208
SPECIFICATIONS Supply of material and Erection, testing and commissioning of new 11 kV lines with underground cables, Ring Main units, upgradation of circuit breakers and, other activities such as providing underground cable fault locator, Installation of remote communicable FPIs ( O/C,E/F), providing of energy meters in Faridabad town under R-APDRP Part-B under the jurisdiction of DHBVN on turnkey basis. VOLUME - II SECTION - VII NIT NO. TER-16/R-APDRP/2015 DAKSHIN HARYANA BIJLI VITRAN NIGAM HISAR

Bid Doc Vol-II

  • Upload
    ledung

  • View
    249

  • Download
    12

Embed Size (px)

Citation preview

Page 1: Bid Doc Vol-II

SPECIFICATIONS

Supply of material and Erection, testing and commissioning of new 11 kV lines with underground cables, Ring Main units, upgradation of circuit breakers and, other activities such as providing underground cable fault locator, Installation of remote communicable FPIs ( O/C,E/F), providing of energy meters in Faridabad town under R-APDRP Part-B under the jurisdiction of DHBVN on turnkey basis.

VOLUME - II

SECTION - VII

NIT NO. TER-16/R-APDRP/2015

DAKSHIN HARYANA BIJLI VITRAN NIGAM

HISAR

Page 2: Bid Doc Vol-II

INDEX VOLUME - II

SECTION DESCRIPTION

VII A, B & C Technical Specifications

Page 3: Bid Doc Vol-II

SECTION VII-A

1. Introduction The scope of this specification covers Supply of material and Erection,

testing and commissioning of new 11 kV lines with underground cables, Ring Main units, upgradation of circuit breakers and, other activities such as providing underground cable fault locator, Installation of remote communicable FPIs ( O/C,E/F), providing of energy meters in Faridabad town under R-APDRP Part-B under the jurisdiction of DHBVN on turnkey basis. The scope of work under the NIT covers under Part-B of R-APDRP Project, which is an ambitious project partially funded by Ministry of Power (MoP, Govt. of India with an objective of reduction of AT&C losses of selected towns to a level of 15% and further maintaining the losses at the same level for the next 5 years by strengthening of existing distribution network. Accordingly, the quality of material procured, work under taken, manpower employed and norms observed by the contractor/ executing agency shall be of the high standards supported by the latest technology and best practices being adopted in the industry now a days.

1.1 Scope:

The scope of work shall include Supply of material and Erection, testing and commissioning of new 11 kV lines with underground cables, Ring Main units, upgradation of circuit breakers and, other activities such as providing underground cable fault locator, Installation of remote communicable FPIs ( O/C,E/F), providing of energy meters in Faridabad town under R-APDRP Part-B under the jurisdiction of DHBVN on turnkey basis. The supply items shall include new 11 kV lines with underground cables, Ring Main units, upgradation of circuit breakers and, other activities such as providing underground cable fault locator, Installation of remote communicable FPIs ( O/C,E/F), providing of energy meters and other items as per Schedule of prices. All the other material / job not specifically mentioned but required to complete the work shall also be in the scope of the contractor. The conductor requiring dismantlement shall be dismantled Section wise i.e. from dead end pole to next dead end pole. Shorter lengths of dismantled ACSR without any valid technical reason shall not be accepted. The contractor will complete all the required work under the scope.

The contractor will intimate the Nodal officer and SDO/Operation regarding when he/they are starting the work of R-APDRP. Under no circumstances will the contractor undertake the work of R-APDRP without the prior intimation to the Nodal officer and the SDO/Op Concerned and subsequent permission.

Charges to be paid to the Railways, Forest Deptt or any other Govt./ Statutory bodies will be borne by the Nigam on actual basis. Initially the requisite charges are to be deposited by the turnkey contractor with the concerned

Page 4: Bid Doc Vol-II

department. However the same shall be reimbursed to the contractor on production of proof of depositing this amount. Insurance: The scope shall also include the raising / lowering of existing Electricity lines to provide proper clearances, all kind of crossings and guarding. The insurance and transportation of conductor and other material dismantled from the lines after augmentation from the Site till its return to Employer’s store shall also be covered in the scope of Contractor. The Employer’s representative shall be responsible to get this material returned to store.

1.1.1 The Bidder shall inform the DHBVN/Employer about the source of supply of

material as per the list of manufacturers/firms empanelled, as approved vendors

to supply material against turnkey works. The material shall be dispatched from

this source only after inspection and approval by the authorized representative of

the Employer. Installation of material will be as per the approved drawings and

specification. The supplier of material will also supply the type test certificates

(not more than 3 years old at the time of bid opening) at the time of inspection-

call which will be further examined by the inspecting authority. However, no

approval of GTPs of petty items such as nuts and bolts, stay sets, hardware

fittings, pin, disc insulator, danger plate, number plate is required and material

supplied should comply with relevant ISS wherever applicable. Penalty of Rs. 20000/- on the contractor shall be levied in case inspection call is given and material is not found ready at works.

1.1.2 Any material not specifically mentioned in the contract but required to

complete the job is deemed to be included in the scope of work of the

Contractor.

1.1.3 The entire stringing work of the conductor and earth wire shall be carried out

by standard practice. The bidder shall indicate in his offer the detailed

description of procedure to be deployed for stringing operation.

1.1.4 Location Details: The line shall be laid in the areas covered under DHBVN in

Haryana.

1.2 Details of Line Route and Terrain:

The 11 KV Power Lines will be running almost through plain and cultivated

area. Preliminary route alignment maps of Power lines covered under this

Page 5: Bid Doc Vol-II

package giving the general topography and major crossings like river, power

lines, railway lines and roads are in the bidder’s scope. Wherever, special

river crossings are involved proper strengthening of the normal pole locations will

be done by the Contractor. 1.3 Access to the Line and Right of Way:

Right of way clearance shall be arranged by employer in accordance with

work schedule. Employer will secure way leave and right of way in the forest

area.

1.4 Detailed Survey of Optimization Pole Location:

1.4.1 The detailed survey for the line route and optimization of the pole location

along with profiling shall be carried out by the successful bidder. The

provisional quantity has been indicated in the Bill of Material for each

package.

1.4.2 (a) The tentative sketches of the lines / works to be carried out are not enclosed with this specification, the same may be obtained from

respective operation office. The detailed survey shall be carried out by

the bidder along the approved alignment. The bidder will examine the

site of works and its surroundings and obtain himself, at his own

responsibility and expenses, all information regarding general site

characteristics, crossings accessibility, infrastructure details etc. The

purchaser will, however, assist the interested bidder to see and inspect

the site of work. For this purpose the bidders are requested to contact:

Chief Engineer/ PD&C, DHBVN, Hisar or the respective XEN (Operation)

/ SDO (Operation) of the area.

1.4.3 The bidder should note that the Employer will not furnish the topographical

map prepared by survey of India, but will make available any assistance that

may be required for obtaining topographical map. 1.4.4 Route Marking:

At the starting point of the commencement of route survey the peg marking

shall be done with iron spikes, driven firmly into the ground. A Benchmark

on top section of the angle iron shall be made to indicate the location of the

survey instrument. Teakwood peg shall be driven at prominent Position at

Page 6: Bid Doc Vol-II

intervals of not more than 750 meters along the Power line to be surveyed up

to the next angle point. At angle position stone / concrete pillar with DHBVN

marked on it shall be put firmly on the ground for easy identification.

1.4.5 Pole Locations:

With the help of pole spotting data, pole locations shall be marked on the

profiles prepared to check the required ground clearances. While locating the

poles on the profile sheets the following shall be borne in the mind.

a) Extension:

An individual span shall be as near to the normal design span as possible. In

case an individual span becomes too short or long with normal supports on

account of ground profile, one or both supports of the spans may be extended

with standard design or provision of a special structure for the purpose

according to technical specifications. The design of such extension shall be

prepared & supplied by the Contractor and shall be got approved from the

Employer.

b) Road Crossings:

At all the important road crossings, the protective cradle guarding will be

provided and poles shall be fitted with normal tension insulators strings

depending upon the location but the ground clearing at the roads at the

maximum temperature and in the still air shall be such that even with the

conductor broken at adjacent span, the ground clearance of the conductor from

the road surface will not be less than 5.125 meter. For road and lines crossings 11

meter PCC poles (400 Kg.) shall be provided to achieve required clearances. H

pole structure on 11 meter PCC poles for road crossings and single 11 meter

PCC poles for line crossing shall be provided.

c) Railway Crossings :

The Contractor will make preliminary survey to assess the requirement of

Railway Crossing and take the same into account in his Bid. The work of

Railway Crossings will be got executed by him as a deposit work with the

Railways or otherwise as per rules of Railway Department. The Employer

will arrange to get the approval from Railway Authorities expedited. The

case for approval will be submitted by the Contractor on the behalf of the

Employer well in time.

Page 7: Bid Doc Vol-II

d) Power Line Crossings:

Wherever the line is to cross over / below the other line of the same voltage or

higher or low voltage the requisite clearances will be ensured in accordance

with the Indian Electricity Rules. The Contractor shall submit and get approved

from the Employer any special design where required in order to achieve such

clearances.

e) River Crossing:

The route of 11 kV New / Augmented line/LT line if routed through a river

bed / mullah or rivulet must have concrete foundation for erection of poles and

must be supported by a good number of stay-supports capable to withstand

water / wind pressure and must be executed to the entire satisfaction of the

Engineer.

f) In case the 11 KV U/G cable is to be laid along the Municipal Road / High

way, the Contractor will make preliminary survey to assess such requirement

and take into account in his Bid. The employer will arrange to get the

approval from the Civic Authorities. However, the case for approval will be

submitted by the Contractor on behalf of the employer well in time.

1.4.6 Clearance from Ground, Building, Trees etc.:

Clearance from Ground, Building, Trees and Telephone lines shall be provided

in conformity with the Indian Electricity Rules, 2005.

1.4.7 The tree cutting shall be the responsibility of the Contractor at the time of

survey as well as during actual execution. However, the Contractor shall count,

mark and put proper Nos. with suitable quality of paint at his own cost on all the

trees that are to be cut by him at the time of actual execution of work.

Contractor may please be note that the Employer shall not pay any

compensation for any loss or damage to the properties or for tree cutting

necessitated due to Contractor’s work.

1.4.8 Any way leave which may be required by the Contractor shall be arranged by

the Employer.

1.4.9 To evaluate and tabulate the trees and bushes coming 6.096m on either side of

the central alignment of the support, the trees will be numbered and marked

with quality paint serially from angle point 1 onwards and corresponding

number will be painted on the stem of trees at a height of 1m from ground

level. The trees list should contain the following information:

a) Girth (circumference) measured at a height of 1 m from ground level.

b) Approximate height of the tree with an accuracy of +/- 2 mtrs.

Page 8: Bid Doc Vol-II

c) Name of the type of the species / tree.

1.4.10 The profile sheets duly spotted along with preliminary schedule indicating

position of poles, wind span, weight span, angle of deviation, river or road

crossings and other details shall be submitted for the approval of the

Employer. After approval the, Contractor shall submit six more sets of

approved reports along with one set of reproducible final profile drawings to

the Employer for record purpose.

1.5 Environmental Conditions:

1.6 General Climatic Conditions:

The area is in extreme climatic belt. Monsoons are generally active in the area from

the month of July to September. The area is also prone to mild dust storms

during the months of March to May. The maximum temperature shall be of the

order of 50°C and minimum temperature shall be of the order of -

2°C. Normal every day temperature is 32°C.

1.7 Technical Data:

The bidder shall furnish all technical data as per relevant schedules in five copies.

1.8 Statutory Regulations and Standards:

1.8.1 Statutory Regulations: The Contractor is required to follow Statutory Regulations stipulated in

Electricity Act, 2003 and Indian Electricity Rules, 2005 as amended to-date and

other local rules and regulations referred to in this specification.

1.8.2 Reference Standards:

The work shall be carried out in accordance with specifications & construction

standards attached hereto or available with the P&D wing of DHBVN/

Nigam’s Website. The codes or standards referred to in this

specification shall govern in all cases wherever such references are made. In

case of conflict between such codes or standards and specification, latter shall

govern. Such codes or standards referred to shall mean the latest revision,

amendments / changes adopted and published by relevant agencies. Other

internationally accepted standards, which ensure equivalent or better

performance than those specified shall also be accepted. All tested steel

sections shall be supplied conforming to relevant Indian Standard

Specifications.

1.9 Quality Assurance, Inspection and Testing:

Page 9: Bid Doc Vol-II

1.9.1 Quality Assurance: The Contractor shall adopt suitable quality assurance programme to control each

activity. Such programme shall be outlined by the Contractor and shall be finally

accepted by the Employer.

1.9.2 Quality Assurance Document:

The Contractor shall be required to sub it all quality assurance documents as

stipulated in quality plan at the time of Employer’s inspection of material. The

Employer through his duly authorized representative reserves the right to carry

out quality inspection / audit & checks to see the adequacy of the

Contractor’s quality management programme.

1.9.3 Inspection and Testing:

The Employer shall inspect the major material i.e. Poles, Conductors, Earth

wire, Insulators, Pins, Hardware fittings at the works of supplier before

dispatch. The requisite original type test certificates wherever required will be

submitted by the Contractor / Supplier at the time of inspection for verification

/ examination by the Inspector. The material shall not be dispatched without

dispatch authorization by the Employer. Other material shall be inspected by

the Employer before erection at site. The Employer shall have the right to re-

inspect at his expenses any material through previously inspection and

approved by him at the Contractor’s / Supplier’s works, before / after the same

are erected at the site. If following the latter, the material is found defective,

then the Contractor shall bear the cost of this inspection and re-instatement

according to specifications. The Employer shall get the material inspected

from his Engineers or from any other inspection agency at its discretion. 2.0 Technical Parameters of 11 kV Line:

Electrical System Data :

a) Nominal Voltage 11 KV

b) Maximum system voltage 12 KV

c) NIL (Impulse) 75 KV (Peak)

d) Power frequency withstand voltage 28 KV

In order to ensure the proper quality of the material utilized in erection and

construction works according to their scope, the following measures have been

adopted:

Page 10: Bid Doc Vol-II

1. Third party pre delivery inspection of the material got conducted as per

approved guaranteed technical particular, Technical specifications, Drawings

and applicable ISS. The applicable IS standards are followed while framing of

tender specification and guaranteed Technical particulars in respect of procured

equipments and materials.

2. At present pre-dispatch inspection and quality assurance services for materials

and equipment procured by company is being conducted by the third party

agencies

3. For ensuring the proper workmanship of the executed capital works, the work

of supervision monitoring and quality control consultancy services for various

capital works involving construction / commissioning and renovation works under

the jurisdiction of DHBVN, Hisar . The works monitored by them are erection,

testing and commissioning of new 33kV lines; 11kV lines: LT lines; 33/11kV S/S,

Distribution transformers, augmentation of HT and LT lines. The Consultant's

scope covered are,

a. Assisting Company in engineering, Administration and management of the

contract.

b. Supervision, Monitoring and quality control of the construction works in

accordance with the approved drawings, technical specifications, environmental

management plan, construction equipments, resource deployment and other

stipulations of contract documents including safety and care of the work.

c. Ensuring quality of material and works

d. Assisting field measurements

e. Monitoring timely progress of work

f. The above supervision of works is in addition to the quality control, inspection

and checks already being exercised by the engineers of the DHBVN from Time

to time.

Page 11: Bid Doc Vol-II

3. Details of material for 11 KV Underground cable: 3.1 Particulars of Underground cable: For laying of 1 Km length of 11 KV 3 core 95 sq.mm XLPE UG Cable using Conventional laying with excavation in soil

SL. No Particulars Unit Qty

1 Material Cost 11 kV Class 3X 95 Sq.mm XLPE UG Cable

Kms 1

2 Straight through jointing kits HS Type suitable for 95 Sq.mm Cable Nos. 3

3 Cable termination kit Out door / In door HS Type Suitable for 95 Sq.mm Per Kit 2

4 Cable covering tiles 250X250X40 mm or 250x125x40 mm Nos. 4000/

8000 5 Sand Cmt 60

6 RCC Hume pipe, 2000 mm long, 150 mm dia(for rail track crossings, less trafic roads etc)

Nos. 30

7 Collars for RCC Hume pipe Nos. 30

8 GI Pipe, 150 mm dia for drain crossing, cable raising etc., Mtrs 8

9 Route and joint indicating stones Nos. 20

a) Cable trench excavation, 1000x0.6x1=600, Ordinary soil Cmt 600

b) Laying of cable in trench km 1 c) Refilling and consolidation Cmt 550 d) Making of straight through joints No 3 e) Making of cable terminations No 2 f) Covering the cable with tiles km 1

g) Spreading Sand and forming with Sand round the cable km 1

h) Laying of RCC Hume pipes mtr 60 i) Laying of GI Pipe mtr 8

j) Laying of Route and Joint indicating stones No 20

For laying of 1 Km length of 11 KV 3 core 185 sq.mm XLPE UG Cable using Conventional laying with excavation in soil

SL. No Particulars Unit Qty

1 11 kV Class 3X185Sq.mm XLPE UG Cable Kms 1

2 Straight through jointing kits HS Type suitable for 3X185 Sq.mm Cable Nos. 3

3 Cable termination kit Out door / In door HS Type Suitable for 3X185 Sq.mm Per Kit 2

Page 12: Bid Doc Vol-II

4 Cable covering tiles 250X250X40 mm or 250x125x40mm Nos. 4000/

8000 5 Sand Cmt 60

6 RCC Hume pipe, 2000 mm long, 150 mm dia(for rail track crossings, less trafic roads etc)

Nos. 30

7 Collars for RCC Hume pipe Nos. 30

8 GI Pipe, 150 mm dia for drain crossing, cable raising etc., Mtrs 8

9 Route and joint indicating stones Nos. 20

a) Cable trench excavation, 1000x0.6x1=600, Ordinary soil Cmt 600

b) Laying of cable in trench km 1 c) Refilling and consolidation Cmt 550 d) Making of straight through joints No 3 e) Making of cable terminations No 2 f) Covering the cable with tiles km 1

g) Spreading Sand and forming with Sand round the cable km 1

h) Laying of RCC Hume pipes mtr 60 i) Laying of GI Pipe mtr 8

j) Laying of Route and Joint indicating stones No 20

For laying of 1 Km length of 11 KV 3 core 300 sq.mm XLPE UG Cable using Conventional laying with excavation in soil

SL. No Particulars Unit Qty

1 11 kV Class 3X300 Sq.mm XLPE UG Cable Kms 1

2 Straight through jointing kits HS Type suitable for 3X300 Sq.mm Cable Nos. 3

3 Cable termination kit Out door / In door HS Type Suitable for 3X300 Sq.mm Per Kit 2

4 Cable covering tiles 250X250X40 mm or 250x125x40mm Nos. 4000 /

8000 5 Sand Cmt 60

6 RCC Hume pipe, 2000 mm long, 150 mm dia(for rail track crossings, less trafic roads etc)

Nos. 30

7 Collars for RCC Hume pipe Nos. 30

8 GI Pipe, 150 mm dia for drain crossing, cable raising etc., Mtrs 8

9 Route and joint indicating stones Nos. 20

a) Cable trench excavation, 1000x0.6x1=600, Ordinary soil Cmt 600

b) Laying of cable in trench km 1 c) Refilling and consolidation Cmt 550

Page 13: Bid Doc Vol-II

d) Making of straight through joints No 3 e) Making of cable terminations No 2 f) Covering the cable with tiles km 1

g) Spreading Sand and forming with Sand round the cable km 1

h) Laying of RCC Hume pipes mtr 60 i) Laying of GI Pipe mtr 8

j) Laying of Route and Joint indicating stones No 20

3.4 Tentative Bill of material for each Bid is as per Annexure/Schedule of Prices. The

material erection schedules of different line items are provided in the DPR, a hard copy of which shall be provided to the successful firm after award.

3.5 Meteorological Data is as per Annexure-II.

4. Bolts, Nuts &Washers:

4.1 All Bolts and Nuts shall conform to IS:1363-1967 (amended to-date) or equivalent to IES Standard. All Bolts and Nuts shall have Hexagonal head Nuts, the heads being forged out of the solid steel rods and shall be truly pen centric and square with the shank, which must be perfectly straight. Small Nuts & Bolts both shall be fully threaded whereas long bolts shall be partially threaded.

4.2 Steel Items: All steel items shall be conform to IS:2062 Grade-A (amended

to date) or equivalent to IEC Standard.

5. Spares and Clearances:

5.1 Normal Span:

The normal running span of the line shall be approx. 60 Mtrs. For 11 KV Line

with ACSR and 40 Mtrs. With AB Cable and 60 Mtr. of LT line in the Cross

Country. However, the material erection schedule as referred in the DPRs shall be followed.

5.2 Wind Span:

The wind Span is the sum of two half spans adjacent to the support under

consideration. For normal horizontal spans this equals to normal running

span.

5.3 Electr ical Clearances:

5.3.1 Ground Clearances: The minimum ground clearances from the bottom conductor shall not be less than

5.125 meter at the maximum sag conditions i.e. at maximum temperature and

still air.

Any LT/HT/Telecommunication line falling around of new 11 kV line should

have enough clearances as prescribed in I.E. rules, 2005 & its amendments

applicable in this respect.

Page 14: Bid Doc Vol-II

5.3.2 For river crossing, the minimum electrical clearance including ground

clearance will be the same as for normal poles.

5.4 Conductor and Earth Wire Configuration:

The three phases shall be in triangular formation. The phase to phase spacing

shall not be less than 1.070 Mtr.

6. Drawings:

6.1 The design and drawings submitted by the Contractor shall be

approved/commented by the Employer as the case may be within 20 days of

receipt of design/drawings in the office of the Engineer. If the design/

drawings are commented by the Employer, the Contractor shall submit revised

design/drawings within 15 days of date of issue of comments. The drawing

will also be submitted by the Contractor to the Engineer who will take further

necessary action to approve the same or get it approved from the competent

authority.

6.2 The Contractor is required to furnish the progress of submissions and

approvals of design and drawings on 25th day of every month till the

completion of all the design activities.

7. Excavation & Erection of Poles:

7.1 The Pits for the Poles are to be excavated in the direction of the line, as this

will facilitate the erection of pole and given internal stability. The depth of the

foundations to be excavated for the poles shall be approximately 1/6th of the

Pole’s length. The alignment of the Poles are to be set right and the earthfilling

will be done after checking the alignment vertically and earth will be rammed

afterwards properly.

7.2 H Poles are to be erected on almost 10 th location when the line is going

straight and it is also to be provided wherever there is an angle of deviation in

the line. When the angle of deviation is >60°C, 4 pole structures will be

provided. In case of angle H-Pole, the pits are to be excavated along the bi-

section of the angle of deviation. It will be ensured that the poles are held in

vertical position and earth is filled in the pits and proper ramming is done so

that pole remains in proper position. On every H-Pole, 4 stays are to be

provided along the line i.e. 2 on each direction and in addition two more stays

along the bi-section of the angle of deviation are to be provided as required

depending upon the site conditions as per the drawings attached with the

specifications.

7.3 The stays will be provided at all dead end locations, angle locations and T-Off

Page 15: Bid Doc Vol-II

points and also on normal locations as wind stays to counter the pressure of

the winds. Normally every fourth pole of the line shall be provided with two

wind stays one on either side of the pole. The angle of the stays will be

generally kept on 30 to 45 degrees depending upon the tension and the

location of the line. Every stay shall be provided with 11 KV Disc Insulators

as per drawing.

7.4 Earthing shall be provided on every 4th pole as per the design attached hereto

in addition to the continuous Earth Wire. H-pole structures will be provided

with 2 No. earthings.

7.5 Number plate shall be provided on each location indicating the No. of

Structure S1, S2 etc. 2 pole and 4 pole structures will be numbered both for

structure Nos. as well as H-Pole /4-pole marking. For example if Ist H-pole

appear at Structure No. 10, plate will be denoted as S-10/H-1. Similarly, if Ist

4-pole appear at structure No. 25, the same will be denoted by S-25/4P-1 & so

on.

7.6 All unpainted /Un-galvanized iron sections like Channel, Angle/Clamps Stay

sets etc. shall be given 2 coating of Red Oxide before installation to prevent

rusting. To avoid rusting anti-corrosion aluminium paint shall also be

provided.

7.7 One set of 11 KV lightning arrestor shall be provided within 3 KM area. 11

KV G.O. Switch shall be provided on the terminal structure near the grid

S/Station & at the interconnection point with existing feeder to facilitate the

complete isolation of the line.

8. Handling of Conductor and Earth Wire:

8.1 The Contractor shall be entirely responsible for any damage to the poles,

insulators and conductors during transportation & stringing. While running

out the conductors, care shall be taken that the conductors do not touch or rub

against the ground or objects, which could cause scratches or damages to the

strands. The conductors shall be run out of the drums from the top in order to

avoid damage due to chaffing. 8.2 The stringing blocks shall be suspended in a manner to suit the design of the X

arms. Proper T&P shall also be made available to the Employer by the

Contractor for checking the tensions in the guy wires. The drums shall be

provided with a suitable braking device to avoid damages, loose running out

and kinking of the conductor. The conductor shall be continuously observed

Page 16: Bid Doc Vol-II

for loose or broken strands or any other damage. When approaching end of a

drum length at least three coils shall be left when the stringing operations are to

be stopped. These coils are to be removed carefully and if another length is

required to be run, a joint shall be made as per the recommendations of the

manufacturers.

8.3 Repairs to Conductors if necessary shall be carried out during the running out

operations with repair sleeves. Repairing of Conductors surface shall be done only

in case of minor damage scuff marks etc. keeping in view both electrical and

mechanical safe requirements. The final conductors shall be cleaned smooth

and without any projections, sharp points cuts, abrasions.

8.4 Conductors Splices shall be made so that they do not crack or get damaged in

the stringing operations. The Contractor shall use only such

equipment/ methods during Conductor stringing which ensures complete

compliance in this regard.

8.5 Derricks shall be used where roads, rivers, channels, telecommunications or

overhead power line, railway lines, fences or walls have to be crossed during

stringing operations. It shall be seen that normal services are not interrupted

or damage caused to property. Shut down shall be obtained when working at

crossing of overhead power lines as per para 8.8. Contractor shall be

responsible for proper handling of the Conductor. Earth wire and accessories in

the field.

8.6 The sequence of stringing of Conductors/Earth wire shall be from top to

downwards i.e. conductors will be run out in succession & earth wire will be

strung in the last.

8.7 The proposed 11 kV power lines may run parallel for certain distance with the

existing power lines, which may remain energized during the stringing period.

As a result there is a possibility of dangerous voltage build up due to

electromagnetic and electrostatic coupling in the pulling wire, conductors and

earth wires which although comparatively small during normal operations can

be severe during switching. It shall be Contractor’s responsibility to take

adequate safety precautions to protect his employees and others from this

potential danger.

8.8 The Contractor shall inform the Engineer whenever he wants to avail the

‘Permit to Work’ from the local sub-division for erecting the new 11 kV line

or augmenting the existing 11 kV line. A minimum 48 hours advance notice

in writing for availing the shutdown on any live 11 kV feeder/LT lines shall

Page 17: Bid Doc Vol-II

be given to the Engineer. The 11 kV/ LT line on which permit is taken should

be made clear from all the temporary earth, men and material before

cancellation of the ‘Permit to Work’. It is worth mentioning here that the

‘Permit to Work’ on existing line shall be arranged through the Engineer or his

representative and the same shall also be got cancelled through the same

agency only. No ‘Permit to Work’ shall be issued on any line directly to

Contractor or his staff from any 33 kV or 66 kV Sub-Station.

9. Stringing of Conductor & Earth Wire:

9.1 The stringing of conductor shall be done by standard stringing method.

9.1.1 After being pulled the Conductor/Earth wire shall not be allowed to hang in

the stringing blocks for more than 6 hours before being pulled to the specified

sag.

9.1.1.1 Conductors creep in respect of ACSR 50 mm2 Conductors are to be

compensated by over tensioning the conductor at a temperature of 21°C or

lower during stringing.

9.1.2 The bidder shall give complete details of the stringing method, which he

proposes to follow. Before the commencement of stringing the Contractor

shall submit the stringing charts for the Conductor and Earth wire for various

temperatures and spans along with equivalent spans to the Engineer for the

approval of the Employer.

9.2 Sagging in Operation:

9.2.1 The Conductor shall be pulled up to the desired sag and left in running blocks

for atleast one hours after which the sag shall be re-checked and adjusted if

necessary before transferring the Conductor from the running blocks to the

polymeric insulators. The conductor shall be clamped within 36 hours of

sagging. 9.2.2 The sag will be checked in the first and the last span of the section in case of

sections upto 8 spans and in one intermediate span also for sections with more

than eight Spans. The sag shall also be checked when the Conductor have

been drawn up and transferred from running clocks to the insulators.

9.2.3 The running blocks when suspended from the structures for sagging shall be

so adjusted that the Conductors on running blocks will be on the same height as

a 11 KV Insulators to which it is to be secured.

At sharp vertical angle, the sag and tensions shall be checked on both sides of

the angle, the conductor wire shall be checked from the running blocks for

Page 18: Bid Doc Vol-II

equality of tension on both sides.

9.2.4 Tensioning and sagging operations shall be carried out in calm weather when

rapid changes in temperature are not likely to occur.

9.3 Tensioning and Sagging of Conductor and Earth Wire:

The Tensioning and Sagging Operations shall be done in accordance with the

approved stringing chart before the Conductor and Earth wire are finally

attached to the poles through the earth wire clamps and insulators for the

Conductor. The relevant stringing charts for the Conductor and earth wire

should be employed for this purpose.

9.4 Final Checking, Testing and Commissioning:

After completion of the works, final checking of the line and equipment shall be

carried out by the Contractor to ensure that all the foundation works, pole

erection and stringing has been done according to the specifications and as

approved by the Employer. All the works shall be thoroughly inspected

keeping in view the following main points:

a) All the structures are straight & erect and in proper alignment. Sufficient

back filed earth is lying over each pit and it is adequately rammed /

compacted.

b) All bolts are properly tightened and punched / tack welded.

c) The stringing of the Conductors and Earth Wire has been done as per the

approved sag and tension charts and desired clearances are clearly

available.

d) All Conductors and Earth wire accessories are properly installed & fixed.

e) All other requirements to complete the work like fixing of danger plate,

phase plate, number plate, barbed wire etc. are properly installed.

f) The insulation of line as a whole is tested by the Contractor by providing

his own equipment, labour etc. to the satisfaction of the Employer.

g) The line is tested satisfactorily for commissioning purpose.

h) Earth resistance of every earth wire & P/M S/Stn. will be measured and

result shall be supplied and same will also be checked by the Engineer or

his representative.

10. General Technical Conditions:

10.1 The above provisions shall supplement all the detailed technical specifications

and requirements brought out herein. The Contractor’s proposal shall be

based on the use of materials complying fully with the requirements specified

Page 19: Bid Doc Vol-II

herein.

10.2 Engineering Data:

10.2.1 The furnishing of engineering data by the Contractor shall be in accordance

with the schedule as specified in the technical specifications. The review of

these data by the Employer will cover only general conformance of the data to

the specifications and not a thorough review of all dimensions quantities and

details of the materials or items indicated or the accuracy of the information

submitted. The review of the Employer shall not be considered by the

Contractor as limiting any of his responsibilities and liabilities for mistakes

and deviations from the requirements specified under these specifications.

10.2.2 All engineering data submitted by the Contractor after review by the Employer

shall form part of contract document.

If errors are discovered any time during the validity of the contract then the

Contractor shall be responsible for their consequences.

10.2.3 The quantities worked out here are only tentative. The Contractor shall work

out actual requirement and get it approved from the Engineer-in-Charge. The

payment shall be made on actual basis.

I) In case of availability of space, in the Control Room, for the

installation of only one 11 kV breaker panel & more than one

feeder are to be emanated from the concerned sub-station, the 11 kV

breaker panel incoming type shall be installed which shall cater to the

requirement of one or more than one outdoor type VCBs (kiosk).

The 11 kV HT supply shall be extended through 11 KV underground

cable.

II) A- Back Filling of Pits : a) All the locations, (with following exceptions), the pits after

erection of poles shall be back filled with excavated or borrowed

earth in layers taking care to ram the earth in one layer at a time to the

satisfaction of site-in-charge.

b) For all the failure containment structures, described earlier &

repeated below, the pits shall be hack filled with excavated /

borrowed earth and broken bricks (Jhama) back properly rammed to

the satisfaction of site-in-charge.

i) At some the tapping points & dead end poles

ii) At all the points where DT is to be installed.

Page 20: Bid Doc Vol-II

iii) At all the points as per REC construction dwg. No. A-10 (

for the diversion angle of 10-60 degree).

iv) At the distance of 1 km max. from the last Jhama filled

pole structure.

v) Both side poles at all the crossing for main road, nallaha

railway crossings etc.

vi) Al DP structures.

Tapping points & roads where the failure containment

structures is to be erected shall be decided during detailed

engineering.

c) The cost of backfilling including all material /borrowed

earth/Jhama etc. is deemed to be included in the quoted price.

The above clauses shall be read in conjunction with

Clause given below: B- Foundation & Pole Erection:

a) The foundation of poles shall be of the following types:-

i) Foundation back-filled and rammed with excavated soil and

brick batting for 200 Kg. PCC Poles.

ii) Foundation back-filled and rammed with excavated/borrowed

soil.

b) The Type of foundation for individual poles shall be decided

during detailed engineering. The bidder shall quote their rates

as per the quantity of both types of foundations indicated in the BPS. The pole erection rate shall include excavation in all types of soil/rock, back-filling of the foundation pole as specified, cost of all materials, labour etc.

c) Foundation back-filled and rammed with excavated soil and

brick-batting for 200 Kg, PSC poles - The foundation pit of the

pole should be of size 600 mm x 500 mm x depth. The base of the

foundation shall be either of PCC (1:2:4) of size 400 x 400 x 70

mm or a stone plate of size 400 x 400 x 35 mm duly backfilled as

explained in clause above.

d) Foundation back-filled and rammed with excavated / borrowed

soil and brick batting for 200 Kg. PSC Poles. The foundation pit

of the pole should be of size 600 mm x 400 x depth. The base of

Page 21: Bid Doc Vol-II

the foundation shall be either of PCC (1:2:4) of size 400 x 400 x 70

mm or a stone plate of size 400 x 400 x 35 mm, duly back-

filled as explained in clause above.

e) It is envisaged that 11 kV line may be traversing marshy & low

laying area for which special type of foundation shall be

required. In such a case, difference in excavation quantity,

concreting & reinforcement between special foundation and

normal foundation shall be part of the package.

f) Erection of Poles: The poles are to be erected in alignment

with utmost care. The poles shall then be lifted to the pit with

the help of wooden supports. The pole shall then be kept in the

vertical position with the help of 25 mm (min.) manila ropes

which shall act as the temporary anchor. The verticality of the

pole shall be checked by spirit level in both longitudinal &

transverse directions. Once, this is done, the back filling/

concreting shall be done in the pit. The temporary anchor shall

be removed only when poles set properly in the foundation.

C- Erection of Stay Sets: The Contractor shall install the stay set complete in all respect. This

includes excavation of pit size 0.5 m x 0.5 m x 1.6 m in all kinds of

soil including laterite/ hard rocks. Stay plate and rod (leaving the top 10

cm) shall be embedded in the pit with PCC in the ratio 1:2:4 (the

volume of PCC shall be 0.5 m x 0.5 m x 0.8 m ). The rest (upper half)

of the pit shall be filled with excavated soil duly compacted layer by

layer. An angle between 30 to 45 degrees shall be maintained between

stay wire and the pole. The stay wire shall be used with a stay

insulator at a height of 5 m above ground level with G.I. turn buckle.

Stay set shall be grouted as per drawing No. PGCIL/RE/Stay-Set.

Guidelines for laying & installation of 11 KV & 33 KV under ground cables.

The 33 KV & 11 KV under ground cables are being laid in the field since long.

However it has been observed that cables are being laid in a very haphazard manner

because no clear guidelines are available in the field. The matter has been reviewed &

following general guidelines may be adopted while selecting the route, method of laying

& installation U/G 11 KV & 33 KV cables:-

Page 22: Bid Doc Vol-II

1. Selection of route:- While selecting the route the following guideline may be kept

in view:-

(a) The route should be away from parallel running gas, water pipes &

telephone/telecommunication cables as far as possible.

(b) The route should be selected in such a manner that involves minimum obstacles

such as roadway crossing, railway crossing etc.

(c) If possible the cable should be laid along the footpath rather than the carriage

way.

(d) The cable route should not involve sharp bends.

2. Methods of cable laying:-

(a) Laying in Trench: - In an inhabited area & highly protective area like airport,

grid S/Stn. switch yard, Hospital, School & other military installation, the cable

should be laid in covered trenches.

(b) Laying In Pipes: - At railway crossing, road crossing & water pipe lines

crossing, the cable should be laid in cast iron pipes.

(c) Laying on Racks: - Inside the buildings, Industrial plants, S/Stns. & tunnels,

cables may be laid on racks fixed to the wall or supported from the ceilings.

(d) Laying direct in the Ground: - In all other than inhabited areas, the cables

may be laid direct in the ground under proper protective covers.

3. Installation

(a) While laying direct in the ground, the cable should be laid on a bedding of minimum

75 mm riddled soil or sand & covering it with additional riddled soil or sand of

minimum 75 mm & Protecting it by means of tiles, bricks or slabs.

Procedure :-

(b) The minimum depth of laying from the ground surface to the top of the cable is as

follows:-

• 11 KV cable – 0.9 meter

• 33 KV Cable – 1.05 meter

(c) The minimum clearance are as follows:-

• Power cable to control cable – 0.2 meter.

• Power cable to comminicucation cable – 0.3 meter.

• Power cable to Gas/Water main – 0.3 meter

• Power Cable to Power cable – clearance not necessary, however, larger the clearance

better would be current carrying capacity.

(d) The diameter of the cable conduit or pipe or duct shall be at least 1.5 times the outer

diameter of the cable.

Page 23: Bid Doc Vol-II

(e) For identification of the route of U/G cable and safety of others/human being the

word “Power cable” should be marked on the protective covering of tiles, bricks, slabs

etc.

Note: - Necessary consent shall be obtained from the concerned authorities while

laying U/G cable across railway, roads and water-pipe lines.

Cl 11.0:

1. For the Drawings/GTPs/Standards which are not included in the above tender

documents, latest REC standards are to be followed.

2. The technical specifications as given in the tender documents are covering a range of

items, in that case only the material as per the schedule of prices is to be considered.

Page 24: Bid Doc Vol-II

SECTION VII- B

Page 25: Bid Doc Vol-II

SECTION - VII-B 1. Drawings: 1.1 All drawings submitted by the Contractor including those submitted at the

time of Bid shall be with sufficient detail to indicate the type, size, arrangement, dimensions, material description, Bill of materials, weight of each component, break-u[p for packing and transportation, fixing arrangement required, the dimensions required for installation and any other information specifically requested in these specifications.

1.2 Each drawing submitted by the Contractor shall be clearly marked with the name of the Employer, the specification title, the specification number and the name of the project. All titles, notings, markings and writings on the drawing shall be in English. All the dimensions should be to the scale and in metric units.

1.3 The Contractor shall submit the necessary detailed route plan or other necessary construction drawings for approval to the Employer within 20 days of Letter of Intent.

1.4 The route plan drawings submitted by the Contractor shall be examined by the Employer as far as practicable within 20 days and shall be modified by the Contractor, if any modifications and/or corrections are required by the Employer. The Contractor shall incorporate such modifications and/or corrections and submit the final drawings for approval. Any delays arising out of failure by the Contractor to rectify the drawings in good time shall not alter the contract completion date.

1.5 The drawings submitted for approval to the Employer shall be in quadruplicate. One print of suet drawings shall be returned to the Contractor by the Employer marked “approved/ approved with corrections“. The Contractor shall thereupon furnish the Employer additional prints as may be required along with one reproducible in original of the drawings after incorporating all corrections.

1.6 The work shall be performed by the Contractor strictly in accordance with these drawings and no deviation shall be permitted without the approval of the Employer, if so required. 1.7 All manufacturing, fabrication and erection work under the Scope of Contractor, prior to the approval of the drawings shall be at the Contractor’s risk. The Contractor may make any changes in the design which are necessary to conform to the provisions and intent of the Contract and such changes will again be subject to the approval by the Employer. 1.8 The approval of the documents and drawings by the Employer shall mean that the Employer is satisfied that:

a) The Contractor has completed the part of the Works covered be the subject document (i.e., confirmation of progress of work).

b) The work appears to comply with requirements of specifications. In no case the approval by the Employer of any document does imply compliance with all technical requirements, nor the absence of errors in such documents.

1.9 The following is the general list of the documents and drawings that are to be approved by the employer:

a) Work Schedule (Master Network) Plan. b) Sag tensions calculation and sag template curve drawing. c) Pole spotting data. d) Detailed survey report and profile drawings showing ground

clearance and pole locations.

Page 26: Bid Doc Vol-II

e) Pole earthing Drawing. f) Pole accessories drawings like danger plate, number plate,

phase plates etc. g) Pert Chart.

1.10 Design Improvements : 1.10.1 The Employer or the Contractor may propose changes in the

specification and if the parties agree upon any such changes and the cost implication, the specification shall be modified accordingly.

1.10.2 If any such agreement affects the price and schedule of completion, the parties shall agree in writing as to the extent of any change in the price and schedule of completion before the Contractor proceeds with the change. Following such agreement, the provision thereof, shall be deemed to have been amended accordingly.

1.11 Design Co-ordination. The contractor shall be responsible for the selection and design of appropriate material/item to provide the best co-ordinated performance of the entire system. The basic design requirements are detailed out in this specification. The design of various components, sub-assembly and assemblies shall be so done that it facilitates easy field assembly and maintenance.

1.12 Design Review Meetings The contractor will be called upon to attend design review meetings with the Employer and the consultants of the Employer during the period of contract. The Contractor shall attend such meetings at his own cost at Hisar or at mutually agreed venue as and when required. Such review meeting shall be held as & when required.

2. Packing

All the material shall be suitably protected, coated, covered of boxed and created to prevent or deterioration during transit, handling & storage at site till the time of erection. The Contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. The contractor shall include and provide for securely protecting and packing the materials so as to avoid loss or damage during transport during transport by air, sea, rail and road.

All packing shall allow for easy removal and checking at site. Wherever necessary, proper arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked for with sign showing ‘up’ & ‘down’ on.

3. Progress Report

Appropriate visual charts shall accompany the monthly progress report detailed out the progress achieved on all erection activities as compared to the schedules. The report shall also indicate the reasons for variance between the scheduled and actual progress and the action proposed for corrective measures wherever necessary.

4. Manpower Deployment Report

The Contractor shall submit to the employer on the first day of every month a manpower deployment schedule for each activity.

Page 27: Bid Doc Vol-II

The Contractor shall also submit to the employer on the first day of every month a manpower deployment report of the previous month detailing the No. of persons scheduled to have been employed and actually employed.

