open position.
Two stage gas density alarm and lockout system with local and remote indication shall be provided.
Emergency mechanical trip push button on each CB shall be provided on panel front & shall be
accessible without opening any doors Or covers
Spring charge indication to be provided.
The vacuum circuit-breakers are to be equipped with
Spring-stored-energy operating mechanism with motor, auto-reclosing
Mechanical OPEN and CLOSE buttons
1 closing solenoid
1 shunt release
Operating cycle counter
Auxiliary switch with at least 10NO + 10NC available
Auxiliary switch for "spring charged" signal
To reduce the number of mechanical parts inside the enclosure, the operating mechanism shafts are to be
located outside it.
The circuit-breaker has to control at least 10,000 Make-Break cycles (One operating cycle of making &
Breaking) operations at rated current or 100 breaking operations at rated short-circuit breaking
current without maintenance. The mechanical life of the vacuum interrupter has to comprise at least
20,000 operating cycles.
The operating mechanism must be maintenance-free without time limit up to 10,000 operating cycles.
7 Isolators and earthing switches: Isolators or isolators combined with earthing switches (3 position switches) shall be motor operated. In
cases of emergency, manual operation must be possible.
The earthing position for all 3 phases must be visible via a mechanical position indicator (MIMIC) directly
connected to the drive shaft on panel front Fascia.
The mechanical operation of isolator / 3 position disconnector switch must be possible with door closed
for operator safety.
Page 30 of 65
8 Instrument Transformers: Only Conventional inductive voltage and current transformers according to IEC 60044-1 and IEC 60044-2
or electronic current and voltage transformers to IEC 60044-7 and IEC60044-8 or a combination of both
are acceptable.
Current & voltage Sensors are not acceptable.
8.1 Current Transformers
The current transformers shall be toroidal-current foil insulated transformers. Feeder current
transformers - if any - have to be placed on the line side of the circuit breaker.
Connection to earth potential to be foreseen outside of the gas-filled clad compartments. Thus, dielectric
stress does not occur. The transformer ratio, the accuracy class and the performance load to be selected to
suit the application requirements.
(a) Outgoing Feeder Variant
Toroidal Core Foil Insulated HT Current Transformer
CT Primary Current: 400-200A
CT secondary Current: 1-1-1-1A
Core 1: Cl-0.5 / 5 VA,
Core 2: Cl-5P10 / 5 VA.
Core 3: According to protection.
Core 4: According to protection.
(b) Incomer Feeder Variant
Toroidal Core Foil Insulated HT Current Transformer
CT Primary Current: 400-200A
CT secondary Current: 1-1-1-1A
Core 1: Cl-0.5 / 5 VA,
Core 2: Cl-5P10 / 5 VA.
Core 3: According to protection.
Core 4: According to protection.
(c) Transformer Feeder Variant
C.T. Primary current = 200-100A
CT secondary Current: 1-1-1-1A
Core 1: Cl-0.5 / 5 VA,
Core 2: Cl-5P10 / 5 VA.
Core 3: According to protection.
Core 4: According to protection.
(d) Bus Coupler Variant
Toroidal Core Foil Insulated LT Current Transformer
CT Primary Current: 400-200A
CT secondary Current: 1-1-1-1A
Core 1: Cl-0.5 / 5 VA,
Core 2: Cl-5P10 / 5 VA.
(CT burden shall be provided as per relay and metering requirement and bidder to substantiate this with
suitable calculations during detail engineering with CT VT Burden calculation)
Page 31 of 65
8.2 Voltage Transformers
The voltage transformers shall be inductive metal-enclosed transformers, located outside of the clad gas
compartments. They are installed with pluggable connections using an inner-cone type system and are
fitted with a disconnecting device. If the disconnecting device is in the “Earth” position, the voltage
transformers shall remain in position during voltage tests. During voltage test, the primary of the voltage
transformer is earthed.
8.3 6 Nos. Window Annunciator to be considered
8.4 Signalling scheme shall include the following indication in all Panels.
Bus VT as applicable
Metal clad Voltage Transformer, one pole insulated, for direct attachment at the mounting flange.
Transformation-Ratio VT: 33/V3 / 0.11/V3 / 0.11/V3 kV
VT-Winding 1: Accuracy Class 0.5 / 20 VA
VT-Winding 2: Accuracy Class 3P / 20 VA
Rated Voltage-Factor: 1.9 x Ur, 8h
9 Cable terminations:
Cable terminals to be readily accessible from the front/rear and located at a convenient connection height.
Outer cone-type systems shall be preferred:
Outer cone-type in accordance with EN 50181 for terminal cross sections up to 3C x 300 mm2, up to incl.
36 kV. For connection of various cable types via cable screw-type plugs and terminal adapters Facilities to
connect several cables per phase. With the cables connected, cable testing shall not require the installation
of any supplementary equipment.
Cable testing must be feasible from the panel front/rear and without disconnecting these cables.
Cable testing shall be possible from the panel front/rear using DC or AC, with the cables connected.
Cable compartment shall be completely covered by metal enclosure for operator‟s safety.
"To provide a maximum of personal safety all operation and maintenance as well as connecting of cables
must be possible from the front/rear of the panels".
"Cable testing must be feasible from the panel front/rear and without disconnecting these cables".
1) Feeder panel : Rating up to 1250 Amp
Requirement >>1Run x 3Core x 300Sqmm. XLPE Cable.
Provision >>2Runs X 3Core X 300Sqmm XLPE Cable.
11 Mechanical Safety Interlocking features:
Internal mechanical interlocks of the panel
With the circuit-breaker closed, the interrogation slide is locked for the disconnector and the earthing
switch. (Restriction to the insertion of Hand Crank for Disconnector-Earth Switch when CB is ON)
The interrogation slide always releases one insertion opening only (disconnector or earthing switch),
or both of them are locked. (To ensure that either Disconnector- or Earth Switch operating at a time)
The crank for the disconnector and earthing switches can only be removed in its appropriate end
position.
The earthing switch can only be actuated in direction ON with the circuit-breakers spring mechanism
charged (inter tripping circuit of circuit breaker during earthing).
When the crank on the disconnector or earthing switch is still in place, or when the interrogation slide
is open, the following components are locked:
- ON pushbutton of circuit breaker
Page 32 of 65
- ON pulse is interrupted
In panels featuring two interrogation slides (e. g. double busbar panel, bus section coupler and bus
coupler), the following features are locked:
- Both interrogation slides cannot be opened simultaneously.
- The interrogation slides are blocked depending on the position of the disconnector or earthing switch
12 Protection and control system
Following functions shall be provided in the Protection Relay
Current protection (Non-directional feeder Protection)
* Over current instantaneous (50)
* Over current IDMT (51)
* Earth fault instantaneous (50N)
* Earth fault IDMT (51N)
Combined feeder & differential protection for Transformer Feeders (6MVA) is required.
* Over current instantaneous (50)
* Over current IDMT (51)
* Earth fault instantaneous (50N)
* Earth fault IDMT (51N)
* Differential protection for transformer (87T) (Numerical & Micro Processor based)
Other protections and related functions (Part of Numerical Relay)
* Lock-out (86)
* Trip circuit supervision (95)
12.1 Communication Protocol
The protection relay shall have communication protocol on IEC 61850 Protocol
13 Tests:
All tests shall be carried out according to relevant IEC standards.
13.1 Type tests:
The metal-enclosed switchgear is to be type tested at a recognized and internationally well-reputed test
laboratory. Type test certificates shall be available for verification as evidence of successful completion of
type tests.
The switchgear furnished under this specification shall be fully tested and documented by certified
production test reports in accordance with IEC 62271-200.
13.2 Routine tests:
Tests shall be carried out according to IEC requirements. The following minimum tests apply:
Wiring and function tests
Equipment verification tests
Low voltage circuit insulation test
High voltage power frequency test
13.3 Factory inspection tests:
Notification for factory tests along with list of proposed tests shall be submitted as required.
13.4 Site tests
The site tests shall include the following:
Power frequency withstand test (at 80% of the rated power frequency withstand voltage)
Insulation resistance
Functional test of the fully installed and wired equipment delivered.
Page 33 of 65
13.5 Proposed name of the GIS Model
Siemens : NX-Plus,
Schneider : GHA,
ABB:ZX-2.0
13.6 Qualification Criteria
HV part of 33kV GIS should be supplied only from parent manufacturing unit, from where Type Testing has been done.
