scope of supply and other technical requirement

52
Vol.II, Part-I/Sec.I JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 1 VOLUME-II PART-I SECTION - I 1.1 SCOPE OF SUPPLY AND OTHER TECHNICAL REQUIREMENT 1. SCOPE: Madhya Pradesh Power Generating Company is setting up Shree Singaji (Malwa) thermal Power Plant (2x600 MW) at Purni in Khandwa District and Satpura Thermal Power plant extension unit (2x250 MW) at Sarni in Betul District. For the reliable transmission of power generated through these plants, strengthening & modernization of transmission system in the state of Madhya Pradesh, Madhya Pradesh Power Transmission Company, has obtained loan assistance from JICA and intends to use for the scope covered under the present Bid Document on total turnkey basis. The details and scope of works are given in Section-VI of Volume-I. The scope of this specification covers supply of EHV equipments for all the above works as brought out in Bill of quantity in Annexure-C of this section. The scope also covers erection, testing and commissioning of power transformers and reactor except their supply, supervision of Erection & Commissioning portion as the same shall be in the MPPTCL’s scope. The Design, Engineering, Manufacture, Testing, supply on FOR destination site basis including transportation, unloading storage, erection, testing and commissioning of all the equipments / items, complete in all respect except power transformer and Reactors (in MPPTCL’s scope), for each substation, covered in this package are included in the scope of the Bid specification. The details of equipments / items covered in the scope of bid documents are:- i) All EHV/HV switchgear, viz. Circuit Breakers, Isolators with & without Earth Switch, Surge Arrester / Lightning Arresters & Capacitor Banks etc. ii) All EHV/HV Instrument Transformers, viz., Current Transformers, Potential Transformers, Capacitive Voltage Transformers. iii) Control & Relay Panels with Protection System for feeders, transformers, Bus Coupler, Bus tie, etc. complete in all respect. iv) 200 KVA, 33/0.4 KV Station transformer alongwith all associated equipments as per Bill of Quantity for LT supply. v) Complete PLCC system for speech and data transmission with wave trap for all 220KV & 132KV lines emanating from EHV substations and specified in the Bill of Quantity and technical specification at Section-II of this Part-I of Volume-II. vi) LT switch gear (AC/DC Distribution Boards) vii) Battery & Battery Charger viii) Control Cable alongwith complete accessories for auxiliary supply and control cable for control panels/ RTCC panels installed in Control Room, also to marshalling box of transformers/ reactors etc.

Upload: saswati-mohanty

Post on 14-Oct-2014

228 views

Category:

Documents


9 download

TRANSCRIPT

Page 1: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 1

VOLUME-II

PART-I

SECTION - I

1.1 SCOPE OF SUPPLY AND OTHER TECHNICAL REQUIREMENT

1. SCOPE: Madhya Pradesh Power Generating Company is setting up Shree Singaji

(Malwa) thermal Power Plant (2x600 MW) at Purni in Khandwa District and Satpura Thermal Power plant extension unit (2x250 MW) at Sarni in Betul District. For the reliable transmission of power generated through these plants, strengthening & modernization of transmission system in the state of Madhya Pradesh, Madhya Pradesh Power Transmission Company, has obtained loan assistance from JICA and intends to use for the scope covered under the present Bid Document on total turnkey basis. The details and scope of works are given in Section-VI of Volume-I.

The scope of this specification covers supply of EHV equipments for all the above works as brought out in Bill of quantity in Annexure-C of this section. The scope also covers erection, testing and commissioning of power transformers and reactor except their supply, supervision of Erection & Commissioning portion as the same shall be in the MPPTCL’s scope. The Design, Engineering, Manufacture, Testing, supply on FOR destination site basis including transportation, unloading storage, erection, testing and commissioning of all the equipments / items, complete in all respect except power transformer and Reactors (in MPPTCL’s scope), for each substation, covered in this package are included in the scope of the Bid specification. The details of equipments / items covered in the scope of bid documents are:-

i) All EHV/HV switchgear, viz. Circuit Breakers, Isolators with & without Earth Switch, Surge Arrester / Lightning Arresters & Capacitor Banks etc.

ii) All EHV/HV Instrument Transformers, viz., Current Transformers, Potential

Transformers, Capacitive Voltage Transformers.

iii) Control & Relay Panels with Protection System for feeders, transformers, Bus Coupler, Bus tie, etc. complete in all respect.

iv) 200 KVA, 33/0.4 KV Station transformer alongwith all associated equipments

as per Bill of Quantity for LT supply.

v) Complete PLCC system for speech and data transmission with wave trap for all 220KV & 132KV lines emanating from EHV substations and specified in the Bill of Quantity and technical specification at Section-II of this Part-I of Volume-II.

vi) LT switch gear (AC/DC Distribution Boards)

vii) Battery & Battery Charger

viii) Control Cable alongwith complete accessories for auxiliary supply and control cable for control panels/ RTCC panels installed in Control Room, also to marshalling box of transformers/ reactors etc.

Page 2: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 2

ix) Substation structures as per approved drawings of MPPTCL, except for Circuit Breakers structures which will be as per manufacturer’s design.

x) Bus post insulators (including requirements for wave trap) stringing hardware, clamps & connectors. Equipment terminal connectors (excluding transformers & reactors), Conductors, Aluminium Tubes, Bus Bar and Earthing material. Bay marshalling box spacers cables supporting angle etc., Channels, Cable Trays, covers junction boxes, cable trenches etc.

xi) For complete lighting and illumination for the switchyard and peripheral lighting, illumination system shall be designed and developed by the contractor based on requirement given in the specification.

xii) Complete main and auxiliary earth mat network including all associated

works.

xiii) Any other equipment /material required to complete the specified scope.

xiv) The various equipments offered against this bid shall be designed, manufactured as per standards mentioned in enclosed “Annexure-A”.

xv) The technical specification of each equipment to be supplied by bidder has

been described in Section-II, Part-I of Volume-II. The bidders shall offer all the equipments (covered under the package) of reputed make as per list of preferred vendors enclosed with this section at “Annexure-B”.

The provisions under this section are to supplement common requirements

for material, equipments and servicers covered under various sections of Bid document. The Section-II & III Part-I of Volume-II contains technical specification for all the equipments / materials covered under the scope of bid identification No. JICA/MPPTCL/TR-101 to 107 (total seven packages). The bidders may, therefore, refer the relevant portion of the technical specification applicable to this bid only for the items included in the Bill of Quantity as per Annexure-C of this section. Accordingly, the bidder shall submit the technical requirements, data and information as per technical schedules provided in the Section-II & III, Part-I Volume II of the bid document. The bidders shall furnish catalogues, engineering data/ technical information, design documents, drawing etc. fully in conformity with the technical specification.

2.0 STANDARDS: 2.1 Bidders may please note that all offered EHV equipments and other items shall be manufactured, tested and supplied with all guaranteed technical particulars generally conforming to meet the requirement of technical specification as brought out in Section-II & III Part-I of Volume-II and latest revisions of relevant standards of international electro technical commission or equivalent national standards of India with latest amendments of relevant standards rules and codes. The relevant standards are specified under “Annexure-A” of this section.

2.2 If the equipment offered by Bidders conforms to any other standards, salient points of comparison between the standards adopted and the specific standards shall be clearly brought out in relevant schedule of technical deviation. It will be sole responsibility of Bidders to prove that the salient features of offered equipment are equivalent or better than IS.

2.3 The works covered by the specification shall be designed, engineered, manufactured, built, tested and commissioned in accordance with the Acts, Rules Laws and Regulations of India.

Page 3: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 3

2.4 The bidder shall also note that list of standards presented in this specification is not complete. Wherever necessary the list of standards shall be considered in conjunction with specific IS/IEC. 2.5 When the specific requirements stipulated in the specifications exceed or differ than those required by the applicable standards, the stipulation of the specification shall take precedence. 2.6 The equipment conforming to standards other than specified under “Annexure-A” individual sections for various equipments shall be subject to Employer’s approval. 3.0 TYPE TESTS:

3.1 The offered EHV equipments should be fully type tested as per the relevant standards. In case the equipment of the type and design offered, has already been type tested, Bidder shall invariably furnish type test reports from the reputed and approved national/international laboratory/Government approved test houses to prove that specifications of EHV equipments offered conform to the relevant standard. Test certificates shall clearly indicate the type and model number etc., so that relevant details of offered EHV equipments could be verified. While submitting bids the model and type etc., shall be clearly indicated. Type test reports so furnished should not pertain to the period earlier than five years from the date of opening of Bid. In case the type tests were carried out earlier than five years, the manufacturer will have to conduct these tests before commencement of supply. In both the above cases type test certificate must be submitted with the bid. The Bidders have to submit one complete set of Type Test reports for the offered EHV equipments.

4.0 DISCREPANCY IN TECHNICAL PARTICULARS:

It has been noticed that some of the information furnished in the schedule of guaranteed technical particulars, technical questionnaire and price schedule do not match with each other. In order to avoid any discrepancy, it may be noted that for the purpose of price evaluation the details brought out by the Bidders in "Schedule-III Technical Questionnaire" will be treated as final and evaluation will be done based on the information which will be given in this Schedule-III. In case of discrepancy in regard to information given in any other table, responsibility will rest solely on the Bidder. It may please be noted that while this condition shall be applicable for the purpose of price evaluation, at the time of acceptance of Bid, the Employer will have the right to take such of the values which are advantageous to the Employer.

5.0 CLIMATIC CONDITIONS:

EHV equipments to be supplied against this specification shall be suitable for satisfactory and continuous operation in the outside switchyard under the following tropical conditions.

S. No. Particulars Conditions i Location Out door ii Maximum ambient air temperature 50º Centigrade iii Minimum ambient air temperature 1º Centigrade iv Average daily ambient temperature 35º Centigrade v Maximum Relative humidity 95% (sometime

approaches saturation) vi Maximum altitude above mean sea level 1000 (Meters)

Page 4: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 4

S. No. Particulars Conditions vii Average Annual rainfall 1250 (mm) viii Maximum wind pressure 150 Kg/m² ix Isoceraunic level 90 days per year x Seismic level (Horizontal acceleration ) 0.3 g.

Moderately hot & humid tropical climate, conducive to rust & fungus growth. 6.0 AUXILIARY POWER SUPPLY: 6.2.1 The equipments offered under this specification shall be suitable for the following auxiliary power supplies.

a. Power Devices (like drive motors)

433 Volt, 3 phase, 4 wire, 50 Hz, neutral grounded AC supply.

b. AC control and protective devices, lighting fixtures, spare heaters & fractional horse power motors.

250 Volt, single phase, 2 wire, 50 Hz, AC supply with neutral grounded.

c. DC Alarm, Control and protective devices

220 Volt DC, 2 Wire for 400KV substation

d. DC Alarm, Control and protective devices

110 Volt DC, 2 Wire for 220 & 132KV substation

The above supply voltages may vary as below and all devices shall be suitable for continuous operation over entire range of voltages.

i. AC supply Voltage +10 to –25%; frequency ± 4%

ii. DC supply Voltage +10% to -20% 7.0 EXPERIENCE CRITERIA FOR EACH EQUIPMENT: 7.1 The Bidder may please note that manufacturer of the all the equipments should have a minimum experience of Five years of design, manufacture and supply of equipment, offered by them. Period of Five years shall be counted from the date on which similar rating of equipment had been manufactured and offered for inspection. The equipment should have been in satisfactory operation for atleast three years period from date of commissioning. It may be noted that for the purpose of qualifying this requirement, the manufacturer will have to submit clear certificates/data as under:-

a. Performance certificate from at least one user agency certifying that the equipment of the offered rating is in operation satisfactorily for a period of three years or more.

b. Adequate information should be furnished along with relevant certificate from user agency to substantiate that the Bidder has a minimum of five years of experience of design, manufacture and supply of equipment as on the date of Bid opening.

7.2 MANUFACTURER'S AUTHORISATION:

The bidders shall have to submit the documentation from the manufacturer of the goods on the format specified in Section-IV, Volume-I that they are authorised to supply the goods, indicated in their bids in the Employer's country.

Page 5: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 5

7.3 SCHEDULE OF REQUIREMENT OF ACCESSORIES ETC.: It is obligatory on the part of bidders to furnish Schedule of Requirement of Accessories provided with equipment in the Schedule IX of Volume-II of the bid document.

8.0 GUARANTEE PERIOD:

8.1 All the EHV equipments & its accessories and mandatory spares covered under the Bid shall be guaranteed for performance and quality for a period of 24 months from the date of commissioning of substation/ Additional Transformer/ Feeder bay/ Extension works. 8.2 The following conditions shall also be applicable for the contract, to be placed against this Bid:

(a) In case any defect in the equipment/ material is found within guarantee period, the same will be replaced/ repaired by the manufacturer on free of cost basis. The replacement/ repairing will have to be organized by contractor expeditiously and preferably within one month's time.

(b) If for the purpose of replacement/ repairs, the equipment/ material is required to be dispatched to manufacturer’s works, all charges towards transportation/ insurance/ packing and forwarding will have to be borne by the contractor for to and fro dispatches.

