Anda di halaman 1dari 27

LUCKNOW METRO RAIL CORPORATION LIMITED

TENDER DOCUMENT
FOR
DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF
RECEIVING CUM AUXILIARY MAIN CUM TRACTION SUB STATIONS
INCLUDING HIGH VOLTAGE CABLING FROM GRID SUBSTATION, 25KV
FLEXIBLE/RIGID OHE, SECTIONING POST, 33KV CABLE NETWORK, ASS &
SCADA SYSTEM INCLUDING CATENARY MAINTENANCE VEHICLE/ RAIL
CUM ROAD VEHICLE FOR LUCKNOW MRTS PHASE-I

CONTRACT PACKAGE LKE 1&2

Addendum-2

May, 2015

LUCKNOW METRO RAIL CORPORATION LIMITED


(MASS RAPID TRANSPORT SYSTEM)
1st Floor, Janpath Market, Hazratganj, Lucknow-226 001
Website: www.lmrcl.com
INDEX

S. No. Description Volume/Section Page No.


1 Appendix-F Proforma for submitting No-load Iron Loss: 1 /Annexure to ITT 15R2 of 32
Added 33kV/0.415kV, 200kVA Transformers
2 Annexure-7 Form of BG for Tender Security [Clause 3(d)] 1 /Annexure to ITT 27R2 of 32

3 Form of Tender- Appendix12- correction in contract no. 1 /FOT FOT Page 18R2

4 SCC Clause 24.0 (2-a)- word 'only' deleted & 'sales' 2/SCC 19R2 of 40
added
5 Clause 5.7.1.22- correction in rating of UPS 4/Section5 84R2
6 Clause 6.6.2.4.5.8- (5) Maintenance room 4/Section6 137R2
7 Clause 7.3.1.3- SWGR & Control Room 4/Section7 166R2
8 Clause 7.6.1.34- Cables 4/Section7 209R2
9 Clause 7.10.1.1- Last para modified as- For detail 4/Section7 219R2
specification please refer Appendix-I. In case of conflict
Appendix-I supercedes.
10 Clause 9.8.1.12 offshore training & 9.8.1.13 training 4/Section9 258R2-259R2
programme
11 Corridor S15 - COST CENTRE B item no. B10.1 split as 7/Pricing Document 79R2 of 116
B10.1A and B10.1B
item no. B11.1 split as B11.1A and B11.1B
12 Corridor S15 - COST CENTRE C item no. C10.1 split as 7/Pricing Document 85R2 of 116
C10.1A and C10.1B
item no. C11.1 split as C11.1A and C11.1B
13 Modification in Tender Drawings 5/Tender Drawings
13.1 Traction Sectioning Diagram-Added Indian Railways feed 5/Tender Drawings
& deleted breakers at Feeding post
13.2 33kV Auxiliary Network Diagram- Added Breakers and 5/Tender Drawings
Deleted bay at Ram Sagar Mishra Nagar
Contract Package LKE-1&2 (Annexures to ITT)

ANNEXURE 4

APPENDIX F - PROFORMA FOR SUBMITTING NO-LOAD IRON LOSSES AND


FULL LOAD COPPER LOSSES FIGURE

(Applicable for Substations contracts)

Sr. Transformer Qty. No-Load Iron Full Load Copper


No. Loss (Watts)/ Losses (Watts)/
Transformer Transformer
Wir Wcu
1 220kV/ 33kV, 30 MVA 2

2 220kV/ 27.5kV, 30 MVA 2

3 132kV/ 33kV, 30 MVA 2

4 132kV/ 27.5kV, 30 MVA 2

5. 33kV/0.415kV, 500 KVA 32

6 33kV/0.415kV, 630 KVA 6

7 33kV/0.415kV, 3150 KVA 6


8 33kV/0.415kV, 2500 KVA 2
9 33kV/0.415kV, 200 KVA 4

Note - The transformers shall be designed for minimum losses.

When comparing between different tenderers the present value of the capitalized cost
of losses in the transformers shall be added to their financial bid by the following
formula

PW = K*365*24* C (Wir + b Wcu)/1000

where

PW is the present worth (in IR) of annual capitalized cost of losses at 8% rate of
interest over 25 years

K is the present worth factor (8% interest, 25 years) = {(1+0.08)25


1}/{0.08*(1+0.08)25} = 10.675

C is the cost of the kWh (in Indian Rupees) = Rs. 5.25

Wir is the iron losses in Watts at normal voltage and main tapping

Wcu is the full load copper losses in Watts at normal voltage and main tapping
at 95C

b is the load factor of transformer = 50 %

Confidential Page 15R2 of 32 MAY 2015


Contract Package LKE-1&2 (Annexures to ITT)

ANNEXURE - 7

(As per Clause C18.1)

FORM OF BANK GUARANTEE FOR TENDER SECURITY

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)

1. KNOW ALL MEN by these presents that we .... (Name


of Bank) having our registered office at (Name of country)
(hereinafter called the Bank) are bound unto Lucknow Metro Rail Corporation
Limited (hereinafter called the Employer) in the sum of Rs. .. for which
payment will and truly to be made to the said Employer, the Bank binds itself, its
successors and assigns by these presents.

