procurement of 33 kv out door & 11 kv out … · 11 kv outdoor vcb (kiosk) 26 . 10,400.00...

105
CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Regd. Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION NO : CESU/ P&S/MR/210 / 2011-12 FOR PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT DOOR(KISOK) VACUUME CIRCUIT BREAKERS (Under M/R Head) DATE OF OPENING OF TENDER: Dt.17.11.2011 TIME: 15.30 Hours onwards. PLACE: IDCO TOWERS, 2 ND FLOORS, Bhubaneswar. - 1 -

Upload: trinhkiet

Post on 30-Jun-2018

219 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Regd. Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022

TENDER SPECIFICATION NO :

CESU/ P&S/MR/210 / 2011-12

FOR

PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT DOOR(KISOK)

VACUUME CIRCUIT BREAKERS

(Under M/R Head)

DATE OF OPENING OF TENDER: Dt.17.11.2011 TIME: 15.30 Hours onwards.

PLACE: IDCO TOWERS, 2ND FLOORS, Bhubaneswar.

- 1 -

Page 2: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head. Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022

TENDER SPECIFICATION No:- CESU/P&S/ MR/ 210 / 2011-12

33 KV & 11 KV OUT DOOR VACUUME CIRCUIT BREAKERS

CONTENTS SECTION No DESCRIPTION PAGE NO.

SECTION-I INVITATION FOR BIDS (IFB) 4-7 SECTION-II INSTRUCTION TO BIDDERS (ITB) 8-18 SECTION-III GENERAL TERMS AND CONDITIONS OF

CONTRACT (GTCC)

19-30

SECTION-IV(A) TECHNICAL SPECIFICATION FOR 33 KV OUT DOOR VCB

31-57

SECTION-IV(B) TECHNICAL SPECIFICATION FOR 11 KV OUT DOOR VCB

58-72

SECTION-V LIST OF ANNEXURES (SCHEDULES & FORMATS)

73

ANEXURE-I: Abstract of GCTC 74 ANNEXURE-II: PBG Format 75-76 ANNEXURE-III: Price Schedule 77 ANNEXURE-IV(A): Technical Data Schedule For 33 KV

Out Door VCB

78-79

ANNEXURE-IV(B): Technical Data Schedule For 11 KV Out-door VCB

90-101

ANNEXURE-V(A): Technical Deviation Sheet 102 ANNEXURE-V(B): Commercial Déviation Sheet 103 ANNEXURE-VI: List of Materilas Supplied 104 ANNEXURE-VII: Self Declaration Sheet 105

- 2 -

Page 3: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

Web site: www.cescoorissa.com TENDER NOTICE

Tender Notice No.CESU-H.Qrs/P&S/MR/VCB-440/ 37650 Dt.19.10.2011 For and on behalf of CESU, the undersigned invites sealed tenders in duplicate superscribing the Tender Specification No. & date of opening (as mentioned in the specifications) from reputed manufacturers only for supply of the following type tested equipments as per the schedule below.

Sl. No. Schedule of Materials Qty.

(Nos.)

Cost of Tender

Paper (Rs.) EMD (In Rs Thousand )

1 33 KV Outdoor VCB 22 97.00 (Ninety Seven

Thousand ) 2 11 KV Outdoor VCB (KIOSK) 26

10,400.00 inclusive of

4% VAT

56.00 (Fifty Six

Thousand ) Time Schedules:-

1 Last Date & Time of selling of tender papers 16.11.2011 upto 4.00 PM 2 Last Date & Time for submission of Tender 17.11.2011 upto 1.00 PM 3 Last Date & Time for Opening of Tender 17.11.2011 at 3.30 PM

The details about the quantity, technical specification, qualifying criteria etc. can be seen from respective tender documents available at our website www.cescoorissa.com The detailed tender papers can be had from the undersigned at the above address on payment of the amount as mentioned by Cash / Demand Draft drawn on any Nationalized/Scheduled Bank issued in favour of CESU, payble at Bhubaneswar only. The cost of tender paper is non-refundable. No Telegraphic/Courier option for collecting Tender Documents shall be entertained.

The intending bidders can also download the tender document from our website www.cescoorissa.com, However the bidder has to furnish a Bank draft for an equivalent amount towards the cost of the bid documents along with the bid failing which the bid will be rejected. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for purchaser, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants.

-Sd- Chief G ,, eneral Manager (P&S)

Memo No.37651(8) Dt.19.10.2011 Copy forwarded to;

COO / Sr.G.M. (Finance ) / CGM(Tech.)/DDO of this office for information & necessary action.

Sr. GM(IT))/D.M. ( P.R. ) of this office for information. The Tender Notice is to be displayed on the Notice Board and published in Two leading ORIYA dailies & Two English News Paper with all India Circulation , reputed tender portal and in CESU’s website cescoorissa.com. -Sd- Copy to Tender File NoP&S/287 Chief General Manager ( P&S )

- 3 -

Page 4: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION-I

INVITATION FOR BIDS ( IFB)

- 4 -

Page 5: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA INVITATION FOR BIDS (IFB)

FOR SUPPLY OF

33 KV & 11 KV( OUT DOOR) VACCUM CIRCUIT BREAKERS (COMPETITIVE BIDDING)

Specification No. CESU/P&S/ MR/ 210/ 2011-12

SECTION- I 1.0 Scope of Supply:

For and on behalf of CESU, the undersigned invites bids under two part bidding system in double sealed cover for the package, duly super-scribed with tender specification No. and date of opening from manufacturers only for design, manufacture, supply, testing, inspection, loading at factory, transportation to unloading at site/stores including guarantee obligation for Type Tested 33 KV & 11 KV OUTDOOR VCB.

2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of

Technical and Commercial Proposal and conditions/schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be 17.11.2011 up to 1 PM.

3.0 CESU will not be responsible for any cost or expenses incurred by bidders in

connection with the preparation and delivery of bids. 3.1 CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without

assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.

4.0 Bid Security & Time Schedule:

Description Date &Time Sale of Tender Documents: 16.11.2011 Up to 4 .00 PM Submission of Bids: 17.11.2011 Up to 1.00 PM Opening Bids: At 15.30 Hrs onwards on 17.11.2011 Required Quantities Equipment: As specified under clause-5 Completion of the delivery: Within 120 days from the date of issue of

purchase order as per delivery schedule. Cost of Tender Document: (Non refundable) Rs.10,400.00 ( Rupees Ten Thousand Four

Hundred Only inclusive of VAT ) Payable by Cash or Bank Draft drawn from a Nationalised/Scheduled Bank issued in favour of “CESU” payable at Bhubaeswar.

Amount of Bid Security payable: Sl. No. Schedule of Materials

Qty. (Nos.) EMD (In Rs Thousand )

1 33 KV Outdoor VCB 22 97.00 (Ninety Seven Thousand )

2 11 KV Outdoor VCB 26 56.00 (Fifty Six Thousand )

- 5 -

Page 6: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The above EMD amount shall be submitted in shape of A/C payee Bank Draft drawn from a Nationalised/Scheduled Bank Bank issued in favour of CESU, payable at Bhubaneswar only.

N.B : Bidders are free to quote for single or multiple items but E.M.D’s are to be furnished in shape of A/C Payee Bank Drafts for each item(s) separately.

5.0 Schedule of Requirements & Delivery:

Within 60 days of issue of Purchase Order

(Consignment - I)

Between 120 of issue of Purchase Order

(Consignment - II) Item

scription

Total Quantity( in Nos.)

CDR Store (Consignment-I)

BBSR Store (Consignment-II)

CDR Store (Consignment-III)

BBSR Store (Consignment-

IV)

33 KV outdoor VCB .

22 (Twenty two)

05 (Five) 05 (Five) 06 (Six) 06 (Six)

11 KV outdoor VCB .

26 (Twenty Six)

06 (Six) 06 (Six) 07 (Seven) 07 (Seven)

,

6.0 QUALIFICATION OF BIDDERS: 6.1 Criteria for qualification 6.1.1. Techno-Commercial :

a) The bidder(s) should be a manufacturer of 33 KV and or 11 KV Vacuum Circuit Breakers or higher rating Vacuum Circuit Breakers ( both Short Circuit and Normal current rating) for which he submits his offer.

b) The bidder(s) should have already supplied 33 KV and or 11 KV Vacuum Circuit Breakers for which he submits his offer ( or higher capacity Vacuum Circuit Breakers, both normal current Amp. & short circuit rating KA) not less than the quantity tendered as per this specification during past 3 Financial Years. Bidders should submit self-attested copies of P.O’s supported with the Store Receipts Voucher’s/Delivery Challans and abstract there of to prove the quantity as supplied within last 3 years.

c) The bid shall be accompanied by user’s certificate preferably from any distribution Company/ State Govt./ Central Govt. or their undertaking(s) in support of satisfactory performance of their above rated VCBs, supplied earlier.

d) The offered VCB(s) should have been type-tested at CPRI/ National Govt. approved laboratory. The bid shall accompany with type-test reports conducted at Central Power Research Institute / National Govt. approved laboratory for the offered VCBs conducted within five years from date of tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation.

e) The bidders who have earlier failed to execute the purchase order(s) of the CESU and or black listed by CESU/any of the distribution utility shall not be eligible to participate in this tender.

- 6 -

Page 7: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

6.1.2 Financial:

The minimum average annual turnover during last three financial years of the intending bidder should not be less than two times of the estimated cost of quantity tendered as mentioned below;.

Sl. No.

Name of Materials Qualifying requirement for the minimum average annual turn over during last three financial years ( in Rs. Crores).

1 33 KV Out Door VCB Rs. 1.94Crores. 2 11 KV Out Door VCB Rs. 1.12 Crores

NB:- Bidders offering multiple items must meet the sum of minimum turn over requirements of each of items offered by the bidder. Accordingly bidders must furnish self attested Audited Profit & Loss Account & Balance Sheet of last three years to establish their turnover requirement.

6.1.3. Documentation:

6.1.3.1. Bidder shall furnish copies of original documents defining the constitution or legal status, place of registration and principal place of business namely of Memorandum and Article of Association.

6.1.3.2. Written power of attorney / Board Resolution of the signatory of the bid.

6.1.3.3. Bidders shall submit audited financial reports for the past three financial years. In case the Bidder is in existence for less than three years the audited financial report/s from the date of its incorporation should be furnished. However, the bidder(s) shall meet the minimum annual average turnover requirements.

6.1.3.4. Copies of the Purchase Order supported with Stores Receipts Vouchers/Delivery Challans, Users Performance Certificate & Type Test Certificate as required under clause-6.

6.1.3.5 Bids without the documents shall be rejected outright unless relaxed by CESU.

7.0 CESU reserves the right to relax the qualifying norms without assigning any reason thereof, if the situation so warrants.

8.0 All correspondence with regard to the above shall be made to the following address.

CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

Web site: www.cescoorissa.com ,,,

- 7 -

Page 8: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

- 8 -

Page 9: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION-II INSTRUCTION TO BIDDERS (ITB)

1. SOURCE OF FUNDS: 1.1 CESU hereinafter referred to as the “Purchaser” is desirous of procurement of

Vacuum Circuit Breakers of different ratings for strengthening and improvement of distribution network under CESU from the funds available under M/R head.

2. SCOPE OF WORK: 2.1 The scope of work in brief shall include design, manufacture, type testing, inspection,

supply, loading at factory, transportation to site/ unloading at stores including guarantee and after sales service obligations of 33 KV & 11 KV OUTDOOR VACUUME CIRCUIT BREAKERS in conformity to the technical specification enclosed herewith in Section- IV(A) & IV(B) .

3. DISCLAIMER: 3.1 This Document includes statements, which reflect various assumptions, which may

or may not be correct. Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this document and obtain independent advice from appropriate sources in their own interest.

3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder

or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of services and any other information supplied by or on behalf of Purchaser or its employees, or otherwise arising in any way from the selection process for the supply/ provision of services for the project.

3.3 Though adequate care has been taken while issuing the Bid document, the Bidder

should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the following address for seedy response.

CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

3.4 This document and the information contained herein are Strictly Confidential

and are for use of only the person (s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient’s professional advisors).

4. COST OF BIDDING:

4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and Purchaser will in no case be responsible or liable for those costs.

5. BIDDING DOCUMENTS:

5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering Letter accompanying

- 9 -

Page 10: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Bidding Documents, the Bidding documents include:

(a) Invitation For Bids (IFB) - Section –I (b) Instruction to Bidders (ITB) - Section –II (c) General Terms and Conditions of Contract

(GTCC) - Section –III

(d) Technical Specification - Section –IV(A) & IV(B) (e) Annexure & Formats.

- Section –V

5.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. 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 / may result in the rejection of the Bid.

6. AMENDMENT OF BIDDING DOCUMENTS:

6.1 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 way of issuing an addendum.

6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on them.

6.3 In order to afford 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. LANGUAGE OF BID:

The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern.

8. DOCUMENTS COMPRISING THE BID :

8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e Part-I ( Techno-Commercial Part), & Part – II ( Price Bid) as per Clause-6 of this Section. (A) The Part-I ( Techno-Commercial Part ) must contain the following documents.

(a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-Document (Annexure I, II, IV(A), IV(B), V(A), V(B), VI & VII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bid non-responsive.

(b) Requisite Bid Security ( EMD ) as per clause No. 4 of Section –I, IFB. In a separate envelop super scribing “Bid Security”.

- 10 -

Page 11: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

(c) Requisite Cost of Tender Document i.e Rs.10,400.00 inclusive of 4% VAT in shape of Bank Draft from a Nationalized/Scheduled Bank issued in favour of “CESU” Payable at Bhubaneswar, if the document is downloaded from our web-site or the Original Copy of Money Receipt if the document is purchased from our Cash Counter at our Head Office.

(d) Following Documentary evidence establishing the qualifying requirements in accordance with Clause-6, IFB (SECTION-I), that the Bidder is qualified to perform the Contract if the Bid is accepted.

(i) Self Attested copies of Purchase Orders executed supported with

Stores Receipts Vouchers/Delivery Challans in last 3 Years. (ii) Self attested copies of Performance Certificates from above buyers

preferably from Electricity Distribution Utilities / Government Organisations.

(iii) Type Test Reports from CPRI or any Government Testing Laboratory for the offered equipments along with the copies of drawings duly approved by the Type Testing Agency for the tests conducted not before 5 years from the date of opening of Bids.

(iv) Copies of Audited Profit & Loss Accounts & Balance Sheet indicating Turn-over for last 3 Financial Years.

(e) Power of Attorney / Board resolution indicating that the person(s) signing the

Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause-14.

(B) Part-II ( Price-Bid) : Shall contain the Price schedules ( strictly as per prescribed format at Annexure –III ) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.)

9. SUBMISSION OF BID:

9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “8” above in two sealed envelops for Original & Duplicate separately, super scribing our Tender Notice No., Tender Specification No. , Date of Opening & Description of Material Tendered.

9.2 9.2.1

BID SECURITY: The bidder shall submit bid security as a part of the bid in the prescribed format for the amount mentioned in Clause No.4 of Section –I.

9.2.2 The bid security is required to protect the Purchaser / it’s representative against the risk of bidder’s conduct, which would warrant the security’s forfeiture.

9.2.3 The bid security shall be in the following form:

Bid Security in the form of a Demand Draft issued in favour of CESU from a Nationalized or Scheduled bank payable at Bhubaneswar only.

Unsuccessful bidder’s bid security shall be refunded back as promptly as possible, but not later than thirty (30) days after the expiry of the period of bid validity. The successful bidder’s bid security shall be discharged upon

- 11 -

Page 12: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

furnishing of the performance security and acceptance thereof.

The bid security may be forfeited due to following reasons:

1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form.

2) In case the successful bidder fails to accept or sign the purchase contract in

specified time and / or fails to submit the requisite performance Bank guarantee.

3) In case of failure to supply the equipment during the contractual delivery

period. 4) Conditional acceptance of the Purchase Contract, which is inconsistence

with the tender specification.

10. BID PRICE: 10.1 Bidders have to quote for the entire quantity of equipment covered under this

specification strictly as per the enclosed format in Annexure-III, else the bid shall be rejected outright. The total Bid Price shall also cover all the Supplier’s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to store/site, all in accordance with the requirement of Bidding Documents. The Bidder shall complete the appropriate Price Schedules included herein, stating the Unit Price for each item, all other leviable taxes & duties along with rates of Taxes & duties as applicable, transportation, insurance separately and thereby arriving at the total amount.

10.2 In case there is any increase in the number of units as compared to those mentioned in the IFB, the Contract Price shall be subject to increase proportionately on prorata basis.

10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable during implementation of the contract. If the Bidder is exempted from Excise duties, the same should be clearly mentioned with documentary evidence.

10.4 Prices quoted by the Bidder shall be “FIRM” and not subject to any price adjustment during the Validity period of the Bid. A Bid submitted with an adjustable price clause will be treated as non-responsive and rejected outright.

10.5 Any revised/supplementary price bids offer after the due date of opening of the price bid shall not be considered unless specifically asked by the CESU.

11. CONTRACT PRICE: 11.1 The Prices quoted for the Contract shall remain ‘FIRM’ as per the above

Parameters and Purchaser shall not compensate Bidder for any variations during the contractual delivery period unless otherwise specifically agreed between the Purchaser and the Bidder.

11.2 In case the Purchaser, revise the scope of woks, bidders shall be compensated based on the Unit Rate agreed upon before Order placement or as per mutually acceptable rates.

- 12 -

Page 13: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

12. BID CURRENCIES:

12.1 Prices shall be quoted in Indian Rupees Only.

13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS:

13.1 The bidder shall confirm by documentary evidence of the Good’s conformity to the Bidding Documents by submitting equipment data sheets.

14. PERIOD OF VALIDITY OF BIDS:

14.1 Bids shall remain valid for 180 days from the date of opening of commercial Bids.

14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder’s consent to an extension of the Period of Bid Validity. The request and the responses there to shall be made in writing or by Fax.

15. ALTERNATIVE BIDS:

15.1 Bidders shall submit Bids, which comply with the Bidding Documents. Alternative bids shall not be considered for evaluation. However, if the bidder’s first bid complying to the bid specification happens to be the lowest acceptable bid, in such a case his alternative bid may be considered for placement of orders if it is acceptable from both technical and financial aspects.

16. FORMAT AND SIGNING OF BID:

16.1 The original Bid Document and accompanying documents (as specified in Clause-9 ), clearly marked “Original Bid”, plus one copy of the Technical and un-priced Commercial Proposal must be received by the Purchaser at the date, time and place specified pursuant to Clauses-17 and 18. The Price Bid in Original should be submitted in a separate sealed envelope marked as “Price Bid”. In the event of any discrepancy between the original and the copies, the original shall govern.

16.2 The original and the duplicate copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid.

16.3 The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

17. SEALING AND MARKING OF BIDS:

17.1 Bid submission: One (1) original, one hard copy of all the Bid Documents shall be sealed and submitted to the Purchaser before the closing time for submission of the bid.

17.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows:

- 13 -

Page 14: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid

Security, Cost of Tender Document, The Bid Document signed by the bidder in every Page, Formats at Annexure-I & II, Technical Data Schedules as per our prescribed format at Annexure IV(A) & IV (B), Technical & Commercial Deviations as per our prescribed formats at Annexure V (A) & V(B), Un priced Schedule ( Annexure – III) , Schedule of Supply experience at Annexure-VI and Self declaration at Annexure-VII. All Documents establishing the qualifying norm of the tender mentioned at clause-6 above & other credibility documents. All the above prescribed formats except the Price Schedule enclosed in the Part-I (Techno-Commercial bid) must be duly filled in & Signed by the bidder with seal failing which the bid may be considered non-responsive. The Price Schedule enclosed in the Part-I Bid is to be left blank & signed.

ii) PRICE BID ENVELOPE: Shall contain the Price schedules (As per Annexure-III) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.)

