-
HARYANA VIDYUT PRASARAN NIGAM LIMITED
BIDDING DOCUMENT No. REC-131
Augmentation of 400kV Sub-station, Daultabad from 3x315MVA,
400/220kV to 4x315MVA, 400/220kV Transformers, Augmentation of
400kV Sub-station, Nawada from 2x315MVA, 400/220kV to 3x315MVA,
400/220kV Transformers and Construction of 02 Nos. 400 kV Line Bays
& 01 No. Tie Bay at 400 kV Sub-station Kirori for accommodating
400 kV D/C PGCIL Jind Kirori Line with Twin-Moose ACSR Conductor
on
turnkey basis in the state of Haryana.
TECHNICAL SPECIFICATION
VOLUME II
Chief Engineer/MM, Haryana Vidyut Prasaran Nigam Limited Power
Colony, Ind. Area, Phase-II, Panchkula-134109 Ph:- 0172-2591742,
2591729, 2591117 Fax:- 0172-25917
August, 2014
-
CONTENTS TECHNICAL SPECIFICATIONS
BID DOCUMENT NO. REC- 131 VOLUME-II FOR 400 KV SUB-STATION
MATERIAL
SECTION 1 GENERAL
SECTION GTR GENERAL TECHNICAL REQUIREMENT SECTION TFR TECHNICAL
SPECIFICATION OF 315 MVA, 400/220 KV AUTO
TRANSFORMER
SECTION-SWG TECHNICAL SPECIFICATION OF SWITCHGEAR
Chapter-CB 420 KV Circuit Breakers
Chapter-ISO 420 KV Isolators
Chapter-SA 420 KV Gapless Surge Arrestors
Chapter-FPS Fire Protection System
Chapter-LS Lighting System
SECTION-SE SWITCHYARD ERECTION
SECTION-STR STRUCTURES
SECTION-PCC POWER & CONTROL CABLES
TECHNICAL SPECIFICATION APPLICABLE FOR REST OF EQUIPMENT AND
WORK
SECTION-2 GENERAL TECHNICAL REQUIREMENTS
SECTION-3 VOID
SECTION-4 TECHNICAL SPECIFICATION OF SWITCHGEAR
Chapter-1 245 KV SF-6 Breaker
Chapter-2 245KV Isolators & L&E Switches
Chapter-3 198KV Gapless Surge Arrestors
SECTION-5 TECHNICAL SPECIFICATION OF PROTECTIVE GEAR
Chapter-1 420 & 245KV CT/NCT
Chapter-2 245,145 & 72.5 KV CVT/PT and 36 KV PT
Chapter-3
400, 220 , 132, 66 & 33 KV Control & relay panel for
Sub-Stations with Sub-Station automation system
Chapter-4 Sub-Station automation system with AC Kiosks
SECTION 6 TECHNICAL SPECIFICATION OF ELECTRICAL AND MECHANICAL.
AUX Chapter-1 245kV Bus Post Insulators
Chapter-2 LT Power Cables
Chapter-3 Fire Fighting Equipments
Chapter-4 Armoured copper control cable
Chapter-5 Marshalling kiosks
SECTION 7 SWITCH YARD ERECTION AND INSTALLATION SECTION 8 STEEL
STRUCTURE SECTION 9 CIVIL WORKS
LIST OF DRAWINGS
GTPs
-
SECTION -1 (GENERAL)
1.1 INTRODUCTION: The scope of this specification covers
creation of providing 315MVA, 400/220kV T/Fs & line bays and
its bays on supply cum erection (turnkey) basis as per Annexure-I
on single source responsibility basis.
1.2 SCOPE:
The detailed scope of work shall be as under:
1.2.1 Scope of work for 400 kV S/Stn. Daultabad (Gurgaon) is as
under:-
The detailed scope of work includes augmentation of 400 kV
S/Stn. Daultabad by accommodating additional 4th, 315MVA, 400/220kV
auto T/F with allied switchgear and protective equipments as per
attached GELO Drg. No. HGD-1/3149/R-7.
The scope covers Design, Engineering, manufacture, testing,
supply on FOR destination site basis, including transportation
& insurance, storage, erection, testing and commissioning of
following equipments/items, complete in all respect:-
a) 1x315MVA, 400/220kV, 3Phase Auto Transformer b) 400kV/220kV
Ckt breakers, Isolators, L&E Switches, all types of Current
Transformers, Surge Arrestors, Bus Post Insulators etc. along
with their terminal connectors & mandatory spares.
c) Integration of T/F bay with existing automation system &
bus-bar protection scheme of Siemens Make against REC-068.
d) 400kV and 220kV C&R Panels for S/Stn. having automation
system. e) 1.1 kV grade power & control copper cables along
with complete accessories. f) Lattice and pipe structures
(galvanized) and equipment support structures shall be
provided as per employers drawings to be provided during
detailed engineering, except Circuit Breaker Support Structure
which shall be as per Circuit Breaker manufacturers design.
g) ACSR/AAC Conductor & aluminium tube shall be
provided/matching with existing conductor/aluminium tube.
h) Insulator strings and hardware, clamps and connector,
matching with existing conductor and aluminum tubes, Bus bar and
earthing materials, bay marshalling kiosks, spacers, cable
supporting angles/channels, cable trays and covers, junction boxes,
outdoor trenches with trench cover for control cables etc.
g) Connection of equipment with existing earthmat with risers
upto desired level, laying of auxiliary earthmat and earthing of
LAs. h) Complete lighting and illumination for the bays covered in
the scope shall be provided by the contractor as per drawing/BOQ.
i) C-Wedge connectors and equipment interconnections shall be
suitable as per
existing conductor. j) Any other equipment/material required to
complete the specified scope. k) Extension of existing fire
protection system for 315MVA T/F as per technical
specification Chapter-FPS.
-
CIVIL WORKS
The work shall be including design, engineering, supply of
labour & material as per schedule of quantities but not limited
to the following:-
a) Foundation for Lattice and pipe structures and
equipments.
b) Cable trench crossing with rail tracks, roads and culverts
etc.
c) Collection, screening, cleaning and stacking of already laid
stone ballast (gravel) and re-laying the same in switchyard area
without any extra cost to HVPNL, only the gravel laid a fresh will
be measured and paid.
d) Cable trenches along with covers, cable racks including
joining the existing trenches. The cable trench layout drawing
shall be furnished by the contractor during detailed
engineering.
e) Construction of anti wire wall between transformer. f) Design
and construction of foundation for circuit breaker.
1.2.2 Scope of work for 400 kV S/Stn. Nawada is as under:-
The detailed scope of work includes augmentation of 400 kV
S/Stn. Nawada by accommodating additional 3rd, 315MVA, 400/220kV
auto T/F with allied switchgear and protective equipments as per
attached GELO Drg. No. HGD-1/3157 (R-8).
The scope covers Design, Engineering, manufacture, testing,
supply on FOR destination site basis, including transportation
& insurance, storage, erection, testing and commissioning of
following equipments/items, complete in all respect:-
a) 1x315MVA, 400/220kV, 3Phase Auto Transformer b) 400kV/220kV
Ckt breakers, Isolators, L&E Switches, all types of Current
Transformers, Surge Arrestors, Bus Post Insulators etc. along
with their terminal connectors & mandatory spares.
c) Integration of T/F bay with existing automation system &
bus-bar protection scheme of Areva/Alstom Make against WB-2/G-01
(Pkg-A).
d) 400kV and 220kV C&R Panels for S/Stn. having automation
system and separate AC kiosks is required.
e) 1.1 kV grade power & control copper cables along with
complete accessories. f) Lattice and pipe structures (galvanized)
and equipment support structures shall be
provided as per employers drawings to be provided during
detailed engineering, except Circuit Breaker Support Structure
which shall be as per Circuit Breaker manufacturers design.
g) ACSR/AAC Conductor & aluminium tube shall be
provided/matching with existing conductor/aluminium tube.
-
h) Insulator strings and hardware, clamps and connector,
matching with existing conductor and aluminum tubes, Bus bar and
earthing materials, bay marshalling kiosks, spacers, cable
supporting angles/channels, cable trays and covers, junction boxes,
outdoor trenches with trench cover for control cables etc.
g) Connection of equipment with existing earthmat with risers
upto desired level, laying of auxiliary earthmat and earthing of
LAs. h) Complete lighting and illumination for the bays covered in
the scope shall be provided by the contractor as per drawing/BOQ.
i) C-Wedge connectors and equipment interconnections shall be
suitable as per
existing conductor. j) Any other equipment/material required to
complete the specified scope. k) Extension of existing fire
protection system for 315MVA T/F as per technical
specification Chapter-FPS. CIVIL WORKS
The work shall be including design, engineering, supply of
labour & material as per schedule of quantities but not limited
to the following:-
a) Foundation for Lattice and pipe structures and
equipments.
b) Cable trench crossing with rail tracks, culverts etc.
c) Collection, screening, cleaning and stacking of already laid
stone ballast (gravel)
and re-laying the same in switchyard area without any extra cost
to HVPNL, only the gravel laid a fresh will be measured and
paid.
d) Cable trenches along with covers, cable racks including
joining the existing trenches. The cable trench layout drawing
shall be furnished by the contractor during detailed
engineering.
e) Construction of anti wire wall between transformer. f) Design
and construction of foundation for circuit breaker.
1.2.3 Scope of work for 400 kV S/Stn. Kirori (Hisar) is as
under:-
The detailed scope of work includes providing 3No. 400 KV bays
with 2 main line bay and 1 No. tie breaker bay at existing 400 kV
S/Stn. Kirori for accommodating 400kV D/C PGCIL Jind-Kirori line
along with allied switchgear and protective equipments as per
attached GELO Drg. No. HSD-1/3142/R-6.
