Sie sind auf Seite 1von 63

TENDER DOCUMENT

SUPPLY, PRE-DESPATCH INSPECTION, INSTALLATION, TESTING AND


COMMISSIONING OF COMPLETE ELECTRICAL SYSTEM COVERING
132/11 kV POWER TRANSFORMERS, 11 kV ISOLATOR PANELS, HT
CABLING, 11/0.433 kV DISTRIBUTION TRANSFORMERS, 11 kV
SWITCH BOARD, PCCs & MCCs, DG SET, UPS, FIRE ALRAM SYSTEM,
VFD PANELS, HT & LT CAPACITOR BANKS, INTERCONNECTING
CABLES, EARTHING SYSTEM etc. WITH STRUCTURES, FOUNDATION
& ACCESSORIES REQUIRED FOR INTEGRATION, FOR BARC
DESALINATION FACILITY AT OSCOM, IREL, ODISHA ON TURNKEY
BASIS AS PER ANNEXED SPECIFICATIONS AND DRAWINGS.

i
TABLE OF CONTENTS: COMPLETE ELECTRICAL SYSTEM FOR
BARC DESALINATION FACILITY AT OSCOM, IREL, ODISHA.

Contents
SECTION-1: General Conditions of Contract ........................................................................... 5

A.1. Introduction .................................................................................................................... 5

A.2. Project Location .............................................................................................................. 6

A.3. Site Condition .................................................................................................................. 7

A.4. Site Area and Overall plan .............................................................................................. 7

A.5. Departmental Responsibilities & Supply ...................................................................... 10

A.6. Manpower and Machineries .......................................................................................... 10

A.7. Security and Safety Procedure ...................................................................................... 11

A.8. Specifications/ Drawings/ Documents .......................................................................... 11

A.9. Guarantee ...................................................................................................................... 11

A.10. Confidentiality Clause ............................................................................................... 12

A.11. Standards, Codes and Regulations ............................................................................ 12

A.12. Completion/Delivery Period ..................................................................................... 13

A.13. Bidder Qualification criteria (BQC) .......................................................................... 13

A.14. List of other documents to be submitted with quotation ........................................... 15

A.15. Important Notes to Supplier ...................................................................................... 15

A.16. Bid Evaluation Criteria.............................................................................................. 16

A.17. Pre-Bid Meeting ........................................................................................................ 18

SECTION-2 ................................................................................................................................ 19

Section 2.1 : MRSS Switchyard Extension ............................................................................... 20

Detailed scope description for supply, installation, testing and commissioning of outdoor
switchyard electrical items with list of supply items. .............................................................. 20

A.1. Works excluded............................................................................................................. 25

ii
A.2. Specific Design requirements for the MRSS switchyard extension .............................. 26

A.3. Design document required from supplier .................................................................... 32

SECTION: 2.2 MRSS to Desalination plant cable laying........................................................... 35

Detailed Scope Description For Supply and Laying of HT Cables from MRSS Annex Building
Control Room to Desalination Plant Substation with list of supply items. ............................. 35

A.1. Works excluded: ........................................................................................................... 35

A.2. SPECIFIC JOB REQUIREMENT ........................................................................................ 35

A.3. DESIGN DOCUMENT REQUIRED .................................................................................... 35

SECTION 2.3: Desalination plant up to job motor ................................................................... 37

Detailed Scope Description for Supply, Installation, Testing and Commissioning of Electrical
Items in Desalination Substation and within Desalination Plant Facility site area, with list of
supply items. ............................................................................................................................ 37

A.1. Works excluded............................................................................................................. 42

A.2. Specific Design requirements for the Substation Area (Desalination Plant Facility Site)
43

A.3. Design documents required from supplier ................................................................... 51

SECTION-3: Electrical System Description and Design Considerations ................................... 54

System Descriptions ................................................................................................................ 54

A.1. OPERATING PHILOSOPHY FOR EMERGENCY POWER SUPPLY SYSTEM ........................ 55

A.2. SYSTEM DESIGN BASIS .................................................................................................. 56

A.3. POWER SYSTEM DESIGN ............................................................................................... 56

A.4. Single Line Diagram ....................................................................................................... 57

A.5. SCOPE OF SYSTEM STUDIES .......................................................................................... 57

A.6. FIELD TESTING & COMMISSIONING .............................................................................. 58

A.7. INSPECTION AND TESTING AT MANUFACTURER’S WORKS .......................................... 59

A.8. MAKES OF EQUIPMENT AND COMPONENTS ............................................................... 60

A.9. Spare Parts .................................................................................................................... 60

iii
SECTION:4 LIST OF MAKE ........................................................................................................ 61

Section - 5: Drawings (Single line diagrams, Equipment layout, Cable layout, Earthing layout,
lighting layout, Fire alarm drawings, Switchyard plot plan)

Annexure-1 : Load Analysis Report

Annexure-2: Design Philosophy for Electrical Facilities

Annexure-3 : Electrical Design Basis Report

Annexure - 4: Specifications for electrical items under procurement.

Annexure- 5 : Datasheet for electrical items under procurement.

Annexure- 6: Inspection Test Plans for electrical items under procurement.

Annexure-7: Installation Standards for electrical items under procurement.

iv
SECTION-1: General Conditions of Contract

A.1. Introduction

Bhabha Atomic Research Centre (BARC) has taken-up a project to build a 5.0 MLD hybrid sea
water desalination plant comprising of 4.5 MLD sea water reverse osmosis (SWRO) and 0.5 MLD
multi-effect distillation (MED) systems within the existing premises at Orissa Sands complex
(OSCOM), Indian Rare Earths Limited (IREL), Matikhalo, Dist: Ganjam, Odisha. The Desalination
plant will take power from OSCOM Main Receiving Service Station (MRSS) with switch yard bay
extension, accommodating additional 2 nos. of 10/12.5 MVA 132/11 kV dedicated power
transformers and through separate DESAL substation with 4 nos. of 2.5 MVA 11/0.415 kV
distribution transformers located within the Desalination Plant facility site, which is about 300 m
away from MRSS. Out of two additional bays with 12.5 MVA power transformers; one number of
12.5 MVA transformer, one HT isolator breaker panel & interconnections between the 12.5 MVA
transformer & HT panel will be provided to the contractor in installed condition from departmental
side. Design and engineering for required electrical system is mentioned in this tender document.

For supply, installation, testing and commissioning of complete electrical system items with
necessary detailing, BARC intends to receive domestic competitive bids in Two Part system (Part-I:
Techno commercial i.e technical details along with commercial terms and conditions, Part-II: Price)
from reputed experienced Indian electrical suppliers / contractors which will be evaluated based on
the specified bidders eligibility criteria & technical evaluation criteria of the tender and
subsequently through least cost amongst eligible technical qualified bidders.

The scope primarily involves review of the design & necessary detailing, procurement of electrical
items as per technical specifications provided in the tender, pre-despatch inspection, supply,
erection/installation, testing & commissioning of electrical items and associated integration of items
on turnkey basis including obtaining approval of statutory bodies for the following.

i. Supply, installation, testing and commissioning of outdoor switchyard electrical items


namely 10/12.5 MVA 132/11 kV power transformers, isolators, lightning arresters,
earthing system, 11 kV isolator panel, RTCC panel, relay and control panel, battery
system, auxiliary power supply panels /normal & emergency lighting distribution panels,
outdoor lighting poles & fixtures, interconnecting cables, with necessary commissioning
spares and accessories. Integration of items along with associated equipment foundations,
structural supports, trenches for interconnection, dyke peripheral walls, area development,
fire fighting system, safety system etc as required for completeness of safe outdoor
switchyard bay extension at MRSS as per layout provided is included. Section-2.1details

5
the scope, datasheet, technical specification/ factory acceptance tests, site acceptance tests,
preferred make etc. Panels, batteries etc are to be installed in existing MRSS control
room/MRSS annex building.

ii. Supply and laying of HT cables from MRSS annex building control room to Desalination
plant substation (4 nos. of XLPE HT cable, 3 C x 300 sq mm, about 300 meters each),
partly underground/ mostly overhead on existing RCC trestles,with necessary cable tray
&structural supports. Overhead RCC trestles with structural supports will be made
available by department. Underground cabling portion from MRSS annex bldg control
room up to the available overhead RCC trestles is included. Section-2.2 details the scope,
datasheet, technical specification/ factory acceptance tests, site acceptance tests, preferred
make etc.

iii. Supply, installation, testing and commissioning of electrical items namely 2.5 MVA
11/0.415 kV distribution transformers (dry type), lighting transformers, 11 kV
switchboard, 11 kV capacitor banks, PCC/LCSS, MCCs, DG set, UPS, Fire alarm system,
VFD panels, LT capacitor banks, interconnecting cables, Bus ducts, earthing system, etc in
Desalination plant substation building and outdoor lighting poles & fixtures in the
Desalination plant facility site, with necessary commissioning spares and accessories..

Desalination plant substation building (G+ 2 with cable cellar at Ground floor, 1st floor for switch
board panels, 2nd floor for VFD panels etc) and SWRO plant building will be made available to
the contractor from departmental side for carrying out installation of electrical system and panels.
However, necessary cut-outs and subsequent closing/plugging etc. are to be made and included in
the scope. Supply and laying of interconnecting cables with required supports from PMCCs
(located at Desalination Plant substation building) & MCCs (located at SWRO Plant building) up
to individual plant equipment(motors, agitators etc.) in the plant area and outdoor lighting poles
are also included.Section-2.3 details the scope, technical specifications/ datasheet, factory
acceptance tests, site acceptance tests, preferred make etc.

Packing, forwarding, freight, unloading/ loading, safe keeping of items at site, associated
integration works following standard installation procedure as per latest version of relevant IS
code& safe industrial practices to achieve the operational requirement of the desalination plant and
documentation/ as-build drawings to meet & obtaining the requirement of statutory bodies and
their approval, including fees payable to statutory bodies if any) are part of the scope.

A.2. Project Location

The proposed desalination plant site is located on the coast line of Bay of Bengal, opposite to
Gopalpur Ports Ltd., about 750 meters away from the sea-shore, at Odisha Sand Complex
6
(OSCOM), Indian Rare Earths Limited (IREL)-PSU of Department of Atomic Energy (DAE), P.O:
Matikhalo, Chatrapur, Dist: Ganjam, Odisha-761045.
Nearest Airport: Bhubaneswar at a distance of 160 km by road.

Nearest Railway Stations: Berhampur station at about 22 km and Chatrapur station at 6 km from the
site. It is accessible from National Highway,NH-5.

Site Visit : Site visit before quoting is not mandatory. However, bidders in their own interest and at
their expense may visit the site during the specified period as given in NIT with advance e-mail
intimation to (i) Shri S P Behera, GM (MIS& CP), OSCOM, Tel no. (06811) 257890-95, e-mail:
mis-os@irel.co.in; (ii) Shri K P Bhattacharyya (SO/G), DD, BARC,Tel no.022-25594647, e-mail:
kpbhatt@ barc.gov.in

Details of site : Odisha Sands Complex (OSCOM), IREL.


P.O: Matikhalo, Chatrapur, Dist: Ganjam, Odisha. Pin no. 761045

Government issued photo I-card is required for making entry pass into OSCOM site.

A.3. Site Condition

 Max. Temp.450C and Min. Temp.of 160 C, Average Humidity is 87%.


 The Environment in general, is humid and Corrosive.
 Max Wind Speed to be considered for design of foundations etc. is 230 km/hr.
 Net safe bearing capacity of soil at a foundation depth of 2.5 m (NFL/FGL whichever is
lower) for a foundation width of 1 m to less than 3 m, is 14 T/m2.
 Susceptibility to Earthquake Falling under Zone-II as defined by IN IS: 1983. However, an
increased horizontal seismic coefficient corresponding to Zone-IV shall be used for design
and structural analysis purposes.
 The site area is more or less sandy, plain seashore but approach road to the site is available.

A.4. Site Area and Overall plan

Overall site plan for the desalination plant at OSCOM is given in Figure 1. For the existing IREL
facility, the total electrical supply is coming from Odisha State Electricity Board through 132 kV
Main Receiving Sub Station (MRSS). Figure 1 shows the overall site plan, where the MRSS area
and the Desalination plant facility site have been indicated.

7
Entry of IREL site

MRSS

Desalination Plant

Facility

Bay of Bengal

Figure 1: Overall site plant for Desalination plant in OSCOM site area.

The existing transformers (2 x 12.5 MVA) at MRSS are loaded enough and found inadequate to
cater the services for the new desalination plant loads, so it has been decided that desalination plant
load will be supplied from the MRSS area through 2 nos. of new bay extension from the existing
one.In Figure 2, the total MRSS outdoor area (68 m x 40 m)has been shown. The space available
for the new bay extension is 35 m x 40 m.

The existing control room for the MRSS has shown in Fig. 3 and Fig.4 (located in the left side
portion of Figure 2), which will accommodate RTCC panels and Relay & control panels. New
Annex building shown in the drawing is for accommodating HT isolator panels for new 132 kV
switchyard.

8
New Part

Existing
Part

Figure 2: MRSS site area

New Part
EXISTING MRSS
OPEN

SWITCHYARD

MRSS
CONTROL
ROOM

Figure 3: MRSS open switchyard with MRSS control Room

9
Figure 4: Control Room of MRSS Switchyard and New Annex Building
Starting Point: MRSS Outdoor Switchyard
End point: Load centres/ Various motor ends in SWRO Plant.
A.5. Departmental Responsibilities & Supply

 New Auxiliary Building/MRSS annex(i.e. extension of existing control building) for 11 kV


Isolating breaker panels, Lighting DBs etc.).
 One number of 12.5 MVA transformer, one HT isolator breaker panel & interconnections
between the 12.5 MVA transformer & HT panel in installed condition.
 The Desalination Substation Building including internal normal lighting for designated
rooms.
 MCC Room in SWRO Plant Building including internal lighting
 Space for installation of bay extension items (approx.40 m x 35 m)
 Space in existing MRSS switchyard Control building for Control & Relay Panel, RTCC
Panel and Battery.
 RCC Trestle for overhead line from MRSS area to DESAL substation and the underground
pipe across the rail way crossing will be provided. The RCC trench inside the MRSS up to
where overhead structure is available is under the scope of contractor
 Water and electricity at site during the installation, testing& commissioning work on non-
chargeable basis.