2. WHEREAS(Name of Tenderer) (hereinafter called the


Tenderer) has submitted its tender dated..................for .. (Name of the work)
hereinafter called the tender.

AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of
Rs. . as Tender Security against the Tenderers offer as aforesaid.

AND WHEREAS(Name of Bank) have, at the request of the


Tenderer, agreed to give this guarantee as hereinafter contained.

3. We further agree as follows:

a. That the Employer may without affecting this guarantee grant time or other
indulgence to or negotiate further with the Tenderer in regard to the conditions
contained in the said tender and thereby modify these conditions or add thereto
any further conditions as may be mutually agreed upon between the Employer and
the Tenderer.

b. That the guarantee hereinbefore contained shall not be affected by any change in
the constitution of our Bank or in the constitution of the Tenderer.

c. That any account settled between the Employer and the Tenderer shall be
conclusive evidence against us of the amount due hereunder and shall not be
questioned by us.

d. That this Guarantee commences from the date hereof and shall remain in force
till. (date to be filled up) (up to 210 240 days from the date of
tender).

e. That the expression the Tenderer and the Bank herein used shall, unless
such an interpretation is repugnant to the subject or context, include their
respective successors and assigns.

4. THE CONDITIONS OF THIS OBLIGATION ARE:

a. if the Tenderer withdraws his Tender during the period of Tender validity specified in
the Form of Tender, or

Confidential Page 27R2 of 32 MAY 2015


Contract Package CELKE-08 Lot 11&2: Form of Tender

FORM OF TENDER - APPENDIX 12


GENERAL INFORMATION & JOINT VENTURE DATA

Notes: 1. Each page of the Questionnaire and contents of Sections shall be signed by the Applicant

2. This entire Questionnaire pro-forma, shall be completed in all respect


3. Questionnaire pro-forma relating to the various sections shall be incorporated in the
respective sections.

4. In the box Y N Y denotes Yes and N denote no. Please tick mark

Whichever is applicable or write Yes or No explicitly, as the case may be.

5. The Memorandum of Understanding/ JV agreement/ Consortium agreement shall


be duly registered in India before issuing the Letter of Acceptance.

PRO-FORMA SECTION 1- GENERAL

1. Name of the contract



CONTRACT CE - 08 Lot 1LKE 1&2

2. Title of contract:
Design, Supply, Installation, Testing & Commissioning of Receiving cum
Auxiliary Main cum Traction Sub Stations Including High Voltage Cabling from
Grid Substation, 25kV Flexible/Rigid OHE, Sectioning Post, 33kV Cable Network,
ASS & SCADA System including Catenary Maintenance Vehicle/ Rail Cum Road
Vehicle for Lucknow MRTS Phase-I (Contract Package LKE 1&2)

3. State the structure of the applicant's organisation (applicants to complete/delete as


appropriate)

Individual company or firm
Joint venture
Partnership
Consortium
Other (please specify)

.

Confidential FOT - Page 18R2 of March 2015


LMRC TENDER LKE 1&2 SPECIAL CONDITIONS OF CONTRACT

Defects Liability Period shall mean the defects liability period as stated in
the Appendix FT-1 to the Form of Tender shall be 24 months from the date
of issue Taking Over Certificate. During the Defects Liability Period the
Contractor shall provide, free of cost, competent and skilled personnel and
maintain adequate stock of spares so as to promptly fulfill his obligations
during the Defects Liability Period as laid down in GCC and Employer's
Requirements.

24.0 (GCC Sub-Clause 11.1.1)- Contract Price

1. The rates and prices quoted in the Bill of Quantities shall be quoted
separately in the following currencies:
a) For inputs to the Works, which are expected to be supplied from
within India, in Indian Rupees.
b) For those inputs to the Works, which are expected to be supplied
from outside India, in foreign currencies.
The Contract Price shall not be adjusted on account of fluctuations in
the rates of exchange between the foreign currencies of the
Contract and Indian Rupees.

