Date post: | 16-Mar-2018 |
Category: |
Documents |
Upload: | dinhkhuong |
View: | 215 times |
Download: | 1 times |
Signature And seal of Bidder 1
Ref: P.R. 37311
TECHNICAL SPECIFICATIONS
FOR REROFITTING OF
FEEDER PROTECTION RELAYS
FOR 6.6 KV I/C & TIE FEEDERS # 1&2,
415V USS – 3, SSS - 2 & TMCC I/C, O/G &
TIE FEEDERS # 3
Signature And seal of Bidder 2
INDEX
SL. NO
CONTENT DESCRIPTION PAGE NO.
1 SECTION I
QUALIFYING REQUIREMENTS FOR BIDDERS
3-4
2 SECTION II TECHNICAL SPECIFICATION 5-24
3 SECTION III ANNEXURES 25-35
4 SECTION IV TECHNICAL SCHEDULES 36-46
Signature And seal of Bidder 3
SECTION : I
QUALIFYING REQUIREMENT FOR BIDDERS
Signature And seal of Bidder 4
SECTION : I QUALIFYING REQUIREMENT FOR BIDDERS
1. The bidder shall be original equipment manufacturer (OEM). The
offered Relay have to be designed, manufactured and tested as per relevant IS/IEC with latest amendments.
1.A Bidders not meeting the requirements at 1 above but authorized by
OEM having qualifying requirement as per 1 above can also participate, provided they have valid ongoing collaboration with manufacturer. In such an event the bidder shall furnish, along with his bid, documentary evidence for the same and an undertaking from the bidder and collaborator accepting joint and several liabilities of all the obligations under the contract.
2. The minimum requirement of manufacturing capacity of offered type,
size and rating of Relays shall be as per Annexure-I. The bidder should indicate manufacturing capacity by submitting latest updated certificate of a Chartered Engineer (CE).
3. Relay offered shall be in service for a minimum period of THREE (3)
years and satisfactory performance certificate from utilities like State Electricity Corporations, NTPC, PGCIL etc. in respect of this should be submitted. The details shall be submitted in Schedule 5 for “Performance and Experience Detail “
4. The bidder should clearly indicate the quantity and single value
contract executed during last five (5) years for the offered product. Bidder should have executed one single contract during last five years for the quantity equivalent to bid. The details should be submitted as per format in Schedule 6 “Largest Quantity order Executed Details. “
5. Relay offered shall have type test certificates from accredited
laboratory (accreditation based on ISO/IEC/Guide 25/17025 or EN 45001 by the national accreditation body of the country where the lab is located.) as per IS/IEC/Technical specification, not older than FIVE (5) years from the date of opening of technical bid.
6. The bidder shall guarantee for supplying maintenance spares, updates
of software / firmware versions and services as well as repairing of relays for a period of the life expectancy of 25 years.
Signature And seal of Bidder 5
SECTION : II
TECHNICAL SPECIFICATION
Signature And seal of Bidder 6
CONTENTS
Sr. No.
DESCRIPTION PAGE NO.
1.0 SCOPE 7
2.0 SCHEDULE OF REQUIREMENT 8
3.0 STANDARDS 8
4.0 PRINCIPAL TECHNICAL PARAMETERS 8
5.0 GENERAL TECHNICAL REQUIREMENTS. 8
6.0 INSPECTION DURING MANUFACTURING. 17
7.0 QUALITY ASSURANCE PLAN 17
8.0 PERFORMANCE GUARANTEE 17
9.0 DEVIATIONS 18
10.0 DOCUMENT SUBMISSION. 18
11.0 DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED BY BIDDER ALONGWITH THE BID.
21
12.0 DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED BY SUCCESSFUL BIDDER AFTER AWARD OF CONTRACT.
21
13.0 DEMONSTRATION 22
14.0 PACKING AND TRANSPORTATION. 22
15.0 TRAINING 23
16.0 SUPERVISORY INSTALLATION & COMMISSIONING
24
17.0 SCHEDULES 24
18.0 GUARANTEE FOR MAINTENANCE SPARES AND SERVICES
24
Signature And seal of Bidder 7
1.0 SCOPE
The overall scope of work proposed to be assigned to the successful bidder according to this specification covers the following aspects.
1.1 Design and manufacture of numerical relay, inspection and testing at manufacturer’s works, packing, supply, transportation & delivery at site mounting ,wiring and commissioning at site in place of existing electromagnetic/static Over Current and Feeder protection relays provided for protection of 6.6KV & 415V Incomer & Tie feeders # 1, 2 & 3.
1.2 Proper and necessary co-ordination between the relay to be
supplied (and commissioned) against this specification and the existing equipment like control & relay panels, switchgears, instrument transformers etc.
1.3 The bidder shall visit the Power Station and interact with the
concerned engineers of GSECL to estimate / assess the quantum of work.
1.4 It is not the intent to specify completely all the details of the
design and construction of equipment. However, the equipment shall conform in all respects to high standards of engineering, design and workmanship as mentioned in clause 4.0 and shall be capable of performing continuous commercial operation up to the supplier’s guarantee. In a manner acceptable to the purchaser, who will interpret the meaning of drawings and specifications, and shall have the power to reject any work of material which, in his judgment is not in accordance therewith. The offered equipment shall be complete with all components necessary for their effective trouble free operation. Such components shall be deemed to whether those are specifically brought out in this specification and/or the commercial order or not.
Signature And seal of Bidder 8
2.0 SCHEDULE OF REQUIREMENT 2.1 The requirement of relays to be supplied against this
specification and their required deliveries are given in Annexure – II (SCHEDULE OF REQUIREMENT AND DESIRED DELIVERIES)
2.2 Delivery instructions shall be issued to the successful bidder
after placement of orders and after inspection and testing of relays at manufacturer’s works.
