section 07 - bangladesh power...

23
Technical Specification of LA & DOFC-2017 SECTION 07 TECHNICAL SPECIFICATIONS OF 11KV OUTDOOR TYPE SINGLE PHASE METAL OXIDE (ZNO) GAPLESS LIGHTNING ARRESTER (LA)

Upload: lekhuong

Post on 17-Apr-2018

217 views

Category:

Documents


3 download

TRANSCRIPT

Technical Specification of LA & DOFC-2017

SECTION 07

TECHNICAL SPECIFICATIONS

OF

11KV OUTDOOR TYPE SINGLE PHASE METAL OXIDE (ZNO) GAPLESS LIGHTNING ARRESTER (LA)

Technical Specification of LA & DOFC-2017

7.0 TECHNICAL SPECIFICATIONS OF 11KV OUTDOOR TYPE SINGLE PHASE METAL OXIDE (ZNO) GAPLESS LIGHTNING ARRESTER

7.1 GENERAL

This section of the document includes the design, manufacture, testing & inspection of 11kV Outdoor Type Single Phase Metal Oxide (ZnO) Gapless Lightning Arrester.

7.2 CLIMATE DATA

The equipments to be supplied against this tender shall be suitable for satisfactory use under the following climatic condition:

Climate : Tropical, intense sunshine, heavy rain, humid. Maximum

Humidity and Temperature sometimes occur simultaneously.

Maximum Temperature : 400 C

Minimum Temperature : 030 C

Average daily Temperature : 300 C

Average isokeraunic level : 80 days/ year

Relative humidity : 50-100%

Average annual rain fall : 3454 mm

Maximum wind velocity : 200 km/ hour

Altitude : Sea level to 300 metres

Atmospherical, Mechanical and Chemical impurities : Moderately polluted

Equipments as specified will be installed in tropical locations and in a hot humid environment with presence of the insects and vermin. The information is given as a guide for Tenders and no responsibility for its accuracy will be accepted, nor will any claim based on the above be entertained.

7.3 SYSTEM PARTICULARS

SL. NO.

SYSTEM CHARACTERISTICS VOLTAGE LEVEL

1. Normal Sys tem Vo l tage, KV (Vo l tage C lass)

230 132 33 11

3 . Max imum System Vo l tage , KV 245 145 36 12

4 . System Frequency, Hz 50 50 50 50

5 . Phase Rota t i on (An t i -C lock wise)

RST RST RST RST

6 . Type o f System Ground ing So l i d So l i d So l i d So l i d

7 . Rated Fau l t Leve l (3 -Phase Symmetr ica l ) , MVA 3 sec .

12550 6000 1500 381

8 . Bas ic I ns ta l la t i on Leve l , KV 750 650 170 75

LOW VOLTAGE 415/ 240V CHARACTERIST ICS:

9. Normal System Voltage, V

(Vo l tage C lass) 415/ 240

10. Type of System Grounding Solid

Technical Specification of LA & DOFC-2017

7.4 STANDARDS

Performance, Design & Testing of Outdoor Type Single Phase Metal Oxide (ZnO) Gapless Lightning Arrester shall conform to the latest edition of the IEC-60099-4/ ANSI- C 62.11 or equivalent international Standards unless otherwise specified herein.

7.5 SPECIFICATIONS

1 Application

Distribution Transformer/ Line/ Cable protection of heavy duty class.

2 Type of Arrester Metal Oxide (ZnO), Gapless 3 Construction Single Unit, basically consisting of gapless

hermetically sealed in with non-linear characteristics with high energy capacity, all enclosed in porcelain housing.

4 Installation Outdoor 5 Mounting Pole Mounted steel bracket 6 Nominal System Voltage 11 kV 7 Maximum System Voltage 12 kV to 15 kV 8 System Frequency 50 Hz 9 Number of Phase 3 10 Rated Arrester Voltage 10.5 kV (rms) 11 Maximum Continuous Operating Voltage 8.4 kV (rms) 12 Rated Arrester Current 5 KA 13 Power Frequency withstands voltage of

Lightning Arrester Housing, Dry & Wet. 35 kV (Dry) & 30 kV (Wet)

14 Impulse Withstand Voltage of Lightning Arrester Housing.

75 kV (peak)

15 Lightning Impulse Residual Voltage (8/20 micro-second wave)

35 kV (peak)

16 Steep Current Impulse Residual Voltage at 10KA of 1 micro-second front time.

40 kV (peak)

17 High Current Impulse Withstand Value (4/10 micro-second)

65 KA

18 Creepage distance (minimum) 25 mm/ kV 19 Standard Performance, Design & Testing shall be in

accordance to IEC-99-4/ ANSI- C 62.11 or equivalent international Standards unless otherwise specified herein.

7.6 FEATURES & ACCESSORIES

- The arresters shall be ZnO type, basically consisting of gap-less hermetically sealed in with non-linear

volt-ampere characteristics with high energy capacity. ZnO arrester shall have excellent thermal stability

for high energy surges, external pollution & temporary over voltage.