17.3 The inner and outer envelopes shall:

a) Be addressed to the purchaser at the following address:

CHIEF GENERAL MANAGER, (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA

2nd Floor, IDCO Towers, Janpath, Bhubaneswar – 751022 b) Bear the Project name as: “Design, Manufacture, Testing, Inspection

and Supply of Vacuum Circuit Breakers of different ratings in CESU as per Schedule of Requirement in Section-I) – Specification No. CESU/P&S / 210. / 2011–12. Tender Notice No . & Date of Opening :

In addition to the information required in sub clause (a) and (b) above, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “Late” pursuant to Clause-20.

17.4 The Bidders have the option of sending the Bids by post/ Courier services or in

person. But the Bids must reach the Purchase within the dead line prescribed in the Tender Notice. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Purchaser to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by the Purchaser.

18. DEADLINE FOR SUBMISSION OF BIDS:

18.1 The original Bid together with required copies, must be received by the Purchaser at the address specified in Clause 17.3 not later than 13.00 Hrs. (IST) on the due date as indicated in the invitation for bids.

18.2 The Purchaser may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, 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.

- 14 -

Page 15: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

19. ONE BID PER BIDDER:

19.1 Each Bidder shall submit only one Bid by himself.

20. LATE BIDS:

20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the Purchaser, pursuant to Clause-19, will be declared “Late” and rejected outright and returned unopened to the Bidder.

21. MODIFICATION AND WITHDRAWAL OF BIDS:

21.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of Bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause-17 & 18. A withdrawal notice may also be sent by fax but must be followed by an original signed confirmation copy.

21.3 No Bid may be modified subsequent to the deadline for submission of Bids.

21.4 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.

22.0 EVALUATION OF BID: 22.1 PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison

of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Purchaser’s processing of Bids or award decisions may result in the rejection of the Bidder’s Bid.

23. CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

24. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:

24.1 Purchaser will examine the Bids to determine whether they are complete, whether any computational error have been made , whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected. In case of any column in the price schedule left blank or nil , the same shall be treated as included in the Unit Landing Price and the cost of the same shall be borne by the bidder(s).

- 15 -

Page 16: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

24.3 Prior to the detailed evaluation, pursuant to Clause-25, the Purchaser will

determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered, pursuant to Clause-13. Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation.

24.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and will not subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.

25 EVALUATION AND COMPARISON OF BIDS: 25.1 The evaluation of Bids shall be done basing on the delivered cost

competitiveness basis for the total tendered item each separately, as specified in clause-5 of the IFB for the destination stores of CESU.

25.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes:

In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause-24. The Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per Clause -6 of this document.

Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of Bidders with Techno-commercially Acceptable Bids before opening of the price bid shall be considered for final evaluation. The supplementary financial proposal along with the original financial proposal shall be opened simultaneously. However, evaluation shall be made for the lowest price bid out of the above two proposals.

25.3 The Purchaser’s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause:

25.4 Any adjustments in price, which result from the above procedures, shall be added for the purpose of comparative evaluation only to arrive at an “Evaluated Bid Price” Bid Price, quoted by Bidders shall remain unaltered.

26.0 AWARD OF CONTRACT:

26.1 CONTACTING THE PURCHASER

26.1.1 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, he should do so in writing.

26.1.2 Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.

26.2 THE PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS:

- 16 -

Page 17: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

26.2.1 The Purchaser 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 of the grounds for the Purchaser’s action.

26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms and conditions without affecting the quality & price of the equipments.

26.3 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same and early delivery is required by the owner.

26.4 THE PURCHASER’S RIGHT TO VARY QUANTITIES:

The Purchaser reserves the right to vary the quantity i.e increase or decrease the number of materials without any change in terms and conditions at the time of placing the orders or during the execution of the Contract.

26.5 LETTER OF INTENT / NOTIFICATION OF AWARD:

26.5.1 The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1) by taking the total tender quantity. The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by Purchaser.

27.0 PERFORMANCE SECURITY: 27.1 Within 15 days of the receipt of Notification of Award from the Purchaser, the

successful Bidder shall furnish the Performance Security in the form of Bank Guarantee from a Nationalized/Scheduled Bank in the enclosed format in favour of the Purchaser for an amount of 10% (ten percent) of the Contract Price on a non-judicial stamp paper worth of Rs. 100/-, which shall cover 270 days over and above the guaranteed obligation from the date of issue of the Purchase order. If the due date of delivery period has been extended, the successful bidder shall have to furnish the extended Bank guarantee to cover the entire validity period. The format for required Performance Composite Bank Guarantee is enclosed at Annexure - II to this Bidding document.

28. CORRUPT OR FRAUDULENT PRACTICE:

28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, the Purchaser:

a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/ or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence

- 17 -

Page 18: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

(ii) “Fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.

b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contract in question.

c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an contract if he at any time determines that the firm is engaged in corrupt or fraudulent practice in competing for, or in executing, the Contract.

28.2 Further more, Bidders shall be aware of the provision sated in the General Terms and Conditions of Contract.

29.0. LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting

on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder may result in disqualification of Bid. In this regard the bidder(s) shall furnish the self attested declaration as per the format prescribed by CESU in Annexure-VII.

- 18 -

Page 19: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION –III

GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC)

- 19 -

Page 20: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION – III GENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC)

1.0 General Instructions:

1.01 All the Bids shall be prepared and submitted in accordance with these

instructions. 1.02 Bidder shall bear all costs associated with the preparation and delivery of its

Bid, and the Purchaser will in no case shall be responsible or liable for these costs.

1.03 The Bid should be submitted by the Bidder in whose name the bid document has been issued and under no circumstances it shall be transferred / sold to the other party.

1.04 The Purchaser reserves the right to request for any additional information and also reserves the right to reject the proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete.

1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Bid Documents. Failure to furnish all information required in the Bid Documents or Submission of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However, the Purchaser’s decision in regard to the responsiveness and rejection of bids shall be final and binding without any obligation, financial or otherwise, on the Purchaser.

2.0 Definition of Terms:

2.01 “Purchaser /” shall mean Central Electricity Supply Utility of Orissa (CESU) on whose behalf this bid enquiry is issued by its authorized representative / officers.

2.02 “Bidder / Contractor” shall mean the firm who quotes against this bid document issued by the Purchaser. “Contractor” or “Seller” shall mean the successful Bidder and / or Bidders whose bid has been accepted by the Purchaser and shall include his heirs, legal representatives, successors and permitted assigns wherever the context to admits.

2.03 “Site” shall mean the Electricity Distribution Area of CESU.

2.04 “Specification” shall mean collectively all the terms and stipulations contained in those portions of this bid document known as Instruction to Bidder, Bid form and other forms as per Section –V, General Conditions of Contract, Specifications and the Amendments, Revisions, Deletions or Additions, as may be made by the Purchaser from time to time.

2.05 “Letter of Intent” shall mean the official notice issued by the Purchaser notifying the Contractor that his proposal has been accepted and it shall include amendments thereto, if any, issued by the Purchaser. The “Letter of Intent” issued by the Purchaser shall be binding on the “Contractor”. The date of detailed Purchase Order shall be taken as the effective date of the commencement of contract.

2.06 “Month” shall mean the calendar month and “Day” shall mean the calendar day.

- 20 -

Page 21: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

2.07 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the Technical Specification.

2.08 “Offer Sheet” shall mean Bidder’s firm offer submitted to Purchaser in accordance with the specification.

2.09 “Contract” shall mean the “Detailed Purchase Order” issued by the Purchaser.

2.10 “Contract Price” shall mean the price referred to in the “Detailed Purchase Order”.

2.11 “Contract Period” shall mean the period during which the “Contract” shall be executed as agreed between the Contractor and the Purchaser in the Contract inclusive of extended contract period for reasons beyond the control of the Contractor and / or purchaser due to force majeure.

2.12 “Goods” shall mean all items to be supplied under Purchase Order whether raw materials, processes materials, equipment, fabricated products, drawings or other documents as applicable.

2.13 “Store” shall mean the Purchaser’s store as defined elsewhere in this tender document.

2.14 “Project” / “Unit” shall mean supply of 33/11KV VCB as per enclosed technical specification.

3.0 Contract Documents & Priority :

3.01 Contract Documents : The Specification, terms and conditions of the contract shall consist solely of these Tender conditions and offer sheet.

3.02 Priority : Should there be any discrepancy between any term hereof and any term of the Offer Sheet, the terms of these tender document shall prevail.

4.0 Scope of Work: 4.01 The “Scope of Work” shall be on the basis of Bidder’s responsibility,

completely covering the obligations, responsibility and workmanship, provided in this Bid Enquiry whether implicit or explicit.

4.02 The Purchaser reserves the right to vary the quantity i.e increase or decrease, at the time of placing order or during project execution.

4.03 All relevant drawings, data and instruction manuals and other necessary inputs shall be under the scope of contract.

5.0 General Requirements: 5.01 The seller shall supply, deliver best quality goods & conduct the testing at

their works of highest standards.

6.0 The seller shall be responsible & shall comply with the provisions of all statutory acts i.e Electricity Act 2003, Indian Electricity Rules 1956.

- 21 -

Page 22: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

7.0 Inspection & Testing:

i) The Purchaser’s representative shall be entitled at all reasonable times during manufacture to inspect examine and test on the Contractor’s premises the materials and workman-ship of all equipment to be supplied under this contract and if part of the said equipment is being manufactured else where in any Sub-Contractor’s premises, the Contractor shall obtain for the Purchaser’s representative, permission to inspect, examine and test as if the equipment were being manufactured on the Contractor’s premises. Such inspection, examination and testing shall not release the Contractor from his obligations under the contract. However, purchaser reserves the right to engage third party agent for conduct the aforesaid inspection.

ii) The Contractor shall give to the Purchaser adequate time/ notice (minimum of two weeks time) in writing for inspection of materials indicating the place at which the equipment is ready for testing and inspection and shall also furnish the Routine Test Certificates and Packing List along with offer for inspection to the Purchaser indicating the quantity which can be delivered in full truck load / Mini truck load to facilitate issue of dispatch instruction.

iii) Where the contract provides for test on the Premises of the Contractor or of any of his Sub-Contractors, the Contractor shall provide such assistance, labour, materials, electricity, fuel and instruments as may be required or as may be reasonably demanded by the Purchaser’s representative to carryout such tests efficiently. The Contractor is required to produce Shop Routine Test Certificates before offering their materials for inspection

iv) After completion of the tests as indicated above, the Purchaser’s representative shall forward the test results to the Purchaser. If the test results confirm to the specific standard, the Purchaser shall approve the test results and communicate the same to the Contractor in writing. The Contractor shall provide at least three copies of the test certificates to the Purchaser.

v) The Purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is a dispute regarding the quality of supply. In such case the report of the independent agency shall be binding to the supplier.

vi) The Purchaser at its discretion may re-test the supplied Equipments at its own laboratory or laboratory of his choice for reconfirmation of the test results.

8.0 QUALITY ASSURANCE PLAN:

8.1 The tenderer shall invariably furnish following information along with his offer, failing which his offer shall be liable for rejection, information shall be separately given for individual type of equipment offered.

(i) Statement giving list of important raw materials names of sub-suppliers for the raw materials list of standards according to which the raw materials are tested. List of tests normally carried out on raw materials in presence of tenderer’s representative, copies of test certificates.

- 22 -

Page 23: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

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

(iii) List of manufacturing facilities available (iv) Level of automation achieved and list of areas where manual processing exists (v) List of areas in manufacturing process, where state inspections are normally

carried out for quality control and details of such tests and inspections. (vi) Special features provided in the equipment to make it maintenance free (vii) List of testing equipments available with the tenderer for final testing of equipment

specified and test plant limitation. If any, vis-à-vis the type, special acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in schedule of deviations from specified test requirements.

8.2 The successful tenderer shall within 30 days of placement of order, submit following information to the purchaser.

(i) List of raw materials as well as bought out accessories and the names of sub-suppliers selected from those furnished along with offer.

(ii) Type test certificates of the raw material and bought out accessories (iii) Quality assurance Plan (QAP) with hold points for purchaser’s inspection. The

quality assurance plan and purchasers hold points shall be discussed between the Purchaser and Supplier before the QAP is finalized.

8.3 The successful bidder shall submit the routine test certificates of bought out accessories and central excise passes for raw material viz oil, copper, aluminium, conductors, insulating materials, core material at the time of routine testing of the fully assembled equipment.

9.0 DOCUMENTATION : 9.1 All drawings shall conform to International Standards Organization (ISO) “ A” Series. All drawings shall be in ink and suitable for micro filming. All dimensions

and data shall be in S.I. units.

9.2 List of drawings and documents The bidder shall furnish four sets of following drawings duly approved earlier by the

Type Testing Agency along with his offer. (a) General outline and assembly drawings of the equipment i.e. breaker,CTs, PTs etc. (b) Graphs showing the performance of equipments in regard to magnetization

characteristics ( c ) Sectional views showing (i) General Construction features (ii) The materials/gaskets/sealing used. (iii) The method of connection of the primary/secondary winding to the

primary/secondary terminals etc. (iv) Porcelain used and its dimensions along with the mechanical and electrical

characteristics (d) Arrangement of terminals and details of connection studs provided. (e) Name plate (f) Schematic drawing (g) Type test reports conforming to above design / drawings offered for supply. (h) Test Reports, literature, pamphlets of the bought out items and raw materials. 9.3 The successful tender shall, within 2 weeks of placement of order, submit three

sets of final versons of all the above said drawings for purchaser’s approval. The purchaser shall communicate his comments/ approval on the drawings to the supplier within four weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for owners approval with in two weeks from the date of owner’s comments. After receipt of owner’s approval, the supplier shall within two weeks, submit 12 prints and two good quality reproducible of the approved drawings for purchasers use.

9.4 Six sets of the type tests reports, duly approved by the purchaser, shall be submitted by the supplier for distribution before commencement of supply .

- 23 -

Page 24: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Adequate copies of acceptance and routine test certificate, duly approved by the purchaser shall accompany the dispatch consignment.

9.5 The manufacturing of the equipments shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier’s risk.

9.6 16 sets of nicely printed and bound volumes of operation, maintenance and

erection manuals in English language, for each type and rating of equipment supplied shall be submitted by the supplier for distribution, prior to the dispatch of the equipment. The manual shall contain all the drawings and information required for erection, operation and maintenance of the circuit breaker. The manual shall also contain a set of all the approved drawings, type test reports etc.

9.7 Approval of drawings/ work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirement of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith.

10.0 PACKING AND FORWARDING: The equipment shall be packed in crates suitable for vertical/ horizontal transport

as the case may be, and suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be responsible for any damage to the equipment during transit, due to improper and inadequate packing. The easily damageable material shall be carefully packed and marked with the appropriate caution symbol. Wherever necessary, proper arrangement for lifting, such as lifting hooks etc. shall be provided. Any material found short inside the packing cases shall be supplier by supplier without any extra cost.

Each consignment shall be accompanied with a detailed packing list containing the following information.

(a) Name of the consignee (b) Details of consignment ( c ) Destination (d) Total weight of consignment (e) Sign showing upper/ lower side of the crate (f) Handling and unpacking instructions (g) Bill of materials indicating contents of each package 10.3 The supplier shall ensure that the packing list and bill of material are approved by

the purchaser before dispatch. 11.0 Training Facilities : The Contractor shall provide all possible facilities for training of Purchaser’s

Technical personnel, when deputed by the Purchaser for acquiring first hand knowledge in assembly of the equipment and for it’s proper operation and maintenance in service.

12.0 Rejection of Materials:

In the event, any of the materials / equipment supplied by the Contractor is found defective due to faulty design, bad workmanship, bad materials used or otherwise not in conformity with the requirements of the Specification, the Purchaser shall either reject the materials / equipment or ask the Contractor in writing to rectify the same. The Contractor on receipt of such notification shall either rectify or replace the defective equipment free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may :

- 24 -

Page 25: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

a)

b)

c)

At its option replace or rectify such defective equipment and recover the extra costs so involved from the Contractor plus fifteen percent and / or. Terminate the contract for balance work / supplies with enforcement of penalty Clause as per contract for the un-delivered goods and with forfeiture of Performance Guarantee/ Composite Bank Guarantee. Acquire the defective equipment / materials at reduced price considered equitable under the circumstances.

13.0 Experience of Bidders :

The bidders should furnish information regarding experience particularly on the following points :

i) Name of the manufacturer : ii) Standing of the firm and manufacture of equipment quoted : iii) Description of equipment similar to the quoted, supplied and installed during

the last 3 (three) years with the name (s) of the party (s) to whom supplies were made.

iv) Details as to where installed etc. v) Testing facilities at manufacturer’s work with copies of calibrated certificates

of the major testing equipment. vi) If the manufacturer is having collaboration with other firm(s), details

regarding the same: vii) A list of Purchase orders, executed during the last three years along with

user’s certificate and copies of purchase orders.

Bids may not be considered if the past manufacturing experience is found to be un-satisfactory or is of less than 3 years as on the date of opening of the bid.

14.0 Language and Measures :

All documents pertaining to the contract including Specifications, Schedule, Notice, Correspondence, Operating & Maintenance instructions, Drawings or any other writing shall be written in English language. The metric system of measurement shall be used exclusively in this contract.

15.0 Deviation from Specification:

It is in the interest of the Tenderers to study the Specification, drawing, commercial terms etc. specified in the tender schedule thoroughly before tendering so that, if any deviations are made by the Tenderers, the same are to be prominently brought out in the Non- Compliance Schedule Format enclosed in this document at Annexure – V(A) & V(B). Unless deviations in scope, technical and commercial stipulations are specifically mentioned in the prescribed Non-complaince Schedule, it shall be presumed that the Tenderer has accepted all the conditions, stipulated in the tender Specification without any deviation, notwithstanding anything mentioned at any other document.

16.0 Price Basis:

16.01 (a)

Bidder shall quote “FIRM” price with detail breakup of the total offered price.

The breakup of prices shall indicate all types of taxes, Duties and other Levies of whatsoever nature indicated separately and clearly, packing & forwarding, transportation to store including transit insurances and entry tax. The rates of taxes & duties shall also be clearly mentioned in the price bid.

- 25 -

Page 26: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Any column left blank/nil shall be treated as included in the unit landing price and the cost of the same shall be borne by the bidder(s). Exemption from any duties/taxes, if any, shall be supported with relevant documentary evidence.

(b) The above Prices shall also include loading at factory site & unloading at Purchaser’s Stores. Price evaluation will be based on total landing cost, taking into account all taxes and duties for each item separately.

17.0 Terms of Payment: 100 % value of each consignment will be paid within 30 days of receipt of

materials in good conditions at stores/ desired destination and verification there of subject to approval of the Guarantee certificates & Test Certificates and submission & acceptance of Performance Bank Guarantee equivalent to 10 % of Total Contract Price on non-judicial stamp paper worth Rs.100 in the prescribed format from a Nationalised/Scheduled Bank encashable at Bhubaneswar only. Or else an equivalent amount of 10 % of the Total Contract Price shall be deducted from the invoice of the first consignment & the same shall be refunded after submission and approval of the required Performance Bank Guarantee or expiry of Guarantee Period successfully which ever is earlier.

18.0 Price Validity: 18.01 All bids submitted shall remain valid, firm and subject to unconditional

acceptance by Purchaser for 180 days post bid-date. For award of Contract, the prices shall remain valid and firm till contract completion.

19.0 Guarantee: 19.01 The bidder shall guarantee for satisfactory performance of the

equipments/materials for a minimum period of 60 months from the date of Commissioning or 66 months from the date of receipt of last consignment whichever is earlier. In the event of any defect in the equipment/ materials arising out of faulty design, inferior quality of raw material used or bad workmanship within the guarantee period, the Seller shall guarantee to replace/ repair to the satisfaction of the Purchaser the defective equipments free of cost. Should however, the manufacturer fails to do so within a reasonable time, the Purchaser reserves the right to recover the amount from the seller either from the bills pending or may recover from the Performance Guarantee submitted by the firm. Seller shall give a Performance Bank Guarantee in favour of the Purchaser for 10% of the order value valid for 270 days over and above the guarantee obligation.