A.6. Manpower and Machineries

Engaging Supervisors, Manpower, machineries, consumables as required for unloading of items,


installation and commissioning of supplied items at site are in the scope of supplier. The labour

10
/supervisors to be engaged for the purpose of entering and working at OSCOM, IREL premises
should have valid Police Verification Certificate (PVC). Temporary works as necessary for
satisfactory erection and installation till completion is part of the scope.

A.7. Security and Safety Procedure

The supplier must follow all the security rules and regulations at site, which are quite stringent. The
supplier shall adhere strictly to the work procedure and working hours stipulated at site from time to
time. Supplier should provide all safety related gadgets to his labourand follow the safety
procedures as per standard engineering / industrial practices.

A.8. Specifications/ Drawings/ Documents

Design Basis Report, Load Analysis, Technical Specifications, Datasheets. Inspection test plan
(factory acceptance test and site acceptance tests in installed condition), Drawings, installation
procedure etc.are provided in this tender document. Residual engineering documents and supportive
calculation sheets are to be submitted to the Departmentfor approval.

A.9. Guarantee

The supplier shall guarantee that the items and materials mentioned in this scope of supply are new
and of high quality and that the equipment and materials will be free from defects in material
fabrication and workmanship as per the requirements of this technical specification for a period of
18 months from the date of supply or 12 months from the date of commissioning, whichever is
earlier.

If within the guarantee period stipulated above, the item and materials mentioned in the scope of
supply or any part of the same are found defective because of bad materials, improper fabrication or
any mistake in the operations carried out by the supplier in completion of the scope of supply, then
the vendor at his own expense either repair them preferably on the site or transport them to their
workshop and repair / replace them to be delivered at site again. The decision of repair and
replacement will be taken in consideration with the function, end use and life of that equipment in
consultation with the departmental engineer.

Approval from users department will be obtained with respect to design and drawings submitted by
supplier before taking up any fabrication job or any bought out items/installation related job.
However, approval of the design & drawings does not absolve the supplier of responsibility with
respect to workmanship as well as demonstration as per the performance evaluation and acceptance
criteria of the item. Supplier will take overall responsibility in electrical design, fabrication,

11
installation and commissioning of said system with his supervision including supply of manpower
required for testing and performance evaluation.

A.10. Confidentiality Clause

 No party shall disclose any information to any third party concerning the matters under the
contract generally. In particular, any information identified as proprietary in nature by the
disclosing party shall be kept strictly confidential by the receiving party and shall not be
disclosed to any third party without the prior written consent of the original -disclosing
party. This clause shall apply to the subcontractors, consultants, advisers or the employees
engaged by a party with equal force.
 Restricted information categories under section 18 of the Atomic Energy Act 1962 and
Official Secret's under section 5 of the Official secrets Act 1923: Any contravention of the
above mentioned provisions by any supplier, subcontractor, consultant, advisor or the
employees of a supplier will invite penalty consequences under the afore said legislation.
 Prohibition against use of BARC's name without permission for publicity purposes. The
supplier or sub-contractor, consultant, advisor, or the employees engaged by the supplier
shall not use BARC's name for any publicity purpose through any public media like Press,
Radio, Television or Internet without the prior written approval of BARC.

A.11. Standards, Codes and Regulations

a) The work shall be performed in conformity with these specifications and Specifications,
standards and Codes of Practice specified or referred in the tender.
b) Codes and standards as prevailing in the country of origin may be followed for
equipment purchased abroad provided that the equivalent standards are more stringent
than Indian/ international standards and meet the statutory regulations of the approving
Indian statutory authorities.
c) In addition, supply and installation work shall also conform to the requirements of latest
editions/ amendments of the following:

 The Indian Electricity Act and Rules framed there under


 Fire Insurance Regulations
 Regulations laid down by the Chief Electrical Inspectorate
 Regulations laid down by the Factory Inspectorate
 DGMS Regulation (for Switchyard items)
 Applicable Codes of Practice of the Bureau of Indian Standards

12
 Any other regulations laid down by the Central, State or Local Authorities from time
to time and during the execution of this contract

A.12. Completion/Delivery Period

Time is the essence of the project. Residual design& engineering, Supply, installation, testing and
commissioning at site, should be completed within 15 months from the date of placing the firm
purchase order. The vendor shall submit a detailed bar chart / milestone for the activities
pertaining to completion of residual detail engineering, pre depatch inspection, supply,
erection/installation, testing & commissioning, along with their bid. The following periods are
specified while framing the completion period. However, supplier is encouraged to complete the
project at the earliest.

Table 1: - Estimated Time required for the completion of the project.

Sl. Works Time in Month, from


No the placement date of
Purchase Order(P.O)
1. Review of the given document and completion of residual 3
engineering for all electrical items (EHV, HV, MV), FA
system and related installation requirements.
2. Finalization of procurement order for major electrical items. 6
3. Supply of major electrical items at site 10
4. Completion of foundations, structural and trench work, cut- 12
outs, ducts etc. for installation of items.
5. Installation Testing and commissioning with statutory 15
approval.

A.13. Bidder Qualification criteria (BQC)

Quotations are invited from firms who have proven past experience of switchyard and substation
related supply and installation. Joint venture proposal is not acceptable. Sub-letting on back to back
basis is also not admissible. Eligibility criteria are as follows

Criteria- 1: The bidder on its own should have supply, installation, testing and commissioning
experience of at least one outdoor switchyard of voltage rating 33 kV or more.

13
Criteria- 2: The bidder on its own should have successfully completed at least one Indoor 11KV
(or higher) substation consisting of 11kV switchboards, 415V switchboards, Distribution
Transformers, Battery etc. covering supply, installation, testing and commissioning during last
seven years reckoned from the bid due date.

Details of earlier completed projects and respective client’s certificate for satisfying criteria-1 and
criteria-2 are to be furnished. Details of other completed projects may also be attached in support of
experience and expertise of firm. The bidder needs to be submitted the proof of similar works done
in the form of P.O / W.O/ Completion certificate.

Criteria-3: The bidder should have well-established organizational structure with qualified
experienced electrical engineers to make necessary detailing and permanent technical staffs for
execution of site installation & commissioning works.

Profit & loss statement with turnover of the firm for last three years are to be submitted for
assessing financial soundness of the firm. Bank solvency certificate of not older than 1 year from
the last date of sale of tender is also to be furnished. The bidder should not have incurred loss in
more than two years during the last three years ending 31st March, 2017 and the financial net worth
of the bidder should not be negative.

Table 2: Format for submitting similar work experience

Item Description
1. Title of Project
2. Nature of Firm/Institute placing the Central/State Govt. (Y/N) _____
Order Central Autonomous Bodies (Y/N) _____
Central/ State PSU (Y/N) _____
Private PSU (Y/N) _____
Private Firm (Y/N) _____
3. Name of Firm/Institute who placed
the Order
4. Order Placement Date

5. Scheduled completion date given in


Order without amendments
6. Actual Completion Date of Order

7. Documents Check List: Following Documents should be attached as evidence w.r.t.


qualifying project

14
1) Copy of Work Order highlighting
a) Title of Project
b) Name of Firm/Institute who placed the Order
c) Order Date
d) Scheduled completion Date/Delivery Period
e) Order Value & other taxes and duties if applicable.
2) Completion certificate awarded by the work order issuing authority or an affidavit
by the company stating the actual date of completion of project with documentary
evidence of all order payments received from the work order issuing authority.

A.14. List of other documents to be submitted with quotation

The following documents are also to be submitted along with the quotation in addition to the
documents mentioned in the above sub-sections

 Organizational structure of Firm

 List of technical manpower with their qualification and experience

 Documents in support of experience and list of jobs carried out in last 5 years.

 If bidder is employing another sub vendor for the residual detail engineering part, the
technical manpower list along with their experience is to be submitted with the quotation.
The sub vendor’s profit/loss statement along with their turn-over have to be submitted.

 List of employee’s who will be involved in this project from bidder and sub-vendor side, if
applicable.

A.15. Important Notes to Supplier

 Bidder is requested to carefully examine and understand the requirements of the


specifications, drawings& conditions of the tender document in totality and seek
clarifications if required and ensure that they have understood the complete specifications
and conditions spelt out in the tender documents.
 Clarifications/Deviations if any should be sought out before the last date of submission of
the quotations. Clarifications/Deviations requested after last date of submission shall not be
entertained.
 Quotations/offers should not contain any sections like clarifications, interpretations, and/or
assumptions.

15
 If the bidder feels in his opinion that certain features in the enquiry needs up gradation, he
can highlight the same on or before the pre-bid meeting.
 Change in specification based on recommendation of a bidder, if any, will be communicated
to all bidders.
 Any change from the tender specification without suitable and appropriate justifications will
not be considered.
 Any contradiction between various parts of the tender document shall be a matter for
clarification to be obtained by the Bidder from the Purchaser. The Purchaser’s decision shall
be final.
 The Bidder shall carefully check the enclosed Technical Specifications and drawings and
shall satisfy himself as to the suitability of the equipment and layout as given in the
Technical Specification and drawings and shall take full responsibility for the efficient
operation and guarantee as per the site acceptance criteria specified in the tender document.
 Price variation or request for additional payments in any manner shall not be entertained.
The drawings, datasheets and technical specifications enclosed with this specification are for
bidding purpose only and are subject to changes that may be necessary during the residual
detail engineering by the bidder keeping intact the final requirements. Any increase in the
BOM, if required to meet the system requirements shall be made by the bidder without any
additional cost implication to Purchaser.
 All mandatory spares and accessories will be considered while evaluating the offer.
However, additional/optional spares may be recommended/quoted by the supplier, which
shall not be considered while evaluating.
 Post supply inspection in respect of supplies made is not permitted. Any offer containing the
condition of post supply inspection will be out – rightly rejected.

A.16. Bid Evaluation Criteria

Technical bid of the tenderer shall be evaluated as per the following criteria.

 Fulfilment of Eligibility criteria (Work experience & Manpower resources as


specified)
 Responsiveness of bid: Completeness of bid for the full tendered mentioned job.
 Technical competency by visiting firm’s office and operating installation of the
bidder.
 Financial soundness of the firm (Turnover, Bank solvency, Profit & loss etc).

16
All-inclusive quoted cost for the entire job in totality will be considered for evaluation of lowest
offer, amongst eligible technical qualified bidders. All mandatory spares and accessories will be
considered while evaluating the offer. However, additional/optional spares may be
recommended/quoted by the supplier, which shall not be considered while evaluating.

Table 3: Technical Particulars to be submitted along with the bid

Sr. No Query Remarks

1. The Bidders willingness to do the job on Turnkey Yes/No


basis and declaration that the quotations submitted
are for complete job only.

2. The bidder is willing to supply all the equipment Yes/No


as per the preferred make list.

3. Technical competency related documents: To be attached


Switchyard and substation related job ( for
eligibility consideration)

4. Additional Expertise of the Firm, if any To be attached

5. Documentary evidences for Completed supplies/ Provided Details


Works

6. The bidder must submit documentary evidence of Mention Details and Submit
registration with appropriate ISO authorities Documents

7. List of technical staff (permanent employees) with Provide list & professional
experience of working in substation related works CV
and other relevant jobs along with their
qualification and experience shall be submitted.

8. The bidder must furnish their organizational Provide organization


structure. structure

9. Quality Management System in place Provide Details

10. Project engineering software’s and project Provide list of software’s,


execution tools for design, analysis (SLD, Short their versions etc.
circuit analysis, load flow analysis), 2D / 3D CAD

17
modelling, drafting, project management software
and workstations etc.

Note: Technical proposal should also mention variation statement, if any, in separate annexure
form. If the bidder is employing a sub-vendor for detail engineering job than the detail as given in
table 4 has to be provided for the sub-vendor along with the MOU/agreement letter.

Table 4: Documents to be submitted for Financial soundness of the firm

Sr. No Query Remarks

1. Profit & loss statement with turnover on Yes/No


account of electrical Turnkey projects
during the last three years ending March
31, 2017.

2. The bidder should not be under Yes/No, If Yes, Provide Details


liquidation, court receivership, or similar
proceedings.

3. Bank solvency certificate Solvency certificate not older than a


year from the last date of sale of
tender.

A.17. Pre-Bid Meeting

A pre bid meeting (Venue, Date, & time as per NIT) will be held to facilitate clarifications/technical
discussion if any that is requested by the supplier. All clarifications provided in the meeting shall be
circulated to all the participants and put up on the purchaser’s website. Supplier will accordingly
submit the quotations to the purchaser within due date. Thereafter, there shall be no price revisions
once the quotations have been submitted.

18
SECTION-2

Detailed scope description for supply, installation, testing and


commissioning of complete electrical system with list of supply items.

19
Section 2.1 : MRSS Switchyard Extension
Detailed scope description for supply, installation, testing and
commissioning of outdoor switchyard electrical items with list of
supply items.
The Scope covers review of the design annexed and necessary detailing, preparation of drawings
and documents as specified, sizing, selection, procurement, pre-despatch inspection, supply to site,
supply of all materials/ equipment required for integration, interconnecting cables, all tools and
tackles required installation, testing, commissioning and handing over complete in all respects as
per specifications, data sheets, drawings, for 132 kV Switchyard Extension.

