Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
IFB No. : PEDA/ET/15-16/SPVPOWER/Farmer SchemeDated : May’15
BIDDING DOCUMENTfor
DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING AND COMMISSIONING INCLUDING WARRANTY AND
OPERATION & MAINTENANCEFOR 10 YEARS OF 1MWp, 1.5MWp, 2MWp & 2.5MWp
SOLAR PV POWER PLANTAT
ANY WHERE IN STATE OFPUNJAB, INDIA
PUNJAB ENERGY DEVELOPMENT AGENCYPLOT NO. 1&2 SECTOR 33-D
CHANDIGARH 160 034, PUNJAB, INDIATELEPHONES: (91) 0172 - 2663382, 2663328, FAX : (91) 0172 – 2664402
Website : http://peda.gov.in
1
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
ContentsI. INVITATION FOR BIDS...............................................................................................................
II. INSTRUCTIONS TO BIDDERS..................................................................................................
A. INTRODUCTION...........................................................................................................................B. THE BIDDING DOCUMENTS.........................................................................................................C. PREPARATION OF BIDS...............................................................................................................D. SUBMISSION OF BIDS.................................................................................................................E. BID OPENING AND EVALUATION..................................................................................................
F. AWARD OF CONTRACT..............................................................................................................
III. BID DATA SHEET ……….…………………………………………………………………….….………
IV GENERAL CONDITIONS OF CONTRACT ………………………………………………………
VI. SCHEDULE OF REQUIREMENTS...........................................................................................
VII. TECHNICAL SPECIFICATIONS..............................................................................................
VIII SAMPLE FORMS.....................................................................................................................
1. BID FORM AND PRICE SCHEDULES .....................................................................................................
2. PRICE SCHEDULE FOR ANNUAL MAINTENANCE ………………………….………………………….
3. BID SECURITY FORM ……………………………………………………………………………………….
4. CONTRACT FORM...................................................................................................................................
5. PERFORMANCE SECURITY FORM ......................................................................................................
6. BANK GUARANTEE FOR ADVANCE PAYMENT……………………………………………………….
7. MANUFACTURERS AUTHORIZATION FORM ………………………………………….…..…………..
8. FORMAT FOR QUALIFICATION APPLICATION ………….……………………….……..……………..
9. CAPABILITY STATEMENT ………………………….…………………………………………..…………
10. SERVICE SUPPORT DETAILS …. ………………………….……………………………………….....…
11. TECHNICAL DETAIL FORM………………………………..………………………….…….……….…….
12. DECLARATION REGARDING DEEMED EXPORT BENEFITS ………………………….……….……
IX. SCOPE OF OPERATION & MAINTENANCE OF POWER PLANT.......................................
2
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION-I
1. INVITATION FOR BIDS
3
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
INDIA-PUNJAB
BID-SUBJECT- Design, manufacture, supply, erection, testing and commissioning along with operation & maintenance for 10 years for 1MWp, 1.5MWp, 2MWp and 2.5MWp SPV power plant at anywhere in state of Punjab.
1. The Punjab Energy Development Agency (PEDA) invites bids from eligible bidders for design, manufacture, supply, erection, testing and commissioning along with operation & maintenance for 10 years for 1MWp, 1.5MWp, 2MWp and 2.5MWp Grid Interactive SPV power plant anywhere in state of Punjab.
2. Bidding will be conducted through the Global competitive bidding and is open to all bidders.
3. A complete set of bidding documents can be downloaded from PEDA website www.peda.gov.in upon payment of a non-refundable fee of Rs. 5,000/- through RTGS/NEFT in PEDA account.
4. Bid Processing Fee @ Rs. 50,000/- is required to be paid through RTGS/NEFT in PEDA account mode.
5. Bids must be submitted complete in all respect (enclosures / annexures) 11.50 AM on 06.07.2015. Bids will be opened in the presence of bidders representative who chose to attend at the address below at 14.30 on 08.07.2015. The details are given below:
(a) Name of office : Punjab Energy Development Agency
(b) Name of Officer : Director
(c) Postal Address : Plot no. 1&2, Sector 33-D Chandigarh 160 034, Punjab, India
(d) Telephone nos. : (91) 0172 - 2663382, 2663328
(e) Fax No. : (91) 0172 – , 2662865, 2664402
(f) Date of commencement of sale : 05.06.2015of bidding document
(g) Last date for sale of biding : 06.07.2015 document
(h) Last date & time for submission of bids : 06.07.2015 11.50
(g) Time and date of opening of bids: 08.07.2015 at 14.30
4
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION II
2. INSTRUCTIONS TO BIDDERS
5
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
A. Introduction
1. Implementing Agency
1.1 Land owning Farmers with the help of PEDA are implementing these projects at
anywhere in the state of Punjab.
2. Eligible Bidders
2.1 This invitation for E-bids is open to all bidders / companies / System integration
companies, who otherwise have not been debarred/blacklisted by any Govt. Deptt.’s /
organization/ PSU’s / institutions/ agencies/ autonomous Organizations. The bidders shall be required to submit a self certification by a authorized signatory duly notarized to this effect.
2.2 Bidders should not be associated, or have been associated in the past, directly or
indirectly, with a firm or any of its affiliates which have been engaged by the
Purchaser /Project Implementing Agency to provide consulting services for the
preparation of the design, specifications, and other documents to be used for the
procurement of the goods to be purchased under this Invitation for Bids.
2.3 Government-owned enterprises may participate only if they are legally and financially
autonomous, if they operate under commercial law, and if they are not a dependent
agency of the Purchaser.
3. Eligible Goods and Services
3.1 For purposes of this ITB Clause, "origin" means the place where the goods are mined,
grown, or produced or the place from which the related services are supplied. Goods are
produced when, through manufacturing, processing or substantial and major assembling
of components, a commercially recognized product results that is substantially different
in basic characteristics or in purpose or utility from its components.
3.2 The origin of goods and services is distinct from the nationality of the Bidder.
4. Cost of Bidding
4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser named in the bid data sheet hereinafter referred to as “the
Purchaser”, will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
6
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
B. The Bidding Documents
5. Content of Bidding Documents
5.1 The goods required, bidding procedures and contract terms are prescribed in the Bidding
Documents. In addition to the Invitation for Bids, the Bidding Documents include:
a. Bid Data Sheetb. Schedule of Requirements; ( SOR )c. Technical Specifications; ( TS )d. Bid Form and Price Schedulese. Manufacturer's Authorization Form
5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Documents. Failure to furnish all information required by the Bidding
Documents or submission of a bid not substantially responsive to the Bidding
Documents in every respect will be at the Bidder's risk and may result in rejection of its
bid.
6. Clarification of Bidding Documents
6.1 A prospective Bidder requiring any clarification of the Bidding Documents may notify the
Project Implementing Agency in writing or by cable (hereinafter the term cable is
deemed to include telex and facsimile) at the Project Implementing Agency’s address
indicated in the Bid Data Sheet. The Project Implementing Agency will respond in writing
to any request for clarification of the Bidding Documents which it receives no later than
15 days prior to the deadline for submission of bids prescribed in the ITB Clause 19.1.
Written copies of the Project Implementing Agency’s response (including an explanation
of the query but without identifying the source of inquiry) will be sent to all prospective
Bidders which have received the Bidding Documents.
7. Amendment of Bidding Documents
7.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the Bidding Documents by amendment through online
corrigendum .
7.2 In order to allow prospective Bidders reasonable time in which to take the amendment
into account in preparing their bids, the Purchaser may, at its discretion, extend the
deadline for the submission of bids.
7
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
C. Preparation of Bids
8. Language of Bid
8.1 The Bid prepared by the Bidder, as well all correspondence and documents relating to
the bid exchanged by the Bidder and the Purchaser, shall be written in the language
specified in the Bid Data sheet. Supporting documents and printed literature furnished by
the Bidder may be in another language provided they are accompanied by an accurate
translation or the relevant passages in the language specified in the Bid Data Sheet, in
which case, for purposes of interpretation of the bid, the translation shall govern.
9. Bid Form
9.1 The Bidder shall complete the Bid Form and the Price Schedule furnished in the Bidding
Documents, indicating the goods to be supplied, a brief description of the goods, their
country of origin, quantity and prices.
10. Bid Prices
10.1 The Bidder shall indicate on the appropriate Price Schedule the unit prices (where
applicable) and total Bid Prices of the goods it proposes to supply under the Contract.
10.2 Prices indicated on the Price Schedule shall be entered separately in the following
manner:
(a) For goods offered :
(i) The price of the goods quoted EXW (ex-works, ex-factory, ex-showroom,
ex-warehouse or off-the-shelf, as applicable) including all custom duties
and sales and other taxes already paid or payable:
a. On components and raw material use in the manufacture or
assembly of the goods quoted ex-works or ex-factory or
b. on the previously imported goods for foreign origin quoted ex-
showroom, ex-warehouse or off-the-shelf.
(ii) any purchaser-country sales and other taxes which will be payable on the
goods if this Contract is awarded;
(iii) the price for inland transportation, insurance and other local costs
incidental to delivery of the goods to their final destination, if specified in
the Bid Data Sheet.
(iv) the price of other incidental services if any listed in the Bid Data Sheet.
8
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
10.3 The Bidder's separation of the price components in accordance with the ITB Clause 11.2
above will be solely for the purpose of facilitating the comparison of bids by the
Purchaser and will not in any way limit the Purchaser's right to contract on any of the
terms offered.
10.4 Prices quoted by the Bidder shall be fixed during the Bidder's performance of the
Contract and not subject to variation on any account unless otherwise specified in the
Bid Data Sheet. A bid submitted with an adjustable price quotation will be treated as non
responsive and rejected,
11. Bid Currencies
11.1 Prices shall be quoted in the Indian Currency INR :
12. Documents Establishing Bidder's Eligibility and Qualifications
12.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents
establishing the bidder's eligibility to bid and its qualifications to perform the Contract if its
bid is accepted.
12.2 The documentary evidence of the Bidder's eligibility to bid shall establish to the
Purchaser's satisfaction that the Bidder, at the time of submission of the bid, is from an
eligible source country as defined under ITB Clause (2).
12.3 The documentary evidence of the Bidder's qualifications to perform the Contract if its bid
is accepted, shall establish to the Purchaser's satisfaction.
(a) that, in the case of a Bidder offering to supply goods under the contract which the
Bidder did not manufacture or otherwise produce, the Bidder has been duly
authorized by the goods' manufacturer or producer to supply the goods in the
Purchaser’s country.
(b) that the Bidder has the financial, technical, and production capability necessary to
perform the Contract. Audited balance sheets of the last three years of the bidding
company be enclosed.
(c) that in the case of a Bidder not doing business within the Purchaser’s country, the
bidder is or will be (if awarded the contract) represented by an Agent in the country
equipped and able to carry out the Supplier’s maintenance, repair, and spare parts-
stocking obligations prescribed in the Conditions of Contract and/or Technical
Specifications; and
(d) that the Bidder meets the qualification criteria listed in the Bid Data Sheet.
9
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
13. Documents Establishing Goods' Eligibility and Conformity to Bidding Documents
13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents
establishing the eligibility and conformity to the Bidding Documents of all goods and
services which the Bidder proposes to supply under the Contract.
13.2 The documentary evidence of the eligibility of the goods and services shall consist of a
statement in the Price Schedule of the country of origin of the goods and services which
shall be confirmed by a certificate of origin at the time of shipment.
13.3 The documentary evidence of conformity of the goods and services to the bidding
documents may be in the form of literature, drawings and data, and shall consist of:
(a) a detailed description of the essential technical and performance characteristics
of the goods;
(b) a list giving full particulars, including available sources and current prices, of all
spare parts, special tools, etc., necessary for the proper and continued
functioning of the goods for a period to be specified in the Bid Data Sheet,
following commencement of the goods by the Purchaser; and
(c) a item-by-item commentary on the Purchaser's Technical Specifications
demonstrating the goods and services to those specification, brand/catalogue
no’s or a statement of deviations and exceptions to the provisions of the
Technical Specifications.
D. Submission of Bids
14. Deadline for Submission of Bids
14.1 Bids must be submitted no later than the time and date specified in the Bid Data Sheet. 14.2 The Purchaser may, at its discretion, extend this deadline for submission of bids by
amending the Bid Documents in accordance with ITB Clause 7, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.
15. Modification and Withdrawal of Bids No bid may be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security, pursuant to ITB Clause 15.7.
E. Bid Opening and Evaluation 16. Opening of Bids by Purchaser
16.1 The Purchaser will open Technical bids on the date & time specified in the Bid Data Sheet.
16.2 Bids that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances.
10
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
16.3 The technical bids shall be evaluated by the purchaser for assessing responsiveness, bidders qualification and technical confirmation.
16.4 The bidders whose technical bids are declared as technically responsive and qualified shall be informed accordingly and their Price Bids shall be opened.
16.5 The bidders whose technical bids do not qualify, there Price Bids shall not be opened.
16.6Price Bids opening date shall be conveyed subsequently
17 Clarification of Bids
17.1 During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing,
and no change in the prices or substance of the bid shall be sought, offered, or
permitted.
18. Preliminary Examination
18.1Arithmetical errors will be rectified on the following basis. If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price shall be corrected. If the there is a discrepancy
between words and figures, the amount in words will prevail. If the supplier does not accept the
correction of the errors, its bid will be rejected, and its bid security, may be forfeited.
19.1 The Purchaser may waive any minor informality, non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any Bidder.
19.2 Prior to the detailed evaluation, pursuant to ITB Clause 22, the Purchaser will determine
the substantial responsiveness of each bid to the Bidding Documents. For purposes of
these Clauses, a substantially responsive bid is one which conforms to all the terms and
conditions of the Bidding Documents without material deviations. Deviations from or
objections or reservations to critical provisions such as those concerning Bid Security
(ITB Clause 15) Applicable Law (GCC Clause 31), and Taxes and Duties (GCC Clause
33), will be deemed to be a material deviation. The Purchaser's determination of a bid's
responsiveness is to be based on the contents of the bid itself without recourse to
extrinsic evidence.
19.3 If a bid is not substantially responsive, it will be rejected by the PEDA and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
11
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
20. Evaluation and Comparison of Bids
20.1 The PEDA will evaluate and compare bids which have been determined to be
substantially responsive, pursuant to ITB Clause 19.
20.2 The comparison shall be of EXW price of the goods offered by the bidder from such
price to include all costs as well as duties and taxes paid or payable on components and
raw material incorporated or to be incorporated in the goods, and the CIF names port of
destination (or CIP border point, of CIP names place or destination) price of the goods
offered from outside the purchaser’s country.
20.3 The PEDA's evaluation of a bid will take into account, in addition to the bid price and
price quoted in accordance with ITB Clause 11.2, one or more of the following factors as
specified in the Bid Data Sheet, and quantified in ITB Clause 22.4.:
a. Cost of inland transportation, insurance, and other costs within the purchaser’s country incidental to delivery of the goods to their final destination.
b. Delivery schedule offered in the bid;c. Deviations in payment schedule from that specified in the Special Conditions of
Contract;d. The cost of components, mandatory spare parts, and service;e. The availability in the purchaser’s country of spare parts and after-sales services
for the equipment offered in the bid;f. The projected operation and maintenance costs during the life of the equipment;g. The performance and productivity of the equipment offered; and/orh. Other specific criteria indicated in the Bid Data Sheet and/or in the Technical
Specifications.
20.4 For factors retained in the Bid Data Sheet pursuant to ITB 22.3, one or more of the
following quantification methods will be applied, as detailed in the Bid Data Sheet :
(a) inland transportation from EXW/port of entry/border point, insurance, and
incidentals.
In land transportation, insurance, and other incidental costs for delivery of
the goods from EXW/port of entry/border point to project site named in
the Bid Data Sheet. The above cost will be added by the purchase to
EXW/CIF/CIP border point price.
(b) Delivery Schedule: The Purchaser requires that the goods under the invitation for bids shall
be delivered (shipped) at the time specified in the Schedule of Requirements. No
credit will be given to earlier delivery. Bids offering any deviation from the
scheduled delivery period shall be liable for rejection.
(c) Deviation in Payment Schedule:
Bidders shall state their bid price for the payment schedule outlined in the
SCC. Bids will be evaluated on the basis of this base price.
12
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(d) Cost of Spare Parts
(i) The list of items and quantities of major assemblies, components, and
selected spare parts, likely to be required during the initial period of
operation specified in the Bid Data Sheet, is annexed to the Technical
Specifications. The total cost of these items, at the unit prices quoted in
each bid, will be added to the bid price.
(e) Operation and Maintenance Costs:
Since operation & maintenance of the goods under procurement from a major
part of the life cycle cost of the equipment, these costs will be evaluated in
accordance with the bids or in the Technical Specifications.
f) Operation and Maintenance Costs:
Since operation & maintenance of the goods under procurement from a major
part of the life cycle cost of the equipment, these costs will be evaluated in
accordance with the bids or in the Technical Specifications
(g) Performance and productivity of the equipment.
(i) Bidders shall state the guaranteed performance or efficiency in response
to the Technical Specification. For each drop in the performance or
efficiency below the norm of 100, an adjustment for an amount specified
in the Bid Data Sheet will be added to the bid price, representing the
capitalized cost of additional operating costs over the life of the plant,
using the methodology specified in the Bid Data Sheet or in the Technical
Specification.
21. Contacting the Purchaser
21.1 From the time of bid opening to the time of contract award, if any bidder wishes to
contact the purchaser on any matter related to the bid, it should do so in writing.
21.2 Any effort by a Bidder to influence the Purchaser in its decision on bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder's bid.
F. Award of Contract
22. Post qualification
22.1 In the absence of pre qualification, the Purchaser will determine to its satisfaction
whether the Bidder selected as having submitted the lowest evaluated responsive bid is
qualified to perform the contract satisfactorily, in accordance with the criteria listed in ITB
Clause 13.3.
22.2 The determination will take into account the Bidder's financial, technical and production
capabilities. It will be based upon an examination of the documentary evidence of the 13
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Bidder's qualifications submitted by the Bidder, pursuant to ITB Clause 13.3, as well as
such other information as the PEDA deems necessary and appropriate.
22.3 An affirmative determination will be a prerequisite for award of the contract to the bidder.
A negative determination will result in rejection of the bidder’s bid, in which event the
purchaser will proceed to the next lowest evaluated bid to make a similar determination of
that bidder’s capabilities to perform satisfactorily.
23. PEDA's Right to Accept Any Bid and to Reject Any or All Bids23.1 The PEDA reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders.
14
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION IV
GENERAL CONDITIONS OF CONTRACT
15
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
TABLE OF ITB CLAUSES
ITB Clause
1 Warranty
2. Payment
3 Prices
4 Taxes and Duties
16
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
1. Warranty1.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of
the most recent or current models and incorporate all recent improvements in design and
materials unless provided otherwise in the Contract. The Supplier further warrants that
the Goods supplied under this Contract shall have no defect arising from design,
materials or workmanship (except when the design and/or is required by the Purchaser's
Specifications) or from any act or omission of the Supplier, that may develop under
normal use of the supplied Goods in conditions prevailing in the country of final
destination.
1.2 This warranty shall remain valid for / Sixty Months 60 months after the Goods or any
portion thereof as the case may be, have been delivered to and commissioned and
accepted at the final destination indicated in the Contract, or for 72 seventy two months
after the date of shipment from the port of loading in the source country, whichever
period concluded earlier, unless specified otherwise SCC.
1.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under
this warranty.
1.4 Upon receipt of such notice, the Supplier shall, within the period specified in SCC and
with all reasonable speed, repair or replace the defective Goods or parts thereof, without
cost to the Purchaser other than, where applicable, the cost of inland delivery of the
repaired or replaced Goods or parts from the port of entry to the final destination.
1.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period
specified in SCC, the Purchaser may proceed to take such remedial action as may be
necessary, at the Supplier's risk and expense and without prejudice to any other rights
which the Purchaser may have against the Supplier under the Contract.
2. Payment2.1 The method and conditions of payment to be made to the Supplier under the Contract
shall be specified in SCC.
2.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing,
accompanied by an invoice describing, as appropriate, the Goods delivered and the
services performed, and by documents submitted pursuant to GCC Clause 10, and upon
fulfillment of other obligations stipulated in the contract.
2.3 Payments shall be made promptly by the Purchaser within sixty (60) days of submission
of the invoice/claim by the Supplier.
2.4 The currency or currencies in which payment is made to the Supplier under this Contract
shall be specified in SCC subject to the following general principle:
All payments will be made in the Rupees INR.
17
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
2.5 All payments shall be made in the currency or currencies specified in the SCC pursuant
to GCC 16.4.
3. Prices3.1 Prices charged by the Supplier for Goods delivered and Services performed under the
Contract shall not vary from the prices quoted by the Supplier in its bid.
4. Taxes and Duties33.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties,
license fees and other such levies imposed out side the purchaser’s country.
33.2 A local supplier shall be entirely responsible for all taxes, duties, license fees,
etc, incurred until delivery of the contracted Goods to the purchaser.
18
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION V
5. SCHEDULE OF REQUIREMENTS
19
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Part 1
The general scope under this contract includes design, manufacture, shop testing, inspection,
packing & forwarding, transportation upto project site loading & unloading, storage in safe
custody, erection, carrying out preliminary tests at site, commissioning, performance testing &
handing over to the purchaser all the equipment installed including the insurance coverage for
the concept to commissioning period including operation and maintenance .
The illustrative Schedule of requirements is in accordance with the specifications contained in this document
Sl. No. Brief Description Units Make1. SPV modules for a total capacity 1MWp, 1.5MWp, 2.0MWp,
2.5MWp per specifications. 1 Set Compliant to bid
document spec’s
2. SPV module Ground mounting structure suitable for accommodating 1MWp, 1.5MWp, 2.0MWp, 2.5MWp capacity SPV modules including foundation as per specifications .
1 Set
3. Inverters as per specifications As per spec. SMA / Schneider / Siemens / ABB / STATCON/ Ingeteam/AEG
4. Array Junction Boxes WITH Remote PLC link 1 Set Robotina /Tyco / Hensel/ABB
5. Main Junction Box 1 Set Robotina /Tyco / Hensel/ABB
6. Data Logging with individual string monitoring and remote monitoring system as per specifications, Weather Monitoring station comprising of 1. Pyranometer Class 1,2 Relative humidity sensor 3. Temprature sensor Integrated both for ambient and module surface temperature4. Wind speed measurement anemometer
1 Set
7. LT-415 V AC Distribution Panel with SFU for Auxiliary Transformer 415 V incomer as per specification
1set L&T /ABB/ Schneider electric
8. LT/HT power CABLES (LSZH) requirement as per design
MetersAs required at site for full plant commissioning
Finolex/ Polycab /Havells
9. DC Cables for Solar PV array and field application MetersAs required at site for full plant commissioning
LAPP/LEONI/ SIECHEM/BIZLINK
10. Fire extinguishers in accordance with BIS codes for electrical short circuit fires along with sand buckets
1 Set
11. Lightning arrester complete set as per specifications 1 Set
12. Earthing complete set as per specifications 1 Set
13. Yard Lighting for the complete Solar array Field and illumination of the compound Chain wall and yard/control room.
1 Set
20
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
14. Transformers of adequate cap. for 1MWp, 1.5MWp, 2.0MWp, 2.5MWp capacity
1 No’s Alstom / Areva/ Kirloskar / Voltamp/ Jyoti/CG
15. Lighting arrestor suitable for 11 KV system 1 set
16. Suitable ACB for inverter protection, 11 KV cubicle consisting of current transformer, potential transformer,SF6/Vacuum circuit breaker, bus bar, isolators, protection system with incoming and outgoing feeders
1 No. L&T /ABB/Schneider
17. 11 KV Isolators within the ODY L&T /ABB/Schneider
18. Spares, tools and plant for 10 years operation and maintenance As per list
19. Fuses, Transfer switches, Printed Circuit boards required for power plant
1 Set
20. Providing training to engineers and site staff for operating, Maintenance and trouble shooting skills
21. Operation and maintenance of the SPV Power Plant for a period of 10 years from date of commissioning of the power plant as per scope in Section X & SCC-II
22. Engineering, electrical drawings and installations and O&M manuals Sets
23. Control room, office air conditioning and Any other equipment required to complete the installation
Sl. No.
Brief Description Units
20 Civil, array structures and Plant control room and Stores, Security office, complete design, construction of array support structures, Plant control room for dust free and air-conditioned environment for INVERTERS and other control and data logging equipment (separated through aluminum /glass panels) with suitable ventilation as per details given in the technical schedules.Site Grading, leveling, exploratory drills if necessary and consolidation of the area pertaining to the area of the solar plant.Embedment of structures suitable for mounting of PV modules on ground in an area of 4.5 acres of land for 1MWp . Laying of earthing equipment/structures and connecting to the main ground mat as per statutory requirements.Cutting of cable trenches wherever necessary, construction of all around compound wall on front side and chain fencing (wire mesh) with plinth level brick work on the remaining boundary for the plant and power evacuation line bay and providing suitable size gate for main entry and wicket gates for man power entry .Formation of roads wherever necessary, providing foundation for transformers ,structures and water drainage ducts, lightining arrestors etc.Construction of plant control room, stores in about 40 x20 sq.ft area and 12’ ht. to house control, protection, scada and Electrical panels and provision for cable trenches and trays, ducting . Construction of one no, Office with Toilet and Pantry of approx. area 200 sq. ft, and Security office of 120 sqft approx having one bathroom cum toilet at the main gate entrance and one no. metering room of size 7 x7 foot . Rain water harvesting provision must be incorporated in all the buildings.. Modifications may be required and made as per site conditions, for which decision of the purchaser shall be final.