19.02 If during the defect liability period any services performed found to be defective, these shall be promptly rectified by seller at its own cost (including the cost of dismantling and reinstallation) on the instruction of Purchaser.

20.0 Release:

The seller’s Performance Bank Guarantees / Assignable Bank Guarantee will be released without interest within thirty (30) days from the last date up to which the Performance Bank Guarantee has to be kept valid (as defined in Clause 16.01 ).

- 26 -

Page 27: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

21.0

TECHNICAL INFORMATION / DATA

The Purchaser and the Contractor, to the extent of their respective rights permitting to do so, shall exchange such technical information and data as is reasonably required by each party to perform its obligations and responsibilities. The Purchaser and the Contractor agree to keep each other in confidence and to use the same degree of care as he uses with respect to his own proprietary data to prevent its disclosure to third parties of all technical and confidential information. The technical information, drawings, records and other document shall not be copied, transferred, traced or divulged and / or disclosed to third party in full / part nor misused in any other form. This technical information, drawing etc. shall be returned to the Purchaser with all approved copies and duplicates. In the event of any breach of this Contract, the Contractor shall indemnify the Purchaser against any loss, cost of damages of claim by any party in respect of such breach.

22.0 Effective Date of Commencement of Contract :

22.01 The date of the issue of the detailed Purchase order shall be treated as the effective date of the commencement of Contract.

22.02 The bidder shall quote the basic price as well as all taxes & duties as per the enclosed format for bid prices.

23.0 Penalty:

23.01 If supply of items / equipments is delayed beyond the supply schedule as stipulated in purchase order, then the seller shall be liable to pay to the Purchaser as penalty for delay, a sum of 0.5% (half percent) of the contract price for every week delay or part thereof.

23.02 The total amount of penalty for delay under the contract will be subject to a maximum of five percent (5%) of the contract price.

23.03 The Purchaser may, without prejudice to any method of recovery, deduct the amount for such damages from any amount due or which may become due to the seller or from the Performance Bank Guarantee or file a claim against the seller.

24.

VALIDITY OF THE ORDER: The Purchase Contract is valid for 10 weeks beyond the schedule date of delivery, unless otherwise extended by the Competent Authority. The Purchase Contract shall stand cancelled automatically beyond the validity period without any correspondences and liabilities to the CESU.

25. PACKING :

The materials / equipments shall be packed by the seller suitably as per the standard procedure for safe transport to the site / store. The cases shall be clearly marked showing distinctly the name and address of the consignee. In case of special instructions, such as “this end up”, “fragile”, “handles with care” etc., the same shall be clearly displayed on the cases.

- 27 -

Page 28: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

26. Commissioning spares :

The sellers shall replace, free of cost, any spares which may be found defective by the buyer during commissioning.

27.0 The Laws and Jurisdiction of Contract : 27.01 The laws applicable to this Contract shall be the Laws in force in India.

27.02 All disputes arising in connection with the present Contract shall be settled

amicably by mutual consultation, failing which shall be finally settled as per the rules of Arbitration and Conciliation Act, 1996 at the discretion of Purchaser. The jurisdiction of arbitration shall be at Bhubaneswar , Orissa, India only.

28.0 Events of Default : 28.1 Events of Default. Each of the following events or occurrences shall

constitute an event of default (“Event of Default”) under the Contract :

(a) Seller fails to accept the Purchase Order within the stipulated provision of the tender specification.

(b) Seller fails or refuses to pay any amount due under the Contracts.

(c) Seller fails or refuses to deliver Commodities conforming to his Bid document/ specifications, or fails to deliver Commodities and, or execute the works assigned to them within the period specified in P.O or any extension thereof.

(d) Seller becomes insolvent or unable to pay its debts when due, or commits any act of bankruptcy, such as filing any petition in any bankruptcy, winding-up or reorganization proceeding, or acknowledges in writing its insolvency or inability to pay its debts; or the Seller’s creditors file any petition relating to bankruptcy of Seller;

(e) Seller otherwise fails or refuses to perform or observe any term or condition of the Contract and such failure is not remediable or, if remediable, continues for a period of 30 days after receipt by the Seller of notice of such failure from Purchaser.

29.0 Consequences of Default:

(a) If an Event of Default occurs and would be continuing, Purchaser may forthwith terminate the Contract by written notice.

In the Event of Default, Purchaser may, without prejudice to any other right granted to it by law, or the Contract, take any or all of the following actions;

i)

ii)

present for payment, to the relevant bank the Contract Performance Bank Guarantee; Recover any losses and / or additional expenses from the pending bill, the cost of the same Purchaser may incur as a result of Seller’s default.

- 28 -

Page 29: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

30.0

Force Majeure :

30.01 The term “Force Majeure” as employed herein include, acts of God or force of nature, landslide, earthquake, flood, fire, lightning, explosion, major storm (hurricane, typhoon, cyclone etc. ) or major storm warning, tidal wave, shipwreck and perils of navigation, act of war (declared or undeclared ) or public enemy, strike (excluding employee strikes, lockouts or other industrial disputes or action solely among employee of Contractor or its subcontractors ) act or omission of Sovereign States or those purporting to represent Sovereign States, blockade, embargo, quarantine, public disorder, sabotage, accident or similar events beyond the control of the parties or either of them.

Force Majeure shall not include occurrences as follows : 1. Late delivery of materials caused by congestion of Seller’s facilities or elsewhere,

and oversold condition of the market, inefficiencies, or similar occurrences. 2. Late performance by Seller and / or Sub-Seller caused by unavailability of raw

materials, supervisors or labour, inefficiencies of similar occurrences. 3. Mechanical breakdown of any item of Seller’s or its Sub-Seller’s equipment, plant

or machinery.

4. Delays due to ordinary storm or inclement weather or 5. Non-conformance by Sub-Seller.

Unless the delay arises out of a Force Majeure occurrence and is beyond both Seller’s and Sub-Seller’s or Seller’s control and an alternate acceptable source of services, equipment or material is unavailable . Additionally, Force Majeure shall not include financial distress of Seller or any Sub-Seller.

30.02

In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the Contract, the relative obligation of the party affected by such Force Majeure shall be suspended for the period during which such cause lasts. Time for performance of the relative obligation suspended by Force Majeure shall then stand extended by the period for which the cause lasts.

30.03 Upon the occurrence of any Force Majeure event, the party so affected in the discharge of its obligation shall promptly, but no later than seven (7) days give written notice of such even to the other party. The affected party shall make every reasonable effort to remove or remedy the cause of such Force majeure or mitigate its effect as quickly as possible. If such occurrence results in the suspension of all or part of the work for a continuous period of more than 10( ten) days, the parties shall meet and determine the measures to be taken.

30.04 Any delay or failure in performance by either party hereto shall not give rise to any claims for damages or loss of anticipated profits if and to the extent, such delay or failure is caused by Force Majeure.

31.0 EMBOSSING / PUNCHING / CASTING:

31.1 The all equipments and materials supplied shall bear distinct mark of “Name of the

CESU, PO Order No. & Date” by a way of embossing / punching / casting etc. This should be clearly visible to naked eye.

- 29 -

Page 30: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

32.0 NON COMPLIANCE SCHEDULES: On this schedule the bidder shall provide a list of non compliance with reference to this specification in prescribed Formats enclosed at Annexure- V (A) & V (B). Where there are no deviation from specifications, the bidder shall so indicate by stating “ No Deviations” in these Formats. Unless deviations in scope, technical and commercial stipulations are specifically mentioned in the prescribed format enclosed at Annexure V(A ) & V (B), it shall be presumed that the Tenderer has accepted all the conditions, stipulated in the tender Specification without any deviation, notwithstanding anything mentioned at any part of the Tender document. 33.0 TEST CERTIFICATES SCHEDULE: On this schedule a list of the test certificates included with the bid shall be provided. This list should include type test certificates and samples routine test reports. Each certificate listed shall be referred to the relevant specification clause and item of equipment to which the test applies. Clause No.

Type Test Certificate or Routine Test Report

- 30 -

Page 31: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION- IV A

TECHNICAL SPECIFICATION FOR

33KV OUTDOOR VACCUM CIRCUIT BREAKERS

- 31 -

Page 32: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION- IV (A)

TECHNICAL SPECIFICATION FOR 33KV OUTDOOR VACUUM CIRCUIT BREAKERS

1. SCOPE 1.1 This specification covers design, engineering, manufacture, testing, inspection

before dispatch packing, forwarding, transportation, insurance during transit, delivery to site/ stores of 33KV Outdoor Vacuum Circuit Breakers for use the 33/11KV primary substations under the distribution networks of CESU.

1.2 All vacuum circuit breakers must be manufactured by ISO 9000 certified

Organization and shall have been type tested at CPRI or any Govt. approved testing laboratory within five years as on the date of bid opening and in satisfactory operation for a period not less than three years. The Bidder shall demonstrate compliance with this requirement by supplying with the bid, copies of the type test certificates together with performance certificates from purchasers/ users.

1.3 The scope of supply includes the provision of type tests wherever required. Rates

for type tests shall be given in the appropriate price schedule of the bid document and will be considered for evaluation. The purchaser reserves the right to waive type tests.

1.4 The scope also includes the circuit breaker and current and potential transformers,

supporting structures, operating mechanism, local/ remote control cabinet, relay control panel, foundation bolts, all the accessories and auxiliary equipment mandatory spares and special tools for satisfactory installation and operation.

1.5 The circuit breakers shall confirm in all respects to the highest standards of

engineering, design, workmanship, this specification and the latest revisions of relevant standards at the time of offer and the purchaser shall have the power to reject any work or materials, which, in his judgement, is not in full accordance therewith.

2. STANDARDS Expect where modified by this specification, the circuit breakers and the

accessories shall be designed, manufactured and tested in accordance with latest editions of the following standards.

IEC/ISO/BS IS Subject

IEC:56 IS : 13118 High voltage alternating current circuit breakers general requirement.

IEC:694 IS : 12729 Common clauses of high voltage switch-gear and control gear standards (for voltage exceeding 1000 V).

IEC:60 IS : 9135 High Voltage testing techniques. IEC:427 IS:13516 Method of synthetic testing of HV .A.C circuit breakers. IEC: 1233 HV. AC. Circuit breakers- inductive load switching. IEC: 17A/CD:474 HV. AC. Circuit breakers- capacitive switching. IEC:529 IS: 13947 Degree of protection provided by enclosure.

- 32 -

Page 33: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

IEC:137 IS: 2099 Insulating bushing for A.C. voltages above 1000V IEC:233 IS : 5621 Hollow insulators for use in electrical equipment &

testing. IEC:273 IS: 5350 Characteristics of indoor and outdoor post insulators for

systems with nominal voltages greater than 1000V. IEC:815 IS: 13134 Guide for selection of insulators in respect of polluted

conditions. IEC: 34 IS : 996 A.C motors ISO:1460 BS:729 IS:2629 Hot dip galvanizing IS:2633 Method of testing uniformity of zinc coated articles. IS: 5 Colour for ready missed paints and enamels IS: 6005 Code of practice for phosphating or iron and steel. IEC: 227 IS:1554 P.V.C Insulated cables for voltages up to and including

1100 Volt. IEC:269 IS:13703 Low voltage fuses for voltages not exceeding 1000volt. ISO:800 IS:1300 Phenolic moulding materials. IS:13118 Guide for uniform marking and identification of

conductors and apparatus terminals. IEC: 185 IS: 2705 Current transformers. IEC: 296 IS: 335 Specification for unused insulating oil for transformer and

switchgear. IEC:186 IS: 3156 Potential transformers. CBIP Technical Report No. 88 revised July, 1996 read with amendment issued (April, 99, September, 99 and also any other amendment thereafter)

Specification for AC Static Electrical Energy Meter.

This list is not to be considered exhaustive and reference to a particular standard

or recommendation in this specification does not relieve the Supplier of the necessity of providing the goods and services complying with other relevant standards or recommendations.

3. REQUIREMENTS The circuit breakers to be supplied against this specification shall be required to

control the primary side of 33/11 KV power transformers in the primary sub-stations (incoming 33KV feeders) or Bus coupler or the outgoing feeders in these sub-stations. The circuit breakers shall be suitable for 3 phase 50Hz solidly grounded neutral system and shall have normal current carrying capacity and symmetrical short circuit current breaking capability as mentioned hereunder.

The required 33KV Vacuum Circuit Breakers suitable for outdoor installations are

to be quoted by Manufacturers only with a valid ISO 9000 certification. For indoor circuit breakers only floor and horizontal draw out and horizontal isolation type breakers are accepted.

3.1 BASIC TECHNICAL REQUIREMENTS: The vacuum circuit breakers are required to meet the following basic technical

requirements. (Reference standards IEC:56, IS:13118 and associated standards listed in this specification.

- 33 -

Page 34: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Basic Technical Requirements

Sl. No

Particulars Requirements

1 Service type Outdoor 2 No. of Poles 3 3 Nominal system voltage 33KV 4 Highest system voltage 36KV 5 Rated normal current at 500C i) For Bus-bar of Circuit Breaker 1250A ii) For Interrupter 2000A iii) For Outgoing Feeders - 6 Rated short circuit breaking current (rms) 25KA 7 Rated short circuit making current (peak) 62.5KA 8 Rated short time current withstand capability for 3 sec. 20KA(Panel)/25KA

(Interrupter) 9. Rated insulation level: i) One minute power frequency withstand voltage to earth

(wet and dry) rms 70KV

ii) Impulse withstand voltage to earth with 1.2/50sec, wave of +ve and –ve polarity (Peak)

170KV

10 First – pole – to clear factor 1.5 11 Rated operating sequence (for auto reclosing) O-0.3 Sec- CO-3 min-

CO 12 Maximum break time 3 cycles 13 Rated out of phase breaking current 25% of the

symmetrical short circuit breaking current

14 Maximum pole scatter 10 milli seconds 15 Rated Auxiliary supply for spring charge motor, lamp &

heater circuit. 230V A.C

16 Rated supply voltage for trip/close coil 24V D.C 17 Minimum creepage distance (mm) As Per IS 18 Minimum protected creepage distance (mm) As Per IS

4. SERVICE CONDITIONS: The service conditions shall be as follows: Maximum altitude above sea level 1,000m Maximum ambient air temperature 500C Maximum daily average ambient air temperature 350C Minimum ambient air temperature 50C Maximum temperature attainable by an object exposed to the

sun 600C

Maximum yearly wet average ambient temperature 320C

- 34 -

Page 35: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Maximum relative humidity 100% Average number of thunderstorm days per annum

(isokeraunic level) 70

Average number of rainy days per annum 120 Average annual rainfall 1500mm Maximum wind pressure 260Kg/m2 5. 33 KV VACUUM CIRCUIT BREAKERS 5.1 General The circuit breakers shall be structure mounted open type with vacuum as

interrupting media incorporating separate interrupters of 2000 A rating for each phase mounted on single frame. There shall be a common drive mechanism actuating the interrupters, which must work in synchronism. These breakers shall be provided with suitable local control while provision shall be made for remote control.

The circuit breakers shall be fitted with spring mechanism. The inherent design of

these circuit breakers shall be such that they shall satisfactorily perform all test duties and interrupt out-of-phase current and produce very low over voltage (<2.0p.u.) on all switching circuits, capacitive and inductive to IEC:56, IS:13118 and other associated standards mentioned in the clause of this specification.

The terminal pads shall have Bimetallic / alluminium alloy cast. The design of the

circuit breakers shall be such that inspection and replacement of contracts, coils, vacuum bottles and any worn or damaged components can be carried out quickly and this ease. The contract gaps shall be adjustable to allow for wear.

The mechanism and the connected interrupters shall satisfy the mechanical

endurance requirements of IEC:56, IS:13118 and all additional requirements specified herein.

5.2 Porcelain Insulator External parts of the circuit breakers, which are under continuous electrical stress,

shall be of hollow porcelain. The creepage and flashover distance of the insulators shall be dimensioned and the type and profile designed in accordance with IEC:815 or IS: 13134 and shall be suitable for the worst environmental conditions specified in this specification. The creepage distance across the interrupting chambers shall suite the outdoor service conditions mentioned in the relevant standards for heavily polluted atmosphere and shall be not less than 900 mm with protected creepage distance 50 percent of the total. Internal surfaces of hollow insulators shall also be glazed. The insulators shall comply with IS:5621 and tested in accordance with IEC:233.

All porcelain whether, used on the interrupting chamber or on the support insulator

shall have the following properties:

- 35 -

Page 36: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Higher strength, homogeneity, uniform glaze, free from cavities and other flaws

and high quality uniform finish porcelain components and shall withstand the maximum expected static and dynamic loads to which the circuit breakers may be subjected during their service life.

5.3 Interrupting media 5.3.1 Vacuum: In vacuum circuit breakers, facilities shall be provided for monitoring the contract

erosion and any change in contact gap. The vacuum bottles shall be easily replaceable on site and the mechanism shall be conveniently adjustable to permit resetting the contact gap.

The vacuum circuit breaker poles shall be sealed to prevent contamination of the

spaces surrounding the interrupters. The Bidder shall demonstrate how this is achieved by supplying technical details with the bid.

5.4 Auxiliary contracts 12 auxiliary contacts (6N.O.+6N.C.) of 24 Volt D.C grade and 10 amps DC rating

shall be provided in each circuit breaker. 5.5 Indication A mechanically operated circuit breaker position indicator of non corroding

material shall be provided in a location visible from the operating side of the breaker without the necessity to open the mechanism door. The word ‘OFF’ in white letter on green background shall be used to indicate that the breaker is in the opening position and the word ‘ON’ in white letters on a red background to indicate that the breaker is in the closed position. The drive for the device shall be positive in both directions and provision shall be made for local and remote electrical indication.

Indication of spring charging condition shall be provided as mentioned in this

specification. Mechanical counters to record the number of closing operations shall be provided for each circuit breaker mechanism.

5.7 Operation and controls The breaker shall normally be operated by remote electrical control with electrical

tripping by shunt trip coil. Provision shall be made for local electrical operation and mechanical operation.

The following facilities shall be provided in the circuit breaker local control cabinet: LOCAL/ REMOTE selector switch of stay put type. The selection of ‘local’

operation shall inhibit the operation of the breaker from any remote source.

- 36 -

Page 37: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

ON/NEUTRAL/ OFF control switch or ON and OFF push buttons. The push buttons shall be momentary contract type with rear terminal connections. The close push button shall be of green colour and the open push button red colour.

MECHANICAL EMERGENCY TRIP DEVICE: suitable for manual operation

in the event of failure of electrical supplies. The device shall be accessible without opening any access doors and distinctly labeled. It shall be shrouded and protected against inadvertent operation.

Means shall be provided for manual operation of these circuit breakers

during failure of auxiliary power in addition to electrical operation. Means shall be provided to prevent the mechanism from responding to a

close signal when the trip coil is energized or to reclosing from a sustained close signal either opening due to a trip signal or failure to hold in the closed position.

The circuit breaker shall be able to perform 10,000 operating cycles at no load in

accordance with IEC:17A/474/CD for circuit breakers for auto reclosing duties. 6. CURRENT TRANSFORMERS Current transformers, three per circuit breaker, shall be of outdoor, single phase

oil immersed dead tank type and shall comply with IEC:185 and IS:2705, suitable for operation in hot and humid atmospheric conditions described in service condition. They shall be mounted on the bracket. The CT tank should be Hot Dip galvanized as per relevant ISS to prevent corrosion of all exposed metal parts.