The scope covers Design, Engineering, manufacture, testing,
supply on FOR destination site basis, including transportation
& insurance, storage, erection, testing and commissioning of
following equipments/items, complete in all respect:-
a) 400kV Ckt breakers, Isolators, L&E Switches, all type of
Current Transformers,
Surge Arrestors, Bus Post Insulators, CVTs, etc. along with
their terminal connectors & mandatory spares.
b) 400kV C&R Panels for S/Stn. having automation system.
-
c) 1.1 kV grade power & Armoured copper control cables along
with complete accessories.
d) Lattice and pipe structures (galvanized) and equipment
support structures shall be provided as per employers drawings to
be provided during detailed engineering, except Circuit Breaker
Support Structure which shall be as per Circuit Breaker
manufacturers design.
e) Insulator strings and hardware, clamps and connectors, Twin
Moose ACSR/Aluminum tubes conductors, Bus bar and earthing
materials, AC Kiosks, Marshalling kiosks, spacers, cable supporting
angles/channels, cable trays and covers, junction boxes, outdoor
trenches with trench cover for control cables etc.
g) Connection of equipment with existing earthmat with risers
upto desired level, laying of auxiliary earthmat and earthing of
LAs.
h) Complete lighting and illumination for the bays covered in
the scope shall be provided by the contractor as per
drawing/BOQ.
i) Fired type or power cartridge type C-Wedge connectors and
equipment interconnections shall be suitable for Twin Moose
ACSR/Aluminum tubes conductors.
j) Any other equipment/material required to complete the
specified scope. k) At present there are 8 No. 400kV existing bays
with 2No. complete dias (Dia-1 & 2
for 2 No. 315MVA T/F and 2 No. 400kV lines) & 1No.
incomplete dia (Dia4 with main & tie breaker controlling 1 No.
315MVA T/F). Out of 2 No. 400kV lines, 1 No. 400kV line is to be
terminated in dia-4 by providing one main breaker and the second
line in newly constructed dia-3 with one main and tie breaker.
l) Bay Control Unit of Areva make(MICOM C-264 model) are already
provided in existing C&R Panels for dia 1 & 2 and existing
dia-4. The BCU (MICOM C264 of AREVA make)
are available with HVPNL for 2 No. 400kV Jind line bays (Dia-3
& 4) & 1No. Tie bay (Dia-3) and shall not be in the scope
of successful bidder. However, same shall be supplied by HVPNL to
the successful bidder for its installation and commissioning on the
2No. 400kV Jind line & 1No.Tie bay C&R Panels. Further, its
integration with existing SCADA shall be entirely in the scope of
successful bidder.
m) The existing 400kV Integrated Bus Bar Protection
Scheme-Central Unit (duplicate) is of AREVA make (model No.
P-741).
n) The peripheral units for 400kV Bus Bar Protection is of AREVA
make (MICOM P-743) are available with HVPNL for 1No. Jind line bay
& 1 No. future bay (newly constructed) and shall not be in the
scope of successful bidder. However, same shall be supplied by
HVPNL to the successful bidder for integration with the existing
400kV integrated bus bar protection scheme central unit.
o) The peripheral units for 400kV Bus Bar Protection of AREVA
make (MICOM P-743) are already provided in the existing tie bay of
incomplete dia (Dia-4) meant for 1No. 400kV Jind line bay of Dia-4.
However, its installation & commissioning with 1No. Jind line
C&R Panel and its integration with existing Bus Bar Protection
Scheme shall be entirely in the scope of successful bidder.
p) The existing SAS of Areva make already provided against P.O
No. HDP-1484/REC-064 by M/s AREVA at 400kV S/Stn. Kirori. However,
integration of existing SCADA with new bays and integration of bus
bar protection scheme shall be entirely in the scope of successful
bidder including any other hardware/software required for the said
purpose.
q) C&R Panel for line ckt. breaker shall be installed in the
existing AC kiosk and one additional AC Kiosk is to be provided by
the successful bidder to house 1 No. line C&R Panel, 1 No. tie
breaker panel and space for 1 No. future bay for dia-3 as per
specification.
-
CIVIL WORKS
The work shall be including design, engineering, supply of
labour & material as per schedule of quantities but not limited
to the following:-
a) Foundation for Lattice & pipe structures and control
cubicles of equipments. b) Cable trenches along with covers, cable
racks including joining the existing
trenches. The cable trench layout drawing shall be furnished by
the contractor during detailed engineering.
c) Cable trench crossing with rail tracks, road, culverts etc.
d) Collection, screening, cleaning and stacking of already laid
stone ballast (gravel)
and re-laying the same in switchyard area without any extra cost
to HVPNL, only the gravel laid a fresh will be measured and
paid.
e) Foundation for bay marshalling box, panels & AC Kiosks,
etc. Nothing extra shall be paid on this account. The successful
bidder shall however, get the design/drg. approved from HVPNL
before execution.
f) Construction including design of circuit breaker foundation,
400kV Wave Trap. 1.2.4 SCHEDULE OF QUANTITIES
The detailed description of various items/ equipment and civil
works are indicated at Annexure A(i), B(i) & C(i), A(ii), B(ii)
& C(ii) and A(iii), B(iii) & C(iiii) . The bill of quantity
of major equipment are also indicated and wherever the quantities
are not indicated the bidder is required to compute the quantity.
Bidder is required to indicate unit rate and total price of the
items under a particular head in bid proposal sheets. Bidder should
include all such items in the bid proposal sheets which may not be
specifically mentioned but are essential for the execution of the
contract.
2.0 BASIC REFERENCE DRAWINGS 2.1 For the 400 kV Voltage level,
one and half breaker switching scheme with I-type (3
level) layout arrangement shall be used.
3.0 SPECIFIC REQUIREMNT 1. The bidder shall be responsible for
safety of human and equipment during the
working. It will be the responsibility of the contractor to
co-ordinate and obtain electrical inspectors clearance before
commissioning. Any additional Items, modification due to
observation of such statutory authorities shall be provided by the
contractor at no extra cost to the employer.
2. All isolators for S/Stn. shall be double break type only. 3.
The lighting fixtures for switchyard lighting shall be mounted on
LMs wherever LMs
are provided. Where LMs are not available, the fixtures may be
mounted on gantry structures or lighting poles to be provided by
the contractor.
4. Supervision of erection, testing and commissioning of ckt
breakers, isolators, relay and protection shall be done by
respective manufacturers.
5. The cable entries in the kiosks shall be considered only from
the sides of the kiosks.
4.0 GENERAL ELECTRICAL LAYOUT PLAN
The General Electrical Layout Plan for 400KV Sub-Station
Daultabad (Gurgaon) (only 400 KV Switchyard), 400kV Sub-Station
Nawada and 400kV Sub-Station Kirori is enclosed as indicated at
Annexure-IV.
-
5.0 LOCATION OF THE SUBSTATION The location of the substation
along with the nearest Railhead is indicated at Annexure-II.
6.0 METEOROLOGICAL DATA.
The meteorological data of the substation is indicated at
Annexure-III. However for design purpose, ambient temperature
should be considered as 50 C.
7.0 SOIL DATA As per design of existing bays.
8.0 DRAWING
1. The bidder shall maintain inter equipment distances, bay
length, bay width etc in
accordance with the enclosed general/electrical layouts of the
substation. While doing so the bidder will ensure that the
statutory electrical clearances required for substation are
maintained. (Annexure-IV)
2. The drawing enclosed give the basic scheme, layout of
substation, substation
buildings, associated service etc. In case of any discrepancy
between the drawing and text of specification the bidder is advised
to get these clarified before submission of bid. No claim
what-so-ever on this score shall be entertained after award of
contract.
3. The bidder shall adopt design given by HVPNL of galvanised
steel structure for tower, beam and equipment supporting structures
for 400kV Switchyards.
9.0 SPARES
9.1 MANDATORY SPARES
The spare parts and maintenance accessories shall be included in
the bid proposal by the bidder. The prices of these spares shall be
given by the bidder in the relevant schedule of BOPS and shall be
considered for evaluation of bid. It shall not be binding on the
Purchaser to procure all these mandatory spares. The bidder is
clarified that no mandatory spares shall be used during the
commissioning of the equipment. Any spares required for
commissioning purpose shall be a part of the equipment only.
Further all the mandatory spares will be consigned to AEE dedicated
store Ballabhgarh.
9.2 OPTIONAL SPARES
The Bidder shall identify and recommend the list of optional
spare parts required together with their quantity to meet the
specified performance for a period of three years. The item
schedule and prices of these shall be given by the Bidder in
relevant schedule of BOPS and shall not be considered for
evaluation of the bid. The Bidder must also indicate the basis for
recommendation of optional spares. The Bidder shall also recommend
their source of availability and technical particulars. The Bidder
may also suggest addition or deletion of spare items over this
list. It will be the option of employer to buy the spares quoted by
the bidder in his bid at the time of finalization of contract.
-
9.3 The Contractor shall advise the Purchaser of the required
lead time for ordering of spares and the minimum re-order
quantities.
10.0 In addition to meeting the qualification requirement
stipulated in Volume- IA the
bidder of its own or his manufacturer sub- vendor/fabricator
shall also meet the qualifying requirement set forth for all the
equipments in the relevant sections of the technical specification,
failing which the bid is liable to be rejected.