1. Supply, installation, shop testing, site testing, and commissioning of 1 lot ACSR conductors
with clamps and connectors, tension, suspension and bus-post insulators. The minimum size
of the overhead conductor will be 212 sq.mm, Panther type.

2. Galvanizing/ painting for all the structural steel supports and foundation, area development
suitable for installation work of bay items and finishing with boundary wall, steel gate,
drainage system and hook up with the existing system is in the scope of supplier.

3. Supply, installation, shop testing, site testing, and commissioning of main gantry, bus
supports and all incoming towers with their foundation works as required. The structural
material for gantry and foundation for equipment are need to be calculated. The estimated
no of towers and gantry required are indicated in the drawing given elsewhere in the
document.

4. Hot dip galvanized steel structure and SS nuts and bolts as required.

5. Foundations for panels &all indoor and outdoor equipment, construction of RCC cable
trenches (with the FGL of the existing) with GI cable trays, supports and covers within the
switchyard battery limit including switch yard control building extension with pipe culverts/
RCC box culverts, electric road crossing, instrumentation road crossing.

6. All metal supports including base frame etc. for the electrical equipment associated with
switchyard and switchyard control building.

7. Supply, installation, shop testing, site testing, and commissioning of 5 nos. of 132 kV, 800
A, 25 KA (3 sec), 3-phase double break centre rotating motorized isolator with earth switch
and 2 nos. of 132 kV, 800 A, 25 KA (3 sec), 3-phase double break centre rotating motorized
isolator without earth switch.

20
8. Supply, installation, shop testing, site testing, and commissioning of 6 nos. of 132 kV, single
phase, 5 core outdoor type current transformers and 3 nos. of 132/3 kV/110/3 V /110 /3
V single phase, 2 core outdoor type capacitive voltage transformer. Later these voltage
transformers are required to connect in 3-phase fashion to get a star and open delta
secondary winding at the output.

9. Supply, installation, shop testing, site testing, and commissioning of 2 nos. of 132 kV, 630A,
25 KA (3 sec), 3 pole, outdoor SF6 circuit breaker.

10. Supply, installation, shop testing, site testing, and commissioning, of 6 nos. of single phase
120 kV zinc oxide surge arrestors for 132 kV, 3 phase effectively earthed system.

11. Supply, installation, shop testing, site testing, and commissioning of 1 no of 132 / 11 kV, 10
/ 12.5 MVA, YNyn0, ONAN/ONAF, 3 phase, 50 Hz, outdoor Grid Power transformers with
OLTC, microprocessor based RTCC and other associated equipment as per the datasheet,
technical specification and test plan enclosed. The secondary neutral terminal of the
transformer is grounded with a low grounding resistance with all associated equipment.
Transformer foundations and transformer oil soak pits and burnt pit, burnt oil tank, fire
partition wall for transformer and rails for transformers is required as per statutory
requirement.

12. Design engineering, supply of all materials, testing and commissioning of auto actuated high
pressure (velocity) water spray system for 1 no of transformer including detection and
actuation system for the transformer consisting of water spray piping and their support,
spray nozzles, deluge system as per specification, bypass valve, strainers, drain valve, orifice
plate, quartzoid bulb detectors for transformers, wet piping for detection, taking piping from
existing main network, signal and interlock cabling etc. to complete the work as per
statutory guidelines. .

13. Supply, installation, shop testing, site testing, and commissioning of Neutral CT for
restricted earth fault relay and backup earth fault relay for power transformer in primary and
secondary side.

14. Supply, installation, shop testing, site testing, and commissioning of 1 no Remote Tap
Changer Control (RTCC) Panel with all necessary accessories for two nos. new transformer
bays.

15. Supply, installation, shop testing, site testing, and commissioning of11 kV (UE), 3 core, 300
sq, mm (minimum), Aluminum conductor, XLPE insulated, double wire Armoured, PVC
21
sheathed FRLS cable for connecting one of the transformer’s secondary to the isolating
breaker panel (4 run X 150 m ~ 600 m) including supply and making of 11kV HV
termination kits (minimum 8 nos.) and straight through jointing kits.

16. Supply, installation, shop testing, site testing, and commissioning of 1 no. of 11 kV 800 A,
25 kA for 1 Sec. Air insulated switchboard (AIS) with isolating breaker panel with 2 feeder
of 630 A complete with CT, relays, meters, controls etc.

17. Supply, installation, shop testing, site testing, and commissioning of 2 nos. of simplex type
relay (numerical), metering and control panels for providing all numerical relays, meters,
controls, annunciations and bay control units for 132 kV system switchyard. Auxiliary relay,
master trip relay, earth fault relay should be electromagnetic type in nature.

18. Supply of one no of Laptop with required software, hardware, accessories and material shall
be supplied. System configuration shall be latest proven model and upgradeable. The
minimum configuration for this project shall be Intel i-5, 3Ghz, 500GB HDD, RAM 8 GB,
DVD combo drive with DVD writer FDD, color LCD screen or latest version

19. All the relay and metering panel, RTCC panel etc shall have provision for future SCADA
connectivity for control and monitoring purpose.

20. Complete cabling from switchyard to switchyard control building through 415V MV FRLS
power cables, control cables, shielded twisted pair signal cables, marshalling box, junction
boxes, GI cable tray, cable tray horizontal bend, vertical bend, tray covers, supports, racks
RCC cable trenches, culverts, sleeves etc.

21. All cable trays/ trenches (RCC) for laying the power and control cable from switchyard to
switchyard control building etc. This includes cable trench up to the existing above ground
Cable Tray structure support beyond switchyard battery limit.

22. 415 V cabling including power & control cabling between various switchyard control room
equipment, between ASB/ LDB/ DCDB / Relay Panel / HT panel and OSCOM’S equipment
(existing), control cabling between relay/ control panel and switchyard equipment.

23. Cabling for 415V AC welding receptacles and 240V AC, 1-phase convenience receptacles.

24. Complete direct lightning protection of the switchyard with lightning mast, shield wire and
associated equipment.

22
25. Supply, installation, shop testing, site testing, and commissioning of 1 no of 415V, 100 A,
TPN, 50 Hz, 50 kA for 1 sec. draw-out type single front, Lighting Distribution Board, LDB-
514, for lighting and auxiliary MV power requirement of the switchyard including spare
feeders, as required. The Minimum no of LDB required is given on SLD annexed. The panel
minimum feeders requirement are given in BOQ attached.

26. Supply, installation, shop testing, site testing, and commissioning of 1 no of 415V, 40 A,
TPN, 50 Hz, 50 kA for 1 sec. draw-out type single front Emergency Lighting Distribution
Board including spare feeders as required. Minimum no of feeders required are mentioned in
BOQ attached.

27. Supply, installation, shop testing, site testing, and commissioning of 1 no of 110 V DC
system comprising of Ni-Cd batteries (50 AH minimum), battery charger, cell booster,
DCDB with 6 no of 16 A feeders with MCB (minimum) etc.

28. Shop testing, supply, installation, site testing, and commissioning of complete normal,
critical and alternate Emergency lighting system for the switchyard (Outdoor for extended
part only) including lighting fixtures, lighting panels, welding receptacles, Junction Box,
lamps accessories, power socket, hand lamps, lighting poles including all cabling. The
bidder should follow the general notes on lighting given in the datasheet. The minimum no
of components required is given in the BOQ to the end of this section.

29. Installation of earth mat, pit, and equipment earthing for the MRSS area, interconnection
with existing earth grid is under the scope of this contractor. The earth mat design has to be
done for 25 kA for 1 sec and according to IEEE 80 and IS 3043. Minimum 175 mm thick of
gravel is required for switchyard area. The value of this gravel thickness is depends on the
resistivity value of the gravel and the soil resistivity, which will be decided at the time of
detailing. All the equipment including the transformer, all panels, cable tray earthing is need
to be done according to IS 3043.

30. Auxiliaries and safety equipment like caution boards, shock hazard chart, sand buckets,
portable fire extinguishers, first aid boxes, rubber mats, HV gloves and portable earthing
equipment illuminated SLD etc. are in the scope of the contractor.

31. Special tools and tackles required for operation and maintenance of switchyard equipment
including the following as minimum shall be provided:

 Aluminum ladders (standalone type) of short and medium height.

23
 Trolley mounted Aluminum ladders of telescopic type suitable for maintenance of
streetlights, switchyard.

32. Commissioning spares as required for successful commissioning of the system. Mandatory
spares for electrical has to be supplied as per the list attached in Electrical Design Basis.

33. Recommended spares for two years operation. Contractor shall furnish the list of items along
with quantity & unit rates of each item for the spare parts for two years on optional and
isolatable basis.

34. Signboards/ charts/ laminated boards for the following.

 Earth pits with details of earth pit no., resistance in ohms, date of testing, due date, grid
no. to which equipment is to be connected etc.

 Name plate details of transformers along with the breakdown value of transformer oil,
date of testing, due date etc. The same may be clamped to the gate.

 Danger boards with radium stickering at various points.

 Operation instructions of relay & control panel and RTCC to be provided in Control
Building.

 Resuscitation charts to be displayed.

 Details of important telephone nos. such as telephone nos. of electrical substation of


Power Supply Co. and the telephone nos. of officials of Power Supply Co. etc.

 Details of authorized personnel for carrying out the operation and maintenance.

 Laminated board showing the ‘SLD’ and earth grid drawing shall be displayed.

 Illuminated SLD.

35. Following minimum safety equipment.

 Hand gloves with test certificates.

 Discharge rod with test certificates.

36. CO2 & DCP fire extinguishers, sand buckets, etc as per the applicable norms and standards,
Canopies shall be provided for the extinguishers and sand buckets to avoid the extinguishers
to the direct exposure to sunlight, to rain etc.

37. Electrics for fire suppression system is included.

24
38. Scope of supply and their installation for switchyard is all inclusive. Any work not explicitly
mentioned but, nevertheless required to fulfil following minimum requirements of the plant
to meet the process requirements shall be deemed to be included in the scope with no
additional cost/ time implication.

 Achieving the operational requirements as indicated in the bid document.

 To ensure equipment and personnel safety.

 To suit site facilities and environmental conditions.

 To meet the requirement of statutory approving authority.

39. All the works to be performed and supplies to be affected as part of the Contract shall
require specific approval/ review of department (BARC) or his authorized representative.
Major activities requiring approval/ review shall include but not limited to those identified in
the list of documents for approval/ review/ records. Before proceeding with procurement
and/ or order placement, the Contractor shall furnish technical data and particulars of their
final selected vendor as per preferred make.

40. All drawings/ documents to be submitted for approval/ review / records shall accompany
design calculations as per approved schedule of documentation.

41. For the following equipment, Contractor shall ensure that testing and commissioning of the
equipment at site shall be done by the respective equipment manufacturer:

 Relay & control panel including numerical relays.

 Battery and chargers.

42. Contractor shall include painting and marking of all buses, individual incomers, all outgoing
feeders etc. with details such as tag no, feeder rating, and sending / receiving end source
reference etc. for all switchboards and has to be submitted as per connection drawing after
the completion of the commissioning.

A.1. Works excluded

1. The place for panels (RTCC, Isolator breaker panel, DC system, relay panel) required at
MRSS control room/ annex building.
2. The energization of the lighting panel in the control room. The supply cable from source
to the lighting panel will be made available from department side.

25
3. One no of power transformer (10/12.5 MVA), one no of isolator and breaker panel and
associated HT cabling between power transformer & breaker panel.

A.2. Specific Design requirements for the MRSS switchyard


extension

Intent of this section is to define the specific requirement applicable to the scope in addition to the
equipment specifications, design philosophy, drawings etc. as enclosed with the bid document and
shall be complied for residual detail engineering, supply, installation, testing and commissioning.
The designed system shall also comply with the requirement of applicable Indian/ international
standards and must comply with the Indian statutory regulations. For equipment where technical
specifications/datasheets have not been attached, the supplier shall use their own
specification/datasheets based on project specific requirement and good engineering practices so as
to ensure satisfactory operation and maintenance requirements subject to approval by department
(BARC).

All equipment shall be subjected to routine and acceptance tests as per latest version of IS code.
Supplier shall clearly specify in their purchase specifications, the requirement of conducting other
special tests/ type tests, which are envisaged for various electrical equipment, which shall have no
impact on cost and time. Contractor shall restrict the make of switchboards of a particular voltage
level to one particular make only.

Equipment as shown in the enclosed SLD are indicative and minimum. Additional electrical
equipment/ components/facilities if required during residual detail engineering, to meet statutory
approval are to be included and supplied, without any price and time impact. Switchyard layout
shall be as per 132 kV high bay level layout in the latest edition of CBIP manual on sub-station
layouts, taking care of minimum clearance as required. Switchyard layout shall be finalized during
residual detail engineering. Following data shall be considered.

1. Short circuit level for 132 kV system = 25 kA (3 sec.)

2. Minimum level of bottom of any insulator: 2500 mm.

3. Minimum ground clearance for bare conductor or live part: 5500 mm.

4. ACSR conductor size shall be finalized by contractor during detailed engineering.


However, conductor shall not be less than incoming cable size.

5. Wherever cables cross roads/ rail track, cables shall be taken in ERC/ concrete blocks.

26
6. For lightning prevention in switchyard, suitable shielded wire protection shall be provided
in the switchyard similar to existing MRSS switchyard and for lighting protection suitable
LA has to be provided.

7. Operating handles for isolator main box, earth switch and discharge counter of LA shall
be at a height of 1500 mm (maximum) from FGL.

8. 132 kV switchyard and associated electrical network and equipment will be controlled
and monitored from 132 kV relay, metering and control panel(communicable type),
located in switchyard control building.

