You are on page 1of 128

ASSAM POWER DISTRIBUTION COMPANY LTD.

BID DOCUMENT
FOR
Supply and Erection of 33 kV pole mounted Breaker, Isolator with
Structures, 33 kV underground cable & terminal kits, earth
electrodes, earth mat materials, extension of 33 kV bay, shifting of 33
kV PT etc.
And
Erection and commissioning of 2x1000 kVA, 33/0.433 kV Compact
Sub-station
At
DATA CENTRE AT ASEB CAMPUS, DWARANDHA, SIX MILE,
GUWAHATI
UNDER

RESTRUCTURED ACCELERATED POWER DEVELOPMENT AND


REFORM PROGRAMME (R-APDRP)
ON
TURNKEY MODE

SCHEME: R-APDRP, Part-A


NIT No: CGM (PP&D)/ APDCL/R-APDRP/.

ASSAM POWER DISTRIBUTION CO. LTD


R-APDRP Cell, PROJECT PLANNING & DESIGN

NIT No.CGM (PP&D)/ APDCL/R-APDRP/


Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or
joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of
the Govt. of Assam for Supply and Erection of 33 kV pole mounted Breaker, Isolator with Structures, laying &
termination of 33 kV underground cable & terminal kits, earth mat including earth conductor & electrodes, riser
etc, extension of 33 kV bay, shifting & re-installation, commissioning of 33 kV PT etc. and Erection and
commissioning of 2x1000 kVA, 33/0.433 kV Compact Sub-station at R-APDRP Data Centre, ASEB Campus,
Six mile, Dwarandha, Guwahati.
Tender papers can be purchased in all working days up to 4 PM w.e.f. 02.04.2012 to 12.04.2012 from
the office of the Nodal Officer, R-APDRP Cell, Bijulee Bhawan, Paltan bazaar, 6th Floor, Guwahati-1.
Pre bid meeting will be held on 20.04.2012
Last date of submission of bid 27.04.2012 (1 PM).
Date of opening of technical bid - 27.04.2012 (1-30 PM)
Details may be seen in the website www.apdcl.gov.in

Memo No. CGM(PP&D)/APDCL/R-APDRP/.

Chief General Manager (PP&D),


th
APDCL, 6 floor, Bijulee Bhawan.
Guwahati-1
Dt.

Copy to: 1. PS to the Chairman and Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the
CMD.
2. The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in
one issue of The Assam Tribune The Sentinel and Dainik Janambhumi.
3. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the official
website.

Chief General Manager (PP&D),


th
APDCL, 6 floor, Bijulee Bhawan

SECTION -1
NOTICE INVITING TENDER

ASSAM POWER DISTRIBUTION CO. LTD


PROJECT PLANNING & DESIGN

NOTICE INVITING TENDER


NIT No. CGM (PP&D)/ APDCL/

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or
joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of
the Govt. of Assam for Supply, Erection, testing, commissioning of 33 kV pole mounted Breaker, Isolator with
Structures, 33 kV underground cable & terminal kits, earth electrodes, earth mat materials, extension of 33 kV
bay, shifting of 33 kV PT & re-erection etc. and Erection and commissioning of 2x1000 kVA, 33/0.433 kV
Compact Sub-station at R-APDRP Data Centre, ASEB Campus, Six mile, Dwarandha, Guwahati.
Source of Fund: Partly from Govt. of India and partly from APDCL
Eligibility Criteria:
1. Average Annual turnover of the bidder for the last three financial years for the work should be as
mentioned below and duly certified by registered Chartered Accountant with Registration No.
2. Past and present performance of the bidder in ASEB or in any of its successor companies will be taken
into account to decide the eligibility as per clause 4 (a) of Sec-2.
Bid validity: 270 days from the date of submission of Bid.
Cost of Tender Paper: Rs.4000/-(Rupees Four thousand) only in the form of A/C Payee Demand
Draft/Bankers Cheque (non-refundable) duly pledged in favour of ASSAM POWER DISTRIBUTION
COMPANY LIMITED. Tender papers can be purchased on all working days up to 4 PM w.e.f 02.04.2012 to
12.04.2012 from the office of the Nodal Officer, R-APDRP Cell, APDCL, Bijulee Bhawan, 6TH Floor, Guwahati-1.
Alternatively, the Bid Document can be downloaded from the website: www.apdcl.gov.in for tender
submission purpose. The Bidders using downloaded document will attach with their Bids(Techno-commercial)
an A/C Payee Demand Draft/Bankers Cheque (non-refundable) of Rs. 4000/-(Rupees Four thousand
only) duly pledged in favour of Assam Power Distribution Company Limited, Guwahati-1as a cost of tender
paper. Bidders will ensure that the complete document in full is downloaded and used. Any bid without the
payment of Rs. 4000.00 as above will be rejected outright ; the date of purchase of said A/C Payee
Demand Draft/ Bankers Cheque should be within the date of issue of Tender paper.
Date of submission of Tenders: Up to 13-00 Hrs. of 27.04.2012
Date of opening of Bid: Techno-commercial bids will be opened on 27.04.2012 at 13-30 Hrs. and the price
bid on a date to be notified later on.
Details of work
Package no.

Work description

Data
Centre/PS-2

Supply ,Erection, testing & commissioning


of 33 kV pole mounted Breaker, Isolator
with Structures, 33 kV underground cable &
terminal kits, earth electrodes, earth mat
materials, extension of 33 kV bay, shifting
of 33 kV PT etc. and Erection and
commissioning of 2x1000 kVA, 33/0.433 kV
Compact Sub-station at R-APDRP Data
Centre,
ASEB Campus,
Six mile,
Dwarandha, Guwahati.

Average
annual turn
over
(Rs in lakh)

240.0

EMD
amount (Rs.
In lakh)

Period of
completion
In days

2.00

90
(Ninety) days
from the date of
issue of work
order

Terms & Conditions:


1. The work should be carried out as per latest APDCL specification and construction standard.
2. In case of a joint venture firm, the relevant deed in support of joint venture, an agreement duly
registered or certified by Notary must be submitted along with the bid. In absence of such documents,
the tender from a joint venture firm shall be rejected.( for joint venture requirement refer clause: 5 of
Sec-2)
3. The Techno-Commercial & Price bids must be submitted in two separate sealed cover superscribing
the following on both the covers
a) Name of bidder with full address
b) Techno-Commercial bid with earnest money for envelope containing Techno-commercial Bid and
Price bid for envelope containing the price bid.
c) NIT reference number.
4. Rates should be quoted both in figures and words legibly and no overwriting will be accepted.
5. Earnest money as stipulated should be submitted with the Techno-Commercial bid in the form of
Bank Guarantee (BG) of Nationalized Bank with a validity of minimum one year pledged in favour
of ASSAM POWER DISTRIBUTION COMPANY LIMITED, Guwahati-1. Any tender without earnest
money will be rejected outright.
6. Quoted rate should be firm and inclusive of all taxes and duties.
7. Quoted rate must be valid for a minimum of 270 days.
8. There will be a pre-bid discussion with the intending tenderer to be held on 20.04.2012 at 15-00 Hrs in
the Ground Floor Conference Hall, Bijulee Bhawan, Paltanbazar, Guwahati-1 regarding terms and
conditions and scope of work.
9. The tender should be submitted in the office of the Nodal Officer, R-APDRP, APDCL, Bijulee Bhawan,
6th floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the
intending tenderers.
10. The Company reserves the right to accept or reject any tender in part or in full or split the work or
cancel/withdraw the Notice inviting tender without assigning any reason thereof whatsoever and in such
case, no tenderer/ intending tenderer shall have any claim arising out of such action.

Chief General Manager (PP&D),


APDCL, 6th floor, Bijulee Bhawan.
Paltan bazar,Guwahati-1

SECTION 2
TENDER INVITING PROPOSAL

ASSAM POWER DISTRIBUTION CO. LTD


PROJECT, PLANNING & DESIGN

Supply and Erection of 33 kV pole mounted Breaker, Isolator with Structures, 33 kV underground cable
& terminal kits, earth electrodes, earth mat materials, extension of 33 kV bay, shifting of 33 kV PT etc. and
Erection and commissioning of 2x1000 kVA, 33/0.433 kV Compact Sub-station at R-APDRP Data Centre,
ASEB Campus, Six mile, Dwarandha, Guwahati.
1.

Intent of the Tender Enquiry


The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly experienced
and financially sound contractor(s) (individual or joint venture)/firms to carry out the work of Supply and
Erection of 33 kV pole mounted Breaker, Isolator with Structures, 33 kV underground cable & terminal kits,
earth electrodes, earth mat materials, extension of 33 kV bay, shifting of 33 kV PT etc. and Erection and
commissioning of 2x1000 kVA, 33/0.433 kV Compact Sub-station at R-APDRP Data Centre, ASEB
Campus, Six mile, Dwarandha, Guwahati. (The Compact Sub-station shall be provided by APDCL)

2.

Basic specification of the various equipment/ works to be supplied /carried out.


i.
ii.

iii.

All
iv.
v.

3.

All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by
ASEB/Company.
All materials supplied shall be erected, protected as per approved standard practice for proposed
type of electrical work so as to supply electricity to the consumers most effectively and in an
intrinsically safe manner.
All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
equipment supplied and installed shall be provided stable and adequate weather protection, system
earthing etc. LA should be earthed separately.
All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately
sealed against any tampering/ theft etc.
Generally supply and erection of materials and system shall meet the requirement of construction
standard being followed in the electrification work.

Basic specification of the various equipment to be supplied.


vi. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by
ASEB/Company and that of REC specification and construction standards.
vii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
All equipment supplied and installed shall be provided stable and adequate weather protection, system
earthing etc.
viii. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately
sealed against any tampering/ theft etc.
ix. Generally supply and erection of materials and system shall meet the requirement of construction
standard being followed in the electrification work.

4.

Basic qualifying requirement:


The prospective bidder must fulfill the following pre-bid qualifying requirement
a. The bidder must have successfully supplied and commissioned at least 1 no. of 33/0.433 kV
Compact Substation during last 5 years as on the date of bid opening and which must be in
satisfactory operation for at least 1 (one) year as on the date of bid opening.
7

b. Power of attorney should be a registered one.


c. Formal authority for signing the tender or other documents on behalf of the firm / individual
must be submitted along with the bid.

5.

Submission of bid
a.
Techno-commercial bid
Techno-commercial bid should be submitted in a sealed envelope, Superscribing Techno-commercial
bid with EMD with name of bidder, full address and NIT reference and under this will be included and
defined vendors scope of work, responsibilities, guarantees, specification of equipment, commercial
terms and conditions, vendors company credentials, experience of similar assignments, registration
details, etc. as per requirement. Tender proforma for techno-commercial Bid is enclosed as Annexure-I.
b.
Earnest Money Deposit (EMD):
The Tender must be accompanied with earnest money as mentioned in the NIT against the work to be
deposited in the form of Bank Guarantee (BG) of Nationalized Bank pledged in favour of ASSAM
POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1. The EMD should be submitted along with
Techno- Commercial bid. The earnest money will be released to the unsuccessful bidders on
finalization of the tenders. The EMD to the successful bidder will be released on submission of Security
Deposit at the time of execution of the agreement as per clause 10.2
c.
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)

Submission of documents with technical bids.


Detail list of makes and materials offered with catalogues, technical specification etc.
Certificates and testimonials in support of credentials of the bidders organization.
Brief write-up on methodology to carry out the assignment, if awarded.
Details of manpower to be engaged for the assignments.
Any other information, the vendor may feel facilitative in evaluating the bid.
Certificate from Registered Charted Accountant in support of Annual turn over
Solvency certificate from Bank
Certificate in support of performance of the bidder, if the bidder is involved in any litigation with
ASEB / or any successor company of ASEB. The bidder should furnish the information to that
effect

d.
Price Bid
Price bid should be submitted in a sealed envelope superscribing Price Bid with name of bidder, NIT
reference No. Under this will include rates of supply of different items. The tender proforma for price Bid
is enclosed here as Annexure.
e.
Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscribing name of bidder,
th
NIT reference and addressed to Nodal Officer, R-APDRP, APDCL, Bijulee Bhawan, 6 Floor,
Paltanbazar, Guwahati.
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail and total price should be corrected. If there is a
discrepancy between the words and figures, the amount in word should prevail. If the bidder does
not accept the correction of the errors as above, his bid will be rejected and the amount of bid
guarantee/security will be forfeited.
b. No separate declaration offering discount on price will be allowed. Offered price in the price
schedule will be final.

6.

7.

Estimation of material requirement: The total quantity of materials required is indicated


in the BOQ

Award of work:

i)

The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening
the price bid of only those who qualify and meet the technical requirement.

ii)

Company reserves the right not to order/ award the job to the price-wise lowest party if the party
during evaluation is found technically non responsive.

iii)

The LOA should be accepted within 7 (seven) days from the issue of werk order.

iv)

Work should be started within fifteen (15) days from the date of issue of the work order, failing
which order may be cancelled without further correspondence.

8.

Period of completion: 90 days from the date of LOA

9.

Termination of work order:


Company reserves the right to terminate the work order at any stage in accordance with the Companys
General Condition of Supply and Erection in force.

10. Terms of Payment


10.1 (a) Supply: 70% payment for supply of materials would be admissible within 30 (Thirty) days from the
date of receipt of materials in full and good conditions and as per terms and conditions stipulated by the supply
order. Balance 30% payment would be admissible within 30 (Thirty) days after 100% satisfactory installation of
the equipment.
10.1 (b) Erection: 100% payment for erection of materials would be admissible within 30 (Thirty) days from the
date of satisfactory commissioning of 100% equipments, duly certified by the field officers and routed through
NO, R-APDRP.
(i) Supply should be strictly conforming to relevant technical specification.
(ii) Bill in triplicate along with consignee note and other documents such as challan, packing list with
revenue stamp where necessary should be sent should be the consignee.
(iii) Before dispatch, clearance from the authorized inspector of APDCL should invariably be obtained.
Inspection report along with detailed test test reports should be furnished along with each
consignment.
(iv) The supplies should be intimated to the Nodal Officer, R-APDRP about the dispatch of every
consignment along with supporting documents for his record.
All payment shall be made from the office of the CGM(F&A), APDCL duly passed by the Nodal Officer,
R-APDRP and countersigned by the CGM, (PP&D) and on submission of work progress report( as per
format which will be enclosed at the time of awarding work order ).
10.2

Security deposit and agreement:


The successful bidders shall have to deposit security money in the form of Bank Guarantee issued by
any Nationalized Bank/Scheduled Bank in Companys standard proforma on non-judicial stamp of
appropriate value for an amount equal to 2.5% of the contract value at the time of execution of
agreement. The security deposit is liable to be forfeited in case of non-execution of contract/ work
order. The security deposit will be released on successful commissioning and testing of the materials
ordered and after depositing performance B/G as per clause 11(d).