11.0 SPECIAL TOOLS AND TACKLES
The bidder may include in his proposal the deployment of all
such special tools and tackles required for erection testing,
commissioning and maintenance of equipment. The Contractor would be
free to take these back at the end of work or sell to employer at a
negotiated price. At the completion of job, the contractor will
hand over a separate set of tools and tackles required for routine
maintenance of S/Stn equipment erected by him as a part of
contract. The details of tools and tackles (which will be reviewed
by employer at the time of award of contract) will be furnished in
attachment 4A Volume-IB.
12.0 TRAINING OF OWNER'S PERSONNEL
The contractor shall organize and conduct complete and thorough
training programmers (to be conducted in English language) for two
engineers & two technicians, providing necessary training
material at no extra cost to the owner. However, the traveling and
living expenses of owner's engineers/technicians, if any shall be
borne by owner. The training shall be carried out at the place of
manufacturer in respect of following items or as the case may
require and as agreed by owner so as to ensure complete adequacy of
the programme and imparting of detailed knowledge of
system/equipment design, engineering and operation &
maintenance aspects:- i) Ckt Breakers -3 Days ii) Protection and
automation -10 days
Notes:
1. The bidder or his authorised representative should visit the
site of works and its surroundings to obtain himself at his
responsibility and expenses, all information regarding general site
characteristics, accessibility, infrastructure details and factual
position in respect of scope of work viz-a-viz GELO drg. attached
with the bid document. Any alteration/addition envisage in the
document must be got clarified before submission of the bid.
2. Any other items not specifically mentioned in the
specification but which are required for errection, testing,
commissioning and satisfactory operation of S/Stn. are to be
included in the scope of the specification unless specifically
excluded.
3. The SAS for existing 400kV and 220kV bays at 400kV S/Stn.
Daultabad stands
provided by M/s Siemens against contract No. HDP-1544/REC-068.
The contractor will supply all the compatible Hardware and Software
required for SAS for 400kV dia (incomplete) and 220kV side bay.
However, the integration, testing and commissioning of SAS of 400kV
side and 220kV side with the existing SAS at 400kV S/Stn. Daultabad
are in the scope of contractor.
-
4. For Bus Bar Protection: The contractor shall provide
peripheral relays in 400kV C&R panel compatible with existing
bus bar protection scheme of siemens make (Model-7SS522). For bus
bar protection on 220kV side, the ERL make (Model-CSC150) relay
already exist at 400kV S/Stn. Daultabad. The integration, testing
and commissioning of bus bar protection scheme of 400kV and 220kV
side with the existing bus bar protection scheme at 400kV S/Stn.
Daultabad are in the scope of contractor including any other
Hardware/software required for the said purpose.
-
ANNEXURE-I 400 kV SUB-STATION
Sr. No.
Name of S/Stn.
Scope of Work Scheme Remarks
1 400 KV S/Stn. Daultabad (Gurgaon)
The detailed scope of work includes augmentation of 400 kV
S/Stn. Daultabad by accommodating additional 4th 315MVA, 400/220kV
auto T/F with allied switchgear and protective equipments as per
attached GELO Drg. No. HSD-1/3149/R-7.
One & half breaker scheme for 400 KV Switchyard
2 400 KV S/Stn. Nawada
The detailed scope of work includes augmentation of 400 kV
S/Stn. Nawada by accommodating additional 3rd, 315MVA, 400/220kV
auto T/F with allied switchgear and protective equipments as per
attached GELO Drg. No. HSD-1/3157 (R-8)
One & half breaker scheme for 400 KV Switchyard
3 400 KV S/Stn. Kirori
The detailed scope of work includes providing 3No. 400 KV bays
with 2 main line bay and 1 No. tie breaker bay at existing 400 kV
S/Stn. Kirori for accommodating 400kV D/C PGCIL Jind-Kirori line
along with allied switchgear and protective equipments as per
attached GELO Drg. No. HSD-1/3142/R-6.
One & half breaker scheme for 400 KV Switchyard
For detailed BOQ refer Annexure A(i), B(i) & C(i), A(ii),
B(ii) & C(ii) and A(iii), B(iii) & C(iiii) .
-
ANNEXURE-II
LOCATION OF SUB-STATION
Sr. No.
Name of Substation
Nearest Rail Head
1. 400 KV S/Stn. Daultabad (Gurgaon) Gurgaon
2. 400 KV S/Stn. Nawada
Faridabad
3. 400 KV S/Stn. Kirori
Hisar
-
ANNEXURE-III METEOROLOGICAL DATA Equipment to be supplied
against this specification shall be suitable for satisfactory
continuous operation under the following tropical conditions:
i) Location In the state of Haryana ii)
Max. Ambient air temp. (deg. C)
50
iii) Min ambient air temp. (deg. C)
-2.5
iv) Daily average air temp. (deg. C)
35
v) Average no. of Thunder storm days per Annum
45
vi) Maximum Relative Humidity (%)
100
vii) Minimum Relative Humidity (%)
26
viii) Average annual rain fall (mm)
900
ix) Max. wind pressure (kg/sq m)
195
x) Max. altitude above mean sea level (meters)
1000
xi) Isoceraunic level (days/year)
45
xii) Seismic level (horizontal acceleration)
0.3 g
xiii) Average no. of rainy days per Annum
120
NOTE: Moderately hot and humid tropical climate conductive to
rust and fungus growth. The
climate conditions are also prone to wide variations in ambient
condition. Smoke is also present in the atmosphere. Heavy
lightening also occurs during June to October.
-
ANNEXURE-IV
Sr. No.
NAME OF SUB STATION
SINGLE LINE DIAGRAM NO.
LAYOUT DRG. NO.
1. 400 KV S/Stn. Daultabad (Gurgaon) HSD-1/3149/R-7
2. 400 KV S/Stn. Nawada HSD-1/3157/R-8
3. 400 KV S/Stn. Kirori HSD-1/3142/R-6
-
ANNEXRURE-A (i)
BILL OF QUANTITIES
Sr. No.
Description Unit 400 kV S/Stn. Daultabad (Gurgaon)
Total
1 315 MVA, 400/220kV, 3 Phase Auto Transformer
No. 1 1
2 420kV circuit breakers (3 Ph.) with support structures
(a) 2000A, 40KA without closing resistor No. 1 1
3 420kv (5core) CT (1 Ph.)
(a) 2000A, 40KA with 125% extended current rating Nos. 3 3
4 Isolators (double break type)
(a) 420 kV, 2000A, 40 KA, isolator with one E/S Nos. 2 2
5 390 kV Surge Arrester (Gapless) Nos. 3 3
6 420kV Bus Post Insulator Nos. 3 3
7 245 kV Circuit Breakers(3 ph)
a) 2500 A, 40 kA No. 1 1
8 245 kV T/F I/C CT (1 ph) (Ratio 900-600-300/1-1-1-1-1A)
a) 40 kA with 125% extended current (I/C T/F CT ) Nos. 3 3
9 245 kV Isolator (3 ph) Double break
a) 2500A,40 kA,Isolator without E/S Nos. 2 2
10 198 kV Surge arrestors Nos. 3 3
11 245kV Bus Post Insulator Nos. 2 2
12 400 KV C&R Panels (Simplex type)
a) Circuit Breaker control panel without Auto Reclose and
transformer Protection Panel (For both HV & LV side) with
peripheral relay for bus bar protection on 400kV side ***
Set 1 1
13 220 kV C&R Panels
a) Circuit Breaker control panel without Auto Reclose for T/F
I/C
No. 1 1
14 Erection Hardware for 400/220 kV
Insulator strings, Disc Insulators, Hardware, conductor(s),Al
tube(s), bus-bar materials, G.I. perforated cable trays of sizes
150x25x2mm, 100x25x2mm & 75x25x2mm with side coupler plate
bolts/washers/clamps etc. and G.I. conduits of 50mm/100mm dia from
equipment to its trench (as per Section-7 of switchyard erection)
clamps, connectors, including equipment connectors, C-Wedge
connectors, spacers, cable supporting angles/channels, cables, fire
fighting equipment & lighting ,all accessories etc. for the
following as per GELO:
Lot Lot Lot
-
Sr. No.
Description Unit 400 kV S/Stn. Daultabad (Gurgaon)
Total
15
i) Extension of Fire Protection System (As per technical
specification) for 315 MVA Auto-Transformer
Lot Lot Lot
ii)Fire Wall Qty. 1 1
16 Outdoor Illumination System
1 Lighting fixtures and Receptacles including junction box,
lighting wires & flexible conduit (if required) from junction
box to lighting fixture, mounting arrangement and other
accessories/ materials etc. as required for complete installation
and commissioning of lighting fixture.
a Lighting Panel No. 1 1
b Lighting Fixture Type-SF2 as per section project,
Annexure-v
Nos. 6 6
c 63A, 415V : Interlocked switch socket outdoor Receptacle (Type
RP)
No. 1 1
17 Power Cables (as per section Power) along with associated
accessories like clamps, glands, lugs and straight through joints
etc.
Lot Lot Lot
18 40mm MS rod for connecting the equipments with existing main
earthmat, risers & earthing of T/F and allied equipment as per
technical specification.
Lot Lot Lot
19 Complete substation automation system for 400/220kV S/Stn.
including hardware and software (for present bays) for the
following bays (bay as defined in the technical specification,
Section-Sub-Station Automation System) as per technical
specification compatible to existing SAS of Siemens Make
a) 400kV (presently 1 No. T/F bay) of 1 breaker scheme
Lot **
Lot Lot
b) 220kV T/F I/C bay of 400/220kV T/F Lot **
Lot Lot
20 AC Kiosk a) for 400kV side b) for 220kV side
No. @
1 1
No. 1 1
21 (a) Bay marshalling kiosk with mounting structure for 400kV
side (front side with 350TB for control circuit and rear side for
power circuit)
Nos.*
- -
21 (b) BMK with mounting structure for 220kV side (front side
with 300TB for control circuit & rear side for power
circuit)
No. 1 1
-
Sr. No.