2. The bidders shall quote fix lump sum price or as per BOQ price (as the
case may be) inclusive of all taxes, levies, duties, cess, freight,
insurance and all other incidental charges required to fulfill the contract
requirements including statutory deduction viz., TDS towards Income
Tax T/Works Contract Tax etc., except following:

(a) Customs Duties on the imported complete finished equipment/item -


Only the Basic custom duty on all the imported equipments/ items
and parts/components required for indigenous manufacture of the
equipments. (The term Basic custom duty in these tender
documents shall be read as Custom Duties minus admissible
CENVATABLE amounts) The imported items required to be
delivered directly viz. Plants & Machinery, equipments, metro cars,
spares, tools, jigs and fixtures etc. at Lucknow Metro Rail Project
Depot/Sites may be shipped on Free on Board (FOB) basis or High
Seas Sale Basis.

Confidential Page19R2of40 MAY2015

LMRC Contract No. LKE-01 & 02 Employers Requirements PS- Functional Requirements

If the complete system consists of parts from various suppliers or some parts
are already installed on site, the FAT shall be limited to sub-system tests. In such a
case, the complete system test shall be performed on site together with the site
acceptance test (SAT).

5.7.1.20 Integrated Testing;


The integrated system tests shall be performed as detailed in subsequent clauses
as per following configuration:

Station HMI, DR work station, switches along with all IEDs and printers.

All other switches for complete sub-station as detailed in section project shall be
simulated as needed.
Power Supply

5.7.1.21
Power for the substation automation system shall be derived from substation 110V
DC system.

Inverter of suitable capacity shall be provided for station HMI and its peripheral
devices e.g. printer etc. In the event of Power failure, necessary safeguard
software shall be built for proper shutdown and restart.

5.7.1.22 Technical Requirements for Uninterrupted Power Supplies


The UPS for providing uninterrupted power supply to the SAS equipments installed
at the Receiving Substations is included in the scope. The scope of work shall also
include the power distribution from the UPS (2.5kVA) to the servers, workstations,
printers etc

The UPS shall comprise:


- one AC/DC converter (battery charger)(100% standby)
- one Ni-Cd battery
- one inverter(100% standby)
- one static bypass switch
- one emergency switch
- one AC output protection circuit breaker

In normal operation the supply of equipment is made directly from the source
through the static bypass switch in normal supply position. The AC/DC converter
maintains the battery in floating mode. In case of supply failure the thyristors
switches automatically, without breaking, on the stand by supply made by battery
and inverter.
For maintenance purpose or in case of static standby switch failure, the
emergency switch shall ensure the supply of the connected equipment with the
following operations:

- Automatically in case of standby switch failure. This transfer shall be


made with a maximum delay of 20 ms. In such a case, the coming back
to the normal situation, after repair, shall be only manual without
breaking.
- Manually for maintenance purpose. This transfer shall be made without
breaking in the both ways.

The emergency switch shall be fitted with:


- Automatic/manual change over switch
- One transfer push button
84R2
LMRC Contract No. LKE-01 & 02 Employers Requirements PS- Design Requirements

any other arrangement of exterior finish shall be adopted, subject to Employers notice of no
objection.
6.6.2.4.5.8 Internal equipment
The SWR and control room building shall be designed and constructed to accommodate the
following equipment and facilities:
1) Power equipment room:
i. 33 kV switchgear
ii. Low voltage auxiliary transformers 33 kV / 415-240 V
iii. Low voltage distribution cubicles (AC and DC)
iv. HV equipment auxiliary cubicle
v. Traction equipment auxiliary cubicle
vi. Battery chargers
2) Battery room: Batteries
3) Control rooms
i. Control and Relay panels
ii. SCADA equipment, including work stations
iii. SCADA system
4) Rest room and toilets
5) Maintenance room
The building shall have only ground floor cellar with all partition walls, openings, and all
facilities, designed to receive power supply installations.
Facilities should include but not restricted to :
- Water; network and equipment (supply, sanitary, sewage)
- Cables trenches and conduits
- Low voltage installation (lighting socket, fans, ventilation, fire protection)
- Doors and locks
- Painting
Basement cable cellar shall be provided below GIS Hall.
6.6.2.4.5.9 Low voltage installation
6.6.2.4.5.9.1 Lighting & power:
Normal lighting and power supplies
The lighting and power auxiliary outgoings located in AC auxiliary cubicles, forming the exit
point for all the normal lighting supplies and power connections, shall be supplied from both
LT auxiliary transformers.
The lighting and power supplies shall be distributed as follow:
A) AC auxiliary cubicle 1:
i. The first half lighting of the SWR power equipment room
ii. The first half lighting of the external RSS (e.g. yard/equipment lighting etc.)
iii. The lighting of rest room and toilets
iv. The lighting of control room
v. The supply of sockets in the SWR
vi. The supply of sockets in control room
B) AC auxiliary cubicle 2:
i. The second half lighting of the SWR power equipment room
ii. The second half lighting of the external RSS (e.g. yard/equipment lighting etc.)
137R2
LMRC Contract No. LKE-01 & 02 Employers Requirements PS- Technical Requirements

