Section VI
Section VI
SECTION VI
TECHNICAL SPECIFICATIONS
FOR
DEVELOPMENT OF 250 MW
(5 BLOCKS OF 50 MW EACH)
SOLAR PHOTO VOLTAIC PROJECT(S)
IN MADHYA PRADESH
BIDDING DOCUMENT NO: CS-5714-004-(R)-9
This document is meant for the exclusive purpose of bidding against this
specification and shall not be transferred, reproduced or otherwise used
for purposes other than that for which it is specifically issued.
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
SUB
TITLE
Number
PART SECTION
of
Pages
A-1
PROJECT
7
INFORMATION
A-2
SCOPE
OF
SUPPLY
AND SERVICES
A-3
10
PROVENESS
18
PART-B DC SYSTEMS
B
B-1
SOLAR
PHOTOVOLTAIC (SPV)
24
MODULES
B-2
MODULE MOUNTING
STRUCTURE(MMS)
B-3
DC CABLES
B-4
STRING MONITORING
UNIT(SMU)
B-5
28
30
32
POWER CONDITIONING
UNIT
36
PART-C AC SYSTEMS
C
C-1
LT SWITCHGEAR
44
C-2
HT SWITCHGEAR
65
C-3
INVERTER
TRANSFORMER &
92
AUXILIARY
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
Page
2 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TRANSFORMER
C-4
HT CABLES
103
C-5
LT Cables
110
C-6
CABLE INSTALLATION
METHODOLOGY
C-7
SCADA
C-8
INSTRUMENTATION
AND COMMUNICATION
119
133
152
CABLE
C-9
EARTHING SYSTEM
C-10
LIGHTNING
PROTECTION SYSTEM
C-11
PLANT ILLUMINATION
SYSTEM
C-12
AUXILIARY POWER
SUPPLY SYSTEM
C-13
158
165
168
175
BATTERY AND
BATTERY CHARGER
AT MAIN POOLING
176
SWITCHGEAR/ CMCS
ROOM
C-14
UPS
C-15
TIME
SYNCHRONIZATION
201
212
EQUIPMENT
C-16
C-17
C-18
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
214
231
235
Page
3 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-D CIVIL WORKS
D
CIVIL WORKS
243
WEATHER
MONITORING STATION
E-2
E-3
MODULE WASHING
SYSTEM
E-4
286
288
290
291
REQUIREMENTS
E-5
O&M
293
E-6
PG TEST
302
F-1
QUALITY ASSURANCE
CHAPTERS
306
PART-G GTR
G
GENERAL TECHNICAL
REQUIREMENTS
362
PART-H ECC
H
ERECTION
CONDITIONS OF
393
CONTRACT
PART-I TENDER DRAWINGS
I
I-1
LIST OF TENDER
DRAWINGS
412
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
Page
4 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
J
J-1
MANDATORY SPARES
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
415
Page
5 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-A
PROJECT INFORMATION
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
6 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
INTRODUCTION
NTPC Ltd is a premier Maharatna public sector undertaking in the field of
power generation. It has an installed capacity of 44,598 MW comprising of
40 plants with pan India presence. Govt. of Madhya Pradesh has agreed to
give NTPC approximately 500 hectares of revenue land in Mandsaur
district.
3.0
Udaipur
LAND AVAILABILITY
Land Availability (in Acres)
Approx
500 hectares of land in
district.
Mandsaur
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
7 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
4.0
PROJECT CAPACITY
250 MW Solar Power Project(s) in
Mandsaur district of
Madhya
Pradesh
250 MWp (DC capacity) Solar PV
Project (To be awarded to multiple
bidders in single/multiple blocks of 50
MW each.)
Solar PV Technology with Crystalline
Silicon cells.
Project capacity
Technology
5.0
TECHNOLOGY
In Solar Photo Voltaic Power Generation the direct conversion of solar
radiation into electricity is achieved by using semiconductor devices Solar
Cells which work on the principles of photo electric effect.
6.0
7.0
GENERATION GUARANTEE
The bidder shall guarantee net 83.735 MUs yearly generation at Export
Bus (Ex Bus) at 33 kV outgoing feeder from respective 50 MW solar
power block.(Refer details given in PG test chapter E-6).
8.0
OTHER DETAILS
SLNO ITEM
DETAILS
01
Water Requirement during To be arranged by bidder
construction
02
Power Requirement during To be arranged by bidder
construction
03
MOEF Clearance
Not Applicable
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
8 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
04
05
06
07
SPCB Clearance
MNRE Clearance
Chief Electrical Inspector
clearance
Tree cutting permission
To be arranged by NTPC
To be facilitated by bidder
To be facilitated by bidder
To be facilitated by bidder
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
9 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
INTENT OF SPECIFICATION
The scope of the proposal for the Design Engineering, Supply,
Construction, Erection, Testing, Commissioning including five year
Operation and Maintenance (O&M) works for 50 MW Solar PV plant in
Mandsaur district of Madhya Pradesh shall be on turnkey basis completely
covering the following activities and services in respect of all the equipment
& works specified and covered under the specifications and read in
conjunction with Scope of Supply & services elaborated elsewhere.
All equipment, materials and services whether explicitly stated or otherwise
and that are necessary for the satisfactory operation of the Solar PV
system and its integration with evacuation system provided by State
Electricity Authority(s) shall be deemed to be included in the scope of work
of the Contractor and shall not be limited to the following.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
10 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Supply of spares.
Special tools and tackles if any required for maintenance of the plant.
1.1
The work to be carried out as per the above scope shall be all in
accordance with the requirements, conditions, appendices etc. given in
Technical Specifications (Section-VI) together with those stated in other
Sections/Sub-sections of Bid Documents which shall be considered as a
part of this volumes completely as if bound herewith. It is not the intent to
specify herein all aspects of design and construction nevertheless, the
equipments and civil works shall conforming all aspects to high standard of
engineering, design and workmanship and shall be capable of performing
in continuous commercial operation in a manner acceptable to the
Employer, who will interpret the meaning of the specification and drawings
and shall have a right to reject or accept any work or material which in his
assessment is not complete to meet the requirements of this specification
and/or applicable Indian / International standards mentioned elsewhere in
this specification. The Bidder shall be responsible for providing all
materials, equipment and services, specified or otherwise (unless
specifically excluded) which are required to fulfill the intent of ensuring
operability and the reliability of the complete system covered under this
specification.
1.2
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
11 of 415
CLAUSE NO.
`
1.3
TECHNICAL SPECIFICATIONS
in his offer are superior to what has been specified, these may be
highlighted separately.
The Bidder shall be responsible for providing all material, equipment and
services, specified or otherwise which are required to fulfill the intent of
specification and ensuring operability, maintainability and the reliability of
the complete work covered under this specification.
1.4
1.5
Before submitting his bid, the bidder should inspect and examine the site
and its surroundings and should satisfy himself as to the nature of the
ground and subsoil, the quantities and nature of work, materials necessary
for completion of the work and their availability, means of access to site
and in general shall himself obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect his
offer. No consequent extra claims on any misunderstanding or otherwise
shall be allowed by the Employer.
2.0.
SCOPE OF WORK
The detailed scope of work in accordance with this specification is
elaborated below. The scope of the contractor shall be deemed to include
all such items which although are not specifically mentioned in the bid
documents and/or in contractors proposal but are needed to make the
system complete in all respects for its safe, reliable, efficient and trouble
free operation and the same shall be furnished and erected unless
otherwise specifically excluded as per Section Terminal Points &
Exclusions.
The Bidder shall also jointly facilitate in resolution of Land Acquisition
issues related to the Project. Any due payments arising out of the Land
Acquisition process shall however be paid by NTPC to the appropriate
Authorities.
2.1
ENGINEERING
Detailed design of Grid Interactive Solar PV Plant and its associated civil,
electrical & mechanical auxiliary systems includes preparation of
foundation drawings, single line diagrams, installation drawings, electrical
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
12 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
layouts, design calculations etc. Design memorandum and other relevant
drawings and documents required for engineering of all facilities within the
scope to be provided under this contract, are covered under contractors
scope of work.
2.2
Solar PV Modules
2.
3.
4.
5.
AC SIDE
6.
HT Switchgear
7.
LT Switchgear
8.
9.
HT Cables
10.
LT Cables
11.
SCADA
12.
Communication cable
13.
Earthing System
14.
15.
16.
17.
18.
UPS
19.
20.
CCTV
21.
Metering System
22.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
13 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
33 kV Switchyard Equipments
GENERAL SYSTEMS
2.3
24.
25.
26.
CIVIL WORKS
Geotechnical investigation & Topography survey at site
Site Preparation : Site grading including slope protection, ground
preparation/ filling/ levelling (if required) of the identified area and
cutting , clearing and transporting of bushes/ vegetation/ trees etc.
Foundation :Requisite foundation and structures wherever required
Rooms : Construction of Control room, Inverter room, security room,
Gate complex.
Cable Routing : Requisite cable routing through cable trenches/
trestle and/ or cable tray, Where ever required.
Roads & Pathways : Construction of Main ,
pathways
2.4
2.5
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
14 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The bidder shall provide training free of cost to the personnel of NTPC for
50 man-days at his works and at site for erection, testing, commissioning
and O&M. Expenses towards travel, lodging, and boarding and other
expenses for the personnel shall be borne by NTPC.
2.6
TESTING
During detailed engineering, the contractor shall submit for Owners
approval the reports of all the type tests as listed in this specification.
Unless specified, the type test should have conducted within last ten years
from the date of bid opening. These reports should be for the test
conducted on the equipment similar to those proposed to be supplied
under this contract and the test(s) should have been either conducted at an
independent laboratory or should have been witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted within applicable period or in the case of type test report(s) are
not found to be meeting the specification requirements, the contractor shall
conduct all such tests under this contract at no additional cost to the owner
either at third party lab or in presence of client /owners representative and
submit the reports for approval.
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
2.7
PAINTING
The bidder's scope of work includes painting of all equipments and
structures as per the Employer's standard colour coding scheme. The
painting shall include required application of finish paint indicated
elsewhere in the Technical Specification. The quality and finish of paints
shall be as per standards of BIS or approved equivalent. Employers Colour
Coding scheme shall be furnished during detailed engineering stage.
2.8
2.9
APPROVALS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
15 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The scope of the bidder includes complete design and engineering,
technical coordination(including participation and arranging technical coordination meetings),finalization of drawings/ documents, submission of
engineering drawing / documents and processing of their approvals by the
Employer as per relevant clauses of Section VI (Technical Specifications)
and other relevant clauses given elsewhere in the Technical Specifications.
Further, the scope shall also include submission, in proper shape & format,
of all types of manuals, handbooks & documents in requisite numbers to
the Employer at different phases of the project as per the requirement of
Employer. The contractor shall have to arrange technical coordination
meetings and ensure participation
2.10
3.0
4.0
TENDER DRAWINGS
The list of drawings listed in Part-I of the Technical Specification shall form
part of the specification and shall supplement the requirements specified in
these technical specifications. These drawings are preliminary drawings for
bidding purpose only and subject to changes that may be necessary during
the detailed engineering keeping the basic parameters as specified.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
16 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Various parameters for building and other equipment specified in the tender
drawing are the minimum required & any increase in these parameters if
required to meet the system requirement shall be made by the Bidder
without any additional cost implication to Employer.
5.0
SPARES
The Bidder shall include in his scope of supply all the necessary Mandatory
spares as described elsewhere in the specifications.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R) -9
PART-A
Page
17 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
A-3) PROVENESS
Proveness criteria
1.0
1.1
Solar PV Modules:
The bidder/his sub-vendor shall meet the requirement as stipulated in para
(a) and (b) below for supply of Solar PV Modules:
a. The bidder/his sub-vendor should have manufactured and supplied the
2.0
Engineering Firm:
If the bidder himself has not carried out the engineering of at least
one (1) number of Solar PV Power Plant of capacity 10 MWp (minimum)
which is in successful operation for the last six (6) months as on the date of
techno-commercial bid opening, the bidder shall employ an Engineering
Firm who has engineered at least one (1) number of Solar PV Power Plant
of capacity 10 MWp (minimum) at single location which is in successful
operation for the last six (6) months as on the date of techno-commercial
bid opening. The scope of work of engineering for the above project by the
Firm shall necessarily include the following:
i.
a.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
18 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
b.
c.
ii.
iii.
PV Modules
DC Cables
Finalization of Plant Layout with shadow analysis
Energy Estimation
The Firm shall undertake at least the above scope of engineering for the
proposed Solar PV Power Plant.
FINANCIAL PROJECT
YEAR
LOCATION ,
CAPACITY,
NAME OF
CLIENT
DATE
APPROX
KWp /
OF
CONTRACT MWp of
AWARD VALUE(Rs) MODULES
SUPPLIED
DURING
THE
FINANCIAL
YEAR
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
19 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SLN
O
PROJECT DATE
APPROX
LOCATIO
OF
CONTRACT
N,
AWARD VALUE
CAPACITY
, NAME
OF
CLIENT
(>) 200 Wp
MODULES
SUPPLIED
(Y/N)
DATE OF
COMMISSION
ING OF THE
PROJECT
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
20 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The Firm shall undertake at least the above scope of engineering for the
proposed Solar PV Power Plant.
(I)
(II)
(Yes / No)
(Yes / No)
(III)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
21 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(A)
(B)
(C)
(D)
(E)
(F)
(Yes / No)
ii.
iii.
(G)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
PART-A
Page
22 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-B
DC SYSTEMS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
23 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
B-1 )
1.0
GENERAL
The Solar PV module comprises of PV cells connected in series
combination to achieve the required module power output. PV cells
directly produce DC power on receipt of solar irradiation. The PV cells in a
module shall be protected by encapsulation between glass and back
sheet. The glass shall be made of high transitivity and front surface shall
give high encapsulation gain.
The technical details of Solar PV Modules shall be as given below.
S.No. Description
Details
1
Type of SPV Module
Crystalline Silicon
2
Peak Power rating of Shall not be less than 240Wp
Module
3
Module Efficiency
More than 14% at Standard Test
Conditions
4
Fill Factor
0.7(Minimum)
2.0
3.0
TECHNICAL REQUIREMENTS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
24 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
a. SPV module shall perform satisfactorily with ambient temperatures
between -10C & +60C and shall withstand gust up to 150 Km/h on the
surface of the panel.Each and every SPV module shall conform to
above standards and no negative power tolerance shall be accepted. Each
inverter shall use only one type (Make and Nominal rating) of modules.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
25 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
j.
NAME PLATE
All individual modules shall be provided with Name Plate label at the back
of module which shall provide the information given below for identification.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
26 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
They shall be clearly visible and shall not be hidden by equipment wiring.
Type of labels and fixing of labels shall be such that they are not likely to
peel off/ fall off during the life of the panel.
1. Manufacturers Name
2. Model Number, Serial Number
3. Overall Dimensions (W x L x D)
4. Weight (kg)
5. Maximum Power (PMAX) , Voltage ( VMP), Current ( IMP)
6. Short Circuit Current (ISC), Open Circuit Voltage (VOC)
7. Main System Voltage
8. Relevant standards, Certification lab. Name
9. NTPC Logo on the top corner of the each Module (Design shall be
provided to successful bidder during detail engineering)
10. Warnings, if any
5.0
TYPE TEST
SPV modules must be tested and certified by any of the accredited
certifying agencies according to above mentioned International Standards
at clause 2.0 above and the type test reports shall be submitted for
approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
27 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
B-2)
1.0
GENERAL
The PV modules shall be mounted on metallic structures called Module
Mounting Structures (MMS) having adequate strength and appropriate
design, which can withstand the load of the modules and design wind
pressure.
2.0
3.0
IS 875: Part 3
IS 800 : 2007
IS-4759
IS 1868
TECHNICAL REQUIREMENTS
a) Modules shall be mounted on non-corrosive support structures.
o. All the panels shall have provision to adjust it at three optimum angular
positions. The optimum angle shall be proposed by the bidder and
finalized during detailed engineering.
b) Mounting structures shall be designed to withstand the extreme weather
conditions in the area. Design wind speed factors shall be as per IS:
875-III, however the minimum value of these factors shall be considered
as K1 = 1.0, K2 = 1.0 & K3 = 1.0 for the design of MMS.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
28 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
c) The structural material, corrosion protection and design, shall be as per
Design Criteria for Module Mounting Structures (MMS) described
elsewhere in this specification.
d) The proposed foundation system for MMS shall be as per the geo
technical investigation report.
e) The design philosophy and the calculations for the MMS and the
foundation system shall be submitted for prior approval of NTPC before
commencement of construction.
f) Further details related to structures and foundations has been
mentioned in the chapter on civil works of this specifications.
g) In case, String Monitoring Unit(SMU) is mounted on the Module
Mounting structures , bidder to take into consideration the load of SMU
during design of MMS. Further suitable supporting members for
mounting the SMU on the MMS shall also be in the scope of the bidder.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
29 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
B-3)
DC CABLES
(b.)
(c.)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
30 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
2.0
3.0
4.0
CABLE DRUM
For details refer clause 10.0 of Chapter C-5 (LT Cables).
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
31 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
GENERAL
String Monitoring Unit (SMU) is used in multi-string photovoltaic systems to
combine the individual strings electrically and connect them to the
Inverters. It shall have protection devices to protect the PV modules from
current/voltage surges. SMU should be capable to monitor the string/subarray currents, Array voltage and total current of all the strings connected to
SMU. The Nos of Sub-array shall be restricted to two(02). SMU shall have
provision to monitor all the above parameters and shall communicate and
transfer the required data to the SCADA for remote monitoring purposes.
2.0
3.0
S
NO.
1
CODES
DESCRIPTION
UL 94 V
UL 746C
UV Resistant
IEC 62262
IS 2147/IEC 60529
Enclosure Protection
IEC 61643-12
Surge Protection
IEC 62208
Enclosure
Switchgear
assemblies
for
and
low
voltage
control
gear
GENERAL REQUIREMENT
SMU shall be equipped (but not limited to) with the following
i.
ii.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
32 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
iii.
iv.
4.0
v.
Other associated items like cable glands, lugs and items required for
the protection and completeness of the system.
vi.
vii.
5.0
STRING FUSES
In order to provide protection to all cables and modules, string fuses shall
be provided in both positive and negative legs of the string cabling.
However, in case of negative grounded inverters, string fuse shall be
provided in positive leg only as per recommendation of inverter
manufacturer. String fuses shall be of gPV category and dedicated to solar
applications and conform to IEC 60269-6 or UL-2579 standards. String
fuses should be so designed that it should protect the modules from
reverse current overload.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
33 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
6.0
SMU ENCLOSURE
SMU enclosure shall be made of polycarbonate/FRP.SMU Enclosure shall
satisfy the following requirement
i.
ii.
iii.
iv.
v.
The size of the enclosure shall be designed in such a way that the
temperature rise of the enclosure should not more than 30 deg C
above the ambient temp of 50 deg C. The components mounted
inside the SMU shall have higher temperature withstand capability
and shall continuously operate under such conditions. Contractor
shall furnish the design calculation for temperature rise for owners
approval.
vi.
vii.
All terminals blocks shall be rated for min 1000V and rated
continuously to carry maximum expected current.
viii.
ix.
All internal wiring shall be carried out with 1100V grade stranded
copper wires. All internal wiring shall be securely supported, neatly
arranged readily accessible and connected to component terminals
and terminal blocks. Wire terminations shall be made with solder
less crimping type of tinned copper lugs which firmly grip the
conductor and insulation. Insulated sleeves shall be provided at all
the wire terminations. Engraved core identification plastic ferrules
marked to correspond with the wiring diagram shall be fitted at both
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
34 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ends of each wire. Ferrules shall fit tightly on wires shall not fall off
when the wire is disconnected from terminal blocks.
7.0
Rated Voltage
1000 Volts as per TUV
Connector Design
Snap-In locking Type
Protection Degree
IP67
Ambient Temperature
(-) 400 C to (+) 900 C
Protection/Safety Class
Class II
Contact material
Cu
Contact surface material
Ag
Contact resistance for plug connecter < 0.5 milli-ohms
Stripping length
10mm
Inflammability class acc. to UL 94 UL94-V0
Insulating Material
PPE / Noryl (PPE + PS
material)
Certification
VDE/TUV, UL 6703
Pollution degree
3
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
35 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.0
GENERAL REQUIREMENTS
1. PCU must have provision to be isolated from grid through Air Circuit
Breakers which shall be inbuilt with the inverter or located in separate
standalone panel.
2. PCU shall confirm to IEC 61000 or equivalent international standard for
compliance to requirements for Electromagnetic compatibility and to
IEC60068-2 or equivalent international standard for requirement of
environmental testing.
3. The minimum euro efficiency of the PCU as per IEC 61683 shall be
97%. The bidder shall specify the conversion efficiency at following
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
36 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
load conditions i.e. 25%, 50%, 75% and 100% during detail
engineering, which shall be confirmed by type test reports.
4. The PCU shall remain connected to the grid as per Central Electricity
Authority Technical (standards for connectivity to the grid) regulation
2007 with all latest amendments and its components shall be designed
accordingly
5. The PCU shall have protection against any sustained fault in the feeder
line and against lightning discharge in the feeder line.
6. The PCU shall also have the adequate protection against earth
leakage faults.
7. The incoming DC feeder of PCU shall have suitably rated isolators to
allow safe start up and shut down of the system and its terminals
should be shrouded. The DC feeder shall terminate in the fuse box
through a suitable fuse rating. The PCU fuse box shall have one spare
terminal with fuse and holder for the future use. The connection
between the fuse box and inverter shall be through copper bus bars or
copper cable.
8. Internal Surge Protection Device (SPD) shall be provided in the PCU
on DC and AC side. It shall consist of Metal Oxide Varister (MOV) type
arrestors. The discharge capability of the SPD shall be at least 10kA at
8/20 micro second wave as per IEC 61643-12. During earth fault and
failure of MOV, the SPD shall safely disconnect the healthy system.
SPD shall have thermal disconnector to interrupt the surge current
arising from internal and external faults. In order to avoid the fire
hazard due to possible DC arcing in the SPD due to operation of
thermal disconnector, the SPD shall extinguish the arc.
9. The PCU should be designed for parallel operation through galvanic
isolation. Solid state electronic devices shall be protected to ensure
smooth functioning as well as ensure long life of the inverter.
10. The PCU shall have anti-islanding protection as per IEC 62116 or
equivalent international standard.
11. In case of grid failure, the PCU shall be re-synchronized with grid after
revival of power supply. Vendor to furnish the time taken by PCU to be
re-synchronized after restoration of grid supply during detailed
engineering.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
37 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
12. PCU shall also confirm to IEC 62109 or IEC 62103 or equivalent
international standard for compliance to requirement for the design and
manufacture of PCU for protection against electric shock, energy, fire,
mechanical and other hazards.
13. Control and read-out should be provided on the indicating panel
integral to the Inverter. Display should be simple and show all the
relevant parameter relating to PCU operational data and fault condition
in form of front Panel meters / LEDs or two line LCD Display. It shall
include all important parameter such as DC input voltage, DC input
current, AC output voltage, AC output current, AC output power,
frequency etc and the same has to be made available to SCADA also.
14. The PCU shall include appropriate self-protective and self-diagnostic
feature to protect itself and the PV array from damage in the event of
PCU component failure or from parameters beyond the PCUs safe
operating range due to internal or external causes. The self-protective
features shall not allow signals from the PCU front panel to cause the
PCU to be operated in a manner which may be unsafe or damaging.
Faults due to malfunctioning within the PCU, including commutation
failure, shall be cleared by the PCU protective devices.
15. The Contractor shall ensure by carrying out all necessary studies that
the PCU will not excite any resonant conditions in the system that may
result in the islanded operation of PV plant and loss of generation. In
case there is excitation of any resonant condition in the system during
PV plant operation that may result in the islanding/tripping of the PV
plant and affect the power transfer, it shall be the responsibility of
contractor to rectify the design and carryout required modification in the
equipment of his supply.
16. In case external aux. power supply is required, standalone UPS shall
be used to meet auxiliary power requirement of PCU, it shall have a
backup storage capacity of 120 minutes. The batteries used for these
UPS shall be tubular lead acid type.
17. In view of large plant size, in order to have real time control over the
total power exported to grid, PCUs shall have in built control feature for
changing output power set point individually and simultaneously from
CMCS through plant SCADA and PCU manufacturers own proprietary
software. Operator shall be able to limit the total power (Active and
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
38 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Reactive) injected in the grid through manual intervention as and when
required in view of grid security.
18. Bidder to provide the complete wiring diagram of PCU during detailed
Engineering and during submission of O&M manual. Bidder also to
provide its control board programing software with perennial license to
the owner
3.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
39 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
engineering. The operating voltage range of PCU and the MPPT shall be
large enough such that it satisfactorily operates for PV modules exposed to
the maximum ambient temperature of 500C.
5.0
INVERTER
The inverter output shall always follow the grid in terms of voltage and
frequency. This shall be achieved by sensing the grid voltage and phase by
the feedback control loop of the inverter and the inverter shall always
remain synchronized with the grid. The inverter shall use only selfcommutated device which shall be adequately rated. PCU shall be
designed to deliver its nameplate rating at ambient temperature of 50C.
Bidder shall also furnish the rating at operating temperature of 25 C during
detailed engineering. The other technical details required are as under.
Nominal
Output
Frequency
Power Factor Control
Range
Maximum Input voltage
THDi
Ambient temperature
Humidity
Enclosure
Maximum Noise Level
DC injection
Flicker
50Hz
> = 0.95 lead or lag
1000 V DC
Less than 4% at nominal load
0 to 500 C
95 % non-condensing
IP 20 (Minimum)
75 dBA
Less than 0.5% of nominal load current
As per IEC 61000
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
40 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
h.
i.
j.
k.
EARTHING OF INVERTERS
DC side of each inverter shall be earthed to distinct earth pit through
adequate size conductor as per IS 3043-1987. The size of conductor shall
be as per the maximum fault current of DC system.
7.0
VENTILATION
To prevent the maximum permissible temperature in the inverter room from
being exceeded because of internal heat emission of inverters and other
auxiliaries in the inverter room, the inverter room in the PV station shall be
adequately ventilated.
The Ventilation plant capacity and air quality of inverter room shall be as
per inverter and other auxiliaries manufacturers recommendations. Filter
banks at the air inlet of the inverter room shall be provided to prevent dust
ingress.
8.0
TYPE TESTING
During detailed engineering, the contractor shall submit all the type test
reports including temperature rise test and surge withstand test carried out
within last ten years from the date of techno-commercial bid opening for
Owner's approval. These reports should be for the test conducted on the
equipment similar to those proposed to be supplied under this contract and
the test(s) should have been either conducted at an independent laboratory
or should have been witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted within last ten years from the date of techno-commercial bid
opening, or in the case of type test report(s) are not found to be meeting
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
41 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
the specification requirements, the contractor shall conduct all such tests
under this contract at no additional cost to the owner either at third party lab
or in presence of client/owners representative and submit the reports for
approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-A
Page
42 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-C
AC SYSTEMS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
43 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-1) LT SWITCHGEAR
1.0
Details
IS 5
IS 694
IS 722
IS 1248
IS/IEC
609471
IS/IEC
609472
IS 2551
IS 2629
IS 2705
Current Transformers
IS/IEC
Contactors and motors starter for voltages not exceeding
609474-1 1000 V AC or 1200 VDC
IS 3043
IS 3072
IS 3156
Voltage Transformers
IS 3202
IS 3231
IS/IEC
60947
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
electrical
Page
44 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IS/IEC
609471
IS 5082
IS 6005
IS/IEC
LV switchgear and Control gear Control current devices
609475-1 and switching element.
IS 8623 (3 Specification for factory built assemblies of Switchgear &
parts) / IEC Control gear for voltages upto and including 1000 V AC &
61439-1&2 1200 V DC.
IS 8686
Static Relays
IS 13703 /
HRC Cartridge fuses
IEC 60269
IS 10118 (4 Code of practice for selection, installation and maintenance
parts)
of switchgear and control gear.
IS 11171
IS 12021
TECHNICAL PARAMETERS
2.1
2) Frequency
50 Hz +/- 5%
3) Combined
variation
(in
volts
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
45 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
frequency)
2.2
2)
As per requirement
105kA (PEAK)
Busbar insulation
a) For switchgear
NOTE: For other switchgear, the bus requirement shall be as per system
requirement.
2.3
CIRCUIT BREAKER
1)
Type
Air
break
spring
charged stored energy
type
2)
Operating duty
O-3min-OC-3min-OC
3)
Symmetrical interrupting
50kA (RMS)
4)
105kA (PEAK)
5)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
46 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.4
2.5
2.6
a)
AC Component
50kA(RMS)
b)
DC Component
As per IS:13947
6)
7)
No of auxilliary contacts
4NO
+
4NC
Employer's use
for
METER
1)
Accuracy class
2)
2.0
DIGITAL MFM
1)
Accuracy class
0.5
2)
Voltage Ratio
415/110 V
CURRENT TRANSFORMERS
1)
Type
2)
650V, 50HZ
3)
CT Secondary Current
1A
4)
Class of insulation
E or better
5)
5P20, 5VA
PS Class for REF
b) For Metering
6)
7)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
47 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
8)
2.7
2.8
2.9
Dynamic withstand
a) For CTs Associated with
circuit breaker
105kA (PEAK)
VOLTAGE TRANSFORMERS
1)
Type
Cast Resin
2)
Voltage Ratio
3)
Method of Construction
Vee Vee
4)
Accuracy Class
0.5
5)
6)
Class of insulation
E or better
7)
2.5 KV
HRC FUSES
1)
Voltage Class
650 Volts
2)
Rupturing capacity
CONTACTORS
1)
Type
2)
Utilising Category
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
48 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
RELAYS
1)
2.11
TRANSDUCERS
1)
2)
2.12
Current transducers
a)
Input
b)
Rated frequency
50Hz
c)
Output
d)
Over current
Transducer
for
motor
current ammeters shall be
capable of withstanding
min. 6 times CT sec. current
of 1A for a min period of 30
seconds
e)
Accuracy
1.0
Voltage Transducers
a)
Input
b)
Output
c)
Accuracy
1.0
MCCB
Rated voltage 1
)
Rated Insulation2Level
)
Rated ultimate and
3 service SC breaking
capacity(As per )system requirement)
Rated making capacity(As
4
per system
requirement) )
Utilization category
5
)
415V
690V
50kA
105kA
A
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
49 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
3.0
standing type.
2. All switchboard frames and load bearing members shall be fabricated
using suitable mild steel structural sections or pressed and shaped coldrolled sheet steel of thickness 2.0 mm. Frames shall be enclosed in
cold-rolled sheet steel of thickness 1.6 mm. Doors and covers shall also
be of cold rolled sheet steel of thickness 1.6 mm. Stiffeners shall be
provided wherever necessary. The gland plate thickness shall be 3.0
mm for hot / cold-rolled sheet steel and 4.0 mm for non-magnetic
material.
3. All panel edges and cover / door edges shall be reinforced against
distortion by rolling, bending or by the addition of welded reinforcement
members. The top covers of the panels should be designed such that
they do not permanently bulge/ bend by the weight of maintenance
personnel working on it.
4. The switchboards shall be of bolted design. The complete structures
shall be rigid, self-supporting, and free from flaws, twists and bends. All
cutouts shall be true in shape and devoid of sharp edges.
5. All switchboards shall be of dust-proof and vermin-proof construction
steel sections, along with all necessary mounting hardware required for
welding down the base frame to the foundation / steel insert plates. The
base frame height shall be such that floor finishing (50mm thick) to be
done by Employer after erection of the switchboards does not obstruct
the movement of doors, covers, with draw able modules etc.
10. All switchboards shall be divided into distinct vertical sections (panels),
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
50 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
each comprising of the following compartments:
i.
ii.
Switchgear/Feeder Compartment
All equipment associated with an incomer or outgoing feeder
shall be housed in a separate compartment of the vertical
section. Two-tier breaker arrangement in a vertical section shall
be offered for outgoing breaker feeders of rating up to 1600A.
The design of the vertical section for such an arrangement shall
ensure ease of termination of power cables of size & quantity as
per relevant clause of specification. The compartment shall be
sheet steel enclosed on all sides with the withdrawable units in
position or removed. Insulating sheet at rear of the compartment
is also acceptable. The front of the compartment shall be
provided with the hinged single leaf door with captive screws for
positive closure.
iii.
iv.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
51 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
11. Sheet steel barriers shall be provided between two adjacent vertical
panels running to the full height of the switchboard, except for the
horizontal busbar compartment. EPDM / Neoprene gasket shall be
provided between the panel sections to avoid ingress of dust into
panels.
12. After isolation of power and control circuit connections it shall be
possible to safely carryout maintenance in a compartment with the
busbar and adjacent circuit live. Necessary shrouding arrangement
shall be provided for this purpose.
Wherever two breaker
compartments are provided in the same vertical section insulating
barriers and shrouds shall be provided in the rear cable compartment to
avoid accidental touch with the live parts of one circuit when working on
the other circuit.
13. All 415V switchgear (circuit-breaker) panels shall be of single-front type.
DBs shall be of single-front / double-front construction as per
requirement. All single-front switch boards shall be provided with singleleaf, hinged or bolted covers at the rear. The bolts shall be of captive
type. The covers shall be provided with "DANGER" labels. All panel
doors shall open by 90 deg or more. In case of double-front MCCs, if
this cannot be achieved for panels adjacent to a breaker panel, suitable
dummy panel shall be provided by the Bidder wherever necessary.
14. All 415V circuit-breaker modules shall be of fully draw out type having
distinct 'Service' and 'Test' positions. The equipment pertaining to a
draw out type incomer or feeder module shall be mounted on a fully
withdrawable chassis which can be drawn out without having to
unscrew any wire or cable connection. Suitable arrangement with cradle
/ rollers, guides along with tool / lever operated racking in / out
mechanism shall be provided for smooth and effortless movement of the
chassis. For modules of size more than half the panel height, double
guides shall be provided for smooth removal or insertion of module. All
identical module chassis of same size shall be fully interchangeable
without having to carry out any modifications. Suitable interlock shall be
provided in DCDBs for prevention of opening of Isolator (Incomer) when
the bus coupler is open and vice-versa.
15. All disconnecting contacts for power and control circuits of draw out
modules shall be of robust and proven design, fully self-aligning and
spring-loaded. Both fixed and moving contacts shall be silver-plated and
replaceable. The spring-loaded power and control drawout contacts
shall be on withdrawable chassis and the same on fixed portion shall
not be accepted. Detachable plug and socket type control terminals
shall also be acceptable.
16. Individual opening in the vertical bus enclosure shall permit the entry of
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
52 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
moving contacts from the draw out modules into vertical droppers.
17. All equipment and components shall be neatly arranged and shall be
easily accessible for operation and maintenance. The internal layout of
all modules shall be subject to employer's approval. The Contractor
shall submit dimensional drawings showing complete internal details of
bus bars and module components, for each type and rating for approval
of Employer.
18. The tentative power and control cable entry shall be from bottom.
However, the Employer reserves the right to alter the cable entries, if
required during detailed engineering, without
any additional
commercial implication.
19. Each switchboard shall be provided with undrilled, removable type gland
plate, which shall cover the entire cable alley. Bidder shall ensure that
sufficient cable glanding space is available for all the cables coming in a
particular section through gland plate. For all single core cables, gland
plate shall be of non-magnetic material. The gland plate shall preferably
be provided in two distinct parts for the easy of terminating addition
cables in future. The gland plate shall be provided with gasket to ensure
enclosure protection. Recommended drilling chart of gland plates for all
power and control cables in the vertical panels shall be indicated by the
Contractor in the respective G.A. drawings of the boards.
20. The Bidder shall consider layout of panels in a switchboard consisting of
various feeder modules as per system requirement in a straight line,
unless specified otherwise. The actual composition and disposition of
various modules in a switchboard shall be finalised during detailed
engineering. The Bidder shall include in his quoted price the cost of any
adopter panel / dummy panel required to meet various configuration /
arrangement of busbars adopted by the Bidder.
21. The minimum clearance in air between phases and between phases
and earth for the entire run of horizontal and vertical busbars and buslink connections at circuit-breaker shall be 25mm. For all other
components, the clearance between "two live parts", "a live part and an
earthed part", shall be at least ten (10) mm throughout. Wherever it is
not possible to maintain these clearances, insulation shall be provided
by sleeving or barriers. However, for horizontal and vertical busbars
the clearances specified above should be maintained even when the
busbars are sleeved or insulated. All connections from the busbars up
to switch / fuses shall be fully insulated and securely bolted to minimize
the risk of phase to phase and phase to earth short circuits.
4.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
53 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.
3.
4.
5.
6.
7.
8.
5.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
54 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
provided with such busbars in case relays are provided. Each section of
the switchboard shall be provided with a DC supply. Suitable terminals,
switch-fuse etc. shall be provided to receive the DC supply and distribute
the same through above mentioned control busbars to the required
modules of the respective section. The DC control supply bus of one
section shall be coupled to the control supply of other section through a
switch located in the bus-coupler breaker panel. The DC supply to the
bus-coupler breaker may be given from any of the control buses.
2. SPACE HEATER
Panel space heaters shall be fed from separate AC auxiliary busbars
running throughout the switchboard. The supply for these busbars shall
be tapped from incomer, before the isolating switch/ circuit breaker.
Incoming circuit to space-heater bus shall have an isolating switch, HRC
fuse and neutral link of suitable rating. Panel illumination and plugsocket shall also be tapped from the space heater busbars. Suitable
terminals shall also be provided to facilitate energisation of space-heater
bus from outside during long shutdowns of switch-board.
6.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
55 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
6.
7.
8.
9.
7.0
CIRCUIT BREAKERS
Circuit breakers shall be three pole, air break, horizontal draw out type, and
shall have fault making and breaking capacities as specified in "Technical
Parameters". The circuit breakers which meet specified parameters of
continuous current rating and fault making / breaking capacity only after
provision of cooling fans or special device shall not be acceptable.
1. Circuit breakers along with its operating mechanism shall be provided
with suitable arrangement for easy withdrawal. Suitable guides shall be
provided to minimize misalignment of the breaker.
2. There shall be "SERVICE", "TEST" and "FULLY WITHDRAWN"
positions for the breakers. In "Test" position the circuit breaker shall be
capable of being tested for operation without energising the power
circuits i.e. the power contacts shall be disconnected, while the control
circuits shall remain undisturbed. Locking facilities shall be provided so
as to prevent movement of the circuit breaker from the "SERVICE",
"TEST" or "FULLLY WITHDRAWN" position. Circuit Breaker rack-in and
rack-out from Service to Test, Test to Isolated position, or vice-versa
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
56 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
shall be possible only in the compartment door closed condition.
3. All circuit breakers shall be provided with "6 NO" and "6 NC" potential
free auxiliary contacts. The contacts dedicated for the Employer's use
shall be made to operate only in breaker service position condition.
These contacts shall be in addition to those required, for internal
mechanism of the breaker and should be directly operated from breaker
operating mechanism. Separate limit switches, each having required
numbers of contacts shall be provided in both "SERVICE" and "TEST"
position of the breaker. All contacts shall be rated for making,
continuously carrying and breaking 10 Amp at 240 V AC and 1 Amp
(Inductive) at 240 V DC respectively.
4. Suitable mechanical indications shall be provided on all circuit breakers
to show "OPEN", "CLOSE", "SERVICE ", "TEST" AND "SPRING
CHARGED" positions.
5. Main poles of the circuit breakers shall operate simultaneously in such a
way that the maximum difference between the instants of contacts
touching during closing shall not exceed half a cycle of rated frequency.
6. All circuit breakers shall be provided with the following interlocks:
7. Movement of a circuit breaker between "SERVICE" and "TEST position
shall not be possible unless it is in open position. Attempted withdrawal
of a closed circuit breaker shall preferably not trip the circuit breaker. In
case the offered circuit breaker trips on attempted withdrawal as a
standard interlock, it shall be ensured that sufficient contact exists
between the fixed and drawout contact at the time of breaker trip so that
no arcing takes place even with the breaker carrying its full rated
current.
8. Closing of a circuit breaker shall not be possible unless it is in
"SERVICE position, "TEST" position or in "FULLY WITHDRAWN"
position.
9. Circuit-breaker cubicles shall be provided with safety shutters operated
automatically by the movement of the circuit breaker carriage, to cover
the stationary isolated contacts when the breaker is withdrawn. It shall
however be possible to open the shutters intentionally against pressure
for testing purposes.
10. Breaker of particular rating shall be prevented from insertion in a cubicle
of a different rating.
11. Circuit breakers shall be provided with coded key / electrical interlocking
devices, as per requirements.
12. Circuit breaker shall be provided with anti-pumping feature and trip free
feature, even if mechanical anti-pumping feature is provided.
13. Mechanical tripping shall be possible by means of front mounted Red
"trip" push-button. In case of electrically operated breakers these push
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
57 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
buttons shall be shrouded to prevent accidental operation.
14. Complete shrouding / segregation shall be provided between incoming
and outgoing bus links of breakers. In case of bus coupler breaker
panels the busbar connection to and from the breaker terminals shall be
segregated such that each connection can be approached and
maintained independently with the other bus section live. Dummy
panels if required to achieve the above feature shall be included in the
Bidder's scope of supply.
15. Circuit breaker shall be provided with Power operated mechanism as
follows.
1. Power operated mechanism shall be provided with a
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
58 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
8. The ACB Panel door shall not be possible to open in
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
59 of 415
CLAUSE NO.
9.0
TECHNICAL SPECIFICATIONS
MCCB
1. MCCB shall be fixed type module air break type having trip free
mechanism with quick make and quick break type contacts. MCCB shall
have current limiting feature. MCCB of identical ratings shall be
physically and electrically interchangeable. MCCB shall be provided
with 1 NO and 1NC auxiliary contacts.
2. MCCB shall be provided with Microprocessor based inbuilt front
adjustable releases (overload & short circuit) and shall have adjustable
earth fault protection unit also. The protection settings shall have
suitable range to achieve the required time & current settings. LED
indications shall also be provided for faults, MCCB status (on/off etc).
3. MCCB terminals shall be shrouded and designed to receive cable lugs
for cable sizes relevant to circuit rating. Extended cable terminal
arrangement for higher size cable may also be offered. ON and OFF
position of the operating handle of MCCB shall be displayed and the
rotary operating handle shall be mounted on the door of the
compartment housing MCCB. The compartment door shall be
interlocked mechanically with the MCCB, such that the door can not be
opened unless the MCCB is in OFF position. Means shall be provided
for defeating this interlock at any time. MCCB shall be provided with
padlocking facility to enable the operating mechanism to be padlocked.
The MCCBs being offered shall have common/interchangeable
accessories for all ratings like aux. switch, shunt trip, alarm switch etc.
The MCCBs shall have the current discrimination up to full short circuit
capacity and shall be selected as per manufacturers discrimination
table.
10.0
FUSES
1. All fuses shall be of HRC cartridge fuse link type. Screw type fuses shall
not be accepted. Fuses for AC circuits shall be rated for 80kA rms
(prospective) breaking capacity at 415V AC and for DC circuits, 20kA
rms breaking capacity at 240V DC.
2. Fuse shall have visible operation indicators. Insulating barriers shall be
provided between individual power fuses.
