+ All Categories
Home > Documents > Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai ,...

Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai ,...

Date post: 14-Mar-2018
Category:
Upload: vothu
View: 213 times
Download: 1 times
Share this document with a friend
25
GOVERNMENT OF PUDUCHERRY ELECTRICITY DEPARTMENT TENDER NOTICE Puducherry , Dt: 01-07-2013. Tender No. 03/ED/EE-II/JE/F-40/2013-14 Sealed tenders are invited by the Executive Engineer-II , Electricity Department, Puducherry for and on behalf of the President of India for the Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated modular ring main switchgears & associated equipments along with its other allied works at Kandan RMS Yard , Vallalar Salai , Puducherry as detailed below super scribing the cover with the reference numbers and date of opening as mentioned below. Ref. No Description Estimated Cost EMD Cost of Tender Form (5% VAT extra) 1 Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated modular ring main switchgears comprising 3 Nos. of Isolators (LBS), and its associated equipments along with its other allied works at Kandan RMS Yard , Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- ` 500.00 2. The tender forms can be either obtained from the Office of Executive Engineer-II, Electricity Department, Puducherry on all working days between 09:00 Hrs. and 17:00 Hrs. upto 15-07-2013 or to be downloaded from the Web address : www.electricity.puducherry.gov.in on subject to production of proof of the eligibility criteria noted at Para 4 below. 3. The Earnest Money Deposit and the cost of Tender cost should be drawn in favour of the Executive Engineer- II, Electricity Department, Puducherry and enclosed along with the tender. Tenders without Earnest Money Deposit and the cost of Tender will be summarily rejected. 4. Eligibility: The tenders received will be considered only on production of proof of having carried out three such similar works in the past five years. The tender specification is not transferable. This Department will not be responsible for the loss of tender specification or for delay in postal transit. Tenders received from the firms who have not purchased the tender document from this Department and tenders without Earnest Money Deposit and cost of Tender will be summarily rejected. Tenderer should either possess or engage a person who is in possession of Electrical Contractor Grade “A” License issued by the Licensing Board , Union Territory of Puducherry. The acceptance letter from the Licensee should be enclosed along with tender, failing which the tender will be rejected. 5. Tenders will be received by the Executive Engineer-II ,Electricity Department , Puducherry UPTO 11:00HRS. ON 17-07-2013 AND WILL BE OPENED ON SAME DAY AT 15:00 HRS. in the presence of tenderers who may wish to be present. In case, the due date for receipt/ opening of the tender happens to be a holiday, the same will be received/ opened on the next working day. The undersigned reserves the right to accept or reject any or all the tenders without assigning any reasons thereof. EXECUTIVE ENGINEER II
Transcript
Page 1: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

GOVERNMENT OF PUDUCHERRY

ELECTRICITY DEPARTMENT

TENDER NOTICE

Puducherry , Dt: 01-07-2013.

Tender No. 03/ED/EE-II/JE/F-40/2013-14

Sealed tenders are invited by the Executive Engineer-II , Electricity Department, Puducherry for and on behalf of

the President of India for the “Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load”

Extensible, outdoor type, SF6 insulated modular ring main switchgears & associated equipments along with its other allied

works at Kandan RMS Yard , Vallalar Salai , Puducherry as detailed below super scribing the cover with the reference

numbers and date of opening as mentioned below.

Ref.

No Description

Estimated

Cost EMD

Cost of Tender

Form

(5% VAT extra)

1 Supply, erection, testing and commissioning of 11 KV 630

Amps 350 MVA “ON Load” Extensible, outdoor type, SF6

insulated modular ring main switchgears comprising 3

Nos. of Isolators (LBS), and its associated equipments

along with its other allied works at Kandan RMS Yard ,

Vallalar Salai , Puducherry as per the enclosed detailed

specification.

` 3,68,000/- ` 7,360/- ` 500.00

2. The tender forms can be either obtained from the Office of Executive Engineer-II, Electricity Department,

Puducherry on all working days between 09:00 Hrs. and 17:00 Hrs. upto 15-07-2013 or to be downloaded from the Web address : www.electricity.puducherry.gov.in on subject to production of proof of the eligibility criteria noted at

Para 4 below.

3. The Earnest Money Deposit and the cost of Tender cost should be drawn in favour of the Executive Engineer-

II, Electricity Department, Puducherry and enclosed along with the tender. Tenders without Earnest Money Deposit and the cost of Tender will be summarily rejected.

4. Eligibility: The tenders received will be considered only on production of proof of having carried out three such

similar works in the past five years. The tender specification is not transferable. This Department will not be responsible for

the loss of tender specification or for delay in postal transit. Tenders received from the firms who have not purchased the

tender document from this Department and tenders without Earnest Money Deposit and cost of Tender will be summarily

rejected. Tenderer should either possess or engage a person who is in possession of Electrical Contractor Grade “A”

License issued by the Licensing Board , Union Territory of Puducherry. The acceptance letter from the Licensee should be

enclosed along with tender, failing which the tender will be rejected.

5. Tenders will be received by the Executive Engineer-II ,Electricity Department , Puducherry UPTO 11:00HRS.

ON 17-07-2013 AND WILL BE OPENED ON SAME DAY AT 15:00 HRS. in the presence of tenderers who may wish

to be present. In case, the due date for receipt/ opening of the tender happens to be a holiday, the same will be received/

opened on the next working day. The undersigned reserves the right to accept or reject any or all the tenders without

assigning any reasons thereof.

EXECUTIVE ENGINEER – II

Page 2: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

2

TENDER SPECIFICATION

Tender No.03/ED/EE-II/JE/F-40/2013-14/ Dt: 01-07-2013.

Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor

type, SF6 insulated Modular ring main switchgears comprising 3 nos. of Isolators (LBS) and its associated equipments

along with its other allied works at Kandan RMS Yard , Vallalar Salai , Puducherry.

Page 3: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

3

GOVERNMENT OF PUDUCHERRY

ELECTRICITY DEPARTMENT

PERSONAL No. : 2225552 HEAD OFFICE No. : 2336361 to 2336365

PBX Nos. : 2222271 to 2222275

Office of the Executive Engineer – II, Electricity Department, Puducherry – 605 001

Tender No.03/ED/EE-II/JE/F-40/2013-14/ Dt:01-07- 2013.

Name of the Work : Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load”

Extensible, outdoor type, SF6 insulated Modular ring main switchgears comprising

3 Nos. of Isolators (LBS) and its associated equipments along with its other allied works

at Kandan RMS Yard , Vallalar Salai , Puducherry

Price : ` 500.00 (Exclusive of Sales Tax)

Sold To: Thiru/Messrs.

Serial Number : Cash Receipt Number & Date :

EXECUTIVE ENGINEER –II

ELECTRICITY DEPARTMENT

PUDUCHERRY

Place : Puducherry - 605 001.

Date :

Encl: 1. Notice inviting tender.

2. Section – I. 3. Section – II.

4. Bidding Schedule Section – III. 5. Section – IV.

6. Drawing -1 No. 7. CPWD Form – 8.

Page 4: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

4

G O V E R N M E N T O F P UD U C H E R R Y

E L E C T R IC IT Y D E P AR T M E N T

* * * * *

N O T IC E IN V IT IN G T E N D E R S

( C E N T R A L P . W . D C O D E , P A R A G R A P H S 9 4 , 9 5 )

Division : Planning & Construction. Sub-division : Ring Main System

1. Tenders in the prescribed form are hereby invited on behalf of the PRESIDENT OF INDIA for “Supply,

erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6

insulated Modular ring main switchgears comprising 3 Nos. of Isolators (LBS) and its associated equipments

along with its other allied works as per the enclosed detailed specification at Kandan RMS Yard , Vallalar

Salai , Puducherry.