Tools, Tackle and Scaffolding The Contractor shall provide all the construction equipment, tools, tackle and scaffoldings required for construction, erection and commissioning of the power line covered under the contract. He shall submit a list of all such material of the employer before the commencement of work at site. These tools and tackle shall not be removed from the site without the written permission of the Employer. First Aid and General Hygiene The Contractor shall provide necessary first aid & reasonable Hygiene facilities for all his employees, representatives and workmen working at the site Enough number of Contractor’s personnel shall be trained in administering the first aid. Security The Contractor shall have total responsibility for all requirement and materials in his custody, stored, loose, semi-assembled and or erected by him at site. The Contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, pilferage and any other damages and loss. Materials Handling and Storage: All the supplies under the Contract as well as arriving at Site shall be promptly received, unloaded and transported and stored in the stores by the Contraction. Contractor shall be responsible for examining all the shipment and notify the employer immediately of any damage, shortage, discrepancy etc. for the purpose of Employer’s information only. The Contactor shall submit to the Employer every week a report detailing all the receipts during the week. However, the Contactor shall be solely responsible for any shortage or damages in transit, handling and/ or in storage and erection at Site. The Contractor shall maintain an accurate and exhaustive record detailing out the list of all items received by him for the purpose of erection and keep such record open for the inspection of the Employer. Each package shall be legibly marked by the Contractor/ Supplier at his expenses showing the details such as description and quantity of contents, the name of the consignee and address, the gross and net weight of the package, the name of the Contractor etc.

5. Erection Conditions

The following shall supplement the conditions already contained in the other parts of these specifications and documents and shall govern

Page 28: Bid Doc Vol-II

that portion of the work on this Contract to be performed at site. Regulation of local Authorities and Statutes

The Contractor shall comply with all the rules and regulations of local authorities during the performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the payment of Wages Act (both of the Govt. of India) and the rules made there under in respect of any employee or workman employed or engaged by him or his Sub-Contractor. All registration and statutory inspection fees, if any, in respect of his work pursuant to this Contract shall be to the account of the Contractor. However, any registration, statutory inspection fees lawfully payable under the provisions of the statutory law and its amendments from time to time during erection in respect of the 11 KV line, ultimately to be owned by the Employer, shall be to the account of the Employer. Should any such inspection or registration need to be re-arranged due to the fault of the Contractor or his Sub-Contractor, the additional fees to such inspection and /or registration shall be borne by the Contractor. Contractor’s Field Operation. The Contractor shall keep the Employer informed in advance regarding his field activity plans and schedules for carrying-out each part of the works. Any review of such plan or schedule or method of work by the Employer shall not relieve the Contractor of any of his responsibilities towards the field activities. Such reviews shall also not be considered as an assumption of any risk by the Employer or any of his representatives and no claim of the Contractor will be entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed. The Contractor shall be solely responsible for the safety, adequacy and efficiency of tools and plants and his erection methods. All the materials stored in the open or dusty location must be covered with suitable weather-proof and flameproof covering material as applicable. The Contractor shall be responsible for making suitable indoor storage facilities at various locations to store all items /materials which require indoor storage.

6. Construction Management

Time is the essence of the Contract and the Contractor shall be responsible for performance of his works in accordance with the specified construction schedule. If at any time, the Contractor is falling behind the schedule for reasons attributable to him, he shall take necessary action to make good for such delays by increasing his work force or by working overtime or otherwise to accelerate the progress of the work and to comply with schedule and shall communicate such actions in writing to the Employer, satisfying that his action will compensate for the delay. The Contractor shall not be allowed any extra compensation for such action.

Page 29: Bid Doc Vol-II

7. Field Office Records

The Contractor shall set up his site offices at different locations to facilitate smooth working. The site offices shall be manned by his supervisors/ other staff. The Contractor shall maintain at his Site office up-to-date copies of all drawings, specifications and other supplementary data complete with all the latest revisions thereto. The Contractor shall also maintain, in addition, the continuous record of all changes to the above Contract Documents, drawings, specifications, supplementary data etc. effected in the field and on completion of his total assignment under the Contract shall incorporate data to indicate as installed conditions of the material supplied and erected under the contract. Such drawings and engineering data shall be submitted to the Employer in required number of copies.

8. Protec tion of Property and Contrac tor’s Liability:

The Contractor will ensure provision of necessary safety equipment such as barriers, sign-boards, warning lights and alarms etc. to provide adequate protection to persons and property. The Contractor shall be responsible to give reasonable notice to the Employers and the Owners of public or private property and utilities when such property and utilities are likely to get damaged or injured during the performance of his works and shall make all necessary arrangements with such owners, related to removal and/or replacement or protection of such property and utilities.

9. Ins urance:

The Contractor shall arrange & keep alive all the required insurance

covers for his Employees/third parties as under:-

9.1 Workmen’s Compens ation Ins urance:

This insurance shall protect the Contractor against all claims applicable

under the Workmen’s Compensation Act, 1948 (Government of India).

This policy shall also cover the Contractor against claims for injury,

disability disease or death of his or his Sub-Contractor’s employees,

which for any reason are not covered under the Workmen’s

employees, which for any reason are not covered under the workmen’s

Compensation Act, 1948. The liabilities shall not be less than:

Workmen’s Compensation As per statutory Provisions

Employee’s Liability As per statutory Provisions

9.2 Comprehens ive Automobile Ins urance This insurance shall be in such a form to protect the Contractor

against all claims for injuries, disability, disease and death to members of

Page 30: Bid Doc Vol-II

public including the Employer’s men and damage to the property of

others arising from the use of motor vehicles during on or off the site

operations, irrespective of the ownership of such vehicles. The

minimum liability covered shall be as herein indicated:

Fatal Injury : Rs. 100,000 each person

: Rs. 200,000 each occurrence

Property Damage : Rs. 100,000 each occurrence

In case the employer is made to pay such compensation, the

Contractor will be liable to reimburse the Employer such amount even in

addition to the compensation indicated above.

9.3 Comprehensive General Liability Insurance 9.3.1 The insurance shall protect the Contractor against all claims arising

from injuries, disabilities, disease or death of members of public or

damage to property of others, due to any act or omission on the part of

the Contractor, its agents, its employees, its representatives and Sub-

Contractors or from riots, strikes and civil commotion.

9.3.2 The above are only illustrative list of insurance covers normally

required and it will be the responsibility of the Contractor to maintain all

necessary insurance coverage to the extent both in time and amount to take care of all its liabilities either direct or indirect, in pursuance of the

Contact.

10. Protection of Measurements and Reference Points: The Contractor shall ensure that any finds such as relics, antiques,

coins, fossils, etc. which he may come across during the course of

performance of his works either during excavation or elsewhere, are

properly protect3ed and handed over to the Employees. Similarly, the

Contractor shall ensure that the bench marks, reference points etc.

which are marked either with the help of Employer shall or by the

Employer shall not be disturbed in any way during the performance of

its works. If, any work , is to be performed which disturbs such

reference, the same shall be done only after these are transferred to

other suitable locations under the direction of the Employer. The

Contractor shall provide all necessary materials and assistance to such

relocation of reference points etc.

11. Work and Safety Regulations: 11.1 The Contractor shall ensure safety of all the workmen, materials plant

Page 31: Bid Doc Vol-II

and equipment belonging to him or to the others, working at the Site.

The Contractor shall also provide for all safety notices and safety

equipment required by the relevant legislations and deemed necessary by

the Employer.

11.2 The Contractor will notify, well in advance to the Employer, its intention

to bring to the site any Container filled with liquid or gaseous fuel or

explosive or petroleum substance or such chemicals which may involve

hazards. The employer shall have the right to prescribe the conditions,

under which such a container is to be stored, handled and used during

the performance of the works and the Contractor shall strictly adhere to

and comply with such instructions. The Employer shall also have the

right, at his sole discretion, to inspect any such container or such

construction plant/equipment for which materials in the container is

required to be used and dif in his opinion, its use is not safe, he may

forbid its use.

No Claim due to such prohibition or towards additional safety

provisions called for by him shall be entertained by the Employer.

Further, any such decision of the Employer shall not, in any way, absolve

the Contractor of his responsibilities under the Laws of land and in

case use of such a Container or entry there of into the Site area is

forbidden by the Employer, the Contractor shall use alternative

methods with the approval of the Employer without any cost

implication to the Employer or extension of work schedule.

11.3 Where it is necessary to provide and/or store petroleum products or

petroleum mixtures and explosives, the Contractor shall be responsible

for carrying out such provision and/or storage in accordance with the

rules and regulations laid down in Petroleum Act, 1934, Explosives Act,

1948 or any other statuary acts in regard thereof and amendments

thereof, and petroleum and carbide of Calcium Manual published by

the Chief Inspector of Explosives of India. All such storage shall have

prior approval of the Employer. In case, any approval is necessary

from the Chief Inspector (Explosives) or any statutory authorities, the

Contractor shall be responsible for obtaining the same.

11.4 All equipment used in construction and erection by Contractor shall

meet Indian/International Standards land where such standards do not

Page 32: Bid Doc Vol-II

exist, the Contractor shall ensure these too be absolutely safe. All

equipment shall be strictly operated and maintained by the Contractor

in accordance with manufacturer’s operation manual and safety

instructions and as per any existing Guidelines/rules in this regard.

11.5 Periodical examinations and all tests for all lifting/hoisting equipment

and tackle shall be carried-out in accordance with the relevant

provisions of Factories Act, 1948. Indian Electricity Supply Act and

associated Laws/Rules in force from time to time. A register of such

examinations and tests shall be properly maintained by the Contractor

and will be promptly produced as land when desired by Employer or by

the persons authorized by him.

11.6 The Contractor shall provide suitable safety equipment of prescribed

standard to all employees and workmen according to the need as may be

directed by the Employer who will also have the right to examine these

safety equipment to determine their suitability, reliability,

acceptability and adaptability. 11.7 The Contractor employing more than 250 workman whether temporary,

casual, probationer, regular or permanent or on contract, shall employ at

least one full time officer exclusively as safety officer to supervises

safety aspects of the equipment and workman.

The name and address of such Safety Officer of the Contractor will be

promptly informed in writing to the Employer with a copy to the Safety

Officer-Incharge before he starts work or immediately after any change

of the incumbent is made during currency of the Contract.

11.8 In case any accident occurs during the construction/erection or other associated activities undertaken by the Contractor, thereby causing

any minor or major or total injury to his employees due to any reason

whatsoever, it shall be the responsibility of the Contractor to promptly

inform the same to the Employer and also to all the authorities

envisaged under the applicable laws.

11.9 The Employer shall have the right to stop the work, if in its opinion the work is being carried out in such a way as may cause accidents and

endanger the safety of the persons and /or property. In such cases, the

Contractor shall be informed in writing about the nature of the hazards

and possible injury /accident and he shall remove shortcomings

promptly. The Contractor - after stopping the specific work, can if felt

Page 33: Bid Doc Vol-II

necessary, appeal against the order of stoppage of work to the

Employer within 3 days of such stoppage of work and the decision of the

Employer in this respect shall be conclusive.

11.10 The Contractor shall not be entitled for any damages /compensation for

stoppage of work due to safety reasons and the period of such

stoppage of work will not be taken as an extension of time for

completion of work and will not be the ground for waiver of any part of

Contractor’s liability for timely completion of the works.

11.11 The Contractor shall follow and comply with all safety rules, relevant

provisions of applicable laws pertaining to the safety of workman,

employees plant and equipment as may be prescribed from time to

time without any demur, protest or contest or reservation. In case of

any conflict between statutory requirement and safety rules referred

above, the most stringent clause shall be applicable.

11.12 If the Contractor fails in providing safe working environment as per

Safety Rules or continues the work even after being instructed to stop

work by the Employer, the Contractor shall promptly pay to the

Employer on demand, compensation at the rate of Rs. 5000/- per day

or part thereof till the instructions are complled with and so certified by

the Employer.

11.13 If the Contractor does not take all safety precautions and /or fails to

comply with the safety Rules as prescribed by the Employer or as

prescribed under the applicable law for the safety of the equipment,

plant and personnel and the Contractor does not prevent hazardous

conditions which may cause injury to his own employees or employees

of other Contractors, or Employer or any other person at site or

adjacent thereto, the Contractor shall be responsible for payment of

compensation in the form of first hand relief as per the following

schedule:-

a) Fatal Injury or Rs. 1,00,000/- :

accident causing per person : Applicable

death : for death/injury

b) Major injuries or Rs. 20,000/- : to any person

Page 34: Bid Doc Vol-II

accident causing per person : whosoever

25% or more

Permanent disability

The contractor, however, shall be responsible for full amount of

compensation admissible as per the law of land

Permanent disability shall have the same meaning as indicated

in Workmen’s Compensation Act. The compensation mentioned

above shall be in addition to the compensation payable to the

workmen/ employees under the relevant provisions of the

Workmen’s Compensation Act and rules framed there under or

any other applicable law as applicable from time to time. In case

the Employer is made to pay any such compensation, the

Contractor will be liable to reimburse the Employer such amount (s)

even in addition to the compensation indicated above. 12. Code Requirements

The erection requirements and procedures to be followed during

the execution of the project shall be in accordance with the

applicable Indian / International standards /regulations, as

indicated in Technical Specifications, good engineering practice,

the Drawings and other applicable Indian codes, laws and

regulations.

Page 35: Bid Doc Vol-II

ANNEXURE-I METEROLOGICAL DATA

The Equipment to be supplied against this specification shall be suitable for satisfactory continuous

operation under the following tropical conditions:-

1. Location In the State of Haryana

2. Max. Ambient Air Temp. (deg.C) 60oC

3. Min. Ambient Air Temp. (deg.C) -5 oC

4. Daily Average Air Temp (deg.C) 35

5. Average No. of Thunder Storm days per annum 45

6. Max. Relative Humidity (%) 100

7. Min. Relative Humidity (%) 26

8. Average annual rainfall (mm) 900

9. Max. Wind Pressure (Kg/Sq.mm) 195

10. Max. altitude above mean seal level (meters) 1000

11. Isoceraunic level (days/year) 45

12. Seismic level (horizontal acceleration) 0.3 g

13. Average No. of rainy days per annum 120

NOTE:

Moderately hot and humid tropical climate conductive to rust and fungus growth.

The climate conditions are also prone to wide variations in ambient condition.

Smoke is also present in the atmosphere. Heavy lightning also occurring during

June to October.

Page 36: Bid Doc Vol-II

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

Specification No. CSC- 44 /DH/UH/P&D/2009-2010

TECHNICAL SPECIFICATION

FOR

11 kV XLPE POWER CABLES OF VARIOUS SIZES 50, 99, 150, 185 & 300 mm2

(CROSS LINKED POLYTHELENE DRY/ GAS

CURED)

Month Issue:

Common Specifications Committee UHBVN & DHBVN

Page 1 of 18

Page 37: Bid Doc Vol-II

Page 2 of 18

TECHNICAL SPECIFICATION FOR 11 kV XLPE POWER CABLE (CROSS LINKED POLYTHELENE DRY / GAS CURED)

1. SCOPE:

This Section of the Specification covers design, manufacturing, testing,

packing, supply & delivery FOR destination of 11 kV XLPE Dry / gas

cured insulated power cable of size 50, 99, 150, 185 & 300 mm2 for

effectively earthed specification system.

2. STANDARDS: Unless otherwise specified, the cable shall conform in all

respect to IS: 7098 (Part-II)-1985, IS:8130-1984 and IEC-502

standards with latest amendment thereof.

3. CLIMATIC CONDITIONS: The climatic conditions under which are cables shall operate

satisfactorily are as follows

1. Max. ambient air temperature 600C

2. Min. ambient air temperature (-)50C

3. Average Daily max. ambient temperature 400C

4. Max. yearly weighed average ambient

temperature

320C

5. Max. altitude above mean sea level (Meters) 1000

6. Minimum Relative Humidity (%age) 26

7. Max. Relative Humidity (%age) 95

8. Avg. No. of Rainy days/year 120

9. Avg. annual rainfall 900 mm

10. Maximum wind pressure 195 Kg./m Sq.

Note: Moderately hot & humid tropical climate conductive to rust & fungus

growth. The climatic conditions are also prone to wide variations in

ambient conditions. Smoke is also present in the atmosphere Heavy

lightning also occurs during June to October.

Page 38: Bid Doc Vol-II

Page 3 of 18

4. PRINCIPAL PARAMETERS: 4.1. 11 kV (E) Grade XLPE, 3-Core, power cable shall be of high

conductivity, stranded compacted, H.D. aluminum circular shaped

conductor with XLPE (cross linked Poly Ethylene) Dry/ Gas cured

insulation provided with shielding of extruded semi-conducting

materials over conductor and XLPE insulation. Each insulated core shall

have copper tape screen, laid together and provided with common

covering of PVC Inner Sheath (Extruded). Overall galvanized steel strip

arm our and PVC outer sheath shall be provided. The specification

for manufacture of cable shall be conforming to IS: 7098 (Part-II) 1985

(latest edition) for 11KV (E), 3-phase, 50 Hz. Earthed systems.

4.2. Outer sheath shall be designed to afford high degree of

mechanical protection and shall also be heat, oil, chemical and weather

resistant, Common acid, alkalis and sealing solution shall not have

adverse effect on material of PVC sheath.

4.3. Cable shall be suitable for laying in covered trenches and / or buried

under-ground in outdoor.

4.4. Cable Parameters :

(i) Voltage grade (Uo / U) kV : 6.35 / 11

(ii) Cores (Nos) : 3

(iii) Nominal system voltage kV : 11

(iv) Highest system voltage kV : 12

(v) System frequency Hz : 50

(vi) Variation in frequency % : � 3

(vii) (b) Maximum allowable 900C :

temp. under short circuit

condition

(viii) 1.2/50 microsecond lightning impulse

wave withstand voltage value. : 75KVp

(ix) 5 Min. Power frequency

withstand voltage kV rms : 17

(x) System earthling : Effectively earthed.

Page 39: Bid Doc Vol-II

Page 4 of 18

5. ENERAL TECHNICAL REQUIREMENTS: 5.1. Conductor:

The cable conductor shall be made from high conductivity stranded High

Density aluminum to form compacted circular shaped conductor having

resistance within limits specified in IS: 8130/1984 and any latest

amendment to it.

5.2. Conductor shield:

The conductor having semi-conducing screen shall ensure perfectly

smooth profile & avoid concentration of stress. The conductor screen

shall be extruded in the same operation as the insulation. The semi-

conducting polymer shall be cross linked.

5.3. Insulation:

The XLPE insulation shall be suitable for 11 kV system voltage and

should be manufactured with Dry /Gas curing process. The bidder

shall submit the description of dry /gas curing process, with the

clear inclusion of equipments / parameters involved. The

manufacturing process shall ensure that the insulation shall be free of

voids. The insulation shall withstand mechanical and thermal stress

under steady state and transient operating conditions. The

extrusion method should give very smooth interface between semi-

conducting screen and insulation. The insulation of the cable shall be

of high standard quality generally conforming to IS: 7098 (Part – II) –

1985 and any latest amendment to it.

5.4. Insulation shield:

Non-metallic semi-conducting shield shall be provided over the insulation

to confine electrical field to the insulation. The insulation shield

shall be extruded in the same operation as the conductor shield and

the insulation by suitable extrusion process. The XLPE insulation

shield shall be of tended type. Copper metallic overlapped tape shield

shall be provided.

5.5. Filler and Inner-Sheath:

The sheath shall be suitable to withstand the site conditions and the

desired temperature. It shall be of adequate thickness, consistent quality

and free from all defects. The PVC sheath shall be extruded. The

material of fillers and inner-sheath shall be compatible with the

temperature ratings of the cable and shall have no deterious effect on

any other component of the cable. Central PVC filler shall also, be

Page 40: Bid Doc Vol-II

Page 5 of 18

provided with other peripheral PVC fillers to have proper circular

section.

5.6. Armour:

Armoring of galvanized steel strip shall be provided. The dimensions

of steel strips shall be as per latest edition of IS: 3975 – 1979.

5.7. Outer-Sheath:

Extruded type ST-2 PVC outer-sheath, conforming to IS: 5831- (1984)

(latest edition) over armoring with suitable additives (to prevent attack

by rodents & termites), shall be provided.

5.8. Construction:

5.8.1. The cable shall have suitable PVC fillers laid up with insulation cores to

have subsequently circular cross-section before the inner sheath is

applied. The fillers shall be suitable for operating temperature of

the cable.

5.8.2. All materials used in manufacturing of cable shall be new, unused

and of finest quality. All materials should comply with the requirements

/ tests as per applicable IS / IEC specification, Indian Electricity Rules

and any other statutory provision of rules & regulations.

5.8.3. The PVC material used in the manufacture of cable shall be of reputed

manufacturer. No recycled material PVC is permitted. The purchaser reserves

the right to ask for documentary evidence of the purchase of var ious

mater ia ls , ( to be used for the manufacture of cable) as a part

of quality control. Quality Assurance plan shall be submitted.

5.9. Current Rating: The indicative value of continuous current carrying capacity at Maximum

conductor temperature of 90 0C (for design purpose by field ) of the

various sizes of the cables is given below:

Continuous Current Carrying

Capacity in Amp

(For 11 kV cable)

Sr. No.

Size of 3 Core

Cable

(Sq.mm) IN Ground In air

1 50 130 140

2 95 185 200

3 150 235 265

4 185 270 310

5 300 340 396

Page 41: Bid Doc Vol-II

Page 6 of 18

The bidder needs to confirm the guaranteed corresponding figures.

5.9.1. Short circuit ratings of various sizes of 3 core cable calculated for

duration of one second at maximum temperature of 2500 C, are given

below:

Sr. No.

Size of 3 Core Cable

(Sq.mm)

Conductor short circuit rating in kA(rms) (For 11 kV cable)

1 50 4.70

2 95 8.93

3 150 14.1

4 185 17.4

5 300 28.2

The bidder needs to confirm the guaranteed corresponding figures.

5.9.2. The current rating shall be based on maximum conductor

temperature of 90 0 C with ambient site condition as specified herein.

Continuous rated current of cable supplied shall be clearly specified at

ambient temp. of 20,30, 40, 50 & 60 0C.

5.9.3. Operation : 5.9.4. Cable shall be suitable for operation under frequency variation of ±3%

and voltage variation of +10% to -15% and combined frequency -

voltage variation of 10% (absolute sum).

5.9.5. Cable shall be suitable for laying in duct or buried underground.

5.9.6. Cable shall have heat & moisture resistance properties. These shall be

of type & design with proven record on distribution network service.

5.9.7. Length :

The cable shall be supplied in standard drum length of 300 mtrs. ±

5% tolerance for all the sizes of cable except for 3 C x 300 mm2 size

cable. The drum length for 3C x 300 mm2 cable shall be 200 mtrs. ±5%.

Over all tolerance in total quantity of ordered cables shall be ± 2%.

5.9.8. Identification Mark :

(i) The cable drum shall be printed with information as per cl. 21;2 of IS

and ISI Certification mark. Bidder shall submit xerox copy of valid ISI

Licenses with technical bid.

(ii) For identification of cores, coloured strip of Red, Yellow and Blue

colours shall be used for identification of phases. Following details

of identification shall be embossed at intervals of length of one meter

of cable outer sheath.

Page 42: Bid Doc Vol-II

Page 7 of 18

(iii) (a) Name of manufacturer (b) year of manufacture (c) voltage grade

(d) Name of purchaser “DHBVN ”(e) ISI certification mark.

6. TESTS: 6.1. (A) Type Tests:

All the cable sizes i.e. items offered should have been fully

type tested as per the relevant standards at any Govt.

recognized Laboratory. The bidder shall furnish three sets of

type test reports along with the offer. These type tests must

have been conducted within last five years prior to date of Bid

opening. For any change between design/type of already type

tested and the design / type offered against this specification,

the purchaser reserves the right to demand repetiton of type

tests without any extra cost.

The purchaser also reserves the right to have tests carried out at

his own cost from an independent agency, whenever there is a

dispute regarding the quality of supply.

(B) Type tests certificates for following type tests shall be furnished

invariably with the offer:

(a) Tests on conductor : (i) Tensile test (ii) Wrapping test (iii) Resistance test

(b) Tests for armouring strips / wires. :

(c) Tests for thickness of insulation and sheath. : (d) Physical tests for insulation. :

(i) Tensile strength and elongation at break.

(ii) Ageing in air oven

(iii) Hot set

(iv) Shrinkage test

(v) Water absorption

(e) Physical tests on outer seath :

(i) Tensile strength and elongation at break.

Page 43: Bid Doc Vol-II

Page 8 of 18

(ii) Ageing in air oven

(iii) Shrinkage test

(iv) Hot deformation

(v) Bleeding and blooming test

(f) Partial discharge test

(g) Bending test

(h) Dielectric power factor test

i) as a function of voltage

ii) as a function of temperature

(i) Insulation resistance test (volume resistivity)

(j) Heating cycle test

(k) Impulse withstand test

(l) High voltage test

(m) Flammability test

6.2. Acceptance Test: 6.2.1. The selection of sample pieces for acceptance test shall be from

10% drums of each lot offered for inspection or part thereof. The

minimum shall be one drum.

6.2.2. The following acceptance tests shall be carried as per IS: 7098

(Part-II) – 1985 out on the selected samples.

(a) Annealing test (for copper) (b) Tensile test (for aluminum) (c) Wrapping test (for aluminum) (d) Conductor resistance test. (e) Test for thickness of insulation and sheath (f) Hot set test for insulation (g) Tensile strength and elongation at break test for insulation and

sheath. (h) Partial discharge test (for screened cables only)

Page 44: Bid Doc Vol-II

Page 9 of 18

(i) High voltage test for 4 hours (as per cl. No. 19.7.1) (j) Insulation resistance (volume resistivity) test.

6.2.3. All the acceptance tests shall be carried out by the firm, in the presence of

purchaser’s representative at their works. The firm shall give atleast 15

days’ advance notice to the purchaser to enable him to depute the

engineer for witnessing the tests. The test certificates for acceptance

tests witnessed by inspecting officer/ engineer shall be submitted for

approval before dispatch of material.

6.2.4. Tests: 6.2.4.1.1. The Inspector may inspect the following routine test for at the

time of inspection .

(a) Conductor resistance test (b) Partial discharge test (c) High-voltage test for 5 minutes [as per Clause 19.7.2 of IS:

7098 (Part-II) – 1985].

7. INSPECTION: 7.1.1. The inspection may be carried out by the purchaser at any stage of

manufacture. The successful bidder shall grant free access to the

purchaser’s representative at reasonable time, when the work is in

progress. Inspection and acceptance, of any cables under this

specification by the purchaser, shall not relieve the supplier of his

obligation of supplying cable in accordance with the specification

and shall not prevent subsequent rejection, if the cables are found

defective.

7.1.2. The supplier shall keep the purchaser informed in advance about the

programme of manufacturing of cables so that arrangement can be

made for inspection.

7.1.3. The purchaser reserves the right to insist for witnessing the

acceptance / routing tests of the bought out items.

7.1.4. The manufacturer shall be responsible to pay penalty of Rs 20,000/-

for each occasion at which the fake inspection call has been made or

the material is rejected during testing/inspection by the authorized

agency/representative of the Nigam. This penalty would be in addition

to the expenses incurred by the Nigam in deputing the Inspecting

Officer, carrying out such inspection.

Page 45: Bid Doc Vol-II

Page 10 of 18

7.1.5. At least 5% of total numbers of drums subject to minimum of 2 in each

lot put up for inspection shall be selected at random to ascertain the

length/workmanship of cable by the following method:

At the work of the manufacture, the cable shall be transferred from

one drum to another for checking any manufacturing defects in the

cable drum selected for conducting acceptance tests, at the same time

measuring its length with the help of pulley & cyclometer

graduated in presence of inspector. The difference in the measured

length thus obtained from the declared length by the supplier in the

packing list shall be applied to all the drums if the cable is found short

during checking the sample lot (s).

7.1.6. The supplier shall present the latest Calibration Certificate(s) of testing

instruments/equipments to be used for the testing of the material

covered in the Purchase Order to the authorized inspecting officer

/inspecting agency of the purchaser. The testing instruments / meters

/apparatus etc. should be got calibrated by the supplier from time to time

from an independent testing laboratory / house having valid

accreditation from National Accreditation Board for testing and

calibrating laboratories for the testing equipment or from original

manufacturers having trace ability to NABL /NPL. The calibration

certificate(s) should not in any case be older than one year at the time

of presenting the same to the inspecting officer / inspecting agency of

the purchaser. The testing instruments / equipment should be duly

sealed by the Calibrating Agency and mention thereof shallbe indicated in

the calibration certificate(s).

8. DOCUMENTATION:

The bidder shall furnish following documents along with his offer.

8.1.1. Sectional view, showing the General constructional feature with

conductor / conductor screen / insulation / armoring / inner and outer

sheath etc.

8.1.2. Drawing of cable drums with details of material dimension and paint etc.

8.1.3. All the required type test reports for offered items tested at any

Government recognized Laboratory as stated under Clause No. 6.1

(B).

8.1.4. Literature, pamphlets for the supplied items.

Page 46: Bid Doc Vol-II

Page 11 of 18

9. PACKING AND FORWARDING: 9.1.1. The cable shall be wound on wooden drums as per IS: 10418 – 1972

and packed in drums suitable for vertical / horizontal transport, as

the case may be and shall be suitable to withstand rough

handling during transport and outer storage. The outer surface of the

drum shall be painted with white aluminum pint. Similarly, the inside

surface of drum shall have the protective layer of varnish / paint .

9.1.2. The wooden drums shall be reinforced with steel bends and strips for

better protection.

9.1.3. The ends of the cable shall be sealed by means of non-

hygroscopic sealing material.

9.1.4. The following information be stenciled on the drum with either water

proof ink or oil paint:

i. Reference of IS / IEC standard.

ii. Manufacturer’s name or trademark.

iii. Type of cable and voltage grade.

iv. No. of cores.

v. Nominal cross-sectional area of conductor. vi. Cable code.

vii. Length of cable on the drum

viii. No. of lengths on the drum (if more than one)

ix. Direction of rotation of drum (by means of an arrow)

x. Position of outer end of cable

xi. Gross weight

xii. Year of manufacture

xiii Reference of Tender No. / P.O. No. date

xiv Property of __________.

xv. Name of consignee and the destination.

The drum may also be marked with ISI Certification Mark.

9.1.5. The firm shall be responsible for any damage to the cables during

transit due to improper and inadequate packing. Wherever

necessary, proper arrangement for lifting, such as lifting hooks, shall

be provided. Any cable found short inside the packing cases shall be

supplied by the supplier, without any extra cost.

9.1.6. Each consignment shall be accompanied by a detailed packing list,

containing the following information:

(a) Name of consignee

(b) Details of consignment

Page 47: Bid Doc Vol-II

Page 12 of 18

(c) Destination

(d) Total weight of consignment

(e) Handling and unpacking instruction

(f) Bill of materials, indicating contents of each package.

10. TECHNICAL AND GUARANTEED PARTICULARS:

The bidder shall furnish all Guaranteed Technical Particulars, as called

for, in Appendix - I of this Specification. Particulars, which are subject

to guarantee, shall be clearly identified. Offer not containing these

information will not be considered for acceptance.

11. Challenge Clause:-

The material offered/received after the inspection by the authorized

inspecting officer may again be subjected to test for any parameter from

any testing house/in-house technique of the Nigam & the results if found

deviating un-acceptable or not complying to approved GTPs, the bidder

shall arrange to supply the replacement within thirty (30) days of such

detection at his cost including to & fro transportation. In addition , penalty

@10% of cost of the inspected lot of material shall be imposed.

12. Warranty Period:-

The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the purchaser, up to destination, the

whole or any part to the material which in normal and proper use proves

the defective in quality or workmanship, subject to the condition that the

defect is noticed within 18 months from the date of receipt of material in

stores or 12 months from the date of commissioning whichever period

may expire earlier. The consignee or nay other officer of Nigam actually

using the material will give prompt notice of each such defect to the

supplier. The replacement shall be effected by the supplier within a

reasonable time, but not, in any case, exceeding 45 days/ The supplier

shall, also, arrange to remove the defective within a reasonable period,

but not exceeding 45 days from the date of issue of notice in respect

thereof, failing which, the purchaser reserve the right to dispose of

defective material in any manner considered fit by him (purchaser), at the

sole risk and cost of the supplier. Any sale proceeds of the defective

material after meeting the expenses incurred on its custody, disposal

Page 48: Bid Doc Vol-II

Page 13 of 18

handling etc., shall however be credited to the supplier’s account and set

off against any outstanding dues of the purchaser against the supplier.

The warranty for 12/18 months shall be one time.

The specification no. CSC-XIV/ DH/UH/P&D/2009-2010 be hereby

considered withdrawn.

Director/Technical-I, UHBNV, Panchkula

Director/Project,DHBVN, Hisar

CGM/PD&C, UHBVN, Panchkula

CGM/P&D, DHBVN, Hisar.

FA & CAO/MM, UHBNV, Panchkula

FA & CAO/MM, DHBVN, Hisar

GM/P&D, UHBNV, Panchkula

GM/P&D, DHBVN, Hisar

Page 49: Bid Doc Vol-II

Page 14 of 18

APPENDIX – I

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 11KV XLPE POWER CABLE

(To be filled in and signed by the Tenderer) 1.00.0 GENERAL:

1.01.0

Name of Manufacturer

:

1.02.0

Place of Manufacturing

:

1.03.0

Applicable standard IS/IEC

:

1.04.0

Design ambient temperature 0C

:

1.05.0 Cable size(s) of cable offered

mm2

:

Note: (Fill – up separate column for the following particulars for each type & size of cable)

2.00.0 CABLES:

2.01.0

Voltage grade (Uo / U)

:

2.02.0 Whether suitable for neutral : earthed / unearthed System

2.03.0 Permissible voltage & frequency : a) Voltage variation for satisfactory operation b) Frequency

c) Overall 2.04.0 Nos. of cores & size :

2.05.0 Continuous current carrying : capacity

2.05.1 For standard condition as per IS

1) In air (Amp.) :

2) In ground ( “ ) :

3) In duct ( “ ) :

4) In trench ( “ ) :

Page 50: Bid Doc Vol-II

Page 15 of 18

2.05.2 For site condition :

1) In air (Amp.) :

2) In ground ( “ ) :

3) In duct ( “ ) :

4) In trench ( “ ) :

3.00.0 CONDUCTOR:

3.01.0 Material & its applicable IS. :

3.02.0 Shape of conductor : 3.03.0 Nominal cross section area (mm2) :

3.04.0 Number of wires per core : 3.05.0 Nominal area of each wire used in each core of the

conductor as a)Diameter mm

b) Cross section mm2:

4.00.0 CONDUCTOR SCREENING:

4.01.0

Type

:

4.02.0

Material & its applicable IS.

: 4.03.0

Max. working temp 0C

:

4.04.0

Nominal thickness (mm)

:

5.00.0 INSULATION:

5.01.0 Material & its applicable IS : 5.02.0 Thickness of insulation (mm)

a) Between cores :

b) Between cores & inner sheath :

5.03.0 Tolerance in thickness (percent) : of insulation

5.04.0 Diameter of core over insulation :

(mm)

5.05.0 Specific resistance of insulation at :

ninety (90) degree Centigrade

(Ohm-Cm)

6.00.0 INSULATION SCREENING: 6.01.0 Material & its applicable IS. :

Page 51: Bid Doc Vol-II

Page 16 of 18

6.02.0 Thickness (mm):

1) Semi-conducting part :

2) Metallic part (copper tape) :

6.03.0 Whether overlapping provided for :

copper tape

6.04.0 Current carrying capacity :

a) Continuous (Amps.) :

b) S.C. current duration of 3-Sec. :

(KA)

c) S.C. current duration / sec.(kA) :

6.05.0 Diameter of core over screening :

(mm)

6.06.0 Whether insulation screen is :

removable without the application of heat

7.00.0 FILLER:

7.01.0

Material & its applicable IS

:

7.02.0 Whether suitable for : Yes/ No

Operating temperature of Cable

7.03.0 No of fillers provided :

including central filler

8.00.0 INNER SHEATH:

8.01.0 Material & its applicable IS :

8.02.0 Extruded or wrapped : 8.03.0 Thickness (mm) :

8.04.0 Diameter of cable over inner- :

sheath (mm)

9.00.0 ARMOURING: 9.01.0 Material & its applicable IS :

9.02.0 Type of armouring :

9.04.0 Nos. of strips :

9.05.0 Diameter of cable over armouring :

9.06.0 Current carrying capacity of :

Page 52: Bid Doc Vol-II

Page 17 of 18

armour

a) on continuous basis (Amp)

b) short circuit current duration of :

1 sec (KA)

10.00.0 OUTER SHEATH:

10.01.0

Material & its applicable IS.

:

10.02.0

Thickness of sheath

:

10.03.0

Tolerance on thickness of sheath

:

10.04.0

Over all diameter of cable (mm)

:

10.05.0

Scheme for identification

:

11.00.0 CABLE CONSTANT: 11.01.0 AC resistance per core at :

operating temp. (Ohm/KM)

11.02.0 DC resistance per core at 200C :

(Ohm/KM)

11.03.0 Reactance per core (Ohm/KM) :

11.04.0 Capacitance per core :

(Microfarad/ KM)

11.05.0 Insulation resistance at 270C :

(Ohm/ KM)

11.06.0 Loss tangent :

11.07.0 Dielectric constant :

11.08.0 Maxi. Cable charging current at :

normal rated voltage

(Amp/KM)

12.00.0 OTHER PARAMETERS: 12.01.0 Recommended minimum braiding :

radius (mm)

12.02.0 Safe pulling force :

12.03.0 Cable weight (Kg./KM) :

Page 53: Bid Doc Vol-II

Page 18 of 18

13.00.0 CABLE DRUM: 13.01.0 Net weight of cable (Kg.) :

13.02.0 Drum weight (Kg.)

:13.03.0 Shipping weight (Kg.) :

13.04.0 Whether ISI Mark shall be :

indicated on drum (Yes/No)

13.05.0 Length of cable per drum (Meter) :

14.00.0 Whether details shall be :

embossed as stated under Cl.

1.9.4 of Technical Specification

(Yes/No)

15.00.0 Whether type test reports :

submitted, as stated under Cl.

6.1 of Technical Specification

(Yes/ No)

16.00.0 Whether drawings submitted as :

specified under Cl. 8.1.1 & 8.1.2 of

Technical Specification. (Yes/ No)

17.00.0 Whether unpriced schedule of : .

offered items submitted with

Technical offer. (Yes/ No)

_______________ ________________________

SEAL OF FIRM SIGNATURE OF TENDERER

Page 54: Bid Doc Vol-II

\9

Iffi: ar&r ffit T f@wtt Er#EilE ltt ,su{ lffi igF$t

GS G-83/D H/U H/P&D 1201 3-201 4

Tech nical Specification

For

Fully Automatic Gapacitance and DissipationFactor (tan delta) test set

Common Specificolion Commilfee(CSC Approval date 12.02"2014) UHBVN & DHBVN

Page 55: Bid Doc Vol-II

lffhtfat

fr;r EfiFr tsf+sror fffrffi fffi+rrr. ErdHIMTTS Druil|r rrdAN gII !|rrEil ffi*I #".

I$hni93l Spegi[igation for Fullv Automatic Capacitance and Dissip"tionFactor (tan delta) test set.

1.$cope

The equipment shall be suitable to measure Capacitance and tan delta/power factor for conditionassessrnent of electrical insulation in high voltage apparatus such as power & DistributionTransfornners, bushings, cables, Capacitors, circuit- breakers, lightning arresters, shunt reactors,rotating machinery etc up to 12KV.

2.General Requirement

2' 1The test set should be able to perform Insulation power factor tests, automatic tip-up tests, HVturns ratio tests with an optional TTR capacitors and can measure power factor, dissipation factor,excitation current, watt-loss, inductance, capacitance, Voltage & current.

2'2The test set should be designed to provide a comprehensive AC insulation diagnostic test withit's high power variable frequency which generate it's own test signal independent of line frequencyquality' The test set should produce reliable results and stable teiOings in tf'e shortest possibletin're using dynamic noise suppression even in high interference 765 kV switch yards.

2'3 The test set should have features to estimate the actual temperature dependence of the testob"iect by using it's built-in intelligent temperature corrections which eliminates the need for temp.Correction tables.

2'4The test set should be powerful enough to detect voltage dependence of high voltagecomponents automatically (where t'p-up testing is recommLnded) and gives an alarmsuggesting additional test to be performed at dJfferent voltage levets.

v

2'6 The test set should be supplied with Oil test Cell for transformer oil tan-delta measurement, HV& LV test lead set and other necessary accessories to perform test.

Technical Requirements

3.General Requirement

3.1 Input Power : 100 -240 V AC, bOHz.

3.2 Output Voltage: 0 to12 Kv continuously adjustable

3.3 Output Power : 3.6 KVA

3.4 Out Put Frequency: 15400H2

3.5 Output Current : 300mA ( 4 minutes)100mA (continuous)

The power supply capacity can be extended upto 44 by using Optional resonatingInductor.3'6 Display /Control: The Equipment is being controlled through window based onboard pC andhave colourful VGA display along with qwerty keypad, equipment having data storage facilitywithout using Laptop.

Page 56: Bid Doc Vol-II

ffiEr EfFT E'firaE rr fffi r fif,d|il ,ffi{Er-rirs trr*silr ar#*rft sr.rr lil if, G*r ,pr{avr

4.0 MEASURTNG RANGE:

Voltage z 25Y to 12 KV, lV max. resolution.Accuracy : +l- (1% of reading + 1 digit )Current : 0 to SAmps, 0.1 Micro Amp resolution.Accuracy : +l- (0.5o/o of reading + 1 digit)Capacitance : 0 to 100 micro Farad, 0.01pF max. Resolution.Accuracy . +l- (0.5o/o of reading + 1 pF )lnductance : 6H to 10 MH, 0.1mH max. resolution.Accuracy . +l- (0.5o/o of reading + 1 mH )Power Facto r: 0-100 o/o(A-1),0.001% max.resolution.Accuracy : +l- (0.5o/o of reading + 0.02o/o )Dissipation factor: 0-100 ( 0-10000%), 0.001 o/otytex. resolutionAcci.rracy : +l- (0.5o/o of reading + 0.02o/o)watt-Loss :0 to2 Kw, actual power, 0 to100KW when corrected to 10 kv. equivalent, Resolution 0.1mW max.

ccuracy : +l- (1% of reading + 1mW)

5,0M_easurement Modes:

5.'! Noise lmmunity:Electrostatic : 15 mA induced noise into any test lead with no loss of measurement accuracy atmaximum interference to specimen current of 20:1.Electromagnetic: 500 micro at SOHz in any direction.

S.2Cornputer Interface: Ethernet and USB.

S.3Safety : as per IEC/ANS| 01010-1

6.0CnyieInnCIental:

Temp . Operating -20 to + 55 degree C.Storage -50 to +70 degree C.

Hi;midity: 0 to95% non-condensing.