- 3/4 - load: power factor = 1 (Minimum: 97,8%)


power factor = 0,8 (Minimum:97,25%)
- Full load: power factor = 1 (Minimum: 97,35%)
- power factor = 0,8 (Minimum: 96,7%)
Switchgear Room equipments
7.3.1.2 General
7.3.1.2.1 Description
Switchgear room (SWGR) located within the premises of the Receiving Substation (RSS)
performs the task of supplying 33 kV, 3-phase power supply to the 33 kV distribution network,
through appropriate switchgear and protection arrangements. The SWGR mainly comprises
of:
i. 33 kV, Indoor type, with drawable switchgear cubicles including 33 kV Circuit Breakers /
interrupters 33 kV bus bars, 33 kV potential and current transformers as required, earth
switches, protection relays, meters and all other components required for satisfactory
operation of the switchgear.
ii. 33 kV / 415 V 100 to 200 kVA Auxiliary dry type transformers
iii. 415 V AC Distribution Board
iv. DC-UPS including Battery, Battery chargers
v. 110 V DC Distribution Board
vi. Interface cubicle to act as a link between SWGR equipments and GATEWAY To
SCADA
vii. Interconnecting power and control cables.
7.3.1.2.2 SWGR Room
All SWGR Equipments are installed in a room, which is part of the SWGR & Control Room
building.
7.3.1.3 SWGR & CONTROL ROOM
As part of the SWGR & Control Room Building, the Contractor is required to build the SWGR
Room complete with cable gallery (Basement cable cellar below GIS Hall), cable paths and
covers and other general electrical facilities such as lighting, ventilation, fire detection and
alarm system, SWGR Room earthing system etc. The Contractor shall comply with the
SWGR & Control Room Building requirements.,
7.3.1.4 33 KV SWITCHGEAR
33KV Switchgear will be SF6 / Vacuum Indoor type.
For underground , the 33kV Switchgear shall be metal-enclosed gas insulated switchgear and
the circuit interrupting device shall be vacuum type.
The switchgear offered shall have a basic insulation level (BIL) of not less than 170kV
peak.
The switchgear shall be capable of operating in class B environment stipulated in clause 1.13 of
General Specification.

This 33kV configuration shall be in line with our proposal for Auxiliary network
A circuit breaker complying with all necessary safety conditions and interlocks shall be
capable of being mounted inside each circuit-breaker cubicle. 33kV switchgear breaker
should be type tested for internal arc test for 1s as per latest IEC under the most stringent
condition.
7.3.1.4.1 Switch gear cubicles
7.3.1.4.1.1 General data

166R2
LMRC Contract No. LKE-01 & 02 Employers Requirements PS- Technical Requirements