6.1 Core High grade non- ageing cold rolled grain oriented (CRGO M4 or better grade)

silicon steel of low hysteresis loss and permeability shall be used for the core so as to ensure specified accuracy at both normal and over currents. The flux density shall be limited to ensure that there is no saturation during normal service.

The instrument security factor of the core shall be low enough so as not to cause

damage to the instruments in the event of maximum short circuit current. 6.2 Windings The secondary windings shall be made of electrolytic copper with suitable

insulation. The conductor shall be of adequate cross- section so as to limit the temperature rise even during short circuit conditions. The insulation of windings and connections shall be free from composition liable to soften, coze, shrink or collapse during service.

Polarity shall be indelibly marked on each current transformer and at the lead and

termination at associated terminal blocks. CTs with multi ratio winding shall be clearly tabulated to show the connections required for different ratios. Similar numbers shall be marked on terminal block arrangement and wiring diagram. Apart from the above marking and those to be provided as per IEC 185 or IS 2705, other markings shall be provided in consultation with owner.

- 37 -

Page 38: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The continuous current rating of the primary winding shall be one hundred and fifty

percent of the normal rated current. Secondary windings of current transformers shall be used for metering, instrumentation and protection and shall be rated for continuous current of one hundred and fifty percent of normal rated current of primary winding.

6.3 Construction The current transformer enclosures shall be made of high quality steel and shall

be hot dip galvanized and shall be able to withstand and stresses occurring during transportation and the terminal and mechanical stresses resulting from maximum short circuit current in service. The primary winding and terminals shall be in a tank and supported by a hollow porcelain insulator. The secondary connection shall be conduited through the hollow insulator and terminated in a terminal box mounted on the base plate.

6.4 Hermetic sealing Each current transformer shall be supplied filled with insulating oil complying with

IEC:296 or IS:335 and shall be hermetically sealed to prevent atmosphere coming in contact with oil, avoiding frequent filtration and change of oil. Nitrogen or any oil inert gas above the oil level shall be provided to permit expansion and contraction of oil without any contract with the atmosphere.

The current transformers shall have provision for draining and re-filling insulation

oil after drying. 6.5 Insulating oil The current transformer shall be complete with new insulating oil. The quantity of

insulating oil for first filling of the equipment and complete specification of oil proposed to be used shall be stated in the bid. The oil shall conform to the requirements of latest issue of IEC:296 or IS:335.

6.6 Fittings and accessories Fittings and accessories listed below shall be supplied with each current

transformer: Oil level gauge; Oil filling hole and cap; Pressure relief device; HV terminal connectors; Two earthing terminals and strips with necessary nut, bolts and washers; Name and rating plate; Terminal box with LV terminal connections; Mounting nuts, bolts and washers; Any other fittings deemed essential by the Supplier shall also be supplied with

each current transformer.

- 38 -

Page 39: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The oil level gauge shall be mounted in such a way that the oil level can be clearly seen from ground level.

A dust, vermin and weather proof terminal box shall be provided at the lower end

of the current transformer for terminating the secondary windings. The box shall have a bolted cover plate complete with gaskets. The terminal box shall have terminal blocks, cable gland plate and cable glands with shrouds suitable for different sizes of PVC insulated control cables 650/1100V grade as per IEC:227 or IS:1554. The terminal blocks shall have covering of moulded insulation materials complete with brass studs, washers, nuts and lock nuts suitable for termination of 2X2.5 sqmm wires. The termination shall be made by crimping lugs or bare wire with insulating sleeves at ends.

The terminal box enclosure shall have protection as per class IP 55 as defined in

IEC:529 or IS:13947. 6.7 CT Junction Box/Console Box Each set of 3 current transformers for three phase shall be provided with a

common junction box mounted on the circuit breaker supporting structure at a convenient position to accommodate the secondary wire of CT and other control cables of Purchaser. Separate terminals for testing the relays and instruments and short circuiting of each current transformer secondary wires shall be provided in it. The junction box enclosure shall have the same protection features as for the terminal box. It shall be provided with terminal blocks, gland plates and glands suitable for different sizes of cables. Facilities shall be provided for earthing the CT secondary wires in the junction box.

6.8 Hollow porcelain insulators The insulators of the current transformers shall conform to latest edition of IS:5621

and shall be subjected to and successfully pass the tests listed in this standard and in IEC:233. The hollow porcelain insulators shall be brown glazed and shall meet the requirements indicated in this specification. The insulators shall be cemented with Portland cement to the flanges resulting in high mechanical, tensile and breaking strength.

6.9 Insulation level The current transformers shall be designed to withstand impulse test voltages and

power frequency test voltages as specified in this specification. 6.10 Terminal connections The CTs shall be provided with bi-metallic solderless clamp and rigid type terminal

connectors on the top tank for connection to the HV terminals. The other requirements shall be same as for the terminal connectors of the circuit breaker described in this specification. They shall be universal type suitable for both horizontal and vertical connections.

- 39 -

Page 40: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Two earthing terminals complete with necessary hardware shall be provided on each CT for connecting to earth continuity conductor to be provided. The earthing terminals shall be identified by means of appropriate symbol marked in a legible and indelible manner adjacent to the terminals. The terminals shall be adequately sized to meet the full earth fault current envisaged.

6.11 Basic technical requirement Ratings: The CTs shall conform to the following ratings and other particulars of the

circuit breakers:

Technical Requirements

Sl. No

Particulars Requirements

1 Function To control the secondary side of 33/11 KV power transformers of ratings between 1.6MVA and 10MVA in primary substations and feeders.

2 Requirement Core-1:Instrumentation and Metering Core-2:Combined over current and earth fault protection Core-3:Differential Protection

3 Transformation Ratio 400-200-100/1-1-1 A 4 Rated Burden (VA) Core:1:15

Core:2:15 Core:3:PS

5 Class of Accuracy Core- 1:0.2 Core- 5P 20 Core-3: PS

6 Instrument Security Factor _ 7 Accuracy Limit Factor Core-2 : 20

Core-3 :--- 8 Rated Voltage/HSV 33/36 KV 9 Short Time Rating 25KA rms for 3 seconds

10 Creepage distance Protected creepage distance

As Per IS

11 Insulation Level: -Impulse Voltage1.2/50s wave withstand level -Power frequency 1 min voltage withstand level

170KV

70KV

6.12 Tests and inspection The CTs shall be tested in accordance with the requirements of the type tests and

routine tests as per the latest issues IEC:185 or IS:2705. The tests to be conducted shall include: 6.12.1 Type Tests: Lightning impulse voltage: Power frequency wet withstand voltage;

- 40 -

Page 41: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Temperature rise; Short time current; Composite error; Accuracy test (for measuring core); Instrument security current (for measuring core); Current error and phase displacement (for protection core) 6.12.2 Routine tests Verification of terminal marking and polarity; Power frequency dry withstand test on primary windings; Power frequency dry withstand test on secondary windings; Power frequency dry withstand test between sections; Over voltage inter-turn test; Composite error; Turn ratio; Accuracy test (for measuring core); Current error and phase displacement (for protection core); Knee point voltage and magnetizing current test (for PS class); Secondary winding resistance (for PS class). Insulation Resistance Test. 7 POTENTIAL TRANSFORMER 7.1 BASIC TECHNICAL REQIREMENTS The 33KV outdoor voltage transformers are required to meet the following basic

technical requirements (Reference standards: IEC:186, IS:3156 and associated standards listed in the specification):

- 41 -

Page 42: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Sl. No

Particulars Requirements

1 Type Single phase 2 Nominal system voltage, phase to phase 33KV 3 Application Instrumentation, Metering and

Protection 4 Number of secondary windings 1 5 Rated normal burden* 200VA 6 Rated primary voltage 33KV/ 3 7 Rated secondary voltage 110V/ 3 8 Class of accuracy 0.5 9 Rated insulation level: (Primary winding)

(Phase to earth)

i) One minute power frequency withstand voltage to earth (wet and dry) rms

70KV

ii) Impulse withstand voltage to earth with 1.2/50 sec wave of +ve and –ve polarity (peak)

170KV

10 One minute power frequency withstand voltage of secondary winding (rms)

i) Between phase to earth 3KV ii) Between sections 3KV 11 Rated voltage factor i) Continuous 1.2 ii) For 30 seconds 1.5 12 Creepage distance to earth in mm per KV

of highest phase to phase system voltage 25

* The burden indicated is the minimum acceptable to the Employer. The

Contractor shall ensure that the rated output of the voltage transformers are adequate to meet at least 120 percent of the connected load (burden).

7.2 GENERAL The voltage transformers to be supplied under this specification shall be of

outdoor, single phase dead tank double wound, oil immersed type, complying with IEC:185 and IS:3156 suitable for operation in hot and humid atmospheric conditions described in this document. To prevent corrosion of the exposed surfaces, the tank should be not dip galvanized. They shall have separate HV and LV windings and shall be suitable for use as bus VTs in 33/11KV primary substations.

7.3 Duty requirement 33KV Voltage transformer for all the indicating instruments and measuring meters

in the primary substation on 33KV side. 7.4 Porcelain Insulator

- 42 -

Page 43: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

External parts of the voltage transformers which are under continuous electrical stress shall be of hollow porcelain insulators complying with latest edition of IS:6521 tested as per IEC:233. The creepage and flashover distance of the insulators shall be dimensioned and the type and profile designed in accordance with IEC:815 or IS:13134 and shall be suitable for the worst environmental conditions for heavily polluted atmosphere and shall be not less than 25mm per KV of highest phase to phase system voltage with protected creepage distance minimum 50 percent of the total. Internal surfaces of hollow insulators shall also be glazed.

The insulators shall be cemented with Portland cement to the flanges resulting in

high mechanical, tensile and breaking strength.

All porcelain used on the voltage transformers shall have the following properties high strength, homogeneity, uniform glaze, free from cavities and other flaws and a high quality uniform finish porcelain components shall withstand the maximum expected static and dynamic loads to which the voltage transformers may be subjected during their service life.

The insulation of the hollow porcelain insulators shall be coordinated with that of

the voltage transformers to ensure that any flash over occurs only externally. 7.5 Core High grade non-ageing cold rolled grain oriented silicone steel of low hysteresis

loss and permeability shall be used for core so as to ensure accuracy at both normal and or over Voltages. The flux density shall be limited to 1.6 Tesla at normal voltage and frequency. There shall be no saturation at any stage during operation.

The instrument security factor of the core shall be low enough so as not to cause

damage to the instruments in the event of maximum short circuit current or over voltages.

7.6 Windings The primary and secondary windings shall be electrolytic copper of high purity

and conductivity and covered with double paper insulation. The conductor shall be of adequate cross-section so as to limit the temperature rise even during maximum over voltages.

The insulation of windings and connections shall be free from composition liable

to soften, ooze, shrink or collapse during service. The current rating of the primary winding shall be one hundred and fifty percent of

the normal rated burden and the windings shall be suitable to withstand continuously the maximum system voltage.

- 43 -

Page 44: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The secondary windings of the voltage transformers shall also be suitable for continuous over voltage corresponding to the maximum system voltage at the primary winding. The winding supports shall be suitably reinforced to withstand normal handling and the thermal and dynamic stresses during operation without damage.

The voltage transformer secondary circuits will be taken out to form the star point

and earthed at one point outside the voltage transformers. Both primary and secondary winding terminals shall be clearly and indelibly

marked to show polarity in accordance with IEC:186. The connections required for different secondary windings in case of multi-winding voltage transformers shall be clearly indicated in terminal blocks and the wiring diagrams.

7.7 Tank Both expansion chamber and tank of the voltage transformers shall be made of

high quality steel and shall be hot dip galvanized and shall be able to withstand the stress occurring during transit and all thermal and mechanical stresses resulting from maximum short circuit current during operation.

7.8 Insulating Oil The voltage transformers shall be supplied filled with new insulating oil. The oil

shall conform to the requirements of latest issue of IEC:296 of IS:335. The quantity of insulating oil for first filling of the equipment and complete specification of oil proposed to be used shall be stated in the bid.

7.9 Hermetic Sealing The voltage transformers shall be supplied filled with insulating oil and shall be

hermetically sealed to prevent atmosphere coming in contact with oil, avoiding filtration and change of oil. Nitrogen or other inert gas shall be provided above the oil surface to permit expansion and contraction of oil. Provision shall be made for draining and re-filling the insulating oil.

7.10 Fitting and Accessories Fittings and accessories listed below shall be supplied with each voltage

transformer: Oil level gauge. Oil drain, sampling and filling hole with cap; Pressure relief device; HV terminals; Two earthing terminals with necessary nuts, bolts and washers; Name and rating plate; Secondary terminal box with LV terminal connections; Mounting nuts, bolts and washers; L.V HRC cartridge fuses for the protection of secondary winding;

- 44 -

Page 45: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Any other fitting deemed essential by the contractor shall also be supplied along with each voltage transformer:

The oil level gauge shall be mounted in such a way that the oil level can be clearly

seen from the ground level. The name and rating plate shall contain all the particulars as provided in IEC:186

and also the name of the employer and year of manufacture. They shall comply with the clause termed label in this specification.

7.11 SECONDARY TERMINAL BOX A dust, vermin and weather proof terminal box shall be provided at the lower end

of each voltage transformer for terminating the secondary windings. The box shall have a bolted removable cover plate complete with gaskets. The terminal box shall have cable gland plate and cable glands with shrouds suitable for entry of 4 core x2.5mm2 PVC insulated control cables as per IEC:227 or IS:1554.

For 33KV Voltage Transformer one 4 core 2.5mm2 The terminal box enclosure shall have protection of class IP 55 as defined in

IEC:529 or IS:13947 and shall be painted or galvanized in accordance with specification of Surface Treatment.

7.12 Terminal blocks Terminal blocks of brass studs rated for 10 Amps continuous current, 650 Volt

grade enclosed in moulded insulating materials shall be provided with adequate electrical clearance for terminating the secondary wiring and outgoing connections. The terminal blocks shall be suitable for termination of 2.5mm2 wires. The termination shall be made by crimping Jugs or bare wire with insulating sleeves at ends. All terminals must be marked with numbers and wire termination provided with numbered ferrules for identification.

7.13 Fuse protection The secondary windings shall be protected by HRC cartridge fuses in fuse holder

consisting of carriers and bases. The carriers and bases shall be of high grade flame retarding and non hygroscopic moulded insulating materials with hard glass surface. Each fuse shall be identified with engraved plastic label.

7.14 Circuit diagram A durable copy of the circuit wiring diagram shall be affixed to the inner side of the

terminal box cover. Labels shall be provided inside the cover to describe the functions of various items of equipments.

- 45 -

Page 46: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

7.15 TERMINATION The equipment shall be supplied with HV electrical connection terminals of a size

and rating appropriate for all the duties, including overload duty specified for the equipment. The terminals shall be of the bi-metallic type, suitable for connection of all aluminium alloy conductor (AAAC) or aluminium conductor steel reinforced (ACSR). In general connections using palm type solderless sockets shall be preferred. The proposed method of connections shall be stated in the offer and shall be subject to approval by the C.G.M, (P&S). Where the terminals are of the clamp type, they shall be suitable for taking a range of conductors appropriate to the rating of the equipment.

All nuts, bolts, washers and spring washers required to complete the connection

shall be supplied with the equipment. 7.16 EARTHING TERMINAL Two earthing terminals complete with necessary hardware shall be provided on

each voltage transformer for connecting to earth continuity conductors of the Employer. They shall be of electroplated brass and of adequate size to carry the earth fault current.

The earthing terminals shall be identified by means of appropriate symbol marked

in a legible and indelible manner adjacent to the terminals. 7.17 TEST AND INSPECTIONS The voltage transformers shall be tested in accordance with the requirements of

the type tests and routine tests as provided in the latest issues of IEC:186 or IS:3516.

The tests to be conducted shall include; 7.17.1 Type tests: Lightning impulse voltage test; High voltage power frequency wet withstand voltage; Temperature rise test; Short circuit withstand capability test; Determination of limits of voltage error and phase displacement. 7.17.2 Routine tests: Verification of terminal marking and polarity; Power frequency withstand tests on primary winding; Power frequency dry withstand tests on secondary winding;

- 46 -

Page 47: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Power frequency withstand tests between sections; Determination of limits of voltage errors and phase displacement; Partial discharge measurement. Insulating Resistance measurement. 7.18 TEMPERATURE RISE The temperature rise of any part of the voltage transformer under continuous

operating and exposed in the direct rays of the sun shall not exceed the permissible limits as provided in IEC publication 186 or IS:3156. These shall not be exceeded when corrected for the difference between the ambinent temperature at site and the ambient temperature specified in the standard. The correction proposed shall be stated in the bid.

8 PROTECTIVE RELAY & CONTROL PANEL Outdoor control panels with protective relay and meter shall be provided by the

supplier suitable for above breakers. The equipment shall have protection scheme with the following relays:

(i) Triple pole IDMTL type combined over current (2Nos) & Earth fault (1No) relay

(Draw out type) preferably Communicable numerical relay suitable for SCADA system.

Plug setting range of the over current and earth fault relays shall be 5% to 250%. (ii) 3 elements auxiliary relay for transformer fault, trip for Buchholz, winding

temperature & oil temperature. (iii) Master trip relay for inter tripping. (iv) Differential relay. (v) One alarm bell scheme with bell (24V DC). N.B:- The relays should be Areva, Easun Rerolle, Ashida, ABB or of any reputed

make. Any deviation should be mentioned. 9. METERS: The following meters shall be provided. i) Ammeter:- 1 No. , 0-100-200 A/ 1 Amp Preferable Make- any reputed make

(Dial type or Digital). ii) Volt meter:- 1 No., 0- 40 KV (size :96mm x 96mm), make IMP/AE or any

reputed make (Dial type or Digital). iii) Ammeter selector switch- 1 No. Make – Kaycee or any other reputed make.

- 47 -

Page 48: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

iv) Volt meter selector switch- 1No. Make- Kaycee or any other reputed make. v) 40 watt lamp with switch- 1 No. vi) Plug & Socket- 1 No. vii) Fuses & Links- 1 No. viii) Test terminal Blocks- Test terminal Block need be provided for testing

relays & breakers. ix) Indication Lamp- Red- Breaker ‘ON’ (24V DC LED type) Green Breaker ‘OFF’ Amber- Breaker ’AUTO TRIP’ Blue- Spring charge indication. White-Healthy Trip illuminated push bottom switch 10. OTHER EQUIPMENTS 10.1 Out Door Control- Relay Panel 10.1.1 General The electrical controls, relays, instruments, meters, annunciation scheme shall

be provided in a sheet steel enclosure conforming to IEC:298 or IS:3427 mounted on support base on the floor. The panel shall be free standing, dust, moisture and rodent and vermin proof suitable for outdoor installation. The panel shall have a high degree of protection for outdoor installation with relevant standard.

Each panel shall comprise of rigid welded structure frame enclosed completely

by metal sheet of thickness not less than 2mm. The sheets shall be cold rolled with smooth finish leveled and free from flaws. The structural frame and all load bearing members of the enclosure shall have minimum thickness of 2.5mm.

The enclosure shall have hinged door at the front and back for access to the

low voltage wiring. All door panels and removable covers shall be gasketed all round with neoprene bonded gasket. Ventilating louvers shall be provided to limit the temperature rise as provided in IEC:694 and 298 or IS:12729 and 3427. They shall be provided with filters encased in fine wire screens for non-ferrous metal or stainless steel unaffected by moisture and rain water. A 230V AC heater with auto temperature control shall be provided in the cabinet to prevent moisture condensation.

The housing shall be surface treated and painted in accordance with the clause

on Surface Treatment of this specification. 10.1.2 Panel wiring and accessories. 10.1.3 Wiring Each panel shall be supplied with all internal wiring complete.