Storage & Vibration : as per ASTM Dggg.7s

Eh4C: as per EN 61326

7-0Fhvsical:Dirnension: 2 piece Design for easy portabilityWeight : Should not be more than 45kg (Without cables).

ffiffitj$f*frl

\"^rvGhief Engineer/PD&C

DHBVN Hisar.

Page 57: Bid Doc Vol-II

Page 1 of 53

Specification No. CSC-45/Rev-1 /DH/UH/P&D/2010-2011

TECHNICAL SPECIFCATION

FOR

3PHASE 4 WIRE CT/PT OPERATED FULLY STATIC AMR COMPATIBLE TRI-VECTOR ENERGY METERS

FOR

AREA RING FENCING, HT CONSUMERS/ FEEDER METER &

STATIC LT / CT OPERATED METERS

Issue Month: Common Specifications Committee UHBVN & DHBVN

Page 58: Bid Doc Vol-II

Page 2 of 53

1.0 SCOPE

Design, manufacturing, testing, supply and delivery of AC, 3 Phase, 4 Wire, CT/PT operated fully Static and AMR compatible Tri-Vector Energy Meters for measurement of different electrical parameters listed elsewhere in the document including Active Energy (kWh), Reactive Energy (kVArh), Apparent Energy (KVAH) etc. The detail scope is given below.

2.0 APPLICATION a) As Boundary Meters for Ring fencing of an Area, b) In Substation on incoming/Outgoing HT feeders, c) On Distribution Transformers d) LT and HT Consumers 3.0 STANDARDS TO WHICH METERS SHALL COMPLY Guidelines on “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification”. IS: 14697 /1999 (reaffirmed 2004) Specification for AC Static Transformer operated Watt Hour & VAR-Hour meters (class 0.5S); IS-15707 Specification for Testing, evaluation, installation & maintenance of AC Electricity Meters-Code of Practice The equipment meeting with the requirements of other authoritative standards, which ensure equal or better quality than the standard mentioned above, also shall be considered; in case of conflict related with communication protocol, DOC No. ETD13.6211 dated April,2010 shall prevail upon The meters shall be DLMS compliant as per IS:15959. For conflict related with other parts of the specification, the order of priority shall be – i) This technical specification ii) IS: 14697 /1999 (reaffirmed 2004). 4. CLIMATIC CONDITIONS:-The Static Energy Meter shall be suitable for satisfactorily working under the following climatic conditions.

1. Max. ambient air temperature 600C

2. Min. ambient air temperature (-)50C

3. Average Daily Max. ambient temperature 400C

4. Max. yearly weighted average ambient temperature

320C

Page 59: Bid Doc Vol-II

Page 3 of 53

5. Max. altitude above mean sea level 1000 m

6. Minimum Relative Humidity (%age) 26

7. Max. Relative Humidity (%age) 95

8. Avg. No. of Rainy days/year 120

9. Avg. annual rainfall 900 mm

10. Maximum wind pressure 195 kg/m2

5 GENERAL TECHNICAL REQUIREMENTS 1 TYPE AMR Compatible Static, 3 Ph, 4 Wire Tri-Vector Energy

Meter 2 FREQUENCY 50 Hz ±5% 3 ACCURACY

CLASS 0.5S

4 SECONDARY VOLTAGE

1.For CT/PT operated HT meters-Suitable for operation from 110V Ph-Ph or 63.5V Ph-N 2.For distribution transformer and other LTCT operated Meters- Suitable for operation from 415V Ph-Ph or 240 V Ph-N

5 BASIC CURRENT (Ib)

-/5 Amps. as per existing CT for -feeders

6 MAXIMUM CONTINUOUS CURRENT

2.0 Ib; Starting and Short time current shall be as per IS-14697

7 POWER CONSUMPTION

i) The active and apparent power consumption, in each voltage circuit, at reference voltage, reference temperature and reference frequency shall not exceed 1. 5 W and 8 VA.

ii) The apparent power taken by each current circuit, at basic current, reference frequency and reference temperature shall not exceed 1.0 VA

8 POWER FACTOR 0.0 Lag -Unity- 0.0 Lead 9 DESIGN Meter shall be designed with application specific integrated

circuit (ASIC) or micro controller; shall have no moving part; electronic components shall be assembled on printed circuit board using surface mounting technology; factory calibration using high accuracy (0.05 class) software based test bench.

Page 60: Bid Doc Vol-II

Page 4 of 53

6.0. CONSTRUCTIONAL REQUIREMENT/ METER COVER & SEALING ARRANGEMENT

6.1 METER CASE: The meter case & cover will either be ultrasonically welded or shall

have push fit type arrangement with two no. polycarbonate seals, of good quality, one each on either side, so that meter’s internal parts are only accessible after breaking seals, ultrasonic welding, push fit arrangement or case cover of the meter and it should become unserviceable. The material for base and cover (transparent / translucent) of the meter shall be of Polycarbonate. The meter shall be factory calibrated and shall have unidirectional screws, fully embedded so that these cannot be unscrewed by means of pliers etc. for sealing. The meter case shall have at least three mounting holes. 2 holes for mounting screws, on the terminal block; sealed beneath the terminal cover and one for hanging screw on the top.

6.2 WINDOWS: -The meter cover shall be of Toughened Glass or Reinforced Polycarbonate

material with one window. The window shall be of transparent material, ultrasonically welded with meter cover / part & parcel of meter cover so that it cannot be removed undamaged; without breaking the meter cover.

6.3 TERMINALS AND TERMINAL BLOCK: The terminals may be grouped in a terminal

block having adequate insulating properties and mechanical strength. The terminal block shall be made from best quality non - hygroscopic, flame retardant material (capable of passing the flammability tests, as per IS -11731) with nickel-plated brass or aluminium alloy for connecting terminals. The clamping screw should be provided inside the terminal cover and should have metallic sleeve molded within the block to avoid damage during tightening of the screws. The terminals in the terminal block shall be of adequate length in order to have proper grip of conductor with the help of two screws through agency of a plate so as to made cage type arrangement. The manner of fixing the conductors to the terminals shall ensure adequate and durable contact such that there is no risk of loosening or undue heating. Screw Connections, transmitting contact force and screw fixing, which may be loosened and tightened several times during the life of the meter, shall screw into a meter nut. All parts of each terminal shall be such that the risk of corrosion, resulting from contact with any other meter part, is minimized. Two screws shall be provided in each current terminal for effectively clamping the external leads or thimbles. Each clamping screw shall engage at least 3 threads in the terminal. The ends of screws shall be such as not to pierce the conductor. Electrical connections shall be so designed that the contact pressure is not transmitted through insulating material. For current circuits, the voltage is considered to be the same as for the related voltage circuit. The internal diameter of terminal holes shall be 5.5mm (min.) The clearances and creep age distances shall confirm to clause 6.60 of IS: 13779 /1993.

It shall conform to IS 11731 (FH-1category) besides meeting the test requirement of heat deflection test as per ISO 75, glow wire test as per the IS:11000 (part 2/SEC-1) 1984 OR IEC PUB,60695-2-12, Ball pressure test as per IEC--60695-10-2 and Flammability Test As per UL 94 or As per IS 11731(Part-2) 1986

6.4 TERMINAL COVER:- The terminal cover shall be extended type, which can be sealed

independently of the meter cover. The terminal cover shall enclose the actual terminals; the conductor fixing screws, the external conductors and their insulation i.e. no part of

Page 61: Bid Doc Vol-II

Page 5 of 53

meter or cable / accessories shall be visible from the front of the meter. When the meter is mounted, no access to the terminal shall be possible without breaking the seal (s) of the meter terminal cover. The terminal cover shall have at least two sealing screws. The fixing screws used on the terminal cover for fixing and sealing shall be kept captive in the terminal cover.

6.5 SEALING: - 2 no unidirectional sealing screw shall be provided for proper fixing of meter

cover with 2 no good quality polycarbonate seals, one each on either side, so that the meter internal parts are only accessible after breaking the seals, ultrasonic welding, push fit arrangement or case cover of the meter. Separate sealing arrangements shall be provided for MDI reset and communication port. In addition, the firm / supplier shall affix 2 no good quality, numbered hologram, on base and cover; one on each side and its record should be forwarded to the Nigam.

7.0 WORKING ENVIRONMENT

As per IS 14697-1999 (reaffirmed 2004). Meter to perform satisfactorily under Non-Air Conditioned environment (within stipulations of IS)

Meter body will conform to IP51 degree of protection. For outdoor use meter shall be installed in sealed enclosure conforming to IP 55. The meter shall be suitable designed for satisfactory operation under the hot and hazardous tropical climate conditions and shall be dust and vermin proof. All the parts and surface, which are subject to corrosion, shall either be made of such material or shall be provided with such protective finish, which provided suitable protection to them from any injurious effect of excessive humidity.

8.0 MANUFACTURING PROCESS, ASSEMBLY AND TESTING

Meters shall be manufactured using latest and ‘state of the art’ technology and methods prevalent in electronics industry. The meter shall be made from high accuracy and reliable surface mount technology (SMT) components. All inward flow of major components and sub assembly parts (CT, PT, RTCs/Crystal, LCDs, LEDs, power circuit electronic components etc.) shall have batch and source identification. Multilayer ‘PCB’ assembly with ‘PTH’ (Plated through Hole) using surface mounted component shall have adequate track clearance for power circuits. SMT component shall be assembled using automatic ‘pick-and-place’ machines, Reflow Soldering oven, for stabilized setting of the components on ‘PCB’. For soldered PCBs, cleaning and washing of cards, after wave soldering process is to be carried out as a standard practice. Assembly line of the manufacturing system shall have provision for testing of sub-assembled cards. Manual placing of components and soldering, to be minimized to items, which cannot be handled by automatic machine. Handling of ‘PCB’ with ICs/C-MOS components, to be restricted to bare minimum and precautions to prevent ‘ESD’ failure to be provided. Complete assembled and soldered PCB should undergo functional testing using computerized Automatic Test Equipment. Fully assembled and finished meter shall undergo ‘burn-in’ test process for 12 hrs at 55 degree Celsius (Max. temperature not to exceed 60 degree Celsius) under base current (Ib) load condition.

Page 62: Bid Doc Vol-II

Page 6 of 53

Test points should be provided to check the performance of each block/stage of the meter circuitry. RTC shall be synchronized with NPL time at the time of manufacture. Meters testing at intermediate and final stage shall be carried out with testing instruments, duly calibrated with reference standard, with traceability of source and date.

9.0 DISPLAYS

The meter shall have 7 digits (with ±indication), parameter identifier, backlit Liquid Crystal Display (LCD) of minimum 10 mm height, wide viewing angle. Auto display cycling push button required with persistence time of 10 Seconds. LCD shall be suitable for temperature withstand of 70 deg C; Sequence of display of various instantaneous electrical parameters shall be as desired by Purchaser at the time of order.

The data stored in the meters shall not be lost in the event of power failure. The meter shall have Non Volatile Memory (NVM), which does not need any battery backup. The NVM shall have a minimum retention period of 10 years.

10.0 PERFORMANCE UNDER INFLUENCE QUANTITIES

The meters performance under influence quantities shall be governed by IS 14697-1999 (reaffirmed 2004). The accuracy of meter shall not exceed the permissible limits of accuracy as per standard IS: 14697 (latest version).

11.0 OUTPUT DEVICE

Energy Meter shall have test output, accessible from the front, and be capable of being monitored with suitable testing equipment while in operation at site. The operation indicator must be visible from the front and test output device shall be provided in the form of LED. Resolution of the test output device shall be sufficient to enable the starting current test in less than 10 minutes.

12.0 REAL TIME INTERNAL CLOCK (RTC)

RTC shall be pre-programmed for 30 Years Day/date without any necessity for correction. The maximum drift shall not exceed +/- 300 Seconds per year.

The clock day/date setting and synchronization shall only be possible through password/Key code command from one of the following:

a) Hand Held Unit (HHU) or Meter testing work bench and this shall need password enabling for meter;

b) From remote server through suitable communication network or Sub-station data logger ‘PC’.

13.0 QUANTITIES TO BE MEASURED & DISPLAYED

Page 63: Bid Doc Vol-II

Page 7 of 53

The meter shall be capable of measuring and displaying the following electrical quantities within specified accuracy limits for polyphase balanced or unbalanced loads:

a) Instantaneous Parameters such as phase and line voltages, currents, power factors, overall kVA, kW, kVAr, power factor, frequency etc as per details given in the table below and enclosed annexure.

b) Block Load Profile Parameters such as kVAh/kWh/kVArh (lag/lead)/Maximum Demand (MD) in kW/kVA/power factor/phase and line voltages/currents etc (minimum 5 parameters) as per details given in the table below and enclosed annexure.

c) Daily Load Profile Parameters such as cumulative energy kWh (import/export)/cumulative kVAh (while kW- import/export)/cumulative energy kVArh (quadrant-1/2/3/4)/reactive energy high (V>103%)/low (V<97%), etc as per details given in the table below and enclosed annexure.

In addition to above the meter shall also record the Name plate details, programmable parameters (readable as profile), occurrence and restoration of tamper events along with the parameters (Table 30, 31 and 32 to 38 respectively of enclosed guideline document) Detail of category wise parameters requirement suitable for specific location such as feeder/DT metering, interface points/boundary points is given in following tables of guidelines document enclosed as annexure: Category Parameter group Annexure Table

No. Substation Feeder/ Distribution Transformer meter

Instantaneous parameters 22 Block Load Profile parameters

23

Boundary/Ring fencing/Interface Meters

Instantaneous parameters 24 Block Load Profile parameters

25

Daily Load Profile parameters

26

HT Consumer Meters Instantaneous parameters 27 Block Load Profile parameters

28

Billing Profile parameters 29 Substation Feeder/ Distribution Transformer/Boundary/Ring fencing/Interface/HT Consumer Meters

Name Plate details 30 Programmable Parameters 31 Event Conditions 32 to 38

Logging parameters for each of the event condition – shall be selected

Capture parameters for event as applicable (Event Log Profile)

39

14.0 DEMAND INTEGRATION PERIOD The maximum demand integration period may be set at 15 minute or 30 minute by purchaser as per requirement.

Page 64: Bid Doc Vol-II

Page 8 of 53

15.0 MD RESET

It should be possible to reset MD by the following options: a) Communication driven reset b) Local push button c) Auto reset at 24:00 hrs at the end of each billing cycle

16.0 MARKING OF METERS

The marking of meters shall be in accordance with IS: 14697 /1999 (reaffirmed 2004). The meters shall bear marking “Purchased under R-APDRP scheme/property of DHBVN/UHBVN”.

The meter shall also store name plate details as given in the table 30 of annexure. These shall be readable as a profile as and when required.

17.0 COMMUNICATION CAPABILITY

The meter shall be provided with two ports for communication of the measured/collected data as per guideline document enclosed in the annexure, i.e. a hardware port compatible with RS 232 or RS 485 specifications which shall be used for remote access through suitable Modem (GPRS/GSM/EDGE/CDMA/PSTN/LPR) and an Optical port complying with hardware specifications detailed in IEC-62056-21. This shall be used for local data downloading through a DLMS compliant HHU. One-meter long cable, of suitable size, having facility at one end, for connecting to the optical port, other end shall be provided with RS – 232 Connector shall be provided, as spare cable, so that the optical port can be brought out the meter box. The meter shall have necessary facilities to transfer the data via the communication port, the hand held data collection device (DCD) and also to down load this on a P.C to get complete details in numeric form. The necessary software for this purpose shall be provided by the supplier, without any condition, free of cost

The RS 485 port shall be used at Substations suitable for multi-drop connections of the meter for exporting data to sub-station data logger/DCU/Computer and the remote end server. The RS 232 port shall be used at boundary points meters and Distribution Transformer meters capable to transfer and export data to the remote end server through suitable communication mediums (GPRS/GSM/EDGE/CDMA/ PSTN/LPR). Both ports shall support the default and minimum baud rate of 9600 bps.

18.0 HAND HELD UNIT (HHU)

To enable local reading of meters data a DLMS compliant HHU shall be used. The HHU shall be as per specification given in the enclosed guidelines document. It shall be compatible to the DLMS compliant energy meters that are to be procured/ supplied on the basis of this specification.

Page 65: Bid Doc Vol-II

Page 9 of 53

19.0 TAMPER & FRAUD MONITORING FEATURES

The meter shall work satisfactorily under presence of various influencing conditions like External Magnetic Field, Electromagnetic Field, Radio Frequency Interference, harmonic Distortion, Voltage/Frequency Fluctuations, and electromagnetic High Frequency Fields etc. The meter shall be immune to abnormal voltage/frequency generating devices and shall record the occurrence and restoration of such tamper events along with parameters such as current, voltages, kWh, power factor, event code, date & time etc. (listed in Table 32 to 38 in enclosed document).

Tamper details shall be stored in internal memory for retrieval by authorized personnel through either of the following: i) HHU. ii) Remote access through suitable communication network.

Minimum 200 numbers of events (occurrences & restoration with date & time) should be available in the meter memory.

20.0 TYPE TESTS

The meter offered should have successfully passed all type tests described in the IS 14697 and the meter Data Transfer and Communication capability as per enclosed guidelines document. Type test certificate shall be submitted along with the offer and the same shall not be more than 36 months old at the time of bid submission. Make & type of major components used in the type-tested meter shall be indicated in the QAP. The condition are to be relaxed by the purchasers (utilities) for the bids to be issued in next six months (i.e. upto Feb 2010) to accommodate design, development and testing of the new standard meters, conforming to the guidelines document enclosed as annexure, by manufacturers. The bidder shall have to submit the required type test certificate (as per bid requirement) to the purchaser (utility) at the time of meters delivery.

Further Purchaser shall reserve the right to pick up energy meters at random from the lots offered and get the meter tested at third party lab i.e. CPRI / agencies listed at Appendix-C of Latest – standardization of AC static electrical energy meters – CBIP publication NO.-304/ NPL / CQAL/ ERTL / ERDA at the sole discretion of the Purchaser. The supplier has no right to contest the test results of the third party lab or for additional test and has to replace/take corrective action at the cost of the supplier.

It shall be the responsibility of the supplier to arrange such tests and Purchaser shall be informed of the date and time of conduction of tests well in advance to enable him to witness such tests. Test charges of the testing authority, for such successful repeat type tests, shall be reimbursed at actual by the Purchaser.

21.0 ACCEPTANCE & ROUTINE TESTS

Criteria for selection for such tests and performance requirements shall be as per IS 14697-1999 (reaffirmed 2004)

Page 66: Bid Doc Vol-II

Page 10 of 53

Additional acceptance shall include Surge withstand (SWC) for 6 kVp as per IEC 6205211, Lightning impulse test and HF disturbance test as per IS 14697. One sample meter per order from one of the offered lot shall be subjected to these specific tests. Meters subjected to these tests shall not be used after tests.

Accuracy tests shall be performed at the beginning and at the end of the acceptance tests specified. 22.0 QUALITY ASSURANCE: The manufacturer shall have a comprehensive quality assurance program at all stages of manufacture for ensuring products giving reliable, trouble free performance. Details of the bidder’s quality assurance and test set up shall be furnished with the bid. A detailed quality assurance program shall be finalized with the successful bidder during the award stage. Bidder shall furnish following information along with his bid: i) Organization structure of the manufacturer and his main sub-suppliers (PCBs, SMT

cards, CT/PT) with details of ‘QA’ setup, overall workflow; ii) Copy of system manual showing ‘QAP’ (Quality Assurance Plan) as actually practiced

during manufacturing and final testing. iii) List of raw materials and critical components (ASIC chip, crystal clock, memory register

Chip, transformers, optical ports etc.) with their suppliers; iv) Stage inspection of product before final testing; v) Procedure adopted for ‘In-situ’ testing of PCBs, after placement of surface mounted

component, for quantitative parametric variation of tolerance by self or sub-contractor. vi) Testing and calibration facility, date of calibration of test bench, manpower data of bench

operators; vii) Sample copies of test certificate of bought out components. viii) The manufacturer shall be responsible to pay penalty of Rs 20,000/- for each

occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection.

23.0 QUALIFYING REQUIREMENTS (as per annexure-A of NIT documents)

i) Bidder should be a manufacturer; ii) He should have all the facility in his works for design, assembly, quality assurance, burn-

in test (Fully assembled Energy Meter), testing (all routine and acceptance tests), automatic calibration of Energy Meter on software based test bench, qualified team of technical and software engineers;

iii) The average annual turnover of the manufacturer for Energy meters for the three (3) best financial years out of last five (5) years, should be at least Rs.** …………… Lakhs. (** is 2 x Package Cost x 12/ Work completion schedule in Months)

iv) Notwithstanding anything stated herein under, the Purchaser reserves the right to assess the capacity and capability of the bidder to execute the work, should the circumstances warrant such assessment in the overall interest of the Purchaser.

Page 67: Bid Doc Vol-II

Page 11 of 53

24.0 GUARANTEE

The meter shall have a designed life of at least 10 years and the supplier shall be responsible to replace, free of cost, with no transportation or insurance - cost to the Nigam, up to destination, the whole or any part of the material which, under normal and proper use, proves defective in quality or workmanship, subject to the condition that the defect is noticed within 66 months from the date of receipt of material by the consignee or 60 months from the date of installation, which ever period may expire earlier. The consignee or any other officer of the Nigam, actually using the material, will give prompt notice of each such defect to the supplier as well as the Purchasing authority and the Controller of Stores. The replacement shall be affected by the supplier within a reasonable time, but not, in any case, exceeding 45 days. The supplier shall also arrange to remove the defective supply within reasonable period but not exceeding 45 days from the date of issue of the notice in respect thereof. The warranty for 60/66 months shall be one time. Upon the firm failing to do so, the damages / defects may be got rectified by the Nigam and the cost adjusted from the firm’s pending dues and/or security deposit against this or any other contract in force and the balance left be got deposited by the supplier. The Nigam may withhold the amount, equal to cost of defective material. The purchaser shall recover an equivalent amount plus 15% supervision charges, if the defective material is not repaired / replaced with in the above specified period. The cumulative damage rate during warrantee period should not exceed:- i) Up to one year 3% ii) Up to two years 4% iii) Up to three years 5% iv) More than four years 6% If the supplier fails to adhere to the above requirement, the Nigam may take any penal action against the supplier upto and including blacklisting.

25.0 FIXING & CONNECTION ARRANGEMENT Manufacturer shall ensure following technical points:

i) Meter shall be suitable for mounting on Simplex type vertical panel with front door; CAT-M4 disconnecting type TBs to be used for Current circuit; Panel wiring to be properly dressed and harnessed; External cables to enter panel from bottom gland plate using double compression glands.

ii) Energy Meter terminals block shall be adequately sized with regard to maximum conductor dimension, commensurate with current rating of Energy Meter.

26.0 CHALLENGE CLAUSE: The material offered/received after the inspection by the authorized Inspecting Officer may again be subjected to the test for losses or any other parameters from any testing house/in house technique of the Nigam having requisite capabilities and facilities. The results if found deviating/ unacceptable or non-complying to approved GTPs the lot

Page 68: Bid Doc Vol-II

Page 12 of 53

shall be rejected and bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this penalty @10% of cost of the inspected lot of material shall be imposed.

Page 69: Bid Doc Vol-II

Page 13 of 53

ANNEXURE - A

GUARANTEED TECHNICAL PARTICULARS FOR CT / PT OPERATED TRIVECTOR METERS /LT CT meter

1) Maker’s Name

2) Meter Make & Type

3) Fixing Arrangement

4) Basic current (Amperes)

5) Rated Maximum Continuous Current (Amperes)

6) Standard Reference Voltage & Frequency

7) Class of accuracy

8) Power Loss in each

i) Voltage circuit

ii) Current circuit

9) Minimum Starting Current

10) Type of display

11) No. of Digits

12) Type of output Device

13) Clearances and creepage distance in the

I. Terminal Block

II. Terminal cover

14) Material of

I. Terminal Block

Page 70: Bid Doc Vol-II

Page 14 of 53

II. Terminal cover

15) Material of Terminals

16) Material of Meter Frame/Cover

17) Window arrangement & material

18) Number of seals provided

I. Main Meter Cover

II. Meter Terminal Cover

19) Total weight of the Meter

Page 71: Bid Doc Vol-II

Page 15 of 53

ANNEX A

(Foreword)

INTRODUCTION TO STANDARDIZED METER PARAMETERS LIST

A-1 CLASSIFICATION OF PARAMETERS

The Metering Parameters have been identified and classified as follows:

a) Instantaneous Parameters b) Block Profile / Load Survey Parameters. c) Daily Profile Parameters. d) Parameters for accounting / billing. e) General Purpose quantities

i. Name Plate Details. ii. Programmable parameters

f) Event Conditions. The measurement and computation of each of these parameters and events shall be based on standard methods or based on utilities prudent practices or as directed by respective Regulatory Commission.

For each of the identified parameter, the OBIS code, Interface Class and the Attributes are given in the various tables in corresponding Annexure. The OBIS codes listed are applicable for LN referencing and is mandatory to adhere to by the SERVERS and CLIENTS.

A-2 INSTANTANEOUS PARAMETERS

The Instantaneous parameters shall be continuously updated by the meter hardware / software as per internal sampling and computation time. The energy values in the table shall be cumulative readings from the date of manufacturing or installation of meter as the case may be. These shall be continuously updated and last updated value shall be available for downloading as and when required. Each of the parameters shall be readable at any instant by the HOST from remote or by HHU at site. The snap shot of all the instantaneous values of all parameters shall be readable by the HOST computer.

A-3 PROFILE GENERIC OR LOAD SURVEY PARAMETERS (CAPTURE TIME BLOCK 15 OR 30 MINUTES)

Page 72: Bid Doc Vol-II

Page 16 of 53

This is an array of parameters identified for capturing and storing at specified time intervals or capture times. The capture times shall be either 15 or 30 minutes. The capture times shall be programmable by the utilities. The tables lists the parameters whose profile (survey) is to be captured and stored in the meter as per set capture time period. The profiles shall be readable at any time by the HOST from remote or by HHU (MRI) at site for any specified range and time.

In the case of Category B meters the capture time shall be of 15 minutes duration.

The data stored in the array shall be the average value for the captured time block and stored at the end of that block, except for energy values. The energy entries are the consumption during respective capture time block and posted at the end of that block. The array of data shall be retained inside the meter memory for the last 22 days for a capture period of 15 minutes or for the last 45 days for a capture period of 30 minutes. It is assumed that the number of load survey parameters is 5 which can be selected from the respective tables by the utilities. The storage days can be expanded by choosing less number of parameters.

The block load profiles shall not store or return values (typically zero values) for conditions where the meter is powered down for a full day, where a full day is defined as the 24 hour period from midnight 00 Hrs to the next midnight 00 Hrs. Under such conditions the block load profile for the entire 24 Hour period shall not be stored nor padded with zero entries. However if the meter is powered up even for a small amount of time (sufficient for it to boot up and record the Power up event) during the 24 Hour period, it shall store and return the Block load profile for the entire 24 hour duration.

A-4 PARAMETERS FOR ACCOUNTING / BILLING PURPOSE

These are parameters identified for accounting / billing purposes. These shall be generated by the meter for each billing cycle and stored in the memory. The set of data for last 6 (six) cycles shall be stored in the memory. At the end of each cycle corresponding set of data shall be readable by the HOST from remote or by HHU at site.

A-5 GENERAL PURPOSE QUANTITIES

A-5.1 Name Plate Details

These parameters are electrical and non-electrical quantities and are static in nature, grouped as “Name Plate Details”, containing pertinent information about the supplied meter. The parameters identified and grouped as “Name Plate Details” under this classification are applicable for all categories of meters( see Annex F).

Page 73: Bid Doc Vol-II

Page 17 of 53

A-5.2 Programmable Parameters

These parameters are non electrical quantities. The parameters identified and grouped as “Programmable Parameters” shall be programmable by the Utility engineers. For the purpose of setting / altering the values of these parameters, the security and access rights in line with the methodology described in protocol, shall be mutually agreed between utility and manufacturer. The parameters shall be programmable by HOST from remote and HHU at site. These are applicable for all categories of meters( see Annex F).

A-6 EVENT CONDITIONS

A-6.1 Any abnormal or a tamper condition is defined as an Event. The meters shall identify and log both occurrence and restoration of such events. The meters shall also capture some of the parameters at the instance of above said log. This specification has identified the events to be logged and the parameters to be captured for each of those events( see Annex G).

A-6.2 This Companion Specification has further classified those events in sub groups for easy handling. The sub groups are

a. Voltage related events b. Current related events c. Power Failure related events d. Transactional events e. Other events f. Non rollover events g. Control events

A-6.3 The number of events stored in each compartment shall be decided by agreement between the Utility and Manufacturers. However the total number of events shall be 200.

A-6.4 The event conditions identified are listed in Table 37 to Table 43 of Annex G covering all the subgroups. For each type of event condition the parameters to be captured are listed in Table 44 of Annex G. The required capture parameters for selected event condition shall be chosen by the utility as per its practices and directives.

A-6.5 The types of events to be recorded may be selected by the Utility out of the list provided in tables Table 37 to Table 43 of Annex G as per Utility need and practice. The parameters for which Snapshot is to be recorded at time of tamper / event can also be selected out of list of parameters provided in “Capture Parameters” in Table 44 of Annex G.

Page 74: Bid Doc Vol-II

Page 18 of 53

A-6.6 The servers shall be capable of providing the entire list of parameters listed in the respective Annexure. However the utility as per its practices and directives may choose required parameters from the full list. Sequence of parameters in buffer shall be derived from capture object. The OBIS code for such selected parameters however shall remain as assigned.

Page 75: Bid Doc Vol-II

Page 19 of 53

ANNEX B

(Clause 1.3)

INTRODUCTION TO METERING PARAMETERS WITH DATA IDENTIFIERS

B-1 Three categories of electricity meters have been selected for compiling comprehensive lists of metering parameters with their data identifiers as required for data networks in India for COSEM procedures and services. The relevant reference documents are listed in 2.

B-2 The meters complying with this specification shall be considered as servers in a data network. The data collecting devices at the head end or HHU shall function as client and seek required services from these servers. Table 21 lists the server categories with metering nomenclatures and Annex references.

Table 21 Categories of Meters (Clause B-2)

Sl No Server

Category Metering Nomenclature /

Purpose Annex

(1) (2) (3) (4)

i) A Energy Accounting and Audit Metering

C, F,G

ii) B Boundary / Bank / Ring / ABT Metering

D, F,G

iii) C HV (PT / CT) and LV (CT) consumer Metering

E, F,G

B-1.1 Category A Meter

This meter is identified for use at sub-station feeders and Distribution Transformer Centers. The parameters listed for this category is for “Energy Accounting and Audit” purposes (see also Annex C).

Page 76: Bid Doc Vol-II

Page 20 of 53

B-1.2 Category B Meter

This meter is identified for use at Meter Banks and Network boundaries. The parameters listed for this category is for import / export of energy. This meter is also suitable for Availability Based Tariff (ABT) regime (see also Annex D).

.B-1.3 Category C Meter

This meter is identified for use at HV (PT and CT operated) and LV (CT operated) consumers. The parameters listed for this category is for consumers who draw energy from the grid. For consumers who also supply energy to grid, the category B Meter is recommended (see also Annex E).

Page 77: Bid Doc Vol-II

Page 21 of 53

ANNEX C

(Clause B-1.1, Table 21)

PARAMETER LIST FOR ‘CATEGORY A’ METERS

C-1 The parameters listed here are for Energy Accounting & Audit purposes. These meters are identified for Feeder metering and DTC metering where the power flow is unidirectional. In circumstances where bidirectional power flow is to be measured then Category B Meters shall be deployed.

C-2 The parameters identified are grouped under Instantaneous (Table 22) and Block load profile (Table 23). The tables include the name of the parameter, the OBIS code and Interface class.

C-3 Association Access Rights are as follows:

a) Public Client - Read Only for Clock and no access for other objects.

b) Meter Reader – Read Only for all objects.

c) Utility Setting – Read & Write for Clock and Read Only for others.

C-4 INSTANTANEOUS PARAMETERS

Each of the parameters is a separate entity. The OBIS code for each parameter is identified as per DLMS /COSEM protocol.

C-4.1 Snap Shot Of Instantaneous Parameters

The parameters of Table 22 shall be captured as a profile generic using the country specific OBIS code 1.0.94.91.0.255; the attribute 2 of each of the capture objects shall be copied into the profile at the instant of a request from the Host.

Page 78: Bid Doc Vol-II

Page 22 of 53

Table 22 Instantaneous Parameters for Class A Meters

(Clause C-2 & C-4.1)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No

(1) (2) (3) (4)

i) Real Time Clock – Date and Time 0.0.1.0.0.255 8

ii) Current - IR 1.0.31.7.0.255 3

iii) Current – IY 1.0.51.7.0.255 3

iv) Current – IB 1.0.71.7.0.255 3

v) Voltage – VRN 1.0.32.7.0.255 3

vi) Voltage – VYN 1.0.52.7.0.255 3

vii) Voltage – VBN 1.0.72.7.0.255 3

viii) Voltage – VRY 1.0.32.7.0.255 3

ix) Voltage – VBY 1.0.52.7.0.255 3

x) Signed Power Factor –R phase 1.0.33.7.0.255 3

xi) Signed Power Factor - Y phase 1.0.53.7.0.255 3

xii) Signed Power Factor - B phase 1.0.73.7.0.255 3

xiii) Three Phase Power Factor – PF 1.0.13.7.0.255 3

xiv) Frequency 1.0.14.7.0.255 3

xv) Apparent Power – KVA 1.0.9.7.0.255 3

Page 79: Bid Doc Vol-II

Page 23 of 53

xvi) Signed Active Power – kW (+ Forward; - Reverse)

1.0.1.7.0.255 3

xvii) Signed Reactive Power – kvar (+ Lag; - Lead)

1.0.3.7.0.255 3

xviii) Cumulative Energy – kWh 1.0.1.8.0.255 3

xix) Cumulative Energy – kvarh – Lag 1.0.5.8.0.255 3

xx) Cumulative Energy – kvarh – Lead 1.0.8.8.0.255 3

xxi) Cumulative Energy – kVAh 1.0.9.8.0.255 3

xxii) Number of Power-Failures. 0.0.96.7.0.255 1

xxiii) Cumulative Power-Failure Duration 0.0.94.91.8.255

3

xxiv) Cumulative Tamper Count 0.0.94.91.0.255

1

xxv) Cumulative Billing Count 0.0.0.1.0.255 1

xxvi) Cumulative Programming Count 0.0.96.2.0.255 1

xxvii) Billing Date 0.0.0.1.2.255 3

xxviii) Maximum Demand – kW 1.0.1.6.0.255 4

xxix) Maximum Demand – kVA 1.0.9.6.0.255 4

NOTES

1) The items at Sl No v), vi), and vii) are for 3Ф / 4W system of measurement with NEUTRAL as reference point.

2) The items at Sl No viii) and ix) are for 3 Ф / 3W system of measurement with Y-PHASE as reference point.

3) Signed Power factor: (+) indicates lag and (-) indicates lead.

Page 80: Bid Doc Vol-II

Page 24 of 53

4) The parameters at Sl No xviii) to xxvi) hold cumulative values at that instant from the date of manufacturing or installation of meter as the case may be.

5) The above list is identified for the purpose of communication to HOST or HHU.

6) The utilities may choose, based on needs, additional parameters for display purpose ONLY.

7) Item number at Sl No xxv) refers to the Billing Period Counter.

C-4.2 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 22. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.3.255. The capture objects for this profile shall include the scaler-unit attributes of the Instantaneous parameters listed above. Instantaneous parameters that do not have a scaler-unit (like IC 1) shall not be included in the capture objects list. The profile buffer shall have only one entry. This profile is not required to be updated periodically

C-5 BLOCK LOAD PROFILE PARAMETERS

This is an array of load survey data captured as a profile generic. The OBIS code is 1.0.99.1.0.255, with Interface class as 7. The capture objects of this block load profile are as per Table 23 and the captured attribute shall be attribute 2 of each interface class. The capture object values will be copied into buffer of this array automatically as per capture period which shall be set through OBIS code 1.0.0.8.4.255 of recording interval 1.

Association Access Rights are as follows:

a) Public Client - No access for all objects.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

Page 81: Bid Doc Vol-II

Page 25 of 53

Table 23 Block Load Survey Parameters for Class A Meters

(Clause C-2 & C-5)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No / Attribute

(1) (2) (3) (4)

i) Real Time Clock – Date and Time

0.0.1.0.0.255 8 / 2

ii) Current - IR 1.0.31.27.0.255 3 / 2

iii) Current – IY 1.0.51.27.0.255 3 / 2

iv) Current – IB 1.0.71.27.0.255 3 / 2

v) Voltage – VRN 1.0.32.27.0.255 3 / 2

vi) Voltage – VYN 1.0.52.27.0.255 3 / 2

vii) Voltage – VBN 1.0.72.27.0.255 3 / 2

viii) Voltage – VRY 1.0.32.27.0.255 3 / 2

ix) Voltage – VBY 1.0.52.27.0.255 3 / 2

x) Block Energy – kWh 1.0.1.29.0.255 3 / 2

xi) Block Energy – kvarh – lag 1.0.5.29.0.255 3 / 2

xii) Block Energy – kvarh – lead 1.0.8.29.0.255 3 / 2

xiii) Block Energy – kVAh 1.0.9.29.0.255 3 / 2

NOTES

Page 82: Bid Doc Vol-II

Page 26 of 53

1) The items at Sl No v), vi), and vii) are for 3Ф / 4W system of measurement with NEUTRAL as reference point.

2) The items at Sl No viii) and ix) are for 3 Ф / 3W system of measurement with Y-PHASE as reference point.

3) The parameters at Sl No ii) to ix) are the average values during the block period time and stored at the end of that time block.

4) The parameters at Sl No x) to xiii) are the actual energy consumption during that time block.

5) Capture objects for 3 Ф / 4W are items Sl No i) to vii) and x) to xiii)

6) Capture objects for 3 Ф / 3W are items Sl No i) to iv) and viii) to xiii)

7) Support for Selective access shall be as defined in 11.3

C-6 PARAMETERS FOR ACCOUNTING / BILLING

The list of parameters in Table 22 and Table 23 shall be used for computing the daily accounting data at the HOST.

C-6.1 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 23. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.4.255. The capture objects for this profile shall include the scaler-unit attributes of the parameters listed above. The profile buffer shall have only one entry. This profile is not required to be updated periodically

Page 83: Bid Doc Vol-II

Page 27 of 53

ANNEX D

(Clause B-1.2, Table 21)

PARAMETER LIST FOR ‘CATEGORY B’ METERS

D-1 The parameters listed here are for Boundary / Bank / Ring Fencing / ABT Metering. The meter records parameters under import and or export conditions.

D-2 The parameters identified for this are grouped under Instantaneous (Table 24), Block load profile (Table 25) and Daily Load profile (Table 26). The tables include the name of the parameter, the OBIS code and Interface class.

D-3 INSTANTANEOUS PARAMETERS

Each of the parameters is a separate entity. The OBIS code for each parameter is identified as per DLMS /COSEM protocol.

Association Access Rights are as follows:

a) Public Client - Read Only for Clock and no access for other objects.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read & Write for Clock and Read Only for others.

D-3.1 Snap Shot of Instantaneous Parameters

The parameters of Table 24 shall be captured as a profile generic using the country specific OBIS code 1.0.94.91.0.255. The attribute 2 of each of the capture objects shall be copied into the profile at the instant of a request from the Host.

Page 84: Bid Doc Vol-II

Page 28 of 53

Table 24 Instantaneous Parameters for Class B Meters

(Clause D-2 & D-3.1)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No

(1) (2) (3) (4)

i) Real Time Clock – Date and Time 0.0.1.0.0.255 8

ii) Current - IR 1.0.31.7.0.255 3

iii) Current – IY 1.0.51.7.0.255 3

iv) Current – IB 1.0.71.7.0.255 3

v) Voltage – VRN 1.0.32.7.0.255 3

vi) Voltage – VYN 1.0.52.7.0.255 3

vii) Voltage – VBN 1.0.72.7.0.255 3

viii) Voltage – VRY 1.0.32.7.0.255 3

ix) Voltage – VBY 1.0.52.7.0.255 3

x) Signed Power Factor - R phase 1.0.33.7.0.255 3

xi) Signed Power Factor - Y phase 1.0.53.7.0.255 3

xii) Signed Power Factor - B phase 1.0.73.7.0.255 3

xiii) Three Phase Power Factor – PF 1.0.13.7.0.255 3

xiv) Frequency 1.0.14.7.0.255 3

xv) Apparent Power – KVA 1.0.9.7.0.255 3

xvi) Signed Active Power – kW (+ import: - 1.0.1.7.0.255 3

Page 85: Bid Doc Vol-II

Page 29 of 53

export)

xvii) Signed Reactive Power – kvar (+ Lag; - Lead)

1.0.3.7.0.255 3

xviii) Cumulative Energy – kWh (Import) 1.0.1.8.0.255 3

xix) Cumulative Energy – kWh (Export) 1.0.2.8.0.255 3

xx) Cumulative Energy – kVAh(Import) 1.0.9.8.0.255 3

xxi) Cumulative Energy – kVAh(Export) 1.0.10.8.0.255 3

xxii) Number of Power-Failures. 0.0.96.7.0.255 1

xxiii) Cumulative Power-Failure Duration 0.0.94.91.8.255

3

xxiv) Cumulative Tamper Count 0.0.94.91.0.255

1

xxv) Cumulative Billing Count 0.0.0.1.0.255 1

xxvi) Cumulative programming Count 0.0.96.2.0.255 1

xxvii) Billing Date 0.0.0.1.2.255 3

NOTES

1) The items at Sl No v), vi) and vii) are for 3Ф / 4W system of measurement with NEUTRAL as reference point.

2) The items at Sl No viii), ix) are for 3 Ф / 3W system of measurement with Y-PHASE as reference point.

3) Signed Power factor: (+) indicates lag and (-) indicates lead. 4) The parameters at Sl No xviii) to xxvi) hold cumulative values at that instant

from the date of manufacturing or installation of meter as the case may be. 5) The above list is identified for the purpose of communication to HOST or HHU. 6) The utilities may choose, based on needs, additional parameters for display

purpose ONLY. 7) Item number at Sl No xxv) refers to the Billing Period Counter

Page 86: Bid Doc Vol-II

Page 30 of 53

D-3.2 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 24. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.3.255. The capture objects for this profile shall include the scaler-unit attributes of the Instantaneous parameters listed above. Instantaneous parameters that do not have a scaler-unit (like IC 1) shall not be included in the capture objects list. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

D-4 BLOCK LOAD PROFILE PARAMETERS

This is an array of load survey data captured as a profile generic. The OBIS code is 1.0.99.1.0.255, with Interface class as 7. The capture objects of this block load profile are as per Table 25 and the captured object shall be attribute 2 of each interface class. The capture object values will be copied into a buffer of this array automatically as per capture period which shall be set through OBIS code 1.0.0.8.4.255 of recording interval 1.