3.0 STANDARDS: 3.1. Unless otherwise specified elsewhere, in this specification, the
rating, performance and testing of relay and accessories shall conform to the latest revisions, available at the time of placement of order of all relevant standards listed in Annexure – III. The supplier shall submit the copies of the relevant standards applicable to the relay.
3.2. The equipment shall also comply with the latest revision of Indian Electricity Act and Indian Electricity Rules and any other applicable statutory provisions, rules and regulations applicable in the locations where these are to be installed.
4.0 PRINCIPAL TECHNICAL PARAMETERS:
The relay covered in these specifications shall have the technical requirements listed in Annexure – IV.
5.0 GENERAL TECHNICAL REQUIREMENTS 5.1 SCOPE OF SUPPLY 5.1.1 The scope of supply shall include the following equipments.
a) Supply of relay , as specified in specification b) Peripherals like cable for front connection with relay,
its software for setting modification, DR reading & for preparing logic in side relay etc.
Signature And seal of Bidder 9
c) Preparation and furnishing of installation, commissioning instructions and maintenance manual for all protections with all operational feature/optional feature
d) softcopy as well as hardcopy of four sets of all types of as-built drawings, schematics and electrical internal circuits, indicating measuring points and measuring values, external cable connection drawings, wiring schedules, relay data sheet
5.2 SCOPE OF SERVICES 5.2.1.1 The bidder shall provide the following services for all Incomer &
Tie FEEDER panels under the scope of these specifications.
5.2.1.1 Removal of existing relay and hand over to concerned power station In-charge.
5.2.1.2 Cutting / fabrication work, supply of plate for fixing or
installing new relays, supply wires, making termination, blanking the open space by plates etc.
5.2.1.3 Carry out required wiring modifications in the panel to
include following logic. a) Trip Circuit Supervision to supervise trip coil of circuit breaker in pre-close & post-close condition
b) Closing permissive interlocks.
5.2.1.4 Successful bidder has to communicate all retrofitted relays through backside communication port to the engineering station, if available at site which include supply and work of lying/termination of suitable communication cable from relay to engineering station with all required accessories for communication. Programming of relays and downloading/uploading of all data at engineering station.
5.2.1.5 Secondary of Current Transformer shall be terminated
on disconnecting type terminal connectors, if not available in existing panel. The C.T. Wires shall be color coded.
5.2.1.6 Any other consumable items like lugs, connectors,
screws, nut bolts etc required for retrofitting is in Bidder’s scope at free of cost.
Signature And seal of Bidder 10
5.2.1.7 The work should be executed as per the instruction of Engineer In-charge of the project and his decision will be final for any matter.
5.2.1.8 The wiring for existing annunciations or new annunciations shall be done as per site requirements.
5.2.1.9 The modified and retrofitted control and relay panels have to be tested commissioned before putting the feeders into service.
5.2.1.10 Any defects arises in relay or relay found defective during testing at site shall be replaced free of cost, which include transportation also.
5.2.1.11 The retrofitting job work should be completed during shutdown.
5.2.1.11 Preparation and furnishing of all the required drawings including schematic, internal external cable connection drawings and wiring schedules shall be carried out. All wires shall be ferruled at both ends even on shorting links also and shall be clearly shown in the schematic drawings.
5.2.1.12 Testing and commissioning of relays for all functions/logics and furnishing of test certificates
5.2.2 The bidder shall provide the following services for all INCOMER & TIE FEEDER panels under the scope of these specifications.
5.2.2.1 Supply of plate for fixing or installing new relays, wires, consumable items like lugs, connectors, screws, nut bolts etc required for retrofitting is in Bidder’s scope at free of cost.
5.3 LABEL
5.3.1 Relays shall be provided with labels. The labels shall be mounted directly below the relay.
Signature And seal of Bidder 11
5.3.2 Relay shall also be provided tag numbers corresponding to the ones shown in the panel internal wiring to facilitate each tracing of wiring. These labels shall be mounted directly by the side of the respective equipment and shall not be hidden by the equipment wiring.
5.3.3 Labels shall be made of Aluminum anodized plate P.V.
Castings. Labels shall have white letters on block background. All relays shall be given standard abbreviation numbers with name of device, corresponding to the ones shown in the panel internal wiring.
5.4 Internal Wiring 5.4.1 All wiring shall be carried out with 1100V grade single core
multi strand flexible copper conductor wires with HRPVC insulation and shall be flame retardant, vermin and rodent proof. The current carrying capacity of wire shall be adequate for the duty assigned to it considering short circuit condition and shall have sufficient flexibility to facilitate proper termination at any location. Color coded wires (red, yellow, blue, black) shall be used for CT, The copper conductor used for internal wiring be one 2.5 Sq mm per lead.
5.4.2 The wire numbers shown in the wiring diagram shall be in accordance with IS375/BS152/BS156. All wires directly connected to trip circuit breaker or devices shall be distinguished by addition of a red colored or lettered ferrule. Number 6 and 9 shall not be used.
5.4.3 Panel wiring shall be securely supported, neatly installed by
lacing and tying, readily accessible and connected to equipment terminals and terminal blocks. Flame retardant, plastic wiring channels/troughs with strap on plastic covers shall be used for this purpose. Sufficient space in channel for modification of wiring shall be kept.
5.4.4 Wire termination shall be made with solder less crimping type of
tinned copper lugs which firmly grip the conductor. Insulation sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules, marked to correspond with
Signature And seal of Bidder 12
panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wire and shall not fall off when the wire is disconnected from terminal blocks.