- The Line lead & earthing terminal with clamps shall be provided, suitable to accommodate AAC/ ACSR/

Copper Conductor of diameter from 10.0mm to 15 mm.

Technical Specification of LA & DOFC-2017

- All ferrous parts exposed to atmosphere shall be Cadmium plated. The arrester shall be suitable for

mounting vertically. The housing shall be of high quality porcelain containers of heavy construction sealed

against the entry of moisture and oxygen and free from influence of moisture and weather condition.

- Each Single pole arrester shall be furnished with a stainless steel rating plate mentioning manufacturer’s

name, client name, year of manufacturing & model of LA.

- Mounting steel bracket and fixing bolts, nut, washer etc. shall be provided with the arrester for steel cross-

arm. The mounting steel bracket & necessary fittings shall be hot dip galvanized as per BS-729.

- The Bidder shall indicate the methods need to provide pressure relief or to prevent explosive sheltering of

the porcelain housing. No chemical action shall be take place nor shall the arrester material show

deterioration as a result of the specified operating duty. No maintenance other than routine inspection

shall be required under service conditions.

7.7 INFORMATION REQUIRED

The Bidder/ Manufacturer as per tender requirements shall provide all information. Besides these, the following information/ Documents have to be submitted:-

(a) Detail dimensional drawing of the offered type LA. (b) Manufacturer's ISO 9001 certificate. (c) Manufacturer's Printed catalogue describing specification, technical data, rated voltage, current,

creepage distance, characteristics curve etc. of the offered type LA.

7.8 DOCUMENTATION

1) Type Test Reports (as stated in Clause 7.9) for offered type 11kV Single Phase Lightning Arrester from STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory as per relevant Standards (unless other wise specified).

2) At least 2 (two) pieces of offered type 11kV Single Phase Lightning Arrester as sample along with the tender. The submitted sample should comply the technical requirements of the tender document. It is noted that the submitted sample of the responsive Tenderers will be tested as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender at CERS, BPDB or BUET/ CUET/ KUET/ RUET. If the submitted sample failed in test to conform the technical specification, the tender of the Tenderer will be rejected. The cost of test will be borne by the Purchaser.

7.9 TEST REPORTS

The following test reports including tests carried out for the offered type 11kV Single Phase Lightning Arrester in accordance with the latest version of IEC-60099-4/ANSI-C 62.11 Standard, which are issued by STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory by confirming design to the tender document shall be submitted with the offer:-

a) Insulation Withstand tests on the Arrester housing; b) Step Current Impulse Residual Voltage test; c) Lightning Impulse Residual Voltage test; d) Long Duration Current Impulse withstand test; e) High Current Impulse operating duty test; f) Power Frequency voltage versus time curve; g) Partial Discharge test.

7.10 APPROVAL OF DRAWINGS & SPECIFICATIONS

Technical Specification of LA & DOFC-2017

The Bidder shall have to submit 3 sets of Design, Drawing, Technical Specification, Features & Accessories, Guaranteed Technical Particulars of offered type Lighting Arrester along with manufacturer's printed catalogue, to the Engineer, Director, Design & Inspection–II, BPDB within 15 days from the date of signing the Contract for approval, prior to the manufacturing of the goods.

7.11 TESTS AT MANUFACTURERS WORKS

General Functional electrical, material, mechanical and hydraulic tests shall be carried out at manufacturers’ premises. The extent and method of recording the results shall be agreed by the Purchaser in ample time to enable the tests to be satisfactorily witnessed or to make any changes to the proposed program of tests. Material Tests The supplier shall provide test pieces free of charge as required to enable the quality of the material to be determined at the supplier’s expense. Purchaser may at its own discretion and by specific arrangement accept certified particulars of tests carried out in the absence of his authorized representative.

Type Test Type tests are required to prove the general design of the offered equipments/ materials. The Tenderer shall submit the type test reports of the offered equipments/ materials from STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender.

Routine Tests All equipments/ materials shall be subjected to routine tests as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender at the manufacturers works and shall include, but not be limited to an operational test.

7.12 TECHNICAL ORIENTATION AND QUALITY TEST WITNESS

Witnessing of the manufacturing process and tests of the equipment at manufacturer’s premises including transfer of technical know-how shall be required/held as detailed elsewhere in Particular Conditions of Contract (GCC 32.1) of tender document and other than this the following will be as follows: The Purchaser or its representative shall have the right to inspect, examine and test the workmanship and performance of the goods/materials to confirm their conformity to the specification. The Purchaser or its representative shall be entitled at all reasonable time during manufacture or after manufacture to inspect, examine and test of goods/materials at the manufacturers’ premises, workmanship and performance. The test shall be carried out as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the contract at the manufacturer premises.