Association Access Rights are as follows:

a) Public Client – No access for all objects

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

Table 25 Block Load Survey Parameters for Class B Meters

(Clause D-2 & D-4)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No / Attribute

(1) (2) (3) (4)

i) Real Time Clock – Date and Time

0.0.1.0.0.255 8 / 2

ii) Frequency 1.0.14.27.0.255

3 / 2

Page 87: Bid Doc Vol-II

Page 31 of 53

iii) Voltage – VRN 1.0.32.27.0.255

3 / 2

iv) Voltage – VYN 1.0.52.27.0.255

3 / 2

v) Voltage – VBN 1.0.72.27.0.255

3 / 2

vi) Energy – Active Import 1.0.1.29.0.255 3 / 2

vii) Energy – Net Active Energy 1.0.16.29.0.255

3 / 2

viii) Energy – Active Export 1.0.2.29.0.255 3 / 2

ix) Energy – kvarh – Quadrant I 1.0.5.29.0.255 3 / 2

x) Energy – kvarh – Quadrant II 1.0.6.29.0.255 3 / 2

xi) Energy – kvarh – Quadrant III 1.0.7.29.0.255 3 / 2

xii) Energy – kvarh – Quadrant IV 1.0.8.29.0.255 3 / 2

NOTES

1) The parameters listed in this table are for load survey purpose and are logged as per the block period time.

2) The Block period time for Interface meters is fixed at 15 min for which the data storage will be for 22 days.

3) The parameters at Sl No iii) to vi) are the average values of 15 min block and stored at the end of that time block.

4) The parameters at Sl No vii) to xii) are the actual energy consumption during the 15 min time block.

5) Item at Sl No ii) is an ABT parameter for absolute average value. 6) Item at Sl No vii) is an ABT parameter for Net energy in the current

15 min block. 7) Support for Selective access shall be as defined in Section 11.3.

Page 88: Bid Doc Vol-II

Page 32 of 53

D-4.1 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 25. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.4.255. The capture objects for this profile shall include the scaler-unit attributes of the parameters listed above. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

D-5 DAILY LOAD PROFILE PARAMETERS

This is an array of load survey data captured as a profile generic at the end of 24 hours. The OBIS code is 1.0.99.2.0.255, with Interface class as 7. The capture objects of this daily load profile are as per Table 26 and the captured attribute shall be attributing 2 of each interface class. The capture object values will be copied into a buffer of this array automatically as per capture period which shall be set through OBIS code 1.0.0.8.5.255 of recording interval 2. The capture period attribute shall be statically fixed as 24 hours.

Association Access Rights are as follows:

a) Public Client – No access for all objects

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

Table 26 Daily Load Profile Parameters for Class B Meters

(Clause D-2 & D-5)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No / Attribute

(1) (2) (3) (4)

i) Real Time Clock – Date and Time 0.0.1.0.0.255 8 / 2

ii) Cumulative Energy – kWh – Import 1.0.1.8.0.255 3 / 2

Page 89: Bid Doc Vol-II

Page 33 of 53

iii) Cumulative Energy – kWh – Export 1.0.2.8.0.255 3 / 2

iv) Cumulative Energy – kVAh while kW Import

1.0.9.8.0.255 3 / 2

v) Cumulative Energy – kVAh while kW Export

1.0.10.8.0.255 3 / 2

vi) Reactive Energy High (V > 103%) 1.0.94.91.1.255

3 / 2

vii) Reactive Energy Low (V < 97%) 1.0.94.91.2.255

3 / 2

viii) Cumulative Energy – kvarh – Quadrant 1

1.0.5.8.0.255 3 / 2

ix) Cumulative Energy – kvarh – Quadrant 2

1.0.6.8.0.255 3 / 2

x) Cumulative Energy – kvarh – Quadrant 3

1.0.7.8.0.255 3 / 2

xi) Cumulative Energy – kvarh – Quadrant 4

1.0.8.8.0.255 3 / 2

NOTES

1) The parameters listed in this table are meant for billing purpose and shall be logged at midnight (00 Hrs).

2) The storage time for these parameters is 22 days. 3) The parameters at Sl No ii) to xi) are cumulative values at that

instant from the date of manufacturing or installation of meter as the case may be.

4) Item at Sl No vi) is an ABT parameter. 5) Item at Sl No vii) is an ABT parameter. 6) Support for Selective access shall be as defined in Section 11.3

Page 90: Bid Doc Vol-II

Page 34 of 53

D-5.1 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 26. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.5.255. The capture objects for this profile shall include the scaler-unit attributes of the parameters listed above. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

Page 91: Bid Doc Vol-II

Page 35 of 53

ANNEX E

( Clause B-1.3, Table 21)

PARAMETER LIST FOR ‘CATEGORY C’ METERS

E-1 The parameters listed here are for HT (PT / CT) and LT (CT) consumer metering. This meter records energy in import mode. These meters shall be capable of recording Import of energy. For customers who import energy and also export energy, use of category B meters is recommended.

E-2 The parameters identified for this are grouped under Instantaneous (Table27), Block load profile (Table 28), and Billing (Table 29). The tables include the name of the parameter, the OBIS code and Interface class.

E-3 INSTANTANEOUS PARAMETERS

Each of the parameters is a separate entity. The OBIS code for each parameter is identified as per DLMS /COSEM protocol.

Association Access Rights are as follows:

a) Public Client - Read only for Clock and no access for other objects.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read & Write for Clock and Read Only for others.

E-3.1 Snap Shot of Instantaneous Parameters

The parameters of Table 27 shall be captured as a profile generic using the country specific OBIS code 1.0.94.91.0.255. The attribute 2 of each of the capture objects shall be copied into the profile at the instant of a request from the Host.

Page 92: Bid Doc Vol-II

Page 36 of 53

Table 27 Instantaneous Parameters for Class C Meters

(Clause E-2 & E-3.1)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No

(1) (2) (3) (4)

i) Real Time Clock – Date and Time 0.0.1.0.0.255 8

ii) Current - IR 1.0.31.7.0.255 3

iii) Current – IY 1.0.51.7.0.255 3

iv) Current – IB 1.0.71.7.0.255 3

v) Voltage – VRN 1.0.32.7.0.255 3

vi) Voltage – VYN 1.0.52.7.0.255 3

vii) Voltage – VBN 1.0.72.7.0.255 3

viii) Voltage – VRY 1.0.32.7.0.255 3

ix) Voltage – VBY 1.0.52.7.0.255 3

x) Signed Power Factor –R phase 1.0.33.7.0.255 3

xi) Signed Power Factor - Y phase 1.0.53.7.0.255 3

xii) Signed Power Factor - B phase 1.0.73.7.0.255 3

xiii) Three Phase Power Factor – PF 1.0.13.7.0.255 3

xiv) Frequency 1.0.14.7.0.255 3

xv) Apparent Power – KVA 1.0.9.7.0.255 3

xvi) Signed Active Power – kW (+ Forward; 1.0.1.7.0.255 3

Page 93: Bid Doc Vol-II

Page 37 of 53

- Reverse)

xvii) Signed Reactive Power – kvar (+ Lag; - Lead)

1.0.3.7.0.255 3

xviii) Number of Power-Failures 0.0.96.7.0.255 1

xix) Cumulative Power-Failure Duration 0.0.94.91.8.255 3

xx) Cumulative Tamper Count 0.0.94.91.0.255 1

xxi) Cumulative Billing Count 0.0.0.1.0.255 1

xxii) Cumulative Programming Count 0.0.96.2.0.255 1

xxiii) Billing Date 0.0.0.1.2.255 3

xxiv) Cumulative Energy kWh

1.0.1.8.0.255 3 / 2

xxv) Cumulative Energy kvarh Lag

1.0.5.8.0.255 3 / 2

xxvi) Cumulative Energy kvarh Lead 1.0.8.8.0.255 3 / 2

xxvii) Cumulative Energy kVAh 1.0.9.8.0.255 3 / 2

NOTES

1) The items at Sl No v), vi) and vii) are for 3Ф / 4W system of measurement with NEUTRAL as reference point.

2) The items at Sl No viii) and ix) are for 3 Ф / 3W system of measurement with Y-PHASE as reference point.

3) Signed Power factor – (+ indicates lag) and (- indicates lead). 4) The parameters at Sl No xviii) to xxii) hold cumulative values at that instant from

the date of manufacturing or installation of meter as the case may be. 5) The above list is identified for the purpose of communication to HOST or HHU. 6) The utilities may choose, based on needs, additional parameters for display

purpose ONLY. 7) Item at Sl No xxi) refers to the Billing Period Counter 8) Item at Sl No xxiii) - Data type to be same as for attribute 2 of IC 8, Clock.

Page 94: Bid Doc Vol-II

Page 38 of 53

E-3.2 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 27. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.3.255. The capture objects for this profile shall include the scaler-unit attributes of the Instantaneous parameters listed above. Instantaneous parameters that do not have a scaler-unit (like IC 1) shall not be included in the capture objects list. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

E-4 BLOCK LOAD PROFILE PARAMETERS

This is an array of load survey data captured as a profile generic. The OBIS code is 1.0.99.1.0.255, with Interface class as 7. The capture objects of this block load profile are as per Table 28 and the captured attribute shall be 2 of each interface class. The capture object values will be copied into a buffer of this array automatically as per capture period which shall be set through OBIS code 1.0.0.8.4.255 of recording interval 1.

Association Access Rights are as follows:

a) Public Client – No access for all objects.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

Table 28 Block Load Survey Parameters for Class C Meters

(Clause E-2 & E-4)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No / Attribute

(1) (2) (3) (4)

i) Real Time Clock – Date and Time 0.0.1.0.0.255 8 / 2

ii) Current - IR 1.0.31.27.0.255 3 / 2

Page 95: Bid Doc Vol-II

Page 39 of 53

iii) Current – IY 1.0.51.27.0.255 3 / 2

iv) Current – IB 1.0.71.27.0.255 3 / 2

v) Voltage – VRN 1.0.32.27.0.255 3 / 2

vi) Voltage – VYN 1.0.52.27.0.255 3 / 2

vii) Voltage – VBN 1.0.72.27.0.255 3 / 2

viii) Voltage – VRY 1.0.32.27.0.255 3 / 2

ix) Voltage – VBY 1.0.52.27.0.255 3 / 2

x) Block Energy – kWh 1.0.1.29.0.255 3 / 2

xi) Block Energy – kvarh – lag 1.0.5.29.0.255 3 / 2

xii) Block Energy – kvarh – lead 1.0.8.29.0.255 3 / 2

xiii) Block Energy – kVAh 1.0.9.29.0.255 3 / 2

NOTES

1) The parameters listed in this table are for load survey purpose and are logged as per the block period time.

2) The parameters at Sl No ii) to ix) are the average values during the block period time and stored at the end of that time block.

3) The parameters at Sl No x) to xiii) are the actual energy consumption during that time block.

4) Capture objects for 3 Ф / 4W are items at Sl No i) to vii) and x) to xiii) 5) Capture objects for 3 Ф / 3W are items at Sl No i) to iv) and viii) to xiii) 6) Support for Selective access shall be as defined in Section 11.3

E-4.1 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 28. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.4.255. The capture objects for this profile shall include the scaler-unit

Page 96: Bid Doc Vol-II

Page 40 of 53

attributes of the parameters listed above. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

E-5 BILLING PROFILE PARAMETERS

The contents of this table are for billing purpose.

Association Access Rights are as follows:

a) Public Client – No access for all objects.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

Table 29 Billing Profile Parameters for Class C Meters

S.No Parameter OBIS Code

A.B.C.D.E.F

Interface Class No / Attribute

(1) (2) (3) (4)

i) Billing Date 0.0.0.1.2.255 3 / 2

ii) System Power Factor for Billing Period 1.0.13.0.0.255 3 / 2

iii) Cumulative Energy – kWh 1.0.1.8.0.255 3 / 2

iv) Cumulative Energy – kWh – TZ1 1.0.1.8.1.255 3 / 2

v) Cumulative Energy – kWh – TZ2 1.0.1.8.2.255 3 / 2

vi) Cumulative Energy – kWh – TZ3 1.0.1.8.3.255 3 / 2

vii) Cumulative Energy – kWh – TZ4 1.0.1.8.4.255 3 / 2

viii) Cumulative Energy – kWh – TZ5 1.0.1.8.5.255 3 / 2

ix) Cumulative Energy – kWh – TZ6 1.0.1.8.6.255 3 / 2

x) Cumulative Energy – kWh – TZ7 1.0.1.8.7.255 3 / 2

Page 97: Bid Doc Vol-II

Page 41 of 53

xi) Cumulative Energy – kWh – TZ8 1.0.1.8.8.255 3 / 2

xii) Cumulative Energy – kvarh – Lag 1.0.5.8.0.255 3 / 2

xiii) Cumulative Energy – kvarh – Lead 1.0.8.8.0.255 3 / 2

xiv) Cumulative Energy – kVAh 1.0.9.8.0.255 3 / 2

xv) Cumulative Energy – kVAh – TZ1 1.0.9.8.1.255 3 / 2

xvi) Cumulative Energy – kVAh – TZ2 1.0.9.8.2.255 3 / 2

xvii) Cumulative Energy – kVAh – TZ3 1.0.9.8.3.255 3 / 2

xviii) Cumulative Energy – kVAh – TZ4 1.0.9.8.4.255 3 / 2

xix) Cumulative Energy – kVAh – TZ5 1.0.9.8.5.255 3 / 2

xx) Cumulative Energy – kVAh – TZ6 1.0.9.8.6.255 3 / 2

xxi) Cumulative Energy – kVAh – TZ7 1.0.9.8.7.255 3 / 2

xxii) Cumulative Energy – kVAh – TZ8 1.0.9.8.8.255 3 / 2

xxiii) MD – kW 1.0.1.6.0.255 4 / 2 ,5

xxiv) MD – kW – TZ1 1.0.1.6.1.255 4 / 2 ,5

xxv) MD – kW – TZ2 1.0.1.6.2.255 4 / 2 ,5

xxvi) MD – kW – TZ3 1.0.1.6.3.255 4 / 2 ,5

xxvii) MD – kW – TZ4 1.0.1.6.4.255 4 / 2 ,5

xxviii) MD – kW – TZ5 1.0.1.6.5.255 4 / 2 ,5

xxix) MD – kW – TZ6 1.0.1.6.6.255 4 / 2 ,5

xxx) MD – kW – TZ7 1.0.1.6.7.255 4 / 2 ,5

xxxi) MD – kW – TZ8 1.0.1.6.8.255 4 / 2 ,5

Page 98: Bid Doc Vol-II

Page 42 of 53

xxxii) MD – kVA 1.0.9.6.0.255 4 / 2 ,5

xxxiii) MD – kVA – TZ1 1.0.9.6.1.255 4 / 2 ,5

xxxiv) MD – kVA – TZ2 1.0.9.6.2.255 4 / 2 ,5

xxxv) MD – kVA – TZ3 1.0.9.6.3.255 4 / 2 ,5

xxxvi) MD – kVA – TZ4 1.0.9.6.4.255 4 / 2 ,5

xxxvii) MD – kVA – TZ5 1.0.9.6.5.255 4 / 2 ,5

xxxviii) MD – kVA – TZ6 1.0.9.6.6.255 4 / 2 ,5

xxxix) MD – kVA – TZ7 1.0.9.6.7.255 4 / 2 ,5

xl) MD – kVA – TZ8 1.0.9.6.8.255 4 / 2 ,5

NOTES

1) The data are stored up to 6 billing cycles. The Billing profile is modeled as Profile generic (IC: = 7) object with OBIS Code 1.0.98.1.0.255. The capture objects of this load profile are as per Table-29. The capture object values will be copied into buffer of this object either automatically or asynchronously. The capture period is set to zero, billing action is controlled by billing dates as provided in 10 and table 31.

2) Support for Selective access shall be as defined in Section 11.3 3) The current cycle billing parameters shall be readable as the values of the latest

billing period, on demand. This shall be in addition to the last 6 billing period data which shall be available in the Profile buffer as the last 6 entries in the buffer.

4) The captured attributes in case of Interface Class 4 (Extended register) used for MD values will be attributes 2 and 5 (Value and Timestamp)

E-5.1 Scaler Profile

This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 29. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.6.255. The capture objects for this profile shall include the scaler-unit attributes of the parameters listed above. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

Page 99: Bid Doc Vol-II

Page 43 of 53

ANNEX F

(Clause A-5)

GENERAL PURPOSE PARAMETERS

F-1 NAME PLATE DETAILS

The contents of Table 30 are common to all meters. The data are meter specific information.

Association Access Rights for Name Plate Details are as follows:

a) Public Client – No access for all objects except Meter Serial number.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read only for all objects.

:

Table 30 Name Plate Details Parameters

(Clause F-1)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class

(1) (2) (3) (4)

i) Meter Serial Number 0.0.96.1.0.255 1 (Data)

ii) Manufacturer name 0.0.96.1.1.255 1

iii) Firmware Version for meter 1.0.0.2.0.255 1

iv) Meter type (3P-3W / 3P-4W) 0.0.94.91.9.255

1

Page 100: Bid Doc Vol-II

Page 44 of 53

v) Internal CT ratio 1.0.0.4.2.255 1

vi) Internal PT ratio 1.0.0.4.3.255 1

vii) Meter year of manufacture 0.0.96.1.4.255 1

NOTE For item Sl No iv), a value of “0” indicates 3P-3W; a value of “1”

indicates 3P-4W

F-2 Programmable Parameters.

Association Access Rights for programmable parameters as given in Table 31 are as follows:

a) Public Client – No Access for all objects except Real Time Clock.

b) Meter Reader – Read only for all objects.

c) Utility Setting – Read, Write for all objects.

Table 31 Programmable Parameters

(Clause F-2)

Sl No Parameter OBIS Code

A.B.C.D.E.F

Interface Class

(1) (2) (3) (4)

i) Real Time Clock – Date and Time

0.0.1.0.0.255 8 (Clock)

Page 101: Bid Doc Vol-II

Page 45 of 53

ii) Demand Integration Period 1.0.0.8.0.255 1 (Data)

iii) Profile Capture Period 1.0.0.8.4.255 1

iv) Single-action Schedule for Billing Dates

0.0.15.0.0.255 22

v) Activity Calendar for Time Zones etc.

0.0.13.0.0.255 20

NOTES

1) The parameters are programmable by the utility engineers with required access rights.

2) Unit for Demand Integration Period and profile capture period is in “seconds”.

3) Programming of any of the parameters shall increment the “Cumulative programming count” value.

Page 102: Bid Doc Vol-II

Page 46 of 53

ANNEX G

(Clause A-6)

EVENT REFERENCE TABLE

G-1 EVENTS Any exceptional / fraud / tamper condition is considered as an Event and stored in an Event code object (OBIS: = 0.0.96.11.e.255 IC: = 1, values of E range from 0 to 6). The value attribute (attr-2) of this object stores identifier corresponding to most recent event occurred in the meter. Unique identifier is assigned to occurrence and restoration of all possible events (identified so far) in the event reference tables (Table 32 to 38). Thus event code object will tell only about the most recent event and to get a picture of all events and associated information (at the time of event) an Event log object is used. An event log object is modeled as Profile generic (OBIS: = 0.0.99.98.e.255 IC: = 7, values of E range from 0 to 6). The buffer attribute (attr-2) of this profile object will store (asynchronously) a new entry for every event (occurrence and restoration are considered as separate events). The capture objects for the event log object is define below in Table-39.

G-1.1 Indian Event Reference Tables The contents of Table 32 to 38 are common to all categories of meter for which the parameters are selected as per the category of meter.

Table 32 Indian Event Reference Table – Voltage Related

(Clause G-1 & G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 1 R-Phase – PT link Missing (Missing Potential) – Occurrence

ii) 2 R-Phase – PT link Missing (Missing Potential) – Restoration

iii) 3 Y-Phase – PT link Missing (Missing Potential) – Occurrence

iv) 4 Y-Phase – PT link Missing (Missing Potential) – Restoration

Page 103: Bid Doc Vol-II

Page 47 of 53

v) 5 B-Phase – PT link Missing (Missing Potential) – Occurrence

vi) 6 B-Phase – PT link Missing (Missing Potential) – Restoration

vii) 7 Over Voltage in any Phase - Occurrence

viii) 8 Over Voltage in any Phase - Restoration

ix) 9 Low Voltage in any Phase - Occurrence

x) 10 Low Voltage in any Phase - Restoration

xi) 11 Voltage Unbalance - Occurrence

xii) 12 Voltage Unbalance - Restoration

Table 33 Indian Event Reference Table – Current Related

(Clause G-1 & G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 51 Phase – R CT reverse – Occurrence

ii) 52 Phase – R CT reverse – Restoration

iii) 53 Phase – Y CT reverse – Occurrence

iv) 54 Phase – Y CT reverse – Restoration

v) 55 Phase – B CT reverse – Occurrence

vi) 56 Phase – B CT reverse – Restoration

Page 104: Bid Doc Vol-II

Page 48 of 53

vii) 57 Phase – R CT Open - Occurrence

viii) 58 Phase – R CT Open - Restoration

ix) 59 Phase – Y CT Open - Occurrence

x) 60 Phase – Y CT Open - Restoration

xi) 61 Phase – B CT Open - Occurrence

xii) 62 Phase – B CT Open - Restoration

xiii) 63 Current Unbalance - Occurrence

xiv) 64 Current Unbalance - Restoration

xv) 65 CT Bypass – Occurrence

xvi) 66 CT Bypass – Restoration

xvii) 67 Over Current in any Phase – Occurrence

xviii) 68 Over Current in any Phase – Restoration

Table 34 Indian Event Reference Table – Power Related

(Clause G-1 & G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 101 Power failure (3 phase) – Occurrence

ii) 102 Power failure (3 phase) – Restoration

Page 105: Bid Doc Vol-II

Page 49 of 53

Table 35 Indian Event Reference Table – Transaction Related

(Clause G-1 & G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 151 Real Time Clock – Date and Time

ii) 152 Demand Integration Period

iii) 153 Profile Capture Period

iv) 154 Single-action Schedule for Billing Dates

v) 155 Activity Calendar for Time Zones etc.

Table 36 Indian Event Reference Table – Others

(Clause G-1 & G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 201 Influence of Permanent Magnet or AC/ DC Electromagnet - Occurrence

ii) 202 Influence of Permanent Magnet or AC/ DC Electromagnet - Restoration

iii) 203 Neutral Disturbance - HF & DC - Occurrence

iv) 204 Neutral Disturbance - HF & DC - Restoration

Page 106: Bid Doc Vol-II

Page 50 of 53

v) 205 Very Low PF - Occurrence

vi) 206 Very Low PF - Restoration

Table 37 Indian Event Reference Table – Non Roll Over Events

(Clause G-1 & G-1.1)

Sl.No. Event ID Descriptions

(1) (2) (3)

i) 251 Meter Cover Opening – Occurrence

Table 38 Indian Event Reference Table – Control Events

(Clause G-1.1)

Sl No Event ID Descriptions

(1) (2) (3)

i) 301 Meter disconnected

ii) 302 Meter connected

G-1.2 Capture Parameters For Event As Applicable (Event Log Profile)

Association Access Rights are as follows:

a) Public Client - No access

b) Meter Reading - Read only

c) Utility Settings - Read only

Page 107: Bid Doc Vol-II

Page 51 of 53

Table 39 Capture Parameters for Events

(Clause G-1)

Sl No Parameter A B C D E F IC

(1) (2) (3) (4) (5) (6) (7) (8) (9)

i) Date and Time of event 0 0 1 0 0 255 8 (Clock)

ii) Event Code 0 0 96 11 0 255 1 (Data)

iii) Current - IR 1 0 31 7 0 255 3 (Register)

iv) Current - IY 1 0 51 7 0 255 3 (Register)

v) Current – IB 1 0 71 7 0 255 3 (Register)

vi) Voltage - VRN (3 Ф / 4W)

1 0 32 7 0 255 3 (Register)

vii) Voltage – VYN (3 Ф / 4W)

1 0 52 7 0 255 3 (Register)

viii) Voltage – VBN (3 Ф / 4W)

1 0 72 7 0 255 3 (Register)

ix) Voltage - VRY (3 Ф / 3W)

1 0 32 7 0 255 3 (Register)

x) Voltage – VYB (3 Ф / 3W)

1 0 52 7 0 255 3 (Register)

xi) Power Factor – R phase 1 0 33 7 0 255 3 (Register)

xii) Power Factor – Y phase 1 0 53 7 0 255 3 (Register)

xiii) Power Factor – B phase 1 0 73 7 0 255 3 (Register)

xiv) Cumulative Energy – kWh 1 0 1 8 0 255 3 (Register)

Page 108: Bid Doc Vol-II

Page 52 of 53

G-1.3 Note For Tables (32,33,34,35,36,37,38 and 39)

1) These are the event conditions generally recorded in consumer meters, utilities may select any the above event conditions based on their practice. The need and applicability of these events for other type of meters shall be considered by Utility.

2) Either Occurrence or Restoration is considered an event. 3) For each of the events a certain list of parameters will be captured. 4) The list capture parameters are given in Table 39. The utility shall select the

required parameters from the Table 39 as per their practice. 5) For each of the event captured “Cumulative tamper count” value will be

incremented except for events from Tables 34, 35, 37 and 38. 6) Capture parameters mentioned in Table 39 are captured when event

occurrence and restoration is logged. 7) For events in Table 34, 38 no parameters shall be captured along with the

event. 8) The attributes of each of the IC (Interface Class) is to be identified while

finalizing the Companion Standard. 9) For 3 Ф / 4W the reference point is NEUTRAL 10) For 3 Ф / 3W the reference point is Y-Phase 11) Support for Selective access shall be as defined in Section 11.3

G-2 Scaler Profile This profile is meant for capturing the Scaler-unit of each of the parameter listed in Table 39. This is modeled as profile generic (IC=7) and is assigned the country specific OBIS code 1.0.94.91.7.255. The capture objects for this profile shall include the scaler-unit attributes of the parameters listed above. Parameters listed above that do no have a scaler-unit attribute shall not be included in the capture objects of this profile. The profile buffer shall have only one entry. This profile is not required to be updated periodically.

Page 109: Bid Doc Vol-II

Page 53 of 53

ANNEX H

(Clause 3.1.23 )

CONFORMANCE TESTING

H-1 Meters claiming conformance to this Companion Specification will be required to

a) Conform to the DLMS/COSEM base standards (IEC 62056.) as certified by the conformance test tool (CTT)

b) Conform to the specific requirements and constraints of this companion specification as certified by CPRI or any other laboratory having facilities for the purpose.

H-2 This certification shall ensure

a) All mandatory parameters applicable to the category of the meter under test are implemented

b) All data types where specified are conforming to this document

c) All Application Associations are implemented as specified in this document with all specified services supported

d) Association object lists conform to this document with access rights and OBIS codes as specified here

e) Event related DLMS objects are implemented with Event identifiers as specified in the Event reference tables in this document

H-2.1 The test report from an accredited laboratory and having membership with DLMS UA shall be considered as a proof of conformance of protocol implementation. H-2.2 Systems once created in accordance with this companion specification and contemporary standards, shall be deemed acceptable, provided such systems are tested and certified through standard evaluation process.

Page 110: Bid Doc Vol-II
Page 111: Bid Doc Vol-II
Page 112: Bid Doc Vol-II
Page 113: Bid Doc Vol-II
Page 114: Bid Doc Vol-II
Page 115: Bid Doc Vol-II
Page 116: Bid Doc Vol-II
Page 117: Bid Doc Vol-II
Page 118: Bid Doc Vol-II
Page 119: Bid Doc Vol-II

EErq Efurgr Ese-arcrr ffi fu+gsr ftarffUTTT$. DI*ESTF ilTETiIfir BT.trI ATIBiTT TIGJ*H

Specification No. C SC-SVDIJN}{{p &D/2OA}-T4

TEGHNICAL SPECI FICATION

FOR

11 KV SWITCHGEAR PANELS VACUUM TYPE WITH

11KV GAPACITOR GONTROL PANELS

Common Specification Gommittee

s*

lssue Month: Dec, 2013(CSC Approval date 23.1O.2O13) UHBVN & DHBVN

I

Page 120: Bid Doc Vol-II

366r 4lfuor 6ecrrun ffi fu-d:rsr ft_dr_tr /#"turrirt D*rru f,*firrrrfifr sf,rrr vrB*r flI€drH J,p****

1. SCOPE:

This specification go.vers the design, manufacture, assembly, testing at manufacturer,sworks before dispatch, supply and delivery F.o.c destination of 350MVA, 11KV Vacuumtype switchgear paners with 1 1KV capacitois contror paner.

2. STANDARDS:

The Switchgear panels shall comply in all respects the requirement laid down in the latesteditions of ls-3427, rs-3231 , ts: 2705, ls: 31s6 & ls-131 18-199.

3. CLIMATIC CONDITIONS:The equipment is required to operate satisfactorily under the following site conditions:

3.1 Max. Ambient Temperatrtre 60 0c3.2 tvln. Amolent I emperature

Max.Retatiffi

Avgrage no. of rainv davs pei aniG

-5 0c3.3

lOOo/o3.4 26%3.5 Nearly 120 davs3.6 Average annual rainfall 900 mm3.7 {rvgrage numoer of clust storm days per annum

lsokeraunic level35

3.8 453.9 _l4qx Wind pressure 195K9 / sq. meter3.10 Altitude above mean sea level Less than 1000 meter

4. TYPE AND RATINGS:

The 1 1KV switchgear panels shall comprise of 1 1KV Vacuum Type circuit breakers, controlrelay panel, instrument panel and instrument transformers (complete in all respect) etc.,suitable for indoor.use. The equipment shall be totally enclosed in metal clad cubical, dust.and vermin proof with necessary isolation arrangLment. Each panel shall be easilyextensible on either side and should be compl-ete with n".""".ry internal ""pp",connections, small wiring, L.T. fuses and supporting framework with bolts to secure it to thefloor' Each panel shall be provided with space h6ater, door switch with lamps and 15 -Ampere power receptacle.

The breakers shall have the following ratings:

Sl No. Type Vacuum type4.1 No. of poles 34.2 Nominal System Voltaqe 11 KV4.3 Highest System Voltaqe 12 KV4.4 Rated frequencv 50+1.5H24.5 Rated continuous current

rating at Ambient temperature,as specified in lS: 131181991

800 Amp for incoming; 400 Amp foroutgoing feeders

4.6 Symmetrical breakinq caoacitv 350 MVA4.7 lmpulse withstand test voltaoe 7-Q Kv (peak)4.8 One .minute power frequency

withstand test voltaqe28 KV (rms)

4.9 Short time current ratino Jrfot less than 18.4 KA for 1 Seconcl.4.10 System neutral Sqlldly earthed ---------l

S\/\f/

Page 121: Bid Doc Vol-II

, "'t' .+ti, l'-.1J$,;figi;l:1;r3'1;$1t1:'1SS$;,*''

'4f* ' ft- E[

' 6-r-Et :*ffiiss :rl-Fl4 .4SSS r{lgrir

5. GENERAL DESIGN OF SWITCHGEAR PANELS:

5.1 OPERATING MECHANISM:

The vacuum type circuit breaker shall be tri! free and the breaker control shall be draw outtype. The VCBs shall be suitable for operation from 24 DC auxiliary supply. The operatingmechanism shall be motor operated spring charged type. There shall be provision (s) formanual charging of closing spring and emergency hand trip. The motor used for thepurpose will be suitable for 240 V AC. All auxiliaries shall be supplied from AC andarrangement shall be made for automatic switch over to DC in case of AC supply failure.The operating mechanism shall works satisfactorily between 85 -110o/o of rated supplyvoltage.

5.2INSTRUMENT PANELS:

Each unit shall have its own instrument panel provided at the top & complete with smallwiring connections from relays, instrument transformers, metering instruments, indicatinginstruments, selector switches & circuit breaker control switch. All wiring shall be carried outby using stranded single annealed copper conductor, insulated with poly vinyl chlorideinsufation suitable for 650 V service and in accordance with lS: 732 - 1963. CT/PT circuitsshall use wire of not less than 2.s mm2 cross - sectional area whereascontrol/alarm/supervision circuit shall use wire of not than 1.5 mm2 cross - sectional area.All wires will be continuous from one terminal to the other and also will have no T - Junctionenroute. The connections shall be securely made with the help of suitable connecting lugsduly crimped on the copper conductor. The meters and relays shall be mounted in aconvenient position so as these are readily accessible for inspection or repair. The terminalboard provided in the instrument panel of VCBs will be made of molded dielectric havingbrass studs, washers, holding nuts & locking nuts. All holding nuts shall be secured oylocking nuts. The connection studs shall project 6 mm from the lock nut surface. No OTHERTYPE OF TERMINAL BORAD lS ACCEPTABLE. The panels shall have a degree ofprotection of lP - 4X. The leads from the metering CTs shall be directly terminated at TTBand there from at the KWH meter with a provision to seal TTB and KWH meter. The said

. CT leads will be effectively concealed to prevent their tempering enroute as well as at TTB.Similarly PT leads from secondary box of the PT to TTB & there from to energy meter,including inter panel PT leads, will also be effectively concealed to prevent their tempering.The mode and extent of concealing the metering leads of CTs & PTs, to prevent theirtempering (by unscrupulous operating personnel), will be discussed and mutually agreedupon with the successful bibber (s). TTB, used on the instrument panel, should be suitablefor front connections.Earthing of current free metallic parts or metallic bodies of the relays switches mounted onthe instrument panel and metal enclosed switchgear shall be done by a suitable sizedcopper conductor. Eafth bus made of 25 X 3 mm bare copper flat will be extended throughentire length of 1'1KV switch-board with suitable provision to connect it to the sub-stationearth at the extremities. The earthing arrangement will meet with the requirements laiddown in lS:3427, read with its latest amendments.

5.3 INSTRUMENT TRANSFORMER:

The secondary voltage & current rating of the instrument transformers shall match with themetering and protective equipment. The CTs shall have ratio & accuracy class asmentioned in the schedule of requirement. The CTs shall be wound/ring type in accordancewith their ratings. The terminal boards, associated with REF CTs &Over Current / EarthFault Protection CTs will be of disconnecting type, having short circuiting facility & thusfacilitate secondary 1e..gting of concerned protective relay without disturbing the associatedsmall wiringf- Interchangeability of housing of CTs, from one panel to another, must beensured. A resin cast potential transformer of ratio (11000d3X110{3) volts, having 1q) VAoutput per phase with accuracy class 0.5 as per tss: 3156 (part-il) - 196s, shalt beprovided on the incoming side of each panel set and shall be star - star connected. lt shallbe provided with HT ahd LT fuses. i

Page 122: Bid Doc Vol-II

:Effir,H,&

, l'trpl.r, $ ''ft-@['€@E#ffi ,f,lt$lffirlBl B![r. !frB*s r{I€drit

The neutral point, of star connected secondary windings of instrument transformers, shall

be earthed to the main earth bus referred to in concluding paragraph of clause 5.12.

Multiple earthing of any instrument transformers shall be avoided.

5.4 BUS - BAR:

All the panels shall be provided with insulpted copper bus bar of 1200 Amps current ratingfor all switches boards. These shall be cohnected in a separate moisture and vermin proofsheet metal chamber. The bus - bar connection & insulator supports shall be mechanicallystrong & rigidly supported so as to withstand the stresses, generated by vibrations, variationin temperature and severe short circuits. The bus - bar should be in horizontal formations toenable DHBVN to connect with existing Circuit Breaker Panel Board without any difficulty in

matching. The Adopter Panel, if required to match the loose panelwith the existing panels,

shall be prepared / fabricated as per site conditions by the Nigam at its own cost.

The bus - bar shall be supported on insulator at short intervals, keeping adequate clearance

between the bus bar and earth. The bus - bar chamber shall be provided with inspection

cover with gaskets & bus bar shutters. Provision shall be made for future extension of bus

bar & switch board.

5.5 LIMIT OF TERPERTURE RISE:

The temperature rise, of current carrying parts, shall not exceed the permissible limits

above the ambient temperature as per relevant standards (latest edition).

5.6 BUSHING INSULATORS:

These shall comply with latest version of lS: 2099 in all respects.

5.7 DISCONNECTORS OF CIRCUIT BREAKER & THEIR INTERLOCKS:

All disconnectors (isolators) of 11KV VCBs & interlocks between different pieces of

apparatus, provided for reasons of safety & for convenience of operation of switchgear,

shafl meet with the requirement of lS 3427 - 1969 read with its latest amendment.

5.8 CABLE BOXES:

Each 11 KV incoming VCBs shall be provided with cable boxes, complete with jointing kits

& sealing material for receiving 3 Core, 11 l(/ XLPE type outer PVC sheathed cable of size

630 mm" (Panel with CT ratio 900-450/5-5-5-5A for 12.5 MVA PTR,600-300/5-5-5-5 A for.16MVA pTR). The outgoing 11KV VCBs, including 11KV capacitor controlling VCB, shall be

provided with cable boxes suitable to receive 3 Core, 11 KV XLPE type outer PVC

sheathed cables of size up to 300 mm' (Panel with CT ratio 400 - 200/5-5-5A). The 11 KV

station transformer VCB shall be provided with cable boxes (Epoxy Resin Type ) suitable to

receive 3 Core, 1 1KV XLPE type outer PVC sheathed cables of size up to 50 mm2 (Panel

with CT ratio 60-30/5-54). Each cable box shall have vertical entry from below. These cable

boxes shall be complete in all respects, including cable glands of requisite size. lt is clarified

that one jointing kiUcable box is required to connect one 11KV XLPE cable with one 11KV

VCBs. No separate (extra) jointing kit is required.

5.9 RELAYS:

All relays shall be numeric (with RS -Port & SCADA compatible) except the relays for DC

failure "l"rm,

supervision alarm, annunciation scheme, shall be draw out type and mounted

on the front of each circuit breaker control panel in a flush pattern case. All relays shall be

provided with testing facilities. In case the same cannot be provided within the relay, a

separate test block ind test plugs shall be provided. The relay adjustment devices shall be

easily accessible when the relays have been mounted-on the panels'

I

Page 123: Bid Doc Vol-II

u',, .{11'. .;. Sfi;;|,' :f r:. lil.ii r", r rtii:;i:.1.il&,"''.

ffi ,€,enqr ,Efuqr. fiffi"fiq-p1'S,f,.-,Sl[, Ert ' 8.l[4 vtf{frT- ryI"if,{U

The relays shall conform to the latest edition of lS: 3231. The relays shall not operate at a

current equal to or less than the setting. The minimum operating current shall not exceed

110% of the setting. The coils & CT circuit of the relay should be suitable to withstand the

minimum operating current continuously, in case the minimum operaiing current is around

110o/o. The relays covers and cases shall be dust tight, moisture and vermin proof.

Operation Indicators shall be provided oh all relays and on their immediate auxiliaries for

indication, regarding type of fault and phase involved. lt shall be possible to reset the

operation indicator, without opening the relays covers. All relays shall be tested at

manufacturer's works and test certificates got approved, before dispatch of material. The

bidder shall submit the descriptive and pictorial literature, in quadruplicate, in respect of

each relay proposed, along with the tender. All relays in the specification shall be suitable

for 24V DC auxiliary voltages.

5.10 ALARM EQUIPMENTS:

The incoming feeder panel shall be provided with one alarm bell and alarm indicating

auxiliary relays. lt shall indicate tripping of circuit breaker, under fault conditions, with the

help of auto trip lamp and alarm. lt shall be complete with the indicating lamp and push

button switches for'Accepts" and "Resets" alarm.

5.11 SUPERVISION SGHEME:

.l 1KV switches panels, covered by this specification, shall be provided with the following

lamp indication:

Circuit breaker'OPen' Green

Circuit breaker'Close' Red

Auto trip White

Spring Charged Blue

For monitoring the trip circuit healthy conditions, both in open and close position of the

circuit breakei t tto. irip circuit supervision relay is proposed. In casb of trip circuit being

faulty, the operation of ifris relay shall be accompanied by audio - visual annunciation' lt

strati Oe possible to silence the buzzer by pressing the accept push button but the lamp

shall continue to glow till the fault has been attended'Circuit breaker 'Close' & 'Open' lamps shall be wired so as to be on 240 V AC under

'normal' condition.

5.12 METERING SGHEME:

The 11 KV lncoming VCB will be provided with a digital Voltmeter along with a selector

switch. The selector switch shalJ facilitate the measurement of Phase - Phase and Phase -

Neutralvoltage, one by one. The static voltmeter shall be rated for 110 V (Phase - Phase

Voltages). The instrument shall be static type of industrial grade "A" classification with

accuracy class 1.0 & shallconfirm to lS: 1248 (1968)'

Each of the 11 KV VCB Panel will be provided with a suitably sealed digital ammeter, .ratedt* snrp (additional oLts; ir any, required to cover all the taps of the CTs, shall be included

at the time of bidding) & a seletior switch, facilitating measurement of phase currents' The

instrument shall be oi it"tic type, industrial grade "A" classification, having accuracy class

1.0 & shall conform to lS: 1248 (1968)

Each of the 11 lry VCB, except the 11KV capacitor VCB, will be equipped with a three

phage four wire static tri-vector meter (confirming to Technical specification no' s - 45 / SE

, P & D / XEN / DD _ ||; Static cT / PT operated Tri-vector.Meter for 11 KV Feeders) &

suitable for three phase four wire unbalanced load conditions with accuracy Mf 1.5 ".tO

h4v|ngRS-232,RS-485PortforDat4.-lonning/Data-Down|oadingfaci|ity.Thetri-

Page 124: Bid Doc Vol-II

Ftr.q

rilffi"Effi frry#" fir-q

fiffi:IIS I Brlttt: Ttftlf mqnti

vector meter shall be rated for 5 Amp CT secondary and 110/{3 V (phase to neutral),available from 11 KV PT mounted on the incoming VCB.

Each of the 11KV VCB will be provided with a static power factor meter. The static PFmeter, having range of 0.5 lag - one - 0.5 lead, shall be of static type; suitable for use onthree phase three wire unbalanced system. lt shall be rated for 5A CT secondary & 110Volts (Phase - Phase Voltage), having accuracy class 1.0 with digital display.

NOTE: Routine test certificates of all the indicating & integrating instruments will besubmitted along with the routine test certificates of 11 KV switchgear.

5.13 PADLOCK:Padlock or some other arrangement of approved design shall be provided for locking theequipment in 'OFF' position. All locks shall have two keys, in addition to the master keywhich shall be provided for each panel set. Approved racks or cabinets, for accommodationof padlocks and keys while in use, shall be provided along with each panel set and it shallbe suitably labeled and numbered for identification.

5.1 4 AUXILIARY SWITGHES:

In addition to the auxiliary contacts required for normal operation, each circuit breaker shall

be provided with 2 NO & 2NC spare auxiliary contacts duly wired up to terminal block.

5.15 MONITORING FROM REMOTE:

Suitable arrangement should be provided to make it possible to monitor the followingconditions of the 11 KV VCB at the remote end, through a communication system to be

provided by the Nigam.