2. The estimated cost of the work is ` 3, 68, 000/-

3. Printed forms of tenders consisting of the detailed plans, complete specification, the schedule of quantities of

the various classes of work to be done and the set of conditions of contract to be complied with the person

whose tender may be accepted, can be purchased at the Office of the EXECUTIVE ENGINEER-II,

Electricity Department, Puducherry – 605 001 on any working day between 09:00 Hrs. to 17:00 Hrs. on or

before except on Saturdays, Sundays, and Public Holidays on payment of ` 500.00 + 5% VAT extra in cash.

Issue of tender forms will be stopped at 17:00 Hrs on 15-07-2013.

4. The site for the work is available at Kandan RMS Yard , Vallalar Salai , Puducherry .

5. Tenders, which should always be placed in sealed cover with the name of the work written on the envelope,

will be received by the EXCUTIVE ENGINEER - II, Electricity Department, Puducherry- 605 001 upto 11:00

Hrs. on 17-07-2013 and will be opened by him in his office on 17-07-2013 at 15:00 Hours. In case the due

date for receipt / opening of the tender happens to be a holiday the Tenders will be opened on the next

working day.

6. The time allowed for completion of all the work will be 90 days from the tenth day after the date of written

orders to commence work.

7. The contractors should quote in figures as well as in words the rate and amount tendered by them. The amount

for each item should be worked out and the requisite totals given.

8. When a contractor signs a tender in an Indian language the total amount tendered in the case of P.W.D form

should also be written in the same language. In the case of illiterate contractor the rates on the amounts

tendered should be attested by a witness.

9. Earnest Money amounting to ` 7,360/-(unless exempted) by way of receipt of Treasury Challan or Demand

draft or Deposit receipt of a scheduled Bank guaranteed by the Reserve Bank of India must accompany such

tender and such tender is to be sent in a sealed cover super-scribed with “Tender for Supply, erection, testing

and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated

Modular ring main switchgears comprising 3 Nos. of Isolators (LBS), and its associated equipments along

with its other allied works at Kandan RMS Yard , Vallalar Salai , Puducherry and addressed to

Page 5: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

5

The EXECUTIVE ENGINEER - II, Electricity Department, Nethaji Subbash Chandra Bose Salai,

Puducherry – 605 001

10. The Contractor whose tender is accepted (unless exempted) will be required to furnish by way of Security

Deposit for the due fulfillment of his contract such sum as well amount to:

i) 10% of the estimate cost of the work put to tender.

ii) Subject to a maximum of ` 1, 00,000/- only.

The Security Deposit amount will be accepted in cash or in the shape of Government securities, Fixed Deposit

receipt, Demand draft and guarantee bonds of scheduled banks and State Bank of India. The security deposit

shall also be collected by deductions from the running bills of the contractor at the rates mentioned above and

the earnest money deposited at the time of tender will be treated as a part of the Security Deposit.

11. The acceptance of a tender will rest with the EXECUTIVE ENGINEER –II, Electricity Department,

Puducherry and does not bind himself to accept the lowest tender and reserves himself the authority to reject

any or all of the tenders received without assigning any reason. In any tender if any of the prescribed

conditions are not fulfilled or incomplete in any respect are liable to be rejected. Canvassing in connections

with tenders is strictly prohibited and the tenders submitted by the contractor who resort to canvassing will be

liable to rejections.

14. All rates shall be quoted on the proper forms of the tender alone.

15. An item rate tender containing percentage below/ above will be summarily rejected. However where a tender

voluntarily offers a rebate for payment with in a stipulated period, this may be considered.

16. On acceptance of the tender, the name of the accredited representative of the contractor who would be

responsible for taking instructions from the Engineer-in-charge shall be communicated to the Engineer-in-

charge.

17. Special care should be taken to write the rate in figures as well as in words in such a way that interpolation is

not possible. The total amount should be written both in figures and in words. In case of figures, the word

“`” should be written before the figures of rupees and the word “P” after the decimal figures e.g. ` 2.15 p.

and in case of words the word Rupees should precede and the word (Paise) should invariably be up to two

decimal places. While quoting the rate in schedule of quantities, the word „only‟ should be written closely

following the amount and it should not be written in the next line.

18. The President of India does not bind himself to accept the lowest or any tender and reserves to himself the

right of accepting to whole or any part or the tender and the tenderer shall be found to perform the same of

the rate quoted.

19. Sales tax or any other tax on material in respect of this contract shall be payable by the contractor and

Government will not entertain any claim whatsoever in this respect.

20. The contractor must produce Income Tax clearance Certificate in the required form before the tender papers

can be sold to him.

21.The contractor shall not be permitted to tender for works in Electricity Department, Puducherry in which his

near relative is posted as DRAWING AND DISBURSING OFFICER or as an officer in any capacity

between the grades of Superintending Engineer and Assistant Engineer (both inclusive - responsible for

awarding and execution of contract). He shall also intimate the names of person who are working with him in

any capacity or are subsequently employed in the Electricity Department or in the Secretariat of Government

Page 6: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

6

of Puducherry. Any breach of this condition by the contractor would tender him liable to be removed from

the approved list of contractors of this Department.

22. The contractor shall give a list of non-Gazetted Electricity Employees related to him. No Engineer of Gazetted

rank or other Gazetted Officer employed in Engineering or Administrative duties in any Engineering

Department of the Government of India is allowed to work as a contractor for a period of two years of his

retirement from Government service without the previous permission of Government of India. This contract

is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a

person who had not obtained the permission of Government of India as said above before submission of the

tender for engagement in the contractor‟s service.

24. The tender for works shall remain open for acceptance for a period of 60 days from the date of opening of

tenders. If any tenderer withdraws his tender before the said period or makes any modifications in the terms

and conditions of the tender which are not acceptable to the Department, then without prejudice to any right or

remedy will have to forfeit 50% of the earnest money paid.

25. The contractor exempted from payment of earnest money/security deposit in individual cases should attach

with the tender an attested copy of the letter exempting them from the payment of earnest money and security

deposit from the competent authority and should produce the original whenever called upon to do so.

26. The tender for the work shall not be witnessed by a contractor who himself / themselves has / have tendered or

who may and has / have tender / tendered for the same work. Failure to observe this condition would render

tenderer of the contract tendering as well as witnessing the tender liable to summarily rejection.

27. The contractor shall submit a list of works which are in hand (progress) in the following forms:-

Name of work

Name and particulars of division where work is being executed

Amount of Work

Position of Work in progress

Remarks.

28. Rates quoted by the contractors in item rate tender in figures and words shall be accurately filled in so that

there is no discrepancy in the rates written in figures and words. However if a discrepancy is found, the rates

shall correspond with the amount worked out by the contractor shall be taken as correct.

29. If the amount of an item is not worked out by the contractor or it does not correspond with the rate written

either in figures or in words then the rate quoted by the contractor in words should be taken as correct.

30. Where the rate quoted by the contractor in figures and in words tally but the amount is not worked out

correctly the rate quoted by the contractor will be taken as correct and not the amount.