(c) If the equipment/ material develops defect within guarantee period after installation at site, for the purpose of replacement/ repairs, the same will have to be dismantled and taken out by MPPTCL. In such cases, actual cost of dismantling, any other incidental cost and cost of re-erection/ re-assembly and replacement of the equipment/ material will also be recoverable from the contractor.

(d) In case it is observed that replacement/repairs of equipment/ material is not being provided to us within reasonable period and proper response is not received from the supplier, then apart from operating Clause of Penalty (which provides for imposition of liquidated damages, risk purchase at Contractor’s cost and cancellation of contract) the MPPTCL may also take suitable penal action against the contractor which may include debarring him from all future business with the MPPTCL for a period which will be at the discretion of the MPPTCL.

9.0 SUBMISSION OF DRAWINGS AND INSTRUCTION MANUALS:

Within Two months after award of contract, Contractor shall submit the drawings of all the equipments for approval. The number of drawings received for approval and final drawings, operation and maintenance manual shall be submitted in accordance with the schedule which will be indicated in the Contract. Comments/ approval on drawings shall be given by the Employer within Two months of receipt of drawings. Any fabrication work done prior to approval shall be at the contractor’s risk. The contractor shall make all indicated changes in the design which are necessary to make the equipment conforming to the provisions of specification without any additional cost. Approval of the contractor’s drawings shall not relieve the contractor of his obligation to meet the requirement of the specification or the responsibility for the correctness of contractor’s drawings.

Page 6: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 6

10.0 INSPECTION AND TEST CERTIFICATES:

10.1 All machinery, apparatus or materials supplied will be subject to inspection and approval by the Employer's representative before despatch if possible otherwise on arrival at the destination. Inspection before despatch will not however relieve the contractor of his responsibility to supply strictly in accordance with the specifications.

10.2 All machinery, apparatus and materials shall conform to provisions of any statutory acts such as the Indian Electricity Act, Indian Factory Act, the Indian Boiler Act, etc. and corresponding rules and regulations as may be applicable.

10.3 The Employer's representatives shall be entitled at all reasonable time during manufacture to inspect, examine and test at the contractor's premises the material and workmanship of the material to be supplied under this contract.

10.4 For Inspection / testing, the contractor shall intimate the Employer 15 days in advance about readiness of material as per the scheduled delivery so that action may be taken for getting the material inspected. The material shall not be despatched unless waiver of inspection is obtained or the material is inspected by the Employer's authorised representative. When the material has passed the specified tests, the Employer's representative shall furnish a certificate jointly signed by him and contractor’s representative to this effect in writing to the contractor in any case. While notifying the readiness of the equipment, the routine test certificates shall invariably be sent. The material shall not be despatched unless the test certificates are approved 10.5 These test certificates should be in accordance with latest issue of the relevant Indian Standards or as approved by the order placing authority. 11.0 COMPLETENESS OF EQUIPMENT: 11.1 All the equipments covered in the Bid shall be complete in every respect with all minor fittings and accessories even though those may not be specifically mentioned in the Employer's specification or the Bidders offer. The contractor shall not be eligible for any extra price in respect of such minor fitting and accessories which can be considered as an mandatory part of the basic equipment even though not specifically mentioned in the specification or the bid.

11.2 If any minor accessory has not been stipulated but is mandatoryly required for satisfactory operation of the equipment, the same shall be deemed to have been included in the prices and shall be supplied by the successful bidder without any extra cost.

11.3 The bidder may please note that it shall be sole responsibility of them to ensure that offered equipments/ materials of various manufacturers are complete with all fitting & accessories as per technical specification of equipments. The offered equipments/ materials must comply to technical requirement as per stipulation in technical specification of each equipments/ materials detailed out under section-II of Volume-II.

11.4 The bidder shall also be responsible to ensure that all the schedules as per section-III of this volume of respective equipments/ materials have been duly filled in by each manufacture of equipments/ materials offered by the bidder. 12.0 WORKMANSHIP:

All equipments /materials shall be of the best class and quality most suitable for the conditions of operation under the climate conditions as per clause no. 5.0 above for supply of equipments / materials. The workmanship shall be of the best grade and the entire construction in accordance with the best modern practice.

Page 7: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 7

13.0 REPLACEMENT OF DEFECTIVE SUPPLIES:

Please note that the following conditions shall be applicable:- (a) In case any defect in the equipment material is found within guarantee period,

the same will be replaced / repaired on free of cost basis. The replacement / repairing will have to be organized by contractor expeditiously and preferably within one month’s time. It may please be noted that if repair/replacement of equipment/material is not organized within 3 months of notice of defects/failure being sent, MPPTCL shall recover the cost of such equipment from available payments/S.D. as the case may be without further notice and with such penalty as it may deem appropriate for non-compliance of contractual obligations.

(b) All other conditions, as described under clause 8.0, “Guarantee Period” shall be applicable for the purpose of replacement of defective supplies.

14.0 SCHEDULE OF QUANTITIES:

The requirements of various items/equipments are indicated in “Annexure-C” & requirement of mandatory spares for various equipment are indicated in “Annexure-D” of this section. The works wise break-up of quantity of equipments/materials has been given in Annexure-G. In these schedules short description of material has been given. The details of all such description are given in Schedule-I(A), Section-II, Part-I of Volume-II of respective equipment. The bidder shall refer these detailed descriptions for clarity.

All equipment/items which have been indicated in bill of quantity in “Annexure-C” shall be payable on unit rate basis. During actual execution, any variation in such quantities shall be paid based on the unit rate under each item incorporated in Letter of award.

Although all the quantity of equipments/materials have been included in the bid as mentioned in “Annexure-C”. However there may be requirement of some minor nature items required for successful erection / commissioning of bays and substations work covered under this package. Bidder should include all such items in the bid proposal sheets which are not specifically mentioned but are mandatory for the execution of the contract. Item which explicitly may not appear in various schedules and required for successful commissioning of substation shall be included in the bid price and shall be provided at no extra cost to MPPTCL.

15.0 PRICES:

The bidders may please note that the prices of circuit breakers, control & relay panels & substation switchyard structures shall be ADJUSTABLE. The formulae for adjusting the prices and explanatory details are specified in Appendix-2 of Section-IX of Vol. I. Price adjustment shall be limited to contractual period. Prices of rest of the plants / materials shall be fixed

16.0 TECHNICAL DEVIATIONS:

In case of any deviation from the requirement indicated in our technical specification then the deviation shall be mentioned explicitly and clearly for respective equipment separately for equipment/material in Schedule-XI. While MPPTCL may consider and accept such minor deviations which may not affect overall performance of equipment/system; it may be noted that in case of any major deviation, MPPTCL reserves the right to reject the bid without assigning any reasons. 17.0 BASIC REFERENCE DRAWINGS:

17.1 Single line diagram and general arrangements, drawings are enclosed in Section-I of Part-I of Volume–II of the bid documents for reference, which shall be further engineered by the bidder.

Page 8: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 8

17.2 The bidder shall maintain the overall dimensions of the substation/ site, phase to earth clearance, phase to phase clearance and sectional clearances as per enclosed drawings / relevant applicable standards.

The enclosed drawings as indicated in “Annexure-C” give the basic scheme, layout of substation, substation buildings, associated services etc. In case of any discrepancy between the drawings and text of specification, the requirements of text shall prevail in general. However, the Bidder is advised to get these clarified from MPPTCL.

17.3 The auxiliary transformers of rating 200 KVA shall be used for AC, 433 V supply at sub-stations.

18.0 ORDER OF PRECEDENCE OF DIFFERENT SECTIONS OF TECHNICAL SPECIFICATION:

For the purpose of present scope of work, technical specification (Volume-II) shall consist of following sections and they should be read in conjunction with each other.

1) Section –I Scope of Supply and Other Technical Requirement & Drawings for tendering.

2) Section –II Technical Specification of Equipments /Materials 3) Section–III Common schedules to be furnished by the bidder

In case of any discrepancy between Section-CTR and other technical specifications on scope of works, Section-CTR shall prevail over all other sections.

In case of any discrepancy between Section-CTR and individual sections for various equipments, requirement of individual equipment section shall prevail.

Bidder may please note that all schedules under Section II & III are required to be filled for each equipment/ materials.

19.0 MANDATORY SPARES FOR OPERATION & MAINTENANCE OF EQUIPMENTS:

Bidder may please note that bill of quantity for material required for completion of works covered under this package has been mentioned in “Annexure-C” enclosed with this Section. However for operation & maintenance of these equipments some mandatory spare items will also be required by us which have been mentioned in “Annexure-D” enclosed with this Section, cost of these mandatory spares deemed to be included in the bid price. The prices are required to be offered as per Schedule-1, Schedule-2 & Schedule-7 of Section-IV ‘Bidding Forms’ of Volume-I. However as indicated in Schedule-I(A) for CBs & C&R panels for the purpose of computation of price variation after award of contract the bidder will have to separately quote the cost of set of mandatory spares for these two equipments. It is further to clarify that cost of set of mandatory spares for the plants/material for which the prices are fixed are not required to be quoted separately. Please note that while supplying the mandatory spares, the manufacturer will have to ensure robust and proper special packing of spare circuit breaker poles etc. so that long terms safe storage could be ensured.

The bidder is clarified that no mandatory spares shall be used during the

commissioning of the equipment. Any spares required for commissioning purpose shall be arranged by the Contractor. The unutilized spares if any brought for commissioning purpose shall be taken back by the contractor. 20.0 SPECIAL TOOLS AND TACKLE:

The bidder shall supply with the equipment one complete set of all special tools and tackles for the erection, assembly, dis-assembly and maintenance of the

Page 9: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 9

equipment. However, these tools and tackles shall be separately, packed and brought on to Site.

21.0 SCHEDULES OF SPECIAL CONDITIONS FOR THE PURPOSE OF SUPPLY OF

EQUIPMENTS AND MATERIALS AND OTHER ASSOCIATED ACTIVITIES FOR THE PURPOSE OF SUBSTATION WORKS TO BE ORGANISED BY THE CONTRACTOR:

MPPTCL expects that participating bidder will take all necessary precautions to supply best quality equipment and materials, which may provide trouble free performance and also it is expected that the modern practices for erection and commissioning shall be adopted to ensure timely and trouble free commissioning of installation and also to ensure aesthetic overall view of finished substation installation. 21.1 Some of the conditions which will have to be essentially accepted and followed by the Bidders for the purpose of participating against the Bid and also for undertaking construction activities are enumerated below for specific conformation by the Bidders. 21.1.1 For each type of equipment and material, there are a number of manufacturing

agencies available in the country and a number of new agencies are also coming-up in various fields. However, for ensuring reliability of operation of installation, we have indicated preferred makes for various types of equipment and materials, (Annexure-B) which may please be noted and confirmed. Finalization of make shall be done with mutual consent after award of contract.

21.1.2 While furnishing technical particulars for various equipments and materials, we

have mentioned that the manufacturer should have a minimum manufacturing experience of five years and also the equipment/ material manufactured and supplied by them should be in operation for a period three years for which performance report should be available. Adherence to these conditions may please be ensured.

21.1.3 Although, we will make final selection of vendor / manufacturer in association

with the Bidder after award of contract, it may be mentioned that while doing so, we will take into account our own experience with various vendors / suppliers in regard to quality of their equipment and their after sales service because in certain cases, we had poor past experience with some of the vendors and therefore we would prefer to take our experience also into cognisance while making a final selection.

21.1.4 It may please noted that the requirement in regard to manufacturing

experience and minimum period of satisfactory operation of equipment as mentioned under 2.2 above, will have to be complied with and therefore no effort may please be made to include equipment / material manufactured / supplied by agency on the ground that they need to be encouraged on the other ground. In the nutshell, we would like to accept equipments / materials only from experienced agencies.

21.1.5 The Bidders may please note that in respect of certain technical requirements

and in certain areas, not only our system parameters are different but also our technical specification requirements are stringent. In this connection, it may be noted that the details being furnished have been finalised after careful consideration and therefore no request may please be made for any deviation

Page 10: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 10

from our technical parameters and technical specification which are enclosed with the Bid document.

21.1.6 As already mentioned elsewhere in the Bid documents for all substation

equipments of all voltage classes, the performance guarantee applicable shall be 24 months from the date of commissioning of substation/ Extension works. In case after commissioning, any operational problem is observed in any equipment because of which any major rectification or replacement work is done, then the guarantee for such equipment shall commence from the date of such activity.

21.1.7 For the purpose of participation against the Bid, it is desired that the Bidder

may make necessary correspondence with the vendors concerned for various equipments/materials based on technical specification, preferred makes and other conditions stipulated in the Bid document. It may be noted that the Bidder is expected not to advise any other agency to make direct or indirect approaches to us for the purpose of grant of permission for acceptance/ inclusion of equipment and material manufactured / organised by them.