Bidder should submit the same Type Test report to qualify the bid. LV part and final assembly with HV can be done at
Indian counter origin.
Bidder must ensure that Indian counter origin is having a minimum 3 years of manufacturing experience of equivalent
offered product.
Bidder must ensure that Foreign counter part is having a supply record of minimum 5000 panels of equivalent offered
product alongwith performance report from users.
Bidder must ensure that offered product is minimum in service for last 5 years.
Vacuum Bottles, Relays, Breakers & Panels shall be of OEM‟s make.
Page 34 of 65
11KV HT Board
1.0 SCOPE OF WORK 1.1 The scope of work includes design, manufacturing, assembly, testing and inspection at manufacture‟s
premises, packing, forwarding and supply including transportation of the equipment to IIT (BHU),
Varanasi in accordance with the technical specification given chapter 3.0, Performance Guarantee Test and
the special instruction to the Tenders given in chapter 4.0 & 5.0 respectively of this document.
1.2 Scope of work shall include furnishing of necessary data/details and drgs. as listed below:
Sl.No. Description of Documents When to furnish For
1.2.1 GA drawing with foundation within 3 weeks of Approval of
Details, load data & cable entry Placement of order Purchaser.
Details in 3 copies.
1.2.2 3 copy each of following drgs.
(1) Single line diagram within 2 weeks of Approval of
placement of order purchaser
(2) Schematic diagram for --do-- --do----
each panel/function.
(3) Layout of components. --do-- --do--
(4) Control wiring diagram. --do-- --do--
(5) Detailed BOM with specification
of components --do-- --do--
(6) Interface diagram between HT
panel and Remote Control Station. --do-- --do--
NOTE : Final (As- built) copies of all the above mentioned drgs. shall be submitted in four copies. One set of these
drgs. shall be in “reproducible transparencies”
1.3 Manufacturer shall furnish four sets each of manuals for installation, commissioning, Operation and
Maintenance within 6 weeks of placement of order.
1.4 Manufacturer shall provide supervision during testing & commissioning of the switchboard. During the
same period, they shall also impart training at Purchaser‟s Premises to Engineers and Technicians of the
Purchaser for maintenance and operation aspects of the switchboard.
1.5 Manufacture shall also provide list for commissioning spares & maintenance spares for two year normal
operation along with the switchboard.
Page 35 of 65
2.0 BASIC DESIGN AND SITE CONDITION
2.1 AMBIENT CONDITION & SYSTEM PARAMETERS.
2.1.1 The following ambient conditions prevail at the site of work:
(1) Ambient temperature : 40 deg. C. ((avg.) indoor
(2) Max. Humidity : 100% However, Max. temperature and max.
Humidity may not occur simultaneously.
(3) Relative Humidity : 100% at 40 deg.C.
(4) Atmosphere : Laden with conductive dust.
(5) Climate : Tropical.
(6) Altitude : 76 mtr. Above sea level.
2.1.2. System Voltage and frequency.
(1) 3 ph. 11 KV ±10%, Neutral solidly grounded.
(2) Frequency : 50 Hz ± 5%
2.1.3. Fault level.
The equipment shall be rated to the following short circuit withstand capacity in order to match with the
system requirements:
(1) 11KV : 500MVA, i.e. 26KA for 3 sec at 11KV
3.0 TECHNICAL SPECIFICATION
3.1 GENERAL
3.1.1 The 11 KV HT. Switch board shall be totally enclosed dust and vermin proof, sheet metal clad, floor
mounted, free standing, indoor type and shall house circuit breakers, busbars, control equipments, cable
termination, current transformers, potential transformers, instruments, relays and other accessories. All HT
panels shall be with fully draw out type breaker carriages, compartmentalized design with pressed sheet
steel(thickness not less than 2.0mm) and with IP-4X class of enclosure. The circuit breaker compartment,
Busbar compartment, Cable compartment and LT compartment shall have its own pressure relief
flaps/vents with the view to release pressure which would develop in the unlikely event of fault. The vents
shall not allow entry of vermin in any case.
3.1.2 For each of the incoming and outgoing cubicles, the cable connection, HT busbars and all low voltage
control devices shall be housed in separate enclosures. These enclosures shall be necessarily isolated from
that for main circuit breaker chamber to offer better safety and protection of working personnel. All doors
other than cable chamber shall be of hinged and lockable type with Neoprene gaskets at all joints and the
cable chamber shall be fixed with nuts and bolts. Additional wire mesh guards and gaskets shall be
provided for cable chamber.
3.1.3 Two separate earthing terminals shall be provided for HT panels. The HT cubicles shall be provided with
automatic metallic safety shutters or those made of fiber glass of suitable insulation, which cover
automatically the isolating contacts when circuit breaker /PT is withdrawn from service position.
3.1.4 The exterior surface of the panels shall be painted with ALKYD Melamyde epoxy based paint by adopting
powder coating process after necessary surface treatment for sheet steel.
3.1.5 The switch board design shall permit extension on both sides. The 11KV HT switch board shall work on
11KV, 3phase, 50 Hz, solidly Grounded system with a short time rating of 26 KA for 3 sec.
Page 36 of 65
3.1.6 The switchboard shall be suitable to handle full rated capacity in the naturally ventilated atmosphere and it
shall be able to control and contain the high short circuit energy under internal arc conditions and ensure
safety of the operating personnel in case of faults.
3.1.7 The cubicle door can be fully shut with breaker in „ISOLATED‟ position to stop ingress of dust and
vermin. All switching operations shall be performed with the door closed.
3.2 HT CIRCUIT BREAKERS
3.2.1 Constructional features
3.2.1.1 HT circuit breakers envisaged in the specification shall be designed to control and protect the power
system. The circuit breaker shall be confirm to IS 13118:1991, IS 3427: 1969, IEC: 298, IEC: 694 and
IEC publication 56.
3.2.1.2 All circuit breakers shall be of horizontal isolation & horizontal draw out type construction having
easy naneuvering facility with separate lockable doors over their compartment. The circuit breakers shall
be fitted with necessary safety mechanical interlocks.
3.2.1.3 The moving carriage of circuit breakers shall be provided with earthing contacts continuously so that the
breaker remains positively earthed “in service” position and during withdrawal operation up to ”test”
position . The breaker shall have anti pumping features.
3.2.1.4 All circuit breakers shall have three operational position such as “Service” “Test” and “Drawout”
position with positive indication for each position. All circuit breakers of identical rating shall be
physically & electrically interchangeable.
3.2.1.5 The HT breakers shall be provided with motor operated, spring charged independent closing mechanism.
The mechanism shall have one geared motor which will automatically recharge the mechanism as soon as
breaker is closed. These breakers shall have electrical and mechanical trip free features and an emergency
mechanical push to trip the same. All the features of the equipment shall ensure complete safety of the
operation and shall be complete with approved safety devices to protect against potential hazards to
operating personnel or to the equipment around. The breakers shall also have facilities for manual
operation during emergency and servicing. Mechanism shall be simple, rugged and reliable with
minimum number of linkages. No damage to parts shall take place in case of any inadvertent attempt for
wrong operation.
3.2.1.6 All HT breakers shall be provided with at least 8 potential free Aux. contacts to be used by purchaser for
their interlocking/signaling purposes. Contact arrangement may be 4 NO + 4 NC and these shall be rated
for 230V AC, 10 Amp. Or 110V DC, 6Amp.
3.2.1.7 The circuit breakers shall be capable of rapid & smooth interruption of current under all condition
completely suppressing all undesirable phenomenon even under most severe & persistent short circuit
condition or when interrupting small leading or lagging reactive current.
3.2.1.8 The circuit breaker and panel should be completely type tested for 26 KA for 3 Sec. and Test Certificate
from independent authority should be submitted along with the Tender.
3.2.1.9 Facilities to check contact corrosion shall be provided particularly for VCB.
Page 37 of 65
Technical Parameters:
3.2.2.1 The triple Pole Breakers/Switchboard (11KV) shall have the following parameters:-
Sl. No. Parameters Make : SEIL/Siemens/ABB.