11. Guarantees and Penalties


(a) Liquidated Damages (LD)
The proposed work is on top priority of APDCL and therefore has to be completed within
stipulated/agreed schedule. Any delay beyond that will attract penalty as per Companys General
condition of supply and erection.
(b) Equipment and system installed shall be guaranteed individually for integrated operations for a
period of 60 (Sixty) months from date of commissioning of a system. In case of detection of any
9

defect in individual equipment or system as a whole, the same shall be replaced by the vendor free
of cost within 15 days of intimation by the Companys representative.
(c) Warranty from the manufacturer shall be produced along with manufacturers test certificate for all
equipment/ materials covered under Manufacturers warranty.
(d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in Boards standard
proforma on Non judicial stamp paper of appropriate value with a validity of 66 (Sixty) months from
the date of dispatch @ 5% of total value of work executed shall have to be furnished by the
Contractor before final payment.

12. Environmental Considerations:


While carrying out the assignment, no damage to environment /forests will be caused by the contractor.
If so done, the contractor will have to compensate the same to the satisfaction of the concerned
Authority.

13. Submission of documents.


During project execution
i) All documents for approval shall be submitted in 6 copies.
ii) All final documents to be submitted to statutory organizations will be furnished as per requirement of
the authority.
14.

Funding of the project.


The proposed work is funded partly by the APDCLs own fund & partly by GOI fund.

15. Disclaimer:
While the Company will make every endeavor to extend necessary facilitation in expediting the work,
the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization
activities up to completion of the project. Company will not entertain any failure / delay on such
accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft
etc. as may be caused due to negligent working, insufficient coordination with Government / non
Government / Local Authority by the contractor and/ or his personnel deputed for work. The contractor
shall take necessary insurance coverage under LIC/GIC. etc. for his working personnel and the goods
in store as well as in transit. The contractor will be deemed to have made him acquainted with the local
working conditions at site(s) and fully provide for into the bid submitted.
16. Terms and conditions, which are not specified, herein above will be governed by Companys General
Conditions of supply and erection in force.

10

Annexure - I
Tender Proforma part I (Techno-commercial Bid)
NIT No.CGM (PP&D)/ APDCL/R-APDRP/ /Data Centre/S-S/11
1.

Name and full address of the Bidder.

2.

Particulars of payment made for Purchase of


tender document in the shape of .

3.

Amount of earnest money paid in the shape of

4.

Whether Sales Tax clearance


Certificate submitted

5.

VAT Registration. No/ Service Tax Regd No.

6.

Acceptance of guarantee clause of


Materials /equipment and system
Installed individually and for integrated
Operation.

7.

Acceptance of penalty clause

8.

Acceptance of terms of payment

9.

Certificate/ documents regarding adequate


Experience of doing similar job

10.

Details of work presently in hand with amount


(Awarded by APDCL and other successor
Companies of ASEB)- a separate sheet if
Required may be enclosed as per Annexure-I(A)

11.

Details of manpower and T&Ps including


Vehicles available with the firm to be
Enclosed separately.

12.

List of documents to be enclosed

Yes / No

Yes/No

Yes/No

as per Annexure-I(B)

Signature with full name


and designation of bidder or
his/her authorised representative
with seal

11

Annexure- I(A)
List of ongoing & completed projects of APDCL & Other successor companies of ASEB

Sl.No.

Name of the work

Order No

Contract
value

Scheme

Stipulated date
of completion

Present
Status

1
2

12

Annexure- I(B)

Sl No.
A
1
2
3

Qualification Requirement

Furnished
at
Annexure

Page

Remark

LEGAL
Document in support of legal status of firm
Memorandum of Association &Registered/Notorised Joint venture
Agreement if JV
Registered/Notorised power of attorney of the signatory of the Bidder
to participate in the Bid.

Board resolution of the company to authorizing the signatory

Information regarding any litigation, current or during the last five


years, in which the Bidder is involved, the parties concerned, and
disputed amount

Valid Electrical Contractor's License

Valid Electrical & Supervisory License

VAT/CST/WCT/Service Tax registration certificate

Provident Fund Registration Certificate

Financial

Audited Balance sheet, Profit & Loss account, Auditors report for
last three year

CA Certified Turnover of bidder during the last 3(three) years.

Evidence of adequacy of working capital for this contract (access to


line (s) of credit and availability of other financial resources)

Authority to seek references from the Bidder's Bankers

Income Tax return for last 3(three) years

Value of similar work performed by the bidder in each of the last five
years - Statement

Proposals for subcontracting components of the Works amounting to


more than 10 percent of the Contract Price

Details of the Bank Guarantee as EMD (BG/KVP/TD/Bank Call Deposit)

Technical ability and experience

Experience in works of a similar nature and volume for each of the


last 5(five) years and details of works under way or contractually
committed including full address of client for communicationStatement

Certificates issued by an Engineer not below the Cadre of Deputy


General Manager/SE along with supporting photo-copies of
agreements for the works executed in any one year (12 months)

Detailed activity plan and methodology supported with layout and


necessary drawings and calculations (detailed) to allow the employer
to review their proposals.

Quality Assurance plan with Bar Chart

List of technical personnel and their qualification and experience with


organisation chart

Proof of availability of the tools, tackles, spare parts, etc. for carrying
out the works.

Technical particulars of equipments and Materials offered in the


Bill of Material and their GTPs

13

SECTION 3
BILL OF QUANTITIES
&
PRICE BIDDING SCHEDULE

14

SCHEDULE OF QUANTITY (SUPPLY)


(Note: Items and Sub items shown in this Annexure shall only be used in preparing Price Bidding
Schedules. Any other items not specifically mentioned here under are Deemed to be included in
other Items)
Sl No

Item Description

1.0

33kV Sending Side


(i) 33kV Auto-Reclosure with built in numeric
relay, small RTU and communication modem
(as per specification), connecting cables with
connectors, mounting structure.
(ii) Station type 33kV LA with structure
(iii) 630A, Disconnector with Earth switch &
Structure.
(iv) 630A, Disconnector with Structure
(v) Single core 120 sq mm Aluminium armoured
XLPE Cable

Unit of
measurement

Qty

No

No
No

3
1

No
Mtr

1
400

(vi) Cable end termination kit for Sl. No 1.0 (v)


above with necessary lugs, bi-metallic nuts
& bolts and washer.
(vii) ACSR Wolf conductor
(viii) PG clamp for ACSR Wolf conductor

Set

8 set

Mtr
No

50
6

(ix) 4 nos. 1core 120 mm2 XLPE cable support


structure with non-magnetic clamps
(x) 33kV CT & PT combined metering set (three
CT) of Accuracy class 0.5, 15VA CT burden
& 100 VA PT burden with mounting
structure, 10 meter 12 core 2.5 mm2
copper armoured control cable & meter
cabinet at sending end.
(xi) Static type tri-vector Energy meter as per
APDCL approved specification with DLMS
Protocol
(i) Supply of furniture for remote control center.
(ii) 3.5 core 300 sqmm Al armoured LT XLPE
cable. 2 ckt for each transformer including
termination accessories to Data Centre
Control Room (50x3x2) Mtr.

Set

Set

No

Set
Mtr

1
300

SCHEDULE OF QUANTITY (ERECTION)


(Note: Items and Sub items shown in this Annexure shall only be used in preparing Price Bidding
Schedules. Any other items not specifically mentioned here under are
Deemed to be included in other Items)
Sl No
Item Description
Unit of
Qty
measurement
1.0

33kV Sending Side


15

Sl No

2.0

Item Description

Unit of
measurement

Qty

(i) Erection, testing, commissioning


and remote communication of
33kV ACB with built in numeric
relay,
small
RTU
and
communication modem (as per
specification),
connecting
cables
with
connectors,
mounting structure.
(ii) Erection including foundation,
testing & commissioning of
Station type 33kV LA with
structure
(iii) Foundation, Erection, testing &
commissioning of 630A,
isolator with Earth switch &
Structure.
(iv) Foundation, Erection, testing &
commissioning of 630A,
isolator with Structure
(v) Laying of cable including sand,
bricks, marker, digging,back
filling and testing for 4 nos.
Single core 120 sqmm
Aluminium armoured XLPE
cable in single trench as per
specification.
(vi) Erection of Cable end
termination kit for Sl. No 1.0 (v)
above with necessary lugs, bimetallic nuts & bolts and
washer.
(vii) Shifting of existing 33kV PTs
with structure, new foundation,
testing & commissioning of PT
(viii) PG clamp for ACSR Wolf
conductor
(ix) Foundation & erection of 4 nos.
1x 120 mm2 XLPE cable
support structure with nonmagnetic clamps.
(x) Foundation, erection, testing &
commissioning 33kV CT & PT
combined metering set.
33kV Receiving end
(i)
Erection,
testing
&
commissioning of 33kV, 20KA
for 1 Sec, SF6 insulated NonExtinsible Compact switchgear
consisting of 2 Nos fixed Manual
Vacuum Circuit Breaker with
breaking capacity of 20kA for 3
Sec in SF6 insulated stainless
steel enclosure, one no 33kV,
20kA for 1 sec, SF6 insulated

No

No

No

No

Mtr

400

Set

8 set

No

No

Set

Set

No

16

Sl No

3.0

4.0

5.0

6.0

Item Description
disconnector,
Microprocessor
based self-Powered Relay with
series
trip,
self-powered
microprocessor based numerical
over current relay (IDMTL +
Inst.) protection. (see annexed
SLD)
(ii)
Erection
testing
&
commissioning
of
Inter
connection cable between
33kV
Switchgear
and
transformer with 1x 120 mm2,
XLPE cable, unarmoured.
(iii) Cable termination kit foe 1x120
mm2 XLPE cable
(iv) Construction of foundation
including materials for compact
outdoor enclosure
(v) Laying of cable including sand,
bricks, marker, digging,back
filling and testing for 3.5 core
300 sqmm Al armoured LT
XLPE cable (2 ckt for each
transformer to Data Centre
Control Room) in single trench
as per specification.
(i) Erection of Outdoor type
enclosure
for
compact
substation.
Design, resistivity testing and
Erection of Earthmat including
materials, earthing of enclosure,
transformer, HT & LT switchgear
as per specification.
Commissioning remote HMI for
control and data acquisition of
compact substation, control of autoreclosure including supply of
necessary communication cables.
Erection and commissioning of
2x1000 kVA, 33/0.433 kV Compact
Sub-station

Unit of
measurement

Qty

Mtr

60

Nos

14

Nos

Mtr

600

Set

Set

Set

No.

17

PRICE BIDDING SCHEDULE (SUPPLY)

Supply of materials

S.No.

Brief Item Description

Unit

Qty

No

(i) 33kV Auto-Reclosure with built in


numeric relay, small RTU and
communication modem (as per
specification), connecting cables
with
connectors,
mounting
structure.
(ii) Station type 33kV LA with
structure

No

No

(iii) 630A, Disconnector with Earth


switch & Structure.
(iv) 630A, Disconnector with
Structure
(v) 3.5 core 300 sqmm Al
armoured XLPE cable. 2 ckt
for each transformer to Data
Centre Control Room

No

Mtr

600

(vi) Cable end termination kit for Sl.


No 1.0 (v) above with
necessary lugs, bi-metallic
nuts & bolts and washer.
(vii) ACSR Wolf conductor

Set

8
set

Mtr

50

(viii) PG clamp for ACSR Wolf


conductor
(ix) 4 nos. 1core 120 mm2 XLPE
cable support structure with
non-magnetic clamps
(x) 33kV CT & PT combined
metering set (3 CT) of
Accuracy class 0.5, 15VA CT
burden & 100 VA PT burden
with mounting structure, 10
meter 12 core 2.5 mm2 copper
armoured control cable &
meter cabinet at sending end.
(xi) Static type tri-vector Energy
meter as per APDCL approved
specification (DLMS Protocol)
(ii) Supply of furniture for remote
control center.

No

Set

Set

No

Set

7
8
9
10

11

12
13.

Unit price
of item,
inclusive
of E.D.,
F&I up to
work site
(Rs)

Total
amount
(Rs)

Total Sales
Tax (Rs)

Other levies
eg.
Octroi/Entry
Tax
(Rs)

Total cost
of the Item
(Rs)

6=(4x5)

7= (6 X
Rate)

8 = (6 X
Rate)

9=(6+7+8)

nil

nil

33kV Sending Side

18

PRICE BIDDING SCHEDULE (ERECTION)


Erection of materials
S.No.

Brief Item Description

Unit

Qty

(i) Erection, testing, commissioning and


remote communication of 33kV ACB
with built in numeric relay, small RTU
and communication modem (as per
specification), connecting cables with
connectors, mounting structure.
(ii) Erection including foundation, testing &
commissioning of Station type 33kV
LA with structure
(iii) Foundation, Erection, testing &
commissioning of 630A, isolator with
Earth switch & Structure.

No

No

No

(iv) Foundation, Erection, testing &


commissioning of 630A, isolator with
Structure
(v) Laying of cable including sand, bricks,
marker, digging,back filling and
testing for 4 nos. Single core 120
sqmm Aluminium armoured XLPE
cable in single trench as per
specification.
(vi) Erection of Cable end termination kit for
Sl. No 1.0 (v) above with necessary
lugs, bi-metallic nuts & bolts and
washer.
(vii) Shifting of existing 33kV PTs with
structure, new foundation, testing &
commissioning of PT
(viii) PG clamp for ACSR Wolf conductor

No

Mtr

40
0

Set

8
set

No

No
Set

6
1

Set

No

7.0

Unit
erection/
installation
charges
(Rs)

Total
Erectio
n cost
(Rs)

Work
contract
Tax
(Rs)

Service
Tax
(Rs)

Total
cost of
erection
(Rs)

6=
(4X5)

7= (6 X
Rate)

8= (6 X
Rate)

9 =
6+7+8

Grand
Total
(Supply
&
Erection
(Rs)
10 = 9 +
supply
portion

33kV Sending Side

(ix) Foundation & erection of 4 nos. 1x 120


2
mm XLPE cable support structure
with non-magnetic clamps.
(x) Foundation, erection, testing &
commissioning 33kV CT & PT
combined metering set.
8.0

33kV Receiving end

9.0

(i) Erection, testing & commissioning of


33kV, 20KA for 1 Sec, SF6 insulated
Non-Extinsible Compact switchgear
consisting of 2 Nos fixed Manual
Vacuum Circuit Breaker with breaking
capacity of 20kA for 3 Sec in SF6
insulated stainless steel enclosure, one
no 33kV, 20kA for 1 sec, SF6 insulated
disconnector, Microprocessor based
self-Powered Relay with series trip,
self-powered microprocessor based
numerical over current relay (IDMTL +

19

Inst.) protection. (see annexed SLD)

(ii) Laying of cable including sand, bricks,


marker, digging,back filling and
testing for 3.5 core 300 sqmm Al
armoured XLPE cable (2 ckt for each
transformer to Data Centre Control
Room) in single trench as per
specification.
2
(iii) Cable termination kit foe 1x95 mm
XLPE cable

Mtr

600

Nos

14

(iv) Erection testing & commissioning of


Inter connection cable between
transformer
and
Data
Centre
Electrical
Control
Panel
with
armoured XLPE cable.
10.0 (i) Erection of Outdoor type enclosure for
compact substation.