21.1.8 The scope of Bid does not include supply of power transformers and oil for all

substations covered in this specification. It may be noted that the manufacturer of the power transformers to whom the supply order will be placed separately will provide services of their erection engineer for suitable period for supervision of erection activities and also they will provide services of their commissioning engineer for supervision of commissioning activities, but these services will be of supervisory nature only so as to ensure that no mistakes are committed during erection as also final testing and commissioning of power transformers. The Bidder will have to organise all man-power, tools and tackles and infrastructure for erection and commissioning of equipments.

21.1.9 The scope of Bid also does not include supply of reactors wherever required

for substations covered in this specification. In case of reactors also, the conditionality as mentioned under 21.1.8 above, shall be applicable as far as erection and commissioning activities are concerned.

22.0 SPECIFIC EXCLUSIONS: The following items/ works are specifically excluded from the scope of the

specifications for all the EHV sub-stations;

a) Supply & supervision of erection & commissioning of Power Transformer & Reactors as mentioned under clause No. 21.1.8 & 21.1.9.

b) The supply of fire protection system for power transformer including complete earth work (i.e. excavation & back filling etc.) and services for erection and commissioning of NIFPS at EHV Sub-stations for 400KV 315 MVA transformer and 220KV 160MVA transformer shall also be excluded from the scope of work. Except for above all other works shall be included in scope of work of the bidder.

23.0 Supervision of erection, testing and commissioning of circuit breakers, Isolators, Control & Relay Panel, CT/PT & CVT and PLCC equipments shall be got carried out by the bidder by availing services of respective manufacturer at their cost.

Page 11: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 11

24.0 QUALITY ASSURANCE PLAN & STAGE INSPECTION: 24.1 The successful bidder shall ensure that for the purpose of supply of equipments, the manufacturer will have to follow strict quality assurance programme, which will include thorough verification of samples of critical assemblies and accessories, verification of sources of raw materials, detailed verification of drawing & design, checking up of relevant calculations, stage inspections at various critical stages of manufacture and minor modifications consequent to such stage inspections as per our requirements and all other related requirements, which have generally been brought out in bidding documents and the detailed contract. It is expected that bidder would be very serious and prudent in meeting these requirements without any loss of time, so that supply of equipments in line with quality assurance programme is ensured within targeted schedule.

The MPPTCL reserves the right to specify various stages for stage inspections and also for manufacture of a proto type unit for inspection & testing, before according clearance for bulk manufacturing. 24.2 The bidder shall ensure that manufacturer must establish that they are following a proper quality assurance programme for manufacture of offered equipments. The bidder shall ensure that manufacturer invariably furnish following information:-

i. Statement giving list of important raw materials, names of sub supplier for the raw material, list of standards according to which the raw material are tested, list of tests normally carried out on raw material in presence of manufacturers representative, copies of test certificates.

ii. Information and copies of test certificates as in (i) above in respect of bought out items.

iii. List of manufacturing facilities available.

iv. Levels of automation achieved and list of areas where manual processing exists.

v. List of areas in manufacturing process, where stage inspections are normally carried out for quality control and details of such tests and inspection.

vi. Special features provided in the equipment to make it maintenance free.

vii. List of testing equipment available with the manufacturer for final testing of equipment specified and test plant limitations, if any vis-à-vis type, special, acceptance and routine tests specified in the relevant Indian Standards or equivalent international standard. These limitations shall be very clearly brought out in schedule of deviations from specified test equipments.

24.3 The successful bidder shall within 30 days of award of Contract shall arrange following information to the MPPTCL.

i. Quality Assurance Plan (QAP) with hold points for Employer’s inspection. The quality assurance plans and holds points shall be discussed between the Employer and Bidder before the QAP is finalized.

24.4 The successful Bidder shall also ensure that the manufacturer submits the routine test certificates of bought out items and for raw material at the time of routine testing of the fully assembled equipment.

Page 12: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 12

25.0 CONDITIONS FOR NON-RESPONSIVENESS OF BIDS: Clause-31 of Section-I, Volume-I “Instructions to Bidders“clarifies the condition regarding "Responsiveness of Bids". The bidders are requested to carefully go through all sections of the bidding documents to ensure that all required conditions as stipulated in various sections are strictly complied with so that the bids may not fall under the category of "Non-responsive Bids". Various deviations, which will make a bid non-responsive, resulting into rejection of Bid forthwith, some of them are described below: 25.01 BID SECURITY: The amount of Bid Security for each package has been stipulated in Japnese Yen (JPY) as well as Indian Rupees. It is obligatory on the part of the bidders to furnish Bid Security as per proforma furnished in Section IV, Volume-I wherever specified and in one of the forms as per Clause 20.1 of Instructions to Bidders, Section-I, read with Bid Data Sheet, Section-II of Volume-I. Any deviation on this account will not be accepted. Also failure to furnish bid security, bid security received late i.e. after opening of bids and bid security received for inadequate amount will make the bid non-responsive. 25.02 LETTER OF BID: Letter of Bid as specified in Section-IV, Volume-I has to be submitted complete in all respects with authorised signature to make the bid responsive. 25.03 ELIGIBLE BIDDERS: As specified under Clause-4 Section-I, Volume-I Instructions to Bidders - bids from eligible countries only shall be acceptable. 25.04 LATE BIDS: As specified under Clause-24 Section-I, Volume-I, such of the bids which are not submitted within specified date and time will not be considered for bid opening. 25.05 VALIDITY OF BIDS:

As specified under Clause-19.1, Section-I, Volume-I, all bids are required to be valid for a period of 180 days from the date of opening of bids. In case validity period is found to be short at the time of opening of bid, all such bids will be rejected and treated as non-responsive. 25.06 VALIDITY OF BID SECURITY:

As specified under Clause-20 Section-I, Volume-I Instructions to Bidders, the bid security to be furnished will have to be valid for an additional period of 28 days over & above of the validity of Bid. To clarify, while validity of bid should be 180 days, it has to be ensured that the bid security is valid for 208 days from the date of bid opening. Such of the bids wherein validity of bid security is not found to be 208 days will be rejected and returned. 25.07 CURRENCY OF BID:

As specified in Clause ITB 18.1 Section II “Bid Data Sheet”, Volume-I, the currency of Bid for Plant and equipment to be supplied from abroad shall be quoted entirely in Japanese Yen or US $, bidders home currency of eligible countries or currency of Employer’s country, the Plant and equipment manufactured and to be supplied from within the Employer’s country and Civil Works, Installation, Erection, Testing & Commissioning works shall be quoted in currency of the Employer’s country

Page 13: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 13

i.e. in Indian Rupees only. In case of any deviation in the above, the bid shall be treated as non-responsive. 25.08 PRICES:

As specified in Clause ITB 17.7 Section II “Bid Data Sheet”, Volume-I, except circuit breakers, control & relay panels & substation switchyard structures prices of all the plants/equipments/materials/ spares which will be utilized for construction of substation/ Extension work and prices for Transportation (Freight etc) of Plants & Equipments, Civil works (along with required material used for civil works), Installation, Erection, Testing & Commissioning works shall be FIXED.

It may be explicitly noted by the bidder that except for circuit breakers, control & relay panels & substation switchyard structures bids on Adjustable Price basis shall be treated as non responsive and shall be rejected. 25.09 QUALIFICATION CRITERIA:

Requirements for the Qualification Criteria for each Package has clearly been spelt out in Section-III, Volume-I. It is obligatory on the part of the bidders to comply with all the criterion and furnish certified copies of documentary proof in support of their statement. Bids not furnishing sufficient details with supporting documents in this regard may be treated as non-responsive. 25.10 CONDITIONAL BIDS: Such of the bids which are of conditional nature in regard to any of the commercial or technical conditions specified in the bid document will be rejected. Employer's discretion in this regard would be final. 25.11 BIDS FOR INCOMPLETE SCOPE OF WORKS: Bidders participating for a Bid will have to offer for complete scope of the works of the bid. The bid received for a part of total scope of work covered under the Bid shall be treated as non-responsive. 25.12 NON-CONFORMITY REGARDING SUPPLY OF SPARES: Bid document specifies the requirement of supply of spares. It is obligatory on the part of bidders to submit clear details with confirmations for supply of such associated spares. In case any bidder refrains from supply of spares, the bid may be treated as non-responsive and rejected. 25.13 GUARANTEE FOR SUPPLY OF SPARES FOR 10 YEARS OPERATION: As specified in the bid document, the bidder has to furnish an undertaking that the spares required for satisfactory operation of offered goods shall be made available at reasonable cost over a minimum period of 10 years. In the absence of such an undertaking, the bid will be treated as non-responsive. 25.14 DEEMED EXPORT BENEFIT: It is to be clearly understood by Indian suppliers that the entire responsibility for claiming excise duty under deemed export benefits shall rest on them and the Employer will not render any assistance for this purpose except furnishing required documents as per law of the land. Conditionalities in this regard has been specified in Section II, Volume-I “Bid Data Sheet” Clause ITB 17.2. Any bid, wherein the bidder incorporates

Page 14: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 14

any condition for making him available required deemed export benefit by the Employer, will be treated as non-responsive and rejected. 25.15 TIME SCHEDULE: Time schedule has clearly been spelt out under Section-IX, Volume-I and it is clarified that bids offering delivery schedule in excess of more than three months beyond the specified completion periods shall be treated as non-responsive. 25.16 TERMS OF PAYMENT: Terms and Procedures for Payment have been specified in Appendix-I of Section-IX, Volume-I ‘Contract Forms'. Deviation in the terms of payment shall not be permitted and such bids will be treated as non - responsive. 25.17 PROOF FOR SIGNATORY: As provided for in the bid document, necessary power of attorney for signature has to be furnished by the bidder. If the Bidder is from a country where this practice is not used then a similar legal instrument of authorization as applicable under the home country laws of Bidder must be provided. In the absence of the same, the bid will be treated as non-responsive. 25.18 AGREEMENT FOR JOINT VENTURE ASSOCIATION:

As clarified in the bid document, the following two documents are required to be

furnished: i. An agreement between the parties to a proposed Joint Venture Association

is required (ITB 4.1 Section-II, Bid Data Sheet of Volume-I). ii. A power of attorney or similar legal instrument of authorization is required

(ITB 4.1 Section-II, Bid Data Sheet of Volume-I).

In the absence of the above, the bid will be treated as non-responsive. 25.19 FRAUD AND CORRUPT PRACTICE: Special attention of the bidder is invited to the stipulation regarding "Fraud and Corruption" contained in clause 3 of Instruction to Bidders Section-I of Volume-I. Any violation as mentioned therein will be treated seriously and the bid will be considered as non-responsive. 25.20 PERFORMANCE WARRANTY:

As specified in Section-VI, Volume-I, Employer’s Requirement, performance warranty period of 24 months from the date of commissioning of that particular works, will have to be confirmed by the bidders. In the absence of confirmation or any deviation in period of warranty, the bid shall be treated as non-responsive. 25.21 LIQUIDATED DAMAGES:

As mentioned in clause 26 of Section-VIII, Volume-I, ‘Particular Conditions’ in the event of delay in Completion, liquidated damages shall be applicable. In case this is not confirmed or the bidder stipulates any modification, the bid will be treated as non-responsive.

Page 15: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 15

25.22 PERFORMANCE SECURITY: It may be noted by the bidders that no relaxation in regard to performance security of 10% of contract price will be granted and therefore this requirement as per clause 13.3.1 of Section VIII, Volume-I, ‘Particular Conditions’ must be confirmed. In the event of non-confirmation or any modification, the bid shall be treated as non-responsive. 25.23 FURNISHING OF SUPPORTING DOCUMENTS: As specified in the bid document, the bidders will have to submit all data as required towards drawings, technical details, type test reports for each equipment, etc. as specified in Part-I of Volume-II, also specified in Part-II & Part-III of Volume-II and specified in Volume-I, required for proper evaluation of bids. In case of non-submission of these, the bid may be treated as non-responsive.

25.24 COMMERCIAL QUESTIONNAIRE : It is obligatory on the part of bidders to furnish commercial questionnaire enclosed with this Section duly filled in complete in all respects. It has to be noted that the confirmations given in commercial questionnaire will form the basis for bid evaluation. In case commercial questionnaire duly filled in complete in all respects is not furnished, the bid may be treated as non-responsive. 25.25 TECHNICAL QUESTIONNAIRE: It is obligatory on the part of bidders to furnish technical questionnaire enclosed with the bid document duly filled in complete in all respects. It has to be noted that the confirmations given in technical questionnaire will form the basis for bid evaluation. In case technical questionnaire duly filled in complete in all respects is not furnished, the bid may be treated as non-responsive. 25.26 GUARANTEED TECHNICAL PARTICULARS: It is obligatory on the part of bidders to furnish Guaranteed Technical Particulars enclosed with the bid document duly filled in complete in all respects. In case Guaranteed Technical Particulars duly filled in complete in all respects is not furnished, the bid may be treated as non-responsive 26.0 SYSTEM PARAMETERS:

S. No.

Description of Parameters

400 KV System

220 KV System

132 KV System

33 KV System

1. System Operating Voltage 400 KV 220 KV 132 KV 33 KV

2. Maximum operating voltage of the system (rms)

420 KV 245 KV 145 KV 36 KV

3. Rated Frequency 50 Hz 50 Hz 50 Hz 50 Hz 4. No. of phase 3 3 3 3 5. Rated Insulation

levels

Page 16: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 16

S. No.

Description of Parameters

400 KV System

220 KV System

132 KV System

33 KV System

(i) Full wave impulse withstand voltage (1.2/50 microsecs.)