Sr. No. CONDITIONS4I D C is healthvz Breaker is off? Breaker is on4 Breaker is mechanicallv free to close

Sorinq. for closinq mechanism. is charqed6 Trip Circuit is healthv

Breaker is not anti-pumpinq8 Tripping of Breaker with the operation of Instantaneous High Set Element,

installed on Phase & Earth Fault Units, indicating the Phase or Earth Faultinvolved

I Tripping of Breaker with the operation of lnverse Definite Minimum TimeUnit, installed for Phase & Earth Fault , indicating the Phase or Earth Faultinvolved

10 eieafer has not tripped w1h the operation of Master Trip Relay (Applicablefor 11 KV VCB onlv)

11 Bus Bar is charqed (Not applicable for 11 KV lncoming VCB)

5.16 CLOSING FROM REMOTE:

Suitable arrangement should be provided to make it possible for the Nigam to close 11 KV

VCB from the remote end, through a communication system to be provided by the Nigam,

in case the following conditions are satisfied.

Sr. No. CONDITIONS4I D C is healthv2 Breaker is Off3 Breaker is mechanicallv free to close4 Sprinq, for closinq mechanism, is charged5 Trip Circuit is healthyo Breaker is not anti-pumpinq I

Page 125: Bid Doc Vol-II

trffi:

1 . !r,: ;: j:.;)!ilrfi: ..,tr ,:: .:: : :, I . ri,Wi,;r:, ,, "

€fr'rutf ffid''firy1DtsHtf, r*K{*x* BLII vtrSrrf,

#r ,&,rrcrr- fi:{vvu

7 Breaker has not tripped with the operation of Instantaneous High SetElement

8 Breaker has not tripped with the operation of Master Trip Relay (Applicablefor 11 KV VCB onlv)

o Bus Bar is charqed (Not applicable for 11 l(/ Incominq VCB )

5.17 TRIPPING FROM REMOTE:

Suitable arrangement should be provided to make it possible for the Nigam to trip 11 KV

VCB from the remote end, through a communication system to be provided by the Nigam,

in case the breaker is on & certain preset conditions, to be decided later on.

6. PROTECTION SHEMES:

6.1 FOR INCOMING PANELS:

Each incoming panelshallbe provided with a single pole restricted earth fault relay, suitablefor 5 Amps C.T. Secondary, with a setting range of 10% to 4oo/o of 5 Amp (strictly in steps of5%). The relay shall be housed in draw out flush pattern case.

The backup protection shall be in the form of combined over current and earth fault relay,consisting of two over current & one earth fault unit which shall be triple pole having inverse

definite minimum time (l.D.M.T.) characteristics with a 3110 time current curve i.e. the relay

operating time shall be 3 Second at 10 times the plug setting with T.M.S = 1. The two outerelements of the relay shall be arranged for over current protection and shall have a setting

range of 5O - 200o/o of 5 Amps, adjustable in suitable equal steps by means of plug boards

The central element shall be used for earth fault protection with a setting range of 20 - 80%of 5 Amps, adjustable in suitable equal steps by means of a plug board. Each of the threeelements shall be fitted with shunt reinforcing unit with hand reset operation indicator.

Two nos. over current high set instantaneous elements, having setting range of 500 -

2000o/o of 5A and one no. earth fault high set instantaneous element, having setting range

of 200 -800% of 5A and adjustable in suitable steps, shall be wired in series with the IDMT

type over current and earth fault relay respectively . The high set instantaneous element

shall have low transient over reach with a high pickup / drop out ratio. The high set

instantaneous element shall be so wired so as to take this element (instantaneous) out of

circuit, if so desired by the Nigam, at any time during the operation of equipment.

6.2 FOR OUTGOING FEEDER PANELS:

The backup protection shall be in the form of combined over current and earth fault relay,

consisting of two over current & one earth fault unit which shall be triple pole having inverse

definite minimum time (l.D.M.T.) characteristics with a3l1O time current curve i.e. the relay

operating time shall be 3 Second at 10 times the plug setting with T.M,S = 1. The two outer

elements of the relay shall be arranged for over current protection and shall have a setting

range of S0 - 20oo/o of 5 Amps, adjustable in suitable equal steps by means of plug boards.

The central element shall be used for earth fault protection with a setting range o'f 20 - 8oo/o

of 5 Amps, adjustable in suitable equal steps by means of a plug board. Each of the three

elements shall be fitted with shunt reinforcing unit with hand reset operation indicator.

TWO nos. over current high set instantaneous elements, having setting range of 500 -

2ililgo/o of 5A and one no. earth fault high set instantaneous element, having setting range

Of 200 -800% of 5A and adjustable in suitable sleps, shall be wired in series with the IDMT

type over current and earth fault relay respectively . The high set instantaneous element

ihalt hav" low transient over reach w1h a high pickup / drop out ratio. The hig[ set

instantaneous element shall be so wired so as to take thls ,element"(instantaneous) out of

circuit, if so desired by thre Nigam, at any time during the operation of,equipment.t getv

Page 126: Bid Doc Vol-II

,-q,f.+

tm-+if,t,

, E ltll &Efd 'fiffiqrry. 'frqlw

D#ffi,Se$-4{_rfi s[u $$tdq l{Gtu,

6.3 FOR STATION TRANSFORMER FEEDER PANEL:

The backup protection shall be in the form of combined over current and earth fault relay,consisting of two over current & one earth fault unit which shall be triple pole having inversedefinite minimum time (l.D.M.T.) characteristics with a3110 time current curve i.e. the relayoperating time shall be 3 Second at 10 times the plug setting with T.M.S = 1. The two outerelements of the relay shall be arranged for over current protection and shall have a settingrange of 20 - 8Oo/o of 5 Amps, adjustable ifi suitable equal steps by means of plug boards.The central element shall be used for earth fault protection with a setting range of 10 - 40%

of 5 Amps, adjustable in suitable equal steps by means of a plug board. Each of the threeelements shall be fifted with shunt reinforcing unit with hand reset operation indicator.Two nos. over current high set instantaneous elements, having setting range of 200 - 800%

of 5A and one no. earlh fault high set instantaneous element, having setting range of 100 -

400o/o of 5A and adjustable in suitable steps, shall be wired in series with the IDMT type

over current and earth fault relay respectively . The high set insiantaneous element shall

have low transient over reach with a high pickup / drop out ratio. The high set instantaneous

element shall be so wired so as to take this element (instantaneous) out of circuit, if so

desired by the Nigam, at any time during the operation of equipment.

6.4 FOR 11KV CAPACITOR CONTROL PANEL:

The 11KV capacitor control panel shall be provided with the following protection.

6.4.1 The backup protection shall be in the form of combined over current and earth fault

relay, consisting of two over current & one earth fault unit which shall be triple pole having

inverse definite minimum time (l.D.M.T.) characteristics with a 3l1O time current curve i.e.

the relay operating time shall be 3 Second at 10 times the plug setting with T.M.S = 1. The

two outer elements of the relay shall be arranged for over current protection and shall have

a setting range of 50 - 2OO% of 5 Amps, adjustable in suitable equal steps by means of plug

boards. The central element shall be used for earth fault protection with a setting range of

20 - 80o/o of 5 Amps, adjustable in suitable equal steps by means of a plug board. Each of

the three elements shall be fitted with shunt reinforcing unit with hand reset operation

indicator.

6.4.2For the protection of the bank against unbalancing, an inverse time Neutral Voltage

displacement relay having setting 5.4,7.5, 12.5 and 20 volts and suitable for 190 V AC

operation shall be provided. The relay will be fed from the open delta connected secondary

of residual voltage transformer (Discharge coil) and shall have suitable Setting range to

afford adequate protection to the capacitor bank against unbalancing.

6.4.3 For over voltage protection of the capacitor bank, over voltage relay; having setting

range of 110o/oIo 170%in steps of 10% & rated for 110 Volts A.C. supply, obtainable from

the secondary of 11KV Bus P.T's mounted on 1 1KV Incoming Panel shall be provided'

6.4.4 For under voltage protection of the capacitor bank, under voltage relay; having setting

range of 50% to g0*n steps of 10o/o & rated for 110 Volts A.C. supply, obtainable from the

sec-ondary of 1 1KV Bus P.T's mounted on 1 1KV Incoming Panel shall be provided.

6.4.5 1O minute adjustable timer contact shall be wired in series with the closing circuit so

as to ensure that the capacitor bank is fully discharged, once it has been switched OFF.

7. FREQUENCY OF OPERATION:

Mosly the VCB panels are expected to be used for feeding heavily concentrated load. As

such they are expected to be subjected to frequent tripping due to overload & earth fault.

Any specific design features, adopted or proposed to be provided, by the bidder in the

switchgear on this account should be indicated clearly in the tender. twV

Page 127: Bid Doc Vol-II

* r'r+:.r::i$:."r.,i-,jr.,

s,nrsr FfiFtl€tt

. . ..,:: ,::t*@.ii,;: - .,

'ft4qfl"[email protected] f,erFt-,r Ddffi rffi :fi-nsr- ,1fif8ss lrr€All

--.

?:i"r' ';:

8. TESTS:

All type tests & routine tests shall be carried out in accordance with ls: 131 18 /1991 (Latest

version thereof).

The type test certificate shall be supplied a5 per ls: 13118 t 1991, in quadruplicate along

with the tender to judge the adequacy of ine equipment gffeled In case the offered

equipment varies in its "details

vis-d-vis the certified copy of the drawing annexed with the

Type Test Report, the bidder (s) will be required to submit the fresh Type Test Reports' The

date of Type Test n"port tn}i be within five years.from the date of opening of the bids

against this specificrti!". f6" following Tyle Tests in respect of VCBs are required to be

submitted along with the tender.

8.1 Lightning & switching lmpulse voltag,e test

8.2 Power frequency voltage Test (Dry & wet)

8.3 TemPerature rise test8.4 Measurement of Resistance of main circuit

8.5 Short Time withstand8.6 Peak withstand current8.7 Mechanical operation test at Ambient air temperature'

8.8 Basic short ciicuit test duties (Test duties 1,2.,3,4a,4b,5) and Critical current Test

8.9 Capacitor current switching test

The tenders, without Type Test certificates of the offered equiprnent, are liable to be

rejected. The Type Test Certificates for CTs & PTs, as stipulated in the latest version of lS:

3156 & ls: 2705, can be supplied by the successful Bidder after placement of the purchase

order, being bought out items.

ThePT,sandCT,sshal|besubjectedtoroutinetests,asspecifiedinthe|atestversionofrelevant ISS in the presence of purchaser - authorized representative' if so desired by the

purchaser. The routine test cerlificates of the bought out component such as relays'

switches, indicating instruments & KWH metering will also be presented to DHBVN's

authorized inspecting officer who will forward the same to the purchaser along with his

. inspection report for the main equipment. All test reports should be got approval from

purchaser before dispatch of equipment'

9. DRAWINGS & LITERATURE:

In addition to any other drawing, which the bidder may like to furnish to explain the merits

of his proposal, following drawings shall be submitted along with the tender in

quadruplicate:-

9.1 Principal Dimensional Details of 11KV Switchgear'

9.2 General "ir"ng"*"nt

of 8 - panel 1t 6V switcfrnoard including its foundation

details.9.3 Schematic drawings of control, metering & protection circuits in respect of 11KV

incoming vcB, 11KV outgoing VCB lnituoing station transformer vcB & 11KV

capacitol VCB along with detailed write-up'g.4 Drawing il"*"g;"igr,t of t 1KV bus bars & arrangements of bus bars.

9.5 Vacuum interruPter drawing'

9.6 Name Plate drawing.

Four copies of the descriptive literature in.respect of 11KV switchgear' relays' l(wH meters'

vo|tmeters, "'*"t",=-"nd setector switctres etc. proposed to be used sha|| a|so be

supPlied.

The successful bidder shall submit the above drawings in quadruplicate on A-3 size.paper

to the CGM/MM, DHBVN, Hisar for approvat ftri n1r9n1ser shall communicate his

comments I approvai on I io the drawinfio-tt" successful bidder within-a perio{of four

weeks. The supplier shall, if necessary, t'ooity the drawings and resubmit four copigs of the'

modified drawings for the purchaser's uppiou"f *ithin two-weeks from the date of receipt of

M-V

Page 128: Bid Doc Vol-II

ffiL"l-eif"r

Sftuf bfuior fr4-e fudcur

lmilR, D- ,Ii,(:*f,r. BUt^l ltm.e.f,

fudrdr ."S1l

!rcilr *p#r*xvx

purchaser's comments. The modified drawings will be approved within 15 days of theirreceipt. After receipt of approved drawings, a set of reproducible of approved drawings &flve sets of all the approved drawings & operating manuals containing, erection, operJtion&maintenance instructions per 11KV switchboard shall be supplied tobCwt / MM, DHBVN,Hisar for use by various agencies of the purchaser. However, one set of drawing andoperating manual will be dispatched along with each 11KV switchboard. The ltfVswitchgear will not be fabricated without getting the drawing approved from the purchaser.

10. SPECIAL TOOLS:

The bidder shall separately quote for a set of special tools, if so required, for erection andmaintenance of the switchgear panels.

11. DEVIATION FROM SPECIFICATION:

Should the tender wish to deviate from the provisions of the specifications, either onaccount of manufacturing practice or any other reasons, he shall draw attention to thepropoied point of deviation in the tender and submit such full information, drawing andspecification so that merits of his proposal may be fully understood. The specification shallbe held binding unless the deviations have been fully accepted as requested.

1 2. TRAINING FACILITIES:

The successful tenderer(s) may be called to arrange for training of Nigam,sEngineer/Technician's at their works so as to make them familiar with the manufacture andassembly process of the equipment, covered in the specification. Two to threeengineersffechnicians may be sent for a period of 2 weeks and full training facilities shallbe made available to them.

13. GUARANTEED AND OTHER TECHNTCAL PARTICULARS:

These particulars shall be furnished strictly as per Annexure 'A' in duplicate. Any deviationfrom this specification shall clearly be brought out separately.

14. PLACE OF MANUFACTURE:

The bidder shall state the place of manufacture, testing and name of the manufacturer ofthe various items, included in his tender.

15. STANDARD MARK (S) OFRELAYS/OTHER FTTMENTS:

The make(s) of relays / other fitments may be restricted to, as depicted in Annexure 'C'.

16.INSPECTION:

lnspection of material and supervision of tests, in accordance with the relevant ISS (asmentioned in clause 2 above), approved drawings and schedules shall be carried out by thepurchaser or his duly authorized representative. The material shall be inspected and testedbefore dispatch by authorized representative of the Nigam. The manufacture shall provideto the inspecting officer all reasonable facilities, without charge, to satisfy him that thematerial is being furnished in accordance with the specifications.

The purchaser or his authorized representative shall have access, at all reasonabletime, to the manufacture's works to inspect and witness the tests of the equipmentmanufactured.

The purchaser has the right to have the tests carried out, at cost of supplier, by anindependent Govt. Agency wherever there is a dispute regarding the quality of materialsupplied. /

\,y \$/ 6px'/

10

Page 129: Bid Doc Vol-II

r.qtr{ ,F..&Fu,T €,futolf, €r-ota

'uiT-{,t*, E+ffiF' r4Jtn$;f,fr BUr{ y{.rffrr l{rciln

be rejected and bidder shall anange to supply the replacement within thirly (30) days ofsuch detection at his cost includinq to & fio transnortalinn tn ertrtirinn rn rhio nanar+,,sucn oelectlon at hts cost including to & fro transportation. ln addition tb ifris penalty@10% of cost of the inspected lot oimaterial shall be imposed.

- '

23. GUARANTEEAA'ARRANTY:

The supplier shall be responsible to replace, free of cost, with no transportation orinsurance cost to the Purchaser, up to destination, the whole or any part of the productwhich in normal and proper use proves defective in quality or worimanship, subject tocondition that the defect is noticed within 36 months from the date of receipt oi material instores or 30 months from the date of commissioning whichever period may expire earlier.The consignee or any.other officer of Nigamactua-lly using the product will give promptnotice of each such defec.t to the suppiier. The replacerient shall ne eneitea'ov ir,"supplier within a reasonable time, but not in any case exceeding 45 days. The suppliershall, also arrange to remove the defect within a reasonable perio-d, but not exceeOing 4S

days from the date of issue of notice in respect thereof; failing which, the purchaserreserves the right to dispose of defective product in any mannei considered fit by him(Purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defectiveproduct after meeting the expenses incurred on' its custody, disposal handling etc., shallhowever be credited to the supplier's account and set off againsi any outstand-ing dues ofthe purchaser against the supplier. The warranty for 30/36 months shall be one time.

Vr/ \-, {0 -/n X9./Y/Supeiintendin g Engineer/P&DCum-Member Secretarv CSCDHBVN Hisar.

12

Page 130: Bid Doc Vol-II

6:tr{ ,E&LE-rr: ffffi frFqq1

FtIiit, D+ !g ,tiiff*fiir" 'B[ilt !ffifir fie*[

be rejected and bidder shall arrange to supply the replacement within thirty (30) days ofsuch detection at his cost including to & fro transportation. In addition to this penalty

@10% of cost of the inspected lot of material shall be imposed.

23. GUARANTEEMARRANTY:

The supplier shall be responsible to replace, free of cost, with no transportation orinsurance cost to the Purchaser, up to destination, the whole or any part of the productwhich in normal and proper use proves defective in quality or workmanship, subject tocondition that the defect is noticed within 36 months from the date of receipt of material instores or 30 months from the date of commissioning whichever period may expire earlier.The consignee or any other officer of Nigam actually using the product will give promptnotice of each such defect to the supplier. The replacement shall be effected by thesupplier within a reasonable time, but not in any case exceeding 45 days. The suppliershall, also arrange to remove the defect within a reasonable period, but not exceeding 45

days from the date of issue of notice in respect thereof; failing which, the purchaserreserves the right to dispose of defective product in any manner considered fit by him(Purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defectiveproduct after meeting the expenses incurred on its custody, disposal handling etc., shallhowever be credited to the supplier's account and set off against any outstanding dues ofthe purchaser against the supplier. The warranty for 30/36 months shall be one time.

W7Supeiintending Engineer/P&DCum-Member Secretary CSCDHBVN Hisar.

II

Page 131: Bid Doc Vol-II

EIir +ft't{ eruq fudi ft-d'-{tr l , iE :B,*{,.1, {ffiF trrqnii

SWITCHGEAR PANELS

A. CIRCUIT BREAKERS:1. Maker's name and country of manufacture.2.Type3. Nominal system voltage4. Highest system voltage5. Frequency6. Nominal current rating6.1 At Ref. Ambient temp. as per relevant standard6.2 At site conditions

7. Symmetrical breaking capacity (KA and MVA)8. Asymmetrical breaking capacity (KA)

8.'l Symmetrical breaking current8.2 Short time current rating for 1 sec.

9. Making capacity (peak KA)10 1.2150 microsecond impulse wave withstand test voltage]] One minute power frequency withstand test voltage12 No. of poles13 No. of breaks per pole14 Length of breaks per phase15 Opening time (ms)16 Making time (ms)17 Arc duration (ms)18 Type and material of main contacts19 Material and thickness of plating of contacts20 Type of arcing contacts and /or arc control device21 Whether the circuit breaker is trip free22 Whether lock out mechanism for preventing closing provided23 Closing coil voltage and power required to close the breaker24 Minimum clearances in vacuum

24.1 Between phases24.2 Between live parts & earlh

25 Minimum clearances in Air25.1 Between phases25.2 Between live parts & earth

26 Short Circuit Type Tests: Certificate or report No. (Attach photocopy)27 Normal/operating voltage of closing mechanism28 Total weight of complete breaker ( Kg.)29 Dimensions and mounting details30 Standard to which conforms31 Detail of reference drawing attached.

B. INSTRUMENT TRANSFORMERS (CURRENT TRANSFORMERS)1. Rated primary current2. Rated secondary current3. Rated transformation ratio4. VA burden at rated current and accuracy.5. Class of accuracy6. Rated over current factor with time in seconds7 . Type of CTs (whether wound or bar type)8. Staldard to which conform9. One minute power frequency.withstand test voltage10. 1.2150 micro second impulse withstand voltage11. Make of CT's

ANNEXURE: A

1"3

VU

Page 132: Bid Doc Vol-II

ffiffi EnEr 4fuff 1sfr-drclr flrq$ fu€or ft-drd ,ffiffi lrrr*B E*fistr rr*cf*nr* B*,rr !f1s61s tre.*H

1.p.*ruttn

C RELAYS1. Type and make2. Time setting range3. Other details like No. of auxiliary contacts4. Standard to which conform5. No. & Auxiliary contacts :

D BUS BAR1. Material2. Normalcurrent rating in amp.

3. Normalarea (mm )4. Shape5. Type of Insulation

E. VOLTAGE TRANSFORMER

1. Rated primary voltage2. Rated secondary voltage3. Rated burden4. Class of accuracy5. Rated voltage factor & time6. One minute power frequency withstand test voltage7 . 1.2150 micro-sec. impulse withstand voltage8. Make of PT's

F. PARTICULARS OF INSTRUMENTS & METERS:

1. Type of equipment (whether flush mounted or projected type)2. Guaranteed 7o errors at different loads3. Make & size of Ammeters. Voltmeters. KWH & Power Factor Meters

G. PARTICULARS OF VACUUM BOTTLES:

1. Name of manufacture2. Whether imported or indigenous3. Manufacturer's type, normal amps and rupturing capacity for vacuum bottles used forIncoming panel4. -----------------do--- for outgoing panels5. ------------------do--- for capacitor control panel6. Degree of vacuum inside the vacuum interrupters7. Short time rating of vacuum bottles8. Number of full short circuit operations as per test duly 1 to 5 of IEC-56, which the vacuumbottles offered can safely withstand9. Whether the vacuum bottles used on incoming and outgoing panels are same ordifferent.10. Whether the operating mechanism is imported or indigenous.

^ o/ \- /brv

L4

Page 133: Bid Doc Vol-II

,-tr , 'ffffi,'frtd@I.

:r {# r-fifl{g+WA glil.t r!tr-tti{fu6ffi ffi,rier' #*iftwu

{,{'

ANNEXURE.B

SCHEDULE OF REQUITEMENT

8 panel, 11KV swiichboards with each sruitchboard comprising of the following as per

Nigam's specifi cation No.-_-.

1. 1 No. lncoming panel equipment as below: -

a. 1 No. Triple pole, 350 MVA, 11KV 800 Amps circuit breaker fitted with arc control

Oevice, interlocks, auxiliary switches, isolating contacts, emergency hand trip

Oevice, mechanical 'ON' ahd 'OFF' indicator & motor operated spring charging

mechanism.b' One set of 3 phase 1200 amps bus bars'c. One set of isolating plug and sockets'd. One set of single -phase cluster type isolating contacts'

e. 1 No. fritur""iing main cable boxes locateO lt tne rear of the unit for reception of

3-core xtFe ca6tes of up to 630-mm2 size and complete with wiping glands and

clamPs.2. A set of 4 core cT's with ratio 900-450/5-5-5-5A for 12'5MVA Power

Transformer,600-300/5-5-5-5A for 1oMVA Power transformer, and 3 core cT with

ratio400/200/5-5-5Afor6.3/SMVAPowerTransformer:-a. one

"or"-to|. REF protection having minimum kneepoint voltage of 90 x RCT on

+OO nmps iapt. it tt'trtt conform tJaccuracy class PS of ISS: 2705 (part-lV) and

shall have magnetizing current as low as possible but in no case exceeding the

value corresponOing to class 5P of ISS: 2705 (paft lV)'

b. second core for over current and earth fault protection with 15VA as output

burden-having accuracy of 5P10'

c. Third "o=

forlout"ring witn 1SVA burden output and the class of accuracy as 0'5'

d. Fourth "or"

.ft"if b6 of Differential Protection for 10MVA and above Power

Transformers.

,3.1No.3phasestar/starconnectedbusbartyperesincastdrawoutvo|tagetransiormer?t"ti"'iiloool.teyiir06/gl volts and 100 VA output per phase with

ctass 1 O "t"rr""V "s

per lS: abiO lpartlf f)-1965-complete in all respect with HT and

LT fuses, ""f"ti"fi

plugs and sockeis for HT& LT copper connectors' current limiting

resistances.a. 1 No. 230 V.AC. panel space heater'

b. 2 set of vermin and dust proof fitments'

c. '1 earthing set for earthing the breakers individually'

4. 1 instrument panel mounted on top and equipped as below:-

a. 1 No. sultaUV sealed C.T's operateO Ltaiic ammeter of 5 Amps' with digital display

b. 1 No. S way bt'tlOFF amrireter selector switch'

c. 't No. 0 to iS KV static voltmeter with digital display'

d. 1No. 3 way ON/Off voltmeter selector switch

e. 1 No. Static power factor meter for reading both the leading and lagging PF'

f. 1 No. 3 elements electronic KwH meter "iitrnt"

for 3 phase 4 wire unbalanced load

conditions with accuracy class 0.5 i". p"t DHBVN sp.ecification) and with RS 485 port

with MoDBU6 proto"ortor Data Logging/ Data-down-loading facility.

5. one set of triple pole combined over current and earth fault IDMTL relay with two outer

elements for over current protection with setting of 50-200% of 5 Amps and central

element for E/F protection with setting range of 20-80o/o of 5 Amps mounted in

horizontal 4lqWaultype flush pattern case'<

one set of high set instantaneous elements, consisting of two elements for over

current, naving" setting ,"ng" ot SOO-ZOOO% of 5A and, -one lo: ^""dh,

faulNltigh set

instariianeous element, having t"tting trnge of 200-80079. 9t sf and adju-stable in

suitable st;;; ha"ifu tow tranJieni-oulr ,""it with a high pickup I drop out ratio' The

15il ]-M) \4.,--

Page 134: Bid Doc Vol-II

:FW @trT , ftqft .fu{qr ,frqa

lfir$& Dr-*ffi :fif, glt :€til4.,!ffin firFgft

high set instantaneous element shall be so wired so as to take this element(instantaneous) out of circuit, if so desired by the Nigam, at any time during theoperation of equipment.

6. One No. single pole restricted E/F relay with setting of 10-40o/o of 5 Amps and completewith a tuned 50c/s circuit.and stabilizing resistance mounted in draw-out type ilushpattern case with a provision of inter-tripping the circuit breaker.

7. 4No. of230 volt A.C. indicating lampl with fittings to indicate breaker open, breakerclosed auto trip and spring charged.

a. 1 indicating lamp with fitting and push button switch to indicate trip healthy. TripCircuit supervision scheme and D.C. fail scheme as per foregoing specification.

b. 1 No Breaker control switch.

c. lset of alarm equipment wired so as to be common to the complete board andcomprising of alarm initiating auxiliary relay, alarm bell, indicating lamp and pushbutton for alarm cancellation and lamp resetting.

d. 1No. Test terminal block for testing of instrument and relay.

8. S-Outgoing Feeder Panels each Comprising.8.f 1No. Triple pole 400 amps 350 MVA 11KV circuit breaker fitted with arc control

devices, interlock arrangement, auxiliary switches, isolating contacts, alarmContaots, emergency hand trip device, mechanism ON&OFF indicators andspring charged closing mechanism operating at24OVAC motors.

8.2 l set of 3 phase 1200 amps bus bars.8.3 lset of lsolating plugs and sockets.8'4 1No. Trifurcating main cable box for reception of 11KV, 3-core, XLPE cable of

2300mm and complete with wrapping glands and clamps.

8.5 3No. Double core CT's with ratio 400-200/5-5-54 having one core for meteringwith 15 VA Burden and Class of Accuracy as 0.5 and the other core with 15VAas burden and Class of Accuracy as 5P 10 for O/C and E/F protection. One corewill be kept as sparefor protecton.

8.6 1No. 230V.A.C. panelspace heater.8.7 1 set of vermin and dust proof fitments.8.8 l intrument panel mounted on top and equipped as below:-8.8.f 1No. suitably sealed CT operated Static Ammeter of 5 Amps, with digitaldisplay8.8.2 1 No. 3-way on/off am meter selector/switch.8.8.3 1No. 3 element electronic KWH meter suitable for 3 phase, 4wire unbalancedload and flush mounted with Accuracy class 0.5 (as per DHBVN specification) andwith RS 485 Port with MODBUS protocol for Data-logging/Data-down-loading facility.

8.8.4 P.T. leads should come direct from 11KV P.T. Secondary to avoid anytempering in between. lset of triple pole combined O/C and E/F IDMTL relay withtwo outer elements for O/Q protection having setting of 50-2OO% of 5 Amps andcentral elements for EIF protection with setting range of 20-80o/o of 5 Amps mountedin draw-out type flush pattern case. A set of triple pole combined over current & earthfault instantaneous high set relays with two elements for over current protectionhaving a setting range of 500% to 2000o/o of 5 Amps and the central element forearth fault protection having a setting range of 200Vo-800o/o of SAmps. The relay shallhave low transient over reach with a high pick up/drop off ratio. Relay will beconnected in series with the triple pole combined over current and earth fault relayreferred to above and shall be so wired as to take this element (instantaneous) out ifso desired by the purchaser at any time during operation of equipment.8.9 3Nos. 230 Volts AC indicating lamps with fittings to indicate Breaker Open,Breaker CLOSED and AUTO TRIP.8.10 1No of.24 Volts DC indicating lamp with tittings and push button switch toindicate TRIP CIRCUIT HEALTHY

8.10.01 1 No. Breakerpontrol switch.1. \ r/ \y.,b W \f

Page 135: Bid Doc Vol-II

Fffillrf,$B

r ?,ffffir frq , ,ftrd'*r

Bd :f E .B&Iq.[

8-10.021No. Test rerminal Brock for testing instruments & rerays.8.10.03 1No. 3 - way ON/OFF Ammeter selector switch.

9. 1-No. Station Transformer Feeder panel:-

9.1 Similar to item No. 8 but with the following C,Ts:-3 Nos. having double core CTs of 60/30/5-5 A with one core having 1S VA output asburden and 5P10 accuracy for over current and earth fault protection and the othercore for metering having 1SVA as burden and class of accuracy as 0.5.

10. 1 No. 11KV Capacitor control panel:

10.0{ 1 No. Triple pole 400 Amps, 350 MVA, 11KV circuit breaker fitted with arccontrol device, interlock arrangement, auxiliary switches, isolating contacts, alarmcontacts, emergency hand trip device, and mechanical ON & OFF indication andunder voltage release.10.02 1 set of 1200 A bus bars.10.03 lset of isolating plugs & sockets.10.04 1 set of single-phase cluster type isolating contacts.10.05 1 No. Trifurcating main cable box for reception of 3 core XLpE up to

mmz185 size and complete with wiping glands and clamps.10.06 3 Nos. CTs of ratio 200-100-50-/54 with 15 VA output burden of S P 10accuracy for protection 1 No. 230 V AC panel Space heaters.10.07 1 set vermin and dust proof fitment.10.08 1 Instrument panel mounted on top and equipped as 6elow:-10.08.01 1 No. suitably sealed CT operated static Ammeter of 5 Amp., with digitaldisplay.10.08.02 1 No. 3-way ON/OFF Ammeter selector switch.10.08.03 3Nos. 230 VAC indicating lamps with fitting to indicate breaker open,breaker closed and auto trip.10.08.04 1No.24 VDC indicating lamps with fitting to indicate trip heatthy.10.08.05 1 No. Breaker control Switch.10.08.06 1 set of triple pole combined over current & earth fault IDMT relay with twoouter elements for O/C protection having sefting of 5O-200% of 5 AMPS, and centralelements for earth fault protection with setting range of 2O to 8oo/o of 5 ampsmounted in drawn out type flush pattern case.10.08.07 One Set of inverse time Neutral (Voltage) displacement relay suitable for190 V AC operations for protection of the bank against unbalancing.10.08.08 One set of over voltage relay with setting range 110% to 170% along withauxiliary transformers (for external mounting) having ratio 1211115 to 127 (in Stepsof 1 Volt) to be used for compensating the error of over voltage relay.10.08.09One no. under Voltage Relay with setting range of 50o/o lo 90oh.10.08.10 10 Minute adjustable timer to ensure that the capacitor bank is fullydischarged once it has been switched off before it can be switched ON again.10.08.11 The capacitor controlling breaker should be suitable to meet all conditionsrequired for capacitor operation and should be suitable for controlling capacitivecurrent up to 400 Amps at 11 KV which is equivalent to 7.5 MVAR approx. 110Vsupply shall be available from existing (11000/{3y(1104/3) Volts PT's.

Standard make (S) of Relays/Fitments

,. .'] . i.l:

1 Relays ALSTOM/EASUNREYRO LLE/AB B/S I EM E N S/JVS

2 Breaker Control Switch Kaycee/Alstomi Recom

3 Am mete r/Voltmeter/Se lecto r/Switch Kaycee/Recom

4 Static Ammeter/Voltmeter/StaticP.-o.wer Factor Meter with DigitalDisolav

AE/MP/MECO t

II -W-W'

Page 136: Bid Doc Vol-II

:E.-ffi €1,t. t ffi' 'fif- -s*rr €iEil:tttf*n, Dffrgdlu. rtfiqlfitt Bel|.r atf-BAtr rue*ri "$,?#**

Electronic iype KILOWATT HourMeter with RS Port for Data Logging/Data Down Loadinq Facil

SECURE/L&TABB

PUSH BUTTONS ALSTO M/KAYC E EA/AI S H N OOr other equivalent reputed make with lSmark

lndicating lamps with lenses ALSTOM/KAYCEEA/AISHNOOr other equivalent reputed make with lSmark

Cable termination kits DENSON/M-SEALOr other equivalent reputed make with lSmark

Cable glands DENSON/M-SEAL /COMEOr other equivalent reputed make with lSmarkECKO/PHOENIXOr other equivalent reputed make with lSmark

PanelWiring

ANCHOR/KAYCEEOr other equivalent reputed make with lSmarK

Hooter/BuzzerlBell

VI S HAL/CO NCORD/ZE N ITH/SARAF/GYROOr other equivalent reputed make with lSmark

18

Page 137: Bid Doc Vol-II

frt

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

SPECIFICATION NO.tttl

csc- sf/OH I uH /fH/>o-!/q(

ft'

TEGHNICAL SPECIFICATIONS

OF

HEAT SHRINKABLE STRAIGHT THROUGH JOINTS

FOR 11 XLPE CABLES

ssue of Month :January 20{5 Gommon Specification CommitteeDHBVN & UHBVN

::\CSC Specifications\CSC Dated 16.1.15\Ts For Heat Shrinkable Straight Through Joints For 11 XIPE Cable CSC 9.1.15.Doo( Page 1 Of 10

Page 138: Bid Doc Vol-II

2-

TECHNICAL SPECIFICATIONS FOR HEAT SHRINKABLE FOR {1 XLPE CABLES

STRAIGHT THROUGH JOINTS

1. Scope:

I60

ii isoceraunic level 45

Il ffimperatfu -5

tv il 40

v 32

VI ffiove meah seelqyq!-fiQ 1000

vtl Minimum Relative HumiditY (7d 26

vlll Maiimum Relative HumidU (%) 95

IX Averaqe no of Rainy daYs/ YeeI 124

X Averaqe annual rainfall 900mm

XI Maximum wind pressure 195 kq/m sq.

xii Pollution Moderate

This specification covers the design, manufacture, assembly and tegtltO of heat

shrinkable type straight through joints suitabte for 11 kv 3-core XLPE insulated,

screened, armoured, iitn aluminium conductor cables suitable for earthed system'

Standard: $

The performance as well as type test requirements of all type of kits referred under

scope shall conform to stipulations of 15:13573:2011 or VDE-0278 with latest

amendments.

All the electrical & physical parameters of straight through joints shouldalso-

conform-to in" r*t"rponding parameters of XLPE cabtes referred under 'SCOPE' of

this specification, as per lS:ZOgb(part-ll)-1985 (with latest amendments, ifany).'

Glimatic Gonditions:3.

The material shall be for use in moderately hot and humid tropical climate,

conducive to rust and fungus growth ..

4. Requirement:-The heat shrinkable straight through joints offered shall be of proven design and make,

which have atready been-extensively used and fully type tested-

5. General Requiremen*-

The purpose of this specification is to speciff the performance requirements of straight

through joints for the use on 50 c/s 3'phaig sys'tem with earthed neutral f9r.wo1!iin0.

voltage of 11 l(/. Earthing urrung"r.nt'snalt b?-T per relevant standard and details of

earthing arrangement otfered snilt be submitted alongwith the tender. I

acf-idhtrhr^rrqhlnintsForllXLPEcableCSCg.l.ls.Doo( Page2Of10C:\CSC Specifications\CSC Dated 16,L15\Ts For Heat Shrinkable Straight Through Joints For 11 xtPE Gble CSC 9'1'15'Doot

Page 139: Bid Doc Vol-II

*!p;q't

k

5.l.Themateria|tobeusedshou|dbeinertandcapableofresistingdegradationduring tne'service of cable ;r.jfr in" rit shait ne provided with protection

againlt rodents and termite attack'

5.2. Hiat shrinkable type straight through joints'

5.2.1. The term heat shrinkable refers to extruded or moulded polymeric

materia|swhich",",,.o,,-|inkedtodeve|ope|asticremoryandsupp|iedin expandeo or otnerw]r" o"ior*"d size/shape, subsequ.ently heating in

an un-constrained tt"i" t" " temperature above the shrink temperature

resulting in the *rt titit".*.iinf or shrinking to its originalshape'

5.2.2.Sincethesea|antoradhesives(to.be..T:dJorenvironmentsea|ing)betweenthe heat shrinkable r"t"ii"l* ino xr-pe cables shall be exposed to high

electrical stresses, they must be track resistant'

S.2.3.Theheatshrinkab|epo|ymermateria|sbgingusedforextema|leakageinsulation between lre niUn-vo'r"* 6i conduitors and grounds should be

weather resistant'

5.2.4. All cuts/nicks inadvertently gccYlr+ t9 ILlE insulation must be rendered

oiscnarge';;; il;'rdiuiLnr" discharge suppression compound'

S.2.S.Theheatshrinkab|etubingmaybeeitherextrudedormou|dedtype.

S.2.6.Armourearthingsha||bebymeansottinlejcopperearthbraidaffixed.tothearmourwithjubi|eectips.einoingwire.connectionsarenotacceptab|e.Support. ring ot #

"i*"u.should i;;;;if locking type so that no pressure of tightening

can come on the cable within it'

5.2.7. Insulation over the ferrule area shall be in. one or more layers' In case co-

extruded tubing is offerei';;;1t; 1r9uu be provided q9th for the inner

tubing; dtr"r"r-control i"Jii"L"J insulation outside' as well as for the outer

tubing of insulation inside and conductive outside' details of test method for

acceptance testing of prp'"ii"r oi-"""n layer whether co-extruded or not

shouid be clearly brought out in the offer'

5.2.8.Recoveredinsu|ationthicknessoverthefernr|esha||benot|essthanthatofthe' originalcable. ,

5.2.g. Mechanical protection of the joint shall be by means of a rigid armour case' and

not a flexible one' i

u t 3.tN::-"Jr:[T"rHls contror, srress sradins and non tracking arransement in the

terminations shail b" "ffJ;;;;;.{ or proven methods,-details of which

shalt be elaborated in tnJo:trei'Detailed ."iiln.r view of assemblies shall be

submitted alongwith the offer' -

r '-!-L F^' rr Page 3 of 10

c:\cscspecifications\csc Dated 15.1.15\Ts Fot Heat shrinkable straightThrough Joints For 11 xLPE Cable csc 9'1'15'Doo<

Page 140: Bid Doc Vol-II

5.3.2. The kits offered shall provide the total environment sealing' the'details of which

shallbe offered alongwith the offer'

5.3.3. Provision for effective screening.oy.er.each core be made and bidders shall

categorically conform this aspect in their offer'

S.3.4.Thematerialandcomponenttn-dspecifically.stated.inthespecification'butwhichareessentialtorsatisfactoryop"'"tionoftheequipmentssha|lbe included without any extra cost'

5.3.5.Thestraightthroughjointssha||bebettertrackingresistantpropertiesand fully reliable ""it

inJ system to .maintain continuous contact with

screening / armouring as the case my be'

5.3.6. The armour earthing arrangement shallform part of the straight through

joints.

L-s.T.Straightthroughjointsshal|haveprovisionforshie|dconnec{ionsandearth'ing.

s.3.s. The kit shall be suitabte for storage without deterioration at as

temperature upto 500 C for more than 5 years'

5.3.g. The fault level (as well as duration) withstand capability of terminations

shou|dbestrict|ymatchingwiththeseparameters.of'cab|esforwhichthekits are intended to be used'

5.3.10.Thewords.DHBVN,a|songwithtgd.enameofmanufacturer,monthtlearof manufacturer, rire

"tE. shall be embossed/engraved or suitably

marked with indelibi" inLlp"int for the purpose of identification'

5.3.11. The adequate provisions for eliminating the..chances-of entrapment of air

;i't#iJpt i#;;J bv semicon screen shall be made'

5.3.12.Nameofsub-supp|ierfortherawmateria|andstandardaccordingtowhich their raw tui"ri"-f-are tested, must be furnished alongwith the

offer.

5.3.13. Detailed kit contents, whether.manufactured by.the bidder or bought

from outside (with-n"r" of sub venooil for eich component must be

indicated in the offer. i

's.3.l4.Thestraightthroughiointsshal|begupp|iedin$t|9111.A||insu|atingand seating ,"t ii"t3;";;;;$t" ld;;, conductor fittinss, earthing

arrangement, ano'iJg-s "t . rn"iLoe included in the individualkit'

5.3.15. An instruction manual in English as well as Hindi s.gi9t' indicating the

comptete method/'Jri.lOui"" tt be adopted for iristallation of kits'

c\cscspeciffcatlons\csc Dated 16.1,15\Ts For Heat Shrinkable straightThrough Joints For ,, xLPE ..ble csc 9'1'15'Doa pag'e + of t0

Page 141: Bid Doc Vol-II

6.

7.

preferably with more and more diagrams / pictorial presentation shall be

supplied with each kit. Various items quantity thereof against each kitmust be indicated in the instruction manual.

Drawings:Complete detailed dimensionaldrawings showing all details of kit contents / bill

of materialfor each size type.Note: Any tenderwithout complete guaranteed technical particulars ( to be filled inannexure-A) and dimensional drawings shall be liable for rejection.Training:-- ln case of placement of and order against this tender enquiry, the tenderershatl have to impart free of cost demonstration to selected number of DHBVNpersonnel by installing few kits anywhere in Haryana, place of Purchase/s discretion.if required supplier hay have io give free of cost practical training regarding

instatlation of their producf in DHBVN training institutes also.

The training for installation of kits to field staff shall be given by the supplierwifrrin two weeks of receipt of first lot of material.

Tests:-8.1. Type tests: The straight through joints kits of offered desigri should have been

got tested at CPRI or some other recognized NABL approved testing Lab. ofequal repute as per lS: 13573:2011 or VDE-0278 read with latest amendmentsthereof.

The type test certificates, in duplicate, for any size of straight throughjoints of offered design / material issue by CPRI, Banglore or any otherrecognized test house of equal repute conforming to lS: 13573:2011 must beannexured with the offer.'The offer without type test certificates are liable to beignored.