As per specifications given, design /drawings to be submitted by supplier and approved by purchaser
21
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Note : The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated in the schedules are only indicative and the suppliers are required to include and quote for any other item left out in the schedule. Complete details and quantity of mandatory spare parts shall be furnished by the supplier in their bid. Suppliers shall offer their complete design along with drawings for the plant in their bids. The details of the energy output for the plant for the entire year based on the global radiation values be furnished by the bidders.
22
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION VII
7. TECHNICAL SPECIFICATIONS
23
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
General Description The SPV power plant shall have a total capacity of 1MWp, 1.5MWp, 2MWp and 2.5MWp in
different sites in state. The power plant shall provide a reliable and independent power supply to
the PSPCL 66/11KV Sub-station in IPP mode. The power plant shall have a provision to meet
the auxiliary power requirements of the plant such as control room , yard lighting and export the
excess power generated to the PSPCL grid after stepping it up to 11KV and shall have a
provision to import power from grid for localized use in case of load exceeding the PV
generation in night/shut down conditions. The Inverter shall be designed to convert DC power
produced by SPV modules, in to AC power and adjust the voltage & frequency levels to suit the
grid voltage & frequency. The specifications are generic in nature.
1. Solar Photovoltaic Modules 1.1 The total Solar PV minimum array capacity should not be less than 1.00MWp,
1.5MWp, 2MWp and 2.5MWp and should comprise of solar multi crystalline modules of
minimum 250 Wp and above wattage. Module capacity less than minimum 250 Wp should not
be supplied. The Photovoltaic modules must be tested and certified by an independent testing
laboratory that is accredited in accordance with ISO Guide 25. The module type must be
qualified as per IEC 61215 latest edition or IEEE 1262 or CEC 503 for crystalline silicon. SPV
module conversion efficiency should be equal to or greater than 16.0% under STC and AM 1.5
radiation. Modules must qualify to IEC 61730 Part I and II for safety qualification testing.
Certificate for module qualification from IEC or equivalent to be submitted as part of the bid offer. Self undertaking from manufacturer / supplier that the modules being supplied are as per above.
1.2 The PV module shall perform satisfactorily in humidity up to 80 % with
temperature between – 40oC to + 85oC. Since the modules would be used in a
high voltage circuit, the high voltage insulation test shall be carried out on each
module and a test certificate to that effect provided.
1.3 The predicted electrical degradation at the end of the period of 10years shall be
less then ten (10) per cent of the full rated original output.
1.4. Manufacturers / suppliers should confirm whether they are supplying PV module
using a RF identification tag (RFID), which must contain the following
information. The RFID can be inside or outside the module laminate, but must be
able to withstand harsh environmental conditions.
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and
module)
(iv) Country of origin (separately for solar cells and module)
(v) I-V curve for the module24
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as
per ISO 9000 series.
G1.5. Other general requirement for the PV modules and subsystems shall be the following :
a. Raw materials(solar Cells) and technology employed in the module production processes shall have to be certified and a certificate giving details of major materials i.e. cells, Glass, back sheet, their makes and data sheets to be submitted for the modules being supplied by the bidder.
b. The rated output power of any supplied module shall not have negative
tolerance.
c. The peak-power point voltage and the peak-power point current of any
supplied module and/or any module string (series connected modules)
shall not vary more than 3 (three) per cent from the respective arithmetic
means for all modules and/or for all module strings, as the case may be.
d. Except where specified, the front module surface shall consist of impact
resistant, low-iron and high-transmission toughened glass.
e. The module frame, if any, shall be made of a corrosion-resistant material
which shall be electrolytically compatible with the structural material used
for mounting the modules.
f. The module shall be provided with a junction box with either provision of
external screw terminal connection or sealed type and with arrangement
for provision of by-pass diode. The box shall have hinged, weather proof
lid with captive screws and cable gland entry points or may be of sealed
type and IP65 rated.
g. Necessary I-V curves at 25c, 45c, 60c and at NOC are required to be
furnished. Offers to provide PV module warranty of 25 years with no
more than 20% degradation in performance/output over 25 years .
2. ARRAY STRUCTURE 1. Wherever required, suitable number of PV panel structures shall be provided.
Structures shall be of flat-plate design either I or L sections.
2. Structural material shall be corrosion resistant and electrolytic ally compatible
with the materials used in the module frame, its fasteners, nuts and bolts.
Galvanizing should meet ASTM A-123 hot dipped galvanizing or equivalent
which provides at least spraying thickness of 120 microns on steel as per
25
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
IS5905, if steel frame is used. Aluminum frame structures with adequate strength
and in accordance with relevant BIS/international standards can also be used.
3. Structures shall be supplied complete with all members to be compatible for
allowing easy installation at the ground site.
4. The structures shall be designed to allow easy replacement of any module & can
be either designed to transfer point loads on the ground as per site conditions
and design to be approved by PEDA.
5. Each structure shall have a provision to adjust its angle of inclination to the
horizontal as per the site conditions (manual seasonal tilt) .
6. Each panel frame structure be so fabricated as to be fixed on the ground. The
structure should be capable of withstanding a wind load of 200 km/hr after
grouting & installation. The front end of the solar array must be one meter above
the ground. Grouting material for SPV structure shall be as per M15(1:2:4)
concrete specification.
7. The structures shall be designed for simple mechanical and electrical installation.
There shall be no requirement of welding or complex machinery at the installation
site. The structure shall be designed and installed by ramming method by using a
ramming machine. The structure design must take into consideration that it has
to be installed using ramming machine. The structure size and length must be
kept as per site soil strength requirements.
8. The supplier shall specify installation details of the PV modules and the support
structures with appropriate diagrams and drawings. Such details shall include,
but not limited to, the following;
a) Determination of true south at the site;
b) Array tilt angle to the horizontal, with permitted tolerance;
c) Details with drawings for fixing the modules;
d) Details with drawings of fixing the junction/terminal boxes;
e) Interconnection details inside the junction/terminal boxes;
f) Structure installation details and drawings;
g) electrical grounding (earthing);
h) Inter-panel/Inter-row distances with allowed tolerances; and
i) Safety precautions to be taken.
The array structure shall support SPV modules at a given orientation and absorb and transfer
the mechanical loads to the ground columns properly. All nuts and bolts shall be of very good
quality stainless steel. Detailed design and Drawing shall have to submitted to Purchaser for
acceptance and approval before execution of work.
26
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
NOTE: The structural design of the complete system should be compatible with the structural strength and load bearing capacity of the site/ ground, design calculations and certificate to this effect shall be provided by a qualified chartered structural engineer. The company may be required to carry out the soil bearing strength lists and piling if necessary.
9. Proper path ways covered with bajri /grit stone in between arrays to be provided
for the purpose of carrying out O&M and repairs. Plant inside roads to be
provided as approach for control room and around / in between PV field in
accordance with the final drawing after approval from Purchaser. The design and
drawings shall be got approved after obtaining the vetting from qualified
structural engineers.
3. Power Conditioning Unit (PCU) 1 no. PCUs required of 1000 KVA, 1500KVA, 2000KVA and 2500KVA Central Type,
should convert DC power produced by SPV modules, in to AC power and adjust the
voltage & frequency levels to suit the local grid conditions. 1000, 1500KVA, 2000KVA
and 2500KVA inverter shall interconnect and feed power to the PSPCL grid at 11KV..
Common Technical Specification :
Control Type : Voltage source , microprocessor assisted , output
regulation
Out put voltage : 3 Phase, 280-380V ac ( +12.5 %, - 20 % V ac)
Frequency : 50 Hz ( +3 Hz, -3 Hz)
Continuous rating : 1000 KVA, 1500KVA, 2000KVA and 2500KVA
Dc link voltage range : 0 to 1000 V, 1500KVA, 2000KVA and 2500KVA
Nominal AC out put : 1000 KW, 1500KVA, 2000KVA and 2500KVA each
Total Harmonic Distortion : less than 3%
Operating temperature Range : 0 to 55 deg C
Relative Humidity : Upto 95%
Housing cabinet : INVERTER to be housed in suitable switch cabinet,
Within IP 20 degree of ingress protection as per EN60529
Inverter efficiency : 95 % and above
Power Control : MPPT
Other important Features/Protections required in the INVERTER
Automatic morning wake-up and nightly shutdown
PCU must have the feature to work in tandem with other similar PCUs and be
able to be successively switched ON and OFF automatically based on solar
radiation variations during the day.
Mains (Grid) over-under voltage and frequency protection
Fool proof protection against ISLANDING.
27
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Included authentic tracking of the solar array’s maximum power operation voltage
(MPPT).
Array ground fault detection.
LCD and piezoelectric keypad operator interface Menu driven
Automatic fault conditions reset for all parameters like voltage, frequency and/or
black out.
MOV type surge arresters on AC and DC terminals for over voltage protection
from lightning-induced surges.
INVERTER should be rated to operate at 0 –55 deg. Centigrade unless provision
for air conditioning is included in INVERTER
All parameters should be accessible through an industry standard
communication link.
Overload capacity (for 10 sec) should be 150 % of continuous rating
3.1 The INVERTER shall be self commuted and shall utilize a circuit topology and
components suitable for meeting the specifications listed above at high
conversion efficiency and with high reliability.
3.2 Since the INVERTER is to be used in solar photo voltaic energy system, it
should have high operational efficiency. The DC to AC conversion efficiency
shall at least be 95 percent for output ranging from 20 percent of full load to full
load. The idling current at no load must not exceed 2 percent of the full-load
current.
3.3 In INVERTER there shall be a direct current isolation provided at the output by
means of a suitable isolating transformer.
3.4 The INVERTER output shall be 415 VAC, 50 Hz 3 Phase,
3.5 The INVERTER shall be capable of operating in parallel with the grid utility
service and shall be capable of interrupting line-to-line fault currents and line-to-
ground fault currents.
3.6 The INVERTER shall be able to withstand an unbalanced output load to the
extent of 30 %
3.7 The INVERTER shall include appropriate self protective and self diagnostic
features to protect itself and the PV array from damage in the event of
INVERTER component failure or from parameters beyond the INVERTER’s safe
operating range due to internal or external causes. The self-protective features
shall not allow signals from the INVERTER front panel to cause the INVERTER
to be operated in a manner which may be unsafe or damaging. Faults due to
malfunctioning within the INVERTER, including commutation failure, shall be
cleared by the INVERTER protective devices and not by the existing site utility
grid service circuit breaker.
28
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
3.8 The INVERTER shall go to shut down/standby mode, with its contacts open,
under the following conditions before attempting an automatic restart after an
appropriate time delay; in sufficient solar power output.
a) Insufficient Solar Power Input.
When the power available from the PV array is insufficient to supply the
losses of the INVERTER, the INVERTER shall go to a standby/shutdown
mode. The INVERTER control shall prevent excessive cycling during
rightly shut down or extended periods of insufficient solar radiation.
b) Utility-Grid Over or Under Voltage
The INVERTER shall restart after an over or under voltage shutdown
when the utility grid voltage has returned to within limits for a minimum of
two minutes.
c) Utility-Grid Over or Under Frequency
The INVERTER shall restart after an over or under frequency shutdown
when the utility grid voltage has returned to the within limits for minimum
of two minutes.
3.9 The INVERTER generated harmonics measures at the point of connection to the
utility services when operating at the rated power shall not exceed a total
harmonic current distortion of 4 percent, a single frequency current distortion of 4
percent and single frequency voltage distortion of 1 percent, when the first
through the fiftieth integer harmonics of 50 Hz are considered.
3.10 The INVERTER Power factor at the point of utility service connection shall be
0.95 lagging or leading when operating at above 25 percent of the rated output,
but may be less than 0.95 lagging below 25 percent of the rated output.
3.11 The high voltage and power circuits of the INVERTER shall be separated from
the low-voltage and control circuits. The internal copper wiring of the INVERTER
shall have flame resistant insulation. Use of PVC is not acceptable. All
conductors shall be made of standard copper.
3.12 The INVERTER shall withstand a high voltage test of 2000 V rms, between either
the input or the output terminals and the cabinet (chassis).
3.13 Full protection against accidental open circuit and reverse polarity at the input
shall be provided.
3.14 The INVERTER shall not produce Electromagnetic Interference (EMI) which
may cause malfunctioning of electronic and electrical instruments including
communication equipment, which are located within the facility in which the
INVERTER is housed.
3.15 The INVERTER shall have an appropriate display on the front panel to display
the instantaneous AC power output and the DC voltage, current and power input.
Each of these measurement displays shall have an accuracy of 1 percent of full
29
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
scale or better. The display shall be visible from outside the INVERTER
enclosure. Operational status of the INVERTER, alarms, trouble indicators and
ac and the dc disconnect switch positions shall also be communicated by
appropriate messages or indicator lights on the front cover of the INVERTER
enclosure.
3.16 Communication Modbus protocol with LAN/WAN options along with remote
access facility and SCADA package with latest monitoring systems including
individual string monitoring with Web/IP data monitoring.
3.17 Electrical safety, earthing and protectiona. Internal Faults : In built protection for internal faults including
excess temperature, commutation failure, overload and cooling fan failure
(if fitted) is obligatory.
b. Galvanic Isolation: Galvanic Isolation is required to avoid any DC
component being injected into the grid and the potential for AC
components appearing at the array.
c. Over Voltage Protection: Over Voltage Protection against
atmospheric lightning discharge to the PV array is required. Protection is
to be provided against voltage fluctuations in the grid itself and internal
faults in the power conditioner, operational errors and switching
transients.
d. Earth fault supervision: An integrated earth fault device shall have
to be provided to detect eventual earth fault on DC side and shall send
message to the supervisory system.
e. Cabling practice: Cable connections must be made using PVC Cu
cables, as per BIS standards. All cable connections must be made using
suitable terminations for effective contact. The PVC Cu cables must be
run in GL trays with covers for protection.
f. Fast acting semiconductor type current limiting fuses at the main
bus-bar to protect from the grid short circuit contribution.
3.18 The INVERTER shall include an easily accessible emergency OFF button
located at an appropriate position on the unit.
3.19 The INVERTER shall include ground lugs for equipment and PV array grounding.
The DC circuit ground shall be a solid single point ground connection in
accordance with WEC 69042.
3.20 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and
painted or otherwise suitably protected to survive a nominal 30 years design life
of the unit.
3.21 The INVERTER enclosure shall be weatherproof and capable of surviving
climatic changes and should keep the INVERTER intact under all conditions in
30
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
the room where it will be housed. The INVERTER shall be located indoor and should be either wall/ pad mounted. Moisture condensation and entry of
rodents and insects shall be prevented in the INVERTER enclosure.
3.22 Components and circuit boards mounted inside the enclosures shall be clearly
identified with appropriate permanent designations, which shall also serve to
identify the items on the supplied drawings.
3.23 All doors, covers, panels and cable exists shall be gasketed or otherwise
designed to limit the entry of dust and moisture. All doors shall be equipped with
locks. All openings shall be provided with grills or screens with openings no
larger than 0.95 cm. (about 3x8 inch).
3.24 In the design and fabrication of the INVERTER the site temperature ( 5O to 55O
C), incident sunlight and the effect of ambient temperature on component life
shall be considered carefully. Similar consideration shall be given to the heat
sinking and thermal for blocking diodes and similar components.
3.25 Factory Testing:a. The INVERTER shall be tested to demonstrate operation of its
control system and the ability to be automatically synchronized and
connected in parallel with a utility service, prior to its shipment.
b. Operation of all controls, protective and instrumentation circuits
shall be demonstrated by direct test if feasible or by simulation operation
conditions for all parameters that can not be directly tested.
c. Special attention shall be given to demonstration of utility service
interface protection circuits and functions, including calibration and
functional trip tests of faults and isolation protection equipment.
d. Operation of start up, disconnect and shutdown controls shall also
be tested and demonstrated. Stable operation of the INVERTER and
response to control signals shall also be tested and demonstrated.
e. Factory testing shall not only be limited to measurement of Phase
currents, efficiencies, harmonic content and power factor, but shall also
include all other necessary tests/simulation required and requested by the
Purchasers Engineers. Tests may be performed at 25,50,75 and 100
percent of the rated nominal power.
f. A factory Test Report (FTR) shall be supplied with the unit after all
tests. The FTR shall include detailed description of all parameters tested
qualified and warranted.
g. Factory testing of the INVERTER/INVERTER,s should be carried
out and witnessed by the Purchaser’s Engineers at the manufacturers
premises.
3.26 Operating Modes:
31
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The following operating modes are to be made available:
a) Night or Sleep mode : Where the inverter is almost completely turned off,
with just the timer and control system still in operation, losses should not
exceed 1 watts per 5 kilowatt.
b) Standby mode : Where the control system continuously monitors the
output of the solar generator until pre-set value is exceeded (typically 10
watts)
c) Operational or MPPT tracking mode : The control system continuously
adjust the voltage of the generator to optimize the power available. The
power conditioner must automatically re-enter stand-by mode when input
power reduces below the standby mode threshold. Front Panel display
should prove the status of the INVERTER, including AC Voltage, Current,
Power output & DC Current, Voltage and Power input, pf and fault
Indication (if any)
3.27 Codes and StandardsThe quality of equipment supplied shall be controlled to meet the guidelines for
engineering design included in the standards and codes listed in the relevant ISI
and other standards, such as :
IEEE 928 Recommended Criteria for Terrestrial PV Power Systems.
IEEE 929 Recommended Practice for Utility Interface of Residential and
Intermediate PV Systems.
IEEE 519 Guide for Harmonic Control and Reactive Compensation of
Static Power Controllers.
National Electrical NEPA 70-(USA) or equivalent national standard.
National Electrical Safety Code ANSI C2- (USA) or equivalent national
standard.
JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard
for PV modules.
The inverter manufacturer should attach efficiency certificate from
Independent Third party Testing laboratory i.e. IEC,TUV,SNL/ERTL &
STQC. PCU should confirm to IEC 61683 for efficiency measurements
and IEC 60068 2 for environmental testing. MPPT unit should confirm to
design qualification IEC 62093.
32
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
3.28 PLANT METERING / DATA LOGGINGa) PV array energy production : Digital Meters to log the actual value of AC/
DC Voltage, Current & Energy generated by the PV system shall have to
be provided. Bidirectional Two way HT energy meter (Import – Export metering) Class 0.2S ABT Compliant shall be incorporated in the system on the main 11KV AC Grid supply complete with CTs / PTs in the main plant ODY. Similar Bidirectional Two way HT energy meter (Import – Export metering) Class 0.2S ABT Compliant shall be incorporated in the system on the main 11KV AC Grid incomer complete with CTs / PTs at the PSPCL substation HT CB Panel on the 11KV bus bar.
b) Solar Irradiance: An integrating Pyranometer (Class I or better) should be
provided , with the sensor mounted in the plane of the array. Readout
should be integrated with data logging system.
c) Wind Speed : An integrated wind speed measurement unit be provided.
d) Temperature Sensor: Integrated temp. sensors for measuring the module
surface temp., inverter inside enclosure temp. and ambient temp to be
provided complete with readouts integrated with the data logging system.
e) A data logging system (Hardware and software) for plant control and
monitoring shall be provided with the following features :
2no’s suitable Computers (HP / DELL) : 3 GHz Pentium i7 latest with 360GB
HDD, 3GB RD RAM, 2 Parallel & 2 Serial Port, Wi-Fi Lan Card, DVD RW
Drive , 20” LED display, USB Scroll Mouse, along with two All in one (HP)
professional series 600dpi / 20ppm Desktop LaserJet printers along with one
2 KVA on-line ups with 1 hour battery backup.
One no. Laptop (HP / SONY): minimum 2.6Ghz. 3MB Cache 4GB RAM,
500GB HDD, DVD RW, Card Reader, Bluetooth, Wi-Fi, 15” LED Display,
6Hr. battery backup. GSM Modem / Wi Fi modem in case GSM connectivity
is used or Wireless Router + modem in case Ethernet connection is being
used for remote access must be provided.
f) For remote data monitoring of the plant parameters by Purchaser a WP/IP
enabled Cellular Phone (Apple iPhone 3G) with complete functional PC
software / applications and remote linkage access through service provider
for call / email / data transfer / IP linkage for plant operations monitoring
throughout the 10 years operation and maintenance period shall be provided.
g) Remote Supervisory Control and data acquisition through SCADA
software at the purchasers location through Handheld device / GSM
cellular device with latest software/hardware configuration and service
connectivity for online / real time data monitoring/control complete to be
33
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
supplied and operation and maintenance/control to be ensured by the
supplier.
All major parameters should be available on the digital bus and logging facility for
energy auditing through the internal microprocessor and can be read on the
digital front panel at any time the current values, previous values for up to a
month and the average values. The following parameters should be accessible
via the operating interface display.
AC Voltage
AC Output current
Output Power
DC Input Voltage
DC Input Current
Time Active
Time disabled
Time Idle
Temperatures (C)
Inverter Status
Protective function limits (Viz-AC Over voltage, AC Under voltage, Over
frequency, Under frequency ground fault, PV starting voltage, PV stopping
voltage, Over voltage delay, Under voltage delay over frequency, Ground fault
delay, PV starting delay, PV stopping delay).
3.29 INVERTER/ARRAY SIZE RATIOThe Inverter continuous power rating shall be above 94% at full load.
3.30 InverterTechnical date sheet:-
The inverter shall continuously and control the utility interface within the
stipulated range:-
On three Phase side:-
Output voltage 280-380(+12.5-20%) VAC
Frequency 50HZ(+3 HZ, -3 HZ)
Maximum current ripple 4% PP
Reactive Power 0.95 inductive to 0.95 capacitive
3.31 Maximum Power Point Tracker (MPPT)Maximum power point tracker shall be integrated in the Inverter to maximize
energy drawn from the array. The MPPT should be micro processor based to
minimize power losses. The details of working mechanism of MPPT shall be
mentioned. The MPPT must have provision (manual setting) for constant voltage
operation.
3.32 Disconnection and Islanding
34
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Disconnection of the PV generator in the event of loss of the main grid supply is
to be achieved by in built protection within the power conditioner. This may be
achieved through rate of change of current, Phase angle, unbalanced voltage or
reactive load variants.
Operation outside the limits of power quality as described in the technical data
sheet should cause the power conditioner to disconnect the grid. Additional
parameters requiring automatic disconnection are:
Neutral voltage displacement
Over current
Earth fault
And reverse power
In case of the above, cases, tripping time should be less than 0.5 seconds.
Response time in case of grid failure due to switch off or failure based shut down
should be well within 5 seconds. In case of use of two Inverters capacity ,suitable
equipment for synchronising the AC out put of both the Inverters to the
ACDB/Grid should be provided.
3.33 Automatic reconnection after the grid failure is restoredINVERTER shall have facility to reconnect the inverter automatically to the grid
following restoration of grid, subsequent to grid failure condition.
The system should have integrated SCADA and software for plant control and
remote communication with web monitoring to monitor individual strings and
complete power plant.
4. ARRAY JUNCTION BOX, MAIN JUNCTION BOXES WITH STRING MONITORING FEATURE TO THE INVERTER :The junction boxes are to be provided in the PV yard for termination of connecting
cables. The J. Boxes shall be made of FRP/Powder Coated Aluminum with full dust,
water & vermin proof arrangement. All wires/cables must be terminated through cable
lugs. The J.Bs shall be such that input & output termination can be made through
suitable cable glands.
- Made of FRP or cast aluminum
- Copper bus bars/terminal blocks housed in the junction box with suitable
termination threads
- Conforming to IP65 standards and IEC 62208
- Hinged door with EPDM rubber gasket to prevent water entry.
- Single compression cable glands.
- Provision of earthing
- Suitable capacity MOVs provided within the box to protect against lightning
5. Plant Control, data logger & plant monitoring unitBasically, this unit should perform the following :
35
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Individual Array monitoring via string monitoring system
Measurement and/or recording of energy parameters.
Simple data logger or energy meter to record the energy data on a pre-
determined interval basis.
Measurement & continuous acquisition of ambient air temperature, wind speed,
solar radiation, PV module temperature, individual string current, inverter output
voltage and current, output frequency
Operating state monitoring and failure indication.
Representation of monitored datas in graphics mode or in tabulation mode.
Controlling & monitoring the entire power system through remote terminal at
PEDA office at Chandigarh as well as from a local terminal.
Necessary hardwares & softwares shall have to be supplied by the contractor.
Both the softwares and hardwares required for interfacing the plant with SPS
office including CPUs, modems, Printers, UPS, Cellular device are to be
supplied and installed by the contractor as per Clause 3.27.
Remote control/ Instrumentation : The microprocessor control unit should have
the provision for installation of RS – 232/485 communication link, should remote
control and monitoring capability (by personal computer) be desired. All
parameters, status and indicators and targets accessible through the local
operator interface may be accessed remotely through these ports. Optional
analog outputs (0-5VDC) for AC powers, DC current, DC Voltage can be
supplied to interface with external data acquisition systems. Optional contacts
inputs from an external SCAD/RTU or other remote control device can be
provided within the inverter enclosure for remotely disabling or resetting the unit.
7. AC DISTRIBUTION PANEL BOARD 7.1 AC Distribution Panel Board (DPB) shall control the AC power from inverter, and
should have necessary surge arrestors. Interconnection from ACDB to mains at
LT Bus bar to be carried out and complete equipment along with metering to be
installed in the ACDB. Requirement/specifications of DCDB and ACDB may be
changed as per site conditions. An ACDB to be provided at the cable terminating
point emanating from 25KVA auxiliary transformer for interconnection control of
dedicated electrical loads.