Mtr

50

Set

11.0 Erection of Earthmat including materials,


earthing of enclosure, transformer, HT &
LT switchgear as per specification.
12.0 Commissioning remote HMI for control and
data acquisition of compact substation,
control of auto-reclosure including supply of
necessary communication cables.

Set

Set

Preferred manufacturers of the equipments


Sl No.
1.
2.
3.
4.
5.
6.
7.
8.
9.

10.
11.
12.

Item Description
33kV Auto-Reclosure with built in
numeric relay, small RTU and
communication modem
Station type 33kV LA with structure
630A, Disconnector with Earth switch &
Structure.
630A, Disconnector with Structure
Single core 120 sq mm Aluminium
armoured XLPE Cable
Cable end termination kit.
ACSR Wolf conductor
PG clamp for ACSR Wolf conductor
33kV CT & PT combined metering set
(three CT) of Accuracy class 0.5,
15VA CT burden & 100 VA PT
Static type tri-vector Energy meter as
per APDCL approved specification
with DLMS Protocol
Furniture for remote control center.
3.5 core 300 sqmm Al armoured XLPE
cable.

Preferred manufacturers
M/s Scheneider Electric Co, M/S.
Tavrida or equivalent
Lamco/Rechem/Oblum or
equivalent
Siemens/Crompton or equivalent
Siemens/Crompton or equivalent
Universal/Rechem or equivalent
Universal/Rechem or equivalent

Laxmi Electrical/ Technoval /


ASEB approved
Secure Meters Ltd. //L&T /
Genus or equivalent
Godrej or equivalent
Universal/Polycab/KEI

20

SECTION -4
GENERAL REQUIREMENTS

21

1.0
1.1

1.2

1.3

GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other specifications.
QUALITY ASSURANCE PLAN
The bidder shall invariably furnish the following information along with his offer failing which the offer
shall be liable for rejection. Information shall be separately given for individual type of equipment
offered.
i)
The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii)
The system of purchasing, taking delivery and verification of materials
iv)
The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of ISO 9001 on ISO
9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the raw materials, list of
standards according to which the raw material are tested, list of tests normally carried out on raw
material in the presence of suppliers representative, copies of test certificates.
vii)
Information and copies of test certificates as on (i) above in respect of bought out items
viii)
List of manufacturing facilities available
ix)
Level of automation achieved and list of areas where manual processing exists.
x)
List of areas in manufacturing process, where stage inspections are normally carried out for
quality control and details of such test and inspection.
xi)
List of testing equipment available with the bidder for final testing of equipment specified and
test plant limitation, if any vis--vis the type. Special acceptance and routine tests specified in the
relevant standards. These limitations shall be very clearly brought out in "Schedule of Deviations"
from the specified test requirement.
The contractor shall within 30 days of placement of order, submit the following information to the
purchaser.
i)
List of the raw material as well as bought out accessories and the names of sub-suppliers selected
from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if required by the purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and purchasers
hold points shall be discussed between the purchaser and contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central excise
asses for raw material at the time of routine testing if required by the purchaser and ensure that the
quality assurance requirements of specification are followed by the sub-contractor.
The Quality Assurance Programme shall give a description of the Quality System and Quality Plans
with the following details.
i)
Quality System

The structure of the organization.

The duties and responsibilities assigned to staff ensuring quality of work.

The system of purchasing, taking delivery of verification of materials

The system of ensuring of quality workmanship.

The system of control of documentation.

The system of retention of records.

The arrangement of contractor internal auditing.

A list of administrator and work procedures required to achieve contractors quality


requirements. These procedures shall be made readily available to the purchaser for inspection on
request.

ii)

Quality Plans
An outline of the proposed work and program sequence.
The structure of contractors organizations for the contract.
The duties and responsibilities ensuring quality of work.
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
22

2.0
2.1

2.2
2.3
2.4

2.5

3.0
3.1

3.2

4.0
4.1

4.2
4.3
4.4

Reference to contractors work procedures appropriate to each activity.


Inspection during fabrication /construction.
Final inspection and test.

Inspection
The Owner's representative or third party nominee shall be entitled to have access to the works and all
places of manufacture, where insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the Contractor's and subContractor's works, raw materials, manufacture of the material and for conducting necessary test as
detailed herein.
The material for final inspection shall be offered by the Contractor only under packed condition as
detailed in the specification.
The Contractor shall keep the Owner informed in advance of the time of starting and the progress of
manufacture of material in their various stages so that arrangements could be made for inspection.
No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested unless the inspection is waived off by the Owner in writing. In the latter case also
the material shall be dispatched only after satisfactory testing for all tests specified herein have been
completed.
The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility
for meeting all the requirements of the specification and shall not prevent subsequent rejection, if such
material are later found to be defective.
Additional Tests
The Owner reserves the right of having at his own expense any other test(s) of reasonable nature
carried out at Contractor's premises, at site, or in any other place in addition to the type, acceptance
and routine tests specified in these bidding documents against any equipments to satisfy himself that
the material comply with the Specifications.
The Owner also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Contractor's premises or at any other test center. In
case of evidence of noncompliance, it shall be binding on the part of the Contractor to prove the
compliance of the items to the technical specifications by repeat tests or correction of deficiencies, or
replacement of defective items, all without any extra cost to the Owner.
Test Reports
Copies of type test reports shall be furnished in at least six (6) copies along with one original. One copy
shall be returned duly certified by the Owner only after which the commercial production of the
concerned materials shall start.
Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be
returned duly certified by the Owner, only after which the material shall be despatched.
Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection
by the Owner's representative.
Test certificates of test during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Owner.

5.0
5.1

List of Drawings and Documents:


The bidder shall furnish the following along with bid.

i)

Two sets of drawings showing clearly the general arrangements, fitting details, electrical connections
etc.
Technical leaflets (users manual) giving operating instructions.
Three copies of dimensional drawings of the box for each quoted item.

ii)
iii)

The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no
deviation shall be permitted without the written approval of the purchaser. All manufacturing and
fabrication work in connection with the equipment prior to the approval of the drawing shall be at the
23

supplier's risk.

5.2

5.3

5.4
5.4.1
5.4.2

6.0

Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for
ensuring correctness and correct interpretation of the drawings for meeting the specification.
The requirements of the latest revision of application standards, rules and codes of practices. The
equipment shall conform in all respects to high standards of engineering, design, workmanship and
latest revisions of relevant standards at the time of ordering and purchaser shall have the power to
reject any work or materials which, in his judgment is not in full accordance therewith.
The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final
versions of all the drawings as stipulated in the purchase order for purchaser's approval. The purchaser
shall communicate his comments/approval on the drawings to the supplier within two weeks. The
supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for
their approval. The supplier shall within two weeks. Submit 30 prints and two good quality report copies
of the approved drawings for purchaser's use.
Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first
instance of supply.
One set of routine test certificates shall accompany each dispatch consignment.
The acceptance test certificates in case pre-dispatch inspection or routine test certificates in cases
where inspection is' waived shall be got approved by the purchasers.
Any Item specification if not available in this document Contractor shall supply and execute the items
meeting the relevant IS specification with the approval of the purchaser.

24

SECTION 5
FORMS OF BID

25

PROFORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY


(To be stamped in accordance with Stamp Act)
The non-Judicial stamp paper should be in the name of issuing bank
Ref..

Bank Guarantee No..


Date.

To
The Chief General Manager (PP&D)
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In accordance with invitation to bid under your Bid No. M/s. having its Registered/
Head Office at ..( hereinafter called the Bidder) wish to participate in the said Bid or
and you, as a special favour have agreed to accept an irrevocable and unconditional Bank Guarantee for an
amount of .. valid upto. On behalf of Bidder in lieu of the Bid deposit required to
be made by the bidder, as a condition precedent for participation in the Said Bid.
We, the . Bank at have our Head Office at..( local address)
guarantee and undertake to pay immediately on demand by Assam Power Distribution Company Limited, the
Amount of
..( in words & figures) without any reservation, protest, demur and
recourse. Any such demand made by said Owner shall be conclusive and
binding on us irrespective of any dispute or difference raised by the Bidder.
The Guarantee shall be irrevocable and shall remain valid up to and including . @....................... if
any further extension of this guarantee is required, the same shall be extended to such required period ( not
exceeding one year) on receiving instruction from M/s . on whose behalf this guarantee is
issued.
In witness whereof the Bank, through its authorized office, has set its hand and stamp on this
day of .. 20 at

WITNESS

(Signature)
..
(Name)
.
( Official Address)

.
( Signature)

(Name)

(Official Address)

@ This date shall be thirty (30) days after the last date for which the bid is valid.

26

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE


(To be stamped in accordance with Stamp Act)
Ref..

Bank Guarantee No..


Date.

To
The Chief General Manager (PP&D)
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the Owner which
expression shall unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s ..with registered/ Head office at
.( hereinafter referred to as Contractor which expression shall unless repugnant to the context
or meaning thereof include its successors, administrators, executors and assigns), a Contract by issued of
Owners Letter of Award No dated.. and the same having been acknowledged by the
contractor, resulting in a contract bearing No.. dated contractor having agreed to provide a Contract
Performance Guarantee for the faithful performance of the entire Contract equivalent to being(%)
(Percent *) of the said value Contract to the Owner.
We.. (Name & Address) having its
Head Office at ( hereinafter referred to as the Bank , which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do
hereby guarantee and undertake to pay the owner, on demand any all monies payable by the contractor to be
extent of . As aforesaid at any time up to ..**( day/month/year) without any
demur, reservation , contest , recourse or protest and / or without any reference to this contractor. Any such
demand made by the owner on the bank shall be conclusive and binding notwithstanding any difference
between the Owner the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority . The bank undertakes not to revoke this guarantee during its currency without previous consent of the
owner and further agrees that the guarantee herein contained shall continue to be enforceable till the owner
discharges this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the
guarantee, from time to time to extend the time for performance or the contract by the contractor. The owner
shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any
power vested in them or of any right which they might have against the contractor, and to exercise the same at
any time in any matter, and either to enforce or to for bear to enforce any covenants, contained or implied, in
the contract between the owner and the contractor or any other course or remedy or security available to the
owner. The Bank shall not be released to its obligations under these presents by any exercise by the owner of
its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or
commission on the part of the owner or any other indulgences shown by the owner or by any other matter or
thing whatsoever which under law would , but for this provision have the effect of relieving the Bank.
The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the Bank as
a principal debtor, in the first instance without proceeding against the contractor and not withstanding any
security or other guarantee the owner may have in relation to the Contractors liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to
. And it shall remain in force up to an including .. and shall be extended
from time to time for such period( not exceeding 1 year) as may be desired
M/s.on whose behalf this guarantee has been given.
Dated this. Day of .. 20 at
WITNESS
.
(Signature)

(Signature)

..
27

(Name)

(Name)

..
(Official address)

..
(Official address)

Attorney as per power


Of Attorney No..
Date..

Notes
* This sum shall be 10%(Ten) of the Contract price.
** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract.
1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.

28

PROFORMA OF EXTENSION OF BANK GUARANTEE


Ref..

Date.

To
The Chief General Manager (PP&D)
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
Sub:

Extension of Bank Guarantee No.. for Rs. Favouring yourselves , expiring


on . On account of M/S.. in respect of contract
no. dated .. ( hereinafter called original Bank Guarantee).

At the request of M/s we bank, branch office at .. and


having its Head Office at . Do hereby extend our liability under the above mentioned Bank
Guarantee No datedfor a further period of ( Years/
Months) from.. to expire on.. expect as provided above, all other terms and
conditions of the original Bank Guarantee No. dated . Shall remain unaltered
and binding.
Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours faithfully
For
Manager/ Agent/Accountant ..
Power of attorney No
Dated
SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has
issued the Bank Guarantee.

29

PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT


( To be stamped in accordance with Stamp Act )
Ref..

Bank guarantee No

Date.
To
The Chief General Manager (PP&D)
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the Owner, which
expressions shall unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s hereinafter referred to as the Contractor which
expression shall unless repugnant to the context or meaning thereof , include its successors, administrators,
executors and assigns), a Contract by issue of Owners letter of Award No
Datedand the same having been acknowledged by the contractors, resulting in a Contract
bearing no. Dated. Valued (at( in words and figures).
For .Contract (space of work).. (hereinafter called the
Contract) and the Owner having agreed to make an advance payment to the Contractor for performance of the
above contract amounting (in words and figures) as an advance against Bank
Guarantee to be furnished by the Contractor.
We..( Name of the Bank) having its Head Office at (
hereinafter referred to as the Bank, which expression shall, unless repugnant to the context or meaning thereof
, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the
owner , immediately on demand any or, all monies payable by the contractor to the extent of ..as
aforesaid at any time upto.. (a.) without any demur, reservation, contest, recourse or
protest and/or without any reference to the contractor. Any such demand made by the Owner on the Bank shall
be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute
pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein
contained shall be irrevocable and shall continue to be enforceable till the owner discharge this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee, from time to time to vary the advance or to extent the time for performance of the contract by the
Contractor. The Owners shall have the fullest liberty without affecting this guarantee, to postpone from time to
time the exercise of any power vested in them or of any right which they might have against the Contractor and
to exercise the same at any time in any manner, and either to enforce any covenants, contained or implied, in
the contact between the Owner and the Contractor or any other course or remedy or security available to the
Owner. The Bank shall not be released of its obligations under this presents by any exercise by the owner of its
liberty with reference to the matter aforesaid of any of them or by reason of any other act or forbearance or
other acts of omission or commission on the part of the owner or any other indulgence shown by the owner or
by any other matter or thing whatsoever which under law would be for this provision have the effect of relieving
the Bank.
The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the Bank
as a principal debtor, in the first instance without proceeding against the contractor and not withstanding any
security or other guarantee that the owner may have in relation to the contractors liabilities.
Notwithstanding anything hereinabove our liability under this guarantee is limited to and it shall remain
in force upto an including .( @ and shall be extended from time to time for such period ( not
exceeding 1 year as may be desired by M/s...dated this
. Day of .. 20. At..

30

WITNESS..

(Signature)

...
(Signature)

.
(Name)

(Name)

...
(Designation)
(Official Address) (With Bank Stamp)
Attorney as per Power of attorney No . Dated.
Strike whichever is not applicable
@ The date will be 90(ninety) days after the date of completion of the Contract.