Description Unit 400 kV S/Stn. Daultabad (Gurgaon)
Total
22 Armoured copper control cables (PVC) of following sizes
7Cx4mm2, 4Cx4mm2, 2Cx4mm2, 2Cx6mm2, 3Cx2.5mm2, 7Cx2.5mm2,
10Cx2.5mm2 & 16Cx2.5mm2 with junction box for 400kV & 220kV
side with associated accessories like clamps, PVC ferrules, glands,
lugs, wooden cleat/aluminium clamp/bolt/washers etc. for fixing
control cables refer Section-6 for copper control cable
specification of Section-7 for switchyard erection).
Lot Lot Lot
Note: 1) @ 1 No. AC Kiosk for 400kV dia (incomplete) has been
provided against HDP-
1544/REC-068 by M/s Siemens of Jindal Mectec Make.
2) * BMK of 400kV side of Newtech make for 400kV T/F bay of
400kV incomplete dia has been provided against HDP-1544/REC-068
(Ext.) by M/s Siemens.
3) **The SAS for existing 400kV and 220kV bays at 400kV S/Stn.
Daultabad stands provided by M/s Siemens against contract No.
HDP-1544/REC-068. The contractor will supply all the compatible
Hardware and Software required for SAS for 400kV dia (incomplete)
and 220kV side bay. However, the integration, testing and
commissioning of SAS of 400kV and 220kV side with the existing SAS
at 400kV S/Stn. Daultabad are in the scope of contractor. 4) ***
The contractor shall provide peripheral relays in 400kV C&R
Panel compatible with existing bus bar protection scheme of Siemens
make (Model-7SS522). The integration, testing and commissioning of
bus bar protection scheme of 400kV side with the existing bus bar
protection scheme at 400kV S/Stn. Daultabad are in the scope of
contractor including any other Hardware/Software required for he
said purpose.
-
ANNEXRURE-B(i)
Schedules of items for associated steel strucutre works to be
quoted for each S/Stn. as applicable. The bidder is required
destinate the quantities and furnish the unit rate for each
item/works and the total price for each item in the bid proposal
sheets. The list may not be exhaustive, and the bidder may
modify/append the same as required.
Sr. No.
Description Unit 400 KV S/Stn.
Daultabad (Gurgaon )
Total
Item for associated Structure work
Lattice Type Steel Structure for 400 kV S/Stn. Daultabad
(Gurgaon). Supply of material, preparation of fabrication drawing,
galvanizing and delivery of lattice type steel structure for tower
and beams for 400/220/66/33kV switchyard fabricated from steel
conforming to IS:2062 including nuts-bolts gusset plates foundation
bolts and other accessories as per drawings supplied by the
owner.
1 400 kV Pipe Structures (Standard)
a CT (Drg. No. HTD/ST-197) Nos. 3 3
b ISO(for 3 phase.) Nos. 2 2
c SA Nos. 3 3
d BPI Nos. 3 3
2 220 kV Lattice Structure (Standard)
a CT (Drg. No. HTD/ST-147) Nos. 3 3
b ISO(for 3 phase.) Nos. 2 2
c BPI Nos. 2 2
d SA Nos. 3 3
-
. ANNEXRURE-A (ii)
BILL OF QUANTITIES
Sr. No.
Description Unit 400 kV S/Stn. Nawada
Total
1 315 MVA, 400/220kV, 3 Phase Auto Transformer No. 1 1
2 420kV circuit breakers (3 Ph.) with support structures
(a) 2000A, 40KA without closing resistor No. 2 2
3 420kv (5core) CT (1 Ph.)
(a) 2000A, 40KA with 125% extended current rating Nos. 6 6
4 Isolators (double break type)
(a) 420 kV, 2000A, 40 KA, isolator with one E/S Nos. 6 6
5 390 kV Surge Arrester (Gapless) Nos. 3 3
6 420kV Bus Post Insulator Nos. 10 10
7 245 kV Circuit Breakers(3 ph)
a) 2500 A, 40 kA No. 1 1
8 245 kV T/F I/C CT (1 ph) (Ratio 900-600-300/1-1-1-1-1A)
a) 40 kA with 125% extended current (I/C T/F CT ) Nos. 3 3
9 245 kV Isolator (3 ph) Double break
a) 2500A,40 kA,Isolator without E/S Nos. 2 2
10 198 kV Surge arrestors Nos. 3 3
11 245kV Bus Post Insulator Nos. 2 2
12 400 KV C&R Panels (Simplex type)
a) Circuit Breaker control panel without Auto Reclose and
transformer Protection Panel (For both HV & LV side) with
peripheral relay for bus bar protection on 400kV side **
Set 1 1
b) Circuit breaker control panel without A/R and Tie protection
panel with P.U. of future line bay **
No. 1 1
13 220 kV C&R Panels
a) Circuit Breaker control panel without Auto Reclose for T/F
I/C
No. 1 1
14 Erection Hardware for 400/220 kV
Insulator strings, Disc Insulators, Hardware, conductor(s),Al
tube(s), bus-bar materials, G.I. perforated cable trays of sizes
150x25x2mm, 100x25x2mm & 75x25x2mm with side coupler plate
bolts/washers/clamps etc. and G.I. conduits of 50mm/100mm dia from
equipment to its trench (as per Section-7 of switchyard erection)
clamps, connectors, including equipment connectors, C-Wedge
connectors, spacers, cable supporting angles/channels, cables, fire
fighting equipment & lighting ,all accessories etc. for the
following as per GELO:
Lot Lot Lot
-
Sr. No.
Description Unit 400 kV S/Stn.
Nawada
Total
15
i) Extension of Fire Protection System (As per technical
specification) for 315 MVA Auto-Transformer
Lot Lot Lot
ii)Fire Wall Qty. 1 1
16 Outdoor Illumination System
1 Lighting fixtures and Receptacles including junction box,
lighting wires & flexible conduit (if required) from junction
box to lighting fixture, mounting arrangement and other
accessories/ materials etc. as required for complete installation
and commissioning of lighting fixture.
a Lighting Panel No. 1 1
b Lighting Fixture Type-SF2 as per section project,
Annexure-v
Nos. 8 8
c 63A, 415V : Interlocked switch socket outdoor Receptacle (Type
RP)
No. 1 1
17 Power Cables (as per section Power) along with associated
accessories like clamps, glands, lugs and straight through joints
etc.
Lot Lot Lot
18 40mm MS rod for connecting the equipments with existing main
earthmat, risers & earthing of T/F and allied equipment as per
technical specification.
Lot Lot Lot
19 Complete substation automation system for 400/220kV S/Stn.
including hardware and software (for present bays) for the
following bays (bay as defined in the technical specification,
Section-Sub-Station Automation System) as per technical
specification compatible to existing SAS of Areva Make
a) 400kV (presently 1 No. T/F bay and Tie Bay ) of 1 breaker
scheme *
Lot Lot Lot
b) 220kV T/F I/C bay of 400/220kV T/F* Lot Lot Lot
20 AC Kiosk a) for 400kV side b) for 220kV side
No. 1 1
No. @ 1 1
21 (a) Bay Marshalling kiosk with mounting structure for 400kV
side (front side with 350TB for control circuit and rear side for
power circuit)
Nos. 1 1
21 (b) BMK with mounting structure for 220kV side (front side
with 300TB for control circuit & rear side for power
circuit)
No. 1 1
-
Sr. No.
Description Unit 400 kV S/Stn.
Nawada
Total
22 Armoured copper control cables (PVC) of following sizes
7Cx4mm2, 4Cx4mm2, 2Cx4mm2, 2Cx6mm2, 3Cx2.5mm2, 7Cx2.5mm2,
10Cx2.5mm2 & 16Cx2.5mm2 for 400kV & 220kV side with
associated accessories like clamps, PVC ferrules, glands, lugs,
wooden cleat/aluminium clamp/bolt/washers etc. for fixing control
cables refer Section-6 for copper control cable specification of
Section-7 for switchyard erection).
Lot Lot Lot
Note: 1) @ 1 No. AC Kiosk for 220kV T/F I/C bay (A-3 & A-4)
has already been provided against WB-2/G-01/Pkg-A by M/s
Alstom/Areva Make of Jindal Mectec Make.
2) *The SAS for existing 400kV and 220kV bays at 400kV S/Stn.
Nawada stands provided by M/s Alstom against contract No.
WB-2/G-01/Pkg-A. The contractor will supply all the compatible
Hardware and Software required for SAS for 400kV dia (incomplete)
and 220kV side bay. However, the integration, testing and
commissioning of SAS of 400kV and 220kV side with the existing SAS
at 400kV S/Stn. Nawada are in the scope of contractor. 3) **Bus Bar
peripheral units (MICOM.P-743) of Areva Make will be supplied by
HVPNL to successful bidder for its integration testing and
commissioning with the existing busbar panel of Areva Make provided
against P.O. No. WB-2/g-01/Pkg-A for 400kV S/Stn. Nawada.
-
ANNEXRURE-B (ii)
Schedules of items for associated steel strucutre works to be
quoted for each S/Stn. as applicable. The bidder is required
destinate the quantities and furnish the unit rate for each
item/works and the total price for each item in the bid proposal
sheets. The list may not be exhaustive, and the bidder may
modify/append the same as required.
Sr. No.