7.2 All switches at the , circuit breakers, connectors should confirm to IEC
60947,part I, II and III.
8. CABLES & WIRES8.1) Cabling in the yard and control room : Cabling in the yard shall be carried out as
per IE Rules. All other cabling above ground should be suitably mounted on
cable trays with proper covers. Only LSHZ XLPE cables must be used.
36
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
8.2) Wires: Only FRLS copper wires of appropriate size and of reputed make shall
have to be used.
8.3) Cables Ends: All connections are to be made through suitable
cable/lug/terminals; crimped properly & with use of Cable Glands.
8.4) Cable Marking: All cable/wires are to be marked in proper manner by good
quality ferule or by other means so that the cable can be easily identified.
Any change in cabling schedule/sizes if desired by the bidder/supplier be got
approved after citing appropriate reasons. All cable schedules/layout drawings
have to be got approved from the purchaser prior to installation. All cable tests
and measurement methods should confirm to IEC 60189.
8.5)
- Multi Strand, Annealed high conductivity copper conductor
- PVC type ‘A’ pressure extruded insulation
- Overall PVC insulation for UV protection and confirm to IEC 69947
- Armoured cable for under ground laying
- All cables shall conform to BIS standards (IS 694) and (IS 1554)
- The size of each type of cable selected shall be based on minimum
voltage drop, however, the maximum drop shall be limited to 2%
- Selected cable should carry a current density of minimum
1.2Amp/Sq.mm
8.6) - All electrical control / power cables / wires inside the building to be fixed
in accordance with CPWD specifications for electrical works Part-I
internal only Rigid Steel Conduit should be used for wiring inside the
building
- Proper laying of cables have to be ensured in appropriate cable trays,
pipes / trenches as per site requirement.
- For laying / termination of cables, latest BIS / IEC codes / standards be
followed.
9. FIRE EXTINGUISHERS :The fire fighting system for the proposed power plant for fire protection shall be consisting
of :
- Portable fire extinguishers in the control room for fire caused by electrical short
circuits.
- Sand buckets in the control room
The installation of Fire Extinguishers should confirm to TAC regulations and BIS
standards. The fire extinguishers shall be provided in the control room housing the
batteries and PCUs.
10. LIGHTNING AND OVER VOLTAGE PROTECTION
37
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
There shall be the required number of suitable lightning arrestors installed in the array
field. Lightning protection shall be provided by the use of metal oxide varistors and
suitable earthing such that induced transients find an alternate route to earth. Protection
shall meet the safety rules as per Indian Electricity Act. Lighting protection for array yard
and control room building has to be provided. All building earth conductors shall be
interconnected through the concept of earth mats for interconnection with separate earth
pits. For each earth pits necessary test points shall have to be provided.
11. EARTHING PROTECTIONEach array structure of the PV yard should be grounded properly. In addition the lighting
arrester/masts should also be provided inside the array field. Provision should be kept be
provided inside the array field. Provision should be kept for shorting and grounding of the
PV array at the time of maintenance work. All metal casing/shielding of the plant should
be thoroughly grounded in accordance with Indian electricity Act./IE Rules. Earth
Resistance should be tested in presence of the representative of PEDA after earthing by
calibrated earth tester. INVERTERS, ACDB and DCDB should also be earthed properly.
The 11KV side equipments and parts shall be earthed in compliance to Indian Electricity
Rules’1956, all non current carrying metal parts shall be earthed with two separate and
distinct earth continuity conductors to an efficient earth electrode.
12 TOOLS & TACKLES AND SPARES :After completion of installation & commissioning of the power plant, necessary tools &
tackles are to be provided free of cost by the contractor for maintenance purpose. List of
tools and tackles to be supplied by the contractor for approval of specifications and make
from PEDA.
A list of requisite spares in case of INVERTER comprising of a set of control logic cards,
IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV
modules and batteries be indicated, which shall be supplied along with the equipment. A
minimum set of spares shall be maintained in the plant itself for the entire period of
warranty and Operation & Maintenance which upon its use shall be replenished. A
minimum spare parts list is enclosed at Annexure 1 in Section IX.
13. Plant electricals including transformers, circuit breakers and ODY13.1 Solar Photovoltaic Power Plant Electrical System
The technical requirements of design, manufacture, testing at works supply
installation testing & commissioning of all electrical equipment's required for the
Solar Photovoltaic Power Plant starting from the local control panel of Plant and up
to the Grid tie up with the State grid including all control protection, metering
equipment, step up generator voltage transform, 11kV outdoor switchgear kiosk and
balance of equipments complete in all respect shall be of high standard and quality
meeting the requirement of respective Indian standard. The brief particulars and
requirement of equipment is as under-
38
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
13.2 1.2MVA Step Up Transformer and 25KVA Auxiliary Transformer One number transformer of 1200 KVA shall be used for 1.0 MW SPV Power Plant..
Transformer LV side should be of same voltage as that of output of PCU and HV
side should be 11 KV. One number Auxiliary transformer mounted on H pole of 25
KVA, 415 V/11 KV The Bidder shall furnish Guaranteed Technical Particulars as per
Sheet-3. The detail specification of step up transformer is as under-
13.1.1 General Requirements:The intention of the specification is to provide information for the design of the above
mentioned transformers to be fully suitable in every respect for the functions
designated. It is required that the supplier agrees to furnish all apparatus, appliance
and material whether specifically mentioned or not, but which may be found
necessary to complete, perfect, or test any of the herein specified units in
compliance with the requirements implied in this specification.
All terminal screws, studs, nuts and bolts shall be in accordance with the
Indian Standards.
All electrical and mechanical equipment shall be designed and manufactured
so that no damage will result from transportation, installation and operation of
the equipment under the climatic conditions to which it will be subjected.
All materials used shall conform to this specification and appropriate
standards and shall be new in all respects.
13.1.2 Standards:The transformers, their accessories and fittings, transformer oil, etc. shall conform to
the latest edition of the following standards (as amended up to date) except where
specified otherwise in this specification:
1. Transformer. IS:2026
2. Transformer oil. IS:335/93
3. Bushings. IS: 2099, 3347,8603
4. Fittings and accessories for transformers. IS:3639
5. Code of practice for selection installation & IS:10028 maintenance of
transformer.
6. Guide for loading of oil immersed transformers. IS:6600
7. Method of impulse voltage testing IS:2070
8. Gas & Oil operated Relay. IS:3637:
9. Specifications for insulating kraft paper. IS:9335:
10. Specifications for solid insulating press Boards for electrical purposes.
IS:1576
11. Ready mixed paint, brushing zinc chromate, painting IS:104:
12. Determination of water content in oil for porcelain bushing transformers.
IS:2362:
39
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
13. Dimensions for clamping arrangements for bushings. IS:4257:
14. Selection, Installation and maintenance of transformers: Silica-gel IS:3401
and IS:10028:
15. Terminal Connector IS:5561:
16. Gas & Oil operated Relay. IS:3637:
Method of impulse voltage testing IS:2070:13.1.3 Electricity Rules Act & Rules:
All work shall be carried out in accordance with the latest edition of the Indian
Electricity Act and rules formed there under and as amended from time to time.
13.1.4 Type And Rating:(i) The transformers shall be of copper wound 630 kVA, 415V/11kV, 3
phase, natural cooled, double wound, core type construction, oil
immersed and shall be suitable for outdoor service as step-up
transformers ( At times however these may be required to work under
reversal of power also).
(ii) The transformers covered by this specification are to run in parallel with
transformers which are being installed or will be installed in future (for
same rating) and as such the characteristics of the transformers covered
in this specification for the sub-station will be identical so as to enable
these transformers to run in parallel. The technical particulars of
transformers required are as under:
a) Maximum continuous rating at reference : 630 kVA ambient temperature specified
b) Frequency : 50 Hzc) No. of phases : 3 phased) Rated primary Voltage on principal tap : 11 kVe) Rated secondary Voltage : 0.415 kVf) Winding connections :
i) HV side : Starii) LV side : Delta
iii) Vector group reference : YNd-11g) Type of cooling : ONANh) Percentage impedance at normal : 4.0 %
voltage & 75 deg.C average winding temp. between HV-LV with tolerance as per ISS.
i) Off load tap changer : Having 6 equal steps (7 positions) (in step of 2.5% of each to havevoltage variation of +5% to -10% on HV side Also match the range of equirement of HV voltage viz-a-viz Inverter output voltage.
j) Maxm. current density for HV & LV 3 Amp/mm sq (for Cu winding incl. tapped winding wound)
k) Neutral unbalance current Not exceeding 2.0%l) Type of terminal On HV side to suitable size of
cable for inter connection to indoor HT panel /Panther"
40
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Conductor on HV sides as per design & LV Side:suitable for connecting cable thimble of suitable size cable on LV side/LT BUS as per design of bidder.
13.1.5 Efficiency:The percentage loading for the maximum efficiency shall be clearly stated at
unity power factor as well as 0.8 and 0.9. p.f.
13.1.6 Insulation:(i) The dielectric strength of the winding, given insulation and the bushings
shall conform to the values given in IS:2026 (Part.III)/1981 (or its latest
amendment) for highest system voltage of 12 kV, 1.1 kV and shall be
suitable for the following impulse test\power frequency test voltages.
SYSTEM HST.SYSTEM IMPULSE TEST PF TESTVoltage voltage Voltage Voltage---------- ------------- ---------------- ------------11 kV 12 kV 75 kVp 28 kV415 kV 1.1 kV - 2.5 kV---------- ------------- --------------- ------------
13.1.7 Temperature Rise:Each transformer shall be capable of operating continuously at their normal
rating without exceeding temperature rise limits as specified below :
----------------------------------------------------------------------------------------------------------------Type of Temp.rise Externalcooling. cooling
medium (Air)----------------------------------------------------------------------------------------------------------------1. Winding (Temp.rise ONAN 50 degree C. When the oilmeasured by resistance circulation is method) natural non directed2. Oil ( Temp.rise As above. 45 degree C. -measured by thermometermethod)----------------------------------------------------------------------------------------------------------------
The reference temperature conditions for which the transformers shall be designed are as
specified in clause "climatic conditions" The hottest spot temperature shall not exceed 98
degree C when calculated over an annual weighted average ambient temperature of 35 degree
C when transformer is loaded to its rated MVA. The transformer shall be capable of being over
loaded in accordance of IS: 6600/ 1972. Bushing and its terminal connectors shall have
minimum continuous current rating corresponding to 120% rated current of transformer at
lowest tap.
13.1.8 Impedances:The percentage impedance at 75 deg. C shall be 5.0% for the sub- station
transformers subject to tolerance as per IS: 2026. The duration of short circuit
41
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
with reference to the impedance voltage shall also be in accordance with the
latest IS: 2026.
13.1.9 Guarantees.The bidders are required to offer the transformers having no load losses and load
losses not exceeding the following values without any positive tolerance.
(i) No load loss at rated voltage, 1030 Watts
Rated current, rated frequency
(ii) Load loss at rated current, rated 5800 Watts
voltage, rated freq. and 75 Deg.C.
Further the purchaser reserves the right to reject any transformer, if during
inspection/testing, the tested no load/load losses and total losses exceed the
above prescribed losses by more than the following values as per ISS :
(a) Total Losses : +10% of the total losses.
(b) Component losses : + 15% of each component loss provided that
the tolerance for total losses is not exceeded.
The transformer could also be rejected if excess losses are less than above limits but
calculations suggest that there is not enough margin in the temp. rise values to be contained
within permissible limits to absorb such losses unless temp. rise test is repeated on the
transformer free of cost.
The supplier shall provide the design details of core assembly showing the construction details,
core diameter, net/ gross sectional area of the core assembly etc. The information must also be
given in respect of volts per turn at principal tap for normal voltage. The loss curves for
type/grade of steel laminations being used for the core shall also be provided.
13.1.10 Cooling : Each transformer shall be provided with ONAN type cooling.
The ONAN cooling of the transformers shall be by natural circulation of air
while the circulation of oil shall be effected by natural convection, the
maximum oil flow being assured by a method whereby the return flow of
cooled oil is made to enter the tank at a level coinciding with the bottom of
the hot columns of oil thus avoiding centre heads of cold oil at the bottom of
the tank. Out flow shall be arranged to coincide as nearly as possible with the
hot oil level at the top of the tank so that the total available difference will be
fully employed in circulating the oil round the shortest possible paths.
The windings of the transformers shall be designed to deliver continuously
rated kVA corresponding to ONAN cooling. Radiators shall be provided for
cooling purpose. These shall be directly mounted on the tank on both sides in
a balanced manner & not on one side only.
13.1.11 Transformer Core:
42
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(i) The core shall be built up with thin lamination of high grade, non ageing,
low loss, high permeability, cold rolled, grain oriented silicon steel
specially suitable for transformer core. The particulars of laminated steel
to be employed shall be furnished along with DC magnetization, B-H and
iron loss curves.
(ii) If required after being sheared the laminations shall be treated to remove
all burrs and shall be re-annealed to remove all residual stresses. At least
one side of each lamination shall be coated with a double baked enamel
insulation coating which will not deteriorate due to pressure and the
action of hot oil. The nature of insulation shall be specified.
(iii) Every care shall be exercised in the selection, treatment and handling of
core steel to ensure that as for as practicable, the laminations are flat and
the finally assembled core is free from distortion.
(iv) The design of the magnetic circuit shall be such as to avoid discharges,
development of short circuit paths within itself or to the earthed clamping
structure and the production of flux components at right angles to the
plane of the laminations which may cause local heating.
(v) The core shall be rigidly clamped to ensure adequate mechanical
strength and to prevent vibration during operation. The core/clamping
bolts shall not pass through Core/Yoke and clamping structure shall be so
constructed that eddy currents will be minimum.
(vi) The core shall be provided with lugs suitable for lifting the complete core
and coil assembly of the transformer. The core and the coil shall be so
fixed in tank that shifting will not occur when the transformer is moved or
during a short circuit.
13.1.12 Flux Density:The flux density in any part of the core built from cold rolled grain oriented steel
shall not exceed 16000 lines per sq. cm. at any tap position necessary to
maintain No-load terminal voltage of 415 V on LV side as required. Due regard
shall also be given to limiting the flux density based on the characteristics of the
material used. Over flux in the core shall be limited to 12.5% of rated value to
ensure that core does not get saturated in the event of over voltage to the extent
of 12.5%. The core step section and flux density calculation shall be furnished.
The magnetizing current at rated voltage shall not exceed 2% of full load current
and at 112.5% of rated voltage shall not exceed 4% of rated full load current. The
above values are maximum & no tolerance shall be allowed.
13.1.13 Suppression of Harmonics:
43
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The transformer shall be designed with particular attention to the suppression of
harmonics voltages especially in the third and fifth harmonics so as to eliminate
wave form distortion and any possibility of high frequency disturbances.
13.1.14 Winding:(ii) The copper windings shall be so designed that all coil assemblies of
identical voltage ratings shall be inter changeable and field repairs to the
windings can be made readily, without special equipment. The coils shall
be between adjacent sections by insulating spacers and bracers.
Bracings and other insulation used in the assembly of the windings shall
be arranged to ensure a free circulation of the oil and to reduce hot spots
in the windings. The windings shall be designed to reduce to a minimum
the out of balance forces in the transformer at all ratios. The double paper
covering insulation shall be used in HV & LV coils.
(iii) The insulation of the coils shall be suitable to develop the full electrical
strength of the windings. All materials used in the insulation and assembly
of the windings shall be insoluble, non catalytic, and chemically inactive in
the hot transformer oil, and shall not soften or otherwise be adversely
effected under the operating conditions.
(iv) All threaded connections shall be provided with locking facilities. All leads
from the windings to the terminal board and bushings shall be rigidly
supported to prevent injury from vibration. Guide tubes shall be used
where practicable.
(v) The windings shall be clamped securely in place so that they will not be
displaced or deformed during short circuits. The assembled core and
windings shall be vacuum dried and suitably impregnated. The Copper
conductor used in the coil structure shall be best suited to the
requirements and (vi) The material used for insulation and coils shall be
of best quality and if desired, invoices and manufacturers test certificates
shall be furnished. All permanent current carrying joints in the windings
and the leads shall be welded or braced except compression type which
may be used for terminal connections. Bolted connection may be used at
the bushings and at terminal board with suitable locking device. The
drying out procedure of the core coil assembly shall be indicated.
13.1.15 Fault Withstanding Capacity of Windings:All the windings shall be suitably designed to withstand short time rating for not
less than 2 seconds. The maximum temperature attained for short time rating
shall not exceed 250 degree C.
13.1.16 Insulating Oil:
44
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(i) The oil for first filling shall be supplied with each transformer. The oil shall
be EHV grade. and shall comply IS:335/1993 and IS:1866 with latest
amendments.
(ii) Particular attention shall be paid to deliver the oil for topping up free from
moisture having uniform quality throughout in the non-returnable new
steel drums.
(iii) The quantity of oil for first filling of each transformer shall be stated.
Quantity of oil required for filling of conservator and radiators shall also be
stated.
(iv) The transformer oil purchased from M/s. Savita Chemical, M/s. Apar, M/s.
Raj Lubrichem, M/s. Raj Petroleum and M/s. Lubrichem shall only be
supplied. Invoice and test certificates of manufacturer of transformer oil
shall have to be furnished as and when desired by the Owner.
13.1.17 Tank :(i) The transformer tank and cover shall be fabricated from good commercial
grade low carbon steel suitable for welding and of adequate plate
thickness. The tank and the cover shall be of welded construction. All
seams shall be welded and where practicable they shall be double
welded. The transformer tank shall have sufficient strength to withstand
without permanent distortion.
(ii) At least one manhole/inspection cover with a welded flange and a bolted
cover shall be provided on the tank cover. The manhole shall be of a
sufficient size to afford easy access to the lower ends of the bushings,
terminals etc.
(iii) All bolted connections to the tank shall be fitted with suitable oil tight
gaskets which shall give satisfactory service under the operating
conditions. Special attention shall be given to the methods of making the
hot oil tight joints between the tank and the cover as also between the
cover and the bushing and all other outlets to ensure that the joints can
be remade satisfactorily and with ease , with the help of semi-killed
labour. Where compressible gaskets are used, steps shall be provided to
prevent over compression. Suitable guides shall be provided for
positioning the various parts during assembly or dismantling.
(iv) Lifting eyes or lugs shall be provided on all the parts of the transformers
requiring independent handling during assembly or dismantling. In
addition the transformer tank shall be provided with lifting lugs and
bosses properly secured to the sides of the tank, for lifting the transformer
either by cranes or by jacks.
45
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(v) The design of the tank, the lifting lugs and bosses shall be such that the
complete transformer assembly filled with oil can be lifted with the use of
these lugs without any damage or distortions. The tank shall be provided
with two suitable copper alloy lugs for the purpose of groundings.
(vi) The main body of the tank shall have sufficient strength to withstand and
without permanent distortion
a) A vacuum of 760mm of mercury.
b) Continuous internal gas pressure of 0.7 atmospheres above
atmosphere pressure with oil at operating level i.e. the transformer
tank should be able to withstand 100% vacuum and also one
atmosphere pressure above atmosphere internal pressure.
(vii) The tank cover shall be belled to the tank and the transformer design
shall be such that at the tank will not split between the lowest and upper
cooler connections.
(viii) The exterior of transformer tank shall be thoroughly given one primary
coats & two finishing coats of durable oil and weather resistant paints of
enamel. The colour of the finishing coats shall be dark admiralty grey
confirming to colour code number 320 of IS.
13.1.18 Under Carriage:(i) The transformer tank shall be supported on a structural steel base
equipped with forged steel or cast steel, flat uni-directional rollers suitable
for moving the transformer completely filled with oil. The rollers should be
of Cast Iron with mild steel mounting arrangement and also mild steel
axle with mild steel split pin. The surface of roller should be machined and
axle should be of round shape.
(ii) Pulling eyes shall be provided to facilitate moving the transformer and
they shall be suitably braced in a vertical direction so that bending does
not occur when the pull has a vertical component.
13.1.19 Off Load Tap Changer Mechanism:(i) The off circuit tap changer shall be of high quality and robust in
construction. It shall be located at a convenient position so that it can be
operated from ground level by a standing operator. The handle of OCTC
shall be provided with a locking arrangement. Thus enabling the OCTC to
be locked in position. Arrangement for indicating of tap position shall also
be provided. It shall be suitable for local manual operations. The tap
changer shall be capable of permitting parallel operation with other
transformer of the same type. When one unit is in parallel with another of
same type, the tap changer shall not become out of step.
46
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(ii) The OCTC shall be capable of carrying rated MVA on all taps. The
breaking capacity of the OCTC shall be compatible with the highest
system voltage and current based on maximum over loading permissible
under IS:6600 -1972 (150% of rated this) Step voltage of OCTC shall not
be less than 115% of 2.5% of the nominal phase voltage of the HV
winding and rated through current of OCTC at this voltage will not be less
than 150% of rated current of HV winding at lowest tap. The OFF Load
Tap Changer should be of following makes only:-
a) M/s Paragone Associates, Thane
b) M/s Alwaye, Bangalore
13.1.20 Conservator:(i) Oil preserving equipment shall be conventional conservator tank type.
The minimum oil level in the conservator tank shall not be below the level
of the bushing flanges.
(ii) Oil conservator tank shall be located well clear of the bare connection of
the transformer terminals. The conservator tank shall have adequate
capacity between highest and lowest permissible levels to meet the
requirement of expansion of the total cold oil volume in the transformer
and cooling equipment from min. ambient temperature to highest oil temp.
as per desired.
(iii) The total volume of the conservator shall be min. 10% of the total quantity
of oil in transformer .The inside diameter of the pipe connecting the
conservator to the main tank shall be min.50mm and it should be
projected into the conservator in such a way that its end is projected
30mm above the bottom so as to create sump for collection of impurities.
The min. oil level should be above the sump level.
(iv) A conservator complete with sump and drain valve shall be provided in
such a position as not to obstruct the electrical connections to the
transformer, having a capacity between highest and lowest visible levels
to meet the requirement of expansion of the total cold oil volume in the
transformer and cooling equipment from the minimum ambient
temperature shall be with 0 Deg. C to 90 Deg.C. The minimum indicated
oil level shall be with the feed pipe from the tank covered with not less
than 15mm depth of oil and the indicated range of oil level shall be
minimum to maximum.
(v) The oil connection from transformer tank to the conservator vessel shall
be arrange at a rising angle of 3 Deg. to 9 Deg. to the horizontal up to gas
and oil actuated relay and shall consist of 50mm inside diameter pipe.
13.1.21 Bushings:
47
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(i) All main winding and neutral leads shall be brought out through outdoor
type bushings. The electrical characteristics of bushing shall be in
accordance with IEC-137 as well as IS- 3347/8603 and IS-1999. The
bushing shall be rated for highest voltage and current rating of the
respective windings. The current ratings of bushing shall be at least 150%
of the rated current at minimum tap to permit overloading.
(ii) The bushings shall have high factor of safety against leakage to ground
and shall be so located as to provide adequate electrical clearances
between bushings and between the bushings and ground parts. The
spacing between the bushings shall be adequate to utilize full flashover
strength preventing flashover between the phases or between phase and
ground parts under all conditions of operation. The creep age distance
shall not be less than 25 mm per KV.
(iii) All bushings shall be equipped with suitable solder less terminals of
approved type. The type and size shall be specified. All external current
carrying contact surfaces shall be placed adequately.
(iv) Bushings of identical voltage ratings shall be interchangeable .
(v) Special adjustable arcing horns shall be provided with HV bushing. Each
bushings shall be so co-ordinate with the transformer insulation that all
flashover occur outside the tank.
(vi) All porcelain used in bushings shall be of the wet process homogeneous
impervious to moisture and free from cavities or other flaws and
throughout verified and smoothly glazed. The glazing shall be of the
uniform colour and free from blisters, burns and other defects. All
bushings shall have puncture strength greater than the dry flashover
voltage.
13.1.22 Center of Gravity.The center of gravity of the assembled transformer shall be low and as near the
vertical center line as possible. The transformer shall be stable with or without oil.
13.1.23 Fittings and Accessories:Each transformer shall be provided with the following fitting and accessories in
accordance as specified in IS: 2026/1977:
i) 150 mm dial type thermometer for oil : A dial type indicating thermometer
with maximum pointer of robust pattern mounted in the marshalling box of
the transformer at a convenient height to read the temperature in the
hottest part of the oil and fitted with alarm and trip contacts. Adequate
thermometer pockets shall also be provided on the transformer tank.
48
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
ii) Two winding temp indicators, One for HV and other for LV winding.