- 48 -

Page 49: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Panel wiring shall be suitably bunched and clamped for neat appearance. The

conductors used for wiring puspose shall be PVE insulated 650/1100 volt grade semi-flexible heat resistant, flame retardant and vermin proof electrolytic copper cable conforming to IEC:227, 502 or IS:1554. The wiring shall be securely supported and taken though PVC through PVC troughs. Each wire shall be continuous from end to end without any joint in between. All panel wiring shall be capable of withstanding a voltage of 2KV AC 50Hz for one minute.

Cable and wire for connections within the switchgear and between the

switchgear and terminal blocks shall have a minimum temperature rating of 90 degree Celsius. The size of the conductors for panel wiring shall be not less than 2.5mm2. For CT secondary wiring, two such wires shall be used in parallel.

10.1.4 Panel wiring protection The panels shall be equipped with links and HRC cartridge fuses conforming to

IEC:269 or IS:13703 in 650 Volt grade phenolic moulded fuse holder consisting of fuse carrier and base or miniature circuit breakers conforming to IEC:947-2 or IS:13947-2 at appropriate locations. The carriers and bases shall be made of high grade flame retardant and non hygroscopic phenolic moulded material with hard glass surface. Each fuse or MCB shall be identified with engraved plastic label.

In general, fuses and MCBs shall be limited to the minimum required for safety.

The protection scheme shall include fuses for VT secondary circuits and DC supply to each panel and fuses for MCB for spring charging motor and incoming AC supply.

10.1.5 Terminal blocks Terminal blocks of brass studs rated for 10 amps continuous current, 650 volt

DC grade covered by moulded insulating materials with adequate electrical clearances shall be provided for terminating the panel wiring and outgoing connections. The termination shall be made by crimping lugs or bare conductor with insulating sleeves at ends. The arrangement can be horizontal or vertical as per standard practice adopted by the manufacturer. All terminals must be numbered and wire termination provided with numbered ferrules for identification. All numbering and marking including those in wiring diagram shall follow the guidelines provided in IS:11353. All circuit breaker auxiliary contracts including spare contacts shall be wired to the terminal blocks. Ten percent spare terminals shall be provided.

10.1.6 Colour and numbering The wiring used for 230V AC supply for illumination lamp, panel heater and

other devices shall be coloured red for phase wire and black for the neutral. The colour of wires connecting directly to Earth shall be black. All other panel wires shall be of one colour to be approved.

- 49 -

Page 50: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Engraved core identification plastic ferrules marked to correspond with the panel wiring diagram shall be fixed at both ends of each wire. Ferrules shall fit tightly on the wire and shall not fall off when the wire is disconnected from the terminal block. Numbers 6 and 9, if used shall be under scored to enable differentiation.

10.1.7 Circuit diagram A durable copy of the circuit wiring diagram shall be affixed to the inner side of

the door of the switchgear compartment. Labels shall be provided inside the compartment to describe the functions of the various items of equipment.

The scope of the supply shall include the panel mounting base plate and all

special equipment, bolts, nuts and washers necessary for making the supporting.

10.2 Supporting Structure The supply of the material shall be complete with mounting structures of mild

steel sections conforming to IS:226 or equivalent ISO. The supporting structure shall be designed and constructed to withstand the maximum combined effects of the circuit breaker dead weight, its maximum dynamic load and maximum effect of wind loading. The supporting structure shall be hot dip galvanized as per clause on surface treatment of this specification.

10.3 CT and PT mounting bracket The supporting structure shall be fitted with a bracket for supporting the three oil

filled 33KV single phase current transformers and 3 nos. 33KV(1 Phase)PTs. The support bracket shall be provided opposite the circuit breaker poles and shall ensure adequate clearance between the breaker poles and the CTs as well as between the CTs and PTs. The CTs & PTs shall be supplied by the Supplier as per specification above and is included in the scope. The drawings of the structure with bracket shall be subject to Purchaser’s approval before fabrication.

The CT and PT mounting bracket shall be hot dip galvanized as per clause on

surface treatment of this specification. 10.4 Local control cabinet The operating mechanism, local controls and monitoring shall be provided in a

metal clad control cabinet fitted to the same structure supporting the breaker and mounted at a convenient height for safe operation from ground level or from platform to be supplied under the contract.

- 50 -

Page 51: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The cabinet shall be made of minimum 2.00mm sheet steel and shall be constructed as a dust, weather and vermin proof outdoor housing with protection of IP-54 class as defined in IEC:529 or IS:13947. It shall have single door and transparent windows for reading the circuit breaker ON or OFF position and spring charge position without opening the door. The door and any removable covers shall be gasketed all round with neoprene bonded gaskets. A ventilating louver shall be provided with fine wire non-ferrous metal or stainless steel screen and filter. A 230V AC heather with auto temperature control shall be provided in the cabinet to prevent moisture condensation and also a 230 volt lamp for internal illumination with door operated switch.

The local control cabinet shall be subjected to surface treatment and painting as

per clause on surface treatment of this specification. 10.5 Panel wiring and accessories Panel wiring shall be suitably bunched and clamped for neat appearance. The

conductor used for wiring purpose shall be PVC insulated 650 volt/ 1100V grade semi-flexible copper cable conforming to IEC:227 or IS:1554, heat resistant, flame, vermin and rodent proof. The wiring shall be securely supported and taken through PVC troughs. All panel wiring shall be capable of withstanding a voltage of 2KV AC 50Hz for 1 minute. Each wire shall be continuous from end to end without any joint in between.

The sizes of the control cable for wiring in the cabinet shall be not less than

2.5mm2. CT secondary wiring shall be though two such wires in parallel. 10.5.1 Fuse protection The cabinet shall be equipped with links and HRC cartridge fuses in 650 volt

grade fuse holders consisting of fuse carrier and base. The holders shall be made of high grade, flame retardant and non hygroscopic phenolic moulded material of dark brown colour with hard glass surface. Each fuse shall be identified with engragved plastic labels.

10.5.2 Terminal blocks Terminal blocks rated for 10 amps continuous current, 650 volt grade covered

by moulded insulating materials with adequate electrical clearances shall be provided for terminating the panel wiring and outgoing connections. The termination shall be made by crimping lugs or bare wire with insulating sleeves at ends. The arrangement can be horizontal or vertical as per standard practice adopted by the manufacturer. All terminals must be numbered and wire termination provided with numbered ferrule for identification. All numbering and marking include those in wiring diagram shall follow the guidelines provided in IS:11353. Ten percent spare terminals shall be provided.

10.5.3 Colours The wiring used for AC supply for illumination lamp and heater shall be

differently coloured from control wiring so that these can be distinguished from each other. The colour of all earth wire shall be black.

- 51 -

Page 52: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

10.6 Circuit diagram A durable copy of the circuit wiring diagram shall be affixed to the inner side of

the control cabinet. Labels shall be provided inside the cabinet to describe the functions of the various items of equipment.

10.7 Cable Entry A removable gland plate shall be provided at the bottom of the cabinet for entry

of Purchaser’s control and auxiliary power cables in the cabinet. Required number of electroplated brass cable glands of appropriate sizes with shrouds shall be provided in consultation with the Purchaser in the gland plate for the control and power cables. Provision shall be make for earthing of the cable armours in the gland.

11 OPERATING MECHANISM 11.1 General The operating mechanism of the circuit breaker shall be magnetic actuator /

motor wound spring charged type. It shall be electrically and mechanically trip free with anti pumping device (as per IEC:694 definition). All working parts in the mechanism shall be of corrosion resistant material. Self lubricating, wearing resistant bearings shall be provided in the mechanism.

The mechanism shall fully close the circuit breaker and sustain it in the closed

position against the forces of the rated making current and shall fully open the circuit breaker without undue contact bounce at a speed commensurate with that shown by tests to be necessary to achieve the rated breaking capacity in accordance with IEC:56 or IS:13118. The mechanism shall be capable of being locked in either the open or closed position. The mechanism shall be capable of fully closing and opening again after the auto-reclose time interval specified as 0.3 second in this specification.

11.2 Spring mechanism The spring operating mechanism shall be with spring charging motor, opening

and closing springs with limit switches and all accessories necessary for automatic charging. In normal operation, recharging of the operating springs shall commence immediately and automatically upon completion of the closing operation so that a complete sequence of closing and opening operation should be possible.

It shall be possible to hand charge the operating spring with the circuit breaker

in either the open or closed position conveniently from the ground level. Closure whilst a spring charging operation is in progress shall be prevented and release of the springs shall not be possible until they are fully charged.

The state of charge of the operating springs shall be indicated by a mechanical

device showing ‘SPRING CHARGED’ when closing spring is fully charged and operation is permissible and ‘SPRING FREE’ when closing spring is not fully charged and the operation is not possible. Provision shall be made for remote electrical indication of ‘Spring Charged’ and ‘Spring Free’ conditions.

- 52 -

Page 53: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The operating mechanism shall be such that the failure of any auxiliary spring

shall not cause tripping or closing the circuit breaker but shall not prevent tripping against trip command.

Closing action of the circuit breaker shall charge the opening spring ready for

tripping. From the close position with spring charged, one open-close-open operation shall be possible without recharging the spring.

11.3 Motor The motor for spring charging shall be single phase 230 Volt A. C motor.

Continuous motor rating shall be at least ten percent above the maximum load demand of the driven equipment. It shall remain within its rated capacity at all operating points that will arise in service. It shall be protected by H.R.C cartridge fuses or MCB. The motor shall comply with IEC:34 or IS:996.

12. AUXILIARY POWER SUPPLY The operating mechanism shall be suitable to operate with the following

auxiliary power supplies. a) 230V,50Hz Single phase

A.C- For spring charging motor

b) DC supply 24 Volts- For close and open coils, indication & Alarm

(Power pack input supply:230V & 110V AC and Output:24V DC) The DC supply shall be from a Power Pack. The Input to Power Pack is 110V

from PT and 230V from main supply. The power pack should be capable for minimum 3 Trippings even if input to power pack is failed.

The mechanism shall be designed to operate satisfactorily despite fluctuations

of auxiliary power supplies as under: AC supply: Voltage From 115% to 85% of normal voltage Frequency From 105% to 95% of normal frequency Combined voltage

and frequency variation

From 115% to 85% of normal

DC supply: Voltage From 120% to 70% of normal voltage 13. INTERLOCKS The circuit breaker shall be capable of being mechanically and electrically

interlocked with the associated line isolator so that the isolator cannot be operated with the breaker in the closed position.

All doors or shutters which give access to live parts shall be interlocked in such

a way that these cannot be opened unless the circuit breaker is in the open position.

Other interlocks shall be provided as deemed necessary for safety.

- 53 -

Page 54: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

14. PROTECTION AND METERING Protective relays and metering will be provided in a control panel by separate

agency in Purchaser’s control room. The circuit breaker shall be particularly suitable for the following protection schemes:

Inter-tripping for simultaneous tripping other circuit breaker. 15. TERMINAL CONNECTOR Suitable terminal connectors of bi-metallic type suitable for both horizontal and

vertical connection shall be provided on the terminal pad both on the incoming and the outgoing side for connection of jumpers of ACSR or AAAC conductor. The size of the conductor may vary between 50mm2 and 232mm2 depending upon the location of the circuit breaker. The terminal connection drawing and details are to be approved by the Purchaser before fabrication. The terminal connectors shall be bi-metallic type to avoid bi-metallic corrosion.

16. INSULATION AND CLEARANCE a) The insulation to ground, the insulation between open contacts and insulation

between phases of the circuit breaker shall be capable of satisfactorily withstanding dielectric test voltages.

b) The minimum clearance in open air shall be as follows: Between poles - As Per IS Phase to earth - As Per IS Ground clearance for live

part - As Per IS

17. TEMPERATURE RISE The temperature rise and the maximum temperature of any part of the circuit

breaker under continuous load condition and exposed in the direct rays of the sun shall not exceed the permissible limits as provided in Table V of IEC publication 694 or table 4 of IS:12729. These limits shall not be exceeded when corrected for the difference between the ambient temperature at site and the ambient temperature specified in the standard. The correction proposed shall be stated in the tender.

18. TESTS 18.1 Type and routine tests The circuit breakers shall be subjected to routine and type tests in accordance

with the standards listed in this specification including the following IEC and IS standards with the latest amendments:

Circuit breaker IEC:56 and IS:13118 and relevant other

standards

- 54 -

Page 55: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Porcelain insulator IEC:233 and IS:5621 and relevant other standards

The tests shall include but not limited to the following: 18.2 Short circuit tests The circuit breaker shall satisfactorily perform the out of phase and short circuit

duties specified in IEC:56, IEC:17A(Sectt.) and IEC:17A/CD/474, IS-13118 and IS:13516.

The circuit breaker shall be capable of performing at least twenty five (25) open

operations at the rated short circuit current before maintenance or inspection is required.

18.3 Capacitive current switching Capacitive switching tests shall be performed in accordance with IEC:56 or

IS:13118 and IEC:17A/CD/474 at 1.3U preferably by direct test method or alternatively using synthetic method to IEC:427 or IS:13516. The test circuits shall simulate the most onerous site conditions.

18.4 Reactor Switching In addition to the capacitive current switching tests to IEC:56 or IS:13118 and

IEC:17A/CD/474, the circuit breakers shall be tested for shunt reactor switching in accordance with IEC:1233, Examination of the interrupter after the tests shall not show any evidence of surface tracking or erosion of contracts.

18.5 Dielectric tests At zero gauge loss of vacuum inside the interrupter chamber, the open

contracts shall withstand continuously, the rated phase to ground voltage and it shall be possible to break normal current in these conditions. During the dielectric type tests, no flashover external or internal shall be acceptable.

The circuit breakers shall be subjected to a power frequency AC voltage test for

one minute in dry and wet conditions and there shall be no external flash over to earth.

18.6 Mechanical endurance In addition to the requirements of IEC:56, an extended mechanical endurance

test is required to show that the circuit breaker is capable of at least 10,000 operations at no load in accordance with IEC:17A/474/CD. Between the specified test series in IEC:17A/474/CD, some maintenance such as lubrication and mechanical adjustment is allowed and shall be performed in accordance with manufacturer’s instructions. Change of contracts is not permitted.

- 55 -

Page 56: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

18.7 Low current switching The circuit breakers shall produce very low over voltage (<2.0 pu) on all

switching circuits inductive current including reactor switching to IEC-1233 and capacitive current switching to IEC:17A (Secretariat) 438 and IEC 17A/CD/474 the circuit breaker shall be re-ignition or re-strike free for all duties.

18.8 Duty requirement tests Apart from auto-reclosing and the other duties mentioned above, the breakers

shall be able to perform the following duties for which type tests are to be conducted as per IEC:56 or IS:13118.

1. Breaking the steady and the transient magnetising current of the transformer. 2. Breaking 25% of rated fault current at twice the rated voltage as per IEC/IS. 3. Cable charging breaking current. 4. Back-to-back capacitor bank breaking current. 5. Single capacitor bank breaking current. 6. Capacitor bank in rush making current. Test for the resistance of the main circuit shall also be conducted. 18.9 Temperature rise test Temperature rise test is to be conducted on the circuit breaker and the

accessories in accordance with IEC:56 or IS:13118. The temperature rise shall be limited as per this specification.

19. PERFORMANCE REQUIREMENTS The supplier shall declare the circuit breaker opening and closing times at 120

percent, 100 percent and 70 per cent of the rated voltage of the opening and closing devices when measured at the terminals of the trip and closing coils. The minimum make break time at rated voltage and total break time of the CB shall be stated. The total break time must not exceed 60m. sec.

20. EARTHING All metal parts not intended for carrying current or not alive shall be connected

to duplicate earthing system and suitable electroplated brass earthing terminals shall be provided on each circuit breaker in conformity with IEC:56 or IS:13118. Suitable identification mark for the earth terminals shall be provided adjacent to the terminal.

Earth continuity conductors shall be provided down to the ground level for earth

connection to purchaser’s earthing grid. It shall have sufficient cross sectional area to afford a low resistance path for the full fault current envisaged. Such conductor shall also be provided for the CTs up to the ground level.

- 56 -

Page 57: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

The size of the earth continuity conductor shall be large enough to reduce the potential rise of the metal frame of the breaker in the even of fault to minimum but in any case not more than 10V. The size of the conductor shall also be adequate to restrict the temperature rise without causing any damage to the earth connection in the case of fault. No riveted joints in the earth conducting path shall be permissible and only bolted joints of adequate size shall be provided with nuts, bolts and plain and spring washers. The surfaces to be jointed shall be perfectly flat without any unevenness to ensure that there is no contact resistance.

An earth busbar of copper strip shall be provided inside the local control cabinet

to which all earthing connections must be made. The earth busbar shall be terminated into two electroplated brass earthing terminals of adequate size with nuts, bolts and washers for connecting to earth continuity conductor mentioned above.

- 57 -

Page 58: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION- IV B

TECHNICAL SPECIFICATION FOR

11KV OUTDOOR VACCUM CIRCUIT BREAKERS(KIOSKS)

- 58 -

Page 59: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION- IV (B) TECHNICAL SPECIFICATION FOR 11KV OUTDOOR VACUUM CIRCUIT BREAKER

1. SCOPE 1.1 This specification covers design, engineering, manufacture, testing, inspection

before dispatch, packing, forwarding, transportation, insurance during transit, delivery to site/ stores of 11KV outdoor Vacuum circuit Breaker kiosks for use in the 33/11KV primary substations under the distribution networks of CESU.

1.2 All vacuum circuit breakers must be manufactured by ISO 9000 certified

Organization and shall have been type tested at CPRI or any Govt. approval laboratory within five years as on the date of bid opening and in satisfactory operation for a period not less than three years. The Bidders hall demonstrate compliance with this requirement by supplying with the bid, copies of the type test certificates together with performance certificates from purchasers/ users.

1.3 The scope of supply includes the provision of type tests wherever required. Rates

for type tests shall be given in the appropriate price schedule of the bid document and will be considered for evaluation. The purchaser reserves the right to waive type tests.

1.4 The scope also includes the circuit breaker and current and potential transformers,

supporting structures, operating mechanism, local/ remote control cabinet, relay control panel, foundation bolts, all the accessories and auxiliary equipment mandatory spares and special tools for satisfactory installation and operation.

1.5 The circuit breakers shall conform in all respects to the highest standards of

engineering, design, workmanship, this specification and the latest revisions of relevant standards at the time of offer and the purchaser shall have the power to reject any work or materials, which, in his judgment, is not in full accordance therewith.

2. STANDARDS Expect where modified by this specification, the circuit breakers and the

accessories shall be designed, manufactured and tested in accordance with latest editions of the following standards as specified in Clause No-2, Technical Specifications for 33KV outdoor vacuum circuit breakers, section-IV(A).

3. REQUIREMENTS The circuit breakers to be supplied against this specification shall be required to

control the outgoing 11 KV feeders in 33/11KV sub-stations. The circuit breakers shall be suitable for 3 phase 50Hz solidly grounded neutral system and shall have normal current carrying capacity and symmetrical short circuit current breaking capability as mentioned hereunder.

The required 11KV Vacuum Circuit Breaker Kiosks suitable for outdoor

installations are to be quoted by Manufacturers only with a valid ISO 900 certification. For indoor circuit breakers only floor and horizontal draw out and horizontal isolation type breakers are accepted.

- 59 -

Page 60: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

3.1 BASIC TECHNICAL REQUIREMENTS: The vacuum circuit breakers are required to meet the following basic technical

requirements. (Reference standards IEC:56, IS:13118 and associated standards listed in this specification.