9. 11 kV isolating breaker panel, Relay, metering & control panels, microprocessor based
RTCC, ASB, Battery, Battery charger panels, DCDB, LDB, DC System, FA, etc. shall
be located in switchyard control building.

10. Numerical relay (IEC 61850 protocol) with a provision for future SCADA interface

11. Suitably supported steel grating shall be provided on the top of oil soak pit and burnt pit
to facilitate movement.

12. The structural material for tower, gantry, equipment foundation and cable tray support are
need to be calculated in the time of detail engineering.

13. All control cabinets, junction boxes etc. located in outdoor switchyard area shall have
enclosure protection of IP55 and shall be provided with additional canopy.

14. Angle of analogue meters scale shall be 0-240 degree.

15. Separate analogue 3 nos. ammeters for each phase for incoming and outgoing transformer
feeders shall be provided. Separate 3 Nos. voltmeters and frequency meters shall be
provided for each incoming line for phase to phase measurement.

Control Building: Fire suppression system, portable type CO2 extinguishers, sand buckets etc. shall
be provided for switchyard extension area, control building annexed area as per statutory
regulations.

Transformers:

1. Minimum guaranteed efficiency of 132/ 11 kV power transformers at 40% load & 0.8
power factor shall not be less than 99.5%.

2. Cooling system of 132/ 11 kV power transformers shall be designed considering the


effect of solar radiation also.

27
3. Power transformers provided with OLTC shall have RTCC. It should be possible to
change taps manually from transformer, RTCC and SCADA (future) System.

4. All transformers except lighting transformers shall have WTI/OTI transducer for
interfacing with future SCADA system.

5. Firefighting system like emulsifying system for transformers, water sprinkler system, etc.
shall be provided as per Engineering Design Basis and statutory regulations.

Fire fighting system:

The system should be designed as per “Rules of TAC for water spray system”.

Hydraulic Specification – 12.5 lpm/m2 (minimum) at the surface area of entire transformer
including the bottom surface, radiators, conservators etc. The most remote sprayer should have a
pressure of minimum of 3.5 bar. Maximum velocity in the feed pipe will be 10 m/s.

The water spray system shall be provided with deluge valve assembly actuated by QBD (Quartzoid
Bulb Detector) on water line (Wet System). The deluge valve assembly shall comprise of solenoid
valve, bypass valve, pressure switch, pressure gauge, inlet/ outlet valve, drain valve, priming valve,
vent valve including alarm motor gong, all tubing for actuation, fittings etc. Contractor shall also
provide deluge valve Local Control Panel and cabling from deluge valve Local Control Panel to
Fire alarm panel. The system shall be designed as per available pressure at tapping point with
isolation valve, orifice plate & strainer on the up stream of deluge valve including providing drain
valve at downstream. Deluge valve shall have approval from TAC accredited agencies. Nozzles on
the rings shall be located at not less than 500mm and not more than 800mm from the Transformer
surface. All the pipes used for the water jet system should be coloured in red.

High Voltage Switchboards (Circuit Breaker Isolation Panels)


From the secondary of switchyard transformer rated at 132/11KV, 10/12.5 MVA transformer,
power supply at 11KV shall be terminated on 11KV Vacuum Circuit breaker isolation panels to be
installed in new MRSS Auxiliary building.

1. The offered 11KV Vacuum Circuit breaker isolation panels shall be as per enclosed
standard specification 6-51-0001, as applicable.

2. All relays, meters and controls and auxiliary relays, timers, switches etc. as required,
while developing the control schematic and felt necessary for safe operation, even if these
are not specifically included, shall be supplied by the Contractor. All relays, meters and
control components shall be mounted on the panel front only.

28
3. Contractor shall ensure that type test certificates for HV switchboards shall not be more
than five years old. In those cases where type test certificates are more than five years old,
contractor/ manufacturer shall carry out the type tests at CPRI or any authorized testing
lab prior to dispatch of equipment at his own cost and without any impact on delivery. In
the absence of specific confirmation to this stipulation, offered equipment shall be
summarily rejected.

Medium Voltage Switchboards (Lighting Distribution Board & Emergency Distribution Board)

1. Lighting Distribution Board & Emergency Distribution Board shall be considered for
power feeding to lighting and emergency services respectively.

2. The offered LDB and EDB shall be as per enclosed standard specification 6-51-0018.

3. All relays, meters and controls and auxiliary relays, timers, switches etc. as required,
while developing the control schematic and felt necessary for safe operation, even if these
are not specifically included, shall be supplied by the Contractor. All relays, meters and
control components shall be mounted on the panel front only.

4. Contractor shall ensure that type test certificates for MV switchboards shall not be more
than five years old. In those cases where type test certificates are more than five years old,
contractor/ manufacturer shall carry out the type tests at CPRI or any authorized testing
lab prior to dispatch of equipment at his own cost and without any impact on delivery. In
the absence of specific confirmation to this stipulation, offered equipment shall be
summarily rejected.

Numerical Relay and Integration

1. All Relays shall be sourced from same manufacturer for ease of integration including data
acquisition, annunciation, relay parameterization and control.

2. Laptop with required software, hardware, accessories and material shall be supplied.
System configuration shall be latest proven model and upgradeable. The minimum
configuration for this project shall be Intel i-5, 3Ghz, 500GB HDD, RAM 8GB, DVD
combo drive with DVD writer FDD, color LCD screen or latest version..

29
3. All the data as available in the relay including the status of DI should be considered to be
communicated to MMI / SCADA. The data required for final configuration shall be
finalized during engineering. Similarly whether specified or not, serial interface shall
have no limitation for data transfer to SACDA (future). However data as required for
SCADA (future) interface shall be decided during engineering.

4. Control supply supervision relay (80), where provided as a standalone conventional relay,
shall also be hard-wired up to SCADA System (future) for monitoring purpose.

5. Site Acceptance Test (SAT) shall be conducted to verify the actual simulation and shall
be verified for required functionality and the scan time. The methodology shall be
mutually agreed to verify the system simulation and intended specification of bid
document. All graphics and navigation between different pages shall be configured to
Owner’s satisfaction and successful commissioning. Any modification as required to
meet the bid document requirement and customization modification due to Owner’s site
engineer in charge shall be carried out with no commercial implication to Owner.

6. All relays shall be numerical type as specified in bid document. However, separate
lockout relay (86) type VAJH 23 or equivalent and trip circuit supervision relay (95) type
VAX 31 or equivalent shall be provided. Tripping relays (86) & trip circuit supervision
relays (95) shall be conventional type.

RCC Lined Trenches/ Cable Trays


RCC lined trenches with covers and racks shall be considered for switchyard area and inside
Control Building.

1. Engineering for sizing, deciding the number and routing of cable trays inside the control
building shall be carried out by the contractor and these details shall be finalized during
detail engineering, which shall be taken care of by the contractor without any impact on
cost and time to owner

2. Contractor shall also consider cable trays/ ducts, as required, for laying of fire detection
and alarm cables.

3. Minimum 20% spare space in each cable tray shall be kept for future use.

4. RCC lined trenches shall be considered for cable routing from transformer to switchyard
switchgear room (i.e. Isolating Breaker Panel etc.) Minimum trench size for HV and MV
cables shall be 1000*1000 mm and 500*750 mm respectively for each transformer bay.

30
5. GI pipes for cable protection above ground, floor sleeves, supports wherever necessary,
cable markers, identification tags, GI saddles, saddle bars and associated accessories, all
other galvanized hardware like nuts, bolts, washers, grouting bolts as necessary, shall also
be provided.

Provision for SCADA (Future) System

SCADA system shall come during revamping of existing MRSS switchyard including
existing switchyard control building. Therefore, provision of interfacing for future
SCADA system is required.

Lighting System

1. Normal, alternate & critical lighting shall be provided as per Electrical Design
Philosophy.

2. DC critical lighting shall be provided to enable operation in the event of power failure.
DC lighting fittings shall be provided at exit, escape route inside the control building.

3. Flood Lighting (masts type) at four corners in extended switchyard area. Each fixture
shall have separate control gearbox. All lighting fixtures shall be provided with external
reflectors. All lighting fixtures shall also have independent earth terminal outside the
enclosure.

4. MCB provided for outgoing feeders shall be rated for 16 A/10 A and shall have overload
and short circuit releases.

Earthing & Lightning Protection System

1. Earthing system of the entire switchyard including interconnection with OSCOM’s earth
grid of existing switchyard and earthling of all new equipment.

2. The scope shall include connection of each transformer neutral, body through two nos.
independent earth electrodes with pits and interconnection to main earth strip, lightning
protection of switchyard equipment, control room building using lightning rods installed
on lightning mast. No. of connections of the equipment to the earthing system for
lightning protection shall be as per relevant standards. However, minimum two nos.
independent earth electrodes shall be provided for lightning masts for connection to earth
and to the main earth grid and providing earth electrodes with test pits for the switchyard
& associated areas.

31
3. Separate clean earth grid shall be considered for Electronic equipment as per
manufacturer’s recommendations.

4. Adequate number of earth plates for taking branch connections shall be provided.

5. Lightning protection for the extended part of switchyard shall be provided by adequate
no. & height of lightning masts with shield wire system.

Operational Requirements

The control / monitoring provided at various panels at Switchyard control building shall be
as follows:

a. 132 kV and 11 kV relay & control panels

b. Control of various equipment

c. Status monitoring of various equipment

d. Protection required for various equipment

e. Analogue metering of various electrical parameters at various buses/ feeders.

f. Annunciations through bay control unit.

g. SLD, Mimic through bay control unit.

h. OLTC control

Transformer OLTC will be controlled from following locations:


 OLTC control panel near transformer
 RTCC in control building
 SCADA (provision for future shall be made)
Individual/ parallel control on a master/ follower system shall be provided. For meeting the
controls specified above, the following selector switches shall be provided on RTCC panel:

 Auto/ Manual selector switch

 OLTC/ RTCC/ SCADA selector switch.

A.3. Design document required from supplier

Residual detail engineering and preparation of specifications for procurement, engineering and
preparation of installation drawings for electrical equipment and submission of drawings to
department (BARC) for review/ records. All the major equipment rating has been calculated and
fixed but the supplier must cross verify it before procurement. The residual design part of each and

32
every procured items are need to be submitted for the owner’s review. Engineering activities to be
performed shall include but not be limited to the following.

 Vendor drawing /document submission schedule.


 GA & equipment layout of buildings /sheds indicating sizing of internal spaces.
 Collection of grid data from State Electricity Board (SEB)
 Design and sizing calculation of following items and selection of electrical
equipment
 ACSR conductor with all the insulator and towers in the switchyard.
 bus post insulators, CT, PT and CVT sizing and burden calculation, ASB,
LDB, Battery and charger with DCDB, Lightning Arrestor, Isolator, overall
load analysis, transformer sizing, NGR sizing, HV and MV cable sizing with
trenches and tray, fault level calculation (phase fault and earth fault), outdoor
lighting calculation, earthing calculation, insulation coordination, lightning
protection calculation for switchyard area by rolling sphere method.
 Single line Diagram for overall and switchyard section.
 Relay and metering diagram for switchyard part and the relay connection up to the
HT breaker panel in desalination substation.
 Single line diagrams for individual switchboards.
 Design calculation for lighting in switchyard extension part only.
 Design calculation for fire detector layouts.
 Block diagrams for fire alarms panels and connection between the existing FA
system.
 Preparation of electrical layouts such as equipment layouts, lighting layouts, cabling
layouts, earthing & lightning protection layout, conduit layouts including equipment
installation and cable termination details
 Purchase requisition including data sheets for all equipment require in MRSS part.
(like EHV switchyard, transformer, HV/MV panel etc.)
 Critical vendor drawings
 SLD
 GA drawing of all the bought out items
 Block logic diagrams of all the control loops
 Datasheet of all the equipment.
 Type test certificate, routine test of all the major equipment.
 All other vendor drawings including control schematics, application software
document, all basic logic diagrams etc.
33
 Preparation of bill of materials for cabling, lighting, earthing, fire alarm system and
miscellaneous items
 Preparation of Electrical interlock and interface requirements as per operational
requirements
 Factory acceptance test and site acceptance test procedure
 Catalogues and brochures of all equipment
 Relay settings and coordination documents.
 Operational and maintenance manual
 Control, protection and Annunciation schemes
 Final enquiry specifications for bought-out items and manufacture/vendors submitted
drawings
 Area-wise illumination level calculation and preparation of power supply distribution
scheme for normal, emergency and critical lighting (for indoor and outdoor area).
Though indoor area lighting supply and installation is not under the scope of the
contractor. Based on the illumination, the lighting load has to be considered.
 Preparation of switchyard layout drawing – plans and elevations
 Cantilever strength calculations for insulator and bushings
 Interface list for existing MRSS Switchyard Equipment and New Desalination S/S
 Cable Schedule
 Lighting/ Power panel schedule
 Protection coordination drawings, relay setting calculations for complete power
system
 Shop inspection and testing procedures and QA schedule
 Field testing and commissioning procedures.
 Preparation of as-built drawings on completion of the project for final records
 Contractor shall also coordinate with manufacturer of equipment free issued/
supplied by others, wherever required, and shall freely and readily supply all
technical information for this purpose as and when called for.
 Any other work/ activity, which is not listed above, however is necessary for
completeness of electrical system.

34
SECTION: 2.2 MRSS to Desalination plant cable laying
Detailed Scope Description For Supply and Laying of HT Cables from MRSS Annex
Building Control Room to Desalination Plant Substation with list of supply items.
The Scope covers detailing, procurement of items as per technical specifications provided in the
tender, inspection & testing, supply, laying & termination of electrical cables, shop testing,
transportation to site, supply of all materials/ equipment all tools and tackles, for HT power
cabling Works from MRSS Switchyard/ control room annex building to Desalination Plant
Substation.