31

PROFORMA OF AGREEMENT
(To be executed on non-Judicial stamp paper)

This Agreement made this .. day of two thousand. Between Assam Power
Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 ( hereinafter
referred to as Owner or APDCL, which expression shall include its administrators, successors and assign on
one part and (hereinafter referred to as the Contractors X ( Name of the contracting Co.) which expression
shall include its administrators, successors, executors and permitted assigns) on the other part.
WHEREAS APDCL desirous of .. in . Circle associated with APDCL at
.(District) invited Bids for.. .
(Briefly describe scope of works) for the first state of the project as per its Bid Specification
No
AND WHEREAS.X . Had participated in the above referred Bidding
vide their proposal No. dated. And awarded the Contract to..
X.. on terms and conditions documents referred to therein which have been acknowledged
by.X..resulting into a Contract
NOW THEREFORE THIS DEED WITNESS AS UNDER:-

1.0 Article
1.1 Award of Contract
APDCL awarded the contract to..X for the work of on the terms and
conditions contained in its letter of Award No.. . Dated and the documents referred to
therein. The award has taken effect from aforesaid letter of award. The terms and expression used in this
agreement shall have the same meaning as are assigned to them in the Contract Documents referred to in this
succeeding Article.
2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the following
documents attached herewith( hereinafter referred to as Contract Documents.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by X.
APDCLs Letter of Award No.. dated.duly acknowledged by X.
Quality Plans for manufacturing and field activities entitled as Quality Plan.
All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the same or any
part conform to the bidding documents and what has been specifically agreed to by the Owner in its letter of
Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the
Contractor in its Proposal but not agreed to specially by the Owner in its Letter of Award shall be deemed to
have been withdrawn b y the Contractor. For the sake of brevity, this agreement along with its aforesaid
Contract Documents shall be referred to as the Agreement.
3.0 Conditions & Covenants
3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever applicable,
Insurance, Liquidated Damage, Performance Guarantees and all other terms and conditions are contained in
APDCLs Letter of Award No........... dated read in conjunction with other aforesaid contract
documents. The contract shall be duly performed by the Contract Documents, but which are needed for
successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the
specification under exclusion or Letter of Award.
3.2 The scope of work shall also include supply and installation of all such items which are not specifically
mentioned in the contract Documents, but which are needed for successful, efficient, safe and reliable operation
of the equipment unless otherwise specifically excluded in the specifications under exclusions or Letter of
Award.
3.3 Time Schedule

32

3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to X shall perform the work
in accordance with the agreed schedules.
3.4 Quality Plans
3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section 4.8 of
GTC. The work beyond the customers hold points will progress only with the owners consent. The Owner will
also undertake quality surveillance and quality audit of the Contractors /Sub-contractors works, systems and
procedures and quality control activities. The Contractor further agrees that any change in the Quality Plan will
be made only with the Owners approval. The contractor shall also perform all quality control activities,
inspection and tests agreed with the Owner to demonstrate full compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out inspection,
quality audit and quality surveillance of contractors and its Subcontractors Quality Assurance Systems and
Manufacturing Activities.
These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;

Detailed Quality Assurance System manuals for manufacturing activities.


Storage procedures and instructions weld, NDT, heat treatment prior to commencement of
manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not in any
way relief the contractor of its responsibilities for quality standards and performance guarantee and their other
obligations under the Agreement. 3.4.4 X agrees to submit quality Assurance Documents to APDCL for review
and record after completion and within 3 weeks of dispatch of material.
The package will include the following :
Factory test result, inspection report for testing required by this contract or applicable codes and
standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both APDCL and
X for the agreed customer hold points.
Report of the rectification works where and if applicable.
3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed as
Supply-cum-Erection Contract or indicates the break-up of the Contract consideration, for convenience of
operation and for payment of sale tax on supply portion, it is in fact one composite Contract on single source
responsibility basis and the Contractor is bound to perform the total Contract in its entirely and non-performance
of any part or portion of the Contract shall be deemed to be breach of the entire Contract.
3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings and
performance parameters as stipulated in the technical specifications (Section
10) and in the event of any deficiencies found in the requisite performance figures, the Owner may at its option
reject the equipment package or alternatively accept it on the terms and conditions and subject to levy of the
liquidated damages in terms of Contract documents. The amount of liquidated damages so leviable shall be in
accordance with the contract document and without any limitation.
3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be constructed
to limit or restrict the owners equipment right to recover the damages/compensation due to shortfall in the
equipment performance figures as stated in Para 3.6 above or under any other clause of the agreement. The
amount of damages/compensation shall be recoverable either by way of deduction from the contract price,
contract performance guarantee and or otherwise. The contract performance guarantee furnished by the
contractor is irrevocable and unconditional and the owner shall have the power to invoke it notwithstanding any
dispute or difference between the owner and the contractor pending before any court tribunal, arbitrator or any
other authority.
3.8 This Agreement constitutes full and complete understanding between the parties and terms of the payment.
It shall supersede all prior correspondence terms and conditions contained in the Agreement. Any modification
of the agreement shall be effected only by a written instrument signed by the authorized representative of both
the parties.
4.0 SETTLEMENT OF DISPUTES

33

4.1 It is specifically agreed between parties that all the differences or disputes arising out of the agreement or
touching the subject matter of the agreement shall be decided by process of settlement and Arbitration as
specified in clause 41 of the General Condition of the Contract and provision of the Indian Arbitration Act, 1996
shall apply. Guwahati Courts alone shall have exclusive jurisdiction over the same.
4.2 NOTICE OF DEFAULT
Notice of default given by either party to the other under agreement shall be in writing and shall be deemed to
have been duly and properly served upon the parties hereto if delivered against acknowledgement or by telex
or by registered mail with acknowledgements due addressed to the signatories at the addresses mentioned at
Guwahati.
IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these
presents (execution where of has been approved by the competent authorities of both the parties) on the day,
month and year first above mentioned at Guwahati .
WITNESS:
1. ..
2.
3. ..
4. ..

(Owners signature) ( Printed Name)


(Designation)( Companys Stamp)
(Contractors Signature)(Companys Name)
(Designation)(Companys Stamp)

Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In two
separate awards are placed on single party/two different parties this clause is to be modified suitably
while signing the contract agreement to be signed separately for two awards to incorporate cross fall
breach clause.

34

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE


(On Non-judicial Stamp Paper of Appropriate value to be Purchased in the
Name of Joint Venture)
KNOW

ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given

hereunder................................................................. have formed a Joint Venture under the laws


of..and

having

our

Registered

Office(s)/Head

Office(s)

.....(herein

at
after

called the 'Joint Venture' which expression shall unless repugnant to the context or meaning thereof, include
its

successors,

administrators

and

assigns)

acting

thorough

M/S

.. being the Partner in-charge do hereby'


constitute, nominate and appoint M/S ..a Company
incorporated under the laws of arid having its Registered/Head

Office at..as our duly 'constituted lawful

Attorney (hereinafter called "Attorney" or" Authorized Representative" or "Partner In-charge") to exercise all or
any of the powers for and on be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package)
(Specification No.-------------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan
Bazar, GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the Owner,
to undertake the following acts:

i)

To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf of the
Joint Venture.

ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the
aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the Contract(s)
and if one or more Partner fail to perform their respective portion of the Contract(s), the same shall be deemed
to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion of
the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the said
Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the Contract with
the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of Attorney and the same
shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.

IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed
these presents on this .. day of ....... under the Common Seal(s) of their
Companies.

35

for and on behalf of


the Partners of Joint
Ventures
The Common Seal of the above Partners of the Joint Venture:
The Common Seal has been affixed there unto in the presence of :
WITNESS
1.

Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________

2.

Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________

36

FORM OF JOINT VENTURE AGREEMENT


(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME
OF JOINT VENTURE)

PROFORMA
OF
JOINT
VENTURE
AGREEMENT
BETWEEN
______________________
______________________________ AND ____________________________________________
FOR BID SPECIFICATION No_______________________________OF ASSAM POWER DISTRIBUTION
COMPANY LTD.
THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight and
between M/S _________________________________________________ a Company incorporated under the
laws
of
_______________________________
and
having
its
registered
office
at
__________________________________ _____________________________ (herein after called the Lead
Partner which expression shall include its successors, executors and permitted assigns) and M/S
_______________________________________________ a Company incorporated under the laws of
_______________________________
and
having
its
registered
office
at
________________________________________________________________ (herein after called the
Partner which expression shall include its successors, executors and permitted assigns) for purpose of
making a bid and entering into a contract* (in case of award) for Construction of
_______________________________(name
of
the
package)
against
the
specifications
No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI 781001, an
Electricity Distribution Company registered under Indian Electricity Act, 2003 having its registered office at
Bijulee Bhawan, Paltan Bazar, Guwahati 781001 (herein after called the Owner)
WHEREAS the Owner invited bids as per the above mentioned Specification for the design manufacture,
supply and erection, testing and commissioning of Equipment/Materials stipulated in the bidding documents
under subject Package*
For_________________ (Package Name) (Specification No.:_____________________)
AND WHEREAS Annexure A (Qualification Requirement of the Bidder). Section-4, forming part of the bidding
documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting the requirement
of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture fulfills all other requirements of
Annexure-A, Section 4 and in such a case, the BID shall be signed by all the partners so as to legally bind all
the Partners of the .Joint Venture, who will be jointly and severally liable to perform the Contract and all
obligations hereunder .
* Strike which is not applicable.
The above clause further states that the Joint Venture agreement shall be attached to the bid and the contract
performance guarantee will be as per the format enclosed with the bidding document without any restriction or
liability for either party.
AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ............................. dated .....................................................by Lead Partner based on the Joint Venture
agreement between all the Partners under these presents and the bid in accordance with the requirements of
Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed by all the partners.

NOW THIS INDENTURE WITNESSETH AS UNDER:


In consideration of the above premises and agreements all the Partners to this ,Joint Venture do hereby now
agree as follows:
1.

In consideration of the award of the Contract by the Owner to the Joint Venture
37

partners, we, the Partners to the Joint Venture agreement do hereby agree that M/S__________________
shall act as Lead Partner and further declare and confirm that we shall jointly and severally be bound unto
the Owner for the successful performance of the Contract and shall be fully responsible for the design,
manufacture, supply, and successful performance of the equipment in accordance with the Contract.
2.

In case of any breach of the said Contract by the Lead Partner or other
Partner(s) of the Joint Venture agreement, the Partner(s) do hereby agree to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and responsibilities under the
Contract in accordance with the requirements of the Contract.

3.

Further, if the Owner suffers any loss or damage on account of any breach in
the Contract or any shortfall in the performance of the equipment in meeting the performance guaranteed
as per the specification in terms of the Contract, tile Partner(s) of these presents undertake to promptly
make good such loss or damages caused to the Owner, on its demand without any demur. It shall not be
necessary or obligatory for the Owner to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Partner(s)

4.

The financial liability of the Partners of this Joint Venture agreement to the
Owner, with respect to any of the claims arising out of the performance of non-performance of the
obligations set forth in the said Joint Venture agreement, read in conjunction with the relevant conditions
of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the
Partners of the Joint Venture agreement.

5.

It is expressly understood and agreed between the Partners to this Joint


Venture agreement that the responsibilities and obligations of each of the Partners shall be as delineated
in Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further agreed by the
Partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of
joint and several responsibilities of the Partners under this Contract.

6.

This Joint Venture agreement shall be construed and interpreted in


accordance with the laws of India and the courts of Delhi shall have the exclusive jurisdiction in all
matters arising there under.

7.

In case of an award of a Contract, We the Partners to the Joint Venture


agreement do hereby agree that we shall be jointly and severally responsible for furnishing a contract
performance security from a bank in favour of the Owner in the forms acceptable to purchaser for value
of 10% of the Contract Price in the currency/currencies of the Contract.

8.

It is further agreed that the Joint Venture agreement shall be irrevocable and
shall form an integral part of the Contract, and shall continue to be enforceable till the Owner discharges
the same. It shall be effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised
representatives executed these presents and affixed Common Seals of their companies, on the day, month
and year first mentioned above.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized
representatives executed these presents and affixed Common Seals of their companies, on the day, month
and year first mentioned above.
1.

Common Seal of_________________


Partner
has been affixed in my/our presence

For

Lead

38

pursuant to the Board of Director's

(Signature of authorized

resolution dated________________

representative)

Name
Signature
Designation
Name

Common Seal of the Company

Designation
2.

Common Seal of_________________

For

Other

Partner
has been affixed in my/our presence
pursuant to the Board of Director's
resolution dated_______________

(Signature of authorized
representative)

Name
Signature
Designation
Name

Common Seal of the Company

Designation
WITNESSES
1. Name

(Signature)

(Official address)
2. Name

(Signature)

(Official address)

39

SECTION 6
TECHNICAL SPECIFICATION

1. TECHNICAL SPECIFICATION FOR 33 kV OUTDOOR POLE-MOUNTED AUTORECLOSER WITH INTEGRATED REMOTE COMMUNICATION CAPABILITIES
40

6.0

Scope : The specification covers the design, manufacturing, testing, supply, installation, testing and
commissioning of 33kV outdoor pole mounted autorecloser that have programmable protection
features and integrated remote operation capability at nominal A.C. voltages of 36 kV.
A primary objective of this specification is to foster modularity and a maximum level of
interchangeability and integration to a central SCADA system by supporting IEC60870-5-101 or
DNP3 communications protocols.

6.1

APPLICABLE STANDARDS

6.2

IEC 607221
IEEE C37.60
IEC 60255
IEC 60529
All applicable standards shall be of recent revision one.
RATINGS:
The Autorecloser shall be suitable for use on non-effectively earthed and effectively
earthed networks and under the system conditions and service conditions as follows:
a). Nominal system voltage (U,) (r.m.s.)

b). Maximum system voltage (Um) (r.m.s.)


c). Load current

33 kV;
-

630 A;

d). short circuit-breaking capacity


e). Lightning Impulse Withstand Voltage

36 kV;

-16 kA; for 1 sec


-

170 kV

f). System frequency

-5OHz; 5%

g). Number of phases

3;

h). Interrupting medium-

Vacuum.

i). Insulation medium

SF6

j). Closing Mechanism

LV Solenoid

k). Opening Mechanism -

Springs

6.3 MOUNTING:
6.3.1

The Auto-recloser shall be of single pole mounted type.

6.3.2

Adequately rated lifting eyes shall be provided and they shall be designed to allow the
completely assembled AR (surge arresters fitted) to be lifted without recourse to a sling
spreader. The diameter of the eyes shall not be less than 30mm.

6.3.3

Suitable mounting brackets for surge arresters shall be provided on the line side and on the
load side of the ar, adjacent to the bushings.

6.3.4

The AR shall be fitted with an external M12 earthing stud, complete with a nut, lock nut and
spring washer.