Current transformer for WTI shall have secondary current of rating of 2
Amp.
iii) One oil drain cum sampling valve for main tank with plug or core plate of
suitable size with locking arrangement.
iv) One filter valve located at the top of the tank on the LV side. The opening
of this valve shall be baffled to prevent aeration of oil.
v) One filter valve located near the bottom of the tank on the HV side of the
transformer.
vi) Air release device. It shall be of adequate capacity and shall be provided
to release the trapped air during/after filling of the oil.
vii) Explosion vent (with diaphragm /Pressure release device)
viii) One No. double float Buchholz relay shall be provided with alarm and
tripping contacts to detect accumulation of gas and sudden changes of oil
pressure, complete with shut-off valves on either side and flange coupling
to permit easy removal without lowering oil level in the main tank, a bleed
valve for gas venting and a test valve. The Buchholz relay shall be of best
indigenous make having ISI certification.
ix) Detachable radiators complete with shut off valves as necessary for
cooling as per clause 3.15.
x) An oil conservator having detachable end plates, with following
provisions.
a) Magnetic type oil level guage with low level alarm contacts.
b) One oil filling hole with plug and drain valve on the conservator.
c) one prismatic oil level guage having painted/embossed marking
as min., normal, and max. oil level.
d) Silica gel breather with Oil seal and Dehydrating agent.
xi) Eye bolts and lugs on all parts for ease of handling.
xii) Two grounding terminals as per clause No.3.20.5.
xiii) Rating, Diagram and terminal marking plates :
Rating, diagram and terminal marking plates of stainless steel or brass for
transformers and other accessories giving details as per ISS-2026 shall
be provided. Value of full wave (1.2/50 micro second) impulse level, short
circuit current, its duration, weights of all important items, Impedances,
loss values at normal/extreme taps and Postal address. Performance
guarantee clause 3.34 shall also be indicated.
xiv) All transformers shall have the marking in paint on the body for
identification as per Indian Standard or as instructed by purchaser.
Further, the following should be embossed at the top of the tank cover.
49
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
a) Sr. No. of the transformer.
b) The details of P.O. i.e. Order No. & Date.
c) Name of the firm.
d) Month and year of manufacture.
xv) Bimetallic terminal connectors suitable for "ACSR Panther" for HV. While
for LV bushing as per 5 (xii) above and earthing clamps should be as per
IS: 5561.
xvi) Suitable weather proof cubicles (Marshalling box) for housing the local
control equipment for fans, terminal blocks, for current transformer
secondary’s and for mounting winding temperature indicators and oil
temperature indicator as (i) and (ii) above.
xvii) HV and LV bushings with adjustable arcing horns 3 Nos. and 4 Nos.
respectively.
xviii) Triple pole type off load tap changer as detailed above.
xix) Rollers:
Transformers shall be provided with Four numbers of flat uni-directional
rollers.
xx) Skids:
xxi) Hauling Eyes:
Hauling eyes shall be provided on all the four sides of the transformer
base.
xxii) Jacking Pads :
Four, sturdy jacking pads shall be provided for lifting complete transformer
to enable rotation of its wheels through 90 degree for pulling on
transformer tank. Lifting height and safe capacity of jacks shall be
specified in Bid.
xxiii) Lifting Lugs:
Two sets of forged or tested mild steel plate lifting lugs, one set for top
cover, core and coil assembly and other set of complete transformer shall
be provided. Lifting lugs shall be of adequate strength and size for
attaching steel rope slings. Should lugs for lifting complete transformer be
located on the base, sling guides shall be provided on cover.
xxiv) Inspection Covers:
One inspection covers of sufficient size for access to the interior of the
tank shall be provided on the cover. The inspection covers shall be
provided with suitable lifting arrangements.
xxv) OFF CKT Tap Changer.
xxvi) Axles & Wheels.
50
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
All type of valves shall be of gun metal except radiator shut off valves
which may be of cast iron/steel. All valves shall be provided either with
blind companion flanges or with pipe plugs for protection.
The makes of fitting & accessories will be Specifications as under:-
S.No. Fitting & Accessories Makes1 Buchholz relay Atvus, Sukrat, Suvidha.2 Winding Temperature
IndicatorOIT/WTI Model integrated RTD Scheme for ROTI/RWTI with remote indicator of M/s Preci Measure Control Pvt. Ltd. or equivalent make.
3 Magnetic type oil level guage Atvus, Sukrat, Instrument & Control
4 Radiator Valve Hari Industries, Atvus, Vinayak, Vimal Techno
5 Filter valve & Drain valve Utam, Punjab Metal, Leader, Hari Ind., Neuman Ind.
6 Oil Temperature Indicator OIT/WTI Model integrated RTD Scheme for ROTI/RWTI with remote indicator of M/s Preci Measure Control Pvt. Ltd. or equivalent make.
Radiator valves shall have clear & distinct OPEN/CLOSE indication
embossed/ casted as well as painted on the both sides of main body of
valve.
13.1.24 Factory Assembly And Tests:The transformer shall be completely assembled and tested at the Factory.
Routine and Acceptance tests as per specification are to be conducted and no
deviation in respect of conducting these tests will be acceptable. No extra
charges for these tests will be paid. Test charges shall be part of cost of the
equipment. If purchaser selects to send a representative, all tests shall be carried
out in his presence. Type test certificate shall be furnished before start of supply
13.1.25 Routine Tests:Each completed transformer shall be subjected to following routine tests as per
IS: 2026 Part. I & III (latest amendment). No extra charges for any of the tests
shall be paid. No deviation shall be acceptable. If the supplier desires, he may
not fix radiators on transformers(other than the one which is to be type tested)
during routine testing. However in that case, radiator manufacturer's test
certificate shall be furnished for reference of inspecting officer with undertaking
that supplier shall be responsible for proper alignment/fixing of radiator on
transformer at site.
a) Measurement of resistance of each winding.
b) Measurement of turn’s ratio between HV-LV windings at each tap.
c) Checking of polarity and phase relation-ships for each winding.
d) Measurement of no load loss and no load current.
51
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
e) Positive phase sequence impedance/short circuit impedance between
HV-LV windings on minimum, maximum and normal taps.
f) Separate source voltage withstand test.
g) BDV test on transformer oil.
h) Induced over voltage withstand test.
i) Measurement of neutral unbalance current.
j) Regulation at rated load at unity, 0.90 and 0.80 lagging power factor.
k) Load losses measured at rated frequency by applying voltage sufficient to
produce the rated relevant current in one winding with the other winding
short circuited.
l) Measurement of insulation resistance.
m) The total losses shall comprise of the No Load Losses, load losses at
rated output duly converted at 75 degree C average winding temperature
and shall also be indicated in the test report. Load losses shall be that
corresponding to rated load on HV & LV winding.
n) Routine dielectric tests as per IS:2026(Part.I & III), 1981.
o) Check complete transformer against approved outline drawing, provision
for all fittings, finish oil level etc.
13.1.26 Type Tests:Type test certificate shall be furnished with tender and before start of supply for
approval.
13.1.27 Tests at SiteAfter erection at site all transformer(s) shall be subjected to the following tests:
i) Insulation resistance test.
ii) Ratio and polarity test.
iii) Dielectric test on oil.
In case the equipment is not found as per the requirements of the
purchase order, all expenses incurred during site testing will be to the
tenderer's account and the material shall be replaced by him at site, free
of cost.
13.1.28 Further Tests:The purchaser reserves the right of having other reasonable tests carried out at
his own expenses either before dispatch or during performance guarantee period
from Govt. approved/ Govt. recognized lab. to ensure that the transformer
complies with the requirements of this specification after due intimation to the
supplier. In case the equipment is not found meeting the requirement of PO /
specification, all expenses incurred for such testing will be on supplier’s account
and the material shall be replaced by the supplier at site free of cost
13.1.29 Frequency and System Voltage :
52
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The transformer shall be suitable for continuous operation with a frequency
variation of plus minus 3% from normal of 50 cycles per second without
exceeding the specified temperature rise. The highest system rated voltage shall
be 12 kV. However the flux density requirements shall be as per this
specification.
13.1.30 Drawings:(i) The drawings and the technical literature list below shall be submitted.
a) General outline drawings showing front, side elevations and plan
views of the transformer and all accessories and external features
with detailed dimensions, net and shipping weight, crane lift for
undertaking and for erection/ removal of bushing, size of lifting
and pulling eyes, HV & LV terminal clearances, live terminal to
ground clearances, quantity of insulating oil etc.
b) Core assembly drawing showing complete constructional details
and flux density calculations & details of insulation.
c) Drawings giving details of name plate & terminal marking and
connection diagrams.
d) Drawings of bimetallic terminal connectors with test certificates.
Thermal / dynamic calculations; to provide transformers capability
to withstand short circuit under worst conditions.
(iii) Any shop work done prior to approval of the drawing shall be at the
supplier's risk. The supplier shall make all such changes in the design as
are considered necessary to make the equipment conform to the
provisions and intent of this specification without any additional cost to the
purchaser.
(iv) Each drawing shall be identified by a drawings number and each
subsequent resubmission / revision or addition to the drawings or
procedure. All drawings shall be thoroughly checked for accuracy and
completeness and signed or initialed by a responsible officer of the
contractor.
(v) Checking and approval of the drawings by the purchaser is for the benefit
of the supplier and shall not relieve the supplier of full responsibility for
ensuring correct interpretation of design drawings and specifications or
for completeness and accuracy of the shop drawings and relevant
specifications.
Notes:1. The Tolerance in weight and Dimension of the transformer shall not be more than (+/-)
5%.
53
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
2. Minimum external electrical clearance after mounting the bi-metallic terminal connectors
in position shall be maintained as per relevant standards.
3. Make of each accessories/components shall be clearly and invariably indicated in the bill
of material. Further following make(s) of bought out items are acceptable to the
department.
i) Bushings. JSI /CJI /WS
ii) Bimetallic terminal connector Milind Engineering/Vinayak/Best &
Crompton/ Nootan
iii) OFF circuit tap changer Alwaye
iv) Oil temperature indicator - Press & forge / Precimeasure
/ATVUS/Sukrut Udyog / Perfect control.
However other makes of bought out items are also acceptable, if it is of “ISI mark” or
type tested for which bidder shall furnish attested Photostat copy of valid ISI certificate /
type test report from Govt. approved/ recognized lab. The type test report should not be
older than 5 years.
Installation & CommissioningMainly following activities are required to be carried out before commissioning of Power
Transformers:-
a) Assembling of Power Transformer accessories.
b) Testing activities in presence of Purchaser such as
(i) Ratio Test
(ii) Megger Value
(iii) Magnetic balance.
(iv) Oil BDV
(v) Earth Resistance
(vi) Buchhloz Relay checking.
(vii) WTI/OTI/MOLG (oil level) checking.
(viii) Checking of points of leakage of oil from Transformer body/
Radiator/Valve,
(ix) Setting of Relays in Panel
13.2 Technical Specification of 12 kV Indoor Switchgear and Control PanelsThis 3 pole, 50 Hz, 12 KV switchgear and control gear panels shall be fitted with
12 KV vacuum circuit breakers including voltage transformers, current
transformers, metering instruments, protection relays etc. The power system is
with neutral solidly earthed. The circuit breaker and protective devices shall be of
latest design so as to ensure rapid and efficient interruption of fault current, low
arc energy, small arcing time, complete phase segregation and freedom from fire
hazards.
13.2.1 Standards :
54
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The circuit breaker/metal enclosed switchgear, Voltage transformers, current
transformers and all other equipment shall also comply with the requirement of
following latest edition of relevant Indian standards. Voltage transformer and
current transformers shall be mounted within the panels.
S.No. IS/IEC Reference Specification
1. IEC-298 A.C. Metal – enclosed and control gear for rated voltages above 1KV and including 72.5KV
2. IS-3427 A.C. Metal – enclosed and control gear for rated voltages above 1KV and including 52KV.
3. IS-8623 Specification for Low Voltage Switchgear and Control gear assemblies.
4. IS-13118 IEC-56 Specification for High Voltage AC Circuit Breakers.
5. IEC-529 Degrees of Protection.6. IS-5578 & 11353 Making and arrangement for switchgear bus
bar main connections and auxiliary wiring.7. IS-325 Specification for 3 Phase Induction motors.8. IS-2629 Recommended practice for not dip
galvanizing of iron and steel.
9. IEC-137 Bushing for AC Voltages.10. IS-3347 Porcelain Transformer Bushings.11. IS-5561 Terminal Connectors12. IS-3156 Voltage Transformers13. IS-2705 Current Transformers14. IS-3231 Electric relays for power protection.15. IS-13010 -16. IS-13779 Static Energy Meters17. IS-8686 Static Protection Relays18. IS-1248 Electrical measuring instruments19. IS-2099 High Voltage Porcelain Bushings.20. IS-10118 Minimum clearances for Outdoor
Switchgear.21. IEC-694 Common Clauses for High Voltage
Switchgear and Control gear.22. IEC-60255 & IEC-61330 Numerical Relays
a) Particulars of System :i) Nominal system voltage : 11 KV
ii) Highest system voltage : 12 KV
iii) Frequency : 50 Hz
iv) No. of phases : 03
v) Neutral earthing : Effectively earthed
b) Service Conditions :The equipment should operate satisfactorily under the climatic
conditions specified in this specification. The reference maximum
ambient Air temperature may be taken as 50 Deg. C. as against
40 Deg. C. The permissible temperature rise for various
equipments offered should therefore be derated accordingly.
13.2.2 Principal Parameters
55
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
a) Circuit Breakers : Rating and characteristics of circuit breakers 1. No. of poles : 32. Class : Indoor3. Rated voltage : 12 KV4. Rated insulation level
i) Light-ning impulse voltage : 75 KV (Peak)ii) One minute power frequency : 35 KV (rms) withstand voltage.
5. Rated frequency : 50 Hz6. Rated normal current : 630 A7. Short circuit breaking capacity : 16 KA8. Short time withstand current : 16 KA for 3 secs.9. First pole to clear factor : 1.510. Protection class : IP 4X11. Maximum opening time : 5 Cycles12. Rated operating sequence : 0-3min-CO-3min-CO13. Minimum operations at full : 100 rated short circuit breaking current.14. Rated Breaking Capacity
i) Symmetrical : 16 KAii) Asymmetrical : As per ISS
15. Rated making capacity : 2.50x16 KA16. Operating Mechanism : Motor operated Spring charged closing
mechanism or magnetic actuator.17. Heater/Lamp/Socket : 240 V A/C18. Control Voltage : 110V DC
b) Characteristics of the operating mechanism of Circuit breaker and
associated equipment :
i) Method of operation : The circuit breakers shall be equipped with
power operated mechanism to operate all the three phases
simultaneously using 220/240V universal motors operated spring
closing mechanism or magnetic actuator. The circuit breakers
shall also be provided with hand operated spring closing
mechanism or magnetic actuator. The Circuit Breaker shall have
electrical and mechanical tripping arrangements under various
conditions. In case of spring closing mechanism no main spring of
the mechanism shall be plated, powder coated or given any other
treatment so that spring property is not lost.
ii) Number and type of spare, auxiliary switches : Adequate number
of spare auxiliary switches/ contacts both of normally open and
normally close type but not less than four each shall be provided
on the circuit breaker for use in the indication and controlling
scheme of the circuit breaker.
iii) Rated supply voltage and rated supply frequency : The rated
voltage for the auxiliary supply shall be 240 V, 50 Hz AC supply.
c) Constructional features:The circuit breakers shall be triple pole metal clad truck mounted
horizontal drawout type enclosed in cubicle made of CRCA sheet steel of
minimum 2 mm thickness and shall comply with latest edition of relevant
IS. The cubicle/panels shall be vermin proof and dust tight. The cubicle 56
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
shall be of folded type construction. Panel width shall be 610 mm. ± 50
mm. The switchgears and control gear shall be complete with all
necessary supporting frame work, nuts and bolts etc. for securing the
same to the floor. The operating mechanism shall operate (close/open) all
the three phases simultaneously. The operating mechanism, links etc.
should be accessible for maintenance. Mechanical safety shutters should
be provided between breaker and panel. Engagement and
disengagement of auxiliary supply should be automatically linked through
the movement of the truck so that in service condition auxiliary supply is
automatically made. All six terminals shall brought out of cubicle through
appropriate class of cable termination and sealing kits. All the breakers
shall be supplied with necessary clamps suitable for appropriate current
ratings. Suitable arrangement of earthing the switchgear and control gear
panels shall be provided. The arcing contacts shall be made of
homogeneous special alloy so that surge voltages are reduced to
negligible level and multiple arc re-ignition is eliminated. All the
connecting bus bar shall be made of copper for these indoor circuit
breakers. For indoor panels, SWITCHGEAR (circuit breakers, CTs, PTs
etc.) and control gear (relays, C&R panels meters etc.) shall be mounted
on the same panel. A set of air insulated electrolytic copper bus bars with
PVC sleeves or PVC insulation are to be provided for all indoor
switchgear panels. The switchgear panels shall be provided with the
arrangement for extending the bus bar and inter-connecting bus bars.
Their supports, nuts and bolts etc. will be supplied loose. The region of
such inter connection shall normally be blanked on panels. The bus bars
should be of electrolytic copper with permissible limits of current density.
Size of the bus bar and current density should be specified in the tender.
The bus bar conductor shall conform to IS:8034. The bus bar shall be
rated for 16KA for 3 Seconds. Painting of panel cubicle shall be epoxy
based powder coated. The paint shade of indoor panels shall be shade
631 as per IS-5.
d) Vacuum Circuit Breaker:The three phase vacuum circuit breakers will have three interrupters (one
interrupter per phase) mounted on same carriage. The interrupters shall
be air insulated in epoxy resin tank or with epoxy resin phase barriers.
Each interrupter shall have fixed and moving contacts in sealed envelope
having vacuum below 10-6 torr. The metallic bellow shall permit axial
movement of moving contact and act as vacuum seal. The contacts shall
have requisite mechanical strength and good electrical and thermal
57
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
conductivity and shall be made of copper chromium alloy. Complete
literature of vacuum bottles shall be furnished with the tender.
e) Voltage Transformers :1. Highest equipment voltage : 12kV
2. No. of phases : 3
3. Insulation level
a) Impulse withstand voltage : 75kVP
b) One minute power frequency withstand voltage on
i) Primary winding : 35 kV rms
ii) Secondary winding : 2kV rms
4. Frequency : 50 Hz.
5. Transformation ratio : 11000/110 V
6. Rated output : 30 VA / phase
7. Accuracy class : 0.5 or as per requirement
8. Winding connection : Star/Star
9. Rated voltage factor : 1.2 continuous and 1.5 for 30 seconds
10. Type of insulation : Resin cast VTs shall be provided with HRC
type fuses on the secondary side. The VT fuses on primary side
shall also be provided with all safety precautions. One of the
secondary terminals of the VTs shall be solidly earthed. One
number three phase voltage transformer of this rated output will
be required for each incoming indoor panel. Voltage transformers
should be mounted in the top part of the cubicle for ease of
replacement of fuses.
f) Current Transformers :1. Rated voltage : 12 kV
2. Insulation level
a) Impulse withstand voltage : 75 kVP
b) One minute power frequency voltage on
i) Primary winding : 35 kV rms
ii) Secondary winding : 03 kV rms
3. Frequency : 50 Hz
4. Rated continuous thermal : 120% of rated primary current
5. Short time thermal rating current : 16 KA for 3 Sec.
6. Transformer CTs of ratio 200-100/5-5A for incoming type indoor
panel and 200-100/5-5A for outgoing type panel.
7. Rated output/accuracy etc. for CTs. Core-I Core-II
58
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
a) Rated output 10 VA 10 VA However VA burden should not
be less than suitable for A.C. series trip requirement with
shunt trip arrangement.
b) Class of accuracy 5P 0.5 S
c) Accuracy limit factor 15 -
d) Purpose Relaying Metering
8. Max. instrument security factor - 5
9. Type of Insulation Resin Cast
12. kV current transformers shall be single phase. The core shall be of
high grade non ageing laminated silicon steel of low hysterics loss
and high permeability to ensure high accuracy for both normal and
fault current.
g) The rating of secondary winding shall be 5 Amps. However, the current
transformers will have to satisfy the requirement of rated VA burden,
class of accuracy, accuracy limit factor and short time thermal rating as
have been specified in clause No. 3.5 at all transformation ratio.
Magnetization curves corresponding to all secondary taps must be
submitted with the tender. The ratings of current transformers of all
classes regarding ratio error, knee point voltage, resistance of secondary
winding etc. shall have to be co-ordinated with the requirements of
protective relays and protection scheme, without any extra cost.
h) All the type test certificates are also needed to be furnished with tender.
i) The tenderer shall also furnish alongwith the tender, complete
general arrangement, schematic and outline diagrams indicating
the mounting arrangement and position of current transformers,
voltage transformer terminal blocks etc. Type of current
transformer and voltage transformer employed shall also be
clearly stated.
13.2.3 Indicating and Integrating Meters/Instruments :
a) All indicating instruments shall be of switchboard type, back connected, suitable
for flush mounting and provided with dust and vermin proof cases for tropical use
and finished in suitable colour. All instruments shall have practical laboratory
means for adjustment of accuracy. The limits of errors for ammeters/voltmeters
shall be those permissible for class 1.5 instruments as per IS:1248. The
ammeters and voltmeters shall be suitably scaled to indicate the current/voltage
for all the rating of current/voltage transformers. A phase selector switch with
four/six position shall be used to measure the current/voltage of each phase/line.
59
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The meters shall be located at eye level to facilitate observation of readings
correctly.
b) HT Trivector Meter :HT Trivector Meter shall be as per Discom norms and shall be intimated while
placement of order. The meters shall be located at eye level to facilitate
observations of readings correctly.
c) Relays :11 kV Interconnection breaker – 630 A VCB equipped with either of the Multi
functional Micro processor based numerical relays:
11kV out going feeder shall have following protection functions as a minimum:
Under and over voltage protection (27/59)
Under and over frequency protection (81 O/U)
IDMT + Instantaneous O/C, S/C (50/51)
IDMT + Instantaneous E/F protection (50/51)
Breaker failure protection (50BF)
Trip circuit supervision (74TC)
Lockout (86)
Requirement of Reverse power relay etc may also be indicated in the tender.
Requirement of i) Overload protection (49) ii)Negative sequence protection (46)
iii) Directional determination for Over current, phases and earth fault sequence
should also be indicated in the tender. For 11 kV Incoming feeders to the 630kVA
Oil filled transformers, 630 A VCB equipped with following protection functions as
a minimum:
IDMT + High set and Instantaneous O/C, S/C (50/51)
IDMT + High set and Instantaneous E/F protection (50N/51N)
Overload protection (49)
Breaker failure protection (50BF)
Trip circuit supervision (74TC)
Lockout (86) 630kMVA Oil filled transformer protections:
Standby EF protection (51G)
Restricted Earth fault protection (87N)
Bucholz trip (63T) – (transformer mounted via marshalling box)
Oil Temperature trip (26T) - (transformer mounted via marshalling
box)
Winding Temperature trip (49) - (transformer mounted via
marshalling box)
Pressure Relief Device - (transformer mounted via marshalling
box)
60
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
As All the transformers are connected to the same bus of Switchboard so No
separate synchronizing facility should be required as all the Inverters are
connected to the Grid and synchronized accordingly. 630kVA transformer feeder
to 415V Main LT panel Outgoing (ACB with Microprocessor based release SR21i
(L&T make or equivalent) with following protection functions as a minimum):
Standby EF protection (51G)
IDMT + Instantaneous O/C, S/C (50/51)
Instantaneous E/F protection (50N/51N)
Lockout (86)
Inter trip features should be are provided to trip the 11kV transformer incomer
feeders on any transformer faults / protection and emergency trip (near the
transformer) at the 415V Main LT panel. 415V Main panel power feeds from
Power JBs (MCCBs with Microprocessor based release RC10 (L&T make) with
following protection functions as a minimum) :
IDMT + Instantaneous O/C, S/C (50/51)
Instantaneous E/F protection (50N)
The circuit breaker shall be fitted with shunt trip coil for operation on Numerical
relay with communication facility with standard open protocol / SCADA
compatibility. The coils should be rated for 110VDC operation on station battery.
Additionally standard IED (Intelligent Electronic Devices) should be provided with
each breaker panel to provide scada compatibility. Three phase protection relays
shall be Numerical Over-current & Earth Fault protection having 2 element for
over current and one for earth fault protection. The setting for over-current shall
be 50- 200% (in step of 1%) for earth fault element from 5 to 80% (in step of 1%).
These relays shall be numerical / non directional with selectable curve from all
standard 5 IDMT curves. The relay should be able to store a minimum of two
previous fault values including fault level and phase. The relay should be fully
compatible to Scada system. The relay shall be numerical type mounted in flush
pattern on the panel board. The relay should be rated for 5 Amp. CT secondary.
The relay should conform to IS:3231 & 8686 specifications. The tenders shall
furnish the detail in this regard alongwith the offer. All the relays shall be provided
with test blocks in panel so designed that the relays may be tested at site. The
relays should have provision of testing either through test block or test plug easily
accessible by injecting the voltage / current/frequency (as applicable) from
external testing instruments /source without first disconnecting/ reenergizing the
primary electrical circuit protected by the relays. Facilities for isolating the tripping
circuit during such testing shall be also provided. The requirement of test block
shall not be applicable in case of draw out type relays which can be tested by
using test plug without removing the relay from its casing. The testing facilities
61
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
provided in the relays shall be specifically stated in the bid. Necessary test plug
etc. as may be required for proper testing shall be included in the contractor’s
scope of supply. One test plug with five panels or part thereof are to be supplied.
13.2.4 Wiring:All wiring shall be of switch board type consisting of copper conductor of 1.5 Sq.
mm. for alarm / annunciation / control circuits and 2.5 Sq.mm. for CT and all
other Circuits insulated with polyvinyl chloride insulation suitable for 660 Volt
service and in accordance with relevant IS:732. Polyvinyl Chloride used shall
have excellent resistance against burning, moisture, oil and vermin and shall be
finished with clear colour. Rubber insulated wiring shall not be acceptable.
Tenderers shall furnish the details of method being adopted by them for Joint /
Connections. All instruments and Panel wiring shall be of heat resisting and self
extinguishing type in compliance with IS. Plastic or porcelain cleats of the limited
compression type shall be used for holding wiring runs. All wires shall be suitable
for bending to meet the terminal studs at right angles. Metal cases of all
apparatus mounted on panels shall be separately earthed by means of copper
wire or strips. The following colour scheme of the wiring shall be used as per
IS:375.
a) AC three phase circuits :
i) No.1 Phase : Red.