An inspection team will be formed by Purchaser or its representative immediate after signing of the contract to control the quality and monitoring the manufacturing process (where required). The manufacturer will allow inspection team to inspect the manufacturing process and quality control and progress of the work at any time need by BPDB’s inspection team. This team will witness the Factory/Technical orientation & Quality test at the manufacturer's plant. The Manufacturer shall have facilities to carry out all tests at its premises and shall provide free of charge such assistance, labor, materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be reasonably demanded to carry out such test efficiently.

The inspection team maximum 2 (two) times may inspect (if required) the goods during the manufacturing process or after manufacture of Goods as required and shall also request to supplier for the purchase/ import/ shipping documents of major/key materials of Goods and shall check in accordance with Guaranteed Technical Particulars (GTP) and guarantees of the contract. All expenses for such tests shall be borne by the supplier.

Technical Specification of LA & DOFC-2017

The manufacturer shall have all testing facilities at the manufacturer's premises to carry out the tests in accordance with the relevant IEC Standards. If, any test(s) pending due to lack of testing facilities at the manufacturer's premises, then the Inspection team shall select sample of Goods and sent the selected sample to any independent Testing Laboratory of the manufacturer's country to carry out the test(s). All cost of testing of the selected sample(s) including carrying, loading, un-loading etc. will be borne by the supplier. The Supplier shall, after consulting the purchaser, give notice to the Purchaser in writing of the date and the place where the material or equipment will be ready for quality witness testing.

When the purchaser intends to attend the test he shall promptly inform the supplier accordingly in writing, so that supplier can take action. The purchaser shall give the supplier timely notice in writing of his intention to attend the test.

The supplier/ manufacturer shall submit (if required by inspection team) the testing procedure & list of testing/ measuring equipment, meters etc. used for Factory/Technical orientation & Quality test witness prior to carry out such witness test(s).

The supplier/ manufacturer shall submit the valid Calibration Certificate from competent authority of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test and the following documents to inspection team prior to carry out such witness test(s).:

I. Updated valid Calibration Certificates of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test.

II. The factory test report (Routine test report) of Goods to be supplied under the contract.

Failing to submit the above documents, the inspection team may not perform to carry out such witness test(s) and all the liabilities along with delay (if any) will be borne by the Bidder/Manufacturer.

It is noted that at the time of Factory/Technical orientation & Quality Test witness BPDB's Inspection team will check the calibration seal/ certificate of the testing/ measuring equipment, meters etc. by the competent authority. If the calibration seal/ certificate of the testing/ measuring equipment, meters etc. are not found and the calibration not done within the due date then BPDB's Inspection team will not witness the test. In that case the Bidder/ Manufacturer shall complete the calibration of the testing/ measuring equipment, meters etc. from the competent authority within a reasonable period without any delay in delivery period. The Factory/Technical orientation & Quality Test witness shall be carried out as per latest version of relevant IEC/BS/ANSI/ASTM/BDS or equivalent international standards as mentioned in the contract at the manufacturer's premises or other places where the required test facilities are available and only routine tests as agreed upon inspection team will be performed. All expenses for such tests shall be borne by the supplier.

When the purchaser intends to attend the test he shall promptly inform the supplier accordingly in writing, so that he can take action. The purchaser shall give the supplier timely notice in writing of his intention to attend the test.

Where the supplier provides for tests on the premises of the supplier or of any manufacturer of the supplier, except where otherwise specified, shall provide free of charge such assistance, labor, materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be reasonably demanded to carry out such test efficiently. These tests shall be performed as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender and only routine tests as agreed upon, will be performed.

As and when the purchaser is satisfied that any materials/ equipments shall have passes the tests referred to in this clause, purchaser shall notify the contractor in writing to that effect.

Should any inspected/ tested goods fail to conform to the specification, the Purchaser shall have the right to reject any of the items or complete batch if necessary. In that case Supplier has to replace the equipment and to make good of them and the supplier shall conduct similar pre-delivery Inspection and factory tests without any financial involvement to the purchaser. In case any of the Equipment found not conforming to the specification at the time of post landing Inspection, the supplier will in no way be relieved from the responsibility of replacing them on making them good at their own cost, despite the Equipment were found

Technical Specification of LA & DOFC-2017

good at the time of Factory Acceptance Test. Nothing in this clause shall in any way release the supplier from any warranty or other obligations under the tender.

No goods shall be packed, prepared for shipment/delivery unless it has been approved including factory Test reports and written instructions have been issued by the Purchaser.

On successful completion of Pre-shipment inspection/quality test witness, delivery of goods will be made to the designated stores under contractor’s/supplier’s responsibility until Post-Landing Inspection is successfully completed without any obligation on part of BPDB. Quality and quantity of the delivered goods will be determined at the time of post-landing inspection at the designated stores in presence of the authorized representative of the contractor/supplier. After approval of the satisfactory Post-Landing Inspection, R&I Report will be issued following the contractual obligations. The goods supplied under this Contract shall be fully insured in addition, “All risks” insurance, including “war risks, riots, strikes and/or theft” shall be acquired for 110% of the delivered cost of the goods on “Warehouse to Warehouse” basis until the issuance of the R & I after satisfactory completion of Post-Landing Inspection of the goods supplied.