3. Fuse shall be mounted on insulated fuse carriers, which are mounted
on fuse bases. Wherever it is not possible to mount fuses on carriers,
fuses shall be directly mounted on plug-in type of bases. In such cases
one set of insulated fuse pulling handles shall be supplied with each
switchboard.
4. Fuse ratings for motor feeders shall be coordinated by the Bidder to
achieve class-II protection coordination and also to match the motor
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
60 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
characteristics. Switch rating shall in no case be less than the fuse
rating.
5. The Neutral links shall be mounted on fuse carriers which shall be
mounted on fuse bases.
11.0
INTERNAL WIRING
1. All switchboards shall be supplied completely wired internally upto the
terminals, ready to receive external cables.
2. All intercubicle and interpanel wiring and connections between panels
of same switchboard including all bus wiring for AC and DC supplies
shall be provided by the Bidder.
3. All auxiliary wiring shall be carried out with 650V grade, single core
stranded copper conductor, colour coded, PVC insulated wires.
Conductor size shall be 1.5 mm2 (min.) for control circuit wiring and 2.5
mm2 (min) for CT and space heater circuits.
4. Extra flexible wires shall be used for wiring to devices mounted on
moving parts such as hinged doors. The wire bunches from the panel
inside to the doors shall be properly sleeved or taped.
5. All wiring shall be properly supported, neatly arranged, readily
accessible and securely connected to equipment terminals and terminal
blocks.
6. All internal wiring terminations shall be made with solderless crimping
type tinned copper lugs which shall firmly grip the conductor or an
equally secure method. Similar lugs shall also be provided at both ends
of component to component wiring. Insulating sleeves shall be provided
over the exposed parts of lugs to the extent possible. Screw-less
(spring loaded) / cage clamp type terminal shall also be provided with
lugs.
7. Printed single tube ferrules marked to correspond with panel wiring
diagram shall be fitted at both ends of each wire. The wire identification
marking shall be in accordance with IS: 375. Red Ferrules should be
provided on trip circuit wiring.
8. Wiring for equipment, which are to be supplied by the Employer and for
which the Contractor has to provide mounting arrangement in his
panels, shall also be provided by the Contractor, upto the terminal
blocks.
9. All connections from vertical busbars for individual modules above 100
A shall be by Copper / Aluminum links only. The cable connections for
modules less than 100 A shall be selected in such a way that there will
not be any melting / shorting in case of a short circuit inside the module
and the cable shall have current rating to carry the let through energy of
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
61 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
the corresponding fuses in case of a fault. The insulation of the cable
and its cross section shall be decided considering the high ambient
temperature within the module. For all modules where use of cable is
envisaged by the Contractor specific approval from the Employer
regarding cable details are to be taken. For power wiring colour coded
wire insulation / tapes shall be provided.
12.0
13.0
14.0
PAINTING
All sheet steel work shall be pretreated, in tanks, in accordance with IS:
6005. Degreasing shall be done by alkaline cleaning. Rust and scales shall
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
62 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
be removed by pickling with acid. After pickling, the parts shall be washed
in running water. Then these shall be rinsed in slightly alkaline hot water
and dried. The phosphate coating shall be "Class-C" as specified in IS:
6005. The phosphated surfaces shall be rinsed and passivated. After
passivation, Electrostatic Powder Coating shall be used. Powder should
meet requirements of IS 13871 (Powder costing specification). Finishing
paint shade for complete panels excluding end covers shall be RAL9002 &
RAL5012 for extreme end covers of all boards, unless required otherwise
by the Employer. The paint thickness shall not be less than 50 microns.
Finished parts shall be suitably packed and wrapped with protective
covering to protect the finished surfaces from scratches, grease, dirt and oil
spots during testing, transportation, handling and erection.
15.0
GASKETS
The gaskets, wherever specified, shall be of good quality EPDM /
Neoprene with good ageing, compression and oil resistance characteristics
suitable for panel applications.
16.0
17.0
DERATING OF COMPONENTS
The Bidder shall, ensure that the equipment offered will carry the required
load current at site ambient conditions specified and perform the operating
duties without exceeding the permissible temperature as per Indian
Standards / Specification. Continuous current rating at 50 deg C ambient in
no case shall be less than 90% of the normal rating specified.
The Bidder shall indicate clearly the derating factors if any employed for
each component and furnish the basis for arriving at these derating factors
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
63 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
duly considering the specified current ratings and ambient temperature of
50 deg C.
18.0
PROTECTION CO-ORDINATION
It shall be the responsibility of the Contractor to fully coordinate the
overload and short circuit breakers/fuses with the upstream and
downstream circuit breakers / fuses, to provide satisfactory discrimination.
Further, the various equipments supplied shall meet the requirements of
Type II class of Co-ordination as per IS: 8544.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
64 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-2) HT SWITCHGEAR
1.0
IS code
Name of equipment
a)
IS: 722
AC electricity meters.
b)
IS: 996
c)
IS: 1248
d)
e)
IS: 2544
f)
IS: 2705
Current transformers.
g)
IS: 3156
Voltage Transformers
h)
IS: 6005
j)
IS: 5082
k)
IEC:
61850
l)
IEC:
61131-3
m)
IS: 9046
n)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
65 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
o)
IS: 9385
HV fuses
p)
IS: 9431
q)
IS: 9921
r)
s)
t)
IEC:
60099-4
u)
IS/IEC:
62271100
v)
IS/IEC:
62271200
w)
IEC:
60947-71
(x)
IS :513
(2008)
2.0
Earthing
TECHNICAL PARAMETERS
i) SYSTEM PARAMETERS
1
33kV
36kV
Rated Frequency
50Hz
Three
Solidly Earthed
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
66 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
70kV
70kV
1.2/50
Impulse
voltage
170kV (peak)
Minimum
level
25 kA (rms)*
for one (1) sec.
10
63.5 kA (Peak)
11
220V
DC/110V
unearthed
microsecond
withstand
system
fault
25 kA (rms)*
DC
- Space heaters
12
2.
Temper Rise
above ambient
iii)
1.
Exterior
2.
Cable entry
a)
Power Cables
Bottom
b)
Control Cables
Bottom
Earthing conductor
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
67 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
4
iv)
1.
Service Continuity of
as per IS/IEC 62271-200
swgrs(LSC2B-PM)
CIRCUIT BREAKERS
The circuit breakers current rating shall be selected from the load
current given in SLD which is at an ambient of 50 deg. C.
Short circuit breaker
Current
33kV
a) A.C. component
b) D.C. component
3.
Short Circuit
current
4.
Operating Duty
5.
6.
7.
Operating Mechanism
2.
v)
1.
2.
3.
4.
5.
6.
making
stored
CURRENT TRANSFORMER
Secondary Current
1A
Class of Insulation
Class E or better
Rated output of each
Adequate for the relays and devices
connected, but not less than five (5)
VA.
Accuracy class
Protection
Class PS for Differential & REF and
Core Balance CTs (CBCT); 5P20 for
other protection CTs;
Measurement
0.2s
Minimum primary earth
fault current to be
3 Amperes
detected by CBCT
Instrument Security
5
Factor for
Measurement CTs
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
68 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
vi)
1
Rated
Voltage Factor
2.
Class of insulation
Class E or better
Other parameters
3.
3.0
VOLTAGE TRANSFORMERS
SWITCHGEAR PANEL
i. The switchgear boards shall have a single front, single tier, fully
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
69 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
iv.
v.
vi.
vii.
viii.
ix.
x.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
70 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
xi.
xii.
xiii.
xiv.
xv.
4.0
CIRCUIT BREAKERS
a.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
71 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
b.
c.
Circuit breaker shall be restrike free, stored energy operated and trip
free type. Motor wound closing spring charging shall only be
acceptable. An anti-pumping relay shall be provided for each
breaker, even if it has built-in mechanical anti-pumping features. An
arrangement of two breakers in parallel to meet a specified current
rating shall not be acceptable.
d.
e.
Plug and socket isolating Contacts for main power circuit shall be
silver plated, of self-aligning type, of robust design and capable of
withstanding the specified short circuit currents. They shall
preferably be shrouded with an insulating material. Plug and socket
contacts for auxiliary circuits shall also be silver plated, sturdy and of
self-aligning type having a high degree of reliability. Thickness of
silver plating shall not be less than 10 microns.
f.
g.
h.
i.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
72 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
circuit breaker upto its rated short circuit breaking current at all
values of control supply voltage between 154V-242V/77V-121V DC.
The trip coil shall be so designed that it does not get energized when
its healthiness is monitored by two indicating lamps (Red) and one
trip coil supervision relay.
5.0
j.
The time taken for charging of closing spring shall not exceed 30
seconds. The spring charging shall take place automatically
preferably after a closing operation. Breaker operation shall be
independent of the spring charging motor which shall only charge
the closing spring. Opening spring shall get charged automatically
during closing operation. As long as power supply is available to the
charging motor a continuous sequence of closing and opening
operations shall be possible. One open-close- open operation of the
circuit breaker shall be possible after failure of power supply to the
motor. Spring charging motors shall be capable of starting and
charging the closing spring twice in quick succession without
exceeding acceptable winding temperature when the control supply
voltage is anywhere between 187V-242V DC. The initial temperature
shall be as prevalent in the switchgear panel during full load
operation with 50 deg. C ambient air temperature. The motor shall
be provided with short circuit protection.
k.
l.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
73 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Each panel shall have two separate limit switches, one for the Service
position and the other for isolated position. Each of these limit switches
shall have at least four (4) contacts which shall close in the respective
positions.
Auxiliary Contacts of breaker may be mounted in the fixed portion or in
the withdrawable truck as per the standard practice of the
manufacturer, and shall be directly operated by the breaker operating
mechanism.
Auxiliary contacts mounted in the fixed portion shall not be operable by
the operating mechanism, once the truck is withdrawn from the service
position, but remain in the position corresponding to breaker open
position. Auxiliary contacts mounted on the truck portion, and dedicated
for Employer's use shall be wired out in series with a contact denoting
breaker service position. With truck withdrawn, the auxiliary contacts
shall be operable by hand for testing. There shall be at least 6 NO and
6 NC breaker/contactor original Auxiliary contacts made available for
the of the Employer's use.
The contacts of all limit switches and all breaker auxiliary contacts
located on truck portion and fixed portion shall be silver plated, rated to
make, carry and break 1.0A 240V DC (Inductive) / 10A 240V AC.
Contacts of control plug and socket shall be capable of carrying the
above current continuously.
Movement of truck between SERVICE and ISOLATED positions shall
be mechanically prevented when the breaker is closed. An attempt to
withdraw a closed breaker shall not trip it.
Closing of the breaker shall be possible only when truck is either in
ISOLATED or in SERVICE position and shall not be possible when
truck is in between. Further, closing shall be possible only when the
auxiliary circuits to breaker truck have been connected up, and closing
spring is fully charged.
It shall be possible to easily insert breaker of one typical rating into any
one of the panels meant for same rating but at the same time shall be
prevented from inserting it into panels meant for a different type or
rating.
Indications shall be provided in the relay console flush mounted on the
panel front as brought out in the specification elsewhere. It shall be
possible to easily make out whether the truck in SERVICE OR
ISOLATED POSITION even when the compartment door is closed.
6.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
74 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All circuit breaker feeders shall be provided with communicable
numerical relays (IED, i.e. Intelligent Electronic Device) complying with
IEC-61850, having protection, control, measurement and monitoring
features. These relays shall be networked and suitably interfaced with
the Solar SCADA system for dynamic SLD display, status monitoring,
measurements, event / alarm displays, reports, etc. The relays shall be
flush mounted on panel front with connections from the inside. These
numerical relays shall be of types as proven for the application and
shall be subject to Employers approval. Numerical relays shall have
appropriate setting ranges, accuracy, resetting ratio and other
characteristics to provide required sensitivity. All equipments shall
have necessary protections.
The numerical relay shall be capable of measuring and storing values
of a wide range of quantities, events, faults and disturbance
recordings. The alarm / status of each of protection function and trip
operation shall be communicated to Solar SCADA. The numerical
relays shall have built in feature / hardware interface to provide such
inputs to Solar SCADA for analog / digital values.
All relays shall be rated for control supply voltage as mentioned
elsewhere under parameters and shall be capable of satisfactory
continuous operation between 80-120% of the rated voltage. Making,
carrying and breaking current ratings of their contacts shall be
adequate for the circuits in which they are used. Contacts for breaker
close and trip commands shall be so rated as to be used directly used
in the closing and tripping circuits of breaker without the need of any
interposing / master trip relays. Threshold voltage for binary inputs
shall be suitably selected to ensure avoidance of mal operation due to
stray voltages and typically shall be more than 70% of the rated control
supply voltage.
One minute power frequency withstand test voltage for all numerical
relays shall at least be 2kV (rms).
Failure of a control supply and de-energization of a relay shall not
initiate any circuit breaker operation.
Disturbance Record waveforms, event records & alarms shall be
stored in Non-volatile memory and failure of control supply shall not
result in deletion of any of these data.
All numerical relays shall have freely programmable optically isolated
binary inputs (BI) and potential free binary output (BO) contacts as per
the requirement of control schematics. The quantities of such input /
outputs shall be finalized during detailed engineering.
All the numerical relays shall have communications on two ports, local
front port communication to laptop and rear port on IEC 61850 to
communicate with the interface equipment for connectivity with the
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
75 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
76 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All cards / hardware of numerical relays shall be suitable for operation
in Harsh Environmental conditions with respect to high temperature,
humidity & dust.
Relay shall be immune to capacitance effect due to long length of
connected control cables. Any external hardware, if required for
avoiding mal operation of the relay due to cable capacitance shall be
included as a standard feature.
All I/Os shall have galvanic isolation. Analog inputs shall be protected
against switching surges, harmonics etc.
Numerical relays shall have two level password protections, one for
read only and other for authorization for modifying the setting etc.
Numerical relays shall have feature for Time synchronization through
the SCADA System / networking. The resolution of time
synchronization shall be +/- 1.0 millisecond or better throughout the
entire system.
Relays & Ethernet switches shall be suitable to accept both AC & DC
supplies with range 120V or 240V with tolerance of 70 % to 120 % of
rated voltage & shall be finalized during detailed engineering.
Disturbance Record waveforms, event records & alarms shall be
stored in Non-volatile memory and failure of control supply shall not
result in deletion of any of these data.
7.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
77 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Diagnostics Automatic testing, power on diagnostics with continuous
monitoring to ensure high degree of reliability shall be shall be
provided. The results of the self-reset functions shall be stored in
battery back memory. Test features such as examination of input
quantities, status of digital inputs and relay outputs shall be shall be
available on the user interface.
The alarm/status of each individual protection function and trip
operation shall be communicated to Switchgear SCADA.
Sequence of events shall have 1 ms resolution at device level.
Measurement accuracy shall be 1 % for rated RMS Current and
voltage.
8.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
78 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
temperature (50 deg. C). The temperature rise of the horizontal and
vertical busbars when carrying the rated current shall in no case
exceed 55 deg. C for silver plated joints and 40 deg. C for all other
type of joints. The temperature rise at the switchgear terminals
intended for external cable termination shall not exceed 40 deg. C.
Further the switchgear parts handled by the operator shall not exceed
a rise of 5 deg. C .The temperature rise of the accessible parts /
external enclosure expected to be touched in normal operation shall
not exceed 20 deg C.
9.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
79 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
when a device is removed is not acceptable. However, looping of
earth connections between equipment to provide alternative paths
of earth bus is acceptable.
g. VT and
g CT secondary neutral point earthing shall be at one place
only )on the terminal block. Such earthing shall be made through
links so that earthing of one secondary circuit may be removed
without disturbing the earthing of other circuits.
h. Separate
h
earthing trucks shall be provided by the Contractor for
maintenance
)
work. These trucks shall be suitable for earthing the
switchgear busbars as well as outgoing / incoming cables or
busducts. The trucks shall have a voltage transformer and an
interlock to prevent earthing of any live connection. The earthing
trucks shall in addition have a visual and audible annunciation to
warn the operator against earthing of live connections.
As an alternative to separate earthing trucks the Bidder may also
offer built-in earthing facilities for the busbars and outgoing /
incoming connections, in case such facilities are available in their
standard proven switchgear design. The inbuilt earthing switches
shall have provision for short circuiting and earthing a circuit
intended to be earthed. These switches shall be quick make type,
independent of the action of the operator and shall be operable
from the front of the switchgear panel. These switches shall have
facility for padlocking in the earthed condition.
i. Interlocks
i
shall be provided to prevent :
)
1)
2)
3)
4)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
80 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
j. The jearthing device (truck / switch) shall have the short circuit
withstand
)
capability equal to that of associated switchgear panel.
4 NO + 4 NC of auxiliary contacts of the earthing device shall be
provided for interlocking purpose.
k. All hinged
k
doors shall be earthed through flexible earthing braid.
)
10.0
PAINTING
All sheet steel work shall be pretreated, in tanks, in accordance with IS:
6005. Degreasing shall be done by alkaline cleaning. Rust and scales shall
be removed by pickling with acid. After pickling, the parts shall be washed
in running water. Then these shall be rinsed in slightly alkaline hot water
and dried. The phosphate coating shall be "Class-C" as specified in IS:
6005. The phosphated surfaces shall be rinsed and passivated. After
passivation, Electrostatic Powder Coating shall be used. Powder should
meet requirements of IS 13871 (Powder costing specification). Finishing
paint shade for complete panels excluding end covers shall be RAL9002 &
RAL5012 for extreme end covers of all boards, unless required otherwise
by the Employer. The paint thickness shall not be less than 50 microns.
Finished parts shall be suitably packed and wrapped with protective
covering to protect the finished surfaces from scratches, grease, dirt and oil
spots during testing, transportation, handling and erection.
11.0
a.
b.
c.
INSTRUMENT TRANSFORMERS
All current and voltage transformers shall be completely encapsulated
cast resin insulated type, suitable for continuous operation at the ambient
temperature prevailing inside the switchgear enclosure, when the
switchboard is operating at its rated load and the outside ambient
temperature is 50 deg. C. The class of insulation shall be E or better.
All instrument transformers shall withstand the power frequency and
impulse test voltage specified for the switchgear assembly. The current
transformer shall further have the dynamic and short time ratings at least
equal to those specified for the associated switchgear and shall safely
withstand the thermal and mechanical stress produced by maximum fault
currents specified when mounted inside the switchgear for circuit breaker
modules.
The parameters of instrument transformers specified in this specification
are tentative and shall be finalized by the Employer in due course duly
considering the actual burden of various relays and other devices finally
selected. In case the Bidder finds that the specified ratings are not
adequate for the relays and other devices offered by him, he shall offer
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
81 of 415
CLAUSE NO.
`
d.
e.
f.
g.
h.
12.0
TECHNICAL SPECIFICATIONS
instrument transformer of adequate ratings and shall bring out this fact
clearly in his Techno commercial bid.
All instrument transformers shall have clear indelible polarity markings. All
secondary terminals shall be wired to separate terminals on an
accessible terminal block.
Current transformers may be multi or single core and shall be located in
the cable termination compartment. All voltage transformers shall be
single phase type. The bus VTs shall be housed in a separate panel on a
truck so as to be fully withdrawable.
Core balance CTs (CBCT) of ratio 50/1A shall be provided on outgoing
transformer feeders having phase CT ratio more than 50/1A. These
CBCTs shall be mounted inside the switchgear panel. The window size of
CBCT's shall be based on the overall diameter of the cables, to be
finalized during detailed engineering. The CBCT shall be of circular
window type.
All voltage transformers shall have suitable HRC current limiting fuses on
both primary and secondary sides. Primary fuses shall be mounted on the
withdrawable portion. Replacement of the primary fuses shall be possible
with VT truck in ISOLATED position. The secondary fuses shall be
mounted on the fixed portion and the fuse replacement shall be possible
without drawing out the VT truck from Service position.
All voltage transformers shall be designed and manufactured for 0.8
Tesla operating point on B-H curve. VT shall be fully insulated type (i.e.
double pole construction and neutral side fully insulated to rated BIL). VT
shall be manufactured without any joint in secondary winding.
SURGE ARRESTOR
The surge arrestors shall be of metal oxide, gapless type generally in
accordance with IEC 60099-4 and suitable for indoor duty. These shall be
mounted within the switchgear cubicle between line and earth, preferably
in the cable compartment. Surge arrestor selected shall be suitable for
un-earthed system and rating shall be in such a way that the value of
steep fronted switching over voltage generated at the switchgear
terminals shall be limited to the requirements of switchgear.
13.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
82 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
3.
4.
5.
6.
14.0
details like rated current, heat sink sizing and temperature etc. Shall
be submitted for review and approval.
One 240V/63A single phase to neutral AC supply feeder per
switchboard / Switchboard section for space heater supply. Bidder
shall provide necessary switch and fuse to receive, isolate and
distribute to each panel.
Each sub circuit shall have separate fuses. Fuse size shall be
determined so as to achieve selective clearance between main circuit
and sub circuit in case of fault. Potential circuits for protection and
metering shall also be protected by separate fuse.
All fuses shall be of HRC link type conforming to IS: 13703 / 9385
mounted on suitable fuse bases. Fuses shall have operation
indicators for indicating blown fuse condition. Fuse carrier base shall
have imprints of the fuse rating and voltage. All accessible live
connection to fuse bases shall be adequately shrouded.
All DC circuits shall be fused on both poles. Single phase AC circuits
shall have fuses on line and link on neutral.
SPACE HEATER
1. Each switchgear panel shall be equipped with thermostatically
TERMINAL BLOCKS
1. Terminal blocks shall be 650V grade, 10Amps rated, made up of
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
83 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
with links to facilitate testing, isolation star / delta formation and
earthing. Terminal blocks for CT secondary shall have the short
circuiting facility. The terminals for remote ammeter connection etc.
shall also be disconnecting type only. All metal parts shall be of nonferrous material. Screws shall be captive.
3. At least 10% spare terminals for external connections shall be
provided on each panel and these spare terminals shall be uniformly
distributed on all terminal blocks. Space for adding another 10% spare
terminals shall also be available in each panel.
4. There shall be minimum clearances of 250 mm between the terminal
blocks and the cable gland plate and 150 mm between two rows of
terminal blocks.
5. All panel wring for external connections shall terminate on separate
terminal blocks which shall be suitable for connecting two (2)
stranded copper conductors of 2.5 sq. mm on each side, or
alternatively, the terminal blocks shall have the possibility of double
shorting space to facilitate looping.
16.0
SWITCHGEAR WIRING
1. All Switchgear panels shall be supplied completely wired internally
2.
3.
4.
5.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
84 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
6. Interconnection to adjacent panels shall be brought out to a separate
set of terminal blocks located near the slots or holes, meant for the
interconnecting wires. Arrangement shall permit neat layout and easy
interconnections to adjacent panels at site and wires for this purpose
shall be provided by Contractor looped and bunched properly inside
the panels.
7. Contractor shall be fully responsible for the completeness and
correctness of the internal wiring and for the proper functioning of the
connected equipment.
8. The Contractor shall provide the necessary clamps wiring troughs etc.
for all wiring in side the switchgear enclosed including the Employer's
power and control cables.
17.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
85 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
on the rear removable cover.
2. Name plate shall be of non-rusting metal or 3-ply lamicoid with white
engraved letterings, on black background. Inscriptions and lettering
shall be subjected to Employer's approval.
3. Suitable stenciled paint mark shall be provided for identification of all
equipment, located inside the enclosure, as well as for door mounted
equipment, from the back side in addition to plastic sticker labels, if
provided. These labels shall be located directly by the side of the
respective equipment, shall be clearly visible and shall not be hidden
by equipment wiring. Labels shall have device number as as per the
wiring drawings. Type of labels and fixing of labels shall be such that
they are not likely to peel off / fall off during prolonged use.
19.0
MODULE DESCRIPTION
Depending on functional requirement each switchgear panel has been
categorized under specific modules, defined hereafter. Each module shall
be complete with all necessary hardware as required functionally and as
per approved control schematic drawings.
a.
Circuit Breaker Module
All circuit breaker modules shall have the following accessories:
b.
Auxiliary contacts.
Terminal blocks
P.T. Module Type G
Item Description
Module G
1 phase VT*
3 KV
/ 110/
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
3V
PART-C
Page
86 of 415
CLAUSE NO.
20.0
TECHNICAL SPECIFICATIONS
TESTS
i.
TYPE TESTS
All equipment to be supplied shall be of type tested design. During detailed
engineering, the contractor shall submit for Owner's approval the reports of
all the following type tests carried out not earlier than ten years prior to the
date of bid opening. These reports should be for the test conducted on the
equipment similar to those proposed to be supplied under this contract and
the test(s) should have been either conducted at an independent laboratory
or should have been witnessed by a client.
A)
3)
4)
5)
test
on
breaker
B)
6)
7)
8)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
87 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SN TEST ITEMS
1
Dimensions of structure and visual inspection
2
Functional requirements:
Steady-state simulation
Dynamic simulation
3
Product safety requirements
(including the dielectric tests and thermal short
time rating)
4
EMC requirements:
Emission
Immunity
5
Energizing quantities:
Burden
Change of auxiliary energizing quantity
6
Contact performance
7
Communication requirements
Standard
IEC 60297-3-101
Relevant
IEC 60255-100
series
IEC 60255-27
IEC 60068-2-14,
IEC 60068-2-1,
IEC 60068-2-2,
IEC 60068-2-78,
IEC 60068-2-30,
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
IEC 60255-26
N/A
IEC 60255-11
N/A
IEC 61850
PART-C
Page
88 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IEC 60255-27
9
10
IEC 60255-21-1,
IEC 60255-21-2,
IEC 60255-21-3
IEC 60529,
IEC 60255-27
(a) Two (2) protected soft copies on CD-ROM of the approved test results
shall be furnished with the equipment. These shall include complete
reports and results of the routine tests and type tests (if the latter is
carried out) on equipment. If the type tests are not conducted, the
CDs shall contain copies of the results of type tests carried out on
identical equipment earlier.
(b) Testing to observe compliance to degree of protection, shall be
checked for each switch board enclosure and busbar chambers
during routine inspection shall be as under.
1. IP -4X: It shall not be possible to insert a one (1) mm. dia steel
wire into the enclosure from any direction, without using force.
2. IP-5X: It shall not be possible to insert a thin sheet of paper under
gaskets and through enclosure joints.
ii. ROUTINE TESTS
All acceptance and routine tests as per the specification and relevant
standards IEC 62271-200 & IEC 62271-100 shall be carried out. Charges
for these shall be deemed to be included in the equipment price
An indicative lists of tests / checks is mentioned as QA chapter on HT
switchgear. However, the manufacturer is to furnish a detailed Quality
Plan indicating the practice and procedure along with relevant supporting
documents.
iii. COMMISSIONING CHECKS / TESTS
After installation of panels, power and Control wiring and connections,
Contractor shall perform commissioning checks as listed below to verify
proper operation of switchgear / panels and correctness of all equipment
in all respects. In addition the Contractor shall carry out all other checks
and tests recommended by the manufacturers.
General
(a)
Check name plate details according to specification.
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
89 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
Circuit Breakers
(a)
Check alignment of trucks for free movement.
(b)
Check correct operation of shutters.
(c)
Check slow closing operation (if provided)
(d)
Check control wiring for correctness of connections,
continuity and IR values.
(e)
Manual operation of breakers completely assembled.
(f)
Power closing / opening operation, manually and
electrically at extreme condition of control supply voltage.
(g)
Closing and tripping time.
(h)
Trip free and anti-pumping operation.
(i)
IR values, resistance and minimum pick up voltage of coils.
(j)
Simultaneous closing of all the three phases.
(k)
Check electrical and mechanical interlocks provided.
(l)
Checks on spring charging motor, correct operation of limit
switches and time of charging
(m) All functional checks.
a.
Current Transformers
(a)
IR Value between windings and winding terminals to
body.
(b)
Polarity tests.
(c)
Ratio identification checking of all ratios on all cores
by primary injection of current.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
90 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(d)
(e)
b.
Voltage Transformers
a)
Insulation resistance test.
b)
Ratio test on all cores.
c)
Polarity test.
d)
Line connections as per connection diagram.
c.
Cubicle Wiring
(a)
Check all switch developments.
(b)
It should be made sure that the wiring is as per
relevant drawings. All interconnections between
panels shall similarly be checked.
(c)
All the wires shall be checked for IR value to earth.
(d)
Functional checking of all control circuit e.g. closing,
tripping interlock, supervision and alarm circuit
including proper functioning of component /
equipment.
(e)
Check terminations and connections.
(f)
Wire ducting.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
91 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL REQUIRMENTS
Sr. No. TRANSFORMER
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
xvii)
INVERTER
AUXILIARY
TRANSFORMER TRANSFORME
(IT)
R (AT)
VA Rating & Quantity
As per system requirement and SLD*
Voltage Ratio (KV)
As per system requirement and SLD*
Duty,
Service
& Continuous Solar Continuous
Application
Inverter
application
application and
(Outdoor)
converter duty
(Outdoor)
Winding
AS PER SLD
TWO
Frequency
50 Hz
50 Hz
Nos. of Phase
THREE
THREE
Vector Group &
As per system requirement and SLD*
Neutral earthing
Cooling
ONAN
ONAN
Tap Changer
As per system requirement and SLD*
Impedance at750C
a) Principal Tap
As per system requirement and SLD*
b) Other Taps
Permissible Temperature rise
over an ambient of 50 deg C
(irrespective of tap)
a) Top Oil
50 deg.C
50 deg.C
b) Winding
55 deg.C
55 deg.C
SC
withstand
time 2 sec.
2 sec.
(thermal)
Fault Level & Bushing As per system requirement and SLD*
CT
Termination
As per system requirement and SLD*
Bushing
rating, As per relevant IS/IEC
Insulation class (Winding (However Inverter Transformer LV
& bushing)
side winding & bushing insulation
class shall be of atleast 3.6 kV)
Noise level
AS PER NEMA TR-1
Loading Capability
Continuous operation at rated MVA
on any tap with voltage variation of
+/-10%, also transformer shall be
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
92 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
xviii)
Flux density
xix)
Air Clearance
capable
of
being
loaded
in
accordance with IS:6600/ IEC600767.
Not to exceed 1.9 Wb/sq.m. at any
tap position with +/-10% voltage
variation from voltage corresponding
to the tap. Transformer shall also
withstand following over fluxing
conditions due to combined voltage
and frequency fluctuations:
a) 110% for continuous rating.
b) 125% for at least one minute.
c) 140% for at least five seconds.
Bidder shall furnish over fluxing char.
up to 150%
As per CBIP
2.0
PART-C
Page
93 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Indian Electricity Act 2003, BEE Guideline 3 star or better & CEA
notifications
2.1.1
General Construction
Transformer shall be constructed in accordance to IS:2026 and IS:3639
or equivalent to any other international standard. Transformer shall be
complete & functional in all respect and shall be in scope of supplier.
The other important construction particulars shall be as below.
a.
b.
c.
d.
e.
f.
g.
h.
i.
The Transformer tank and cover shall be fabricated from high grade
low carbon plate steel of tested quality. The tank and the cover shall
be of welded construction and there should be provision for lifting by
crane.
A double float type Buchholz relay conforming to IS: 3637 shall be
provided.
Suitable Inspection hole(s) with welded flange(s) and bolted cover(s)
shall be provided on the tank cover. The inspection hole(s) shall be
of sufficient size to afford easy access to the lower ends of the
bushings, terminals etc.
All bolted connections to the tank shall be fitted with suitable oil-tight
gaskets which shall give satisfactory service under the operating
conditions for complete life of the transformer if not opened for
maintenance at site
The transformer shall be provided with conventional single
compartment conservator. The top of the conservator shall be
connected to the atmosphere through indicating type cobalt free
silica gel breather (in transparent enclosure). Silica gel shall be
isolated from atmosphere by an oil seal.
Transformer shall have adequate capacity Conservator tank to
accommodate oil preservation system and volumetric expansion of
total transformer oil.
Transformer shall have Oil Temperature Indicator and Winding
temperature Indicator with accuracy class of +/-2 deg.
The radiators shall be detachable type, mounted on the tank with
shut off valve at each point of connection to the tank, lifts, along with
drain plug/valve at the bottom and air release plug at the top.
M. Box shall be of sheet steel, dust and vermin proof provided with
proper lighting and thermostatically controlled space heaters. The
degree of protection shall be IP 55. Marshalling Box of all
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
94 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Windings
a) The bidder shall ensure that windings of all transformers are made in
dust proof & conditioned atmosphere.
b) The conductors shall be of electrolytic grade copper free from scales
& burrs.
c) All windings of the transformers shall have uniform insulation.
d) Tapping shall be so arranged as to preserve the magnetic balance of
the transformer at all voltage ratio.
2.1.3
Core
a) The core shall be constructed from non-ageing, cold rolled, super
grain oriented silicon steel laminations equivalent to M4 grade steels
or better.
b) Core isolation level shall be 2 kV (rms.) for 1 minute in air.
c) Adequate lifting lugs will be provided to enable the core & windings to
be lifted.
2.1.4
Insulating oil
No inhibitors shall be used in the transformer oil. The oil supplied with
transformers shall be new and previously unused and must conform to
following while tested at supplier's premises and shall have following
parameters.
S.No
1.
Property
Kinematic Viscosity, mm2/s
2.
3.
4.
Flash Point, C
Pour point, C
Appearance
5.
6.
Density kg/dm3 at 20 C
0.895
Interfacial Tension N/m at 25 0.04
Permissible values
12 at 40 C
1800.0 at (-)30 C
140 C
(-)40 C
Clear , free from sediment
and suspended matter
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
95 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
S.No
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Property
C
Neutralisation value, mgKOH/g
Corrosive sulphur
Water content mg/kg
Anti-oxidants additives
Oxidation Stability
-Neutralization value, mgKOH/g
-Sludge, % by mass
Breakdown voltage
As delivered, kV
After treatment, kV
Dissipation factor, at 90 C
And 40 Hz to 60 Hz
PCA content
Impulse withstand Level, kVp
Gassing tendency at 50 Hz
after 120 min, mm3/min
Permissible values
0.01
Non Corrosive
30 in bulk supply
40 in drum supply
Not detectable
1.2
0.8
30
70
0.005
1%
145
5
Bushings
a)
2.1.6
Bushing CTs
Shall be of adequate rating for protection as required, WTI etc. All CTs
(except WTI) shall be mounted in the turret of bushings, mounting inside
the tank is not permitted.
All CT terminals shall be provided as fixed type terminals on the M. Box
to avoid any hazard due to loose connection leading to CT opening. In no
circumstances Plug In type connectors shall be used for CT.
2.1.7
Valves
All valves upto and including 50 mm shall be of gun metal or of cast steel.
Larger valves may be of gun metal or may have cast iron bodies with gun
metal fittings.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
96 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Sampling & drain valves should have zero leakage rate.
2.1.8
Gaskets
a) Gasket shall be fitted with weather proof, hot oil resistant, rubberized
cork gasket.
b) If gasket is compressible, metallic stops shall be provided to prevent
over compression.
c) The gaskets shall not deteriorate during the life of transformer if not
opened for maintenance at site. All joints flanged or welded associated
with oil shall be such that no oil leakage or sweating occurs during the
life of transformer. The quality of these joints is considered established,
only if the joints do not exhibit any oil leakage or sweating for a
continuous period of at least 3 months during the guarantee period. In
case any sweating / leakage is observed, contractor shall rectify the
same & establish for a further period of 3 months of the same. If it is
not established during the guaranteed period, the guaranteed period
shall be extended until the performance is established.
2.1.9
PAINTING
PARTS NAME
TYPE OF PAINT
NO.OF
COATS
Inside of tank Oil & heat resistant fully One coat
and accessories glossy white
(except M Box)
External surface Chemical resistant epoxy One coat
of transformer zinc phosphate primer, MIO each
and accessories (Micaceious iron oxide) as
including M Box intermediate paint followed
(except
by polyurethane finish paint
radiators)
(RAL 5012 Blue)
External
Anticorrosive primary paint Two
Radiator surface followed by high quality full coats
glossy outer finish paint each
(RAL 5012 Blue)
Internal
Hot oil proof, low viscosity --Radiator surface varnish and subsequent
flushing with transformer oil
Internal surface Chemical resistant epoxy Two
of M Box
zinc
phosphate
primer coats
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
TOTAL
DFT
Atleast 30
micron
Atleast 100
micron
Atleast 100
micron
---
Not
than
less
100
Page
97 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PARTS NAME
2.1.10
TYPE OF PAINT
NO.OF
COATS
followed by chemical and each
heat resistant epoxy enamel
white paint
TOTAL
DFT
micron
2.1.11
FITTINGS
Following fittings shall be provided with Transformers covered under this
sub section.
a)
b)
-Buchholz relay, double float type with alarm and trip contacts, along
with suitable gas collecting arrangement.
- For Inverter transformer and transformers with rating 2 MVA &
above, shall be provided with minimum two numbers of spring
operated PRD (with trip contacts) with suitable discharge
arrangement for oil shall be provided.
- For Auxiliary transformers below 2 MVA, diaphragm type explosion
vent shall be provided.
OTI & WTI shall be 150 mm dial type with alarm and trip contacts
with max. reading pointer & resetting device (maximum height 1500
mm above ground level).
For Inverter Transformers, WTI shall be provided for all windings.
Top & bottom filter valves with threaded male adapters, bottom
sampling valve, drain valve/sludge removal valve at the bottom most
point of the tank.
Air release plug, bushing with metal parts & gaskets, terminal
connectors on bushings (as applicable).
Prismatic/toughened glass oil gauge for transformers.
Bi-directional wheel/skids, M.Box, OCTC, Bushing CTs (as
applicable), Insulating Oil, Cooling equipment.
c)
d)
e)
f)
g)
h)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
98 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
i)
j)
k)
Cover lifting eyes, transformer lifting lugs, jacking pads, towing holes
and core and winding lifting lugs, inspection cover, Bilingual R&D
Plate, Terminal marking plates, two nos. earthing terminals etc.
Bolts & nuts (exposed to atmosphere) shall be galvanized steel/SS.
Rain hoods to be provided on Buchholz, MOG & PRD. Entry points of
wires shall be suitably sealed.
The fittings listed above are only indicative and other fittings, which
generally are required for satisfactory operation of the Transformers are
deemed to be included.
2.1.12
ROUTINE TESTS
All routine test shall be carried out in accordance with
IEC 60076.
Measurement of Voltage Ratio & phase displacement
(as per IEC 60076-1)
Measurement of winding resistance on all the taps (as
per IEC 60076-1)
Vector group and Polarity Check (as per IEC 60076-1)
Magnetic Balance and Magnetising Current Test
Measurement of no load current with 415 V, 50 Hz AC
supply
Measurement of no load losses and current at 90%,
100% & 110% of rated voltage (as per IEC 60076-1)
Load Loss & Short Circuit Impedance Measurement on
principal & Extreme Taps
IR measurement (As per IEC 60076-1)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
99 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SN
10.
11.
12.
13.
14.
15.
16.
17.
SN
1.
2.
3.
4.
5.
6.
ROUTINE TESTS
Measurement of capacitance & tan delta to determine
capacitance between winding & earth.
Separate Source Voltage Withstand Test (as per IEC
60076-3)
Induced overvoltage test
Repeat no load current/loss & IR after completion of all
electrical test
Oil leakage test on completely assembled transformer
along with radiators (as per relevant clause of this sub
section)
Jacking test followed by D.P. test
Marshalling Box/Cable box: It shall not be possible to
insert a thin sheet of paper under gaskets and through
enclosure joints.
IR measurement on wiring of Marshalling Box.
TYPE TESTS#
(Shall be carried out on one transformer of each rating)
Lightning impulse(Full & Chopped Wave) test on
test)
Measurement of acoustic noise level as per NEMA TR-1
(special test)
NOTE:i) (#) All the type and special tests shall be conducted after performing
Short Circuit Test. If Tank Vacuum & Pressure Test is to be carried out
then it shall be conducted before SC test.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
100 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ii) Inverter Transformer LV winding Di-electric tests shall be carried out
corresponding to levels (as per IEC 60076) for 3.6 kV class.
iii)Type and Special tests are not applicable in case of auxiliary
transformers of rating including 100 KVA and below.
2.1.12.1
3.00.00
4.00.00
5.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
101 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
6.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
102 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-4)
1.0
HT CABLES
IS : 3961
IS : 3975
IS : 4905
IS : 5831
IS : 8130
IS : 10418
IS : 10810
ASTM-D -2843
ASTM-D-2863
IEC-754 (Part-I)
IEEE-383
IEC -332
Part-3 :
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
103 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.0
TECHNICAL REQUIREMENTS
The cables shall be suitable for laying on racks, in ducts, trenches,
conduits and underground (buried) installation with chances of flooding
by water.
Cables shall be flame retardant, low smoke (FRLS) type designed to
withstand all mechanical, electrical and thermal stresses develop under
steady state and transient operating conditions as specified elsewhere in
this specification.
Copper/aluminium conductor used in power cables shall have tensile
strength as per relevant standards. Conductors shall be multi stranded.
XLPE insulation shall be suitable for continuous conductor temperature of
90 deg. C and short circuit conductor temperature of 250 deg C.
The cable cores shall be laid up with fillers between the cores wherever
necessary. It shall not stick to insulation and inner sheath. All the cables,
other than single core unarmoured cables, shall have distinct extruded
PVC inner sheath of black colour as per IS : 5831.
For single core armoured cables, armouring shall be of aluminum wires.
For multi core armoured cables armouring shall be of galvanized steel as
follows: Sl
i)
ii)
iii)
iv)
v)
vi)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
104 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The gap between armour wires / formed wire shall not exceed one
armour wire / formed wire space and there shall be no cross over / overriding of armour wire / formed wire. The minimum area of coverage of
armouring shall be 90%. The breaking load of armour joint shall not be
less than 95% of that of armour wire / formed wire. Zinc rich paint shall be
applied on armour joint surface of GS wires/formed wires.
Outer sheath shall be of PVC black in colour. In addition to meeting all
the requirements of Indian standards referred to, outer sheath of all the
cables shall have the following FRLS properties.
(a)
(b)
(c)
(d)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
105 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The cross-sectional area of the metallic screen strip/tape shall be
considered in design calculations.
The eccentricity shall be calculated as
tmax -tmin
------------ x 100
t max
and the ovality shall be calculated as
dmax -dmin
------------ x 100
d max
Where t-max/t-min is the maximum/minimum thickness of insulation and
d-max/d-min is the maximum / minimum diameter of the core.
The eccentricity of the core shall not exceed 10% and ovality not to
exceed 2%
Cable selection& sizing
HT cables shall be sized based on the following considerations:
a)
b)
c)
De rating Factors
De rating factors for various conditions of installations including the
following shall be considered while selecting the cable sizes:
a)
b)
c)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
106 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Cable lengths shall be considered in such a way that straight through
cable joints are avoided. Cables shall be armoured type if laid directly
buried.
3.0
Cables shall conform to IS: 7098 Part - II. These cables shall have mutlistranded, compacted circular, aluminium conductors, XLPE insulated,
metallic screened suitable for carrying the system earth fault current,
PVC outer sheathed. The conductor screen and insulation screen shall
both be of extruded semiconducting compound and shall be applied
along with the XLPE insulation in a single operation of triple extrusion
process so as to obtain continuously smooth interfaces. Method of curing
for cables shall be dry curing / gas curing.