1425 kVP 1050kVP 650 kVP 250 kVP / 170 kVP

(ii) Switching impulse withstand voltage (250/ 2500 micro sec.) dry and wet

1050kVP - - -

(iii) One minute power frequency dry / wet withstand voltage (rms)

630 KV / 520 KV 460 KV 275 KV 95 KV/

70 KV

6. Corona extinction voltage 320 KV 156 KV 105 KV -

7. Max. radio interference voltage for frequency between 0.5 MHz & 2 MHz at 508 kV rms for 765 kV, 320 kV rms for 400 KV system, 156 KV rms for 220 KV system & 92 KV rms for 132 KV system

1000 microvolt

1000 microvolt

500 microvolt -

8. Minimum creepage distance @ 25 mm/KV

10500 mm 6125 mm 3625 mm 900 mm

9. Min. Clearances i. Phase to spacing for

installation 7000 mm 4500 mm 2500 mm 1400 mm

ii. Ground clearances from lowest live terminal of equipment from ground level

8200 mm 7000 mm 4600 mm 4000 mm

10. Rated short circuit current /for one sec. duration

40 KA for three

seconds/ one second

as applicable

40 KA for three

seconds/ one second

as applicable

40 KA for three

seconds/ one second

as applicable

25 KA for three

seconds/ 26.2 KA for

two seconds

11. System Neutral earthing

Effectively Earthed

Effectively Earthed

Effectively Earthed

Effectively Earthed

Page 17: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 17

ANNEXURE-A

1.2 LIST OF STANDARDS GENERAL

Indian Electricity Rules, Indian Electricity Act, Indian Electricity (Supply) Act, Indian

Factories Act

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

1 IS-5 Colours for Ready Mixed Paints & Enamels

-

2 IS-335 New Insulating Oils -

3 IS-617 (P1 to P145)

Aluminium and Aluminium Alloy Ingots and Castings for General Engineering Purposes

-

4 IS-1448 (P1 to P145)

Methods of Test for Petroleum and its Products -

5 IS-2071 (P1 to P3) Methods of High Voltage Testing -

6 IS-12063 Classification of degrees of Protection provided by enclosures of electrical equipment

-

7 IS-2165 1:1997 P2:1983 Insulation Coordination -

8 IS:3043 Code of Practice for Earthing -

9 IS-6103 Method of Test for Specific Resistance (Resistivity) of Electrical Insulating Liquids

-

10 IS-6104 Method of Test for Interfacial Tension of Oil against Water by the Ring Method

-

11 IS-6262 Method of Test for Power Factor & Dielectric Constant of Electrical Insulating Liquids

-

12 IS-6792 Method for Determination of Electric Strength of Insulating Liquids -

13 IS-5578 Guide for Uniform System of Marking & Identification of Conductors & Apparatus Terminals

-

14 IS-11353 Methods for Radio Interference Test on High Voltage -

15 IS-8263 Methods of Radio Interference Test on High Voltage Insulators -

16 IS-9924 (Part 1,2 & 4) Low Voltage Fuses -

17 - High Voltage Test Techniques IEC-60060 (Part 1 to P4)

18 - Environmental Test IEC-60068

Page 18: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 18

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

19 Graphical Symbols IEC-60117

20 - Methods for the Determination of the Electrical Strength of Insulation Oils IEC-60156

21 - Partial Discharge Measurements IEC-60270

22 - Specification and Acceptance of New Sulphur Hexafluoride IEC-60376

23 - Radio Interference Test on High Voltage Insulators IEC-60437

24 - Artificial Pollution Tests on High Voltage Insulators to be used on AC Systems

IEC-60507

25 - Common Sp4cification for High Voltage Switchgear & Control gear Standards IEC-60694

26 - Guide for the Selection of Insulators in respect of Polluted Conditions IEC-60815

27 - Short Circuit Current – Calculation of effects

IEC-60865 (P1 & P2)

28 - National Electrical Code ANSI-C.1/ NFPA.70

29 - Guide for Surge Withstand Capability (SWC) Tests ANSI-C37.90A

30 - Specification for Electromagnetic Noise and Field Strength Instrumentation 10 KHz to 1 GHz

ANSI-C.6321, C63.3

31 - Techniques for Dielectric Tests C36.4 ANSI-C68.1

32 - Standard General Requirements and Test Procedure for Outdoor Apparatus Bushings

ANSI-C76.1/EEE21

33 - Specification for Sound Level Meters ANSI-S14

34 - Drawing Symbols ANSI-Y32-2/C337.2

34 - 11Gray Finishes for Industrial Apparatus and Equipment No.61 Light Gray

ANSI-Z55.

35 - General Standards for Industrial Control & Systems Part ICSI-109 NEMA-ICS-II

36 -

Specification for CISPR Radio Interference Measuring Apparatus for the frequency range 0.15 MHz to 30 MHz

CISPR-1

37 - Quality Assurance Program Requirements CSA-Z299.1-1978h

Page 19: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 19

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

38 - Quality Control Program Requirements CSA-Z299.2-1979h

39 - Quality Verification Program Requirements CSA-Z299.3-1979h

40 - Inspection Program Requirements CSA-Z299.4-1978hEQUIPMENT-WISE SPECIFICATION A) 400KV, 220KV, 132KV & 33KV CIRCUIT BREAKERS:

1 - Specification for alternating current circuit breakers

IEC-62271-100-2001

2 - Specification and acceptance of new supply of SF6 IEC-376

3 IS-1885 Electro technical vocabulary IEC-50

4 IS-375 Marking and arrangement for switchgear bus-bar, main connections and auxiliary wirings.

-

5 IS-2147 Degree of protection provided for enclosures for low voltage switchgear and control gear.

-

6 IS-325 Specification for three phase induction motors. -

7 IS-13947 LV Switchgears & control gear. IEC-947

8 IS-2629 Recommended practice for hot dip galvanizing of iron and steel. -

9 IS-5 Colour for ready mix paints. - 10 IS-2099 High voltage porcelain bushings. IEC-137 11 IS-5561 Electric Power connectors - 12 IS-2516 Specification for circuit breaker -

13 - Synthetic Testing of High Voltage alternating current circuit breakers IEC-6047

14 - Pressurised hollow column insulators IEC-61264

15 IS-13118 Specification for alternating current circuit breakers

IEC-62271-100-2001 & IEC 60056

or latest amendment thereof

B) 400 KV, 220 KV, 132 KV & 33KV C&R PANELS:

1 IS-3842 Application guide for electric relays for AC system -

2 IS-3231, 3231 (P-3)

Electric relays for power system protection. -

3 IS-1885 Electric technical vocabulary electrical relays and Electrical power system protection

IEC 50

4 IS-1248/2419 Indicating instruments -

Page 20: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 20

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

IS-722, 5 IS 1248

Energy meters, control switches (LV switching -

6 IS-2705 Current transformers. IEC 186 7 IS-3156 Voltage transformers. IEC 185

8 IS-4237 General requirements for Switchgears and control gear for voltage not exceeding 1 kV.

-

9 IS-375 Marking and arrangements for Switchgears, busbars main connection and auxiliary wiring,

-

10 IS-8686 Specification for static protective relays. -

11 IS-4483 Preferred panels cut out dimensions for relays -

12 IS-13947 LV Switchgears & control gear. IEC-947 13 IS-5 Colour Shade. - 14 IS-2147 Verification of degree of protection

15 - Protocol for communication for numerical relays IEC61850

IEC-60051 16 -

Recommendations for direct acting indicating analogue electrical measuring instruments and their accessories

(P1 to P9)

17 - Electrical relays IEC-60255: (P1 to P23)

18 - Dimensions of mechanical structures of the 482.6 mm (19 inches) series

IEC-60297: (P1 to P4)

19 - Expression of the performance of electrical & electronics measuring equipment

IEC-60359

20 - Symbols for alternating-current electricity meters IEC-60387

21 - Man machine interface (MMI) actuating principles IEC-60447

22 - Class 0.5, 1 and 2 alternating current watt hour metes IEC-60521

23 -

Modular plug-in unit and standard 19 inch rack mounting unit based on NIM standard (for electronic nuclear instruments)

IEC-60547

24 - Screw threads ANSI-81 25 - Bolts and nuts ANSI-B18 26 - Relays, Station Controls etc. ANSI-C37.1

27 - Manual and automatic station control, supervisory & associated telemetering equipment

ANSI-C37.2

Page 21: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 21

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

28 - Relays and relay systems associated with electric power apparatus ANSI-C37.2

29 - Requirements for electrical analog indicating instruments ANSI-C39.1

(C) BATTERY SETS 1 IS: 266-1977 Specification for sulphuric acid -

2 IS: 652-1960 Specification for wooden separators for lead acid storage batteries

3 IS: 1069-1964 Specification for water for storage batteries -

4 IS: 1070-1960 Specification for water, distilled quality. -

5 IS: 1146-1981 Specification for rubber and plastic containers for lead acid storage batteries.

-

6 IS: 1651-1979 Specification for stationary cells and Batteries lead acid type (with tabular positive plates).

-

7 IS: 3116-1965 Specification for scaling compound for lead acid batteries. -

8 IS: 6304-1980 Specification for stationary batteries leads acid type with pasted positive plates.

-

9 IS: 8320-1976 General requirement and methods of tests for lead acid storage batteries. -

10 IS:1652 Stationary cells and batteries, Lead-acid type (with plates positive plates) -

11 IS:6071 Synthetic separators for lead –acid batteries -

12 IS:1248 Indicating instruments

13 IS:10918 Vented type nickel cadmium batteries

14 - Vented type nickel cadmium batteries IEC:60623

15 - Secondary cells & batteries-sealed Ni-Cd rechargeable single cell IEC:60622

16 - Secondary cells & batteries-sealed Ni-Cd rechargeable single cell IEC:60623

17 - Stationary lead acid batteries-vented type general requirements & method of tests

IEC:60896-11

Page 22: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 22

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

18 - Recommended practices of sizing of lead acid batteries IEEE-485

19 - Sizing of Ni-Cd batteries IEEE-1115

20 - Recommended practices for design & installation of VRLA batteries IEEE-1187

21 - Recommended practices for design & installation of VRLA batteries IEEE-1188

22 - Guide for selection of VRLA batteries IEEE-1189

23 - Recommended practice for design and installation of storage batteries IEEE-484

24 - Specification for stationary cells and batteries lead acid type with Plante positive plates.

IS:6071

25 - High Performance Plante Cells BS:6290(Part 2) D) BATTERY CHARGER:

1 IS: 1651 Specification for stationary cells and batteries, lead-acid type (with tubular positive plates)

-

2 IS: 3895 Specification for Rectifier equipment in general. -

3 IS: 9224 Specification for HRC fuses. - 4 IS: 1248 Indicating instruments. - 5 IS: 2147 Degree of protection for cubicles. - 6 IS: 375 Specification for wiring. -

7 IS: 4540 Monocrystaline semiconductor rectifier assemblies and equipment. -

8 IS: 6619 Safety code for semiconductor rectifier equipment. -

9 IS: 2026 Transformers. -

10 IS: 2959 A.C. Contactors for voltage not exceeding 1000V. -

11 IS: 4237 General requirement for switchgear and control gear for voltage not exceeding 1000V.

-

12 IS: 4064 Air breaks switches and fuse combination units. -

13 IS: 6005 Code of practice for phosphating of Iron and Steel. -

14 IS: 5 Colour for ready mix paints. - 15 IS: 5921 Printed circuit Board. - 16 IS: 249 Printed circuit Board. -

17 IS: 5578 Guide for making insulated conductor. -

Page 23: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 23

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

E) AC/DC BOARDS:

1 IS-4237 General requirements for switchgear & control gear for voltage not exceeding 1000V.

-

2 IS-2147 Degrees of protection provided by enclosures for low voltage switchgear and control gear.

-

3 IS-375 Marking and arrangement for switchgear busbars main connection and auxiliary wirings.

-

4 IS-2208 HRC Cartridge fuse links upto 650V - 5 IS-1248 Electrical Indicating Instruments. - 6 IS-1554 PVC Insulated electrical cables. - 7 IS-2516 AC Distribution Board breakers. - 8 IS-2705 Current Transformers. - 9 IS-3156 Voltage Transformers. -

10 IS-4047 Heavy duty-Air break switches & composite units & fuses for voltage not exceeding 1000V.

-

11 IS-2208 HRC fuses -

12 IS-13947 (Part-3)

Air break switches, air break disconnectors & fuse combination units for voltage not exceeding 1000V AC or 1200V DC

-

13 IS-3231 Electrical relays for power system protection -

14 -

Recommended design for installation design and installation of large lead storage batteries for generating stations and substations

IEEE-484

15 - Sizing large lead storage batteries for generating stations and substations IEEE-485

F) JUNCTION BOXES:

