3kV
JINDAL POWER LIMITED Segregated Phase Busduct O.P. Jindal Super Thermal
(SPBD) & Neutral Grounding Power Project (4 x600 MW)
Resistor (NGR)
TECHNICAL SPECIFICATION
FOR
11KV & 3.3KV SEGREGATED PHASE BUSDUCT (SPBD)
&
NEUTRAL GROUNDING RESISTOR (NGR)
REV. NO. : 2
ENDORSEMENTS
OVERALL CONTENT
SECTIONS DESCRIPTION
SECTION – I
CONDITIONS OF CONTRACT
SECTION-II
TECHNICAL SPECIFICATION
CONTENTS
PART-I: General
6.00.00 SPARES 13
7.00.00 PAINTING 13
3.00.00 TESTS 22
ATTACHMENTS
3.00.00 TESTS 36
ATTACHMENTS
DRAWINGS
PART- I : General
TECHNICAL SPECIFICATION
FOR
11KV & 3.3KV SEGREGATED PHASE BUSDUCT (SPBD)
NEUTRAL GROUNDING RESISOR (NGR)
1.02.00 The scope of work shall also includes unloading, storage at site, erection, testing,
commissioning and putting into successful commercial operation including supply of all
labor, supervision, tools & tackles consumables and implements of all equipment
furnished under this specification.
1.03.00 The work is subject to all the terms and conditions detailed in the documents listed
below, which shall form part of this specification as if bound together.
a. Tender Notice
b. Instruction to Bidders
c. General conditions of contract for supply, delivery & installation of plant and
materials.
1.04.00 In the event of any discrepancy with listed documents, the stipulation of this
specification & good engineering practices shall be taken into account by the
Contractor without any extra cost and /or time implication to the Owner. In absence of
any specific data at this stage, the requirement and the interpretation of Owner shall be
final. In the event of conflict between requirements of any two clauses of these
specification/documents the more stringent requirements as per the interpretation of
the Owner shall apply.
1.05.00 Omission of any specific reference to an item in the specification shall not relieve the
Contractor from the responsibility of providing the same meeting the overall
performance requirements stated in the specification. In the event of any discrepancy
with listed documents, the stipulation of this specification shall govern.
2.01.01 11000V Phase Segregated Bus duct, terminal adaptor boxes and other necessary
accessories for connection of the following are given below:
2.01.02 3300V Phase Segregated Bus ducts and associated equipment with all necessary
accessories as given below:
Sl.
Busduct Identification
No. Busduct Layout
B.D No. As per Key SLD
Interconnection between Unit Auxiliary Transformer UAT#1KUAT1
1 BD 201 1KUAT1-1MSR1
(16MVA) and 3.3kV Unit Switchgear #1MSR1 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#1KUAT2
2 BD 202 1KUAT2-1MSR2
(16MVA) and 3.3kV Unit Switchgear #1MSR2 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#2KUAT1
3 BD 203 2KUAT1-2MSR1
(16MVA) and 3.3kV Unit Switchgear #2MSR1 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#2KUAT2
4 BD 204 2KUAT2-2MSR2
(16MVA) and 3.3kV Unit Switchgear #2MSR2 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#3KUAT1
5 BD 205 3KUAT1-3MSR1
(16MVA) and 3.3kV Unit Switchgear #3MSR1 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#3KUAT2
6 BD 206 3KUAT2-3MSR2
(16MVA) and 3.3kV Unit Switchgear #3MSR2 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#4KUAT1
7 BD 207 4KUAT1-4MSR1
(16MVA) and 3.3kV Unit Switchgear #4MSR1 (3000 A)
Interconnection between Unit Auxiliary Transformer UAT#4KUAT2
8 BD 208 4KUAT2-4MSR2
(16MVA) and 3.3kV Unit Switchgear #4MSR2 (3000 A)
Interconnection between Station Auxiliary Transformer # 0KSAT1
9 BD 209 0KSAT1-0MSR1
(6.3MVA) and 3.3kV Station Switchgear #0MSR1 (1250 A)
Interconnection between Station Auxiliary Transformer # 0KSAT2
10 BD 210 0KSAT2-0MSR2
(6.3MVA) and 3.3kV Station Switchgear #0MSR2 (1250 A)
Interconnection between Station Auxiliary Transformer # 0KSAT3
11 BD 211 0KSAT3-0MSR3
(6.3MVA) and 3.3kV Station Switchgear #0MSR3 (1250 A)
Sl.
Busduct Identification
No. Busduct Layout
B.D No. As per Key SLD
Interconnection between Station Auxiliary Transformer # 0KSAT4
12 BD 212 0KSAT4-0MSR4
(6.3MVA)and 3.3kV Station Switchgear #0MSR4 (1250 A)
0KCHHT1- Interconnection between CHP Service Transformer # 0KCHHT1
13 BD 213
0MCHSR1 (8MVA)and 3.3Kv Switchgear # 0MCHSR1 (2500 A)
0KCHHT2- Interconnection between CHP Service Transformer # 0KCHHT2
14 BD 214
0MCHSR2 (8MVA)and 3.3Kv Switchgear # 0MCHSR2 (2500 A)
Interconnection between Fly ASH COMPRESSOPR Transformer
0KAFHT1-
15 BD 215 # 0KAFHT1 (5MVA) and 3.3kV Fly compressor Switchgear#
0MAFSR1
0MAFSR1 (1250 A)
Interconnection between Fly ASH COMPRESSOPR Transformer
0KAFHT2-
16 BD 216 # 0KAFHT2 (5MVA) and 3.3kV Fly compressor Switchgear#
0MAFSR1
0MAFSR1 (1250A)
0GARHT1- Interconnection between Ash Dyke transformer # 0GARHT1
17 BD 217
0MARSR1 (5MVA) and 3.3kV ASH DYKE Switchgear# 0MARSR1 (1250 A)
0GARHT2- Interconnection between ASH DYKE transformer # 0GARHT2
18 BD 218
0MARSR1 (5MVA) and 3.3kV ASH DYKE Switchgear# 0MARSR1 (1250 A)
0KAWHT1- Interconnection between ASH WTR. Transformer# 0KAWHT1
19 BD 219
0MAWSR1 (3MVA) and 3.3kV ASH WTR. Switchgear 0MAWSR1 (1250A)
0KAWHT2- Interconnection between ASH WTR. Transformer (3MVA)#
20 BD 220
0MAWSR1 0KAWHT2 and 3.3kV ASH WTR. Switchgear 0MAWSR1 (1250 A)
0KADHT1- Interconnection between ASH SLRY Transformer# 0KADHT1
21 BD 221
0MADSR1 (5MVA) and 3.3kV ASH SLRY. Switchgear #0MADSR1 (1250 A)
0KADHT2- Interconnection between ASH SLRY Transformer (5MVA)#
22 BD 222
0MADSR1 0KADHT2 and 3.3kV ASH SLRY. Switchgear #0MADSR1 (1250 A)
0GRTHT1- Interconnection between RAW WTR. Transformer# 0GRTHT1
23 BD 223
0MRTSR1 (5MVA) and 3.3kV RAW WTR. Switchgear# 0MRTSR1 (1250 A)
0GRTHT2- Interconnection between RAW WTR. Transformer (5MVA)#
24 BD 224
0MRTSR1 0GRTHT2 and 3.3kV RAW WTR. Switchgear# 0MRTSR1 (1250 A)
Interconnection between 3.3kV Unit Switchgear #1MSR1 and 3.3kV
25 BD 225 1MSR1 -1MSR2
Unit Switchgear # 1MSR2 (3000 A)
Interconnection between 3.3kV Unit Switchgear #2MSR1 and 3.3kV
26 BD 226 2MSR1-2MSR2
Unit Switchgear # 2MSR2 (3000 A)
Interconnection between 3.3kV Unit Switchgear #3MSR1and 3.3kV
27 BD 227 3MSR1-3MSR2
Unit Switchgear # 3MSR2 (3000 A)
Interconnection between 3.3kV Unit Switchgear #4MSR1 and 3.3kV
28 BD 228 4MSR1-4MSR2
Unit Switchgear # 4MSR2 (3000 A)
Interconnection between 3.3kV Station Switchgear #0MSR1 and
29 BD 229 0MSR1-0MSR2
3.3kV Station Switchgear # 0MSR2 (1250 A)
Interconnection between 3.3kV Station Switchgear #0MSR3 and
30 BD 230 0MSR3-0MSR4
3.3kV Station Switchgear # 0MSR4 (1250 A)
0MCHSR1- Interconnection between 3.3KV CHP Switchgear # 0MCHSR1 and
31 BD 232
0MCHSR2 3.3KV CHP Switchgear #0MCHSR2 (2500 A)
Sl. Qty
NGR Description
No. (Nos.)
22.13 Ohms, 11000 V, 300 A for 10 seconds for Unit Transformers. 1KXYNG1,
1. Eight (8)
1KXYNG2, 2KXYNG1, 2KXYNG2, 3KXYNG1 & 3KXYNG2, 4KXYNG1, 4KXYNG2.
22.13 Ohms, 11000 V, 300 A for 10 seconds for Station Transformers. 0KXYNG1,
2 Six (6)
0KXYNG2, 0KXYNG3, 0KXYNG4, 0KXYNG5 & 0KXYNG6.
22.13 Ohms, 11000 V, 300 A for 10 seconds for River Water Transformer.
3 Two (2)
0KRWNG1 and 0KRWNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for Raw Water Transfer
4 Two (2)
Transformers.0MRTNG1 and 0MRTNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for 3.3kV Station Aux.
5 Four (4)
Transformer.0MXYNG1, 0MXYNG2, 0MXYNG3 and 0MXYNG4.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for 3.3kV Ash Slurry
6 Two (2)
Transformer.0MAPNG1 and 0MAPNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for 3.3kV Ash Water
7 Two (2)
Transformer.0MAWNG1 and 0MAWNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for Ash Silo Transformer.