1 Voltage ( System/Rated) 11 KV/12 KV
2 Frequency 50 Hz ± 5 %
3 Short circuit breaking capacity (System) 26.3 KA rms for 3 Sec.
4 Minimum number of short circuit operation the
circuit breaker can withstand
1) Max. No. of short circuit operation @25KA : 80
Nos.
2) Max. No. of short circuit operation at 75% rated
current : 125 nos.
3) Max. No. of short circuit operation at 50% rated
current : 250nos.
5 Rated short circuit making capacity To mention
6 D.C Components of rated short circuit breaking
current To mention
7 Rated asymmetrical breaking capacity(KA) To mention
8 Rated operating duty To mention
9 Rated No. of operation at rated current. 10000
10 Maximum No. of short circuit operation 1) Max. No. of short circuit operation @ 25KA : 80
Nos.
2) Max. No. of short circuit operation at 75% rated
current : 125 nos.
3) Max. No. of short circuit operation at 50% rated
current : 250nos.
11 Rated power frequency with stand voltage.( for 1
min.) 28 KV rms
12 Rated Impulse withstand voltage 75 KVP
13 Type of breaker/Horizontal VCB
14 Breaker rating each 800A
15 Reference standard IEC-60298/IS 3427 & IEC-694/IS 12725
16 Degree of protection IP 4X
17 Cubicle door can be closed with breaker in test
position
Yes
18 Min. clear space required at : To be furnished along with detailed drawing.
19 Front ( Breaker withdrawn) As per standard T.S
20 Back As per standard T.S
21 Continuous current rating of busbar at 40ºC 800 A
22 Max. Temp. rise over 40ºC ambient at the
following shall be as per IS/IEC.
Busbar As per IS/IEC
Main isolating contacts As per IS/IEC
Page 38 of 65
Sl. No. Parameters Make : SEIL/Siemens/ABB.
Material& Grade of Busbar Electrolytic Copper(IS:1987)
Busbar support Insulators OK
Busbar shall be provided with OK
23 Spring charging Motor Universal Motor AC 220-240 V
24 Closing coil 110V DC
25 Power required for closing coil at rated voltage 200W (DC),200 VA (AC)
26 Tripping coil 110V DC
27 Power required for closing coil at rated voltage 200W (DC),200 VA (AC)
28 Emergency Manual trip /close on/off push button
29 Operation counter Yes
30 Mechanical life 30000 For Vaccum Interrupter
31 Net weight of each cubicle including breaker. To mention
32 Impact load for foundation design To mention
33 Overall dimensions. To mention
34 Space heater with thermostat & indication(
100/200w,220V A.C)
Yes
35 CT Ratio OUG & INC 400-200/1A/1A Make: pragati/Kappa
TRF 100 – 50 / 1 – 1
36 PT 11KV/√3/110V/√3/110V/√3
Make: pragati/Kappa
37 Protective Relay (Numerical Relays) Type & Make to mention
38 VAX31,VAPM31 Make: Areva
Indicating Instrument
39 Ammeter To furnish.
40 Voltmeter To furnish.
41 Analog Meter x
42 Control /Selector Switch Yes
Make: KAYCEE/SWITRON.
43 TVM(KWH) Yes
Make:AE/IMP/RISHAB.
44 Spring charging Motor Universal Motor (short time duty)
45 11 KV Incomer Feeder Yes
46 11 KV Outgoing Feeder Yes
47 Bus PT Feeder VSS
48 Indication Yes
49 RCS Reputed Make.
50 Release Combination 1 Shunt release
Page 39 of 65
Sl. No. Parameters Make : SEIL/Siemens/ABB.
51 Second Tripping Coil 110V DC
52 Auxiliary Switch Contact 6 No+ 6 NC +32 Pin Socket
53 Annunciator Annunciator with 6 window
Incomer As required
Outgoing As required
Buscoupler As required
54 Cable Connection Type Bottom, 3Cx185 Sqmm / 240 Sqmm
55 Application Indoor
Paint Shed RAL 7032
Aux.Voltage To furnish.
Control Voltage To furnish.
Antipumping Feature Yes
3.3 Bus-Bars
The power bus bars of HT switch board shall be made of high conductivity, electrical grade copper conductor
as per IS 1897: 1981 in rectangular section suitable for 1250 continuous current at 40 deg. C. ambient
temperature.
Horizontal and vertical bus bar shall be designed, manufactured and supported to withstand thermal and
dynamic stress corresponding to rated short time and peak withstand current as specified above. Capacity
of vertical Busbars (Jumpers) shall be same as that of the horizontal busbars.
Busbars including Jumpers shall be provided with proper grade of insulating sleeve and of proper colour
code for each phase. Split type epoxy moulded covers shall be provided for all busbar joints.
The bus bar chamber shall be provided with detachable side covers for regular maintenance and inspection
and have provision of extension on both sides. Busbar chamber shall be provided with IP - 4 X class of
enclosure.
Manufacturer shall be consider extension of the bus-bar chamber suitably at both ends through additional
covers for bus-bar chamber so that minimum damage takes place to operating portion of board in the
unlikely event of internal Arc. Conditions as referred to in clause 4.1.6 of T.S.
3.4 Current Transformers (CT)
Following CT‟s shall be considered for the switchboard.
3.4.1 Two core CTs shall be employed for measuring instruments and automatic tripping of circuit breakers on
overload, Earth Fault and short circuit protection. CT can be mounted on cable side of breakers with easy
accessibility. Class of accuracy and protection CT shall be 5P10 and for metering CT the same shall be
class 1.0. The VA burden of the CTs shall be minm.25% more than the calculated value. However, the
min. VA burden of CTs shall be 15 VA. CT shall confirm to IS: 2705 (parts 1-4)” 1992 with its latest
amendments.
3.4.2 All the CT‟s shall be cast resin insulated, Bar primary/ Wound secondary type. All secondary connections
shall be brought out through conduits to terminal blocks having provision of shorting links.
3.4.3 Ratio of the CT‟s shall be as indicated below.
(a) For Incomer /Outgoing Panel CT Ratio 400/200-1-1A.
For Transformer CT Ratio 100 / 50-1-1A
3.5 Potential Transformers (PT)
Page 40 of 65
Three (3) Nos. single phase units of (11KV/√3/110V/√3/110V/√3) PTs shall be mounted on incoming
panels. HRC fuse protection of adequate rating shall be provided on HT and LT side of PT. Accuracy class
of PT shall be 1.0. The primary and secondary of these PTs shall be “Star” connected and Tertiary „Open
Delta‟ connected (class – 3P) and used for, all protection and measuring purposes on board viz. line volt
meters, energy meters etc. PTs shall confirm to IS: 3156 (parts 1-4): 1992 with its latest amendments.
Potential transformers shall be cast resin, draw out type. PT changeover scheme shall be provided in the
switchboard between two incomer panels.
3.6 Protection & Relays
3.6.1 All protective & auxiliary relays shall be in dust & vermin proof enclosure, flush mounted on front
side of LV compartment and shall be draw out type.
3.6.2 The main protective relays viz O/C or E/F shall be numerical type. and auxiliary relays shall be solid state
or electromagnetic type.
3.6.3 The protection requirements of each panel as per standard T.S.
3.6.4 Insulation of relays should with stand 2.5 KV AC (rms) at 50 Hz for one second between all circuits and
the case and between all circuits not intended to be connected together as per IS-3231:1965.
3.6.5 Relays should be able to withstand Impulse and High Frequency Disturbance as per IS 8686: 1977.
3.6.6 Manufacturer shall furnish the details of relays (make, type, range etc.) considered by them for each feeder
in a tabular form together with descriptive literature of the Relays.
3.7 Indicating Instruments
3.7.1 All volt meters and ammeters shall be of 144 mm x 144 mm flush mounted analog type with linear scale
and zero adjustment device. All indicating instruments shall conform to IS 1248 (Parts 1-9): 1983, 84 &
93, IS -9249 (Part - I) and IS 2419: 1979 (reaffirmed 91) and shall be capable to withstand system fault
current taking in to consideration CT saturation. It is proposed to install the following indicating
instruments in the incoming and outgoing feeders.
3.7.2 11 KV Incomer Feeders
(1) Volt meter with VSS
(2) Ammeter with ASS
(3) Power Factor Meter
(4) Trivector Meter
3.7.3 Out Going Feeder
(1) KWH Meter.