The metallic screen of each core shall consist of copper tape with
minimum overlap of 20%. However for single core armoured cables, the
armouring shall constitute the metallic part of the screening.
4.0
CABLE DRUMS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
107 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
conducted at an independent laboratory or should have been witnessed
by a client.
However if the contractor is not able to submit report of the type test(s)
conducted within last ten years from the date of bid opening, or in the
case of type test report(s) are not found to be meeting the specification
requirements, the contractor shall conduct all such tests under this
contract at no additional cost to the owner either at third party lab or in
presence of client /owners representative and submit the reports for
approval.
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price
The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will
be furnished by the manufacturer confirming similarity and No design
Change. Minor changes if any shall be highlighted on the endorsement
sheet.
All types and sizes of cables being supplied shall be subjected to type
tests, routine tests and acceptance tests as specified below and
according to relevant standards.
a) The reports for following type tests shall be furnished for 11kV and
above grade HT cables:
Sl
Type Test
Conductor
1.
Resistance test
For Armour Wires / Formed Wires
2.
Measurement of Dimensions
3.
Tensile Test
4.
Elongation test
5.
Torsion test
6.
Wrapping test
7.
Resistance test
8(a) Mass & uniformity of Zinc Coating tests
8(b) Adhesion test
9.
Remarks
For GS wires/formed
wires only.
For GS wires/formed
wires only
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
108 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
10. Tensile strength and elongation test
before ageing and after ageing
11. Ageing in air oven
12. Loss of mass test
For PVC outer sheath
only.
13. Hot deformation test
For PVC outer sheath
only.
14. Heat shock test
For PVC outer sheath
only
15. Shrinkage test
16. Thermal stability test
For PVC outer sheath
only
17. Hot set test
For XLPE insulation
only
18. Water absorption test
For XLPE insulation
only
19. Oxygen index test
For
PVC outer
sheath only
20. Smoke density test
For PVC outer sheath
only
21. Acid gas generation test
For PVC outer sheath
only
22 Flammability test as per IEC-332
For completed cable
Part-3 (Category -B)
only
b) The reports for following type tests shall
type(voltage grade) & size of the cable:
Sl
Type Test For all cables
1.
Insulation resistance test (Volume Resistivity method)
2.
High voltage test
For cables of 11KV and above Grade only.
3.
Partial discharge test
4.
Bending test
5.
Dielectric power factor test
a)
As a function of voltage
b)
As a function of temperature
6.
Heating cycle test
7.
Impulse withstand test
Indicative list of tests/ checks, Routine and Acceptance tests shall be as
per Quality Assurance & Inspection table of H.T. Cables enclosed.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
109 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-5) LT CABLES
1.0
IS : 8130
IS : 10418
IS : 10810
ASTM-D -2843
IEC-754 (Part-I)
IEC-332
2.0
LT POWER CABLES
The cables shall be suitable for laying on racks, in ducts, trenches,
conduits and underground (buried) installation with chances of flooding by
water.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
110 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All cables shall be flame retardant, low smoke (FRLS) type designed to
withstand all mechanical, electrical and thermal stresses developed under
steady state and transient operating conditions as specified elsewhere in
this specification.
Upto 13 mm
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
111 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The aluminium used for armouring shall be of H4 grade as per IS: 8130
with maximum resistivity of 0.028264 ohm mm 2 per meter at 20 deg C. The
sizes of aluminium armouring shall be same as indicated above for
galvanized steel.
The gap between armour wires / formed wires shall not exceed one armour
wire / formed wire space and there shall be no cross over / over-riding of
armour wire / formed wire. The minimum area of coverage of armouring
shall be 90%. The breaking load of armour joint shall not be less than 95%
of that of armour wire / formed wire. Zinc rich paint shall be applied on
armour joint surface of GS wire / formed wire.
Outer sheath shall be of PVC as per IS: 5831 & black in colour for power
cables. In addition to meeting all the requirements of Indian standards
referred to, outer sheath of all the cables shall have the following FRLS
properties.
(a.) Oxygen index of min. 29 (as per IS 10810 Part-58).
(b.) Acid gas emission of max. 20% (as per IEC-754-I).
(c.) Smoke density rating shall not be more than 60 % (as per ASTMD2843).
Cores of the cables shall be identified by colouring of insulation. Following
colour scheme shall be adopted:
1 core -
2 core -
3 core -
4 core -
For reduced neutral conductors (in case of power cable), the core shall be
black.
In addition to manufacturer's identification on cables as per IS, following
marking shall also be provided over outer sheath.
(a.)
(b.)
(c.)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
112 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All cables shall meet the fire resistance requirement as per Category-B of
IEC 332 Part-3.
(b)
(c)
This will depend on the feeder type. For a fuse protected circuit, cable
should be sized to withstand the let out energy of the fuse. For breaker
controlled feeder, cable shall be capable of withstanding the system fault
current level for total breaker tripping time inclusive of relay pickup time.
4.0
DERATING FACTORS
De rating factors for various conditions of installations including the
following shall be considered while selecting the cable sizes:
a) Variation in ambient temperature for cables laid in air
b) Grouping of cables
c) Variation in ground temperature and soil resistivity for buried
cables.
Cable lengths shall be considered in such a way that straight through cable
joints is avoided.
Cables shall be armoured type if laid in switchyard area or directly buried.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
113 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All LT power cables of sizes more than 120 sq.mm. shall be XLPE
insulated.
5.0
6.0
TESTS
Indicative list of tests/checks, Routine and Acceptance tests shall be as per
Quality Assurance & Inspection table of LT power and control cables
enclosed at relevant section.
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
All cables to be supplied shall be of type tested design.
During detailed engineering, the contractor shall submit for Owners
approval the reports of all the type tests carried out within last ten years
from the date of bid opening. These reports should be for the test
conducted on the equipment similar to those proposed to be supplied
under this contract and the test(s) should have been either conducted at an
independent laboratory or should have been witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted within last ten years from the date of bid opening, or in the case
of type test report(s) are not found to be meeting the specification
requirements, the contractor shall conduct all such tests under this contract
at no additional cost to the owner either at third party lab or in presence of
client /owners representative and submit the reports for approval.
The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will be
furnished by the manufacturer confirming similarity and No design
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
114 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Change. Minor changes if any shall be highlighted on the endorsement
sheet.
The reports for following type tests shall be furnished:
Sl
1.
2.
Type Test
Conductor
Resistance test
Tensile Test
3.
Wrapping Test
4.
5.
6.
7.
8.
Remarks
wires
9.
Resistance test
10(a) Mass & uniformity of Zinc Coating For GS formed wires/ wires
tests
only.
10(b) Adhesion test
For GS formed wires/ wires
only.
11.
Adhesion Test
For GS formed wires/ wires
only.
For PVC/ XLPE insulation & PVC
Sheath
12.
Test for thickness
13.
Tensile strength and
elongation
testbefore ageing and after ageing
14.
Ageing in air oven
15.
Loss of mass test
For PVC insulation and
sheath only.
16.
Hot deformation test
For PVC insulation and
sheath only.
17.
Heat shock test
For PVC insulation and
sheath only.
18.
Shrinkage test
19.
Thermal stability test
For PVC insulation and
sheath only.
20.
Hot set test
For XLPE insulation only
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
115 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Sl
21.
22.
23.
24.
25.
26.
27.
7.0
Type Test
Water absorption test
Oxygen index test
Smoke density test
Acid gas generation test
For Completed cables
Insulation resistance test (Volume
Resistivity method)
High voltage test
Flammability test as per IEC-332
Part-3 (Category -B)
Remarks
For XLPE insulation only
For outer sheath only
For outer sheath only
For outer sheath only
LT CONTROL CABLES
The cables shall be suitable for laying on racks, in ducts, trenches,
conduits and underground (buried) installation with chances of flooding by
water.
All cables shall be flame retardant, low smoke (FRLS) type designed to
withstand all mechanical, electrical and thermal stresses developed under
steady state and transient operating conditions as specified elsewhere in
this specification.
Conductor of control cables shall be made of stranded, plain annealed
copper.
Outer sheath shall be of PVC as per IS: 5831 &grey in colour for control
cables. In addition to meeting all the requirements of Indian standards
referred to, outer sheath of all the cables shall have the following FRLS
properties.
(a.) Oxygen index of min. 29 (as per IS 10810 Part-58).
(b.) Acid gas emission of max. 20% (as per IEC-754-I).
(c.) Smoke density rating shall not be more than 60 % (as per ASTMD2843).
Cores of the cables shall be identified by colouring of insulation. Following
colour scheme shall be adopted:
1 core -
2 core -
3 core -
4 core -
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
116 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
For control cables having more than 5 cores, core identification shall be
done by numbering the insulation of cores sequentially, starting by number
1 in the inner layer (e.g. say for 10 core cable, core numbering shall be
from 1 to 10). The number shall be printed in Hindu-Arabic numerals on the
outer surfaces of the cores. All the numbers shall be of the same colour,
which shall contrast with the colour of insulation. The colour of insulation
for all the cores shall be grey only. The numerals shall be legible and
indelible. The numbers shall be repeated at regular intervals along the
core, consecutive numbers being inverted in relation to each other. When
the number is a single numeral, a dash shall be placed underneath it. If the
number consists of two numerals, these shall be disposed one below the
other and a dash placed below the lower numeral. The spacing between
consecutive numbers shall not exceed 50 mm.
In addition to manufacturer's identification on cables as per IS, following
marking shall also be provided over outer sheath.
(a.)
(b.)
(c.)
(b)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
117 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
9.0
10.0
CABLE DRUMS
(a)
(b)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
118 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IS:802
IS:1079
IS:1239
IS:1255
IS:1367 Part-13
IS:2147
IS:2309
IS:2629
IS:2633
IS:3043
IS:3063
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
119 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
IS:6745
IS:8308
IS:8309
IS:9537
IS:9595
IS:13573
BS:476
IEEE:80
IEEE:142
Grounding
systems
DIN 46329
VDE 0278
BS:6121
of
Industrial
&
commercial
for
carbon
power
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
120 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
performance and constructional features equivalent or superior to
standards listed above. In such a case, the Bidder shall clearly indicate the
standard(s) adopted, furnish a copy in English of the latest revision of the
standards along with copies of all official amendments and revisions in
force as on date of opening of bid and shall clearly bring out the salient
features for comparison.
2.0
.
Trenches
PCC flooring of built up trenches shall be sloped for effective drainage with
sump pits and sump pumps.
General
The cable slits to be used for motor/equipment power/control supply shall
be sand filled & covered with PCC after cabling.
Sizing criteria, derating factors for the cables shall be met as per respective
chapters. However for the power cables, the minimum conductor size shall
be 6 sq.mm. for aluminium conductor and 2.5 sq.mm. for copper conductor
cable.
Conscious exceptions to the above guidelines may be accepted under
special conditions but suitable measures should be taken at such location
to:
3.0
EQUIPMENT DESCRIPTION
Cable trays, Fittings & Accessories
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
121 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Cable trays shall be ladder/perforated type as specified complete with
matching fittings (like brackets, elbows, bends, reducers, tees, crosses,
etc.) accessories (like side coupler plates, etc. and hardware (like bolts,
nuts, washers, G.I. strap, hook etc.) as required. Cable tray shall be ladder
type for power & control cables and perforated for instrumentation cables.
Cable trays, fittings and accessories shall be fabricated out of rolled mild
steel sheets free from flaws such as laminations, rolling marks, pitting etc.
These (including hardware) shall be hot dip galvanized as per relevant IS.
Cable trays shall have standard width of 150 mm, 300 mm & 600 mm and
standard lengths of 2.5 metre. Thickness of mild steel sheets used for
fabrication of cable trays and fittings shall be 2 mm. The thickness of side
coupler plates shall be 3 mm.
Cable troughs shall be required for branching out few cables from main
cable route. These shall be U-shaped, fabricated of mild steel sheets of
thickness 2 mm and shall be hot dip galvanised as per relevant IS. Troughs
shall be standard width of 50 mm & 75 mm with depth of 25 mm
Support System for Cable Trays
Cable tray support system shall be pre-fabricated similar or equivalent to
"Unistrut make".
Support system for cable trays shall essentially comprise of the two
components i.e. main support channel and cantilever arms. The main
support channel shall be of two types : (i) C1:- having provision of
supporting cable trays on one side and (ii) C2:-having provision of
supporting cable trays on both sides. The support system shall be the type
described hereunder:
a.
b.
The system shall be designed such that it allows easy assembly at site by
using bolting. All cable supporting steel work, hardwares fitings and
accessories shall be prefabricated factory galvanised.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
122 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
c.
The main support and cantilever arms shall be fixed at site using necessary
brackets, clamps, fittings, bolts, nuts and other hardware etc. to form
various arrangements required to support the cable trays. Welding of the
components shall not be allowed. However, welding of the bracket (to
which the main support channel is bolted) to the overhead beams,
structural steel, insert plates or reinforcement bars will be permitted. Any
cutting or welding of the galvansied surface shall be brushed and red lead
primer, oil primer & aluminium paint shall be applied
d.
All steel components, accessories, fittings and hardware shall be hot dip
galvanised after completing welding, cutting, drill ing and other machining
operation.
e.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
123 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
columns, structures etc. The boxes shall include brackets, bolts, nuts,
screws M8 earthing stud etc. required for installation.
Terminal blocks shall be 1100V grade, 10Amps rated, made up of
unbreakable polyamide 6.6 grade. The terminals shall be screw type or
screw-less (spring loaded) / cage clamp type with lugs. Marking on terminal
strips shall correspond to the terminal numbering in wiring diagrams. All
metal parts shall be of non-ferrous material. In case of screw type terminals
the screw shall be captive, preferably with screw locking design. All
terminal blocks shall be suitable for terminating on each side two (2) nos.
stranded copper conductors of size upto 2.5 sq mm each. All internal
wiring shall be of minimum 1.5 sq. mm cu. Conductor PVC wire.
Terminations & Straight Through Joints
Termination and jointing kits for 132kV, 33kV,11kV,6.6 kV and 3.3 kV
grade XLPE insulated cables shall be of proven design and make which
have already been extensively used and type tested. Termination kits and
jointing kits shall be pre-moulded type, taped type or heat shrinkable type.
132kV,33kV, 11kV and 6.6 kV grade joints and terminations shall be type
tested as per IS:13573. 3.3kV grade joints and terminations shall be type
tested as per VDE0278. Critical components used in cable accessories
shall be of tested and proven quality as per relevant product
specification/ESI specification. Kit contents shall be supplied from the same
source as were used for type testing. The kit shall be complete with the
aluminium solderless crimping type cable lugs & ferrule as per DIN
standard.
Straight through joint and termination shall be capable of withstanding the
fault level for the system.
1.1 KV grade Straight Through Joint shall be of proven design.
Cable glands
Cable shall be terminated using double compression type cable glands.
Cable glands shall conform to BS:6121 and be of robust construction
capable of clamping cable and cable armour (for armoured cables) firmly
without injury to insulation. Cable glands shall be made of heavy duty brass
machine finished and nickel chrome plated. Thickness of plating shall not
be less than 10 micron. All washers and hardware shall also be made of
brass with nickel chrome plating Rubber components shall be of neoprene
or better synthetic material and of tested quality. Cable glands shall be
suitable for the sizes of cable supplied/erected.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
124 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Cable lugs/ferrules
Cable lugs/ferrules for power cables shall be tinned copper solderless
crimping type suitable for aluminium compacted conductor cables. Cable
lugs and ferrules for control cables shall be tinned copper type. The cable
lugs for control cables shall be provided with insulating sleeve and shall
suit the type of terminals provided on the equipments. Cable lugs and
ferrule shall conform to relevant standard
Trefoil clamps
Trefoil clamps for single core cables shall be pressure die cast aluminum or
fibre glass or nylon and shall include necessary fixing accessories like G.I.
nuts, bolts, washers, etc. Trefoil clamps shall have adequate mechanical
strength to withstand the forces generated by the peak value of maximum
system short circuit current.
Cable Clamps & Straps
The cable clamps required to clamp multicore cables on vertical run shall
be made up of Aluminium strip of 25x3 mm size. For clamping the
multicore cables, self-locking, de-interlocking type nylon clamps/straps
shall be used. The clamps/straps shall have sufficient strength and shall
not get affected by direct exposure to sun rays and outdoor environment
Receptacles
Receptacles boxes shall be fabricated out of MS sheet of 2mm thickness
and hot dipped gavanised or of die-cast aluminium alloy of thickness not
less than 2.5 mm. The boxes shall be provided with two nos. earthing
terminals, gasket to achieve IP55 degree of protection, terminal blocks for
loop-in loop-out for cable of specified sizes, mounting brackets suitable for
surface mounting on wall/column/structure, gland plate etc. The ON-OFF
switch shall be rotary type heavy duty, double break,AC23 category,
suitable for AC supply. Plug and Socket shall be shrouded Die-cast
aluminium. Socket shall be provided with lid safety cover. Robust
mechanical interlock shall be provided such that the switch can be put ON
only when the plug is fully engaged and plug can be withdrawn only when
the switch is in OFF position. Also cover can be opened only when the
switch is in OFF position. Wiring shall be carried out with 1100 V grade
PVC insulated stranded aluminium/copper wire of adequate size. The
Terminal blocks shall be of 1100 V grade. The Terminal blocks shall be of
1100 V grade made up of unbreakable polymide 6.6 grade with adequate
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
125 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
current rating and size. The welding receptacles shall be provided with
inbuilt ELCB rated for suitable mA sensitivity.
Galvanising
Galvanising of steel components and accessories shall conform to IS:2629
, IS4759 & IS:2633. Additionally galvanising shall be uniform, clean
smooth, continuous and free from acid spots.
The amount of zinc deposit over threaded portion of bolts, nuts, screws and
washers shall be as per IS:1367 . The removal of extra zinc on threaded
portion of components shall be carefully done to ensure that the threads
shall have the required zinc coating on them as specified
Welding
The welding shall be carried out in accordance with IS:9595. All welding
procedures and welders qualification shall also be followed strictly in line
with IS:9595
4.0
INSTALLATION
Cable tray and Support System Installation
Cables shall run in cable trays mounted horizontally or vertically on cable
tray support system which in turn shall be supported from floor, ceiling,
overhead structures, trestles, pipe racks, trenches or other building
structures.
Horizontally running cable trays shall be clamped by bolting to cantilever
arms and vertically running cable trays shall be bolted to main support
channel by suitable bracket/clamps on both top and bottom side rails at an
interval of 2000 mm in general. For vertical cable risers/shafts cable trays
shall be supported at an interval of 1000mm in general. Fixing of cable
trays to cantilever arms or main support channel by welding shall not be
accepted. Cable tray installation shall generally be carried out as per the
approved guidelines/ drawings. Vendor shall design the support system
along with tray, spacing etc in line with relevant standard .
The cantilever arms shall be positioned on the main support channel with a
minimum vertical spacing of 300 mm unless otherwise indicated.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
126 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The contractor shall fix the brackets/ clamps/ insert plates using anchor
fasteners. Minimum size of anchor fasteners shall be M 8 X 50 and
material shall be stainless steel grade 316 or better. Anchor fastener shall
be fixed as recommended by manufacturer and as approved by site
engineer. For brick wall suitable anchor fasteners shall be used as per the
recommendations of manufacturer. Make of anchor fasteners subject to QA
approval.
All cable way sections shall have identification, designations as per cable
way layout drawings and painted/stenciled at each end of cable way and
where there is a branch connection to another cable way. Minimum height
of letter shall be not less than 75 mm. For long lengths of trays, the
identification shall be painted at every 10 meter. Risers shall additionally be
painted/stenciled with identification numbers at every floor.
In certain cases it may be necessary to site fabricate portions of trays,
supports and other non standard bends where the normal prefabricated
trays, supports and accessories may not be suitable. Fabricated sections of
trays, supports and accessories to make the installation complete at site
shall be neat in appearance and shall match with the prefabricated sections
in the dimensions. They shall be applied with one coat of red lead primer,
one coat of oil primer followed by two finishing coats of aluminium paint.
Conduits/Pipes/Ducts Installation
The Contractor shall ensure for properly embedding conduit pipe sleeves
wherever necessary for cabling work. All openings in the floor/roof/wall /
cable tunnel/cable trenches made for conduit installation shall be sealed
and made water proof by the Contractor.
GI pull wire of adequate size shall be laid in all conduits before installation.
Metallic conduit runs at termination shall have two lock nuts wherever
required for junction boxes etc.
Conduit runs/sleeves shall be provided with PVC bushings having round
edge at each end. All conduits/pipes shall have their ends closed by caps
until cables are pulled. After cables are pulled, the ends of conduits/pipes
shall be sealed with Glass wool/Cement Mortar/Putty to prevent entrance
of moisture and foreign material
Exposed conduit/pipe shall be adequately supported by racks, clamps,
straps or by other approved means. Conduits /pipe support shall be
installed square and true to line and grade with an average spacing
between the supports as given below, unless specified otherwise
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
127 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Conduit /pipe size (dia).
Spacing
Upto 40 mm
1M
50 mm
2.0 M
65-85 mm
2.5 M
3.0 M
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
128 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Cables shall be laid on cable trays strictly in line with cable schedule
Power and control cables shall be laid on separate tiers in line with
approved guidelines/drawings. The laying of different voltage grade cables
shall be on different tiers according to the voltage grade of the cables. In
horizontal tray stacks, H.T. cables shall be laid on topmost tier and cables
of subsequent lower voltage grades on lower tiers of trays. Single core
cable in trefoil formation shall be laid with a distance of four times the
diameter of cable between trefoil center lines and clamped at every two
meter. All multi core cables shall be laid in touching formation. Power and
control cables shall be secured fixed to trays/support with self-locking type
nylon cable straps with de-interlocking facilities. For horizontal trays
arrangements, multi core power cables and control cables shall be secured
at every five meter interval. For vertical tray arrangement, individual multi
core power cables and control cables shall be secured at every one meter
by nylon cable strap. After completion of cable laying work in the particular
vertical tray, all the control cables shall be binded to trays/supports by
aluminium strips at every five meter interval and at every bend.
Bending radii for cables shall be as per manufacturer's recommendations
and IS: 1255.
Where cables cross roads/rail tracks, the cables shall be laid in hume pipe/
HDPE pipe.
No joints shall be allowed in trip circuits, protection circuits and CT/PT
circuits. Also joints in critical equipment in main plant area shall not be
permitted. Vendor shall identify and accordingly procure the cable drum
length.
In each cable run some extra length shall be kept at suitable point to
enable one LT/two HT straight through joints to made, should the cable
develop fault at a later stage. Control cable termination inside equipment
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
129 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2C,3C
NIL
5C
7C-10C
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
130 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
sand bedding, riddled soil cover, supply and installation of brick or
concrete protective covers, back filling and compacting, supply and
installation of route markers and joint markers. Laying of cables and
providing protective covering shall be as per IS:1255. Reference Drawing
for buried cables is included as a tender drawing and enclosed with this
specification.
RCC cable route and RCC joint markers shall be provided wherever
required. The voltage grade of the higher voltage cables in route shall be
engraved on the marker. Location of underground cable joints shall be
indicated with cable marker with an additional inscription "Cable Joint". The
marker shall project 150 mm above ground and shall be spaced at an
interval of 30 meters and at every change in direction. They shall be
located on both sides of road crossings and drain crossings. Top of cable
marker/joint marker shall be sloped to avoid accumulation of water/dust on
marker.
Cable tags shall be provided on all cables at each end (just before entering
the equipment enclosure), on both sides of a wall or floor crossing, on each
duct/conduit entry, and at every 20 meters in cable tray/trench runs. Cable
tags shall also be provided inside the switchgear, motor control centers,
control and relay panels etc. where a number of cables enter together
through a gland plate. Cable tag shall be of rectangular shape for power
cables and control cables. Cable tag shall be of 2 mm thick aluminum with
number punched on it and securely attached to the cable by not less than
two turns of 20 SWG GI wire conforming to IS:280. Alternatively, the
Contractor may also provide cable tags made of nylon, cable marking ties
with cable number heat stamped on the cable tags
While crossing the floors, unarmoured cables shall be protected in conduits
upto a height of 500 mm from floor level if not laid in tray.
The cable laying shall be done in line with the Drawing No. 5714-004-POEA-007
Cable Terminations & Connections
The termination and connection of cables shall be done strictly in
accordance with cable termination kit manufacturer'' instructions, drawings
and/or as directed by Project Manager. Cable jointer shall be qualified to
carryout satisfactory cable jointing/termination. Contractor shall furnish for
review documentary evidence/experience reports of the jointers to be
deployed at site.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
131 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Work shall include all clamps, fittings etc. and clamping, fitting, fixing,
plumbing, soldering, drilling, cutting, taping, preparation of cable end,
crimping of lug, insulated sleeving over control cable lugs, heat shrinking
(where applicable), connecting to cable terminal, shorting and grounding as
required to complete the job to the satisfaction of the Project Manager.
The equipment will be generally provided with undrilled gland plates for
cables/conduit entry. The Contractor shall be responsible for punching of
gland plates, painting and touching up. Holes shall not be made by gas
cutting. The holes shall be true in shape. All cable entry points shall be
sealed and made vermin and dust proof. Unused openings shall be
effectively sealed by 2mm thick aluminium sheets.
Control cable cores entering control panel/switchgear/MCC/miscellaneous
panels shall be neatly bunched, clamped and tied with self-locking type
nylon cable ties with de interlocking facility to keep them in position.
All the cores of the control cable to be terminated shall have identification
by providing ferrules at either end of the core, each ferrule shall be
indelible, printed single tube ferrule and shall include the complete wire
number and TB number as per the drawings. The ferrule shall fit tightly on
the core. Spare cores shall have similar ferrules with suffix sp1, sp2, ---etc
along with cable numbers and coiled up after end sealing.
All cable terminations shall be appropriately tightened to ensure secure and
reliable connections.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
132 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-7)
SCADA
1.0
GENERAL
1.1
1.2
Bidder shall include in his proposal all the Hardware, Software, Panels,
Power Supply, HMI, Laser Printer, Gateway, Networking equipment and
associated Cable etc. needed for the completeness even if the same are
not specifically appearing in this specifications.
1.3
SCADA System shall have the provision to perform the following functions:
i. Real-time acquisition and display of data, status, alarms and trends
ii. Display of status of major equipments in Single Line Diagram(SLD)
format
iii. Control of switchgears and Inverters
iv. Display and storage of measured values
v. Display and storage of derived/calculated/integrated values
vi. Display and Storage of Alarm, Event and Trends
vii. Generate, store and retrieve user configurable Sequence of Event
(SOE) Reports
viii. Generate, store and retrieve user configurable periodic Reports
ix. Remote monitoring of essential parameters on the web using
standard modem (Internet connection for transferring data to web
shall be taken by Contractor in the name of NTPC Site for O & M
period).
x. Control and monitoring of status of all the MV/HV/EHV Breakers and
Inverters.
xi. System self-supervision
1.4
1.5
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
133 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
remove/replace any of the redundant controller module without switching
off the power to the corresponding rack and this will not result in system
disturbance or loss of any controller functions for the other controller. The
on-line removal/insertion of controller, I/O modules shall in no way affect
the safety of plant and personnel.
1.6
The control system shall provide safe operation under all plant
disturbances and on component failure so that under no condition the
safety of plant, personnel or equipment is affected. Control system shall be
designed to prevent abnormal swings due to loss of Control System power
supply, failure of any Control System component, open circuit/short circuit.
On any of these failures the controlled equipment/parameter shall either
remain in last position before failure or shall come to fully open/close or
on/off state as required for the safety of plant/personnel/equipment and as
finalized during detailed engineering. System shall be designed such that
there will be no upset when Power is restored.
1.7
2.0
2.1
PLC PROCESSOR
The processor unit shall be capable of executing the following functions:a)
c)b)
d)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
134 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
etc.
e)
2.2
PLC unit shall be provided with two processors (Main processing unit and
memories) one for normal operation and one as hot standby. In case of
failure of working processor, there shall be an appropriate alarm and
simultaneously the hot standby processor shall take over the complete
plant operation automatically. The transfer from main processor to standby
processor shall be totally bump less and shall not cause any plant
disturbance whatsoever. In the event of both processors failing, the system
shall revert to fail safe mode. It shall be possible to keep any of the
processors as master and other as standby. The standby processor shall
be updated in line with the changes made in working processor.
2.3
2.4
2.4.1
2.5
A forcing facility shall be provided for changing the states of inputs and
outputs, timers and flags to facilitate fault finding and other testing
requirements. It shall be possible to display the signal flow during operation
of the program.
2.6
The SCADA shall be OPC version 2.05a compliant and implement a OPCDA 2.05a server as per the specification of OPC Foundation. All data
should be accessible through this OPC server. SCADA shall have OPC
connectivity for other systems.
3.0
Graphical Interface Unit (GIU) / Operator work station (OWS) shall perform
control, monitoring and operation of all devices interacting with PLC based
control system. It shall be possible to use the same as programming station
of the PLC and the Human Machine Interface System. In case the PC
based OWS cannot be used as programming station of the PLC and the
Human Machine Interface System, then separate PC based programming
station shall be provided.
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
135 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Operator shall be able to access all control/information related data under
all operating conditions including a single processor/computer failure in the
HMIS. All frequently called important functions including major displays
shall be assigned to dedicated function keys on a soft keyboard for the
convenience of the operator for quick access to displays & other operator
functions.
The operator functions for each OWS / GIU shall have provision to be
configured for Control System operation (A/M selection, raise/lower, set
point/bias change, on/off, open/close operation, mode/device selection,
bypassing criteria, sequence auto, start/stop selection, drive auto selection,
local-remote/other multi-position selection etc.); alarm acknowledge; call all
kind of displays, logs, summaries, calculation results, etc.; printing of logs &
reports; retrieval of historical data; and any other functions required for
smooth operation, control & management of information as finalized during
detailed engineering.
The display selection process shall be optimized so that the desired display
can be selected with the minimum no. of operations. Navigation from one
display to any other should be possible efficiently through paging soft keys
as well as through targets defined on the displays. There should be no
limitation on number of such targets.
The system shall have built-in safety features that will allow/disallow certain
functions and entry fields within a function to be under password control to
protect against inadvertent and unauthorized use of these functions.
Assignment of allowable functions and entry fields shall be on the basis of
user profile. The system security shall contain various user levels with
specific rights as finalized by the Employer during detailed engineering.
However, no. of user levels, no. of users in a level and rights for each level
shall be changeable by the programmer (Administrator).
Wherever Graphical Interface Unit is envisaged, it shall meet the minimum
functional requirements of monitoring, operating & controlling the process
and displaying information related to process locally. GIU shall be provided
with TFT active matrix display and keypad for operation. GIU shall be
ruggedly designed to withstand hard environments like high temperature,
shock and vibration.
SCADA Software shall allow modifying dimensions of the SCADA screens
without redrawing graphics
Remote monitoring of essential parameters on the web using standard
modem (Internet connection for transferring data to web shall be taken by
Contractor in the name of NTPC Site for O & M period).
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
136 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Bidder has to provide suitable hardware and software based firewall for
network security to restrict unauthorized access to HMI/Solar SCADA PCs
and system.
4.0
PROGRAMMING FUNCTIONALITIES
Programming of the PLC Processor / controller as well as programming of
HMIS shall be user friendly with graphical user interface and shall not
require knowledge of any specialized language. For example, the
programming of PLC shall use either of the following:-
Ladder diagrams.
SOFTWARE REQUIREMENT
All necessary software required for implementation of control logic, operator
station displays / logs, storage & retrieval and other functional requirement
shall be provided. The programs shall include high level languages as far
as possible. The contractor shall provide sufficient documentation and
program listing so that it is possible for the Employer to carry out
modification at a later date.
The Contractor shall provide all software required by the system for
meeting the intent and functional/parametric requirements of the
specification.
Industry standard operating system like WINDOWS (latest version) etc. to
ensure openness and connectivity with other system in industry.
SCADA system shall support following standard protocols (included but
not limited to) to communicate with different sub system/Devices.
a)
b)
c)
d)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
137 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
The system shall have user friendly programming language & graphic user
interface.
All system related software including Real Time Operating System, File
management software, screen editor, database management software. On
line diagnostics/debug software, peripheral drivers software and latest
versions of standard PC-based software and latest WINDOWS based
packages etc. and any other standard language offered shall be furnished
as a minimum.
All application software for PLC system functioning like input scanning,
acquisition, conditioning processing, control and communication and
software for operator interface of monitors, displays, trends, curves, bar
charts etc. Historical storage and retrieval utility, and alarm functions shall
be provided.
The Contractor shall provide software locks and passwords to Employers
engineers at site for all operating & application software so that Employers
engineers can take backup of these software and are able to do
modifications at site.
6.0
PARAMETRIC REQUIREMENTS
The control system shall be designed such that under worst case
loading conditions the response time shall not be worst than the
following:On/Off Command
Adjustment Command
0.5 to 1 second.
On screen Updating
1 second.
related -
1 second.
All
Control
displays
Bar Chart displays
2 to 3 seconds.
2 to 3 seconds.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
138 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Group review displays
2 to 3 seconds.
1 to 2 seconds.
1 to 2 seconds.
Even under worst case loading condition of HMIS and system Bus,
each HMIS processor shall have 50 % spare time when measured over
any one minute period and the system bus shall have at least 50 %
spare duty cycle.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
139 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
7.0
INPUT/OUTPUT MODULES
The PLC system should be designed according to the location of the
input/output cabinets as specified.
Input Output modules, as required in the Control System for all type of field
input signals (4-20 mA, non-changeover/change over type of contact inputs
etc.) and outputs from the control system (non change over/change over
type of contact, output signals for energizing interface relays at suitable DC
voltage as decided during detail engineering, 4-20 mA output etc.) are to
be provided by the Contractor
Electrical isolation of 1.5kV with optical couplers between the plant
input/output and controller shall be provided on the I/O cards. The isolation
shall ensure that any inadvertent voltage or voltage spikes (as may be
encountered in a plant of this nature) shall not damage or mal-operate the
internal processing equipment.
The Input/output system shall facilitate modular expansion in fixed stages.
The individual input/output cards shall incorporate indications on the
module front panels for displaying individual signal status.
Individually fused output circuits with the blower fuse indicator shall be
provided. All input/output points shall be provided with status indicator.
Input circuits shall be provided with fuses preferably for each input,
alternatively suitable combination of inputs shall be done and provided with
fuses such that for any fault, fuse failure shall affect the particular drive
system only without affecting other systems.
All input/output cards shall have quick disconnect terminations allowing for
card replacement without disconnection of external wiring and without
switching of power supply.
The I/O Module shall have the following features:
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
140 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
d
2.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
141 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
requirements as mentioned in the above clauses. Further these
Input/output modules shall be designed to continuously work under the
environment expected to be encountered in assigned areas without any airconditioning support.
8.0
9.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
142 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ensure that a single failure anywhere in the media shall cause no more
than a single message to be disrupted and that message shall
automatically be retransmitted. Any failure or physical removal of any
station/module connected to the system bus shall not result in loss of
any communication function to and from any other station/module.
c
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
143 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
background grid on operator request shall be variable with adequate no. Of
divisions in both co-ordinates
1
Control displays
sequence/loop)
b)
c)
d)
Group displays
20
e)
10
f)
System
display
status
&
other
diagnostic on as required
basis
The assignment for the above will be done by the contractor as per the
requirement of operation of contractor's system as well as for
maintenance. The balance displays shall be left as spare for future
modification/addition.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
144 of 415
CLAUSE NO.
` 11.0
TECHNICAL SPECIFICATIONS
Historical storage and retrieval system (HSRS)
The HSRS shall collect, store and process system data from MMIPIS data
base. The data shall be saved online on hard disk and automatically
transferred to erasable long term storage media once in every 24 hours
periodically for long term storage. Provision shall be made to notify the
operator when hard disk is certain percentage full. The disk capacity shall
be sufficient to store at least seven days data.
The data to be stored in the above system shall include alarm and event
list, periodic plant data, selected logs/reports. The data/information to be
stored & frequency of storage and retrieval shall be as finalised during
detailed engineering. The system shall provide user-friendly operator
functions to retrieve the data from historical storage. It shall be possible to
retrieve the selected data on OWS or printer in form of trend/report by
specifying date, time & period. Further, suitable index files/directories shall
also be provided to facilitate the same. The logs/reports for at least last
seven (7) days shall be available on the disk.
In addition to above, the system shall also have facility to store & retrieve
important plant data for a very long duration (plant life) on portable long
term storage media). These data will include any data from the database
as
well
as
processed/computed
data
based
a
various
calculations/transformation. The retrieved data from long term storage
media should be possible to be presented in form of alarms, logs, reports,
etc.
12.0
13.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
145 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
for remote I/O cabinets. Ventilation blowers shall be furnished as required
by the equipment design and shall be sound proof to the maximum feasible
extent. If blowers are required for satisfactory system operation, dual
blowers with blower failure alarm shall be provided in each cabinet with
proper enclosure and details shall be furnished with proposal. Suitable
louvers with wire mesh shall be provided on the cabinet.
The cabinets shall be designed for front access to system modules and
rear access to wiring and shall be designed for bottom entry of the cables.
The cabinets shall be totally enclosed, free standing type and shall be
constructed with minimum 2 mm thick steel plate frame and 1.6 mm thick
CRCA steel sheet or as per supplier's standard practice for similar
applications, preferred height of the cabinet shall not higher than 2200 mm.
The cabinets shall be equipped with full height front and rear doors. The
floor mounting arrangement for other cabinets shall be as required by the
Employer and shall be furnished by the Contractor during detailed
engineering.
Cabinet doors shall be hinged and shall have turned back edges and
additional braking where required ensuring rigidity. Hinges shall be of
concealed type. Door latches shall be of three-point type to assure tight
closing. Detachable lifting eyes or angles shall be furnished at the top of
each separately shipped section and all necessary provisions shall be
made to facilitate handling without damage. Front and rear doors shall be
provided with locking arrangements with a master key for all cabinets. If
width of a cabinet is more than 800 mm, double doors shall be provided.
Two spray coats of inhibitive epoxy primer-surface shall be applied to all
exterior and interior surfaces. A minimum of 2 spray coats of final finish
colour shall be applied to all surfaces. The final finished thickness of paint
film on steel shall not be less than 65-75 micron for sheet thickness of 2
mm and 50 microns for sheet thickness of 1.6 mm. The finish colors for
exterior and interior surfaces shall conform to following shades:
(a.) Exterior:- As per RAL 9002 ( End panel sides RAL 5012), to be
finalized
during detailed engineering.
(b.) Interior:- Same as above.
Paint films which show sags, checks or other imperfections shall not be
acceptable.
As an alternative, single coat of anodic dipcoat primer along with single
textured powder coating with epoxy polyester meeting the thickness
requirement is also acceptable.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
146 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The mimic shall be configured on the HMI and it shall be possible to
control, monitor and operate the plant from the same.
14.0
CONTROL DESK
Control desk shall be free standing table top type with doors at the back
and shall be constructed of 3 mm thick CRCA steel plates. A 19 mm thick
wooden top shall be provided on the desk to keep the TFT monitors at top
and computers inside. Control desk shall consist of vertical, horizontal and
base supports with their coverings for work surface, keyboard trays, mouse
pads, monitor shelf and concealed cable and wire way management,
perforated trays with covers in both horizontal and vertical directions.
Telephone sets, very few PB stations and lamps shall be mounted on the
control desk on mosaic grid structure and same shall be decided during
detailed engineering. ASCII Keyboard shall be capable of being pulled out
through a tray.
The cabling / wiring between EWS/OWS & CPUS, power supply cables
etc. shall be aesthetically routed and concealed from view.
15.0
FURNITURE
Chairs Industry standard revolving chairs with wheels and with provision
for adjustment of height (hydraulically/gas lift) shall be provided for the
operators, unit-in-charge & other personnel in control room area ( At least 4
Nos). These shall be designed for sitting for long duration such that these
are comfortable for the back. Chair pedestal shall be made of 5mm thick
MS plate covered with poly-propylene cladding. Arm-rests in one piece
shall be of poly-urethane and twin wheel castor of glass filled nylon. The
exact details shall be finalized & approved by Employer during detailed
engineering.
16.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
147 of 415
CLAUSE NO.
` 17.0
TECHNICAL SPECIFICATIONS
SOFTWARE LICENCES
The Contractor shall provide software license for all software being used
in Contractors System. The software licenses shall be provided for the
project (e.g. organization or site license) and shall not be
hardware/machine-specific. That is, if any hardware/machine is upgraded
or changed, the same license shall hold good and it shall not be
necessary for Employer to seek a new license/renew license due to up
gradation/change of hardware/machine in Contractors System at site. All
licenses shall be valid for the continuous service life of the plant.
Contractor shall provide Minimum 4 nos of licenses for remote monitoring
(Concurrent viewing of data at 4 different locations authorised with user
ID/Password) of the essential parameters of solar plant on the web using
popular web browser without requirement of additional software
18.0
19.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
148 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Power Fail Auto Restart (PFAR) facility with automatic time update shall be
provided.
All the peripherals shall conform to the following minimum requirement but
the exact make & model shall be as approved by Employer during detailed
engineering. The LAN to be provided under HMIPIS shall support TCP/IP
protocol (Ethernet connectivity) with OPC RDI for interface with PLCs/other
systems and shall have data communication speed of min. 100 MBPS. All
network components of LAN and Workstations shall be compatible to the
LAN, without degrading its performance.
Workstations (Qty- 2Nos)
SI
No.
Features
1.
Processor
64 bit
2.
Memory
4 GB RAM upgradable to 8 GB
3.
Hard Disk
500 GB RAID1
4.
Monitor (color)
5.
Removable
6 GB (minimum)
bulk
storage
drive (DVD /
DAT)
6.
Removable
10 nos
Bulk
Storage
Media
for
above
(with
each
server/
work-station)
7.
DVD R/W
16x or higher
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
149 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
8.
9.
Keyboard
ASCII
10.
Pointing Device
Mouse
11.
Accessories
12.
Additional
Comprehensive disk maintenance utility for disk
general
clean sweep/ crash guard/antivirus, etc.
purpose
software
(for
using
over
network
by
servers/worksta
tions/PCs)
13.
Software
14.
LED
Sr
Features
Paper Size
A3
Type
Heavy duty,
pages/month
600 dpi
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
at
least
PART-C
50000
Page
150 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
20.0
First page out time (with full =<1 min for color,
graphic display)
<45 sec for BW
500 sheets
Additional features
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
151 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
1.1
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
152 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
and shall be suitable for serial interfaces (RS 422 and RS 485).The cable
shall be provided with lightning and surge protection devices as per EN
61643-21. Surge protection device to be provided shall be approved from
UL/CSA or any national/international approved lab.
2.0
Instrumentation Cables
2.1
Common Requirement
S
No.
1.
2.
Property
3.
Continuous
suitability
Progressive automatic on- To be provided at every one
line sequential marking of meter on outer sheath.
length in meters
Marking to read FRLS
To be provided at every 5 meters
on outer sheath
Allowable Tolerance on +/- 2 mm (maximum) over the
overall diameter
declared value in data sheet
Variation in diameter
Not more than 1.0 mm throughout
the length of cable.