1. Supply, installation, shop testing, site testing, and commissioning of 11 kV Cable ( 2 Run
3C x 300 sq mm x 2 feeder) from isolator breaker panel (HT-201/202) in switchyard control room
to desalination plant substation isolator breaker panel (HT-203), distance from these two panel is
approx..300 m so a total 1200 m cable is required.

2. Control cable from 11 kV (~ 300 m) Isolating breaker panel (HT-201/202) at MRSS


switchyard Control Building to 11KV switchboard (HT-203) at Desalination substation.

3. Supply and fixing above ground cable tray (hot dip galvanized type) with proper earthing (~
300 m, 75 x 10 sq. mm) including cable tray fixing materials in existing / new RCC pipe support
structure or new steel structure (across railway track and platforms) from MRSS Switchyard to
Desalination plant.

A.1. Works excluded:

1. Overhead steel structure for cable & pipes for railway track and platform area crossing.
2. New/Refurbishment of any existing structural member/support for fixing cable tray and its
support

A.2. SPECIFIC JOB REQUIREMENT

The cable tray has to be properly earthed. For earth strip and the cable sizing calculation the short
circuit current of 25 kA for 1 sec is need to be considered. The path of the cable tray is mostly
overhead and partly underground. The cable derating factor should be taken as 0.402 as minimum
(derating factor has to be newly calculated based on the cable laying in actual practice). All the HV
power cable and control cable should be laying in separate tray with a safe distance as per latest
version of IS code.

A.3. DESIGN DOCUMENT REQUIRED

35
 Sizing calculation of cable sizing, cable loading based on the cable size, cable tray
calculation.
 Type test certificate, routine test certificate for all the HV cable.
 Preparation of bill of quantity for HV cabling, Factory acceptance test
 Catalogues and brochures of HV cable
 Cable Schedule

36
SECTION 2.3: Desalination plant up to job motor
Detailed Scope Description for Supply, Installation, Testing and Commissioning of Electrical
Items in Desalination Substation and within Desalination Plant Facility site area, with list of
supply items.
The Scope covers review of the detailed design annexed and necessary detailing, preparation of
drawings and documents as specified, sizing& selection, procurement, pre-despatch inspection,
supply to site, supply of all materials/ equipment required for integration, interconnecting cables,
all tools and tackles required installation, testing, commissioning and handing over complete in all
respects as per specifications, data sheets, drawings, for Desalination Plant substation area.

1. Supply, installation, shop testing, site testing, and commissioning of 1 no of 11 kV, 25kA (1
sec.) 50Hz, 3 phase, HT breaker panel (HT-203 shall be complete with VCB circuit breakers,
intelligent numerical relays, associated panels etc. All components earthing trucks for bus/
cable earthing etc. and number of spare outgoing feeders shall be as per SLD, Electrical
Design Basis and the load analysis. Outgoing cable from this panel to the transformer (11 kV
(UE) XLPE cable) has to be considered with 12 nos. of HV termination with properly sized Al
cable.
2. Supply, installation, shop testing, site testing, and commissioning of 4 nos. of 11/0.433kV, 2.5
MVA, 50 Hz, Dyn11, Dry type (AN) distribution transformers complete with all accessories,
marshalling box, Off circuit tap changer for feeding normal and emergency PCC panel. One no
of emergency box is required for each transformer. For each transformer one emergency push
button, station is required.
3. Supply, Installation, shop testing, site testing, and commissioning of 2 nos. of 160 kVA, and 1
no of 50 kVA, 415/415V, 50Hz, 3 phase, dry type (AN), Dyn1, indoor type Lighting
transformers complete with all accessories shall be installed in the substation building to cater
the normal lighting load and the emergency lighting load for the total desalination plant (Refer
List of Attachment).
4. Supply, Installation, shop testing, site testing, and commissioning of 4 nos. of bus duct of 415
V 4000 A, 50 kA for 1 sec Al bus bars including bends and flexible, about 20 m length each.
5. Supply, Installation, shop testing, site testing, and commissioning of 2 nos. of 415 V, 50Hz, 50
kA (1 Sec), 3 phase & neutral, sheet steel enclosed, floor mounted, fully draw out type normal
Power Control Centre (PCC/PMCC) / LCSS, shall be installed in substation building for
proper load distribution among high rated motor and different MCC panel. MV switchgear
shall be complete with air circuit breakers, incomer with line PT, 4000 A bus coupler, bus PT,
ACB MCC feeder, ACB motor feeder and APFC panel feeder, intelligent numerical relays (for
incomer, bus coupler, outgoing breaker feeders and higher rated motor), measuring meters, etc.
The minimum no of PCC required is given on the SLD (Refer List of Attachment).
37
6. Supply, Installation, shop testing, site testing, and commissioning of 4 nos. of 415V, 50 Hz, 50
kA (1 Sec), 3 phase & neutral, sheet steel enclosed, double front, floor mounted, fully draw-out
type Motor Control Centres (SWRO MC – 311/312/313/314) complete with all components
i.e. switch, fuse, contactor, relays, CTs, meters, CBCT, numerical relays (for incomer, bus
coupler) etc shall be installed in the SWRO plant building. The minimum no of MCC required
is given on the SLD.
7. Supply, Installation, shop testing, site testing, and commissioning of 3 Nos. 415V, 25kA (1
sec), (minimum), 50 Hz, 3 phase & neutral, sheet steel enclosed, single front, floor mounted,
draw out type, compartmentalized Lighting distribution boards (LDB -511, ELDB – 512 &
MDB - 513). SFU incomer and required no. of outgoing feeders complete with all meters,
components etc. shall be installed inMCC Room of SWRO plant building, substation building.
The Minimum no of LDB& MDB required is given on SLD. (Refer List of Attachment).
8. Supply, Installation, shop testing, site testing, and commissioning of 2 Nos. 415V,50kA (1
sec), 50 Hz, 3 phase & neutral, sheet steel enclosed, double front, floor mounted, fully draw
out type Auxiliary Service Boards (ASB -317/318) complete with all components i.e switch,
fuse, contactor, relays, CTs, meters. etc. for plant auxiliary loads like EOT, utility motors,
three phase power receptacles and other miscellaneous loads etc shall be installed in MCC
Room of SWRO plant building, substation building. The Minimum no of ASB required is
given on SLD(Refer List of Attachment).
9. Supply, Installation, shop testing, site testing, and commissioning of 1 Nos. 415V, 50kA (1
sec), 50 Hz, 3 phase & neutral, sheet steel enclosed, double front, floor mounted, fully draw
out type emergency power cum motor control centre (EPMCC -304) complete with all
components i.e incomer with line PT, bus PT, switch, fuse, contactor, relays, CTs, meters. etc.
for plant critical load like permeate transfer pump, DC system, UPS system supply in case of
main power supply fail. The PCC one supply is taken from normal PCC and other is taken
from the DG set. The minimum no of feeder is given in the SLD and in the load analysis.
10. Supply, Installation, shop testing, site testing, and commissioning of (Ethernet switches) along
with necessary cabling system from VFDs in ‘Substation Building’ and UPS in ‘MCC Room
Building’ to ‘Console Room’ in SWRO plant building shall be done so that, VFD & UPS data
connectivity to DAS/PLC System shall be accessed through TCP/IP Ethernet protocol.
11. Supply, Installation, shop testing, site testing, and commissioning of 1 no. of 415V,160 kVA
(minimum)air cooled, Emergency Diesel Generator set with control, metering and protection
panel, excitation panel, auto mains failure (AMF) panel etc. for black start & emergency loads
with dedicated batteries & chargers for diesel engine starting system.complete piping/ducting,
nozzles, expansion joints and supports as required as per vendor layout and routing. Is under

38
the scope of supplier. All accessories including day tank for Diesel and associated piping /
other works is included.
12. Supply, Installation, shop testing, site testing and commissioning of 110V DC system. Detail
design calculation is (200 AH minimum) included. It will be consisting of 2 nos. fully rated
dual redundant charger units, 2x50 % Ni-Cd battery banks with stand/racks, and required
components shall be installed in Desalination Substation for the following:
i) Electrical Switchgear Control system.
ii) DC critical lighting system. No of DC light is to be considered as per the lighting
drawing
13. supply, installation and commissioning of 1 No. of 240V AC UPS system (2 x 25 kVA
minimum) of required capacity, dual redundant with bypass UPS system complete with 2 Nos.
of fully rated charger & inverter units, bypass with transformer, SVR, static switches,
maintenance bypass, 2x50% VRLA battery banks with stand/rack etc. shall be installed for
Instrumentation systems in SWRO plant building. For UPS system 2 x 65 AH (minimum)
battery is required for 30 minutes backup. The adequacy of the UPS and battery bank need to
be recalculated.
14. Supply, installation and commissioning of 2 nos. of 11kV HV Capacitor Banks (550 kVAR
minimum each) for HV switchboard are required. HV Capacitor banks shall be indoor type.
Reactor shall be air cooled type. Cabinet type HV capacitor bank is preferable. One capacitor
bank shall be connected to each bus section of HV Switchboard. HV capacitor bank size is
fixed. The contractor should consider this value to redesign the MV APFC panel to meet the
power factor requirement as indicated in the design basis report.
15. Supply, installation and commissioning of 4 nos. of MV capacitor banks is under the scope of
contractor. The MV capacitor bank (250 kVAR minimum each) has to be designed for power
factor improvement up to 0.99 (lag) at PCC level, after considering HV capacitor bank. 4
nos.415V Capacitor Banks for PCC/LCSS. MV capacitor bank shall be APFC type and
minimum of 0.95 (lag) to maintain. One capacitor bank shall be connected to each bus section
of PCC/LCSS.
16. Cabling from UPS to ACDB panel with required no of feeders is under the scope of supplier.
The supply and laying of cable from ACDB to the required instrument and panel is under the
scope of supplier.
17. Supply, installation, shop testing, site testing, and commissioning of entire fire alarm (FA)
system covering design & necessary equipment for entire Desalination facility including,
Intake Pump House Area, as Central Fire Alarm Panel (CFAP), Data Gathering cum Fire
Alarm Panels (DGFAP), detectors, manual call points, sirens, hooters, hooter acknowledge
boxes, repeat alarm panels, power supply modules etc. as per the duly reviewed layout
39
drawings, block diagrams, interconnection diagrams, cable schedules, etc. to be prepared. The
estimated no of FA system items has mentioned in the BOQ. The bidder has to supply all the
FA system for desalination facility and as well as for seawater intake system. The laying of FA
equipment in seawater intake facility and FO cable laying from seawater intake to control
room is not under the scope of bidder. Though after laying of equipment in seawater intake
system the commissioning of overall FA system along with the desalination facility is under
the scope of bidder.
18. All fire alarm system cables and installation materials (As required) for entire Desalination
facility including, Intake Pump House Area, such as PVC/Black enamelled conduit and
accessories, wires, FO cable etc. including installation and all cable terminations are included.
19. The fire fighting / detection system for Desalination plant shall be suitable to hook-up to the
OSCOM existing fire alarm system. Supply, installation, testing of one no of annunciation
panel for the critical parameters is under the scope of bidder. The fire fighting system
consisting of shock hazard charts complete with frame glass, first aid boxes, CO2 fire
extinguishers, sand buckets, safety mat, rubber hand gloves, caution boards etc. is also under
the scope of supply.
20. Equipment, devices and FA cables (including the FA cable from DESAL substation to intake
pump house ~ 750 m FO cable) for fire alarm system at Intake pump house area shall be
designed and procured. Laying of FA cables up to Intake Pump House will be done by
department separately though Sea water intake house contractor, however, the commissioning
of FA system in included.
21. All MV cables for power, control, lighting, fire alarm system cables is under the scope of
contractor. Cable laying with route makers from PCC to MCC and MCC to motor/ field
equipment, interlock / status / trip / differential protection interface within the Desalination
plant battery limits, from PCC/MCC panel to LPBS of individual motor and RTU panel,
including cable trays / GI pipes for cable laying, floor sleeves, supports, cable markers, saddles
and all other associated accessories and hardware are included. Termination kits and straight
through joints/ jointing kits for MV power, control, and system are also included. Supply of
cable glands & lugs and making of termination of 1.1 kV grade, Al/ Cu conductor power,
control cables including all accessories. Cable joints are not permitted. The cable Cellar in the
substation building is also under the scope of this supplier.
22. Supply and installation of Free standing type marshalling cabinets, with 20 % spare terminals,
for interfacing between electrical system / field equipment and DAS / PLC system including
all associated cabling. Cabling from marshalling box to RTU Panel is also to be supplied
/installed. For all motors On/OFF/Trip feedback to DAS system and stop command from DAS
system is required. The motor signal cabling need to be terminated at RTU panel for the
40
connectivity to central SCADA system. The no of RTU panel will be decided in the time of
detailed engineering time. If the marshalling cabinet are at a long distance from the motor the
control cable should be terminated through junction box. The no of junction box will be
decided in the time of detail engineering. RTU panel is not under the scope of supplier.
23. For all motors, local push button station with start, lockable stop, on, off indication ammeter
shall be considered.
24. Complete cable tray work, above ground, Underground, RCC cable trays, supports, racks, from
HT / PCC / MCC / DG / LDB / ASB to Transformer / Capacitor bank / MCC / job motor /
Lighting inside Desalination as required for the package etc. All cable trays within cable cellar
of the substation, Control room etc. shall be included.
25. Normal, emergency and critical lighting system with light fixture, panel, cabling work for the
complete desalination plant outdoor area including MED area, as required.
26. Lighting distribution board, outdoor lighting and power panels, outdoor street lighting poles
with fixtures, sockets, and hand lamps etc. for the lighting distribution in the desalination plant
included cabling. Cabling from main LDB to the wall mounted distribution board is also
included. However, indoor lighting starting from lighting Panels and power panels to fixture
for Desalination Plant area inside all the different buildings such as Substation, SWRO Plant
Building, DG Room, Chemical and compressor House etc. & these building peripheral lighting
are excluded.
27. Design, supply, installation and commissioning of Overall earthing system for major electrical
equipment in substation and MCC Room such as HV Switchboard, MV Switchboards,
Transformers, motors, all instrument and auxiliary panels, outdoor lighting, process tanks,
cable tray and also desalination plant equipment including earth electrode (maintenance free
type) in test pits, earth strips, earth plates, earthing cables, earthing & lightning protection. The
minimum no of GI strip, earth bus bar, electrodes, earth plates are mentioned in the BOQ.
However, earthing of indoor lighting system such as Lighting panels, fixtures etc for
Desalination Plant area inside all the different buildings such as Substation, SWRO Plant
Building, DG Room, Chemical and Compressor House etc. are excluded. Mandatory spares for
electrical has to be supplied by the Electrical Contractor as per the list attached in Electrical
Design Basis.
28. Non-UPS electrical power supply for instrumentation has to be supplied with cabling and all
accessories as required.
29. Supply of commissioning spares and special tools and tackles as required for supplied
equipment. Tools and tackles, safety equipment, shock hazard charts, rubber hand gloves,
insulating mats of required voltage grade, portable battery and mains operated HV and MV
megger, digital hand held multi-meter, digital clamp meter with reading locking arrangement,
41
tong tester, etc. in substation building and in SWRO plant building for maintenance and
operation of all electrical equipment.
30. Painting and marking of all buses, individual incomers, all outgoing feeders etc. with details
such as tag no, feeder rating, sending/ receiving end source reference etc. for all switchboards
as per connection drawing after the completion of the commissioning.
31. Inspection and Factory Acceptance Tests and Site Acceptance Test including type tests for
electrical equipment as defined in the package. Providing training for departmental staff for
Numerical relays.
32. Supply, installation, testing and commissioning of all cables and other accessories required for
interfacing of all electrical systems with the control and automation system up to the
instrumentation panel end.
33. Supply of VFD panels including VFD, incoming filter, outgoing filter, cable, as per the load
list is in the scope of contractor. The VFD rating will be depends on the rating of the motor.
Every VFD will require an input choke and output choke to reduce the input harmonic as per
IEEE 519 and to control dv/dt at the motor terminal. .
34. The extending of power supply including cable supply and laying for MED MCC panel (2
Nos.) from PCC.
35. All other electrical equipment, materials and work not explicitly mentioned but nevertheless
required to fulfil the following minimum requirements shall be deemed to be included in the
scope of supply with no additional cost and time implication.
a. Achieving the plant process requirements.
b. To meet equipment and personnel safety.
c. To suit site facilities and environmental conditions.
d. To meet the requirements of statutory approving authorities.
e. To coordinate with other contractors and agencies involved at site for other activities
and site work.