8.2. Acceptance Tests:8.2.1. Initially the following tests shall constitute as acceptance tests:-

8.2.1.L Dimensional checkilrg as per approved drawings.8.2.1.2. Volume resistivity test for various components.8.2.1.9. AG High voltage test after installation of straight through joint

(as per lS: 13573:2A11) on appropriate cable.8.2.1.4. Dielectric strength of major components.8.2.1.5. D.C. High Voltage test.8.2.1.6. Tracking resistance8.2.1.7. Tensile strength8.2.1.8. Ultimatic Elongation.

8,2.2, The scope to include more type tests as acceptance tests shall be

decided after processing the offers of various bidders/after knowing the

details of testing facilities for type test available with various tenderers.

C:\CSC Specifications\CSC Dated 16.1.15\Ts For Heat Shrinkable Straight Through Jolnts For 11 XIPE Cable CSC 9.1.15.0oo< Page 5 Of 10

Page 142: Bid Doc Vol-II

I+

lmportan* The tenderers must specifically mention in their offer about the details of testing

faCfties for various type tests as per 15:13573/1992 and or VDE4278, available at their- urorks, failing to do so, the offer is tiable to be rejected on the presumption that adequate

bsting facilities are not available with them.

8.3. Routine Tests: The following tests shalt constitute routine test.

8.3.1. Dielectricstrength8.3.2. Density8.3.3. Heat shock8.3.4. Shrinkage ratio

The tenderer must speciff the details of routine tests (being conducted attheirworks) alongwith the standard appiicable, in their offer.

The routine test certificates shall be furnished alongwith the inspection call

for each offered lot.9. Inspection:

The material shall be inspected and tested by the purchaser or his authorized'agent Qefore

dispatch as per technical specifications of the Nigam unless dispensed within writing by the

purchaser. The Supplier shall give to the purchaser (Chief Engineer /MM)'at least 20 days advance

notice for such inspection and test.

The vendor /supplier shall also provide a copy of approved QAP, drawings along with the

inspection call. Vendor / supplier should give it in writing that he is ready for the inspection. On receipt

of the advance notice from the supplier offering the materiat for inspection the purchasing authority

will get the material inspected and issue the dispatch authorization within 20 days. In case the

Inspecting Ofiicerfinds on arrival atthe supplier's premises that the materialwas not ready for inspection

and that the notice given by the supplier was infrauctuous, the expenditure incurred by the Nigam on

ananging for such inspection will be debited to the firm's account. Besides this a letter of warning shall

Oe issueO and it shall be counted towards their performance for all intents and purposes. The

Contrac{or shatl be responsible to pay penaJty of Rs. 20,000/- for each occasion at which the fake

inspection call has been made or the materiAl is rejected during testing/ inspection by the authorized

agencylrepresentative of the Nigam. This penalty wouid be in addition to the expenses incuned by

the Nigam in deputing the Inspecting Officer, carrying out such inspection.

In case the material offered for inspectioJr fails in lst inspection, the Nigam will haue the

right to levy a penalty at 0.1 % of the order value. ln case the material offered for inspection fail

diiring the ld inspection, the Nigam witl have the right to increase the penalty to 0-25% of the

order value. In case, the material offered fails during the * and finat inspection also, the firm will

be tiahle for penal action encashment of BG, debarringl blacklisting in future and no further

oppoftunity for inspection would be provided to the supplier firm :

C\CSC Specifications\CSC Dated 16.1.15\Ts For Heat Shrinkable Straight Through Joints For 11 XIPE Cable CSC 9'1'15'Doot

n,

Page 5 of 10

Page 143: Bid Doc Vol-II

Gq-#t

Nigam intends to purchase only. High Quality material. For this purpose sample from lot of

the materiar suppried-snouio u" .Jnt to Nlit'r-.noiitow forTesting at Nigam's cost. Any lot shall be

n*iry "*pt"i bnrv wnen tne sampte is passed by the MB|-Laborey.

10. QualitY Assurance Plan:'

10.{ Submission of Quality Assurance Procedure

The Vendor / contractor at the time of submission of the drawings for aP]rroval from

DHBVN/'HBVN is arso required to ruorii a euality Assurance Procedure (oAP) of the

materials to be supplied for review "nJ;ilro*1.

ln tnis QAP, the vendor / contractor shall

dearry -rrdicate the i*rafrtyqea?re? l"idi"i"n oy tn" manufacturer to maintain the quality

d tF finished proiurt-"fhe drawingsldAp once approved shall not be required to be

submified for aPProval again.

QAPwill indicate the fqllowing details:-

r) Tests being perforyrgd. o.n the raw mate6al ptirchased by manufacturer for

manufacturing of the finished product'

ii) Tests being c-onducted Ouring'm'a;'t;f;cturing oJthe product (ln process testing)'

iiD Tests which;h;ll b; d"n. o,itft" nnitneO pioOuct ai tne timd of pre-dispatch inspection'

iu) Test results assured by th9 vendor'v) Tests pro*Juo iolowed for tne inspection with full details of test seJup etc.

The|nspectionshal|becarriedoutonthebasisoftheapproved.oAP.Allthedetai|sprovided by the-vendor / contr""to, snatl ue verified by Nigim / Third Party during the

inspection and if any deviation is found from the "pp*"i doJuments' it will be noted in the

inspection rePort-

10.2 lnspection call raised by Vendor I Gontractor

' The vendor / contractor wi|| give ,.n'-?".1,.oj'.?.1-Tti." 20 days in advance of date of

readiness of rn"t"ti"i oi"t proiid"d inin" Nff to the below mentioned agencies:

1. ForWork Orders issued by PD&G: CE / PD&C

2. For Purchase Order issued by MM : CE I MM

3. For work oro",. irru"J uv H"ri offices: sgop (concerned)/const.

The vendor / contractor shall also prwid".l 99P1,:11?.1,:::1^9t' drawings along

with the inspection ca[. Vendo,l *n]r".t6r shouto give it in wiiting th-at he is ready forthe

inspection "no

in .rr" orany defaurt on his part, appropriate action in form of penalty will be

taken bY DHBVN/UHBVN'

{0.3 Material Inspection at DHBVN/UHBVN s!:f.:.I?t Nigam Purchase

Cnecr<inJJt;;;;t ;*'";J at DHBVN/UHBVN slore shall be carried out as under:

, c{csc specif,catlons\csc Dated 16.1.15\Ts For Heat shrlnkable Straight Through Joints For 11 X]PE Cable csc 9'1'15'Door Pag'e 7 of 10

Page 144: Bid Doc Vol-II

=cF<+:

a)

b)

A team of 2 XENs to be nominated by CUMM will carry out random checking to ensure

quali$ and quantity of material received in Nigam's stores.

fhe t6am will Oraw sample from each lot received in anyone of the stores to carry out

checking as under:-. Genuineness of seals provided during inspection

r Workmanship of material received in store

. Quantity of material inspect ed viz-a-vizreceived quantity.

. Quality of material received in the storec) The above said inspection / checking would be canied out to check all physical

parameters as per approved technical Jpecifications of the Nigam / Engineering Design

/ Drawings

d) The above said team would also draw samples randomly for any material for its testing

ftom any NABL accredited testing lab as approved by the Nigam'

e) A committee of two XENs to be sonstituted by Director/Projects at random may also

draw sample from any lot for cross checking as per.(b) & (d) above.

0 The material received at the store shall not be issued to field ofiices before the test

reports from.NABL accredited lab is received by DHBVN/UHBVN. However, in case of

any urgency to issue material in the fietd, an undertaking may be obtained ftom the

VenOoistating that in case the material fails in the NABL Lab, the cost of replacement

of materiat inc-luding its erection and dismanfling at site, transport of materialfrom store

of DHBVN/UHBVN;Ic. shall be borne by the vrendor. The whole LOT of material shall

be considered as rejected in such case

11. GUARANTEE t WARRANTY :-The supplier shall be responsible to reptace, free of cost, with no transportation

or insurance 'cbst

to the Purchaser, up to destination, the whole or any part.of the

material which in normal and proper use proves the defective in qualt! or

workmanship, subject to the condition-that the defect is noticed within.18 months from

the date of ieteipiot materiat in stores OR 12 months from the date of commissioning

whichever period may expire earlier. The consignee or any other officer of Nigam

actually using the maieriaiwill give prompt notice of each such defect to the supplier.

The ,"i1acqiunt shall be effectld by the'supplierwithin a reasonable time, put not,.in

any case, exceeding 45 days. Ttie suppiier shall, also, anange to remove the

defective within d reaionable period, but not exceeding 45 days from.the date of issue

of notice in respect thereof, taiting w'hich, the purchaser reserve the right to dispose. of

defective material in any mrnn"i considered fit by him (Purchasg?, at the sole risk

and cost of the supplier. Any sale proceedsof the defective material after meeting the

"*p"niir incurreci on its ruitody, disposal handling etc., shall however be credited to

C:\CSC Specifications\CSC Dated 16.1.15\Ts For Heat Shrinkable Stnight Through Joints For 11 XLf E Gble CSC 9.1.15.Doot Page 8 Of 10

Page 145: Bid Doc Vol-II

1L

the supplieds account and set off agains,t any.outstanding dues of the purchaser

against the supptie;. il;;;rianty for iilft months shall be one'time.

CHALLENGE CLAUSEThemateria|offered/receivedafterthe.inspectionbyt!.eauthorized.inspecting

offcer may again be subjected to the test for losses or any other parameter from any

Testing House/in-nour" i""nnique of ifre flig"t.A the reiults if found deviating un-

acceptable or not complying 1o "pprou"O-OfFb' th" bidder shalt arrange to supply the

reptacement within iiiitti, t5O).diys ;i;*h detection at his cost including to & fro

lransportation. In aOJition io ini, p"n"ft' OfbV' of tott of the inspected lot of material

shall be imPosed

Packing and transPort

The supplier shall be responsible for suitable packing of all the kits of material

and marking on the consignment, "o "" to avoi$ any O"ni"ge during tranbport and

;i;;"g" ;dto "ntut"corrEct

dispatch to the destination'

13.

c

+l in their meeting heldThis issues with the approval of CSC members as

on 9.1.15

GeneralCum Memeber

#S,ocsc,

UHBVN, Panchkula

'' Page9of10d16.1.15\TsForHeaishrinkbb|estraightThroughJointsForllXt.PECableCSC9.l.15'Doo<.c:\csc specifications\cSC Dated 16'1'15\T5 hor Hear rnl rrrMurt J$ q'6"! ' I ' --e'' -

,tE

t

Page 146: Bid Doc Vol-II

:ANNEXURE

Schedule of guaranteed tephnical particulars ofI

HEAT SHRINKABLE STRAGHT THROUGH JOINTS FOR 11 XLPE CABLES

+

,l

Sr.No.

Description To be filled by thebidder

1. Manufactureis name & address ,

2. Sr. No. & name and countrv of orioinal3. Voltaqe srade1. Tvoe of kit offered5. Applicable standards6. Size7. Material of tubinq / moulded parUself amalgamating tape etc.8. lnsulation time9. Curinq time10. Time required for enerqisation after completion of termination11. Specialdevices required if anv12. Kit storaqe temperature (Degree centigrade)'!3, (a) Shelf life of kit.(b) Desiqn life of kit14. List of contents of kit (to be fumished separately)15. Material used for stress control16. Dielectric strenoth of inbulation material (l(//rnm)17. Material used in encapsulatihg rcompound and environmental

sealino18. Class of kit19. Whether test reports, drawings and instruction leaf lets are

enclosed24. Volume resistivity:

20.1. Stress controltubins20.2. Non trackinq tubing

21. Relative permittivitv

21.1. Stress controltubinq21.2. Non trackino tubinq

22. Water absorption22.1. Stress controltubing22.2. l,lon trackincptube.

23. Trackinq resistance23.1. Stress controltube,23.2. Non trackinq tube

24. Tensile strenoth24.1. Stress controltube t

24.2. Non tracking tube25. lltimate elongation

25.1. Stress controltube25.2. Non tracking tube

ica|parametersunderSr.No.20to25abovethereferenceof aoolicable relevant ISS/internationalstandard must be indicated

a

C:\CSC Specifications\CSC Dated 16.1.15\Ts For Heat Shrinkable Staight Through Joints For 11 XLPE Cable CSC 9'1.15'Iloo< Page 10 Of 10

Page 147: Bid Doc Vol-II

\.fu=<t,

I

g

a

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

ltrl-- spEGfFrcArfoN No.csc- sl/0H /uH / fM/2'ft44d

TECHNICAL SPECIFICATIONS FOR

Heat Shrinkable / Push

on Type Terminations

for 1{ t(V XLPE Cables

lssue of Month :-fanuary 2015 Common SPecifi cation. GommitteeDHBVN & UHBVN

c\csc speciflcations\csc Dated 15.1.15\All New Tech specifieitons For CSC Agenda\Ts For Heat Shrinkable Push on Type Terminations

For 11 t0/ xtPE Cable CSC 9.1.15.Doot Page 1 of t0

tL

Page 148: Bid Doc Vol-II

'..'....l%-*

TECHNTCAL SPEGIFICATIONS FOR Heat Shrinkable / Push on TypeTerrninations for 11 ]fl/ XLPE Gables

1- SCOPE:-

This specification covers the design, manufac'ture, assembly and testing of heat

strrinkable/push on type terminations suitable for 11 l(\/ $core XLPE insulated,

screened, armouied, with aluminium conductor cables suitable for earthed system and

confrnring to lS:7098(Part-ll)-1985 with latest amendment, if any

2- STANDARD:-

The performance as well as type test requirements of atltype of kits refened

under scope shall conform to stiputations of lS : '1357312011 oi VDE{278 with latestamendments, if any.

Allthe electrical & physical parqmeters of terminations should also conform tothe conesponding parameters of XLPE cables refened under 'SCOPE of thisspecification, as per lS: 7098 (Part-ll)-1985 (with latest amendments, if any) or equivalentintemational standards

3. CLIMATIC CONDITIONS

Maximum ambient temoerature ("C) 60

il. Minimum ambient air temoerature ("C) -5ilt. Maximum averaoe dailv ambient temperature("C) 40-lv. Maximum vearly weighed average ambient temperature ("q) 32

V. Maximum altitude above mean sea level(m) 1000

vt. Minimum Relative Humidity (%) 26

vil. Maximum Relative Humidity (7o) 95

vilt. Averaqe no of Rainy daysl year 120tx. Averaoe annual rainfall 900mm

Maximum wind pressure 195 ko/m so.

The material shall be for use in moderately hot and humid tropicalclimate, conducive to rust and fungus growth

4. REQUTREMENT:-

The heat shrinkable/push on type terminations offered shall be of proven designand make, which have already been extensively used ; and fully type tested.

5- GENERAL REQUIREMENT:- I rIThe purpose of this specification i{to speciff the performance requirements of

termination kitsfor the use on 50 C/S 3 phase system with earthed neutral for workingvoltage of 11 lff. Earthing arrangement shall be as per relevant standard and details ofearthing arrangement offered shall be submitted alongwith the tender

S.1 The material to'be used should be inert and capable of resisting degradation

during the service of cable system. The kit shall be provided with protection

against rodents and termite attack.5.2 Heat Shrinkable Type Oerminations) :

C;\CSC Speciflcatlons\CSC Dated 16,1,15W1 New Tech Specificaitom For CSC Agenda\Ts For Heat Shrinkable Push On Type Termlnations

For 11 kV XLPE Gble CSC 9.1.15.Doo< Page 2 of 10

Page 149: Bid Doc Vol-II

F

5-2.1 The term heat shrinkable refers to extruded or moulded polymeric materialswhich are crossJinked to develop elastic memory and supplied in expandedor otherwise deformed size/shape, subsequently heating in a non-constrainedstate to a temperature above the shrink tempenature resulting in the materialrecovering or shrinking to its original shape.

5.2.2 Since the sealant or adhesives (to be used for environment sealing) betweenthe ;heat shrinkable materials and XLPE cables shall be exposed to high

electrical stresses, they must be track resistant.

5.2.3 The heat shrinkable polymer materials being used for extemal leakageinsulation between the high voltage of conductors and grounds should be

:' s.2.4 ;:H:il "L***, occuned to xLpE insuration must be rendered

discharge free by using'suitable discharge suppression compound.

r. 5.2.5 The'heat shrinkable tubittg may be either extruded or moulded type.

5.2.6 Higher thickness of heat shrinkable sleeves shall be preferable to countererosion due to pollution.

rr 5.3 Push on type (Terminations only) :

1,5'3'1[:ij;ffi"il?r:;:':;,"T"uldbemaderomprovenqualitvorrubberwitn

'+ 5.3.2 The semi conducting portion of the stress cone should be vulcanized withinsulation so that both semi conducting and insulation portion becomes an

integrated part.

: 5.3.3 The stress cone must ;be of proven design of stress control.

5.3.4 The moulding of rubber components should be aimed to achieve a smoothfinish on interior and exterior of the components.

.., 5.3.5 The stress cone should probably be reusable $pe.

5.3.6 In case of outdoor terminations, the suitable provision for covering the cable

cores with re-useable protective system from the crotch seal to the boftom ofstress cone should be made

5.4 OtherRequirements:

shall be etaborated in the offer. Detailed sectional view of assemblies shall be

submitted alongwith the offer.

5.4.2 The kits offered shall provide the total environment sealing, the details of

which shall be offered alongwith the offer.

C:\6C Spectficatlons\CSC Dated 15,1.15\All New Tech Specmcaitons For CSC Agenda\Ts For Heat Shrinkable Push On Type Termlnations

For11l$/Xrpgcabtecsc9.1.1s.Doo( Page 3 of 10

Page 150: Bid Doc Vol-II

5.4.3 Provision for effective screening over each core be made and bidders shallcategorically conform this aspect in their offer.

5.4.4 The material and components not specifically stated in the specification, butwhich are essential for satisfactory operation of the equipments shatl beincluded without any extra cost.

5.4.5 The terminations shall be of better tracking resistant properties and fullyreliable earthing system to maintain continuous contact withscreening/armouring as the case may be.

5.4.6 The armour earthing anangement shall form part of the termination.

5.4.7 Terminationssha$"trave provision for shield connections and earthing.

5.4.8 The kits shall be suitable for storage without deterioration at a temperatureo

upto 50 C for more than 5 years.

5.4.9 The fault level (as wellas duration) withstand capability of terminations shouldbe st[,ictly matching with these parameters of cables for which the kits areintended to be used.

5.4.10 The words DHBVN/UHBVN .alongwith trade name of manufacturer,monttvlear of manufacturer, size etc. shall be embossed/engraved or suitablymarked'with indelible inUpaint for the purpose of identification.

5.4.11Suitable creepage extension/rain protection'shield-for outdoor terminationshallbe provided.

5-4.12 The adequate provisions for eliminating the chances of entrapment of air atthe steps formed by semicon screen shall be made.

5.4.13 The gripping tubing (termination boot) for the cable where trifurcation takesplace, shall also be part of kit and covered under scope of this supply of thisspecification.

5.4.14 Name of subsupplier for the raw material and standard according to whichtheir raw material are tested, must be fumished alongwith the offer

5.4.15 Detailed kit contents, whether manufactured by the bidder or bought fromoutside (with name of sub vendor) for each component must be indicated inthe offer.

5.4.16 The; terminations shall be supplied in-kit formi. Alt insulating and sealingmaterials, consumable items, conductq fittings, earthing artangements andlugs etc. shall be included in the individual kit.

5.4.17 An instruction manual in English, indicating the complete method/procedureto be adopted for installation of kits, preferably with more and morediagrams/pictorial presentation shall be supplied with each kit. Various itemsquantity thereof against each kit must be indicated in the instruction manual.

C\GC Speciflcations\CSC Dated 15,1.15\All New Tech Speciticaitons For CSC Atenda\Ts For Heat Shrlnkable Push On Type Termlnatlons

For 11 l(V XIPE Cable CSC 9,1.15.Door Page 4 of 10

Page 151: Bid Doc Vol-II

r

GUARANTEED TECHNIGAL PARTICULARS rThe terminations shall have same electrical and thermal

characteristics as those of cables with which these are intended to be used.The tenderers must fumish the guaranteed technicat particulars for eachtype/size of kit ;in Annexure.'A'

CONSUMABLES OR RE-USABLE PUSH ON TYPE KITS:

The details of consumablev?-+vrz reusable parts for each size of push on type(indoor/outdoor separately) termination must be supplied on a separate sheet. The%age of consumables for reusing these kits must be indicated for each size.

DRAWINGS:.

Complete detailed dimensional drawings showing all details of kit contents/bitl ofmaterial for each size type.

Note: Any t6nder without comptete guaranteed technical particutars anddimensional drawings shall be liable for rejection :

TRAINING:-

ln case of placement of an order against this tender enquiry, the tenderershall have to impart free of cost demonstration to selected number of Nigampersonnel by installing few kits anyrhere in Haryana, places of Purchasefsdiscretion. lf reguired, supplier may have to give- free of cost practical trainingregarding installation of their product in Nilgam training institutes also

{0- TESTS i10.{ Type tests :

The termination kits of offered design should have been got testedfrom NABL accredited laboratory as per relevant standards with latestversion.

10.2 Acceptance Tests :

lnitially the following tests shall constitute as acceptance tests :-

Dimensional checking as per approved drawihgs.Volume resistivity test for various components.AC High voltage test after installation of terminations (as per lS :

1357311992 or VDE-0278) on appropriate cable.Dielectric strength of major componenls.D.C. High voltage test. tTracking resistance.Ultimatic Elongation.

Tensile Strength.

- The scope to include more type tests as acceptance tests shall bedecided after processing the offers of various bidders/after knowing the details oftesting facilities for type tests available with various tenderers.

C:\CSC Specificatiom\CSC Dated 15.1.15\All New Tech Specificaitons For CSC Agenda\Ts For Heat Shrlnkable Push On Tipe Teminations

&

7-

i)iD

iii)

iv)v)vi)vii)viii)

For 11 KV XIPE Cable CSC 9.1.15.Door Page 5 of 10

Page 152: Bid Doc Vol-II

IMPORTANT : The tenderers must specifically mention in their offer about thedetails of testing facilities for various type test as per lS : 13573/1992 and orVDE-0278, available at their works, failing to do so, the offer is liable to berejected on the presumption that adequate testing facilities are not available withthem.

ROUTINE TESTS :- The following tests shall constitute routine test :

i) Dielectric strength.ii) Density.

, iiD Heat shock.iv) Shrinkage ratio.

The tenderer must speciff the details of routine tests (being conducted attheir works ) alongwith the standard applicable, in their offer.

The routine test certificates shall be fumished alongwith the inspectioncallfor each offered lot.

11-TNSPECflpN:

. The material shall be inspected and tested by the purchaser or his

authorized agent before dispatch as pertechnical specifications of the Nigam unless

dispensed within writing by the purchaser. The Supplier shall give to the purchaser '

(Chief Engineer/MM) at least 20 days advance notioe for such inspection and test.

' The vendor /supplier shall also provide a copy of approved QAP, drawings

along with the inspection call. Vendor / supplier should give it in writing that he is

ready for the inspection. On receipt of the advance notice from the supplier ofiering

the material for inspection the purchasing authority will get the material

inspected and issue the dispatch authorization within 20 days. In case the

Inspecting Officer finds on anival at the supplier's premises that the material was not

ready for inspection and that the notice given by the supplier was infrauctuous, the

expenditure incuned by the Nigam on arranging for such inspection will be debited to

the firm's account. Besides this a letter of warning shall be issued and it shall be

counted towards their performance for all intents and purposes. The Contractor shall

be respcnsible to pay penalty of Rs. 2O,OO0!- for each occasion at which the fake

inspection call has been made or the material is rejected during testing/ inspection by

the authorized' agency/representative of the Nigam. This penalty would be in'. addition to the expenses incuned by the Nigam in deputing the lnspecting Officer,

carrying out such inspection.

ln case the material offered for inspection fails rin /sf mspection, the Nigam

witl have the right to tevy a penalty at 0.1 % of the order value. ln case the

material offered for inspection fail durtng the * inspection,.the'Nigam will have

the right to increai,se the penatty to 0.25% of the order value. ln case, the material

offered fails during the { and final inspection also, the firm will be liable for penal

action encashment of BG, debarring/ hlacklisting in future and no further

- oPPortunity for inspection would be provided to the supplier firm.

- Nigam intends to purchase only High Quality material. For this purpose, sampte tr6m btof the matehalsupplied should be sentto NABL Laboratory forTesting

C:\CSC Specifications\Csc Dated 15.1.15\All New Tech Specifloltons For CSC Agenda\Ts For Heat Shrlnkable Push On Type Teminations

For t1 Kr' xtPE cabte csc 9.1.15.Dooc Page 5 of 10

Page 153: Bid Doc Vol-II

w*4at Nfuam's Cost. Any lot shall be finally accepted only when the sample is passed bythe MBLt-amnAorV.

,2. QUALITY ASSURANGE PLANT

12.1 SUBMISSION OF QUALITY ASSUMNCE PROCEDURE

The Vendor / Gontractor at the time of submission of the drawings for

approval from DHBVN/UHBVN is also required to submit a Quality Assurancg

Procedure (OAP) of the materials to be supplied for review and approval. ln this

QAP, the vendor / contractor shall clearly indicate the quality measures being taken

by the manufacturer to maintain the quality of the finished product. The

drawings/QAP once approved shall not be required to be submitted for approval

again.

QAP WILL INDICATE THE FOLLOWNG DETAILS:-

i) Tests being performed on the raw material purchased by manufacturer. for

manufacturing of the finished product.

iD Tests being conduc{ed during manufacturing of the product (ln process testing).

iiD Tests which shall be done on the finished product at the time of pre'dispatch

inspection.

iv) Test results assured bf the vendor.

v) Tests procedure followed for the inspection rvith full details of test setup etc.

The Inspection shall be carried out on the basis of the approved QAP.

All the details provided by the vendor / contractor shall be verified by Nigam /

Third Parly during the inspection and if any deviation is found from the' 'approved documents, itwiltbe noted in the inspection report.

12.2 INSPECTION CALL RAISED BY VENDOR / CONTRACTOR

The vendor / contractor witl give inspection call notice 20 days inI

advance of date of readiness of material or as provided in the NIT to the

below mentioned agencies:

1. ForWork Orders issued by PD&C: CE / PD&C

2. For Purchase Order issued by MM : CE / MM

3. For work order issued by Field offices: sgoP (concemed)/const.

C:\CSC Speciffcailons\Csc Oated 16.1.15\Atl New Tech Specificaitons For CSC Agenda\Ts For Heat Shrlnkabte Push On Type Terminatlons

For 11Kr' KPE Gbte csc 9.1.15,Door Page 7 of 10

Page 154: Bid Doc Vol-II

The vendor / contractor shall also provide a copy of approved QAP'

drmings along with the inspection call. Vendor / contractor should gMe it in

writing that he is ready for the inspection and in case ol"any default on his

part, appropriate action in form of penalty will be taken by DHBVN/UHBVN.

12.3 MATERIAL INSPECTION AT DHBVN'UHBVN STORES FOR NIGAM

PURCHASE.

Checking of material received at DHBVN/UHBVN store shall be carried out as

unden

A team of 2 XENs to be nominated by CBMM will carry out random checking to

ensure quality and quantity of material received in Nigam's stores.

The team will draw sample from each lot received in anyone of the stores to carry out

checking as under:-

. Genuineness of seals provided during inspedion

. Workmanship of materialreceived In store

. Quantity of material inspected v:trev?received quantity-

. QualltY of material receivedin the store

The above said inspection / checking would be canied out to check all physical

parameters as per approved technical specifications of the Nigam / Engineering

Design / Drawings.

The above said tearn would atso draw samples randomly for any material for its

testing from any NABL accredited testing lab as approved bythe Nigam.

A committee of two XENs to be constituted by Director/Projects at random may also

draw sample from any lot for cross checking as per (b) & (d) above.

The material received at the store shaH not be issued to field offices beforerr rhl ,lt I t^..,-.,

the test reports from NABL accredited lab is received by DHBVNIUHBVN. However'

in case of any urgency to issue material in the field, an undertaking may be obtained

fom the Vendor strating that in case the materiatfails in the NABL Lab, the cost of

reptacement of material including its ereotion and dismantling at site, transport of

materialfrom store of DHBVN/UHBVN'etc. shall be borne by the vendor. The whole

LOT of material shall be considered as rejected in such case'

C:\CSC Speclffcatlons\CSC Dated 16.1.15Wf New Tech Spectflcaitons For CSC Agenria\Ti For Heat Shrlnkable Push On Type Terminations

For 11 lO/ XrpE Gble csc 9.1,1s.Doo( Page 8 of 10

a)

b)

d)

e)

Page 155: Bid Doc Vol-II

I&PACKING AND TRANSPORT: 'r

The supplier shall be responsible for suitable packing of all the kits ofmaterial and marking on the consignment, so as to avoid any damage duringtransport and storage and to ensure conect dispatch to the destination.

14-Ghallenge Glause:- Imaterial otfereOlreclived after the inspection by tie authorizeO

inspecting officer may again be subjected to the test for losses or any otherparameter from any Testing House/in-house technique of the Nigam & theresults if found deviating un-acceptable or not complying to approved GTP'5,the bidder shall anange to supply the replacement within thirty (30) days ofsuch detection at his cost including to & ffo transportation. ln addition to thispenalty @10o/o of cost of the inspected lot of material shall be imposed

l$Warranty Period:-The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the purchaser, up to destination, the wholeor any part to the material which in normal and proper use proves thedefective in quality or workmanship, subject to the condition that the defect is

noticed within 24 months from.the date of receipt of material in stores or 18

months from the date of commissioning whichever period may expire earlier.The consignee or nay other officer of Nigam actually using the materialwillgive prompt notice of each such defect to the supplier. The replacement shall

be effected by the supplier within a reasonable time, but not, in any case,

exceeding 45 days. The supplier shall, also, arange to remove the defective

material within a reasonable period, but not exceeding 45 days from the

date of issue of notice in respect thereof, failing which, the purchaser reservethe right to dispose of defective material in any manner considered fit by him(purchaser), atthe sole risk and cost of the supplier. Any sale proceeds of thedefective material afier meeting the expenses incurred on its custody,

disposal handling etc., shall however be credited to the suppliefs account and

set off against Jny outstanding dues of the purchaser against the supplier.

The warranty for 18124 months shall be one time.

This issues with the approval of CSCmeeting held on 9.1.15 ,

Ar{General l/rffiag P&D

csc,Cum Memeber SecretaUHBVN, Panchkula

C:\CSC Specifi6tions\CSC Dated 15,1.15\All New Tech SpecificaitonsiFor CSC Agenda\Ts For Heat Shrinkable Push On Type Termlnations

For 11 t(v XtpE Cabte csc 9.1,1s.Doo( Page 9 0f 10

members as decided in their

."1

Page 156: Bid Doc Vol-II

i<

ANNEXURE'A'

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR'TERMINATIONS

C\CSC Specifications\CSC Dated 16.1.15\All New Tech Specificaitons For CSC Agenda\Ts For Heat Shrinkable Push On Type Terminations

For 11 lff XIPE Gble CSC 9.1.15.Door

rrIa-

FOR '{

KVXLPE CABLENDOOR TERMINATION

Sr.No.

Description To be filled by thebidder

1. Manufactureds name & address2. Sr. No. & name and countrv of orioinal3. Voltage qrade4. Tvoe of kit offered5. Applicable standards6. Size7. Material of tubinq / moulded parUself amalqamating tape etc.8. lnsulation time9. Gurino time10. Time required for enerqisation after completion of termination11. Soecial devices reouired if anv12. Kit storaqe temperature (Deqree centigrade)13. (a) Shelf life of kit

(b) Desisn life of kit14. List of contents of kit (to be fumished separateV)15. Material used for stress control16. Dielectric strenqth of insulation material (l(//mm)17. Material used in encapsulating compound and environmental

sealino18. Class of kit19. Whether. test reports, drawings and instruction leaf lets are

enclosed20. Volume resistivifu:

i) Stress control tubingii) Non trackino tubinq

21. Relative oermittivitvil Stress controltubins

Non trackino tubino22. Water absorotion

i) Stresscontroltubins) Non trackinq tube

23. Trackinq resistanceD Stress controltubeiil , Non trackinq tube

24 Tensile strenqthStress controltube

iil Non trackinq tube25. Ultimate elonqation

a) Stress controltubeb) Non trackinq tube

Note: While giving details of technical parameters under Sr. lrlo. 20 to 25 above the referenceof applicable relevant lSsiinternational standard must be indicated.

Page 10 of 10

Page 157: Bid Doc Vol-II

TECHNICAL SPECIFICATIONS FOR 11 KV RING MAIN UNIT

CONTENTS

I. SCOPE

2 APPLICABLE STANDARDS

3. CLIMATIC CONDITIONS OF THE INSTALLATION

4. GENERAL TECHNICAL REQUIREMENTS

5. GENERAL CONSTRUCTIONS

6. NAME PLATE AND MARKING

7. TESTS

8. TYPE TEST CERTIFICATES

9. PRE-DISPATCH INSPECTION

10. INSPECTION AFTER RECEIPT AT STORES

11. CIVIL WORKS

12. PACKING

13. QUALITY CONTROL

14. TESTING FACILITIES

15. MANUFACTURING ACTIVITIES

16. SPARES, ACCESSORIES & TOOLS

17. DRAWINGS, DOCUMENTS

18. GUARANTEE

19. GUARANTEED TECHNICAL PARTICULARS

20. SCHEDULE OF DEVIATIONS

Page 158: Bid Doc Vol-II

1.0 Scope for RMU

This specification covers the technical requirements of design, manufacture, testing at manufacturer's works, packing, forwarding, supply and unloading at site/store and performance of 11KV Ring Main Units with all accessories for trouble free & efficient performance.

2.0 Applicable Standards for RMU

The equipment covered by this specification shall unless otherwise stated, be designed, manufactured and tested in accordance with latest editions of the following Standards /IEC and shall conform to the regulations of local statutory authorities.

IEC 62271-200 HV switchgear and control gear-AC Metal Enclosed switchgear and control gear for voltages above 1 kV and up to and including 52Kv.

IS 513 Cold Rolled Low Carbon Steel Sheets and Strips.

IEC 60694 Common specifications for high voltage switchgear and control gear standards

IEC 62271-102 HV switchgear and control gear-Alternating current disconnectors and earthing switches

IEC 60265-1 High voltage switches - Part 1: Switches for rated voltages above 1 kV and less than 52 kV

IEC 60529 Degrees of protection provided by enclosures (IP Code)

IEC 62262 Degrees of protection provided by enclosures for electrical equipment against mechanical impacts (IK Code)

IEC 60060 High-voltage test techniques IEC 60947/IS 13947 Low voltage switchgear and control gear

IEC 60439-1 Low-voltage switchgear and control gear assemblies- Type tested and partially type tested assemblies

IEC 60255-3 Electrical relays - Part 3: Single input energizing quantity measuring relays with dependent or independent time

IEC 60044-1 / IS 2705 Current Transformers IEC 60044-2/IS 3156 Voltage Transformers

IEC 60376 Specification of technical grade sulfur hexafluoride (SF6) for use in electrical equipment

IEC 61958 High-voltage prefabricated switchgear and control gear assemblies - Voltage presence indicating systems.

IS 13573-2 Cable accessories for extruded power cable for Working Voltages from 3.3 kV up to and Including 33 kV.

Page 159: Bid Doc Vol-II

3.0 CLIMATIC REQUIREMENTS:

11KV Ring Main Units shall be suitable to work satisfactory under the following climatic conditions:-

Sl. no. Location At various locations in the state of Haryana

i) Maximum ambient temperature (oC) 60

ii) Minimum ambient air temperature (oC) -5

iii) Maximum average daily ambient temperature (oC)

40

iv) Maximum yearly weighed average ambient temperature (oC)

32

v) Maximum altitude above mean sea level (m) 1000

vi) Minimum Relative Humidity (%) 26

vii) Maximum Relative Humidity (%) 95

viii) Average no of Rainy days/ year 120

ix) Average annual rainfall 900 mm

x) Maximum wind pressure 195 kg/m sq.

The equipment shall be for safe operation in moderately hot and humid tropical climate, conducive to rust and fungus growth.

4. General Technical Requirements of RMU

Description Requirement Application Three phase - Three wire Rated Voltage 12kV Service Voltage 11kV System Frequency 50 Hz Min Gas pressure 0.05 Bar G Internal Arc test 20 kA for 1 Sec. Lightning Impulse withstand Voltage 75 kV Peak Power Frequency withstand voltage 28 kV rms Rated current of incomer load break switch 630 A Rated current of Circuit-breaker 630 A

Page 160: Bid Doc Vol-II

Rated Short time current withstand (3 sec) 21 kA Rated Short circuit making current 50 kA Number of operations at rated short circuit current on line switches, earthing switches and CB

5 close

Opening time of breaker (max.) 2.5 cycle Closing time of breaker (max.) 3 cycle Breaker Duty Cycle O-3min-CO-3min-CO

Rated cable charging interrupting current of incomer--

Load Break Switch

10 A

Rated cable charging breaking current of breaker 25 A Insulating medium SF6 Interrupting medium Vacuum TEMPERATURE RISE:

Maximum permissible temperature for bus bar shall not be 90 deg C at an ambient temperature not exceeding 40 deg C, as per IEC 60694 & IEC 62271. However, the temperature rise for accessible enclosures and covers shall not exceed 30K and in case, they are not required to be touched during normal operation, the limit shall be raised by 10K.

Types of Ring Main Units shall be as under:

i) 1 Way Extension Type (For Outdoor application): 1 No. 630A Load Break Switch along with one incoming and one outgoing cable provision.

ii) 2 Way Extension Type (For Indoor and Outdoor application): 2 Nos. 630A Incomer Load Break Switches along with VPIS (Voltage Presence Indication System) + 1 No. Electronic Fault Passage Indicator per RMU + Extension provision on both sides of RMU for adding 630A circuit Breaker.

iii) 3 Way Extension Type (For Indoor and Outdoor application)

2 Nos. 630A Incomer Load Break Switches + 1 No. 630A Local Feeder/transformer Control Vacuum Circuit Breaker with self-powered O/C + E/F relays+1 No. Electronic Fault Passage Indicator per RMU + Extension provision on both sides of RMU for adding 630A circuit Breaker.

iv) 4 Way Extension Type (For Indoor and Outdoor application): 2 Nos. 630A Incomer Load Break Switches + 2 Nos. 630A Feeder Vacuum Circuit Breakers with self-powered O/C + E/F relays + 1 No. Electronic Fault Passage Indicator per RMU + Extension provision on both sides of RMU for adding 630A circuit Breaker. VPI to be provided with all type of RMU of the above combination mentioned.

5. General construction for RMU

5.1.1 The switchgear and bus bar shall be contained in a stainless steel tank filled-with SF6 gas and the outer body shall be made of minimum CRCA of 3mm or Gl high tensile steel 2mm thick with thick gland plates of 3mm as per IS 513. The sheet steel shall be shot blasted & spray galvanized with minimum thickness of 30 micron and subsequently power coated. The tank shall have SS sheet of 3mm thickness and meet the "sealed pressure system" criteria in accordance with the IEC 62271-200. This is a system

Page 161: Bid Doc Vol-II

for which no handling / refilling of gas shall be required throughout the expected operating life, i.e. 30 years. Sealed pressure systems are completely assembled, filled and tested in the factory. The maximum leakage rate of SF6 gas shall be lower than 0.1 % of the total initial mass of SF6 gas per annum. The filling pressure for the switchgear shall be just above the atmospheric pressure so as to reduce the tendency to leak. SF6 gas used for the filling of the RMU shall be in accordance with IEC 376. It is mandatory to fit an absorption material in the tank to absorb the moisture from the SF6 gas and to regenerate the SF6 gas following arc interruption. The degree of protection for RMU tank (Indoor/Outdoor) shall be IP 67. The mimic board shall be provided with IP2X degree of protection for Indoor RMUs and protection for Outdoor RMUs shall be minimum IP 54 and IP41 (Main door Open).

5.1.2 The RMU shall be suitable for mounting on plinth with provision for cabling through gland plate in the base and trench below. The RMU shall be designed so that the position of the different devices is visible to the operator on the front and operations are also visible. The RMU shall be identified by an appropriately sized label which clearly indicates the functional units and their electrical characteristics. The RMU shall be designed to be tamper proof so as to prevent access to all live parts during operation without the use of tools.

5.1.3 The RMU shall be complete with all connection and tinned copper bus with continuous current carrying capacity of 630 A. The bus bar shall be fully encapsulated by SF6 gas inside the steel tank. There shall be continuity between the metallic parts of the RMU and cables so that there is no electric field pattern in the surrounding air, thereby ensuring the safety of people. The earth bus bar shall be preferably enclosed in an enclosure to prevent theft/ tempering.

5.1.4 All parts of main circuit to which access is required or provided shall be capable of being earthed prior to becoming accessible. This does not apply to removable parts which become accessible after being separated from the switchgear and control gear. The cables shall be earthed by an earth switch with short-circuit making capacity in compliance with IEC 62271-102. The LBS /CB shall not be closed in case Earth Switch is closed. The earth switch shall be fitted with its own operating mechanism and manual closing shall be driven by a fast-acting mechanism, independent of operator action. Mechanical interlocking systems shall prevent access to the operating shaft to avoid all operator errors such as closing the earth switch when the Load break switch is closed or when cable is charged.

5.1.5 Any accidental over pressure inside the sealed chamber shall be limited by the opening of a pressure limiting device provided in the rear part of the tank. Gas shall be released to the rear of the RMU away from the operator. Bidder shall provide type test report to prove compliance to the 'Internal fault IAC- A & B as per IEC 62271-200. An anti-reflex mechanism on the operating lever shall prevent any attempts to reopen immediately after closing of the switch or earth switch. All manual operations shall be carried out on the front of the RMU. In case of SF6 gas leakage from gas tank or any kind of repair should be done at site instead of replacement of complete RMU free of cost within guarantee period.

5.1.6 Incomer Load Break Switches (LBS)

Load break switches shall be maintenance-free. The position of the power contacts and earthing contacts shall be clearly visible on the front of the RMU. The position indicator shall provide positive

Page 162: Bid Doc Vol-II

contact indication in accordance with IEC 60265-1. In addition, manufacturer shall prove reliability of indication in accordance with the standard. The switches shall be of the "increased operating frequency" in accordance with IEC 60265-1. They shall have at least 3 positions, open-disconnected, closed, and earthed and shall be constructed in such a way that natural interlocking prevents unauthorized operations. Earthing of the cable shall be either through a three position switch of a separate snap action type or Earth Switch having fault making capacity.

The switches shall be fully mounted and inspected in the factory. Manual opening and closing will be driven by a fast-acting mechanism, independent of operator action. Each switch shall be fitted with an electrical operating mechanism in an especially reserved location, such that the mechanism is compatible for remote/SCADA operation, without any modification of the operating mechanism and without de-energizing the RMU. However, the motors required for this operation shall be delivered separately to stores (at a later date) and shall be compatible with older versions of RMUs already working within the Purchaser's network if available. The load break switch and earthing switch operating mechanism shall have mechanical endurance of at least 1000 operations.BA should provide Load break switch operation counter. The isolator should have min. 4 NO+ 4 NC auxiliary contacts.