41

6.3.5

The ar shall have laser cut markings on each bushings marked U1 V1 W1 for the normal line
side and U2 V2 W2 for normal load side.

6.3.6

A detailed drawing of the single pole ar mounting arrangement with surge arresters fitted shall
be provided. The minimum phase-to-earth clearances shall be indicated on the drawing.

6.3.7

The mass of the mounting hardware, the AR and the control cabinet and cable shall be stated
in the tender documentation.

6.4 BUSHINGS:
6.4.1

Terminals
The arrangement for bushing shall be fully insulated eved by using cyclo aliphatic epoxy
resign bushings and silicone rubber bushing boots together with 3 meters 185 mm2 XLPE
insulated aluminum water blocked cable tails to provide a fully insulated bushing
arrangement.

6.4.2

Material
The following bushing materials are acceptable:
a) Outdoor Cyclo aliphatic epoxy resin and/or Silicone rubber
b) Porcelain bushings and EPDM rubber are not acceptable.
c) Minimum acceptable creepage is 1100 mm.

6.5 FINISH:
6.5.1

All interior and exterior ferrous surfaces of auto-reclosers and control cabinets shall be
manufactured from 316 marine grade stainless steel. All support structures and
associated bolts and nuts with these parts, shall be hot-dip galvanized.

6.5.2

Suitable precautions shall be implemented to prevent corrosion due to the use of dissimilar
materials.

6.6 CONTROL EQUIPMENT:


6.6.1

CONTROL CABINET

6.6.2

Cabinets that house equipment for protection and control shall be mounted independently of
the AR.

6.6.3

Suitable ultraviolet-resistant cable, shall be provided to connect the AR to the control cabinet.

6.6.4

It shall be possible to disconnect the cable at the AR while the AR is connected to the power
system, without causing damage or mal-operation: care shall be taken that CTs are not
open circuited. A robust, multi-pin weatherproof connector shall be provided. The female
part of the connector shall be mounted on the ar and the male part shall be mounted on
the cable.

6.6.5

Cabinets shall be adequately sealed and dust protected and shall be internally treated to
prevent moisture condensation. The degree of protection shall be suitable for purpose.

6.6.6

The cabinet shall make provision for bottom entry of three cables. This shall be done with a
pre-punched suitable sized diameter holes. The holes shall be suitably blanked off.
42

6.6.7

The cabinet shall be fitted with an external M12 earthing stud with a nut, lock nut and a
serrated washer.

6.6.8

The door of the cabinet shall be fitted with a robust fastening arrangement that is capable
of being secured by a padlock that has a shackle of 8 mm diameter.

6.6.9

ELECTRONIC CONTROL EQUIPMENT

6.6.10

The controls shall not suffer any damage if one or more poles of the circuit breaker fail to
respond to either a trip or a close command.

6.6.11

Electronic modules shall perform continuous diagnostic monitoring and shall contain
hardware and software watchdog checking.

6.7 PROTECTION CHARACTERISTICS:

General
6.7.1

The ratio of drop-off current to pick-up current shall be at least 95 % for all protection
functions.

6.7.2

The E/F and SEF functions shall be equipped with harmonic filtering (low pass) to prevent
operation when harmonics are present in the primary residual earth currents.

6.7.3

All protection functions, i.e. over-current (O/C), earth fault (E/F) and sensitive earth fault
(SEF) shall have elements with characteristics that comply with IEC 60255.

6.7.4

The sequence of trip and auto-reclose characteristics for O/C, E/F and SEF shall be
programmable to enable:
a). the selection of any combination of the available elements for each trip in the trip-andreclose sequence; and
b). separate trip-and-reclose sequences for O/C, E/F and SEF.

6.7.5

A zone sequence co-ordination (ZSC) feature shall be provided to ensure trip-close


sequence co-ordination for combinations of rapid and delayed protection operations
applied to series ars. ZSC functionality shall be such that:
a). an AR senses the presence of an over-current or earth fault, as well as the clearance
of that fault by another device and proceeds to the next protection operation in its
own sequence; and
b). it shall be proceed in its sequence of rapid protection operations only, allowing the full
number of delayed operations to be executed for in-zone conditions.

6.7.6

Loss of Phase (LOP) protection shall be provided to ensure the protection functionality of
ar as below:
a). AR should trip with no auto-reclose in case if there is a loss of voltage on one or two
phases on the upstream part of the line. Loss of supply on all three phases shall
not generate the protection trip.
b). Facility to turn LOP ON or OFF without affecting other protection functions of the
device. Pass-word or other form of access control shall be provided
c). The parameters of configuration of LOP shall include the voltage level (phase to
ground) and time of loss of supply on one or two phases. The voltage level shall
be configurable from 5000 to 10000 Volts with steps not greater then 250 V. Time
range shall be configurable from 1 to 60 sec with steps not greater then 1 sec.

43

d). The information about LOP operation in case of the protection trip shall be recorded
accordingly with indication of the phase(s) causing the trip of ar. The information
about LOP operation shall be easily assessable.
6.7.7

Rapid protection operation shall be possible by selecting a fast curve or instantaneous


protection element.
Co-ordination of the fast curves or instantaneous protection elements between two
devices in series shall be possible either by selecting suitable curves from a family or by
addition of a selectable time increment, typically 0,05s to 3s, in 0,05s steps, or any other
acceptable solution.

6.7.8

Long protection operating times associated with fault levels marginally above the pick-up
setting of the IDMTL protection element shall be avoided by the provision of a Low Set
Definite Time element with the following features:
a). it shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;
b).

the element shall have the same pick-up current setting as the IDMTL element;
and

c). the time delay shall be selectable from 2s to 10s, in 1s steps. The time delay shall be
independent of any curve manipulation.
6.7.9 A High Set Instantaneous element with a selectable time delay shall be provided, with the
following features:
a). it shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;
b). circuit-breaker lock-out as a result of an operation due to the High Set Instantaneous
element shall be selectable;
c). the pick-up setting range of this element shall be at least 100 % to 1500 % of the overcurrent setting and shall be independent of any curve manipulation; and
d). the time delay shall be selectable from instantaneous to 1s, in 0,05 s steps. The time
delay shall be independent of any curve manipulation.
6.7.10 A cold load pick-up (CLP) feature shall be provided that allows user selectable modification of
protection element characteristics under conditions of system energization. The CLP
function may be provided in one of the following two ways:
a). The instantaneous O/C element and the Low Set Definite Time O/C element could be
blocked for the CLP time duration; and
b). The pick-up current setting of the IDMTL O/C element and the Low Set Definite Time
O/C element may be modified with a settable factor to increase the pick-up current
of these elements for the CLP duration. The instantaneous O/C element should
be blocked for this time. This is the preferred method.
The CLP function shall have the following characteristics:
a). the CLP function shall not in any way interfere with any of the other
functions'/elements' pick-up current settings except as mentioned above;
b). the CLP functionality shall be such that the active duration of the CLP is selectable
from 0 min to 20 min in 1 min steps; and
c). the modification factor should be settable from 1 to 2 in steps of 0,1
6.7.11 Earth Fault Function
6.7.12 The earth fault setting range shall detect primary earth fault currents down to 5 A.
44

6.7.13 Delayed protection operation shall be possible by selecting an IDMTL element with NI, VI or El
curve, or a definite time protection element with time delay from 0.05s to 10s, in 0,05s
steps.
6.7.14 Rapid protection operation shall be possible by selecting a fast curve or instantaneous
protection element.
Co-ordination of the fast curves or instantaneous protection elements between two
devices in series shall be possible either by selecting suitable curves from a family or by
addition of a selectable time increment, typically 0.05s to 3s, in 0.05s steps, or any other
acceptable solution.
6.7.15 A High Set Instantaneous element with a selectable time delay shall be provided with the
following features:
a). it shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;
b). circuit-breaker lockout as a result of an operation due to the High Set Instantaneous
element shall be selectable;
c). the pick-up setting range of this element shall be at least 100 % to 1500 % of the earth
fault setting and shall be independent of any curve manipulation; and
d). the time delay shall be selectable from 0,05s to 1s, in 05s steps. The time delay shall
be independent of any curve manipulation.
6.7.16 Sensitive Earth Fault (SEF) Function
6.7.17 A primary earth fault current of 4A to 20A in steps not exceeding 1A shall be detectable.
6.7.18 Delayed protection operation shall be possible by selecting a definite time protection element
with time delay from 3s to 25s, in 1s steps.
6.8 Auto-reclose Operation Parameters

6.8.1 The number of sequential trips to reach lockout shall be selectable to be either 1,2,3 or 4.
6.8.2 Reset times shall ideally be separately selectable for SEF and the combination of over-current
and earth fault functions. The reset time shall be selectable from 5s to 120s in 1s steps.
6.8.3 Dead times shall ideally be separately selectable for SEF and the combination of over-current
and earth fault functions. The dead time between each -successive reclosure shall be
independently selectable from instantaneous to 5s for the first reclosure and from a
minimum of 2s up to a maximum of 120s for subsequent reclosures.
6.8.4 A close instruction initiated locally or remotely during a dead time shall result in lockout if the
fault is still present upon closure.
6.9 Statistical Measurement Functions:

The characteristics of the statistical measurement functions shall be as follows


6.9.1

Measurement shall be done with one of the following methods:


a). three-phase-3-wire method; and
b). or the three-phase-4-wire method

6.9.2 Quantities to be measured / calculated with specified accuracy are:


a). r.m.s. phase-to-phase and phase-to-neutral voltage of all three phases: 2.5% of
auto-recloser rated voltage;
b). r.m.s current per phase 2.5 % within rated current range
45

c). 3-Ph active & reactive power, active energy , maximum demand and P.F under Class1 metering principle.
6.9.3 The real power energy and maximum demand measurement shall be integrated with respect to
time. Energy values shall be calculated with selectable time integration periods of 5 min,
15 min, 30 min or 60 min. The data buffer shall work on the FIFO principle and a
minimum size for the data buffer shall store values for 4 months on the 30 minutes
integration period.
6.9.4 The voltage factor of the voltage transformers shall be a minimum of 1.9.
6.9.5

CB and Control element shall have the facilities to record the number and duration of
outages. The information shall be assessable locally as well as remotely using SCADA
system. The following parameters shall be recorded:
a). Cumulative total number of outages
b). Cumulative total outage duration
c). Time and duration of each outage

6.10

Local Control and Indication

The local control and indication shall be as given in Table-1:


Table-1: Minimum specification of local controls ad indications:
1
Item
Local control
(See note 1)

2
Features
Local/Remote
Circuit-breaker open
Circuit-breaker close
ARC ON/OFF
SEF ON/OFF

Local indication
(See note 1)

Local/Remote
Circuit-breaker open
Circuit-breaker close
Circuit-breaker lock-out
ARC ON/OFF
SEF ON/OFF
Protection operation
Controller not healthy
SF , Alarm
AC fail
DC abnormal
DC fail
Charger fail

Local Analog indication


(See note 1)

3
Remarks
2 position key switchable
(see note 3)
Secure control
Secure control
Secure or toggled control
Secure or toggled control
(see note 3)

(see note 2)
See 4.8.9

r.m.s phase-to-phase to
neutral voltage of all
three phases
r.m.s current per phase
three phase active
power in KW three
phase reactive power in
kvars
total three-phase active
energy in kWh
Power factor
46

Maximum demand

NOTES:
1.

The local control and the local indication features on the control panel shall be labeled as
presented in column 2, where applicable. The type of switch used for local control shall
not allow for a conflict to exist between the switch position and the function status.

2.

The Controller not healthy indication shall indicate the control equipment not healthy
(watchdog) function operated. It shall not operate during the normal pole mounted switch
operating cycle. This indication should remain active until the unhealthy state that initiated
it returns to normal.

3.

The three-position switch (labeled as below) shall allow the AR controller to be set in the
following modes:
Remote: In this mode a local operator can trip the AR and change the mode. A remote
operator can trip or close the AR and change configuration parameters. All reporting
functions are active.
Local: In this mode a local operator can trip and close the AR and change configuration
parameters. All reporting functions are active.

6.10.2 The AR shall be provided with external levers to permit manual operation, using an insulated

operating stick, to open, close, lock-out and reset the AR from ground level . Where these
operations can be performed at the control cabinet, it shall only be necessary to provide a
mechanical means to open and lockout the circuit breaker using an insulated operating
stick.
6.10.3 The AR status shall be clearly visible from ground level. Opened shall be indicated with a

green O. Closed shall be indicated by a red I. Alternative indications shall be subject


to approval by the purchaser.
6.10.4 Pressure relief facilities shall be provided to enable the AR to withstand safely the effects of

excessive pressure rise due to an internal fault.


6.10.5 Malfunction of the AR shall not pose a safety hazard to the operator due to the recoil or

backlash of items such as external operating rods, ranks and levers.


6.10.6 Easily available (i.e maximum of one keystroke ) local indication of protection operation shall be

provided for at least the last operation of the AR. The function , phase involved and the
current magnitude shall be indicated.
6.10.7 Switches used for local control shall offer the type of control described in table 1 i.e. secure or

toggled control. Electronic keypad controls shall offer quick key (maximum of one
keystroke) access to the controls in table1 if not implemented with switches.
6.10.8 ARs using SF, as an arc extinguishing medium shall:
6.10.9 Provide a low gas pressure indication at a gas pressure that enables safe operation of the AR.
6.10.10 Prevent closing of the AR after it has opened under the above-described condition.
6.10.11 Be provided with a method of inhibiting any operation of the AR in the event of the gas pressure

dropping below a safe pressure.


6.11

Remote Control & Indication

6.11.1 The remote controls and indication shall be as given in table 2.

47

Table-2: Minimum specification of remote controls and indications


1
Item
Remote control

Remote indication
(See note 3)

Analog indication
(See note 3)

2
Features
Circuit-breaker open
Circuit-breaker close
ARC On
ARC OFF
SEF ON
SEF OFF
Local/Remote
Circuit-breaker open
Circuit-breaker close
ARC On
ARC OFF
SEF ON
SEF OFF
IDMTL O/C Trip
Low Set DTL O/C Trip
Rapid E/F Trip
High Set E/F Trip
SEF Trip
ARC
Controller not healthy
SF, Alarm
AC fail
DC abnormal
DC fail
Charger fail
r.m.s phase-to-phase and phase to
neutral voltage of all three phases
r.m.s current per phase
three phase active power in KW
three phase reactive power in kvars
total three-phase active energy in kWh
Power factor
Maximum demand

3
Remarks
Secure control
Secure control
Secure control
Secure control
Secure control
Secure control
(See note 2)

(see note 4)
(see note 1)
See 4.8.9
See 4.13.5.3

Note 1: The Controller not healthy indication shall indicate the control equipment not healthy
(watchdog) function operated. It shall not operate during the normal pole mounted switch operating
cycle. This indication should remain active until the unhealthy state that initiated it returns to normal.
Note 2: The two-position switch (labeled as below) shall allow the AR controller to be set in the
following modes:
Remote: In this mode a local operator can trip the AR and change the mode. A remote operator can
trip or close the AR and change configuration parameters. All reporting functions are active.
Local: In this mode a local operator can trip and close the AR and change configuration parameters.
Only monitoring functions are available to remote operators. The local and remote positions shall be
indicated separately.
Note 3: The ARC indication shall give alarm with any ARC attempt.
6.12

Local Engineering

48

6.12.1 The AR controller shall contain a real time clock (with leap year support) that can be set both

locally and remotely. The requirements of Annex B shall be compiled with. The accuracy
of the clock shall be stated in the tender documentation.
6.12.2 A facility for selecting all the protection, operating and communications characteristics shall be

locally available in the control cabinet. Optional password protection against unauthorized
changes shall be available..
6.12.3 Non-Volatile memory storage shall be sized to store the following minimum data:
6.12.4 All operating , protection and communications parameters.
6.12.5 An event record containing at least 3000 events (a protection event is defined as all operations

in a sequence until successful sequence reset or lockout). The actual number available shall
be stated in the tender documentation.
6.12.6 Refer to Cl. 4.7.1.3
6.12.7 Maximum demand information Maximum demand shall have the facilities to be configured for

weekly or monthly demand.