A.1. Works excluded

1. Indoor lighting & auxiliary power system for Desalination Substation, MCC Room,
SWRO Plant, Chemical & Compressor Building, DG Room, etc. and any other indoor
area.
2. Earthing system for lighting system within the buildings (indoor).
3. Works related to electrics of EOT Crane. ( However, extending the power supply from
respective feeder to a panel of the system in the scope )
4. Works related to electrics of ventilation system/ exhaust fans for various buildings.

42
( However, extending the power supply from respective feeder to a panel of the system
in in the scope )
5. Lightning protection system of all buildings.
6. Construction of RCC cable trench in desalination plant area. (However, buried cable
trench is included in scope).
7. Supply of HT, LT, control cables, for signal &controls between Intake Area and
Desalination Plant.
8. Laying of HT, LT, control cables, and Fire Alarm Cables between Intake Area and
Desalination Plant in buried cable trench including associated ERC/ Box Culvert as
required for road crossing/ railway-track crossing.
9. Installation of Fire Alarm System equipment/ items for Intake Pump House Area.
(However, supply & commissioning of the Fire Alarm System is in the scope)

A.2. Specific Design requirements for the Substation Area


(Desalination Plant Facility Site)

Specific requirements as mentioned for switchyard extension area is, in general, applicable. Item
specific data are mentioned below.

Emergency Diesel Generator

1. Emergency DG Set shall be provided to meet the emergency power requirement of the
entire plant in case of outage of Grid supply. This shall be as per relevant standard
specification.
2. The emergency DG set shall be sized but not minimum than specified to take care of
emergency process loads as well as Emergency electrical loads like Emergency lighting,
AC UPS, DC UPS etc. Permeate Transfer Pump (1 No.) shall be taken as a minimum,
shall be considered while sizing the Emergency DG set. Besides these the following
points in the table are need to be considered.

Sr. Description Included in


No. Vendor’s
scope
1) Diesel Engine (Refer equipment data sheets & related specs. for full details)

a) Diesel Engine & Alternator duly mounted on common base plate, and with the Yes
following major auxiliary systems
Air Intake System Yes
Exhaust System (i.e. exhaust silencer, pipe and exhaust pipe insulation along
with support structures) Yes
Fuel System including day tank, fuel piping etc. Yes

43
Cooling System (Radiator Cooled) Yes
Starting System (Battery Start) Yes
Guards for Moving Parts Yes
Instruments & Controls (Mfr. Std.) Yes
Coupling for Engine and driven equipment Yes
Acoustic enclosure for the complete DG set with necessary ventilation system Yes
in side enclosure.
Foundation/Anchor bolts/Anti vibration pads. Yes
2) Electrical Equipment
(Refer also electrical data sheet & related specs. for full details)
a) Alternator Yes
b) Battery and battery charger Yes
c) DG control panel with AMF feature
d) All other items as specified as per electrical data sheet & Specs. Yes
3) SPARES & TOOLS/TACKLES
a) Commissioning Spares for the complete package including Mechanical, Yes
Electrical, Instrumentation etc. (Base price)
b) Standard normal maintenance tool kit and tackles required for erection, site Yes
assembly and maintenance of each equipment of DG Set package as
recommended by the equipment manufacturer.

c) Quotation for vendor recommended spares for 2 year normal operation. Yes

4) Inspection and Testing:


a) As specified on the Engine/Alternator Datasheet and specifications etc. Yes

5) Vendor Data & Drawings


a) All data & drawings as required per Vendor data requirements, data sheets, Yes
specifications and referenced codes and standards.

6) Erection & Commissioning


a) Erection and commissioning of the complete package including supply of Yes
installation material and consumables as required.

The Engine offered shall be from a regular and established manufacturer of reciprocating
I.C.Engines having requisite design, engineering, manufacturing and testing facilities Bidder to
furnish the general reference list of the offered Diesel Engine or DG set during detailing stage.
Standard reference conditions shall be as defined in ISO:3046-1. The generator/ alternator used in
the proposed DG set shall meet the requirements as specified in electrical specifications.

The engine rating is the net shaft output in Kilowatts which the engine is capable of delivering
unlimited no of hours. Diesel Engine Rating indicated by the manufacturer in the Equipment data
sheet shall be with no negative tolerance. The engine shall be capable of providing 10% over load
power for a period of one hour in every 12 hours of operation

The power of the DG Set is the power output available at the generating set terminals in Kw at a
power factor of 0.8 lagging excluding the electrical power absorbed by the essential independent
44
auxiliaries. The engine shall be battery starting. The engine shall be provided with a radiator
mounted on the common base plate with engine driven radiator fan, temperature control valve,
expansion tank, radiator guard and other necessary piping and valves. The filter shall be suitably
located to prevent exhaust gases getting into the intake air.

Distribution Transformers

1. The transformers impedances shall be chosen to suit switchgear fault withstand


capabilities and large motor start-up.
2. All distribution transformer shall be Dry type transformers. All power and distribution
transformers shall be of low loss type. Usually no-load and load losses shall be
optimized for operation around 40-50% of their AN rating.
3. Minimum guaranteed efficiency inclusive of all tolerances, at 40% of transformer rating
at 0.8 pf shall be as follows:

 98% for transformers rated up to and including 1000 KVA. – for Dry Type

 98.5% for transformers rated > 1250 kVA & up to  5000 kVA – for Dry Type.

 99.5% for transformers rated > 5000 kVA – Oil Type

11kV High Voltage Switchboards

1. Only major relays, meters and controls are indicated in the SLD. Any auxiliary relays,
timers, switches etc as required while developing the control schematics and felt
necessary for safe operation, even if these are not specifically included, shall be
supplied.
2. All relays, metering and control components shall be mounted on the panel front only.
All dummy panels and rear extensions required for cable terminations, mounting of
relays, metering and control components etc. shall be supplied.
3. Auto changeover facility between incomers and bus coupler for 11kV system need not
required and not to be provided. However, manual change over through synchro-check
relay with momentary paralleling shall be provided. All necessary hardware shall be
included to achieve independent and manual operation of incomers and bus coupler.
4. As a minimum, the following annunciation signals shall be taken to DAS/PLC.

Common alarm

45
 DC Control supply failure

 AC Space supply failure

 AC UPS failure

The above indication from HV switchboard shall be taken to DCS / PLC through
hardwired connection.

5. Supplier shall ensure that type test certificates for HV switchboards shall not be more
than five years old. In those cases where type test certificates are more than five years
old, Supplier/ manufacturer shall carry out the type tests at CPRI or any authorized
testing lab prior to dispatch of equipment at his own cost and without any impact on
delivery. In the absence of specific confirmation to this stipulation, offered equipment
shall be summarily rejected.

11kV High Voltage Capacitor Banks

1. The 11KV Capacitor banks shall be provided to meet overall power factor at 0.90 (lag)
at 11 kV bus as a minimum. Total capacitor requirement shall be equally divided in two
capacitor banks (2 x 50%) and each capacitor bank shall be connected to each 11KV bus
section.
2. 11kV HV Capacitor Bank shall be indoor type. Reactor shall be air cooled type (i.e. not
oil cooled). Cabinet type HV capacitor bank is preferable.
3. The rating of HV capacitor bank shall be selected to maintain overall power factor at
0.90 (lag) at 11 kV bus as a minimum without APFC connected in the PMCC/LCSS.

415V Capacitor Banks (APFC)

1. 415 V Capacitor banks shall be in a self-supporting, floor mounting type Automatic


Power Factor Correction (APFC) panel with degree of protection of enclosure IP4X as
per relevant standard. Minimum thickness of sheet steel shall be 2.5 mm. All doors and
openings shall be provided with neoprene gaskets. Doors shall have panel locks and all
hinges shall be concealed types.
2. Capacitor units shall be mounted inside the APFC panel, in separate cubicles. Control
and protection elements for 415 V capacitor banks shall be mounted on the capacitor
bank panel itself.
3. All instruments and power factor correction relay (PFCR) shall be neatly arranged on
the front side and shall be flush mounted. PFCR shall be microprocessor based type
programmable relay.
46
4. 415V capacitor banks shall be of super heavy duty, Low loss, and All Polypropylene
(APP) type and shall be sized to appropriate rating to improve the power factor with
target of 0.99. The capacitor shall be designed to carry a maximum current of 1.8 times
the rated current of capacitor continuously. The components shall be suitably derated.
5. A suitable removable undrilled gland plate (MS 3mm thick) shall be provided for cable
entry from top.
6. Both manual and automatic control of power factor correction shall be provided.
Auto/manual selector switch for the above shall be provided on capacitor control panel.
7. The rating of LV capacitor bank shall be selected to maintain overall power factor at
0.99 (lag) at PCC level when HT capacitor bank is also in operation.

Medium Voltage Switchboards

1. Rating of Medium Voltage Switchboards shall be as indicated in the SLD and notes
therein. Final rating shall be selected during detailed engineering as per load
requirement.
2. No. of outgoing feeders shall be decided based on system requirement. Feeders, as
required, based on final approved single line diagram, shall be provided with no cost
and time implication.
3. All medium voltage switchboards (PMCC, MCC, ASB etc.) shall preferably be of one
make only.
4. ASB for miscellaneous loads like auxiliary power supply to switchboard, local control
panel, power panel, welding sockets, etc. and Power Distribution Board (PDB) for air
conditioning system etc. shall be considered. PDB shall be separate for air conditioning
system.
5. Marshalling cabinet to be considered for interfacing between electrical switch board/
substation buildings and Instrumentation marshalling cabinet, control room etc. The
panel shall be free standing type with IP-55 degree of enclosure protection, Panel shall
also meet relevant requirements of specification no. 6-51-0018 and shall be installed in
the switch gear room. All cabling beyond marshalling cabinet to Control room shall be
done.
6. All protective relays in PCC / LCSS for incomers, bus couplers and outgoing breaker
feeders shall be numerical type Only major relays, meters and controls are indicated in
the data sheets. Any auxiliary relays, timers, switches, etc, as required while developing
the control schematic and felt necessary for safe operation, even if these are not
specifically included, shall be supplied. All relays, metering and control components
shall be mounted on the panel front only.
47
7. All dummy panels and rear extensions required for bus trunking, cable terminations,
mounting of relays, metering and control components etc., shall be supplied. The details
of each type of such panels shall be furnished.

As a minimum, the following annunciation signals shall be taken to DAS/PLC.

Motor feeder
 Breaker/ Contactor ON

 Breaker/ Contactor OFF

 Tripped on fault

Common alarm
 DC Control supply failure

 AC Space supply failure

 AC UPS failure

The above indication from various feeders of PCC / MCCs shall be taken to DAS/PLC
through hardwired connection.