5.4.5 The bidder shall be responsible for the completeness and
correctness of the internal wiring and for the proper functioning of the connected equipment.
5.5 Earthing 5.5.1 All metallic cases of relays shall be connected to earth bus by
copper wires of size not less than 2.5 sq. mm. The color of the earthing wire shall be green.
5.5.2 Looping of earth connections which would result in loss of earth
connection to other devices when the loop is broken shall not be permitted. However, looping of earth connections between equipment to provide alternative paths, to earth bus shall be provided.
5.5.3 CT secondary neutral or common lead shall be earthed at one
place only. Such earthing shall be made through links, so that earthing may be removed from one group without disturbing continuity of earthing systems for other group.
5.6 Terminal blocks 5.6.1 Terminal blocks shall be 1100 V grade, 45 amps rated, one piece
molded, complete with insulated barriers, stud type, melamine housing brass terminals, washers, brass nuts and brass lock nuts and identification strips. Markings on the terminals strips shall correspond to wire number on the wiring diagrams. Not more than 2 wires shall be connected to any terminals.
5.6.2 All spare contacts and terminals of the relays shall be wired up to
terminal blocks with ferrule numbers starting with U.
5.6.3 Molding materials shall be self extinguishing or resistant to flame propagation, substantially non hydroscopic and shall not carbonized when tested for tracking. The insulation between any terminal and frame work between adjacent terminals shall with
Signature And seal of Bidder 13
stand test of 2kV RMS for one minute. The molding shall be mechanically robust to withstand handling while making terminations.
5.6.4 Easily removable Protective transparent plastic covers for placing
over the live parts of the terminal blocks shall be provided invariably.
5.7 Painting 5.7.1 All sheet steel work shall be phosphated in accordance with the
following procedures and in accordance with IS; 6005 `Code of Practice for phosphating iron and steel’.
5.7.2 Oil, grease, dirt and swart shall be thoroughly removed by
emulsion cleaning. 5.7.3 Rust and scale shall be removed by pickling with dilute acid
followed by washing with running water, rinsing with slightly alkaline hot water and drying.
5.7.4 After phosphating, through rinsing shall be carried out with clean
water followed by final rinsing with dilute bi-chromate solution and oven drying.
5.7.5 The phosphate coating shall be sealed by the application of two
coats of ready mixed, stowing type zinc chromate primer. The first coat may be `Flash dried’ while the second coat shall be stowed.
5.7.6 After application of the primer, two coats of finishing synthetic
enamel paint shall be applied, each coat followed by stowing. The second finishing coat shall be applied after completion of tests. The plate shall have color confirming to shade of existing panel.
5.7.7 Each coat of primer and finishing paint shall be of a slightly
aesthetically pleasing appearance free from dirt and uneven surface.
5.7.8 The paint thickness shall be 60- 100 microns for powder coating.
Signature And seal of Bidder 14
5.8. Mounting. 5.8.1 Relays shall be mounted such that removal and replacement can
be accomplished individually without interruption of service to adjacent equipment.
5.9 RELAYS 5.9.1 The general requirements for the protective relays are described
here under however; all relays shall in general comply with the technical specifications mentioned in Annexure IV
5.9.2 All relays shall confirm to the requirements of IS: 3231/IEC-
60255 or other applicable standards. Relays shall be suitable for flush mounting on the front with connections from the rear.
5.9.3 All AC operated relays shall be suitable for operation at 50 Hz.
The current operated relays for 1 or 5 amp. CT secondary shall have adequate thermal capacity for continuous operation.
5.9.4 The protective relays shall be suitable for efficient and reliable operation described in the specification.
5.9.5 Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing and maintenance.
5.9.6 The setting ranges of the relays offered, if different from the ones specified shall also be acceptable if they meet the functional requirements.
5.9.7 All relays and their drawings shall have phase indications as R-Red, Y-Yellow and B-Blue.
5.9.8 a) Necessary licensed copy of software and hardware to up/ down load the data to/from the relay from/to the computer installed in the power station shall be provided.
b) The software shall be suitable for operations like switching, retrieval of information or changing of setting groups, retrieve oscillographic fault data from the relay memory and to store fault record data as oscilloraphic records in standard COMTRADE format. The software shall be suitable to provide oscilloraphic data into several different graphical representations that can be used to analyze the fault or event captured by the relay. It shall also be
Signature And seal of Bidder 15
possible to calculate additional values from the captured signals and displaying analog curve with time base phasor diagram locus diagrams, harmonic graphs etc. Automatic upload of DR files should be possible.
c) The relay shall have front RS232 / Ethernet communication
facility. d) The relay shall be supplied with all the software, IO Cards,
required cable and converter for local communication e) All not used terminal shall also be provided with screws
washers, lugs etc as for used terminal.
5.9.9 All the bidders have to demonstrate relays as may be demanded by the GSECL, free of cost within 15 days after issue of intimation from GSECL for verifying its functions, features, accuracies etc. The testing shall be performed by fully automatic testing set. The relays which don’t meet requirements, don’t function as per GTP will not be accepted.
5.9.10 The type test offered for relay shall be supplied with full options of
protection and control functions mentioned in the catalogue. 5.10 TESTS 5.10.1 Type test
5.10.1.1 The relay offered shall be fully type tested as per the relevant standards. Test certificate not older than 5 years shall be supplied along with offer by the bidder.
5.10.1.2 The reports for following type tests shall be submitted
by the bidder.
a) Insulation tests as per IEC – 60255-5. b) High frequency disturbance test as per IEC-60255-4 (Appendix – E) Class III c) Fast transient test as per IEC 1000-4 Level III. d) Relay characteristics, performance and accuracy test as per IEC 60255.
� Steady state characteristics and operating time.