Page 7: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

7

SECTION –I

I SCOPE: This section covers the general terms and conditions of this contract, for Supply, erection, testing

and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated

Modular ring main switchgears comprising 3 nos. of Isolators (LBS) and its associated equipments along with

its other allied works at Kandan RMS Yard, Vallalar Salai, Puducherry.

II. Visit of Site by Contractor: The tenderer is advised to visit the site to acquaint himself with the site

conditions, approaches, availability of raw materials camping facilities for his Labour force, geological and

weather conditions and all other relevant information required for tendering before submitting his tender.

III. Tender Clarifications: The tenderer shall note that if any clarifications regarding specifications, conditions

of contract schedule of quantities, scope of work are required he should contact the office of the Executive

Engineer-II, Electricity Department, Puducherry –1. No claim on account of any ambiguity in any respect will

be entertained after submitting the tender.

IV. Comparisons of the Biddings:

a) The tenderer shall offer their biddings in the prescribed bidding schedule attached with this tender for all

the activities mentioned therein.

b) The quantities given under the bidding schedule of this tender are tentative. The Department reserves the

right to order the final quantities for which the unit rates quoted in the tender by the tenderer shall be

considered as valid.

V. Completeness of the Contract: Any fittings or accessories which may not have been specifically mentioned

in the specifications but which are integral part of any equipment of similar plant or for efficient working of

the plant shall be deemed to be included in the contract and shall be provided by the contractor without extra

charges. All plant and apparatus shall be completed in full whether such details are mentioned in the

specifications or not.

VI Biddings:

a) The tenderer must quote in quadruplicate the lump sum bidding firm rates for all the activities described in

the bidding schedule without fail. If the bidding is done otherwise it will be rejected straightaway.

b) The rates for each activity must include the following:-

i. Cost of materials/ equipment.

ii. All charges for containers and packing

iii. All charges necessary to effect free delivery of materials/ equipment and other T&P items at the work

site specified in the tender

iv. All charges such as freights, insurance, customs, excise, clearing charges, town duties such as Octroi,

etc.

v. Sales Tax or any other tax on materials/ equipment/ Tools and plants covered in the contract.

vi. Erection charges in respect of all the items required to complete the entire work under each activity.

Page 8: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

8

VII. Award of Work: The contractor shall either possess contractor „A‟ Grade license or shall engage a person

who is in possession of an “A grade contractor License” issued by the Licensing Board of the Union Territory

of Puducherry.

VIII. Standards:

a) Unless otherwise specified all the materials/ equipment and the work shall comply in all respects with

requirements of the specifications under section-II and III attached with this tender document.

b) Wherever necessary the successful tenderer will have to submit the design/ drawing/ test reports in respect of Electrical and Civil works to the Engineer-in-charge of the Department for approval before

taking up the work for execution.

IX. Line Clear: Erection of lines/ structure/ equipment near the existing electrical installations and modification

to the existing installations shall be carried out only after obtaining proper “Line clear” from Electricity

Department‟s authorities by the contractor or his representative. For such works (which required line clear)

requisition for line clear indicating the date and duration shall be given at least three days in advance. The

work has to be arranged and completed on the date and duration indicated by Electricity Department in the

line clear which will be arranged depending on the power supply conditions. Notwithstanding the above, if the

line clear is required to be returned by the Engineer-in-charge at any stage of work, the works shall be stopped

immediately and the line equipments are to be made ready for charging and the line clear returned after

clearing of all men and equipment employed for the work.

X. Place of Manufacture and Inspection: The tenderer shall state in his tender the places of manufacture,

testing and inspection of the various portions of the works included in the contract. Authorized representatives

of the Department shall be present at the time of all tests and the contractor shall provide all necessary

facilities for the same. Representative of the Department shall be entitled to access to the contractor or sub-

contractor‟s work at any time during the working hours for the purpose of inspection and testing and

manufacture of materials/ equipment and building plant.

XI. Failure to meet Guarantees and Requirements of the Specification: If the factory tests of the equipment

show any part of it does not meet the guarantees and / or the requirements of this specifications it shall be

optional for the Department to accept or reject the equipment and direct the contractor at once to proceed to

furnish such new parts as may be necessary for the apparatus to the guarantees and other requirements of the

specifications shall be borne by the contractor.

XII. Coordinating: In the event of tenderer offering items manufactured by different manufacturer, it will be his

responsibility to fully co-ordinate the activities of each manufacturer in such a way that the complete

equipment contracted is supplied in accordance with the contract. No extra charges shall be payable for these

services.

XIII. Financial Resources and Experience:-The tenderer shall submit a statement of facts in detail as to his

previous experience in performing similar and comparable work and of the business and technical capabilities,

financial resources and manufacturing facilities available. The tenderer shall also furnish the list of important

consumers for which materials were supplied and/or erected in India or elsewhere and also testing facilities

available at contractor‟s work.

Page 9: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

9

XIV. Deviations:-Any deviation from this specification, if found necessary, the tenderer, shall be clearly set forth

in a separate schedule giving valid basis for such deviations. The advantages claimed, if any due to such

deviations shall be clearly indicated.

XV. Insurance: This is a work contract and the contractor shall take insurance policies to cover the risks by way of

damage to department property, equipments/ materials supplied by the contractors and person in execution of

the contract including third party liability. The contractor shall fully indemnify the Department against the

materials issued to him by the Department for this work by taking an indemnity bond in the form acceptable to

Department. The Engineer in-charge shall not be responsible for any accident to work men and on others in

the employment of the contractor.

XVI. Guarantee: The contractor shall warrant that the work is carried out in accordance with the specifications.

The end termination and straight through joints etc, supplied will be free from defects in materials and

workmanship if any such items are covered under contract. The contractor shall furnish performance

guarantee for a period of 24(twenty) months from the date of commissioning or 30 (thirty ) Months from the

date of dispatch whichever is earlier. The whole installation or any part thereof found defective during the

guarantee period shall be replaced/repaired by the contractor at free of charge as decided by the department.

XVII. Completion Period: The time allowed for completion of all the works covered under this contract shall be 90

days from the tenth day after the written order to commence the work. The period includes the monsoons.

XVIII. Payments: The terms of payment shall be in accordance with the provision contained under P.W.D Form-8

for the item rate tender and contract of works. All payments till final bill are settled shall be regarded as an

advance payment.

*****

Page 10: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

10

SECTION - II

Specification for Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load”

Extensible, outdoor type, SF6 insulated Modular ring main switchgears comprising 3 nos. of Isolators (LBS)

and its associated equipments along with its other allied works at Kandan RMS Yard , Vallalar Salai ,

Puducherry

All the Works covered under this contract shall be executed as per this technical specification, applicable

drawings & standards and as per the instructions of Engineer – in- charge. However these specifications shall be

governed by terms and conditions stipulated under PWD Form 8 for item rate tender and the contract of the work.

1.0 SCOPE:

1.1 This specification covers design, manufacture, supply, erection, testing and commissioning of 11 KV 630

Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated Modular ring main switchgears

comprising 3 Nos. of Isolators (LBS), and its associated equipments along with its other allied works at

Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor

type, SF6 insulated Modular ring main switchgears comprising 3 nos. of Isolators (LBS) and its associated

equipments along with its other allied works at Kandan RMS Yard , Vallalar Salai, Puducherry as per the

detailed specification hereunder.