Description Unit 400 KV S/Stn. Nawada
Total
Item for associated Structure work
Lattice Type Steel Structure for 400 kV S/Stn. Nawada. Supply of
material, preparation of fabrication drawing, galvanizing and
delivery of lattice type steel structure for tower and beams for
400/220/66/33kV switchyard fabricated from steel conforming to
IS:2062 including nuts-bolts gusset plates foundation bolts and
other accessories as per drawings supplied by the owner.
1 Main S/Stn. Tower & Beam
a Tower Type AT-1 No. 1 1
b Tower Type AB-1 No. 1 1
c Tower Type AT-3 No. 1 1
2 400 kV Pipe Structures (Standard)
a CT (Drg. No. HTD/ST-197) Nos. 6 6
b ISO(for 3 phase.) Nos. 6 6
c SA Nos. 3 3
d BPI Nos. 10 10
3 220 kV Lattice Structure (Standard)
a CT (Drg. No. HTD/ST-147) Nos. 3 3
b ISO(for 3 phase.) Nos. 2 2
c BPI Nos. 2 2
d SA Nos. 3 3
Note: The quantity given above are as approximate in case of
variation of quantities at the time of detailed engineering, actual
quantities shall be payable as per quoted
.
-
ANNEXURE-A (iii)
BOQ FOR 400 KV LINE BAYS AT 400KV LINE BAY AT 400KV S/STN.
KIRORI FOR CONNECTING
PGCIL (JIND)
BILL OF QUANTITIES
Sr. No.
Description Unit 400 KV S/Stn. Kirori
Total
1 420kV circuit breakers (3 Ph.) with support structures
(a) 2000A without closing resistor Nos. 3 3
2 420kV (5core) CT (1 Ph.) (2000-1000-500/1-1-1-1-1A)
(a) 2000A with 125% extended current rating Nos. 9 9
3 Capacitive Voltage Transformer (1 Ph.)
(a) 420KV, 8800 Pf CVT Nos. 6 6
4 Isolators (double break type)
(a) 420 KV, 2000A isolator with one E/S Nos. 8 8
5 390 kV Surge Arrester (Gapless) Nos. 6 6
6 420kV Bus Post Insulator Nos. 7 7
7 400 KV C&R Panels (Simplex type)
a) Circuit Breaker Control Panel With Auto Reclose and Line
Protection Panel
Set 2*** 2***
b) Circuit Breaker Control Panel Without Auto Reclose and Tie
Protection Panel
Set 1 1
8 Erection Hardware for 400kV
Insulator strings, Hardware, Twin Moose ACSR conductor(s)/ Al
tube(s), GI Perforated cable trays (sizes 150X25X2mm, 100X25X2mm,
75X25X2mm) with side coupler Plate bolts / washers/Clamps, etc,
connectors, clamps, including equipment connectors, C-Wedge
connectors, spacers, cable supporting angles/channels, cables,
junction box, earth wire, earthing material, risers, auxiliary
earth mat (excluding main earth mat), pipes (100mm & 50mm dia)
for equipment and lighting, all accessories etc. as per GELO
requirement.
Lot Lot Lot
A Outdoor Lighting (for the bay in the scope)
1 Interlock switch socket, , Lighting panel, Sub-lighting panel,
fixtures and Receptacles including junction box, lighting
wires& flexible conduit (if required) from junction box to
lighting fixture, mounting arrangement and other
accessories/materials etc. as required for complete installation
and commissioning of lighting fixtures/receptacle1.
Lot Lot
a Lighting Fixture Type-SF2 as per section project, Annexure-v
2x400W HPSV
Nos. 5 5
b Lighting Fixture Type-MP as per section project, Annexure-v
1x400W HPSV
Nos. 5 5
-
Sr. No.
Description Unit 400 KV S/Stn. Kirori
Total
9 CABLES along with associated accessories like clamps, PVC
ferrules, glands, lugs, wooden cleats / Aluminium clamps/bolts/Nuts
/Washers, etc for fixing control cables in trenches and straight
through joints, etc.
1.1 Power Cables(PVC) for 400 kV S/Stn. Lot Lot Lot
1.2 Armoured Copper Control Cable (PVC) for 400KV S/Stns. of
Sizes 7CX4mm2, 4CX4mm2, 2CX4mm2, 2CX6mm2, 16CX2.5m2, 10CX2.5mm2,
7CX2.5mm2, 3CX2.5mm2, etc.
Lot Lot Lot
10. Marshalling Kiosk with mounting structure - 300TB on front
side for Control Circuit and Rear side for Aux. Power distribution
Circuit (For S/Stn. with SAS).
Nos. 2 2
11. AC kiosk for a Dia No. 3 (main & tie breaker bay)* at
400kV S/Stn. Kirori.
No. 1 1
12. Complete Automation System for 2 No. 400kV Line bays and
1No. 400kV Tie bay compatible to existing SAS of Areva make at
Kirori.
Lot Lot Lot
13. 400 kV Pipe Structures (Standard)
i) CT (Drg. No. HTD/ST-197) Nos. 9 9
ii) CVT (Drg. No. HTD/ST-194) Nos. 6 6
iii) ISO (for 3 phase) (Drg. No. HTD/ST-196) Nos. 8 8
iv) SA (Drg. No. HTD/ST-195) Nos. 6 6
v) Wave Trap (set)** Nos. - -
vi) BPI (excluding wave trap) Drg. No. HTD/ST-193) Nos. 7 7
Note: The quantity given above are approximate in case of
variation of quantities at the time of detailed engineering, actual
quantities shall be payable . **) 4 No. Wave trap and its pipe
structure for Kirori (Hisar) end shall be supplied by HVPNL.
However their installation including foundation and
commissioning shall be in the scope of bidder.
*) 1No.AC Kiosk of a incomplete Dia (Bay No.4) of Avaids make
already exist at site at 400kV S/Stn Kirori (Hisar) Refer
Section-5, Chapter-IV of SAS Specification. Bay Control Unit (MICOM
C-264) of Areva make will be supplied by HVPNL to the
successful
bidder. BCU has to be installed, integrated & Commissioned
with the existing SAS of Areva make already provided against P.O
No. HDP-1484/REC-064 by M/s AREVA by the successful bidder Refer
Section-5, Chapter-IV of SAS Specification.
6
***) The panels of ABB Make will be provided by HVPNL however,
installation, erection, commissioning and integration of BCU
(MICOM-264) of Areva Make will be in scope of bidder.
-
MODEL TECHNICAL SPECIFICATION
SEC-GTR (GENERAL TECHNICAL REQUIREMENT)
-
SECTION-GTR (GENERAL TECHNICAL REQUIREMENTS)
CLAUSE NO. PARTICULARS PAGE NO.
1.0 Foreword 1
2.0 General Requirement 1
3.0 Standards 2
4.0 Services to be performed by the 2
Equipment being furnished
5.0 Engineering Data and Drawings 9
6.0 Material/Workmanship 13
7.0 Design Improvements/Coordination 16
8.0 Quality Assurance Programme 17
9.0 Type Testing, Inspection & 18
Inspection Certificate
10.0 Tests 21
11.0 Packaging & Protection 21
12.0 Finishing of Metal Surfaces 22
13.0 Handling, Storing & Installation 24
14.0 Tools and Tackles 26
15.0 Auxiliary Supply 26
16.0 Support Structure 27
17.0 Clamps and Connectors including 28
Terminal Connectors
18.0 Control Cabinets, Junction Boxes, Terminal 30
Boxes & Marshalling Boxes for Outdoor Equipment
19.0 Auxiliary Switches 31
20.0 Terminal Blocks and Wiring 32
21.0 Lamps and Sockets 33
-
CLAUSE NO. PARTICULARS PAGE NO.
22.0 Bushings, Hollow Column Insulators, 34
Support Insulators
23.0 Motors 35
24.0 Technical Requirement of Equipments 37
Annexure-A Corona and Radio Interference Voltage 41
(RIV) Test
Annexure-B Seismic Withstand Test Procedure 44
Annexure-C List of Specifications 45
Annexure-D List of Drawings/Documents 73
Annexure-E List of the makes for which type test reports 74
not required to be submitted
-
SEC-GTR (GENERAL TECHNICAL REQUIREMENTS)
1.0 FOREWORD
1.1 The provisions under this section are intended to supplement
general
requirements for the materials, equipments and services covered
under
other sections of tender documents and is not exclusive. However
in case
of conflict between the requirements specified in this section
and
requirements specified under other sections, the requirements
specified
under respective sections shall prevail.
2.0 GENERAL REQUIREMENT
2.1 The bidders shall submit the technical requirements, data
and
information as per the technical data sheets provided in the
Volume III of bid
documents.
2.2 The bidders shall furnish catalogues, engineering data,
technical
information, design documents, drawings etc., fully in
conformity with
the technical specification.
2.3 It is recognised that the Contractor may have standardised
on the use
of certain components, materials, processes or procedures
different
from those specified herein. Alternate proposals offering
similar
equipment based on the manufacturers standard practice will also
be
considered provided such proposals meet the specified
designs,
standard and performance requirements and are acceptable to
the
Purchasers. Unless brought out clearly, the Bidder shall be
deemed to
conform to this specification scrupulously. All deviations from
the
specification shall be clearly brought out in the respective
schedule of
deviations. Any discrepancy between the specification and
the
catalogues or the bid, if not clearly brought out in the
specific
requisite schedule, will not be considered as valid
deviation.
2.4 Except for lighting fixtures, wherever a material or article
is specified
or defined by the name of a particular brand, Manufacturer or
Vendor,
the specific name mentioned shall be understood as establishing
type,
function and quality and not as limiting competition. For
lighting
fixtures , makes shall be as defined in Section- Lighting
System.