No.2 Phase : Yellow.
No.3 Phase : Blue
ii) Neutral Conductor : Black
iii) Connection to Earth : Green
b) D.C. circuits : Grey
13.2.5 MIMIC DIAGRAM :
For indoor panels painted colour bands shall be used for the mimic bus. The
mimic diagram shall be on eye level. Equipments such as current transformers,
voltage transformers etc. shall be represented by suitable symbols. The colour
shall be Red Shade 537 of IS-5.
13.2.6 INDICATING LEDs / LAMPS :
Indicating LEDs shall be provided on the control board to indicate the following:
1. Visual indication of ON and OFF position of each circuit breaker.
2. Trip circuit healthy indication.
3. Auto trip indication for each circuit breaker panel.
62
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
4. VT supply indication.
13.2.7 TEST TERMINAL BLOCKS :Two nos. test terminal blocks shall be provided one for testing of relays and other
for testing meters. They shall be of switch board, back connected type for front of
panel mounting. The test blocks shall provide complete isolation of meters,
instruments, etc. and the arrangement shall be such that testing power could be
connected at the test block from any external source or may be taken from the
instrument transformers. Provision shall be made for short circuiting current
transformers. Suitable sealing arrangement shall be provided in test terminal
blocks.
13.2.8 FERRULES :Ferrules engraved/printed with the same number, letters or symbols as indicated
in the connection and wiring diagram shall be provided on the terminal ends of all
wires for identification of circuits for inspection and maintenance. Ferrules shall
be of strong and flexible insulating material with glossy finish to prevent
adhesion. They shall be engraved / printed and clearly marked and shall not be
effected by dampness. Ferrule numbering shall be in accordance with IS:375.
The same ferrule number shall not be used on wires in different circuits on a
panel.
13.2.9 SPACE FOR CABLES AND CABLE GLANDS :Sufficient space for receiving the cables inside the switch board at the bottom of
the cubicles and mounting arrangement for the terminal cable glands shall be
provided. Cable gland plates should be above the ground level for the ease of
working.
13.2.10 SCHEDULE OF REQUIREMENTS :
Item No. 1 :12 kV/630A Amp. VCB Incoming Switchgear panel for transformer of
630kVA for indoor installation 2NOs+1 Spare capable to work for incomer
and outgoing feeder at a time when any of one is faulty. In case more no
of transformer i. e 2 x 315kVA are used then 2x315 KVA shall be
connected one incomer .
1. 12KV/630A Circuit Breaker vacuum type 1 No. draw out with
provisions of manual tripping by means of A control switch/push
button.
63
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
2. Motor Charged Spring operated closing 1 No. mechanism or
magnetic actuator operated device.
3. Set of Numerical relay s as detailed at para’ Relays “above 1 set.
with communication facility and standard open protocol / scada
compatibility alongwith IED for every feeder for purpose of scada.
Communication on RS-485 Port – Mod Bus – Open Protocol.
4. Single phase 12 KV current transformers 3 Nos. of ratio 200-100
/5-5A suitable for metering and protection. The class of accuracy
shall be 0.5 S for metering and 5P15 for protection. Rated burden
(output) shall be 10 VA for each secondary winding. Instrument
Security factor for metering core shall not exceed 5.
5. 11000/110 Volts three phase voltage 1 No. transformers having 30
VA/phase burden and class of accuracy 1.0. The transformer shall
be star-star connected.
6. Three phase digital power factor meter, 1 No. accuracy as 1.5.
7. Flush type switchboard mounting pattern 96X 1 No. 96 sq.mm
Digital AC voltmeter of class 1.5 accuracy suitable for 110 V phase
to phase secondary scaled for 0-15 KV.
8. Voltmeter phase selector switch to 1 No. indicate phase to phase
and phase to neutral voltage of all the three phases.
9. Indicating LEDs coloured red, amber and 3 Nos. blue for PT supply
indication.
10. Arrangement for reception of incoming and 2 Nos. outgoing cable
connection alongwith cable termination and sealing kits of requisite
for suitable size of XLPE power cables.
11. Set of three phase air insulated main 1 No. Electrolytic copper bus
bars of 630 A continuous current rating with PVC insulation or
sleeves.STC rating 16 KA for 3 seconds.
12. Mechanical ON/OFF indicator. 1 No. 13. Operating handle for
independent manual 1 No. closing mechanism.
14. Red indicating lamp/LED for ON indication. 1 No.
15. Green indicating lamp/LED for OFF indication. 1 No.
16. Auxiliary switch having minimum of 8 1 No. contacts 4 normally
open and 4 normally closed.
17. Flush mounting pattern 96x96 sq.mm. 1 No. Digital ammeter of
class 1.5 accuracy for 5 Amps. CT secondary scale 0-150A.
18. Ammeter selector switch to indicate phase 1 No. current in all three
phases and with OFF position.
64
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
19. AC HT Tri vector meter 1 No. 20 Auxiliary Relay for Transformer 1
Set. protection functions.
21. Automatic door CFL with Switch. 1 No.
22. 240V, 80W AC single phase 1 Nos. anti condensation heaters with
thermostat (0-60 Deg. C) and switch.
23. Anti pumping contactor. 1 No.
24. Operation Counter. 1 No.
25. Test terminal blocks for metering and 2 Nos. relays, 3 phase 4
wire.
26. Fault trip yellow LED. 1 No.
27. Trip Circuit healthy indication. 2 Nos.
28. Ground Bus size min. 25 x 6 mm. copper. 1 No.
29. Bell for Alarm 1 No.
30. Hooter for Alarm 1 No.
31. 3 Pin Socket with switch 1 No.
32. 2 Pin Socket with switch 1 No.
33. Auto Trip Lamp 1 No.
Item No. 2 :12kV/630A Amp. VCB Outgoing (Feeder Type for 11 kV line ) Switchgear panel1. 12KV/630A Circuit Breaker vacuum type 1 No. Draw out with
provisions of manual tripping by means of A control switch/push
button.
2. Motor Charged Spring operated closing 1 No. Mechanism or
magnetic actuator.
3. Numerical relay as detailed at prea RELAYs 1 No. Above with
communication facility and standard open protocol / Scada
compatibility alongwith IED for every feeder for purpose of Scada.
4. Single phase 12 kV current transformers 3 Nos. of ratio 200-
100/5-5A suitable for metering and protection. The class of
accuracy shall be 0.5 S for metering and 5P15 for protection.
Rated burden (output) shall be 10 VA for each secondary winding.
Instrument security factor for metering core shall not exceed 5.
5. Arrangement for reception of incoming and 2 Nos. outgoing cable
connection alongwith cable termination and sealing kits of
requisite size XLPE power cables.
6. Set of three phase air insulated main electrolytic 1 No. copper bus
bars of 630 A continuous current rating with PVC insulation or
sleeves. STC rating 16 KA for 3 seconds.
65
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
7. Mechanical ON/OFF indicator. 1 No.
8. Operating handle for independent manual 1 No. closing
mechanism.
9. Red indicating lamp/LED for ON indication. 1 No.
10. Green indicating lamp/LED for OFF indication. 1 No.
11. Auxiliary switch having minimum of 8 1 No. contacts 4 normally
open and 4 normally closed.
12. Flush mounting pattern 96x96 sq.mm. 1 No. Digital ammeter of
class 1.5 accuracy for 5 Amps. CT secondary scale 0-150/250 A.
13. Ammeter selector switch to indicate phase 1 No. current in all
three phases and with OFF position.
14. AC static HT Tri-vector meter 1 No.
15. Automatic door CFL with Switch. 1 No.
16. 240V, 80W AC single phase 1 Nos. anti condensation heaters
with thermostat (0-60 Deg. C) and switch.
17. Anti pumping contactor. 1 No.
18. Operation Counter. 1 No.
19. Loose Set of 3 phase Air insulated inter 1 No. connection
electrolytic copper bus bars, 630 Amps. rating with PVC insulation
with nuts and bolts supports etc. STC rating 16 KA for 3 seconds.
20. Test terminal blocks for metering and 2 Nos. relays, 3 phase 4
wire.
21. Fault trip yellow lamp/LED. 1 No.
22. Trip Circuit healthy indication. 2 Nos.
23. Ground Bus size min. 25 x 6 mm. copper. 1 No.
24. Bell for Alarm 1 No.
25. Hooter for Alarm 1 No.
26. 3 Pin Socket with switch 1 No.
27. 2 Pin Socket with switch 1 No.
28. Auto Trip Lamp 1 No.
13.2.11 All equipments shall be complete in all respect. All fittings, accessories or
apparatus which may not have been mentioned above but which are
usual/necessary for the equipments shall be included for each circuit breaker
panel.
13.2.12 TEMPERATURE RISE :
66
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The maximum temperature rise of various parts of the circuit breakers when tested
under rated conditions shall not exceed the specified values at a peak ambient
temperature of 50 deg. c. The breakers may be provided with silver plated contacts if
necessary to meet the requirement of IS:13118 where higher temperature rise is
permitted with silver plating contacts. The quantity of silver facing shall be such that after
carrying out one tenth of the total number of operations specified for the mechanical
endurance test, there is still continuous layer of silver on the contacts. The temperature
rise of CTs and PTs shall also not exceed the permissible values as per relevant Indian
Standards when corrected for max. ambient temperature at site.
13.2.13 INSPECTION AND TESTING :
Each equipment shall comply with and shall be subjected to all routine and acceptance
tests prescribed in the relevant Indian Standard Specification/IEC.
13.2.14 TEST OF 11kV INDOOR CIRCUIT BREAKER :
i) ROUTINE / ACCEPTANCE TESTS:The following acceptance and routine tests shall be got conducted in presence of
purchaser's representative as per stipulation of the relevant standards, on each
unit.
a) One minute power frequency voltage withstand dry test on main circuit.
b) Voltage withstand test on control & auxiliary circuits.
c) Measurement of the resistance of main circuit.
d) Mechanical operating test.
e) Design and visual checks.
f) Any other tests not specified above but covered as per amendment/ latest
edition of relevant IS/IEC. The bidder must furnish type test reports
alongwith bid in respect of the equipment (of the type and design offered)
type tested in NABL approved test laboratory for which particular test the
lab has been accredited (for Indian Bidders). These type tests must not
have been conducted earlier than three years from the date of opening of
bid. The bidder may furnish type test report latest upto 45 days after
opening of tender.
13.2.15 The type test reports of Circuit Breakers, Current Transformers, Potential Transformers,
Relays etc. shall be complete in all respect along with oscillographic records, photographs etc.
in respect of all type tests as per relevant ISS/IEC. The type test certificates should be in
respect of specific make and type / rating of the Circuit Breakers/ instruments, transformers etc.
67
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
intended to be supplied and not in respect of the breakers etc. manufactured by their foreign
collaborators if any. Necessary data with test reports to show capability of circuit breaker to
withstand number of full level short circuit faults be also furnished. Complete literature must be
sent with the tender.
13.2.16 Routine & acceptance test as per relevant standard shall be carried out on each
equipment covered by this specification in the presence of purchaser's representative. If so
desired by the purchaser all test reports shall be submitted and got approved from the
purchaser before despatch of the equipment
13.2.17 TECHNICAL PARTICULARS :
The bidders shall furnish the guaranteed technical & other particulars of the equipments
offered in the Performa appended at G T Data Sheet--4. Tenders not accompanied with such
details are liable to be ignored. Make of various equipments should be clearly stated. Words like
reputed, equivalent etc. shall not be accepted. Alternative makes of equipments should not be
more than two in the order of preference.
13.2.18 INTER CHANGEABILITY :All similar materials and removable parts of similar equipments shall be inter changeable with
each other.
13.2.19 FAULT / TROUBLE ALARM SCHEME :The automatic trip of the Circuit Breaker due to operation of protection relays shall be indicated
by sounding of a hooter. All non-trip alarms shall be indicated by an alarm bell.
13.2.20 MAKE OF RELAYS :Following makes of relays are acceptable :
i) Alstom
ii) ABB
iii) Easun Reyrolle
iv) JVS
v) Siemens
13.2.21 MAKE AND TYPE OF BOUGHT OUT ITEMS :The following make of bought out items will be acceptable to department :----------------------------------------------------------------------------------------------------------------S.No. Name of Item Make----------------------------------------------------------------------------------------------------------------1. Indicating Instrument AE/IMP/MECO
(Analog type)2. Indicating Instrument AE/IMP/MECO
68
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
(Digital type)3. Control Switch for Circuit ALSTOM/RECOM/SWITRON/
Breaker/Trip Transfer. KAYCEE4. Selector Switch for SWITRON/KAYCEE/RECOM
Voltmeter/Ammeter5. Semaphore Indicator ALSTOM/DAV IND./ER6. Indicating Lamp ALSTOM/TEKNIC/VAISHNO/DAV7. Enunciator MINILEC / YESHMUN / INSTALRAM /
PROTON / JVS/PRADEEP/ALAN8. Push Button TEKNIC/VAISHNO/ESSEN9. A.C. Hooter/Bell TARGET/INDUSTRIAL
HOOTER/ALAN/JVS10. D.C. Hooter TARGET/INDUSTRIAL
HOOTER/ALAN/JVS11. Heater SOFIA/ELTER/AIREX KAYCEE12. Link Type test terminal IMP/CAPITAL
block for testing of TVM13. CFL Tube PHILIPS/CROMPTON/BAJAJ14. 2 Pin/3 Pin socket with ISI MARK Switch (5/15A)
Other makes shall also acceptable if it is of "ISI MARK" or type tested for which bidders
shall furnish attested photostat copies of ISI Certificate/type test report not older than 5
years for the respective make offered along with tender.
13.2.22 Make / type of each relay, indicating instruments, integrating instruments, control
switches, selector switches, indicating lamps, semaphore indicators, enunciator scheme, bell,
hooter etc. shall be clearly and invariably indicated in the GTP (Guaranteed Technical
Particulars), bill of material and unit price list. Only specific make accessories shall be indicated.
The word "EQUIVALENT/REPUTED MAKE" will not be given for consideration.
13.2.23 BILL OF MATERIAL :The firm shall furnish the bill of material for VCB Kiosks separately.
13.2.24 MANDATORY SPARES :The bidders shall compulsorily quote for the following spares as mandatory spares. The item
wise prices for spares shall be indicated in relevant price schedule. These prices shall be
considered for Bid Evaluation :
A) FOR INCOMING SWITCH GEAR PANEL :i) Current Transformers : 3 Nos.
ii) Three Phase Potential Transformers : 1 No.
iii) Numerical Relay ( as per S.no.3 of Cl.3.18
Schedule of Requirement : 1 No.
iv) Closing Coil : 12 Nos.
v) Tripping coil : 12 Nos.
vi) Audio Alarm (with full detail) : 1 No.
vii) Vacuum Interrupter : 3 No.
69
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
viii) Spring Charging Motor/Magnetic Actuator : 1 No.
ix) Terminal connectors : 6 Nos.
B) FOR OUTGOING PANEL (FEEDER TYPE) :i) Current Transformers : 3 Nos.
ii) Numerical Relay ( as per S.no.3 of Cl.3.18
Schedule of Requirement : 1 No.
iii) Closing Coil : 12 Nos.
iv) Tripping coil : 12 Nos.
v) Audio Alarm (with full detail) : 1 No.
vi) Vacuum Interrupter : 3 No.
vii) Spring Charging Motor/Magnetic Actuator : 1 No.
viii) Terminal connectors : 6 Nos.
NOTE : Two Sets of above spares for Incoming Type Panels and one Set of spares for
Outgoing Panels (Feeder Type) are required.
13.2.25 OPTIONAL SPARES :In addition to above, the bidder shall also furnish list of recommended optional spares that will
be required for Breakers along with their total and unit prices. However, the prices of optional
spares will not be considered for bid evaluation.
13.2.26 Alternative to above: Outdoor 11kV GSS arrangement with Outdoor bay:Alternative to above Indoor Feeder panels, bidder can offer design of Outdoor
11kV GSS arrangement with Outdoor bays (4 nos ) one each for 630kVA
transformer, and outdoor feeder and Bus coupler having Main and transfer Bus.
Each bay shall consist of outdoor VCB, CT, Isolators with earth switch, LAs etc
and PTs .Main and transfer bus may be overhead strung Bus of Panther
conductors or may be Tubular bus bars .The short circuit rating of outdoor CTs
etc shall be 25 kA against 16 kA for three seconds otherwise all details be
similar. In this case CT –PT metering arrangement shall be at the termination of
outgoing feeder BAY.
13.2.27 Technical Specification of 11 kV CTPT Metering SetsA. Scope:
Please refer clause Metering. ABT Compliant Three phase four wire 11 KV /
110V oil cooled outdoor type combined CTPT units for feeder metering purpose
having accuracy class 0.5 burden 30 VA/ phase at 0.8 PF (lag) for PT and for CT
class 0.5S burden 10 VA at 0.8 PF (lag), 3 Nos. of single phase potential
transformers for 11 KV CTPT Sets and 3 Nos. single phase paper impregnated
oil emersed current transformers for different phases in common tank equipped
70
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
with weather proof bushing for outdoor use shall be provided. The Bidder shall
furnish Guaranteed Technical Particulars as per Sheet-5.B. Applicable Standards:
Unless otherwise modified in this specification, 11 KV CTPT Metering Sets shall
comply with the following Indian Standard Specification (latest verson):
IS:2705-1992 Specification for current transformers.
IS:3156-1992 Specification for voltage transformers.
IS:5621-1980
IS:2099-1986 and Specification for insulators/ bushing
IS:3347-1986
IS:335-1983 Specification for new insulating oil
C. 11 KV CT-PT Metering Sets:i) 11 KV Single Phase Current Transformer (3 Nos. for different phases).
The 11 KV current Transformer shall be paper impregnate oil emersed
type, single phase 50 HZ confirming to IS:2705/1992 with latest
amendment in all respect except where modified in this specification. The
11 KV current Transformers shall have the following technical
characteristics’/ parameters.
Sr.No. Particulars 11 KV
i) Normal system voltage (kV rms) 11
ii) Highest system voltage (kV rms) 12
iii) Frequency 50 Hz
iv) Impulse withstand voltage (kVp) (on assembled CTPT set)
75
v)
a) One minute power frequency dry withstand voltage
(on assembled CT-PT set) primary (kV r.m.s.)
secondary (kV r.m.s.)
b) One minute frequency wet withstand voltage (kV
Peak) (On assembled CT-PT set) 28 3 Root 2x28
Rms
vi) Transformation ratio (CT Ratio) 200/5 A or as per
requirement
vii) Rated output (VA burden) 10 VA
Viii) Class of accuracy 0.5 S
ix) Rated continuous thermal current 1.2 times of rated
primary current.
71
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
x) Short time thermal current rating for 1 second. 25 kA for
200/5 A Current density corresponding to Short Time
Thermal Current should not exceed 160A /mm sq.
xi) Rated dynamic current 2.5 times of short time thermal
current rating.
xii) Number of cores One
Xiii) Instrument security factor Not exceeding 5
Xiii) Max. ratio error As per IS:2/05/1992
xiv) Max. phase angle error -doxv) Max. temp. rise over max.
ambient temp. of 50 deg.C at rated continuous thermal
current at rated frequency and with rated burden.
-do-
D. 11 KV Voltage Transformers:11 KV voltage Transformers will be used alongwith CTs of description stated
above. Those shall be paper impregnate oil immersed type conforming in all
respect to the Indian Standards specification IS: 3156/1992 with latest
amendment except where modified in this specification. The 11 KV voltage
transformer shall have the following ratings/ technical parameters:
Sr.No. Particulars 11 KV
----------------------------------------------------------------------------------------------
i) Nominal system voltage (kV rms) 11
Ii) Highest system voltage (kV rms) 12
Iii) Nos. of phases Three
Iv) Impulse withstand voltage (kVP) (on assembled CTPT set) 75
v)
a) One minute power frequency dry withstand voltage (on assembled
CT-PT set) primary (kV r.m.s.) Dry secondary (kV r.m.s.)
b) One minute frequency wet withstand voltage (KV Peak) (On
assembled CT-PT set) 28 3 Root 2x28 rms
vi) Frequency 50 Hz
vii) Transformation ratio (PT Ratio) 11 kV/ 110V
viii) Rated output (VA burden) 30 VA per phase
ix) Class of accuracy 0.5 (As per IS:3156/1992)
x) Winding connection Star/ Star
xi) Rated voltage factor and time 1.2 continuous & 1.5 for 30 seconds.
xii) Temp.rise over max. ambient temp. Within limits of IS:3156/1992
xiii) Phase angle error max. -doxiv) Max. Phase angle error -doxv) Ratio error
(Max.)
-do-
72
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
E. General Technical Description of 11 kV CT-PT Metering Sets:i) The CT PT Metering set shall comply to the latest standards mentioned in
the specification and guaranteed technical particulars.
ii) High voltage winding of 11 kV instrument transformers shall have proper
insulation impregnated with oil under vacuum. The paper used for
insulation shall be of high insulation grade. The process of impregnation
shall be detailed out in the tender.
iii) The core material of CT-PT sets shall be of high grade, non-ageing,
electrical silicon steel having low hysteresis loss and high para-materiality
to ensure accuracy at both normal and over current/ voltage.
iv) The instrument transformers shall be contained in a fully weather proof,
outdoor type, platform mounting and also suitable for pole mounting type
tank with 6 Nos. of 12 kV class (for 11 kV CT-PT set) weather proof
bushing for incoming and outgoing connections.
v) The thickness of MS sheet used for fabrication of tank shall not be less
than 3.00 mm for sides and 5 mm for top cover and bottom.
vi) The 11 kV CT-PT set should have compact construction and the overall
dimensions of complete unit shall be indicated in the tender.
vii) The external surfaces of tanks of CT-PT sets shall be painted with one
coat of primer and two coats of synthetic enamel paint of shade No.631 of
IS:5. The internal surfaces of the tank shall be painted with two coats of
suitable heat resistant oil insoluble paint.
viii) The metering sets shall be supplied with first filling of insulating oil
conforming to IS:335 (including latest amendment).
ix) The bushings used in the CT-PT sets shall confirm to IS:2099, IS:5621
and IS:3347 (latest amendments). These shall be suitable for operation in
normally polluted atmosphere.
x) The minimum clearance between phases and phase to earth as specified
in the relevant ISS should be maintained.
xi) H.V. metal parts (primary terminals) shall be of 20 mm dia brass. The
H.V. connectors should be for 400 Amp. Rated current.
xii) The paper impregnated oil immersed type instrument transformers shall
be complete with all fittings and accessories mentioned at Clause No.
3.06 of this specification.
xiii) The 11 KV CT-PT sets shall be hermetically sealed type (should not
communicate with atmospheric air) in construction without any oil
conservator. The quality and work-man-ship shall be of high standard.
73
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
xiv) For load shading single phasing is adopted in the 11 kV system. The
offered 11 kV CT-PT set shall be suitable for working under such
abnormal operation condition.
xv) CT-PT sets shall be used for 3 phase 4 wire kWh metering. As such 11
kV CT PT sets shall have 3 Nos. CTs.
xvi) The 11 kV CT PT sets shall three nos. of single phase PTs. The primary
winding of 3 single phase PT shall be connected in star formation in the
tank with common neutral of 11 KV brought outside the tank through 3 KV
bushing for earthing.
xvii) The neutral of PT primary and secondary winding shall be earthed.
xviii) The primary winding neutral and secondary winding neutral of PT and
secondary terminals of CTs and PTs shall be brought out in one single
secondary terminal box through 3 KV bushings. The terminals shall be
marked as per ISS and supporting marking plate with earth terminal shall
be provided. The secondary terminal box compartment shall be divided in
two portions- One portion containing neutral of primary winding of PT and
its separate earthing terminal and second compartment accommodating
secondary neutral and PT terminals complete with one earth terminal (for
earthing of secondary neutral terminal wherever required) and all 6 Nos.
CT secondary neutral terminal wherever required) and all 6 Nos. CT
secondary terminals of 3 CTs. The whole compartment shall be covered
by one bolted cover with sealing arrangement. At least two bolts at
diagonally opposite corners of secondary terminal box shall have sealing
bolt. All other bolted covers, where provided shall also have sealing bolts
for sealing purpose. Suitably shorting links shall be provided for individual
CT shorting and earthing PT secondary neutral.
xix) The secondary terminal box shall have cable gland/ flange suitable to
receive two Nos. control cable of size 6x4 sq.mm and 4x2.5 sq.mm at the
bottom of the secondary box for metering connections to secondary
winding of 11 kV CT-PT circuits respectively.
xx) The 11 kV CT PT Set shall have 3 Nos. incoming and 3 Nos. outgoing
outdoor type bushing complete with 6 Nos. bimetallic terminal connectors
suitable for Dog Conductor.
F. Fitting And Accessories:The outdoor platform/ pole mounting type metering equipments shall be complete
with tank, fittings, accessories as detailed below:
1 No. Electrically welded sheet steel tank/ enclosure for accommodating
above instrument transformers with suitable bolted cover.
74
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
6 Nos. Outdoor single terminal porcelain bushing of reputed make without
arching horns. 3 Nos. for incoming and 3 Nos. for outgoing.
1 No. Secondary terminal box. The terminal box opening door/cover shall
have suitable sealing arrangement. The necessary gland/ socket shall be
in the scope of supply.
1 No. Oil filling hole with cap/plug.
1 No. Plain oil—level guage/ indicator with min. oil level marking.
1 No. Filtration plug with pipe welded to plug and extended up to 25 mm
above the bottom of the tank is to be provided for the purpose of oil
filtration.