1.2 The objective of the modular type ring main unit is for compactness, maintenance free, independent of

climate, fully weather proof for outdoor use, resistive to saline effect, easy installation, comfortable cabling on

HT sides, operational reliability, high level of personal safety, minimum erection cost, long service life,

aesthetic look, etc.

1.3 SYSTEM DETAILS:

1.3.1 Power is fed from 400/230 KV Grid sub stations to the grid stations at 230/110 KV of Transmission, which in

turn feed 110/11 KV sub stations where it is stepped down to the primary distribution voltage of 11 KV

1.4 SITE/ CLIMATE CONDITIONS:

1.4.1 The equipment covered under this specification is for outdoor installation, very near to the sea shore (about

100 meters), very much prone to saline effect and should be suitable for the prevailing climatic conditions

enumerated below:-

Maximum ambient air temperature: : 50⁰C

Minimum Ambient air temperature : 18⁰ C

Maximum daily average ambient air temperature : 36⁰ C

Maximum humidity : 100 %

Maximum Wind pressure : 200 Kg/ sq. m

Average thunder storm days per annum : 50

Average annual rainfall : 1240 mm

Average no. of rainy days per annum : 60 days

Page 11: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

11

1.5 CODES AND STANDARDS:

1.5.1 Unless or otherwise specified elsewhere in this specification, products covered under this tender shall conform

to the latest revisions and amendments of standards issued by the Bureau of Indian Standards (BIS) and

International Electro-technical commission (IEC). Codes and standards to be followed are listed at detailed

specification of each of the equipment hereunder.

1.5.2 In case of imported equipments, standards of the country of origin shall be applicable if these standards are

equivalent or stringent than the applicable Indian standards.

1.5.3 The equipment shall also conform to the provisions of Indian electricity rules and other statutory regulations

currently in force in the country.

1.5.4 In case Indian standards are not available for any equipment, standards issued by IEC / BS/ IEEE or

equivalent agency shall be applicable.

1.5.5 In case of any contradiction between various referred standards / specifications / data sheet and statutory

regulations the following order of priority shall govern

a) Statutory regulations

b) Guaranteed technical particulars

c) Job specification

d) This specification

e) Codes and standards

1.6 The RMU offered shall compatible for future automation & metering and conform in all respects to high

standards of Engineering, design, workmanship and latest revisions of relevant regulations/ standards/ rules at

the time of offer except where modified and/ or supplemented by this specification and shall be performing in

continuous operation for rated output under operating conditions of voltage & frequency variations as per

statuary limits governed by relevant Indian Standard and EA 2003 and its amendments in force. The offered

material shall be complete with all components necessary for their intended purpose. The design and

components shall be deemed to be within the scope of vendor's supply irrespective of whether those are

specifically brought out in this specification and/ or in the commercial order or not. Purchaser shall have the

right to reject any work or material which in his judgment is not in full accordance therewith.

1.7 The contractor shall submit the Type test certificate of required combination of RMU confirming to relevant

IS/ IEC of latest issue obtained from a Government Lab/ Recognized laboratory/ CPRI, Bangalore along with

the tender document. Detailed General arrangement drawings of required combination of RMU with

dimension and statutory clearance required for its erection shall be furnished along with tender. Routine test

certificates in quadruplicate shall be furnished along with the supply of the equipment.

1.8 TESTING & INSPECTION:

1.8.1 The inspection will be carried out by the PED at any stage of manufacture. The supplier shall grant free

access to PED‟s representative at a reasonable time when the work is in progress. Inspection and acceptance

of any equipment under this specification by the PED shall not relieve the supplier of his obligation of

Page 12: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

12

furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the

equipment is found to be defective.

1.8.2 The supplier shall keep PED informed in advance about the manufacturing programme so that necessary

arrangement can be made for inspection by the PED officials. The Department reserves the right to insist for

witnessing the acceptance/ routine testing of the bought out items. PED has rights to inspect the supplier‟s

premises for each and every consignment for type & routine test.

1.8.3 Equipment either entirely or in part shall not be dispatched to site for erection until the Department inspection

officers have inspected, tested, satisfied about the compliance with the requirement of these specifications/

unless the same is waived by the PED in writing.

1.8.4 Routine tests to be carried out on the equipment does not limited to the tests listed under the detailed

specification.

1.8.5 The scope of inspection, testing and commissioning shall include the conditions for statutory inspection by the

Electrical Inspector of C. E. A.

1.9 DOCUMENTATION & DRAWINGS.

1.9.1 The supplier shall submit following along with his tender for various items in the equipment and fully

assembled ring main unit in the required combination.

a) Schematic diagram.

b) General arrangement drawings

c) Illustrative literatures

d) Instruction manuals

e) Catalogues of spares recommended with drawing to indicate each items of spares

f) List of spares and special tools recommended by the supplier.

g) Copies of Type Test Certificates as per latest IS/IEC.

h) Drawings of equipments, relays, control wiring circuit, etc.

i) Required foundation drawings for the required combination of the Ring main unit along with

dimensions.

1.9.2 All drawings shall conform to relevant International Standards Organization (ISO) specification. All

drawings shall be in ink and suitable for microfilming.

1.9.3 Five copies of printed and bound volumes of erection, operation and maintenance manuals in English along

with the copies of approved drawings and routine test reports etc. shall be supplied to the consignee along

with the supply of the equipments ordered. A soft copy of the all Technical details and drawings shall be

furnished in a CD.

1.10 The contractor shall erect the required RMU in the proposed cement concrete structure (to be provided by the

Department) at the above location. Successful tenderer shall furnish the detailed structural drawings of the

required foundation & plinth details for erection of the above RMU

1.11 Successful tenderer shall furnish requirement of no. of earth pits and its type along with its detailed drawings

for the above RMU to enable this Department for its provision. Required connecting earth flats between

Page 13: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

13

equipments & earth electrodes and its terminal clamps are also under the scope of this tender. Associated

power cables (HT cable and their termination shall be provided by the Department) and earth connectors shall

be connected with the respective equipments/ positions.

1.12 ADDITIONAL TESTS: The Department reserves the right for carrying out any other tests of a reasonable

nature at the works of the supplier/ laboratory or at any other recognized laboratory/ research institute in addition to the tests listed at detailed specification at the cost of the PED to satisfy that the equipment/

material complies with the intent of this specification.

1.13 PRE-COMMISSIONING TESTS: Before test commissioning of entire system, all erection work and earthing work have to be completed in full. All the tightness of electrical connections from main bus bar shall

be thoroughly checked and all equipments shall be thoroughly cleaned.

a) The following pre- commissioning tests shall be conducted by the contractor.

i) All routine Megger test.

ii) Earth resistance test.

iii) Interlock function check.

b) The earth continuity conductor shall be tested for electrical continuity. The electrical resistance of the same along with the Earthing lead but excluding any added resistance, measured from the

connection with earth electrode to any point in the earth continuity conductor in the complete

installation shall not exceed one ohm.

c) All the instruments required for carrying out the testing shall be arranged by the contractor.

d) All the test results shall be furnished to the Department.

e) The contractor shall carry out the erection of the required RMU at any other location if Puducherry

Electricity Department insists on.

1.14) TRAINING: The supplier shall give adequate training to at least 2 PED Engineers & staff at the site in attending trouble shooting and maintenance works to the satisfaction of the Department.