8 Two (2)
OMASNG1 and 0MASNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for Ash Dyke Transformer.
9 Two (2)
0MARNG1 and 0MARNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for Fly Ash Compressor
10 Two (2)
Transformer. 0MAFNG1 and 0MAFNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for CHP Transformer. 0MCHNG1
11 Two (2)
and 0MCHNG2.
6.64 Ohms, 3300 V, 300 Amps for 10 seconds for Unit Auxiliary Transformer.
12 1MXYNG1, 1MXYNG2, 2MXYNG1, 2MXYNG2, 3MXYNG1, 3MXYNG2, 4MXYNG1 Eight (8)
and 4MXYNG2.
2.01.04 Bill of Materials for Segregated Phase Busduct (SPBD) including supporting structures
is given in Annexure–B under Part-II. The quantity indicated therein is for bidding
purpose only. Exact requirement shall be finalized by the successful bidder based on
the approved bus duct layout drawing.
2.01.05 Two set of hot air blower including electric heater and other electric in a single carriage,
including flexible portable hot air duct for hot air blowing in HT bus duct.
2.01.06 Necessary phase segregated terminal adopter boxes with matching flanges, wall frame
assembly, seal off bushing, copper flexible, 90° bend, phase crossover chamber,
Aluminum flexible, rubber bellows, breather, drain-cock with filters etc. gasket with all
necessary accessories for connection to H.T. Switchgear Incomer/Tie panel and for
termination on the Unit/Station/ HT Auxiliary transformers.
2.01.07 Each set of H.T. Bus duct shall consist of all supporting steel structures, indoor or
outdoor post, hangers, fasteners and necessary hardware for complete bus-duct
installation.
2.01.08 Each set of Neutral Grounding Resistor shall be furnished complete with:
b) Auxiliary Equipment
c) All supporting GI steel work and hardware, fittings and accessories, equipment
fastener hardware for complete NGR installation.
d) Copper connection link between each Transformer neutral bushing to NGR and
GI link for NGR neutral point and earthing.
e) All removable cable glands of adequate size required for termination at NGR
cubicle.
2.01.09 Mandatory spare parts as listed for SPBD in ANNEXURE-D under Part-II and for NGR
in Annexure-B under Part-III respectively.
2.01.10 Two steel carriage (trolley) for mounting of portable hot air blowing equipment complete
with all accessories for each unit.
2.01.12 Power and control cables for connections between equipment supplied by the bidder.
2.01.13 One set of space heater panel (wall mounted) for supplying power to internally
mounted space heaters of each bus duct.
2.01.14 If any special testing equipments is required for testing and commissioning, the same
shall be provided by the bidder.
2.01.15 Recommended spare parts for three (3) years of satisfactory operation.
It includes unloading, handling & storage at site and complete erection, testing and
commissioning for the supplied equipment/material. The contractor shall furnish all
labour (skilled & unskilled) , supervisory and administrative personnel, erection, tools &
tackles, testing equipment, implements, supplies & transport etc. for timely and efficient
execution of contract.
2.02.01 Complete checking of materials at site and advising the Owner of any discrepancy
thereof.
2.02.04 Repairing the minor damages such as scratches, removal of paints, loosening of
components of the assembly, cleaning before erection and application of anticorrosive
paint after cleaning. Complete assembly and erection including opening and closing of
all disconnect links for the purpose of equipment testing.
2.02.06 Trial operation for fifteen (15) days, rectifying defects, if any and making adjustments as
necessary and putting the equipment into successful operation for each set of Bus duct
and NGR.
2.02.07 Testing, commissioning and putting the equipment into successful commercial
operation in presence of Owner’s representative.
2.02.08 The bidder shall submit along with the bid a realistic schedule indicating the sequence
of erection and also posting of his supervisory staff of different categories and the
estimated period of their stay at site
2.02.09 Handing over of one set of “As Built” marked up drawing to the Owner for preparation of
final “As Built” drawing.
2.02.10 All relevant civil inputs such as foundation plan and loading of each busduct supporting
structure, co ordinates of foundation, size of insert plates (for supporting indoor portion of
busduct) etc
2.02.13 Receiving, unloading and loading, transporting at site to owner’s and/ or contractor’s
stores and there up to actual place of erection. Storage/security of the material at site
shall be in the scope of Bidder.
2.02.14 Opening of packing in the presence of owner (if necessary) and inspection of the
equipment and materials at site and reporting damages, shortages etc. if any,
immediately after opening to the owner.
2.02.15 Proper storing arrangement at plant site with suitable enclosure for protection from
weather and pilferage of items their scope of supply and materials, consumable, testing
equipment etc, brought to site by the contractor.
2.02.16 If any special testing equipment is required for testing and commissioning the same
shall be provided by the supplier without any price implication to the owner.
2.02.17 Maintaining and managing of contractor’s own store and reconciliation or completion of
job.
2.02.18 Arranging to repair and/ or re-order all damaged and short supply items.
2.02.21 Final checking, testing and commissioning of all equipment in presence of owners
representatives including checking of interlocking and correctness of wiring and as per
scheme.
2.02.22 Modification jobs in schemes, wiring etc., if required by consultants/ owner till the date
of handing over the equipment.
2.02.23 Preparing the protocols in the mutually agreed format for the satisfactory erection,
testing and commissioning of the equipment.
2.02.24 Submission of various test reports, protocols etc. to purchaser along with
commissioning of the equipment.
2.02.28 Field modification carried out shall be marked–up in red in (3) set of erection drawing
and submitted to the owner for approval. Preparation of ‘As Built’ drawings based on
approved field modification.
2.02.29 Attending meetings to all rules and regulations in vogue at owner’s premises in
reference particularly to the administration, security, safety etc.
11kV Unit, Station, River Water & Raw water Transfer Switchgear, cubicle power
a.
terminal flange
b. Unit / Station Transformer LV terminal flange
3.3kV Unit / Station / AHP / CHP , Raw Water Transfer, Ash Dyke Switchboard
c.
cubicle power terminal flange
d. HT Auxiliary Transformer LV terminal flange
Earthing : Nearest earth riser from Owner’s station earth mat 300mm above
e.
ground level
f. Cables for connection between SPBD and equipment supplied by others.
2.04.01 All concrete foundation works. However, supply of foundation bolts, grouting is included
within scope of supply and erection.
2.05.03 The delivery of the bus ducts shall be complete with its supporting structure and
accessories.
2.05.04 Commissioning period shall be inclusive of the time to be allowed for approval of
drawings & test certificates and shall include transportation time to site including
erection & commissioning of complete set of segregated phase busduct (SPBD) &
NGR.
2.05.05 Auxiliary equipment, mandatory spares, special tools and tackle shall be supplied with
the first consignment.
3.01.00 The equipment specified herein will be installed at OP Jindal Super Thermal Power
Plant of Jindal Power Limited.
3.02.00 The job site is situated near Village Tamnar in Raigarh District in the State of
Chhattisgarh, India. The job site is approachable from Raigarh by the State Highway,
which branches off at Punjipathra, about 12 Km from the site and 34 Km from Raigarh
Town. The nearest broad gauge rail Link is at Raigarh, which is about 35 Km and the
nearest Airport is at Raipur, which is about 280 Kms from the job site
3.03.00 Equipment shall be packaged for transportation so as to meet the space and weight
limitation of transport facilities, specially along the railroad right-of-way.
3.04.00 For the purpose of equipment design, the following data shall be taken into
consideration:-
90%
c) Average Relative Humidity :
III
e) Seismic Zone (As per relevant IS) :
4.01.01 All equipment and materials shall be designed, manufactured and tested in accordance
with the latest applicable Indian Standards (IS) and IEC except where modified and/or
supplemented by this specification.
4.01.02 Equipment and materials conforming to any other standard that ensures equal or better
quality may be accepted. In such case, copies of the English version of the standard
adopted shall be submitted along with the bid.
4.01.03 The electrical installation shall meet the requirements of Indian Electricity Rules as
amended up to date and relevant IS Codes of Practice. In addition, other rules or
regulations applicable to the work shall be followed. In case of any discrepancy, the
more restrictive rule shall be binding.
4.01.04 While selecting various equipment, due consideration shall given to interchangeability
in order to reduce spare requirement, and to maintainability by local skill level.
Equipment of a type or design, which requires limited/infrequent or no maintenance,
are preferred
4.02.01 All drawings and annexure appended to this specification shall form part of this
specification and supplement the requirements specified herein.
4.02.02 This specification shall be read and construed in conjunction with the drawings and
annexure to determine the scope of work and terminal points.
4.02.03 The quantities shown on drawings and annexure are tentative for bidding purpose only.
Any variation arising during detailed engineering stage shall be taken into account for
adjustment of contract price based on unit rates quoted in the bid.
4.03.01 It is not the intent to specify completely herein all details of the equipment.
Nevertheless, the equipment shall be complete and operative in all aspects and shall
conform to highest standard of engineering, design & workmanship and be capable of
performing in continuous commercial operation up to the guarantees in a manner
acceptable to the purchaser, who will interpret the meaning of drawings &
specifications and shall be entitled to reject any work or material which in his judgment
is not in full accordance therewith.
4.03.02 Any material or accessory which may not have been specifically mentioned but which is
necessary or usual for satisfactory and trouble-free operation and maintenance of the
equipment shall be furnished without any extra charge.
4.03.03 The Contractor shall supply all brand new equipment and accessories as specified
herein with such modification and alteration as agreed upon in writing after mutual
discussion.