Signature And seal of Bidder 16
� Dynamic Characteristics and operating time for distance protection relays and current differential protection relays.
� For Disturbance recorder and even logger only performance tests are intended under this item.
e) Tests for thermal and mechanical requirements as per IEC-60255-6 f) Tests for rated burden as per IEC – 60255-6
g) Contact performance test as per IEC – 60255-0-20.
5.10.1.3 The purchaser reserves the right to demand repetition
of some or all the type test in the presence of the purchaser’s representative. For this purpose the bidder may quote unit rates for carrying out each type test. For any change in the design/type already type tested and extra cost in case, the equipment has not been type tested earlier, the entire type test as per relevant standards shall be carried out by the successful bidder in the presence of purchaser’s representative without any extra cost.
5.10.2 Acceptance and routine tests
5.10.2.1 All acceptance and routine test as stipulated in the relevant standards shall be conducted at the place of manufacturer in presence of Purchaser’s representative without any extra cost.
5.10.2.2 Immediately after finalization of the programme of
type/ acceptance/ routine/ testing the supplier shall give two weeks advance intimation to the purchaser to enable him to depute his representative for witnessing the tests.
5.10.2.3 No equipments shall be dispatched before all tests
and inspection have been carried out according to the approved quality assurance plan unless otherwise instructed by the purchaser
Signature And seal of Bidder 17
6.0 INSPECTION DURING MANUFACTURING 6.1 The inspection may be carried out by the purchaser at any
stage of manufacture. The successful bidder shall grant free access to the purchaser’s representative at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specifications and shall not prevent subsequent rejection if the equipment is found to be defective.
6.2 The supplier shall keep the purchaser informed well in advance,
about the manufacturing programme so that the arrangement can be made for inspection.
6.3 The purchaser reserves the right to insist for witnessing the
acceptance routine testing of bought out items. 7.0 QUALITY ASSURANCE PLAN 7.1 The bidder shall invariably furnish along with his offer the
quality assurance plan adopted by him/his sub-supplies in the process of manufacturing all major equipment/component.
7.2 Precaution taken for ensuring usage of quality raw materials and sub-components shall be stated in the quality assurance plan.
7.3 The bidder should specifically express their consent to accept
additions, revisions to their quality assurance plan to meet the purchaser’s requirements if needed. The final quality assurance plan to be adopted, with mutual consent, shall be decided after discussion with successful bidder.
8.0 PERFORMANCE GUARANTEE
8.1 All equipment supplied against this specification shall be guaranteed for a period of 24 months from the date of receipt at the destination store center. However any engineering error, omission, wrong provision, equipment failure etc., if found during
Signature And seal of Bidder 18
actual commissioning of the equipment shall be attended by the supplier free of cost.
9.0 DEVIATIONS
No deviations to this specification shall be acceptable unless specifically indicated in the offer in the relevant schedule. All deviations shall be clearly spelt out by the Bidder and the price implications thereof. Bidder must furnish List of Technical Deviations mentioning the specification clause nos. against which deviations have been sought for. Compliance with this specification will be taken for granted in absence of any specific mention of deviations in the said list of deviations. Any implied deviation or any deviation mentioned elsewhere in the offer shall not be considered.
10.0 DOCUMENT SUBMISSION
10.1 All drawings/documents submitted by supplier shall be in sufficient detail to indicate the type, size, arrangement, weight (as applicable),the external connections, fixing arrangements required, the dimensions required for installation and interconnections with other equipment and materials, clearances and spaces required between various portions of equipment and any other information specifically requested.
10.2 Drawings / Documents submitted shall be signed by responsible representatives of the Bidder and all drawings shall be of A-3 size. (297mmX420 mm)
All dimensions on drawings shall be in Metric Units, unless otherwise specified. The details in the drawings shall be in English language only.
10.3 In addition to the information provided on drawings, each drawing shall carry a revision number, date of revision and brief details of revisions carried out. Wherever any revision is carried out, correspondingly revision number must be updated. All revisions carried out shall be highlighted on the drawing and a separate sheet furnished stating the reasons for such
Signature And seal of Bidder 19
revision. A note stating drawing is generally revised is not acceptable.
10.4 Drawings submitted by the Bidder for approval will be checked
/ reviewed by the Purchaser’ and comments, if any, on the same will be conveyed to the Bidder. It is the responsibility of the Bidder to incorporate correctly all the comments conveyed by the Purchaser on the Bidder’s drawings. The drawings which are approved with comments are to be resubmitted to the Purchaser for purpose of records. Such drawings will not be checked / reviewed by the Purchaser to verify whether all the comments have been incorporated by the Bidder. If the Bidder is unable to incorporate certain comments in his drawings he shall clearly state in his forwarding letter such non-compliance along with valid reasons and justification.
10.5 Any work performed or material ordered by the Bidder prior to
receipt of drawings stamped ‘Approved with comments as noted’ by the Purchaser shall be at the risk of the Bidder. After print of any drawing has been returned ‘Approved’, the Bidder may release the parts covered by the drawing, for production / construction.
10.6 Reproducible, where called for in the Drawing Submission
Schedule, shall be submitted after the approval of drawings. These should be of good quality and capable of producing clear and legible prints.
10.7 Upon completion of the installation, the Bidder shall furnish a
complete set of drawings on reproducible tracing film on which the Bidder shall make in a neat and accurate manner, a complete record of all changes and revisions to the original design, as installed in the completed work. These drawings shall be submitted to the Purchaser.
10.8 Drawings prepared by the Bidder and approved by the
Purchaser shall be considered as a part of the Contract Specification. However, examination and approval of the drawings by the Purchaser shall not relieve the Bidder of his responsibility for engineering, design, workmanship, materials and construction under the Contract.