1.15) WARRANTEE PERIOD: The supplier shall be responsible to replace, free of cost, with no transportation or

insurance cost to the Purchaser, up to destination, the whole or any part of the material which in normal and

proper use proves to be defective in quality or workmanship, subject to the condition that the defect is noticed

within 30 months from the date of receipt of material in stores or 24 months from the date of commissioning

whichever is earlier. The consignee or any other officer of Electricity Department, Puducherry actually using

the material will give notice of each such defect to the supplier. The replacement shall be effected by the

supplier within a reasonable time, but not in any case exceeding 30 days. The supplier shall also arrange to

remove the defects within a reasonable period but not exceeding 45 days from the date of issue of notice in

respect thereof, failing which the purchaser reserve the right to dispose of defective material in any manner

considered fit by him (Purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defective

material after meeting the expenses incurred on its custody, disposal handling etc., shall however be credited

to the supplier‟s account and set off against any outstanding dues of the purchaser against the supplier. The

EMD and the security deposit shall be refunded only after the guarantee period is over.

1.16) DEVIATION: All deviations from this specification shall be separately listed under the requisite schedules

(SECTION IV), in the absence of which, it will be presumed that all the provisions of the specification are

complied with by the bidder.

1.17) The Ring main switchgear, metallic enclosure and other accessories offered shall comply with the detailed

specifications hereunder.

Page 14: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

14

2.0 TECHNICAL SPECIFICATION

2.1. DESIGN CRITERIA:

2.1.1 11 KV extensible type Ring main switchgear has to be installed at outdoor location along the 11 KV ring main

feeder. 11 KV ring main isolator (Load break switch) shall be used to control incoming/ outgoing feeder

cables of 11 KV system. Vacuum circuit breaker shall be used to control & isolate the 11/ 0.433 KV DTR/ HT

consumers connected through 11 KV UG cables.

2.1.2 The switchgear and component thereof shall be capable of withstanding the mechanical and thermal stresses

of short circuit ratings listed in the requirements clause without any damage/ or deterioration of the materials.

2.1.3 The equipment offered shall be suitable for continuous satisfactory operation as per site condition mentioned

in this specification.

2.1.4 For continuous operation at specified ratings, temperature rise of various switchgear components shall be

limited to permissible values stipulated in the relevant standard and/ or in this specification.

1.2 CODES AND STANDARDS:

1) IS 694 : PVC insulated cables for working voltages up to and including 1100 V

2) IS 2071 : Methods of high voltage testing.

3) IS 2705 : Current Transformer

4) IS 3231 : Electrical relays for power system protection.

5) IS 3427 : Metal enclosed switchgear and control gear for voltages above 1000 V but not

exceeding 11000 V

6) IS 5082 : Material data for aluminum bus bars

7) IS 5578 : Guide for marking of insulated conductors

8) IS 9046 : AC conductors of voltage above 1000 V up to and including 11000 V

9) IS 12729 : General requirement for Metal Enclosed Switchgear

10) IS 9921 : Alternating current disconnector‟s (Load break isolators) and earthing switch for voltages above 1000 V

11) IS 13118 : Specification for alternating current circuit breakers.

12) IEC 62271-1/ IEC 60694

: Panel design, SF6/Vacuum Circuit Breakers

13) IS 9920 : Switches and switch isolators for voltages above 1000 V

14) IEC 376 : Filling of SF6 gas in RMU.

15) IS 11353 : Guide for uniform system of marking and identification of conductors and

apparatus terminals

16) IS :2099 : Dimension of Indoor & Outdoor post insulators with voltage greater than 1000

Volts.

17) IS 13947 : Degree of protection provided by enclosures for low voltage switchgear and control gear.

Page 15: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

2.3 SPECIFIC REQUIREMENT OF RING MAIN SWITCHGEAR:

2.3.1 The specific requirement of 11 KV, 350 MVA SF6 insulated VCB protection extensible ring main switchgear in

this tender is hereunder:-

a) 3 nos. of 11 KV, 350 MVA, 630 Amps continuously rated SF6 insulated fault making and load breaking

switches.

2.4 LOAD BREAK SWITCH (ISOLATOR):

2.4.1 The isolator shall confirm to IEC 60265 as amended to date. The Load break switches (isolators) in the required

number of units are for the normal operating voltage of 12 KV and each shall be triple pole simultaneously

operated, non-automatic with quick make and break contacts with integral earthing arrangements, contained in

sealed SF6 stainless steel enclosure. Speed of the make and break shall be independent of the operator‟s skill.

2.4.2 All the current carrying parts of the isolator(s) including bus bars shall be made of tinned copper having a

continuous rating of not less than 630 Amps and consists of fault making/ load breaking spring assisted ring

switches, each with integral fault making earth switches. Isolator shall be capable of breaking full load current of

630 Amps. Fault making capacity of the isolator must be not less than 52.5 KA and whereas short time current

(for 3 seconds) must not less than 21 KA.

2.4.3 The switch shall be naturally interlocked to prevent the MAIN & Earth switch being switched „ON‟ at the same

time. The selection of the MAIN & Earth switch is made by a lever on the facia, which is allow to move only if

the EARTH & MAIN switch is in the “OFF” position respectively. The operating positions “ON”, “OFF” and

“EARTH” shall be clearly marked or indicated by mimic diagram and the same shall be visible at the front side of

the operating switchboard. Suitable arrangement shall be made to padlock the Isolator in any of the above three

positions.

2.4.4 All the live parts of the isolator(s) except for the incoming/ outgoing cable connections shall be fully insulated by

SF6 gas suitable for operating voltage up to 12 KV.

2.5 VACUUM CIRCUIT BREAKER : NOT APPLICABLE

2.5.1 Circuit breaker in the required number of units, for controlling of Distribution transformer(s)/ transformer of HT

services are for the normal operating voltage of 12 KV and each shall be of triple pole, simultaneously operated,

automatic / non - automatic with quick make and break contacts along with integral earthing arrangement

contained in sealed SF6 stainless steel enclosure. Speed of the make and break shall be independent of the

operator‟s skill.

2.5.2 Current carrying parts of the circuit breaker shall be made of tinned copper having a continuous rating of not less

than 630 Amps and consists of fault breaking and load breaking spring assisted ring switches, each with integral

fault making earth switches. Continuous rating of its bus bar shall be 630 amps. Fault breaking capacity of the

breaker must not be less than 21 KA, whereas short time current (for 3 seconds) must not be less than be 21 KA.

2.5.3 The breaker shall be naturally interlocked to prevent the MAIN and EARTH switch being switched „ON‟ at the

same time. The selection of the MAIN or EARTH switch is to be made by a lever on the facia, which is allow to

move only if the EARTH or MAIN switch is in the “OFF” position respectively. The operating positions “ON”,

“OFF” and “EARTH” shall be clearly marked or indicated by mimic diagram and the same shall be visible at the

front side of the operating switchboard. Suitable arrangement shall be made to padlock the breaker in any of the

above three positions.

Page 16: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

16

2.5.4 All the live parts of the breaker except for the cable connections shall be fully insulated by SF6 gas suitable for

operating voltage up to 12 KV. Arc developed at the time of load breaking & fault breaking shall be quenched in

vacuum medium. Vacuum capsules used shall be maintenance free. No handling of vacuum capsules should be

encountered through out the life span of the circuit breaker.