The proposal data sheets (Schedules) to this specification shall be filled in without any
ambiguity by typing in appropriate place on each page. These pages must be properly
signed by authorized representative of the Bidder as verification of the data and
submitted along with the bid to form part of the Bidder's formal proposal.
4.05.01 The performance figures quoted in Technical Particular sheets shall be guaranteed
within the tolerance permitted by relevant standards. In case of failure of the
equipment to meet the guarantee, the equipment may be liable for rejection.
4.05.02 The loss figure quoted by the bidder for 3.3 & 11 KV bus duct shall be guaranteed
under penalty. Penalty shall be charged on the tested losses in excess of the
guaranteed figures at the rate of Rs. 1,97,000/-per KW. For fraction of a KW penalty
shall be pro-rata.
4.06.00 Deviation
4.06.01 Should the Bidder wish to deviate from this specification in any way, he shall draw
specific attention to such deviation.
4.06.02 All such deviations shall be clearly mentioned on the Deviation sheet enclosed, with
reference to the respective clause of the specification. Acceptance or Non-acceptance
of Deviation is the sole discretion of the Owner.
4.06.03 Unless such deviations are recorded in the Deviation sheets and submitted with the
offer, it shall be taken for granted that the offer is made in conformity with this
specification in all respects.The deviation listed elsewhere in the text of the tender will
not be considered
4.07.01 Before starting manufacture of any equipment, the contractor shall have to take
approval of relevant drawings and data from Owner in writing.
4.07.02 Any manufacture done prior to the approval of drawings/data shall be rectified in
accordance with the approved drawings/data by the Contractor at his own cost and the
equipment shall be supplied within the stipulated period.
4.08.02 The Bidder shall submit along with his bid a list of major contracts of supply and
erection of similar equipment already executed or under execution, giving detailed
particulars such as equipment rating, contract value, name of the Owner, year of
commissioning, etc.
4.08.03 Apart from the requirements stipulated elsewhere in this specification, the following
shall constitute the minimum technical qualifying requirement of the bidder offering
against this bid.
b) The bidder must be a regular manufacturer of high voltage busduct and must have
facilities to manufacture such equipment of the type and rating specified.
c) Not withstanding anything stated above, the purchaser reserves the right to assess
bidder’s financial and other capabilities to execute the contract.
d) The bidder shall have adequate and established quality assurance system and
organization to achieve high levels of equipment reliability.
e) The bidder shall submit type test reports conducted not later than five years
certified by reputed agencies.
4.09.01 The Contractor shall follow his standard procedures for quality assurance and control. A
copy of the said standard procedures shall be submitted to the Owner for his reference.
However, Owner reserves the right to review the same and give his observations, if
any, for compliance.
4.09.02 The procedures shall be in such a form as to clearly delineate the manufacturing
sequence, inspection points, tests and test procedures, acceptable ranges / values,
reference drawings etc.
4.09.03 The Owner shall inform the Contractor as to which of the inspection points and tests
shall be witnessed. As a minimum, inspection and testing of the finished equipment
shall be made prior to shipment, unless specifically waived by the Owner. The
contractor shall give at least Thirty (30) days advance notice regarding readiness of the
equipment.
4.09.04 Manufacturing and quality control procedures shall be available for audit to the Owner
and/or its representative at the place of manufacture.
4.09.05 The Owner reserves the right to inspect the equipment at the point of manufacture and
witness factory and other such tests as may be necessary to ensure conformance to
the specification.
4.09.06 The Owner may inspect the Contractor's facilities prior to award of contract.
4.09.07 The Owner may witness any or all of the tests stipulated in the relevant standards and
this specification.
4.09.08 The Owner may conduct surveillance of the Contractor's facilities for compliance to his
standard procedures of Quality Assurance and Quality Control while work on the
specified equipment is in progress.
4.09.10 All material for Bus duct like enclosure, flexible etc. shall be procured as per
National/International code and shall be free from internal defects. Fully representative test
pieces shall be tested for Electrical, Chemical and Mechanical properties.
4.09.11 All welding shall be carried out as per Qualified procedures and welders. The WPS & PGR
shall be as per ASMF and shall be submitted for Owner’s approval. In case of Aluminum
welding, the strength of weld/heat affected zone shall not be less than that specified for the
particular grade of Aluminum in its annealed condition. Accordingly, the bus duct shall be
designed.
4.09.12 The flexible shall be checked for workmanship, electrical conductivity, thickness of coating
etc.
4.09.13 The material for structure shall be of tested quality. The galvanized shall be carried out as
per relevant IS and shall be checked for thickness, uniformity and weight of zinc coating.
4.09.14 Suitable quality assurance program shall be prepared and Submitted to the Purchaser for
approval
4.10.01 The equipment complete with its accessories, spares, special tools and tackles shall be
suitably protected by respective packing for shipment considering handling during transit,
distance and weather conditions involved. The Contractor shall submit the packaging
method for shipment to be adopted by him, if so desired by the Owner/Purchaser.
4.10.02 Each consignment shall be marked with Equipment name, Owner/Purchaser’s name &
address, Project details, handling instruction etc. It shall be completed with part list and
identification details. The copies of the part list of each consignment shall also be
furnished to the Owner/Purchaser after dispatch.
4.10.03 Equipment shall be packaged for transportation so as to meet the space and weight
limitation of transport facilities. The contractor shall obtain approval from concerned
authorities for transportation of over dimensioned consignment/package, if any, before
starting manufacture of such equipment.
4.10.04 To ensure proper storage of equipment, detailed storage instructions shall be furnished to
the Owner well in advance of dispatch of equipment.
4.11.01 Bus duct losses will be taken into account during bid evaluation.
4.11.02 The loss figures quoted shall be guaranteed without any positive tolerance.
4.11.03 Evaluation of losses and penalties shall be calculated at the rate of Rs.1,97,000/-per KW.
5.01.00 A set of special tools & tackle which are necessary or convenient for erection,
commissioning, maintenance and overhauling of the equipment shall be supplied.
5.02.00 The tools shall be shipped in separate containers, clearly marked with the name of the
equipment for which they are intended.
6.00.00 Spares
6.01.00 The Bidder shall submit a list of recommended spare parts for three (3) years satisfactory
and trouble-free operation, indicating the itemized price of each item of the spares each
for Segregated phase busduct & NGR. The final quantity shall be decided during
placement of order.
6.02.00 The Bidder shall quote and supply mandatory spare parts as per the list. The final
quantity shall be decided during placement of order.
6.03.00 Each list shall be complete with specification, make, identification number, unit rate,
quantity etc.
7.00.00 Painting
7.01.00 All surfaces shall be thoroughly cleaned and cleared of all blemishes. Derusting,
degreasing, etc. shall be done before painting or galvanizing. Paints shall be carefully
selected to withstand heat and weather conditions. The paints shall not scale off or
crinkle or get removed by abrasion due to normal handling.
7.02.00 Except for supporting steel structures, which shall be galvanized, all equipment shall be
finished with an undercoat of high quality primer followed by two coats of synthetic
enamel paints unless otherwise epoxy paints as specifically required.
7.03.00 All equipment shall be furnished with an undercoat (50-60 microns) of high quality, primer
followed by two coats of epoxy paints (30-40 microns each). The interior surface finish shall
be as per manufacturer’s standard. The shade of exterior surface finish will be RAL 7032.
7.04.00 Sufficient quantities of all paints and preservatives required for touching up at sites shall be
furnished.
7.05.00 Paints shall be carefully selected to withstand heat and weather conditions. The paint
shall not scale-off or crinkles or gets removed by abrasion due to normal handling.
7.06.00 Surface of all supporting steel structures shall be prepared by pickling and/or blast
cleaning. The cleaned surface shall conform to surface preparation quality grade Clause
4.3 as per IS -1477 (Part-1). The cleaned surface shall be coated by a layer of zinc by hot
dipping. Fluxing will be by immersion in an aqueous pre-fluxing bath followed by drying or
by addition of molten flux on the molten metal bath or both. The coating thickness shall
not be lower than 200 microns.
8.02.00 Materials for nameplate shall be Anodized Aluminum, 3 mm thick, using white letters on
black background.
8.03.00 Nameplate shall be held by self-tapping screws. Nameplate for each NGR cubicle shall
be minimum 40 x 150 mm and shall be located at the top of cubicle both on the front and
on the rear.
8.04.00 Complete rating plate, in addition to the name plate shall also be provided both on the
front as well as within the cubicle.
8.05.00 Danger plate shall be provided both on the front and on the rear side of the cubicle.
8.06.00 Name plate shall be marked up according to the final designation list.
10.01.00 All equipment to be supplied shall be of type tested quality. The bidder shall submit for
approval the reports of all the type tests as p e r r e l e v a n t I S / I E C and carried out
within last five years from the date of bid opening. These reports should be for the
test conducted on the equipment similar to those proposed to be supplied under this
contract and the test (s) should have been either conducted at an independent
laboratory or should have been witnessed by a client.
10.02.00 In case the bidder is not able to submit report of the type test(s) conducted within last
five years from the date of bid opening, or in the case of type test report(s) are not
found to be meeting the specification requirements, the bidder shall conduct all such
tests under this contract free of c h a r g e t o p r o v e t h e d e s i g n and submit the
reports for approval.
10.03.00 All acceptance and routine tests as per the specification and relevant standards shall
be carried out. Charges for these shall be deemed to be included in the equipment
price.
PART-II
TECHNICAL SPECIFICATION
FOR
11KV & 3.3KV SEGREGATED PHASE BUSDUCT (SPBD)
PART- II
TECHNICAL SPECIFICATION
FOR
11KV & 3.3KV SEGREGATED PHASE BUSDUCT (SPBD)
1.01.00 The 11000V and 3300V phase segregated bus ducts (SPBD) will serve as
interconnection between outdoor transformers & indoor switchgears and also between
station to station switchgear and between unit to station Switchgear. Busduct shall be
installed partially indoor and partially outdoor and 11000V & 3300V segregated phase
busduct interconnecting between switchgears will be installed indoor.