6.12.8 A pointer shall be provided to indicate up to where the data was last read. This will enable

regular uploading of the data without re-loading of previously read data.


6.12.9 All events shall be time and date stamped with a resolution of at least loms relative to the

onboard real time clock.


6.13

Tele-Control Requirements

6.13.1 The ar controller shall detect and report disconnection of the control cable between the

controller and AR.


6.13.2 It shall be possible to operate ar, change the active protection group, turn Auto-Recloser

capabilities ON/OFF and turn E/F and SEF ON/OFF remotely using the protocol specified in
4.12.7b). This functionality shall be subject to the limitations of the selected protocol. Details
shall be provided in the tender documentation.
6.14

COMMUNICATIONS

6.14.1 As a minimum, two independent RS-232 communication ports that allow for simultaneous

operation shall be provided, to be used as follows-.


6.14.2 To upload the non-volatile data to and from a personal computer. The requirements of the

personal computer shall be stated in the tender documentation.


6.14.3 To interface to remote communications equipment (e.g. GSM / PSTN modems, radio-modems

and Fiber Optic Modems).


6.14.4 As a minimum, it shall be possible for these ports to operate at the following speeds:

a). 1200 bps


b). 2400 bps and
c). 9600 bps
6.14.5 One of the RS-232 port shall support full asynchronous V.24 functionality.
6.14.6 The ar controller shall offer a GSM modem option with the following minimum characteristics:
6.14.7 Operation at 1200 - 11200 Baud using Dual Band GSM Modem with an option for GPRS

communications.

49

6.14.8 It shall be possible to disconnect the RS-232-to-modem interface to facilitate local protocol and

communications troubleshooting.
6.14.9 The protocol to be supported by the ar controller for remote communications shall be one of the

following:
a). IEC 60870-5-101
b). DNP 3.0 and
c). IEC 61850
6.15

Power supplies

6.15.1 The AR system shall provide power for the electronics, operation of the ar and operation of the

communications equipment (e.g. radio or GSM-modem).


6.15.2 Primary supply: Preference will be given to the ability to obtain primary power directly from the

HV power system requiring no additional primary supply connection.


6.15.3 Test supply: The AR shall accept an external AC 230 V 50 Hz supply.
6.15.4 Optional supply: The ar shall accept an external DC 110 V supply.
6.15.5 Auxiliary supply: An auxiliary supply with the following minimum characteristics shall be

provided.
6.15.6 One battery and constant voltage charger with current limiting shall be part of the ar. Battery

standby time shall not be less than 24 h, allowing for ten ar operations and a Transmit:
Receive: Standby duty cycle of 5:5:90 from a 5 W output radio. The battery shall
recharge to 80 % of its capacity in a maximum of 15 h. The total number of circuit-breaker
operations under the above communications scenario shall be at least 10 ar operations
preventing closing if the battery will not have enough stored energy to open the circuitbreaker for a protection trip condition. Details will be stated in the tender documentation.
6.15.7 Batteries shall be disconnected at the manufacturer's specified minimum voltage.
6.15.8 'Battery Low' indication shall be available locally and remotely and shall include a battery test.

The indication of "Battery Low" status shall allow for a further ten ar operations.
6.15.9 The minimum battery life expectancy shall be 5 years.

Details of the guaranteed life


expectancy of the battery shall be stated in the tender documentation.

6.16

Maintenance and commissioning


All the communications equipment shall be easily accessible in the control cabinet. Wiring
of "communications links in the control cabinet shall permit the connection of a temporary
protocol-Monitor. It shall be possible to perform secondary injection testing while the AR is
communicating with the center.

6.16.1

It shall be Possible to disconnect the AR circuit breaker and connect a simulated breaker to
the control cabinet for testing purposes.

6.16.2

The ar shall not malfunction while the radio is transmitting via an antenna in close proximity
and the control cabinet door is open.

6.16.3

Provision shall be made in the control cabinet for individually isolating the power supply
to/from the following:
a) battery;
b) battery charger;

50

c) radio; and
d) primary supply to the control cabinet electronics.
6.17

Rating Plate
Each AR shall bear a rating plate of an intrinsically corrosion-resistant material, indelibly
marked with the sea-level rating for which the equipment has been type tested. The
rating plate shall be indelibly marked with:
a).
Manufacturer name

6.18

b).

Type and serial no.

c).

Mass in kg

d).

Voltage transformer ratio, class and burden

e).

Auxiliary supply voltage (if applicable).

f).

SC breaking capacity.

g).

Asymmetrical breaking current.

h).

Peak making current.

Additional Information.

6.18.1 Schematic and GA diagram of AR.


6.18.2 Details of the maintenance and operating equipment and procedures needed and a detailed

parts list of the various components.


6.18.3 A description of the AR operation, with instruction and maintenance manuals, including

maintenance schedules, protection characteristics, communications facilities, the method


of applying settings to relays and controls, together with any software required and the
cost thereof. The software requirements shall be stated in the tender documentation.
6.18.4 A list of recommended spares and tools, quoting the prices of each item and its availability.
6.18.5 Full details of the protocol implementation and the complete point database.

TESTS

6.19
6.19.1 Type Tests

The AR shall have been type tested in accordance with, and found to comply with, the
requirements of either IEC 62271 or ANSI/IEEE C37.60-1981 in recognized laboratory for
the following, and the copy of tests certificate shall be enclosed. The type tests shall not
be older than three years.
a).

Interrupting performance (automatic operation).

b).

Interrupting performance (manual operation).

c).

Operating duty.

d).

Making current

e).

Minimum tripping current.

f).

Dielectric tests

g).

Temperature rise

h).

Radio interference voltage.

i).

Mechanical operations
51

j).

Control equipment surge withstand capability.

The control cabinet and associated electronics shall have been type tested in accordance
with IEC/IEEE. Copy of type tests certificates shall be enclosed. The type test shall not be
older than three years.
6.19.2 Routine Tests

Routine tests, as required in the relevant standards, shall be carried out as a normal
requirement of the contract and, unless otherwise agreed upon, shall be witnessed by the
purchaser or by his appointed representative. No additional charge shall be levied for
such tests or for the production or presentation of documentation related to routine tests.
Duplicate copies of routine test certificates shall be supplied together with the equipment
when the latter is delivered to the final destination stated in the order.

2. TECHNICAL SPECIFICATION FOR SURGE ARRESTORS

7.0

SCOPE

52

7.1.1

This Section covers the specifications for design, manufacture, shop & laboratory testing before
despatch of 33 kV 10 kA, Station class heavy duty, gapless metal (zinc) oxide Surge Arrestors
complete with fittings & accessories.

7.2

STANDARDS

7.2.1

The design, manufacture and performance of Surge Arrestors shall comply with IS: 3070 Part-3 unless
otherwise specifically specified in this Specification

7.3

GENERAL REQUIREMENT

7.3.1

The surge arrestor shall draw negligible current at operating voltage and at the same time offer least
resistance during the flow of surge current.
The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical
grade porcelain housing/silicon polymeric of specified creepage distance.
The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system
arrangement to prevent ingress of moisture.
The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side
terminal of surge arrestor shall be connected with 25x6 mm galvanized strip, one end connected to the
surge arrestor and second end to a separate ground electrode. The bidder shall also recommend the
procedure which shall be followed in providing the earthing/system to the Surge Arrestor.
The surge arrestor shall not operate under power frequency and temporary over voltage conditions but
under surge conditions, the surge arrestor shall change over to the conducting mode.
The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-3min-CO- duty in the
system.
Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain/ silicon
polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
The reference current of the arrestor shall be high enough to eliminate the influence of grading and stray
capacitance on the measured reference voltage.
The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of thermal stability test
with the bid.
The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient
over voltage and have low losses at operating voltages.

7.3.2
7.3.3
7.3.4

7.3.5
7.3.6
7.3.7
7.3.8
7.3.9
7.3.10

7.4
7.4.1

ARRESTOR HOUSING
The arrestor housing shall be made up of silicon polymeric housing and shall be homogenous, free
from laminations, cavities and other flaws of imperfections that might affect the mechanical and
dielectric quality. The housing shall be of uniform brown colour, free from blisters, burrs and other
similar defects.
Arrestors shall be complete with insulating bases, fastners for stacking units together, surge counters
with leakage current meters and terminal connectors.

7.4.2

The housing shall be so coordinated that external flashover shall not occur due to application of
any impulse or switching surge voltage up to the maximum design value for arrestor. The arrestors shall

53

not fail due to contamination. The 11kV/33 kV arrestors housing shall be designed for pressure relief
class as given in Technical Parameters of the specification.
7.4.3

Sealed housings shall exhibit no measurable leakage.


FITTINGS & ACCESSORIES

7.5
7.6.1

The surge arrestor shall be complete with insulating bases, fasteners for stacking units together, surge
counters with leakage current meters and terminal connectors.
SURGE MONITOR

7.6
7.6.1

A self contained discharge counter suitably enclosed for outdoor use and requiring no auxiliary or battery
supply for operation shall be provided for each single pole unit. Leakage current meter with suitable
scale range to measure leakage current of surge arrestor shall also be supplied within the same
enclosure. The number of operations performed by the arrestor shall be recorded by a suitable
cyclometric counter and surge monitor shall be provided with an inspection window. There shall be a
provision for putting ammeter to record the current/alarm contacts in the control room if the leakage
current exceeds the permitted value. Similar provision shall be considered for surge counter also.

7.6.2

Surge monitor shall be mounted on the support structure at a suitable height so that the reading can be
taken from ground level through the inspection window and length of connecting leads up to grounding
point and bends are minimum.
TESTS

7.7
7.7.1

Test on Surge Arrestors


The Surge Arrestors offered shall be type tested and shall be subjected to routine and acceptance tests
in accordance with IS: 3070 (Part-3)-1993. In addition, the suitability of the Surge Arrestors shall also be
established for the following:
-

Residual voltage test


Reference voltage test
Leakage current at M.C.O.V
P.D. test
Sealing test
Thermal stability test
Aging and Energy capability test
Watt loss test
Each metal oxide block shall be tested for guaranteed specific energy capability in addition to
routine/acceptance test as per IEC/IS.

7.7.2

The maximum residual voltages corresponding to nominal discharge current of 10 kA for steep current,
impulse residual voltage test, lightning impulse protection level and switching impulse level shall
generally conform to Annex-K of IEC-99-4.

54

7.7.3

The surge arrestor housing shall also be type tested and shall be subjected to routine and acceptance
tests in accordance with IS: 2071.

7.7.4

Galvanization Test
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to
routine and acceptance tests in accordance with IS: 2633 & IS 6745.

7.8
7.8.1

NAME PLATE
The name plate attached to the arrestor shall carry the following information:
Rated Voltage
Continuous Operation Voltage
Normal discharge current
Pressure relief rated current
Manufacturers Trade Mark
Name of Sub-station
Year of Manufacturer
Name of the manufacture
Purchase Order Number along with date

7.9

TYPE AND RATINGS

SL
No.

Particulars

1
2
3
4

Rated voltage of arrester, kV


Rated frequency, Hz
Nominal discharge current of arrester, kA
Maximum residual voltage at nominal
discharge current, kV (peak)
Maximum steep current impulse residual
voltage at kV (kVP)
One minute power frequency withstand
voltage of arrester insulation, kV (rms)
1.2 / 50 second impulse withstand
voltage of arrester insulation, kV (peak)
Line discharge class

5
6
7
9
10

Voltage class
33 kV

Insulator Housing
a) Power frequency withstand test
voltage (wet) (kV rms)
b) Lightning impulse withstand tests
voltage(KVp)
c) Pressure Relief Class
d) Creepage distance not less than
(mm)

30
50
10
108
120
70
170
2
70
170
40
900

55

3. TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL TRANSFORMERS


5.1.0.

SCOPE OF CONTRACT

5.1.1.
This Section of the Specification covers general requirements for design, engineering, manufacture,
assembly and testing at manufacturers works of 33kV and 11 kV outdoor Current and Potential Transformers.
5.2.0.

STANDARDS

5.2.1.
The equipment covered by this specification shall, unless otherwise stated be designed, constructed and
tested in accordance with the latest revisions of relevant Indian Standards and shall conform to the regulations
of local statutory authorities.
5.2.2.

In case of any conflict between the Standards and this specification, this specification shall govern.

5.2.3.

The current transformer shall comply also with the latest issue of the following Indian standard.

5.3.0.

(i)
(ii)
(iii)
(iv)

IS: 2705(Part-I)
IS: 2705(Part-II)
IS: 2705(Part-III)
IS: 2705(Part-IV)

(v)
(vi)
(vii)

IS: 3156(Part-I)
IS: 3156 (Part-II)
IS: 3156 (Part-III)

Current transformers: General requirement.


Current transformers : Measuring Current transformers
Current transformers : Protective Current transformers
Current transformers: Protective Current transformers for
special purpose application.
Potential transformers: General requirement.
Potential transformers : Measuring Potential transformers
Potential transformers : Protective Potential transformers

GENERAL REQUIREMENTS

5.3.1.
The cores of the instrument transformers shall be of high grade, non-aging CRGO steel of low hysteresis
loss and high permeability.
5.3.2.

Instrument transformers shall be of Dead Tank design or Live Tank design.

5.3.3.

The instrument transformers shall be truly hermetically sealed POLYCRETE Type

5.3.4.

A complete leak proof secondary terminal arrangement shall be provided with each instrument
transformers, secondary terminal shall be brought into weather, dust and vermin proof terminal box.
Secondary terminal boxes shall be provided with facilities for easy earthing, shorting, insulating and
testing of secondary circuits. The terminal boxes shall be suitable for connection of control cable gland.