2.5.5 Emergency PUSH TO TRIP button for emergency opening of the Breaker or local “PUSH TO OPEN/ CLOSE”

mechanisms shall be provided for the manual tripping/ closing of the breaker. The manual operation of the circuit

breaker shall not have effect on the trip spring. This should only be discharged under a fault (electrical) trip;

following manual reset operation should recharge the trip spring and reset the circuit breaker mechanism in the

MAIN OFF position.

2.5.6 Protection system for DTR: The protection system in the circuit breaker shall comprise of the following

components: 3 nos. of protection CT‟s, a low burden trip coil and auxiliary switch assembly allowing the use of a

self powered (No external DC or AC source required) IDMT protection relays (Numeric/ Micro processor based)

having scheme for both over current & earth fault. 3 over current and earth fault element shall be Definite Time

type relay. The protection system shall be suitable for protecting DTR of capacity ranging from 250 KVA to 1000

KVA. VA burden of the CT‟s shall be sufficient to provide the energy required by the relay for the normal

operation and tripping of the circuit breaker. Relay shall have the provision for retrieving the nature of fault on

request by the operator at least for 2 to 3 times. Display of the same shall be either by LED/LCD. Relay should

have the provision for the trip test on circuit breaker, which also allows the relay to be tested without tripping the

circuit breaker. Secondary injection can also be carried out using conventional test equipments. The relay shall be

housed in the LV compartment of the switchgear which shall be accessible from front. A facility for delaying of

transformer in-rush current shall be provided on relay to avoid nuisance tripping.

2.6 EARTH SWITCH:

2.6.1 Necessary arrangements shall be provided at each of the load break isolators/circuit breakers for selecting cable

earth position. It shall be manually operated three pole cable earth mechanisms made of tinned copper having a

fault making capacity of 52.5 KA and short time current carrying capacity (3 seconds) not less than 21 KA.

Mechanical interlocking systems shall prevent the RM switchgear/ breaker function from being operated from the

„ON‟ to „EARTH ON‟ position without going through the „OFF‟ position.

2.7 SF6 GAS & STAINLESS STEEL ENCLOSURE:

2.7.1 All live parts of the Isolators and circuit breakers in the required combination including bus bars, vacuum

capsules, cable earth switches except the HT bushings required for connecting incoming and outgoing HT cables

shall be insulated with SF6 gas suitable for operating voltage of 12 KV, encapsulated in a robotically welded

stainless steel enclosure having a minimum thickness of 2 mm. This enclosure, filled with SF6 gas at a relative

pressure of 0.5 Bar to meet the insulation and breaking functions shall be sealed for life and meets the “sealed

pressure system” criterion in accordance with IEC 298/ IS standards. No handling of SF6 gas is required

throughout the service life.

2.7.2 Assembly of the required number of isolators & circuit breakers shall have common bus bars made of tinned

copper having continuous current rating of 630 Amps

2.7.3 It is necessary to fit an absorption material in the chamber to absorb the moisture from the SF6 gas and to

regenerate the SF6 gas following arc interruption. The SF6 insulating medium shall be constantly monitored via a

Page 17: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

17

temperature compensating gas pressure indicator (Manometer) offering a simple indication. All the combination

of the RM switchgears should have the required SF6 insulation by providing necessary gas chamber capacity.

2.7.4 The SF6 gas shall comply with IEC 376, 376A and 376B and shall be suitable in all respects for use in 11 KV

panels under the specified operating conditions. The SF6 shall be tested for purity, dew point air hydrolysable

fluorides and water content as per IEC 376,376A and 376B and test certificate shall be furnished indicating all the

tests as per IEC 376.

2.7.5 Post type insulators fitted inside the enclosure & the cable connecting bushes fitted outside the enclosure shall

comply with required IEC/ IS standards. All the cable connecting bushes shall be at the same height from the

ground and are protected by a cable cover.

2.7.6 Any accidental over pressure inside the sealed enclosure shall be limited by opening of a pressure limiting device

in the rear/ top of the enclosure. Gas shall be released to the rear of the switchboard away from the operator to

ensure safety of the operating personnel and all the manual operations shall be carried out on the front of the

switchboard.

2.7.7 The enclosure shall have a design such that in the event of an internal arc fault, the operator shall be safe. This

should be in accordance with IEC 298 and relevant type test certificates shall be submitted. Suitable temperature

rise test on the RMU with enclosure shall be carried out & test reports shall be submitted.

2.8 OPERATING MECHANISM:

2.8.1 All operations shall be from the front of equipments switchboard through spring assisted mechanism. It shall be

possible to operate the Isolators & circuit breakers along with their earthing switches manually. Its spring assisted

mechanism shall ensure speed of the operation irrespective of operator‟s skill. Operating mechanisms of the

Isolators & breakers along with their earth switches shall be robotically constructed and of self lubricating.

2.8.2 Required number of Isolators & Circuit breakers present in the module along with their earth switches shall be

operated by a unidirectional handle which is considered as part of the unit shall be supplied with the ring main

switchgear. Isolators, circuit breakers and earthing switches shall be fully interlocked to ensure that the operation

is carried out in correct sequence. Safety of the operation shall be ensured by interlocks. Interlock between

simultaneous closing of MAIN & EARTH switch shall be an integral part of the operating mechanism. Movement

of the operating handle against the interlock shall not by any means originate, store or activate energy

mechanisms. Padlocking facility shall be provided for operation of isolators, circuit breakers and earthing

switches.

2.8.3 Provision shall be made available with the mechanism to fix motorised mechanism in future to operate the

Isolators & Circuit breakers in REMOTE along with the required Power unit RTU etc. ie. Ring main unit shall be

SCADA compatible in future.

2.8.4 Sufficient space shall be available in each of the mechanism cabin of the isolator/ breaker to accommodate

automation equipments such as RTU, motor, power unit etc. in future to make ring main switchgears to operate in

remote/ SCADA compatible.

2.8.5 Each switch board shall be identified by an appropriately sized label, which clearly indicates the functional units

and their characteristics. Switch board shall be designed so that the position of the different devices and their

sequence of operation shall be identified easily by the operator on the front.

Page 18: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

18

2.8.6 Switch board shall clearly depict the position (ON, OFF, EARTH) of each of the isolator/ breaker/ earth switch by

required mechanical indication and by Mimic.

2.9 CABLE BOXES

2.9.1 All the cable boxes shall be air insulated suitable for dry type cable terminations. Cable entry shall be from

bottom only with necessary approach from front side. The cable end boxes shall be suitable for accepting HV

cables of sizes 3c x 400 / 3c x 300/3c x 150/3c X 95 sq. mm for isolators and suitable up to 3c x 95 sq. mm for

circuit breakers. Cable should approach vertically from the bottom of the switchgear.

2.9.2 Required clamping arrangement shall be made available to hold the entry cable in order to avoid transfer of its

self weight on the connecting bushes. Required number of Right angle Boots should be supplied to the cable

terminations. The type of the Right angle Boot should be cold applied insulating Boot.

2.9.3 It shall be possible to test the hooked up cable without actually de-linking it from the terminal bushes. Suitable

bush of suitable size are to be provided at the entry point of the cable to prevent abrasion of the cable and to make

the opening vermin proof. Necessary fixing arrangements shall be available to fix protection current transformers

and metering current transformers. Size of the cable boxes shall be sufficient to accommodate the protection CTs

& Metering CTs.