1 IS-4237 General requirements for switchgear & control gear for voltage not exceeding 1000V.

-

2 IS-2147 Degrees of protection provided by enclosures for low voltage switchgear and control gear.

-

3 IS-375 Marking and arrangement for switchgear busbars main connection and auxiliary wirings.

-

4 IS13947 Standard for manufacture of Junction boxes -

Page 24: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 24

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

5 IS:9537 Rigid steel conduits for electrical wiring -

6 IS:3480 Flexible steel conduits for electrical wiring -

7 IS:2667 Fittings for rigid steel conduits for electrical wiring -

8 IS:3837 Accessories for rigid steel conduits for electrical wiring -

9 IS:4649 Adaptors for flexible steel conduits - 10 IS:5133 Steel and cast iron boxes - 11 IS:2629 Hot dip galvanizing of iron & steel - G) LIGHTING FIXTURES:

1 IS:1913 General and safety requirements for electric lightning fittings -

2 IS:3287-1965 Industrial Lighting fitting with plastic reflectors -

3 IS:1777-1978 Industrial Luminaries with metal reflectors -

IS:9974-1981 4 (Part-I & II)

High Vacuum Sodium Vapour Lamp -

5 IS:8019 Vitreous enameled reflectors for use with illuminating device. -

6 IS:3528 Water proof electric lighting fittings - 7 IS:4012 Dust proof electric lighting fittings -

8 IS:4013 Dust tight proof electric lighting fittings -

9 IS:10322 Industrial lighting fittings with metal reflectors -

10 IS:10322 Industrial lighting fittings with plastic reflectors -

11 IS:2206 Well glass lighting fittings for use under ground in mines (non- flameproof type) -

12 IS:10322 Specification for flood light -

13 IS:10322 Specification for decorative lighting outfits -

14 IS:10322 Luminaries for street lighting - H) STATION TRANSFORMER 200 KVA, 33/0.4 KV

1

i) Latest revision of IS 2026 & IS 1180 ii) IS 2099 iii) IS 335

For Transformer manufacturing & Testing etc. For Transformer bushing For Oil

REC specification, CBIP publication

no. 275

Page 25: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 25

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

I) CURRENT TRANSFORMERS & POTENTIAL TRANSFORMERS FOR 400 KV, 220 KV, 132 KV & 33KV

1 IS:2165 Insulation Co-ordination for equipment of 100 KV and above. -

2 IS:2705 (I to IV) Current Transformers IEC-60044-1 3 IS:2099 High voltage porcelain Bushings IEC-60137

4 IS:3347 Dimensions of porcelain transformer bushings. -

5 IS:2071 Method of High Voltage Testing -

6 IS:335 Insulating oil for transformers and switchgears -

7 IS:2147 Degree of protection provided by enclosures for low voltage, switchgear and control.

-

8 - Partial Discharge Measurement IEC-270

9 - Instrument Transformer measurement of PDs IEC-60044-4

10 - Insulation co-ordination IEC-171 11 - High voltage testing techniques IEC-60

12 Method for RIV test on high voltage insulators IEC-8263

13 - Indian Electricity Rules 1956. - 14 IS:3156 Voltage Transformers IEC-60044-2

15 - First supplement to IEC Publication 186 IEC:186A

16 IS:5561 Electrical Power Connector - 17 IS:4800 Enamelled Round Winding Wires -

18 IS:2629 Recommended practice for hot dip galvanising of Iron & Steel -

19 - Fluids for electrotechnical applications - Unused mineral insulating oils for transformer & switchgear

IEC-296

20 - Guide for selection of Insulators in polluted conditions IEC-815

J) LIGHTNING ARRESTERS FOR 400 KV, 220 KV, 132 KV & 33KV

1 - Metal Oxide Surge Arrestors without gap for AC System IEC-60099-4

IS: 3070: 2 (Part-III) 1993

Specification for Lightning Arresters for alternating current system -

3 IS: 4759 Hot dip zinc-coating on structural steel and other allied products -

4 IS: 2633 Method for testing uniformity of coating on zinc coated articles -

Page 26: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 26

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

5 IS: 5621 Specification for large hollow porcelain for use in electrical installation -

6 IS: 2147 Degree of protection provided by enclosures for low voltage switchgear and control

-

7 IS: 5561 Specification for Electric Power Connector -

8 - Indian Electricity Rules, 1956 - K) ISOLATORS FOR 400 KV, 220 KV, 132 KV & 33KV VOLTAGE

1 IS :9921 Alternating current isolators (disconnectors) & earthing switches IEC-60129

2 IS:2544 Insulators -

3 IS:2147 Degree of protection provided by enclosure -

4 IS:4691 Degree of protection provided by enclosure -

5 IS:4722 Rotating electrical machines -

6 IS:2629 Recommended practice for hot dip galvanizing of iron and steel -

7 IS:4759 Hot dip galvanization coating on structural steel -

8 IS:2633 Method of testing weight thickness and uniformity of coating on fasteners. -

9 IS:1573 Electroplated coating of zinc or iron and Steel -

10 IS:5561 Electric Power Connectors - 11 IS:3033 Spring washers - 12 IS:2016 Plain washers - 13 -- Indian Electricity Rules 1956. -

L) SOLID CORE INSULATORS FOR 400 KV, 220 KV, 132 KV & 33KV VOLTAGE

1 IS:2165 Insulation Co-ordination for equipment of 100 KV and above -

2 IS:2544 Insulators - 3 IS:5350 Post Insulators -

4 - Test on Post Insulators of nominal voltage greater than 1000 Volt IEC – 168

5 - Indian Electricity Rules 1956 M) 400KV & 220 KV CAPACITIVE VOLTAGE TRANSFORMERS

1 IS- 3156 Voltage Transformers - 2 IS- 9348 Coupling Capacitor - 3 - CVT/Coupling Capacitor IEC- 358 4 - Voltage Transformer IEC- 186

Page 27: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 27

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

5 - Instrument Transformer Measurement of partial discharge IEC- 6044-4

6 - Coupling Capacitor and Capacitor Dividers IEC-60358

N) 400 KV, 220 KV & 132 KV WAVE TRAPS 1 IS- 8792 Line Trap For AC Power System - 2 IS- 8793 Method For Test Line Trap -

3 - Line Traps for a. AC Power Systems IEC-60353

4 IS-3070 Lightning Arresters for AC system - O) POWER LINE CARRIER COMMUNICATION EQUIPMENTS

1 Single side band Power Line carrier terminals IEC -60495

2 IS- 9482 Carrier Cabinet IEC-60495 3 - Carrier Cabinet IEC-834-1 4 - Protection Coupler - 5 - Guide on power line carrier CIGRE 6 IS- 8997 Coupling Device for PLC system -

7 IS- 8998 Methods of test for Coupling Device for PLCC System -

8 - Coupling Device for power line carrier systems IEC- 60481

8 - Impulse Voltage withstand test IEC-255-4

9 - High Frequency disturbance susceptibility test IEC-255-22-1

10 - Electrostatic discharge susceptibility test IEC-801-2

11 - Radiated susceptibility IEC-801-3 12 - Fast Transient Susceptibility Test IEC-801-4

13 - Power Line Coupling Voltage Transformers ANSIC92.2

14 - Planning of (Single side-band) power line Power Line Carrier Systems IEC 60683

P) COAXIAL CABLE 1 IS-11967 Coaxial Cable - 2 IS- 1554 Armoured Cable - 3 - Telephone Cable GR/WIR-06/03

Q) SUBSTATION SWITCHYARD STRUCTURES 1 IS:209-1992 Zinc ingot- Specification. -

2 IS:802-Part-II-1978

Code of practice for use of structural steel in overhead transmission line towers – Part – II: Fabrication, Galvanizing, Inspection & packing.

-

Page 28: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 28

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

3 IS:1363 (Part-III)-1992

Specification for Hexagon head bolts, screws and nut for product grade – “C” Part-3 : Hexagon nuts (size range M5 to M64)

-

4 IS:1367-1979 Technical supply conditions for threaded fasteners (1st Revision). -

5 IS:1367 (Part-III)-1991

Technical supply conditions for threaded steel fasteners – Part-3: Mechanical properties of fasteners made of carbon steel and alloy steel – bolts, screws & studs.

-

IS:1367 6 (Part-VI)-1994

Mechanical properties and test method for nuts with specified proof loads. -

7 IS-1367 (Part-XIII)-1983

Technical supply conditions for threaded steel fasteners – Part-XIII: Hot dip galvanized coating on threaded fasteners.

-

8 IS:1573-1991 Specification for electroplated coating of zinc on Iron & steel. -

9 IS:1586-1968 Methods of Rock well hardness test (`B’ & `C’ scales) for steel (first revision). -

10 IS:1852-1991 Rolling and Cutting Tolerances for Hot Rolled Steel Products. -

11 IS:2016-1992 Specification for Plain Washers. -

12 IS:2062-1992 Hot Rolled low, medium and high tensile structural steel. -

13 IS:2614-1969 Method for sampling of fasteners. -

14 IS:2629-1990 Recommended practice for hot dip galvanizing of iron and steel. -

15 IS:2633-1992 Method of testing uniformity of coating of zinc coated articles. -

16 IS:3063-1994 Fasteners- Single Coil Rectangular Section spring lock washers – Specification.

-

17 IS:3203-1972 Methods for testing local thickness of electro plated coatings. -

18 IS:3218(Part-V) -1979 Isometric screw threads “Tolerance”. -

19 IS:3757-1992 Specification for high Strength Structural Bolts. -

20 IS:4072-1975 Specification for steel for spring washers. -

21 IS:4218 (Part-VI)-1978 Isometric screw threads – Part-VI: limits of sizes for commercial bolts & nuts(diameter range 1 to 52 mm).

-

Page 29: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 29

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

22 IS:4759-1990 Specification for Hot dip Zinc coatings on Structural Steel and other Allied products.

-

23 IS:5358-1969 Hot dip galvanized coatings on fasteners. -

24 IS:5369-1991 General Requirements for Plain Washers. -

25 IS:6610-1991 Specification for Heavy Washers for Steel Structures. -

26 IS:6623-1992 High Strength Structural Nuts - Specification. -

27 IS:6821-1973 Methods for sampling of non threaded fasteners. -

28 IS:10238-1989 Fasteners – Threaded steel fasteners - Step Bolts for Steel Structures. -

29 IS:12427-1992 Fasteners – Threaded steel fasteners – Hexagon Head Transmission Tower Bolts – Specification.

-

R) MS FLATS

1 IS:1852 Rolling and cutting tolerances for Hot rolled steel products. -

2 IS:2062 Hot Rolled Low, Medium and High Tensile Structural Steel. -

3 IS:2830 Carbon steel cast billet ingots, billets, blooms and slabs for re-rolling into steel for general structural purposes.

-

S) CLAMPS AND CONNECTORS

1 IS 2121 Specification for conductors and earth wire accessories for overhead power lines.

-

2 IS 5561 Specification for Electrical power connectors. -

3 IS 2633 Method of testing uniformity of coating of zinc coated articles. -

4 IS 2629 Recommended practice for hot dip galvanizing of iron & steel -

5 IS 5082 Specification for wrought Aluminium and Aluminium Alloy bars, Rods, Tubes and sections for electrical purposes.

-

6 IS 617 Specification for Aluminium and Aluminium Alloy Ingots and Castings for General Engineering Purposes.

-

7 IS 10162 Specification for Spacer and Spacer dampers for Twin Horizontal bundle conductors.

-

Page 30: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 30

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

T) COPPER CONTROL AND ALUMINIUM POWER CABLE

1 IS: 1554 Specification for PVC insulated (Heavy Duty) Control cables for working voltage up to & including 1100 Volts.

-

2 IS: 3961 Recommended current ratings for PVC insulated and PVC sheathed heavy duty cables.

-

3 IS: 3975 Mild steel wires, strings and tapes for armouring of cables. -

4 IS: 4905 Methods of random sampling. -

5 IS: 5831 Specification for PVC insulation and sheath of electric cables. -

6 IS: 8130 Specification for Conductors for insulated electric cables and flexible cords.

-

7 IS: 10418 Specification for Drums for electric cables. -

8 IS: 10810 Methods of test for cables. - U) TUBULAR BUS CONDUCTOR

1 IS 5082 Specification for wrought Aluminium and Aluminium Alloy bars, Rods, Tubes and sections for electrical purposes.