1.02.00 The bus ducts shall be installed in a hot, humid and tropical atmosphere. The selection
and sizing shall take due consideration of the effects.
1.03.00 Bus duct and its associated equipments shall be provided with tropical finish to prevent
fungus growth. All ventilation openings shall be screened and drains shall be filtered to
prevent entrance of dust and insects.
1.04.00 The portion of bus duct at the transformer end shall be subject to vibration normally
prevalent for this type of installation in a power generating station. Suitable means shall
be provided to isolate the transformer vibration from rest of the bus structure/ bus duct.
1.05.00 The busduct shall be designed for continuous current rating as specified in Annexure-
A.
1.06.00 For continuous operation at specified ratings, temperature rise of the busduct and
auxiliary equipment shall be limited to the site permissible values stipulated in relevant
standards and/or this specification.
1.07.00 Busduct and auxiliary equipment shall be capable of withstanding the mechanical
forces and thermal stresses of the short circuit current as listed in the Annexure-A
without any damage or deterioration of material. Bus conductor support insulator span
shall be chosen considering minimum safety factor of 2.5 for cantilever strength under
short circuit condition.
1.08.00 The bus ducts and supporting structures shall be designed & constructed so as to
withstand without damage the horizontal/ vertical ground accelerations due to
earthquake.
1.09.00 The bus ducts shall be self cooled without any forced ventilation.
1.10.00 The equipment rating shall be based on an ambient temperature of 50°C. For the portion
of the bus-duct installed outdoor and exposed to direct sun-rays, the effect of solar heat
shall be considered in the determination of the design ambient temperature.
1.11.00 The contractor shall design the busduct and supporting structure in such a way as to
permit transformers removal, after opening the terminations but without dismantling
busduct run or supporting structure. The outdoor section shall withstand the wind loading
of 150 Kg/Sq. mm.
1.12.00 The relevant drawing of switchgear and transformer terminal flange connections shall be
supplied to successful bidder after award of contract. Bidder shall take all necessary
matching flange, adaptor box, bolts, nuts, washers, other hardware for connecting the
busduct to switchboard and transformer.
2.01.00 General
2.01.01 The 11000V and 3300V bus ducts shall be segregated phase (three phase) natural air
cooled enclosure type.
2.01.02 All parts and accessories shall have appropriate match mark and part numbers for easy
identification and installation at site.
2.01.03 The layout of the bus ducts shall be generally in accordance with enclosed drawings. The
details shown however are only typical. Bidder may propose changes to suit his
particular design.
2.02.00 Enclosures
2.02.01 The three (3) phases shall be enclosed in a weather-proof, dust-tight, phase
segregated type with non-magnetic metal (Al. alloy of minimum 3 mm thickness),
preferably rectangular in shape, phase barrier (welded to the enclosure, as specified in
the Annexure-A. Busduct shall be adequately rigid with stiffeners as required complying
to enclosure protection specified in the datasheet. Busduct shall also meet the
requirements for water tightness test and air leakage test.
2.02.02 All horizontal runs of the busduct shall have a suitably sloped enclosure top to prevent
accumulation of water.
2.02.03 The shape of the busduct enclosure shall be rectangular. Circumferential neoprene
rubber gaskets (joint less type) shall be provided for dust tight joints with adjacent
enclosure sections. Bus-duct enclosure shall have a degree of protection of IP-55 for
indoor part & IP-55 for outdoor part. All gasketed flanged joints shall be suitably protected
against direct splashing of rain water in case of outdoor runs.
2.02.04 The bus enclosure shall have expansion bellows or equivalent means to allow for
temperature changes and vibrations. Flexible joints shall be provided in enclosures at
all points where the bus duct terminates at equipment to withstand vibration,
expansion/contraction and at suitable intervals in any straight run of the bus duct where
expansion and contraction would otherwise result in stresses in the supporting
structures. Number of such expansion bellows considered with technical features shall
be indicated in the offer.
2.02.07 Epoxy resin cast seal-off bushings complete with wall-frame and support plates shall be
provided where the bus duct run from indoor to outdoor penetrating the building wall.
Seal off bushings shall also be provided at each switchgear termination. Where
busduct crosses internal wall of the building, wall frame assembly shall be provided.
The details of wall frame assembly with seal off bushing shall be furnished in the offer.
2.02.08 Silica-gel breather shall be provided on both indoor and outdoor portions of the bus
duct. Details/numbers and location of silica gel breather considered in the proposal
shall be furnished in the offer.
2.02.09 Filtered drains for drainage of condensate shall be provided at the lowest points, where
accumulation of condensate can be expected.
2.02.10 Shipping length of the bus duct shall be not more than three (3) meters in length. Each
shipping section shall have at least two (2) supports both for conductor in each phase
and enclosure.
2.02.11 Suitable blanked flanges with cover shall be provided on the enclosure of the busduct
(indoor and outdoor) to allow connection of hot air duct of hot air blowing necessary to
improve insulation level after long shut down etc.
2.03.01 The bus conductor shall be of high conductivity, aluminium alloy, supported on wet
processed insulators designed to withstand dynamic stress due to the specified short
circuit current and other forces expected such as seismic forces.
2.03.02 The bus conductor shall be designed for bolted connections throughout the run (high
grade stainless steel nuts bolts plain and belle-ville washers).
The bidder shall detail out the type of flexible conductor proposed (braids or multiple
lamination) with complete specification.
2.03.04 All contact surfaces shall be silver plated to ensure an efficient and trouble-free
connection. All connection hardware shall be non-magnetic and shall have high
corrosion resistance. The details of hardware considered shall be furnished in the offer
and the same is subjected to purchaser’s approval during detail engineering.
At all silver plated joints suitable jointing compound shall be used to prevent galvanic
corrosion and detoriation of joint.
The Busbar sizing calculation shall be submitted to the purchaser along with the drawings
and documentation for approval. All derating factors applicable shall be taken into
consideration. A design margin of 10% shall be maintained.
Bimetallic connectors of approved make shall be used for connections where bus
conductor material is different.
2.03.05 All bolted joints shall be provided with high grade stainless steel nuts bolts plain & belle-
ville washers.
2.04.00 Insulators
2.04.01 Bus support insulators shall be interchangeable, very high creep, high strength, wet
processed, fine glazed porcelain type or cast resin type. The creep age distance shall
be considered as minimum 25 mm/kV.
2.04.02 Insulator shall be designed to avoid any stresses due to expansion and contraction and
stress concentration due to direct engagement of the porcelain with the metal fittings.
2.04.03 Insulator shall be mounted in such a way so as to permit easy inspection, removal or
replacement without disassembly of the bus. The insulator mounting plate shall be
designed for cantilever loading to withstand the short circuit force.
2.04.04 The conductor shall be fastened on the insulator through fixed and slip joints so as to
allow conductor expansion or contraction without straining the insulator.
The span and number of insulators required shall be decided based on the expected
dynamic forces due to short circuit and other forces, the same shall be supported with
calculations.
2.04.05 All the insulators type shall be approved by reputed testing authority and shall be routine
tested as per relevant IS. Type test certificate not conducted later than five years shall be
submitted for approval, failing which the bidder shall take up the type tests at no extra
cost to purchaser.
2.04.06 The insulator shall be designed for high resistance ground system.
2.05.07 The space heater shall be provided preferably located near to each insulator to avoid
moisture condensation within busduct. Number and wattage rating of space heater shall
be decided by contractor.
2.05.01 Removable bolted type disconnect links shall be provided in the bus as required for the
purpose of isolation.
2.05.02 Disconnect links shall consist of a removable section of conductor and shall be
constructed to permit easy removal or reinsertion without alignment difficulties.
2.05.03 The bus on both sides of the link shall be rigidly supported so that the disconnect link is
equal in mechanical strength to any other section of the bus.
2.05.04 A minimum clearance of 300 millimeters shall be provided between the disconnected bus
sections with the link removed.
2.06.01 All matching flanges, seal-off bushings, gaskets, fittings, hardware and supports along
with the segregated phase adaptor box required for termination of the bus duct at the
switchgears and transformers shall be furnished.
2.06.02 The connection details at transformer end & switchgear end will be furnished to the
successful bidder during detail engineering. The successful Bidder is required to co-
ordinate through the Owner with the suppliers of the Unit / Station transformers, 11kV &
3.3kV switchgears and 11/3.45kV HT auxiliary transformers with regard to connection
details, mechanical and thermal stresses.
2.06.03 Flexible connection both for conductor and enclosure shall be furnished:
b) Between the bus duct portions supported from building steel to prevent transmission
of vibration.
The equipment terminal connections shall be readily accessible and shall provide
sufficient air gap for safe isolation of equipment during testing.
2.06.05 If the material of bus conductor and that of the equipment terminal connectors are
different then suitable bi-metallic connectors shall be furnished.
2.07.00 Grounding
2.07.01 A separately run 75x12 mm hot dipped Galvanized Steel flat suitably clamped along
the enclosure shall be used as the ground bus. All parts of the bus enclosure,
supporting structures and equipment frames shall be bonded to above ground bus.
2.07.02 Ground pad shall be bolted type to accommodate 50x6 mm. Galvanized steel flats at
two points at each end of termination. Complete with suitable tapped holes, bolts and
washers.
2.08.01 All supporting structures required for hanging and/or supporting the complete bus duct
shall be furnished. These include all members, indoor/outdoor posts, bolts, shims, base
plates, beams, hangers, brackets, bracings and hardware.
2.08.02 All buses shall be adequately supported and braced to successfully withstand normal
operation, vibration, thermal expansion, short circuit forces and all specified design
loads including that of seismic forces.