The Tenderer has mentioned the place of Technical Orientation and Quality Test Witness in the following table:-

Sl. No.

Item Period of Technical Orientation

and Quality Test Witness

Place & Country of Technical Orientation and Quality Test Witness

7.13 POST-LANDING INSPECTION AND TESTING :

The Supplier shall inform the purchaser immediately after arrival of the goods at the designated store of BPDB (as per delivery schedule). An Inspection team of BPDB shall perform the post-landing inspection in presence of supplier's representative. The Supplier shall arrange the program of post-landing inspection. Any defect or damage have been found at post-landing inspection, the defective or damaged materials/ goods to be replaced by the supplier at his own cost within the stipulated time.

The purchaser’s right to inspect, test (where necessary) and reject the goods after delivery at the designated store of BPDB shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the purchaser prior to the good's delivery.

The Inspection team will check the physical conditions and quantity of the goods delivered. If necessary, the inspection team will select the sample of good(s) and sent the selected sample goods to CERS, BPDB or BUET/ CUET/ KUET /RUET (as selected by the inspection team) to carryout the test(s) as per contract to confirm the conformity to the approved Technical Specifications, Guaranteed Technical Particulars (GTP), drawings and relevant standards. If the tested sample(s) fail to confirm the specifications in tests, the full consignment will be rejected. All cost of testing of Materials/ Goods including carrying, loading, un-loading etc. will be borne by the supplier.

7.14. PACKAGING AND SHIPPING

Packing of equipment has been detailed elsewhere in Particular Conditions of Contract of tender document.

----O----

Technical Specification of LA & DOFC-2017

SECTION - 8

A) GUARANTEED TECHNICAL PARTICULARS

OF

11KV SINGLE PHASE LIGHTNING ARRESTER

Technical Specification of LA & DOFC-2017

8.01GUARANTEED TECHNICAL PARTICULARS OF

11KV SINGLE PHASE LIGHTNING ARRESTER (To be filled up by the Manufacturer in Manufacturer Letterhead Pad, otherwise the bid shall be rejected)

Sl. No.

Description Unit BPDB's

Requirement

Manufacturer's Guaranteed Particulars

01 Manufacturer’s Name and Country - To be mentioned

02 Manufacturer’s model No. - To be mentioned

03 Type of the Arrester & Construction - Metal Oxide (ZnO), Gapless-Outdoor(Single Unit, basically

consisting of gapless hermetically sealed in with non-linear characteristics with high energy capacity, all enclosed

in porcelain housing.)

04 Rated Arrester Voltage kV 10.5

05 Rated Arrester Current KA 5

06 Max. Continuous Operating Voltage kV rms 8.4

07 Power Frequency withstand voltage of the Arrester Housing, Dry & Wet

kV rms 35 (Dry) & 30 (Wet)

08 Impulse withstand Voltage of the Arrester Housing. kV (peak) 75

09 Lightning Impulse Residual Voltage (8/20 micro-second wave)

kV (peak) 35

10 Steep Current Impulse Residual Voltage at 10 KA of 1 micro second front time.

kV (peak) 40

11 High Current Impulse Withstand Value (4/10 micro second)

KA 65

12 Temporary Over voltage capability:

a) 0.1 Second kV (peak) To be mentioned

b) 1.0 Second kV (peak) To be mentioned

c) 10 Second kV (peak) To be mentioned

d) 100 Second kV (peak) To be mentioned

13 Leakage Current at rated voltage mA < 1 mA

14 Total Creepage distance (minimum) mm/ kV 25

15 Overall dimension :

a) Height mm To be mentioned

b) Diameter mm To be mentioned

16 Total weight of Arrester Kg. To be mentioned

17 Outline dimensional drawing of offered LA and

mounting Bracket. - To be Submitted

18 Printed catalogue describing specification,

technical data of LA

- To be Submitted

19. Manufacturer's ISO 9001 certificate. - To be Submitted

20. Standard - IEC-60099-4/ ANSI- C 62.11

Seal & Signature

of the Manufacturer Seal & Signature

of the Bidder

Technical Specification of LA & DOFC-2017

8.02 SCHEDULE OF MANUFACTURERS NAME AND PLACES OF MANUFACTURE & TESTING

Item No

Description Manufacture's name Place of

Manufacture

Place of Testing

& Inspection

01 11KV Single Phase Lightning Arrester

Seal and Signature of the Bidder

Technical Specification of LA & DOFC-2017

SECTION 9

DRAWINGS

Technical Specification of LA & DOFC-2017

SECTION 07

B) TECHNICAL SPECIFICATIONS

OF

11KV OUTDOOR DROP OUT FUSE CUT-OUT (DOFC) WITH FUSE LINK

Technical Specification of LA & DOFC-2017

7.0 TECHNICAL SPECIFICATION OF 11KV OUTDOOR DROP OUT FUSE CUT-OUT WITH FUSE LINK

7.1 GENERAL

This section of the document includes the design, manufacture, testing & inspection of 11KV Outdoor Drop Out Fuse Cut-out (DOFC) with Fuse Link.