(2) Ammeter with ASS
All indicating instruments shall have connection at back side shall be totally enclosed dust and vermin
proof construction.
Note:
The meters mentioned above shall be mounted on the front doors of LT compartments of respective HT Panel.
3.8 Earthing of HT Boards
The following norms shall be adopted for earthing of HT Boards:
1) Either integral earthing switch or separate earthing trucks shall be provided to facilitate earthing of any feeder
circuit and HT Board. In the latter version, one no. earth truck for the cable side shall be included in the offer
of switch board.
2) Continuous earth bus bar of minimum cross section 40x10mm copper or equivalent aluminum shall be
provided for each HT Panel. However, the cross section shall be checked to carry the peak short circuit and
short time fault current of the system.
Page 41 of 65
3) Earthing bus bar shall be positively connected/welded with different section of HT switch board, individual
functional units and non-current carrying metallic units.
4) Hinged door shall be earthed through stranded copper galvanized earthing braid.
5) For positive earthing of withdrawable units, silver plated copper strapping earthing contacts of “make before”/
“breake after” type shall be used ensuring earth continuity from “service” to “test” position of draw out type
breakers.
3.9 Annunciation
3.9.1 Signalling scheme shall include the following indications in all the panels.
i) Breaker ON (Red)
ii) Breaker OFF (Green)
iii) Auto trip (Amber)
iv) Trip Circuit Healthy (white)
v) Spring Charged (Blue)
Indication lamps shall be of low watt cluster of LED type & suitable for operation at 110V DC supply. Lamps
& lens shall be replaceable from front.
An audio-alarm shall be provided for trips of the breakers with the provision of Test, Accept & Reset facilities of
the alarm.
3.10 Selection & Control Switches & Other Misc. Items.
3.10.1 The Selection Switches
The selection switches for measuring instruments shall be suitable for 3 phases and phase to neutral
measurements. The remote/local selector switches of the switch board shall be lockable in each position. The
control switches shall be pistol grip, spring loaded and trip-neutral-close type with sequence device. The
switch gear and control panels shall have inscription plated for all panels with anodized lettering.
3.10.2 The control Wiring
The control wiring in the switch gear shall be carried out with single core stranded copper conductor PVC
cable of 1.5 sq.mm size (min.) with 6 sq. mm. clip-on type terminals. Protection wiring shall be carried out
with 2.5/4.0 sq.mm. size copper conductor adopting 10 sq.mm clip-on type terminals. Separate terminal
blocks shall be provided for each voltage class and carry the specific terminal number and voltage indication
thereon. Separate terminal blocks shall be provided for external connections. Atleast 20% spare terminals
shall be provided for future purposes. Control cable terminations shall be provided in the front portion of the
cubicle only. All devices, wires and the terminal blocks within the panel shall be clearly identified by durable
and legible tags & ferrules (stickers will not be acceptable) corresponding to those used in the applicable
schematic drawings or wiring diagrams.
3.10.3 Cable Chambers
The cable end termination chamber for each panel shall have adequate space for the termination of required
number, type and size of cables as described below and shall be provided with suitable bracings to support the
weight of the cables without undue stress on the terminals. The chambers shall be complete with all
accessories and shall form integral part of the cubicle and shall be freely accessible for cable connection.
Manufacturer shall include soldering type cu. Cable sockets/lugs & cadmium coated fasteners of suitable size
for all feeders in their scope.
Minimum Cable Termination height should be 600mm.
Sl.No Cable details Remarks
1 1x3cx185/240 sqmm. For Incomer Feeder
Page 42 of 65
XLPE armoured cable
2 1x3cx185/240 sq.mm
XLPE armoured cable.
For Outgoing/ interconnector Feeder
3.11 Remote Control station
The 11KV switchboard shall be controlled from remote location through a Remote Control station (RCS).
The RCS shall be 2mm thick sheet steel clad, totally enclosed indoor, dust and vermin proof, wall mounted
type. The exterior surface shall be painted after necessary surface treatment for sheet steel.
The RCS shall have hinged lockable doors at the front. All indication lamps, control switches etc.shall be
mounted on the front of RCS.
The RCS shall essentially comprise the following:
i) Pistol grip spring return Trip-Neutral-Close Switch identical to the one provided for the HT Panel (Re. item
3.11.1 of TS) -As required.
ii) Cluster LED indication lamps suitable for 110VDC. „ON‟ –Red.- As required.
„OFF‟- Green - As required.
Control wiring shall be done with 1.5 sq.mm PVC insulated flexible copper conductor wire. Terminal blocks
shall be 6 sq.mm clip-on type. Terminals for each feeder shall be separate for easy identification.
3.12 The list of Preferred makes for Bought – out items
The manufacturer shall purchase each of the specified electric components essentially from any of the
manufacturers indicated against such items as per list of preferred makes for bought-out items given below :-
Sl. No. Name of component / equipment Name of preferred manufacturer
1. Protective Relays ABB/SIEMENS/Areva
(Numerical also suitable for SCADA)
2. Auxiliary Relays ABB/AREVA/Siemens
3. Analogue Meter IMP/AC/MECO
4. Digital Meters DIGIELECTRO/MECO
5. Current Transformers Pragati/ABB/Siemens/AE
6. Potential Transformers Pragati/ABB/Siemens/AE
7. Control/Selector Switch Kaycee/Siemens
8. Trivector Meter Secure Engg. Meter/Equivalent
9. Spring Charging Motor Wolf
4.0 PERFORMANCE GUARANTEE TEST.
4.1 General
4.1.1 The entire supply under the scope of this specification shall be guaranteed to be free from any defects in quality
of design/materials/workmanship, adjustment/settings of various devices and manufacture of components etc.
The guarantee shall be valid for a period of 12 months after commissioning or 18 months after the date of
delivery whichever is earlier.
4.1.2 All defects noted before the expiry of the guarantee period shall be made good to the entire satisfaction of the
Purchaser with no extra cost to the Purchaser at purchaser premises.
4.2 INSPECTION AND TESTING
4.2.1 The inspection of equipment, components, fittings and mounting shall be carried out at the manufacturer‟s
premises. The supplier shall provide all necessary facilities to carry out stage inspection/final inspection and
testing of the assembled equipments at the manufacturer‟s premises.
4.2.2 The inspection by the Purchaser or his authorized representative/agency shall not relieve the supplier of his
liability for rectifying any defects which may subsequently appear or be detected.
4.2.3 The inspection shall be carried out by the Purchaser and/or his authorized representative after receiving 15 days
clear advance notice. All routine tests shall be witnessed by the purchaser at supplier‟s premises.
Page 43 of 65
4.2.4 The type, routine and special tests on this equipment include all the test recommended by the respective Indian
standards.
4.2.4.1 Certificates for all type tests shall be furnished by the manufacturer which shall necessarily include.
1) Short time current & peak withstand current.
2) Power frequency and impulse voltage withstand.
4.2.4.2 The routine tests which shall be witnessed during inspection for HT switchgear shall necessarily include:
1) Checking of simultaneous closing of three poles of each breaker.
2) Measurement of contact resistance for all three poles of each breaker
3) Contact pressure on each pole of the breaker & contact voltage drop.
4.2.4.3 The tests to be carried out on the assembled board at inspection stage shall include but not be limited to the
following:-
1) Inspection of the panel for damages or deviations.
2) Insulation resistance test with 2.5 KV megger for power circuit & with 500V megger
for control circuit..
3) Relay operation & CT ratio tests by primary & secondary injection.
4) Functional test of control, protection and switch gear.
5) AC high voltage withstand test on bus bars and circuit breakers.
6) CT polarity, continuity and IR value of winding.
7) Space heater operation check.
8) Indicating meter operation check.
9) Inter changeability of breakers at random.
SPECIAL INSTRUCTIONS.
5.0 Manufacturer shall furnish the following drawing / documents.
5.1 Drgs. showing General Layout, Overall dimensions and min. clearance required on all sides.
5.2 Copies of certificates and Test reports of all type tests including Internal Arc Test, Short time current and Impulse
Voltage withstand tests conducted by Independent Authority.
5.3 Details of Protective / Aux. Relays as mentioned in clause 4.6 of T.S. together with descriptive leaflet / literature of
Relays.