2.9.4 Access of the cable box shall be from front side only and its front cover shall be detachable so as to make the end

termination of the cable easily & fix the cable with the connecting bushes without any hindrance. Each of the

cable boxes shall be provided with interlocking facility so that their front cover shall open only when the Isolator /

breaker is in cable EARTH ON position

2.9.5 Fully interlocked cable test facilities are to be provided underneath the units, so that access to the test terminals is

achieved only by removal of cable cover.

2.10 OUTDOOR METAL CLAD ENCLOSURE:

2.10.1 Assembly of Isolators, Circuit breakers and Earthing switches in the SF6 chamber and their operating

mechanisms shall be compact, totally enclosed in dust, damp & vermin proof enclosure suitable for climatic

condition specified in this specification.

2.10.2 Enclosure type tested confirming to IP54, shall be metal clad, floor mounting, self contained, self supporting,

mounted on base frame (or channels), free standing type to accommodate cable(s) and follows an industrial

process of manufacturing made of high tensile steel grit / shot blasted, thermally sprayed with zinc alloy,

phosphate and subsequently painted with Polyurethane based powder paint (colour: DA grey). Overall thickness

of the paint layer shall not be less than 150 microns.

2.10.3 The rating of the enclosure shall be suitable for operation on three 11 KV 50 Hz solidly earthed system with

short time current rating of not less than 20 KA for 3 seconds.

2.10.4 Outdoor enclosure shall be fitted with suitable lifting lugs for easy handling, transporting and erection of the

whole unit.

2.10.5 Outdoor metal clad enclosure may encompass the cable boxes also.

Page 19: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

19

2.11 EARTHING

2.11.1 The outdoor metal clad, RMU/ Load break isolators /circuit breakers, shall be equipped with an earth bus securely

fixed along the base of the RM switchgear.

2.11.2 When several units of the RM switchgears (Isolators / Breakers) are mounted adjoining to each other, the earth

bus shall be made continuous and necessary connectors and clamps for this purpose shall be included in the scope

of supply. The size of the earth bus shall be as per IEC/IS standards with tinned copper flat of size 25 x 6 mm.

Provision shall be made on either end of RM switchgear for connecting the earth bus to the earth grid (earth pipes

and earth pits provided by the PED). Necessary terminal clamps and connectors shall be included in the scope of

supply.

2.11.3 All metal parts of the switchgear which do not belong to main circuit and which can collect electric charges

causing dangerous effect shall be connected to the earthing conductor made of copper having area of minimum

150 sq. mm. Each end of conductor shall be terminated by equivalent quality and type of terminal for connection

to earth system installation. Earth conductor location shall not obstruct access to cable terminations. The

following items are to be connected to the main earth conductor by rigid or copper conductors having a minimum

cross section of 150 sq. mm. (a) earthing switches (b) Cable sheath or screen (c) capacitors used in voltage control

devices, if any.

2.11.4 All metallic cases of the relays, instruments and other panel mounted equipment‟s shall be connected to the earth

bus by independent copper wires of adequate size and shall be made of IEC/IS standards. The colour code of

earthing wire shall be green. Earthing wires shall be connected on the terminals with suitable clamp connectors

and soldering shall not be permitted.

2.12 WIRING & TERMINALS:

2.12.1 All wiring shall be provided with single core multi-strand; copper conductor wires with P.V.C insulation and shall

be flame retardant low smoke type. All the wiring and terminals (including take off terminals wiring for future

automation, DC, Control wiring spare terminals) shall be provided by the contractor. The wiring cable must be

standard single-core non-sheathed, Core marking (ferrules), stripped with non-notching tools and fitted with end

sleeves, marked in accordance with the circuit diagram with printed adhesive marking strips.

2.12.2 The wiring shall be carried out using multi-strand copper conductor super flexible PVC insulated wires of

650/1100V Grade for AC Power, DC Control and CT circuits. Suitable colored wires shall be used for phase

identification and ferrules shall be provided at both ends of the wires for wire identification. Terminal should be

suitably protected to eliminate sulphating. Connections and terminal should be able to withstand vibrations. The

terminal blocks should be disconnecting link type terminals for CT leads with suitable spring washer and lock

nuts.

2.12.3 Flexible wires shall be used for wiring of devices on moving parts such as swinging Panels (Switch Gear) or

panel doors. Panel wiring shall be securely supported, neatly arranged readily accessible and connected to

equipment terminals, terminal blocks and wiring gutters. The cables shall be uniformly bunched and tied by

means of PVC belts.

2.12.4 The position of PVC wires should not give any hindrance for fixing or removing relay casing, switches etc., and

wire termination shall be made with solder less crimping type of tinned copper lugs. Core identification plastic

ferrules marked to correspond with panel wiring diagram shall be fitted with both ends of each wire. Ferrules shall

Page 20: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

20

fit tightly on the wire when disconnected. The wire number shown on the wiring shall be in accordance with the

IS.375.

2.12.5 All wires directly connected to trip circuits of breaker or devices shall be distinguished by addition of a red color

unlettered ferrule.

2.12.6 The wiring shall be in accordance to the wiring diagram for proper functioning of the connected equipment.

Terminal blocks shall not be less than 650V grade and shall be piece-molded type with insulation barriers.

2.12.7 The terminals are to be marked with the terminal number in accordance with the circuit diagram and terminal

diagram. The terminals should not have any function designation and are of the tension spring and plug-in type.

2.13. EXTENSION

2.13.1. Each combination of RM switchgear shall have the provision for extending it by load break isolators or breakers

or combinations of breaker & LBS in future and shall have provision to couple it with the existing set of ring main

switchgear, with suitable trunking chamber, bus bar and necessary accessories, either on RHS or LHS as may be

decided by Engineer- in-charge. Coupling of isolator(s)/ breaker(s) or combinations of both shall require only

minimum space.

2.13.2. Required trunking chamber, bus bars and necessary accessories shall be in the scope of supply if the switchgear

has to be coupled with the existing Ring main unit. Bus bar inter-connectors of adequate size as per IEC standards

either in copper or in aluminum, shall have fault making capacity more than 40 KA and short time current (for 3

seconds) not less than 20 KA.

2.14 OTHER PROVISIONS:

2.14.1 Scada connectivity: Provision shall be made in all the RM switchgears with necessary take off terminal units for

future automations. Further, space for modernization wherever required for future SCADA operation should be

provided.

2.14.2 Voltage Indicator Lamps: Each unit of the Ring Main switchgears shall be equipped with a set of voltage

indication lamps (Capacitive voltage indicators) to indicate whether or not there is voltage on the cable.

2.14.3 Fault passage indicator (FPI): Fault passage indicator shall be provided for all the incoming and outgoing

Isolators. These shall facilitate quick detection of faulty section of the system. Fault identification shall be based

on monitoring the flow of fault current through that particular Isolator. FPI unit should be self contained,

requiring no auxiliary power supply and an integral part of Ring main switchgear, capable of displaying the fault

and fault currents through LCD/ LED display. Facility to reset the fault indication automatically with adjustable

time setting of 1 to 4 hours shall be provided.

2.14.4 Padlocking: Provision shall be made for padlocking the load break switches/ Circuit breaker, and the earthing

switches in either open or closed position with lock & key to prevent the unauthorized usage.

2.14.5 Danger board: Supply of Danger board in trilingual (11000 Volts; English, Hindi & Local) and fixing it

prominently at the front side of the switchgear

2.14.6 Testing of Equipments: Provision for testing CTs, Relays, Isolators, Breakers, Earth switches, Cables etc., shall be

made available. Procedure and schedule for Periodical & Annual testing of equipments, relays, etc. shall be

provided by the supplier.