2.08.03 Support shall be designed to provide tolerance of ± 12 mm. (1/2") in the horizontal and
vertical directions.
2.08.04 All hardware shall be of high strength steel with weather resistant finish. Suitable
structures will also be needed to fabricate locally as per site requirement. All steel
members shall be hot-dip galvanized after fabrication.
2.08.05 In the indoor portion, busduct shall be supported from roof/floor beam or steel insert in
concrete slab as hanger supports, while in outdoor portion busduct shall be supported
by means of steel structures on ground.
2.08.06 Concrete foundation, building steel, concrete, and inserts/plates will be provided by
Owner. The Contractor shall co-ordinate with the Owner for this purpose giving well in
advance the details of his requirements so as to enable the Owner to arrange for the
same in time.
2.08.07 The support details including number of spans shall be furnished in the offer, and the
same shall be furnished during drawing approval with supporting calculation.
2.09.00 Wiring
2.09.01 Terminal box shall be box-clamp type ELMEX 10 sqmm with marking strips or
approved equal for control and power cable and CATD type for CT’s.
2.09.02 Not more than two (2) wires shall be connected to one terminal. At least 20% spare
terminals shall be furnished in the terminal block.
2.09.03 All wiring for space heaters shall be done with insulated stranded copper conductor of
not less than 2.5 sqmm cross section. Each wire shall be identified at both ends with
designation as per contractors wiring diagram and shall be brought out to a terminal
box outside the bus duct.
Thermostat controlled space heaters shall be provided inside the bus duct enclosure to
prevent moisture condensation. The space heater shall be controlled by an adjustable
thermostat, set to close at 30° C (ON) and open at 35° C (OFF). For space heater
galvanized conduit shall be provided along with necessary J.B. For space heater
connection FRLSH PVC 2.5 sqmm/4 sqmm cable to be provided.
2.11.01 Portable hot air blowing equipment mounted on a steel carriage (trolley) for easy
movement shall be provided. Hot air blowing system shall be complete with blower, fan,
electric heater, starter, MCCB’s, main incoming MCCB’s with flexible cables and plugs
etc. for connection to power receptacle.
2.11.02 The capacity of Hot Air Blowing system shall be such that dry out of complete bus duct is
possible within four (4) hours. During hot air blowing the bus duct enclosure temperature
shall not exceed 70°C.
3.00.00 TESTS
a) Impulse test
b) Temperature rise test on representative section of three phase bus duct with at least
one straight run, one bend and one flexible joint. The millivolt drop of the joints shall
be measured before and after temperature rise test.
a) All component parts and auxiliary equipment such as space heater, insulator etc.
shall be routine tested as per relevant Indian Standards.
b) All cubicles shall be completely wired up at the factory and subject to wiring check
and power frequencies withstand tests on control/secondary wiring.
The bus duct shall be erected as per good engineering practice and all checks/tests
necessary to ensure receipt of correct material component, proper storage of
material/component, correctness of erection as per drawing/specification including
check/tests on welds as done at ship shall be carried out. Further the assembled bus
duct shall be tested for following but not limited to the same.
c) Insulation Resistance & High Voltage Test of busduct and it's auxiliaries.
4.01.00 Drawings, Data & Manuals shall submitted in number of copies as specified elsewhere
in the document with the bid and in quantities and procedures as specified in General
Conditions of contract and/or elsewhere in the specification for approval & subsequent
distribution after the issue of Letter of Intent.
4.02.05 Calculation for temperature rise for bus and enclosure as per IEEE No. 298.
4.02.06 Calculation for short circuit forces justifying the proposed arrangement.
4.02.08 Calculation for selection of the support details including number of spans.
4.02.10 Type test reports of similar equipment. The type test certificates shall not be more than
5 years old. In case Type test certificates as per I.S. or I.E.C. of identical equipment of
the offered items are not submitted, the bidders shall have to conduct the Type test on
the offered equipment before delivery free of charge to the Owner or Bidder’s testing
charges are to be mentioned in the offer.
4.03.01 Guaranteed Technical Particulars (A) and Quality assurance plan (R)
4.03.02 Dimensional general arrangement drawings with cross-sections of Bus Duct layout. (A)
4.03.04 Typical details of bus-insulator assembly, rigid and flexible connections of both bus
conductor and enclosure, grounding provision, seal-off bushings, wall frame assembly,
equipment termination arrangement, etc. (A)
4.03.09 Calculation for selection of the support details including number of spans. (A)
4.03.11 Instruction manual for Bus Duct and associated equipment. (R)
The manual shall clearly indicate the installation methods, check-ups and tests to be
carried out before commissioning of the equipment.
4.03.12 All drawings shall be prepared by using AutoCAD and documents shall be generated
using Electronic version. The paper copy of the drawings & document shall be
submitted for approval & reference. All final drawings and documents shall be
submitted in CD in AutoCAD 2006 and MS office format as applicable for Owner’s
future reference. (R)
4.04.00 The Owner reserves the right to interact with the vendor to get removed any
discrepancy/shortcoming which may come to notice from the above documents
mentioned under clause no. 4.03.00. Irrespective of such interaction, the responsibility for
correctness and completeness of these documents in conformity with the requirements of
the specification and/or relevant standard shall be solely with the vendor.
4.05.00 The Bidder may note that the drawings, data and manuals listed herein are minimum
requirements only. The Bidder shall ensure that all other necessary write-ups, curves
and information required to fully describe the equipment are submitted with his bid.
ANNEXURE-A
ANNEXURE-B
BILL OF MATERIALS
Bill of quantity mentioned below for 11kV & 3.3kV busduct is estimated and for bidding purpose only.
Exact bill of quantity for 11kV & 3.3kV Busduct and other equipment and accessories shall be finalized
by the successful bidder based on approved layout drawing of Transformer Yard and relevant HT
Switchgear drawings. Variation in quantity shall be taken into account by applying the unit rates offered
by the Bidder under price breakdown sheet, for final adjustment of contract price.
Terminal connector –
including flexible
Transformer end
Horizontal bend
Switchgear end
SL. No.
complete with
Vertical bend
straight run
connector
connector
duct
box
li k
B. D No. As per Key set set meter set set set set set
SLD
1 BD 101 1UT11SR1 2000 1 1 120 3 2 1 1 Lot
2 BD 102 1UT21SR2 2000 1 1 120 3 2 1 1 Lot
3 BD 103 2UT12SR1 2000 1 1 75 3 2 1 1 Lot
4 BD 104 2UT22SR2 2000 1 1 60 3 2 1 1 Lot
5 BD 105 3UT13SR1 2000 1 1 120 3 2 1 1 Lot
6 BD 106 3UT23SR2 2000 1 1 120 3 2 1 1 Lot
7 BD 107 4UT14SR1 2000 1 1 55 3 2 1 1 Lot
8 BD 108 4UT24SR2 2000 1 1 70 3 2 1 1 Lot
9 BD 109 1SR10SR1 2000 - 2 10 --- 2 --- 1 Lot
10 BD 110 1SR20SR2 2000 - 2 10 --- 2 --- 1 Lot
11 BD 111 2SR10SR3 2000 - 2 10 3 2 1 1 Lot
12 BD 112 2SR20SR4 2000 - 2 10 3 2 1 1 Lot
13 BD 113 3SR10SR5 2000 - 2 10 3 2 1 1 Lot
14 BD 114 3SR20SR6 2000 - 2 10 3 2 1 1 Lot
15 BD 115 4SR10SR7 2000 - 2 10 3 2 1 1 Lot
16 BD116 4SR20SR8 2000 - 2 10 3 2 1 1 Lot
17 BD 117 1ST10SR1 3000 1 1 85 3 4 1 1 Lot
18 BD 118 1ST20SR2 3000 1 1 85 3 4 1 1 Lot
19 BD 119 2ST10SR3 3000 1 1 60 3 4 1 1 Lot
20 BD 120 2ST20SR4 3000 1 1 60 3 4 1 1 Lot
21 BD 121 3ST10SR5 3000 1 1 85 3 4 1 1 Lot
22 BD 122 3ST20SR6 3000 1 1 85 3 4 1 1 Lot
23 BD 123 0SR10SR5 3000 - 2 310 6 8 2 1 Lot
24 BD 124 0SR10SR3 3000 - 2 45 --- 2 ---- 1 Lot
Identification
Busduct
Terminal connector –
including flexible
Transformer end
Horizontal bend
Switchgear end
SL. No.
complete with
Vertical bend
straight run
connector
connector
duct
box
li k
B. D No. As per Key set set meter set set set set set
SLD
25 BD 125 0SR20SR4 3000 - 2 15 ---- 2 ---- 1 Lot
26 BD 126 0SR20SR6 3000 - 2 375 4 14 2 1 Lot
27 BD 129 0SR30SR7 3000 - 2 390 8 14 2 1 Lot
28 BD 130 0SR40SR8 3000 - 2 390 8 14 2 1 Lot
29 BD 131 0SR50SR7 3000 - 2 50 --- 2 2 1 Lot
30 BD 132 0SR60SR8 3000 - 2 40 --- 2 2 1 Lot
31 BD 127 RWT1SR01 2000 1 1 20 --- 2 1 1 Lot
32 BD 128 RWT2SR01 2000 1 1 20 --- 2 1 1 Lot
Terminal connector –
including flexible
Transformer end
Horizontal bend
Switchgear end
SL. No.