5.4 Manufacturer shall submit a reference list containing all necessary details of previous orders for similar type of
switchboards (26 KA for 3 Sec.) executed by them in last 5 years.
Page 44 of 65
DETAILS OF PROTECTIVE AND AUXILIARY RELAYS
`
Sr.
No.
Description of Relays Incomer Bus
Coupler
Outgoing /
Transformer
1. Numerical 1 Pole Non directional,
Over current/Earth Fault relay with
Setting range: DMT/IDMT
Current Setting – 5% to 250% in steps of 5%
Earth fault Setting – 5% to 250% in steps of 5%
Time multiplier Set – 0.025 To 1.0 in steps of 0.025
Direction Setting –Forward, Reversed, OFF
High setting - 50% To 2500% in steps of 50% For O/C & E/F
Aux.Voltage – 110 V DC
YES NO YES
2. Numerical Three Pole, Non directional,
3O/C + 1 E/F
Setting range: IDMT/DMT
Current Setting – 5% to 250% in steps of 1%
Earth fault Setting – 5% to 250% in steps of 1%
Time multiplier Set – 0.025 To 1.0 in steps of 0.025
Aux.Voltage – 110 V DC
NO NO YES
3. Static/Electromagnetic
Instantaneous 3 phase PT fuse failure Relay. Rated
Voltage-110V DC
YES NO NO
4. Static/Electromagnetic
Trip Circuit supervision relays
Suitable for pre-closing and post-closing super-vision of circuit
breaker Trip coil circuit
Rated Voltage: 110 VDC
YES YES YES
5. Static/Electromagnetic
Master Trip Relays suitable for operation
at 110V DC with sufficient number and
Configuration of contacts.
YES YES YES
6. Auxiliary Relays for Anti-pumping.
YES YES YES
7. Any other relays the Manufacturer proposes to provide.
Page 45 of 65
INDIAN INSTITUTE OF TECHNOLOGY, (BHU)
VARANASI- 221005
6MVA Transformer – 33KV/11KV
1 Name of Manufacturer As per list of approved makes
SEIL/ABB/Crompton.
2 KVA Rating 6000
3 No. of phase and rated frequency 3, 50 Hz.
4 Rated voltage (kV)
HV 33
LV 11
5 Connection
HV Delta
LV Star
VECTOR GROUP Dyn11
6 Winding
a HV Copper
b LV Copper
7 Insulation level (impulse withstand) (kVpeak)
a HV 75
b LV 28
8 Insulation level (Power frequency withstand) (kVrms)
a HV 75
b LV 28
9 Tapping
a Range +7.5% to -7.5% @ 2.5%
b No. of steps 17
c On HV Yes
d Tap changer type OLTC
10 Temperature rise of oil/winding over design ambient temperature of 50 (0C) 50/55(
0C)
11 Hot spot temperature rise over a maximum yearly weighted temperature of
32 0C
98 0C
12 Short circuit Thermal withstand time secs 2
13 % Impedance at 75 0C, rated current & Frequency % (subject to IS tol) 4
14 No load loss at rated voltage & frequency kW (subject to IS tol) 1.5
15 Load loss at rated current & 750C kW (subject to IS tol) 13.5
Page 46 of 65
Name of Manufacturer
As per list of approved makes
SEIL/ABB/Crompton.
16 Efficiency (%) 0.8 pf Upf
a 100% load 98.16 98.52
b 75% load 98.51 98.80
c 50% load 98.80 99.03
17 % Load at which Max Efficiency occurs (%) 33.33
18 Maximum Efficiency (%) 99.11
19 Regulation at full load 0.8pf% (%) 4.01
20 Regulation at full load upf% (%) 1.47
21 Bushings HV LV & LVN
a Reference standard IS 2099 & IS 3347
b Type of bushing Porcelain Porcelain
c Voltage Rating kV 52KV 17.5
d Current Rating Amps
22 Weight in Kgs (Approximate)
a Core and winding
b Tank & Fittings
c Oil
d Total weight
23 Approximate Overall dimension (in mm.)
a Overall Length
b Overall Breadth
c Overall Height
24 Approximate Wight of Heaviest package (KG)
25 Approximate transport dimensions LxBxH (mm.)
26 Fitting & Accessories as per specification Yes, IS:2026 & CBIP
27 Reference standard IS:2026
28 Termination
a HV Outdoor Bushing
b LV Bushing with enclosure
c Orientation 180 Degree
Page 47 of 65
LIST OF ACCESSORIES REQUIRED :
STANDARD FITTINGS
Details Quantity
Conservator with oil filling hole with bolted cover plate and drain plug 1
Prismatic Oil Level Gauge 1
Silicagel Breather with Oil Seal 1
Rating & Diagram plate 1
Monogram Plate 1
Storage instruction Plate 1
Explosion vent with single diaphragm i.e PRD Press Release Device 1
Thermometer pocket. (without thermometer) 1
Top filter valve 1
Drain cum bottom filter Valve 1
Air release Plug 1
Inspection Cover 1
Cover lifting lugs 2
Lifting Lugs 4
Earthing Pads 2
Bidirectional Plan Rollers 4
OPTIONAL FITTINGS REQUIRED
Buchholz Relay – With 2 Set of Contact (Alarm + Trip) 1
Oil Temperature Indicator (OTI) – 150mm. Dial – With 2 Set of Contact (Alarm + Trip) 1
Winding Temperature Indicator (WTI) – 150mm. Dial – With 2 Set of Contact (Alarm + Trip) 1
Marshalling Box – Containing OTI & WTI as per above 1
OLTC (In case of 33/11 kV Transformer) 1
RTCC (In case of 33/11kV Transformer) 1
AVR (In case of 33/11 kV Transformer) 1
Page 48 of 65
INDIAN INSTITUTE OF TECHNOLOGY, (BHU)
VARANASI- 221005
Transformer: 1000 KVA
TERMS & CONDITIONS :.
1. The equipment shall be strictly as per technical specifications including dimension as detailed
in respective Annexure.
2. All materials are subject to inspections & approval at destination/ manufacturer‟s works by IIT (BHU)
& rejected materials will be returned to you at your risk & cost.
3. All materials are to be securely packed & you will be liable for any loss or damage in transit.
4. The supplier/ manufacturer shall furnish test certificates & guarantee certificates of the equipment at
the time of delivery of the materials.
5. Performance Guarantee :
Whatever applicable, the Supplier/ Manufacturer shall guarantee the equipment/ materials supplied by
him as per schedule for a period of 12 months from the date of commissioning or 18 months from the
date of supply whichever is earlier against inadequacy in design, defective material, faulty
workmanship etc.
In the event of any inadequacy, defect, error, fault occurring during the guarantee period, it shall
be the responsibility of the Supplier/ Manufacturer to rectify the same with no extra cost the
purchaser.
Note: 1. The transformer shall be complete with first filling up oil & shall be as per IS-335.
2. The Supplier/ Manufacturer shall submit all test certificates & test reports of the following routine
tests of the transformers as per IS-2026.
i) Voltage ratio & polarity.
ii) Winding resistance
iii) Impedance voltage
iv) Dielectric Test
v) Vector group test
vi) No-load losses/ load losses
vii) Regulation at full load at 0.8 PF lagging
viii) Magnetic balance test
ix) Any other routine tests as per I.S.
3. Heat Run Test; the manufacturer shall carry out the same test only one of 1000KVA Transformer in
presence of Purchaser.
4. Manufacturer/ Supplier shall submit all relevant drawing of three copies transformer for approval of
the purchaser before taking up manufacture of the same.
5. Instruction manuals for installation, operation & maintenance and as built drawing of the
transformers, test certificate shall be submitted in four copies along with the equipment.
6. The transformer shall be inspected at the works of the manufacturer before dispatch by EWSS‟s
Engineers who shall be given 15 days notice in advance.
7. Reference Standard: IS 2026.
Page 49 of 65
General Technical Particulars for 1000 KVA Transformer
Sl.