Numerical Relays

8. All numerical relays shall be digital (microprocessor based) & communicable type as
per annexed Standard Specification 6-51-0055.

Fire Detection and Alarm System

1. Supply and Installation of fire detection and alarm system shall be done as per
requirement and specifications of this package.
2. A fire alarm system shall be provided which shall be microprocessor based, computer
aided and utilising distributed processing technique. The fire alarm and detection system
shall comprise Data gathering Fire alarm panel, manual call points and auto fire alarm
system using photoelectric smoke detectors, ionization type detectors and rate of rise
cum/ or fixed temperature heat detectors, junction boxes as applicable.
3. CFAP shall be installed in Control room and incoming cable to FJB in Substation from
DGFAP & all further cabling (including termination of incoming cable) to Manual call
points in plant area, detectors inside the substation shall be in the scope of Contractor.
4. DGFAP shall be installed in Electrical Room in intake Pump House Area and all further
cabling (including termination of incoming cable) to Manual call points, in plant area,
detectors inside the Electrical room / other buildings in Intake Area shall be supplied by
48
Electrical Contractor as a free issue item to Intake Pump House Contractor for
Installation in those area.
5. The manual break glass boxes shall be located at strategic locations in the plant. Manual
fire alarm break glass boxes will be distributed throughout the protected area so that
they are accessible in the normal path of exit from the area.

Cabling System

1. Cabling installation within battery limit, in general, shall be in accordance with enclosed
Standard specification for cable installation.
2. Cable laying from substation and MCC room to respective load destinations as per cable
schedule shall be executed.
3. Cabling within the Main substation shall be carried out through cable trays in cable
Cellar. All power cables in racks / trays shall be laid in single layer only.
4. Cabling within the MCC Room Building shall be done in RCC cable trench with racks
fitted with cable tray.
5. Cabling from Desalination Substation and MCC Room building to Desalination Plant
area motor / welding receptacles/ Outdoor panel shall be through RCC cable trench(
RCC trench within the building will be part of departmentally responsibility). RCC
hume pipes/ trenches required in outdoor are included in suppliers scope..
6. The cable cellar in the substation building is under the scope of this contractor.

Lighting System

1. Normal & emergency lighting shall be provided as per Electrical Design Philosophy and
Design Data.
2. All lighting fixtures shall be suitable for the area in which they are installed viz safe or
corrosion proof area (i.e. Chemical House, Battery room etc.).
3. DC critical lighting shall also be provided to enable operation in the event of power
failure. They shall be provided at exit, escape route inside the substation building, MCC
Room and Control Room, SWRO Plant building, Compressor House and chemical
building and other strategic locations in plant area.
4. Twin cluster LED type medium intensity flashing lamps at alternate elevation shall be
fed from different circuit to ensure availability of lighting in case of failure of one
circuit.
5. Street lighting shall be provided for all roads, approach roads to the plant and substation
building of the package.

49
6. Each fixture shall have separate control gearbox. Control gearbox for lighting fixtures in
the unit shall be located at an accessible height of approx. 1.4 m from the FFL/ FGL.
7. Lighting & Power panels shall be standardized to have 6, 12 or 18 single phase outgoing
feeders.
8. Single phase & three power receptacles to be provided in all operational area, buildings
and other locations to be finalized during detail engineering at EPC Stage.

Earthing & Lightning Protection System

1. Earthing system of the entire package shall be designed to meet the statutory
requirements and shall be included in supplier’s scope including interconnection with
OSCOM’S existing earth grid, Intake pump house area earth grid and earthing of all
equipment.
2. Minimum size of the main earth grid around substation area etc. shall be 75x10 mm GI.
3. Equipment Earthing Schedule enclosed with the bid document shall be followed for
equipment earthing.
4. Earth electrodes shall be Maintenance free type. Maintenance free earthing shall
consisting of following:

 Incomer pipe of 40 mm dia, 3000 mm long GI filled with anticorrosive conductive


compound.

 Outer pipe of 80 mm dia 3000 mm long GI back filled with compound mixed With
salt.

 Terminal strip and chamber

5. Supplier’s scope shall include connection of each transformer neutral through two nos.
independent earth electrodes with pits and interconnection to main earth strip, lightning
protection of tall structures, substation etc. (no. of connections of the equipment to the
earthing system for lightning protection shall be as per relevant standards. However,
minimum two nos. independent earth electrodes shall be provided for tall structures for
connection to earth and to the main earth grid) and providing earth electrodes with test
pits for the substation and plant area.
6. Separate earth electrodes shall be considered for numerical relays and electronic
equipment as per manufacturer’s recommendations.
7. Adequate number of earth plates for taking branch connections shall be provided.

Cable Trays / Buried Cable Trench


50
Above ground cable trays, hume pipe/ culvert and sleeves for road crossing etc., as required for
the entire package shall be provided by the supplier. Contractor shall provide cable trays inside
the cable cellar as required for the entire package meeting the bid document specification.
Engineering for sizing, deciding the number and routing of cable trays inside the cable cellar
shall be carried out based on number and sizes of cables. These details shall be finalized during
detail engineering, which shall be taken care of by the supplier without any impact on cost and
time.

i. All cable trays along with supports shall also be provided by the supplier. Overhead cable
tray is to be planned wherever possible.
ii. GI pipes for cable protection above ground, floor sleeves, supports wherever necessary,
cable markers, identification tags, GI saddles, saddle bars and associated accessories, all
other galvanized hardware like nuts, bolts, washers, grouting bolts as necessary, shall also
be provided.

A.3. Design documents required from supplier

Contractor shall prepare and issue as a minimum the following documents and drawings and any
other documents as required for procurement, interfacing with other packages, installation, testing
and commissioning of the complete electrical system for the package which shall include but not
be limited to the following:

1. Load Analysis
2. Equipment sizing calculations, voltage drop calculations during motor start up/ re
acceleration etc. including load details and considering largest motor being installed in
the complex, etc.
3. Design calculations for cable sizing, earthing & lightning protection, lighting, cable
trenches, cable tray sizing, battery and battery charger, UPS, Capacitor bank, APFC
panel etc.
4. Calculations for determination of rating of various electrical equipment.
5. Equipment Specifications for all electrical equipment
6. Equipment Data Sheets for all electrical equipment such as Diesel Generator,
Transformer, AC/ DC UPS system, MRSS Switchyard Equipment datasheets etc.
7. Electrical Equipment List (tag no., description, vendors, type, etc.)
8. Relay Co-ordination drawings, relay setting charts (including parameterisation), and
relay curves, setting schedules with necessary co-ordination with downstream power
system. Review and preparation of overall protective relay settings/ co-ordination for
the entire complex.
51
9. Procurement enquiry specifications/finalised purchase specifications etc.
10. Preparation / Updation of Overall single line diagram
11. Updation of Single Line Diagrams for individual 11 kV, 415 V switchboards including /
updating the details for lighting distribution, DC system, AC UPS and aux. power
supply system etc.
12. Overall relay and metering diagram of the entire complex including MRSS Switchyard
extension and desalination plant, emergency power supply system etc.
13. Preparation of lighting/ power panel schedules, electrical-instrumentation interface
documents etc.
14. Block logic diagrams for all interfaces, controls, bus auto / manual changeover, safety
interlocks, operating requirements etc. DG set, 11 kV, 415 V switchboards, etc.
15. Block Diagrams for Fire detection & alarm system. (Design of Fire alarm system for
entire desalination facility including MRSS & Intake pump house building. Necessary
FA system equipment and block logic diagram.)
16. layout drawing of emergency diesel engine showing the layout and routing of air intake
and engineexhaust piping/ducting
17. Engineering the distribution of UPS power, LAN point at inside battery limit (ISBL).
18. Schematic and Wiring diagrams
19. General Arrangement Drawings
20. Interconnection diagrams
21. Cable Schedules/ Drum schedules
22. Cable Routing Layouts
23. Earthing and Lightning Protection Layouts
24. Lighting and Small Power Layouts (including Distribution Boards, Junction Boxes, etc.)
25. Layout drawings for entire package, DG room area, S/S and control room, overall cable
tray/trench layout, cable schedule, interface drawings, interconnection diagrams, etc. for
Fire detection & alarm system.
26. Installation Details
27. Material Take-off for cables, lighting, earthing, fire alarm, miscellaneous items etc.
28. Factory Acceptance Testing procedures
29. Preparation of “As- Built drawing”.
30. Operation, maintenance, testing & commissioning manuals
31. Type, Routine & Acceptance Certificates
32. All vendor and sub-vendor drawings, Preparation of all interconnection drawings.
33. Review of vector groups of all transformers to ensure that all power supplies (132 KV,
11 kV, 415 V system etc.) are in phase at substation/ Switchyard.
52
34. Supplier shall prepare detailed field-testing, pre-commissioning and commissioning
procedures for the entire installation. Performa for defining field activities and recording
of test results.

The annexed drawings define the basic system design and distribution philosophy, based on
preliminary electric load data, layout etc. Supplier shall update the power system design during
residual detailed engineering.

53
SECTION-3: Electrical System Description and Design Considerations

System Descriptions The estimated power demand for various operating conditions for
present loads and future expansion has been considered and mentioned in enclosed Load Analysis
tables. Accordingly, the overall power receipt and distribution system in the form of Overall Single
Line Diagram (Drawing No.A628-000-16-50-0001) starting from MRSS switchyard to
Desalination Substation &to Intake Area Electrical Room have been evolved. Design Basis Report
is also provided in this tender document for supplier’s ready reference.

OPERATING PHILOSOPHY FOR NORMAL POWER SUPPLY SYSTEM

 To meet the power supply requirements of new 5.0 MLD Sea Water Desalination Plant
at OSCOM, 2 Nos. new Grid Transformer bays in MRSS Switchyard with 1 working +
1 standby operating condition have been envisaged.

 Grid power at 132KV power is received from Odisha State Electricity Board at existing
MRSS of OSCOM, IREL through two incomers (i.e double circuit). This grid power at
132KV will be stepped down to 11KV by two number Grid transformers of
10/12.5MVA (ONAN/ONAF) rating being added for desalination facility load by
adding two transformer bays and new single bus system. Power transmitted from MRSS
switchyard to Desalination Substation by 11 KV cable routed through overhead cable
tray / underground cable trench (partly), which shall be terminated on 11kV switchboard
in Desalination substation.

 The primary distribution to the substation will be at 11KV from 11KV switchboard
located in Desalination substation.

 Power shall be stepped down to 415V using 11KV/ 0.433KV distribution transformers
for feeding the 415V loads power control centres (PCC or LCSS), motor control centres
(MCC) and Power distribution boards. Minimum no. of transformers shall not be less
than shown in Overall Single Line Diagram.

 MV motor rated up to 55KW will be fed from MCC whereas; motors rated above 55KW
and up to 160KW will be fed from PCC / LCSS. Only Manual changeover facility shall
be provided in 11KV Switchboard and PCC/ MCC except EPMCC (i.e. auto changeover
also to be considered for EPMCC).

 Plant normal lighting loads will be fed through normal lighting distribution boards
having two incomer supply fed through 415/415V lighting transformers.

54
 240AC UPS has been envisaged for instrumentation loads. 240V UPS and associated
battery (VRLA Type) will be located in Air conditioned VFD Room in MCC Room
Cum Control Room Building.

 New 110V DC battery (Ni-Cd type) & chargers shall be provided to feed DC critical
lighting, switchgear protection and control circuits which will be located in the
Desalination substation room and MRSS Switchyard Control Building.

 For Normal Lighting of Extended part of MRSS switchyard and Switchyard Control
Building extension part, power shall be taken from LDB-514 and EDB-515. However,
energization of these panels and supply/ installation of its incoming power supply cable
shall be done by IREL on a later stage.

 Two nos. of HV capacitor banks (one in each bus section) with required rating shall be
provided on 11KV switchboard. (These shall be normally be switched ON).

 In addition to HV capacitor bank two numbers of APFC (one in each bus section) shall
be connected to each PMCC/LCSS to automatically maintain the power factor above
0.95 (lagging).

A.1. OPERATING PHILOSOPHY FOR EMERGENCY POWER SUPPLY


SYSTEM

 An emergency DG set shall be provided in new DG room to cater to the total emergency
power demand. This shall be connected to the emergency switchboard EPMCC-304
located in Desalination Substation.

 In addition to Critical Process loads needing emergency supply, emergency lighting


loads, DC system loads, UPS loads, Fire Alarm system shall be fed from EPMCC-304

 EPMCC-304 shall have two incomers. One of the incomers will be fed from normal
PCC / LCSS (i.e. PC/LCSS-302). The second incomer shall be directly from to
Emergency DG set.

 EPMCC-304 will have only one bus without any bus-sections with normal incomer
from PCC-302 and Emergency incomer from DG connected to it. EPMCC-304 shall be
provided with auto transfer facility.

 In case of complete blackout i.e power failure at grid. The emergency DG set feeds the
total emergency load automatically within 30 seconds, Contractor shall generate a
comprehensive load list and load summary of all the emergency loads to verify
adequacy/ sizing of the DG set.

55
 Synchronising feature shall be provided in the emergency switchboard, EPMCC-304 for
smooth transfer of load from DG to Normal supply and vice-versa. Auto/ manual
changeover in the emergency switchboard shall be provided in line with the description
provided above.

 DG shall be provided with black start facility.

 Plant Emergency lighting loads will be fed through emergency lighting distribution
boards having one incomer supply fed through 415/415V lighting transformer from
EPMCC of appropriate capacity and other one from Normal Lighting distribution board.

A.2. SYSTEM DESIGN BASIS

The electrical system shall be designed to provide.

 Safety to personnel and equipment during both operation and maintenance.

 Reliability of Service.

 Minimal fire risk.

 Ease of maintenance and convenience of operation.