Basic Technical Requirements

Sl. No

Particulars Requirements

1 Service type Outdoor 2 No. of Poles 3 3 Nominal system voltage 11KV 4 Highest system voltage 12KV 5 Rated normal current at 500C i) For Bus-bar of Circuit Breaker 1250A ii) For Interrupter 2000A 6 Rated short circuit breaking current (rms) 25KA 7 Rated short circuit making current (peak) 62.5KA 8 Rated short time current withstand capability for 3 sec. 16KA(Panel)/20KA

(Interrupter) 9. Rated insulation level: i) One minute power frequency withstand voltage to earth

(wet and dry) rms 28KV

ii) Impulse withstand voltage to earth with 1.2/50sec, wave of +ve and –ve polarity (Peak)

75KV

10 First – pole – to clear factor 1.5 11 Rated operating sequence (for auto reclosing) O-0.3 Sec- CO-3 min-

CO 12 Maximum break time 3 cycles 13 Rated out of phase breaking current 25% of the

symmetrical short circuit breaking current

14 Maximum pole scatter 10 milli seconds 15 Rated Auxiliary supply for spring charge motor, lamp &

heater circuit. 230V A.C

16 Rated supply voltage for trip/close coil 24V D.C 17 Minimum creepage distance (mm) As Per IS 18 Minimum protected creepage distance (mm) As Per IS

4. SERVICE CONDITIONS: The breakers are to be suitable for operation under the service conditions as

specified in Clause No.4, Technical Specifications for 33KV outdoor vacuum circuit Breakers, Section-IV(A).

- 60 -

Page 61: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

5. 11KV OUTDOOR KIOSKS: 5.1 GENERAL TECHNICAL REQUIREMENTS The vacuum circuit breaker Kiosks along with Current & Potential Transformers,

Control & Protection relays, metering instruments etc, complete with all materials and accessories shall be suitable for outdoor installations with vacuum as interrupting media incorporating separate interrupters of 1250 A rating for each phase mounted on single frame. There shall be a common drive mechanism actuating the interrupters, which must work in synchronism.

5.2 It is not the intent to specify completely herein all details of the design and

construction of equipments. However, the equipment shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation up to the Bidder’s guarantee in a manner acceptable to the purchaser, who will interpret the meanings of drawings and specifications and shall have the power to reject any work or material which in his judgment is not in accordance therewith. The offered equipment shall be complete with all components necessary for its effective and trouble free operation along with associated equipments, interlocks, protection schemes etc. Such components shall be deemed to be within the scope of supply, irrespective of whether those are specially brought out in this specification and/ or the commercial order or not.

6.0 DESIGN CRITERIA 6.1 The equipment will be used in high voltage system having characteristics as listed

in the specification. The equipment will be installed outdoor in a hot, humid and tropical atmosphere. All equipment, accessories and wiring shall have tropical protection, involving special treatment of metal and insulation against fungus, insects and corrosion.

6.2 The maximum temperature in any part of the equipment at specified rating shall

not exceed the permissible limits as stipulated in the relevant standards. The safety clearances of all live parts of the equipment shall be as per relevant standards.

6.3 The equipment shall be capable of withstanding the dynamic and thermal stresses

of listed short circuit current without any damage or deterioration. 7.0 SPECIFIC REQUIREMENTS The vacuum circuit breaker kiosk shall be suitable for outdoor installation. The

duty of the circuit breaker shall involve satisfactory interruption of short circuit currents as listed in the specification. The breaker shall be capable of clearing the fault of same magnitude as rated short circuit current. The breaker shall be capable of interrupting of low reactive current (lagging/ leading) without undue over voltage.

8.0 CONSTRUCTIONAL FEATURE

- 61 -

Page 62: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

8.1 The circuit breaker shall be triple pole fixed type enclosed in Kiosk of CRCA sheet

steel of 3 mm thickness for load bearing members and 2mm thickness for non load bearing members and shall comply with latest edition of IS:13118/3427/IEC-56. The Kiosk shall be vermin proof and dust tight. The switchgears and Control gears shall be complete with all necessary supporting frame works, Nuts and bolts etc. fro securing the same to the floor.

8.2 The operating mechanism shall operate (close/open) all the three phases

simultaneously. The operating mechanism link etc. should be accessible for maintenance. Mechanical safety shutters should be provided between the breakers and panel. The circuit breakers and its operating mechanism shall be fully interlocked to prevent mal-operation. All the breakers shall be supplied with necessary clamps and connectors suitable for appropriate current ratings. Rigid type bimetallic/ Al. alloy terminal connector of 630 Amps. Current rating from part of supply suitable arrangement of earthing switchgears shall be provided. All the connecting bus bars shall be made of copper.

8.3 Switchgear (Vacuum Circuit Breakers etc) and control gear (CTs, PTs Relays etc.

shall be mounted on the same Kiosk. Bus bars shall be air insulated with PVC insulation/ sleeves on electrostatic powder coating. The bus bars should be electrolytic copper with permissible limits of current density. Sizes of the bus bars and current density should be specified in the tender. The bus bars conductor shall conform to Indian standard 8084 and 3427 and shall be rated for 1250A STC 16KA for 3 sec.

8.4 All the meters, instruments, relays etc. shall be mounted on the switchgear kiosk.

The outdoor circuit breakers Kiosk shall be suitable for AC series tripping arrangement.

8.5 The Kiosk shall have an arrangement for emergency shunt tripping from remote

place in addition to arrangement for local, emergency tripping (Mechanical). The kiosk shall also have a system to check. The “Trip circuit healthy check”. Necessary trip and closing coils shall be provided for operation of the breakers.

8.6 All the six terminals shall be brought out through appropriate class bushings. The

arcing contacts shall be made of homogenous specially alloy so that surge voltage are reduced to negligible level & multiple resignation is eliminated.

The circuit breaker kiosk shall be electrically and mechanically trip free under

various conditions. 9.0 MAIN CONTACTS 9.1 The main contacts shall have adequate area and contact pressure for carrying

rated continuous and short time current without excessive heating liable to cause pitting and welding.

9.1.1 The breakers may be provided with silver plated contacts, 9.1.2 If necessary, to meet the requirement of IS:13118/ IEC 56 where higher

temperature rise is permitted with silver plated contacts. The quantity of silver shall

- 62 -

Page 63: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

be such that after carrying out one tenth of total number of operations specified for mechanical endurance tests, there is still continuous layer of silver on contacts.

9.2 NUMBER & TYPE OF SPARE, AUXILIARY CONTACTS/SWITCHES: 9.2.1 Adequate number of spare auxiliary switches/ contacts both of normally open &

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 circuit breakers.

10.0 INTERLOCK 10.1 All electrical and mechanical interlocks which are necessary for safe and

satisfactory operation of the circuit breaker shall be provided. 11.0 BUSHING FOR CIRCUIT BREAKER KIOSK 11.1 The out door circuit breakers shall be metal enclosed fitted with weather proof/

suitable type bushing conforming to IS:2099 and shall be designed to have the necessary mechanical strength and rigidity requirement and shall be free from objectionable interference and external and internal corona. The porcelain shall be of the wet process type, homogeneous, free from laminations and cavities or other flaws which could effect its chemical and mechanical strength and shall not be injuriously stressed by temperature change. The porcelain shall be thoroughly verified tough and impervious to moisture and shall be evenly glazed. The glazing shall be free from blisters or burrs. The bushing shall be designed manufactured and tested in accorded with latest edition of IS:2099. the type and characteristic data bushing shall be clearly specified.

12.0 OPERATING MECHANISM Characteristics of Operating mechanism of circuit breaker and associated

equipments: Method of operation: The circuit breaker shall be equipped with power operated

mechanism to operate all three phases simultaneously using 220/240 V AC Motor operated spring closing mechanism. It shall be electrically and mechanically trip free under various conditions. Kiosk shall also be provided with hand operated spring charging closing mechanism. Operation counter and mechanically ON- OFF indicator shall be provided.

13.0 VACUUM CIRCUIT BREAKER The three phase Vacuum Circuit Breaker will have three Vacuum interrupters (one

interrupter per phase) mounted on same carriage. The interrupters shall be air insulated with epoxy resign/ insulated phase barriers. Each interrupter shall have fixed and moving contacts in sealed envelops having Vacuum below 10-6 torr. The metallic bellow shall permit axial movement of moving contract and act as vacuum seal. The contacts shall have requisite mechanical strength and good electrical and thermal conductivity and shall be made of copper chromium alloy. Complete literature of vacuum bottles shall be furnished with the tender.

- 63 -

Page 64: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

14.0 THREE PHASE VOLTAGE TRANSFORMERS Sl. No

Description Requirements

1 Highest equipment voltage : 12 KV 2 No. of phases : 3 phase VT 3 Insulation level a) Impulse withstand voltage : 75KVP b) One minute power frequency with voltage on i) Primary winding : 28KV rms ii) Secondary winding : 3 KV rms 4 Frequency : 50Hz 5 Transformation ratio : 11000/110V 6 Rated output : 100VA 7 Accuracy class : 0.5 8 Rated voltage factor : 1.2 continuous &1.5 for 30sec9 Type of insulation : Resin cast

14.1 VTs, shall be provided with HRC type fuses 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. Three numbers single phase voltage transformer of this rated output will be required for each circuit breaker kiosk. Voltage transformers shall be fixed type and shall be suitable for single phasing.

15.0 CURRENT TRANSFORMERS Sl. No

Description Requirements

1 Rated voltage : 11 KV 2 Insulation level : a) Impulse withstand voltage : 75 KVP b) One minute power frequency with voltage on : i) Primary winding : 28KV rms ii) Secondary winding : 3KV rms 3 Frequency : 50Hz 4 Rated continuous thermal current : 120% of rated primary current 5 Short time thermal rating and its duration : 16KA for 3 sec. 6 Transformation ratio of CTs i) Category- A: 600-300-150/1-1-1A Core-I Core-II Core-III a) Rated Burden (VA) 15VA 15VA PS b) Class of accuracy 0.2 5P 20 PS c) Accuracy limit factor - - - d) Purpose Metering Relaying Protection e) Maximum exciting current at Vk/4 30mA f) Max. Instrument Security Factor 10 - - 7 Type of insulation : Resin cast

(VA burden should not be less than suitable for series tripping arrangement provided) 15.1 12 KV current transformer shall be single phase. The core shall be of grade no

ageing laminated silicon steel of low hystersis loss and high permeability to ensure high accuracy at both normal and fault current.

- 64 -

Page 65: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

15.2 The rating of secondary winding shall be 1 Amps. Required transformers ratio

can be achieved in any manner. 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 above at all transformation ratio.

15.3 The rating of current transformers of all classes regarding ratio error, Knee point

voltage, resistance of secondary winding etc. shall have to be coordinated with the requirement of protective relays and protection scheme without any extra cost.

15.4 The tenderer shall also furnish along with the tender, complete general

arrangement, schematic and outline diagrams indicating the mounting arrangement and position of current transformers, potential transformer, terminal block etc. Type of current transformers and potential transformers employed shall also be clearly stated.

16.0 INDICATING AND INTERGRATING METERS/INSTRUMENTS: 16.1 All indicating instruments shall be of switch board type 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 of adjustment of accuracy. The limits of errors for ammeters/ voltmeters shall be permissible for class 1.5 instruments as per IS:1248. The ammeters and voltmeters shall be suitable scaled to indicate the current for all the ratings of current/ voltage transformers. A phase selector switch with four/ six positions shall be used to measure the current/ voltage of each phase. The meter shall be located at eye level to facilitate observation of reading correctly.

17.0 RELAYS: 17.1 Protective relays shall be provided by the supplier suitable for above breakers.

The equipment shall have protection scheme with the following relays: i)Triple pole IDMTL type combined over current (2Nos) & Earth fault (1No), Draw

out type, 1.3sec, 24V DC Relays ( Numerical Communicable type) suitable for SCADA system.

I) PSR:- 5% to 250% for O/C &E/F Relays in Communicable Numerical Relays. ii) 3 element auxiliary relay (24V DC) for transformer fault, trip for Buchholtz

winding temperature & oil temperature. iii) Master trip relay (24V DC) for intro tripping. iv) One alarm bell scheme with bell (24 V AC) N.B.:- 1) The relay should be of any reputed make. Deviations, if any should bee

mentioned. 2) Communicable type NUMERICAL RELAY of any reputed make shall be

preferred. 17.2 The circuit breakers for outdoor kiosks shall be fitted with A.C. series tripping

arrangement for operation on over load and earth fault by relays.

- 65 -

Page 66: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

17.3 The relays offered by the supplier shall be suitable for operation under the climatic conditions specified in this specification. Each relay shall be provided with dust tight, removable glass covers with glass window. All fault detecting relays shall be equipped with operation indicator. In three phase relays with separate elements, each phase shall have separate indicators. The relays shall have an auxiliary unit fitted with two pairs of hand reset contacts. The relays shall be rated for 1 Amps. Suitable arrangement shall also be provided for adjustment of the operating time of relays. The bidder shall furnish details in this regards along with offer.

18.0 WIRING 18.1 All wiring shall be of switch board type consisting of copper conductor of 2.5mm2

cross section insulated with polyvinyl chloride insulated suitable for 1100V 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. Bidders shall furnish the details of method being adopted by them for joint/ connections.

18.2 All instruments and panel wiring shall be of heat resisting and self extinguishing

type in compliance with British Standard Practice/ I.S Plastic or porcelain clears 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 Kiosks shall be separately earthed by means of copper wire or strips. The following colour schemes of the wiring shall be used as per IS-375.

a) AC three phase circuits i) Phase No.1 : Red ii)Phase No.2 : Yellow iii) Phase No.3 : Blue b)Neutral conductor : Black c) Earth connection : Green 19.0 TERMINAL BLOCKS 19.1 Terminal Blocks shall be 650V grade, box clamp type ELMEX 10 sq.mm or

approved equal Not more than two wires shall be connected to any terminal, spare terminals equal in number to 20% of active terminals shall be furnished.

19.2 Terminal blocks shall be located to allow easy access. Wiring shall be so

arranged that individual wires of an external cable can be connected to consecutive terminals.

20.0 TEST TERMINAL BLOCK

20.1 One no test terminal block shall be provided for testing meters. They shall be of

switch board type back connected for front of panel mounting. The test blocks shall provided 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 of may be taken from the instrument

- 66 -

Page 67: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

transformers. Provision shall be made for short circuiting current transformers. Suitable sealing arrangement shall be provided in the test terminal blocks.

21.0 INDICATING LAMPS 21.1 Indicating lamps shall be provided on the control board to indicate the following: i) Visual indication of ON and OFF position of each circuit breaker. ii)Spring charge Each lamp body shall be molded insulation and shall be able to withstand a high

voltage test of appropriate value. All lamps shall be suitable for 110V AC supply and shall have low power consumption and shall provide a wide angle of illumination of sufficient intensity for confortable viewing. A glass of appropriate colour shall be screwed into the front of lamp body. The design of indication lamp shall be such as to facilitated replacement of burnt lamps. An engraved label indicating the purpose of the lamp shall be provided with each lamp.

22.0 Ferrules: 22.1 Ferrules engraved/ printed with the same numbers, letters of symbols as

indicating in the connections and wiring diagram shall be provided on the terminal ends of all sires 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 ferrules number shall not be used on wires in different circuits on a panel.

23.0 SCHEDULE OF EQUIPMENTS, FITTING & ACCESSORIES: 23.1 12 KV 630 Amps Vacuum Circuit Breakers Kiosks for outdoor installation: 23.2 1 No- 12 KV 630 amp. Vacuum Circuit Breaker horizontal draw out type with

provision of manual tripping by means of push button and emergency shunt tripping.

23.3 1 No- AC Motor charged spring operated closing mechanism. 23.4 1 No- DC shunt tripping arrangement for operation of over current (load) and

earth fault by relays along with emergency shunt tripping from remote place in addition on local emergency tripping (Mech.).

23.5 3 Nos- Single phase 12 KV Current Transformer of ratio 600-300-150/1-1-

0.577A suitable for metering and protection. The class of accuracy shall be 0.5 for metering and 5P 10 for protection. Rated burden (output) shall be 15VA for each secondary winding and it should not be less than suitable for tripping arrangement provided. Instrument security factor for metering core shall not exceed 5.

23.6 6 Nos- Rigid type bimetallic/ aluminium alloy terminal connector suitable for

ACSR (10% Panther and 90% Dog Conductor) for both horizontal /vertical take-off.

23.7 1 No- Mechanical ON/OFF indicator.

- 67 -

Page 68: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

23.8 1 No- Operating handle for independent manual closing mechanism. 23.9 1 No- Red indicating lamp for ON, indication. 23.10 1 No- Green indication lamp for OFF indication.

1 No- Amber Indication Lamp for spring charge. 23.11 Spare auxiliary contacts/ switch having minimum 4 No + 4NC. 23.12 1No- Flush mounting pattern 96 x 96 Sq. mm Digital volt meter & ammeter

(reputed make) of class 1 accuracy suitable scaled for 1 Amps. CT secondary. 23.13 1 No- volt meter & Ammeter selector switch to indicate phase current in all three

phases and with OFF position. 23.14 1 No- Triple pole IDMT type protection relay having two elements for over

current protection and one element for earth fault protection suitable for D.C. shunt tripping arrangement. The current setting of over current and earth fault elements shall be from 5% to 250% in steps of 25% for Communicable numerical relays.

The relays shall be the following make. i) AREVA, ii) Magawin, iii) Easun Reyrolle, iv) Ashida or v) ABB or any reputed

make 23.15 In case, the bidder wants to provide relays other than the above make then as a

qualification requirement the bidder must have supplied up to at least 80% of total quantity of respective relays (similar type and model) as worked out on the basis of quantities of panels indicated in schedule of requirements of this specification in any one year during last 5 years (i.e. continuous period of 12 months) as on date of bid opening. At least 20% of the total quantity of respective relays (similar type and model) as worked out on the basis of quantities panels indicated in schedule of requirements of this specification must have been in successful commercial operation in India for the last 3 years as on the date of bid opening.

23.16 The technical suitability of the relays/ schemes may be examined by protection

wing & acceptability will be judged appropriately. 23.17 2 Nos- 240 V AC single phase 80 or 100 watt anti condensation heaters with

thermostat and switch. 23.18 1 No- Automatic door illumination lamp with switch. 23.19 3 Nos- 1100/110V, single phase voltage transformers each having 100VA/

phase burden & class of accuracy 0.5 suitable connected to meters and indicating instruments etc.

23.20 1 No. Flush pattern switch board mounting pattern 96 x 96 sq. mm moving iron

AC voltmeter/ Digital Voltmeter (AE/MECO/IMP) of class 1 accuracy suitable for 110V phase to phase secondary suitably scaled.

- 68 -

Page 69: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

23.21 1 No- Voltmeter selector switch to indicate phase to phase & Phase to neutral voltage of all the three phases.

23.22 3 Nos- Indicating lamps coloured Red, amber Blue for PT supply. 23.23 1 no- Test terminal blocks to test meters. 23.24 1 No- Blank label on the front of kiosk at the top. 23.25 Door locks with keys for all doors. 23.26 Pair or base channel for grouting in floor. 23.27 Arrangement to check trip circuit healthy. 23.28 1 set- self auxiliary plug and socket. 23.29 1 No- Ground bus system, size 25x8 mm copper flat. 23.30 1 No- Alarm bell 24V D.C with timer for breaking tripping indication. 23.31 1 No- Operation counter. 23.32 1 No- Name Plate at front and back of each kiosk. 23.33 1 set- 3 phase air insulated main copper bus bar of 630amp. Continuous current

rating with PVC insulation for sleeves, STC rating 16KA for 3 sec. 24.0 MAKE AND TYPE OF BOUGHT OUT ITEMS: 24.1 The make of all bought out items shall be acceptable if it is of “ISI Marked” or

type for which the bidder shall furnish attested Photostat copies of ISI certificate/ type test report not earlier than three years for the respective make offered along with the tender.

24.2 Make/ type of each relay, indicating instruments, integrating instruments, control

switch for Circuit Breaker/ Trip Transfer selector switch for voltmeter/ Ammeter, Semaphore Indicator, indicating lamps, annunciater, Push Button, AC Hooter, Heater, Link Type, Test Terminal Block for testing of TVM, CFL Tube, 2/3 Pin Socket with switch etc. shall be clearly and invariably indicated GTP (Guaranteed Technical Particulars), bill of materials and unit price list Only specific make accessories shall be indicated. The word “EQUIVALENT/REPUTED MAKE” will not be taken for consideration.