The load break switch shall be compatible for remote operation without any modification of the operating mechanism and without de-energizing the RMU, The LBS shall be fitted with an electrical operating mechanism and can remotely open-disconnected, closed and earthed from a reserved location.

5.1.6 Circuit Breaker for Transformer / Local Feeder Control

The circuit breakers shall be of the maintenance free. The position of the power and earthing contacts shall be clearly visible on the front of the RMU. The circuit breakers shall have at least 2 positions:

Open-disconnected and closed and shall be constructed in such a way that natural interlocks prevent all unauthorized operations: They shall be fully mounted and inspected in the factory. Breaker operation counter should be provided. Breaker contact resistance should be <=50 micro-ohms. The various circuit contact resistance should comply with provisions in IEC 62271-200.

The breaker should have min. 4 NO+ 4 NC auxiliary contacts.

An operating mechanism can be used to manually close the circuit breaker and charge the mechanism in a single movement. It shall be fitted with a local system for manual tripping by an integrated push button. There will be no automatic re-closing. The operating mechanism shall be compatible for remote/SCADA operation. The required motor for this operation shall be delivered separately to stores (at a later date) and shall be compatible with older versions of RMUs already working within the Purchaser's network. The circuit breaker shall be associated with an integrated protection unit that will operate without any auxiliary power supply and shall include three toroid transformers incorporated in the transformer tee-off bushings, an electronic self powered relay, a low energy release, and a "fast-on" test receptacle for protection testing (with or without CB tripping).

Page 163: Bid Doc Vol-II

The protection system shall ensure circuit breaker tripping as of a minimum operating current which is the rated current of the underground network to be protected. The CT settings shall be adjustable between 60 - 400/1 Amp for feeder and transformer. The pickup current of relay should be adjustable as per relay specification as per the requirement at site. Protection core CT complete details should be furnished as (CT Burden is 5 VA for Feeder and 2.5 VA for Transformer, Class - 5P20).

The circuit breaker shall be provided with Phase protection of Definite time/ IDMT element for overcurrent PSM-0.2 TMS-0.01 having standard characteristics of Standard Inverse, Very inverse, Extremely Inverse as per IEC 60255-3 standard. The Earth Fault Protection shall be provided of Definite time/ IDMT element PSM-0.05 TMS-0.01 having standard characteristics of Standard Inverse, Very inverse, Extremely Inverse as per IEC 60255-3 standard. The breaker shall have the provision of flag Relay for indication to Trip on Fault. High set (DT) for overcurrent and earth fault-min current setting-0.5 ln, minimum Time Delay-20 millisecond. The relays shall be self-powered suitable numerical relay with necessary elements or any other relay as per the Purchaser's approval.

There shall be provision for testing of cable without opening the front door by suitable arrangements. In case cables are to be tested with front door open, doors shall have interlocks such that doors can be opened only with earth switch in closed position & a cable test rod shall be provided which can be fixed on the terminations to facilitate testing. Termination boots as approved by the Purchaser's should have a proper opening to facilitate the testing. The opening shall be covered by means of removable protection cap.

In case of front door opened, it shall not be possible to operate the load break switch / isolator or breaker. All panel covers shall be provided with anti vandal screw bolts so that opening of panel covers is only possible with special tools; which shall be provided by the Bidder. This is required to prevent pilferage. The cable cover door shall be pad lockable and shall be Tamper and Arc proof. There shall be provision of hinged doors in the RMU. The circuit breaker and earth switch shall be lockable in the open or closed positions by 1 to 3 padlocks. Breaker shall have mechanical endurance of at least 2000 operations.

The circuit breaker shall be compatible for remote operation and can close (ON) and open (OFF) by remote operation.

5.1.7 Bushings and Cable terminations:

Bushing should be of Epoxy resin. Each cable compartment shall be provided with three bushings of adequate sizes to terminate the incoming and outgoing cables along with a terminal block (TB) located at convenient accessible location so as to wire all inputs & outputs (IOs) up to the terminal block (TB). The bushings shall be conveniently located for proper bend so as to allow easy working and termination of cables. The cable termination shall be done with Heat shrinkable /Push ON termination method so that adequate clearances are maintained between phases & cable shall be held by HDPE (fire retardant) cleat. The Sizes of cable should be 11kV 3 Core 400 sq.mm and 11 kV 1CX630 sq.mm (optional) for termination. All the cable secondary wiring should be rooted through marshaling box separately for relay, CT etc.BA should provide bimetallic washer for tightening of cable.

Page 164: Bid Doc Vol-II

Cable boot for cable termination should be as per IS 13573-2.

5.1.8 Earthing:

The RMU outdoor metal clad, switchgear, load Break Isolators, Distribution Transformer, R.S. Joists, M.S Channels/M.S. angles etc. shall be equipped with an earth bus securely fixed along the base of the RMU. The size of copper earth busbar should be Min.105 sq.mm or Gl Strip earth busbar of 75X12 sq.mm inside the enclosure to withstand short time current carrying capacity. Provision shall be made on end of RMU for connecting the earth bus to the substation earthing. Both the earth pipes are also to be connected in a grid formation. Necessary terminal clamps and connectors shall be included in the scope of supply.

5.1.9 Voltage indicator lamps and phase comparators:

Each function shall be equipped with a fixed Type voltage indicator box on the front to indicate whether or not there is voltage in the cables. The capacitive dividers will supply low voltage power, to the lamps. Three inlets can be used to check the synchronization of phases. These devices shall be in compliance with IEC 61958 standard.

5.1.10 Front Cover

The front cover shall provide a clear mimic diagram that indicates the different functions. The position indicators shall give a true reflection of the position of the main contacts. They shall be clearly visible to the operator. The lever operating direction shall be clearly indicated in the mimic diagram. The bidder shall provide a marking plate showing RMU's main electrical characteristics.

5.1.11 Fault Passage Indicators

Fault Passage Indicators shall be installed on the Ring Main Unit. These devices shall be, electronic devices with their own energy source and connected to Single 3 phase Split Core CTs (CBCT) . These shall be provided with bright LED s / flag Indicators, which shall be clearly visible in the day time. These shall have the following resetting facilities;

• Manual reset • Resetting after a set time duration • Electrically reset from remote with at least 2-spare potential free contact • Resetting on restoration of LV

The unit shall have Short Circuit and Earth fault adjustable to different settings with separate Current transformer. They shall be fully field-programmable and shall have at least 16 settings for Earth Fault + 4 settings for Phase-Phase(O/C setting 200-1000 A and E/F setting 10-150 A).lt shall be possible to Test these indicators at site thru "Test" push button. The Fault Passage Indicators shall also be provided with a SCADA output contact. These shall confirm to the following standards:

IEC 60068-2-6, IEC 60068-2-9 Environmental testing - For Vibration, solar radiations

Page 165: Bid Doc Vol-II

IEC 60950 Information Technology equipment - Safety

IEC 1000-2

Electromagnetic compatibility for low-frequency conducted disturbances and signaling in public low power supply systems

IEC 1000-4 EMC - Testing & Measurement

IEC 1000-6 EMC- Immunity for Residential, Commercial and light industrial environments

5.1.12 Remote Control of the RMU:

Remote operation of the RMU line switches shall be possible using motors fitted to the operating mechanism for both line switch and circuit-breaker functions as and when required. All the necessary accessories shall be supplied separately to stores.

It shall be possible to fit the motors either directly in manufacturing plant or on site whenever required. Bidder shall provide detailed instructions for installation to the control mechanism.

The fitting of the motors to the mechanism must not in any way impede or interfere with the manual operation of the switches. An auxiliary contact to prevent motorized operation of the mechanism while the operating handle is inserted into the operating point shall also be provided.

Preferred Communication protocol for FRTU shall IEC-60870-5-104.

NOTE: The RMU manufacturer shall provide the enclosure for housing the FRTU (Field Remote Terminal Unit), which shall be provided by the SCADA Implementation Agency (SIA) executing SCADA Part-A project under R-APDRP. The facility for mounting the FRTU above the RMU shall also be provided in such a way that it is easy to install in the enclosure.

5.1.13 Paint

All paint shall be applied on clean dry surfaces under suitable atmospheric conditions by seven tank process and powder coating. The overall paint thickness shall not be less than 150 microns. The paint shall not scale off or crinkle or be removed by abrasion during normal handling. The enclosure of the RMU shall be painted with shade Dark Gray, i.e., BS381C or RAL 7032. Sufficient quantity of touch-up paint shall be furnished for application at site.

6.0 NAME PLATE & MARKING: -

All the components and operating devices of the RMU shall be provided with durable and legible nameplates containing all technical parameters. Name plates shall be suitably embossed with" PO no. with date", "PROPERTY OF DHBVN' & "CODE NUMBER" along with the following information. A Danger plate of appropriate size shall also be provided on the enclosure.

Page 166: Bid Doc Vol-II

• Manufacturer's Name • Month and year of supply • PO Number • Rated Voltage • System Frequency • Rated Short time withstand current for 1 sec • Rated Impulse withstand Voltage • Degree of Protection • Type Designation or Serial no. • Year of manufacture • Applicable Rated values • Mass of unit • SF6 gas filling pressure

7.0 TESTS FOR RMU

All the Routine and acceptance tests shall be carried out in accordance with the relevant IS/I EC standards. All routine/acceptance tests shall be witnessed by the purchaser/his authorized representative. All the components within the RMU enclosure shall have been tested for Routine/acceptance and Type tests as per the relevant standards. All Type tests as per latest IS / IEC shall have been carried out on the RMU as a whole as per relevant IS/IEC. Following tests shall be necessarily conducted on the equipment and its components as specified in IEC 62271-200:

• Lightening Impulse test TYPE TESTS

• Power Frequency Voltage Test • Temperature Rise Test • Measurement of Circuit Resistance • Rated Short Time and Peak Current Withstand test for main and Earth Circuit. • Breaking and Making Capacity Test for Breaker & Isolating Switches. • Operational & Interlock Performance Test • Internal Arc Withstand Test. • Degree of Protection (IP Code verification tests) • Mechanical Endurance Tests for Isolator and Breaker. • Pressure withstands test & Leakage test on SF-6 Gas chamber • Dimensional and Visual Checks.

Following routine tests are to be done on 100% of the lot quantity ROUTINE TESTS

• Power Frequency Withstand Test. • Dimensional & Visual Checks • Operational & Interlock Tests of breaker & isolator switches • Measurement of Circuit Resistance

Page 167: Bid Doc Vol-II

• Sf-6 chamber pressure withstands/leakage test. • HV withstand test across isolator distance. • HV withstand test of control and auxiliary circuits. • Voltage Indication Tests. • Breaker Contact Resistance Test • Total Trip time Check Test through Current Injection in primary. • IR Value.

Below routine test has to be provided on cable Boot for cable termination:

• Visual inspection of the final finished product. • Intactness with Bushing. • Insulation Test. • AC HV test

ACCEPTANCE TESTS

All the tests specified under Routine Test Clause above shall be carried out as acceptance test on random samples as per sampling plan under IEC/IS for each lot.

Heat Run Test shall be carried out on one random sample/configuration/tender quantity as acceptance test.

Note: Bidder should have all the requisite testing equipment's to carry out routine and acceptance test mentioned above including:

• Facility for primary current injection up to 1000amp. • Facility to check total trip timing of breaker along with breaker main contacts through primary

current injection.

Pre-commissioning test to be conducted on each RMU before installation and commissioning are as under-

• IR value. • HV test (AC). • Primary injection with timer of breaker including relay and CT circuit. • Contact resistance.

8.0 TYPE Test Certificate

The Bidder shall furnish the type test certificates of the 11 KV RMU for the tests as mentioned above as per the corresponding standards. All the tests shall be conducted at CPRI/ERDA or any other International Laboratory as per the relevant standards. Type tests shall have been conducted in certified Test laboratories during the period not exceeding 5 years from the date of opening the bid. In the event

Page 168: Bid Doc Vol-II

of any discrepancy in the test reports, i.e. any test report not acceptable or any/all type tests (including additional type tests, if any) not carried out, same shall be carried out without any cost implication to DHBVN.

9.0 Pre-Dispatch Inspection

Equipment shall be subject to inspection by a duly authorized representative of the DHBVN. Inspection may be made at any stage of manufacture at the option of the purchaser and the equipment if found unsatisfactory as to workmanship or material is liable to rejection. Supplier shall grant free access to the places of manufacture to DHBVN 's representatives at all times when the work is in progress. Inspection by the DHBVN or its authorized representatives shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specifications. Material shall be dispatched after specific Dispatch Clearance is issued by DHBVN. Following documents shall be sent along with material

• Test reports • Dispatch Clearance issued by DHBVN • Invoice in duplicate • Packing list • Drawings & catalogue • Guarantee / Warrantee card • Delivery Challan • Other Documents (as applicable)

10.0 Inspection After Receipt At Store

The material received at DHBVN Store will be inspected for acceptance and shall be liable for rejection if found different from the reports of the pre-dispatch inspection and one copy of the report shall be sent to Project Engineering department.

11.0 Civil Works

The work shall include the following 1) Mass plinth foundation for mounting RMU and associate combination of lsolators and Breakers. 2) Mass plinth foundation for steel supports for mounting DTs and foundation for DTs suit to the site conditions. 3) Foundation at water logging areas shall be elevated and no additional cost will be paid for the same. 12.0 Packing

Bidder shall ensure that all equipment covered by this specification shall be prepared for rail/road transport (local equipment) and be packed in such a manner as to protect it from damage in transit. The packing should be in such manner that during storage the RMU and its components should not be damaged.

Page 169: Bid Doc Vol-II

13.0 Quality Control

The bidder shall submit with the offer, assurance plan indicating the various stages of inspection, the tests and checks which will be carried out on the material of construction, components during manufacture and after finishing, bought out items and fully assembled component and equipment including drives. As part of the plan, a schedule for stage and final inspection within the parameters of the delivery schedule shall be furnished. The Purchaser's or its nominated representative engineer shall have free access to the manufacturer/sub-supplier's works to carry out inspections.

14.0 Testing Facilities

Bidder shall have adequate in house testing facilities for carrying out all routine tests & acceptance tests as per relevant International / Indian standards.

15.0 Manufacturing Activities

The successful bidder will have to submit the bar chart for various manufacturing activities clearly elaborating each stage with quantity. This bar chart shall be in line with the Quality Assurance Plan submitted with the offer. This bar chart will have to be submitted within 15 days from the release of the order.

16.0 spares, accessories & special tools / gauges

Bidder shall provide a list of recommended spares with quantity and unit prices for 5 years of operation after commissioning. The Purchaser may order all or any of the spare parts listed at the time of contract award and the spare parts so ordered shall be supplied as part of the definite works. The Purchaser may order additional spares at any time during the contract period at the rates stated in the Contract Document. The bidder shall provide one no. SF6 gas leak indicator and one no. phase comparator/25 numbers of RMU. Bidder shall also provide 1 nos. FPI and VPIS per 10 nos. of RMU at no additional cost Auto changeover inbuilt requirement utilization VPI(Voltage Passage indicator) or through separate core of PT proposed on each breaker along with associated circuitry. A list of complete set of special tools, and gauges required for erection & maintenance and installation procedure shall be submitted.

Bidder shall give an assurance that spare parts and consumable items will continue to be available through the life of the equipment which shall be 25 years minimum. However, the Purchaser shall give a minimum of 12 months’ notice in the event that the Bidder or any sub-vendor plans to discontinue manufacture of any spare apparatus, parts or tools shall be subject to the same specification, tests and conditions as similar material supplied under the Contract. They shall be strictly interchangeable and suitable for use in place of the corresponding parts supplied with the plant and must be suitably marked and numbered for identification.

Bidder has to provide below spare with one lot of RMU

Page 170: Bid Doc Vol-II

17.0 Drawings & Documents

Following drawings and documents shall be prepared based on DHBVN specifications and statutory requirements and shall be submitted with the bid:

• Completely filled in Technical Particulars • General description of the equipment and all components including brochures. • General arrangement for RMU • Power flow diagram • Foundation plan • Bill of material • Experience List • Type test certificates

SL. No. Name of Spare Parts Required spares with above 100 No. of RMU

Required spares with

above 30 No. up to 100 No.

of RMU

Required spares up to

30 No. of RMU

1 Breaker Mechanism 4 No's 3 No's 2 No's 2 Isolator Mechanism 4 No's 3 No's 2 No's 3 Trip Coil 5 No's 3 No's 2 No's 4 Relay 5 No's 3 No's 2 No's 5 CT (All types) 3 Sets (1 Set = 3 Nos.) 2 Set 1 Set 6 Bolt (For cable

connection) 5 Sets (1 Set = 3 Nos.) 3 Set 2 Set

7 "L" Key (All Size) 2 Sets 1 Set 1 Set 8 Operating Handle 1 No. 1 No. 1 No/ 9 Cable Bushing (If

replaceable;) 15 (5 Set) 9 (3 Set) NA

10 VPIs 10 No's 5 NA 11 FPI 10 No's 5 NA 12 Push Button (ON & OFF

Both) 10(5 On & 5 Of f ) 6 NA

13 Manometer 5 No's 3 NA 14 Washer (S.S.) 20 No's 15 NA 15 Anti-vandal Screw (All

Size) 20 No's 15 NA

16 Cable Boot 5 sets 3 Sets NA

Page 171: Bid Doc Vol-II

Drawings / documents to be submitted after the award of the contract are as under:

SI. No. Description For Approval For Review/Information

Final Submission

1 General Technical Particulars V 2 General Arrangement drawings V ■ V 3 Schematic Diagram V V 4 Bill of materials V 5 Foundation Plan & loading details V V 6 . Installation Instructions V V 7 instruction for Use V V . 8 Transport/ Shipping dimension drawing V 9 QA & QC Plan V V V 10 Test Certificates V V All the documents & drawings shall be in English language.

After the receipt of the order, the successful bidder will be required to furnish five copies of ail relevant drawings for DHBVN approval.

Instruction Manuals: Bidder shall furnish two soft copies (CD) and four hard copies of nicely bound manuals (In English language) covering erection and maintenance instructions and all relevant information and drawings pertaining to the main equipment as well as auxiliary devices.

18.0 Guarantee

Bidder shall stand guarantee towards design, materials, workmanship &-quality of process/ manufacturing of items under the contract for due and intended performance of the same, as an integrated product delivered under this contract. In the event any defect is found by the Purchaser up to a period of 48 months from the date of commissioning or 60 months from the date of last supplies made under the contract, whichever is earlier supplier shall be liable to undertake to replace/rectify such defects at his own costs within mutually agreed timeframe and to the entire satisfaction of the Purchaser, failing which the Purchaser will be at liberty to get it replaced/rectified at Bidder's risks and costs and recover all such expenses plus the Purchaser's own charges (@ 20% of expenses incurred), from the Bidder or from the " Security cum Performance Deposit" as the case may be. Bidder shall further be responsible for 'free replacement' for another period of THREE years from the end of the guarantee period for any 'Latent Defects' if noticed and reported by the Purchaser.

Page 172: Bid Doc Vol-II

In case of GP failure, BA shall report at site within 48 hours from intimation and arrange for rectification of fault within a mutually agreed time. In case rectification at site is not possible then alternative arrangement (replacement) to be made by BA within 15 days of intimation of failure.

19.0 General technical Particulars for RMU

S.N. Description As specified by DHBVN As furnished by Bidder

1.0 RMU Category 1Way -Extensible 2Way - Extensible 3Way - Extensible 4Way - Extensible 5Way - Extensible 6Way - Extensible

2.0 RMU application 1Way - Extensible 2Way - Extensible 3Way - Extensible 4Way . – Extensible 5Way - Extensible 6Way - Extensible

3.0 Dielectric medium SF6 4.0 Interrupting medium Vacuum 5.0 System Frequency 50Hz 6.0 Rated Voltage 12 KV 7.0 Service Voltage 11 KV 8.0 Rated current -Line Switches 630 A 9.0 Rated Current-CB 630 A for all type 10.0 Rated Short time current withstand (3 sec) 21 KA 11.0 Rated Short time Making capacity 50 KA 12.0 Rated cable charging interrupting current

of incomer load break switch 10A

13.0 Rated load interrupting line current 630 A 14.0 Rated cable charging breaking current of

breaker 25 A

15.0 No. of operations at rated short circuit current on line switches earthing switches and CB

5 Close

16.0 Opening time of breaker (max.) 2.5 cycle 17.0 Closing time of breaker (max.) 3 cycle 18.0 Breaker Duty Cycle 0-3min-CO-3min^CO 19.0 i. Mechanical endurance for Isolator &

Earth Switch Min 1000 Operations

ii. Mechanical endurance for Circuit Breaker

Min 2000 Operations

20.0 Electrical operations of Isolator & E/Switch at rated current

To be provided by bidder

21.0 Temp rise above ambient 50 Deg C. : i 22.0 Min Gas pressure 0.05. Bar G 23.0 SF6 Gas pressure indicator -with To be provided by bidder

Page 173: Bid Doc Vol-II

indicating bars/scale to measure the actual gas pressure (SCADA compatible)

24.0 SF6 Gas leakage detector 1 per 25 RMUs. Subjected to minimum one number.

25.0 Guaranteed SF6 leakage per annum Less than 0.1%. 26.0 Degree of protection IP 67 for the tank and IP2X for the front cover /

mimic board and IP54 for Outdoor RMUs. The RMU metal parts shall be greater than 3mm thickness high tensile steel which must be shot blasted, spray galvanized with minimum thickness of 30 micron and subsequently powder coated. The overall paint thickness shall be not less than 70 microns.

27.0 Internal Arc test 20kA for 1 Sec. 28.0 Lightning Impulse withstand Voltage 75KVp 29.0 Power Frequency withstand voltage 28 KVrms. 30.0 SF6 Tank design Hermetically/robotically sealed unpainted

stainless steel enclosure with SF6 Gas. Sealed pressure system by Laser welding so that no refilling of gas is required for 30 years. No gas work at site. Complete body shall be tamperproof to prevent access to live parts. No gaskets shall be used. No bolts shall be provided

31.0 Earth bus bars In enclosure to prevent tampering. 32.0 Material & size To be provided by the bidder 33.0 Earthing of main CCT Cables shall be

earthed with earth switch with S/C making capacity as per IEC 129. Moving contacts of earthing switch shall be visible in closed position thru transparent covers AND closing shall be possible only when Isolator is open

To be provided by bidder

34.0 Incomer Load Break switch: Shall be SF6 type with least maintenance. Shall have at least 3 positions, Open, Close & earth with natural interlocks. Fitting of motor at site shall be possible & shall have mechanical interlock.

To be provided by bidder

35.0 Circuit Breakers: Preferably SF6 type with minimum maintenance and shall have at least 2 positions I.e. Open & Close, Manual operation & fitting of motor at site shall be possible if required.

To be provided by bidder

36.0 Protection Relay-Without auxiliary power & shall include 3 toroid transformers in trans. Tee-off bushings, electronic relay, low energy release & fast on test receptacle for protection testing

Self- powered relay with O/C IDMT characteristic with minimum PSM-0.2JMS-0.01 +E/F IDMT characteristic with minimum PSM-0.05JMS-0.01 Hi-set setting for O/C + E/F min setting 0.5 In and delay 20 ms.

37.0 Make of Relay Suitable numerical relay with necessary elements or any other as per Purchaser's approval

38.0 Flag indication on CB for Trip on fault To be provided by bidder.

Page 174: Bid Doc Vol-II

39.0 Testing of Cable- without opening the doors. If doors are opened then earth switch shall be in closed position and cable test rod shall be provided which can be fixed on terminations for testing purpose AND if doors are opened it shall not be possible to operate, Isolator, E/SwitchorCB

To be confirmed. If separate test bushing are provided, it shall be covered with suitable antitheft covers with anti-vandal screws

40.0 Protection against theft Design of RMU shall be tamper & arc proof. Anti-vandal screws shall be provided. Cable covers shall be pad lockable. All live parts / test bushings etc. shall be covered with antitheft covers.

41.0 Doors Hinged doors shall be provided. The hinges for the doors need to be riveted and shall not have any access from outside. Bolted hinges shall not be acceptable.

42.0 Voltage indicator box shall be fixed type-This device shall be in compliance with IEC 61958 standard

Capacitive dividers type which will supply low voltage to power the lamps AND 3 inlets can be used to check phase sequence.

43.0 Phase comparators- 1 per RMU 44.0 Cable clamps HDPE(Fire-retardant) 45.0 Cable termination 46.0 Type Heat/ Cold shrinkable 47.0 Size Suitable for cable sizes 11kV 3CX400 sq.mm

and 11 kV 1CX630 sq. mm cable (optional)

48.0 Height Minimum 1200mm Above GL 49.0 Earth fault passage indicator One per RMU with make as a part of RMU 50.0 Operating handie To be provided by bidder as a part of RMU 51.0 MIMIC Diagram on Front of panel To be provided by bidder 52.0 Bus bar Material Copper 53.0 Cross Section As specified by bidder 54.0 Opening & Closing times (Max) To be provided by bidder 55.0 Current Transformer Shall be epoxy resin and are mounted around

the cable outside SF6 gas compartment. The CTs around the cables shall be supported on the sheet steel bracket base sized for CTs. CTs shall not be kept hanging or put on base frame directly. , The CT settings shall be adjustable between 60-400/1 Amp for feeder and transformer. CT Burden is 5 VA for Feeder and 2.5 VA for Transformer, Class - 5P20

56.0 SCADA Compatibility- • Remote operation of motor fitted with operating mechanism of isolators. • Remote operation of motor fitted with operating mechanism of circuit breakers ( as per future requirements)

As per motor details furnished

57.0 Guarantee- From date of taking over by DHBVN

48 months from the date of commissioning or 60 months from the date of last supplies made under the contract whichever is later

58.0 Dimension (LxWxH) (mm x mm x mm) To be provided by bidder

Page 175: Bid Doc Vol-II

'59.0 Total weight To be provided by bidder 60.0 Paint Dark Gray as per BS381C or RAL 7032 61.0 Type test of product To be provided by bidder as per specification 62.0 Availability of spares Assurance by bidder for 25 years, list of spares

as mentioned in specification to be provide along with RMU lot.

63.0 FPI&VPIS Bidder shall provide 1 nos. each/10 RMUs. 64.0 Breaker operation counter Should provide 65.0 LBS & Earth Switch operation counter Should provide 66.0 Moisture absorption material Bidder should provide the detail of the moisture

absorption material.

67.0 RMU Cable Boot a Terminal protector - Insulating Boots b System voltage 12 kV c AC High voltage _ 28Kv For 1 min d Impulse withstand voltage 75kV e Bushing Diameter Conical bushing as per EN50181, Type C f Bushing Types Epoxy g Cable cross section of cable 150-300 sq.mm h Dimensions 45 mm Bushing Entry i Material of the component ERDM rubber J Thickness of the material 4 mm (min) k Tensile Strength 10N/mm2 1 Ultimate elongation 200% min m Dielectric strength 20 KV/mm n Operating Temperature (-5 to 130) degree C 0 Water absorption 0.5% (Max.) P Leakage Current 0.05 mA q Shelf life Min. 3 years. r Total life 25 years

Page 176: Bid Doc Vol-II

All deviations from this specification shall be set out by the Bidders, clause by Clause in this schedule. Unless specifically mentioned in this Schedule, the tender shall be deemed to confirm the purchaser's specifications:

SCHEDULE OF DEVIATIONS (TO BE

ENCLOSED WITH TECHNICAL BID)

S.No. Clause No. Details of deviation with justifications

We confirm that there are no deviations apart from those detailed above.

Seal of the Company:

Designation Signature

Page 177: Bid Doc Vol-II

• SCOPE

• APPLICABLE STANDARDS

• CLIMATIC CONDITIONS OF THE INSTALLATION

• GENERAL TECHNICAL REQUIREMENTS

• GENERAL CONSTRUCTIONS

• NAME PLATE AND MARKING

• TESTS

• TYPE TEST CERTIFICATES

• PRE-DESPATCH INSPECTION

• INSPECTION AFTER RECEIPT AT STORES

• GUARANTEE

• PACKING

• QUALITY CONTROL

• MINIMUM TESTING FACILITIES

• MANUFACTURING ACTIVITIES

• SPARES, ACCESSORIES AND TOOLS

• DRAWING AND DOCUMENTS

• GURANTEED TECHNICAL PARTICULARS

• SCHEDULE OF DEVIATIONS

Page 178: Bid Doc Vol-II

1. Scope:

This specification covers the technical requirements of design, manufacture, test at manufacturer's works, packing & forwarding, supply and unloading at stores/ site and performance of overhead line fault passage indicators to be installed on 6 KV to 33 KV overhead lines for trouble free and efficient operation. The specific requirements are covered in the enclosed technical data sheet.

2. Applicable Standards:

The equipment covered by this specification shall unless otherwise stated, be designed, manufactured and tested in accordance with the latest editions of the following Indian/International standards and shall conform to the regulations of the local statutory authorities.

a) IEC 801-3 : EMI Immunity

b) IEEE 495:2007 : Outdoor weathering test

c) DIN EN 60068-2-14:2000-08 : Temperature cycle test

d) IEC 60-2-11 & 68-2-30 : Salt fog test & humidity tests

e) ANSI 495 : Short Circuit Standards

f) IEC 60060-1 : Dielectric Test

g) IEC 68-2-6 & 68-2-29 : Vibrations and Shocks Tests

3. CLIMATIC REQUIREMENTS:

FPI Units shall be suitable to work satisfactory under the following climatic conditions:-

Sl. no. Location At various locations in the state of Haryana

i) Maximum ambient temperature (oC) 60

ii) Minimum ambient air temperature (oC) -5

iii) Maximum average daily ambient temperature (oC)

40

iv) Maximum yearly weighed average ambient temperature (oC)

32

v) Maximum altitude above mean sea level (m) 1000

vi) Minimum Relative Humidity (%) 26

vii) Maximum Relative Humidity (%) 95

Page 179: Bid Doc Vol-II

viii) Average no of Rainy days/ year 120

ix) Average annual rainfall 900 mm

x) Maximum wind pressure 195 kg/m sq.

The equipment shall be for safe operation in moderately hot and humid tropical climate, conducive to rust and fungus growth.

4. GENERAL TECHNICAL REQUIREMENTS:

DESCRIPTION Units REQUIREMENT A Application 1 Type Outdoor 2 Distribution Network Voltage KV Suitable for 6 KV to 33 KV 3 Power Frequency Hz 50 Hz 4 Short - circuit withstand kA/ms 25kA/170ms 5 HV Neutral arrangement Solidly grounded 6 Diameter Suitable for Conductor- Dog, Wolf,

Panther, Goat and Zebra. B Fault detection

parameters

7 Current setting Trigger value A 40 A to 1500 A steps of 20 A and Manual and Automatic Mode- Can be set on site

remotely 8 Transient faults detection On - Off (Manual and Automatic Mode-

Can be set on site remotely 9 Minimum impulse time M sec 40 ms to 300 ms - Manual and Automatic

Mode- Can be set on site remotely 10 Beacon Flash Indication

Duration (user settable) min 30 min to'720 min in steps of 30 min -Manual

and Automatic Mode- Can be set on site remotely

11 Inrush transient restraint sec . 2 sec C Reset (Permanent Fault) 12 Timer Reset min 30 min to 720 min in steps of 30 min -

Manual and Automatic Mode- Can be set on site remotely

13 Manual Reset Manual and Automatic Mode- Can be set on site remotely

D Fault indication 14 Indication Bright Red flash light (LEDs) and Red Flag /

Disc 15- Light Power Lumens 40 Lumens 16 Visibility Angle Degree 360 Degree 17 Flash Period for permanent

faults Sec 1 flash every 3 sec (0 to 2 h)

18 Flash Period for transient faults

Sec 2 flash every 12 sec.(0 to 8 h)

19 Standard total flash duration Hrs 1000 hrs

Page 180: Bid Doc Vol-II

E Power Supply 20 Battery Lithium battery 21 Life of the Battery Years More than 10 years F Environment 22 Operation Temperature Deg C -20 deg. C to +70 deg. C 23 Storage Temperature Deg C -20 deg. C to +70 deg. C 24 Protection Level IP 67 G Mechanical * 25 Wind Resistance Kg/sq.mm. For wind pressure 126kg/sq m up to an

elevation of 10 mts

5. General Constructions: 5.1 Overhead Fault Passage indicator

The Overhead Fault Passage Indicator shall locate the passage of faults on overhead lines. The FPI shall indicate transient faults, temporary faults and permanent faults on the O/H lines. The Overhead Fault Passage Indicator shall operate on passing over of the absolute threshold current (user settable).

Current peaks, caused by switching on power equipment like transformers etc. can reach the operating point and lead to a wrong evaluation. In order to avoid this, the incoming impulse must be filtered. That means that the fault will only be indicated, if the impulse is longer than the pre adjusted minimum impulse duration. This duration can be adjusted in the range of 40 -300 ms. the faults are indicated by all indicators between the net - input and the location of the fault. Therefore, the fault is between the last indicating instrument and the next instrument in standby mode.

5.2 Trip Current and fault Types

Trip current, for the FPIs shall be settable at site. FPIs. Shall constantly monitor, measure the line current and evaluate the same. In case current exceeds a preset value, a fault has to be indicated. Alternatively, there shall also be an "Automatic Mode", in which the FPIs will get adapted to the service current

The FPI shall detect and indicate phase to phase faults. In addition to this, the FPI shall also detect and differentiate between transient, temporary and permanent faults. The FPI shall be equipped to filter out the inrush current due to transformer magnetizing currents thus avoiding the possible false indication of faults.

5.3 LED/Indication

The FPI shall indicate faults by means of bright red LEDs so that the indication is clearly visible during night times and by means of a red luminous flag, .so as to be clearly visible in< the bright sunlight during day times.

Page 181: Bid Doc Vol-II

5.4 Reset

Once the fault is cleared, the FPI shall reset itself upon the power return (If required it shall be possible to disable this automatic reset at site.) It shall also have a facility of resetting with settable time duration and manual reset. If FPI is busy in flashing on transient fault and if the permanent fault occurs, the FPI shall automatically change the priority and shall start flashing differently to show the permanent fault; thus helping maintenance crew to review the priorities.

5.5 Battery

The FPIs shall be powered by inductive pickup from the conductor with a minimum ' operating current of 20A. During faults, when the system is down, FPIs shall be powered by lithium battery. The lithium battery provided inside the FPI shall be replaceable type, in case of battery failures. The battery shall have a minimum indicating life of 10 years / 800 hours.

5.6 Data Transmission Unit

The Data Transmission Unit contains Data Transmission Terminal Unit and Solar Panel. The DTU receives the measurement and alarming data from the FPI through high frequency wireless module. The frequency band provided by the bidder shall be license free band and congestion free. Range of operation of 1 no DTU shall be min 5 mtr or 1 set (3 nos) of FPIs. The bidder providing more range of operation shall be preferred. After storing and processing the data, it connects with the SCADA server through GPRS network. According to the agreed communication protocol, it sends the monitoring data to the server and receives the control command sent by the server to achieve bidirectional controllable operation. The Data Transmission Terminal Unit shall consist of minimum following units:

• Main Control board/PCB • High Frequency wireless module • GPRS Module • Lead Acid Battery/ Battery arrangement to support Solar Panel

5.7 Remote Control Unit (optional) / Remote Setting

The FPI shall be supplied along with suitable Remote Control Unit (optional), having a LCD display, common for all the Overhead Fault Passage Indicator. The supplier shall supply Remote Control Unit free of charge along with supply of FPIs. The Ratio of FPI v/s Remote Control Units shall be mentioned in the tender document (1 for each zone where the FPI s has to be installed). The FPI shall be equipped with remote Test and Reset features, so that the functionalities including status of battery and flag can be tested without dismounting the FPI from the line. It is clarified that FRTU shall not be covered in the scope of bidder in this tender, the same shall be provided by the firm executing part-A project. However, bidder has to ensure compatibility for the same in the equipment. The following operations shall be performed:

Page 182: Bid Doc Vol-II

1. Perform Test / Reset operations by standing below the FPIs 2. View settings of various parameters of the FPI like trip current, response time, reset

time, temporary fault indication status, transient fault indication status, auto-reclosure support status etc.

3. Set various parameters of the FPI like trip current, response time, reset time, temporary fault indication status, transient fault indication status, auto- reclosure support status etc.

4. Perform battery check and flag check. 5. View real-time value of the current flowing though the line on which a particular FPI is

installed. This current shall be indicated in terms of Amps (A). 6. Operating range for the Remote Control Unit (optional) shall be minimum 30m radius.

The settings for the FPI shall be settable remotely, without dismounting the FPI from the line. Following parameters shall be settable at time.

• Trip Current • Response Time • Reset Time • Turn On / Off indication for Transient Faults and Temporary Faults • Turn On / Off auto-reclosure support function

5.8 Installation

The FPIs shall be suitable for installing on overhead line conductors using hotsticks, while the line is in charged condition. The supplier shall supply hotsticks free of charge along with supply of FPIs. The Ratio of FPI v/s hotsticks shall be mentioned in the tender document.

5.9 Backstage Monitoring Software

The FPIs shall be integrated and made communicable with a retrofit module with existing SCAD A/ GSM Network if required later. FPIs shall be designed such that they can be integrated with SCAD A/ GSM Network without dismounting them from overhead line. For SCADA compatibility, the same shall be compatible only on IEC-104 Protocol. The sample submitted by the bidder shall be tested for the compatibility and communication

5.10 Name Plate And Marking:

The Overhead Fault Passage Indicator, Remote control Unit and Hotstick snail be provided with durable and legible name plate, effectively secured against removal. Name plate shall be embossed with", "PROPERTY OF DHBVN, The name plate shall contain the following information:

• Manufacturer's name • Serial number • Month and Year of manufacture • PO Number and date • Degree of Protection • Guarantee Period

Page 183: Bid Doc Vol-II

7. TESTS:

All routine & acceptance tests shall be carried out in accordance with the relevant IS/IEC. All Routine & acceptance tests shall be witnessed by the purchaser/his authorized representative. Following tests shall be necessarily conducted on the box in addition to others specified in IS/IEC Standards

7.1 Type tests:

1. Degree of protection 2. EMI Immunity 3. 3- Outdoor weathering test 4. Temperature cycle test 5. Salt fog test 6. Short - circuit withstand 7. Dielectric Test 8. Vibration and Shock Test

7.2 Routine test

1. Marking 2. Visual Examination and Dimensions 3. Communication with DTU / Remote Control Unit (if provided)

7.3 Acceptance tests:

1. Marking 2. Visual Examination and Dimensions 3. Communication with DTU / Remote Control Unit (if provided)

8.0 Type Test Certificates:

The bidder shall furnish the type test certificates for the tests as mentioned above as per the corresponding standards. Type tests should have been conducted in certified Test laboratories during the period not exceeding 5 years from the date of opening the bid. In the event of any discrepancy in the test reports, i.e. any test report not acceptable, same shall be carried out without any cost implication to the Purchaser.

9.0 Pre-despatch inspection:

Equipment shall be subject to inspection by a duly authorized representative of the Purchaser. Inspection may be made at any stage of manufacture at the option of the purchaser and the equipment if found unsatisfactory as to workmanship or material, the same is liable to rejection. Supplier shall grant free access to the places of manufacture to the Purchaser's representatives at all times when the work is in progress. Inspection by the Purchaser or it's authorized representatives shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specifications. Material shall be dispatched after specific Dispatch Clearance is issued by the Purchaser. Following documents shall be sent along with material:

Page 184: Bid Doc Vol-II

1. Test reports 2. Dispatch Clearance issued by Purchaser 3. Invoice in duplicate 4. Packing list 5. Drawings & catalogue 6. Guarantee / Warrantee card 7. Delivery Challan 8. Other Documents (as applicable)

10.0 inspection After receipt At Store:

The material received at the Purchaser store shall be inspected for acceptance and shall be liable for rejection if found different from the reports of the pre-dispatch inspection.

11.0 Guarantee:

Bidder shall stand guarantee towards design, materials, workmanship &-quality of process/ manufacturing of items under the contract for due and intended performance of the same, as an integrated product delivered under this contract. In the event any defect is found by the Purchaser up to a period of 36 months from the date of commissioning or 33 months from the date of last supplies made under the contract, whichever is earlier supplier shall be liable to undertake to replace/rectify such defects at his own costs within mutually agreed timeframe and to the entire satisfaction of the Purchaser, failing which the Purchaser will be at liberty to get it replaced/rectified at Bidder's risks and costs and recover all such expenses plus the Purchaser's own charges (@ 20% of expenses incurred), from the Bidder or from the " Security cum Performance Deposit" as the case may be. Bidder shall further be responsible for 'free replacement' for another period of THREE years from the end of the guarantee period for any 'Latent Defects' if noticed and reported by the Purchaser.

12.0 Packing and transport:

Supplier shall ensure that all the equipment covered under this specification shall be prepared for rail/road transport and be packed in such a manner so as to protect the equipment from damage in transit. The material used for packing shall be environmentally friendly.

13.0 Quality Control:

The bidder shall submit with the offer Quality assurance plan indicating the various stages of inspection, the tests and checks which will be carried out on the material of construction, components during manufacture and bought out items and fully assembled component and equipment after finishing. As part of the plan, a schedule for stage and final inspection within the parameters of the delivery schedule shall be furnished. The Purchaser's engineer or its nominated representative shall have free access to the manufacturer's/sub-supplier's works to carry out inspections.

Page 185: Bid Doc Vol-II

14.0 Testing Facilities:

Bidder shall have adequate in house testing' facilities for carrying out ail routine tests, acceptance tests as per Indian /International standards.

15.0 Manufacturing Activities:

The successful bidder will have to submit the bar chart for various manufacturing activities clearly elaborating each stage, with quantity. This bar chart should be in line with the Quality assurance plan submitted with the offer. This bar chart will have, to be submitted within 15 days from the release of the order.

16.0 Spares, Accessories and Tools :

NOT applicable

17.0 Drawing and documents:

Following drawings and documents shall be prepared based on Purchaser specifications and statutory requirements and shall be submitted with the bid:

1. Completely filled in Technical Particulars 2. General description of the equipment and all components including brochures. 3. General arrangement for the Overhead Fault passage Indicator 4. Experience List 5. Type test certificates

After the award of the contract, four (4) copies of following drawings, drawn to scale, describing the equipment in detail shall be forwarded for approval.

a)

Sr. No. Description For Approval For Review Information

Final Submission

1 Technical Parameters V 2 GA Drawing of the Overhead Fault

passage Indicator V

3 Installation Instruction 4 Manual/Catalogues V

5 QA & QC Plan V V 6 Test Certificates V V

Bidder shall subsequently provide four (4) complete sets of final drawings, one of which shall be auto positive suitable for reproduction, before the dispatch of the equipment. Soft copy (Compact Disk CD) of all the drawing, GTP, Test certificates shall be submitted after the final approval of the same to purchaser

All the documents & drawings shall be in English language.