7.2 CLIMATE DATA

The equipments to be supplied against this tender shall be suitable for satisfactory use under the following climatic condition: Climate : Tropical, intense sunshine, heavy rain, humid. Maximum

Humidity and Temperature sometimes occur simultaneously.

Maximum Temperature : 400 C

Minimum Temperature : 030 C

Average daily Temperature : 300 C

Average isokeraunic level : 80 days/ year

Relative humidity : 50-100%

Average annual rain fall : 3454 mm

Maximum wind velocity : 200 km/ hour

Altitude : Sea level to 300 metres

Atmospherical, Mechanical and Chemical impurities : Moderately polluted

Equipments as specified will be installed in tropical locations and in a hot humid environment with presence of the insects and vermin. The information is given as a guide for Tenders and no responsibility for its accuracy will be accepted, nor will any claim based on the above be entertained.

7.3 SYSTEM PARTICULARS

SL. NO.

SYSTEM CHARACTERISTICS VOLTAGE LEVEL

1. Normal Sys tem Vo l tage, KV (Vo l tage C lass)

230 132 33 11

3 . Max imum System Vo l tage , KV 245 145 36 12

4 . System Frequency, Hz 50 50 50 50

5 . Phase Rota t i on (An t i -C lock wise)

RST RST RST RST

6 . Type o f System Ground ing So l i d So l i d So l i d So l i d

7 . Rated Fau l t Leve l (3 -Phase Symmetr ica l ) , MVA 3 sec .

12550 6000 1500 381

8 . Bas ic I ns ta l la t i on Leve l , KV 750 650 170 75

LOW VOLTAGE 415/ 240V CHARACTERIST ICS:

9. Normal System Voltage, V

(Vo l tage C lass) 415/ 240

10. Type of System Grounding Solid

Technical Specification of LA & DOFC-2017

7.4 STANDARDS

Performance, Design & Testing of Outdoor Drop Out Fuse Cut-out (DOFC) and Fuse Link shall conform to the latest edition of the IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard or equivalent international Standards unless otherwise specified herein.

7.5 SPECIFICATIONS

1 Installation Outdoor mounted on cross-arm angle/ channel structure.

2 Application Protection of 11/0.415KV, 250/200/100KVA Distribution Transformer.

3 Type Open drop out expulsion.

4 Nominal rated voltage (3 phase) 11 kV

5 Maximum System voltage (3 phase) 12 kV

6 Frequency 50 Hz.

7 Continuous Current Rating 100 A

8 Basic Insulation Level (Impulse Voltage) 75kV (To earth and between poles)

9 Power Frequency withstand Voltage, Dry & Wet

35kV (To earth and between poles)

10 Creepage Distance 25mm/kV (Minimum)

11 Fuse holder type Heavy duty, sealed cap with eye at upper end of the fuse holder.

12 Fuse link continuous ratings 16 amps for 100KVA Transformer 25 amps for 200KVA Transformer 40 amps for 250KVA Transformer

13 Fuse link type K-type as per NEMA standard, medium melting high surge.

14 Rated interrupting capacity, 8 KA (RMS)

15 Standard Design, manufacture, testing and performance shall be in accordance with the latest revision of relevant IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard.

7.6 FEATURES & ACCESSORIES

(a) DOFC shall be with Guide. (b) Each cut-out shall be completed including fuse holder and fuse link. (c) The design shall provide reasonable protection against earthing by animals or birds. (d) The terminal shall be Tin-plated and shall be suitable to accommodate for ACSR Merlin/ Grosbeak/ Hawk

or suitable conductor as required. (e) All moveable current-carrying contacts shall be silver plated. (f) Bracket shall be provided for steel cross-arm mounting with nuts bolts etc. (g) All hardware shall be non-ferrous metal or if ferrous should be hot dip galvanized after fabrication in

accordance to latest revision of relevant IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard.

(h) Fused cut-out units to latest revision of relevant IEC 282-2/ ANSI-C 37.40, 37.41 & 37.42 Standard are required to protect and provide insulator for distribution transformer. The unit shall be supplied complete with galvanized steel brackets bolt nuts and washers for mounting. They shall be provided with a latch

Technical Specification of LA & DOFC-2017

mechanism, which will open the fuse element when the fuse has operated. The latch mechanism shall be constructed as to operate easily from the ground with the aid of an operating stick.