Signature And seal of Bidder 20
10.9 If, at any time before the completion of the work, changes are made necessitating revision of approved drawings, the Bidder shall make such revisions and proceed in the same routine as for the original approval.
10.10 The drawing and documents which are not subject to
approval shall be stamped “FOR INFORMATION”. However, the Purchaser shall reserve the right to comment.
10.11 The Bidder shall prepare and submit to the Purchaser,
operation and maintenance manuals in accordance with the Purchaser’s requirements and in sufficient detail, for the Purchaser to get familiarized with the equipment and to enable him to operate, maintain, dismantle, reassemble, adjust and repair the equipment in a safe and efficient manner. O&M Manual shall contain
i) Vendor Contact Details ii) Storage Instruction iii) Erection & Commissioning Instruction iv) Operating Procedure /Instruction and Maintenance
Schedule v) List of Bought out component & sub vendor’s addresses vi) Technical Data Sheet vii) Leaflets of Bought Out component vii) Drawings etc.
10.12 A separate section of the manuals shall be devoted to each size/ type of equipment and shall contain a detailed description of construction and operation, together with all relevant pamphlets, catalogues, drawings and a list of parts with procedure for ordering spares. Maintenance instructions shall include checking, testing and replacement procedures to be carried out to ensure trouble-free operation.
10.13 All documents including drawings, data sheets, erection and
commissioning manuals, O & M manuals shall be provided on electronic media viz. CD’s. Each electronic media shall be of high quality and suitable for long-term storage. The reproduction from media shall be of good quality.
Signature And seal of Bidder 21
11.0 DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED BY BIDDER ALONGWITH THE BID
11.1 As a minimum, the bidder shall furnish the following in two sets failing which the bids shall be rejected.
I. Typical general arrangement drawing of the equipment showing overall dimensions.
II. Typical schematic drawing in respect of relay/scheme offered
III. Catalogues for equipment and fittings & accessories IV. Operation & Maintenance Manual. V. Schedules as per Section III. VI. Quality assurance plan VII. Type test reports of similar rating equipment VIII. Experience certificates of supply of identical types of
equipment IX. List of sub-vendors for purchaser’s approval.
12.0 DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED
BY SUCCESSFUL BIDDER
12.1 After issue of detailed purchase order, the successful bidder shall submit within four weeks, four sets of complete drawings along with detailed bill off material for approval. In normal practice, the documents submitted for the approval will be commented upon or approved if in order, within 15 days from the date of receipt of the same.
12.2 Before dispatch of equipments to consignees, the supplier is
required to submit sets of following drawings / documents in suitable files. There shall be such five sets per equipment and shall be forwarded to a) Three sets to consignee before dispatch of equipment b) One set with equipment and c) One set to SE Testing, GSECL Vidyut Bhavan, Race Course Vadodara-390007
a. Control schematics and wiring diagrams. b. Operation and maintenance manual. c. Commissioning manual. d. Catalogues for all bought out items.
Signature And seal of Bidder 22
The manuals and test reports should be submitted in bound form suitable for long storage with the necessary information printed on the cover page as well as back for easy traceability. The documents not submitted in the above manner will not be accepted. All Erection, operation & maintenance manuals & drawings shall be furnished in reproducible form (CDs) also.
13.0 DEMONSTRATION
During technical scrutiny of the bid purchaser may ask to give demonstration of offered relay. The bidder shall demonstrate the same within two weeks of intimation from purchaser.
14.0 PACKING AND TRANSPORT 14.1 All equipment/material shall be suitably packed for transport,
carriage at site and outdoor storage during transit. The contractor shall be responsible for any damage to the equipment during transit due to improper and inadequate packing. The cases containing easily damageable material shall be very carefully packed and marked with appropriate caution symbols i.e. `FRAGILE’ `HANDLE WITH CARE’, `USE NO HOOK’ etc. The contents of each package shall bear marking that can be readily identified from the package list and packing shall provide complete protection from moisture, termites and mechanical shocks etc.
14.2 Wherever necessary proper arrangement for attaching slings for
lifting shall be provided and all packages clearly marked with gross weight, signs showing `UP’ and `DOWN’ sides of boxes, contents of each package, order no. and date, name of the plant of which the material in the package forms part of and any handling and unpacking instructions considered necessary. Any material found short inside the intact packing cases shall be supplied by the manufacturer/supplier without any extra cost.
14.3 Bidder shall ascertain, prior to shipment, from concerned
authorities, the transport limitations like weight and maximum
Signature And seal of Bidder 23
allowable package size for transportation. Fragile material such as relay cases, Instruments and other glass material shall be carefully covered with shock absorbing protective materials, such as thermocol, silica gel or equivalent moisture absorbent material in small cotton bags shall be placed inside the packing wherever necessary.
14.4 Each consignment shall be accompanied by a detailed packing
list containing the following information.
a) Purchase order reference.
b) Name of consignee
c) Details of consignment
d) Destination
e) Total weight of consignment
f) Handling and unpacking instructions.
g) Bill of materials indicating contents of each package
h) Sign showing upper/lower side of the crate.
15.0 TRAINING
15.1 The successful bidder shall be required to provide facility for in-plant training, at no extra cost to the purchaser’s engineers’ to be nominated by the purchaser for a period of three days at site. The training shall cover familiarization with manufacturing and assembly techniques, procedures of installation, testing, commissioning, operation, maintenance and trouble shooting on the relays.