Page 186: Bid Doc Vol-II

19.0 Guaranteed Technical Particulars:

S.No. DESCRIPTION Units REQUIREMENT

A Application 1 Type 2 Distribution Network Voltage KV 3 Power Frequency Hz 4 Short - circuit

withstand kA/ms

5 HV Neutral arrangement - 6 Diameter 7 License Free Radio

Frequency As per the

Bidder

B Fault detection parameters

8 Current setting Trigger value A 9 Transient faults detection

M sec 10 Minimum impulse time 1.1 Beacon Flash Indication

Duration (user settable) min

12 Inrush transient restraint sec C Reset (Permanent Fault) 13 Automatic Power Return A 14 Timer Reset min 15 Manual Reset D Fault indication 16 Indication 17 Light Power Lumens 18 Visibility Angle Degree- 19 Flash Period for permanent

faults Sec

20 Flash Period for transient faults

Sec

21 Standard total flash duration Hrs E Power Supply 22 Battery 23 Life of the Battery Years F Environment 24 Operation Temperature Deg C 25 Storage Temperature Deg C 26 Protection Level G Mechanical 27 Wind Resistance Kg/sq.mm. 28 Weight Kg 29 Dimensions mtr

Page 187: Bid Doc Vol-II

20.0 Schedule of Deviation:

The bidders shall set out all deviations from this specification, Clause by Clause in this schedule. Unless specifically mentioned in this schedule, the tender shall be deemed to confirm the purchaser's specifications.

All deviations from this specification shall be set out by the bidders, clause by Clause in this schedule. Unless specifically mentioned in this Schedule, the tender shall be deemed to confirm the purchaser's specifications:

(TO BE ENCLOSED WITH THE BID)

S.No. Clause No. Details of deviation with justifications

We confirm that there are no deviations apart from those detailed above.

Seal of the Company: Signature: Designation

Page 188: Bid Doc Vol-II

TECHNICAL SPECIFICATION FOR SUPPLY OF MINI-TRUCK/ VAN MOUNTED SINGLE PHASE MODULAR CABLE FAULT LOCATING EQUIPMENT SUITABLE FOR LOCATING FAULT ON LOW /MEDIUM / HIGH VOLTAGE POWER CABLES UP TO 33 KV 1.0 SCOPE : 1.1 This specification is intended to cover the design, manufacture, assembly, testing at manufacturer's works, supply, delivery, installation & commissioning of Special General Purpose Mini-Truck / Van Mounted Single Phase Modular Cable Fault Locating Equipment Suitable for Locating Fault on Low /Medium / High Voltage Power Cables up to 33 KV Complete with all materials and accessories for efficient and trouble free operation. 1.2 It is not the intent to specify completely herein all details of the design and construction of equipments. However, the equipment shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation up to the Bidder's guarantee in a manner acceptable to the Purchaser, who will interpret the meanings of drawings and specifications and shall have the power to reject any work or material which in his judgment is not in accordance therewith. The offered equipment shall be complete with all components necessary for its effective and trouble free operation along with associated equipments, interlocks, protection schemes etc. Such components shall be deemed to be within the scope of supply, irrespective of whether those are specifically brought out in this specification and/or the commercial order or not. 1.3 The scope covers complete design, engineering & supply of the Comprehensive Van Mounted Multifunctional Cable Fault Locator system shall be used for Cable Fault conditioning (burn-down), Pre-Location, Route Location, Pin-pointing & Testing of HT & LT cables of different types & sizes. The set shall be suitable to carrying out the above-mentioned multifunction on power cables of various voltage levels mainly 33KV, 11KV, 415V and control cables with 1.1 KV grade. The set shall be used for cable types namely XLPE, PVC, PILC with Al / Cu conductor. The cables are laid underground (under plain earth, trenches, or RCC surface), above ground or partly under & partly above ground. 1.4 The several runs of cables of different voltage levels are laid on common racks / underground trench and during the cable fault identification process, nearby cables shall be in charged condition; hence the accuracy of the set being offered shall not suffer due to the above. The set shall be capable to identify and locate faults for all types of cable faults including high resistance, low resistance or intermittent / flashing faults using a single or combination of units in the set. Vendor shall specifically mention the use of individual unit being offered for the particular type of fault with range. The various units being offered by the vendor as a comprehensive multifunctional set shall be fully compatible with each other, wherever required. 1.5 The Technical specification required of the various units attached to the comprehensive multifunctional set for Cable Fault conditioning (burn-down), Pre-Location, Route Location, Pin-pointing & Testing are given below. Pointwise conformity to the specifications shall be submitted along with the offer without which the offer shall be liable for rejection. The comprehensive cable fault locator set shall be suitable for fault locating and pinpointing the following types of cable faults viz. • High resistance • Low resistance

Page 189: Bid Doc Vol-II

• Intermittent type or flashing faults. • Sheath Fault location The type of faults The Comprehensive Van Mounted Multifunctional Cable Fault Locator system shall be used for Cable Fault conditioning (burn-down), Pre-Location, Route Location, Pin-pointing & Testing of HT & LT cables of different types & sizes may be 3-phase short circuit, ground fault, phase fault and open circuit. The cable fault locator set should be suitable to locate cable fault and trace cables in areas with multiple energized / de-energized cables in the same route without affecting the accuracy. 2.0 STANDARDS: 2.1 The equipment shall confirm to the latest edition of the relevant standard. The bidder shall mention the applicable standard and shall furnish a copy of the authentic English version of the standard along with the offer. 2.2 Equipment meeting with the requirements of any other authoritative standards, which ensure equal or better quality than the standard mentioned above shall also be acceptable. If the equipment offered by the Bidder conforms to any other standard adopted and the specific standards shall be clearly brought out in relevant schedule. Two copies of such standards with authentic English Translations shall be furnished along with the offer. 3.0 CLIMATIC CONDITIONS: Equipment to be supplied against this specification shall be suitable for satisfactory continuous operation under the following tropical conditions:-

Sl. no.

Location At various locations in the state of Haryana

i) Maximum ambient temperature (ᵒC)

60

ii) Minimum ambient air temperature (ᵒC)

-5

iii) Maximum average daily ambient temperature (ᵒC) 40

iv) Maximum yearly weighed average ambient temperature (ᵒC) 32

v) Maximum altitude above mean sea level (m)

1000

vi) Minimum Relative Humidity (%)

26

vii) Maximum Relative Humidity (%)

95

viii) Average no of Rainy days/ year

120

ix) Average annual rainfall

900 mm

x) Maximum wind pressure

195 kg/m sq. The equipment shall be for safe operation in moderately hot and humid tropical climate, conducive to rust and fungus growth.

Page 190: Bid Doc Vol-II

4.0 GENERAL REQUIREMENT

The system should be capable for conducting the following functions: a) Cables to be tested up to 33kV. b) Pre — locating of faults by the following method • Pulse Reflection Method (Pulse Echo)/TDR Method • Secondary Impulse Method / ARC Reflection Method (ARM) • Impulse Current Method. • Decay Method c) DC Test set 0-32 kV or more. d) Surge generator 0-32 kV e) Pin Pointing of cable fault using acoustic method, coincidence method and delay time mode method with suitable display to indicate various parameters. f) Cable route tracing by audio frequency generator or any other latest technique in order to give depth of the cable etc. on LCD display. g) Cable identification from bunch of cables h) Megger 0-10 kV (With 5 mA Short Circuit Current) (Reputed Make i.e. Megger, AVO) i) Cable Drum Rack

4.1 The single phase measuring set up shall be provided with 50 mtr of HT cables, LT main cable, earthing cable, and RF cable.

Note: Cables shall conform to relevant standards.

4.2 The CFL van shall have practical safety devices including automatic checks inter-locking circuit, built if forced discharge circuit and the high voltage can be prepared only after all prerequisites are checked by the safety circuit so as to ensure that no damage is caused to the equipment in case the surge lead is connected to a live HT cable accidentally that is necessary protection against back feeding to be provided in any of the cases described below. 4.3 The output voltage shall remain turned off or cannot be turned on in case of:

1. Undue voltage rise in the output on earthing connection on the surge capacitor. 2. Flash over in the testing mode. 3. Thermal overloaded of the voltage stages of particular component such that the cause of disconnection shall be indicated by signal lights (LED's). 4. If the back door/ HV side of the VAN is open.

4.4 The complete system shall be made operative via centralized control unit responsible for various functions i.e. testing, burning, surging and SIM mode and continuous monitoring of the safety circuits shall be indicated via LEDs. 4.5 The control unit shall be provided with suitable voltage meter and ammeters. 4.6 The system should be capable of locating all types of permanent and transient faults viz. core shorts, core to earth shorts, high impedance faults, core breaks, flash over etc. 4.7 The system should work on input supply of 220 V ± 10%. 50 Hz single phase supply to safeguard the equipment against the abnormally high / low voltage current, the power supply current with a suitable protection system should be incorporated in power supply system. The equipment should be suitable for operation in Haryana where ambient temperature is likely to go up to 60 deg C. The supplier shall commission the equipment and guide our Engineers in the testing procedure with complete literature of the equipment.

Page 191: Bid Doc Vol-II

5.0 CERTIFICATE AND INSTRUCTION BOOK : The supplier/contractor shall be required to furnish to the purchaser office/consignee, whichever is necessary the following documents along with the consignment. • Printed pamphlets/catalogues. • Instruction Book • Test Certificates. • Guarantee card.

6.0 DETAILED TECHNICAL SPECIFICATION : The cable fault locating system shall consist of the following: • Microprocessor based Transient Recorder/Fault Locator. • D.0 Test, Surge and Burn Units. • A pin — pointing set, cable route tracer, cable identification set and measuring wheels etc. should be supplied. All necessary cables should be supplied suitably mounted on drums. The system shall work on input supply of 220 V + 10%, 50 Hz, ± 5% single phase. • Constant monitoring of all safety circuits such as monitoring circuits etc to be in built in control unit.

6.1 COMPREHENSIVE INTEGRATED HV FAULT PRE-LOCATON & CONTROL UNIT : Pre-location of faults in cables shall be carried out using the principle of Secondary Impulse Method/ Arc Reflection Mode with the help of highly sophisticated Menu driven microprocessor based Digital Fault Locator. The equipment should have at least following features:

• Should be fully menu-guided • Should feature interactive menu-guidance • Should have automatic cursor setting for fault location • Should have measuring input voltage proof min 250 V • Display should be color LCD. • Should have facility for printer connection via RS 232/USB • Should have facility for data transfer to PC through RS 232/USB • Should have facility for memory up to 100 records. • Suitable software to be provided for handling, storage and analysis of results as a part of the unit. • It should have automatic far end indication and fault recognition with distance indication. • The instrument shall have the features to display the fault trace and continuous reflection traces. In addition the instrument should have a feature to display differential trace of faulty cable with respect to a healthy cable. • Should support following methods:

Pulse Echo Method / Time Domain Reflection (TDR) Secondary Impulse Method (SIM)/Arc Reflection Method Impulse Current Method (ICM) Decay Method.

Technical data: • Output voltage of transmitting pulse: Min 10V up 60 V • Pulse width of transmitting pulse: (40ns ... 04us) min • Voltage withstand: 250V AC (50/60 Hz) • Output impedance: 20-150 Ohms Auto ranging as

well as manually selectable. • Measuring ranges @ v/2=80m/ps: well 50m-50Kms Auto ranging as

manually selectable. • Measuring accuracy: Within 3Mtr in all ranges • Sampling rate: 200 MHz • Resolution: min 1.5 m • Propagation velocity v/2: 100-150 rn/ps • Number of memories: at least 100

Page 192: Bid Doc Vol-II

• Display: LCD display 320x240 resolution • Power supply for operation and/or charging: 100-240V (50/60 Hz) • Operating temperature: -20 ... +55°C • Storage temperature: -20 ... +60°C Dimensions: To be specified by the Bidder Weight: To be specified by the Bidder

6.2 DC High Voltage Test set : It shall also be possible to carry out the Insulation Testing and high voltage DC testing of the cable under test from the same unit. The comprehensive set shall be utilized for performing the high voltage DC testing of the cables for accessing the health of the cable insulation by measuring the leakage current. It shall have the following features:

a) The unit shall be handy/Van Mounted and of rugged construction. It shall have built in discharge unit for automatic discharge after shutdown.

b) The set shall have all the safety features necessary for the protection against high voltage e.g. auto discharging after switching off, high voltage ON/ OFF with security, Auto-OFF in case of break in power supply etc.

c) The DC Cable Test Voltage of the Set shall have a range of 0 — 32 KV min DC Voltage.

d) The set shall be provided with an adjustable leakage current range up to at least 50mA with a minimum resolution of 1 mA. It shall also be provided with a leakage current indicator.

e) The set shall automatically trip on the leakage current exceeding the set limit value with the display of breakdown voltage.

f) The unit shall include mains leads, earth cable, HV connecting cable, earth terminals, battery connecting cables with battery clips, all required and related accessories with carrying case and users' manual with complete operating and maintenance instructions. D.C. Testing: 0-32KV min DC Continuously adjustable (Auto Ranging)

6.3 Surge Generator Unit: The Surge Generator Unit shall be used as thumper for charging of cable under test (i.e. defective cable) till sufficient flashover is achieved at the point of fault. The set shall be used in conjunction with Surge Receiver Unit for fault pinpointing. It shall have following features: (a) Surge Voltage Range: 0-4KV, 0-8 KV, 0-16 KV & 0-32 KV (b) Surge Energy: Minimum 2000 Joules in each range except 0-4KV where it should be 1500 Joules (c) The set should be provided with standard safety features like 'Zero start voltage interlock', ' High voltage ON lamp', automatic grounding upon shutdown, Auto-OFF in case of power supply break and overload protection with circuit breaker etc. (d) Surge rate: continuously variable from 3 Sec to 8 Sec min. & Single impulse feature shall also be available. (e) The unit shall be compatible for use with Surge Receiver Unit and Arc Reflection Unit. (f) The unit shall include mains leads, earth cable, HV connecting cable, earth terminals, battery connecting cables with battery clips, all required and related accessories with carrying case and user's manual with complete operating and maintenance instructions.

Page 193: Bid Doc Vol-II

Impulse : 0-32 kV in suitable steps of 0-8/0-16/0-32 kV and each step continuously variable.

Surge Energy : 2000 Joules (Min) Impulse interval : Single shot, 20 per minute approx. Safety Protection : - 2 automatic discharging devices (internal

and external discharge) - Reliable operated surge switch electromagnetic operated - Separate system and protection grounding device - Safety control circuit according to VDE 0104

Fault Burning : Up to 210mA (min.) Surge Generator LT or Thumper Voltage Range : 0-4KV Discharge Energy in Joules 1500J min.

6.3.1 Filter Unit or ARC reflection Filter Unit or ARC Stabilizing: Generally pulse echo or reflection method is applied for cable fault location however it may not be suitable for high impedance or resistance faults. Therefore to overcome these limitations in pulse echo method, a suitable band pass filter unit should be supplied to stabilize this ARC at the flashover or the point of fault. The offered filter must simplify the operation causing less stress, causing minimum damage on the tested cables to detect the high resistive faults. There should be complete compatibility of TDR, Surge Generator/Thumper with the filter unit. This unit must filter or stabilize the arc at the fault point and record the same in the supplied TDR to compare it with previous trace recorded without the filter unit in the same core. Suitable coupler for coupling the filter unit with the TDR and Surge generator must be supplied. The offered filter must contain switching elements necessary for the triggering and the coupling of the pulse. After the pre-location using the SIM/ARM method, there must a decoupling element which must by pass the surge generator for making it ready for use in pinpointing the cable fault. The control unit should connect automatically the filters with appropriate coupler with the surge generator and TDR when ARM/SIM mode.

6.3.2 Inductive coupler: Inductive Coupler for pre-location of high resistance faults with a Surge Voltage Generator according to the Impulse Current Method (ICM).

6.3.3 Capacitive coupler: Capacitive voltage divider for location of intermittent cable faults up to 32 KV to perform the Decay Method.

6.4 Integrated Fault Conditioning Unit (Burn-Down Set): This set shall be capable for burning down high resistance faults in cables to facilitate the fault pre-location. The Unit shall have the following features: (a) The voltage range of the Burn-down Unit shall be at least up to 0-32 KV with adjustable current up or more 210 mA. (b) The unit shall be provided with applied Voltage & fault discharge current meters. (c) The Unit shall be provided with a thermal overload protection and shall have auto-reset feature. (d) The Unit shall be provided with protective terminals to prevent accidental contact.

Page 194: Bid Doc Vol-II

(e) The Unit shall be provided with safety earthing facility for safe operation.

6.5 Surge Wave Receiver Unit (Pin-Pointing Set): It shall function as a directional acoustic listening device for pinpointing of flashover faults in underground power cables. It shall have the following features:

1. The unit shall be handy & rugged, and shall comprise of receivers, headphones, sensors, amplifiers and any other auxiliary items as necessary for operation of the unit. The set should provide detection of both acoustic and electromagnetic pulses emitted from an arcing fault when it is surged. 2. The set should be able to determine the proximity and direction to the cable fault by measuring electromagnetic surge and acoustic emission. 3. The set should be able to measure the time delay between acoustic and electromagnetic signals. 4. In the acoustic mode the set should have a feature to filter and eliminate background noise and electromagnetic interferences. 5. It should be able to pinpoint the exact location of the fault. 6. The instrument should be battery operated. 7. The set should have mute feature to activate while in motion. 8. It should have adjustable feature for adjusting the electromagnetic gain & acoustic gain. 9. It should have an LCD display with backlit feature. 10.The unit shall be provided with acoustic headphone set to receive the acoustic signal for pin pointing the fault point. 11.The LCD display shall indicate the cable route through the electromagnetic signal in bar graph form & the proximity to fault point by a numeric display. 12.The unit shall include lightweight receiver with carrying straps, handy sensor, all required and related accessories with carrying case and user's manual with complete operating and maintenance instructions.

Features: - Acoustic method including manhole distance location - Accurate route tracing - Digital indication of proximity of the fault - Cable depth measurement in combination with the surge coil - Water-resistant design - Integrated head phone - Large illuminated LCD display - Digital filters for suppression of traffic noise - Easy menu operation - Lightweight

6.6 CABLE ROUTE TRACER: The Cable Route Locator shall be suitable for cable fault location process of underground cables by identifying the cable from the surface, without excavation. The equipment shall be capable of tracing the buried cables with the ability to measure the depth of the cable. The unit shall have at least the following features: a. The set shall comprise of a transmitter & receiver. b. The set shall be battery operated (rechargeable) and portable type, rugged construction with necessary accessories & bag / case. c. The cable tracing shall be done with audio & visual signals so as to make it easy to follow & trace the cable route.

Page 195: Bid Doc Vol-II

d. It shall be possible to detect the depth of the cable (at least 4 meter) at any point by using sufficient wattage of the generator up to 45 watts at least. e. Automatic impedance matching shall be required for better operations. f. It shall also be possible to detect the AC signals (50 Hz) from a charged cable without transmitter. g. Filters shall be provided to optimize the measurements and minimize the ambient noise. h. The transmitter of the tracer should be capable of energizing the cable either by magnetic induction or by direct conductive connection to the cable. i. The receiver should filter out electric noise and static noise. j. The unit should also be able to determine the depth of the cable. k. The unit should be suitable to trace cables in areas with multiple energized / de-energized cables in the same route.

a) Audio Frequency Generator: The audio frequency generator should be ideal for locating the route of underground cable as well as for pinpointing of cable faults when used with receiver and identification of particular cable from the bunch of the cables. Technical Specification: LF output power: 0-50 Watt or more (adjustable normally or

automatically) O/P Frequencies: To be indicated by the bidder/contractor. Output Adjustment to be specified by the bidder Permitted load resistance: any short circuit, open circuit, continuous but with

reactive load etc Power Supply: Unit should be capable to work on mains AC

supply with built in charging and battery unit.

b) The audio frequency receiver: The audio frequency receiver set should be battery operated and suitable to above frequencies. The receiver should be connected directly to the search coil. The coil can be rotated to 0-45 degree or 90 deg spans in position for added veracity should have set fourth high impedance and should provide maximum attenuation of external noise.

6.7 Cable Identification Set: The system is to be used for selection of single core and multi core cables from a bunch of cables. The system should consist of a transmitter and Receiver unit and shall be light, portable, with facility to identify even live cables. The unit should be completely menu — driven, with graphic display. Technical Data Transmitter

Output voltage : 100V (min.) (15 pulses/min) Output current : 30A (min.) Power Supply : 230v, 50 Hz/ Battery operated

Receiver Display : Graphic LCD/ Analog signal Sensitivity : 100%; at 400 ohm loop resistance Power Supply : Battery operated

Page 196: Bid Doc Vol-II

6.8 Connection Cables: All the cables required for the operation of the cable Fault Locating system shall be at least 50 mtrs. Mounted on suitable drums along with RF cable of 50 mtrs. Cable for operating the fault locator in detached mode Viz. Earthing cable, main cables, HV cable, auxiliary earthing cable. Cable drum rack Hand operated cable drums with lockable brakes for accommodation of:

- 50 m high voltage cable - 50 m mains cable 3x4 mm2 - 50 m ground cable 16 mm2 - 50 m RF cable (TDR) - 50 m Auxiliary Cable 16 mm2

High Voltage Cable 50 m flexible HV coaxial cable with coaxial plug, connection clamps and strain relief

Rated voltage : 80 kV DC - Insulation material : EPR

Mains cable 50 m, 3x4 mm2, with mains plug Mains plug type CEE 32A

Ground cable 50 m with tapping ferrules every 3 m, including clamps Type: YF 16 mm2 transparent

RF Cable 50 Meters for connecting the TDR to the faulty cable. This should be separate as the

combination of HT and TDR cable shall not be suitable as the HT cable generally gets faulty in operation. Auxiliary earth cable

15 Meters for creating an auxiliary earth in case of non-availability of system earth to safeguard the system.

6.9 Tools:

The following Tools shall be supplied. • Discharging Rods 80 KV • Measuring Wheel, • Operator Cabin Fan • Earth Spikes • Digital Multi-meter Reputed make • Megger 0-10 KV (5 mA short Circuit Current) Make: Megger, AVO or equivalent make • Set of spanners, screw drivers etc. Any other tool not mentioned above but otherwise required should also be supplied.

6.10 Safety Measure: The control unit should be Computerized (menu driven) based and responsible for all the control operation of various functions such as Mode Selection Surge Test, Burn and Arc Reflection, Range Selection, Voltage and current limit adjustment, Surge sequence selection, auto discharge, earth monitoring, etc. from a single button and no access to the high voltage side shall be available to the operator as well as Operator guidance with on-screen help texts.

Page 197: Bid Doc Vol-II

The control unit should provide a visual indication of failure of safety circuits/incorrect selection etc. with possible corrective methods. Constant monitoring of all safety circuits such as earth monitoring circuit etc. should be inbuilt into the control unit, safety interlock monitoring etc. Safety function should be incorporated in the van suitably.

6.11 Mounting Van for the Comprehensive Set: All the Units of the Comprehensive Van Mounted Multifunctional Cable Fault Locator system consisting of Cable Fault conditioning (burn-down), Pre- Location, Route Location, Pin-pointing & Testing of HT & LT cables shall be mounted on a suitable Equipment Mounting van with Power Supply connection arrangement fitted with at least four heavy duty wheels and one hook at the front for facilitating transportation by means of a vehicle. However, it shall be also possible to use each unit of the comprehensive set independently for the respective functions.

6.12 Mounting, Pre wiring and Mechanical fittings on Van: Steel frame for mounting the following instruments: i) Computer Aided fault locator ii) High pressure test: All the equipments should be mounted on steel frames. iii) Rotating cable drums should be provided for:

• HV cable drum-50m • Mains cable drum-50m • Earthing cable drum-50m • Auxiliary earthing drum-50m • R.F. cable drum-50m

iv) Safety screens be provided to isolate the HV area from operating area. v) Suitable cupboards and tables for storing hand held instruments, writing desk. vi) Revolving chair for operator and sitting arrangement of 4 persons. vii) Diesel driven van with conditioning. viii) Fully carpeted side walls & roof for Electrostatic Protection. ix) Fully Insulated floor for safety.

7.0 Generator-set: The generator-set shall meet the below mentioned specifications. & has to be placed at specially created housing in the van body / side body of the van. Rated Output 5.6 KVA Maximum Output 6.5 KVA Rated Voltage 220 Volts Frequency 50 Hz Fuel Petrol / 3 Ltr Per Hour Starting Self-Start by key Oil Alert Provided AVR Automatic Voltage Regulation Frame Pipe Full Frame Battery Extra Dimension (LxWxH) mm 708 x 548 x 493 Weight (Dry) 78 Kgs approx Preferred make: HONDA/TOSHIBA

Page 198: Bid Doc Vol-II

8.0 Specifications for Fabrication of CABLE FAULT LOCATING VAN ON TATA 407/TEMPO Traveler or equivalent vehicle. I. Body Structure: The structure shall be made of steel sections as mentioned below & 12 mm thick Blata Packing with anti-vibration

(Reinforced Rubberized Flat Section) over chassis frame: (a) Runner / Strengthening member - MS Channel 100x50x5mm (b) Cross Member - MS Channel 75x40x4mm (c) Floor frame - MS Angle 40x40x5mm (d) Super Structure (Hoop Sticks) - Top Flat section 40x40x2.5mm/

MS Square Tube 40x40x2mm (e) Super Structure(Roof Curvature/ - Top Flat Section 40x40x2.5mm Taper & Flat surface) MS Square Tube 40x40x2mm (f) Entire structure , spring Leaf Floor Angles are to be anti-corrosive treatment And paints . (g) TATA 407 should be in one cabin. (h) Rear End is to be provided with red reflectors. (i) Mud Guards are to be provided. (j) Ballata Packing (Rubber Packing between Chassis & body). (k) Stairs should be with aluminum checkered plate. (I) Lock Should be of good quality(Godrej with OEM certificate)

II. Paneling: a) External - 18SWG G.L Sheet b) Roof - 20SWG G.L.Sheet c) Internal - Carpeting Over 3mm Fly.

III. Insulation: All Walls and roof will be insulated with 40mm thick thermocoal Sheet. - Fully Carpeted side Walls & Roof for Electrostatic protection.

IV. Flooring: Base of Floor - Water Proof Ply 12mm thick Screwed through base floor of 3/6 mm MS .Sheet welded to floor frame. Upper Layer - Vinyl Floor Sheet 2mm thick fixed over fly.

V. Doors: a) Hinged type doors (Double leaf inside collapsible) shall be provided For main Compartment. b) Hinged Type outside open able (Ambulance type) rear doors c) Rear door to be provided with cable cutout section (6"x6")

VI. Windows: Adequate size of windows two way horizontal full sliding glass of 5mm thick Toughened glass encased in Aluminum Sections slide on Aluminum 'Z' Section in crew compartment. The window shall have including robust type locking arrangement from inside. In equipment portion both sides shall have fixed Window. All glass windows should be covered with removable metal frame with metal net. (Should be Protected from Stone). VII. Electrical Fitments:

a) 05 Nos. Light and 02 Nos. Light Battery Operated. b) Fan (3 nos.) c) Tube Lights and Fans should be mounted such that its frame should not be touch or isolated from vehicle body.

VIII. Painting: Complete body of the Van will be Painted OFF WHITE color With P.U. Paint after surface treatment. IX. Others: Van will be fabricated as per standard fabrication practice and Specifications confirming to All India Motors Vehicles Act. Provisions of Standards Fitment will be kept such as First Aid Box, Fire Extinguishers, Rear Bumpers, Stephney, Cradle, Tool Box, Rear View Mirrors etc.

Page 199: Bid Doc Vol-II

X. Guarantee (For VAN): Notwithstanding to that specified in this specification, the supplier is responsible to provide all necessary component for satisfactory working of the system in locating the fault in the cable. The VAN should be guarantee as per the manufacturer's specifications. The supplier shall have to offer to DHBVN the same standard Guarantee card of the principal manufacturer of the Van. Registration of the van shall in the name of purchaser. 11.0 Detailed scope of work: The overall scope comprises to supply and installation of cable fault locating machine, training and post installation support. (i) Supply and Installation of fault locating machine : To supply cable fault locating system at office spread across the jurisdiction of the Discom. The supply and installation will be made at DHBVN site across the Discom. All the items will be in the name of DHBVN / licensed to DHBVN. (ii) Operation and Training : To provide classroom training to the 2 Nos. personnel of the Discom. The vendor will provide training to Discom Personnel at town. The training will be provided by trained coachers who are competent in the subject. NOTE: The supplier of the fault locating machine shall post one trained person at their own cost for operation of the cable fault locating system for one year. During this period the person would locate cable faults as appear from time to time using fault locating machine and at the same time provide onsite training to the engineers/technician of the DHBVN. The vendor will have to make its own arrangement of boarding, lodging, travel etc for its instructor(s) in town. (iii) Guarantee and post installation support : All the supplied cable fault locating machines to have comprehensive onsite guarantee (inclusive of parts and labour) for 44 months from the date of supply or 36 months from the date of installation & commissioning. Post installation support as per the given service levels. S. No. Item Service Level

1. General Purpose Mini-Truck/ Van Mounted Single Phase Modular Cable Fault Locating Equipment Suitable for Locating Fault on Low /Medium / High Voltage Power Cables up to 33 KV

To be attended within 12 hours The fault to be removed within 36 hours In case the problem remains unresolved for more than 72 hours then the Machine will have to be replaced with a standby. On repair of the fault the original machine will have be replaced with the standby machine If the repair is not removed within 1 Month, then the vendor will have to supply a new Machine.

(iv) REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS:

Notwithstanding anything contained in the above liquidated damages clause when the whole or part of the supplied by the supplier are found to be defective/damaged or are not in conformity with the specification or sample, such defects or damages in the materials / equipments installed shall be rectified within 72 hours from the date of

Page 200: Bid Doc Vol-II

intimation/ information from the system of defect/damage either at the point of destination or at the supplier's works, at the cost of supplier, against proper security and acknowledgement. If the defects or damages are not rectified or replaced within this period, the vendor shall pay a sum towards liquidated damages as decided by DHBVN, for the delay in rectification/replacement of the defects or damages. Though all substations are manned by DHBVN employees/staff, the substation attendant of the utility shall ensure the proper upkeep of the system at field; however, contractor shall monitor the same for operational defects.

*****************

Page 201: Bid Doc Vol-II

Specification No.

TECHNICAL SPECIFCATION

FOR

11V POLE MOUNTED SECTIONALIZER

Issue Month: Common Specifications Committee UHBVN & DHBVN

Page 202: Bid Doc Vol-II

TECHNICAL SPECIFICATION FOR 11V POLE MOUNTED SECTIONALIZER

SCOPE:

This specification covers the technical requirements of design, manufacture, testing at manufacturer's works, packing forwarding, supply and unloading at site/store and performance of 11kV Pole mounted Sectionallzer complete with all accessories for efficient and trouble free operation in the state of Haryana (DHBVN)

APPLICABLE STANDARDS:

The equipment covered by this specification shall unless otherwise stated, be designed, manufactured and tested in accordance with the latest editions of the following Indian, International/IEC standards:

Sr. No. Standard Title

1 IEEE 321-1973/ANSI 37.61

Application, Operation and Maintenance of IEEE requirements.

2 IEEE C37.63-2005 Overhead, Pad mounted, Dry Vault and Submersible Automatic Line Sectionalizer for AC system.

3 IEEE C37.90-2005 Relay and Relay systems associated with Electric Power Apparatus.

4 IEC 60529 Classification of degree of protection provided by enclosure of electrical equipment.

6 IEC 62271-100 High voltage switchgear and control gear: AC circuit breakers.

7 IS 3156-1992 Voltage Transformers

8 IS 2705-1992 Current Transformers.

9 ANSI C37.85-1989 Switchgear, AC Higher voltage power,

10 Vacuum Interrupters Safety requirements for X radiation limits.

CLIMATIC REQUIREMENTS:

11V POLE mounted sectionalizer shall be suitable to work satisfactory under the following climatic conditions:-

Sl. no. Location At various locations in the state of Haryana

i) Maximum ambient temperature (ᵒC) 60

ii) Minimum ambient air temperature (ᵒC) -5

iii) Maximum average daily ambient temperature (ᵒC)

40

iv) Maximum yearly weighed average ambient temperature (ᵒC)

32

Page 203: Bid Doc Vol-II

v) Maximum altitude above mean sea level (m) 1000

vi) Minimum Relative Humidity (%) 26

vii) Maximum Relative Humidity (%) 95

viii) Average no of Rainy days/ year 120

ix) Average annual rainfall 900 mm

x) Maximum wind pressure 195 kg/m sq.

The equipment shall be for safe operation in moderately hot and humid tropical climate, conducive to rust and fungus growth.

GENERAL TECHNICAL REQUIREMENTS

S. No DESCRIPTION SECTIONALIZER

1) Service Voltage 11 kV

2) Rated Voltage 12 kV

3) Rated Frequency 50 Hz

4) Number of Phases 3

5) Rated continuous current (minimum) 400 A

6) Rated Short time current 12.5kA

7) Rated Power frequency dry withstand voltage

28kV rms for 1 second

8) Rated Power frequency wet withstand voltage

23kV rms for 10 seconds

9) Rated Lightning Impulse withstand peak voltage (BIL)

75 kV

10) Minimum Creepage Distance 25mm/kV

11) Interrupting Medium Vacuum/SF6

12) Operating Mechanism Vacuum: Magnetic Actuator b SF6: Motor

13) Mode of Operation Gang Operated

14) Insulation Medium HCEP (Hydrophobic cycloaliphatic Epoxy solid) or equivalent

15) Minimum Number of rated operations 3,000

16) Pole Discrepancy <3ms

17) Contact Resistance <120 micro ohm

18) Manual Emergency trip provision for Sectionalizer

To be provided

19) General Construction Sectionalizer shall be made of stainless steel with lightweight design with 3 pole assembly where on load operation shall be done in Vacuum or SF6.

Page 204: Bid Doc Vol-II

20) Ingress Protection IP 55 for outdoor application

21) Mounting frame Galvanized mounting frame suitable for single and double pole. Brackets for LA have to be supplied if asked for, at the finalization of order.

22) CT Ratio (minimum) 400/1

23) CT type Cast resin/ current sensor

24) CT Accuracy 1A-400A ±0.5% 400A-1200A ±2.5%

25) Auxiliary PT Ratio (for power supply to control panel)

11kV ph-ph PT with output 230V

26) PT Type Outdoor double pole cast resin

28) Voltage factor of PT 1.2 continuous, 1.9(Rated Voltage) for 8 hours

27) PT Burden 100VA/phase

29) Insulation level 12/28/110 kV peak 30) PT primary and Secondary a) Primary: Winding wires used for Double enameled grade 3.

b) Secondary: Replicable fuse arrangement.

31) Terminal Connectors Suitable connectors for Dog conductor to be provided

32) Surge Arrestors 6Nos.

33) Measurement of line voltage and Protection

Internal provision of CVT

34) In built voltage sensor for measurement of Active Power

To be provided

35) Control Features

i) Push buttons with indicating LED shall be provided for control purpose by the bidder

a) Open b) Trip c) Local/Remote d) Sectionalizing Blocked/Auto

ii)

Indicating LEDs shall be provided by the bidder

a) Over-current pickup, with phase and ground indication

b) Unit Status c) Two User Programmable LEDs.

d) Contact and Breaker Health status.

e) Battery and Battery charger health status.

iii)

Protective features shall be provided by the bidder

a) Over current - Instantaneous & IDMT along with different selection curves and DT. b) Earth Fault - Instantaneous & IDMT along with different selection curves and DT. c) Cold load pick up

d) Inrush restrain

e) Live load blocking

f) Minimum TMS setting for IDMT element shall be 0.01for better relay coordination with upstream reclosure.

g) The highest/definite time element shall have minimum 10ms setting

h) Fault interrupt counter up to 4.

i) Interruption detection logic shall be combination of fault current threshold, source voltage zero and load current zero for precise sectionalizing of fault.

Page 205: Bid Doc Vol-II

iv)

Metering capabilities shall be provided by the bidder which shall be monitored through local and remote (through SCADA)

a) Current - phase and neutral

b) Voltage - phase to phase and phase to neutral

c) KW - Single and Three phase

d) KWh - Single and Three phase

e) KVAr - Single and Three

f) Power factor g) Frequency h) Positive, negative and zero sequence current

i) Positive, negative and zero sequence voltage j) Load profile, current, voltage and power

k) Load outage

v)

Metering capabilities shall be provided by the bidder which shall be monitored through local and remote (through SCADA) Control shall operate on GSM/GPRS technology and shall have data recording capabilities that be downloaded remotely

a) Load profile, current, voltage and power for all three phases.

b) Peak demand current, voltage and power values. c) Last 200 operations d) Detailed fault information for last 100 trip operations e) Data logging shall be on First in First out (FIFO) basis. f) VTs wherever required, to be supplied by the bidder. g) In case of lockout, provision for SMS alert to be given.

vi) Communication features to be provided by the bidder

h) Remote ON-OFF operation of Reclosure. i) Front Panel (FP) RS-232 port, j) Remote RS-232 port. k) Remote RS-485 port. The RS-485 must have the Capability for multi-drop connectivity. I) Radio RS-232 port: The port must include RTS/CTS handshaking for direct connection to a radio and delayed message flow control. m) RJ45 port/Ethernet port and USB port, n) All ports shall be capable of simultaneous operation and shall be optically isolated and protected from Surge.

vii) User Interface to be provided by the bidder

a) Two line LCD display that constantly shows metered currents.

b) After a trip or lockout, the phase shall read the phase currents, tripping element.

c) A keypad for navigating the control unit. d) All protective functions, data records, metered values

to be accessible and configurable through the front panel.

e) It shall be possible to configure the protection and control parameters from remote as well as local, with appropriate authorization level.

f) Any protective setting or deletion of records will require the use of a 4 digit password.

g) Switches to disable electronic close and trip operations shall be provided for Safety.

Page 206: Bid Doc Vol-II

36) Name Plate and Marking

The equipment shall be provided with durable and legible name plate marked with all essential particulars as per relevant standards. a) Manufacturer's Name b) Year of Manufacture c) Manufacturer's type designation d) Serial Number , e) Rated Maximum voltage f) Rated continuous current g) Rated load switching current h) Rated Lighting Impulse withstand voltage i) Rated power frequency j) Rated short time withstand current and duration k) Relevant standard I) Property of DHBVN m) PO number and date n) Guarantee period o) Sticker may be used for parts of operating mechanism.

37) Other Features

i) Electronic Control Cabinet

a) Cable enclosure shall be made from marine grade stainless steel.

b) The electronic components shall be housed in a sealed weatherproof enclosure with control cabinet with IP 65.

c) The control cabinet shall be suitable for outdoor application and shall have to padlock latches. Use of gasket to prevent water shall not be permitted.

d) The control cabinet shall be of such size to accommodate the addition of radio modem, PLC or SCADA wiring and shall be suitable for pole mounting.

e) Connectors and communication cable shall be provided for connection of laptop/computer for downloading/ uploading settings/data.

f) Suitable gland plates shall be provided for cable entry in control cabinet.

g) The controller shall contain a real time clock (with leap year control) that can be set both locally and remotely.

h) The controller shall give indication for disconnection of control cable from top switchgear.

i) Minimum 500 events log should be stored in relay controller.

j) Event shall be generated for battery voltage falling below 18V. k) Password protection against any unauthorized access to the relay to be provided.

Marking of Control cubicle

Separate name plate to be provided mentioning the following:

ii) a) Manufacturer's name b) Year of Manufacturer c) Property of DHBVN. d) PO Number and date e) Control Panel for Sectionalizer f) For feeder: Name

Page 207: Bid Doc Vol-II

Type Tests for Sectionalizer

a) Withstand voltage tests

b) Continuous current tests

c) Switching tests

iii) Battery for fast and multiple open-close operations

a) Lead Acid Battery b) Battery backup in control panel: 48hours c) Minimum number of operations through battery: 100 d) Battery charging time : 12 hours e) 12/24V DC fused auxiliary output for powering

modems/radios to be provided. f) Battery condition to be monitored continuously and suitable alarm to be generated in case of low battery. g) Control cabinet AC power input shall have integrated high energy surge protection and line fuse to protect from incoming line surges. The integrated power supply shall have staged shutdown feature to protect electronic components during extreme temperatures.

iv) Communication Protocol The control shall be supplied with IEC 104 protocol. No proprietary or modified protocols shall be allowed.

v) Field Re-Programmability The unit shall include a "flash" boot loader that will support re-programming of the main control unit firmware via RS 232 serial ports.

vi) Compatibility

Sectionalizer shall be compatible with SCADA/DMS/DA system and necessary support shall be provided by the bidder for their integration from field device level up to the SCADA End. The communication from the Field device will be over GPRS (3G/2G). No other device should be retrofitted in this case the device will be used with RF Router. The Device should be remote accessible for changing of any configuration & parameters. Necessary software shall be provided by the bidder for communicating Sectionalizer for downloading/uploading of setting/data/fault data record and remote communication for data download. The software shall be provided free of cost by the bidder. Data chord shall be supplied by bidder to download data to a PC/Laptop.

VI) EARTHING

Double earthing shall be provided as per IS 5613-Part1. One earth wire from first electrode and second earth wire from second electrode will be connected directly with the body of Sectionalizer. Second pair of the earth wires will be connected directly with metallic structure and control panel body. All the pipe electrode shall be interconnected forming a ring. All earthings should be done using lugs, nut bolts and spring washers. The depth of the electrode shall be such that the effective ohmic resistance shall not exceed 1Q. The earthing arrangement shall be as per DHBVN standard

VII) TESTS

All routine, acceptance & type tests shall be carried out in accordance with the relevant IS/IEC. All routine/acceptance tests shall be witnessed by the Purchaser/his authorized representative. All type tests shall be conducted at CPRI/ERDA and type test reports submitted during the period not exceeding 5 years. Following tests shall be necessarily conducted in addition to others specified in relevant standards.

Page 208: Bid Doc Vol-II

d) Short time withstand current tests

e) Fault making current tests

f) Mechanical Operation tests

g) Radio Influence voltage tests

h) Operating duty tests

i) Partial discharge (corona) tests

j) Minimum actuating current tests

Routine Tests for Sectionalizer

1. Over current trip calibration

2. Control, secondary winding and accessory devices check tests

3. Dielectric withstand test; 1 min dry power frequency

4. Partial discharge test

5. Mechanical operation tests

6. Water Leak test

7. Calibration test as per IEEE std. C 37.63-2003

PACKING

Supplier shall ensure that all equipment covered by this specification shall be prepared for rail/road

transport (local equipment) and be packed in such a manner as to protect it from damage in transit.

QUALITY CONTROL

The bidder shall submit with the offer Quality assurance plan indicating the various stages of inspection,

the tests and checks which will be carried out on the material of construction, components during

manufacture and bought out items and fully assembled component and equipment after finishing. As part

of the plan, a schedule for stage and final inspection within the parameters of the delivery schedule shall be

furnished.

MINIMUM TESTING FACILITIES

The bidder shall have adequate in house testing facilities for carrying out all routine tests & acceptance

tests as per relevant International / Indian standards.