5.3.5.

All instrument transformers shall be of single phase unit.

5.3.6.

The instrument transformers shall be so designed to withstand the effects of temperature, wind load,
short circuit conditions and other adverse conditions.

5.3.7.

All similar parts, particularly removable ones, shall be interchangeable with one another.

5.3.8.

All cable ferrules, lugs, tags, etc. required for identification and cabling shall be supplied complete for
speedy erection and commissioning as per approved schematics.

5.3.9.

The instrument transformers shall be designed to ensure that condensation of moisture is controlled by
proper selection of organic insulating materials having low moisture absorbing characteristics.

5.3.10. All steel work shall be degreased, pickled and phosphated and then applied with two coats of Zinc Chromate
primer and two coats of finishing synthetic enamel paint.

5.4.0.

COMMON MARSHALLING BOXES

5.4.1.

The outdoor type common marshalling boxes shall conform to the latest edition of IS 5039 and other general
requirements specified hereunder.

5.4.2.

The common marshalling boxes shall be suitable for mounting on the steel mounting structures of the
instrument transformers.

5.4.3.

One common marshalling box shall be supplied with each set of instrument transformers. The marshalling
box shall be made of sheet steel and weather proof. The thickness of sheet steel used shall be not less than
3.0 mm. It is intended to bring all the secondary terminals to the common marshalling.

5.4.4.

The enclosures of the common marshalling boxes shall provide a degree of protection of not less than IP 55
(As per IS 2147).

56

5.4.5.

The common marshalling boxes shall be provided with double hinged front doors with pad locking
arrangement. All doors and removable covers and plates shall be sealed all around with neoprene gaskets or
similar arrangement.

5.4.6.

Each marshalling box shall be fitted with terminal blocks made out of moulded non-inflammable plastic
materials and having adequate number of terminals with binding screws washers etc. Secondary terminals of
the instrument transformers shall be connected to the respective common marshalling boxes. All out going
terminals of each instrument transformer shall terminate on the terminal blocks of the common marshalling
boxes. The terminal blocks shall be arranged to provide maximum accessibility to all conductor terminals.

5.4.7.

Each terminal shall be suitably marked with identification numbers. Not more than two wires shall be
connected to any one terminal. At least 20 % spare terminals shall be provided over and above the required
number.

5.4.8.

All terminal strips shall be of isolating type terminals and they will be of minimum 10 A continuous current
rating.

5.4.9.

All cable entries shall be from bottom. Suitable removable gland plate shall be provided on the box for this
purpose. Necessary number of cable glands shall be supplied fitted on to this gland plate. Cable glands shall
be screw on type and made of brass.

5.4.10. Each common marshalling box shall be provided with two numbers of earthing terminals of galvanised bolt
and nut type.
5.4.11. All steel, inside and outside work shall be degreased, pickled and phosphated and then applied with two
coats of Zinc Chromate primer and two coats of finishing synthetic enamel paint. The colour of finishing paint
shall be as follows: 5.4.12.

i) Inside:

5.4.13.

ii) Outside:

Glossy White
Light Grey (Shade No. 697 of IS: 5)

5.5.0.
TESTS
5.5.1. Routine/Acceptance Tests (all units)
5.5.2. All routine tests shall be carried out in accordance with relevant Standards. All routine/acceptance tests shall
be witnessed by the Employer/his authorised representative.
5.5.3. Type Tests: The bidder shall furnish type test certificates and results for the all tests as per relevant
Standards along with the bid for current and potential transformers of identical design.
5.5.4.

5.6.0.

Type test certificates so furnished shall not be older than 5 (five) years as on date of Bid opening.

NAME PLATES

5.6.1.
All equipment shall have non-corrosive name plates fix at a suitable position indelibly mark with full
particular there on in accordance with the standard adapted.

5.7.0.

MOUNTING STRUCTURES

5.7.1.

All the equipment covered under this specification shall be suitable for mounting on steel structures. Supply
of mounting structures is also in the scope of this tender.

5.7.2.

Each equipment shall be furnished complete with base plates, clamps, and washers etc. and other hardware
ready for mounting on existing steel structures.

5.8.0.

SAFETY EARTHING

5.8.1.

The non-current carrying metallic parts and equipment shall be connected to station earthing grid. For this
two terminals suitable for 40mm X 10mm GI strip shall be provided on each equipment.

5.9.0.

TERMINAL CONNECTORS

5.9.1.

The equipment shall be supplied with required number of terminal connectors of approved type suitable for
ACSR/XLPE cable. The type of terminal connector, size of connector, material, and type of installation shall
be approved by the Employer, as per installation requirement while approving the equipment drawings.

5.10.0. PRE-COMMISSIONING TESTS


5.10.1.
Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any
additional test based on specialties of the items as per the field instructions of the equipment Supplier or

57

Employer without any extra cost to the Employer. The Contractor shall arrange all instruments required for
conducting these tests along with calibration certificates and shall furnish the list of instrument+s to the
Employer for approval.
5.10.2.

5.10.3.

Current Transformers
(i)
(ii)
(iii)

Insulation Resistance Test for primary and secondary.


Polarity test.
Ratio identification test - checking of all ratios on all cores by primary injection of current.

(iv)
(v)
(vi)
(vii)

Dielectric test of oil (wherever applicable).


Magnetising characteristics test.
Tan delta and capacitance measurement
Secondary winding resistance measurement

(viii)

Contact resistance measurement (wherever possible/accessible).

Potential Transformers
(i)
(ii)
(iii)
(iv)
(v)
(vi)

Insulation Resistance test for primary (if applicable) and secondary winding.
Polarity test.
Ratio test
Dielectric test of oil (wherever applicable).
Tan delta and capacitance measurement of individual capacitor stacks.
Secondary winding resistance measurement.

5.11.0. TECHNICAL DATA SHEET FOR CURRENT AND POTENTIALTRANSFORMERS


5.11.1.

For 33 kV/11kV CTs the instrument security factor at all ratios shall be less than 2.5 for metering core.

5.11.2.

TYPE AND RATING:

All instrument transformer shall be outdoor type, single phase, polycrete type suitable for mounting on steel
structure. The instrument transformer shall have the following ratings and particulars.
S
Item
Ratings and Particulars
L
N
33 KV
11 KV
o
.
A
B
C
D
E
a

Nominal system voltage


Highest system voltage, kV
Rated frequency ,HZ
System earthing
Insulation level
Impulse withstand voltage: kVp

One minute p.f. Withstand voltage, kV (r.m.s.)

F
G
H
J

Short time current for one second, kA


Minimum creepage distance, mm
Temperature rise
TRANFORMER C.T.

33 kV
36
50
Solidly earth

11 kV
12
50
Solidly earth

170

70

70

28

16
900
As per ISS

12.5
360
As per ISS

3
200-100/5-5-5A

3
600-300/5-5-2.89A

30 VA
15 VA
-

30 VA
15VA
-

0.5
5P
PS

0.5
5P
PS

)
)

(i) No. of Cores


(ii) Transformation ratio
(iii) Rated out put
(a) Core-1
(b) Core-2
(C) Core-3
(iv) Accuracy class
(a) Core-1
(b) Core-2
(C) Core-3
(v) Accuracy limit factor
(a) Core-1

58

S
L
N
o
.

Ratings and Particulars

Item

33 KV

11 KV

10

10

(a) Core-1

Less than 5

Less than 5

(b) Core-2

100 Volts

100volts

(b) Core-2
(C) Core-3
(v) Instrument security factor

(C) Core-3
(v) Minimum Knee point voltage, Volts
(C) Core-3
FEEDER CT
(i) No. of Cores

400-200/5-5-5

400-200/5-5

(a) Core-1

30 VA

30 VA

(b) Core-2

15 VA

15 VA

(a) Core-1

0.5

0.5

(b) Core-2

5P

5P

(a) Core-1

(b) Core-2

10

10

(a) Core-1

<=5

<=5

(b) Core-2

(ii) Transformation ratio


(iii) Rated out put

(iv) Accuracy class

(v) Accuracy limit factor

(v) Instrument security factor

POTENTIAL TRANSFORMER
(a) Core-1
(b) Core-2

33kV/3
/110V/3
100
100

(vi) Accuracy class

0.5

11kV/3 /110V/3
100
100
05

(v) Rated voltage factor

1.2

1.2

(vi) Accuracy class

0.5

0.5

Note:
(i)

It is intended to use different ratios of the same CT at the same time for differential protections and
metering cores. The CTS should therefore be suitable for the above purpose by secondary tapings only.
The ratio change by secondary taps is acceptable as long as the required CT specifications are achieved
at all ratios.

(ii)

The knee point voltage specified above shall be at higher ratio/ taps.

1.

59

4. TECHNICAL SPECIFICATION FOR AAA WOLF & RACCOON CONDUCTOR


1.0

Scope

2.0

This specification covers design, manufacture, testing at works, transport, insurance, storage, erection
and commissioning of All Aluminum Alloy Stranded Conductors at site in 33 KV.
Conductor Size
i)
19/3.40 mm (175 mm Alloy Area) wolf
ii)
7/3.81 mm ( 80 mm Alloy Area ) - Raccoon

3.0

Applicable Standards

4.0

Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)- 1994 or the
latest version thereof.
Properties of Wires
The properties of Aluminium alloy wires to be used in the construction of the stranded conductors shall be as in
the following Table-1
Table-1
Cross
area of
Maximum
Diameter
breaking load
Resistance at 20 C
nominal
Mass
after stranding
Dia
wire
Nominal
Mm
3.40
3.81

5.0

1
mm

173
80

7.0
8.0
8.1
8.2

Max
mm
3.43
3.85

mm2
9.079
11.401

Kg/Km
24.51
30.78

Max
Ohm/Km
3.67
2.938

KN
2.80
3.34

Stamdard
Ohm/Km
3.96
2.851

Properties of Conductors
The properties of stranded all aluminium alloy conductors of various sizes shall be as in the following table-II
All Aluminium Alloy Conductors ( AAAC)

Nominal
Alloy
Area

6.0

Min
mm
3.37
3.77

Stranding
& Wire dia

Sectional
area

Approx.
overall dia

Approx.
Mass

2
Mm

3
2
mm

4
mm

5
Kg/Km

Calculate
d
resistance
at 20 C
(Max)
6
Ohm/Km

19/3.40
7/3.81

172.52
79.81

17.00
11.43

474.02
218.26

0.1969
0.425

Approx
calculated
breaking
load
7
KN
50.54
23.41

Free From Defects


The wire shall be smooth and free from all imperfection such as spills, splits etc.
Joints in Wires
Conductors containing three/seven wires. There shall be no joint in any wire of a stranded conductor containing
three/seven wires except those made in the base rod or wire before final drawing.
Stranding
The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant
requirements of this standard.
The lay shall be within the limits given in Table-III
Lay Ratios for Aluminium Alloy Stranded Conductors
No. of wires in conductors
7
19

Lay ration
Min.
10
10

Max
14
16

8.3
9.0

The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded.
Climatic Conditions
The conductor shall be designed to suit for the climatic conditions specified in these bidding documents.
10.0 Tests

60

The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall
carry out test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the
purchaser, the test sample may be taken form the stranded wires. However the minimum breaking load test shall
be done on a sample taken from stranded wires and the minimum breaking load shall not be less than the value
indicated in Table-I.
The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-1994
i)
Breaking loads test.
ii) Elongation test
iii) Resistance test
11.0 Packing and Marking
The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980
Specification for reels and drums for bare wire and name of the project TDF shall be indicated clearly on the
drums.
10.1
10.1.1

Packing
The gross mass of packing of various conductors shall not exceed by more than 10% of the values given in the
following table:
Conductor size
Gross Mass
175 mm2 alloy area ( 19/3.40mm)
2500
80 mm Alloy Area (7/3.81 mm)
1600 KG

10.1.2

The normal length of various conductors shall be as given in the following table:

Conductor size
2
175 mm alloy area ( 19/3.40mm)
80 mm Alloy Area (7/3.81 mm)
10.1.3
10.1.4

Normal Length
1.1 Km
1.3 KM

Longer lengths shall be acceptable.


Short length , not less than 50% of the normal length shall be acceptable to the maximum extent of 10% of the
quantity ordered 10.2 marking.
The following information be marked on each package.
a) Manufacturers name.
b) Trade Mark, if any.
c)
Drum or identification number.
d) Size of conductor
e) Number & lengths of conductor
f)
Gross Mass of the package
g) Net mass of the conductor
h) ISI certification mark.
i)
Name of the Project TDF

11

INSPECTION
All tests and inspection shall be made at the place of manufacture. The manufacturer shall afford the inspection
representing the purchaser or third party nominee all reasonable facilities without charge to satisfy him that the
material is being furnished in accordance with this specification.