24.3 Other standard accessories which are not specifically mentioned but are

required to be supplied with circuit breaker kiosk of similar type and rating for efficient and trouble- free operation.

25.0 TEMPERATURE RISE: 25.1 The maximum temperature rise of various parts of the circuit breakers when

tested under rated condition shall not exceed the specified values at a peak

- 69 -

Page 70: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

ambient temperature of 500C. The breaker may be provided with silver plated contacts. If necessary to meet the requirement of IS: 13118/ IEC:56 where higher temperature rise is permitted with silver plated contacts. The quantity of silver facing shall be such that after carrying out one tenth of the total number of operations specified for mech. Endurance test, there is a still continuous layer of silver on the contracts. The temperature rise of CTs and PTs shall also not exceed the permissible values as per relevant Indian standards when corrected for maximum ambient temperature at site.

26.0 TESTS: 26.1 TESTS BEFORE DESPATCH: The 12KV Vacuum Circuit Breakers and accessories shall be subjected to the

following tests as per relevant IS/IEC at the manufacturer’s work before dispatch. A) ROUTINE TESTS ON EACH UNIT AS PER RELEVANT STANDARDS: 1) One minute Power frequency voltage withstand dry test on main circuit. 2) Voltage withstand test on control and auxiliary circuits. 3) Design and visual checks. B) TYPE TESTS CONDUCTED ON ONE UNIT OF EACH RATING AS PER

RELEVANT STANDARDS: i) Dielectric tests. a) Lightning Impulse voltage Test. b) One Minute Power Frequency Test (Wet & Dry). ii) Short time current withstand and peak current withstand tests. iii) Basic short circuit duties test. iv) Single phase short circuit test. v) Mechanical Operation test. vi) Out of phase making & breaking test. vii) Capacitive current switching Test. a) Cable Charging Test. b) Single capacitor Bank Current Switching Test. viii) Measurement of resistance of main circuit. ix) Temp. rise test. x) IP-55 test (For cubicle/ control cabinet) xi) Any other type tests not specified above but covered as per amendment/

latest edition of relevant IS/ IEC. C) The type test reports of Circuit Breakers, Current Transformers, Potential

Transformers, Relays, Meters etc. shall be complete in all respected as per relevant IEC/ISS.

26.2 TYPE TESTS: The 12KV Vacuum Circuit Breaker Kiosk offered shall be fully type tested as per

relevant standards. The bidder must furnish type test reports along with bid as per the qualification

requirement of the Tender Specification.

- 70 -

Page 71: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

However, the purchaser reserves the right to demand repetition of some or all the type tests in presence of purchaser’s representative. For this purpose, the bidder should indicate unit rates for carrying out such type test. These test charges shall not be taken into consideration for evaluation.

26.3 TEST ON BOUGHT OUT ITEMS: Tests are not required to be performed on bought out equipments/ items like

motor, terminal connector, etc. at the works, of manufacturer. Furnishing Test Certificate of these items from the original equipment manufacturers shall be deemed to be satisfactory evidence. Inspection of the tests at Sub-contractors works will be arranged by the supplier whenever required.

26.4 ROUTINE/ ACCEPTANCE TESTS: i) 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 and auxiliary circuits. c) Measurement of the resistance of main circuit. d) Mechanical operating test. e) Design and visual checks. ii) Inspection & tests on control gear. In addition to the above tests at 6.4(i) above specified by IEC, the following shall

also be performed at manufacturer’s works in presence of purchaser’s representative after completely assembling the kiosk.

a) Checking wiring of circuits and their contracts. b) Insulation resistance of complete wiring, circuit by circuit with all equipment

mounted on the panels. c) Checking and operational protective schedule and instruments meters. d) Checking of phase faults between R & Y, Y & B and B & R Phases. Kiosk

should tip under all three conditions. iii) Temp. rise test on one No. Kiosk in the first offered lot shall also be done in the

presence of the purchaser’s representative. iv) Any other tests not specified above but covered as per amendment/ latest

edition of relevant IS/ IEC. 26.5 TOLERANCE ON TEST RESULTS:

- 71 -

Page 72: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

As per relevant standards/ specification. 26.6 TEST AT SITE The purchaser reserves the right to conduct all tests on 12 KV circuit breakers

after arrival at site and the contractor shall guarantee test certificate figures under actual service conditions.

27.0 OPTIONAL SPARES The bidder shall also recommend optional spares that will be required for

breakers along with their total and unit prices. However, the prices of operation spares will not be considered for bid evaluation.

- 72 -

Page 73: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

SECTION - V

LIST OF ANNEXURES

(SCHEDULES AND FORMATS)

- 73 -

Page 74: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Annexure-I

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA IDCO TOWERS (2nd Floor) Jana Path Bhubaneswar-751022

Phone:2545681, 2542895 Fax: 0674-2543125

ABSTRACT OF GENERAL TERMS AND CONDITIONS

For supply of 33KV & 11KV( O/D ) Vacuum Circuit Breakers

1. Whether the bidder is a Manufacturer & furnished relevant documents ( Factory Registration Documents ): Yes / No 2. Required Cost of Tender Furnished ( M.R / Bank Draft Details) -------------------------------------------------

3. Required Earnest Money Furnished:- Bank Draft Details to be furnished) --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

4. Whether CPRI Type test certificates & Approved Drawings conducted within last 5 years enclosed with the bid: Yes / No 5. Manufacturer’s past supply experience

including user’s certificate furnished or not: - Yes / No

6. Audited annual reports along with Profit & Loss Accounts for the last 3 years furnished or not: Yes / No 7. Deviation to the specification , if any furnished

as per format at Annexure VI ( A) & VI (B) ):- Yes / No

8. Whether agreed to CESU’s Delivery schedule: Yes / No If agreed,

a) Date of commencement b) Rate of delivery per month

9. Whether agreed to CESU’s Guarantee clause 16 of Section III :- Yes / No 10. Whether agreed for 180 days’ validity period of Prices Yes / No 11. Whether the Prices are FIRM? Yes / No

12. Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful ( As per clause 17 & 19 of Section-III): - Yes / No

13. Whether agreed to stipulated penalty for delayed delivery: - Yes / No

14. Whether agreed to CESU’s standard terms of payment (Clause-14 of Section III): Yes / No

15. Valid ITCC & STCC furnished or not: Yes / No

Signature of the bidder With seal of company

This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the Part-I of tender.

- 74 -

Page 75: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

ANNEXURE – II

PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND PERFORMANCE

This Guarantee Bond is executed this ____ day of ___________________________ 2008 by us the _____________________________________________________ Bank at ___________________ P.O.__________ P.S. ____________Dist ________________ State __________ ( indicate designation of purchaser ) Whereas the CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA , Head Office - IDCO Towers (2nd Floor ) , Bhubaneswar – 751 022 a Body corporate , constituted under the Electricity Act, 2003 (here in after called “the CESU”) has placed Purchase Order No._________ Dt.___________ (hereinafter called “the Agreement”) with M/s_________________ _________________________ (hereinafter called “the Contractor”) for supply of ________________ (name of the material) and whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESU a composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement. 1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the ____________________ Bank, Address ____________________________ (code No. ________) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the CESU an amount not exceeding Rs._____________ (Rupees _______________________________ ) only against any loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We, the ______________________ Bank do hereby undertake to pay the amounts due and payable under the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due by way of loss or damage caused to or suffered by CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________ (Rupees _________________________________________ ) only. 3. We, the ________________________ Bank also undertake to pay to the CESU any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment. 4. We, the _________________________ Bank further agree that the guarantee herein contain shall remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period. Unless a demand or claim under this guarantee is made on us or with_____________ ____________________________________ (Local Bank Name, address and code No.) _________________________________________________, Bhubaneswar in writing on or before __________________ (date) we shall be discharged from all liability under this guarantee thereafter.

Contd : - P/ 2

- 75 -

Page 76: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 76 -

- P/ 2 -

5. We, the _________________________ Bank further agree that the CESU shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s). 7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the CESU in writing. Dated ___________ the __________ day of Two thousand _________ . Not withstanding anything contained herein above. Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______ ____________________________________________________________________ ) only. The Bank Guarantee shall be valid up to _____________________ only. We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at Bhubaneswar on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

For _____________________________________ ( indicate the name of the Bank ) N.B.: (1) Name of the Contractor: (2) No. & date of the purchase order / agreement: (3) Amount of P.O.: (4) Name of Materials: (5) Name of the Bank: (6) Amount of the Bank Guarantee: (7) Name, Address and Code No. of the Local Branch: (8) Validity period or date up to which the agreement is valid: (9) Signature of the Constituent Authority of the Bank with seal: (10) Name & addresses of the Witnesses with signature: (11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

Page 77: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

Annexure-III ( PRICE SCHEDULE)

Price Schedule for Goods Offered as per specification No………………………. Name of Bidder_________________________ Page_______________________ of ___________.

5 6 7 1 2 3 4

Price for each unit

Unit Ex-Works Price

(in Rs.)

Unit Packing & Forwarding Charges (

in Rs.)

Unit Excise

Duty with cess (in

Rs.)

Unit Sales

Tax/ VAT (in Rs.)

Unit freight & insurance and costs

incidental to delivery (in

Rs.)

Unit Entry Tax, if any

(in Rs.)

Total Unit landing

Price (in Rs.)

Total Landing Price ( in

Rs.)

Tender Specification

No Item Description Unit Qty

(a) (b) (c ) (d) (e) (f) a+b+c+ d+e+f

(col 4X6)

33KV Outdoor Vacuum Circuit Breaker

Nos 22 CESU/MR/

210/2011-2012 11KV Outdoor Vacuum Circuit Breaker(KIOSK)

Nos 26

*( Rupees .............................................................................................................................................................)

Signature of Bidder With company seal______________________________________ Note:-1. In case of discrepancy between unit price and total, the unit price shall prevail. 2. Any column left blank shall be considered as included in the Unit Landing Price & the cost of the same shall be borne by the bidder. 3. The bidder(s) shall quote the applicable rates of taxes & duties in the price schedule.

- 77 -

Page 78: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 78 -

ANNEXURE- IV( A)

TECHINICAL DATA SCHEDULE FOR 33 KV OUTDOOR VACUUM CIRCUIT BREAKER

SL NO DESCRIPTION

As Per Specifications UNITS BIDDERS OFFER

1 GENERAL - Name of manufacturer

- Manufacturer’s type designation

- Governing standards IS : 13118 & IEC : 56

- No. of poles of circuit breaker 3 no.

- No. of breaks per phase 1 no.

- Total length of break per phase mm

Type – Vacuum Yes,Vacuum Yes/No

2. NOMINAL VOLTAGE

- Rated voltage 33 KV

Maximum(continuous)service rated voltage 36 KV

3. RATED NORMAL CURRENT

- Under normal condition at 500C 1250 Amps

- Under site condition at 500C 1250 Amps

4. SHORT CIRCUIT PERFORMANCES

- Rated short circuit breaking current:

Symmetrical, rms 25 KA Asymmetrical including DC

component 31.25 KA - Rated short circuit making

current; peak 62.5 KA - Short time current withstand

capability: Peak value 62.5 KA Rms value 25 KA Duration 3 Seconds Sec 5.

MAX. TEMP. RISE OVER AMBIENT OF 500C

- At normal continuous current 0C

- After performing the operating sequence 0C

6 Make & Break Times

Total break times

Page 79: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 79 -

At 10% rupturing capacity 60 milli-sec

At rated rupturing capacity 60 milli-sec

Arcing time at rated breaking current 60 milli-sec

Make time from giving close command 60 milli-sec

- Minimum reclose time at full rated interrupting Capacity from trip coil energisation sec

- Minimum dead time for 3 phase reclosing mill-sec

- Circuit breaker opening time:

at 125% of rated voltage of opening device <60 milli-sec

at 100% of rated voltage of opening device <60 milli-sec

at 70% of rated voltage of opening device <60 milli-sec

- Circuit breaker closing time:

- Max. break time At 10% rupturing capacity milli-sec

at 125% of rated voltage of closing device <60 milli-sec

at 100% of rated voltage of closing device <60 milli-sec

at 70% of rated voltage of closing device <60 milli-sec

7 RESTRIKING VOLTAGES FOR 100% RATED CAPACITY

- Amplitude factor 63 KV

- Phase factor 3

- Natural frequency Hz

- Rate of rise of recovery voltage 0.57 kv/µs

RATED INSULATION LEVEL

- Dry and wet power frequency withstand test voltage (rms) for 1 minute

Between live terminals and grounded objects 70 KV

Between terminals with breaker contacts open 70 KV

8

- 1.2/50 µsec full wave impulse withstand voltage +ve and - ve polarity (peak)

Page 80: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 80 -

Between live terminals and grounded object 170 KV

Between terminals with breaker contacts open 170 KV

One mimute power frequency voltage of auxiliary wiring 2 KV

9 OPERATING PERFORMANCE

- Rated transient recovery voltage 0.57 KV/µs

Rated cable charging breaking current 50 Amps.

Rated single capacitor bank breaking current 400 Amps.

Rated back-to-back capacitor bank breaking current Amps

Rated capacitor bank in-rush making current KA

Rated small inductive breaking current 25 KA

First pole-to-clear factor 1.5

Rated operating sequence O-0.3 Sec-CO-3 Min-CO

Rated out-of-phase breaking current 25 KAmp

Re-ignition and Re-strike free Yes Yes/ No

NUMBER OF OPERATION POSSIBLE WITHOUT MAINTENANCE

at full rated interrupting current > 100 no.

at 50% of rated interrupting current > 100 no

at 100% of full load current 10,000 no

10

at no load no

MINIMUM CLRARANCE IN AIR

- Between phases As per IS mm

- Live parts to earth As per IS mm

11

- Live parts to ground level As per IS mm

WEIGHTS AND DIMENSIONS

Total weight of one complete breaker, including mounting structure kg

Mounting structure weight kg

12

Control cabinet weight kg

Page 81: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 81 -

Dimensions: Height mm

Width mm

Depth mm

Drawings must be provided

13 HOLLOW INSULATOR HOUSING

Type and make of insulators.

Power frequency withstand test voltage for one minute:

- Dry 70 KV

- Wet 70 KV

Flash over value

- Dry 135 KV

- Wet 95 KV

1.2/50 impulse voltage withstand capability

- positive polarity 170 KV

- negative polarity 170 KV

Creepage distance total 900 mm

Creepage distance protected 450 mm

Weight of assembled housing kg

Corona shield provided or not Yes

SUPPORT INSULATOR

Type and make of insulators

Power frequency withstand test voltage for one minute:

- Dry 70 KV

- Wet 70 KV

Flash over value

- Dry 135 KV

- Wet 95 KV

1.2/50 impulse voltage withstand capability

- positive polarity 170 KVp

- negative polarity 170 KVp

Creepage distance, total 900 mm

Creepage distance, protected 450 mm

Weight of assembled housing kg

14

Corona shield provided or not Yes

15 CONTACTS

Type of main contacts Butt

Type of auxiliary contacts

Material of auxiliary contacts Silver Plated Brass

Page 82: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 82 -

Type of plating, if any Silver

Thickness of plating 20 micron

Contact pressure gm/sq.mm

No of auxiliary contacts provided: 6 NO + 6 NC

Those closed when breaker is closed 6 no

Those open when breaker is closed 6 no

Those adjustable no

OPERATING MECHANISM

Opening type Shunt Trip

Closing type

Motor / Manual spring charge,Shunt/Magnetic

actuator operation

Force applied by charged spring for closing kg

Time taken by motor for charging the spring form fully discharged to fully charged position <30 sec

Full sequence of operation O-0.3sec-CO-3min-CO

Whether limit switches are provided with spring Yes yes/no

Whether spring limit switches start & stop the motor Yes yes/no

Type and material of spring employed

Whether trip free Yes

16

Whether anti pumping device provided Yes

17 AUXILIARY AND CONTROL POWER SUPPLY

Normal auxiliary A.C supply voltage 230 Volts

Voltage limits for proper operation Volts

Maximum 115% Volts

Minimum 85% Volts

Frequency limits for proper operation

Maximum 105% Hz

Minimum 95% Hz

for circuit breakers : Volts

Normal DC control circuit voltage 24 Volts

Page 83: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 83 -

Voltage limits for proper operation

Maximum 120% Volts

Minimum 70% Volts

Power required for trip

coil 300 Watts

Power required for

closing coil 300 Watts LOCAL CONTROL PANEL

- Material

- Degree of protection

- Vermin proof provisions Yes Yes/no

- Weather proof provision Yes Yes/no

- Dust proof provision Yes Yes/no

- Ventilation provision Yes Yes/no

- Thickness of sheet materials used 3 mm

- Overall dimensions mm

- Total weight kg

18

- Mounting arrangement

19 TERMINAL CONNECTOR

- Material

- Bi-metallic or not Yes

- Weight kg

- Dimensions mm

- Size and type of conductor it can accommodate 100 sq mm

- Terminal pads

silver plated or not Yes

- Thickness of

silver plating microns

CORROSION PREVENTION SYSTEM FOR CIRCUIT BREAKER AND CONTROL CABINET

Preferable Galvanised

- Surface preparation

- Rust inhibition

- Zinc thickness/paint thickness microns

20

- Treatment of fasteners

Page 84: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 84 -

CORROSION PREVENTION SYSTEM FOR SUPPORT STRUCTURE Hot Dip Galvanised

Surface preparation

Rust inhibition

Zinc thickness microns

21

Treatment of fasteners.

VACUUM CIRCUIT BREAKER SEALING Hermetically Sealed Degree of protection of circuit breaker pole enclosure. (IEC 529, IS 13947)

22

Method of sealing the circuit breaker pole enclosure.

23 33 KV CURRENT TRANSFORMER

Make of Manufacturer for

transformer protection

- Make and type of

transformer Outdoor, Oil-

Cooled, Dead Tank

- Ratio 400-200-100/

1- 1 – 1 A - Ratio 400-200-

100/ 1- 1 – 1 A

Core1. VA Burden 15 VA

Accuracy class 0.2

Saturation factor NA

Instrument security factor 10

Accuracy limit factor NA

Knee point voltage 5 Volts

Magnetizing current at Vk/2

Milli amps.

Secondary resistance Rct ohms

Core 2. VA burden 30 VA

Accuracy class 5P

Saturation factor

Instrument security factor

Accuracy limit factor 20

Core 3. VA burden

Accuracy class PS

Saturation factor

Accuracy limit factor

Instrument security factor

Knee point voltage 375 Volts

Magnetizing current < 30 mA at 0.5 Vk

Page 85: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 85 -

at Vk/2

Secondary resistance Rct Ohms

Short time current rating : Current 25 KA

time 3 Sec.

Impulse voltage withstand level 170 KV

Power frequency voltage withstand level

Primary winding 70 KV

Secondary winding 3 KV

Specification of oil IS : 335

Quantity of oil Liters

Creepage distance As per IS mm

Protected creepage distance As per IS mm

Weight of CT complete with oil kg

Corrosion Prevention System for CTs Hot Dip Galvanised

Surface preparation �

Rust in inhibition �

Paint thickness � micron

Treatment of fasteners �

24

Oil resistance varnish �

25 33 KV VOLTAGE TRANSFORMER

a. GENERAL.