No. Description Values
1 Type. Indoor
2 Make SEIL/ABB/Crompton.
3 Out put in KVA (Continuously rated). 1000 KVA
4 Rated voltage.
• H.V (volts). 11 KV
• L.V (volts). 0.433 KV
5 Rated Current.
• H.V (Amps). 52.48 A
• L.V (Amps). 1333.41 A
6. No. of Phases. 3
7 Type of cooling. ONAN
8 Frequency. 50 Hz.
9 Winding connection / vector group. Dyn11
H.V Winding. Layer
L.V Winding. Spiral wound
10 Tapping. (OFF circuit with locking arrangement on H.V. side) +5 to -10% in Steps of 2.5%
Through Off Load Tap Changer
11 Design of ambient Temperature. 50ºC
12 Temperature rise of Oil. 50ºC
13 Temperature rise of Winding. 55ºC
14 Class of Insulation. "A"
15 Dimensions.
• Length ( mm).
• Width ( mm).
• Height ( mm).
16 Percentage Impedance. <5%
17 X/R ratio. <3.80%
18 Iron losses at normal voltage ratio. <2.2 KW
19 Copper losses at normal voltage ratio at full load. <12.0 KW
20 Efficiency at Unity P.F.
• 110 % load. To mention
• 100 % load. To mention
• 75 % load. To mention
• 50 % load. To mention
• 25 % load. To mention
21 Regulation at
• Unity P.F. To mention
• 0.8 P.F. To mention
Page 50 of 65
-2-
Sl.
No. Description
Values
22 Insulation level (Impulse withstand) KV peak.
• H.V 75
• L.V ..
23 Insulation level ( Power frequency withstand) KV rms
• H.V 28
• L.V 3
24 Maximum flux density.
• 100% rated voltage. 1.7
• 110 % rated voltage. 1.87
25 Approximate weight.
• Core and winding ( kgs.) To mention
• Tank and fittings ( kgs.) To mention
• Oil (kgs.) To mention
• Total weight ( kgs.) To mention
26 H.V box clearances (minimum).
• Phase to Phase. As per CBIP
• Phase to Earth. As per CBIP
27 Terminal details.
• H.T
Cable chamber box with disconnection
chamber suitable for 1 No. 3Cx240
Sqmm. XLPE Armoured cable.
• L.T
Cable chamber box, suitable for 6 Nos.
3.5C x 185 Sqmm. AYFY cables.
28 Neutral Earthing Arrangement
Neutral shall be brought out on 433V
side through and shall be solidly
earthed with neutral isolation provision.
29 Maximum efficiency is 98.96 % at loading. To mention
30 Short circuit terminal withstand time. 2 sec.
31 Reference standard. IS 2026
32 Winding Insulation type. Uniform type
33 Fittings & Accessories. To include in Scope
a) Rating and diagram plate. ----Do----
b) Earthing terminals 2 nos. ----Do----
c) Lifting lugs. ----Do----
d) Air release hole with plug. ----Do----
e) Dehydrating silica gel breather. ----Do----
f) Prismatic Oil level guage. ----Do----
g) Oil fitting hole with plug on conservator. ----Do----
h) Oil conservator with drain plug. ----Do----
i) Thermometer pocket. ----Do----
j) Jacking lugs. ----Do----
k) Bottom drain cum filter valve ----Do----
l) Top filter valve ----Do----
m) 4 Nos. bi- directional rollers ----Do----
n) Pressure relief valve ----Do----
o) Marshalling box ----Do----
p) 150 mm OTI with alarm & trip ----Do----
q) 150 mm WTI with alarm & trip ----Do----
r) Buchholz relay with alarm & trip ----Do----
s) Shut off valve for buchholz relay. ----Do----
u) Detachable Radiators with top & bottom valves and locking
arrangement. Valve shall be flange type.
----Do----
v) Explosion vent. ----Do----
Page 51 of 65
TECHNICAL SPECIFICATIONS OF 440V POWER CONTROL CENTRE
1. General
The 440V power control centre (PCC) shall be floor mounted, single front, dust, damp & vermin proof, 2mm sheet
steel enclosed cubicle type with compartmentalized feeder units & shall be complete with 75mm base channel. All
ACBs shall be drawout type and the rest of the PCC shall be non-drawout type. The PCC and ACBs shall generally
conform to relevant standards as specified elsewhere in the specification. The PCC shall have IP 52 enclosure and
shall be suitable for operation in the atmosphere laden with conductive dust. The approximate dimension of the
PCC shall be 4750(L) x 800 & 1200(D) x 2400(H)mm.
2. Main Technical Features
a) System of supply - 433V + 10%, 3 phase, 4 wire, 50Hz + 5%, netural
solidly grounded.
b) Fault level - 50KA at 440V for 1 sec.
c) Ambient temperature - 400c
d) Control voltage - 230V/440V AC as required.
3. The PCC shall comprise the following feeders.
Feeder description Type Qty. (Rating (400c)
Incomer ACB 2 Nos. 2000A
Bus coupler ACB 1 No. 2000A
Outgoing MCCB feeders MCCB 8 Nos. 400A
Outgoing MCCB feeders MCCB 2 Nos. 630A
Busbar(Copper) Rating
(Horizontal & Vertical) - - 2000A
3.1 Incomer, Buscoupler & outgoing ACB feeders (Interconnector)
Air Circuit Breaker
Type (3 pole) - Drawout
Closing mechanism - Manual
Protection - Microprocessor based self powered trip devices
having following minimum features.
i) Over current protection with 50% -100% setting
range.
ii) Earth fault protection.
iii) Instantaneous short circuit protection.
Shunt trip release suitable for 230V/440V AC,
50Hz shall also be provided for external tripping
of the breakers.
The short circuit
breaking capacity - 50KA (RMS) at 415Volt.
Metering
Incomer feeders shall be provided with voltmeter of 0 -500V range with phase selector switch & protective HRC
fuses. All ACB feeders except Buscoupler shall have ammeter of range 0 – 1600A with phase selector switch. The
sizes of voltmeter & ammeter shall be 144mm x 144mm. In addition to above Digital voltmeter and ammeter shall
also be considered.
Current Transformers
Separate/ double would CTs shall be provided for metering & protection. CTs shall be of CTR – 1600/1A or 5A,
5VA, class 1.0/3.0
Indication
Page 52 of 65
All ACB feeders shall have ON/OFF/TRIP (RED/GREEN/AMBER) indicating lamps of LED type suitable for
230V/440V AC.
Control Supply
Miniature circuit Breakers (MCB) of 2 pole, 10Amps shall be provided for control supply of 230V/44V AC for all
the AC feeders.
The incomer & Buscoupler feeders shall be mechanically /Electrically interlocked for operation of two breaker only
at a time. All ACB panels shall be provided with space heaters complete with thermostats, control fuses & MCB.
1 No. maintenance trolley for handing of ACBs shall be supplied alongwith the PCC.
3.2 Outgoing MCCB Feeders
All the MCCB feeders shall be of Non – drawout type with solid state type overload, short circuit & earth fault
protection with all adjustable setting and front operating handle. The MCCB shall have short circuit breaking
capacity of 50KA at 415V AC.
All the MCCB feeders shall have CT operated ammeter of range 0 - 400A with phase selector switch. CTs shall be
of CTR – 400/1A or 5A, 5VA, class 1.0/3.0. The size of Ammeter shall be 96mm. x 96mm.
4. Bus Bars
Main busbars shall be rated at 2000Amp and shall be horizontal, PVC sleeved. The busbars (main as well as
vertical) shall be of high conductivity copper of electrical grade
as per IS: 6050. The busbars shall be uniform in cross section throughout its length & shall extend throughput the
entire length of PCC. The main busbars shall have provision for extension at both ends. The vertically busbars
(droppers) shall be extended from the main horizontal busbars to each section for feeding power to the different
feeder units. The busbars (main as well as vertical) shall be suitable for 440V, 50Hz 3phase & neutral system. The
busbars & its insulating supports shall be designed to withstand the thermal & magnetic stress corresponding to
50KA at 440V for 2 sec.
An earth bus of suitable size shall be provided all along the length of PCC with necessary termination arrangement
at both ends.
5. Busbar Chamber
All the phases & natural main busbars shall be located at the top in a separate air insulated busbar chamber. The
top & side covers of the main busbar chamber shall be bolted type for easy accessibility. The vertical busbars
(phases & neutral) shall be housed in a completely enclosed chamber accessible from the rear of the PCC. Rear
access shall be provided by removable rear cover plates for inspection of busbars. Rear covers shall be hinged and
bolted type. Vertical busbars shall be provided with insulation sheet cover for protection against accidental
contacts.