15.2 The programme of the training shall be mutually discussed and finalized by the purchaser with suppliers.
Signature And seal of Bidder 24
16.0 SUPERVISORY INSTALLATION & COMMISSIONING
16.1 The bidder shall depute their Engineer, technician to the site for carrying out the retrofitting work, testing and commissioning of relays, schemes etc., as per clause-5.2 free of cost
16.2 The successful Bidder has to offer bare minimum rate per day for
services of his Service Engineer, technician for testing and commissioning of relays, schemes etc at site on NO profit/No loss basis for the services other than mention in clause 5.2.
16.3 Any modifications in wiring required by the purchaser at site
shall be carried out by the successful bidder at the time of commissioning, free of cost
16.4 The purchaser shall provide an adequate number of
skilled/unskilled workers as well as all ordinary tools and equipment required for equipment erection at his (purchaser’s) expenses.
16.5 The rates quoted for the services of the engineers for the above
purpose shall remain valid during the period of 36 months after the expiry of Performance Guarantee period.
17.0 SCHEDULES 17.1 The bidder shall fill in the schedules indicated in Section iv which
form part of the bid specification and offer. If the schedules are not submitted duly filled in with the offer, the offer is likely to be rejected.
18.0 GUARANTEE FOR MAINTENANCE SPARES AND SERVICES
The bidder shall guarantee for supplying maintenance spares and services as well as repairing of relays for a period of the life expectancy of 25 years.
Signature And seal of Bidder 25
SECTION : III
ANNEXURES
Signature And seal of Bidder 26
CONTENTS
Sr. No.
DESCRIPTION PAGE NO.
I Annual Manufacturing capacity 27
II Schedule of requirements and desired delivery 28
III List of standards 29 - 31
IV Principal Technical Parameters of relays 32 - 35
Signature And seal of Bidder 27
ANNEXURE – I
ANNUAL MANUFACTURING CAPACITY Sr. No.
Product Annual manufacturing capacity (In multiple of bid quantity)_
1 Relays
Signature And seal of Bidder 28
ANNEXURE –II
SCHEDULE OF REQUIREMENTS AND DESIRED DELIVERY
Sr. No.
Name of power Station
Particulars of relays Qty. Desired Delivery
(Shall be furnished with commercial bid)
CONSIGNEE DETAILS
Sr. No
Name of power Station
Consignee Destination Mode of Dispatch
(Shall be furnished with commercial bid)
Signature And seal of Bidder 29
ANNEXURE: III
LIST OF STNDARDS
Sr.No. Standard no.
Title
1. IS-3231 Electrical relays for power system protection. 2. IEC-255
Part 1 to 3 Electrical relays for power system protection.
3. BS – 142 Electrical relays for power system protection 4. IS – 1248
IS – 2419 Indicating instruments.
5. BS – 89 Indicating instruments 6. IS – 6236 Recorders 7. BS-90 Recorders 8. IS – 722 Energy meters & control switches (LV
Switching devices for control and auxiliary circuits.)
9. BS – 37 Energy meters, control switches (LV Switching devices for control and auxiliary circuits)
10. IEC-337 & 337-1
Energy meters, control switches (LV Switching devices for control and auxiliary circuits)
11. IS – 2705 Current transformers 12. IS – 3156 Voltage transformers 13. IS – 4237 General requirements for switches and
control gear for voltages not exceeding 1 kV. 14. IS – 375 Marking and arrangements for switch gear,
bus bars, main connections and auxiliary wiring.
15. BS – 152 Relay coding, auxiliary wiring and panel and wiring.
16. IS – 8686 Static protective relays 17. IS – 2147 Degree of protection for cubicles 18. IEC-297
Part 1-3 Dimensions of mechanical structures of the 482.6mm (19)” series.
19. IS – 6875 Control switches (LV Switching devices for control and auxiliary circuits)
20. IS – 5 Colour for ready mixed paints and channels.
Signature And seal of Bidder 30
21. IS – 1554 Part-I, 1988
PVC insulated cables up to and including 1000 volts.
22. IS – 3842 Part- II to IV
Application guide for protection
23. IS – 9224 Part- II
HRC Cartridge fuse links.
24. IS – 6005 Code of practice for phosphating iron and steel
25. IS-5578 Guide for making of insulated conductors. 26. IS – 11353 Guide for uniform system of marking and
identification of conductors and apparatus terminals.
27. IS – 9482-1980
Characteristics values of input and outputs of single side band PLCC terminals.
28. IS- 9528 Part-1 and 2
Planning of (single side band) power line carrier systems.
29. IS – 10706 – 1983
Methods of tests for single side band PLC terminals.
30. IS-8997-1978
Coupling device for PLC systems (note This is to be referred for the PLCC terminal connections.
31. IEC-686-1 Transducers 32. IS – 2206 Fuses 33. IS – 9000 Dry heat test 34. IEC – 801-4 Electrical heat transient bursts. 35 IS 694 PVC Insulated cable for working voltage up to
& including 1100 volt.
Signature And seal of Bidder 31
Latest IEC Standards:
Sr.No. Standard no. Title Electromagnetic Compatibility type test: 1. IEC-60255-22-1, Class-III, MHz burst disturbance 2. IEC-60255-22-2, Class-III
IEC-61000-4-2, Class-III
Electrostatic discharge Direct application Indirect application
3. IEC-60255-22-4, Class-A Fast transient disturbance 4. IEC-, 60255-22-5 Surge immunity test 5. IEC-60255-22-7, Class-A Power frequency immunity
test 6. IEC-61000-4-8, Class-V Power frequency magnetic
field test 7. IEC- 60255-22-3 Radiated electromagnetic field
disturbance 8. EN-61000-4-3 Radiated electromagnetic field
disturbance 9. IEEE/ANSI/C37.90.2 Radiated electromagnetic field
disturbance 10. IEC- 60255-22-3 Conducted electromagnetic
field disturbance 11. IEC- 60255-25 Radiated emission Insulation tests: 1. IEC- 60255-5 Dielectric test
Impulse voltage test Insulation resistance
Environmental tests: 1. IEC-60068-2-1 Cold test
Storage test 2. IEC-60068-2-2 Dry heat test 3. IEC-60068-2-3 Damp heat test, steady state 4. IEC-60068-2-30 Damp heat test, cyclic CE compliance 1. IEC- 60255-26 Immunity 2. IEC- 60255-26 Emissive Test 3. EN-50178 Low voltage directive Mechanical tests 1. IEC- 60255-21-1 Vibration 2. IEC- 60255-21-2 Shock and bump 3. IEC- 60255-21-3 Seismic
Signature And seal of Bidder 32
ANNEXURE: IV
PRINCIPAL TECHNICAL PARAMETRS OF RELAY S
The protective relay shall confirm to the specification mentioned
below.