(i) Insulators shall be of the post type made of porcelain to withstand a mechanical force of 1600N. Current carrying equipment shall be made of copper or copper alloy. The nominal rating of the unit shall be 100A. In addition the units shall be capable of being opened under normal transformer magnetizing currents of transformers up to 250KVA to permit transformer isolation.

(j) Termination shall be suitable for connection of compression terminal lugs. (k) The fuse element shall be totally enclosed by a fuse holder to protect it from the atmosphere specified

electrical characteristics of the fuse units shall be to latest revision of relevant IEC standard. (l) Fuse links for the fuse cut-out units shall be of the disconnecting type suitable for opening closing and

removal by an operating stick. (m) Each fuse link shall be suitable for a common fuse base. (n) Each DOFC shall be furnished with a stainless steel rating plate mentioning manufacturer’s name, client

name, year of manufacturing, Contract No & model no. in English.

7.7 INFORMATION REQUIRED

The Bidder/ Manufacturer as per tender requirements shall provide all information. Besides these, the following information/ Documents have to be submitted: (a) Detail Outline and General Arrangement drawings. (b) Manufacturer’s printed catalogue describing specification and technical data of the offered type DOFC

and Fuse Link (c) Maximum clearing time and minimum melting time curve characteristics for Fuse Link. (d) Manufacturer's ISO 9001 certificate.

7.8 DOCUMENTATION

1) Type Test Reports (as stated in Clause 7.9) for offered type DOFC & Fuse Link from STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory as per relevant Standards (unless otherwise specified).

2) Bidder shall submit at least 2 (two) pieces of offered type DOFC and 3 (three) pieces of each type of offered Fuse Links as samples along with the bid. The submitted sample(s) should comply the technical requirements of the tender document. It is noted that the submitted sample(s) of the responsive Tenderer’s will be tested as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender at CERS, BPDB or BUET/ CUET/ KUET/ RUET. If the submitted sample failed in test to conform the technical specification, the tender of the Tenderer will be rejected. The cost of test will be borne by the Purchaser.

7.9 TYPE TESTS REPORT

The following Type Test report for offered type DOFC & Fuse Link from by STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory as per latest revision of relevant IEC/ BS/ ANSI and NEMA Standard of design confirming to the tender document shall submit with the offer. a) Impulse voltage withstand tests. b) Power frequency withstand tests. c) Temperature rise tests. d) Time/ Current Characteristics tests.

7.10 APPROVAL OF DRAWINGS & SPECIFICATIONS

The Bidder shall have to submit 3 sets of Design, Drawing, Technical Specification, Features & Accessories, Guaranteed Technical Particulars of offered type Lighting Arrester along with manufacturer's printed

Technical Specification of LA & DOFC-2017

catalogue, to the Engineer, Director, Design & Inspection–II, BPDB within 15 days from the date of signing the Contract for approval, prior to the manufacturing of the goods.

7.11 TESTS AT MANUFACTURERS WORKS

General Functional electrical, material, mechanical and hydraulic tests shall be carried out at manufacturers’ premises. The extent and method of recording the results shall be agreed by the Purchaser in ample time to enable the tests to be satisfactorily witnessed or to make any changes to the proposed program of tests. Material Tests The supplier shall provide test pieces free of charge as required to enable the quality of the material to be determined at the supplier’s expense. Purchaser may at its own discretion and by specific arrangement accept certified particulars of tests carried out in the absence of his authorized representative.

Type Test Type tests are required to prove the general design of the offered equipments/ materials. The Tenderer shall submit the type test reports of the offered equipments/ materials from STL (Short-Circuit Testing Liaison) Member testing organisation or laboratory as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender.

Routine Tests All equipments/ materials shall be subjected to routine tests as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender at the manufacturers works and shall include, but not be limited to an operational test.

7.12 TECHNICAL ORIENTATION AND QUALITY TEST WITNESS

Witnessing of the manufacturing process and tests of the equipment at manufacturer’s premises including transfer of technical know-how shall be required/held as detailed elsewhere in Particular Conditions of Contract (GCC 32.1) of tender document and other than this the following will be as follows: The Purchaser or its representative shall have the right to inspect, examine and test the workmanship and performance of the goods/materials to confirm their conformity to the specification. The Purchaser or its representative shall be entitled at all reasonable time during manufacture or after manufacture to inspect, examine and test of goods/materials at the manufacturers’ premises, workmanship and performance. The test shall be carried out as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the contract at the manufacturer premises.

An inspection team will be formed by Purchaser or its representative immediate after signing of the contract to control the quality and monitoring the manufacturing process (where required). The manufacturer will allow inspection team to inspect the manufacturing process and quality control and progress of the work at any time need by BPDB’s inspection team. This team will witness the Factory/Technical orientation & Quality test at the manufacturer's plant. The Manufacturer shall have facilities to carry out all tests at its premises and shall provide free of charge such assistance, labor, materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be reasonably demanded to carry out such test efficiently.