2 No. Lifting lugs for lifting the complete CT-PT unit.
2 Nos. Earthing terminals.
1 Set Under base channels with suitable fixing holes for mounting on plat-
form/poles.
1 Set Detachable coller assembly.
1 No. Rating and diagram plate.
6 Nos. Bimetallic Terminal Connectors.
G. Bushing:The bushing shall confirm to IS:5621-1980 and IS:2099-1986 and its subsequent
amendment, if any, the bushing shall be of standard make. The make and
catelogue No. of bushing shall be clearly stated in the guaranteed technical
particulars. The type tests certificates of bushings not older than three years shall
also be furnished alongwith tenders. The bushing rods and nuts shall be made of
Brass. The dimensions of 12 kV class bushings and their related parts for 11 kV
CT-PT sets shall conform to the relevant Indian Standards as detailed below:
Voltage class Indian Standard 12 kV bushing For porcelain parts IS:3347 (Part-
III) Sec.I- 1972 or the latest version thereof
For metal parts IS:3347 (Part- III) Sec.II-1967).
The minimum electrical clearance of 255 mm for 11 KV CTPT sets between
phases shall be obtained with the bushings mounted and phase to earth
clearance should be maintained as specified in relevant IS/ Indian Electricity
rules.
The minimum electrical clearance for 11 kV CTPT sets between phases and
phase to earth should be maintained as specified in relevant IS/ Indian Electricity
rules.
13.2.28 Guaranteed Technical Particulars, Drawings And Quality Assurance Plan:(i) Guaranteed Technical Particulars in the Technical Particulars Data
Sheet- with this specification shall be furnished alongwith the detailed
general arrangement dimensional drawings mounting arrangements,
75
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
connection diagrams and quality assurance plan etc. with the tender.
Particulars which are subject to guarantee shall be clearly marked in
GTP.
10.3.1 Routine tests as per relevant standard alongwith accuracy test of CT as per IS:2705 (Pt-
II)- 1992 and that of PT IS:3156 (Pt.II)-1992 shall be carried out on each equipment covered by
this specification in the presence of purchaser’s representativeif. All test reports shall be
submitted and got approved from the purchaser before despatch of the equipment.
10.3.2 The supplier shall simulate single phase condition in their laboratory for testing one 11
KV CT-PT set of any ratio from each lot offered for inspection under such condition for 24 hours.
The errors of PT shall be measured before and after application of single phasing condition for
at least 24 hours and results shall be within permissible limits of specified accuracy class. This
test shall be done as acceptance test.
10.3.3 One CT-PT set of each rating in each offered lot should be subjected to temperature rise
test at 1.2 lb and also ISF test, at firm’s works free of cost. 10.3.4 During routine/ acceptance
test, errors for CTs shall be conducted at 5%, 20%, 100% and 120% of rated current and in
case of PT at 80%, 100% and 120% of rated voltage.
10.3.5 Algebric summation of errors of standard CTs/PTs to the errors observed on CTs/PTs
under test should be made to get final errors on specified percentage current/ voltage/ burden. If
class of accuracy of standard CT-PT is less than 10 times of the accuracy of CT-PT set under
test. Further, it shall be ensured that all meters and instruments used during inspection/ testing
are calibrated from NABL approved test house and date of calibration should not be older than
one year at the date of presenting the same to the inspecting officer.
13.3 Name Plate And Marking:a) The equipment hall have a non detachable type name plate which should be
clearly visible and effectively secured against removal having markings as per
requirement of IS. In addition , serial No., ratio and date of despatch shall have to
be engraved on bushing side of tank with letters of suitable depth and 25 mm
height filled with red colour.
b) The main and load are to be stencilled on top cover on main and load side
respectively.
c) A sticker reading as under must be provided in the HV neutral compartment of
secondary box.
CAUTION: “DO NOT REMOVE EARTH LINK WHEN HV TERMINAL IS LIVE” .
76
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
13.4 Specification of Lighting in Solar Power Plant13.4.1 Scope
This specification covers design of Array yard and sub-station, 40 no. street lights using
40W LED lights, tubular poles(from main gate upto the control room/switchyard gate)
distribution pillar boxes, PVC cables, conduit steel trays etc. which shall be supplied by
the contractor for installation of luminaries, their control gear and wiring on them at an
height of 3.5 - 5 meters above gravel level .The bidder will also design , supply and
install lighting fixtures and accessories based on LED/ CFL Tubes energy saving
concept technology required for control room building and entry points/ gates. The
Bidder shall furnish Guaranteed Technical Particulars as per Sheet-6.
13.4.2 General Technical Requirements:
The lighting system for outdoor and indoor areas of Solar Power Plant shall be designed
in such a way that uniform illumination is achieved. In outdoor yard only equipment /bus
bar areas are to be illuminated and luminaries shall be aimed as far as possible towards
transformers and circuit breakers.
13.4.3 Lighting Levels(i) The average LUX level of 10 is to be maintained in switchyard. However, a lux
level of 20(10+10) additional switch able on requirement only) is to be maintained
in switchyard on transformer.
(ii) Lighting in other areas such as control room , office rooms and battery room &
other areas(i.e street light)shall be such that the average LUX level to be
maintained shall be as under :
--------------------------------------------------------
S.No Area LUX
--------------------------------------------------------
1. Control Room 300
2. Office 150
3 Other areas 8
-------------------------------------------------------
13.4.4 Emergency Light Points :
Light points using CFL of 18 W (at 240 V) shall also be provided as given below :
1. Control room 4 Nos.
77
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
2. Battery room 1 No.
3. Office 2 No.
4. Corridor/Front Porch 1 No. each
. Separate wiring and distribution board shall be provided from these lights.
The lighting level shall take into account appropriate light output ratio of luminaires, coefficient of
utilization maintenance factor (of 0.7 or less) to take into account deterioration with time and
dust deposition.
13.4.5 TWO NOS. 150 W LED light fitting shall meet the following parameters
PARAMETER SPECIFIED VALUE
Input voltage 170-260 V without SMPS
Input Frequency 50 HZ +/-1 HZ
Power Factor 0.95 (Minimum)
Power Efficiency >96%
LED efficiency 100 lumens per watt
Dispersion Angle Minimum 120°
Usage hours Dusk to dawn
Total Harmonic Distortion < 15 %
Working Temperature -5° to +50° C
Working Humidity 10% - 90% RH (Preferably Hermetically sealed unit.)
Index of Protection Level Minimum IP 65
Lamp Casing Powder coated metal.
Life > 50000 Hrs.
Output Luminous flux > 24 lux and > 40% uniformity
LED Type High Power CREE/ORSAM/EDISON/SEOUL semi conductor of 5 mm high bright
LED whichever generate minimum heat
LED Output 110 Lumens per watt
Colour Temperature 2800° K/3000o K
Colour Rendering >75
Junction Temperature < 60° C
Energy Consumption Watt/ Lamp < 1.2 W Per LED (Preference shall be given to minimum
Watts per LED
Electrical Connector
Lead wire with 2 meter long –or as required by the customer at site.
Expected Life of components Passive electronics components life greater than >100,000
hours
78
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Woking of LEDs Preferably Direct AC, without conversion to DC
Environment considerations Environment friendly and 100% green
Preferably without PCB - minimum pollution during the - manufacture/ disposal
Moisture protection in case of casing damage
IP 65 (preferably Totally encapsulated)
10.5.7 Luminaire Compliances:
a) Luminaire Specification:
Control gear specification:
EN 61347-2-13: Particular requirements for d.c. or a.c. supplied electronic control
gear for LED modules EN 62384: D.C. or A.C. supplied electronic control gear for
LED modules.
b) Luminaire EMC specification:
EN 61000-3-2: Electromagnetic compatibility (EMC). Limits for harmonic current
emissions (Equipment input current < 16 A per phase) EN 61000-3-3: Limitation
of voltage fluctuation and flicker in low voltage supply systems for equipment with
rated current < = 16 A
Additional information:1. The LED luminaire housing, heat sink, pole mounting bracket, individual LED
reflectors and front heat resistant tempered glass should be provided.
2. The LED luminaire housing should be made of non corrosive high pressure die
cast aluminium and the housing should be power coated grey, so as to ensure
good wetherability.
3. Each individual LED source should be provided with a asymmetrical distribution
high reflectance aluminized reflector, which should ensure that the light
distributionof the luminaire is suitable for road lighting applications (wide beam
distribution) and should ensure high pole to pole spacing.
4. The luminaire should be provided with in built power unit and electronic driver.
The luminaire should be should be so constructed to ensure that the gear and
LED modules are replaceable, if required.
5. The luminaire should be suitable for both standard street light poles with a typical
pole diameter of 50 mm – 60 mm and should be suitable for both side entry and
bottom entry (post top)
13.5 Erection, Testing & Commissioninga. The installation shall be carried out by an electrical contractor holding a valid
license as required by the State Government Authorities.
b. The contractor shall provide necessary drawings and documents required by
statutory authorities and obtain the approval before taking up erection. It shall be
79
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
the sole responsibility of the contractor in obtaining safety certificate / approval
from local statutory authorities.
c. Any modification in the equipment or installation that may be demanded by the
inspecting authorities shall be carried out by the contractor at no additional cost
to the PEDA.
d. In accordance with the specific installation instruction as per the manufacturers
drawings or as directed by the PEDA, the successful Bidder shall unload,
assemble, erect, install test, commission and hand over all electrical equipments
included in this contract.
e. Erection materials including all consumables, tools, testing instruments or any
other equipment required for successful commissioning shall be arranged by the
successful Bidder in a timely manner.
f. Clearing the site after completion, of erection as well as regular clearance of
unwanted materials from site, returning excess materials supplied by the PEDA
back to PEDA's stores shall also be included under this scope of work.
g. All equipment and instruments, indoor and outdoor, shall be marked with No. and
provided with danger boards before commissioning.
h. The contractor shall touch up the surface with paint of same shade for
equipments, which are scratched and / or damaged during transportation and
erection before commissioning.
i. The contractor shall employ skilled and semi-skilled labourers for erection,
testing and commissioning as required. All the electricians, cable jointers,
wiremen, welders and others employed shall posses valid certificates / license
recognised by competent authorities.
j. The contractor shall set up his own facilities at site at allocated place to
undertake fabrication jobs threading etc.
k. The Contractor shall carry out major civil engineering works as called for in scope
of work pertaining to electrical equipment's like foundation, plate inserts etc. as
per the latest relevant drawings as sell as carry out minor civil works such as, but
no limited to, the grouting of base plates, channels, supports and foundation
bolts, cutting holes in walls and ceiling, chipping of floor and ceiling and making
good the same after installation of the equipment and any other minor civil works
advised by PEDA for completion of the work has to be carried out without any
extra charges.
l. Power transformers, 11kV VCB kiosk etc. shall be handled and erected as per
the relevant codes of practice and manufacturer's drawings and instruction
manuals.
80
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
m. For power transformer, drying out and oil filling as required, after checking and
testing the contractor shall carry out the dielectric strength. If required, the
contractor shall carry out oil filtration before commissioning at no extra cost.
n. During erection, care is to be taken to see that painting does not peel off at any
place and if so, it has to be given a 'Touch-up' after erection by the contract.
13.6 Outgoing feeder cable and 11kV overhead line systemInstallation of outgoing feeder cable and 11kV overhead line system involving single
pole/ double pole,/ three pole structures with cross-arm supports for AB switch, DO fuse
etc., shall be as per relevant IS / CBIP / REC practices / Discom practice and is in the
scope of supply against this bid. Electrical clearances shall be maintained as per IE rules
/ DISCOM practice. General arrangement Drawing indicating Pole mounting structure,
cable termination (cable from outgoing feeder panel), mounting of DO switch, 9kV
LAs ,termination for over head Discom line along with Earthing etc shall be furnished
with tender. Installation of 11 kV overhead transmission line systems is in the scope of
PSPCL/PEDA from the Pole mounting structure termination point of the SPV Power
plant to the nearest 66KV Sub-station.
Earthinga) Earthing system installation shall be in strict accordance with the latest
editions of Indian Electricity Rules, relevant Indian Standards and code of
practices and the local statutory authority regulations.
b) Neutral points of system metallic enclosures and frame works, not
forming part of electric supply shall be connected to main earthing
system.
c) Earthing Layout:The contractor shall submit to PEDA earthing drawings showing the
location of earthing conductors, for their approval. Earthing conductors in
outdoor areas shall be buried 600 mm below finished graded level and
these buried conductors shall be brought 500 mm above ground level for
making tap connections to the equipments.
d) Transformer Earthing:Two separate earth electrodes shall be provided for transformer neutral
and one earth electrode for transformer body earthing. Apart from body
earthing control cubicle and radiator shall also be properly earthed. All the
electrodes shall be 38mm dia GI pipe, 2.5 m long and shall strictly be as
per IS : 3043 of latest revision.
e) Structure Earthing: Each phase of 9 kV LA shall be earthed to an individual earth
electrode through 50 x 6 mm GI flat.
81
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Air break switches and DO fuses shall also be earthed through
50x6 mm GI flat to the main earthing flat.
Metallic conduits and pipes shall not be used as earth continuity
conductor. 8 SWG GI conductors shall be provided for earthing
lighting fixtures. Receptacles, junction boxes, lighting conduits and
this conductor in turn shall be connected to the main earthing
conductor / electrode.
13.7 Specification For Testing & CommissioningThe testing and commissioning for all electrical equipment at site shall be
according to the procedures listed below:
a) All electrical equipment shall be tested, installed and commissioned in
accordance with the latest relevant standards and code of practices published by
Indian Standards Institution wherever applicable and stipulations made in
relevant general specifications.
b) The testing of all electrical equipment as well as the system as a whole shall be
carried out to ensure that the equipment and its components are in satisfactory
condition and will successfully perform its functional operations. The inspection of
the equipment shall be carried out to ensure that all materials, workmanship and
installations conform to the accepted design, engineering and construction
standards, as well as accepted code of practices and stipulations made in the
relevant general specifications.
c) The contractor in the presence of PEDA shall carry out all tests/ Consultant using
his own calibrated instruments, testing equipment as well as qualified testing
personnel.
d) The results of all tests shall conform to the specification requirements as well as
any specific performance data, guaranteed during finalisation of the contract.
13.8 Preparation of the Equipment for Commissioning;a) After completion of the installation at site and for the preparation of plant
commissioning, the contractor shall check all the equipment and installation in
accordance with the agreed standards, latest relevant code of practices of Indian
Standards and specific instructions furnished by the particular equipment
suppliers as well as purchaser.
b) Checking required to be made on all equipment and installations at site shall
comprise, but not limited to, the following:
Physical inspection for removal of any foreign bodies, external defects,
such as damaged insulators, loose connecting bolts, loose foundation
bolts etc.
Check for grease, insulating / lubricating oil leakage and its proper
quantity.
82
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Check for the free movement of mechanism for the circuit – breaker,
rotating parts of the rotating machines and devices.
Check for tightness of all cable joints and busbar termination ends as well
as earth connections in the main earthing network.
Check for clearance of live bus bars and connectors from the metal
enclosure.
Check for proper alignment of all draw out device like draw out type circuit
breaker etc.
Continuity checks in case of power and control cables.
Checking of all mechanical and electrical interlocks including tripping of
breakers using manual operation of relay.
Checking of alarm and annunciation circuits by manual actuation of
relevant relays like Buchhloz relay in case of transformer.
Check and calibrate devices requiring field adjustment/calibration like
adjustment of relay setting etc.
Check for proper connection to earth network of all non-current carrying
parts of the equipment and installation.
xv) The relevant tests shall be carried out in accordance with relevant IS
of latest issue. The tests which are to be carried out on the equipment
shall include, but not be limited to, the following:
i) Check for completeness of installation.
ii) Each pole to earth insulation resistance test.
a) Air Break Switch/DO Switchi) Check for completeness of installation.
ii) Insulation resistance test
a) Pole to earth
b) Control cables
c) Manual operation checks.
b) Cablesi) Insulation resistance test with 2,500 V meager for
high voltage power cables rates above 1.1kV grade
and 1,000V meager for cables rated up to 1.1kV
grade.
ii) All 1.1 kV cables shall be subjected to high voltage
test after joining and terminating but before
commissioning as per relevant standards.
iii) In each test, the metallic sheath / screen / armour
should be connected to earth.
83
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
iv) Continuity of all the cores, correctness of all
connections as per wiring diagram, correctness of
polarity and phasing of power cables and proper
earth connection of cable glands, cable boxes,
armour and metallic sheath, shall be checked.
c) Earthing Systemi) Tests to ensure continuity of all earth connections.
ii) Tests to obtain earth resistance of the complete
network by using earth tester. The test values
obtained shall be within the limits.
13.9 Lightning & Over Voltage Protection13.9.1 The SPV Power Plant should be provided with Lightning and over voltage
protection connected to proper earth mats. The main aim of over voltage
protection is to reduce the over voltage to a tolerable level before it reaches the
PV or other sub-system components. The source of over voltage can be lightning
or other atmospheric disturbance.
13.9.2 The lightning Masts /Conductors shall be made as per applicable Indian
Standard / International Standard in order to protect the entire Array Yard/Shed
from Lightning stroke. Necessary concrete foundation for holding the lightning
conductor, in position, to be made after giving due consideration to maximum
wind speed and maintenance requirement at site in future.
13.9.3 The lightning masts / conductor shall be earthed through flats and connected to
the Earth mats as per applicable Indian Standards with earth pits. Each Lightning
Conductor shall be fitted with individual earth pit as per required Standards
including accessories, and providing masonry enclosure with cast iron cover
plate having locking arrangement, watering pipe using charcoal or coke and salt
as per required provisions of IS.
13.9.4 The bidder shall ensure adequate lightning protection to provide and acceptable
degree of protection as per IS for the array yard/Shed. If necessary more
numbers of Lightning conductors may be provided. Design calculations and
detailed explanations (in 4 sets) shall be provided for approval of PEDA within 15
days of order.
13.9.5 Lightning- Conductor shall be as per requirements of IS Standards.
13.9.6 All building earth conductor shall be interconnected through the concept of “Earth
Mats” for interconnection with separate earth pits.
13.9.7 For each earth pit, necessary Test Point shall have to be provided.
13.10 Earthing System13.10.1 The earthing for LT side (Solar Power Plant side) array and LT power system
shall be as required as per provisions of Indian Standard/International Standard.
84
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Necessary provision shall be made for bolted isolating joints of each earthing pit
for periodic checking of earth resistance.
13.10.2 Each array structure of the SPV Yard/shed shall be grounded properly. The array
structure are to be connected to earth pits as per IS standards.
13.10.3 The earthing for the power plant equipment shall be made with as per provisions
of IS. Necessary provisions shall be made for bolted isolating joints of each
earthing pit for periodic checking of earth resistance.
13.10.4 The complete earthing system shall be mechanically & electrically connected to
provide independent return to earth. All three phase equipment shall have two
distinct earth connections.
13.10.5 An Earth Bus shall be provided inside the control room.
13.10.6 For each earth pit, necessary Test Point shall have to be provided.
13.10.7 In compliance to Rule 33 and 61 of Indian Electricity Rules, 1956 (as amended
up to date) all noncurrent carrying metal parts shall be earthed with two separate
and distinct earth continuity conductors to an efficient earth electrode.
13.10.8 Earth resistance of the earth pits shall be tested in presence of the representative
of Purchaser.13.11 Cables & Installation Accessories.13.11.1 11kV HT Cables:
11kV Grade, Al. Conductor XLPE cable shall be used between outgoing feeder
panel and overhead mounting structure for termination of line.. These cables
shall be laid on structural supports and using Galvanized Cable trays of adequate
strength. The cable shall be terminated using potheads of adequate size. The
cable should confirm to relevant ISS.
LT Cables:1.1kV Grade, Al. Conductor PVC Armoured Cables shall be used for all LT
Power Cables between Power & Motor Control Cubicles, MCC, Respective
feeders, etc. These cables shall be laid on structural supports and using
Galvanized Cable trays of adequate strength. The cable shall be terminated
using Al. Lugs of adequate cross section area. The PMCC’s and the MCC’s shall
be located in the Basement with cable entry on top.
13.11.2 Control Cables:1.1kV Grade, Cu. Conductor, PVC Armoured Cables shall be used for all control
cables required for the Solar Power Plant. These cables shall be laid on
structural supports and using Galvanized Cable trays of adequate strength. The
cable shall be terminated using Cu. Lugs of adequate cross section area.
a. Cu. Conductor, PVC Armoured with miller insulation between each pair
and tinned copper screening. All cables shall be PVC insulated with
appropriate grade conforming to IS.
85
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
b. The wiring for module inters connection shall be with hard PVC conduit of
approved make. All Tees, Bends etc., shall be approved make. Before
procurement, approval for materials should be obtained from RSMML
c. Only terminal cable joints shall be accepted. No cable joints to join two
cable ends shall be accepted.
d. Cables inside the control room shall be laid in suitable Cable Trays of
approved type.
e. All wires used on the LT side shall conform to IS and should be of
appropriate voltage grade. Only copper conductor wires of reputed make
shall be used.
f. Cable terminations shall be made with suitable cable lugs & sockets etc.,
crimped properly and passed through brass compression type cable
glands at the entry and exit point of the cubicles. The panels’ bottoms
should be properly sealed to prevent entry of snakes/lizard etc. inside the
panel.
g. All cable/wires shall be marked with good quality letter and number
ferrules of proper sizes so that the cables can be identified easily. The
terminal end of cables and wires are to be fitted with good quality letter
and number ferrules of proper sizes so that the cables can be identified
easily.
13.12 Civil Works
13.12.1 Detailed Contour Survey & Soil Investigation of the SiteThe turnkey contractor shall be responsible for detailed soil investigation and
contour survey at required locations for the purposes of foundation design.
13.12.2 Land Development for site activitiesThe turnkey contractor is responsible for making the site ready by clearing of
bushes, felling of trees (if required), leveling of ground (wherever required) etc.
for commencing the project.
13.12.3 Switch yard civil worksSwitchyard civil work includes step up transformer plinth, HT Switchgear kiosk
plinth, two pole 4 pole structure foundation, earth pits, metal spreading curb wall
in and around switchyard and fencing. The transformer/ HT switchgear kiosk
plinth shall be made of brickwork or Random Rubble masonry conforming to
relevant standards. The height of transformer /HT Switchgear kiosk plinth shall
be decided based on 11 kV ground clearance. Earth pit construction shall be of
86
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
brickwork covered with RCC (1:2:4) slabs, chain link fencing with pre-cast RCC
post double leaf gate will be provided.
13.12.4 BuildingsFor the operation & maintenance of Solar Photovoltaic Power Plant, office cum
store building and security house along with other buildings have been proposed.
The building shall be constructed with RCC framed structure with brick partition
walls. Bidder shall furnish the drawing showing the proposed buildings. The
construction of the same shall be as under) RCC Works All RCC works shall be
as per IS 456 and the materials used viz. Cement rein-forcement, steel etc. shall
be as per relevant standards.
b) Brick Works
Brick works in cement mortar (cm) 1:6 for 9" thick and 4½" thick wall
respectively. All brick works shall be using 1st class bricks of approved
quality as per IS 3102.
c) Doors & Windows :
Steel framed doors, Windows and ventilators shall conform to IS – 1081
with necessary glass panels including of all fixtures and painting etc
complete.
d) Plastering
Plastering in cement mortar 1:5, 1:6 and 1:3 shall be applied to all
internal, external walls and ceiling of slab respectively as per IS 1542.
e) Flooring
Flooring for stores shall be of cement flooring in concrete mix 1:2:4 using
10 mm aggregates as per IS 2571. Flooring for office building, security
house and erectors hostel shall be of vitrified tiles 8 mm. For toilet area,
the floor shall be of ceramic tiles 8 mm thicknesses. The wall tiles shall be
glazed tiles of 6 mm thickness and provided upto lintel level.
f) Roofing
The roof of the building shall be insulated and waterproofing shall be
done as per relevant IS.
g) Plinth Protection
Plinth protection 1000mm wide shall be provided around all the buildings.
h) White washing & colour washing.
White washing and colour washing work shall be conforming to IS 6278.
For distempering IS 427 shall be referred.
For synthetic enamel painting IS 428 shall be followed.
For cement painting IS 5410 shall be followed.
For painting of steel doors, Solarows and ventilators IS 2338, IS 1477
(Part I & II) shall be followed.
87
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
i) Rolling Shutters.
Rolling shutters made of cold rolled strips shall conforming to IS 4030
with approved gauge thickness shall be provided with all fixtures,
accessories, painting all etc. complete.
j) Water supply.
GI pipes of Medium quality conforming to IS 1239 (Part I) and IS 1795 for
Mild Steel pipes shall be used for all water supply and plumbing works.
k) Plumbing and Sanitary:
Sanitary fittings, which include water closet (EWC/IWC), wash basins,
sink, urinal fitting including flushing tank, and necessary plumbing lines
shall be provided for office cum stores building and Security house and
erectors hostel.
l) Electrification of Building
Electrification of buildings shall be carried out as per IS 732 and other
relevant standards. The lighting design of the buildings shall be carried
out as per IS 3646. The building shall be provided with adequate quantity
of light fittings, 5A/ 15A 1 phase sockets, fans etc., controlled by required
ratings of MCBs and MCB DBs.
13.13 Water supplyA suitable arrangement of water shall be ensured to cater the day-to-day requirement of
drinking water and needs of Solar Photovoltaic during entire O&M period.