2.5 Equipment furnished shall be complete in every respect with
all
mountings, fittings, fixtures and standard accessories
normally
provided with such equipment and/or needed for erection,
completion
and safe operation of the equipment as required by applicable
codes
though they may not have been specifically detailed in the
Technical
Specifications unless included in the list of exclusions.
Materials and
components not specifically stated in the specification but
which are Page - 1
-
necessary for commissioning and satisfactory operation of
the
switchyard/substation unless specifically excluded shall be
deemed to
be included in the scope of the specification and shall be
supplied
without any extra cost. All similar standard components/parts
of
similar standard equipment provided, shall be inter-changeable
with
one another.
3.0 STANDARDS
3.1 The works covered by the specification shall be designed,
engineered,
manufactured, built, tested and commissioned in accordance with
the Acts,
Rules, Laws and Regulations of India.
3.2 The equipment to be furnished under this specification shall
conform
to latest issue with all amendments (as on the date of bid
opening) of
standard specified under Annexure -C of this section, unless
specifically mentioned in the specification.
3.3 The Bidder shall note that standards mentioned in the
specification
are not mutually exclusive or complete in themselves, but
intended to
compliment each other.
3.4 The Contractor shall also note that list of standards
presented in this
specification is not complete Whenever necessary the list of
standards shall be considered in conjunction with specific
IS/IEC.
3.5 When the specific requirements stipulated in the
specifications exceed
or differ than those required by the applicable standards,
the
stipulation of the specification shall take precedence.
3.6 Other internationally accepted standards which ensure
equivalent or
better performance than that specified in the standards
specified
under Annexure C / individual sections for various equipments
shall
also, be accepted, however the salient points of difference
shall be
clearly brought out in additional information schedule of Vol
III along
with English language version of such standard. The
equipment
conforming to standards other than specified under Annexure C
/
individual sections for various equipments shall be subject
to
Purchasers approval.
3.7 The bidder shall clearly indicate in his bid the specific
standards in
accordance with which the works will be carried out.
4.0 SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING
FURNISHED
4.1 The 400kV system is being designed to limit the switching
surge over
voltage to 2.5pu and the power frequency over voltage to 1.5 pu.
In
case of the 400kV system, the initial value of the temporary
overvoltages could be 2.0 pu for 1 - 2 cycles. The equipment
Page - 2
-
furnished under this specification shall perform all its
functions and operate
satisfactorily without showing undue strain, restrike etc under
such over voltage
conditions.
4.2 All equipments shall also perform satisfactorily under
various other
electrical, electromechanical and meteorological conditions of
the site
of installation.
4.3 All equipment shall be able to withstand all external and
internal
mechanical, thermal and electromechanical forces due to
various
factors like wind load, temperature variation, ice & snow,
(wherever
applicable) short circuit etc for the equipment.
4.4 The bidder shall design terminal connectors of the equipment
taking
into account various forces that are required to withstand.
4.5 The equipment shall also comply to the following:
a) All outdoor EHV equipments except marshalling kiosks shall
be
suitable for hot line washing.
b) To facilitate erection of equipment, all items to be
assembled at
site shall be match marked.
c) All piping, if any between equipment control cabinet/
operating
mechanism to marshalling box of the equipment, shall bear
proper identification to facilitate the connection at site.
4.6 Operating times of circuit breakers, protective relays and
PLCC
equipment have been specified in respective sections. However,
the
bidder is allowed to have minor variations on the individual
equipment
timings subject to the condition that overall fault clearing
time remains
within 100 milli seconds at 400 kV and 160 milli seconds at 220
kV
level under comparable conditions.
4.7 EHV equipments and system shall be designed to meet the
following
major technical parameters as brought out hereunder.
4.7.1 System Parameter
S.NO Description of 400 kV 220 kV 132 kV 33 kV
parameters System System System System
1. System operating 400kV 220kV 132kV 33kV
voltage
3. Rated frequency 50Hz 50Hz 50Hz 50Hz
4. No. of phase 3 3 3 3 Page - 3
-
S.NO Description of 400 kV 220 kV 132 kV 33 kV
parameters System System System System
5. Rated Insulation
levels
i) Full wave impulse 1550kVp 1050kVp 650kVp 170kVp
withstand
voltage(1.2/50
micro sec.)
ii) Switching impulse 1050kVp - - -
withstand voltage
(250/2500 micro
sec.) dry and wet
Iii) One minute power 630kV 460kV 275kV 80kV
frequency dry and
wet withstand
voltage (rms)
6. Corona extinction 320kV 156kV 105kV -
voltage
7. Max. radio 1000 micro- 1000 500 -
interference volt micro- micro-
voltage for volt volt
frequency
between 0.5 MHz
and 2 MHz at
320kV rms for
400kV system and
156kV rms for
220kV system &
92 kV rms for
132kV system
8. Minimum 25 mm/kV 25 mm/kV 25 mm/kV 25 mm/kV
creepage distance (10500 mm) (6125 (3625 (900
mm) mm) mm)
9. Min. clearances Page - 4
-
S.NO Description of 400 kV 220 kV 132 kV 33 kV
parameters System System System System
i) Phase to phase 4200 mm (for 2100 mm 1300 mm 320 mm
Rod -
conductor
configuration)
4000 mm (for
conductor
conductor
configuration)
ii) Phase to earth 3500 mm 2100 mm 1300 mm 320 mm
iii) Sectional 6500 mm 5000 mm 4000 mm 3000 mm
clearances
10. Rated short circuit 40 kA 40 kA 31.5 kA 25 kA
current for 1 sec.
duration
11. System neutral Effectively Effectively Effectively
Effectively
earthing earthed earthed earthed earthed
Note : The insulation and RIV levels of the equipments shall be
as
per values given in the respective chapter of the
equipments.
4.7.2 Major Technical Parameters
The major technical parameters of the equipments are given
below. For other
parameters and features respective technical sections should be
refered.
Page - 5
-
(A) For 420 kV Circuit Breaker and Isolator
Rated voltage (kV, rms)
Rated frequency (Hz)
No. of poles
Design ambient temperature (C)
Rated Insulation levels :
1) Full wave impulse withstand
voltage (1.2/50 microsec.)
- between line
terminals and ground
- between terminals
with circuit breaker/
Isolator open
2) Switching impulse withstand
420
50
3
50
1425 kV peak
1425 kVp impulse on one
terminal and 240 kVp power
frequency voltage of opposite
polarity on
other terminal
voltage (250/2500 micro-second) dry
and wet
- between line
terminals and ground
- between terminals
with circuit breaker/
Isolator open
3) One minute power frequency
dry and wet withstand voltage
- between line
terminals and ground
- between terminals
with circuit breaker/
Isolator open
Corona extinction voltage
(kV rms) with Circuit
Breaker/Isolator in all
positions
1050 kV peak
900 kVp impulse on
one terminal and 345 kVp
power frequency voltage of
opposite polarity on
other terminal
520 kV rms
610 kV rms
320 (min)
Page - 6
-
Max. radio interference
voltage (micro volts) for
frequency between
0.5 MHz and 2 MHz
at 266 kV rms. in all
positions
Minimum Creepage distance :-
i) Phase to ground (mm)
ii) Between CB Terminals (mm)
Phase to phase spacing
Seismic acceleration
Thermal Rating of Auxiliary
Contacts
Breaking Capacity of
auxiliary contacts
System neutral earthing
1000
10500
10500
6000 mm (min.)
0.3g horizontal
10 A at 220 V DC
2 A DC with circuit time
constant not less than 20 ms.
Effectively Earthed
Auxiliary switch shall also comply with other clauses of this
chapter.
(FOR 420 kV CT/CVT/SA)
Rated voltage (kV, rms) 420
Rated frequency (Hz) 50
No. of poles 1
Design ambient temperature (C) 50
Rated Insulation levels :
1) Full Insulation levels :
- between line 1425 kV peak
terminals and
ground for CT and CVT
- For arrester housing 1425 kV peak
2) Switching impulse withstand
voltage (250/2500 micro
second) dry and wet
- between line 1050 kVp peak
terminals and
ground for CT and CVT
- For arrester housing 1050 kV peak
3) One minute power frequency dry and wet withstand voltage
Page - 7
-
- between line terminals
and ground for CT and CVT
- For arrester housing
Corona extinction voltage
(kV rms) for CT/CVT.
Max. radio interference
voltage for frequency
between 0.5 MHz and 2 MHz at
266 kV rms (Micro volts) Min.
Creepage distance :-
Phase to ground (mm)
Seismic acceleration
Partial discharge :-
- for arrester at 1.05 COV
- for CT/CVT
System neutral earthing
630 kV rms.
630 kV rms
320 (min)
1000 for CT/CVT
500 for SA
10500
0.3g horizontal
Not exceeding 50 pc.
Not exceeding 10 pC.
Effectively earthed
(B) Technical Parameters of Bushings/Hollow Column
insulators/support insulators :
For For For For
400 kV 220 kV 132 kV 66 kV
System System System System
(a) Rated Voltage (kV) 420 245 145 72.5
Page-8
-
(b) Impulse withstand 1425 1050 650 325
voltage (Dry &
Wet) (kVp)
(c) Switching surge 1050 - - -
withstand voltage
(dry and wet) (kVp)
(d) Power frequency 630 460 275 140
withstand voltage
(dry and wet) (kV rms)
(e) Total creepage 10500 6125 3625 1813
distance (mm)
(f) Pollution Class-III Heavy (as per IEC 71) and as specified
in
Section-2 for all class of equipment.