Ovality at any cross- Not more than 1.0 mm
section
Others
a) Durable marking at intervals
not exceeding 625 mm shall
include manufacturers name,
insulation material, conductors
size, number of pairs, voltage
rating, type of cable, year of
manufacturer to be provided.
4.
5.
6.
7.
8.
9.
Requirement
Voltage grade
Codes and standard
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
153 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
10.
2.2
Color
Specific Requirement
S
No.
1.
2.
3.
4.
5.
6.
7.
8.
1.
2.
3.
4.
5.
1.
2.
Property
Type of Cable
A. Conductors
Cross section area
Conductormaterial
Requirement
F and G Type cables
0.5 sq. mm
HighconductivityAnnealed
bare copper
Colour code
As per VDE-815
Conductor Grade
Electrolytic
No & dia of strands
7x0.3 mm (nom)
No. of Pairs
4,8,12,16,24,48
Max.
conductor 73.4 (loop)
resistance per Km (in
ohm) at 20 deg. C
ReferenceStandard
VDE 0815
B. Insulation
Material
Extruded PVC type YI 3
Thickness in mm 0.25/0.3/0.35
(Min/Nom/Max)
Volume
Resistivity
(Min) in ohm-cm
1 x 1014 at 20 deg. C &
1x1011 at 70 deg. C.
Reference
VDE 0207 Part 4
Core diameter above Suitable for cage clamp
insulation
connector
C. Pairing & Twisting
Single layer of binder Yes
tape on each pair
provided
Bunch(Unit formation) To be provided
for more than 4P
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
154 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
3.
1.
2.
3.
4.
5.
6.
7.
8.
1.
1.
2.
3.
4.
5.
6.
Conductor
/pair
identification as per
VDE081
D. Shielding
Type of shielding
Individual
pair
shielding
Minimum thickness of
Individual
pair
shielding
Overall
cable
assembly shielding
Minimum thickness of
Overall
cable
assembly shielding
Coverage
Overlapping
Drain wire provided
for individual shield
To be provided
Al-Mylar tape
To be provided for F-type
cabl
28 micron
To be provided
55 micron
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
155 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Temperature index as
per ASTMD-2863
Maximum acid gas 20%
generation by weight
as per IEC-60754-1
Maximum
Smoke Maximum 60%
Density Rating as per
ASTMD-2843
To be provided
7.
8.
9.
1.
2.
3.
4.
5.
1.
Reference standard
G. Electrical Parameters
Mutual Capacitance 120 nF/km for F type
Between Conductors
At 0.8 Khz (Max.)
100 nF/km for G-type
Insulation
Resistance(Min.)
Cross Talk Figure
(Min.) At 0.8 Khz
Characteristic
Impedance (Max) At 1
Khz
Attenuation Figure At
1 Khz (Max)
H. Complete Cable
Complete
Cable
assembly
2.
Flammability
100 M Ohm/Km
60 dB
320 OHM FOR F-TYPE
340 OHM FOR G-TYPE
1.2 db/km
Shall
pass
Swedish
Chimney test as per
SEN-SS 4241475 class
F3.
Shall pass flammability as
per IEEE-383 read in
conjunction
to
this
specification
I. Tests
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
156 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
1.
2.
1.
2.
3.
4.
3.0
TYPE TEST
All cables to be supplied shall be of type tested quality. The Contractor
shall submit for Owner's approval the reports of all the type tests and
carried out within last five years from the date of bid opening. These
reports should be for the tests conducted on the equipment similar to those
proposed to be supplied under this contract and the test(s) should have
been either conducted at an independent laboratory or should have been
witnessed by a client.
In case the Contractor is not able to submit report of the type test(s)
conducted within last five years from the date of bid opening, or in case the
type test report(s) are not found to be meeting the specification
requirements, the Contractor shall conduct all such tests under this
contract free of cost to the Owner and submit the reports for approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
157 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
AC SYSTEM
1.1
IS: 13947
IS: 2309
IS: 802
IS: 2629
IS: 2633
IS: 513
IS: 3063
IS: 6745
IS: 4736
IS: 458
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
158 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All standards, specifications and codes of practice referred to herein shall
be the latest editions including all applicable official amendments and
revisions as on date of opening of bid. In case of conflict between this
specification and those (IS codes, standards, etc.) referred to herein, the
former shall prevail. All work shall be carried out as per the above
standards/ codes as applicable.
1.2
TECHNICAL DETAILS
Earthing system shall be in strict accordance with IS: 3043 and Indian
Electricity Rules/Acts.
For outdoor switchyard, Earthing system network/earthmat shall be
interconnected mesh of mild steel rods buried in ground. For other areas in
the solar plant such as transformer yard, switchgear room the earthing
system shall consist of minimum two parallel conductors interconnected
together. The Contractor shall furnish the detailed design and calculations
for Employer's approval. Contractor shall obtain all necessary statutory
approvals for the system.
The earth conductors shall be free from pitting, laminations, rust, scale and
other electrical, mechanical defects
The material of the earthing conductors shall be as follows:
1. Conductors above ground level and in built up trenches
-Galvanized steel
2. Conductors buried in earth -Mild steel
3. Earth electrodes
-Mild steel rod
The sizes of earthing conductors for various electrical equipments shall be
as below:
S No. Equipment
1
2
Earth
buried in
Earth
Conductor
Earth
conductor
above
ground level and in
built
up trenches
40 mm dia. MS rod 65 x 8mm GS flat
Switchyard/Outdoor
substation
33kV/11kV/6.6kV/3.3
kV/
65 x 8mm GS flat
switchgear equipment and
415V switchgear
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
65 x 8mm GS flat
PART-C
Page
159 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
3
4
5
6
7
8
9
10
11
50 x 6mm GS flat
8 SWG GI wire
50 x 6mm GS flat
25 x 6mm GS flat
25 x 3mm GS flat
8 SWG GS wire
25 x 3 mm GS flat
50 x 6mm GS flat
25 x 6mm GS flat
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
160 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Connections between earth leads and equipment shall normally be of
bolted type. Contact surfaces shall be thoroughly cleaned before
connections. Equipment bolted connections after being tested and checked
shall be painted with anti-corrosive paint/compound.
Suitable earth risers as approved shall be provided above finished
floor/ground level, if the equipment is not available at the time of laying of
main earth conductor.
Connections between equipment earthing leads and between main
earthing conductors shall be of welded type. For rust protection the welds
should be treated with red lead compound and afterwards thickly coated
with bitumen compound. All welded connections shall be made by electric
arc welding.
Resistance of the joint shall not be more than the resistance of the
equivalent length of conductors.
Earthing conductors buried in ground shall be laid minimum 600 mm below
grade level unless otherwise indicated in the drawing. Back filling material
to be placed over buried conductors shall be free from stones and harmful
mixtures. Back filling shall be placed in layers of 150 mm.
Earthing conductors embedded in the concrete floor of the building shall
have approximately 50 mm concrete cover.
Minimum earth coverage of 300 mm shall be provided between earth
conductor and the bottom of trench/foundation/underground pipes at
crossings. Earthing conductors crossings the road can be installed in pipes.
Wherever earthing conductor crosses or runs at less than 300 mm distance
along metallic structures such as gas, water, steam pipe lines, steel
reinforcement in concrete, it shall be bonded to the same.
Earthing conductors along their run on columns, walls, etc. shall be
supported by suitable welding / cleating at interval of 1000mm and 750mm
respectively.
Earth pit shall be constructed as per IS:3043. Electrodes shall be
embedded below permanent moisture level. Minimum spacing between
electrodes shall be 600mm. Earth pits shall be treated with salt and
charcoal if average resistance of soil is more than 20 ohm meter. However
Based on the soil resistivity data of the site, in case, the earthing resistance
requirements as per applicable standard is not met, bidder may have to
provide special earthing arrangement like chemical earthing etc in order to
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
161 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
meet the earthing resistance requirements. For chemical earthing,
compound shall have pH between 6-8. It shall be used with compatible
electrode (cu, cu bonding) as per guidelines of compound manufacturer. It
shall not shrink or expand over the period of time and shall be maintenance
free.
On completion of installation continuity of earth conductors and efficiency
of all bonds and joints shall be checked. Earth resistance at earth
terminations shall be measured and recorded. All equipment required for
testing shall be furnished by contractor.
Earthing conductor shall be buried at least 2000mm outside the fence of
electrical installations. Every alternate post of the fences and all gates shall
be connected to earthing grid by one lead.
1.3
Earthing System
Life expectancy
40 Years
Soil resistivity
0.12mm/year
Depth of burial of main earth conductor 600mm below grade level; where
it crosses trenches, pipes, ducts,
tunnels, rail tracks, etc., it shall be at
least 300mm below them.
Conductor joints
Welds to be treated with red lead for rust protection and then coated with
bitumen compound for corrosion protection.
Surface resistivity
- Gravel
3000 ohm-meter
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
162 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
2.0
2.1
2.2
The Contractor shall furnish the detailed design and calculations for
Owners approval as per IEEE80-2000 to determine the number of earth pit
and size of earth mat conductor. However the No. of earth pits for the solar
farm shall not be less than nos. of Inverters selected for the Solar PV
Project and size of earth mat conductor shall not be less than 25X6 GS flat.
Minimum size of riser to connect the structures and JB etc. to the earth-mat
in the solar farm shall be 25X3 GS Flat. Location of earth pits and laying of
earth conductor shall be decided during detail engineering.
2.3
25 Years
Soil resistivity
0.12mm/year
2.4
2.5
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
163 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.6
Earth conductor shall be laid in the ground in manner that distance of any
metallic part of the object to be earthed from the earth conductor is not
more than 15 Meter. A continuous earth path is to be maintained
throughout the PV array.
2.7
2.8
2.9
Contractor shall seek owners approval for connecting solar array earth mat
with any other earth mat/earth grid of the solar PV plant.
2.10
2.11
2.12
Size of earth conductor, nos. of earth pits given in this clause is applicable
for solar array earthing only. Method and practice of laying of earthing
conductor, earth pits and riser not mentioned herewith but given elsewhere
in this specification is applicable to solar array earthing also.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
164 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
DOWN CONDUCTORS
Down conductors shall be as short and straight as practicable and shall
follow a direct path to earth electrode.
Each down conductor shall be provided with a test link at 1000 mm above
ground level for testing but it shall be in accessible to interference. No
connections other than the one direct to an earth electrode shall be made
below a test point.
All joints in the down conductors shall be welded type.
Down conductors shall be cleated on outer side of building wall, at 750 mm
interval or welded to outside building columns at 1000 mm interval.
Lightning conductor on roof shall not be directly cleated on surface of roof.
Supporting blocks of PCC/insulating compound shall be used for conductor
fixing at an interval of 1500 mm.
All metallic structures within a vicinity of two meters of the conductors shall
be bonded to conductors of lightning protection system.
Lightning conductors shall not pass through or run inside GI Conduits.
Testing link shall be made of galvanized steel of size 25x 6mm.
Pulser system for lightning shall not be accepted for AC system.
Hazardous areas handling inflammable/explosive materials and
associated storage areas shall be protected by a system of aerial earths
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
165 of 415
CLAUSE NO.
` 2.0
TECHNICAL SPECIFICATIONS
LIGHTNING PROTECTION SYSTEM FOR SOLAR ARRAY
2.1
NF C 17-102 :
2.2
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
166 of 415
CLAUSE NO.
2.4
TECHNICAL SPECIFICATIONS
LIGHTNING PROTECTION SYSTEM FOR SOLAR ARRAY WITH E.S.E
AIR TERMINAL
Solar array shall be protected from direct lightning stroke with Early
Streamer Emission air terminal in accordance to NF C 17-102 (Latest
revision).
Location and layout of ESE terminal shall be in such a manner that it cast
no shadow on the PV Modules during 08:30 AM to 04:30 PM. Number and
location of ESE air terminal shall be decided during detail engineering. For
this purpose, design calculation and Autocad drawing of the layout of ESE
terminal shall be submitted to NTPC for approval.
ESE air terminal shall be type tested in any national/international approved
lab for advance triggering time (T) and lighting Impulse current test and
type test report shall be submitted to NTPC for approval.
2.5
i.
ii.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
167 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
DESIGN PHILOSOPHY
A comprehensive illumination system shall be provided in the entire project.
Each building shall be provided with adequate light fittings,6A/16A socket,
fans, etc. Exhaust fans shall also be provided in toilets, battery room, etc
All outdoor lighting system shall be automatically controlled by
synchronous timer or photocell. Provision to bypass the timer or photocell
shall be provided in the panel.
2.0
3.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
168 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
d.
e.
f.
g.
h.
i.
4.0
LED LUMINAIRES:
4.1 CODES AND STANDARDS
All standards and codes of practice referred to herein shall be the latest
edition including all applicable official amendments & revisions as on date
of techno-commercial bid opening. In case of conflict between this
specification and those (IS codes, standards etc.) referred to herein, the
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
169 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
former shall prevail. All work shall be carried out as per the following
standards & codes.
16101:2012
16102(Part 1):2012
16102(Part 2):2012
16103(Part I):2012
16105:2012
16106:2012
16107:2012
Luminarie Performance
16108:2012
IS 513
IS 12063
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
170 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
by enclosures.
IS 14700
(Part 3/Sec. 2)
IS 9000 (Part 6)
IS 15885
(Part 2/Sec. 13)
IS 16004 1 and 2)
IS 4905
IEC 60598
IEC 61000-3-2
IEC 61000-4-5
Surge Protection
IES-LM 79 / IS 16106
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
171 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
where the colour designation shall be 4000K. The LED luminaires shall
have minimum life of 25,000 burning hours with 80% of lumen maintenance
at the end of the life.
The beam angle for LED chip for indoor type luminaires shall be 120
degrees. However for highbay & flood light type outdoor luminaires the
LED chip with suitable beam angle shall be used to deliver better lumenoutput. The maximum junction temperature of bare LED without heat sink
shall be limited to 85 deg C, further the lumen maintenance at this
temperature shall be min 90%. The THD of LED Luminaires shall be less
than 10%. Further the EMC shall be as per IS 14700. The power factor of
the luminaire shall not be less than 0.9. The marking on luminaire & safety
requirements of luminaire shall be as per IS standards. Suitable heat sink/
heat dissipation arrangement, with proper thermal management shall be
designed for the luminaires.
Driver Circuit: LED modules and drivers shall be compatible to each other.
The LED module drivers ratings and makes shall be as recommended by
corresponding LED manufacturer.
LED Drivers may have following control & protections:
Lighting panels shall be powder coated with color shade RAL9002. Lighting
panels shall have IP55 degree of protection.
Wires of different phase shall normally run in separate conduit.
Power supply shall be fed from 415 / 240 V normal AC supply through
suitable number of conveniently located lighting distribution boards (LDB)
and at least one 6/16A, 240V AC universal socket outlet with switch shall
be provided in offices, cabins, etc.
Suitable number of 63A, 3ph, 415V AC industrial receptacles shall be
provided for welding purposes at one location.
Incandescent lamps may be used only with DC Lighting.
Electrification of all building shall be carried out as per IS 732-1989, IS
4648-1968 and other relevant standards.
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
172 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Indoor Lighting fixtures shall generally be controlled from switch boxes of
each area not directly from lighting panel. Each switch shall control a
maximum of three fixtures.
All luminaries and their accessories and components shall be of type
readily replaceable by available Indian makes.
Following test reports to be submitted for LED chip/LED luminaires:
a) LED parameters like Lumen per watt, CRI, Beam angle from
manufacturer.
b) LM 80/IS: 16105 report.
c) LM 79/IS: 16106 report
5.0
6.0
LIGHTING WIRES
Lighting wires shall be 1100 V grade, light duty PVC insulated unsheathed,
stranded copper/aluminium wire for fixed wiring installation. colour of the
PVC insulation of wires shall be Red, Yellow, Blue and Black for R,Y,B
phases & neutral, respectively and white & grey for DC positive & DC
negative circuits, respectively. Minimum size of wire shall not be less than
1.5.sq.mm. for copper and 4 sq.mm. for aluminium.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
173 of 415
CLAUSE NO.
7.0
TECHNICAL SPECIFICATIONS
LIGHTING POLES
The Street Light system and peripheral lighting shall be designed generally
in line with design guidelines. Height of the poles should be chosen so as
not to affect working of Solar panels. The poles shall be hot-dip galvanized
as per relevant IS2629/ IS2633/ IS4759. The average coating thickness of
galvanizing shall be min. 70 micron. The System shall be capable of
withstanding the appropriate wind load etc as per IS 875 considering
prevailing soil/ site condition considering all accessories mounting on pole.
The street light poles shall have loop in loop out arrangement for cable
entry and light fixture / wiring protected with suitably rated MCB.
Hot dipped Galvanised with 80 mm thickness hexagonal/Octagonal lighting
pole with inbuilt JB shall also be acceptable
8.0
EARTHING
Lighting panels, etc. shall be earthed by two separate and distinct
connections with earthing system. Switch boxes, junction boxes, lighting
fixtures, fans, single phase receptacles etc. shall be earthed by means of
separate earth continuity conductor. The earth continuity conductor 14
SWG GI wire shall be run along with each conduit run. Cable armours
shall be connected to earthing system at both the ends.
Alternately Vendor may offer technically superior and proven product
subject to approval of employer.
9.0
Control Room
Store Room
Switchgear Room,
HT Breaker Room
Inverter Room
Street lighting-Roads
Switchyard and
Substation
Security Room
Lighting
Average
Illumination
Level(Lux)
300
200
150
150
10
20(general)
50(on strategic equipment)
50
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
Type of Fixture
LED Luminaries
LED Luminaries
LED Luminaries
LED Luminaries
LED Luminaries
LED Luminaries
LED Luminaries
PART-C
Page
174 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
175 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
a)
b)
No. of Cells
c)
Battery type
Nickel-Cadmium
d)
Nominal
discharge
voltage per Cell
1.2
e)
Float voltage
1.42V/Cell
2.
a)
Battery Voltage
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
176 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
b)
No. of Cells
c)
Battery type
d)
Nominal
discharge
voltage per cell
2.0V
e)
Float Voltage
2.25V/Cell
PART-A:
1.0
NICKEL-CADMIUM BATTERY
IS 106
IEC 60993
3.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
177 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(a.) DC Batteries shall be stationary Nickel Cadmium Pocket plate
type conforming to IS:10918. The batteries shall be high
discharge performance type as specified. For the purpose of
design an ambient temperature of 50 degree centigrade and
relative humidity of 85% shall be considered.
(b.) DC batteries shall be suitable for standby duty. The batteries shall
normally be permanently connected to the load in parallel with a
charger and shall supply the load during emergency conditions
when AC supplies are lost. Batteries shall be suitable for a long
life under continuous float operations and occasional discharges.
The batteries shall be boost charged at about 1.54 to 1.7 volts per
cell maximum and float charged at about 1.42 V/cell.
(c.) The number of cells for the 220 Volts shall be 169, number of
cells for 110V shall be 85.
(d.) Batteries should be suitable for continuous operation for the
maximum ambient temperature as defined in technical
parameters.
Construction Features
Containers
Containers shall be made of polypropylene plastic material. Containers
shall be robust, heat resistance, leak proof, non absorbent, alkali resistant,
non-bulging type and free from flaws, such as wrinkles, cracks, blisters, pin
holes etc. Electrolyte level lines shall be marked on container in case of
translucent containers.
Vent Plugs
Vent plugs shall be provided in each cells. They shall be antisplash type,
having more than one exit hole shall allow the gases to escape freely but
shall prevent alkali from coming out. The design shall be such that the
water loss due to evaporation is kept to minimum. In addition the ventilator
shall be easily removed for topping up the cells and of such dimensions
that the syringe type hydrometer can be inserted into the vent to take
electrolyte samples.
Plates
The plates shall be designed for maximum durability during all service
conditions including high rate of discharge and rapid fluctuations of load.
The construction of plates shall conform to latest revisions of IS:10918.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
178 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The separators shall maintain the electrical insulation between the plates
and shall allow the electrolyte to flow freely. Separators should be suitable
for continuous immersion in the electrolyte without distortion.
The positive and negative terminal posts shall be clearly marked.
Sediment Space
Sufficient sediment space shall be provided so that cells will not have to be
cleaned during normal life and prevent shorts within the cells.
Electrolyte
The electrolyte shall be prepared from battery grade potassium hydroxide
conforming to IEC 60993.
The cells can be shipped either in charged condition or in dry condition
Necessary electrolyte for make-up shall be supplied separately.
Connectors and Fasteners
Nickel plated copper connectors shall be used for connecting adjacent cells
and PVC insulated flexible copper cables shall be used for inter-row / intertier / inter-bank connections. Bolts, nuts and washers shall be Stainless
Steel / Nickel coated steel to prevent corrosion. The thickness of Nickel
coating of connectors should be not less than 0.02 mm. All the terminals
and cells inter-connectors shall be fully insulated or have insulation
shrouds. End take off connections from positive and negative poles of
batteries shall be made by single core cables having stranded AL
conductors and XLPE insulation. Necessary supports and lugs for
termination of these cables on batteries shall also be supplied by the
contractor. All connectors and lugs shall be capable of continuously
carrying the 30 minutes discharge current of the respective batteries and
through fault short circuit current which the battery can produce and
withstand for the period declared. Contractor shall furnish necessary sizing
calculations to prove compliance to the same. Suitable number of Interrack connectors shall be supplied by the Bidder to suit the battery room
layout during detailed engineering.
Battery racks
Mild steel racks for all the batteries shall be provided. They shall be free
standing type mounted on porcelain/hard rubber/PVC pads insulators/High
impact plastic insulators. Batteries shall preferably be located in the single
tier arrangement. However, batteries having a complete cell weight of lower
than 50 Kg could be located in the double tier arrangement. The batteries
racks and supports for cable termination shall be coated with three (3)
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
179 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
coats of anti-alkali paint of approved shade. Name plates, resistant to
alkali, for each cell shall be attached on to the necessary racks. The
bottom tier of the stand shall not be less than 150 mm above the floor.
Wherever racks are transported in dismantled conditions, match markings
shall be provided to facilitate easy assembly.
5.0
TESTS
All equipment to be supplied shall be of type tested design. During detail
engineering, the contractor shall submit for Owner's approval the reports of
all the type tests as listed in this specification and carried out not earlier
than ten years prior to the date of techno-commercial bid opening. These
reports should be for the test conducted on the equipment similar to those
proposed to be supplied under this contract and the test(s) should have
been either conducted at an independent laboratory or should have been
witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted not earlier than ten years prior to the date of techno-commercial
bid opening, or in the case of type test report(s) are not found to be
meeting the specification requirements, the contractor shall conduct all
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
180 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
such tests under this contract at no additional cost to the owner either at
third party lab or in presence of client/owners representative and submit the
reports for approval.
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will
be furnished by the manufacturer confirming similarity and No design
change. Minor changes if any shall be highlighted on the endorsement
sheet.
6.0
GENERAL
The Contractor shall submit for Owners approval the reports of all the type
tests carried out as per latest IS-1146(for all applicable tests for containers)
/ IS-10918 (for NI-CD batteries). The complete type test reports shall be for
any rating of battery in a particular group, based on plate dimensions being
manufactured by supplier.
Routine and Acceptance tests shall be as per Quality Assurance &
Inspection table of battery.
Commissioning Checks:
All tests as listed below shall be carried out on sample cell selected at
random by the employer at site after completion of installation.
Physical Examination
MARKING
Retention of charge
Insulation resistance
The Contractor shall arrange for all necessary equipment, including the
variable resistor, tools, tackles and instruments.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
181 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-B:
7.0
IS : 266
IS : 1069
IS : 1146
IS : 1652
IS : 3116
IS : 8320
IS : 6071
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
182 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
DC Batteries shall be suitable for standby duty. The Batteries shall
normally be permanently connected to the load in parallel with a charger
and shall supply the load during emergency conditions when AC supplies
are lost. Batteries shall be suitable for a long life under continuous float
operations and occasional discharges. The batteries shall be boost
charged at about 2.7 volts per cell maximum and float charged at about
2.25 V/cell:
The number of cells for the 220 Volts shall be 107, number of cells for
110V shall be 54.
Batteries should be suitable for continuous operation for the maximum
ambient temperature as defined in technical parameters.
Construction Features
Containers
Containers shall be made of transparent glass, hard rubber, suitable
robust, heat resistance, leak proof, non absorbent, acid resistant, nonbulging type and free from flaws, such as wrinkles, cracks, blisters, pin
holes etc. Electrolyte level lines shall be marked on container in case of
transparent containers. Float type level indicator shall be provided in case
of opaque containers. The stem portion of the float should be long enough
to prevent falling of the float inside the container even if there is no
electrolyte in the container. The marking for the electrolyte level should be
for the upper and lower limits. The material of level indicator shall be acid
proof and oxidation proof. Container shall be closed/sealed lid type. Lid and
sealing compound shall be non-cracking type. The container made of hard
rubber and plastics shall be type tested as per IS : 1146. All type tests shall
be carried out for sealing compound as per IS:3116.
The pole sealing arrangement should be such that no acid particle get
entrapped due to acid creep as a result of capillary action and it should be
possible to remove and refix the sealing to carry out the maintenance.
Vent Plugs
Vent plugs shall be provided in each cells. They shall be antisplash type,
having more than one exit hole shall allow the gases to escape freely but
shall prevent acid from coming out. The design shall be such that the water
loss due to evaporation is kept to minimum. In addition the ventilator shall
be easily removed for topping up the cells and of such dimensions that the
syringe type hydrometer can be inserted into the vent to take electrolyte
sample.
Plates
The plates shall be designed for maximum durability during all service
conditions including high rate of discharge and rapid fluctuations of load.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
183 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The construction of plates shall conform to latest revisions of IS : 1652 as
applicable.
The separators shall maintain the electrical insulation between the plates
and shall allow the electrolyte to flow freely. Separators should be suitable
for continuous immersion in the electrolyte without distortion. The positive
and negative post shall be clearly marked.
Sediment Space
Sufficient sediment space shall be provided so that cells will not have to be
cleaned during normal life and prevent shorts within the cells.
Cell Insulator
Each cell shall be separately supported on PVC/porcelain/hard rubber
insulators fixed on the racks with adequate clearance between adjacent
cells. Minimum distance between adjacent cells shall be more than the
bulge allowed for two cells in accordance with IS:1146.
Electrolyte
The electrolyte shall be prepared from battery grade sulphuric acid
conforming to IS:266 and distilled water conforming to IS:1069. The cells
shall be shipped dry uncharged. The electrolyte shall be supplied
separately.
Connectors and Fasteners
Lead or Lead coated copper connectors shall be used for connecting up
adjacent cells and rows. Bolts, nuts and washers shall be effectively lead
coated to prevent corrosion. The thickness of lead-coating of connectors
should not be less than 0.025 mm. The lead coating thickness shall be
measured in accordance with APPENDIX F of IS:6848 (latest edition). All
the terminals and cells inter-connectors shall be fully insulated or have
insulation shrouds. End take off connections from positive and negative
poles of batteries shall be made by single core cables having stranded
copper conductors and PVC insulation. Necessary supports and lugs for
termination of these cables on batteries shall also be supplied by the
contractor. All connectors and lugs shall be capable of continuously
carrying the 30 minutes discharge current of the respective Batteries and
through fault short circuit current which the battery can produce and
withstand for the period declared. Contractor shall furnish necessary sizing
calculations to prove compliance to the same.
Battery racks
Wooden racks for all the batteries shall be provided. These racks shall be
made of good quality first class seasoned teak wood in line with CPWD
specification. They shall be free standing type mounted on porcelain/hard
rubber/PVC pads insulators/High impact plastic insulators. Batteries shall
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
184 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
preferably be located in the single tier arrangement. However, batteries
having a complete cell weight of lower than 50 Kg could be located in the
double tier arrangement. The batteries rack and wooden support for cable
termination shall be coated with three (3) coats of anti-acid paint of
approved shade. Numbering tags, resistant to acid, for each cell shall be
attached on to the necessary racks. The bottom tier of the stand shall not
be less than 150 mm above the floor. Wherever racks are transported in
dismantled condition, suitable match markings shall be provided to facilitate
easy assembly.
Manufacturers Identification Systems
The following information shall be indelibly marked on outside of each cell.
9.0
a.
b.
c.
d.
e.
Serial number
f.
Verification of Markings
TESTS
All equipment to be supplied shall be of type tested design. During detail
engineering, the contractor shall submit for Owner's approval the reports of
all the type tests as listed in this specification and carried out not earlier
than ten years prior to the date of techno-commercial bid opening. These
reports should be for the test conducted on the equipment similar to those
proposed to be supplied under this contract and the test(s) should have
been either conducted at an independent laboratory or should have been
witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted not earlier than ten years prior to the date of techno-commercial
bid opening, or in the case of type test report(s) are not found to be
meeting the specification requirements, the contractor shall conduct all
such tests under this contract at no additional cost to the owner either at
third party lab or in presence of client/owners representative and submit the
reports for approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
185 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will
be furnished by the manufacturer confirming similarity and No design
change. Minor changes if any shall be highlighted on the endorsement
sheet.
10.0
GENERAL
The Contractor shall submit for Owners approval the reports of all the type
tests carried out as per latest IS-1146(for all applicable tests for containers)
/ IS-1652 (for Lead-acid Plante batteries). The complete type test reports
shall be for any rating of battery in a particular group, based on plate
dimensions being manufactured by supplier.
Routine and Acceptance tests shall be as per Quality Assurance &
Inspection table of battery.
Commissioning Checks:
All tests as listed below shall be carried out on sample cell selected at
random by the employer at site after completion of installation
1)
Verification of markings.
2)
Verification of dimensions.
3)
Test for capacities for 10 hrs discharge rate alongwith the test for
voltage during discharge.
The Contractor shall arrange for all necessary equipment, including the
variable resistor, tools, tackles and instruments.
BATTERY CHARGER
11.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
186 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
revisions as on date of opening of techno-commercial bid. In case of
conflict between this specification and those (IS codes, standards etc.)
referred to herein, the former shall prevail. All work shall be carried out as
per the following standards and codes.
ANSI-C
37.90a
IS:5
IS : 694
IS : 1248
IS:13947
Part-1
IS : 13947 Specification for low voltage switch gear and control gear
IS : 3231
IS : 3842
IS : 3895
IS : 4540
IS:6005
IS:6619
IS:6875
IS : 9000
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
187 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
electrical items.
IS:13703
EEUA45D
EQUIPMENT DESCRIPTION
PART-I
BATTERY
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
188 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
4. All Battery Chargers shall be provided with facility for both automatic
and manual control of output voltage and current. A selector switch
shall be provided for selecting the mode of output voltage/current
control, whether automatic or manual. Means shall be provided to avoid
current/voltage surges of harmful magnitude/nature which may arise
during changeover from Auto to Manual mode or vice-versa under
normal operating condition.
5. Soft start feature shall be provided to build up the voltage to the set
value slowly within fifteen seconds. The chargers shall have load
limiters which shall cause, when the voltage control is in automatic
mode, a gradual lowering of the output voltage when the DC load
current exceeds the load limiter setting of the Charger. The load limiter
characteristic shall be such that any sustained overload or short circuit
in DC system shall neither damage the Charger nor shall it cause
blowing of any of the charger fuses. The Charger shall not trip on
overload or external short circuit. After clearance of fault, the Charger
voltage shall build up automatically when working in automatic mode.
6. When on automatic control mode during Trickle charging, the Charger
output voltage shall remain within +/-1% of the set value for AC input
voltage variation of +/-10%, frequency variation of +3/-5%, a combined
voltage and frequency (absolute sum) variation of 10% and a
continuous DC load variation from zero to full load. Uniform and stepless adjustments of voltage setting (in both manual and automatic
modes) shall be provided on the front of the Charger panel covering the
entire Trickle charging output range specified & shall be capable of
matching the float voltage correction recommendations(w.r.t.
temperature) as suggested by the respective battery manufacturer.
Step-less adjustment of the load limiter setting shall also be possible
from 80% to 100% of the rated output current for Trickle charging mode.
7. During Boost charging, the Battery Chargers shall operate on constant
current mode (When automatic regulator is in service). It shall be
possible to adjust the Boost charging current continuously over a range
of 50 to 100% of the rated output current for Boost charging mode. The
charger output voltage shall automatically go on rising, when it is
operating on boost mode, as the battery charges up. For limiting the
output voltage of the charger, a potentiometer shall be provided on the
front of the panel, whereby it shall be possible to set the upper limit of
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
189 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
this voltage anywhere in the output range specified for boost charging
mode. All voltage and current setting potentiometers shall be vernier
type.
8. Energizing the Charger with fully charged battery connected plus 10%
load shall not result in output voltage greater than 110% of the voltage
setting. Time taken to stabilize, to within the specified limits as
mentioned elsewhere, shall be less than fifteen seconds.
9. Momentary output voltage of the Charger, without the Battery
connected shall be within 94% to 106% of the voltage setting during
sudden load Change from 100% to 20% of full load or vice-versa.
Output voltage shall return to, and remain, within the limits specified as
mentioned elsewhere in less than 2 seconds after the above mentioned
change.
10. The Charger manufacturer may offer an arrangement in which the
voltage setting device for Trickle charging mode is also used as output
voltage limit setting device for Boost charging mode, and the load limiter
of the trickle charging mode is also used as Boost charging current
setting device.
11. Suitable filter circuits shall be provided in all the Chargers to limit the
ripple content (peak to peak) in the output voltage to 1% irrespective of
the DC load, even when they are not connected to a battery.
12. The DC System shall be ungrounded and float with respect to the
ground potential when healthy. An earth fault relay shall be provided by
the bidder in the DC distribution board for remote annunciation.
13. Digital Outputs shall be configured for connection to the Solar SCADA
for real-time charger status updation. Outputs like charger output
current, output voltage, float/boost mode, etc may be configured to
provide the update to SCADA.
PART-II
BATTERY
1.
BATTERY
TYPE
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
190 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
loads. The Batteries shall be Trickle charged at 1.4 to 1.42 Volts per
cell. All chargers shall be capable of Boost Charging the associated
D.C. Battery at 1.53 to 1.7 Volts per cell at the desired rate. The
Chargers shall be designed to operate, as mentioned above, at an
ambient air temperature of 50C.
2.
All Battery Chargers shall have provision to receive two input supplies
along with suitable automatic changeover between the sources.
3.
Battery Chargers shall have a selector switch for selecting the battery
charging mode i.e. whether Trickle or Boost charging.
4.
All Battery Chargers shall be provided with facility for both automatic
and manual control of output voltage and current. A selector switch
shall be provided for selecting the mode of output voltage/current
control, whether automatic or manual. Means shall be provided to
avoid current/voltage surges of harmful magnitude/nature which may
arise during changeover from Auto to Manual mode or vice-versa
under normal operating condition.
5.
Soft start features shall be provided to build up the voltage to the set
value slowly within fifteen seconds. The chargers shall have load
limiters which shall cause, when the voltage control is in automatic
mode, a gradual lowering of the output voltage when the DC load
current exceeds the load limiter setting of the Charger. The load
limiter characteristic shall be such that any sustained overload or
short circuit in DC system shall not damage the Charger, nor shall it
cause blowing of any of the charger fuses. The Charger shall not trip
on overload or external short circuit. After clearance of fault, the
Charger voltage shall build up automatically when working in
automatic mode.
6.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
191 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
8.
Energising the Charger with fully charged battery connected plus 10%
load shall not result in output voltage greater than 110% of the voltage
setting. Time taken to stabilise, to within the specified limits as
mentioned elsewhere shall be less than fifteen seconds.
9.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
192 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
13. Digital Outputs shall be configured for connection to the solar SCADA
for real-time charger status updation. Outputs like charger output
current, output voltage, float/boost mode, etc may be configured to
provide update to SCADA.
Printed Circuits Boards (PCB)
PCB shall be made of glass epoxy of 1.6 mm thick, fire resistant, bonded
with 99.8% pure copper foil, free of wrinkles, blisters, scratches and
pinholes. The contact surface of the edge connectors of the PCBs shall be
plated with hard gold to a minimum thickness of 5 microns. Component
identification shall be printed on PCB by silk screen method. All PCBs shall
be tropicalised and masked.
Contactors
All Battery Chargers shall have an AC contactor on the input side. It shall
be of air break type and suitable for continuous duty. The operating coil
shall be rated for 415 Volts AC.
Thermal Overload Relay
A thermal overload relay incorporating a distinct single phasing protection
(using differential movement of bimetal strips) shall also be provided for the
AC input. The relay shall trip the above contactor.
Rectifier-Transformers and Chokes
The rectifier transformer and chokes shall be dry and air cooled (AN) type.
The rating of the rectifier-transformers and chokes shall correspond to the
rating of the associated rectifier assembly. The rectifier-transformers and
chokes shall have class-B insulation with temperature rise limited to classA insulation value.
Rectifier Assembly
The rectifier assembly shall be full wave bridge type and designed to meet
the duty as required by the respective Charger. The rectifier cells shall be
provided with their own heat dissipation arrangement with natural air
cooling. The rectifier shall utilise diodes/thyristors and heat sinks rated to
carry 200% of the load current continuously and the temperature of the
heat sink shall not be permitted to exceed 85C absolute duly considering
the maximum charger panel inside temperature. The Contractor shall
submit calculations to show what maximum junction temperature will be
and what the heat sink temperature will be when operating at 200% and
100% load current continuously duly considering the maximum surrounding
air temperature for these devices inside the charger panel assuming air
ambient temperature of 50C outside the panel. Necessary surge
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
193 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
protection devices and rectifier type fast acting fuses shall be provided in
each arm of the rectifier connections.
Digital Indicating Instruments
Digital indicating instruments with built in communication port for remote
data transfer shall be provided for all chargers. The instruments shall
indicate DC current, DC voltage & AC voltage and instrument shall be 96 x
96 mm2, with display accuracy 0.5%, 4 digit-7 segment LED/LCD display
and RS 485 Serial Bus port.
Air Break Switches
All Chargers shall have AC input and DC output switches of air break,
single throw, load break and fault make type. The contacts of the switches
shall open and close with a snap action. Switches shall be rated for 120%
of the maximum continuous load. ON & OFF position of the switch shall
be clearly indicated.
Control And Selector Switches
Control and selector switches shall be of rotary stayput type with
escutcheon plates showing the functions and positions. The switches shall
be of sturdy construction and suitable for mounting on panel front. Switches
with shrouding of live parts and sealing of contacts against dust ingress
shall be preferred. The contact ratings shall be atleast the following:
(a.) Make and carry continuously 10 Amps.
(b.) Breaking current at 220 V DC 0.5 Amp. (inductive)
(c.) Breaking current at 240 V AC 5 Amp. At 0.3 p.f.
Fuses
Fuses shall be of HRC cartridge fuse link type. Fuses shall be mounted on
fuse carriers which are mounted on fuse bases. Wherever it is not possible
to mount fuses on fuse carriers, fuses shall be directly mounted on plug in
type bases. In such cases one insulated fuse pulling handle shall be
supplied for each charger. Kick-off fuses (trip fuses) with alarm contacts
shall be provided for all D.C. fuses.
Indicating Lamps
Three (3) indicating lamps shall be provided to indicate A.C. supply
availability. The indicating lamp shall be of panel mounting, filament type
low wattage or LEDs and capable of clear status indication under the
normal room illumination. The lamps shall be provided with series resistors
(non-hygroscopic) preferably built in the lamp assembly and replaceable
from front. The lamp covers shall be preferably screwed type, unbreakable
and moulded from heat resistant material
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
194 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Blocking Diode
Blocking diode shall be provided in the output circuit of each Charger to
prevent current flow from the D.C. Battery into the Charger.
Annunciation System
Visual indications through indicating lamps/LEDs or annunciation facia as
per EEUA-45D shall be provided in all Chargers for the following:
(a.) A.C. supply failure
(b.) Rectifier fuse failure
(c.) Surge circuit fuse failure
(d.) Filter fuse failure
(e.) Load limiter operated
(f.)
Charger trip
CONSTRUCTION
The Chargers shall be indoor, floor mounted, self supporting sheet metal
enclosed cubicle type. The Contractor shall supply all necessary base
frames, anchor bolts and hardware. The Charger shall be fabricated using
cold rolled sheet steel shall not less than 1.6 mm and shall have folded
type of construction. The panel frame shall be fabricated using cold rolled
sheet steel of thickness not less than 2.0 mm. Removable undrilled gland
plates of at least 3.0 mm sheet steel and lugs for all cables shall be
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
195 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
supplied by the Contractor. The lugs for cables shall be made of electrolytic
copper with tin coat. Cable sizes shall be advised to the Contractor at a
later date for provision of suitable lugs and gland plates. The Charger shall
be tropicalised and vermin proof. Ventilation louvers shall be backed with
fine brass wire mesh. All doors and covers shall be fitted with synthetic
rubber gaskets. The Chargers shall have hinged double leaf doors
provided on front and/or backside for adequate access to the Charger
internals. All the Charger cubicle doors shall be properly earthed. The
degree of protection of Charger enclosure shall be atleast IP-42.
All indicating instruments, control & selector switches and indicating lamps
shall be mounted on the front side of the Charger. Design of panels shall
be based on the following dimensions.
1)
Overall height
Maximum 2350 mm
2)
Operating handles -
Maximum 1800 mm
Minimum 350 mm
positions reached by
operators hands),
protective mechanical
indicators
3)
Maximum 1800 mm
Minimum 300 mm
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
196 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
location, in no case, will exceed 10C over ambient air temperature outside
the Charger.
Each Charger panel shall be provided with an illuminating lamp and one 5
Amp. Socket. Switches and fuses shall be provided separately for each of
the above.
Locking facilities shall be provided as following:
The Charger enclosure door locking requirements shall be met by the
application of padlocks. Padlocking arrangement shall allow ready insertion
of the padlock shackle but shall not permit excessive movement of the
locked parts with the padlock in position.
14.0
WIRING
Each Charger shall be furnished completely wired upto power cable lugs
and terminal blocks ready for external connection. The power wiring shall
be carried out with 1.1 KV grade PVC insulated cables conforming to
IS:1554 (Part-I). The control wiring shall be of 1.1KV grade PVC insulated
stranded copper conductors of 2.5 sq.mm. conforming to IS:694. Control
wiring terminating at electronic cards shall not be less than 1.0 sq. mm.
Control terminal shall be suitable for connecting two wires with 2.5 sq.mm.
stranded copper conductors. All terminals shall be numbered for ease of
connections and identification. At least 20% spare terminals shall be
provided for circuits.
Power and control wiring within panels shall be kept separate. Any terminal
or metal work which remains alive at greater than 415 V, when panel door
is opened, shall be fully protected by shrouding.
An air clearance of at least ten (10) mm shall be maintained throughout all
circuits, except low voltage electronic circuits, right upto the terminal lugs.
Whenever this clearance is not available, the live parts should be insulated
or shrouded.
15.0
PAINTING
Treatment as per IS:6005. Two coats of lead oxide primer followed by
powder painting with final shade of RAL9002 for complete panel except
end covers & RAL 5012 for end covers.