complete with
Vertical bend
straight run
connector
connector
duct
box
B. D No. As per Key set set meter set set set set set
SLD
1KUAT1- 1 1 2 4 1 1 Lot
1 BD 201 3000 105
1MSR1
1KUAT2- 1 1 2 4 1 1 Lot
2 BD 202 3000 90
1MSR2
2KUAT1- 1 1 2 4 1 1 Lot
3 BD 203 3000 105
2MSR1
2KUAT2- 1 1 2 4 1 1 Lot
4 BD 204 3000 90
2MSR2
3KUAT1- 1 1 2 4 1 1 Lot
5 BD 205 3000 105
3MSR1
3KUAT2- 1 1 2 4 1 1 Lot
6 BD 206 3000 90
3MSR2
4KUAT1- 1 1 2 4 1 1 Lot
7 BD 207 3000 105
4MSR1
4KUAT2- 1 1 2 4 1 1 Lot
8 BD 208 3000 90
4MSR2
Identification
Busduct
Terminal connector –
including flexible
Transformer end
Horizontal bend
Switchgear end
SL. No.
complete with
Vertical bend
straight run
connector
connector
duct
box
B. D No. As per Key set set meter set set set set set
SLD
0KSAT1- 1 1 4 4 1 1 Lot
9 BD 209 1250 80
0MSR1
0KSAT2- 1 1 4 4 1 1 Lot
10 BD 210 1250 80
0MSR2
0KSAT3- 1 1 4 4 1 1 Lot
11 BD 211 1250 80
0MSR3
0KSAT4- 1 1 4 4 1 1 Lot
12 BD 212 1250 80
0MSR4
0KCHHT1- 1 1 20 2 2 1 1 Lot
13 BD 213 2500
0MCHSR1
0KCHHT2- 1 1 20 2 2 1 1 Lot
14 BD 214 2500
0MCHSR2
0KAFHT1- 1 1 20 2 2 1 1 Lot
15 BD 215 1250
0MAFSR1
0KAFHT2- 1 1 20 2 2 1 1 Lot
16 BD 216 1250
0MAFSR1
0GARHT1- 1 1 20 2 2 1 1 Lot
17 BD 217 1250
0MARSR1
0GARHT2- 1 1 20 2 2 1 1 Lot
18 BD 218 1250
0MARSR1
0KAWHT1- 1 1 20 2 2 1 1 Lot
19 BD 219 1250
0MAWSR1
0KAWHT2- 1 1 20 2 2 1 1 Lot
20 BD 220 1250
0MAWSR1
0KADHT1- 1 1 20 2 2 1 1 Lot
21 BD 221 1250
0MADSR1
0KADHT2- 1 1 20 2 2 1 1 Lot
22 BD 222 1250
0MADSR1
0GRTHT1- 2 2 1 1 Lot
23 BD 223 1250 1 1 15
0MRTSR1
0GRTHT2- 1 1 2 2 1 1 Lot
24 BD 224 1250 15
0MRTSR1
1MSR1 - - 2 --- 2 --- 1 Lot
25 BD 225 3000 10
1MSR2
2MSR1- - 2 --- 2 --- 1 Lot
26 BD 226 3000 10
2MSR2
3MSR1- - 2 --- 2 --- 1 Lot
27 BD 227 3000 10
3MSR2
28 BD 228 4MSR1- 3000 - 2 10 --- 2 --- 1 Lot
Identification
Busduct
Terminal connector –
including flexible
Transformer end
Horizontal bend
Switchgear end
SL. No.
complete with
Vertical bend
straight run
connector
connector
duct
box
B. D No. As per Key set set meter set set set set set
SLD
4MSR2
0MSR1-
29 BD 229 1250 --- 2 10 --- 2 --- 1 Lot
0MSR2
0MSR3-
30 BD 230 1250 --- 2 10 --- 2 --- 1 Lot
0MSR4
0MCHSR1-
31 BD 232 2000 --- 2 15 --- 2 --- 1 Lot
0MCHSR2
ANNEXURE–C
The make of all components shall be subject to purchaser’s approval during drawing approval. The
bidder shall take appropriate considerations for the same. The bidder to ensure the vendors meet the
minimum qualifying criteria specified elsewhere in the tender document.
Sl. No. Description of Item Preferred ‘Makes’
1 Electrolytic grade Aluminium Hindalco, Sterlite
2 Bus support insulator BHEL,Birla NGK, Modern Insulators
3 Seal off bushing Baroda Bushing
4 Flexible bellow *
5 Flexible conductor *
6 Gaskets *
ANNEXURE-D
LIST OF MANDATORY SPARES
The equipment wise quantities indicated in the list of mandatory spares below are for each type & rating
of equipment:
a) 3000 A 02 Set
b) 2500 A 02 Set
c) 2000 A 02 Set
d) 1250 A 02 Set
a) 3000 A 02 No.
b) 2500 A 02 No.
c) 2000 A 02 No.
d) 1250 A 02 No.
ANNEXURE E
A) 11000 V Phase Segregated Bus ducts and associated equipment with all necessary accessories
B) 3300 V Phase Segregated Bus ducts and associated equipment with all necessary accessories
Sl.
Busduct Identification
No. Commissioning
Busduct
B.D As per Key date
No. SLD
Interconnection between Unit Auxiliary Transformer April 2011
BD 1KUAT1-
1 UAT#1KUAT1 (16MVA) and 3.3kV Unit Switchgear #1MSR1
201 1MSR1
(3000 A)
Interconnection between Unit Auxiliary Transformer April 2011
BD 1KUAT2-
2 UAT#1KUAT2 (16MVA) and 3.3kV Unit Switchgear #1MSR2
202 1MSR2
(3000 A)
Interconnection between Unit Auxiliary Transformer July 2011
BD 2KUAT1-
3 UAT#2KUAT1 (16MVA) and 3.3kV Unit Switchgear #2MSR1
203 2MSR1
(3000 A)
Interconnection between Unit Auxiliary Transformer July 2011
BD 2KUAT2-
4 UAT#2KUAT2 (16MVA) and 3.3kV Unit Switchgear #2MSR2
204 2MSR2
(3000 A)
Interconnection between Unit Auxiliary Transformer Sep 2011
BD 3KUAT1-
5 UAT#3KUAT1 (16MVA) and 3.3kV Unit Switchgear #3MSR1
205 3MSR1
(3000 A)
Sl.
Busduct Identification
No. Commissioning
Busduct
B.D As per Key date
No. SLD
Interconnection between Unit Auxiliary Transformer Sep 2011
BD 3KUAT2-
6 UAT#3KUAT2 (16MVA) and 3.3kV Unit Switchgear #3MSR2
206 3MSR2
(3000 A)
Interconnection between Unit Auxiliary Transformer Sep 2011
BD 4KUAT1-
7 UAT#4KUAT1 (16MVA) and 3.3kV Unit Switchgear #4MSR1
207 4MSR1
(3000 A)
Interconnection between Unit Auxiliary Transformer Sep 2011
BD 4KUAT2-
8 UAT#4KUAT2 (16MVA) and 3.3kV Unit Switchgear #4MSR2
208 4MSR2
(3000 A)
BD Interconnection between Station Auxiliary Transformer # 0KSAT1 March 2011
9 0KSAT1-0MSR1
209 (6.3MVA) and 3.3kV Station Switchgear #0MSR1 (1250 A)
BD Interconnection between Station Auxiliary Transformer # 0KSAT2 March 2011
10 0KSAT2-0MSR2
210 (6.3MVA) and 3.3kV Station Switchgear #0MSR2 (1250 A)
BD Interconnection between Station Auxiliary Transformer # 0KSAT3 Sep 2011
11 0KSAT3-0MSR3
211 (6.3MVA) and 3.3kV Station Switchgear #0MSR3 (1250 A)
BD Interconnection between Station Auxiliary Transformer # 0KSAT4 Sep 2011
12 0KSAT4-0MSR4
212 (6.3MVA)and 3.3kV Station Switchgear #0MSR4 (1250 A)
BD 0KCHHT1- Interconnection between CHP Service Transformer # 0KCHHT1 May 2011
13
213 0MCHSR1 (8MVA)and 3.3Kv Switchgear # 0MCHSR1 (2500 A)
BD 0KCHHT2- Interconnection between CHP Service Transformer # 0KCHHT2 May 2011
14
214 0MCHSR2 (8MVA)and 3.3Kv Switchgear # 0MCHSR2 (2500 A)
Interconnection between Fly ASH COMPRESSOPR Transformer Sep 2011
BD 0KAFHT1-
15 # 0KAFHT1 (5MVA) and 3.3kV Fly compressor Switchgear#
215 0MAFSR1
0MAFSR1 (1250 A)
Interconnection between Fly ASH COMPRESSOPR Transformer Sep 2011
BD 0KAFHT2-
16 # 0KAFHT2 (5MVA) and 3.3kV Fly compressor Switchgear#
216 0MAFSR1
0MAFSR1 (1250A)
BD 0GARHT1- Interconnection between Ash Dyke transformer # 0GARHT1 Nov 2011
17
217 0MARSR1 (5MVA) and 3.3kV ASH DYKE Switchgear# 0MARSR1 (1250 A)
BD 0GARHT2- Interconnection between ASH DYKE transformer # 0GARHT2 Nov 2011
18
218 0MARSR1 (5MVA) and 3.3kV ASH DYKE Switchgear# 0MARSR1 (1250 A)
BD 0KAWHT1- Interconnection between ASH WTR. Transformer# 0KAWHT1 Sep 2011
19
219 0MAWSR1 (3MVA) and 3.3kV ASH WTR. Switchgear 0MAWSR1 (1250A)
BD 0KAWHT2- Interconnection between ASH WTR. Transformer (3MVA)# Sep 2011
20
220 0MAWSR1 0KAWHT2 and 3.3kV ASH WTR. Switchgear 0MAWSR1 (1250 A)
BD 0KADHT1- Interconnection between ASH SLRY Transformer# 0KADHT1 Sep 2011
21
221 0MADSR1 (5MVA) and 3.3kV ASH SLRY. Switchgear #0MADSR1 (1250 A)
Interconnection between ASH SLRY Transformer (5MVA)# Sep 2011
BD 0KADHT2-
22 0KADHT2 and 3.3kV ASH SLRY. Switchgear #0MADSR1 (1250
222 0MADSR1
A)
BD 0GRTHT1- Interconnection between RAW WTR. Transformer# 0GRTHT1 March 2011
23
223 0MRTSR1 (5MVA) and 3.3kV RAW WTR. Switchgear# 0MRTSR1 (1250 A)
Interconnection between RAW WTR. Transformer (5MVA)# March 2011
BD 0GRTHT2-
24 0GRTHT2 and 3.3kV RAW WTR. Switchgear# 0MRTSR1 (1250
224 0MRTSR1
A)
BD Interconnection between 3.3kV Unit Switchgear #1MSR1 and April 2011
25 1MSR1 -1MSR2
225 3.3kV Unit Switchgear # 1MSR2 (3000 A)
Sl.