13.14 Roads within Solar Power PlantSuitable approach road and internal Solar Photovoltaic roads to carry safe and easy
transportation of equipment and material at the project site shall be made. The road
should provide easy approach to each location. These roads are to be designed
optimally to carry the crane load with all necessary chambers, gradients, super
elevation, and radius of curvatures for the easy movement of cranes, trucks and public
transport.
13.15 Peripheral Boundary Pillars:The contractor shall provide stone pillars of about 1.5 meter height at the distance of 25
meter intervals for the entire land area of Solar Power Plant. All documents/records
regarding test data, oscillographs and other measured values of important parameters
finalised after site adjustment shall be handed over to purchaser in the form of test
reports (in bound volume) for their future use and reference.
13.16 Painting & Finish:13.16.1 All metal surfaces shall be thoroughly cleaned of rust, scale, oil, grease,
dirt etc. Fabricated structures shall be pickled and then rinsed to remove
88
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
any trace of acid. The under surface shall be made free from all
imperfections before undertaking the finishing coat.
13.16.2 After Phosphate treatment, two (2) coats of yellow zinc chromate primer
shall be applied followed by two (2) coats of epoxy based synthetic
enameled paint. Shade shall be Siemens Grey Ral- 7032. Thickness of
paint shall be not less than 75 micron.
13.16.3 All unpainted steel parts shall be cadmium plated or suitably treated to
prevent rust formation. If these parts are moving elements then they shall
be greased.
13.17 Inspection & Testing13.17.1 Purchaser shall have free access to Bidder’s manufacturer’s works to
inspect, expedite and witness shop tests. Any materials or work found to
be defective or which does not meet the requirements of the specification
will be rejected and shall be replaced at Bidder’s cost. Owner reserves
the right to carry out stage wise inspection of fabrication and components.
The Bidder shall furnish a detailed quality assurance plan for Purchaser review.
13.17.2 The test & inspection shall be carried out at manufacturer’s work and at
Plant site with the Bidders obligation. The test and Inspection shall be
done in accordance with the relevant standards and the Manufacturer's
standard before the delivery to site as well as after the erection and
commission at site. The bidders shall give the list of tests that they will
carry out at site to show the performance of plant.
13.17.3 A detailed 'QAP' for Manufacturing and Inspection shall be submitted by
the Bidder for Owner's approval. The data of each test and inspection
shall be recorded and submitted as soon as the test/ trials are conducted
and will also be a part of final documentation.
13.17.4 The shop test shall be carried out to prove the performance parameters of
the offered model. The testing shall be done in the presence of the
representatives of the department.
13.17.5 The department shall be sending its 2 representatives for inspection of
stage manufacturing and testing at works & 7 days training at
manufactures works of SPV module and PCU manufacturer. Expenses
on account of to & fro journey by Air (in economy class fare), stay in good
hotel/guest house of manufacturer works, lodging during stay shall be to
the bidders’ account. The notice of such inspection shall be given 30 days
in advance in case of countries outside India and 15 days in India.
89
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
13.17.6 Manufacturer has to submit procedure for Test carried out at their
Factory.
Start Up Trials
Load Test
Records & Measurements
Safety Device List
Setting values for all sensors for Pressure and Temperature
Dimensional Check-up, Overall Inspection, Completeness of
Scope of Supply
Shop Test/Load Test for Solar Power Plant
13.18 Load Trials & Reliability test at Site for Grid Connect Solar Power Plant13.18.1 Performance Guarantee Test at Site for Grid Connect Solar Power Plant,
HT Panel etc. These tests will be conducted at site as per site conditions
at available load and after performing all pre-commissioning check and
trials and after readiness of the entire Solar Power Plant system which
are required to carry out the load trials.
13.18.2 All the tests which are mentioned in the load test of Solar Power Plant will
be carried out in presence of Purchaser Representative at Plant site at
site conditions and the parameters checked in accordance with the data
sheet and guaranteed parameters given by the Contractor.
13.18.3 All the equipments supplied by the vendor will be tested as per relevant
standard/ Quality assurance plan at site conditions and the performance
monitored.
13.19 Quality Issues
13.19.1 Contractor will submit and get finalized detailed comprehensive Standard
Field Quality Plan (SFQP) within 30 days from date of issue of the order
for bought out items and items manufactured by them. The Standard
Field Quality Plan shall relate to the specific and objective erection
practices right from storage of equipment till final inspection and testing to
be followed for bought out items and items manufactured by Contractor.
Accordingly, the Manufacturing Quality Plan shall be submitted broadly
under following sub-heads:-
i) Raw material/Bought Out items and Components.
ii) In process inspection and test/checks to establish successful
completion/accomplishment of the process.
90
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
iii) Final tests/checks in accordance with relevant national/
international standards/specification.
13.19.2 The quantum of check for each and every inspection/test items shall be
based on an established sampling method and the quantum of check
indicated in the SFQp should be designed adequate quality protection.
13.19.3 In case reference documents/acceptance norms are indicated as per
plant standards then the same shall be duly substantiated/properly
explained by well established and proven engineering practices. All
submissions will be in English language only.
13.19.4 Bidder will to allow Purchaser to carry out Quality/Audit/Quality
surveillance on bidders and our sub vendor’s work with reference to
contractual obligations to ensure that the quality management
practices/norms as detailed out in the Quality Manual are adhered to. To
facilitate this activity, you shall keep Purchaser informed all progress of
work in this contract on monthly basis.
13.19.5 Contractor will associate/fully witness in each inspection being carried out
at their/their sub-vendor’s works by our authorized inspection engineer(s).
13.19.6 Purchaser shall also carry out quality audit and quality surveillance of
your systems, procedures and quality control activities. However, this
shall not relive you of any of your contractual responsibilities under the
contract.
91
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SHEET-1
Guaranteed Technical Particular data Sheet for Solar PV Module
S. No. Particulars Unit Type/value1. PV Module Manufacture name & Country2. PV Module type (Crystalline- Mono/Multi)3. Product Code4. Product Status Standard5. No. of PV cells per Module6. Mounting arrangement for Solar Module7. Solar Module frame material8. Module dimensions9. Output Cables (viz., Polarized Weather Proof DC rated multi-contact connector)10. Weather resistant HDPE Junction Box (IP65)11. Construction front back12. Temperature rise of solar cells under severe working conditions over Max. Ambient Temp.13. Nominal voltage14. Nominal Wattage15. Power Tolerance (3%)17. Peak power voltage (Vmp)18. Peak power current (Imp)19. Open circuit voltage (Voc)20. Short circuit current (Isc)21. Weight of each module (Kg)22. Fill Factor23. Standards/Approvals from International Agencies IEC 61215/IEC 61730 TUV24. Module is suitable to operate at 500 ambient Yes/No25 Cell efficiency %26 Module efficiency %
92
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SHEET-2
Technical Particular Data Sheet for Power Conditioning Unit
AC Side Unit ValueNominal AC powerOutput AC voltageFrequencyTotal Harmonic DistortionAC over / under voltage over / under frequency protectionPhase shift (cos phi)
DC SidePV powerMaximum DC voltageMPPT voltage rangeMaximum DC currentDC over voltage protectionDC voltage rippleOthersMinimum Efficiency (CE)Ambient temperature rangeHumidity (non condensing)Quiescent powerDegree of protectionDimensions approx. (HXWXD)Weight
93
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SHEET -3
TECHNICAL PARTICULARS OF 415V/11kV STEP-UP TRANSFORMER(To be furnished by the bidder)
S. No. Description Guaranteed particulars to be filled in by the1. Service2. Type3. Rating kVA4. Rated frequency Hz5. Number of phase
HV sideLV sideNeutral (separate outside)
6. Rated Voltagea) HV winding kVb) LV winding kV
7. Vector group8. Type of cooling
(ONAN/ONAF)9. Insulation level
a) Power frequency withstand -kV rms. (HV/LV)b) Impulse withstand voltage –Kv (HV/LV)
10. Method of Earthing11. Duty12. Short circuit level13. Off circuit tap changer:
a) Range %b) In steps ofc) Tapping provided on HV side
14. Tap changer type15. Impedance voltage at 75oC
a) At principal tapping %16. Temperature rise above 50oC ambient
a) Top of oil by thermometer oCb) Winding by resistanceoC
17. Terminal detailsa) HV sideb) LV side
18. Losses (at 75oC and principal tapping)a) No load loss at rated voltage kW and frequencyb) Load loss at rated current kW (ONAN)c) Total loss at maximum rated power kW
19. Efficiency at 75oC and 0.9 PFa) At full load (ONAN) %b) At 75% load (ONAN) %c) At 50% load (ONAN) %
20. Hot spot temperature in winding limit to oC21. Shipping dimensions
a) Height mb) Breadth mc) Length m
22. Painting23. Reference Standards
94
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Sheet – 4
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS OF 12 KV INDOORSWITCHGEAR AND CONTROL PANEL
A) Circuit Breakers :1) Manufacturer's name and collaborator (if any).2) Type designation:3) Number of poles.4) Class5) Rated voltage.6) Rated insulation level.
i) Lightning impulse withstand voltage.ii) One minute power frequency withstand voltage.iii) One minute power frequency withstand voltage for auxiliary circuits.
7) Rated frequency.8) Rated normal current:9) Rated short circuit breaking current/ capacity.10) Rated short time withstand current and its duration.11) Rated transient recovery voltage for terminal faults.12) Rated short circuit making current.
13) Rated operating sequence (test duty cycle).14) First pole to clear factor.15)
a) Opening time.b) Closing time.
16) Total break time measured from the instant of trip circuit energisation :(a) At 10% breaking capacity(m sec)(b) At 100% breaking capacity(m sec)
17) Protection class of Breaker18) Constructional features :
i) Mass of complete Circuit Breaker with mechanism and Vacuum Bottle .ii) Mass of Vacuum Bottle.
19) Operating mechanism of circuit breaker and its associated equipment :i) Type of closing mechanism.ii) Whether the circuit breaker is trip free or fixed trip and whether it is with lockout
preventing closing.iii) Rated supply voltage of closing mechanism.iv) Current required at rated supply voltage to close the circuit breaker.v) Number and type of spare auxiliary switches/contacts.vi) Current required at rated supply voltage by other auxiliaries.
20) Other information :i)
a. Type of breaker (Drawout or fixed)b. Type of isolation (Vertical or horizontal)
ii) Type of arc control device.iii) Main Contact :
1. Type2. Material.3. Silver facing provided.4. Design contact pressure.
iv) Life :i) Mechanical operations.ii) Electrical operations.iii) Short circuit operations.v) Maxm. temperature rise over an ambient temp. of 50 Deg.C.vi) Transient behavior details :
a) PF recovery voltage between phases.b) Peak transient recovery voltage.c) Rate of rise of recovery voltage.
vii ) Rated Current of Terminal Connectors.viii) Details of interlocks provided.ix) Derating factor for specified 50 Deg.C ambient temp. & site condition if
any.
95
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
x) Max. chopping current.xi) Vacuum interrupter details.
a) Make & Code No. of vacuum bottle.b) Pressure inside interrupter.c) Manufacturer's code number/Reference standard.
xii) Contact wear indication.21) Thickness of sheet steel22) Whether CRCA Sheet used The manufacture should give the necessary information as regards
the overall dimensions of the circuit breakers and details necessary for the design of the foundation. General information regarding maintenance should also be given.
B) 11 KV VOLTAGE TRANSFORMERS :1) Manufacturer's name.2) Type designation.3) Highest equipment voltage.4) Number of phases.5) System earthing.6) Insulation level :
i) One minute power frequency withstand voltage for :a) Primary winding.b) Secondary winding.
ii) Impulse withstand voltage.7) Frequency.8) Transformation ratio.9) Rated output.10) Accuracy class.11) Winding connection.12) Type :
i) Resin castii) Whether three phase.iii) Type of fuses provided.
a) Primary.b) Secondary.c) Make.
14) Whether Voltage Transformer is mounted on the top part of the Cubical.C) Current Transformers :
1) Manufacturer's name.2) Type designation.3) Rated voltage.4) Type of insulation resin cast.5) Insulation level :
i) 1 Mt.PF withstand voltage for primary winding.ii) Impulse withstand voltage.iii) PF withstand voltage for secondary.
6) Frequency.7) Transformation ratio.8) Rated output (Core-I and Core-II).9) Class of accuracy (Core-I and Core-II).10) Instrument security factor.11) Short time thermal current and its duration.12) Secondary wdg. rise at 75 C.(Max.)13) Knee point voltage.14) Maximum exciting current (in r.m.s.)
D) RELAYS :Numerical Relay
1. Manufacturer's name.2. Type designation.3. Rated CT Secondary Current.4. Tap range.5. VA burden.
i) Highest tap.ii) Lowest tap.
6. Rate Voltage of Coil for Operation.
96
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
7. Whether relay is able to store a minimum of two previous fault values including fault level and phase.
8. Whether relay is mounted in flush pattern on the Panel board.9. Whether test blocks provided as per specification.10. Whether numerical relay is with communication facility and standard open
protocol / SCADA compatibility alongwith IED for purpose of SCADA. 11. Whether communication on RS-485 Port-Mod Bus-Open Protocol provided.12. Type of characteristic.13. Descriptive leaflet attached or not.14. Accuracy class of CT needed.15. Range of setting for over current and earth fault protection.16. Whether drawout type.
E) INDICATING AND INTEGRATING INSTRUMENTS :I) Ammeter Voltmeter PF Meter
1. Manufacturer's name2. Type designation/reference.3. Accuracy class(es) & governing standard.4. The burden in VA at normal current and/or nominal voltage.
a) Current coil.b) Potential coil.
5. Transformation ratio(s) of instrument transformer(s) for which the instrumentc has been adjusted, if relevent.
6. Size.7. Whether suitable for sheet steel mounting.8. Colour finish.9. Short duration overload capacity.10. Make and type of selector switch for Ammeter/Volt meter.
II) Control Switches :1. Manufacturer's name.2. Type designation.3. Type of handle provided.4. No. of position.5. No. of contacts.
i) Normally closed.ii) Normally opened.
6. Making capacity/breaking capacity.7. Whether spring return to normal or stay put type.8. Type of lock provided.
III) Indicating Lamps :1. Manufacturer's name2. Type designation.3. Operating voltage.4. Size of lense.5. Wattage of lamps.6. Colour of lamp body.
IV) Switch Board Wiring :1. Insulation of wiring.2. Size of wiring conductor for
a) CT circuits.b) PT circuits.c) AC supply circuits.d) Other circuits.
3. Size of earthing bar for safety earthing.4. Type of terminals provided on wiring.5. Conductor material.6. Colour used.
a) AC circuits.i) 1st phase.ii) IInd phase.iii) IIIrd phase.iv) Neutral.v) Earth.
b) DC circuits.
97
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
7. Identification of suffix used for :a) Metering circuits.b) O/C and E/F indication.c) AC aux. circuits.
F) MISCELLANEOUS INFORMATION :1. Bushings :
a) Make and Drawing No.b) Type of bushing.c) Creepage distance.
i) Totalii) Protected.
d) 1 minute power frequency withstand test voltage for bushing.i) Dry.Ii) Wet.
e) Impulse withstand voltage.f) Reference standardg) Permissible safe contiliver loading on bushingh) Catalogue n. of bushing offered and its mechanical strength.
2. Motor / Magnetic Actuator :a) Makeb) Wattagec) Rated voltaged) Protecton equipmente) Closing contactor
3. Terminal connectors :a) Make/Material.b) Rated continuous current.c) Rated short time current for 3 seconds.d) Max. temp. rise of terminal connector over ambient temp. of 50 Deg.C. & Max.
temp. attained.4. Paint shade of outdoor.kiosk.5. Main bus bar :
a) Size.b) Material (Copper only).c) Rated short time current for 3 seconds.d) Current density.
6. Interconnecting Bus Bar.a) Size.b) Material (Copper only).c) Rated continuous current for 3 seconds.d) Current density.
7. C.T. Windings :a) Primary :
i) No. of turns.ii) Cross sectional area.iii) Material.
b) Secondary :i) No. of turns.ii) Cross sectional area.iii) Material.
8. Power Cable sealing kits :a) Makeb) Typec) Size
9. List of interlocksi) Mechanical interlockii) Electrical interlock.
10. Overall dimensionsa) For vacuum circuit breaker kiosk complete.b) Circuit breakersc) Impact for foundation design to include dead load + impact value on opening at
max. interrupting rating in dead load.
98
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
11. Constructional Featuresi) Mass of complete circuit breaker with mechanism and vacuum bottle.ii) Mass of vacuum bottle.iii) No. of breaks in series per pole.iv) Minm. clarance in air.
a) Between poles.b) to earth.
12. Arrangement provideda) Pole discrepancy.b) Trip free/fixed tripc) Anti pumping
13. Connecton for CTsa) Sizeb) Material
14. Connecton for PTsa) Sizeb) Material
99
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Sheet- 5
Schedule of Guaranteed Technical Particulars for 11 kV Single Phase PotentialTransformer
S.No. Particulars To be Furnished by The Bidder1. Name and Address of Manufacturer2. Manufacturer’s type and designation3. Nominal system voltage (KV rms)4. Highest system voltage (KV rms)5. Insulation level
a) Impuse withstand voltage (KVPb) One minute power frequency dry withstand voltage (KV rms)
6. Rated frequency (Hz.)7. Rated transformation ratio8. Rated output (VA burden per ph.)9. Class of accuracy10. Rated voltage factor and time11. Winding connections
a) Primaryb) Secondary
12. Details of winding particulars No. of Turns Cross Sectional Area of Each Turn Sqmm Total weight Winding approxa) Primary winding (Copper)b) Secondary winding (Copper)
13. Guaranteed ratio error (max.)14. Guaranteed phase angle error (max.)15. Guaranteed max. temperature rise of the winding over an ambient temperature of 50 degree C at
rated continuous thermal current at rated frequency and with rated burden.16. Bushing details
a) Makeb) Catelogue No.c) Total creepage distance (mm)d) IS to which bushing conformse) Arcing distance (mm)f) Max. cheepage factor
17. I. Insulation ClassII. Insulation material used
18. Core detailsa) Materialb) Weight of the core etc.
19. Whether any PT fuse have been provided in secondary side of P.T.20. Whether neutral of PT or PH side is isolated/floated
100
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Technical Detail and Specifications FormS.No. Brief
DescriptionUnits M
ake
Make Offered
Brief Specifications (rating, cap.,voltage,current,frequency,tolrences, temp.,range and other important operating parameters in conformity to bidding document specifications
Compliance to IEC/ relevant qualification standards
1 SPV Modules for a total cap. as per specifications
2 Central Inverter as per specs.
3 Array junction panels
4 Main Junction Panel
5 DC Combiner panels as per specs.
6 ____AC Distribution panel with SFU for Auxillary Transformer
7 DC Cables for solar PV array and field application
8 Plant earthing complete both DC and AC side including ODY earthing as per specifications.
9 Yard Lightning for the complete Solar array field and illumination of the compound chain wall and yard/control
10 ACBs for Inverter Protection
11 Control room, office Air conditioner, and any other equipment required to complete the installation
101
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
Sheet- 6
Guaranteed Technical Particulars (To Be Submitted By The Bidder)
S. No. Parameter Guaranteed Value------------------------------------------------------------------1. LED Operating Current2. Output Luminous Flux3. Beam Angle4. Illuminance5. Photometric Curve6. Material of Luminaire7. Dimension8. Weight9. Impact Resistance10. LED Life
102
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
20. OTHER CIVIL STRUCTURESComplete Civil Works and piping, Water pump
General Specification of Work.
Scope : The scope of work includes :1. Civil, array structures and Plant control room and Stores, Security office,
complete design, construction of array support structures, Plant control room for
dust free and air-conditioned environment for INVERTERS and other control and
data logging equipment (separated through aluminum /glass panels) with suitable
ventilation as per details given in the technical schedules.
2. Site Grading, leveling, exploratory drills if necessary and consolidation of the
area pertaining to the area of the solar plant.
3. Embedment of structures suitable for mounting of PV modules on ground in an
area of 5 acres of land. Laying of earthing equipment/structures and connecting
to the main ground mat as per statutory requirements.
4. Cutting of cable trenches wherever necessary, construction of all around
compound wall for the plant having height 6’ and power evacuation line bay and
providing suitable gates.
5. Formation of roads wherever necessary, providing foundation for transformers ,
structures and water drainage ducts, lightining arrestors etc.
6. Construction of plant control room, stores in about 40 x20 sq.ft area and 12’ ht. to
house control, protection, scada and Electrical panels and provision for cable
trenches and trays, ducting etc. .
7. Construction of one no Offices with Toilet and Pantry of approx. area 200 sq. ft ,
and Security office of 120 sqft approx having one bathroom cum toilet at the main
gate entrance, one number metering room house for the ABT meter alongwith
CT/PT of 7 foot by 7 foot size of 11 foot height with suitable door and window to
be constructed in the ODY. .All the buildings should have suitable almirahs for
storage purposes.
8. Modifications may be required and made as per site conditions, for which
decision of the purchaser shall be final.
9. Full painting of the control room provided in the building along with necessary
partition with glass and aluminum frame structure works.
10. Providing of pedestals required for mounting of the inverter’s and control panels.
11. Water pump with shed along with full C class piping for water supply on the
rooftop with array level supply points for panels cleaning and washing along with
water discharge piping upto ground level.
12. RCC columns structures to support the structural steel / aluminium frame work /
depending on design approval.
13. Any other work urgently required as per site conditions.
103
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
14. Full water proofing of the building rooftop have to be carried out after installation
of structures if required.
15. All structural drawings to be got approved from PEDA.
A) Brick Work :1. Unless otherwise specified, brick work shall consist of first class bricks
laid in the specified mortar strictly according to drawings and
specifications.
2. Bricks required for brick work in cement mortars shall be thoroughly
soaked in clean water immediately before use for one hour or till complete
causation of air bubbles which ever is later, in brick lined or steel tanks of
sufficient size. The soaked bricks shall be kept on wooden planks or brick
platforms to avoid earth being smeared on them. Unless otherwise
specified, bricks shall be laid in English bond, with frogs upwards.
3. All horizontal joints shall be parallel and unless otherwise specified, truly
level. All vertical joint shall be truly vertical and they shall come directly
over one another in alternate courses.
4. The thickness of joints shall be as follows :
“ The thickness of joints shall be 1/4” and shall not exceed 3/8” The height
of four courses (and four joints) as laid, shall not exceed by more than 1”
the height of four bricks as piled dry one upon the other.
5. Protection & Cutting : Brick work laid in cement shall be protected from
rain by suitable covering while it is green. Later on it shall be kept moist on
all the faces for a period of two weeks.
B) Cement Plaster1. Plastering shall be done in mortar of various ingredients mixed in the
specified proportion in the drawing and shall be specified thickness as per
drawings.
2. Preparation of surface for the durability of the plaster is of the utmost
importance to obtain satisfactory bond between the background and the
plaster coat and also ensure that the bond is maintained subsequently.
3. The brick wall should be watered for 24 hours before the plaster is
applied.
4. After completion, plaster shall be kept wet for 10 days and shall be
protected during that period from extreme of temperature and weather.
5. All the structures above ground level shall be plastered with C.M 1:4 both
inside and outside of thickness 12 mm and 20 mm as required.
C) Cement Concrete/RCC:
104
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
The cement concrete /RCC shall be laid (two coats) as per para 10.4/10.7 of
Punjab PWD specifications.
1. Cement : Cement used shall be ordinary portland cement or rapid
hardening portland cement in accordance with specification no 3.14 for
portland cement and shall confirm to the requirement of Indian Standard
269
2. Water : Water used for all construction work shall be clean from
objectionable quantities of suspended material, vegetable or organic
impurities, alkali salt and other deleterious substance likely cause
efforescene
3.
a) Sand: Sand is important constituent of mortars and for satisfactory
performance, its requirement for cleanliness, freedom will depend
upon the purpose for which the mortar is used. The sand shall
consist of natural sand, crushed stone sand or crushed graded
sand or composite of any of these and should be hard, durable
chemically inert, clean and shall not contain any appreciable
amount of clay balls or pellets
b) For concrete /RCC works only sand should be used.
c) For brick works and plastering purposes fine sand shall be used.
Fine sand shall be such that it passes through BS Sieve no 16 (IS
Sieve no 15) . For all concrete /RCC mixes 1:1.5:3 – (M-20), only
crushed bajri ½” graded and for cement concrete 1:8:16 in
foundation brick ballast of 50 MM gauge shall be used.
d) Stacking : Sand shall be stacked on wooden or bricks platform
and shall be so stored as to be adequately protected from any
admixture or clay, dust.
D) CEMENT, SAND, MORTARS:Cement and sand shall be spread on a clean dry platform in layers one over the
other in the proportions specified, and mixed dry three times over. The sand
used should be perfectly dry. Water should be added to the dry mix, only when
the mortar is required for use.
E) STEEL:Mild steel cold twisted / thermo-mechanical twisted bars as per Indian Standard
shall be used as per drawings.
F) CEMENT:The arrangement for storage of cement shall be done by the contractor and
stored to the satisfaction of PEDA in weather tight building or sheds, the floors of
105
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
which shall be damp proof and at least 18” above the natural surface of the
ground. Cement shall not be stored in contact with walls and should be stacked
not more than 10 layers high to prevent bursting of bags in the bottom layers and
formation of clods.
G) Structural steel work : The structural steel shall conform to the relevant Indian
Standards IS:226 and IS:2062. Fabrication and erection shall be done as per
approved drawings and in accordance with IS 800. Providing shop primer coat
and finish coats in approved color for steel structure. Grouting of holding down
bolt pocket and below base plates where required.