16.0
TESTS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
197 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All equipment to be supplied shall be of type tested design. During detail
engineering, the contractor shall submit for Owner's approval the reports of
all the type tests as listed in this specification and carried out within last ten
years from the date of techno-commercial bid opening. These reports
should be for the test conducted on the equipment similar to those
proposed to be supplied under this contract and the test(s) should have
been either conducted at an independent laboratory or should have been
witnessed by a client.
However if the contractor is not able to submit report of the type test(s)
conducted within last ten years from the date of techno-commercial bid
opening, or in the case of type test report(s) are not found to be meeting
the specification requirements, the contractor shall conduct all such tests
under this contract at no additional cost to the owner either at third party
lab or in presence of client/owners representative and submit the reports
for approval.
All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will
be furnished by the manufacturer confirming similarity and No design
change. Minor changes if any shall be highlighted on the endorsement
sheet.
GENERAL
1.
The contractor shall furnish the following type tests reports for each
rating of the equipment to be supplied under this contract.
a)
b)
Temperature rise test at full load. For chargers of up to 400A
rating, Temperature rise test report for rectifier assembly at 200% of
full load shall also be submitted.)
c)
d)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
198 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
f)
No load
ii)
Half load
iii)
Full load
No load
ii)
Half load
iii)
Full load
g)
h)
i)
ii)
iii)
iv)
The Charger shall not exhibit any component damage and there shall
be no change in performance as per (g) and (h).
j)
Environmental Tests
Steady state performance tests (f) and (g) shall be carried out
before and after each of the following tests.
i)
Soak Test
The electronic modules shall be subjected to
continuous operation for a minimum period of 72 hours.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
199 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
17.0
Dynamic response test and Temperature rise test at full load shall be
carried out on each charger before dispatch at manufacturers works.
COMMISSIONING
The contractor shall carryout the following commissioning tests and checks
after installation of the equipment at site:
a)
b)
c)
d)
e)
f)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
200 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-14)
1.0
UPS
GENERAL
The Uninterrupted Power Supply (UPS)system shall be designed to meet
the electrical power requirements of SCADA systems and other
requirement in respective inverter rooms. The UPS System shall be
designed to give the voltage at approximate mid level of the tolerance band
of the power supply modules/packs of Control System, when the charger is
feeding the load. This shall also take in consideration the voltage drop in
cables from DCDB to the control panels (if required). In case the Power
Supply Output of a charger exceeds the voltage band tolerated by the
power supply modules/packs of Control System, provision for safe tripping
of that charger is to be ensured.
Bidder shall clearly bring out in the proposal the redundancy feature along
with configuration diagram, single line diagram and data sheets etc. & this
shall be finalized subject to employers approval during detailed
engineering.
UPS system shall consist of 1 x 100% charger and inverter, 1 x 100%
Battery bank for 2 hour, Bypass Line Transformers and Voltage Stabilizer,
static switch, manual bypass switch, 2 x 100% ACDB, and other necessary
Protective devices and accessories.
During the sizing of the UPS , the following loads shall be considered ( but
not limited to)
2.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
201 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The UPS shall have an overload capacity of 125 % rated capacity for 10
minutes and 150 % rated capacity for 10 seconds. The inverter shall have
sufficient capability to clear fault in the maximum rated branch circuit,
limited to 8 percent of finally selected ups capacity. 2.01.00 Chargers
The chargers shall be self regulating, solid state silicon controlled, full-wave
rectifier type designed for single and parallel operation with battery and
shall have automatic voltage regulators for close voltage stability even
when AC supply voltage fluctuates, effective current limiting features and
filters to minimise harmonics. The charger should be capable to fully
charge the required batteries as well as supply the full rated load through
inverter. Furthermore the charger should be able to re-charge the fully
discharged battery within 8 hours. The charger output regulation shall be
1% from no load to full load with an input power supply variation of 10%
in voltage and 5% in frequency. In addition to indications/display on
charger panel, alarms along with relevant analog measurements shall also
be provided by employing RS 485 Port Modbus Protocol / Ethernet TCP/IP
protocol for use in DDCMIS. The list of alarm output & 4-20 mA signals
shall be as approved by Employer during detailed engineering.
The charger shall be current limited for charger circuit protection and
protection of battery from overcharge shall also be provided. The current
limit shall be continuously adjustable. The chargers shall have a slow walkin circuit which shall prevent application of full load DC current in less than
10 seconds after AC power is energised.
The chargers shall be fed from 415V AC, 50 HZ, 3 phase, 3 wire system.
Charger design shall ensure that there is no component failure due to
fluctuations of input supply or loss of supply and restoration.
The minimum full load efficiency at nominal input and output shall be 90%.
The ripple content shall be limited to +/- 2 % of Charger output voltage.
The UPS battery shall have sufficient amp-hour capacity to supply the
steady state KVA rating of the UPS specified for 120 minute, irrespective of
the actual load on UPS.
The UPS system shall be capable of operating without D.C. battery in
circuit under all conditions of load and the performance of various
components of UPS like inverter, charger, static switch etc. shall be
guaranteed without the battery in circuit.
The UPS system design shall ensure that in case of failure of mains input
power supply to one of the chargers, the other charger whose mains input
power supply is healthy, shall feed to one or both the inverters as the case
may be as per manufacturer's standard practice & continue to charge the
D.C. battery at all load conditions. The Bidder should note that this situation
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
202 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
should not in any way lead to the discharge of the D.C. Battery.
Static Inverters
The static inverter shall be of continuous duty, solid state type using proven
Pulse Width Modulation (PWM)/Quasi square wave/step wave technique.
Ferro-resonant types Inverters are not acceptable. The nominal voltage
output shall be 230 Volts. single phase ,50 Hz. The inverter equipment
shall include all necessary circuitry and devices to conform to requirements
like voltage regulation, current limiting, wave shaping, transient recovery,
automatic synchronization etc. The steady state voltage regulation shall be
+/-2% and transient voltage regulation (on application/removal of 100%
load) shall be +/-20%. Time to recover from transient to normal voltage
shall not be more than 50 mSec. Frequency regulation for all conditions of
input supplies, loads and temperature occurring simultaneously or in any
combination shall be better than 0.5% (automatically controlled). The
total harmonic content shall be 5% maximum and content of any single
harmonic shall be 3% maximum. The inverter efficiency shall be at least
85% on full load and 80% on 50% load. The synchronisation limit for
maintenance of synchronisation between the inverter and stand by AC
source shall be 48-52Hz, field adjustable in steps of 1 Hz.
Static Switch and Manual Bypass Switch
The static switch shall be provided to perform the function of transferring
UPS loads automatically without any break from (i) faulty inverter to
healthy inverter in case of failure of one of the two inverters and (ii) from
faulty inverter to standby AC source in case of failure of both the
inverters. The transfer time shall be cycle maximum in synchronous
mode.
Manual bypass switch shall be employed for isolating the UPS during
maintenance.
Continuous and overload capacity of the switches shall be equal to 100%
of the continuous and overload rating of each inverter. Peak Capacity
shall be 1000% of continuous rating for 5 cycles.
Isolation Transformer and Voltage Stabiliser:
Isolation transformer of appropriate voltage and phase as per system
requirement along with associated voltage stablizer shall be furnished
with each UPS system.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
203 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
The transformer shall be of low impedance air-cooled type and its KVA
rating and percentage impedance should be selected so that extremely
fast fault clearance is achieved.
The overload capacity of the transformer and voltage stabilizer shall not
be less than 300% for 200 millisecond duration. The voltage stabilizer
shall employ servo-controlled circuitry and shall maintain the specified
output voltage for 0-100% load with maximum input voltage variations as
indicated above. The efficiency of the stabiliser shall be 95% or better.
The type and other details shall be subject to Employers approval.
3.0
BATTERIES
Contractor has the option of supplying either Nickel Cadmium type
batteries or Lead Acid Plante type batteries. The detailed specification for
the batteries has been mentioned elsewhere in this specification.
For sizing calculation, an aging factor of 0.8 and a temperature correction
factor as per manufacturers standard at 4 deg.C electrolyte temperature
(Based on temperature characteristics curve to be submitted by the
Contractor at a temperature of 4 deg. C), Capacity factor, float correction (if
applicable) shall be taken into consideration. The sizing of the battery shall
be as approved by Employer during detailed engineering. The Contractor
shall typically consider a voltage drop of 4V from battery room to the
inverter input while sizing the battery for UPS System.
4.0
AUXILIARY EQUIPMENTS
All required auxiliary equipment/materials as finalized during detailed
engineering shall be furnished with each rectifier bank, UPS & battery bank
and shall include as a minimum various meters (AC/DC voltage/current,
kVA, power factor, frequency meters etc), circuit breakers, selector
switches, push buttons indicating lights, ground detector system, battery
accessories like (inter cell connectors, inter step connectors, battery racks
etc.) isolated 4-20 mA signals for important parameters and potential free
contacts for important alarms shall be provided for use in SCADA.
Manual Discharge Resistance bank of adequate capacity for UPS Power
Supply System.
Hydrometer
Following accessories and devices required for maintenance
2 Nos.
and testing
b
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
204 of 415
CLAUSE NO.
5.0
TECHNICAL SPECIFICATIONS
c
2 Nos.
2 Nos.
3 Nos.
2 Nos.
Rubber aprons
5 Nos.
5 Nos.
Set of spanners
5 Nos.
2 Nos.
Goggles (industrial)
2 Nos.
m Instruction card
5 Nos.
Temperature indicator
1 No. per
room
1 Set per
room
DRAWINGS/DOCUMENTS REQUIREMENTS
Bidder shall furnish the power supply distribution scheme, single line
diagram, all calculations such as Rectifier Modules / UPS Charger /
Inverter rating calculations, battery sizing calculation etc. for UPS during
detailed engineering for Employers review and approval.
6.0
(2)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
205 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
7.0
(3)
(4)
(5)
(6)
COOLING SYSTEM
If the equipment supplied requires forced air cooling, the cooling system
furnished shall meet the following requirements:
8.0
(1)
(2)
(3)
(4)
SITE TESTS
The Contractor shall also carry out the site tests on equipments/systems as
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
206 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
specified below. However, these shall not be limited to this specification
only and in case any other site test is required to be conducted as a
standard practice of the Contractor or deemed necessary by the Employer
and mutually agreed between the Contractor and the Employer, the same
shall also be carried out.
9.0
FUNCTIONAL TEST
On completion of installation and commissioning of the equipment the
following tests/checks shall be carried out with the max. available load,
which does not exceed the rated continuous load. These tests/checks shall
include but not limited to the tests as indicated below.
The details of the tests are as indicated below:
1.
2.
(c)
(d)
3.
Synchronisation Test
If possible, frequency variation limits should be tested by use of a
variable frequency generator, otherwise, by simulation of control
circuit conditions. If applicable the rate of change of frequency
during synchronization shall be measured.
4.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
207 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
6.
7.
Transfer Test
This test is applicable for UPS with bypass, particularly in the case
of an electronic bypass switch. Transients shall be measured during
load transfer to bypass caused by a simulated fault and load
retransfer after clearing of the fault.
8.
9.
Efficiency
Efficiency should be determined by the measurement of the active
power at input and output.
10.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
208 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
11.
12.
13.
14.
15.
16.
17.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
209 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
19.
Restart
Automatic or other restart means are to be tested after a completed
shut-down as specified.
20.
21.
22.
Harmonic Components
Harmonic components of output voltage shall be checked with the
actual load. Methods of specification and checking shall be subject
to Employers approval.
23.
On line UPS with remote monitoring having a battery backup of two (02)
hours. The batteries for UPS System shall be Tubular type.
The minimum capacity of the UPS at load factor of 0.8 lagging inclusive of
10% design margin at 50 deg C.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
210 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The UPS system shall meet the following requirements as a minimum.
If UPS KVA rating is applicable at a lower ambient temperature than
specified 50 deg.c, the bidder shall consider a derating factor of at least
1.5%/deg.c for arriving at the specified UPS capacity at 50 deg.c ambient.
The UPS shall have an overload capacity of 125 % rated capacity for 10
minutes and 150 % rated capacity for 10 seconds. The inverter shall have
sufficient capability to clear fault in the maximum rated branch circuit,
limited to 8 percent of finally selected ups capacity.
During the sizing of the UPS, the following loads shall be considered (but
not limited to) --- Data logger / SCADA
Fire Detection/ Alarm Panel
HMI of SCADA
Emergency Lighting
Inverters Auxiliary supply ( if applicable)
The sizing of the battery shall be as approved by Employer during detailed
engineering.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
211 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.0
3.0
All auxiliary systems and special cables required for synchronization of the
equipment shall be supplied and commissioned by the Contractor.
4.0
It shall work from DC supplies only and the Contractor to clarify if any builtin battery backup is provided, in which case, same shall be of long life
lithium batteries.
5.0
6.0
7.0
8.0
9.0
10.0
The system shall have provisions for combination of any of the following
output signals:
Any other output port as may be required for the offered system.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
212 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
11.0
12.0
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
213 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
1.0
CONDUCTOR
This specification covers design, manufacture, testing before dispatch,
supply and delivery of All Aluminium (AA), Aluminum Conductors Steel
Reinforced (ACSR) All Aluminum Alloy (AAA) Conductors.
2.0
APPLICABLE STANDARD
The Conductor shall strictly comply with the following Indian Standard
Specification relevant to the conductor.
i.
IS : 398- Aluminium Coductors for Over head Transmission
Purposes (Part-I):Aluminium Stranded Conductors
ii.
IS :398- Aluminium Coductors for Over head Transmission
Purposes (Part-II): Aluminium Conductors Galvanised steel
reinforced
iii.
IS :398- Aluminium Coductors for Over head Transmission
Purposes(Part- Specification for Aluminium Alloy (Aluminium,
Magnesium ,Silicon Type)
3.0
MATERIAL
The conductors shall be of best quality and workmanship. The steel
reinforced aluminum conductors shall be manufactured of hard drawn EC
grade aluminum wires and high tensile galvanized steel wires of the sizes
and with mechanical and electrical properties as specified in the Standard.
The coating on the galvanized steel wires may be applied by the hot
process or electrolytic process in accordance with IS: 4826-1968
(specifications for galvanized coating on round steel wires).AAA Conductor
shall however be constructed of heat-treated aluminum magnesium silicon
alloy wire. The wires shall be smooth and free from all imperfections such
as spills and splits and rolling and wire drawing defects etc. resulting in
reduction in cross-sectional area over the entire length
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
214 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Physical properties shall conform to the relevant IS specifications. The
wires of Aluminum Alloy Conductor shall be of heat treated aluminum,
magnesium, silicon alloy having composition appropriate to the technical
and electrical properties as specified in Table-I of IS : 398 (Pt-IV)/1994.
I.
POLES
DESIGN PARAMETERS
Maximum span of HT Lines with proposed conductors shall be as per REC
construction standards or as specified in the table below.
The following types of pole configurations shall be used at respective
locations given below after finalization of survey & pole spotting
a. SP (Single Pole support)
b. DP (Double Pole support)
c. FP (Four Pole support)
i) 0o - 10o deviation.
ii) 10o - 60o deviation.
(iii) 60o - 90o deviation
Design Parameters
a) Factor of safety 2.0 in normal condition for 33 kV
b) Wind Pressure on Pole & conductor As per IS 802
c) Wind load on cross-arms, insulators guy-wire etc. shall be
considered.
d) Wind load on full projected area of conductors and pole is to be
considered for design.
e) Ground clearance shall be minimum 5.2m for 33 kV line f) Ground
clearance shall be minimum 4m for 11 kV ABC line & LT ABC line.
f) All other clearance shall be as per IE Rules.
g) The live metal clearance shall be as per IS: 5613 and shall be
min.330 mm for 33 kV line.
Pole accessories like danger plates, phase plates, anti climbing device,
shall be provided.
1.
Excavation cost for pits shall be included by the contractor in the bid for
following type of soils inclusive of dewatering of pits and shoring and
shuttering wherever necessary.
a)
All type of soils and soil conditions but excluding hard rock
For the purpose of pole planting, normally pit size shall be 600x500x1500
(mm). In case bidder employs Earth augers, the Pit size can be considered
0.7 meter dia with 1.5 meter depth.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
215 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
b)
Hard rock
For hard rock locations, 1 meter deep hole of diameter 20% in excess of
the longest dimension of the bottom most portion of pole shall be
excavated. The pole shall be grouted in the pit with 1:2:4 nominal concrete
mix at the time of pole erection. For hard rock, the excavation cost per
location shall remain same for all type of foundations. Controlled blasting
shall be permitted only in case of hard or rocky soil.
The contractor shall be responsible for any damage or accidents arising out
of the process of blasting. Blasting shall not be permitted if the area around
location is inhabited. In such case, the contractor shall have to follow other
methods like drilling etc.
2.
The planting depth of pole shall be 1500 mm in the ground except in wet
soil and black cotton soil where depth shall be increased by 0.2 mtr. to 0.3
mtr. with reduced wind span.
3.
Earthing of Poles
In 33 kV, each pole shall be earthed with spike type earthing as per REC
Construction Standard J-2. All DP & Four pole structures & the poles on
both sides of railway, Telecommunication, road, drain & river crossing shall
be earthed by pipe earthing as per enclosed REC Construction Standard J2.
In rocky areas where digging of earth pits up to 1500mm is not possible
spike
earthing in horizontal configuration buried at a depth of not less than
800mm may be used
In rocky areas where individual earthing of poles is not possible, an
overhead GI earth wire shall be run as per REC construction standard
drawing- A5. This earth wire shall be earthed at three different points in one
Km using pipe earthing as per REC construction standard J2. The
dimension of over head GI earth wire shall not be less than 6mm dia. &
4mm dia respectively for 33KV &11KV lines
4.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
216 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
locations REC guidelines & construction practices & IS :5613 shall be
followed. The stay rod should be placed in a position so that the angle of
rod with the vertical face of the pit is 300/450 as the case may be.
In this work anchor type guy sets are to be used. These guys shall be
provided at
(i) Angle locations
(ii) Dead end locations
(iii) T-off points
(iv) Steep gradient locations.
(v) Double Pole, & four poles
(vi) Wind stays along tangent locations at 40% of pole locations
(vii) For double pole structure (DP), four stays along the line, two in each
direction and two stays along the bisection of the angle of deviation
(or more) as required depending on the angle of deviation are to be
provided. Hot dip galvanized stay sets are to be used.
G.I. stay wires of size 7/3.15 mm (10 SWG) with GI turn buckle rod of 16
mm dia & 16 mm dia GI stay stay rods, shall be used for 11KV & LT line.
G.I. stay wires of size 7/4 mm with GI turn buckle rod of 20 mm dia & 20
mm dia GI stay rods shall be used for 33 KV line.
Precast RCC anchor plate as per REC construction standard K1 shall be
used for the purpose of anchoring the guy rod with a bolt arrangement at
one end and other end is given shape of 40mm dia circle to bind one end
of the stay wire.
The size of the stay pit shall be 500mmx500mmx1600mm with concrete
mix of 1:2:4 having volume in stay pit of 800x500x500=0.2 cubic mtr for
embedding RCC stay plate assembly and the balance pit to be filled with
earth duly rammed.
In case of firm soil, concreting is not required.
The turn buckle shall be mounted at the pole end of the stay and guy wire
so fixed that the turn buckle is half way in the working position, thus giving
the maximum movement for tightening or loosening.
If the guy wire proves to be hazardous, it should be protected with suitable
asbestos pipe filled with concrete of about 2 m length above the ground
level, painted with white and black strips so that, it may be visible at night.
5.
Cross Arms
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
217 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Cross Arms for 33 kV Overhead Power Lines shall be made out of
100x50x6 mm M.S. channel.
For 33 KV line, cross arms a MS strip of 100x50x5 mm shall be welded for
providing additional mechanical strength at the seat of the pin insulator
Fixing of Cross Arms
After the erection of supports and providing guys, the cross-arms are to be
mounted on the support with necessary clamps, bolts and nuts. The
practice of fixing the cross arms before the pole erection can also be
followed. In case, the cross-arm shall be mounted after the pole is erected,
the lineman should climb the pole with necessary tools. The cross-arm
shall then tied to a hand line and pulled up by the ground man through a
pulley, till the cross-arm reaches the line man. The ground man should
station himself on one side, so that if any material drops from the top of the
pole, it may not strike him. All the materials should be lifted or lowered
through the hand line, and should not be dropped.
II.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
218 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Current rating and size of terminal/conductor for which connector is
suitable shall be put on a suitable sticker on each component which should
last atleast till erection time.
III.
CIRCUIT BREAKERS
Circuit Breakers shall be outdoor type, comprising three identical single
pole units, complete in all respects with all fittings and wiring. The circuit
breakers and accessories shall conform to IEC- 62271-100 or equivalent
Indian Standard.
DUTY REQUIREMENTS
Circuit breaker shall be totally restrike free under all duty conditions and
shall be capable of performing their duties without opening resistor. The
circuit breaker shall meet the duty requirement of any type of fault or fault
location and shall be suitable for line charging and dropping when used on
33 kV effectively grounded or ungrounded systems and perform make and
break operations as per the stipulated duty cycles satisfactorily.
The circuit breaker shall be capable for breaking the steady & transient
magnetizing current corresponding to 33 kV transformers. It shall also be
capable of breaking line charging currents as per IEC- 62271-100 with a
voltage factor of 1.4.
The rated transient recovery voltage for terminal fault and short line faults
shall be as per IEC: 62271-100.
The circuit breaker shall be reasonably quiet in operation. Noise level in
excess of 140 dB measured at base of the breaker would be unacceptable.
Bidder shall indicate the noise level of breaker at distance of 50 to 150 m
from base of the breaker.
The Bidder may note that total break time of the breaker shall not be
exceeded under any duty conditions specified such as with the combined
variation of the trip coil voltage, pneumatic pressure etc. While furnishing
the proof of the total break time of complete circuit breaker, the Bidder may
specifically bring out the effect of non-simultaneity between same pole and
poles and show how it is covered in the guaranteed total break time.
While furnishing particulars regarding the D.C. component of the circuit
breaker, the Bidder shall note that IEC-62271-100 requires that this value
should correspond to the guaranteed minimum opening time under any
condition of operation.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
219 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
The critical current which gives the longest arc duration at lock out
pressure of extinguishing medium and the duration shall be indicated.
All the duty requirements specified above shall be provided with the
support of adequate test reports to be furnished along with the bid.
OPERATING MECHANISM
Circuit Breaker shall be operated by electrically spring charged mechanism
only.
The operating mechanism shall be anti-pumping and trip free (as per IEC
definition) electrically and either mechanically or pneumatically under every
method of closing. The mechanism of the breaker shall be such that the
position of the breaker is maintained even after the leakage of operating
media and/or gas. The circuit breaker shall be able to perform the duty
cycle without any interruption.
Electrical tripping shall be performed by shunt trip coil. Provision shall also
be made for local electrical control. Local / remote selector switch and
close & trip push buttons shall be provided in the breaker central control
cabinet. Remote located push buttons and indicating lamps shall also be
provided.
Operating mechanism and all accessories shall be in local control cabinet.
A central control cabinet for the three poles of the breaker shall be provided
along with supply of necessary tubing, cables, etc.
GENERAL PARAMETER
Type of circuit breaker
Highest system Voltage
Rated frequency
Number of poles
Rated/minimum
power
frequency Withstand voltage
Rated
lightning
impulse
Withstand voltage
Minimum Creepage distance
Rated operating duty cycle
Vacuum/SF6 type
36 Kv
50 Hz
Three (3)
70 Kv
170 Kv
25 mm/Kv of highest system
voltage
O - 0.3 sec. - CO - 3min. CO
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
220 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Rated line charging breaking As per IEC
Current (voltage factor of 1.4)
Reclosing
Maximum fault level
Total closing time
Auxiliary contacts
Noise level
Seismic acceleration
IV.
ISOLATORS
The isolators and accessories shall conform in general to IEC 62271-102
(or equivalent Indian standard) except to the extent explicitly modified in
specification.
Earth switches shall be provided on isolators wherever called for.
Operating mechanism of Isolator and
earth switch
Manual Operated
33kV
36kV
Outdoor
25 kA (rms) for 1 sec.
62.5kA (peak)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
221 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Isolator shall be gang operated for main blades and earth switches. The
operation of the three poles shall be well synchronised and interlocked.
The design of linkages and gears shall be such so as to allow one man to
operate the handle with ease for isolator and earth switch.
They shall be constructed such that they do not open under influence of
short circuit current and wind pressure together. The earth switches
wherever provided shall be constructional interlocked so that the earth
switches can be operated only when the isolator is open and vice-versa.
In addition to the constructional interlock, isolator and earthswitches shall
have provision to prevent their electrical and manual operation unless the
associated and other interlocking conditions are met. All these interlocks
shall be of fail safe type. Suitable individual interlocking coil arrangements
shall be provided. The interlocking coil shall be suitable for continuous
operation from DC supply and within a variation range as stipulated in
relevant section. The interlock coil shall be provided with adequate
contacts for facilitating permissive logic for DC control scheme of the
isolator as well as for AC circuit of the motor to prevent opening or closing
of isolators when the interlocking coil is not energised.
V.
INSTRUMENT TRANSFORMER
a)
GENERAL REQUIREMENT
MARSHALLING BOX
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
222 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
visible and it does not deteriorate with time. Terminal blocks in the
marshaling box shall have facility for star/delta formation, short circuiting
and grounding of secondary terminals. The box shall have enough
terminals to wire all control circuits plus 20 spare terminals.
c)
CURRENT TRANSFORMERS (CTs)
The CTs shall have single primary of either ring type or hair pin type or bar
type. In case of "Bar Primary" inverted type CTs, the following
requirements shall be met:
The secondaries shall be totally encased in metallic shielding providing a
uniform equi-potential surface for even electric field distribution.
The lowest part of insulation assembly shall be properly secured to avoid
any risk of damage due to transportation stresses.
The upper part of insulation assembly sealing on primary bar shall be
properly secured to avoid any damage during transportation due to relative
movement between insulation assembly and top dome.
The CT shall be provided with oil sight glass.
Different ratios shall be achieved by secondary taps only, and primary
reconnections shall not be accepted.
The guaranteed burdens and accuracy class are to be intended as
simultaneous for all cores.
The instrument security factor at all ratios shall be less than five (5) for
metering core. If any auxiliary CT/reactor is used, then all parameters
specified shall be met treating auxiliary CTs/reactors as integral part of CT.
The auxiliary CT/reactor shall preferably be in-built construction of the CT.
In case it is separate, it shall be mounted in secondary terminal box.
The secondary terminals shall be terminated on stud type suitable nos of
non-disconnecting and disconnecting terminal blocks inside the terminal
box of degree of protection IP:55 at the bottom of CT.
The CTs shall be suitable for horizontal transportation.
The CTs shall have provision for taking oil samples from bottom of CT
without exposure to atmosphere to carry out dissolved gas analysis
periodically. Contractor shall give his recommendations for such analysis,
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
223 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
i.e. frequency of test, norms of acceptance, quantity of oil to be withdrawn,
and treatment of CT.
The CT shall have provision for measurement of capacitance and tan delta
as erected at site.
d)
Number
of
marshalling box
e)
terminals
36 kV
50 Hz
effective earthed
Outdoor
25 kA for 1 sec
63 kA (Peak)
70kV
170kV
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
224 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
secondary terminals shall be terminated on stud type non-disconnecting
terminal blocks via the fuse inside the terminal box of degree of protection
IP55. The access to secondary terminals shall be without the danger of
access to high voltage circuit.
The accuracy of metering core shall be maintained through the entire
burden range upto 50VA on all three windings without any adjustments
during operations.
f)
PARAMETERS FOR VOLTAGE TRANSFORMERS
GENERAL PARAMETERS
Highest System Voltage(Um)
System neutral earthing
Installation
System Fault level
Rated min power frequency
withstand voltage (rms value)
Rated lightning impulse withstand
voltage (peak value)
Standard reference range of
frequencies
for
which
the
accuracy are valid
Rated voltage factor
Class of Accuracy
36 kV
effective earthed
Outdoor
25 kA
70kV
170kV
96% to 102% for protection and
99% to 101% for measurement
SURGE ARRESTOR
The surge arrestors (SAs) shall conform in general to IEC 60099-4 or IS:
3070 except to the extent modified in the specification. Arresters shall be of
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
225 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
hermetically sealed units, self-supporting construction, suitable for
mounting on lattice type support structures. Bidder shall furnish the
technical particulars of Surge arrester.
The SAs shall be of heavy duty station class and gapless Metal Oxide type
without any series or shunt gaps. The SAs shall be capable of discharging
over-voltages occurring during switching of unloaded transformers, and
long lines.
Arrestors shall be complete with insulating base for mounting on structure.
Self-contained discharge counters, suitably enclosed for outdoor use and
requiring no auxiliary or battery supply for operation shall be provided for
each single pole unit with necessary connection. Suitable leakage current
meters should also be supplied within the same enclosure. The reading of
millimeter and counters shall be visible through an inspection glass panel
The surge arrestors shall conform to type tests and shall be subjected to
routine and acceptance tests in accordance with IEC-60099-4
Rate System Voltage
Rate Arrester Voltage
Nominal discharge current
36 kV
30 kV
10 kA of 8/20 micro-sec
wave
Minimum discharge capability
5 kilo joule/kV(referred to
rated
arrestor voltage
corresponding to minimum
discharge characteristics)
Maximum continuous operating
24 kV rms
Max. residual voltage (1 kA)
70 kVp
Max. residual voltage at 10 kA 85 kVp
nominal discharge current (8/20
micro sec wave)
Max. switching impulse residual 70 kVp
Voltage at 500A peak
Max. steep current residual voltage 93 kVp at 10kA
High current short duration test
100 kAp
Value (4/10 micro-sec-wave)
Current for pressure relief test
25kA rms
One minute power frequency
70 kV (rms)
withstand voltage of arrestor
housing (dry and wet)
Impulse withstand voltage of
170 kV (Peak)
arrestor housing with 1.2/50
micro sec. Wave
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
226 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Radio interference voltage at 156kV
Partial discharge at 1.05 MCOV
(continuous operating voltage)
VII.
INSULATORS
Porcelain insulator shall comply IS: 731-1976 or equivalent international
standard and shall be homogenous, free from laminations, cavities and
other flaws or imperfections that might affect the mechanical or dielectric
quality and shall be thoroughly vitrified, tough and impervious to moisture.
Hollow porcelain should be in one integral piece in green & fired stage
Pin insulators shall be used on all poles in straight line and disc or shackle
insulators on angle and dead end poles.
Strain insulators shall be used at line sectionalizing locations, dead end
locations, major crossings and locations where the angle of deviation of
line is more than 100.
For 33KV lines Ball & Socket type strain insulators with fittings shall be
used.
The pins for insulators shall be fixed in the holes provided in the crossarms and the pole top brackets. The insulators shall be mounted in their
places over the pins and tightened. In the case of strain or angle supports,
where strain fittings are provided for this purpose, one strap of the strain
fittings is placed over the cross-arm before placing the bolt in the hole of
cross-arms. The nut of the straps shall be so tightened that the strap can
move freely in horizontal direction
The insulator hardware shall be of bolted type and shall be of forged steel
except for insulator cap, which can be of malleable cast iron. It shall also
generally meet the requirements of clamps and connectors as specified
above.
In one span, Tension string assembly at one end shall be supplied with
suitable turn buckle.
DISC INSULATOR
The disc insulator shall meet the following parameters:
a. Type
: Antifog type insulator
b. Size of insulator
: 255x145
c. Electro mechanical strength
: 120kN
d. Leakage distance (mm) : 430mm minimum or as required to
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
227 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
meet the total creepage.
e. Power frequency withstand voltage : 85 kV (dry), 50kV (wet)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
228 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Bushing porcelain shall be robust and capable of withstanding the internal
pressures likely to occur in service. The design and location of clamps, the
shape and the strength of the porcelain flange securing the bushing to the
tank shall be such that there is no risk of fracture. All portions of the
assembled porcelain enclosures and supports other than gaskets, which
may in any way be exposed to the atmosphere shall be composed of
completely non hygroscopic material such as metal or glazed porcelain.
All iron parts shall be hot dip galvanised and all joints shall be air tight.
Surface of joints shall be trued, porcelain parts by grinding and metal parts
by machining. Insulator/ bushing design shall be such as to ensure a
uniform compressive pressure on the joints.
In accordance with the requirements stipulated under Chapter-G0,
bushings, hollow column insulators and support insulators shall conform to
type tests and shall be subjected to routine tests and acceptance test/
sample test in accordance with relevant standards.
Insulator shall also meet requirement of IEC - 60815 as applicable, having
alternate long & short sheds.
VIII.
SPACERS
Spacers shall conform to IS:10162. They shall be of non-magnetic material
except nuts and bolts, which shall be of hot dip galvanised mild steel.
Spacers shall generally meet the requirements of clamps and connectors
as specified above. Its design shall take care of fixing and removing during
installation and maintenance.
In addition to the type tests as per IS:10162, clamp slip test should have
been conducted. In this test the sample shall be installed on test span of
twin/quad bundle string at a tension of 44.2 kN (4500 kg). One of the
clamps when subjected to a longitudinal pull of 2.5 kN (250 kg) parallel to
the axis of conductor shall not slip, i.e. permanent displacement between
conductor and clamp after the test shall not exceed 1.0 mm. This test
should have been performed on all other clamps of the sample.
IX.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
229 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
from the date of bid opening. These reports should be for the test
conducted on the equipment similar to those proposed to be supplied
under this contract and the test(s) should have been either conducted at an
independent laboratory or should have been witnessed by a Client.
However if contractor is not able to submit report of the type test(s)
conducted within last ten years from the date of bid opening, or in the case
of type test report(s) are not found to be meeting the specification
requirements, the contractor shall conduct all such tests under this contract
at no additional cost to the owner either at third party lab or in presence of
client/ owners representative and submit the reports for approval.
All acceptance and routine tests as per relevant standards shall be carried
out. Charges for these shall be deemed to be included in the equipment
price.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
230 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
C-17) ENERGY METERING SYSTEM
1.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
231 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
e. The reactive energy shall be recorded for each metering interval in four
different registers as MVARh (lag) when active export, MVARh (Lag)
when active import, MVARh (lead) when active export, MVARh (Lead)
when active import.
f. Two separate registers shall be provided to record MVARH when
system voltage is >103% and when system voltage is < 97%.
g. Shall compute the net MWh and MVARh during each successive 15minute block metering interval
along with a plus/minus sign,
instantaneous net MWh, instantaneous net MVARh, average frequency
of each 15 minutes, net active energy at midnight, , net reactive energy
for voltage low and high conditions at each midnight.
h. Each energy meter shall have a display unit with a seven digit display
unit. It shall display the net MWh and MVARh with a plus/minus sign
and average frequency during the previous metering interval; peak MW
demand since the last demand reset; accumulated total (instantaneous)
MWh and MVARh with a plus/minus sign, date and time; and
instantaneous current and voltage on each phases.
i.
Parameters
Details
Net MWH
15 min block
40 days in meter
Aver Freq
15 min block
40 days in meter
15 min block
40 days in meter
15 min block
40 days in meter
Cumulative Net
every midnight
at 15 min block
10
days
in
meter/ 40days in
PC
MWH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
10
days
in
meter/ 40days in
PC
PART-C
Page
232 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
7
10
days
in
meter/ 40days in
PC
k. Shall have a built in clock and calendar with an accuracy of less than 15
seconds per month drift without assistance of external time
synchronizing pulse.
l.
m. The meter shall be suitable to operate with power drawn from the VT
supplies. The burden of the meters shall be as per relevant standard.
n. The power supply to the meter shall be healthy even with a singlephase VT supply. An automatic backup, in the event of non-availability
of voltage in all the phases, shall be provided by a built in long life
battery and shall not need replacement for at least 10 years with a
continuous VT interruption of at least 2 years & by a auxiliary power
supply of 220V DC. Even under absence of VT input, energy meter
display shall be available and it shall be possible to download data from
the energy meter. Date and time of VT interruption and restoration shall
be automatically stored in a non-volatile memory.
o. Shall have an optical port on the front of the meter for data collection
from either a hand held meter reading instrument (MRI) having a
display for energy readings or from a notebook computer with suitable
software.
p. The meter shall have means to test MWh and MVARh accuracy and
calibration at site in-situ and test terminal blocks shall be provided for
the same.
q. Each meter shall have a unique identification code provided by the
Owner and shall be permanently marked on the front of the meter and
stored in the nonvolatile memory of the meter.
r. Even under the absence of VT input, energy meter display shall be
available and it shall be possible to download data from the energy
meters.
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
233 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
The owner shall have the right to carry out surprise inspections of the
metering systems from time to time to check their accuracy
In addition to above space for mounting another energy meter shall be
provided in the C&R panel.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
234 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
C-18) CLOSED CIRCUIT TELEVISION (CCTV) SYSTEM
1.00.00
1.01.00
General Requirements
1.01.01
The intent of the specification is to define the functional & design requirements for
the CCTV System meant for gathering video information from the various areas of
the power plant with display and recording facilities with night vision and motion
sensors as per requirement.
1.01.02
1.01.03
1.01.04
1.01.05
The design and manufacture shall be such that equipment / components of same
type and rating are interchangeable.
1.01.06
The number of camera units, servers, network switches, wireless equipment etc.
and their locations shall; be finalized during detailed engineer for effective
functional requirements.
1.01.07
Any other equipment, module, software required for the safe and satisfactory
operation, control, protection, monitoring, testing and maintenance of the system
shall also be included by the Bidder within the lump sum quoted price.
1.01.08
The equipment furnished under this section shall meet the requirements of all the
applicable International codes and standards or their latest amendment Codes
and Standards. Camera certification has to be CE/FCC/UL or equivalent.
2.00.00
2.01.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
235 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.02.00
2.03.00
3.00.00
3.01.00
Camera and database servers shall offer both video stream management,
video stream storage management. These servers shall also manage and
store configuration information/database for the whole system. Recording
frame rate & resolution in respect of individual camera shall be
programmable. It shall be possible to view and record at different
resolutions and frame rates and this shall be individually programmable on
every camera.
It shall be possible to take back-up of system configuration and database
on portable media device and restoring the same if required.
3.05.00
System shall ensure that once recorded, video can not be altered.
3.06.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
236 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
3.07.00
3.08.00
3.09.00
The camera & Video Management Software shall conform to ONVIF profile S or
latest available applicable ONVIF profile at the time of detail engineering.
4.00.00
4.01.00
4.01.01
The application software shall be used to display, store, control & manage the
entire surveillance system.
4.01.02
It shall be possible to control all cameras i.e. PTZ, auto/manual focus, selection of
presets, video tour selection etc. The software shall support flexible 1/2/4 windows
split screen display mode or scroll mode on the display monitors for live video.
4.01.03
Night vision feature for complete darkness shall be available in all cameras
The feature can be an integral part of camera or a part of camera server. The
features shall be user configurable for each camera. It shall be possible to
activate recordings automatically based on events generated by video analytics.
These events shall also be logged and suitably alarmed on the monitors.
4.02.00
4.02.01
Cameras:
All the cameras shall be color, suitable for day and night surveillance (under
complete darkness conditions) and network compatible. There will be two types of
cameras viz. PTZ & Fixed. PTZ cameras shall be high speed integrated dome
type.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
237 of 415
CLAUSE NO.
4.02.02
TECHNICAL SPECIFICATIONS
Camera shall be directly connected to network and use of external encoder for
connecting to network is not acceptable. The cameras shall be rugged, high
performance color cameras. These cameras shall provide high resolution and high
sensitivity suitable for operation in a power plant, both in natural and artificial
lighted areas.
Detailed technical specification is given below.
a)
Security
Auto Resume after Power
Failure
Multiple Streams
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
238 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Operating resolution
Analytics
PoE supply IEEE 802.3af
compliant or better
Rate Control
Other Features
PTZ Specifications
Pan
Tilt
Manual Tilt Speed
Manual Pan Speed
Preset Positions
Preset Pan Speed
Preset Tilt Speed
b)
Fixed Cameras
High Definition (HD) Fixed Camera
Image Device
Number of Pixels
Sensitivity(at f1.2,6dB)
Lens
Lens Mount
Focus
Iris Range
Audio
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
239 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IR cut-filter
Protocols
Security
Iris Control
Analytics
PoE supply IEEE 802.3af
compliant
SD/SDHC/SDXC in
Camera (For Local alarm
recording & scheduled
local recording)
Rate Control
Back Light Compensation
White Balance
Electronic Shutter
S/N Ratio
Automatic Gain
Compensation
Power Supply
Gain Control
Day/Night selection
Other Features
Yes
IPV4/IPV6,RTP, UDP, TCP, IP, HTTP,
HTTPS, FTP,
DHCP, IGMP V2/V3, ICMP, ARP,
SMTP, SNTP,SNMP or equivalent
Password protection
Auto with Manual Override
Motion detection & Tamper alarm
Yes
Yes ,minimum 32 GB capability
VBR/CBR
Required
Automatic with mode selection options
1/50 to 1/10000 Auto
>50dB
Up to 18 dB
As per manufacturers standard to be
arranged by contractor
Auto/Off
Auto On-Off
On Screen Menu Display, contour
correction and contrast compensation
control
Automatic Picture Enhancement to give
a balanced picture where there is too
much/too little light
Synchronization selection for line lock
and free running
Minimum One Alarm I/P
Minimum One Alarm O/P
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
240 of 415
CLAUSE NO.
` 4.03.00
TECHNICAL SPECIFICATIONS
Camera Housing & Mount
4.03.01
4.03.02
For Non Dome type cameras, the housing shall also have thermostatically
controlled heater kit. Continuous duty blower kit (with suitable filters) for purge air
arrangement / Window wipers shall be available within the housing for cameras as
indicated against each application.
4.03.03
Keyboard shall have full function used for system control and programming
for selection of various Network switches, camera/database servers,
camera functions including pan, tilt and zoom lens controls and shall be
ergonomically designed.
Joystick shall be provided for achieving all control functions.
4.03.04
Work Station
Operator work station & network switch station shall be in Control Room or as
finalized during the detailed engineering.
4.06.00
CABLES :
5.01.00
Cables shall be of FRLS PVC sheathed cables for use in CCTV and shall conform
to latest edition of Indian/International standards. Fiber optic cables are to be
provided (as applicable). The remaining cables can be as per CCTV suppliers
standard. For details of Fiber Optic cables, refer subsection INST CABLE. All the
cables and the hardware required for powering the system are also in the scope
of Contractor. All cables required for interfacing alarm contact inputs (to be
provided by employer) to CCTV system are also in scope of contractor.
5.02.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
241 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
engineering. All the cables are to be provided by the Contractor on as required
basis.
Sl
1
2
3
4
5
Location
Entry Gate(s) each
Security Room
Inverter Room (each)
CMCS Room entry
At strategic locations
on the boundary
Nos required
01
01
01
01
05
05
Type
HD Fixed
HD - PTZ
HD - PTZ
HD - Fixed
HD- Fixed
HD- PTZ
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-C
Page
242 of 415
PART-D
CIVIL WORKS
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Table of Contents
Page No.
1.
2.
3.
2.1.
2.2.
2.3.
Contouring............................................................................................................................... 249
2.4.
3.2.
4.
5.
6.