The inspection team maximum 2 (two) times may inspect (if required) the goods during the manufacturing process or after manufacture of Goods as required and shall also request to supplier for the purchase/ import/ shipping documents of major/key materials of Goods and shall check in accordance with Guaranteed Technical Particulars (GTP) and guarantees of the contract. All expenses for such tests shall be borne by the supplier.

Technical Specification of LA & DOFC-2017

The manufacturer shall have all testing facilities at the manufacturer's premises to carry out the tests in accordance with the relevant IEC Standards. If, any test(s) pending due to lack of testing facilities at the manufacturer's premises, then the Inspection team shall select sample of Goods and sent the selected sample to any independent Testing Laboratory of the manufacturer's country to carry out the test(s). All cost of testing of the selected sample(s) including carrying, loading, un-loading etc. will be borne by the supplier. The Supplier shall, after consulting the purchaser, give notice to the Purchaser in writing of the date and the place where the material or equipment will be ready for quality witness testing.

When the purchaser intends to attend the test he shall promptly inform the supplier accordingly in writing, so that supplier can take action. The purchaser shall give the supplier timely notice in writing of his intention to attend the test.

The supplier/ manufacturer shall submit (if required by inspection team) the testing procedure & list of testing/ measuring equipment, meters etc. used for Factory/Technical orientation & Quality test witness prior to carry out such witness test(s).

The supplier/ manufacturer shall submit the valid Calibration Certificate from competent authority of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test and the following documents to inspection team prior to carry out such witness test(s).:

I. Updated valid Calibration Certificates of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test.

II. The factory test report (Routine test report) of Goods to be supplied under the contract.

Failing to submit the above documents, the inspection team may not perform to carry out such witness test(s) and all the liabilities along with delay (if any) will be borne by the Bidder/Manufacturer.

It is noted that at the time of Factory/Technical orientation & Quality Test witness BPDB's Inspection team will check the calibration seal/ certificate of the testing/ measuring equipment, meters etc. by the competent authority. If the calibration seal/ certificate of the testing/ measuring equipment, meters etc. are not found and the calibration not done within the due date then BPDB's Inspection team will not witness the test. In that case the Bidder/ Manufacturer shall complete the calibration of the testing/ measuring equipment, meters etc. from the competent authority within a reasonable period without any delay in delivery period. The Factory/Technical orientation & Quality Test witness shall be carried out as per latest version of relevant IEC/BS/ANSI/ASTM/BDS or equivalent international standards as mentioned in the contract at the manufacturer's premises or other places where the required test facilities are available and only routine tests as agreed upon inspection team will be performed. All expenses for such tests shall be borne by the supplier.

When the purchaser intends to attend the test he shall promptly inform the supplier accordingly in writing, so that he can take action. The purchaser shall give the supplier timely notice in writing of his intention to attend the test.

Where the supplier provides for tests on the premises of the supplier or of any manufacturer of the supplier, except where otherwise specified, shall provide free of charge such assistance, labor, materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be reasonably demanded to carry out such test efficiently. These tests shall be performed as per latest version of relevant IEC/ BS or equivalent international standards as mentioned in the tender and only routine tests as agreed upon, will be performed.

As and when the purchaser is satisfied that any materials/ equipments shall have passes the tests referred to in this clause, purchaser shall notify the contractor in writing to that effect.

Should any inspected/ tested goods fail to conform to the specification, the Purchaser shall have the right to reject any of the items or complete batch if necessary. In that case Supplier has to replace the equipment and to make good of them and the supplier shall conduct similar pre-delivery Inspection and factory tests without any financial involvement to the purchaser. In case any of the Equipment found not conforming to the specification at the time of post landing Inspection, the supplier will in no way be relieved from the responsibility of replacing them on making them good at their own cost, despite the Equipment were found

Technical Specification of LA & DOFC-2017

good at the time of Factory Acceptance Test. Nothing in this clause shall in any way release the supplier from any warranty or other obligations under the tender.

No goods shall be packed, prepared for shipment/delivery unless it has been approved including factory Test reports and written instructions have been issued by the Purchaser.

On successful completion of Pre-shipment inspection/quality test witness, delivery of goods will be made to the designated stores under contractor’s/supplier’s responsibility until Post-Landing Inspection is successfully completed without any obligation on part of BPDB. Quality and quantity of the delivered goods will be determined at the time of post-landing inspection at the designated stores in presence of the authorized representative of the contractor/supplier. After approval of the satisfactory Post-Landing Inspection, R&I Report will be issued following the contractual obligations.

The goods supplied under this Contract shall be fully insured in addition, “All risks” insurance, including “war risks, riots, strikes and/or theft” shall be acquired for 110% of the delivered cost of the goods on “Warehouse to Warehouse” basis until the issuance of the R & I after satisfactory completion of Post-Landing Inspection of the goods supplied. The Tenderer has mentioned the place of Technical Orientation and Quality Test Witness in the following table:-

Sl. No.