Busduct Identification
No. Commissioning
Busduct
B.D As per Key date
No. SLD
BD Interconnection between 3.3kV Unit Switchgear #2MSR1 and July 2011
26 2MSR1-2MSR2
226 3.3kV Unit Switchgear # 2MSR2 (3000 A)
BD Interconnection between 3.3kV Unit Switchgear #3MSR1and Sep 2011
27 3MSR1-3MSR2
227 3.3kV Unit Switchgear # 3MSR2 (3000 A)
BD Interconnection between 3.3kV Unit Switchgear #4MSR1 and Sep 2011
28 4MSR1-4MSR2
228 3.3kV Unit Switchgear # 4MSR2 (3000 A)
BD Interconnection between 3.3kV Station Switchgear #0MSR1 and March 2011
29 0MSR1-0MSR2
229 3.3kV Station Switchgear # 0MSR2 (1250 A)
BD Interconnection between 3.3kV Station Switchgear #0MSR3 and Oct 2011
30 0MSR3-0MSR4
230 3.3kV Station Switchgear # 0MSR4 (1250 A)
BD 0MCHSR1- Interconnection between 3.3KV CHP Switchgear # 0MCHSR1 May 2011
31
232 0MCHSR2 and 3.3KV CHP Switchgear #0MCHSR2 (2500 A)
Part-III
TECHNICAL SPECIFICATION
FOR
NEUTRAL GROUNDING RESISTOR
Part-III
TECHNICAL SPECIFICATION
FOR
NEUTRAL GROUNDING RESISTOR
1.01.00 The Neutral Grounding Resistor shall be used for non-effective grounding of 11000 V
and 3300 V system of the plant.
NGR shall be connected between the 11000 V star connected winding neutral point of
station transformers, unit transformers and other HT auxiliary transformers and earth.
NGR shall also be connected between the 3300 V star connected winding neutral point
of HT auxiliary transformers and earth.
1.02.00 Neutral Grounding Resistor shall be used to limit the magnitude of earth fault current so
that damage of electrical equipment is reduced, safety of personnel is increased and
sensitive, selective earth fault protection can be provided.
1.03.00 The NGR shall be installed in dust prone, hot, humid and tropical atmosphere. All
equipment, accessories and wiring shall be provided with tropical finish to prevent
fungus growth.
1.04.00 The rated time for the earth fault current or specified thermal current shall be 10
seconds.
1.05.00 The Bidder shall quote for neutral grounding resistor with final temperature as per
allowable limit due to the specified current for specified time.
1.06.00 The resistor unit shall be air-cooled type suitable for installation at outdoor locations.
2.01.00 Resistor
2.01.01 The resistor element shall be made of non-aging stainless steel or equivalent corrosion
resistant material having high electrical resistivity and low temperature co-efficient of
resistant. The NGR shall have temperature limited to the maximum allowable
temperature for the material offered considering the air ambient temperature at site as
mentioned earlier.
2.01.02 The resistor unit shall consist of a no. of elements. All the elements shall be mounted
inside the cubicle so as to ensure ease of inspection and replacement of individual
element. The resistors shall be edge-wound type.
2.01.03 Each resistor element shall possess a balanced combination of both mechanical and
electrical properties over the entire intended operating temperature range without any
harmful effect on the elements and their accessories.
2.01.04 All the resistor elements constituting the NGR shall be assembled and supported inside
the cubicle in such a way that no distortion or breakage shall occur during the passage
of through fault current to earth.
2.01.05 All element connections shall be bolted type to ensure stable resistance value
throughout the working life of the unit.
2.01.06 Wet process type brown glaze porcelain insulators shall be used for supporting resistor
elements. Porcelain insulators shall have high creep age value suitable for heavily
polluted atmosphere charged with dust particles.
2.02.00 Enclosure
2.02.01 Each neutral grounding resistor shall have structural steel work enclosed on all sides
and also on top by sheet steel having a minimum thickness of 3 mm. Suitable
ventilating louvers shall be provided on sides to ensure proper ventilation. The louvers
shall be provided with fire wire mesh to make it vermin proof.
2.02.02 Each enclosure shall be self supporting, weather proof type suitable for outdoor
mounting having a protection class as indicated in annexure.
2.02.03 Each cubicle shall be complete with a front access door with handles, lock and also a
removable bolted cover. All doors and removable covers shall be properly gasketed
with neoprene rubber gaskets. All cubicle door hinges shall be concealed type.
2.02.04 Each cubicle shall be complete with a suitably mounted cable end box fitted with
removable double compression brass type cable gland for fixing cable gland. The cable
size shall be as indicated in the annexure. Double compression cable gland and tinned
copper lugs shall be provided.
2.02.05 Each cubicle shall be provided with suitable base channels for direct bolting to the
foundation at site. All necessary galvanized bolts, nuts, washers etc. shall be supplied
by the Bidder for installation of Cubicle at site.
2.02.07 Fine mesh screen of corrosion resistant material shall be furnished on all ventilating
opening to prevent entry of insects.
2.03.01 The current Transformer shall be cast resin type, insulation class ‘B’, suitably mounted
inside the NGR cubicle in such a way as to ensure easy removal and replacement.
2.03.02 Flash over shall not take place from bus bar to CT at sharp edges of bus bar.
2.03.03 The secondary leads of CT shall have polarity markings as per IS. The secondary leads
shall be brought out to the terminals at terminal box provided at suitable location
completely isolated from high voltage equipment.
2.03.04 Current transformers are applicable for transformers rated 5MVA and above.
2.04.01 Each cubicle shall be provided with 5A, 3 pin plug socket and door-switch controlled
cubicle illumination lamp.
2.04.02 Two pole MCB shall be provided for receiving 240 V single phase AC supply for cubicle
lamp and illumination circuit.
2.05.00 Wiring
2.05.01 All internal wiring between equipment and terminal block shall be carried out by PVC
insulated 1100 V grade 2.5 Sq.mm stranded copper conductor wires.
2.05.02 All wiring shall be suitably ferruled with corresponding wiring identification marks used
in the schematic / wiring diagrams.
2.05.03 All devices and terminal blocks within the terminal box shall be clearly identified by
symbol corresponding to those used on applicable schematic/wiring diagram. 20%
spare terminals shall be provided in terminal block.
2.06.00 Grounding
2.06.01 All parts of enclosure, supporting structures, equipment frames etc. shall be properly
grounded at two points separately.
2.06.02 Each cubicle shall be completed with two (2) nos. ground pads, tapped holes and bolts
suitable for connection of 50 x 6 mm galvanized steel flats.
3.00.00 TESTS
Each equipment shall be completely assembled, wired, adjusted and routine tested as
per relevant standards at manufacturer's works. The tests shall include:
Bidder should have performed the following type tests on one rating of each type as
type tests. Type Test Reports not older than five (5) years shall be submitted to this
effect. All such type test reports shall be subject to the approval of Owner. In case the
bidder has to carry out these type tests, all such tests shall be done at bidders risk and
cost within the schedule specified herein. No deviation in this regard is acceptable.
3.02.01 Heat Run test & Short Circuit Test shall be carried out on one unit of each rating. The
cost of such test, if any, shall be quoted separately.
4.01.00 Drawings, data and manuals shall be submitted with the bid and in quantities and
procedures as specified in General Conditions on Contract and / or elsewhere in this
specification for approval and subsequent distribution after the issue of Letter of Intent.
4.02.04 Dimensional general arrangement drawings showing constructional features etc. along
with necessary foundation plan.
4.02.06 Technical leaflets on each piece of electrical equipment along with write up on salient
features.
4.02.07 Type test certificate of similar type and rating of offered equipment.
4.03.01 Guaranteed Technical Particulars (A) and Quality assurance plan (R)
4.03.05 Control schematic (A) and wiring diagram of the whole system. (R)
4.03.07 Transport/shipping dimension and the dimension of space required for handling various
parts for maintenance. (R)
The manual shall clearly indicate method of installation, check ups and tests to be
carried out before commissioning of the equipment.
4.04.00 Any other relevant drawing or data necessary for satisfactory installation, operation and
maintenance.
4.05.00 The drawings and document marked with (A) above are of ‘Approval’ category and are
subject to review by Purchaser. Those marked (R) are for ‘reference’ category.
The Purchaser may also review the documents marked (R) if found necessary. The
Bidder shall note that the approval of drawings & documents by the Purchaser does not
relieve him of his contractual obligation.
4.06.00 All drawings shall be prepared by using Auto CAD, approved version and documents
shall be generated using MS Office. The paper copy of the drawings & document shall
be submitted for approval & reference. All final drawings and documents shall be
submitted in CD in Auto CAD 2006 and MS office format as applicable for Purchaser’s
future reference.
The Bidder may note that the drawings, data and manuals listed herein are minimum
requirements only. The Bidder shall ensure that all other necessary write-ups, curves
and information required to fully describe the equipment are submitted with his bid.