DESIGN CRITERIA FOR MODULE MOUNTING STRUCTURE (MMS) AND ITS FOUNDATION ........... 254
7.
6.1.
6.2.
6.3.
6.4.
Connections............................................................................................................................. 255
6.5.
6.6.
6.7.
6.8.
7.1.1.
Floor Finishes
258
7.1.2.
False Celling
258
7.1.3.
Roof Finishes
259
7.1.4.
View point
259
7.1.5.
259
7.1.6.
Glazing
260
7.1.7.
260
7.1.8.
261
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
244 of 415
CLAUSE NO.
7.2.
8.
9.
TECHNICAL SPECIFICATIONS
7.2.1.
262
7.2.2.
263
7.2.3.
263
7.2.4.
264
7.2.5.
Wall Insulation:
264
7.2.6.
Doors Frames:
264
7.2.7.
Windows Frame:
265
7.2.8.
Ventilators:
265
7.2.9.
Rolling shutter:
265
7.2.10.
Plinth Protection:
266
7.2.11.
Floor Finish:
266
7.2.12.
266
7.2.13.
Lighting:
266
7.2.14.
266
7.2.15.
267
8.2.
8.3.
8.4.
8.5.
8.6.
8.7.
8.8.
9.2.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
245 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
13.1
13.2
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
246 of 415
CLAUSE NO.
` 1.
TECHNICAL SPECIFICATIONS
GENERAL
This chapter covers the Specific technical and functional requirements of
civil works. The design calculations for MMS, RCC structure, PEB Invertor
rooms, steel structures, foundation system, road work and drainage etc.
shall be submitted for prior approval of NTPC before commencement of
construction. The construction methodology for MMS and its foundations,
road works, drains shall be also be submitted for prior approval of NTPC
before start of works.
All design of RCC and Steel structures shall be carried as per IS: 456 and
IS 800 respectively and other specific code as applicable to specific
structures.
2.
TOPOGRAPHICAL SURVEY
Bidder shall conduct the Topographical Survey for the allocated plot in
proposed solar project in Mandsaur district of Madhya Pradesh. The scope
of work and technical specification for the same is as below:
2.1.
Scope of Work
The Contractor shall carry out the Topographical Survey and preparation of
Plans (Maps) and report of the assigned entire area/areas indicated for
locating the Solar PV Power plant and its other systems.
Carrying out the Bench Mark (GTS) to site/sites under survey by parallel
levelling, establishing and constructing bench mark, grid and reference
pillars in the field, and spot level survey of the entire area/areas at specified
intervals and development of the contours.
Carrying out cross-section of river/canal taking spot levels at on an average
20 meters intervals or less depending upon the site conditions.
Furnishing all field data & drawings in soft copy (on CDs) apart from hard
copies. Furnishing of the survey report as described in details in the
succeeding paragraphs is also included in the scope of this work.
The work shall be executed according to the specifications and good
standard practice necessary to fulfill the objective of the survey work,
strictly in accordance with the instructions and satisfaction of the Owner.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
247 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The Contractor shall carry out Bench Mark by fly-levelling from nearest
GTS Bench Mark or available source as approved by the Owner and
establish the same two permanent Bench Mark at site. All subsequent
transfer of levels shall be carried out with respect to these Bench Mark. The
work shall also include constructing permanent reference pillars at suitably
locations as approved by the Owner. These reference pillars shall be
labelled permanently with their respective coordinates and reduced levels
for future use. The Bench Marks and reference pillars shall be shown on
the survey drawings.
While carrying bench mark to the project site, levels shall be established on
the permanent objects like culverts etc. at least on one object in every one
km. if available along with route with adequate description about the
objects and levels shall be maintained & mentioned in the survey report to
facilitate locating these objects later on.
Latitude and Longitude: The work shall be carried out in UTM grids system.
The contractor shall also establish the latitudes and longitudes of the
corners of the project site. At least 50m width of the adjoining plots shall
also be covered in the survey for correlation with adjoining plots and
adjacent area/facilities.
2.2.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
248 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Establishing horizontal and vertical controls and locating reference grids
and bench mark in the area. Surveying for establishing spot levels and
plotting contours. Surveying for locating the natural and manmade details
as described earlier.
The grids for the survey work shall be established in N-S & E-W direction
(Corresponding to Magnetic North) or the Plant North as directed by the
Owner.
2.3.
Contouring
Contractor shall carry out spot level surveying at an interval of on an
average 25 meters for contouring the area. Levels shall also be taken on
all traverse stations and on salient points located at random over the area
(ground points). Contours are to be interpolated at 0.5 M intervals after the
above points are plotted. The contours shall not be just interpolated but
properly surveyed on the ground so that features falling between the two
successive levels are also picked up. Sufficient points properly distributed
over the entire area shall be located and levels taken so that accurate
contouring can be done at places of sharp curvature or abrupt change in
direction and elevation, points selected shall be close to each other.
Salient points on ridge lines and valley lines shall also be measured.
Transfer of levels shall always start from Main/Subsidiary stations whose
levels are based on bench mark established in the survey area.
2.4.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
249 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
uses of the site i.e. mining, quarrying, agriculture etc. Existing drainage
pattern of the site, possibility of water logging and high flood level of the
area shall also be captured in the documents.
3.
3.1.
3.1.1)
3.1.2)
The depth of boreholes shall be 5.0m. SPT shall be carried out in all
types of soil deposits and in all rock formations with core recovery
upto 20%, met within a borehole. This test shall be conducted at
every 1.5 m interval or at change of strata. The starting depth of SPT
shall be 0.5m from ground level. UDS shall be collected at every 1.5
m interval or at change of strata.
3.1.3)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
250 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Hydrometer Analysis, Atterberg Limits, Triaxial Shear Tests (UU),
Natural Moisture Content, Specific Gravity and Bulk Unit Weight,
Consolidation Tests, Unconfined Compression Test, Free Swell
Index, Shrinkage Limit, Swell Pressure Test, Chemical Analysis test
on soil and water samples to determine the carbonates, sulphates,
chlorides, nitrates, pH, organic matter and any other chemicals
harmful to concrete and reinforcement/ steel. Laboratory tests on
rock samples shall be carried out for Hardness, Specific Gravity,
Unit Weight, Uniaxial Compressive Strength (in-situ & saturated),
Slake Durability etc.
On completion of all field and laboratory work, the Bidder shall
submit a Geotechnical investigation report for Owner's approval. The
Geotechnical investigation report shall contain field and laboratory
observations/ data/ records, analysis of results and recommendations
on type of foundation for different type of structures envisaged for all
the areas of work. Recommendations on treatment for soil, foundation,
based on subsoil characteristics, soft soils, aggressive chemicals,
expansive soils, etc. shall also be covered in the report, as applicable.
3.2.
Foundation System
Foundation system for various facilities shall be designed and adopted as
per approved geotechnical investigation report.
4.
2)
3)
4)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
251 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Based on the spot level, contour survey done and meeting above
requirements, bidder can propose different site grade levels. The site
levelling may be carried in patches/blocks. Bidder may also propose the
site leveling and grading matching with the natural topography of the land
considering the optimized use of the land , however bidder shall ensure to
meet the desired power generation capacity in the allotted plot area. Bidder
shall also ensure that no water ponding and flooding occurs in the low lying
areas & effective drainage is provided in the whole plot area, in all kind of
site levelling and grading or plant at natural topography schemes. After
performing the optimization of levels from the detailed site survey by the
Contractor, the final formation level of the plot in various areas shall be
finalized. The area shall be suitably cut and filled to suit the layout
requirement. The site levelling and grading scheme incorporating the above
aspects shall be submitted to NTPC for approval.
Fill shall normally be made up of Cohesive Non swelling material capable
of being compacted upto 95% Modified Proctor density. In case earth has
to be borrowed from outside the plant boundary, the same shall be
arranged by the Contractor himself. The slope at the edge of graded areas
shall not be flatter than 1:1.5 (1 vertical to 1.5 horizontal) in cutting and 1:2
in filling. In case of fill by rock material, the same shall be done in line with
relevant Indian Standard.
All buildings & switchyard area/sub-station area shall be constructed in
levelled area. No foundation shall be allowed on back filled soil and in that
case the depth of foundations shall reach up to NGL. Final Level will be
approved in detail engineering.
The slope protection measure shall be provided in case inter levelled
patches level difference is more than 1.0m. Random rubble/boulder/stone
pitching/concrete blocks etc. shall be provided for the slope protection for
road side slope, storm water ditches/drainage, embankment slopes, inter
levelled patches slopes etc. as per design requirements.
5.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
252 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
chain link wire mesh and kept under tension which in turn are attached to
the fence post with security nuts and bolts. On every fourth post a clamping
strip will be threaded through the links of chain link and bolted to the fence
post with the help of security nuts and bolts. All nuts, fasteners, bolts,
clamping strips, clamps, clips, etc. shall be galvanized. Above the chain link
fence three rows of galvanized reinforced twisted barbed tape with double
edged profile, twisted around minimum 2.5mm galvanized bare wire shall
be provided in the Half Y steel post at a maximum spacing of 175 mm c/c.
Reinforced barbed tape will be attached to angle iron posts vertical height
400 mm. The type of section for fence shall be as mentioned in the fencing
drawing and details of scope of work of fencing in plot layouts.
All fence posts shall be 75X75X6 MS angles spaced at 2.5 m c/c distance.
All corner fence posts will have two stay posts in orthogonal directions and
every tenth post will have a stay post in the direction of the fence. All stay
posts shall be 75X75X6 MS angles. Concrete foundations for the angle iron
posts and stays shall be provided as per the drawing. Toe wall shall be
provided between the fence posts all along the run of the fence with
foundation as per the drawing.
All MS angles conforming to IS 2062 used in posts shall also be galvanized
in line with relevant codal provisions.
Suitable foundation/fencing arrangement shall be made in the fencing
scheme to ensure intact fencing/safety in the water body/drains entry and
exit points in the plot area. The same may be provided with a grid of MS
angles of 50X50X6 sizes with foundation.
Mild Steel frame gate woven with chain linking having total span 4 m
conform to IS: 2062 shall be provided. The gate shall be complete with
guide track, castor wheel, all fitting and fixture like hinges, aldrops, locking
arrangement, posts etc. The minimum size & requirements of the fencing
and gate including all items shall be as per the fencing and gate tender
drawing (Details of Chain Link Fencing Drawing No: 5714-004-POC-A-003,
Rev B Details of Main Gate Drawing No: 5714-004-POC-A-004, Rev A).
The width of approach road shall cover the gate width at the main entrance
with suitable transition. All members used in gates shall be finished by
cleaning of steel surfaces as per IS: 1477 (Part-II) and applying zinc
chrome or zinc phosphate primer, followed by two coats of synthetic
enamel paint. For finishing coat suitable colour pigment shall be added. All
paints including primer shall be of reputed brand / manufacturer and as
approved by the Engineer-In-charge. The method of application shall be as
per the recommendations of the manufacturer.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
253 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
A minimum of two numbers of gates shall be provided for 50 MW plot and
its location shall be approved by NTPC. One man movement passage gate
(minimum 1.2m width) shall also be provided in one of the main gate.
6.
6.1.
Scope:
This section covers the loads and design requirement of the structures,
racking, and all other items required to furnish and install a complete
ground mounting structural system which constitute a photovoltaic array(s).
MMS shall be adequately protected against all adverse climate conditions.
The complete MMS, foundation and connections shall be designed &
submitted for NTPC approval before start of work/fabrication.
6.2.
Design Loads:
Dead Load: The load obtained by summing up the weight of modules and
self-weight of Structure including Purlins, rafter/beams, Bracings, struts,
columns, necessary fittings, etc. to be added as Dead load.
Wind Load: The wind load (positive and negative) normal to surface on the
modules and wind load on the structural members.
The basic wind speed of the site shall be taken as 170 km/hr. Design wind
speed factors shall be as per IS: 875-III, however the minimum value of
these factors shall be considered as K1 = 1.0, K2 = 1.0 & K3 = 1.0 for the
design of all Modules Mounting Structures (MMS).
6.3.
Materials Specification
MMS frames, post, base plate, assembly of the array structures, etc. shall
conform to Indian standards as mentioned in the list of code.
IS: 2062 - Hot Rolled Medium and High Tensile Structural Steel
IS: 811 - Cold Formed Light Gauge Structural Steel Sections
IS: 1161- Steel Tubes for Structural Purposes
IS: 4923 - Hollow steel sections for structural use
However, Bidder can also propose new light gauge structural steel or
structural aluminium members other than specified in specific Indian
standards code and subjected to approval by NTPC. Minimum thickness of
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
254 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
MMS column post shall be 3.15 mm and the minimum thickness of light
gauge members shall be 2 mm.
All materials shall be fabricated in shop such that welding in the field shall
not be required.
6.4.
Connections
All fasteners (nuts, bolts and washers) shall be of Stainless steel (SS304).
All bolts shall be tighten with designed torque mechanically.
In the ground mounting structure system with seasonal tilt arrangement, the
column post and rafter/beam at seasonal tilt point of rotation shall be hinge
plate and bolt system.
MMS column post with base plate anchor bolted connections in foundations
shall be provided with galvanized high strength J bolts conforming to
specifications of IS:4000 / IS:1367 and relevant IS code.
6.5.
6.6.
Design Parameters
The Ground mounting structure system which constitute a photovoltaic
array(s) shall be designed to withstand the extreme fair wind (positive
pressure) and adverse wind (negative pressure) on design tilt angle of solar
photovoltaic array(s).
The design calculations shall be supplemented with neat sketch and
reference to various clauses of Technical specification and Indian
standards. For MMS design analysis and determination of forces, where
computer program (preferably STAAD) is used, the contractor shall submit
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
255 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
a write-up on computer program used and its input and output data for
review and approval of Engineer-in-Charge
An increase in allowable stresses of structural materials should not be
considered during design analysis.
Wind pressure for following loads shall be considered as follows:
(1) Dead Load of steel with all members, fittings & panels.
(2) Load due to fair wind direction on design tilt angles of solar mounting
structural members.
(3) Load due to adverse wind direction on design tilt angles of solar
mounting structural members.
(4) Load on side face of mounting structural members.
Wind pressure coefficient, load and load combination shall be as per Indian
standards (latest revision) such as IS: 875, IS: 800. The load (4) shall be
considered with load (2) and load (3) in relevant load combination.
Design analysis and the forces on MMS (Compressive force, uplift force,
shear and moment) shall be used for design of foundation system.
6.7.
6.8.
Foundation System
Top of concrete/ height of collar for MMS foundation shall be minimum 250
mm above FGL. The minimum plan area /section area of MMS foundation
collar shall be 700 sq.cm.
The proposed foundation system for MMS shall be based on
findings/results of the approved geo technical investigation. Following kind
of foundation may be provided:
1) Short pile RCC foundation (Min. 300mm dia.)
2) Rock anchor with concrete collar
3) Isolated, strip or raft foundation
4) Concrete ballast foundation
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
256 of 415
CLAUSE NO.
7.
TECHNICAL SPECIFICATIONS
CMCS, INVERTER ROOMS & SECURITY ROOM
The following structures shall be designed and provided by the bidder:
(I)
Security Room: One prefab security room (4 sqm) near the entry
gate with brick/stone masonry toilet and water facility. The drawing
and the design of the prefab security room and its toilet system shall
be approved from NTPC.
The layout, design and drawings for all RCC/PEB structure, etc. and
foundation system shall be approved from NTPC before start of works. The
buildings and allied works shall be designed to meet national building code
2005 requirements.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
257 of 415
CLAUSE NO.
7.1.
TECHNICAL SPECIFICATIONS
Specification for RCC Building for CMCS
The CMCS building shall be
bricks/concrete blocks masonry
walls shall be minimum 230mm
thick in case of concrete blocks.
also be followed for RCC works:
7.1.1.
Floor Finishes
Switchgear/Inverter
rooms
hardener.
SCADA room
Battery room
Lobby
Toilet
Steps
Store room
Flooring for air conditioned areas area shall be provided with vitrified
ceramic tiles of size 600X 600 mm of min 9 mm thickness, laid with 3 mm
ground joints as per approved pattern. Cement concrete flooring shall
conform to IS 2571.
The floor finish for toilet shall be vitrified ceramic anti-skid tiles and Dado
glaze ceramic tiles upto 2.1m shall be used. The normal size of Ceramic
tiles shall be 300 mm X 300 mm X 9 mm and shall comply IS: 15622.
Finish floor level of all building shall be minimum 450 mm above from
Finish graded level
7.1.2.
False Celling
The SCADA room shall be provided with false ceiling of 15 mm thick
mineral fibre board, in tile form of size 600mm x 600mm, along with
galvanised light gauge rolled form supporting system in double web
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
258 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
construction pre painted with steel capping, of approved shade and colour,
to give grid of maximum size of 1200x600 mm as per manufacturers details
including supporting grid system, expansion fasteners for suspension
arrangement from RCC, providing openings for AC ducts(if required), return
air grills(if required), light fixtures, etc., all complete.
7.1.3.
Roof Finishes
Roof of the Building shall consist of Cast-in-situ RCC slab treated with a
water proofing system. The roof of the building shall be water proof with
Polymeric membrane type waterproofing as per DSR 2013, Items no.
22.16. The roof shall be designed for minimum superimposed load to 150
kg/m2.
For efficient disposal of rainwater, the run off gradient for the roof shall not
be less than 1:100 and the roof shall be provided with RCC water gutter,
wherever required. Gutter shall be made water tight using suitable
watertight treatment. This gradient can be provided either in structure or
subsequently by screed concrete 1:2:4 (using 12.5 mm coarse aggregate)
and/or cement mortar (1:4). However, minimum 25 mm thick cement mortar
(1:4) shall be provided on top to achieve smooth surface. The roof of all
building shall be projecting out by at least 750 mm all around the building
for its external walls protection from rain water and parapet wall above the
roof beam. Height of parapet wall shall be minimum 300 mm above top of
roof level. Structural steel hand railings of minimum 700mm height shall
also be provided over the parapet wall. The bidder shall also provide
structurally adequate rain water harvesting system in order to ensure rain
water harvesting.
7.1.4.
View point
RCC terrace of CMCS building shall also work as view point. View point
shall be used for security purposes and viewing gallery. Suitable staircase
with hand railings and foundation shall be provided for access to roof of the
RCC CMCS building.
7.1.5.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
259 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
wide. However for toilets minimum width shall be 0.75 m and office areas
minimum width shall be 1.20 m.
Doors and windows on external walls of the buildings (other than areas
provided, with insulated metal claddings) shall be provided with RCC
sunshade over the openings with 300 mm projection on both side of the
openings. Projection of sunshade from the wall shall be minimum 450 mm
over window openings and 750 mm over door openings except for main
entrance door to the control room where the projection shall be 1500mm
Rolling shutter (Mechanical gear operated). Rolling shutters shall be
fabricated from 18 gauge steel and machine rolled with 75 mm rolling
centres with effective bridge depth of 12 mm lath sections, interlocked with
each other and ends locked with malleable cast iron clips to IS: 2108 and
shall be designed to withstand a wind load without excessive deflection.
Metal rolling shutters and rolling grills as IS: 6248
7.1.6.
Glazing
All accessible ventilators and windows of all buildings shall be provided
with min. 4mm thick float glass, tinted for preventing solar radiations,
unless otherwise specified.
For single glazed aluminium partitions and doors, toughened float glass of
10 mm thickness shall be used. All glazing work shall conform to IS: 1083
and IS: 3548.
The glass to used should be from reputed brand / manufacturer and as
approved by NTPC. The glass should be free from distortion and thermal
stress.
7.1.7.
All Ceiling
Acrylic Emulsion
Oil bound distemper
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
260 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Wall mounted WC (Western type) 390 mm high with toilet paper roll
holder and all fittings
Wall mounted Urinal (430 x 260 x 350 mm size) with all fittings for
male toilet only.
Wash basin (550 x 400 mm) above platform with all fittings.
Bathroom mirror (600 x 450 x 6 mm thick) hard board backing
CP brass towel rail (600 x 20 mm) with C.P. brass brackets
Soap holder and liquid soap dispenser
All fittings, fastener, grating shall be brass with chromium plated as per
relevant IS code. Necessary plumbing lines shall be provided for CMCS
room building and Security room near main gate.
The bidder shall design & provide packaged sewerage treatment plant for
CMCS and Security room assuming that a total of 15 people shall use the
facility.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
261 of 415
CLAUSE NO.
` 7.2.
TECHNICAL SPECIFICATIONS
Specification of PEB Inverter Room
The Inverter Room shall be made of Pre-Engineered Buildings (PEB). The
PEB shall be made of structural steel construction with double skinned
metal roofing and wall cladding of approved profile. It shall be designed,
manufactured, supplied and erected by the bidder/PEB agency. PEB shall
be complete with painting, metal facia, metal gutter, rain water down
comers, sun-shades, openings, etc., along with associated structural steel,
cladding and roofing work insulation, Trims & Flashings. Each item of PEB
like panels, masonry, plastering, flooring, foundation, fittings etc. shall be
suitable for complete life of solar plant. The construction methodology for
PEB shall also be submitted for NTPC approval before start of works.
The layout of Inverter room shall be designed so as to divert the heat
generated from each inverter outside the room. The inverter room shall be
designed for a life of 25 years. The successful bidder shall have to get the
structural design done as per the prevailing Indian standard codes and
International Standard. The structural design of inverter room of each type
shall have to be proof checked by any IIT / NIT and subsequently submitted
to NTPC for approval before actual starts of the work.
The architectural drawing of double skin insulated roofing & cladding
system are given in the tender relevant drawing (Inverter Room Pre
Engineered Building Drawing No: 5714-004-POC-A-005, Rev A) to provide
general idea about work to be performed under the scope of the contract.
The PEB shall have a robust water tightness at all joints and connections.
The building shall have a high class durability and performance during the
adverse weather conditions.
7.2.1.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
262 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Insulated wall cladding or roofing shall consist of double skin metal
cladding with Poly Urethane Foam (PUF). PUF must be made of
continuous method PU foam and must be CFC free, self-extinguishing, fire
retardant type with density 40 +/-2 kg/m3 and thermal conductivity 0.0192.2 W/(m.K) at 10C. The PUF panels shall be a factory made item ready
for installation at site.
7.2.2.
7.2.3.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
263 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Fillers blocks as a trough filler shall be used to seal cavities formed
between the profiled sheet and the support or flashing. The fillers blocks
shall be manufactured from black synthetic rubber or any other material
approved by engineer.
7.2.4.
7.2.4.1
7.2.4.2
Bidder may also alternatively made the PEB roofing with composite slab
(RCC slab with permanent formwork). The composite slab scheme, design
and drawings shall be subject to approval from NTPC before start of work.
7.2.5.
Wall Insulation:
All voids of external and internal metalled walls shall have an under
insulation of minimum 60 mm thick PUF with density 40 +/- kg/m3 and
thermal conductivity 0.019-2.2 W/(m.K) at 10C with proper supports etc.
as approved.
Both the walls should be separated by spacers system made up of cold
formed steel bars and fastened through zinc /zinc-tin coated self-drilling
screws.
The external wall of Inverter room facing the transformer area shall be as
per IS: 1646 - Code of practice for fire safety of buildings (general):
electrical installations.
7.2.6.
Doors Frames:
Door frames shall be of T-iron frame of mild steel Tee-sections as per
DSR-2013 item no 10.13. All doors shall be provided necessary fittings like
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
264 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
hinges, handles, mortice locks, tower bolts, stopper, hydraulic door closer,
etc. of CP brass complete.
Black powder coated aluminium doors shall be with extruded built up
standard tubular sections, appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS: 1285, fixed to PreEngineered structure including necessary filling up of gaps at junctions with
required PVC/neoprene felt etc. including hinges / pivots and double action
hydraulic floor spring of approved brand and manufacture IS: 6315 marked,
lock, handle and all necessary fittings as detailed in tender drawing or
submitted by bidder in shop drawing and approved by NTPC
The door entrance shall include Mild Steel single leaf door. The structural
steel shall conform to IS: 7452 and IS: 2062. The holdfasts shall be made
from steel flats (50 mm and 5 mm thick). The fixtures, fastenings and door
latch are to be made with same materials.
7.2.7.
Windows Frame:
Aluminium black powder coated section, frame shall be of 92x31 mm,
minimum 16G thick as per approved design. Tinted glass and aluminium
grill shall be provided.
7.2.8.
Ventilators:
Aluminium black powder coated frame of minimum size 62x25 mm and
16G thick as per approved design. Ventilators/duct shall be provided with
bird guard. Size of opening at wall for ducts shall be as per PCU
manufacture and min 18 gauge GI sheet. Ducts shall be supported with
suitable means, as approved during detail engineering.
7.2.9.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
265 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
7.2.10.
Plinth Protection:
750 wide plinth protection minimum 75 mm thick of cement concrete 1:3:6
(1cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size)
over 75 mm bed of dry brick ballast 40 mm nominal size well rammed and
consolidated and grouted with fine sand including finishing the top smooth,
shall be provided around the Pre-Engineered Building.
7.2.11.
Floor Finish:
Flooring, including preparation of surface, cleaning etc. shall be of cement
concrete flooring as per IS: 2571 with ironite hardener. The inverter room
floor shall be at least 450 mm above the ground level.
7.2.12.
7.2.13.
Lighting:
The inverter room shall be provided with electric light to achieve average
illumination level of 150 Lux. However room should be designed to utilize
maximum natural light during the day.
7.2.14.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
266 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Imposed Load (Live Loads) Live loads shall be as per IS 875. For sloped
roofs up to 10 deg. it shall be 0.75 KN/M.
Wind Load: The basic wind speed of the site shall be taken as 170 km/hr.
Design wind speed factors shall be as per IS: 875-III, however the
minimum value of these factors shall be considered as K1 = 1.0, K2 = 1.0 &
K3 = 1.0 for the design of PEB.
Earthquake Load: All PEB structures shall be designed for Seismic forces.
Vertical Deflection and Horizontal Sway Limits:
7.2.15.
a)
b)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
267 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
galvanized steel pipes or PVC designed to ensure proper roof drainage
system.
Table-1
Group
II
NOTE:
Grade/
Referenc
e code
Yield
strength
(minimu
m) MPa
Tensile
strength
(minimu
m) MPa
Coating
Class
Designati
on
BM
T
(m
m)
(+) ve
Toleranc
e (mm)
Upper
limit of
BMT
(mm)
G250/
250
320
AS1397
Z275
0.6
0.04
0.64
SS255/
255
360
ASTM
A653M
S250GD
250
330
/
EN1032
6
G350/
350
420
AS1397
AZ150
0.5
0.04
0.54
SS340Cl
340
410
ass 4/
ASTM
A792M
S350GD
350
420
/
EN1032
6
Minimum elongation % shall be as per relevant Standard and Code.
(-) ve
Toleranc
e (mm)
Lower
Limit of
BMT
(mm)
-0.04
0.56
-0.04
0.46
8.1.
Water Supply
GI pipes of Medium quality conforming to IS 1239 (Part I-1990) shall be
used for all water supply and plumbing works.
The Syntax or equivalent make PVC storage water storage tank
conforming to IS: 12701 shall be provided over the roof of the CMCS with
adequate capacity for 10 No person and 24 hr requirement, complete with
all fitting including float valve, stop cock etc. The capacity of the tank shall
be minimum 500 litres. The over roof water tanks shall have suitable
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
268 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
provision for avoiding heating of water from direct sun light during day
timings.
8.2.
Plastering
All external surfaces shall have 18 mm cement plaster in two coats, under
layer 12 mm thick cement plaster 1:5 and finished with a top layer 6 mm
thick cement plaster 1:6 (DSR 2013-13.11).
White cement primer shall be used as per manufacturers recommendation.
At least one coat of plaster shall be applied to interior walls by hand or
mechanically, to a total thickness of 12 mm using 1:6, 1 cement and 6
sand. Plastering shall comply to IS: 1542, IS: 1661, IS: 1630. Oil bound
washable distemper on smooth surface applied with minimum 2 mm thick
Plaster of Paris putty for control room. Plaster of Paris (Gypsum
Anhydrous) conforming to IS: 2547 shall be used for plaster of paris
punning.
8.3.
Masonry Work
All brick works shall be using at least class designation 7.5 of approved
quality as per IS: 1077, IS: 2212 and IS: 3495. All concrete blocks shall be
of minimum compressive strength of 7.5 N/mm2 and shall be of Grade-A as
per IS: 2185. All stone masonry work shall be ashlar masonry work with
stone of minimum compressive strength of 7.5 N/mm2. The stone masonry
work shall be in line with IS: 1597, IS: 1122 and IS: 1126.
The cement mortar for all kind of masonry work shall be in the ratio 1
cement and 5 sand by weight.
Bricks/blocks required for masonry work shall be thoroughly soaked in
clean water tank for approximately two hours. Brick shall be laid in English
bond style. Green masonry work shall be protected from rain. All masonry
work shall be kept moist on all the faces for a period of seven days.
The external wall for the building shall be 230 mm thick walls and internal
wall 230/115 thick as per requirements. The external wall of CMCS facing
the transformer area shall be as per IS: 1646 - Code of practice for fire
safety of buildings (general): electrical installations.
Use of fly ash brick for masonry shall be subjected to approval of NTPC.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
269 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Suitable damp proof course shall be provided the proportion of cement,
sand & aggregate shall be 1:2:4 using 6 mm down stone chips with a water
proofing admixtures. The thickness of damp-proof course shall be minimum
40 mm.
8.4.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
270 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
* The use of nominal mix for M-20 grade may be accepted only in
exceptional cases subject to approval of NTPC. The same shall be adopted
subject to approval from NTPC for specific work.
In case Geotechnical investigations requires any special kind of cement or
higher grade of concrete, the same shall be provided.
The foundation system shall be made which transfer loads safely to the
soilfor the module mounting structures, depending on soil conditions,
geographical condition, regional wind speed, bearing capacity, slope
stability etc. All foundation system and foundation depth shall be decided
based on the approved geotechnical investigation report. No foundation
allowed on back filled soil and the foundation depth to reach upto NGL.
All loads shall be considered in line with IS: 875. Seismic loads for design
shall be in accordance with IS: 1893 and relevant Standards.
IS: 2502 Code of Practice for Bending and Fixing of Bars for concrete
Reinforcement must be complied for reinforcements. IS: 5525 and SP: 34
shall be followed for reinforcement detailing.
A minimum 75 mm thick PCC shall be provided below RCC wherever RCC
is laid over the ground. Proper and sufficient formwork/shuttering shall be
provided for the required period as per IS: 456.
8.5.
Structural Steel
All structural steel shall design shall carried out as per IS 800. Structural
steel shall conform IS 2062, Pipe shall be as per medium/high grade of IS
1161, Chequered plates shall conformed to 3502 and Hollow steel sections
for structural use shall conform to IS: 4923.
8.6.
Grouting
Cement mortar (1:2) grout with non-shrink additives shall be used for
grouting below base plate of column. The grout shall be high strength grout
having a minimum characteristic compressive strength of min 30 N/mm2 at
28 days.
8.7.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
271 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Transformer foundations shall have its own pit which would cover the area
of the transformer and cooler banks, so as to collect any spillage of oil or oil
drainage in case of emergency. The oil pit shall be filled with granite stones
of 40 mm size uniformly graded.
The individual oil pits shall be connected to an oil collection pit which shall
be sized to accommodate oil volume of the transformer connected to it,
without backflow. The oil pit shall be connected to oily water drainage
system. Dimensions of the discharge pipe shall consider rainfall intensity
also. The water shall be discharged into the nearest drain by gravity flow or
pumping.
The area around the transformer and equipments shall be covered with
gravel and galvanised chain link fence of height min 1.8 m with fence posts
and gates shall be provided. All fence posts shall be 50X50X6 MS angles
spaced at 2.5m c/c distance and all other specification mentioned at clause
no. 5 for Fencing and gate shall be followed. M.S. angle posts shall
conform to IS: 2062. The portion of the fence covering towards rail track
shall be made of removable type for movement of transformer during
erection /removal. In addition a small gate, 1.2 m wide shall be provided for
man entry. The transformer yard fencing work shall conform to CEIG
requirements.
Transformer track rails shall conform to IS: 3443. The requirement of fire
barrier wall between transformers shall be as per Electricity Rules and IS:
1646 recommendations.
8.8.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
272 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
except at ends & bends) with lifting arrangement. Angle or channels shall
also be grouted at distances of 600 mm across the indoor cable trenches to
support the checkered plates.
Trench Drainage: The trench bed shall have a slope of approx. 1/500 along
the run & 1/250 perpendicular to the run. In case straight length exceeds 30
m, suitable expansion joint shall be provided at appropriate distances. The
expansion joint shall run through vertical wall and base of trench. All
expansion joints shall be provided with approved quality PVC water stops.
Suitable drainage at lowest point of the trench shall be provided.
9.
9.1.
Road: The approach road to the Solar Power Plant shall originate from the
main approach road and connect to all Inverter room and CMCS building.
Approach road shall be 3.0 meter wide with 1meter wide shoulder on both
side. Red moorum/brick, minimum 100 mm thick shall be provided for
shoulder. The crown of the road shall be minimum 250 mm above FGL.
The final finished roads shall have a camber of 1 in 50.
The minimum road section shall be as follows:
1) Topping: Wearing course of premix carpet 20 mm thick.
2) WBM, compacted 75 mm thick Grade III.
3) WBM, compacted 100 mm thick Grade II.
4) Granular Sub-base, compacted 250 mm thick granular sub-base (GradeI).
5) Sub-grade under road and its shoulders shall be compacted to achieve
95% or more of standard proctor's MDD. CBR value of the sub grade
level should be minimum 4%. If actual CBR is less than 4% in a
particular stretch then the same material shall modified with increase in
GSB thickness.
The methodology of road construction with material specifications shall be
in line with IRC/MORTH and shall be submitted for NTPC approval before
start of works. Typical detail of Approach Roads drawing no: 5714-004POC-A-002, Rev-A.
9.2.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
273 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
of 200 mm & the ground shall be levelled and compacted. The finished
pathways shall ensure easy movement of motorable bike and avoid any
growth of vegetation.
Pathways surface shall be levelled by minimum 100 thick PCC (1:3:6),
wherever change in topography/ground slope is steeper than 1:6. The PCC
layer shall match the ground topography.
10.
DRAINAGE SYSTEM
Surface drainage system shall be designed considering the maximum
hourly rainfall intensity as per IMD. However, the minimum value of
maximum hourly rainfall shall not be less than 60 mm. The value of
surface run off coefficient shall not be considered less than 0.6 in the
design of drainage system. The drainage system shall be designed as per
the IRC specifications and prevailing industry practices. The drainage
scheme shall be designed considering the bidders plot area and nearby
catchment area contributing to the plot drains. Drainage scheme with
detention ponds which allows for groundwater recharge & maintains the
existing drainage pattern as far as possible is desired. A network of open
drains shall be designed & provided to carry surface run off. The drains
shall be trapezoidal or rectangle section lined with concrete slabs/brick
masonry/stone masonry/stone slabs. The minimum thickness of these
lining shall be 115mm for brick masonry, 75mm thick for concrete slab,
150mm thick for stone masonry and 100mm thick for stone slab.
Suitable size drain shall also be provided on either side of road for quick
disposal of water from road and solar blocks. Provision of culverts and their
design to be submitted separately. The road on the culvert portions of the
drains shall be concrete road.
Bidder shall also ensure that drainage from his plot does not encroach/flood
in to the adjacent property and adjacent solar plots. Bidder shall try to
maintain existing natural drain and shall remodel the natural drains in case
of any disturbance made. The same shall be as per the technical/design
requirements without affecting the drainage pattern. The bidder plot
drainage scheme shall include to drain out the drainage of the allotted plot
and shall include contributing catchment area consisting of adjoining plots
and nearby catchment area.
Bidder in its plot shall terminate its plot drains into the existing natural water
body passing through its plot. The additional drains scheme shall also be
followed for the drainage system. Suitable strengthening of natural drain
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
274 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
shall be done at the terminal point to avoid any erosion of soil/strata. The
strengthening shall be done using stone pitching or RCC works.
The contractor of each plot shall also provide additional drains to cater the
drainage of the adjacent plot/plots. The tentative drawing and layout of
additional drains entry point, discharge quantity, invert etc shall be
furnished to the bidder later.
Each bidder shall also made one peripheral drain along the toe wall of the
fencing in the area where the water from bidder plot tends to encroach into
the adjacent bidder plot following the natural topography. The toe wall
adjacent to peripheral drain shall contribute discharge to the additional
drain created by the adjoining plot bidder.
All Buildings shall be provided with plinth protection all around, sloped
towards side drains. Plinth Protection shall be 150 mm thick PCC (1:3:6)
laid over compacted base. Side drains shall be stone masonry/brick
masonry/concrete works of minimum 100mm thickness. The side drains
shall be connected to area drains by either open drains or combination of
open drains and underground pipes.
Grade level shall be fixed with due reference to highest high flood level of
the receiving body of water. Laying of Hume pipe shall be in line with IS:
783.
11.
BORE WELL
Boring and sinking by rig boring system of min 150 mm x 100 mm dia well
to be drill to assess potentiality & quantity / availability of water level for
deciding filter position through any type of soil, rock & boulders etc.. Bore
well shall be min of 250 mm dia. Minimum 2 (two) deep bore well and
supply, installation of casing pipes, submersible pumping set including all
mechanical & electrical accessories, fittings etc. complete at site for Solar
Module cleaning systems and water supply to buildings requirement. PVCU casing pipes shall be as per IS 12818.
Mandatory permission for bore well drilling shall be arranged by contractor
if required from local competent authority.
12.
ELECTRIFICATION OF BUILDING
Electrification of all building shall be carried out as per IS 732-1989, IS:
4648-1968 and other relevant standards.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
275 of 415
CLAUSE NO.
` 13.
TECHNICAL SPECIFICATIONS
SWITCHYARD CIVIL WORKS
This part includes the technical requirements for 33 kV
Switchyard/metering yard works ( as indicated in SLD drawing 5714-004POE-A-006 Rev A)including associated design and preparation of all civil &
structural drawings and execution of all associated civil works. The
specifications are intended for general description of work, quality and
workmanship. The specifications are not however exhaustive to cover
minute details and the work shall be executed according to relevant latest
Indian Standards / IRC or IRS Specifications. This specification covers
design, preparation of general arrangement drawings, construction and
fabrication drawings, supply of materials and construction of all civil,
structural and architectural works. The materials specification for the
switchyard items shall be same as the material specification mentioned for
CMCS building unless otherwise quoted specifically in this clause.
13.1
13.2
Loading
Dead Loads
Dead loads shall include the weight of structure complete with finishes,
fixtures and partitions and shall be taken as per IS: 875 (Part - I).
Imposed Loads
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
276 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
considered over and above the imposed loads. Cable and piping
loads not less than 5 kN/sq.m hanging from the underside, shall
also be considered additionally for floors where these loads are
expected.
Seismic Load
Seismic forces shall be considered in line with relevant IS codal
provisions.
Design Parameters for Gantry Towers & Beams, Lightning Mast and
Equipment Supporting Structures:
Gantry structure, which consists of open web towers connected by girders,
shall be made of structural steel conforming to Grade IS:2062 and duly
galvanized conforming to IS: 2629 and IS: 4759. All joints shall be bolted
connections.
The analysis of towers and gantries shall be carried out with combined
model of critical configurations of towers and gantries using any
established structural analysis software like STAAD Pro. etc.
All bolts for connections shall be of minimum 12mm dia conforming to IS:
12427, property class 5.6 as per IS: 1367 (Part 3). Nuts shall conform to I.S
1363 (Part 3) of property class 5. Foundation bolts shall conform to IS:
5624, and property class shall be 4.6 as per IS: 1367 (Part 3).
Butt splice shall be used for splicing the main members and splice shall be
located away from the node point.
IS: 802 Code of practice for use of structural steel in overhead
transmission line towers shall be followed for design of structures. Height
& type of towers shall be established based on electrical requirements. A
provision of 30 degree angle of deviation of line in horizontal plane and
20 degree deviation in vertical plane is considered and the resulting worst
combination of forces shall be considered for design. For all outgoing and
incoming feeders, the conductor span shall be taken as 200m for design
purpose.
13.3
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
277 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
3) Wind load on bus bars, shield wires, insulator strings, electrical
equipment, structural members etc as per IS:802,
4) seismic loads,
5) loads due to deviation of conductor (gantries shall be checked for + 30
deg. deviation in horizontal plane and 20 degree deviation in vertical
plane),
6) loads due to unbalanced tension in conductor/wire,
7) Torsional load due to unbalanced vertical and horizontal forces,
8) Erection loads,
9) Short circuit forces including snap in case of bundled conductors, etc.
Note:
(i)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
278 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
14.
IS: 875- Code of Practice for Design Dead Loads for Building and
I
Structures
IS: 875- Code of Practice for Design Imposed Loads for Building
II
and Structures
IS: 875- Code of practice for design loads (other than earthquake) for
III
IS:
1893
IS:
4326
construction of buildings
Foundations
IS: 1080
IS: 1904
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
279 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IS: 2950
IS: 4091
IS: 6403
IS: 8009
IS: 2911
Concrete Structures
IS: 456
IS: 3370
IS: 3414
IS: 5525
IS: 6313
IS:
13920
to Seismic forces
IS: 1904
Steel Structures
IS: 800
IS: 801
IS: 802
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
280 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
IS: 806
IS: 808
IS: 811
IS: 813
IS: 1079
IS: 2062
IS: 4923
IS 1161
IS: 2721
IS: 4759
IS:1868
IS 2395-
IS 2395-
II
surfaces: Schedule
IS 1477-
Pre-treatment
IS:1477-
II
Painting
Mild steel tubes and tubulars and other wrought steel fittings
IS: 1172
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
281 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
sanitation
IS: 1742
IS: 2527
Code of practice for fixing rainwater gutters and down pipes for
roof drainage.
IS:
15778
IS:
16088
extinguishing system
IS:
10124
IS: 4985
IS:
13592
IS:
12818
IS: 2470
Miscellaneous
IS: 1905
IS: 3067
SP: 6
SP: 7
SP: 16
SP: 20
SP: 22
SP: 24
SP: 25
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
282 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SP: 32
SP: 34
IRC: 37
IRC: 42
IRC: 58
IRC: 73
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-D
Page
283 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-E
GENERAL SYSTEMS
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
285 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PYRANOMETER
Bidder shall provide minimum two (02) number of pyranometers
for measuring incident global solar radiation. One of them shall
be placed on horizontal surface and the other on adjustable
inclined plane. The specification for pyranometers shall be as
follows:
Sl.No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Details
Spectral Response.
Sensitivity
Time response(95%):
Non linearity:
Temperature Response:
Tilt error:
Zero offset thermal radiation:
Zero
offset
temperature
change
Operating
temperature
range:
Values
0.31 to 2.8 micron
Min 7 micro-volt/w/m2
Max 15 s
0.5%
2%
< 0.5%.
7 w/m2
2 w/m2
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
286 of 415
CLAUSE NO.
2.0
TECHNICAL SPECIFICATIONS
THERMOMETER
Bidder shall provide minimum two thermometers (one for
ambient temperature measurement with shielding case and
other for module temperature measurement). The thermometers
shall be RTD / semiconductor type measuring instrument.