-

2 - Specification for Dimensions of steel pipe for the petroleum industry. B.S.1600

V) ACSR CONDUCTOR 1 IS:209 Specification for Zinc 2 IS:398 Part I to Part V

(as relevant) Specification for Aluminium Conductors for overhead Transmission purpose

3 IS:1778 Reels and drums for Bare wires 4 IS:1521 Method of Tensile Testing of Steel wire 5 IS:2629 Recommended practice for Hot Dip

Galvanising Iron and Steel

6 IS:2633 Method of Testing Uniformity of Zinc coating of Zinc coated Articles.

7 IS:4826 Galvanised coating on Round Steel wire

8 IS:6745 Method of Determination of weight of Zinc coating of zinc coated Iron and Steel Articles

9 IS:8263 Method of Radio Interference Tests 10 IS:1841 EC Grade Aluminium Rod produced by

rolling

Page 31: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 31

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

11 IS:5484 EC grade Aluminium Rod produced by continuous casting and rolling

12 IS: 2141 Method of Elongation test of steel wire

W) SCREENING CONDUCTOR (HIGH TENSILE GALVANISED STEEL EARTH WIRE) 1 IS:209 Specification for Zinc 2 IS:2141 Specification for Earth wire for

overhead Transmission purpose

3 IS:1778 Reels and drums for Bare wires 4 IS:1521 Method of Tensile Testing of Steel wire 5 IS:2629 Recommended practice for Hot Dip

Galvanising Iron and Steel

6 IS:2633 Method of Testing Uniformity of Zinc coating of Zinc coated Articles.

7 IS:4826 Galvanised coating on Round Steel wire

8 IS:6745 Method of Determination of weight of Zinc coating of zinc coated Iron and Steel Articles

9 IS: 12776 Method of Testing of Ground wire X) 70 KN, 90 KN, 120 KN & 160 KN ELECTROMECHANICAL STRENGTH PORCELAIN

DISC INSULATORS 1 IS:209-1992 Specification for Zinc 2 IS:206-1991 Method for Chemical Analysis of Slab

Zinc

3 IS:731-1991 Porcelain insulators for overhead power lines with a nominal voltage greater than 1000V

4 IS:2071 Part(I)-1993 Part(II)-1991 Part(III)-1991

Method of High Voltage Testing

5 IS:2121 Part(I)

Specification of Conductors and Earth wire Accessories for Overhead Power Lines.

Armour Rods, Binding Wires & Tapes for Conductors

6 IS:2486 Part I-1993 Part II-1989 Part III -1991

Specification for insulator fittings for overhead power lines with a nominal voltage greater than 1000V General Requirements & Tests Dimensional Requirements Locking Devices

Page 32: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 32

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

7 IS:2629-1990 Recommended practice for Hot Dip Galvanization for iron & steel

8 IS:2633-1992 Testing for Uniformity of Coating of Zinc coated articles

9 IS:3188-1988 Dimensions for Disc Insulators 10 IS:6745-1990 Determination of Weight of Zinc coating

on Zinc coated iron and steel articles

11 IS : 8263-1990 Methods of RIV Test of HV Insulators 12 IS:8269-1990 Methods for Switching impulse test on

HV insulators

Y) SUBSTATION HARDWARE

1 IS:209-1992 Specification for Zinc Ingot 2 IS:206-1992 Tee and Strap Hinges 3 IS:7814-1985 Phosphor Bronze Sheet and Strip

4 IS:2071 Method of high voltage testing 5 IS:731 Porcelain Insulator for Overhead

Power Lines with a Nominal Voltage Greater than 1000 V.

6 IS:961 Structural Steel 7 IS:1385 Phosphor Bronze Rods & Bar Sheet

and Strips and Wire

8 IS:2004 Carbon Steel Forgings for General Engineering Purpose

9 IS:2107 White Hearth Malleable Iron Castings 10 IS:2108 Black Hearth Malleable Iron Castings 11 IS:2121(Part-I & II) Specification for Conductors and Ground

wire Accessories for Overhead Power Line, Armour Rods Binding Wires and Tapes for Conductor

12 IS:2486 Specification for Insulator Fittings for Overhead Power Lines with a Nominal Voltage Greater than 1000 V.

13 IS:2629 Recommended Practice for Hot Dip Galvanization of Iron and Steel.

14 IS:2633 Testing of Uniformity of Coating of Zinc coated Articles

15 IS:3138 Hexagon Bolts and Nuts 16 IS:6639 Hexagon Bolts for Steel Structures 17 IS:6745 Determination of Weight of Zinc

Coating on Zinc Coated Iron and Steel Articles

18 IS:3188 Characteristic of String Insulators Units 19 IS:4218 ISO Metric screw Threads

Page 33: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 33

S. No.

Indian Standard Number

Title International & Internationally

Recognised Standards

20 IS:4172 Dimensions for Radii under the Heads of Bolts & Screws

21 IS:4206 Dimensions for nominal lengths and Thread length for Screws and Studs (with amendment)

22 IS:4759 Hot Dip Zinc Coatings on Structural Steel and other Allied Products

23 IS:1573 Electroplated Coatings of Zinc on Iron and Steel

24 IS: 398 Specification for Aluminium Conductor Steel Reinforced for overhead transmission purpose.

25 IS: 1327-1966 Methods for determination of weight of tin Coating on Tin Plates

26 IS: 4826-1979 Hot Dip Galvanised Coating on Round Steel Wires

27 IS: 1363 Hexagon Head Bolts, Screws & Nuts. 28 IS: 1367 Technical supply conditions for

threaded Steel Fasteners

29 IS: 9708 Stockbridge Vibration Dampers for Overhead Power lines.

30 IS: 8263 Method of Radio Interference Tests on High Voltage Insulators.

31 IS:10162 Spacers and Spacer Dampers for twin horizontal bundle Conductors.

32 IS: 2004 Carbon Steel Forgings for general engineering purposes.

33 BS:970 (Part-I) General Instructions and Testing Procedures Specific Requirements for Carbon and Carbon Manganese Alloy and Stainless Steels.

Z OIL FILTER PLANTS

1 IS: 6034 Oil filter plants of all GPH 2 IS: 1866 For testing of oil filter plant

AA FRP OIL STORAGE TANK

1 IS: 10661 For oil storage tank

Page 34: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 34

ANNEXURE (B) 1.3 LIST OF PREFERRED EXPERIENCED MANUFACTURERS

S.No. Equipment Approved Makes

Circuit Breakers 400KV SF6 ABB/AREVA/ BHEL/ SIEMENS 220KV SF6 ABB/AREVA/ CGL/ SIEMENS 132KV SF6 ABB/AREVA/ CGL

1

33KV Vacuum BHEL/ ABB/ MEGAWIN/ AREVA/ CGL/ ANDREW YULE

C&R Panels 400KV & 220KV EASUN/ABB/ VENSON/AREVA/GE 132KV EASUN/ABB/ VENSON/AREVA/GE/ UNIVERSAL

CONTROLS

2

33KV EASUN/ HERTZ/ SYSTEM/ VENSON/ MAKTEL/ GE/AREVA/ABB/ POPULAR/ UNIVERSAL CONTROLS

Instrument Transformer 400 KV Current Transformers BHEL / ABB / AREVA / TELK 220 KV Current Transformers ABB / BHEL / SCT/ TELK/MEHRU 132 KV Current Transformers ABB / BHEL / SCT/ TELK/UNIVERSAL MAGNOFLUX

/MEHRU / VICTRANS 33 KV Current Transformers SCT / UNIVERSAL / VISHAL / LAMCO / LAXMI

ENGG / AMBARNATH / GYRO 400 KV CVT BHEL / ABB / AREVA / CGL/SIEMENS 220 KV CVT BHEL / AREVA / CGL/SIEMENS/ABB 220 KV Potential Transformers SCT / ABB / BHEL/ CGL /MEHRU 132 KV Potential Transformers BHEL / SCT / MEHRU / CGL

3

33 KV Potential Transformers SCT / UNIVERSAL / VISHAL / LAMCO / AMBARNATH / LAXMI ENGG

Lightning Arrester 390 KV OBLUM/ CGL / LAMCO / ELPRO 198 KV OBLUM/ CGL / LAMCO/ ELPRO 120 KV OBLUM/ CGL / LAMCO/ ELPRO

4

30 KV OBLUM/ CGL / LAMCO/ ELPRO Isolators 400 KV HIVELM / SIEMENS / BIMCO/SWITCHGEAR &

STRUCTURALS 220 KV HIVELM / GR POWER / STERLING /

SWITCHGEAR & STRUCTURALS/ ELEKTROLITES / UNIVERSAL / BIMCO

132KV GR POWER / UNIVERSAL / STERLING / BIMCO/ELEKTROLITES

5

33 KV ELEKTROLITES / G.NANDY / GR POWER / UNIVERSAL

Solid Core Insulators 400 KV WS INDUSTRIES/ADITYA BIRLA / MODERN /

SARAVANA 220 KV WS INDUSTRIES / ADITYA BIRLA / MODERN / IEC/

SARAVANA

6

132 KV WS INDUSTRIES/ADITYA BIRLA /IEC/MODERN// SARAVANA

Page 35: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 35

S.No. Equipment Approved Makes 33 KV WS INDUSTRIES / ADITYA BIRLA / MODERN/ IEC/

SARAVANA Coupling Capacitor 7 132KV CGL/ABB/AREVA/BHEL Wave Traps 400 KV AREVA /BPL / ABB 220 KV AREVA /BPL / ABB

8

132KV AREVA /BPL Power Line Carrier Communication Equipments Carrier Cabinet ABB / BPL / PUNCOM Protection Coupler ABB / BPL / AREVA/PUNCOM

9

Coupling Devices ABB / BPL / AREVA / ZANITH EPAX & Telephone sets EPAX MATRIX / BPL / INTELLICON

10

Telephone sets BPL / BEETEL /CGL Coaxial & Telephone Cables

Coaxial Cable RUCHIKA/ALFA COMMUNICATION/ BHANSALI/MAHARAJA

11

Telephone Cables RUCHIKA/ALFA COMMUNICATION/BHANSALI /BPL 12 Station Batteries EXIDE/ HBL/ TEJA/ POWER BATTERIES 13 Battery Chargers HERTZ/ SYSTEM/ HBL/ AZ /ARMO/STATCON 14 AC/DC Board HERTZ/ SHRI RAM/ POPULAR 15 Station Transformer STAR DELTA/TELAWANE/ABB 16 Junction Boxes HERTZ/ SHRI RAM/ RMC/ PYROTECH/ POPULAR

17 LT Distribution Board HERTZ/ SYSTEM/ SHRI RAM/ R.K. INDUSTRIES/ RMC

18 D.O Fuse ISOLATOR 19 Lighting Equipments BAJAJ/ SURYA/ CGL/PHILIPS 20 Substation Switchyard Structures L&T/ GAMMON/ ASSOCIATED POWER/ SHRI

ASHUTOSH/ NL ENGINEERS /MAN STRUCTURES 21 MS Flats & MS Round SAIL/ RINL/ KARAM/ UNIQUE/ PUSHPAK 22 Copper Control & Aluminium Power

Cable PARAMOUNT/ UNIVERSAL CABLES/ KRISHNA/PASONDIA/MAHARAJA/AJANTA

23 Clamps & Connectors PEE VEE/ RASHTRAUDHYOG/ EMI/AFLON 24 IPS Tube HINDALCO/ SUDAL/ RASHTRAUDHYOG 25 Sag compensating Spring PIPE HANGERS/ COVENTRY SPRINGS

26 Substation Hardware EMI/ IAC/ ERITECH/ RUPL

27 ACSR Conductors APAR/ STERLITE/ JSK/ HVPNL

28 Screening Conductor RATLAM WIRES/ GEEKAY/ BEDMUTHA

29 Disc Insulators ADITYA BIRLA/ WS INDUSTRIES/ BHEL Note Make of various equipments and materials indicated above are on the basis of past supplies received

by MPPTCL and also past performance of various suppliers. As a special case, MPPTCL may also examine and consider to accept alternative make equipments and materials provided that the same are type tested, proven for quality, must have been supplied to other Electricity Boards / PGCIL/ Transmission Utilities and also subject to the condition that the supplier/ manufacturer meets the requirement of experience as per clause-7.