ANNEXURE-A
1.0 General
2.0 Rating
11KV 3.3KV
System insulation class for
line end & ground end KVrms : 75/28 KV 40/10KV
(peak/r.m.s) (peak/r.m.s)
Insulation level (applied
1min. power frequency potential) KVrms : 75/28 KV 40/10KV
(peak/r.m.s) (peak/r.m.s)
3.0 NGR & NGR Cubicle
4.0 Insulators
ANNEXURE-B
Sl.
Items Qty
no.
ANNEXURE-C
Neutral grounding Resistor (NGR) and associated equipment with all necessary accessories
SECTION-III
CONTENTS
SCHEDULE - I TO VIII
SCHEDULE- I
PROPOSAL PARTICULARS
a. Whether registered
9. Terms of Payment :
10. Delivery :
11. Conformance :
SHEDULE-II
TECHNICAL PARTICULARS
FOR
SEGREGATED PHASE BUSDUCT
1.19 Conductivity
a. Conductor :
b. Enclosure :
1.20 Conductor Data
a. Conductor Shape :
2
b. Conductor Size (mm ) :
c. Conductor treatment (Painting/insulation) :
d. Flexible conductor type :
e. Flexible conductor dimension :
f. Flexible conductor connection :
g. Type of joints :
h. Silver plated :
i. Compound for preventing galvanic corrosion at joints :
1.21 Enclosure Data
a. Enclosure Shape :
b. Phase spacing (mm) :
c. Phase to neutral spacing (mm) :
d. Overall dimension (enclose drawing) (BxH) mm :
e. Thickness (mm) :
1.22 Interphase Barrier plate for segregated bus duct
a. Material :
b. Thickness (mm) :
c. Means for absorbing expansion/vibration
i. At equipment terminal :
ii. At straight run :
d. Expansion bellows Type
i. Equipment terminal :
ii. Straight run :
e. Number of expansion bellows considered
i. Equipment terminal :
ii. Straight run :
f. Technical details of expansion below enclosed? (Yes :
/ No)
g. Dimension drawing of expansion below enclosed? :
(Yes / No)
1.23 D.C. Resistance at in micro Ohm/meter/phase
a. Conductor
i. 20oC :
o
ii. 85 C :
b. Enclosure
i. 20oC :
ii. 70oC :
1.24 Skin-effect Ratio :
1.25 50 Cycle Reactance in Ohm/meter/phase :
1.26 Capacitance to Ground in Microfarad/meter/phase :
1.27 Losses in Watt/meter/phase
a. Conductor :
b. Enclosure :
1.28 Enclosure Finish
a. Base (synthetic enamel / epoxy) :
b. Outside :
c. Inside :
1.29 Phase to earth clearance provided (mm) :
1.30 Bus Insulator
a. Make :
b. Type :
c. Reference Standard :
d. Number of insulator per support :
e. Voltage Class (kV) :
f. Creepage distance (mm) :
g. Compression strength (kg) :
h. Cantilever strength (kg) :
i. 1 min. Wet Power Frequency Withstand (kVrms) :
j. Impulse volt withstand (kVpeak) :
k. Average Span (M) :
l. Weight per insulator (kg) :
m. Support insulator provided per phase near both ends :
of each shipping section of busduct ?
1.31 Supporting Steel Structure
a. Hot dip galvanized? (Yes/No) :
b. Typical drg of hanger support enclosed? (Yes/No) :
c. Typical drawing of ground support enclosed? :
(Yes/No)
d. Number of hanger supports considered (span) :
e. Number of ground support considered (span) :
1.32 Grounding
a. Material and size of ground bus provided separately :
b. Number of ground pads provided for 50 x 6 mm :
galvanized steel flats
1.33 Switchgear Terminal Adaptor Box
a. Material of enclosure :
b. Thickness of enclosure (mm) :
c. Material of Interphase barrier, if any :
SCHEDULE – II
TECHNICAL PARTICULARS
FOR
NEUTRAL GROUNDING RESISTOR
1.0 General :
1.1 Make :
1.2 Service :
1.4 Rating
a Rated voltage :
e Electrical Resistivity :
f Temperature Co-efficient of :
Resistance
ii Continuous Rating :
3.0 Temperature
5.0 Construction
1.0 Make :
2.0 Type :
3.0 Service :
7.0 Weight
a Self weight :
SCHEDULE – III
.......................
Bidder's Name
LIST OF SPECIAL TOOLS AND TACKLE
The Bidder shall tabulate below the item wise list of tools furnished by him for the operation and
maintenance of the equipment supplied under this Specification and whose total cost has been
indicated separately in PRICE TABULATION SHEET.
10
The Bidder shall prepare this list separately for “Segregated Phase Busduct (SPBD) &
Neutral Grounding Resistor (NGR) respectively.
………………..
Bidder's Name
DRAWING SUBMISSION SCHEDULE
1.
2.
3.
4.
5.
6.
7.
8.
10.
The Bidder shall prepare this list separately for “Segregated Phase Busduct (SPBD) & Neutral
Grounding Resistor (NGR) respectively.
The Bidder shall prepare this list separately for “For Approval” and “For Reference”
drawings/documents.
The Bidder shall also furnish the time in weeks for resubmission of reviewed/commented
drawings from Owner from the date of receipt.
If the proposal has got any deviation from the Technical Specification, the Bidder shall tabulate
these deviations clause by clause in this Schedule. Add more sheets, if required.
The Bidder shall furnish the list of deviations separately for “Segregated Phase Busduct (SPBD)
& Neutral Grounding Resistor (NGR) respectively.
.......................
Bidder's Name
If the proposal has got any deviation from the tendering conditions and the General Conditions
of Contract, the Bidder shall tabulate these deviations clause by clause in this Schedule. Add
more sheets, if required.
........................
Bidder's Name
SCHEDULE – VII:
SALIENT EVALUATION CRITERIA (CONTD)
........................
Bidder's Name
SCHEDULE IX TO XIV
SCHEDULE-IX
........................
Bidder's Name
PRICE TABULATION SHEET
15 4SR10SR7 2000 10
16 4SR20SR8 2000 10
17 1ST10SR1 3000 85
18 1ST20SR2 3000 85
19 2ST10SR3 3000 60
20 2ST20SR4 3000 60
21 3ST10SR5 3000 85
22 3ST20SR6 3000 85
23 0SR10SR5 3000 310
24 0SR10SR3 3000 45
25 0SR20SR4 3000 15
26 0SR20SR6 3000 375
27 0SR30SR7 3000 390
28 0SR40SR8 3000 390
29 0SR50SR7 3000 50
30 0SR60SR8 3000 40
31 RWT1SR01 2000 20
32 RWT2SR01 2000 20
33 11 kV Segregated Phase Busduct Total
Sl.
Description Qty (Nos.) Price (Rs.)
No.
22.13 Ohms, 11000 V, 300 A for 10 seconds
for Unit Transformers. 1KXYNG1, 1KXYNG2,
1. Eight (8)
2KXYNG1, 2KXYNG2, 3KXYNG1 & 3KXYNG2,
4KXYNG1, 4KXYNG2.
22.13 Ohms, 11000 V, 300 A for 10 seconds
for Station Transformers. 0KXYNG1,
2 Six (6)
0KXYNG2, 0KXYNG3, 0KXYNG4, 0KXYNG5 &
0KXYNG6.
c NGR : Rs.
Bidder's total charges for erection, testing &
:
commissioning of (8a+8b+8c)
Bidder's Total Price f.o.r. Site (Items 5 + 6 + :
9. 7+8) Rs………………………………..
c. Excise Duty :
d. Sales Tax :
e. Octroi Duty :
15.1 Firm?
a. What is ceiling?
b. Price variation formula with prevailing
rates of labour and materials (Add
separate sheet, if required)
16. Is the Deviation Sheet filled up?
SCHEDULE-X
Since there may be addition or deletion of items on finalization of the Contract, the Bidder shall quote
for break-down prices of items listed as below. The prices shall be firm and f.o.r. site inclusive of all
taxes, duties and transit insurance.
SCHEDULE-XI
The Bidder shall quote Mandatory spares for erection & commissioning and recommended spare
parts for five (5) years’ continuous operation. The prices shall be to site inclusive of all taxes, duties,
freight and transit insurance. Add more sheets, if necessary.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
SCHEDULE-XII
The Bidder shall quote below item wise prices to site for tools and tackle furnished by him for the
operation and maintenance of equipment supplied under this specification. The price shall inclusive
of all taxes & duties, freight & transit insurance.
Sl. No. Description Quantity Unit Price F.O.R. Total Price (Rs.)
(Rs.)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
SCHEDULE-XIII
Against each and every deviation from the Technical and commercial conditions as enumerated in
Deviation Sheet : Technical & General condition contract, the amount by which the Bid Price will
thereby be increased or decreased shall be given clause by clause in this Schedule. In case the
amount is not mentioned in the Schedule against any of the deviation mentioned in Deviation Sheet, it
will be taken for granted that the same does not involve any change in the Bid Price. Add more
sheets, if required.
Clause No. Deviation, if any Amount by which the Bid Price will change
Increase (Rs.) (+) Decrease (Rs.) (-)
SCHEDULE -XIV
DECLARATION SHEET
I, ............................ certify that all the above typed-in data and information pertaining to this
specification are correct and are true representation of the equipment covered by our formal Proposal
dated .............
I hereby certify that I am duly authorized representative of the supplier whose name appears above
my signature.
Authorised Representative's
Signature : ...............................
Authorised Representative's
Name (Typed) : ...............................
Manufacturer's Intent : The Manufacturer hereby agrees fully to comply with the
requirements and intent of this specification for the price
indicated.
Authorised Representative's
Signature : ..............................