 Automatic protection of all electrical equipment through selective relaying system.

 Elect. Supply to equipment and machinery within the design operating limits.

 Adequate provision for future extension and modification.

 Maximum interchange ability of equipment.

 Fail safe feature.

 Energy efficient equipment.

 Suitability for applicable environmental factors Reference shall also be made to


Electrical Design Basis.

A.3. POWER SYSTEM DESIGN

The distribution system shall be designed in accordance with this job specification taking into
account all possible factors affecting the choice of the system to be adopted such as required
continuity of supply, flexibility of operation, operational costs and reliability of supply from
available power sources, total load and the concentration of individual loads.

All the components of the electrical system shall be sized to suit the maximum load, under the
most severe operating conditions. Future loads, as specified/ required, shall be suitably included

56
and considered while sizing various electrical equipment. Various major equipment shall be the
sum of the total continuous load plus 50% of the total intermittent load plus 10% of standby loads.
However the minimum rating of all Electrical equipment such as transformers, switchboards, DG
sets etc. shall be as indicated in the SLD.

The amount of electrical power consumed by each area shall be calculated for its operation at the
design capacity.

A.4. Single Line Diagram

Number of feeders as shown under various switchboards are indicative and minimum. It is the
responsibility of the contractor to provide number of outgoing feeders in each switchboard without
any cost and time implications as per actual loads, other electrical loads, plus spare feeders
(minimum 20%) in each switchboard in line with the requirement of Electrical Design Basis.

Equipment as shown in the single line diagram are indicative and minimum. Additional
switchboards, transformers etc. if required during residual detail engineering, to meet power
distribution of the package shall be included..

A.5. SCOPE OF SYSTEM STUDIES

Electrical power system studies for the complete Project.

These shall include but not be limited to the following:

i. Load flow analysis for all buses to generate load bus voltage vectors with voltage
magnitude and phase angle, reactive generation of the generators, power flow profile of
the system, overall system summary for the total generation, loads, overloading, losses
etc.

ii. Fault level analysis shall include fault levels analysis with Grid and DG set separately
including three phase, single phase earth fault at all buses and output result shall include
sequence components of the fault current, voltage vectors etc.

iii. Motor start up performance for all major drives of the complex shall include load flow
analysis of the system prior to start up and during motor start up, voltage behind
transient reactance of the machines, voltage level at various buses, motor terminals,
frequency profile, reactive power sharing among generation machines etc. Motor start
up study shall also include start up of largest motor. These simulation studies shall
include the interfacing of governor characteristics with the motor speed build up
characteristics.

57
iv. Contractor shall co-ordinate with their sub-vendors to obtain any information and data
required.

v. Well-proven software for the power system studies shall be used for performing the
system study.

The system study shall be carried out in two stages:


Stage-1
This stage shall be based on preliminary/ estimated electrical load data and shall be done
immediately upon award of job.

Stage-2
This study shall be carried out after detailed design based on actual system data. System study
shall include studies/analysis as defined in the package which shall include but not be limited
to Load analysis for system simulation, load flow study, short circuit studies, transient
stability studies, motor start-up studies, frequency profile studies on impact loading and load
shedding studies, capacitor compensation studies, relay co-ordination and adequacy check etc.

A.6. FIELD TESTING & COMMISSIONING

i. Contractor shall carry out the installation, field testing, and commissioning of all items
of electrical equipment as per enclosed specification and approved Inspection and Test
plans. Appropriate test and commissioning reports and as-built documentation as
necessary for all electrical equipment shall be provided. All commissioning spares are
included in contractor scope.

ii. Field testing and commissioning of HV switchboards, numerical relay and integrating
equipment, DC system, battery chargers etc., as applicable, shall be done by OEM
(Original Equipment Manufacturer). For other equipment, Contractor shall ensure
services of manufacturers’ representatives for supervision of installation, testing and
commissioning.

iii. Contractor shall coordinate with manufacturers of other equipment wherever required
and shall freely and readily supply all technical information for this purpose as and
when called for.

iv. All electrical equipment shall be said to be installed and mechanically complete after
circuit testing, primary and secondary injection testing and loop simulation is complete.
Due care and consideration shall be given to the installation of all equipment, materials
and facilities.

58
v. Contractor shall also obtain site acceptance testing (SAT) procedures for all equipment from
their respective OEM and get them approved from Owner before carrying out the site
testing at site. SAT shall be included for the equipment but not be limited to equipment
such as numerical relays & data concentrators, battery and charger etc.

vi. Obtaining clearance for energizing the complete electrical facilities (After getting the
SAT certificate for all equipment) covered under this package and approval of
installation from central electrical inspector and any other concerned approving
authority is in supplier’s scope.

A.7. INSPECTION AND TESTING AT MANUFACTURER’S WORKS

Major electrical equipment and material shall be subject to inspection by owner or authorized
representative at manufacturers’ works. Contractor/Vendor/ Sub-Vendor shall furnish all necessary
information concerning the supply to owner.

During fabrication, all the equipment shall be subject to inspection by owner or by an agency
authorized by the owner to assess the progress of work as well as to ascertain that only quality raw
material is used.

Type, routine and acceptance tests to be conducted on all equipment shall include all tests as
specified in standard specifications & data sheets enclosed with the package. All routine and
acceptance tests as specified by the applicable standards shall be carried out by the
contractor/vendor/sub-vendor and these tests shall be witnessed by owner or an agency authorized
by owner. Any other test and quality assurance requirements as defined elsewhere in the package
shall also be complied.

All the equipment offered shall have valid type test certificates of recognized testing house.

All electrical equipment shall be said to be installed and mechanically complete after circuit
testing, primary and secondary injection testing and loop simulation is complete. Due care and
consideration shall be given to the installation of all equipment, materials and facilities.
Contractor shall coordinate with manufacturers of other equipment wherever required and shall
freely and readily supply all technical information for this purpose as and when called for.

Contractor shall also avail OEM (Original Equipment Manufacturer) services for testing and
commissioning of equipment such as Numerical relays, 11KV Switchboard, 415V Switchboards,
132/11KV Switchyard transformer, Switchyard EHV Components, 11KV Capacitors, AC UPS,
Battery and charger, etc. However for other equipment, contractor shall ensure services of
manufacturers’ representatives for supervision of installation, testing and commissioning.

All switchboard protection shall be subject to primary injection test before commissioning.
59
A.8. MAKES OF EQUIPMENT AND COMPONENTS

Contractor shall restrict the maker of electrical equipment and components to the List of Make
enclosed in this tender document.

All electrical equipment shall be brand new with state of art technology and proven track record.
No prototype shall be offered. In general the selected equipment type shall have been in
continuous satisfactory operation in process industry for a minimum of 8000 hours. The make and
type of equipment, if not specified in this bid document, shall be subject to approval of BARC.

A.9. Spare Parts

i. Mandatory Spares

Mandatory spares shall be procured along with the main equipment. Such spares for each
equipment shall be as per Electrical Design Basis. These spares include only those spares, which
are critical for equipment.

ii. Commissioning Spares

Commissioning Spare Parts shall be procured along with the main equipment as per equipment
manufacturer's recommendations.

iii. Additional Recommended spare for Normal Operation and Maintenance

Quotation for two-years spares for normal operation and maintenance (over and above mandatory
spares) along with unit price shall be obtained with the proposal for Client to order the same
separately.

60
SECTION:4 LIST OF MAKE

Sl. Item List of Make


No
1. Power Transformers & M/S. Crompton Greaves Ltd / Voltamp Transformers Ltd. /
Distribution Transformer Kirloskar Electric / Alstom India / ABB/ Siemens/ Schneider
2. Lighting Transformers M/s. Automatic Electric Ltd / RPG – Raychem/ Vijay
Electricals / Ames-Impex/Kirloskar Electric / Alstom India /
ABB/ Siemens/Voltamp Transformers Ltd/Crompton
Greaves Ltd
3. Neutral Grounding Resistor M/s. Resitech Electricals Pvt Ltd / RSI Switchgear Pvt Ltd. /
- HV BCH Electric Limited
4. Vacuum Circuit Breaker M/s. ABB / Siemens / Schneider Electric / Alstom / Jyoti
Panel (11 kV) or HT panel Limited/ CG/ Marine electrical
5. Vacuum Circuit Breaker M/s. ABB / Siemens / Schneider Electric / Alstom / Areva

6. PCC panel / ACB Panel M/s. ABB / Siemens / Schneider Electric / Alstom / L&T
/PMCC pane/ MCC /ASB / GE/Arrow/ Symatic / Pyrotech
panel (LT panel)
7. Circuit Breaker SF6 M/S. Crompton Greaves Ltd / ABB / Alstom / Schneider /
Outdoor EHV Siemens/ Ariva/GE
8. CT/PT Outdoor (EHV) M/S. Crompton Greaves Ltd. / ABB / Alstom Ltd/ BHEL/
Mehru/ ITC
9. M.V CT/PT M/s. A E / Pragati / Kappa / Precision
10. Isolator & Earthing Switch M/s. S&S Power Switchgear Ltd. / Siemens / GR power /
Outdoor Ehv Project Electrical Industries Pvt. Ltd.
11. Numerical relay, M/s. ABB / Alstom India Ltd./ GE India Industrial Pvt Ltd /
Electromagnetic relay and Siemens / Schneider / Easun Reyrolle Ltd./CG
relay control panel for bay
12. Batteries-Lead Acid M/s. Amar Raja / Exide Industries / Microtech / HBL Power
system
13. Battery Chargers M/s. Amar Raja / Chhabi Electricals / Dubas Engineering Pvt
Ltd / HBL Power Systems / Mass-Tech Controls Pvt Ltd /
Universal Instrument Mfg Co Pvt Ltd

61
14. Batteries-Lead Acid(VRLA) M/s.Amara Raja Batteries Ltd / Exide Industries Ltd.
HBL Power Systems Ltd/ NED Energy Ltd.
15. Batteries-Nickle Cadmium M/s. Amco Saft India Ltd / HBL Power Systems Ltd/ Amar
raja
16. UPS System M/s. DB Power Electronics / Emerson / Hitachi Hi-Rel Power
Electronics P. Ltd/ Dubas/ APC
17. High Voltage Capacitor M/s. Universal / ABB / Shreem Electric Limited / Neptune /
bank Ducati/ Usha
18. Cables (HT, LT & Control M/s. Finolex / Havells / KEC International / KEIIndustries /
Cable) Polycab / Torrent Cables / Universal Cables
19. Fire Alarm System M/s. Honeywell Automation / Tyco / Siemens / Bosch/ New
Fire Engineers.
20. Cables-Fire Alarm And M/s. CMI Limited / Cords Cable / Delton Cables / Elkay /
Communication Kei Industries Limited
21. DG Set, Engine, AMF panel M/s. Cummins / Powerica / Jackson/ Kirloskar
and Acoustic cover
22. VFD M/s. ABB / Danfoss / Schneider Electric / Siemens/GE/ L &
T
23. Air Circuit Breaker M/s. C & S Electric Ltd / GE / L&T / Schneider / Siemens /
ABB
24. Aux. Relays M/s. ABB / Alstom / Schneider / L &T / Siemens
25. Bimetal Relays M/s. ABB / C & S Electric Ltd / GE/ L &T / Schneider /
Siemens
26. Protection Relays M/s. ABB Ltd / Alstom / Easun Reyrolle / GE/ Schneider
Electric / Siemens
27. Bus Ducts (M.V) M/s. Godrej / L&T/ Siemens / Schneider/ Empro / C & S
28. MCB/ MCCB/ ELCB/ M/s. ABB / C & S Electric Ltd / Schneider / Siemens / L& T
Control switches (Breaker) / GE/ Alstom
selector switch
29. Contactors M/s. ABB/ C & S Electric / GE/ L & T / Schneider / Siemens
30. Cable Termination. & M/s. Raychem / Yamuna Power & Infrastructure Ltd / 3M
Jointing Kit
31. Fuses, Heavy duty switches M/s. Siemens / GE/ Siemens / Schneider Electric / L & T /

62
and fuse switch Eaton / C&S Electric
combination.
32. APFC Panel M/s. Symatic Engg / Arrow / Tenco / Baron / Neptune
33. APFC control relay Schneider / Alstom / Conzerv / VA Tech
34. Distribution Board and M/s. Symatic Engg. / Arrow / Tenco / Reliable
fixed type panel
35. Meters / Timers M/s. Automatic Electric Ltd. / Nippen Electrical / Rishabh /
Secure Meters Limited
36. Push Button And Indicating M/s. C & S Electric / Essen Deinki / L & T / Schneider
Lamps Electric / Siemens
37. Oil and Winding M/s. Perfect Controls / Precimeasure Controls Pvt.Ltd.
Temperature Indicator
38. Lightning arrestor M/s. Siemens/ Elpro / Crompton Greaves Ltd / Oblum/ ABB
39. Terminal Block M/s. Elmex / Connectwell / Wago
40. Push Button M/s. Schneider / Seimens / L & T
41. Annunciator M/s. Minilec / IIC
42. Insulator / Bushing M/s. Aditya Birla / IEC / WS
43. Lighting Fixture M/s. Phillips / CG/ Bajaj / Surya
44. Optical fibre cable and M/s. Finolex/ Polycab/ Beldon / AMP/ Uniflex
accessories for end
termination

Notes:

1) Make of other equipment / components not mentioned above shall be subject to prior
approval of Department (BARC).
2) Vendor may procure material from any of the preferred make listed above.
3) Vendor can offer component of makes other than specified in the tender, during order
execution. The alternate make of components will be evaluated post order, based on
the satisfactory track record and test certificates to be furnished by the vendor. In case
alternate makes are not found acceptable, components shall be strictly as per above
preferred make list.

63

Das könnte Ihnen auch gefallen