Instrument shall have a range of 0oC to 80oC. The instrument
shall have valid calibration certificate.
3.0
ANEMOMETER
Bidder shall provide minimum one no. anemometer with wind
vane of rotating cup type
Sl.No Details
1.
Velocity range
accuracy limit
2.
Values
with 0.11 m/s upto 10.1 m/s
1.1 % of true when more
than 10.1 m/s
Wind direction range 0 to 360 deg with accuracy
with accuracy limit
4 deg
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
287 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
E-2)
The SPV plant shall be equipped with suitable fire protection &
firefighting systems for protection of entire equipment switchyard
& control room as per CEIG requirements.
1.0
2.0
The firefighting system for the proposed power plant for fire
protection shall be consisting of:
a) Sand buckets
b) Portable fire extinguishers
c) Microprocessor based fire alarm panel.
2.1
CO2
Foam
Hand
Sand
DCP Type
Type
Type
Portable
Buckets
(ABC type) 9
kg Hand 9 pressurized
water C02
(10
Kg. capacity kg
9 Litre
Capacity)
Control
Room
Each
Inverter
Room
ACDB
Room(If
applicable
Each
Transformer
Yard
Switchyard
Security
Room
Pantry
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
1
1
2
2
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
288 of 415
CLAUSE NO.
2.2
TECHNICAL SPECIFICATIONS
Microprocessor based fire alarm panel
Bidder to provide intelligent microprocessor based main fire
alarm panel of modular construction complete with central
processing unit, input and output modules, power supply
module, supervision control and isolator modules with 10%
spare provisions. Fire detection alarm system shall include) but
not limited to the following items
1.
2.
3.
4.
5.
6.
7.
8.
9.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
289 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
E-3)
1.
2.
3.
4.
5.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
290 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
E-4)TRIAL
RUN
REQUIREMENTS
1.0
&
OTHER
GENERAL
TRIAL RUN
SPV Plant site shall be deemed to be successfully erected &
commissioned after submission of relevant commissioning
certificate from NTPC
During the trial operation, SPV plant shall perform trouble-free
operation for cumulative 24 hours during which functionality of
all plant components shall be demonstrated and the system
shall be in Generating Mode.
2.0
WARRANTY
Warranty for Solar PV Module: Each Solar PV modules used
in solar power plants/ systems must be warranted for their
output peak watt capacity, which should not be less than 90% at
the end of 10 years and 80% at the end of 25 years from the
date of successful completion of the trial run.
Extended Equipment Warranty (other than solar PV
Modules): The successful bidder shall provide a warranty
covering mechanical structure, electrical works including PCU/
inverters/ maximum power point tracker transformers and overall
workmanship of the solar power plants/ system against any
manufacturing/ design/ installation defects for a period of five (5)
years. The Extended Equipment Warranty period (other than
solar PV Modules) shall also commence from the date of
successful completion of trial run.
3.0
INSURANCE
The bidders insurance liabilities pertaining to the scope of works
are detailed out in Clauses titled Insurance in General
Conditions of Contract. The bidders insurance liabilities during
O&M period has been brought out in Chapter E-5.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
291 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
4.0
TAKING OVER
Upon successful completion of all the facilities pertaining to the
scope of work contractor shall approach the owner in writing for
final take over of the plant. On receipt of such request, owner
shall issue to the contractor a taking over certificate as a proof of
the final acceptance of the system. Such certificate shall not
relieve the Contractor of any of his obligations which otherwise
survive, by the terms and conditions of the Contract after
issuance of such certificate.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
292 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
2.0
3.0
(c)
(d)
(e)
(f)
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
293 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
(p)
(q)
(r)
(s)
(t)
(u)
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
294 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(v)
4.0
Insurance
(a)
NTPC shall take Fire & Allied Peril insurance during
O&M period. Insurance for theft to be taken by
contractor.
(b)
As
per
Statutory
Employee's Liability
Provisions
As
per
Statutory
Rs.100,000
each
Rs.200,000
each
Rs.100,000
each
occurrence
Property Damage
occurrence
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
295 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(d) Comprehensive General Liability Insurance
The insurance shall protect the Contractor against all
claims arising from injuries, disabilities, disease or death
of members of public or damage to property of others,
due to any act or omission on the part of the Contractor,
his agents, his employees, his representatives and SubContractors or from riots, strikes and civil commotion.
This insurance shall also cover all the liabilities of the
Contractor arising out of the Clause entitled Defence of
Suits in Section General Conditions of Contract (GCC).
The hazards to be covered will pertain to all the Works and
areas where the Contractor, his Sub-Contractors, his agents
and his employees have to perform work pursuant to the
Contract.
5.0
(b)
(c)
6.0
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
296 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(b)
7.0
B.
2nd year
0.99
3rd year
0.98
4th
0.97
5th
0.96
January
February
March
April
May
June
July
August
September
October
November
December
CUF
Correction
Factor
1.06
1.02
1.12
1.06
1.09
0.96
0.77
0.75
0.87
1.07
1.00
1.01
Basis of
correction
factor*
20.21/19.11
19.59/19.11
21.31/19.11
20.31/19.11
20.80/19.11
18.43/19.11
14.65/19.11
14.27/19.11
16.70/19.11
20.43/19.11
19.14/19.11
19.25/19.11
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
297 of 415
CLAUSE NO.
C.
TECHNICAL SPECIFICATIONS
Correction Factor for Full / Partial loading due to Full / Partial
Equipment outage (Table-C)
Table-C
Sl. No.
Correction Factor
Equipment
E
total plant shut down, other than grid
outages
W
1.0
Transformer/associated HT
panels/Associated HT cables
1 / Total number
of transformers
Inverters/associated Switchgear or
cable
1 /Total number
of inverters
PV strings *
1 / Total number
of SMUs
1/ Total number
of PV Strings
: Ei X W i X Correction Factor
For degradation
X
Correction factor
for monthly
generation
Variance Y
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
298 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Table-E
b) Quarterly Plant non availability factor(%) = Quarterly corrected X 100
Non availability Hours
------------------------------------1095
Table-F
b) Quarterly plant availability factor (%) :100 Quarterly plant nonavailability factor(%)
Notes:
1) For the calculation of Quarterly plant availability factor, 12
hours per
day shall be considered as the solar time. Quarterly solar
hours :
1095.
2) The Quarterly plant availability factor shall be rounded off
to 2
decimal place.
3) The plant outage periods due to grid related problems
(grid outage,
grid restrictions, grid fluctuations,
evacuation system problems like external 132kV feeder
breakdown etc.) and due to natural causes like, earth
quake, cyclone, flood etc. And other such force majeure
related events shall be excluded while calculating the
plant availability factor.
4) The equipment outage, not affecting the generation, will
not be considered while calculating the plant availability
factor.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
299 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Example:
Suppose, the non-availability of the equipments (during the solar
hours) during 3rd year of contract for the month of June for a
plant capacity is as below.
Switchyard (Total plant shut down):.
Transformer and HT Panel :
String Monitoring Unit:
Inverter and associated Switchgear:
10 Hrs
180 Hours
800 Hrs
99 hrs.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
Corrected non-availability
hours
12.41
15.64
16.56
17.43
10.91
17.40
9.13
14.65
21.45
8.47
13.21
12.17
170.69
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
300 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Then,
Quarterly non availability hours (April to June)
17.43+10.91+17.40=45.74 (Refer Table-G)
Quarterly(April to June) non availability factor (%): 45.74 X 100 /
1095= 4.18% (Refer Table E)
The Quarterly availability factor (%) : 100 4.18 % =
95.82%
(Refer Table-F)
Shortfall in availability factor=99-95.82=3.18%
Applicable Quarterly LD=50x3.18x3840= Rs. 6.10 Lakhs
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
301 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
302 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Month
January
February
March
April
May
June
July
August
September
October
November
December
GHI
kWhr/(m2xmonth)
Target Generation
(kWhr)
140.6
153.9
202.4
212.4
223.2
192.2
147.3
141.4
162.7
174.1
141.8
133.2
Total Yearly Generation
7518500
7286545
7926512
7555357
7736686
6856299
5451636
5308012
6214182
7598570
7121028
7162007
83735334
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
303 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
11.
If the difference of reading between the two horizontally
mounted pyranometers exceeds more than 2%, the test shall be
halted and resumed only after rectification of errors which has led
to mismatch. The data of that particular day(s) shall be discarded
and test period shall be extended by same numbers of day(s).
12. The test shall be repeated in case of outage of following
equipments for more than 7 days.
I.
II.
III.
IV.
Converter transformer
Power Conditioning Unit
SCADA and data logger combined
Both pyranometers.
DEVELOPMENT OF 250
MW (5 BLOCKS OF 50 MW EACH) SOLAR
PHOTO VOLTAIC PROJECT(S) IN MADHYA
PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R )-9
PART-E
Page
304 of 415
A sample calculation for 50 MW Total Short fall in Energy for Design life
Month
Global Solar
Insolation of
the month
2
(kWhr/(m xda
y) (Data
provided by
NTPC)
(a)
Target
Generation
(MWhr)
(Data
provided by
NTPC)
(b)
No of test
days of the
month
(c)
(a) x (c)
/(Ndm*)
January
140.6
7518.500 22**
February
153.9
March
202.4
April
212.4
Reference
Solar
Insolation
(d)
Modified
Target
Generation of
the month
MWhr
Measured Global
Horizontal Solar
Insolation
(kWhr/m2)
(f)
Corrected
Target
Generation
(MWhr)
(g)=
(e) x (f)/(d)
(e)
Measured
Generation
at 33 kV
transformer
feeder
(MWhr)
(h)
Shortfall in
energy for PG
test
(g-h)#
99.8
5336.745
97
5187.016
5162.802
24.214
7286.545 28
153.9
7286.545
165
7812.085
7762.8
49.285
7926.512 31
202.4
7926.512
208
8145.823
8185.804
-39.981
63.7
2265.896
60
2134.282
2067.8
66.482
7555.357
: GY x 1000x R x N
: 367.008 x1000x55.22=202.66 Lakhs
Page 305 of 415
PART-F
QUALITY ASSURANCE CHAPTERS
CLAUSE NO.
TECHNICAL SPECIFICATIONS
QA CHAPTERs
LIST OF CONTENTS
SUB
TITLE
Number of Pages
PART SECTION
PART-F QUALITY ASSURANCE
F-1
Quality Assurance
1) SPV Module
Chapters
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
307 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
308 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SPV module
SPV modules quality plan should include the following:
A) Incoming Checks on bought out items (listed in third party test reports of
relevant standard), as per internal standards of the manufacturer
B) In-process checks, as per internal standards of the manufacturer
C) Sample tests as per following:
1) SPV modules to be checked visually for following defects: (sampling as
per General Inspection Level II and AQL 1.5% as per IS 2500 Part 1)
a) Scratches on the frame and/or glass
b) Excessive or uneven glue marks on glass or frame
c) Inconsistent cell colors
d) Completeness of module in all respects
2) Performance of SPV module at STC (sampling as per General
Inspection Level II and AQL 1.5% as per IS 2500 Part 1)
3) IR-HV-IR test (sampling as per Special Inspection Level S-2 and AQL
1.5% as per IS 2500 Part 1)
4) Robustness of terminations on 1 sample per offered lot
5) Mechanical load test on 1 sample per offered lot
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
309 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
310 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PCU
A) Checks on bought out items as per internal standards of the
manufacturer
B) In-process checks, as per internal standards of the manufacturer
C) Routine tests as per following on the assembled PCU:
1)
2)
3)
D) Following sample tests on the assembled PCU(1 Panel per offered lot):
1.
2.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
311 of 415
CLAUSE NO.
LT SWITCHGEAR
SQE _10
Y
Y
Y
Y
Electrical properties
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
IR HV IR Test
Chemical properties
ITEMS/
COMPONENTS/ SUB
SYSTEM ASSEMBLIY
Mechanical Properties
ATTRIBUTES /
CHARACTERIS-TICS
LT SWITCHGEAR
( MCC, PCC, ACDB, DCDB, FUSE BOARDS, LOCAL PUSH
BUTTON STATION, LOCAL MOTOR STARTERS)
Make, Model, Type, Rating & TC
TECHNICAL SPECIFICATIONS
PART-F
Page
312 of 415
CLAUSE NO.
Transducer ( IEC
: 60688)
MCB ( IS : 8828)
Breaker
Y
Handling Trolley
Synthetic Rubber Y
Gasket
(IS : 11149 )
Y Y
Control
Transformer
( IS : 12021)
Push Buttons (
IS : 4794 )
IR HV IR Test
Chemical properties
Mechanical Properties
Fuse ( IS 13703)
Electrical properties
ITEMS/
COMPONENTS/
SUB SYSTEM
ASSEMBLIY
ATTRIBUTES /
CHARACTERISTICS
LT SWITCHGEAR
( MCC, PCC, ACDB, DCDB, FUSE BOARDS, LOCAL PUSH BUTTON
STATION, LOCAL MOTOR STARTERS)
TECHNICAL SPECIFICATIONS
LT
Y Y
Y
Y Y Y Y
Y Y
Y
SWITCHGEAR
( IS : 8623 )
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a
detailed Quality Plan indicating the practice and procedure along with relevant
supporting documents.
2. Makes of all major Bought Out Items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
313 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
LT BUSDUCT
1.
2.
Y
Y
IR HV IR Test
Electrical Clearances
Chemical Properties
Electrical Properties
Mechanical Properties
Aluminum Sheets /
Plates / Strips /
Flexibles / tubes
( IS : 5082 / 737 )
CRCA Flats / ISMC (
IS 2062 )
Neoprene / Synthetic
Rubber Gaskets ( IS
11149 / 3400 )
Rubber Bellows (IS :
3400)
Support Insulator ( BS :
2782,
IEC : 660, IS : 10912 )
Galvanized Structure &
GI Earthing Flat
(IS : 2629 / 2633 /
4749 )
Space Heater &
Thermostat
LT Busduct (IS : 8623
PART 2)
Notes:
ITEM, COMPONENTS,
SUB SYSTEM
ASSEMBLY
ATTRIBUTES ,
CHARACTERISTICS
Y
Y
This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality
Plan indicating the practice and
procedure along with relevant supporting documents.
Makes of all major Bought Out Items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
314 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
HV & IR Test
Functional Checks
Chemical Properties
Mechanical properties
Electrical Properties
ATTRIBUTES / CHARACTERISTICS
HT SWITCHGEAR
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
315 of 415
CLAUSE NO.
CONTROL CABLES
QUALITY ASSURANCE & INSPECTION
Y
Y
Y
Y
Y
HV & IR
Deflection test*
Surface finish
Proof load*
Functional
IP protection
SUB SYSTEMS
Pre-treatment of sheet
ITEMS/COMPONENTS /
ATTRIBUTES /
CHARACTERISTICS
Dimension
TECHNICAL SPECIFICATIONS
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
.Note:1.This is an indicative list of tests /checks. The manufacturer is to furnish a detailed Quality Plan indicating the
practice and procedure along with relevant supporting documents.
2.* Deflection Test on cable trays and Proof Load test on cable trays support system will be as per details given in
the NTPC technical specification & approved MQP. The above acceptance tests shall be done only on one sample
from each size of offered lot. This test is not applicable on bends, tees & crosses.
3. Make of all items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
316 of 415
Item /
Component
s/
Sub System
Assembly
Armouring
Copper (ISY
8130)
PVC
Y
insulation
Compound
(IS: 5831)
FRLS PVC
Y
Compound
(IS-5831,
ASTMD2843,
IS10810(
Part 58),
IEC-60754
Part-1)
Extrusion &
curing
/Manufacturin
g of Core
Core Laying
Y Y Y
Y
Y
Y
Armour
wire/strip
Inner sheath
Y Y
Attributes /
Characteristics
Thermal stability
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
FRLS Tests
Constructional requirements
feature as per NTPC specification
Electrical properties
Chemical Composition
Mechanical properties
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Page
317 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Outer
Sheathing
Finished
Cable (IS5831, ASTMD2843,
IS10810(
Part 58),
IEC-60754
Part-1, IEC
60332 part III
cat B)
Wooden
drum(IS10418) /Steel
Drum
1.
2.
Y
Y Y
Y Y
Notes:
This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality Plan
indicating the practice and procedure along with relevant supporting documents.
Make of all major Bought out items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
318 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ROUTINE TESTS
1)
2)
ACCEPTANCE
TESTS
2)
Resistance test
B) For Armour Wires / Formed Wires ( If applicable ) (as per sampling plan mentioned in
IS: 1554)
1. Measurement of Dimensions
2. Tensile Tests
3. Elongation Test
4. Torsion Test
For Round wires only
5. Wrapping Test
6. Resistance Test
7. Mass of Zinc coating test
For G S wires / Formed wires
only
8. Uniformity of Zinc coating
For G S wires / Formed wires
only
9. Adhesion test
For G S wires / Formed wires
only
10. Freedom from surface defects
C) For PVC insulation & PVC Sheath (as per sampling plan mentioned in IS: 1554)
1)
Test for thickness
2)
Tensile strength & Elongation before ageing (for
tests after ageing see D)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
319 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
D) Ageing test:
Criteria
PVC
insulatio
n & outer
sheath:
Condition
Test
Requirements
The size which has
maximum negative
deviation from type
test report values
will be put on
accelerated ageing
test. The samples
shall be aged in air
oven at temperature
of 130c+/- 2c for
5 hours and tested
for TS & elongation.
Acceptance norms
shall be as per IS.
Remarks
3)
4)
G) Flammability test as per IEC 60332 - Part- 3 (Category- B) on completed cable will be carried out as
per following sampling plan:
This test will be carried out using composite sampling i.e. irrespective of size; cables
of one particular type (i.e. armoured, unarmoured) will be bunched together, as per
calculations in line with the IEC. All sizes of armoured & unarmoured cables shall be
covered.
H) Following tests shall be carried on one length of each size (armoured & unarmoured) of offered lot:
1)
2)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
320 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
XLPE Compound
(IS-7098 Part-II)
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
FRLS Test
Y
Y
Y
Y
Y
Y
Y
Electrical properties
Y
Y
Chemical Composition
Mechanical properties
Y
Y
Dimension/surface finish
Item / Components /
Sub System Assembly
Aluminum (IS-8130)
Semiconducting
Compound
Characteristics
Attributes /
T.S & elongation before & after geing on outer sheath & insulation
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality Plan indicating the
practice and procedure along with relevant supporting documents.
2. Make of all major Bought out items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
321 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ROUTINE TESTS
Following routine tests shall be carried out on each drum of finished cables
for all types & sizes.
3)
4)
5)
ACCEPTANCE
TESTS
Following Acceptance tests shall be carried out on each size of each type
(voltage rating) of cables, in the offered lot.
A) For Conductor (as per sampling plan mentioned in IS: 7098 Part II)
3)
4)
5)
6)
Resistance test
B) For copper tape / Wires (as per sampling plan mentioned in IS: 7098 Part II)
1)
2)
Measurement of Dimensions
Conductivity check
B) For Armour Wires / Formed Wires ( If applicable ) (as per sampling plan mentioned in IS: 7098
Part II)
11.
Measurement of Dimensions
12.
Tensile Tests
13.
Elongation Test
14.
Torsion Test
For Round wires only
15.
Wrapping Test
16.
Resistance Test
17.
Mass of Zinc coating test
For G S wires / Formed wires only
18.
Uniformity of Zinc coating
For G S wires / Formed wires only
19.
Adhesion test
For G S wires / Formed wires only
20.
Freedom from surface defects
C) For XLPE insulation & PVC Sheath (as per sampling plan mentioned in IS: 7098 Part II)
3)
4)
5)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
322 of 415
CLAUSE NO.
D)
PVC outer
sheath :
XLPE
Insulation
TECHNICAL SPECIFICATIONS
Ageing test:
Criteria
Condition
Test Requirements
Remarks
----
Samples as per relevant IS, from each size of each type (voltage rating) of cables in the offered lot, will be put on
ageing test as per IS.
E)
Following tests will be carried out on completed cables as per IS on each size of each type
1) Insulation resistance test ( Volume resistivity method )
2) High voltage test
3) Partial discharge test ( for Screened cables only )
F)
Following tests shall be carried out on only one size of offered lot (comprising of all sizes & types)
1) Thermal stability test on outer sheath
2) Oxygen index test on outer sheath
3) Smoke density rating test on outer sheath
4) Acid gas generation test on outer sheath
5) Flammability test as per IEC 60332 - Part- 3 (Category- B) on completed cable
G)
Following tests shall be carried on one length of each size of each type of offered lot:
1) Constructional / dimensional check, surface finish, length measurement, sequence of cores, armour
coverage, Gap between two consecutive armour wires / formed wires, Sequential marking, marking
of drum no. / Batch number of outer sheath extrusion
2) Measurement of Eccentricity & Ovality
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
323 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Y
Y
Y
FRLS Tests
Y
Y
Electrical properties
Y
Y
Y
Thermal stability
Chemical Composition
Mechanical properties
Y
Y
Y
Dimension/surface finish
Item / Components /
Sub System Assembly
Aluminum (IS-8130)
XLPE Compound (IS-7098)
PVC insulation Compound
(IS: 5831)
FRLS PVC Compound
(IS-5831, ASTM-D2843,
IS10810( Part 58),
IEC-60754 Part-1)
Extrusion & curing
/Manufacturing of Core
( PVC / XLPE)
Core Laying
Armour wire/strip
Inner sheath
Armouring
Outer Sheathing
Power Cable (Finished)
(IS-5831, ASTM-D2843,
IS10810( Part 58), IEC60754 Part-1, IEC 60332
part III cat B)
Wooden drum(IS-10418)
/Steel Drum
Characteristics
Attributes /
T.S & elongation before & after ageing on outer sheath & insulation
LT Power Cables
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality Plan indicating
the practice and procedure along with relevant supporting documents.
2. Make of all major Bought out items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
324 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ROUTINE TESTS
6)
7)
ACCEPTANCE TESTS
Following Acceptance tests shall be carried out on each size of each type
(PVC / XLPE insulated) of cables, in the offered lot.
A) For Conductor (as per sampling plan mentioned in IS: 1554 / 7098)
1)
2)
3)
4)
Resistance test
B) For Armour Wires / Formed Wires ( If applicable ) (as per sampling plan mentioned in IS: 1554 /
7098)
1.
Measurement of Dimensions
2.
Tensile Tests
3.
Elongation Test
4.
Torsion Test
5.
Wrapping Test
6.
Resistance Test
7.
8.
9.
Adhesion test
10.
C ) For PVC / XLPE insulation & PVC Sheath (as per sampling plan mentioned in IS: 1554 / 7098)
1)
2)
3)
D) Ageing test:
PVC
insulat
ion &
outer
sheath
:
Criteria
Condition
Test Requirements
Remarks
In case the
size does
not
meet
the
requirement
in
accelerated
ageing test
then
all
sizes
(which had
met
the
criteria)
will be put
on ageing
test as per
IS.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
325 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Sizes which do
not meet the
criteria
----
Samples as per relevant IS, from each size of cables in the offered lot,will be put on ageing test
as per IS.
E) Following tests will be carried out on completed cables as per IS on each size of each type (PVC /
XLPE insulated)
1)
Insulation resistance test ( Volume resistivity method )
2)
F) Following tests shall be carried out on only one size of offered lot (comprising of all sizes &
types)
1)
Thermal stability test on PVC insulation and outer sheath
2)
3)
4)
G) Flammability test as per IEC 60332 - Part- 3 (Category- B) on completed cables as per following
sampling plan:
This test will be carried out using composite sampling i.e. irrespective of size;
cables of one particular type (i.e. armoured PVC insulated, unarmoured PVC
insulated, armoured XLPE insulated, unarmoured XLPE insulated) will be
bunched together, as per calculations in line with the IEC. All sizes of PVC &
XLPE insulated, armoured & unarmoured cables shall be covered.
For one particular type, cables with OD less than or equal to 30 mm shall be
clubbed together in touching formation while cables with OD greater than 30 mm
shall be clubbed together leaving a gap equal to OD of cable having least
diameter. Cable OD shall be taken as nominal overall diameter as per NTPC
approved datasheet.
H) Following tests shall be carried on one length of each size of each type (PVC / XLPE insulated) of
offered lot:
1)
Constructional / dimensional check, surface finish, length measurement,
sequence of cores, armour coverage, Gap between two consecutive armour
wires / formed wires, Sequential marking, drum / Batch (outer sheath extrusion
batch )number marking on sheath
2)
Measurement of Eccentricity & Ovality
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
326 of 415
CLAUSE NO.
Mimic
Illumination
IR & HV
Wiring
Alignment of Section
Paint Shade/Thickness/Adhesion
Dimensions
ITEMS
TESTS
CONTROL DESK, PLC /SCADA PANEL, SMOKE DETECTOR, FIRE ALARM &
CONTROL SYSTEM
Visual
TECHNICAL SPECIFICATIONS
1. Control Desk
Y Y Y Y Y Y Y Y Y
Y Y Y Y
2. Annunciation,
Y Y Y Y
Y Y Y Y
Y Y
Y Y
Control, PLC/SCADA
Panel
3.Smoke Detectors
Y
( UL-268,EN-54 PT-7),
Heat Detectors( UL521/EN 54 PT-5 )
Annunciation/ Control
Panel ( UL -864, EN54, PT-2)
Note: 1) Detailed procedure of Environmental Stress Screening test shall be
as per Quality Assurance Programme in General Technical
Conditions
2)
The manufacturer is to
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
327 of 415
Drain wire
Inner Sheath
Outer Sheath
Over all cable
Cable Drums(IS10418)
1. Instrument
cable twisted and
shielded
Conductor(IS-8130) Y
Insulation(VDE-207)
Pairing/Twisting
Y
Y
Y
Y
Y
Shielding
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
Y
Y
Y
Y
Y
PART-F
Overall/Coverage/Continuity (A)
ITEMS
Constructional detail, dimensions (A)
CLAUSE NO.
TECHNICAL SPECIFICATIONS
INSTRUMENTATION CABLE
TESTS
Y
Y
Y
Y
Page
328 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Note : High Temp. cables shall be subjected to tests as per VDE-207(Part-6)
Compensating cables shall be checked for Thermal EMF/Endurance test as per IS
8784.
Note : This is an indicative list of tests/checks. The manufacture is to furnish a
detailed Quality Plan indicating his practice & Procedure along with relevant
supporting documents during QP finalization for all items.
Note : - Routine Test
A - Acceptance Test
Y - Test Applicable
Note : Sampling Plan for Acceptance test shall be as per IS 8784 (As applicable)
* FRLS Tests: Oxygen / Temp Index ( ASTM D-2863), Smoke Density Rating (
ASTM D 2843), HCL Emission ( IEC-754-1)
** Characterisitic Impedence, Attenuation, Mutual Capacitance, Cross Talk ( As
applicable)
+ Sample size will be One No. of each size/type per lot.
++ Sample size will be One No. sample for complete lot offered irrespective of
size/type.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
329 of 415
CLAUSE NO.
DC SYSTEM
SQE_19
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Chemical composition
Y
Y
Y
ITEMS, COMPONENTS,
SUB SYSTEM ASSEMBLY
TECHNICAL SPECIFICATIONS
Y
Y
Note: This is an indicative list of tests / checks. The manufacturer is to furnish a detailed
Quality
Plan indicating the practice and procedure along with relevant supporting documents.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
330 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Chemical composition
Resistance to Alkali
Y
Y
Y
Impact Strength
ITEMS,
COMPONENTS,
SUB SYSTEM
ASSEMBLY
ATTRIBUTES /
CHARACTERISTIC
S
Ni- Cd BATTERY
Y
Y
Y
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
331 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
BATTERY CHARGER
HV & IR Test
Items / Components /
Sub- assembly
Attributes / Characteristics
BATTERY CHARGER
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
332 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
BATTERY CHARGER
(of capacity upto 24 V / 48 V , 150 A DC)
HV & IR Test
Burn-In Test
BATTERY CHARGER
(of capacity upto 24 V / 48 V , 150 A DC)
Attributes /
Characteristics
Items / Components /
Sub- assembly
Battery Charger
Note
1. This is an indicative list of tests / checks. The manufacturer is to furnish a
detailed Quality Plan indicating the practice and procedure along with relevant
supporting documents.
2. Makes of all major Bought Out Items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
333 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
DC HEALTH MONITORING
HV & IR Test
Items / Components /
Sub- assembly
Attributes / Characteristics
SYSTEM
Enclosure
Y
Y Y Y
Y
Synthetic Rubber Gaskets
Y
Y
Control & Selector Switches
Y
Y
Y
,Indicating Meters, Indicating
Lamps
Control Terminal Blocks
Y
Y
Y
,Push Buttons, MCB
MCB
Y
Y
Y
PVC insulated Copper control Y Y
Y
/ signal cables
Transducers / detectors
Y Y
Y
Y
PCB & racks for electronic
Y
cards
Electronic Cards
Y
Y
Y
Microprocessor Based
Y
Y
Y
Controller
SCADA
Y
Y
Software
Y
Y
DC Health Monitoring System Y
Y Y
Y
Y Y Y
Y
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed
Quality Plan indicating the practice and procedure along with relevant supporting
documents.
2. Makes of all major Bought Out Items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
334 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Luminaries (ISY
10322 Part-5 Sec.1 (
non LED type)
Electronic Ballast
Y
SQE_17
IP Test
Bought Out Items/ Bill of
Material
HV & IR
Functional Check as per spec.
Attributes
Characteristics
Dimension
Pre-Treatment of sheat
Paint Shade Thickness
Adhesion & Finish
Galvanization Tests
Item
Components
Sub System
Assembly
STATION LIGHTING
Y
Lighting Wire (IS694)
Fans (IS-374)
Y
Y
Y
Y
Pole (IS-2713)
Lamps (IS-9800, IS9974)
Lighting Mast (with
raise & lower lantern
type)
Wall Mounted
Lighting Panel (IS513, IS-5)
Switch Box/ Junction
Box/Receptacles/
Local Push Button
Station / Lighting
Panel (IS-513, 2629,
2633, 4759, 6745)
Cable Gland (BS6121)
Cable Lug (IS-8309)
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y Y Y
Y Y
Y Y
Y Y Y
Y Y
Y Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
335 of 415
CLAUSE NO.
Flexible Conduit
TECHNICAL SPECIFICATIONS
Y
Lighting Transformer Y
(IS-11171)
Epoxy & Galvanised Y Y
Conduit (IS-9537,
2629, 2633, 4759,
6745)
LED Luminaire quality requirements:
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
336 of 415
CLAUSE NO.
Asynchronous transfer(R)
Ripple content(R)
IR/HV(R)
UPS/CONVE
RTER (IECY
146 PT-4)
VOLTAGE
Y
STABILISER
LEAD ACID
BATTERY(T
UBLAR)-IS1651
LEAD ACID
BATTERY
(PLANTE)IS-1652
NICKEL
CADMIUM
BATTERY(IS
-10918/IEC623)
SMF
BATTERY
ACDB/DCDB Y
BATTERY
Y
CHARGER
R-Routine Test
Efficiency ,regulation(R)
ITEMS
TECHNICAL SPECIFICATIONS
Y
Y
Y
A- Acceptance Test
Y Test applicable
* Transfer time and Over shoot /under shoot during load & system transfer shall be recorded .
Note: 1) Detailed procedure of Environmental Stress Screening test shall be as per Quality
Assurance Programme in General Technical Conditions
2) This is an indicative list of tests/checks. The manufacturer is to furnish a detailed
quality plan indicating the Practices and Procedure adopted alongwith relevant
supporting documents.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
337 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y Y
Y Y
Y Y
Functional check
Y
Y
Y
Ageing Test.
Chemical Composition
Thermal properties
Electrical strength
Mechanical properties
Items/Components
Sub Systems
Attributes /
Characteristics
OIL TRANSFORMER
Note: 1) This is an indicative list of tests / checks. The manufacturer is to furnish a detailed
Quality Plan indicating the practice and procedure along with relevant supporting documents.
2) All major Bought Out Items will be subject to NTPC approval.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
338 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
SWITCHYARD
Attributes /
Characteristics
SQE_20
Make, model,
Type & Rating,
Test Certificate
Routine &
Acceptance
Test as per
IS / IEC
Functional
requirements
as per NTPC
Specification
Y
Y
Y
Y
Items/Components
Sub Systems
Circuit Breaker (IEC:62271-100)
Hollow insulator
(IEC:233/ IS:5621)
Isolator (IEC:62271-102)
Current Transformer
(IEC:60044/BS:3938/IS2705/ IEC:
61869)
Capacitor Voltage Transformer
(IEC:186A / 358/IS3156/IEC60044/
IEC: 61869)
Bus Post Insualtor
(IEC:168 / 815 / IS:2544)
Disc,Pin & String Insualtor
(IEC:383 / IS:731)
Surge Arrestor (IEC:99-4/IS:3070)
Hardware fittings for Insulator
(IS:2486 / BS:3288)
Spacers, Clamps & Connector
(IS:10162 / 5561/ 617)
Aluminium Tube
(IS:5082 / 2673 / 2678)
Conductor (IS:398)
Galvanised Steel Structures
(IS:2062/2629/4759/6745)
Vibration Damper (IS:9708)
Sag Compensating Spring
DIN:2089/2096 IS:3195 / 7906
Control & Relay Panel / SAS
SF6 Gas filling & evacuating plant
SF6 Gas Leak Detector
Leakage Current Analyser
Nitrogen Gas Filling Device
Protection Relays
Event Logger
Operation Analyser
Disturbance Recorder
Synchronising Trolly
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
339 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Attributes /
Characteristics
Make, Type
Rating,and
Model, Test
Certificates
Routine &
Acceptance
Test as per
relevant
IS/IEC
Functional
requirements
as per NTPC
Specification
Items/Components
Sub Systems
Relay Test Kit
Surge Monitor
Y
Y
Y
Y
Y
Y
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
340 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
FIRE EXTINGUISHERS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
341 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Electronic Cards
Energy meter
IS 13779
Notes:
Electronic Components
Items / Components /
Sub- assembly
Attributes / Characteristics
Energy Meter
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
342 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Module Cleaning and Ventilation Quality Requirements
A.
B.
VENTILATION SYSTEM
Split/Window Cassette Air conditioner less than 10 TR will be
accepted on the basis of Manufacturer Standard Guarantee and
Warrantee certificate.
Fans, Filters etc shall be tested as per requirements of relevant
standard.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
343 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Functional/operational check
LAN Switch/Network
Switch
Dimension/constructional requirement
Item Components
Sub System Assembly
Y
Y
Key boards
Y
Y
Cameras
Y Y Y
Lens
Y Y Y
Camera Housing
Y Y Y
Pan & Tilt unit
Y Y Y
Y
Media Converter
Y
Y
Monitor
Y Y Y
Software
Y
Y
Server, Work Station,
Y
Y
Storage Device
Complete System
Y Y Y Y Y Y Y Y Y
Note : 1)Detailed procedure of Environmental Stress Screening test
shall be as per Quality Assurance Programme in General
Technical Conditions
2) This is an indicative list of test/checks. The manufacturer is to furnish a
detailed quality plan indicating the Practice and procedure
alongwith relevant supporting documents.
R Routine Test
Y -Test Applicable
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
344 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
345 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
QUALITY ASSURANCE AND INSPECTION FOR CIVIL WORKS
1.
INTRODUCTION
This part of the specification covers the sampling, testing and quality assurance
requirement (including construction tolerances and acceptance criteria) for all civil
and structural works covered in this specification.
This part of the technical specification shall be read in conjunction with other parts
of the technical specifications, general technical requirements & erection
conditions of the contract which covers common QA requirements. Wherever IS
code or standards have been referred they shall be the latest revisions.
The rate for respective items of work or price shall include the cost for all works,
activities, equipment, instrument, personnel, material etc. whatsoever associated
to comply with sampling, testing and quality assurance requirement including
construction tolerances and acceptance criteria and as specified in subsequent
clauses of this part of the technical specifications. The QA and QC activities in all
respects as specified in the technical specifications/ drawings / data sheets /
quality plans / contract documents shall be carried out at no extra cost to the
owner.
The contractor shall prepare detailed construction and erection methodology
scheme which shall be compatible to the requirements of the desired progress of
work execution, quality measures, prior approvals if any and the same shall be got
approved by the Engineer. If required, work methodology may be revised/
reviewed at every stage of execution of work at site, to suit the site conditions by
the contractor at no extra cost to the owner.
2.
QA AND QC MANPOWER
The contractor shall nominate one overall QA coordinator for the contract detailing
the name, designation, contact details and address at the time of post bid
discussions. All correspondence related to Quality Assurance shall be addressed
by the contractors QA coordinator to NTPC. NTPC shall address all
correspondence related to Quality issues to the contractors QA coordinator. The
contractors QA coordinator shall be responsible for co-ordination of Quality
activities between various divisions of the contractor and their sub-vendors on one
hand & with NTPC on the other hand.
The contractor shall appoint a dedicated, experienced and competent QA&QC incharge at site, preferably directly reporting to the Project Manager, supported as
necessary by experienced personnel, to ensure the effective implementation of the
approved QAP. The contractor shall finalize and submit a deployment schedule of
QA&QC personnel along with their details to NTPC for approval/ acceptance and
further shall ensure their availability well before the start of the concern activity.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
346 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
3.
4.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
347 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Engineer. All testing shall be done in the presence of the engineer or his
authorized representative in a NABL accredited / Govt. Laboratory acceptable to
NTPC. This includes all IITs, NCB, CSMRS, reputed government / autonomous
laboratories / organizations, NITs and other reputed testing laboratories. The test
samples for such test shall be jointly selected and sealed by the engineer and
thereafter these shall be sent to the concerned laboratory through the covering
letter signed by NTPC engineer. The test report along with the recommendations
shall be obtained from the laboratories without delay and submitted to NTPC.
5.
6.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
348 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
quality practices and procedures etc in line with the requirement of the technical
specifications to be followed by the contractor at site. This FQP shall cover for all
the items / activities covered in the contract / schedule of items required, right from
material procurement to completion of the work at site. An Indicative Field Quality
Plan for civil works is enclosed at Annexure II (Indicative FQP for civil works).
7.
GENERAL QA REQUIREMENTS
The contractor shall ensure that the works, BOIs and services under the scope of
contract whether manufactured or performed within contractors works or at his
sub-contractors premises or at the NTPCs site or at any other place of work are in
accordance with the NTPC technical specification, applicable standards / codes,
approved drawings / data sheets / quality plans and BOQ. All the works, BOIs and
services shall be carried out as per the best prevalent engineering practices and to
the directions of the Engineer.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
349 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
ANNEXURE - I
TYPICAL QA/QC LAB EQUIPMENT
S.No
Equipment
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Approximate
Nos.
12
1
1 set for each
1 set
6 sets
2
1
4
2
9
3
1 set
18
1
(100
kg
capacity)
1
1 set
Note :
1. The equipments listed above are indicative and required to be mobilised as
minimum requirement. Additional equipment if any, required for successful
completion of work shall be provided /arranged by the contractor.
2. All test reports/ inspection reports have to be computerized and maintained
on LAN with an access to the owner
3. Based on the schedule (L2/L3 Network), Quality control & Quality Assurance
work plan shall be finalized by the contractor and the same shall be
submitted to the engineer-in-charge for acceptance/approval. The Finalized
work plan shall be maintained on the computer to be accessed by the owner
for database and day to day monitoring.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
350 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
351 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
352 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
353 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
354 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
355 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
356 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
357 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
358 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
359 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
360 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004 (R)-9
PART-F
Page
361 of 415
CLAUSE NO.
1.00.00
TECHNICAL SPECIFICATIONS
INTRODUCTION
This part covers technical requirements which will form an integral part of
the Contract. The following provisions shall supplement all the detailed
technical requirements brought out in the Technical Specifications and the
Technical Data Sheets.
2.00.00
BRAND NAME
The Bidder's proposal shall be based upon the use of equipment and
material complying fully with the requirements specified herein. It is
recognized that the Contractor may have standardized on the use of certain
components, materials, processes or procedures different than those
specified herein. Alternate proposals offering similar equipment based on
the manufacturer's standard practice may also be considered, provided the
base offer is in line with technical specifications and such proposals meet
the specified design standards and performance requirement and are
acceptable to the Employer. Sufficient amount of information for justifying
such proposals shall be furnished to Employer along with the bid to enable
the Employer to determine the acceptability of these proposals.
4.00.00
COMPLETENESS OF FACILITIES
4.01.00
Bidders may note that this is a contract inclusive of the scope as indicated
elsewhere in the specification. Each of the plant shall be engineered and
designed in accordance with the specification requirement. All engineering
and associated services are required to ensure that a completely
engineered plant is provided.
4.02.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
363 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All similar standard components/ parts of similar standard equipment provided,
shall be interchangeable with one another.
5.00.00
5.01.00
of
of
Environment
Department
of
&
Forest
Environment,
Unless covered otherwise by Indian codes & standards and in case nothing to the
contrary is specifically mentioned elsewhere in the specifications, the latest
editions (as applicable as on date of bid opening), of the codes and standards
given below shall also apply:
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
364 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(g) International Organization for Standardization (ISO)
(h) Tubular Exchanger Manufacturer's Association (TEMA)
(i) American Welding Society (AWS)
(j) National Electrical Manufacturers Association (NEMA)
(k) National Fire Protection Association (NFPA)
(l) International Electro-Technical Commission (IEC)
(m)Expansion Joint Manufacturers Association (EJMA)
(n) Heat Exchange Institute (HEI)
5.03.00
Other International/ National standards such as DIN, VDI, BS, GOST etc.
shall also be accepted for only material codes and manufacturing
standards, subject to the Employer's approval, for which the Bidder shall
furnish, alongwith the offer, adequate information to justify that these
standards are equivalent or superior to the standards mentioned above. In
all such cases the Bidder shall furnish specifically the variations and
deviations from the standards mentioned elsewhere in the specification
together with the complete word to word translation of the standard that is
normally not published in English.
5.04.00
5.05.00
In the event of any conflict between the codes and standards referred to in
the above clauses and the requirement of this specification, the
requirement of Technical Specification shall govern.
5.06.00
5.07.00
In case of any change in codes, standards & regulations between the date
of bid opening and the date when vendors proceed with fabrication, the
Employer shall have the option to incorporate the changed requirements or
to retain the original standard. It shall be the responsibility of the Contractor
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
365 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
to bring to the notice of the Employer such changes and advise Employer
of the resulting effect.
6.00.00
6.01.00
6.02.00
7.00.00
DESIGN
OF
FACILITIES/
CONSIDERATIONS
7.01.00
Design of Facilities
MAINTENANCE
&
AVAILABILITY
All the design procedures, systems and components proposed shall have
already been adequately developed and shall have demonstrated good
reliability under similar conditions elsewhere.
The Contractor shall be responsible for the selection and design of
appropriate equipment to provide the best co-ordinated performance of the
entire system. The basic requirements are detailed out in various clauses
of the Technical Specifications. The design of various components,
assemblies and subassemblies shall be done so that it facilitates easy field
assembly and dismantling. All the rotating components shall be so selected
that the natural frequency of the complete unit is not critical or close to the
operating range of the unit.