These protections shall show sufficient strength to prevent any damage to the cables and
conductors following impacts, which may occur during equipment handling operations; they
shall also possess good resistance against corrosion.
For vertical layers, the contractor shall ensure supply and installation of sheet casing ensuring
efficient protection up to a height of 2 meters above ground. In case of single or limited
number of conductors a spare tube shall always be laid.
Whenever LV cables or conductors are placed along a run adjacent to or crossing MV cables,
full steel protection on the LV cables shall be provided.
It shall enable possible pulling of the MV cables without risking to damage the insulating
material of MV cable.
This metal protection shall be connected to the nearest LV earthing collector and shall ensure
electrical protection in the event of incident in the MV cable.
Specifications for Underground stations
7.6.1.33 Circuit Breaker : Vacuum Circuit Breakers are to be provided for underground stations. Pilot
wire protection is also envisaged for feeder protection.
7.6.1.34 Cables : Cables to be used for U/G section shall be XLPE, FRLS,zero halogen type. The
current carrying capacity of metallic sheath shall be as per design or12 1 kA(min) for 3
Seconds. It shall meet following specifications :-
The permitted voltage drop at any point of 33kV system shall not exceed 5% under any
condition. Current rating shall be determined taking into consideration the following
installation methods as applicable:
- In the tunnels
- In cast in pipes
- Trenches
- Ducts
7.6.1.35 Cable Construction
The conductor shall be annealed; circular stranded, of compact design, plain copper
complying with IEC 228. The DC resistance per km of each conductor at 20C shall not
exceed the appropriate maximum values given in IEC 228. Conductor screen shall be of non-
metallic material and consist of a layer of extruded thermoses semi-conductive compound of
suitable thickness and volume resistively. It shall be easily removable from conductor during
jointing.
Insulation: The insulation shall be XLPE complying with IEC 502 and IEC 811. The insulation
shall have a high degree of cross-linking, free from contaminants and air voids, heat resistant
and shall be applied by the extrusion process.
The XLPE insulation shall be suitable for use on power cable in wet and dry locations at
conductor temperature not exceeding 90C for normal operation and 130C for emergency
overload condition.
The nominal thickness of the XLPE insulation shall be an extruded thermoset semi-
conductive material. The screen shall be tightly fitted to the insulation to exclude all air voids
and yet be easily stripped on site.
7.6.1.36 Shield
The metallic insulation screen of each core shall be annealed, uncoated copper tapes applied
over the non-metallic semi-conductive insulation screen on each core. The metallic insulation
screens of the cores shall be in contact with each other, such that the screen is electrically
continuous throughout each cable length. The metallic insulation screen shall be applied in
such manner that electrical continuity will not be distorted or disrupted when subject to
bending during normal installation.

209R2
LMRC Contract No. LKE-01 & 02 Employers Requirements PS- Technical Requirements

that the security and vitality of the SCADA system is not compromised by links to the selected
equipment.
Data communication between the Intelligent Electronic Devices, the Remote Terminal Units,
the Programmable Logic Controllers and the SCADA Local Concentration Device shall be via
the communications network, using open standard protocol MODBUS over TCP and data
structure XML and coded in ASCII. Proprietary standards are not allowed.
The remote terminal units shall be configured to enable logical and sequential functions to be
carried out locally, without reference to any master stations and/or workstations. The SCADA
system shall be capable of transmitting the results of such operations to the master station for
data storage, although the remote terminal units shall also have the capability of storing data.

7.10.1.1 RTU shall be able to work in standalone mode for minimum 8h, and store locally the data it
produces.

Ethernet Optical switches shall provide VLAN functions. VLAN for safety related functions will
have the highest priority. VLAN for other functions (non safety related) will have lower priority.
The SCADA system shall be designed to accommodate future expansions, and also to
incorporate additional functions and facilities, such as additional data storage, interface
input/output ports, condition monitoring etc., which may also be necessary in the future.
SCADA equipment that is not desk-mounted or otherwise free-standing shall be housed in
line-replaceable plug-in modules, rack mounted in accordance with DIN standards.
The racking shall be enclosed within suitable cabinets to suit the climatic conditions of the
installation. The arrangement of the SCADA equipment within the cabinets shall be such that
all routine maintenance can be carried out through hinged access doors or removable covers,
and where possible from the front.
The design of the cabinets shall ensure adequate ventilation and air circulation without
permitting the entry of vermin. Cable entries shall be closed and made vermin proof, by
means of non-magnetic, fire-barrier plates. All SCADA equipment shall be identified with
permanently affixed labels, written in English.
All SCADA equipment shall operate satisfactorily in the very high "electrical noise"
environment normally associated with electrified mass transit railways due to electrical and
magnetic fields created by traction supplies. Equipment shall be immune to the effects of
conducted and radiated electrical and magnetic interference.
All SCADA equipment shall be fully protected against the effects of power supply surges and
transients.
The SCADA equipment shall be fully protected against the effects due to lightning strikes in
accordance with the requirements of an internationally recognised standard and the
Contractors approved Earthing Policy.
All surge suppression equipment shall be self-contained and self-resetting. The suppression
equipment shall be selected to ensure that the let-through voltage does not exceed the
absolute maximum voltage specified for the particular equipment being protected. Signal
cables from external sensors at risk from the effects of lightning shall have surge suppressers
fitted at both ends of each cable and shall be installed and connected in accordance with the
manufacturer's recommendations.
The Contractor shall provide portable programming devices, including all the associated
software, to enable the maintenance personnel to test or interrogate items of the SCADA
equipment locally, i.e. without using the SCADA communication network.
For detail specification please refer Appendix-I. In case of conflict Appendix-I supercedes.