Page 21: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

21

2.14.7 Accessories & Spares: The following spares and accessories shall be supplied along with the main equipments at

free of costs. This shall not be included in the price schedule.

a) Charging lever for operating load break isolators/circuit breaker/earth switches for each module of RM

switchgear --1 no.

b) Required number of right angle boot to each cable terminations.( 3 nos. per Isolator/ breaker)

c) Danger board in Trilingual (11000 Volts; English, Hindi & Local) – 1 no.

d) Necessary inscription shall be made in permanent to indicate the origin / destination of the connecting

cables at the cable boxes and at the operating board of the individual switchgears.

e) Required number of locks for locking all isolator/breaker/earth switch present in the required combination

of the module.

f) Any other spares & Tools, which are all essentially required at the time of emergency and routine

maintenance.

2.14.9 Name plate: Each RM switchgear and its associated equipments shall be provided with a nameplate legible and

indelibly marked with at least the following information.

a. Name of manufacturer

b. Type, design and serial number

c. Rated voltage and current

d. Rated frequency

e. Rated symmetrical breaking capacity

f. Rated making capacity

g. Rated short time current and its duration

h. Purchase Order number and date

i. Month and Year of supply

j. Rated lighting impulse withstand voltage

k. D.C. component of current.

l. Requirement of auxiliary supply.

2.15 TESTS:

2.15.1 Type tests: The type tests shall include but not limited to the following

a) Impulse test with breaker inside the cubicle.

b) Temperature rise test with breaker inside the cubicle

c) Short circuit test with breaker inside the breaker

d) Dielectric tests

e) Test of apparatus i.e. circuit breaker and earthing switch

f) Arc Fault test

2.15.2 Routine tests: The routine tests shall include but not limited to the following.

a) Withstand voltage at Power Frequency for all current carrying parts including wiring.

b) Measurement of resistance of the main circuit

Page 22: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

22

c) Gas Leakage test

d) Withstand voltage on auxiliary circuit

e) Operation of functional locks, Interlocks, signaling devices and auxiliary devices

f) Suitability and correct operation of protections, control instruments and electrical connections of the circuit breaker operating mechanism ( PRIMARY & SECODARY INJECTION)

g) Verification of wiring

h) Visual Inspection

i) Other routine tests on other equipments such as circuit breakers, current transformers, relays, meter etc. as per

relevant standards.

2.16 PRINCIPAL PARAMETER OF THE RING MAIN SWITCHGEARS:

General:

1) Service Indoor

2) Type Metal clad

3) Number of phases 3

4) Rated voltage 12000 V

5) Rated Frequency 50 Hz

6) Operating voltage 11000 V

7) Impulse withstand voltage 75 KV (peak)

8) Power frequency withstand

voltage

28 KV

9) Insulation medium SF6

10) Bus bar & other live part material

Tinned copper

11) Operating Lever Common to Isolator, Breaker, Earth switch

11) System earthing Solidly earthed system at substation

12) Operation safety Safety against explosion and fire hazards etc.

Isolators

1) Type Load breaking and fault making

2) Rated current 630 Amps

3) Load breaking capacity 630 Amps

4) Fault making capacity 52.5 kA peak

5) Operating and Interlock

mechanism

To allow main to move to ON position only when the earth

switch is in OFF position and vice versa by using the

operating lever

Circuit breaker

1) Type Fault breaking, load breaking with integral fault making earth switch.

2) Rated current 630 amps

3) Fault breaking capacity 21 KA

4) Short time current for 3 sec. 21 KA

5) Making capacity 52.5 KA

6) Breaking mechanism Spring assisted anti reflex mechanism

7) Operating and Interlock mechanism

To allow MAIN to move to ON position only when the EARTH switch is in OFF position and vice versa by using

the operating lever

8) Breaking medium Vacuum medium (VCB) encapsulated in SF6 environment.

9) Trip mechanism PUSH to OPEN button with stored energy spring mechanism.

10) Protection arrangement

Page 23: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

23

a) Relay Self powered relay for three phase over current and earth

faults

b) Current Transformer

C.T. Type Resign wound

C. T. Ratio 60/1 A (suitable upto 1000 KVA DTR)

Class of Accuracy 5P10

Rated Burden Suitable for self powered relay.

Earth switch

1) Fault making capacity 52.5 kA

2) Short time current for 3 sec. 21 KA

3) Material Tinned copper

4) Operating and Interlock

mechanism

To allow to move to ON position only when the MAINs of

respective Isolator/ Breaker is in OFF position and vice

versa by using the operating lever

SF6 tank

1) Tank construction Stainless steel of minimum thickness not less than 2 mm

filled with SF6 gas with fixed with manometer to ascertain the gas pressure and sealed for its life

2) SF6 pressure Relative pressure of 0.5 bar

Bus bars:

1) Material Copper

2) Type SF6 insulated

3) Rated current 630 Amps

4) Short time rating for 3 sec. 21 kA / 3sec

Page 24: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

24

SECTION –III

BIDDING SCHEDULE

Name of the Work : Supply, erection, testing and commissioning of 11 KV 630 Amps 350 MVA “ON Load” Extensible, outdoor type, SF6 insulated Modular ring main switchgears comprising

3 nos. of Isolators (LBS) and its associated equipments along with its other allied works

at 11 KV Kandan RMS Yard , Valallar Salai Puducherry.

Sl. No.

Description of works Qty Rate / Unit

(`)

Amount

(`)

1. Supply, erection, testing and commissioning of 11 KV 630 Amps

350 MVA “ON Load” Extensible, outdoor type, SF6 insulated Modular ring main switchgears comprising 3 nos. of Isolators

(LBS)and its associated equipments along with its other allied

works at 11 KV Kandan RMS Yard , Valallar Salai Puducherry.

1 set

2. Erection of above Ring main on the proposed concrete foundation as specified in SECTION II, Sl. No. 1.11 along

with its other allied works at 11 KV Kandan RMS Yard , Valallar Salai Puducherry.

L.S

3. Supply of 5 sets of detailed drawings, Testing, obtaining approval of Central Electricity Authority and commissioning

of the above Compact Secondary Sub-station as specified in SECTION II, Sl. Nos. 1.8 to 1.15

L.S

Note:

1. The tenders shall offer the biddings as per the bidding schedule only. Any deviation from the

specification shall be furnished in a separate schedule. i.e. in section- IV.

Signature :

Name :

Status :

Whether authorized attorney :

of the tendering company

Name of the tendering company. :

Page 25: Web address : on and the …electricity.puducherry.gov.in/tender/kandan_rms.pdf · Vallalar Salai , Puducherry as per the enclosed detailed specification. ` 3,68,000/- ` 7,360/- `

25

SECTION IV

SCHEDULE OF DEVIATIONS FOR SUPPLY AND DELIVERY (To be filled in and signed by the tenderer)

We / I have carefully gone through the technical specifications and the General conditions of contract

and we / I have satisfied ourselves / myself and hereby confirm that our / my offer strictly confirm to the

requirements of the technical specifications and general conditions of contract except for the deviations

which are below:

Sl.

No Description

Stipulations in

Specification

Deviation

Offered Remarks

(1) (2) (3) (4) (5)

Signature :

Name :

Status :

Whether authorized attorney

of the tendering company :

Name of the Tendering Company :

Place : Date :


Recommended