7.02.00
Bidder shall state in his offer the various maintenance intervals, spare parts
and man-hour requirement during such operation. The intervals for each
type of maintenance namely the minor and major overhauls shall be
specified in terms of fired hours, clearly defining the spare parts and manhour requirement for each stage.
Lifting devices i.e. hoists and chain pulley jacks, etc. shall be provided by
the contractor for handling of any equipment or any of its part having weight
in excess of 500 kgs during erection and maintenance activities.
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
366 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Lifting devices like lifting tackles, slings, etc. to be connected to hook of the
hoist / crane shall be provided by the contractor for lifting the equipment
and accessories covered under the specification.
8.00.00
DOCUMENTS, DATA
CONTRACTOR
AND
DRAWINGS
TO
BE
FURNISHED
BY
8.01.00
Bidders may note that this is a contract inclusive of the scope as indicated
elsewhere in the specification. Each of the plant and equipment shall be
fully integrated, engineered and designed to perform in accordance with the
technical specification. All engineering and technical services required
ensuring a completely engineered plant shall be provided in respect of
mechanical, electrical, control & instrumentation, civil & structural works as
per the scope.
8.02.00
8.02.01
INSTRUCTION MANUALS
The Contractor shall submit to the Employer, draft Instruction Manuals for
all the equipment covered under the Contract by the end of one year from
the date of his acceptance of the Letter of Award. The Instruction manuals
shall contain full details required for erection, commissioning, operation and
maintenance of each equipment. The manual shall be specifically compiled
for this project. After finalization and approval of the Employer the
Instruction Manuals shall be submitted. The Contract shall not be
considered to be completed for purposes of taking over until the final
Instructions manuals have been supplied to the Employer. The Instruction
Manuals shall comprise of the following.
(a) Erection & Commissioning Manuals/Checklists
The erection & Commissioning Manuals/Checklists shall be submitted
atleast three (3) months prior to the commencement of erection activities of
particular equipment/system. The erection manual should contain the
following as a minimum.
a) Erection strategy.
b)
Sequence of erection.
c)
Erection instructions.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
367 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
d)
e)
f)
Bill of Materials
g)
h)
General
safety
procedures
erection/installation.
i)
j)
k)
l)
m)
to
followed
during
ii.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
368 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
iii.
iv.
8.02.02
v.
vi.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
369 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
The Engineering Information Schedule shall be updated month-wise.
The schedule should allow adequate time for proper review and
incorporation of changes/ modifications, if any, to meet the contract without
affecting the equipment delivery schedule and overall project schedule. The
early submission of drawings and data is as important as the manufacture
and delivery of equipment and hardware and this shall be duly considered
while determining the overall performance and progress.
8.04.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
370 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
scheduled and actual progress and the action proposed for
corrective measures, wherever necessary.
8.06.00
DESIGN IMPROVEMENTS
EQUIPMENT BASES
A cast iron or welded steel base plate shall be provided for all rotating
equipment which is to be installed on a concrete base, unless otherwise
specifically agreed to by the Employer. Each base plate which support the
unit and its drive assembly, shall be of a neat design with pads for
anchoring the units, shall have a raised lip all around, and shall have
threaded drain connections.
8.08.00
PROTECTIVE GUARDS
The Bidders scope includes all the first fill and one years topping,
requirements of consumables such as oils, lubricants including grease,
servo fluids, gases and essential chemicals etc. Consumption of all these
consumables during the initial operation and final filling after the initial
operation shall also be included in the scope of the Bidder.
8.09.01
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
371 of 415
CLAUSE NO.
8.09.02
TECHNICAL SPECIFICATIONS
Lubrication
Material of Construction
All materials used for the construction of the equipment shall be new and
shall be in accordance with the requirements of this specification. Materials
utilized for various components shall be those which have established
themselves for use in such applications.
8.11.00
8.11.01
Each main and auxiliary item of plant including instruments shall have
permanently attached to it in a conspicuous position, a rating plate of noncorrosive material upon which shall be engraved manufacturers name,
equipment, type or serial number together with details of the ratings,
service conditions under which the item of plant in question has been
designed to operate, and such diagram plates as may be required by the
Employer.
8.11.02
8.11.03
8.11.04
8.11.05
All such plates, instruction plates, etc. shall be bilingual with Hindi
inscription first, followed by English. Alternatively, two separate plates one
with Hindi and the other with English inscriptions may be provided.
8.11.06
8.12.00
The Contractor shall supply with the equipment one complete set of all
special tools and tackles and other instruments required for the erection,
assembly, disassembly and proper maintenance of the plant and
equipment and systems (including software). These special tools will also
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50
MW EACH) SOLAR PHOTO VOLTAIC
PROJECT(S) IN MADHYA PRADESH
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
372 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
include special material handling equipment, jigs and fixtures for
maintenance and calibration / readjustment, checking and measurement
aids etc. A list of such tools and tackles shall be submitted by the Bidder
alongwith the offer.
The price of each tool / tackle shall be deemed to have been included in
the total bid price. These tools and tackles shall be separately packed and
sent to site. The Contractor shall also ensure that these tools and tackles
are not used by him during erection, commissioning and initial operation.
For this period the Contractor should bring his own tools and tackles. All
the tools and tackles shall be of reputed make acceptable to the Employer.
8.13.00
Welding
8.16.00
PROTECTION
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
373 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Transformers and other electrical equipment if included shall be shop
finished with one or more coats of primer and two coats of high grade
resistance enamel. The finished colors shall be as per manufacturers
standards, to be selected and specified by the Employer at a later date.
Shop primer for all steel surfaces which will be exposed to operating
temperature below 95 degrees Celsius shall be selected by the Contractor
after obtaining specific approval of the Employer regarding the quality of
primer proposed to be applied. Special high temperature primer shall be
used on surfaces exposed to temperature higher than 95 degrees Celsius
and such primer shall also be subject to the approval of the Employer.
All other steel surfaces which are not to be painted shall be coated with
suitable rust preventive compound subject to the approval of the Employer.
All piping shall be cleaned after shop assembly by shot blasting or other
means approved by the Employer. Lube oil piping or carbon steel shall be
pickled.
Painting for Civil structures shall be done as per relevant part of technical
specification
9.00.00
9.01.00
9.02.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
374 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
source inspection, incoming raw-material inspection, verification of
materials purchased etc.
(f) System for shop manufacturing and site erection controls including
process, fabrication and assembly.
(g) Control of non-conforming items and system for corrective actions
and resolution of deviations.
(h) Inspection and test procedure both for manufacture and field
activities.
(i) Control of calibration and testing of measuring testing equipment.
(j) System for Quality Audits.
(k) System for identification and appraisal of inspection status.
(l) System for authorising release of manufactured product to the
Employer.
(m)System for handling, storage and delivery.
(n) System for maintenance of records, and
(o) Quality plans for manufacturing and field activities detailing out the
specific quality control procedure adopted for controlling the quality
characteristics relevant to each item of equipment/component.
9.03.00
9.03.01
9.03.02
Manufacturing Quality Plan will detail out for all the components and
equipment, various tests/inspection, to be carried out as per the
requirements of this specification and standards mentioned therein and
quality practices and procedures followed by Contractors/ Subcontractors/ sub-supplier's Quality Control Organisation, the relevant
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
375 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
reference documents and standards, acceptance norms, inspection
documents raised etc., during all stages of materials procurement,
manufacture, assembly and final testing/performance testing. The Quality
Plan shall be submitted on electronic media e.g. floppy or E-mail in addition
to hard copy, for review and approval. After approval the same shall be
submitted in compiled form on CD-ROM.
9.03.03
Field Quality Plans will detail out for all the equipment, the quality practices
and procedures etc. to be followed by the Contractors "Site Quality Control
Organisation", during various stages of site activities starting from receipt of
materials/equipment at site.
9.03.04
9.03.05
9.03.06
All material used for equipment manufacture including casting and forging
etc. shall be of tested quality as per relevant codes/standards. Details of
results of the tests conducted to determine the mechanical properties;
chemical analysis and details of heat treatment procedure recommended
and actually followed shall be recorded on certificates and time
temperature chart. Tests shall be carried out as per applicable material
standards and/or agreed details.
9.03.07
The contractor shall submit to the Employer Field Welding Schedule for
field welding activities in the enclosed format No.: QS-01-CQA-W-11/F1.
The field welding schedule shall be submitted to the Employer along with
all supporting documents, like welding procedures, heat treatment
procedures, NDT procedures etc. at least ninety days before schedule start
of erection work at site.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
376 of 415
CLAUSE NO.
9.03.08
TECHNICAL SPECIFICATIONS
All welding and brazing shall be carried out as per procedure drawn and
qualified in accordance with requirements of ASME Section IX/BS-4870 or
other International equivalent standard acceptable to the Employer.
All welding/brazing procedures shall be submitted to the Employer or its
authorised representative for approval prior to carrying out the
welding/brazing.
9.03.09
All brazers, welders and welding operators employed on any part of the
contract either in Contractors/sub-contractors works or at site or
elsewhere shall be qualified as per ASME Section-IX or BS-4871 or other
equivalent International Standards acceptable to the Employer.
9.03.10
9.03.11
For all pressure parts and high pressure piping welding, the latest
applicable requirements of the IBR (Indian Boiler Regulations) shall also be
essentially complied with. Similarly, any other statutory requirements for
the equipment/systems shall also be complied with. On all back-gauged
welds MPI/LPI shall be carried before seal welding.
9.03.12
9.03.13
9.03.14
All the heat treatment results shall be recorded on time temperature charts
and verified with recommended regimes.
9.03.15
9.03.16
The Contractor shall list out all major items/ equipment/ components to be
manufactured in house as well as procured from sub-contractors (BOI). All
the sub-contractor proposed by the Contractor for procurement of major
bought out items including castings, forging, semi-finished and finished
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
377 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
components/equipment etc., list of which shall be drawn up by the
Contractor and finalised with the Employer, shall be subject to Employer's
approval on enclosed format No. QS-01-QAI-P-01/F3. The contractors
proposal shall include vendors facilities established at the respective
works, the process capability, process stabilization, QC systems followed,
experience list, etc. along with his own technical evaluation for identified
sub-contractors enclosed and shall be submitted to the Employer for
approval within the period agreed at the time of pre-awards discussion and
identified in "DR" category prior to any procurement. Such vendor approval
shall not relieve the contractor from any obligation, duty or responsibility
under the contract.
9.03.17
9.03.18
Employer reserves the right to carry out quality audit and quality
surveillance of the systems and procedures of the Contractors or their subcontractors quality management and control activities. The contractor shall
provide all necessary assistance to enable the Employer carry out such
audit and surveillance.
9.03.19
The contractor shall carry out an inspection and testing programme during
manufacture in his work and that of his sub-contractors and at site to
ensure the mechanical accuracy of components, compliance with drawings,
conformance to functional and performance requirements, identity and
acceptability of all materials parts and equipment. Contractor shall carry
out all tests/inspection required to establish that the items/equipment
conform to requirements of the specification and the relevant
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
378 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
codes/standards specified in the specification, in addition to carrying out
tests as per the approved quality plan.
9.03.20
9.03.21
For all spares and replacement items, the quality requirements as agreed
for the main equipment supply shall be applicable.
9.03.22
9.03.23
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
379 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
inside temperature in the zone of highest heat dissipating components /
modules shall be monitored. The temperature rise inside the cubicle should
not exceed 10 C above the ambient temperature at 50 C.
In case of any failure during the test cycle, the further course of action
should be mutually discussed for demonstrating the intent of the above
requirement.
2) Burn in Test Cycle
The test shall be conducted on all the panels fully assembled and wired
including the panels having undergone the above mentioned elevated
temperature test.
The period of Burn in Test Cycle shall be 120 hrs and process shall be
similar to the elevated temperature test as above except that the
temperature shall be reduced to the ambient temperature prevalent at that
time.
During the above tests, the process I/O and other load on the system shall
be simulated by simulated inputs and in the case of control systems; the
process which is to be controlled shall also be simulated. Testing of
individual components or modules shall not be acceptable.
During the Burn in Test the cubicle doors shall be closed (or shall be in the
position same as they are supposed to be in the field) and inside
temperature in the zone of highest heat dissipating components / modules
shall be monitored. The temperature rise inside the cubicle should not
exceed 10 C above the ambient temperature.
The Contractor / Sub-contractor shall carry out routine test on 100% item at
contractor / sub-contractor's works. The quantum of check / test for routine
& acceptance test by employer shall be generally as per criteria / sampling
plan defined in referred standards. Wherever standards have not been
mentioned quantum of check / test for routine / acceptance test shall be as
agreed during detailed engineering stage.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
380 of 415
CLAUSE NO.
9.04.00
TECHNICAL SPECIFICATIONS
DOCUMENTATION PACKAGE
9.04.02
Similarly, the contractor shall be required to submit two sets (two hard
copies and two CD ROMs), containing QA Documentation pertaining to
field activities as per Approved Field Quality Plans and other agreed
manuals/ procedures, prior to commissioning of individual system.
9.04.04
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
381 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
phased deliveries, the applicable section of the quality document file is
completed. The supplier will then notify the Inspector regarding the
readiness of the quality document (or applicable section) for review.
(a) If the result of the review carried out by the Inspector is satisfactory,
the Inspector shall stamp the quality document (or applicable
section) for release.
(b) If the quality document is unsatisfactory, the Supplier shall endeavor
to correct the incompleteness, thus allowing to finalize the quality
document (or applicable section) by time compatible with the
requirements as per contract documents. When it is done, the
quality document (or
applicable section) is stamped by the
Inspector.
(c) If a decision is made dispatch, whereas all outstanding actions
cannot be readily cleared for the release of the quality document by
that time. The supplier shall immediately, upon shipment of the
equipment, send a copy of the quality document Review Status
signed by the Supplier Representative to the Inspector and notify of
the committed date for the completion of all outstanding actions &
submission. The Inspector shall stamp the quality document for
applicable section when it is effectively completed. The submission
of QA documentation package shall not be later than 3 weeks after
the dispatch of equipment.
9.04.05
TRANSMISSION OF QA DOCUMENTATION
9.05.01
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
382 of 415
CLAUSE NO.
9.05.02
TECHNICAL SPECIFICATIONS
The work shall be performed under the supervision of the Project Manager.
The scope of the duties of the Project Manager pursuant to the Contract,
will include but not be limited to the following:
(a) Interpretation of all the terms and conditions of these documents and
specifications:
(b) Review and interpretation
engineering data, etc:
of
all
the
Contractors
drawing,
9.06.01
The word Inspector shall mean the Project Manager and/or his authorised
representative and/or an outside inspection agency acting on behalf of the
Employer to inspect and examine the materials and workmanship of the
works during its manufacture or erection.
9.06.02
9.06.03
The Contractor shall give the Project Manager/Inspector fifteen (15) days
written notice of any material being ready for testing. Such tests shall be to
the Contractors account except for the expenses of the Inspectors. The
Project Manager/Inspector, unless the witnessing of the tests is virtually
waived and confirmed in writing, will attend such tests within fifteen (15)
days of the date on which the equipment is noticed as being ready for
test/inspection failing which the contractor may proceed with test which
shall be deemed to have been made in the inspectors presence and he
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
383 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
shall forthwith forward to the inspector duly certified copies of test reports in
two (2) copies.
9.06.04
The Project Manager or Inspector shall within fifteen (15) days from the
date of inspection as defined herein give notice in writing to the Contractor,
or any objection to any drawings and all or any equipment and
workmanship which is in his opinion not in accordance with the contract.
The Contractor shall give due consideration to such objections and shall
either make modifications that may be necessary to meet the said
objections or shall inform in writing to the Project Manager/Inspector giving
reasons therein, that no modifications are necessary to comply with the
contract.
9.06.05
When the factory tests have been completed at the Contractors or subcontractors works, the Project Manager /Inspector shall issue a certificate
to this effect fifteen (15) days after completion of tests but if the tests are
not witnessed by the Project Manager /Inspectors, the certificate shall be
issued within fifteen (15) days of the receipt of the Contractors test
certificate by the Project Manager /Inspector. Project Manager /Inspector to
issue such a certificate shall not prevent the Contractor from proceeding
with the works. The completion of these tests or the issue of the
certificates shall not bind the Employer to accept the equipment should it,
on further tests after erection be found not to comply with the contract.
9.06.06
In all cases where the contract provides for tests whether at the premises
or works of the Contractor or any sub-contractor, the Contractor, except
where otherwise specified shall provide free of charge such items as
labour, material, electricity, fuel, water, stores, apparatus and instruments
as may be reasonably demanded by the Project Manager /Inspector or his
authorised representatives to carry out effectively such tests on the
equipment in accordance with the Contractor and shall give facilities to the
Project Manager/Inspector or to his authorised representative to
accomplish testing.
9.06.07
9.06.08
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
384 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
9.06.09
9.07.00
9.07.01
List of items requiring quality plan and sub supplier approval. Format
No.:QS-01-QAI-P-01/F3-R0.
9.07.02
9.07.03
10.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
385 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Contractor for correctness of and completeness of facility or part
thereof and acceptability for initial pre-commissioning tests,
commissioning and start-up at Site. The list of pre-commissioning
tests to be performed shall be as mutually agreed and included in
the Contractor's quality assurance programme as well as those
included elsewhere in the Technical Specifications.
(b) The Contractor's pre-commissioning/ commissioning/start-up
engineers, specially identified as far as possible, shall be
responsible for carrying out all the pre-commissioning tests at Site.
On completion of inspection, checking and after the precommissioning tests are satisfactorily over, the commissioning of the
complete facilities shall be commenced during which period the
complete facilities, equipments shall be operated integral with subsystems and supporting equipment as a complete plant.
(c) The time consumed in the inspection and checking of the units shall
be considered as a part of the erection and installation period.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
386 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
(d) The check outs during the pre - commissioning period should be
programmed to follow the construction completion schedule. Each
equipment/system, as it is completed in construction and turned over
for commissioning (start-up), should be checked out and cleaned.
The checking and inspection of individual systems should then
follow a prescribed commissioning documentation [SCL (Standard
Check List) / TS (Testing Schedule) / CS (Commissioning
Schedule)] to be furnished by the manufacturer/supplier.
(e) The Contractor shall conduct vibration testing to determine the 'base
line' of performance of all plant rotating equipment. These tests shall
be conducted when the equipment is running at the base load, peak
load as well as lowest sustained operating condition as far as
practicable.
11.00.00
All the equipment shall be suitably protected, coated, covered or boxed and
crated to prevent damage or deterioration during transit, handling and
storage at Site till the time of erection. While packing all the materials, the
limitation from the point of view of the sizes of railway wagons available in
India should be taken account of. The Contractor shall be responsible for
any loss or damage during transportation, handling and storage due to
improper packing. The Employer's Inspector shall have right to insist for
completion of works in shops before dispatch of materials for
transportation.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
387 of 415
CLAUSE NO.
13.00.00
TECHNICAL SPECIFICATIONS
ELECTRICAL ENCLOSURE
All instrument scales and charts shall be calibrated and printed in metric
units and shall have linear graduation. The ranges shall be selected to
have the normal reading at 75% of full scale.
All scales and charts shall be calibrated and printed in Metric Units
14.02.00
14.03.00
All electronic modules shall have gold plated connector fingers and further
all input and output modules shall be short circuit proof. These shall also be
tropicalised & components shall be of industrial grade or better.
15.00.00
The Bidder shall have to furnish all technical details including circuit
diagrams, specifications of components, etc., in respect of each and every
electronic card/module as employed on the various solid state as well as
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
388 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
microprocessor based systems and equipment including conventional
instruments, peripherals etc.
It is mandatory for the Bidder to identify clearly the custom built ICs used in
the package. The Bidder shall also furnish the details of any equivalents of
the same.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
389 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Annexure-1 of GTR
S. N.
Description Of Documents
1.
1
Soft Copy
(through 2 sets of
Floppy or 1 no of
CD-Rom
or
through E-Mail)
2.
4 CD- Roms
3.
4 CD- Roms
4.
1
Soft Copy
(through 2 sets of
Floppy or 1 no of
CD-Rom
or
through E-Mail)
2 CD-Roms
6.
1
Soft Copy
(through 2 sets of
Floppy or 1 no of
CD-Rom
or
through E-Mail)
7.
4 CD-Roms
4 sets
1 CD ROMS
4 sets
1 CD ROMS
Operation
"DRAFT"
manual 4 sets
2 CD ROMS
10
&
Maintenance
No of NO.
OF
CDPrints ROMs /Floppy
(Sets)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
4 sets
PART-G
CD ROMS
Page
390 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Annexure-1 of GTR
S. N.
Description Of Documents
No of NO.
OF
CDPrints ROMs /Floppy
(Sets)
11
4 sets
1 CD ROMS
4 sets
1 CD ROMS
(DRAFT)
12.
13
Performance
and
Procedure (Draft)
Guarantee
test 8
1
Soft Copy
(through 2 sets of
Floppy or 1 no of
CD-Rom
or
through E-Mail)
14.
Performance
and
Procedure (Final)
Guarantee
test 8
1 Soft Copy ( 2
Floppy or 1 no of
CD-Rom
or
through E-Mail)
16
Progress Reports
3 FLOPPIES
16
3 Sets
3CD ROMS
17
1 CD-ROM
18
1 CD ROM
19
1 set floppies
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
1 CD ROM
PART-G
Page
391 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
Annexure-1 of GTR
S. N.
Description Of Documents
20
No of NO.
OF
CDPrints ROMs /Floppy
(Sets)
4 sets
Final
4 sets
2 CD ROMS
21
1 FLOPPY
22
2 CD ROMS
23
2 CD ROMS
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-G
Page
392 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
PART-H
ERECTION CONDITIONS OF CONTRACT
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
393 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
ERECTION CONDITIONS OF CONTRACT
1.00.00
GENERAL
1.01.00
1.02.00
2.00.00
CODE REQUIREMENTS
The erection requirements and procedures to be followed during the
installation of the equipment shall be in accordance with the relevant
Government of India Rules & Codes, accepted good practices in the
industry and shall fulfill all statutory requirements.
3.00.00
4.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
394 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
include the replacements or re-execution of such of those works of other
Contractors and/or agencies, which might have got damaged or affected by
the replacements or re-work done to the Contractors work.
5.00.00
6.00.00
7.00.00
PROTECTION OF WORK
The Contractor shall have total responsibility for protecting his works till it is
finally taken over by the Employer. No claim will be entertained by the
Employer or the representative of the Employer for any damage or loss to
the Contractors works and the Contractor shall be responsible for complete
restoration of the damaged works to original conditions to comply with the
specification and drawings. Should any such damage to the Contractors
Works occur because of any other agency/individual not being under his
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
395 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
supervision or control, the Contractor shall make his claim directly with the
party concerned. The Contractor shall not cause any delay in the repair of
such damaged Works because of any delay in the resolution of such disputes. The Contractor shall proceed to repair the Work immediately and no
cause thereof will be assigned pending resolution of such disputes.
8.00.00
9.00.00
FIRE PROTECTION
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
396 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
The work procedures that are to be used during the erection shall be those
which minimise fire hazards to the extent practicable. Combustible materials,
combustible waste and rubbish shall be collected and removed from the Site
regularly. Fuels, oils and volatile or flammable materials shall be stored away
from the construction and equipment and materials storage areas in safe
containers. Untreated canvas, paper, plastic or other flammable flexible
materials shall not at all be used at Site for any other purpose unless
otherwise specified. If any such materials are received with the equipment at
the Site, the same shall be removed and replaced with acceptable material
before moving into the construction or storage area.
All materials used for storage or for handling of materials shall be of water
proof and flame resistant type. All the other materials such as working
drawings, plans etc. which are combustible but are essential for the works to
be executed shall be protected against combustion resulting from welding
sparks, cutting flames and other similar fire sources.
All the Contractors supervisory personnel and sufficient number of workers
shall be trained for fire-fighting and shall be assigned specific fire protection
duties. Enough of such trained personnel must be available at the Site during
the entire period of the Contract.
The Contractor shall provide suitable quantity & type fire protection
equipment for the warehouses, office, temporary structures etc.
10.00.00
SECURITY
The Contractor shall have total responsibility for all equipment and materials
in his custody stores, loose, semi-assembled and/or erected by him at Site.
The Contractor shall make suitable security arrangements including
employment of security personnel to ensure the protection of all materials,
equipment and works from theft, fire, pilferage and any other damages and
loss.
11.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
397 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
sizes from the Indian Railways or any other agency concerned in India well
before effecting dispatch of equipment. Before dispatch it shall be ensured
that complete processing and manufacturing of the components is carried out
at shop, only restricted by transport limitation, in order to ensure that site
works like grinding, welding, cutting & preassembly to bare minimum. The
Employer's Inspector shall have right to insist for completion of works in
shops before dispatch of materials for transportation.
12.00.00
CRATING
All equipment and materials shall be suitably coated, wrapped, or covered
and boxed or crated for moist humid tropical shipment and to prevent
damage or deterioration during handling and storage at the site.
Equipment shall be packed with suitable desiccants, sealed in water proof
vapour-proof wrapping and packed in lumber of plywood enclosures, suitably
braced, tied and skidded. Lumber enclosures shall be solid, not slatted.
Desiccants shall be either silica gel or calcium sulphate, sufficiently ground to
provide the required surface area and activated prior to placing in the
packaging. Calcium sulphate desiccants shall be of a chemical nature to
absorb moisture. In any case, the desiccant shall not be of a type that will
absorb enough moisture to go into solution. Desiccants shall be packed in
porous containers, strong enough to withstand handling encountered during
normal shipment. Enough desiccant shall be used for the volumes enclosed
in wrapping.
Packaging or shipping units shall be designed within the limitations of
unloading facilities and the equipment which will be used for transport.
Complications involved with ocean shipment and the limitations of ports,
railways and roads shall be considered. It shall be the Contractor's
responsibility to investigate these limitations and to provide suitable
packaging to permit safe handling during transit and at the job site.
Electrical equipment, control and instrumentation shall be protected against
moisture and water damage. All external gasket surfaces and flange faces,
couplings, motor pump shafts, bearing and like items shall be thoroughly
cleaned and coated with rust preventive compound as specified above and
protected with suitable wood, metal or other substantial type covering to
ensure their full protection.
Equipment having antifriction or sleeve bearings shall be protected by
weather tight enclosures.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
398 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Coated surfaces shall be protected against impact, abrasion, discolouration
and other damage. Surfaces which are damaged shall be repaired.
All exposed threaded parts shall be greased and protected with metallic or
other substantial type protectors. All female threaded openings shall be
closed with forged steel plugs. All pipings, tubing, and conduit equipment
and other equipment openings shall be sealed with metallic or other rough
usage covers and tapped to seal the interior of the equipment piping, tubing,
or conduit.
Provisions shall be made to ensure that water does not enter any equipment
during shipment or in storage at the plant site.
Returnable containers and special shipping devices shall be returned by the
manufacturer's field representative at the Contractor's expense.
While packaging the material, care shall be taken for the limitation from the
point of view of availability of railway wagon sizes in India.
13.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
399 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
and a record of such measured insulation values maintained by the
Contractor. Such records shall be open for inspection by the Employer.
The Contractor shall ensure that all the packing materials and protection
devices used for the various equipments during transit and storage are
removed before the equipment are installed.
The consumables and other supplies likely to deteriorate due to storage must
be thoroughly protected and stored in a suitable manner to prevent damage
or deterioration in quality by storage.
All the materials stored in the open or dusty location must be covered with
suitable weatherproof and flameproof covering material wherever applicable.
14.00.00
CONSTRUCTION MANAGEMENT
Contractor shall be responsible for performance of his works in accordance
with the specified construction schedule. If at any time, the Contractor is
falling behind the schedule, he shall take necessary action to make good for
such delays by increasing his work force or by working overtime or otherwise
accelerate the progress of the work to comply with the schedule and shall
communicate such actions in writing to the Employer, satisfying that his
action will compensate for the delay. The Contractor shall not be allowed any
extra compensation for such action.
The Employer shall however not be responsible for provision of additional
labour and/or materials or supply or any other services to the Contractor.
15.00.00
16.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
400 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
including members of public and employees of the Employer and his own
employees and all public and private property including structures, building,
other plants and equipments and utilities either above or below the ground.
The Contractor will ensure provision of necessary safety equipment such as
barriers, sign - boards, warning lights and alarms, etc. to provide adequate
protection to persons and property.
17.00.00
PAINTING
All exposed metal parts of the equipment including pipings, structure
railings, etc. wherever applicable, after installation unless otherwise surface
protected, shall be first painted in accordance with relevant codes &
standards, after throughly cleaning all such parts of all dirt, rust, scales,
greases, oils and other foreign materials by wire brushing, scraping or sand
blasting.
18.00.00
19.00.00
20.00.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
401 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
All the equipment/ equipment bases shall be grouted and finished as per
these specifications unless otherwise recommended by the equipment
manufacturer.
The concrete foundation surfaces shall be properly prepared by chipping,
grinding as required to bring the top of such foundation to the required level,
to provide the necessary roughness for bondage and to assure enough
bearing strength.
20.01.00
20.02.00
GROUT
The grout shall be high strength grout having a minimum characteristic
compressive strength of 60 N/mm2 at 28 days. The grout shall be chloride free, cement based, free flowing, non-metallic grout.
The Grout shall have good flowability even at very low water/ grout powder
ratio.
The Grout shall have characteristics of controlled expansion to be able to
occupy its original volume to fill the voids and to compensate for shrinkage.
Grout shall be of pre-mix variety so that only water needs to be added
before use.
The mixing of the Grout shall conform to the recommendations of the
manufacturer of the Grout.
PLACING OF GROUT
After the base has been prepared, its alignment and level has been
checked and approved and before actually placing the grout, a low dam
shall be set around the base at a distance that will permit pouring and
manipulation of the grout. The height of such dam shall be at least 25mm
above the bottom of the base. Suitable size and number of chains shall be
introduced under the base before placing the grout, so that such chains can
be moved back & forth to push the grout into every part of the space under
the base.
The grout shall be poured either through grout holes if provided or shall be
poured at one side or at two adjacent sides to make the grout move in a
solid mass under the base and out in the opposite side. Pouring shall be
continued until the entire space below the base is thoroughly filled and the
grout stands at least 25 mm higher all around than the bottom of the base.
Enough care should be taken to avoid any air or water pockets beneath the
bases.
In addition to the above, recommendations of Grout manufacturer shall also
be followed.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
402 of 415
CLAUSE NO.
` 20.03.00
TECHNICAL SPECIFICATIONS
FINISHING OF THE EDGES OF THE GROUT
The poured grout should be allowed to stand undisturbed until it is well
set. Immediately thereafter, the dam shall be removed and grout which
extends beyond the edges of the structural or equipment base plates shall
be cut off, flushed and removed. The edges of the grout shall then be
pointed and finished with 1:2 cement mortar pressed firmly to bond with
the body of the grout and smoothened with a tool to present a smooth
vertical surface. The work shall be done in a clean and scientific manner
and the adjacent floor spaces, exposed edges of the foundations, and
structural steel and equipment base plates shall be thoroughly cleaned of
any spillage of the grout.
21.00.00
SHAFT ALIGNMENTS
All the shafts of rotating equipment shall be properly aligned to those of
the matching equipments to as perfect accuracy as practicable. The
equipment shall be free from excessive vibration so as to avoid
overheating of bearings or other conditions which may tend to shorten the
life of the equipment. The vibration level of rotating equipments measured
at bearing housing shall conform to VDI 2056. All bearings, shafts and
other rotating parts shall be thoroughly cleaned and suitably lubricated
before starting.
22.00.00
DOWELLING
All the motors and other equipment shall be suitably doweled after
alignment of shafts with tapered machined dowels as per the direction of
the Employer.
23.00.00
CABLING
All cables shall be supported by conduits or cable tray run in air or in cable
channels. These shall be installed in exposed runs parallel or perpendicular
to dominant surfaces with right angle turn made of symmetrical bends or
fittings. When cables are run on cable trays, they shall be clamped at a
minimum intervals of 2000mm.
Each cable, whether power or control, shall be provided with a metallic or
plastic tag of an approved type, bearing a cable reference number indicated
in the cable and conduit list (prepared by the Contractor), at every 5 meter
run or part thereof and at both ends of the cable adjacent to the
terminations. Cable routing is to be done in such a way that cables are
accessible for any maintenance and for easy identification.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
403 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Sharp bending and kinking of cables shall be avoided. Installation of other
cables like high voltage, coaxial, screened, compensating, mineral insulated
shall be in accordance with the cable manufacturers recommendations.
Wherever cables cross roads and water, oil, sewage or gaslines, special
care should be taken for the protection of the cables in designing the cable
channels.
In each cable run some extra length shall be kept at a suitable point to
enable one or two straight through joints to be made, should the cable
develop fault at a later date.
Control cable terminations shall be made in accordance with wiring
diagrams, using identifying codes subject to the Employers approval.
Multicore control cable jackets shall be removed as required to train and
terminate the conductors. The cable jacket shall be left on the cable, as far
as possible, to the point of the first conductor branch. The insulated
conductors from which the jacket is removed shall be neatly twined in
bundles and terminated. The bundles shall be firmly but not tightly tied
utilising plastic or nylon ties or specifically treated fungus protected cord
made for this purpose. Control cable conductor insulation shall be securely
and evenly cut.
The connectors for control cables shall be covered with a transparent
insulating sleeve so as to prevent accidental contact with ground or
adjacent terminals and shall preferably terminate in Elmex terminals and
washers. The insulating sleeve shall be fire resistant and shall be long
enough to over pass the conductor insulation. All control cables shall be
fanned out and connection made to terminal blocks and test equipment for
proper operation before cables are corded together.
24.00.00
EQUIPMENT INSTALLATION
24.01.00
General Requirements
The Contractor shall furnish all construction materials, tools and equipment
and shall perform all work required for complete installation of all control
and instrument equipment furnished under this specification.
Contractor shall prepare detailed installation drawings for each equipment
furnished under this specification. Installation of all equipment/systems
furnished by this specification shall be as per installation drawings.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
404 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Erection procedures not specified herein shall be in accordance with the
recommendations of the equipment manufacturers. The procedures shall be
acceptable to the Employer.
The Contractor shall coordinate his work with other suppliers where their
instruments and devices are to be installed under specifications.
24.02.00
Installation Materials
All materials required for installation, testing and commissioning of the
equipment shall be furnished by the Contractor.
24.03.00
Regulatory Requirements
All installation procedures shall confirm with the accepted good engineering
practice and with all applicable governmental laws, regulations and codes.
24.04.00
Cleaning
All equipment shall be cleaned of all sand, dirt and other foreign materials
immediately after removal from storage and before the equipment is
installed.
24.05.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
405 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
Non-free standing local enclosures and cabinets shall be mounted in
accessible locations on columns, walls, or stands. Bracket and stands shall
be fabricated as required to install the local enclosures and cabinets in a
workman like manner. Rough edges and welds on all fabricated supports
shall be ground smooth. The supports shall be finished with two coats of
primer and two coats of paint as specified in this part.
24.06.00
Defects
All defects in erection shall be corrected to the satisfaction of the Employer
and the Project Manager. The dismantling and reassembly of Contractor
furnished equipment to remove defective parts, replace parts, or make
adjustments shall be included as a part of the work under these
specifications.
The removal of control and instrument equipment in order to allow bench
calibration, if required, and the re-installation of the said equipment after
calibration shall also be included as a part of the work under these
specifications.
24.07.00
Equipment Protection
All equipment to be erected under these specifications shall be protected
from damage of any kind from the time of contract award until
commissioning of each unit.
The equipment shall be protected during storage as described herein.
Equipment shall be protected from weld spatter during construction.
Suitable guards shall be provided for protection of personnel on all exposed
rotating or moving machine parts. All such guards with necessary spares
and accessories shall be designed for easy removal and maintenance.
Equipment having glass components such as gauges, or equipment having
other easily breakable components, shall be protected during the
construction period with plywood enclosures or other suitable means.
Broken, stolen, or lost components shall be replaced by the Contractor.
Machine finished surfaces, polished surfaces, or other bare metal surfaces
which are not to be painted, such as machinery shafts and couplings shall
be provided temporary protection during storage and constructional periods
by a coating of a suitable non- drying, oily type, rust preventive compound.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
406 of 415
CLAUSE NO.
` 25.00.00
TECHNICAL SPECIFICATIONS
DEVIATIONS DISPOSITIONING:
Any deviation to the contract and employer approved documents shall be
properly recorded in the format prescribed by NTPC. All the deviations
shall be bought to the knowledge of employers representative for suitable
dispositioning.
26.00.00
STATUTORY REQUIREMENTS
In addition to the local laws and regulations, the Contractor shall also
comply with the Minimum Wages Act and the Payment of Wages Act (both
of the Government of India) and the rules made there under in respect of its
labour and the labour of its sub-contractors currently employed on or
connected with the contract.
All registration and statutory inspection fees, if any, in respect of his work
pursuant to this Contract shall be to the account of the Contractor.
However, any registration, statutory inspection fees lawfully payable under
the provisions of any statutory laws and its amendments from time to time
during erection in respect of the plant equipment ultimately to be owned by
the Employer, shall be to the account of the Employer. Should any such
inspection or registration need to be re-arranged due to the fault of the
Contractor or his Sub-Contractor, the additional fees for such inspection
and/or registration shall be borne by the Contractor.
27.00.00
EMPLOYMENT OF LABOUR
In addition to all local laws and regulations pertaining to the employment of
labour to be complied with by the Contractor pursuant to GCC, the
Contractor will be expected to employ on the work only his regular skilled
employees with experience of the particular work. No female labour shall be
employed after darkness. No person below the age of eighteen years shall
be employed.
All travelling expenses including provisions of all necessary transport to and
from Site, lodging allowances and other payments to the Contractors
employees shall be the sole responsibility of the Contractor.
In case the Employer becomes liable to pay any wages or dues to the
labour or any Government agency under any of the provisions of the
Minimum Wages Act, Workmen Compensation Act, Contact Labour
Regulation Abolition Act or any other law due to act of omission of the
Contractor, the Employer may make such payments and shall recover the
same from the Contractors Bills.
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
407 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
28.00.00
28.01.00
28.02.00
28.03.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
access.
Page
408 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(b) Ladders in accordance with stautory safety rules for construction and
erection shall be used. Rungs shall not be welded on columns. All the
stairs shall be provided with handrails immediately after its erection.
The Contractor shall provide safe working conditions to all workmen and
employees at the Site including safe means of access, railings, stairs,
ladders, scaffoldings etc. The scaffoldings shall be erected under the
control and supervision of an experienced and competent person. For
erection, good and standard quality of material only shall be used by the
Contractor.
28.04.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
409 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
permanent disablement to person
workmen or employees whosoever
Permanent disablement shall have same meaning as indicated in
Workmens Compensation Act. The compensation mentioned above shall
be in addition to the compensation payable to the workmen/employees
under the relevant provisions of the Workmens Compensation Act and
rules framed thereunder or any other applicable laws as applicable from
time to time. In case the Employer is made to pay such Compensation then
the Contractor is liable to reimburse the Employer such amount in addition
to the compensation indicated above.
If the Contractor observes all the Safety Rules and Codes, Statutory Laws
and Rules during the currency of Contract awarded by the Employer and no
accident occurs then the Employer may consider the performance of the
Contractor and award suitable ACCIDENT FREE SAFETY MERITORIOUS
AWARD as per scheme as may be announced separately from time to
time.
29.00.00
INSURANCE
In addition to the conditions covered under the Clause entitled Insurance
in Section General Conditions of Contract (GCC), the following provisions
will also apply to the portion of works to be done beyond the Contractors
own or his Sub-Contractors manufacturing Works and all statutory
obligations shall be fulfilled.
29.01.00
29.02.00
Workmen's Compensation
Employee's Liability
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
410 of 415
CLAUSE NO.
TECHNICAL SPECIFICATIONS
the property of other arising from the use of motor vehicles during
on or off the Site operations, irrespective of the Ownership of such
vehicles. The liability covered shall be as herein indicated:
Fatal Injury
Property Damage
29.03.00
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-H
Page
411 of 415
PART-I
LIST OF TENDER DRAWINGS
CLAUSE NO.
TECHNICAL SPECIFICATIONS
`
PART-I LIST OF TENDER DRAWINGS
Sl.
DRAWING NO.
No.
5714-004-POE-A- 006
1.
-1 AND 2 Rev A
5714-004-POE-A- 007
2.
3.
4.
5714-004-POC-A-003
Rev B
5714-004-POC-A-004
Rev A
5.
5714-004-POC-A-005
Rev A
6.
5714-004-POC-A-002
Rev-A
TITLE
Single
line
diagram
Power
Evacuation System
Installation methodology of buried
cables
Details of Chain Link Fencing
Details of Main Gate
Inverter Room Pre Engineered
Building
Architectural
Plan,
Elevation,
Section details
Typical detail of Approach Roads
drawing no:
TECHNICAL SPECIFICATION
BID DOC. NO:CS-5716-004-9
PART-I
Page
413 of 415
ROOF PLAN
INSULATED DOUBLE SKIN
METAL PANEL ROOF SHEETING
WITH COLOUR SHADE RAL
5012 ON OUTSIDE FACE &
INSIDE VISIBLE WITH COLOUR
SHADE RAL 9002
OPENING FOR SUPPLY VENT
EL(+)3.50M
INSULATED DOUBLE SKIN
METAL PANEL SHEETING
COLOUR SHADE RAL 9002 ON
OUTSIDE FACE & INSIDE WITH
COLOUR SHADE RAL 9002
EL(+)2.10M
EL(+)1.00M
EL(+)3.50M
EL(+)2.10M
EL(+)1.00M
EL(-)0.45M
ELEVATION AT Q
EL(-)0.45M
ELEVATION AT S
ELEVATION AT P
RIDGE FINISHED WITH INSULATED METAL
PANEL SHEETING AS/SPEC. WITH RAL 9002
COLOUR SHADE
Y
INSULATED DOUBLE SKIN
METAL PANEL SHEETING
COLOUR SHADE RAL 9002 ON
OUTSIDE FACE & INSIDE WITH
COLOUR SHADE RAL 9002
EL(+)3.50M
EL(+)3.50M
EL(+)1.00M
EL(+)2.10M
EL(-)0.45M
EL(-)0.450M
ELEVATION AT R
SECTION AT X-X
GUTTER FINISHED WITH METAL
SHEETING (DOUBLE SKIN)
AS/SPEC. WITH RAL-5012
COLOUR SHADE
DETAIL AT Y
A RELEASED FOR TENDER PURPOSE ONLY
PART-J
MANDATORY SPARES
CLAUSE NO.
TECHNICAL SPECIFICATIONS
(a)
The bidder shall indicate the prices for each and every item (except
for items not applicable to the bidders design) in the Schedule of
mandatory Spares whether or not he considers it necessary for the
Owner to have such spares. If the bidder fails to comply with the
above or fails to quote the price of any spare item, the cost of such
spares shall be deemed to be included in the contract price. The
bidder shall furnish the population per unit of each item in the Bid
Forms and Price Schedules. Whenever the quantity is mentioned in
sets the bidder has to give the item details and prices of each item.
(b.)
(c)
(d.)
(e.)
(f.)
(g.)
TECHNICAL SPECIFICATION
BID DOC. NO: CS-5714-004(R)-9
PART-J
Page
415 of 415