219R2
Employers Requirements PS-Maintenance and
LMRC Contract No. LKE -01 & 02
Training

9.8.1.9 The training courses shall include the following, as a minimum:

i) Overview of the Power supply system & OHE System;


ii) Brief description of the operating principles of each sub-system;
iii) Operational features and functions;
iv) Familiarisation and use of all Human Machine Interfaces (HMI);
v) Interpretation of system status, alarm messages and indications;
vi) Report generation relating to operational and engineering data;
vii) Normal operating procedures;
viii) Operating procedures under degraded operating modes;
ix) Operating procedures under emergency situations;
x) Procedures for recovery from minor or simple faults;
xi) Use of the Operation and Maintenance Manuals and associated documentation.
Training of the Employers Maintenance Staff

9.8.1.10 The Contractor shall conduct courses on the maintenance aspects of the Power supply
system & OHE system. Each course will be attended by about 20 maintenance staff.

9.8.1.11 Maintenance Training shall include:

a. Principles of operation;
b. Preventative and corrective maintenance tasks and procedures;
c. Fault repair to the lowest level replaceable unit;
d. Use of test equipment, diagnostic and maintenance aids;
e. Software maintenance including database structure, generation, modification and
system software organization; and
f. Any other aspect as per Employers requirements.
9.8.1.12 Offshore Training: contractor shall submit an offshore training programme for Power supply
system & OHE in the areas of design of Rigid Overhead Catenary System and
220kV/132kV GIS .

9.8.1.13 Contractor shall submit a training programme for 44 instructor-months man week for Power
supply system & OHE System in following areas as per BOQ:

Total Period
Sl. No Description Remarks
(Man Months)

During the
1 Design of Rigid Overhead Catenary System 4
Design Stage

During the
2 Design of flexible Catenary System 4
Design Stage

3 Design of 132kV GIS RSS 4

During the
4 Design of 33kV auxiliary network system 4
Design Stage

258R2
Employers Requirements PS-Maintenance and
LMRC Contract No. LKE -01 & 02
Training

Total Period
Sl. No Description Remarks
(Man Months)

5 Design of 25 kV traction supply (TSS/FP/SP/SSP) 4

Manufacturing facilities, Testing methods and


procedures, Working Metro installations. Short
6 12
Module course on System description, architecture
and installation practices of Power supply system

Manufacturing facilities, Testing methods and


procedures, Working Metro installations. Short
6 12
Module course on System description, architecture
and installation practices of OHE system

259R2
Contract Package LKE-1&2: Pricing Document
Delivery of equipment for the Lekhraj Market Sub Sectioning (SS) Post
B5 at Contractors premises in Lucknow.
Delivery of equipment for the I n d i r a N a g a rMunshi Pulia Feeding Post
B6 (FP) at Contractors premises in Lucknow..
Delivery of equipment for the Munshi Pulia Sub Sectioning & Paralleling
B7 Posts (SSP) at Contractors premises in Lucknow
Delivery of 25kV Traction cable i n c l u d i n g r e t u r n c a b l e s and
equipment forto Feeding Post (FP) at Indira NagarMunshi Pulia from
B8 Munshi Pulia Receiving Sub Station (RSS) section at Contractors
premises in Lucknow (2 Cables per feeder and 4 feeders of 1km route
length each) .
Delivery of 3 3 kV cable (2x3x1C XLPE Insulated) for Feeding R i n g
B9 M a i n from Munshi Pulia Receiving Sub Station (RSS) at Contractors
premises in Lucknow (Route length 1km each).
B10 Delivery of equipment for ASS at station from Hazratganj Munshi Pulia:
B10.1A K.D.Singh Babu Station excl. Auxiliary Transformer
B 10.1B Vishwavidyalaya excl. Auxiliary Transformer
B 10.2 IT Chauraha excl. Auxiliary Transformer
B 10.3 Mahanagar excl. Auxiliary Transformer
B 10.4 Badshah Nagar excl. Auxiliary Transformer
B 10.5 Lekhraj Market excl. Auxiliary Transformer
B 10.6 R S Mishra Nagar excl. Auxiliary Transformer
B 10.7 Indira Nagar excl. Auxiliary Transformer
B 10.8 Munshi Pulia excl. Auxiliary Transformer
B 10.9 500 KVA, 33/.415kV Auxiliary Transformer (16 Nos.)
B 10.10 630 KVA, 33/.415kV Auxiliary Transformer (2 Nos.)
B 11 Delivery of 33kV cable including Pilot wire Protection cable for Section
S15 (Hazratganj Munshi Pulia) at Contractors premises in Lucknow:
B 11.1A Hazratganj - K.D.Singh Babu
B 11.1B K.D.Singh Babu- Vishwavidyalaya
B 11.2. Vishwavidyalaya - IT Chauraha
B 11.3 IT Chauraha - Mahanagar
B 11.4 Mahanagar - Badshah Nagar
B 11.5 Badshah Nagar - Lekhraj Market
B 11.6 Lekhraj Market - R S Mishra Nagar
B 11.7 R S Mishra Nagar - Indira Nagar
B 11.8 Indira Nagar - Munshi Pulia