(g) Insulator shall also meet requirement of and IEC-815 for
400
kV, 220 kV system, as applicable having alternate long &
short
sheds.
5.0 ENGINEERING DATA AND DRAWINGS
5.1 The engineering data shall be furnished by the Contractor
in
accordance with the Schedule for each set of equipment as
specified
in the Technical Specifications.
5.2 The list of drawings/documents which are to be submitted to
the
Purchaser shall be discussed and finalised by the Purchaser at
the
time of award.
The Contractor shall necessarily submit all the drawings/
documents
unless anything is waived.
The Contractor shall submit 4 (four) sets of drawings/
design
documents /data/ test reports as may be required for the
approval of
the Purchaser.
5.3 Drawings
5.3.1 All drawings submitted by the Contractor including those
submitted at
the time of bid shall be in sufficient detail to indicate the
type, size,
arrangement, material description, Bill of Materials, weight of
each
component, break-up for packing and shipment, dimensions,
internal & the
external connections, fixing arrangement required and any other
information
specifically requested in the specifications.
5.3.2 Each drawing submitted by the Contractor shall be clearly
marked with
the name of the Purchaser, the unit designation, the
specifications
title, the specification number and the name of the Project.
If
standard catalogue pages are submitted, the applicable items
shall be
indicated therein. All titles, noting, markings and writings on
the
Page - 9
-
drawing shall be in English. All the dimensions should be in
metric
units.
5.3.3 Further work by the Contractor shall be in strict
accordance with these
drawings and no deviation shall be permitted without the
written
approval of the Purchaser, if so required.
5.4 The review of these data by the Purchaser will cover only
general
conformance of the data to the specifications and documents,
interfaces with the equipment provided under the
specifications,
external connections and of the dimensions which might
affect
substation layout. This review by the Purchaser may not indicate
a
thorough review of all dimensions, quantities and details of
the
equipment, materials, any devices or items indicated or the
accuracy
of the information submitted. This review and/or approval by
the
Purchaser shall not be considered by the Contractor, as limiting
any of
his responsibilities and liabilities for mistakes and deviations
from the
requirements, specified under these specifications and
documents.
5.5 All manufacturing and fabrication work in connection with
the
equipment prior to the approval of the drawings shall be at
the
Contractors risk. The Contractor may make any changes in the
design which are necessary to make the equipment conform to
the
provisions and intent of the Contract and such changes will
again be
subject to approval by the Purchaser. Approval of
Contractors
drawing or work by the Purchaser shall not relieve the
contractor of
any of his responsibilities and liabilities under the
Contract.
5.6 All engineering data submitted by the Contractor after final
process
including review and approval by the Purchaser shall form part
of the
Contract Document and the entire works performed under these
Page - 10
-
specifications shall be performed in strict conformity, unless
otherwise expressly
requested by the Purchaser in Writing.
5.7 Approval Procedure
The scheduled dates for the submission of the drawings as well
as for, any
data/information to be furnished by the Purchaser would be
discussed and
finalised at the time of award. The following schedule shall be
followed
generally for approval and for providing final
documentation.
i) Approval/comments/ As per agreed
by Purchaser on initial schedule
submission
ii) Resubmission Within 3 (three) weeks
(whenever from date of comments
required) including both ways postal
time).
iii) Approval or comments Within 3 weeks of receipt
of resubmission.
iv) Furnishing of distribution 2 weeks from the date
copies in bound volume of final approval
(5 copies per substation
and one copy for Corporate
Centre)
v) Furnishing of distribution
copies of test reports
(a) Type test reports 2 weeks from the date
(one copy per of final approval
substation plus one
copy for corporate
centre)
(b) Routine Test Reports
(one copy for each
substation)
-do-
vi) Furnishing of instruction/ As per agreed schedule
operation manuals (4 copies
per substation and two
copies for corporate centre)
vii) RTFs of drawings (one set -do-
per substation and one set for
corporate centre) Page - 11
-
(viii) Video Cassette (VHS-PAL)
highlighting installation and
maintenance techniques/
requirements of circuit breaker
& isolators (one per substation
plus one for corporate centre)
(ix) As built drawings & RTFs
(Two sets per substation plus
one set for corporate centre)
(x) ROM optical disks for all As
built drawings (one per sub-
station plus one for corporate
centre)
NOTE :
-do-
On completion of entire
works
-do-
(1) The contractor may please note that all resubmissions
must
incorporate all comments given in the earlier submission by
the
Purchaser or adequate justification for not incorporating
the
same must be submitted failing which the submission of
documents is likely to be returned.
(2) The drawings which are required to be referred frequently
during
execution should be submitted on cloth lined paper. The list
of
such drawings shall be finalised with the Contractor at the
time
of Award.
(3) All major drawings should be submitted in Auto Card Version
12
or better.
(4) The instruction Manuals shall contain full details of
drawings of
all equipment being supplied under this contract, their
exploded
diagrams with complete instructions for storage, handling,
erection, commissioning, testing, operation, trouble
shooting,
servicing and overhauling procedures.
(5) If after the commissioning and initial operation of the
substation,
the instruction manuals require any modifications/
additions/changes, the same shall be incorporated and the
updated
final instruction manuals shall be submitted by the Contractor
to the
Purchaser.
(6) The Contractor shall furnish to the Purchaser catalogues of
spare
parts.
5.8 The list of major drawings and General Technical Parameters
to
qualify for second advance as per Section SCC, Vol I shall be as
per
Annexure - D. Page - 12
-
6.0 MATERIAL/ WORKMANSHIP
6.1 General Requirement
6.1.1 Where the specification does not contain references to
workmanship,
equipment, materials and components of the covered equipment, it
is essential
that the same must be new, of highest grade of the best quality
of their
kind, conforming to best engineering practice and suitable for
the purpose for
which they are intended.
6.1.2 Incase where the equipment, materials or components are
indicated in
the specification as similar to any special standard, the
Purchaser
shall decide upon the question of similarity. When required by
the
specification or when required by the Purchaser the Contractor
shall
submit, for approval, all the information concerning the
materials or
components to be used in manufacture. Machinery, equipment,
materials and components supplied, installed or used without
such
approval shall run the risk of subsequent rejection, it
being
understood that the cost as well as the time delay associated
with the
rejection shall be borne by the Contractor.
6.1.3 The design of the Works shall be such that installation,
future
expansions, replacements and general maintenance may be
undertaken with a minimum of time and expenses. Each
component
shall be designed to be consistent with its duty and suitable
factors of
safety, subject to mutual agreements. All joints and fastenings
shall
be devised, constructed and documented so that the component
parts
shall be accurately positioned and restrained to fulfill their
required
function. In general, screw threads shall be standard metric
threads.
The use of other thread forms will only be permitted when
prior
approval has been obtained from the Purchaser.
6.1.4 Whenever possible, all similar part of the Works shall be
made to
gauge and shall also be made interchangeable with similar parts.
All
spare parts shall also be interchangeable and shall be made of
the
same materials and workmanship as the corresponding parts of
the
Equipment supplied under the Specification. Where feasible,
common
component units shall be employed in different pieces of
equipment in
order to minimize spare parts stocking requirements. All
equipment of
the same type and rating shall be physically and
electrically
interchangeable.
6.1.5 All materials and equipment shall be installed in strict
accordance with
the manufacturers recommendation(s). Only first-class work
in
accordance with the best modern practices will be accepted.
Installation shall be considered as being the erection of
equipment at
its permanent location. This, unless otherwise specified, shall
include
unpacking, cleaning and lifting into position, grouting,
levelling, Page - 13
-
aligning, coupling of or bolting down to previously installed
equipment
bases/foundations, performing the alignment check and final
adjustment prior to initial operation, testing and commissioning
in
accordance with the manufacturers tolerances, instructions and
the
Specification. All factory assembled rotating machinery shall be
checked
for alignment and adjustments made as necessary to re-
establish the manufacturers limits suitable guards shall be
provided for the
protection of personnel on all exposed rotating and / or moving
machine
parts and shall be designed for easy installation and
removal for maintenance purposes. The spare equipment(s) shall
be installed
at designated locations and tested for healthiness.
6.1.6 The Contractor shall apply oil and grease of the proper
specification to
suit the machinery, as is necessary for the installation of
the
equipment. Lubricants used for installation purposes shall be
drained
out and the system flushed through where necessary for applying
the
lubricant required for operation. The Contractor shall apply
all
operational lubricants to the equipment installed by him.
6.1.7 All oil, grease and other consumables used in the Works/
Equipment
shall be purchased in India unless the Contractor has any
special
requirement for the specific application of a type of oil or
grease not
available in India. In such is the case he shall declare in the
proposal,
where such oil or grease is available. He shall help Purchaser
in
establishing equivalent Indian make and Indian Contractor. The
same
shall be applicable to other consumables too.
6.1.8 A cast iron or welded steel base plate shall be provided
for all rotating
equipment which are to be installed on a concrete base
unless
otherwise agreed to by the Purchaser. Each base plate shall
support
the unit and its drive assembly, shall be of design with pads
for
anchoring the units, shall have a raised up all around and shall
have
threaded in air connections, if so required.
6.1.9 Corona and radio interference voltage test and seismic
withstand test
procedures for equipments shall be in line with the procedure
given at
Annexure-A and B respectively.
6.2 Provisions For Exposure to Hot and Humid climate
Outdoor equipment supplied under the specification shall be
suitable for
service and storage under tropical conditions of high
temperature, high
humidity, heavy rainfall and environment favourable to the
growth of fungi
and mildew. The indoor equipments located in nonairconditioned
areas shall
also be of same type.