Page 36: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 36

ANNEXURE-C

1.4 BILL OF QUANTITY FOR PACKAGE 2: GWALIOR CIRCLE FOR THE PURPOSE OF PRICES

SNO PARTICULARS Total Qty

(A) 400KV EQUIPMENTS 1 400KV SF6 Gas Circuit Breaker With PIR 0

2 400KV SF6 Gas Circuit Breaker Without PIR 0

3 400KV CT (multi core) 2000-1000-500/1-1-1-1-1 Amp 0

4 400KV Pantograph Isolators (set) complete with Structure 0

5 400KV Horizontal Centre Break Isolator with two ES 0

6 400KV Horizontal Centre Break Isolator without ES 0

7 400KV Solid Core Insulators for Substation work 0

8 400KV Solid Core Insulator for Isolators 0

9 400KV Operating Rod Insulator for Pantograph Isolators 0

10 400KV Capacitive Voltage Transformer 0

11 400kV Wave Trap pedestal mounting with support insulator and structure 0

12 400KV LAs 0

13 C&R Panel For Transformer 0

14 C&R Panel for Feeders 0

15 C&R Panel for Bus Coupler 0

16 C&R Panel for Bus Tie 0

17 C&R Panel for Reactors 0

18 80 MVAR 3 Phase 400KV Shunt Reactor 0

19 Bus Differential Protection Panel 0

20 Telemetering 0

(B) 220KV EQUIPMENTS 1 Circuit Breaker 13

2 220 KV CT 1200-600/1-1-1-1-1 Amp. 0

3 220 KV CT 800-400/1-1-1-1-1 Amp. 39

4 Isolator (with E/S) 4

5 Isolator (without E/S) 48

6 Single phase Isolators 0

7 LA 27

8 Solid Core Insulators for substation work 162

9 Solid Core Insulators for Isolators 468

Page 37: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 37

SNO PARTICULARS Total Qty

10 C&R Panel for Feeder 4

11 C&R Panel for BC 2

12 C&R Panel for 220 KV Side of 315MVA Transformer 0

13 C&R Panel for 220/132kv Transformer 5

14 C&R Panel (Bus Tie) 2

15 PT 12

16 Bus Differential Protection Panel 2

( C ) 132KV EQUIPMENTS

1 Circuit Breaker 32

2 132KV CT 800/1-1-1 Amp. 21

3 132KV CT 400/1-1-1Amp 60

4 132KV CT 200/1-1-1Amp 15

5 Isolator with E/S 16

6 Isolator without E/S 80

7 Single phase Isolators 0

8 PT 15

9 LA 87

10 C&R Panel (for 220/132KV Xmer) 5

11 C&R Panel (for 132/33KV Xmer) 6

12 C&R Panel (for Feeder) 16

13 C&R Panel (for Bus coupler) 5

14 Solid Core Insulators for substation work 139

15 Solid Core Insulators for Isolators 864

(D) 33KV EQUIPMENTS 1 Vacuum Circuit Breaker 38

2 33KV CT 1200/1-1-1-1 Amp. 3

3 33KV CT 800/1-1-1-1 Amp. 15

4 33KV CT 400-200/1-1 Amp. 96

5 NCT 10

6 LA 36kV 15

7 LA 33kV 99

8 PT 15

9 Isolator (with E/S) 22

10 Isolator (without E/S) 84

11 Isolator (without E/S) 1200 Amps. 1

Page 38: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 38

SNO PARTICULARS Total Qty

12 C&R Panel (for 1T+1F) 6

13 C&R Panel (for 3 F) 5

14 C&R Panel (for 1 F) 6

15 C&R Panel for CAP BANK 5

16 Solid Core Insulators for Isolator 963

17 Solid Core Insulators for substation work 66

18 Solid Core Insulator special set with structures 10

19 36kV 12MVAR Capacitor Bank with structures and accessories(SET) 10

(E) TRANSFORMER & ASSOCIATED EQUIPMENT

1 315MVA 400/220/33KV Auto Transformer (with Oil and associated equipments) 0

2 160MVA 220/132KV Transformer (with Oil and associated equipments)

0

3 63MVA 132/33KV Transformer (with Oil and associated equipments)

0

4 40MVA 132/33KV Transformer (with Oil and associated equipments)

0

5 Oil filtration Machine (500 Gl.per Hr.) 5

6 Oil Storage Tank (10KL) 5

(F) 400KV,220KV & 132KV CARRIER COMMUNICATION EQUIPMENT

1 Carrier Cabinet With Protection coupler 4

2 Coupling Devices (LMU) 19

3 Carrier Cabinet Without Protection coupler 15

4 RTU & Telemetering (SET) 5

5 EPAX 5

6 Telephone Sets 60

7 Coaxial Cable (KM) 7.65

8 Telephone Cable (KM) 5

9 220kV Wave Trap 8

10 132kV Wave Trap 28

11 220kV CVT 8

12 132kV Coupling Capacitors 28

(G-I) 400KV STRUCTURE 1 FGC-1 Column 0

2 FBC-2 Column 0

3 FBC-1 Column 0

4 FGC-2 Column 0

Page 39: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 39

SNO PARTICULARS Total Qty

5 FTC Column 0

6 FBB Beam 0

7 FGB-1M Beam 0

8 FGB-2 Beam 0

9 FTB Beam 0

10 Centre Break Isolator Structure 0

11 CT Structure 0

12 Solid Core Structure 0

13 CVT Structure 0

14 LA Structure 0

Total weight of structures (In MT)(GI) 0

weight of Foundation bolts, Nut bolt & washers 0

(G-II) 220KV STRUCTURE 1 Gantry Column(AAGT) 26

2 Gantry Column(AGT) 31

3 Gantry Beam(AGB) 51

4 Main Busbar Structure(ABM) 20

5 Auxiliary Busbar Structure(ABA) 10

6 CT Structure 39

7 LA Structure 27

8 Solid Core Structure 91

9 Isolator Structure 52

10 PT/CVT Structure 20

Total weight of structures (In MT)(GII) 501.863

weight of Foundation bolts, Nut bolt & washers 50.186

(G-III) 132KV STRUCTURE 1 Gantry Column 90

2 Gantry Beam 52

3 Main Busbar Structure 27

4 Aux. Busbar Structure 35

5 CT Structure 96

6 LA Structure 87

7 Solid Core Structure 15

8 Isolator Structure 96

9 Coupling Capacitor 28

Page 40: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 40

SNO PARTICULARS Total Qty

10 PT Structure 15

Total weight of structures (In MT) (G-III) 417.683

weight of Foundation bolts, Nut bolt & washers 41.768

(G-IV) 33KV STRUCTURE

1 Gantry Column 34

2 Gantry Beam 50

3 Main Busbar Structure 21

4 Aux.Busbar Structure 26

5 CT/NCT Structure 124

6 LA Structure 24

7 Isolator Structure 85

8 PT Structure 15

9 Solid Core Structure 15

10 Tubular Poles For Lighting Fixtures 380

Total weight of structures (In MT) (G-IV) 134.725

weight of Foundation bolts, Nut bolt & washers 13.472

(G-V) Total weight of Foundation bolts, Nut bolt & washers 105.427

Total weight of Structures (In MT) G(I)+G(II)+G(III)+G(IV)+G(V) 1159.698

H (A) BUSBAR, EARTHING MATERIAL

1 ACSR Moose (in Kms) 0

2 Zebra Conductor (in Kms) 47.5

3 4" IPS Allu. Tubes In Mtrs. 0

4 2" IPS Allu. Tubes MTR 0

5 MS round 40 mm Dia. For 400 KV S/s Earth mat (in MT) 0

6 M.S.Flat for earthing ( 75 X 8 ) /(in MT) 80

7 M.S.Flat for earthing ( 65 X 8 ) /(in MT) 122.5

8 M.S.Flat for earthing ( 50 X 6 ) /(in MT) 104

9 Earthing rods ( 25 mm X 3000mm ) In Nos. 860

10 GI Pipe 40 mm Dia., 4mm Thk along with clamp for Earth Pit(in Mtrs) 2135

Page 41: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 41

SNO PARTICULARS Total Qty

11 Power Cable 3.5 core 150sq.mm (in km) 3.5

12 Screening conductor (in km) 19

13 Junction Box (36 Ways) 61

14 Junction Box (64 Ways) 80

15 Junction Box (128 Ways) 6

16 Fire Fighting Equipments

i Dry-Chemical Powder (DCP) Type, Capacity-75Kg, Trolly Mounted 7

ii CO2 Type , Capacity-22.5Kg, Trolly Mounted 14

iii Mechanical Foam Type, Cpacity-50Ltr, Trolly Mounted ( Cylinder Type) 14

iv Set Of Fire Buckets Comprising 6 Nos Buckets, Capacity-9Kg , Each with Stand ( Set ) 10

17 Aluminium/Red Oxide Paint and Nut, Bolt, Washers & other misc. material LS

H (B) Disc insulators & Substation Hardware

400KV Switchyard

1 Double Tension with Quadruple Moose 0

2 Double Tension with twin moose 0

3 Susp. with Twin Moose with through clamps (450mm) 0

4 Susp. with Twin Moose with drop clamps (450mm) 0

220KV Switchyard 0

5 Single Tension with Twin Moose hardware 0

6 Single Tension with single Moose hardware 0

7 Single Tension with single Zebra hardware 0

8 Susp. with Twin Moose with through clamps (300mm) 0

9 Susp. with Twin Moose with drop clamps (300mm) 0

10 Susp. with single Moose with drop clamp 0

11 Single Susp. with single Zebra hardware 288

12 Single Susp. with Twin Zebra hardware 90

13 Single Tension with single Zebra hardware 762

14 Single Tension with twin Zebra hardware 420

Page 42: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 42

SNO PARTICULARS Total Qty

15 Single Tension with single Panther hardware 63

16 70 kn Disc 4293

17 90 kn Disc 9051

18 120 kn Disc 0

19 160 kn Disc 0

( I ) AC/DC SUPPLY

1 L T Distribution Box 5

2 Station Transformer,200KVA,33/0.4KV 5

3 220Volt 600Ah Battery 0

4 220Volt 600Ah Battery Charger 0

5 110Volt 300Ah Battery 2

6 110Volt 300Ah Battery Charger 2

7 110Volt 200Ah Battery 3

8 110Volt 200Ah Battery Charger 3

9 48Volt 300Ah Battery 0

10 48Volt 300Ah Battery Charger 0

11 48Volt 200Ah Battery 5

12 48Volt 200Ah Battery Charger 5

13 AC Distribution Boxes 415Volt 7

14 DC Distribution Boxes 110 Volts 7

15 Lighting Fixtures with HPSV/HPMH ( 250 Watt ) 109

16 Lighting Fixtures complete with fitting arrangement (CFL 36 Watt) 380

17 3 Phase ICTP MCB (32 Amp) for No. of different circuit 10

18 1 Phase Main switch with fuse, link and 4 connectors 380

19 D.O.Set 5

(J) CONTROL CABLE

1 2Core 2.5 Sq.mm Unarmoured (in Km) 26.5

2 4Core 2.5 Sq.mm Unarmoured (in Km) 138.5

3 8Core 2.5 Sq.mm Unarmoured (in Km) 28

Page 43: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 43

SNO PARTICULARS Total Qty

4 12Core 2.5 Sq.mm Unarmoured (in Km) 30

5 19Core 2.5 Sq.mm Unarmoured (in Km) 58

6 4Core 4Sq.mm Armoured (in Km) 0

7 4 Core 10Sq.mm Armoured (in Km) 0

8 4 Core 2.5 Sq.mm Armoured (in Km) 0

9 12 Core 2.5 Sq.mm Armoured (in Km) 0

10 19 Core 2.5 Sq.mm Armoured (in Km) 0

11 2 Core 2.5Sq.mm Armoured (in Km) 0

Total (in Km) 281

(K) SUB STATION CLAMPS K1 T CLAMPS

1 TWIN ZEBRA RUN-ZEBRA TAP 291

2 ZEBRA RUN-ZEBRA TAP 1422

K2 P.G. CLAMPS

1 ZEBRA -ZEBRA 618

2 ZEBRA -PANTHER 120

K3 P.I. CLAMPS 220KV

1 SINGLE ZEBRA 128

2 TWIN ZEBRA 108

K4 P.I. CLAMPS 132KV

1 SINGLE ZEBRA 120

2 TWIN ZEBRA 72

K5 P.I. CLAMPS 33KV

1 SINGLE ZEBRA 69

2 TWIN ZEBRA 54

(L) SPACERS FOR ZEBRA 564

L1 T CLAMPS

1 TWIN MOOSE RUN-MOOSE TAP

2 MOOSE RUN-MOOSE TAP 0

Page 44: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 44

SNO PARTICULARS Total Qty

3 4" IPSRUN-TWIN MOOSE TAP 0

L2 P.G.CLAMPS

1 MOOSE -MOOSE 0

2 MOOSE -ZEBRA 0

L3 BUS POST CLAMP

1 SLIDING-TYPE FOR 4" IPS 0

2 FLEXIBLE-TYPE FOR 4" IPS & TWIN MOOSE 0

3 BUS POST CLAMPS FOR TWIN MOOSE 0

(M) COUPLING SLEEVES FOR TUBULAR BUS CONDUCTOR

M1 SPACERS FOR MOOSE

1 TWIN MOOSE 0

2 QUADRA MOOSE 0

3 Sag comp.spring 0

4 Earth wire clamps 245

Total (in Nos.) 3811

NOTE: (i) Supply of power transformers & reactors at project sites shall be organised by the Employer (MPPTCL). Accordingly these equipments shall be excluded from supply by the bidder. However, civil works for installation of transformer and reactor will be in the scope of the bidder. It may be noted that the manufacturer of the power transformers & reactors to whom the supply order will be placed separately will provide services of their erection engineer for suitable period for supervision of erection activities and also they will provide services of their commissioning engineer for supervision of commissioning activities, but these services will be of supervisory nature only so as to ensure that no mistakes are committed during erection as also final testing and commissioning of power transformers. The Bidder will have to organise all man-power, tools and tackles and infrastructure for erection and commissioning of these equipments. (ii) In order to substantiate that the equipment offered is complete in all respects meeting our technical requirements, the Bidder under Column 2 of Schedule-1, Schedule-2 & Schedule-7 of Section-IV ‘Bidding Forms’ of Volume-I, shall indicate quantity of equipment / material exactly as described above in this Annexure-C. The description of the equipment has been indicated in Schedule-I(A) of respective technical specification of the equipment. (iii) The work wise break up of “total quantity “ of equipment /materials has been given in Annexure-G.