The power & control terminals shall be provided in the rear chamber of the PCC for cable terminations. The rear
chamber shall have the facility for cable clamping also.
6. General
a) The vertical sections shall have front access, front access, front hinged door with locking arrangement &
insulated thumb screws. The vertical sections shall be provided for housing MCCB feeders and ACB feeders.
b) All components & wiring shall be easily accessible. All electrics shall be front mounted, front wired & front
connected and the feeder units shall be isolated from each other.
c) The operating switches, handles/knobs etc. shall be mounted on the door of the feeder units in such a manner that
it should not obstruct the maintenance of equipment.
d) Removable protective guard/cover for outgoing power terminal & incoming busbars of ACBs shall be provided.
e) All incoming & outgoing feeder units shall be provided with inscription plates. The inscription plates shall be
black anodized aluminium plates with white engraving. The inscription plates shall be riveted to the panels.
7. Wiring
a) The manufacturer shall provide all wiring for the equipment in the PCC. The wiring shall be such that it will
ensure proper functioning of control protection, sequence and inter locking scheme.
Page 53 of 65
b) The control wiring shall be done with 1.1KV grade 2.5/1.5Sqmm single core PVC insulated stranded copper
conductor cables.
c) Wiring shall be neatly bunched, adequately supported so as prevent sagging and strain on the terminal
connections. Wires for each circuit shall be separately grouped & bunched.
d) All spare contacts of all components in control circuit shall be wired up to the terminal blocks.
e) All components, terminal blocks etc. within the panel shall be clearly identified by durable and legible tags
(sticker will not be acceptable) corresponding to those used in the approved drawings.
f) All wiring shall be provided with engraved plastic ferrules, numbered to correspond with the approved wiring
diagram for easy & quick identification. Numbering of ferrules shall be of insulating materials with glossy finish
and shall be proof oil or grease.
8. Cable terminations
a) Power & control outgoing terminals shall be mounted in different vertical plane for providing necessary
segregation.
b) PCC should be designed to have cable entries from the bottom & sufficient space shall be provided for bending
the cables. Removable gland plates shall be provided in the individual cable chamber for termination of cables.
c) The control circuit terminal block provided for external connection shall be clip on type of 6Sqmm. size and
shall be vertically mounted . 20% spare terminal block shall be provided.
The outgoing power terminals shall be stud type/ busbar type as per suitability & shall be provided with necessary
cadmium coated M.S. nuts, bolts, screws, washers etc. for cable terminations.
The lowest terminals shall be located at least 600mm above the bottom plate.
d) The PCC shall be complete with compression cable glands and crimping type Al. lugs soldering type Cu. cable
sockets/ lugs of suitable sizes for termination of all incoming & outgoing cables.
e) The cable chamber for all ACB feeders shall be suitable for termination of 5 Nos. 3½ x 300Sqmm OR 6 Nos. 3
½ x 185Sqmm AYFY cable with epoxy end termination kits and crimping/soldering type Al./ Cu. cable sockets
lugs.
Each MCCB feeder shall have provision for termination of 2 Nos. 3½ x 185 Sqmm and 3 Nos. 3 ½ x 185 Sqmm
OR 2 Nos. 3 ½ x 300Sqmm AYFY cable for external connections.
Note: Size of termination should be as per rating of the Incomer & Outgoing feeders to be finalized during
approvel of drawing.
9. Fabrication
All metal surface shall be chemically cleaned, degreased and pickled in acid to produce a smooth, clean surface,
free of scale, grease & rust. After cleaning, The surface shall be given a phosphate coating followed by a high
quality zinc oxide primer and baking in the oven.
The FBA shall be finished with two coates of stoving type enamel paint in light grey shade as per IS: 5 shade 613.
Sufficient quantity of touch-up paint shall be furnished for applicable at site.
10. Standards
The PCC shall be classified as FBA (Factory Built Assemblies) as per IS: 8623 and comply with the latest issue of
the following standards.
a) IS : 8623 - General requirement for factory built assemblies upto 1000V.
b) IS : 4237 - General requirement for switch gear and control gear for voltage
not exceeding 1000Volts.
c) IS : 4064 - Specification for heavy duty air-break switches and composite units
of air break switches and fuses for voltage not exceeding 1000Volts.
d) IS : 2147 - Degree of protection providing by enclosures for low voltage switch
gear & control gear & control gear.
11. Make of Components
i) ACB - L&T/ Siemens/ Schneider/ GE
ii) MCCB - Schneider / ABB/ Siemens / GE
iii) Ammeter & Voltmeter - AE/IMP/MECO
iv) Current transformer - Pragati/ABB/ Siemens/AE/Kappa
v) Selector Switches - Siemens / Kaycee
Page 54 of 65
vi) Control Switch/ Isolator - Siemens/BCH/L&T
vii) MCB - Legrand /L&T
viii) Control HRC fuses - Siemens/ GE
ix) Indication lamps - Siemens/ Ross Control / ESSEN
12. Note
a) A sketch showing tentative layout of the PCC indicating approximate dimensions, location and size of busbar &
cable/busbar chambers shall be furnished alongwith the quotations .
b) GA drawings giving details of foundation, mounting arrangement, component layout of the panels, single line
diagram, power & control ckt. diagram, terminal diagram etc. shall be submitted within 30 days from the date of
receipt of order for our approval.
c) The PCC shall be inspected at the works of successful Tenderer before dispatch by IWDEngineers who shall be
given 15 days notice in advance.
Page 55 of 65
Technical Specifications of 440AC Power Distribution Board
The Power Distribution Board (PDB) shall be floor mounted, free standing, single front, dust damp & vermin proof 2mm.
sheet steel enclosed cubicle type with compartmentalized feeder units and shall be complete with 50mm base channel. All
the incoming and outgoing feeder units of PDB shall be respectively non-drawout type TPN MCCB & TPN fuse-switch
units complete with HRC fuses. The PDB shall have IP 52 enclosure and shall be suitable for operation at 440V, 50Hz,
3phase, 4 wire AC system at 450 ambient temperature & shall be rated for not lass then 35KA at 440V for 1 sec. The
approximate dimensions of the PDB shall be 1050(L) x 1750 (H) x 450 (D) mm.
The PDB shall essentially comprise the following feeders :.
i) 1 No. 440V TPN 400A moulded case circuit breaker (MCCB) as incomer feeder. The incomer MCCB feeder
shall be non-drawout type with static type overload, Short circuit & earth fault protection with all adjustable
setting ranges and front operating handle. The MCCB shall have short circuit breaking capacity of 50KA at
415V AC.
The incomer feeder shall be provided with following;
Voltmeter of 0-500V range & 96mm x 96mm size with phase selector switch &
protective HRC fuses.
CT operated ammeter of range 0-400A & 96mm x 96mm size with phase selector
switch. CTs shall be of CTR -400/1A or 5A, 5VA, class 1.0 or 3.0
ii) 2 Nos. 440V 125A MCCB complete as outgoing feeders.
iii) 2 Nos. 440V TPN 63A Switch-disconnector Fuse Units complete with 63A HRC fuses as outgoing feeders.
iv) 2 Nos. 440V TPN 32A Switch-disconnector Fuse Units complete with 63A HRC fuses as outgoing feeders.
The main TPN busbars shall be horizontal & vertical as well and shall be rated at 400A. Both types of busbars shall be of
electrolytic copper. All the phase & neutral busbars shall be housed in a separate air insulated vertical as well horizontal
busbar chambers. The front & rear cover of the busbar chambers shall be bolted/ hinged type. The busbars & its insulating
supports shall be designed to withstand the thermal & magnetic stress corresponding to short circuit fault level of 35KA at
440V for 1 sec.
The vertical sections shall be divided into functional feeder units for housing incoming & outgoing feeders. The feeder units
shall have front access, front hinged door with locking arrangement & insulated thumb screws. The rear cover of all the
vertical sections shall be hinged & bolted type. Each section shall contain an isolated full height cable alley.