H) Wood : Sawn timber for various building works specified variety of timber
specified in design and drawing shall be used in work. The well seasoned timber
shall be sawn in the direction of grains and the sawing shall truly straight and
square. Wood work shall conform to IS:883.
I) Stones : The stones shall be of specified variety and shall be obtained only from
an approved quarry. These shall be hard, round, durable, free from any defects.
The percentage of water absorption shall not be more than 5% when tested as
per IS method of testing for water absorption for natural building stones. The
minimum crushing strength shall be 200Kg/Sq.Cm. unless higher minimum
strength is specified in any particular call.
J) Aluminum work : The aluminum sections as per Indian standard shall be
used as per drawings for door, windows, ventilators of any specified
glazing work.
K) Module / Array Cleaning System : 2nos. 2HP, BIS approved
submersible pumps shall be installed with suitable boring at the plant site
along with water headers at suitable points in the array field
underground embedded under main pipes in the array field. Suitable nos.
of water outlets with array installed piping for modules cleaning through
automatic spray water cleaning mechanism shall be provided through C
class GI ISI approved pipes. The header to be suitably designed for
pressurized water supply for modules successful cleaning . Bidder to
submit complete design and drawings for approval. For the office complex,
overhead HDPE tanks of suitable size with pipes and jet pumps of 1HP 2
nos. shall be installed.
L) Tests : All material to be used for construction and fabrication should be
tested before use. All laboratory/Field tests should be conducted as per
relevant Indian standards and PWD specifications by taking minimum
required samples.
106
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
M) DANGER BOARDS Danger boards should be provided as and where necessary as per IE Act./IE
rules as amended up to date.
N) FURNITURE AND FURNISHINGS :
One Office to be retained by PEDA shall be furnished with :
1. One Large Office table with office chair, 6 Chairs, 2 Almirahs, 1 small
office table with chair and one 4 seater office sofa (Godrej make).
Venitian blinds for windows and fans, one split AC of 1.5Ton
2. Complete crockery set for office pantry, small water cooler, small fridge,
tea / coffee electric kettle.
Security Office to be furnished with :
3. One Office table with Chair and 4 chairs with 1Almirah. 1 Fan and 1 water
cooler
19. DRAWINGS & MANUALS 5 copies of Engineering, electrical drawings and installation and O&M manuals are to be
supplied
Bidders shall provide complete technical data sheets for each equipment giving details
of the specifications along with make/makes in their bid along with basic design of the
power plant and power evacuation, synchronization and distribution for street lighting
system along with protection equipment. Approved ISI and reputed makes for equipment
be used.
For complete electro-mechanical works, bidders shall supply complete design, details
and drawings for approval to PEDA before progressing with the installation work.
QUALITY AND ADAPTABILITY OF THE EQUIPMENT:Bidders must verify the grid behavior, solar insolation levels, general site conditions on
their own before bidding, the bidder shall accordingly ensure that the equipment and the
design submitted, shall be able to perform as per guaranteed performance levels in the
available site conditions. The design of the plant and the equipment offered by the
bidders shall be evaluated for its quality and adaptability to the site conditions based on
the purchasers past experience, projects earlier executed by the bidders and from other
sources. Bidders must submit detailed technical operational parameters and latest plant
performance indicators and status complete with the clients address and contact no’s.
with regard to projects of similar nature already executed.
107
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
SECTION VIII
8. Bid Form, Price Schedules and other Formats
108
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
1. BID FORM AND PRICE SCHEDULE
Date :..............................Contract No :...................
TO: (Name and address of purchaser)
Gentlemen and/or Ladies:
Having examined the Bidding Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said bidding documents for the sum of ..................... (Total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements.
If our bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to ...... percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.
We agree to abide by this bid for the Bid validity period specified in Clause 16.1 of the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any bid you may receive.
We clarify/confirm that we comply with the eligibility requirements as per ITB Clause 2 of the bidding documents.
Dated this ....... day of ............................ 20 .....
__________________________________(signature)(in the capacity of)
Duly authorized to sign Bid for and on behalf of ___________________________________________
109
/tt/file_convert/5e2903cecefe146db73b4ae0/document.doc
PRICE SCHEDULE FOR GOODS AND SERVICES FOR SPV POWER PLANT AT ANY VILLAGE ANY DISTRICT IN THE STATE OF PUNJAB.
1 2 3 4 5 6 7
Price for each unit
S.no. Item description country of origin
quantity Ex-factory /Ex-warehouse/Ex-showroom/ off the shelf
packaging and forwarding
Inland transportation, insurance & other local costs incidental to delivery
Incidental services listed in SCC clause 8 Except for annual maintenance charges which should be quoted separately
unit price
Total price for delivery at final installation
(a) (b) (c) (d) a+b+c+d
4x 6
1 Complete Supply, Installation & commissioning of 1MWpComplete Supply, Installation & commissioning of 1.5MWpComplete Supply, Installation & commissioning of 2.0MWpComplete Supply, Installation & commissioning of 2.5MWp SPV power plant
Note :(a) In case of discrepancy between unit price and total price Total bid price
, the unit price shall prevail. currency INR In figures : __________________________________
In words : __________________________________ Signature of Bidder
Name (b) Charges for annual operation & maintenance for 10 years should be quoted separately in annexed price schedule Business Address
Place : Date :
110
PRICE SCHEDULE FOR ANNUAL OPERATION AND MAINTENANCECHARGES FOR 10 YEARS PERIOD FOR 1MW,1.5MW,2MW & 2.5MWp
A B C D 1MW 1.5MW 2MW 2.5MWPack no.
Item Description Qty. Operation & Maintenance charges for 10 years including supply of spares and inclusive of all service taxIndian Rupees
1. *Year 1Year 2Year 3Year 4Year 5TOTAL
2. *Year 6Year 7Year 8Year 9Year 10TOTALGRAND TOTAL
Note : (1) This should be given item-wise, year-wise with total in Column D.(2) In case of discrepancy between unit price and total price, the unit price shall
prevail
Signature of Bidder ________________
Name ________________
Business Address ________________
________________
Place :Date :
1MWp-PH 112
3. CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of purchaser) of .............. (Country of Purchaser) (hereinafter "the Purchaser") of the one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the Supplier") of the other part :
WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz., ..................................... (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement,viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;(b) the Schedule of Requirements;
(c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Purchaser's Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under:
______________________________________________________________________________SL. BRIEF QUANTITY TO UNIT Total DELIVERY TERMSNO. DESCRIPTION- BE SUPPLIED PRICE Price
(CIF/CFR/FOB/FCA OF GOODS & ETC.) SERVICES
________________________________________________________________________
TOTAL VALUE:DELIVERY SCHEDULE:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser)
in the presence of:.......................................Signed, Sealed and Delivered by the said ..................................................... (For the Supplier)
in the presence of:.......................................
1MWp-PH 113
6. MANUFACTURERS' AUTHORIZATION FORM
No. dated To
Dear Sir:
IFB No. ___________________
We who are established and reputable manufacturers of ________________________ (name & descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s ___________________ (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this IFB.
Yours faithfully,
(Name) (Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its bid.
(The list of items for which this is required should be indicated by Purchaser).
1MWp-PH 114
THE PURCHASERAFTER SUCCESSFUL COMMISSIONING OF EQUIPMENT
[This is to be attached for supply, erection, supervision of erection contacts only]
No. Date :
M/s.
Sub: Certificate of commissioning of equipment
1. This is to certify that the equipment as detailed below has/have been received in good condition along with all the standard and special accessories (subject to remarks in Para No. 2) and a set of spares in accordance with the Contract/Specifications. The same has been installed and commissioned.
(a) Contract No._________________ dated ______________________
(b) Description of the equipment _______________________________
(c) Plant Nos. _______________________________________________
(d) Quantity ________________________________________________
(e) Bill of Lading ____________________ dated ___________________(for import contract)
(f) Name of the vessel/transporter _______________________________
(g) R/R No. _____________________ dated ______________________
(h) Name of the consignee _____________________________________
(i) Date of commissioning and proving test ________________________
2.Details of accessories/spares not yet supplied and recoveries to be made on that account:
S.No. Description Amount to be recovered
3.The proving test has been done to our entire satisfaction and operators have been trained to operate the plant.
4. The supplier has fulfilled his contractual obligations satisfactorily*
or
The supplier has failed to fulfil his contractual obligations with regard to the following :
(a)
(b)
(c)
(d)
5. The amount of recovery on account of non-supply of accessories and spares is given under Para No. 2.
6. The amount of recovery on account of failure of the supplier to meet his contractual obligations is as indicated in endorsement of the letter.
1MWp-PH 115
Signature _______________________
Name _______________________
Designation with stamp __________________
____________________________________________
* Explanatory notes for filling up the certificates :
(a) He has adhered to the time schedule specified in the contract in dispatching the documents/drawings pursuant to Technical Specifications.
(b) He has supervised the commissioning of the equipment in time i.e. within the period specified in the contract from the date of intimation by the Purchaser in respect of the installation of the plant.
(c) Training of personnel has been done by the supplier as specified in the contract.
(d) In the event of documents/drawings having not been supplied or installation and commissioning of the equipment have been delayed on account of the supplier, the extent of delay should always be mentioned.
1MWp-PH 116
9. FORMAT FOR QUALIFICATION APPLICATION
All the bidders submitting their bids against this bid for any or all items must submit the qualification application along with the information in the following formats together with the relevant documentation :
FINANCIAL BUSINESS AND TECHNICAL CAPABILITY
FORMAT – A
Name and address of bidder :
Phone : Telex: Fax :
1. Latest Balance sheet filed with _____________ on _____________ (Attach audited copies of annual accounts of past 3 years. Indigenous bidders to attach copy of accounts audited under section 44AB of Income Tax Act. In case the accounts are not required to be audited, the information in this statement should be attested by a Chartered Accountant or Manager of a reputable Bank
2. Latest profit & Loss statement from __________ to _________ filed with _________ on _________ (Attach an audited copy)
3. Financial position (in the respective currency)
a. Cash & Bank balancesb. Fixed Assets Gross and Netc. Current Assetsd. Current Liabilities
Bank cash credit LoanOthers (including sundry creditors)
e. Provisionsf. Contingent Liability (includ. Claims
not acknowledged, pl. specify)g. Inventoriesh. Share Capital
Free ReservesOther reserves (Please specify)
i. Terms loans from financial institute & Banks
j. Working capitalk. Net worthl. Debtors & advances considered
good more than 6 months Less than 6 months
4. Total liabilities(a) Current Ratio Current Assets to Current liabilities(b) Acid Test Ratio(c) Total liability to Net worth
1MWp-PH 117
5 Net Sales (in respective currency)(a) Current period(b) During the last financial year(c) During the year before last
financial year6 Net profit before tax
(a) Current period(a) During last financial
year(b) During the year
before the last financial year
The profit and loss statements have been certified through _________________________ ________________________________________ by _____________________________
7 Bidders Financial Arrangements (check appropriate item)(a) Own Resources(b) Bank Credits(c) Other (specify)
8 Certificate of Financial Soundness from bankers of bidders.
9 Income tax clearance [for bidders from India only]Please enclose copies of following documents :(a) Details of income tax
registration; and(b) Last Income Tax clearance
certificate10 Sales
Category Value of current orders to be executed in respective currency
Value anticipated sales for next financial year in respective currency
A Govt. DepartmentB Commercial
11 Licensed capacity to manufacture
Description of Equipt.
Size Cap. Licensed capacity
No. of units manufactured
Current Yr. Last Yr. 2nd Last Yr.
12 List, if any bidder’s rate contract with the following organization :
Organization Yes/No If yes, date contract finalized
a Directorate General of Supplies and Disposal, Government of India
b Central equipment Stores Purchase Organization for State Government
c Others
1MWp-PH 118
13 Describe Quality Control Organization, if any, and give the organization chart.a) Are goods offered subject to
batch test, random sampling or full 100% test for quality ?
b) Are tests carried out by factory employees or by a separate testing agency ?
c) Are independent Quality Control Organization checks made and certificates issued
1MWp-PH 119
CAPABILITY STATEMENT OF PERSONNEL, EQUIPMENT, PLANT AND PAST PERFORMANCE
(Format – B)
1 Name and address of the bidder
: Phone : :
2 Classifications)Circle what is applicable
: 1 Manufacturer :
2 Authorized Agent :3 Dealer :4 Others, please specify :
3 Plant :a) Locationb) Description, Type and size of
buildingc) Is property on lease or free hold ? If
on lease indicate date of expiry of lease in each case.
4.a) Type of equipment manufactured and supplied during last 2 years
Name of equipment
Capacity/size Nos. manufactured Project to which supplies are made
No. of orders on hand
b) Type of equipment manufactured, supplies, installed and commissioned during last 2 years.
Name of equipment
Capacity/size Nos. manufactured Project to which supplied, installed & commissioned
No. of orders on hand
5. a) Type of equipment supplied during last 2 years other than those covered under 4 above.
Name of equipment
Capacity/ size & model
Nos. manufacturers and country of origin
Total nos. supplied in India
Projects to which supplies are made
Nos. of orders on hand
(b) Type of equipment supplied, installed and commissioned during last 2 years other than those covered under 4(a) and (b) above.
Name of equipment
Capacity/ size &
Nos. manufacturers and country of
Total nos. supplied in
Projects to which supplies
Nos. of orders
1MWp-PH 120
model origin India are made on hand
6. Plant facilities
Sq. Meter Remarksa. Space available for manufactureb. Space available for storagec. Space available for inspection items
offeredd. Space available for storage items offerede. Are buildings fire resistant ? Yes/Nof. Are premises approved by Municipal Fire
production ?g. Are buildings under Municipal fire
productions ?h. Are power and fuel supply adequate to
meet production requirements ?i. Are adequate transportation facilities
available ?j. Are safety measures adequate for
performance of proposed contract ?k. Are adequate material handling available ?
7. Details of Testing facilities available
a List testing-equipment availableb Give details of tests which can be carried
out on items offeredc Details of testing organization available
8. Personnel/ Organization :
1 Production2 Marketing3 Installation and Commissioning4 Service5 Spare Parts6 Administrative
9. Nearest service center to buyer :Location………………………………………………..…. Phone no………………………..
1MWp-PH 121
10. Details of organization at Service Centre :
a No. of skilled employeesb No. of unskilled employeesc No. of engineering employeesd No. of administrative employeese List of special repair/workshop facility
availablef The storage space available for spare
parts Sq.m.g Value of minimum stock of spares
available at all the service centers in respective currency………………………….
h List of the models/type of number of equipment serviced by the center in last 2 years
11. Names of two buyers to whom similar equipment are supplied installed and commissioned in the past and to whom reference may be made by the purchaser regarding the bidder’s technical and delivery ability :
1. ___________________________________
2. ___________________________________
12. List of components usually subcontracted
13. Schedules for furnishing technical data and certified drawings after receipt of orders _____________________________________________________________
14. Workload as percentage of total capacity for the current and forthcoming financial year on quarterly basis _________________________________________________
15. Number of weeks required to prepare a bid proposal _________________________
1MWp-PH 122
11. TECHNICAL DETAIL FORM(Clause 14 of ITB)
S.No. ITEM PARTICULARS1. SOLAR PHOTOVOLTAIC MODULES1.1 MANUFACTURER1.2 SIZE1.3 TESTING AND QUALIFYING STANDARDS
(Attach Certificates)1.4 I-V curve attach1.5 P max1.6 I mp1.7 V mp1.8 CELL EFFICIENCY / MODULE EFFICIENCY1.9 No. of cells in a module1.10 Warranty offered (Attach Certificate) from OEM2 INVERTERS2.1 TYPE / MAKE2.2 AC Output Voltage2.3 DC input voltage range2.4 DC operating voltage2.5 Continuous rating2.6 Grid Voltage Tracking range2.7 Grid Frequency tracking range2.8 Grid Phase imbalance2.9 Efficiency2.10 Operating temperature range2.11 Power control2.12 Protection features2.13 Overload capacity2.14 Total harmonic distortion2.15 Islanding protection2.16 Ingress protection2.17 Hardware platform2.18 DC input overload capacity2.19 Electronic metering accuracy2.20 Data logger accuracy3 Battery 3.1 Type 3.2 Manufacturers name3.3 Capacity Ah3.4 DOD %3.5 Rated normal voltage3.6 Rated maximum voltage3.7 Rated minimum voltage3.8 Applicable standard3.9 Ampere hour efficiency
Signature of the Bidder ___________________________Business Address ______________________________
1MWp-PH 123
SECTION IX
10. SCOPE OF OPERATION & MAINTENANCE OF POWER PLANT
1MWp-PH 124
Scope of operation & maintenance of SPV power plant for a period of 10 years from date of commissioning
Regular operation & maintenance of the SPV Power Plant for a period of ten years after commissioning along with supply of consumable items as and when necessary and submission of daily performance data of the power plant shall come, under the operation & maintenance contract. Complete operation & maintenance of the plant has to be carried out by the successful bidding company and can not be sublet to any third party.
The operation and maintenance schedule of the SPV power plant during the 10 years contract period shall be as detailed below :
1. 10 years operation and maintenance period shall begin on the date of actual commissioning of the power plant. The requisite number of qualified and trained personnel are required to be deputed round the clock from that very day.
2. The security of the power plant will rest with the suppliers till such time operation and maintenance of the power plant is not handed over to the purchaser.
3. The deputed personnel shall be qualified and well trained so that they can handle any
type of operation hazard quickly and timely.
4. The deputed personnel shall have to keep daily log sheet for the power plant as per format to be supplied after commissioning of the power plant.
5. The deputed personnel shall be in a position to check and test all the equipment regularly, so that, preventive actions, if any, could be taken well in advance to save any equipment from damage. Any abnormal behavior of any equipment shall be brought to the notice of PAU immediately for appropriate action.
6. The deputed personnel shall keep clean the power plant in all time. Cooking in the control room will not be allowed under any circumstances.
7. Normal and preventive maintenance of the power plant such as cleaning of module surface, tightening of all electrical connections, changing of tilt angle of module mounting structure, cleaning & greasing of battery terminals etc.
8. During operation & maintenance period of ten years of the power plant, if there is any loss or damage of any component of the power plant due to miss management/miss handling or due to any other reasons, what-so-ever, the supplier shall be responsible for immediate replacement/rectification. The damaged component may be repaired, if it is understood after examination that after repairing performance of the component shall not be degraded, otherwise the defective component shall have to be replaced by new one without any extra cost.
9. List of Spare parts & measuring instruments which are to be supplied along with the systems are given in Annexure 1. These spares are the property of the purchaser and the contractor will use these spares sparingly with express permission of the purchaser in case of emergency breakdowns, however, the contractor will have to refill the used spares within one month of draw down. All the spares inventory of the purchaser has to be fully refilled with new and unused spares at the time of handing over of the plant after completion of the 10 years of O&M of the plant by the contractor in case of non-compliance, the purchaser will refill these spares with new ones at the cost of the contractor.
1MWp-PH 125
10.Operation & Maintenance Instructions :
10.1 The successful bidder shall furnish 5 sets of the approved manuals of instructions at
the time of inspection and taking over of the equipment. These manuals shall properly bound
in book form and contain all information, description of equipment, diagram etc., necessary
to enable the customer to operate and maintain the whole scheme.
10.2 Proper Operation & maintenance of the plant shall be carried out by the contractor
during O&M period of 120 months with 6 monthly/annual review checkup of plant and
equipment in detail with purchaser.
10.3 Properly qualified and trained personnel well versed in O& M of SPV plants and
knowledge of computers with approval from purchaser shall be deployed at site for operation
& maintenance.
10.4 Proper repainting, re coating of exposed surfaces/civil works to prevent rusting &
replacement of worn out parts shall be carried out along with the maintenance of the
INVERTER on as per requirement basis. However, white wash, painting, maintenance of
civil structures , buildings, compound wall shall be carried out once in three years.
Plant personnel shall be deputed on such basis so that one no. qualified person
with a minimum qualification of Diploma in Electrical Engineering with minimum
one years experience in operating such SPV Power Projects should be available
at site always during the operation & maintenance period. Round the clock
security with two security personnel to be deployed in each shift. Company will be
required to deploy adequate un-skilled / skilled manpower as per site requirement
in consultation with PEDA for site maintenance, modules cleaning, general
upkeep.
Supplier shall depute one engineer of their company for the operation and
maintenance of the plant who shall be fully responsible for the complete O&M
and optimum operation of the plant. The name and contact nos. of this engineer
shall be notified to the purchaser, for the purpose of contact, responsibility and
correspondence with regard to all trouble shooting.
Replacement & repair of damaged parts shall be carried out immediately during
the O&M period so as to ensure at least 95% uptime.
Plant operation reports in a format prescribed by the purchaser shall be furnished
by the supplier on a weekly and monthly basis.
Plant shall be operated as per the standard IER practices to ensure proper safety
measures.
1MWp-PH 126
Proper data logs and records shall be maintained at the plant office with regard to
generation, efficiency, solar radiation, grid conditions and power fed to the grid
which shall be supplied on demand to the purchaser.
Proper operation & maintenance of the complete street lights installed along with
replacement of defective wires and lights fixtures shall be carried out on an
immediate basis.
The supplier shall ensure replacement of worn out parts and components during
the operation & maintenance period for which purpose the supplier shall carry
and maintain minimum inventory levels of spares at the plant and at its works.
In case of delay in repair & maintenance and non observance of purchasers O&M
schedules, the purchaser shall have the right to impose any penalties including
forfeiture of performance security.
Round the clock maintenance (routine, preventive, breakdown and capital
maintenance) of complete plant and equipments including Facade lighting,
Battery banks, SPV Array, INVERTER, SCADA system with dedicated telephone
lines shall be carried out by the supplier in accordance with manufacturer’s
instructions, manufacturers procedures, relevant safety codes, Indian Electricity
Act, Indian Electricity Rules, purchaser’s instructions, prudent utility practices etc.
10.5 Routine, Preventive, Breakdown & Capital Maintenance: Routine and preventive maintenance shall include such checks and maintenance
activities round the clock on hourly, shift wise, daily, weekly, fortnightly, monthly,
quarterly, half yearly, and yearly basis which are required to be carried out on all the
components of the power plant to minimize breakdowns and to ensure smooth and
trouble free running of the power plant. The supplier shall be responsible to carry out
routine and preventive maintenance and replacement of each and every component /
equipment of the power plant and he shall provide all labour, material, consumables etc.
for routine and preventive maintenance at his own cost.
Breakdown maintenance shall mean the maintenance activity including repairs and
replacement of any component or equipment of the power plant which is not covered by
routine and preventive maintenance and which is required to be carried out as a result
of sudden failure/breakdown of that particular component or equipment while the plant is
running. The supplier shall be responsible to carry out breakdown maintenance of each
and every component of the power plant and he shall provide the required manpower,
materials, consumables, components or equipment etc. for breakdown maintenance at
his own cost irrespective of the reasons of the breakdown/failure.
Capital maintenance shall mean the major overhaul of any component or equipment of
the power plant which is not covered by routine, preventive and breakdown
maintenance which may become necessary on account of excessive wear & tear, aging,
1MWp-PH 127
which needs repair/replacement. The capital maintenance of power plant and all civil
structures shall normally be planned to be carried out on an annual basis. For this
purpose a joint inspection by the supplier and purchaser shall be carried out of all the
major components of the power plant, about two months in advance of the annual
maintenance period, in order to ascertain as to which components of the power plant
require capital maintenance. In this regard the decision of the purchaser will be final and
binding. However, if the condition of any plant and component warrants its capital
maintenance at any other time, a joint inspection of the purchaser and supplier shall be
carried out immediately on occurrence of such situation and capital maintenance shall be
carried out by arranging the shutdown of the plant/part of the plant, if required, in
consultation with concerned authorities. The decision of the purchaser shall be final and
binding.
1MWp-PH 128
Annexure I
List of Min. Spare Parts
Sno Item Description Quantity ( nos)1 SPV Module 0.5% of total numbers of modules 2 Power Conditioning Systems Necessary spares for 10 years of
operation with min. 2 sets of spares to be kept at plant site. OEM spares list must be got approved from the purchaser.
3 Miscellaneous (cable, fuses/HRC fuses, screws, soldering material, wall grips, lugs etc please specify)
Required for 10 years of operation
Tools and Measuring instruments
Sno Item Description Quantity ( nos)1 Digital Multimeter and clamp
meter (Fluke / Motvane)4 no. each
2 Megger for earth testing 1 no. 3 Screw Driver set (Taparia /
Eastman)4 sets
4 Spanner set (Taparia / Eastman) 4 sets 5 Pointed Soldering Iron (Philips) 46. Aluminium ladders 2 nos.7. Motorised Lawn Mower 1 nos.8. Wide Angle Pole Mounted with
motorized base IP based surveillance cameras for remote monitoring connected through Broadband internet
2 nos.
Note: Bidders must get the list of spares being supplied approved from the purchaser before supply.
1MWp-PH 129
Annexure-II
UNDERTAKING TO BE FURNISHED BY BIDDERS
We, M/S ……………………………………………………………………………… with
Registered office at …………………………………………………………………
undertake to ensure generation of electrical energy from the Solar Power Plant of
1MWp, 1.5MWp, 2.0MWp, 2.5MWp to be installed by us at any Village and any
district of Punjabs per the details / technical specifications given in Tender
document. We have calculated the quantum of electricity likely to be generated with
the Solar Data for any site as per the attached yield report. We also confirm that we
have inspected the project site also.
Authorized Signatory Name of the Company with stamp
1MWp-PH 130