Page 45: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 45

ANNEXURE-D 1.5 LIST OF MANDATORY SPARES FOR OPERATION AND MAINTENANCE

OF VARIOUS EQUIPMENTS

No. Set of spares for Particulars of spares Qty. in Nos.

No. of set

Complete poles without mechanism 1 Complete poles with mechanism 1 SF6 Gas Cylinder (40 Kg) 2 SF6 Gas Cylinder (25 Kg) 2 Trip Coil 6 Closing coil 3 SF6 Gas density monitor 2 SF6 Gas filling adaptor universal type 2

1 400kV SF6 Circuit Breaker

SF6 Gas Evacuating Trolley 1

1

Complete poles without mechanism 1 Complete poles with mechanism 1 SF6 Gas Cylinder (40 Kg) 2 SF6 Gas Cylinder (25 Kg) 2 Trip Coil 6 Closing coil 3 SF6 Gas density monitor 2 SF6 Gas filling adaptor universal type 2

2 220kV SF6 Circuit Breaker

SF6 Gas Evacuating Trolly 1

1

Complete poles without mechanism 1 Complete poles with mechanism 1 SF6 Gas Cylinder (40 Kg) 2 SF6 Gas Cylinder (25 Kg) 2 Trip Coil 6 Closing coil 3 SF6 Gas density monitor 2 SF6 Gas filling adaptor universal type 2

3 132kV SF6 Circuit Breaker

SF6 Gas Evacuating Trolly 1

1

Complete poles without mechanism 1 Complete poles with mechanism 1

4 33kV Vacuum Circuit Breaker

Trip Coil 6

1

Page 46: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 46

No. Set of spares for Particulars of spares Qty. in Nos.

No. of set

Closing coil 3 Vacuum Interrupter 10 Annunciators 36 ways 1 Trip ckt. supervision relay 1 Switches trip transfer and on/off 1 Supply module 1

5 400kV C&R Panel

AC/DC Bell 1

1

Annunciators 24/36 ways 1 Numerical distance protection relay 1 Numerical differential protection relay 1 Trip ckt. supervision relay 1 Switches trip transfer and on/off 1 Supply module 1

6 220kV C&R Panel

AC/DC Bell 1

1

Annunciators 24/36 ways 1 Numerical distance protection relay 3 Numerical differential protection relay 3 Trip ckt. supervision relay 1 Switches trip transfer and on/off 1 Supply module 1

7 132kV C&R Panel

AC/DC Bell 1

1

Over current earth fault relay 1 Trip ckt. supervision relay 1 8 33kV C&R Panel AC/DC Bell 1

1

Power supply unit 1 Stabilizer Unit 1 Pilot and Supervision Unit 1 AF Converter 1 IF Converter 1 RxRF Converter 1 TxRF Converter 1 Carrier Generator 1 Tele Control Interface 1 Telephony interface 1 RF hybrid 1 RF Amplifier 1 Tx Filter 1

9 Carrier Cabinets & Protection Coupler

All mandatory modules / cards required for protection coupler 1

2

10 220KV & 132KV Wave Trap

Tuning pot suitable for 220KV & 132KV Wave Trap 10 1

11 D.O. Fuse Fuse element 42 1 12 Battery Charger Variac 1 1

T Clamp Twin Zebra ACSR run & Single Zebra ACSR tap 25

T Clamp Zebra ACSR run & Zebra ACSR tap 25

PI Clamp Single Moose 25

13 Clamps & Connectors

PI Clamp for Zebra 25

1

Page 47: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 47

No. Set of spares for Particulars of spares Qty. in Nos.

No. of set

PG Clamp Zebra ACSR and Zebra ACSR 25 PG Clamp Zebra ACSR & Panthar ACSR 25 PI Clamp Single Zebra ACSR 25 PI Clamp Twin Zebra ACSR 25

14 Sag Compensating Spring Sag Compensating Spring 2 1

15 Tubular Bus Conductor (4" IPS Tube ) Tubular Bus Conductor (4" IPS Tube ) Mtrs. 50 1

16 Coupling Sleeves Coupling Sleeves 5 1 400 KV CT ratio 2000-1000-500/1-1-1-1-1 Amp 1

Terminal Connector Expansion Type Suitable for 4" IPS Tube 4

Terminal Connector Rigid Type Suitable for 4" IPS Tube 4

17 400 KV Current Transformers

Terminal Connectors Rigid Type Suitable for Twin Moose ACSR Conductor 4

1

220 KV CT ratio 1200-600/1-1-1-1-1 Amp 1 220 KV CT ratio 800-400/1-1-1-1-1 Amp 1 Terminal Connector for Twin Moose ACSR 4

18 220 KV Current Transformers

Terminal Connector for Twin Zebra ACSR 4 220KV Potential Transformer 1

19 220KV Potential Transformers Terminal Connector for Single Zebra ACSR 4

1

132 KV CT ratio 800/1-1-1 Amp 1 132 KV CT ratio 400/1-1-1 Amp 1 132 KV CT ratio 200/1-1-1 Amp 1 Terminal Connector for Twin Zebra ACSR 6

20 132KV Current Transformers

Terminal Connector for Single Zebra ACSR 6 132KV Potential Transformer 1 Terminal Connector for Twin Zebra ACSR 6 21 132KV Potential

Transformers Terminal Connector for Single Zebra ACSR 6

1

33 KV CT ratio 1200/1-1-1-1 Amp 1 33 KV CT ratio 800/1-1-1-1 Amp 1 33 KV CT ratio 400-200/1-1 Amp 1 33 KV NCT ratio 5/1 Amp 1 Terminal Connector for Twin Zebra ACSR 6

22 33KV Current Transformers

Terminal Connector for Single Zebra ACSR 6 33KV Potential Transformers 1 23 33KV Potential

Transformers Terminal Connector for Single Zebra ACSR 6

1

390 KV Lightning Arrester 3 24 400 KV Lightning

Arrester Terminal Connector suitable for Twin Moose ACSR 3

1

220 KV Lightning Arrester 3 25 220 KV Lightning Arresters Terminal Connector suitable for Zebra ACSR 3 1

132 KV Lightning Arrester 3 26 132 KV Lightning Arresters Terminal Connector suitable for Zebra ACSR 3 1

36 KV Lightning Arrester 3 27 36 KV Lightning Arresters Terminal Connector suitable for Zebra ACSR 3 1

33 KV Lightning Arrester 3 28 33 KV Lightning Arresters Terminal Connector suitable for Zebra ACSR 3 1

29 400 KV Pantograph Isolators

Contact Scissors and Stirrup assembly for Pantograph Isolators 1 1

Page 48: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 48

No. Set of spares for Particulars of spares Qty. in Nos.

No. of set

Terminal Connectors Fixed and Expansion Type Suitable for 4" IPS Tube 3

Male & Female Contact including Current Transfer Assembly 2

Terminal Connectors Fixed and Expansion Type Suitable for 4" IPS Tube 3 30 400 KV Horizontal

Centre Break Isolators Terminal Connectors Fixed Type Suitable for Twin Moose ACSR Conductor 3

1

Male & Female contact assembly including current transfer assembly, twin & twist arrangement & female contact holding brackets

2

Terminal Connectors for Twin Moose ACSR 3 31 220 KV Isolators

Terminal Connectors for Twin Zebra ACSR 3

1

Male & Female contact assembly including current transfer assembly, twin & twist arrangement & female contact holding brackets

2 1 32 132 KV Isolators

Terminal Connector suitable for twin zebra ACSR conductor 3 1

Male & Female contact assembly including current transfer assembly, twin & twist arrangement & female contact holding brackets

2 1 33 33 KV Isolators

Terminal Connector suitable for twin zebra ACSR conductor 3 1

400 KV Solid Core Insulators 6 34 400 KV Solid Core

Insulators 400 KV Operating Rod Insulators 6 1

Vacuum pump 1 Oil inlet pump 1 Discharge pumps-1 no. 1 Solenoid valve -1 no. 1 Hose pipe- mtrs 20 Vacuum Gauge-1 no. 1 Pressure gauge-1 no. 1 Compound Gauge-1 no. 1 Flow Indicator-1 no. 1 Float Switch-1 no. 1 Non-return valve-1 no. 1 Drain valves- 2 Oil line valve2 no. 2 Flow control valve- 2 no. 2 Airing valve 2 no. 2 Vacuum valve -1 no. 1 Thermometer 2 no. 2 Thermostat2 no. 2

35 Oil Filter Plant

Magnetic Separator- 1 no. 1

1

Note: 1. The spares & its quantity mentioned in this list shall supersede, the spare and quantity

mentioned elsewhere in the bid document.

Page 49: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 49

2. The cost of set of mandatory spares is deemed to be included in the bid price. However cost of set of mandatory spares included in the composite cost of circuit breakers & control & relay panels will have to be quoted separately for the purpose of computation of price variation after award of contract.

3. The list of above spares is based on total items covered under all the Packages. However, it may be noted by the bidders that composite cost for equipments & its mandatory spares are to be offered only for those items covered under Annexure-C of this Section.

ANNEXURE-E

1.6 UNDER TAKING FOR CONFIRMATION OF MAKE OF EQUIPMENTS/MATERIALS

We have noted the requirement of make of various equipments/materials to be supplied against this bid. We have also noted that the equipments/materials of different works as per the list of preferred experienced manufactures (Annexure-B) are acceptable to MPPTCL. We hereby confirm that we will either supply the equipments/materials of make as per the list given in Annexure-B or otherwise we shall supply the equipments/materials complying all the criteria prescribed in the bid document such as experience/performance/supply capacity/type test /technical & guaranteed particulars etc. We shall furnish all necessary particulars/details in this respect to analyse and take a decision for acceptance of alternative make equipment by MPPTCL. The decision of MPPTCL in this regard shall be final and binding on us. We further confirm that in case the alternative make equipment is not acceptable to MPPTCL in that case we shall supply the equipment from the preferred experienced manufacturers only indicated in Annexure-B.

SIGNATURE OF BIDDER

Page 50: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 50

ANNEXURE-F

1.7 LIST OF DRAWINGS FOR THE PURPOSE OF TENDERING

S. No. Particulars Drawing No.

A SINGLE LINE DIAGRAM OF NEW SUBSTATIONS

I 220KV SUBSTATIONS

1 Gwalior – II JICA/MPPTCL/TR-102/SLD/ GWALIOR-II

2 Datiya JICA/MPPTCL/TR-102/SLD/ DATIYA

II 132KV SUBSTATIONS

1 Hastinapur JICA/MPPTCL/TR-102/SLD/ HASTINAPUR

2 Esagarh JICA/MPPTCL/TR-102/SLD/ ESAGARH

3 Baroda JICA/MPPTCL/TR-102/SLD/ BARODA

B SINGLE LINE DIAGRAM FOR AUG/ADDL. XMER IN EXISTING SUBSTATIONS

1 Shivpuri 220/132KV Addl. 160MVA JICA/MPPTCL/TR-102/SLD/ SHIVPURI

2 Mehgaon 220/132KV Addl. 160MVA JICA/MPPTCL/TR-102/SLD/ MEHGAON

Page 51: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 51

S. No. Particulars Drawing No.

3 Morena 132/33KV Addl. 63MVA JICA/MPPTCL/TR-102/SLD/ MORENA

C SINGLE LINE DIAGRAM FOR FEEDER BAYS

I 220KV BAYS

-

II 132KV BAYS

1 1 No Bay at Guna 220KV S/s JICA/MPPTCL/TR-102/SLD/ GUNA (ESAGARH)

2 1 No Bay at Dabra 132KV S/s JICA/MPPTCL/TR-102/SLD/ DABRA (FOR DATIYA 220KV)

3 2 Nos. Bay at Datiya 132KV S/s JICA/MPPTCL/TR-102/SLD/ DATIYA (FOR INCT I & II )

4 1 No. Bay at Sheopur 132KV S/s JICA/MPPTCL/TR-102/SLD/ SHEOPUR (BARODA)

D TYPICAL LAYOUT DRAWING OF 220KV SUBSTATION

1 Plan & Elevation JICA/MPPTCL/TR-102/220KV PLAN & ELEVATION

2 Foundation Plan & Cable Trenches JICA/MPPTCL/TR-102/220KV FDN PLAN & CABLE TRENCHES

3 Earthmat Arrangement JICA/MPPTCL/TR-102/220KV EARTHMAT ARRANGEMENT

E TYPICAL LAYOUT DRAWING OF 132KV SUBSTATION

1 Plan & Elevation JICA/MPPTCL/TR-102/132KV PLAN & ELEVATION

2 Foundation Plan & Cable Trenches JICA/MPPTCL/TR-102/132KV FDN PLAN & CABLE TRENCHES

3 Earthmat Arrangement JICA/MPPTCL/TR-102/132KV EARTHMAT ARRANGEMENT

Page 52: Scope of Supply and Other Technical Requirement

Vol.II, Part-I/Sec.I

JICA/MPPTCL/TR-102 Package-II, Gwalior Circle 52

S. No. Particulars Drawing No.

F POWER MAP OF MADHYA PRADESH