Page79R2of116

Contract Package LKE-1&2: Pricing Document


C10 Delivery to Site from Contractor's premises in Lucknow, Installation and
Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for ASS at station from Hazratganj Munshi
Pulia:
C10.1A K.D.Singh Babu excl. Auxiliary Transformer
C 10.1B Vishwavidyalaya excl. Auxiliary Transformer
C 10.2 IT Chauraha excl. Auxiliary Transformer
C 10.3 Mahanagar excl. Auxiliary Transformer
C 10.4 Badshah Nagar excl. Auxiliary Transformer
C 10.5 Lekhraj Market excl. Auxiliary Transformer
C 10.6 R S Mishra Nagar excl. Auxiliary Transformer
C 10.7 Indira Nagar excl. Auxiliary Transformer
C 10.8 Munshi Pulia excl. Auxiliary Transformer
C 10.9 500 KVA, 33/.415kV Auxiliary Transformer (16 Nos.)
C 10.10 630 KVA, 33/.415kV Auxiliary Transformer (2 Nos.)
C 11 Delivery to Site from Contractor's premises in Lucknow, Installation
and Testing (includes pre-installation tests and post installation tests)
and energisation of all 33kV cable for Section S15 (Hazratganj
Munshi Pulia):
C 11.1A Hazratganj - K.D.Singh Babu
C11.1B K.D.Singh Babu- Vishwavidyalaya
C 11.2 Vishwavidyalaya - IT Chauraha
C 11.3 IT Chauraha - Mahanagar
C 11.4 Mahanagar - Badshah Nagar
C 11.5 Badshah Nagar - Lekhraj Market
C 11.6 Lekhraj Market - R S Mishra Nagar
C 11.7 R S Mishra Nagar - Indira Nagar
C 11.8 Indira Nagar - Munshi Pulia
Delivery to Site from Contractor's premises in Lucknow, Installation and
C12 Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for viaduct socket including cables for
Section S15 (Hazratganj Munshi Pulia)
Delivery to Site from Contractor's premises in Lucknow, Installation and
C12 Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for viaduct lighting including cables for
Section S15 (Hazratganj Munshi Pulia)

Page85R2of116

SHEET DESCRIPTION REVISION

1/5 TITTLE 0

2/5 LEGEND 0
33 KV AUX. POWER SUPPLY SLD
3/5 0
CCS AIRPORT TO ALAMBAGH BUS STAND
33 KV AUX. POWER SUPPLY SLD
4/5 0
MAWAIYA TO VISHWAVIDYALAYA
33 KV AUX. POWER SUPPLY SLD
5/5 IT COLLEGE JUNCTION TO MUNSHI PULIA
0

THIS DRAWING MUST NOT BE EITHER LOANED, COPIED OR OTHERWISE REPRODUCED IN WHOLE OR IN PART OR USED FOR ANY PURPOSE
WITHOUT THE PRIOR WRITTEN PERMISSION OF DMRC.

CLIENT:- APPROVED BY

PHASE - I CCS AIRPORT - MUNSHI PULIA CORRIDOR (NS Corridor),LKE 1&2

TENDER DRAWING
PREPARED BY

CHECKED BY

VERIFIED BY

DATED 18-05-2015

REV. PARTICULAR PRD. CHD. VER. DATE SCALE

0 NTS
33 KV AUX. POWER SUPPLY SLD
TOTAL
SHEETS
5
DRG.NO.:- CAMP-AUX-1SLD-2001-2 SHEET
1/5
STATUS R2
DRG.NO: CAMP-AUX-1SLD-2001-2 REVISION :2