6.2.1 Space Heaters Page - 14
-
6.2.1.1 The heaters shall be suitable for continuous operation
at 240 V as
supply voltage. On-off switch and fuse shall be provided.
6.2.1.2 One or more adequately rated thermostatically connected
heaters
shall be supplied to prevent condensation in any compartment.
The
heaters shall be installed in the compartment and electrical
connections shall be made sufficiently away from below the
heaters to
minimize deterioration of supply wire insulation. The heaters
shall be
suitable to maintain the compartment temperature to prevent
condensation.
6.2.1.3 Suitable anti condensation heaters with the provision of
thermostat
shall be provided.
6.2.2 FUNGI STATIC VARNISH
Besides the space heaters, special moisture and fungus resistant
varnish
shall be applied on parts which may be subjected or predisposed
to the
formation of fungi due to the presence or deposit of nutrient
substances. The
varnish shall not be applied to any surface of part where the
treatment will
interfere with the operation or performance of the equipment.
Such surfaces
or parts shall be protected against the application of the
varnish.
6.2.3 Ventilation opening
Wherever ventilation is provided, the compartments shall have
ventilation
openings with fine wire mesh of brass to prevent the entry of
insects and to
reduce to a minimum the entry of dirt and dust. Outdoor
compartment
openings shall be provided with shutter type blinds and suitable
provision
shall be made so as to avoid any communication of air / dust
with any
part in the enclosures of the Control Cabinets, Junction boxes
and Marshalling
Boxes, panels etc.
6.2.4 Degree of Protection
The enclosures of the Control Cabinets, Junction boxes and
Marshalling Boxes, panels etc. to be installed shall provide
degree of
protection as detailed here under:
a) Installed out door: IP- 55
b) Installed indoor in air conditioned area: IP-31 c)
Installed in covered area: IP-52
d) Installed indoor in non air conditioned area where
possibility of
entry of water is limited: IP-41.
e) For LT Switchgear (AC & DC distribution Boards) : IP-52
Page - 15
-
The degree of protection shall be in accordance with IS:13947
(Part-I)
/ IEC-947 (Part-I) / IS 12063 / IEC 529. Type test report for
degree
of protection test, on each type of the box shall be submitted
for
approval.
6.3 RATING PLATES, NAME PLATES AND LABELS
6.3.1 Each main and auxiliary item of substation is to have
permanently
attached to it in a conspicuous position a rating plate of
non-corrosive material
upon which is to be engraved manufacturers name, year of
manufacture,
equipment name, type or serial number together with details of
the loading
conditions under which the item of substation in question has
been designed to
operate, and such diagram plates as may be required by the
Purchaser. The
rating plate of each equipment shall be according to IEC
requirement.
6.3.2 All such nameplates, instruction plates, rating plates of
transformers,
reactors, CB, CT, CVT, SA, Isolators, C & R panels and
PLCC
equipments shall be bilingual with Hindi inscription first
followed by
English. Alternatively two separate plates one with Hindi and
the
other with English inscriptions may be provided.
6.4 FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS
All the first fill of consumables such as oils, lubricants,
filling
compounds, touch up paints, soldering/brazing material for all
copper piping of
circuit breakers and essential chemicals etc. which will be
required to put
the equipment covered under the scope of the specifications,
into
successful Operation, shall be furnished by the Contractor
unless specifically
excluded under the exclusions in these specifications and
documents.
7.0 DESIGN IMPROVEMENTS / COORDINATION
7.1 The bidder shall note that the equipment offered by him in
the bid
only shall be accepted for supply. However, the Purchaser or
the
Contractor may propose changes in the specification of the
equipment or quality
thereof and if the Purchaser & contractor agree upon any
such changes, the specification shall be modified
accordingly.
7.2 If any such agreed upon change is such that it affects the
price and
schedule of completion, the parties shall agree in writing as to
the
extent of any change in the price and/or schedule of
completion
before the Contractor proceeds with the change. Following
such
agreement, the provision thereof, shall be deemed to have
been
amended accordingly.
7.3 The Contractor shall be responsible for the selection and
design of
appropriate equipments to provide the best co-ordinated
performance
of the entire system. The basic design requirements are detailed
out Page - 16
-
in this Specification. The design of various components,
subassemblies
and assemblies shall be so done that it facilitates easy field
assembly and
maintenance.
7.4 The Contractor has to coordinate designs and terminations
with the
agencies (if any) who are Consultants/Contractor for the
Purchaser.
The names of agencies shall be intimated to the successful
bidders.
7.5 The Contractor will be called upon to attend design
co-ordination
meetings with the Engineer, other Contractors and the
Consultants of
the Purchaser (if any) during the period of Contract. The
Contractor
shall attend such meetings at his own cost at New Delhi or at
mutually
agreed venue as and when required and fully cooperate with
such
persons and agencies involved during those discussions.
8.0 QUALITY ASSURANCE PROGRAMME
8.1 To ensure that the equipment and services under the scope of
this
Contract whether manufactured or performed within the
Contractors Works or
at his Sub-contractors premises or at the Purchasers site or at
any other place
of Work are in accordance with the specifications, the
Contractor shall adopt
suitable quality assurance programme to control such activities
at all points
necessary. Such programme shall be broadly outlined by the
contractor and
finalised after discussions before the award of contract. The
detailed
programme shall be submitted by the contractor after the award
of contract
and finally accepted by POWERGRID after discussion. However, in
case
detailed valid programme approved by POWERGRID for the equipment
already
exist, same would be followed till its validity. A quality
assurance
programme of the contractor shall generally cover the
following:
(a) His organisation structure for the management and
implementation of the proposed quality assurance programme :
(b) Documentation control system;
(c) Qualification data for bidders key personnel;
(d) The procedure for purchases of materials, parts components
and
selection of sub-Contractors services including vendor
analysis,
source inspection, incoming raw material inspection,
verification
of material purchases etc.
(e) System for shop manufacturing and site erection controls
including process controls and fabrication and assembly
control;
(f) Control of non-conforming items and system for
corrective
actions;
(g) Inspection and test procedure both for manufacture and
field
activities. Page - 17
-
(h) Control of calibration and testing of measuring instruments
and
field activities;
(i) System for indication and appraisal of inspection
status;
(j) System for quality audits;
(k) System for authorising release of manufactured product to
the
Purcahser.
(l) System for maintenance of records;
(m) System for handling storage and delivery; and
(n) A quality plan detailing out the specific quality control
measures
and procedures adopted for controlling the quality
characteristics
relevant to each item of equipment furnished and/or services
rendered.
The Purchaser or his duly authorised representative reserves the
right to carry
out quality audit and quality surveillance of the system and
procedure of the
Contractor/his vendors quality management and control
activities.
8.2 Quality Assurance Documents
The contractor would be required to submit all the Quality
Assurance
Documents as stipulated in the Quality Plan at the time of
purchasers
inspection of equipment/material
9.0 TYPE TESTING, INSPECTION, TESTING & INSPECTION
CERTIFICATE
9.1 All equipment being supplied shall conform to type tests
including
additional type tests as per technical specification and shall
be subject
to routine tests in accordance with requirements stipulated
under
respective sections. Purchaser reserves the right to witness any
or all
the type tests. The Contractor shall intimate the Purchaser
the
detailed program about the tests atleast three (3) weeks in
advance in
case of domestic supplies & six (6) weeks in advance in case
of
foreign supplies.
9.2 The reports for all type tests and additional type tests as
per technical
specification shall be furnished by the Contractor alongwith
equipment
/ material drawings. The type tests conducted earlier should
have
either been conducted in accredited laboratory (accredited based
on
ISO / IEC Guide 25 / 17025 or EN 45001 by the national
accredition
body of the country where laboratory is located ) or witnessed
by the
representative(s) of HVPNL or Utility. The test reports
submitted shall be of the tests conducted within last 5 (five)
years Page - 18
-
prior to the date of bid opening. In case the test reports are
of the test
conducted earlier than 5 (five) years prior to the date of bid
opening, the
contractor shall repeat these test(s) at no extra cost to the
purchaser.
In the event of any discrepancy in the test reports i.e. any
test report not
acceptable due to any design / manufacturing changes (including
substitution
of components) or due to non-compliance with the requirement
stipulated in the Technical Specification or any/all additional
type tests not
carried out, same shall be carried out without any additional
cost implication to
the Purchaser.
9.3 The Purchaser intends to repeat the type tests and
additional type
tests on transformers, reactors, cables and battery chargers for
which test
charges shall be payable as per provision of contract. The price
of conducting
type tests and additional type tests shall be included in Bid
price and break
up of these shall be given in the relevant schedule of Bid
Proposal Sheets.
These Type test charges would be considered in bid evaluation.
In case Bidder
does not indicate charges for any of the type tests or does not
mention the
name of any test in the price schedules, it will be presumed
that the
particular test has been offered free of charge. Further, in
case any Bidder
indicates that he shall not carry out a particular test, his
offer shall be
considered incomplete and shall be liable to be rejected.
For outdoor receptacles, trefoil clamps, diesel engine,
alternator, motors,
cable glands and junction boxes, type testing and type test
reports are not
required to be submitted for the makes indicated at Annexure-E
/
POWERGRID approved list of subvendors. For the new makes (other
than
those indicated at Annexure-E / POWERGRID approved list of
subvendors), type test reports as per relevant standard shall be
submitted
for purchasers approval.
9.4 The Purchaser, his duly authorised representative and/or
outside
inspection agency acting on behalf of the Purchaser shall have
at all
reasonable times free access to the Contractors/sub-vendors
premises or Works and shall have the power at all reasonable
times to
inspect and examine the materials and workmanship of the
Works
during its manufacture or erection if part of the Works i