The cable alley shall be minimum 325mm wide. The front cover & the rear cover of the cable alley shall be bolted/ hinged
type. The stud type power terminals of suitable size shall be provided in the cable alley for cable termination of outgoing
feeder units. The cable alleys shall have the facility for cable clamping also. The detachable bottom cable gland plates shall
be provided in the cable alleys for termination of outgoing cables and in the incoming feeder chamber for termination of
incoming cables. The lowest power terminals shall be located at least 300mm above from the bottom plate for outgoing
cables. Removable protective guard/ cover for main vertical busbars & power terminals shall be provided. Incoming &
outgoing feeders shall accept PVC insulated PVC sheathed Armoured stranded Al. conductor cables of adequate sizes for
cable terminations.
An earth bus of suitable size shall be provided all along the length of PDB with necessary termination arrangement at both
ends. The PDB shall be dully painted with two coats of stoving type enamel paint in light gray shade as per IS: 5 shade 613.
All the feeder units of the PDB shall have black anodized riveted aluminium inscription plates with white engraving. Details
Page 56 of 65
of the inscription shall be furnished to the successful tenderer. Danger boards shall be affixed onto the front & rear cover of
vertical main busbar chamber.
A rough sketch showing the General Arrangement of the PDB NO-6 is enclosed herewith for Tenderer‟s reference.
The make of components of the PDB shall be as follows :
MCCB - GE/L&T/ Siemens/Schneider
Switch-Disconnector Fuse units - Siemens /L&T/Legrend
Ammeter & voltmeter - AE/IMP/MECO
Current transformer (CT) - Pragati/ABB Siemens/AE/Kappa.
Selector switches - Siemens/Kaycee/BCH/ SALZER
Control HRC fuses - Siemens/L&T
NOTE:
1. The Tenderers shall confirm make of components as indicated in the above technical specifications.
2. A sketch showing tentative layout of the PDB indicating approximate dimension, location & size of busbar
chamber etc. shall be furnished alongwith the Quotations.
3. GA/Dimensional drawings giving details of foundation/mounting arrangement, components layout of the PDB,
SLD etc. shall be submitted within 15 days form the date of receipt of order for our approval.
4. The PDB shall be inspected at the works of the successful Tenderer before dispatch by EWSS Engineers who shall
be given 15 days notice in advance.
Page 57 of 65
TECHNICAL SPECIFICATIONS OF AUTOMATIC LIGHTING
CONTROL PANEL CUM DISTRIBUTION BOARD
Automatic lighting control panel cum distribution board (ALCP) shall be dust and vermin proof wall/structure mounting
type in 2mm. thick sheet steel enclosure with lockable front hinged door. The panel shall have IP52 enclosure and suitable
for 440V, 3phase, 4 Wire, 50Hz. lighting supply at 45oC ambient temperature & shall be rated for not less than 10AK at
440V for 1 sec. and shall have two compartments. The approximate dimension of ALCP IS 750(L) x 800(H) x 300(D)mm.
The left hand compartment shall comprise the following components;
1 No. 125A power contactor with 230V AC coil voltage.
1 No. timer with 230V AC coil voltage.
2 Nos. 2A HRC fuses for control circuit.
A 3 way by pass switch for by passing arrangement of the timer.
A set of outgoing and incoming stud type power terminals.
The right hand compartment shall comprise the following components:
A set of 200A TPN 440V AC Electrolytic grade copper bus-bars.
3 Nos. 50A MCB for outgoing Feeders (1 pole).
3 Nos. 32A MCB for outgoing Feeders (1 pole).
1 No. 160A 4 pole MCCB as incomer.
The power wiring shall be done with single core 25Sqmm. 1.1KV grade copper flexible cables and control wiring shall be
done with 1.1KV grade 1.5 Sqmm. single core copper flexible cables. Removable gland plates shall be provided at the
bottom and top to accept 1 No. 3 ½ x 70 Sqmm. PVC armoured Al. Conductor cables as incomer and 4 Nos. 4 x 16 Sqmm.
PVC armoured Al. conductor cables as outgoing feeders. Suitable power terminals shall be provided to facilitate cable and
terminations. The panel shall have 2 Nos. earth terminals for external earthing of the panel. The ALCP shall be duly painted
with two coats of staving type enamel paint in light grey shade as per IS:5 shade 613.
The Make of component of ALCP shall be as follows :
HRC fuse with base G.E./L&T
MCB L&T/ Hager/Legrand
LCD Display, Time Switch 230V AC 24 Hour dial L&T / GE
Power Contactor with 230V AC coil voltage SIEMENS / Schneider
A/M Selector Switch L&T-SALZER
IND. Lamps 230V AC, 22.5DIA Siemens / ESSEN
Self Reset Push button Siemens / ESSEN
Control fuse with base G.E./L&T
Terminal ELEMEX.
Page 58 of 65
TECHNICAL SPECIFICATION FOR CABLES
Sl. No.
Item Description Quantity
1.0
33KV (E) grade stranded Aluminium conductor screened with extruded
semi conducting compound, XLPE insulated, insulation screened with
extruded semi conducting compound and copper tape, cores laid up, wrapped
PVC/ thermoplastic tape inner sheathed, single layer of galvanized flat steel
strip armoured and overall PVC outer sheathed power cable conforming to
IS-7098 (part-II)/1985 with latest amendments of the following size:
1.1 3 core x 300 Sqmm. As required
NOTE :- 1. Tenderers must furnish alongwith their tenders the technical parameters
of 33KV (E) XLPE cables in the format as given in the enclosed
Annexure – IA.
2. The cable shall be supplied in durable steel drums.
3. Makes:- Gloster/Universal/ KEI Industries Ltd.
2.0 11 KV (E) grade stranded Aluminium conductor screened with extruded
semi conducting compound, XLPE insulated, insulation screened with
extruded semi conducting compound and copper tape, cores laid up, wrapped
PVC/ thermoplastic tape inner sheathed, single layer of galvanized flat steel
strip armoured and overall PVC outer sheathed power cable conforming to
IS-7098 (part-II)/1985 with latest amendments of the following sizes :
2.1 3 core x 240 Sqmm.
As required
2.2 3 core x 185 Sq.mm.
As required
2.3 3 core x 120 Sq.mm.
As required
NOTE :- 1. Tenderers must furnish alongwith their tenders the technical parameters
of 11KV (E) XLPE cables in the format as given in the enclosed
Annexure – IB.
2. The cable shall be supplied in durable wooden drums.
3. Makes:- Gloster/Universal/ KEI Industries Ltd.
Page 59 of 65
TECHNICAL SPECIFICATION
Sl. No.
Item Description Quantity
1.0 1.1KV grade stranded Aluminium conductor, PVC insulated, wrapped PVC tape inner
sheathed, galvanized round steel wire/flat steel strip armoured and PVC overall outer
sheathed power cables conforming to IS: 7098(Part –I) with latest amendments of the
following sizes:-
Makes:- Gloster / Universal / KEI Industries Ltd.
1.1 3 ½ core x 185 Sqmm. As required
NOTE :-
1. The cable shall be supplied in durable wooden drums.
Technical Parameters of 33KV(E) XLPE Cables
Sl.
No.
Parameters
Cable Sizes
3C x 300 Sqmm
1. Approx. overall Diameter in mm
2. Current rating in Air 400c in Ground 30
0c
3. Short ckt rating for 1 Sec in KA (rms)
4. Dielectric Strength KV/mm
5. Dielectric Constant
6. Max. Conductor
Temperature
Normal
overload
Short circuit
Page 60 of 65
Technical Parameters of 11KV(E) XLPE Cables
Sl.
No. Parameters
Cable Sizes
3C x 240 Sqmm
3C x 185 Sqmm 3C x 120 Sqmm
1.
Approx. overall Diameter in mm
2. Current rating
in Air 400c
in Ground 300c
3. Short ckt rating for 1 Sec in KA
(rms)
4.
Dielectric Strength KV/mm
5. Dielectric Constant
6. Max. Conductor
Temperature
Normal
Overload
Short circuit
Page 61 of 65
Page 62 of 65
Page 63 of 65
Page 64 of 65
440V AC Power Distribution Board
GA Drawing (Tentative)
All Dimension in mm
Cable
Alley Bus-Bar
Chamber
30
0
20
0
20
0
50
200 x
2
20
00
200
300 350 250 350
400 A MCCB Incomer
125A MCCB O / G
125 A MCCB O/G
63 A TPN SFU O/G
63 A TPN SFU O/G
32 A x 2 Nos. TPN SFU
O/G
Page 65 of 65