33 KV AUX. POWER SUPPLY SLD SHEET NO:2/5


LEGEND
SCALE: NTS
OVERLAP
OVERLAP
DRG.NO.:- CAMP-AUX-1SLD-2001-2 REVISION :2

33 KV AUX. POWER SUPPLY SLD SHEET NO: 3/5


CCS AIRPORT TO ALAMBAGH BUS STAND
SCALE: NTS
OVERLAP

OVERLAP
OVERLAP

OVERLAP
DRG.NO.:- CAMP-AUX-1SLD-2001-2 REVISION : 2

33 KV AUX. POWER SUPPLY SLD SHEET NO: 4/5


MAWAIYA TO VISHWAVIDYALAYA
SCALE: NTS
OVERLAP
OVERLAP

DRG.NO.:- CAMP-AUX-1SLD-2001-2 REVISION :2

33 KV AUX. POWER SUPPLY SLD SHEET NO: 5/5


IT COLLEGE JUNCTION TO MUNSHI PULIA
SCALE: NTS
SHEET DESCRIPTION REVISION

1/6 TRACK SECTIONING DIAGRAM INDEX 0

2/6 LEGEND 0
TRACK SECTIONING DIAGRAM FROM
3/6 CCS AIRPORT TO SINGAR NAGAR
0
TRACK SECTIONING DIAGRAM FROM
4/6 SINGAR NAGARTO HUSAINGANJ
0
TRACK SECTIONING DIAGRAM FROM
5/6 HUSAINGANJ TO LEKHRAJ MARKET
0
TRACK SECTIONING DIAGRAM FROM
6/6 LEKHRAJ MARKET TO MUNSHI PULIA
0

THIS DRAWING MUST NOT BE EITHER LOANED, COPIED OR OTHERWISE REPRODUCED IN WHOLE OR IN PART OR USED FOR ANY PURPOSE
WITHOUT THE PRIOR WRITTEN PERMISSION OF LMRC.

CLIENT:- APPROVED BY

PHASE - I CCS AIRPORT - MUSHIPULIA (NS CORRIDOR), LKE-1&2

PREPARED BY

CHECKED BY

VERIFIED BY

DATED 18-05-2015

REV. PARTICULAR PRD. CHD. VER. DATE SCALE

TRACTION SECTIONING DIAGRAM NTS


FROM
CCS AIRPORT TO MUNSHI PULIA
TOTAL
SHEETS
6
DRG.NO.:- CAMP-OHE-1TSD-1001-2
SHEET
1/6
STATUS FINAL DESIGN
LEGEND
CIRCUIT BREAKER REGULATED EQUIPMENT ANCHOR (UIOL)

INTERRUPTER FIXED ANCHOR (IOL)

ISOLATOR (DOUBLE POLE) FIXED ANCHOR (UIOL)

ISOLATOR (SINGLE POLE) ANTICREEP CENTRE

VOLTAGE TRANSFORMER RC/OPC BACK TO BACK ANCHOR

CURRENT TRANSFORMER RC

SECTION INSULATOR END OF OVERHEAD LINE

UNINSULATED OVERLAP EMERGENCY FEEDING

INSULATED OVERLAP LOCALLY CONTROLLED

NORMALLY OPEN
BOOSTER TRANSFORMER
NEUTRAL SECTION
CABLE HEAD
UNINSULATED OVERLAP
SUB SECTIONING AND PARALLELING POST (SSP) INSULATED OVERLAP

OVERHEAD PROTECTION CABLE


SUB SECTIONING POST (SS)
RC-RAIL LOCATION
SECTIONING AND PARALLELING POST (SP)
TCB

FEEDING POST (FP) INSULATOR

REGULATED EQUIPMENT ANCHOR(IOL) OVERLAP TYPE NS

CAPACITIVE VOLTAGE SENSOR LIGHTNING ARRESTER

DRG.NO: CAMP-OHE-1TSD-1001-2 REVISION :2

TRACTION SECTIONING DIAGRAM SHEET NO:2/6


LEGEND
SCALE: NTS
NOTE- Lightening Arrestor to be provided on OHE at
transition location from elevated to underground
at Tunnel face for UP and DOWN line separately.

DRG.NO: CAMP-OHE-1TSD-1001-2 REVISION :2


TRACTION SECTIONING DIAGRAM FROM SHEET NO:4/6
SINGAR NAGAR TO HUSAINGANJ
(CH: +4+234 - CH: 10+392) SCALE: NTS
SS
LEKHRAJ M

DRG.NO: CAMP-OHE-1TSD-1001-2 REVISION :2


TRACTION SECTIONING DIAGRAM FROM SHEET NO:5/6
HUSAINGANJ TO LEKHRAJ MARKET
(CH: 10+392 - CH: 18+554) SCALE: NTS
SS
LEKHRAJ MARKET

DRG.NO: CAMP-OHE-1TSD-1001-2 REVISION :2


TRACTION SECTIONING DIAGRAM FROM SHEET NO:6/6
LEKHRAJ MARKET TO MUNSHI PULIA
(CH: 18+554 - CH: 22+340) SCALE: NTS

Anda mungkin juga menyukai