SR.
NO.
Item Specification
1 FEEDER
PROTECTION
RELAYS.
(NON
DIRECTIONAL
O/C & E/F)
MAKE: ABB/AREVA/SIEMENS/EASUN REYROLL/
GE
(A) Features:
a) The relay shall provide protection, display and store
all parameters necessary for post fault analysis.
b) Shall be Numerical type
c) Selectable CT Secondary. I.e. 1A / 5A
d) Shall have Non Directional 3 over current and 1
Earth Fault element.
e) Shall have at least 2 independent stages for each
over current and earth fault element.
f) Stage -1 shall be programmable to have IDMT
characteristic. It shall be possible to select Standard
inverse, very inverse, extremely inverse & long
inverse IEC Characteristic.
g) Stage - 2 shall be highset with a definite time.
h) Earth Fault protection shall be suitable for CTs
residually connected or Core Balance Current
Transformer connection.(CBCT)
i) Shall have in built Breaker Failure Protection.
j) Shall have in built Trip circuit supervision & CT
supervision features.
k) Shall have unbalance / phase discontinuity
protection.
l) Include hand reset LED indicators for fault.
m) Should be able to display continuously fault data
records/ tripping data records (data like date & time
of trip, measured quantities, etc) in English
language during fault condition.
n) Shall have digital input & output programmable
relays.
o) Readable Human Machine Interface with back lit
LCD display on front of relay panel having more
Signature And seal of Bidder 33
than one line by 20 characters
p) Should be able to store at least last 10 fault records
viz. Fault current, Faulty Phase etc with time stamp.
q) Shall have Disturbance Recording facility.
r) Should record all the events affecting and effecting
the relay performance. Shall have event recording
capacity of minimum 75 events.
s) Self monitoring.
t) Relay offered shall be communicable type.
(i) The relay should have two-communication ports
viz. Front RS232 port for local communication
for relay settings, extraction of DR, ER/ FR, etc.
and a Rear RS485 / fiber optic port for SCADA
connectivity. The software for addressing relay
individually and to have facilities like extraction
of measurement, Fault/ER, DR, the bidder shall
supply Time synchronization etc. The remote
communication protocol shall be IEC 60870 -5 -
103.
u) TRUE RMS Measurement. Of phase current,
neutral current etc.
v) Shall have more than 2 independent setting group.
w) Battery back up shall be available for long life in
case of auxiliary supply failure.
(B) Technical Parameters: 1. Rating: In = 1A or 5A, 50 Hz ±2.5
Hz
2. Auxiliary Supply : 110 and 220 V DC ±15 %
(C) Relay settings:
The relay operating range should be mentioned by bidder.
The preferable range of relays is as under. However
suitable range may be selected by end user as per site
condition.
I. Over current
Current Range. : 0.1 to 2.5 In in steps of 0.05
1. Time multiplier for IDMT : 0.05 – 1.6 in steps of
0.025
Signature And seal of Bidder 34
II. Over current Stage - 2 2. Current Range. : 0.06 to 50 In in steps of 0.05
3. Time in DT mode. : 0.00 to 14400 Sec.in steps of
0.01sec.
III. Earth fault O/C Stage-1
4. Current Range 0.005 to 5.0 In in steps of
0.005
5. Time multiplier for IDMT:0.05 – 1.6 in steps of
0.025
6. Time in DT mode. : 0.00 to 14400 Sec. in steps of
0.01sec.
IV. Restricted Earth fault 7. Current Range 0.05 to 0.95 In in steps of
0.05
8. Time in DT mode. : 0.00 to 14400 Sec. in steps of
0.01sec.
9. Operational Accuracy. : +/- 2.5 % of set value.
10. Reset Ratio. : 95%
11. Operating Time. : As per selectable characteristic.
For Inst. Element < 40 ms for
2xIn.
(D) Other Features:
1. Binary inputs. : Min 3 nos. and suitable for
Station Aux DC.
2. Outputs Relays:- - Total 5 Nos. Programmable
- 2 Nos. with N/O contacts and
- 3 Nos. with C/O contacts
Rating…
- Continuous carry 5 A
- Make & Carry for 0.2 s 30 A
Signature And seal of Bidder 35
3. LEDs :- - Total 9 with min. 2 nos.
Programmable & Fixed for
Trip, Healthy, and pick up
4.Communication:
• Front RS232 port for local communication
• Rear RS485 / Fiber optic Port for remote
communication / SCADA
• IEC 60870-5-103 protocol or latest
• Time Synchronization: IRIG B port / Binary input
5. Housing
• Flush Mounting
• Screw Terminals (‘O’ Lug for CT Connection)
• Degree of Protection IP50 or better
6. Temperature and humidity (a) Ambient temp -10 to 55
o C
(b) Relative humidity 10% to 90%
Non Condensing
(c) Operate range 0-95%
(d) Storage temp. -25 to 70 o
C
Signature And seal of Bidder 36
SECTION : IV
SCHEDULES
Signature And seal of Bidder 37
CONTENTS
Sr. No.