Item Period of Technical Orientation

and Quality Test Witness

Place & Country of Technical Orientation and Quality Test Witness

7.13 POST-LANDING INSPECTION AND TESTING :

The Supplier shall inform the purchaser immediately after arrival of the goods at the designated store of BPDB (as per delivery schedule). An Inspection team of BPDB shall perform the post-landing inspection in presence of supplier's representative. The Supplier shall arrange the program of post-landing inspection. Any defect or damage have been found at post-landing inspection, the defective or damaged materials/ goods to be replaced by the supplier at his own cost within the stipulated time.

The purchaser’s right to inspect, test (where necessary) and reject the goods after delivery at the designated store of BPDB shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the purchaser prior to the good's delivery.

The Inspection team will check the physical conditions and quantity of the goods delivered. If necessary, the inspection team will select the sample of good(s) and sent the selected sample goods to CERS,

BPDB or BUET/ CUET/ KUET /RUET (as selected by the inspection team) to carryout the test(s) as per tender

to confirm the conformity to the approved Technical Specifications, Guaranteed Technical Particulars (GTP), drawings and relevant standards. If the tested sample(s) fail to confirm the specifications in tests, the full consignment will be rejected. All cost of testing of Materials/ Goods including carrying, loading, un-loading etc. will be borne by the supplier.

-----00-----

Technical Specification of LA & DOFC-2017

SECTION - 8

B) GUARANTEED TECHNICAL PARTICULARS OF

11KV OUTDOOR DROP OUT FUSE CUT-OUT WITH FUSE LINK

Technical Specification of LA & DOFC-2017

8.01 GUARANTEED TECHNICAL PARTICULARS

OF 11KV OUTDOOR DROP OUT FUSE CUT-OUT AND FUSE LINK (To be filled up by the Manufacturer in Manufacturer Letterhead Pad, otherwise the bid shall be rejected.)

8.01 11KV OUTDOOR DOFC

Sl. No.

Description Unit BPDB's

Requirement

Manufacturer's Guaranteed Particulars

1. Manufacturer’s Name and Country - To be mentioned

2. Manufacturer’s Model no. - To be mentioned

3. Frequency Hz 50

4. System Nominal Voltage kV 11

5. System Maximum Voltage kV 12

6. Continuous current rating of cut-out. A 100

7. Basic Insulation Level (BIL)

(To earth and between Poles) kV 75

8. Creepage Distance mm 25mm/kV

9. Power Frequency withstands Voltage, Dry & Wet (To earth and between Poles)

kV 35

10. Fuse Type A Fuse Link

11. Installation - Outdoor

12. Operating Mechanism - Manual

13. Mounting Position - Vertical

14. Type of contact - Silver plated

15. Maximum Switching Voltage kV To be mentioned

16. Insulator material strength KN ≥ 1.6

17. Safety clearance between the terminals mm To be mentioned

18. Dimensions (L x W x H) mm To be mentioned

19. Total weight of unit Kg To be mentioned

20. Outline and General arrangement drawings. - To be submitted

21. Manufacturer's ISO 9001 certificate. - To be submitted

22. Printed Catalogue describing specification and technical data

- To be submitted

23. Standard (IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard)

- To be mentioned

Manufacturer’s Seal & Signature

Bidder Seal & Signature

Technical Specification of LA & DOFC-2017

8.02 GUARANTEED TECHNICAL PARTICULARS

OF 11KV OUTDOOR DROP OUT FUSE CUT-OUT AND FUSE LINK (To be filled up by the Manufacturer in Manufacturer Letterhead Pad, otherwise the bid shall be rejected.)

8.02 11KV FUSE LINK

Sl. No.

Description Unit BPDB's

Requirement

Manufacturer's Guaranteed Particulars

1 Manufacturer’s Name & Country - To be mentioned

2 Manufacturer’s Model no. - To be mentioned

3 Type - K-Type

(NEMA Standard)

4 Rated Voltage kV 11

5 Frequency Hz. 50

6 Rated Current Amps.

a) 16 amps b) 25 amps

b) 40 amps

7 Rated interrupting capacity KA (rms) 8

8 Time/ Current Characteristics - To be furnished

9 Material of fuse Link - To be mentioned

10 Material of fuse cartridge - To be mentioned

11. Standard (IEC 282-2/ BS 729/ ANSI-C 37.40, 37.41 & 37.42 and NEMA Standard)

- To be mentioned

Manufacturer’s Seal & Signature

Bidder's Seal & Signature

Technical Specification of LA & DOFC-2017

8.3 SCHEDULE OF MANUFACTURERS NAME AND PLACES OF MANUFACTURE & TESTING

Item No

Description Manufacture's name Place of

Manufacture

Place of Testing

& Inspection

01 11kV Outdoor Drop Out Fuse Cut-out and Fuse Link

Seal and Signature of the Bidder

Technical Specification of LA & DOFC-2017

SECTION 9

DRAWINGS