Make

Type of transformer

Single-Phase Outdoor, Oil-Cooled, Dead Tank, Double Wound

Rated normal voltage 33 / √3 KV

Rated maximum voltage 36 / √3 KV

Rated primary voltage 33 / √3 KV

Rated secondary voltage 110 / √3 Volts

V A burden 200 VA

Accuracy class 0.5

Ratio error Minute

Phase displacement positive or negative

- Saturation factor

- Instrument security factor

- Short time current rating

Rms value KV

Page 86: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 86 -

Period Sec

Peak value KA

- Impulse voltage withstand level 170 KV

One minute power frequency voltage withstand level of primary winding 70 KV

- Specification of oil IS : 335

- Weight of oil Kg

Weight of core and winding Kg

- Total weight Kg

Overall dimensions mm

Rated voltage factor

Continuous 1.2

For 30 seconds 1.5

- Temperature rise above the ambient of 500C 40 0C

- Correction factor

- Partial discharge level pC

TANK

- Composition of metal Hot Dip Galvanised

b.

- Thickness 3 mm

CORE

Material composition CRGO

Flux density at normal voltage and frequency < 1.2 Telsa

c.

Lamination thickness 0.27 mm d. WINDINGS

Purity of copper used Electrolytic copper Percent

Type of insulation DPC

Power frequency withstand level

Secondary winding to earth 3 KV

Between sections 3 KV

SECONDARY TERMINAL BOX

Degree of protection

Vermin proof provision Yes/no

Weather proof provision Yes/no

Dust proof provision Yes/no

Thickness of metal used mm

Overall dimensions mm

e.

Mounting arrangement

H V TERMINAL f.

- Material

Page 87: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 87 -

- Bi-metallic or not Bi-Metallic Yes/no

- Dimensions, mm

Size and type of conductor it can accommodate Sq. mm

CORROSION PREVENTION SYSTEM Hot Dip Galvanised

(To be furnished as per clause on Surface Treatment)

Surface preparation

Rust in inhibition

Treatment of fasteners

g.

Oil resistance varnish

26 A.

INSTRUMENTS & METERS (Ammeter & Voltmeter)

1 Type & make of instruments & meter

Analogue, reputed make

2 Size 96 X 96 mm

3 Whether magnetically shielded or not Yes

4 Limits or error in the effective range

5 Scale length 90 0 KV

6 Whether Tropicalised Yes

7 Short time overload rating 200%

8 V A Burden:

Current coil

Potential coil

9 Power consumption of current & potential coil

B. BACK UP RELAYS

1 Type of relay 2 O/C + 1 E/F, Self actuated , 1 Amp, aux. Volt-24 V DC/Numerical & Communicable Type

Make Reputed make

2 Current coil rating 1 Amp

3 Tap range 5% to 250% 4 VA Burden Highest tap &

lowest tap 3 VA

5 Power consumption at highest tap & lowest tap Watts

6 Time of operation at maximum time dial seting at

i) 5 times tap setting current 1.6-1.9 Second ii) 10 times tap setting current 1.3 Second

Page 88: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 88 -

7 Type of characteristic IDMTL 8 Whether draw out type or not. Yes

9 Trip contact ratings Amps.

5 Amp-Continuos Amp 10 Whether seal In contacts

provided or not Yes 11 No. of contacts 2 NO+2 NC 12 Flag Required

D. Three element voltage operated Aux. Relay

Type & make of the Relay Reputed make

Voltage coil rating 24 V DC Volts

No. of elements 3 No.

Mounting Flush

Aux. Contact on each pole 1 NO + 1 NC

Flag Required

Purpose Trf protection

E. High speed Tripping Relay

Type & make of the Relay Reputed make

Voltage coil rating 24 V DC Volts

Contact(Hand reset) 3 NO +1 NC

Flag Required

F. High speed Harmonic Restraint Differential Relay

Type & make of the Relay Reputed make

Voltage coil rating 24 V DC Volts

Aux. Contacts(Hand reset) 2 NO

Mounting Flush

CT secondary 1 Amp.

Differential current setting 15%

Bias setting 15-30-40 %

Flag Required

G. POWER PACKS (2 X 12 V inbuilt Battery)

1 Rated AC voltage. (Input 230 V & 110 V AC) 230 V/110 V AC Volt

2 Single phase or three phase. Single phase 3 Capacity(VA)

4 Power factor

5 Type of transformer used, if any, to supply input to the rectifier

6 Transformation ratio

7 Type of rectification employed, full wave or half wave

Full wave

Page 89: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 89 -

8 Type of rectifier connection Bridge 9 Ripple factor

10 Type of filter employed

11 Ratings of capacitor

12 Time of retention of charge by capacitor

13 Value of DC constant.

14 Out put voltage(DC) 24 + 15% Volt

15 Capacity (Watt-sec)

16 No of closing & tripping taken by this pack. >10

Page 90: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 90 -

ANNEXURE- IV(B) TECHINICAL DATA SCHEDULE FOR 11 KV OUTDOOR VACUUM CIRCUIT

BREAKER(Kisok) VCBS

SL NO DESCRIPTION As Per Specifications UNITS

BIDDERS OFFER

1 GENERAL

- Name of manufacturer

- Manufacturer’s type designation

Out-Door type Metering KIOSK

- Governing standards IS : 13118, IEC- 62271-100, IEC-56

- No. of poles of circuit breaker

3 no.

- No. of breaks per phase 1 no.

- Total length of break per phase

mm

Type – Vacuum Vacuum

2. NOMINAL VOLTAGES

- Rated voltage 11 KV

- Maximum(continuous)service rated voltage

12 KV

3. RATED NORMAL CURRENT

- Under normal condition 1250 Amps

- Under site condition 1250 Amps

4. SHORT CIRCUIT PERFORMANCES

- Rated short circuit breaking current:

- Symmetrical, rms 20 KA

- Asymmetrical including DC component

25 KA

- Rated short circuit making current; peak

62.5 KA

- Short time current withstand capability:

Peak value 62.5 KA

Rms value 20 KA

Duration 3 Sec

5 MAX. TEMP. RISE OVER AMBIENT OF 500C

Page 91: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 91 -

- At normal continuous current

0C

- After performing the operating sequence

As Per IS

0C

6. MAKE AND BREAK TIMES

Total break times

- At 10% rupturing capacity < 60

milli-sec

- At rated rupturing capacity < 60

milli-sec

- Arcing time at rated breaking current 15 (Max)

milli-sec

- Make time from giving close command < 60

milli-sec

- Minimum re-closing time at full rated interrupting Capacity from trip coil energisation

300 milli-sec

- Minimum dead time for 3 phase reclosing

milli-sec

- Circuit breaker opening time:

at 125% of rated voltage of opening device < 60

milli-sec

at 100% of rated voltage of opening device < 60

milli-sec

at 70% of rated voltage of opening device < 60

milli-sec

7 RESTRIKING VOLTAGES FOR 100% RATED CAPACITY

- Amplitude factor 62 KV

- Phase factor 3 - Natural frequency Hz

- Rate of rise of recovery voltage

Kv/µs

8 RATED INSULATION LEVEL

- Dry and wet power frequency withstand test voltage for one minute, rms:

- Between live terminals and grounded objects

28 KV

- Between terminals with breaker contacts open

28 KV

- 1.2/50 µs full wave impulse withstand voltage +ve and – ve polarity, peak

Page 92: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 92 -

- Between live terminals and grounded object

75 KVp

- Between terminals with breaker contacts open

75 KVp

- One mimute power frequency voltage of auxiliary wiring

2 KV

9 OPERATING PERFORMANCE

- Rated transient recovery voltage

KVp

- Rated cable charging breaking current

25 Amps.

- Rated single capacitor bank breaking current

400 Amps

- Rated back-to-back capacitor bank breaking current

400 Amps

- Rated capacitor bank in-rush making current

20 KA

- Rated small inductive breaking current

25 KA

- First pole-to-clear factor 1.5

- Rated operating sequence O-0.3sec-CO-3min-CO

- Rated out-of-phase breaking current

KA

- Re-ignition and Re-strike free

Yes/No

10 NUMBER OF OPERATION POSSIBLE WITHOUT MAINTENANCE

- at full rated interrupting current

>100 no.

- at 50% of rated interrupting current

>100 no

- at 100% of full load current

>10000 no

- at no load no

11 MINIMUM CLRARANCE IN AIR

- Between phases >150 mm

- Live parts to earth >120 mm

- Live parts to ground level

mm

12 WEIGHTS AND DIMENSIONS

Total weight of one complete breaker, including mounting structure

Kg

Page 93: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 93 -

Mounting structure weight Kg

Control cabinet weight Kg

Dimensions: Height mm

Width, mm

Depth mm

Drawings must be provided Yes / No

13 HOLLOW INSULATOR HOUSING

Type and make of insulators.

Power frequency withstand test voltage for one minute:

- Dry 28 KV

- Wet 28 KV

Flash over value

- Dry 75 KVp

- Wet 75 KVp

1.2/50 impulse voltage withstand capability

- positive polarity 75 KVp

- negative polarity 75 KVp

Creepage distance total As per IS mm

Creepage distance protected As per IS mm

Weight of assembled housing Kg

14 SUPPORT INSULATOR

Type and make of insulators

Power frequency withstand test voltage for one minute:

- Dry 28 KV

- Wet 28 KV

Flash over value

- Dry 75 KV

- Wet 75 KV

1.2/50 impulse voltage withstand capability

- positive polarity 75 KVp

- negative polarity 75 KVp

Creepage distance, total As per IS mm

Creepage distance, protected As per IS mm

Weight of assembled housing Kg

Corona shield provided or not Yes / No

15 CONTACTS

- Type of main contacts

- Type of auxiliary contacts

Page 94: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 94 -

- Material of auxiliary contacts

Copper

- Type of plating, if any

Silver

- Thickness of plating

20 Micron

- Contact pressure gm/ sq.mm

No of auxiliary contacts provided:

6 NO + 6 NC

Those closed when breaker is closed

6 no

Those open when breaker is closed

6 no

Those adjustable no

16 OPERATING MECHANISM

Opening type Shunt Trip Closing type Motor / Manual spring

charge,Shunt/Magnetic actuator operation

Force applied by charged spring for closing

Kg / N

Time taken by motor for charging the spring form fully Discharged to fully charged position

<30 sec

Full sequence of operation 0-0.3sec-CO-3min-CO

Whether limit switches are provided with spring

Yes/No

Whether spring limit switches start stop the motor

Yes/No

Type and material of spring employed

Whether trip free Yes/No

Whether anti pumping device provided

Yes

17 AUXILIARY AND CONTROL POWER SUPPLY

- Normal auxiliary A.C supply voltage

230 Volts

- Voltage limits for proper operation

Maximum 115% Volts

Minimum 85% Volts

Page 95: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 95 -

- Frequency limits for proper operation

Maximum 105% Hz

Minimum 95% Hz

- Normal control circuit voltage

24 Volts

- DC Voltage limits for proper operation

Maximum 120% Volts

Maximum 70% Volts

- Power required for trip coil

300 Watts

- Power required for closing coil

300 Watts

18 LOCAL CONTROL PANEL

- Material

- Degree of protection

- Vermin proof provisions

Yes/No

- Weather proof provision

Yes/No

- Dust proof provision

Yes/No

- Ventilation provision

Yes/No

- Thickness of sheet materials used

3 mm

- Overall dimensions mm

- Total weight Kg

- Mounting arrangement

19 TERMINAL CONNECTOR

- Material

- Bi-metallic or not Yes/No

- Weight Kg

- Dimensions mm

- Size and type of conductor it can accommodate

100 sq mm

- Terminal pads silver plated or not

Yes/No

- Thickness of silver plating

microns

20 CORROSION PREVENTION SYSTEM FOR CIRCUIT BREAKER AND CONTROL CABINET

- Surface preparation

Page 96: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 96 -

- Rust inhibition

- Zinc thickness/paint thickness

Microns

,

- Treatment of fasteners

21 CORROSION PREVENTION SYSTEM FOR SUPPORT STRUCTURE

Hot Dip Galvanized

Surface preparation

Rust inhibition

Zinc thickness

Treatment of fasteners. Microns

22 VACUUM CIRCUIT BREAKER SEALING

Degree of protection of circuit breaker pole enclosure (IEC 529, IS 13947).

Method of sealing the circuit breaker pole enclosure.

23 CURRENT TRANSFORMER

1 Category A; 600-300-150 / 1-1-1A

Make and type of transformer

Indoor type

Ratio Category A; 600-300-150 / 1-1-1A

Core1. VA burden 15 VA

Accuracy class 0.2

Saturation factor

Instrument security factor

10

Accuracy limit factor

Core 2. VA burden 15 VA

Accuracy class 5P

Saturation factor Accuracy limit factor 20 Core 3. Accuracy class PS

Saturation factor

Accuracy limit factor

Knee point voltage (Vk)

150 Volts

Magnetizing current at Vk/2

< 30 mA at 0.5 Vk

Milli Amps

Secondary resistance Rct

Ohms

Page 97: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 97 -

Short time current rating, time

16 KA for 3 sec KA / Sec.

Impulse voltage withstand level

75 KV

Power frequency voltage withstand level

Primary winding 28 KV

Secondary winding 2 KV

Weight of CT complete Kg

24 11 KV VOLTAGE TRANSFORMER (CAST RESIN TYPE)

a. GENERAL.

- Make

- Type of transformer Indoor type

- Rated normal voltage 11 / √3

KV

- Rated maximum voltage 12 / √3

KV

- Rated primary voltage 11 / √3

KV

- Rated secondary voltage 110 / √3

Volts

- V A burden 100

VA

- Accuracy class 0.5

- Ratio error

- Phase displacement positive or negative

Min

- Saturation factor

- Instrument security factor

- Short time current rating

Rms value KA

Period Sec

Peak value KA

- Impulse voltage withstand level

75 KVp

- One minute power frequency voltage withstand level of primary winding

28 KV

- Weight of core and winding

Kg

- Total weight Kg

- Overall dimensions Mm

- Rated voltage factor

Continuous 1.2

For 30 seconds 1.5

Page 98: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 98 -

- Temperature rise above the ambient of 500C

40 0C

- Correction factor

- Partial discharge level pC

b. CORE

- Material composition

(CRGO-M4 or better)

- Flux density at normal voltage and frequency

<1.2 Telsa

- Lamination thickness

0.27 mm

c. WINDINGS

- Purity of copper used

Electrolytic Percent

- Type of insulation

- Power frequency withstand level

Secondary winding to earth

3 KV

Primary winding to earth

28 KV

d. SECONDARY TERMINAL BOX

- Degree of protection

Yes/No

- Vermin proof provision

Yes/No

- Weather proof provision

Yes/No

- Dust proof provision

Yes/No

- Thickness of metal used 3

- Overall dimensions

- Mounting arrangement

e. H V TERMINAL

- Material

- Bi-metallic or not Yes/no

- Dimensions,

- Size and type of conductor it can accommodate

100

25 INSTRUMENTS & METERS (Ammeter , Volt Meter & Energy Meter)

A. 1. Type & make of Ammeter & voltmeter

Analogue type ,AE make

2. Size 96x96 mm2

3. Whether magnetically

shielded or not Yes

Page 99: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 99 -

4. Limits or error in the effective range

5. Scale length 90 Deg.

6. Whether Tropicalised

7. Short time overload rating 200%

8. V A Burden.

i) Current coil VA

ii) Potential coil VA

9. Power consumption current & potential coil

Watt

B. Energy Meter Type:

(3 Ph ,4 wire with Alpha numerical

display)

Make Secure meter/ L & T

C. BACK UP RELAYS

1 Type of relay

2 O/C +1 E/F, self actuated ,1 Amp, Aux.

Volt-24 V DC/ Numerical &

Communicable Type

Make

AREVA, ER,Megawin make or any reputed

make

2 Current coil rating 1 Amp

3 Tap range 5% to 250 %

4 V A Burden Highest tap & lowest tap

3

5 Power consumption Highest tap & lowest tap

Watt

6 Time of operation at maximum time dial setting at

7 5 times tap setting current

1.6-1.9 Sec

8 10 times tap setting current

1.3 Sec

9 Type of characteristic IDMTL

10 Whether draw out type or not

Yes

11 Trip contact ratings Amps.

5 A continious Amp

12 Whether seal in contacts provided or not

Yes/No

13 No. of contacts 2 NO+2 NC

Page 100: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 100 -

14 Flag/LED Required D. Three element voltage

operated Aux. Relay

Type & make of the Relay AREVA, ER,Megawin

make or any reputed make

Voltage coil rating 24 V DC Volts

No. of elements 3 No.

Mounting Flush

Aux. Contact on each pole

1 NO + 1 NC

Flag Required

Purpose Trf protection

E. High speed Tripping Relay

Type & make of the Relay

AREVA, ER,Megawin make or any reputed

make

Voltage coil rating 24 V DC Volts

Contact(Hand reset) 3 NO +1 NC

Flag Required

F. High speed Harmonic Restraint Differential Relay

Type & make of the Relay

AREVA, ER,Megawin make

Voltage coil rating 24 V DC Volts Aux. Contacts(Hand

reset) 2 NO

Mounting Flush CT secondary 1 Amp. Differential current

setting 15%

Bias setting 15-30-40 % Flag Required

G. POWER PACKS (2 X 12 V inbuilt Battery)

1. Rated AC voltage.(Input 230 V AC or 110 V. AC ).

230 /110 Volt AC Volt

2. Single phase or three phase.

Single phase

3. Capacity(VA) 300

4. Power factor

5. Type of transformer used, if any, to supply input to the rectifier

Page 101: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 101 -

6. Transformation ratio

7. Type of rectification employed, full wave or half wave

Full wave

8. Type of rectifier connection

Bridge

9. Ripple factor

10. Type of filter employed

11. Ratings of capacitor

12. Time of retention of charge by capacitor

13. Value of DC constant.

14. Out put voltage(DC) 24 + 15% Volt 15. Capacity (Watt-sec)

16. No of closing & tripping taken by this pack.

>10

Page 102: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 102 -

ANNEXURE V (A)

(TECHNICAL DEVIATION FORMAT) Clause

No Prescribed as per Tender

Specification Deviation in the bidder's Offer

Bidder’s Signature with Seal.

Page 103: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 103 -

ANNEXURE V (B) (COMMERCIAL DEVIATION FORMAT)

Clause

No Prescribed as per Tender

Specification Provided in the bidder's Offer

Bidder’s Signature with Seal.

Page 104: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 104 -

ANNEXURE VI (PERFORMANCE OF MATERIALS SUPPLIED)

SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITY

DISTRIBUTION UTILITIES / PSUs IN THE LAST 3 YEARS SPECIFICATION No CESU /P&S/MR/ 210. /2011-12

In this schedule details of purchase orders executed for tendered items during last 3 years shall be provided.

Bid No.__________ Date of Opening________ Name of the Firm__________________________________________

Date of Completion of Delivery Sl. No. Order placed by

(full address of purchaser)

Order No. and Date

Description and quantity of

ordered materials. As per Contract Actual

N.B : Attach copies of successful performance certificate / successful contract completion report / inspection report / Store Receipt Vouchers of the buyers with reference to above Purchase Orders.

Signature of the Bidder _______________________ ________________________ ________________________

Signature in ink of the bidder with company Seal (This form is to be duly filled up by the bidder & submit along with the Tender)

Page 105: PROCUREMENT OF 33 KV OUT DOOR & 11 KV OUT … · 11 KV Outdoor VCB (KIOSK) 26 . 10,400.00 inclusive of 4% VAT . 56.00 (Fifty Six Thousand ) Time Schedules:- 1 . Last Date & Time of

- 105 -

(ANNEXURE-VII)

SELF DECLARATION FORM Name of the Purchaser:-------------------------

Tender Specification No:----------------------------- Sir,

1. I/we, the undersigned do hereby declare that, I/we have never ever been blacklisted and / or there were no debarring actions against us for any default in supply of material / equipments or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable for truncation / cancellation / termination without any notice at the sole discretion of the purchaser.

Yours faithfully,

Place- Date-

Signature of the bidder With seal

(This form shall be duly filled-up and signed by the bidder & submitted along with the original copy of the Bid.)