DESCRIPTION PAGE NO.
1.0 Prices and Delivery(Un priced) 38
2.0 General Particulars of Bidder. 39
3.0 Guaranteed Technical Particulars. 40 - 42
4.0 Deviation from Technical Specifications. 43
5.0 Performance and Experience Details.. 44
6.0 Largest Quantity order executed. 45
7.0 List of Documents submitted with the Bid. 46
Signature And seal of Bidder 38
SCHEDULE: 1
(This shall be furnished with the price bid filled in with prices and unpriced shall be furnished with the Technical bid)
Sr.No. Description Qty. Unit Ex. works Prices (Excl.taxes and Duties)
Total Ex. works prices (excl.taxes and duties)
Inland freight and Insurance
Total FOR prices (Excl. taxes and duties)
Signature And seal of Bidder 39
SCHEDULE - 2
GENERAL PARTICULARS OF BIDDER
1 Name of Bidder with registered office address
2 Bidder’s proposal number and date
3 Telegraphic / Telex Address
4 Telephone No.
5 Fax No.
6 E – Mail
7 Name and Designation of the Official of the Bidder to whom all reference shall be made
8 Project organisation chart showing staffing, furnished?
Yes / No
9 List of important personnel with brief curriculum vitae, furnished?
Yes / No
Signature And seal of Bidder 40
SCHEDULE – 3
GUARANTEED TECHNICAL PARTICULARS
(TO BE FILLED IN BY THE BIDDER -FURNISH WITH TECHNICAL
BID)
The GTP is to be filled up in this format and , to be submitted in
duplicate along with the offer. This is intended for speedy comparison
of various bidders GTP. The Bidder shall fill in the particulars against
appropriate items in respect of each rating and type of equipment
offered in the broad categories listed below. However, bidder shall
minimum cover all the specifications mentioned in Annexure-III,
even if it is not listed in the following table.
I FEEDER PROTECTION RELAYS(Non
Directional Over Current and Earth fault)
1. Make
2. Type Model No.
3. Whether Numerical measurement.
4. Auxiliary DC Voltage
5. CT input, specify whether selectable at site.
6. Over current element
(i) Stage-I setting range
Current Range and steps
Available types of IDMT Characteristics
Time dial for IDMT Characteristic and
steps
(ii) Stage- II ( High set) setting range
Current Range and steps
Time for DT Characteristic and steps
7. Earth Fault element
Suitability for residually connected CTs
and Core balance CTs.(CBCT)
(i) Stage-I setting range
Current Range and steps
Available types of IDMT Characteristics
Time dial for IDMT Characteristic and
steps
Time for DT Characteristic and steps
(ii) Stage- II (High set) setting range
Signature And seal of Bidder 41
Current Range and steps
Time for DT Characteristic and steps
(iii) Restricted E/F setting range
Current Range and steps
Time for DT Characteristic and steps
8. Burden at CT input
9. No. of setting Groups.
10. Whether Trip Circuit supervision & CT supervision
in built.
11. CB Monitoring facility
12. Whether Broken conductor / phase discontinuity
protection in built
13. Operating Time
14. Operational Accuracy Current and Time.
15. Reset Ratio.
Other features.
16. No. of Binary inputs.
17. Out put relays with contact configuration.
# Fixed
# Programmable
18. Out put relay contact rating
Make and carry continuous
Make and carry for 0.5 S.
19. Display type and character.
20. LEDs
Fixed
Programmable
21. Communication
Front port
Rear Port
Protocol
Time synchronization.
22. Facilities through HMI
23. Disturbance recorder
Sampling Freq.
Total Duration of fault recording.
Pre fault and post fault time.
No. Of records.
Duration of each record
No. of analog channel.
No. of digital channel
24. Fault records
Signature And seal of Bidder 42
No. of faults.
25. Events recording capacity.
26. Self supervision facility.
27. Relay housing
Flush / Projected
Degree of protection
28. Terminal Type
CT terminal
Other connections
29. Temperature and humidity
Ambient temp.
Relative humidity
Operating Range.
Storage Temp.
30. Other additional inbuilt function of the relay to
specify.
31. Any other information
32. Literature attached.
Signature And seal of Bidder 43
SCHEDULE - 4
DEVIATIONS FROM TECHNICAL SPECIFICATION
All the deviations from this specification shall be set out by the bidder, clause by clause, in this schedule. Unless specifically mentioned in this schedule, the bidder shall be deemed to confirm to the specification.
Reference Section and page
Description of Exceptions / Deviations
Reason for Exception / Deviation
Signature And seal of Bidder 44
SCHEDULE - 5
PERFORMANCE AND EXPERIENCE DETAIL Bidder shall furnish here a list of similar orders executed/under execution by him and name of persons to whom the reference may be made by the Purchaser in case he considers such reference necessary.
Sr. No.
Name of the Purchaser / Owner with full address
Location of the Plant / Equipment
Date of Commission
ing
Performance Certificate submitted (Yes/No)
Details of Equipment supplied & installed
Person to whom
reference be made
Signature And seal of Bidder 45
SCHEDULE-6
LARGEST QUANTITY ORDER EXECUTED
Sr. No.
ITEMS SUPPLIED TO
ORDER REFERENCE NO. & DATE
ITEMS QUANTITY
ORDER FULLY
EXECUTED YES/NO
STATUS IF ORDER UNDER
EXECUTION
REMARKS
Signature And seal of Bidder 46
SCHEDULE - 7
LIST OF DOCUMENTS SUBMITTED WITH THE BIDS
Documents Title and Description