61

5. TECHNICAL SPECIFICATION FOR CABLE END TERMINAL KIT (OUTDOOR AND INDOOR)
Heat shrinkable termination Kit for 6.35/11kV XLPE ,Cable ( 1-core,300 sq mm &
185 sqmm, 3-core
-120 sqmm ) both for outdoor and indoor should be as per IS : 13753 and relevant international standard. The
terminal cable kit should be for the following technical parameter of cable.
SPECIFIC TECHNICAL REQUIREMENTS:Technical parameters of the cable shall be as follows:
S
Particulars
Unit
l
N
o
1
2
3
4
5
6
7
8

Rated voltage of cable


Type of insulation
Core
Armoured /Unarmoured
Material of Conductor
System Voltage
Highest System Voltage
Conductor Size

KV
-

Material

KV
Sq. mm

6.35/11kV
XLPE
Single ,
Armoured
Aluminium
11 KV Earthed
12
300 Sq mm , 1- core
185 Sq mm , 1- core
And 120 sqmm,3-core
Stranded Aluminium

ELECTRICAL PERFORMANCE FOR TERMINAL KIT


AC Dry withstand voltage
DC withstand voltage for 30 minute
Lighting impulse withstand voltage
Partial Discharge
Standard tail length for outdoor
Standard tail length for indoor

35 KV / 1 minute
48 KV
75 KV
12.7 KV < 5 pc
600 mm
450 mm

KIT COMPONENT
Terminal Lug
Heat Shrinkable Adhesive Lined Terminal
Sleeve
Lug Sealing Tape / Mastic
Rain Shed for 12 KV System
Anti Tracking Sleeve
Stress Control Sleeve
Stress Control Mastic
Constant Force Spring Roll
Copper Braid for Screen Earthing
Worm Drive Clip
Adhesive Line Gland Sleeve
Tinned Copper Braid duly fitted with
Terminal Lug at one end + Solder Bock

1 No
1 No
1 Strip
2 Nos.
1 No.
1 No
1 Strip
1 No
1 No
1 No
1 No
1 No

62

6. TECHNICAL SPECIFICATION OF CONTROL CABLES


1.0

SCOPE:
1.1
Specification calls for design, manufacture, stage testing, inspection and testing beforedispatch,
packing and delivery of Copper control cables and Aluminum power cables for 33/11KV substations.
1.2
The control and power cables shall be ISI marked, 1.1 KV Grade. The cores shall have a size of 2.5
sq.mm for control cables and 4 sq. mm. power cable, using solid/stranded Copper conductor with
different number of cores as specified below:1.3
COPPER CONTROL CABLES Unarmoured
i) 12 Core 2.5 sq.mm, solid conductor
ii) 7 Core 2.5 sq.mm., solid conductor.
iii) 4 Core 2.5 sq.mm., solid conductor
iv) 2 Core 2.5 sq.mm., solid conductor

2.0

STANDARDS:
2.1
The control and power cables shall conform to the latest applicable Indian Standards. In case bidders
offer control and power cables conforming to any other International Standards which shall be
equivalent or better than IS, the same is acceptable. Cables for which Indian Standards arenot
available, the relevant equivalent International Standards will be applicable. Please attach photocopy of
all such standards according to which the cables have been offered
(i). IS: 1554: PVC insulated (Heavy Duty) Control Cables for working voltage & including 1100 Volts.
(ii). IS: 3961: Recommended current ratings for PVC insulated and PVC sheathed heavy duty cables
(iii). IS: 4905: Methods of random sampling
(iv). IS: 5831: PVC insulation and sheath of electric cables
(v). IS: 8130: Conductors for insulated electric cables and flexible cords
(vi). IS: 10418: Wooden drums of electric cables
(vii). IS: 10810: Methods of tests for cables

3.0

GENERAL TECHNICAL REQUIREMENTS AND CONSTRUCTIONAL DETAILS:


3.1
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 designed to withstand
mechanical, electrical and thermal stresses developed under steady-state and transient operating
conditions as specified elsewhere in this specification.
3.2 CONTROL CABLES
Control cables shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above), PVC
insulated, PVC inner sheathed, un armoured, PVC outer sheathed with solid copper conductor
conforming to latest version of IS: 1554 or equivalent International Standards.
3.3
The conductor shall be made from high conductivity copper rods complying with latest version of
IS:613 or equivalent International Standards. The conductor shall consist of annealed copper
wires complying with IS: 8130 with latest amendments or equivalent International Standards.
3.4 POWER CABLES:
Power cable shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above), PVC
insulated, PVC inner sheathed, PVC outer sheathed with stranded conductor.
3.5 INSULATION:
Conductor shall be provided with PVC insulation applied by extrusion in accordance with latest
version of IS: 5831 or equivalent International Standards. The average thickness of insulation
shall be in accordance with the IS: 1554 (Part-I) with latest amendments or equivalent
International Standards. Insulation shall be so applied that it fits closely on the conductor and
shall be possible to remove it without damages to the conductor.
3.6

SN
1
2
3

3.7

CODE IDENTIFICATION:
Colouring of insulation shall identify cores of the cables of upto 5 cores. Following colour
schemes shall be adopted:No of
Cores
2 core
4 core
5 core

Colour Scheme
Red and Black
Red, Yellow, Black, Blue and Grey
a) Two adjacent cores (counting and direction core) in each layer, Blue
and Yellow, remaining cores Grey or in accordance with the scheme
given in IS 1554
b). Cables having more than 5 cores, as an alternate to the provision of
(a) above, core identification may be done by numbers as indicated in
latest version of IS: 1554 (PART-I) 10 core identification.

LAYING UP OF CORES:
63

In multi-core cables, the cores shall be laid up together with a suitable lay, the outer most layer shall have right-hand
lay and successive layer shall be laid with opposite lay, where necessary, the interstices shall be filled with non
hygroscopic materials.
3.8

INNER SHEATH:

The laid up cores shall be provided with inner sheath applied by extrusion. It shall be ensured that the shape be as
circular as possible. The inner sheath shall be so applied that it fits closely on the laid up cores and it shall be
possible to remove it without damage to the insulation. Thickness of inner sheath shall be conforming to latest
version of IS: 1554 (Part-I) or equivalent International Standards.
3.9

FILLER AND INNER SHEATH:

Filler and inner sheath shall be of the following:


Unvulcanised rubber, or
Thermoplastic materials, or
Proofed tape (for inner sheath only)
Unvulcanised rubber or thermoplastic material used shall not be harder than PVC used for insulation and outer
sheath. Material shall be chosen to be compatible with temperature ratings of the cable and shall have no deterious
effect on any other component of the cable.
3.10

OUTER SHEATH:

The Over theouter sheath shall be applied by extrusion. It shall be applied: inner sheath in case of unarmoured
multicore cables Outer sheath shall be so applied that it fits closely over insulation / inner sheath / armouring. It shall
be possible to remove it without damage to the insulation / inner sheath. The colour of the
outer sheath shall be black.Thickness of outer sheath insulation shall conform to latest version of IS: 1554 Part-I or
equivalent international standards.
4.0

IDENTIFICATION:
4.1
In addition to manufacurers identification on cable as per clause-17.1 of IS: 1554 (Part-I) with latest
amendments, following marking shall also be embossed over outer sheath at every three meters:Cable size and voltage grade
Word APDCL and Name of manufacturer
ISI marking and sequential marking by means of embossing
The embossing shall be in line throughout the length of the cable and shall be legible and indelible.

5.0

PACKING AND MARKING:


5.1
Cables shall be supplied in non-returnable drums. The surface of the drum and outer most cable layer
shall be covered with waterproof layer. Both the ends of the cables shall be properly sealed with heat
shrinkable PVC or rubber caps, secured by U nails so as to elliminate ingress of water during
transportation storage and erection. Following information should be stenciled on the drum:
Reference no of relevant Indian or International Standard.
Manufacturers name, brand name or trade mark
Type of cable and voltage grade
Number of cores
Nominal cross-sectional area of the conductor
Cable code
Colour of cores
Length of cable on the drum
Number of lengths on drum (if more than one)
Direction of rotation of drum by means of an arrow
Approximate gross weight
Running end of cable
Country of manufacturer and year of manufacture
5.2

6.0

As mentioned, the cable drum must bear relevant Indian/International Standard certification Mark. In
this connection, a certified photostat copy of valid standard marking license rights duly attested must be
submitted along with the inspection offer as documentary evidence. In absence of these documents,
the inspection offer will not be considered.
STANDARD DRUM LENGTH:
6.1
Standard drum length for cable shall be 500/250 metres.
6.2
TOLERANCE:
Tolerance on the overall diameter of the Cable shall be 2 mm over the declared value in the techanical data
sheets of Guaranteed Technical Particulars. Length per drum shall be subjected to maximum tolerance of 5% of
the standard drum length. The Employer shall have option to reject cable drums with shorter length. Over all
tolerance in total quantity for each type and size of cables shall be 2%.

64

7.0

TESTS:
7.1
All types and sizes of cable being supplied shall be subjected to Type tests, Additional test,
Routine tests and Acceptance tests as specified below at the expense of manufacturer and according to relevant
standards.
7.2

TYPE TESTS AND ADDITIONAL TESTS:

It is essential to furnish all the type test reports for each type and size of cable as stipulated in latest version of IS:
1554 (Part-I) and following Additional Tests:
Loss of mass test
Heat shock test
Thermal stability test
Accelerated water absorption test
Dielectric strength retention test
Above tests shall be conducted in NABL approved Testing laboratories only.
7.3

ACCEPTANCE TEST

Acceptance test shall be caried out on each type and size of cables on cable drums selected at random as per
following plan :.
Numbers of Drums in the
Number of Drums to be taken
S.No
Tests
as samples

1
2
3
4
5

7.4

Upto 50
51 to 100
From 101 to 300
From 301 to 500
From above 501

2
5
13
20
32

The following shall constitute acceptance tests :Annealing Test


Conductor Resistance Test
Wraping Test
Tensile Test
Test for Thickness of Insulation and Sheath
Tensile Strength and elongation test before ageing and after ageing at break of insulation
and sheath
High Voltage Test (Water Immersion Test)
High Voltage Test at Room Temperature

7.5

ROUTINE TESTS:

Routine test shall be carried out for each drum of cables of all types and sizes. Following shall constitute routine tests
:
Conductor Resistance Test
Resistance Test
High Voltage Test at Room Temperature

7.6
i.
ii.
iii.
iv.

While preparing cable schedules for control/protection purpose following shall be ensured:
Separate cables shall be used for AC & DC.
For different cores of CT & PT/CVT separate cable shall be used
At least one (1) cores shall be kept as spare in each copper control cable of 4C, 5C or 7C size whereas
minimum no. of spare cores shall be two (2) for control cables of 10 core or higher size.
For control cabling, including CT/PT circuits, 4.0 sq.mm. size copper cables shall be used per
connection

65

7. TECHNICAL SPECIFICATION OF 33 KV CROSS LINKED POLYETHYLENE INSULATED


POWER CABLE
8.1.0. SCOPE
8.1.1
This section of the specification covers the manufacture, testing at manufactures works of 33 kV,
single core, aluminium conductor, cross Linked Polyethylene Insulated Power Cable (XLPE} complete
with all accessories as specified for use with effectively earthed system.
8.2.0. STANDARDS
6.6.1
Unless otherwise specified, the cables and its accessories shall conform, in all respects, to following
standards with latest amendment or latest edition:
(i).

IS: 7098 / IEC: 60502.

(ii).

IS: 8130 / IEC: 60228.

(iii). IS: 5831


(iv). IS: 10418
8.3.0.
8.3.1

8.3.2

8.3.3

8.3.4

8.4.0.
8.4.1

8.4.2

(v). IEC: 60840


GENERAL
The cable shall be 33 kV (E) grade, single core, unarmoured, stranded compacted Aluminium
conductor with conductor and insulation screens conforming to latest editions of IS 7098 / IEC
60502.
The cable shall be suitable for laying underground or in cable trenches and chances of flooding by
water and suitably designed by the addition of chemicals in the outer sheath to be protected against
rodent and termite attack.
Outer sheathing should be designed to afford high degree of mechanical protection and should also be
heat, oil chemicals and weather resistant. Common acid Alkalis and saline solution should not have
adverse effect on the PVC sheathing material used.
The XLPE insulated shall be manufactured & tested in accordance with the IS 7098 Part-III and shall
also conform to the requirements of internationally accepted standards IEC 60502-2 (applicable
clauses only) for construction and IEC 60840 for testing. The terminating accessories shall conform
to IEC 60840.
CONSTRUCTION
Conductor
The cable conductor shall be made from stranded H.D. aluminium to form compact circular shaped
conductor having resistance within limits specified in IS 8130 / IEC 60228 and any amendment
thereof.
Conductor Screen
Conductor shield/ screening shall consist of an extruded layer of thermosetting black semi
conducting compound which shall be firmly bonded to the outer surface of the conductor and should
cover the whole surface of the conductor and suitable for the operating temperature of the cable and
compatible with the insulating material. The nominal thickness of the conductor screen should be as
per latest relevant IEC.

8.5.0.

Insulation
The XLPE insulation should be suitable for specified system voltages. The manufacturing process
shall ensure that insulations shall be free from voids. The insulation shall withstand mechanical and
thermal stressed under steady state and transient operating conditions. The extrusion method
should give very smooth interface between semi-conducting screen and insulation. The insulation of
the cable shall be of high standard quality, generally confirming to IEC-60502 and I.S. 7098 PartII/1988 (latest edition).

8.6.0.

Moisture Barrier
Longitudinal water barrier:
The longitudinal water barrier shall be applied over insulation screen by a layer of non woven
synthetic tape with suitable water swellable absorbent.

66

Radial Moisture Barrier:


This shall be of extruded lead alloy E sheath (as per IS 7098: Part III).
8.7.0.

Metallic Screen
The metallic screen shall be of plain copper wires, helically applied over the radial moisture barrier.
A binder tape of annealed plain copper shall be applied in the form of an open helix over the copper
wire screen.
The combination of the metallic sheath (lead sheath) in combination with wire screen shall be
designed to meet the requirement of the system short circuit rating of 40 KA for 1 sec.

8.8.0.

Outer Sheath
Suitable semi conducting layer coated on extruded PVC outer sheath confirming to IEC: 60502, shall
be applied over armouring with suitable additives to prevent attach by rodents and termites.

8.9.0.

CURRENT RATING
The cable will have current ratings and de-rating factors as per relevant standard IEC.
The one-second short circuit rating values each for conductor; screen & armour shall be furnished
and shall be subject to the purchasers approval.
The current ratings shall be based on maximum conductor temperature of 90 deg. C with ambient
site condition specified for continuous operation at the rated current.

8.10.0.

OPERATION
Cables shall be capable of satisfactory operation under a power supply system frequency variation
of plus minus 3% voltage variation of plus, minus 10% and combined frequency voltage variation of
10% (absolute sum).
Cable shall be suitable for laying in cable trenches or buried under ground.
Cable shall have heat and moisture resistance properties. These shall be of type and design with
proven record on transmission network service.

8.11.0.

ROUTINE TESTS AND ACCEPTANCE TESTS


All routine and acceptance tests shall be carried as per ISS-7098/IEC-60871.

8.12.0.

DATA SHEET

Sl.
No.
1
2
3
4
5
6
7
8
9

10

11
12

Description

Parameters

Voltage Grade (Uo/U), kV


No. of cores
Size (mm2)
Nominal system voltage KV
Highest system voltage KV
System earthing
System Frequency Hz
Variation in Frequency
Fault level individually for
a) Conductor
b) Cu.Screen
Maximum allowable temperature
a) Design continuous operation at rated, full
load current, the max, temperature of
0
conductor shall not exceed. C
b) The conductor temperature after a short
circuit for 1.0 sec shall not exceed.
Basic insulation level, KVP
(1.2/50 Micro Second Wave)
1-min. power frequency withstand voltage, kV
(rms)

33 kV
1
120 mm2
33
36
Effectively earthed
50
(+/-)3%
25 kA for 1sec
25 kA for 1sec
90

250
170
70

67

8. Technical specifications for 33kV Isolators

7.1.0.

SCOPE

7.1.1.

This section of the specification is intended to cover design specifications for manufacture and testing of
33 KV gang operated switch (Isolators) with all fittings and accessories.
The Isolators are for outdoor installation suitable for horizontally mounting on mounting structures and for
use at sub-stations.
Isolators shall be supplied with Earth Switch as and where specified.

7.1.2.
7.1.3.
7.2.0.
7.2.1.
7.2.2.
7.2.3.

7.3.0.
7.3.1.

7.3.2.

7.3.3.

7.3.4.
7.3.5.
7.3.6.
7.4.0.
7.4.1.
7.4.2.

GENERAL
The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102) except to the extent
explicitly modified in specification.
All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All isolating
and earth switches shall operate through 90 angle from closed position to fully open position.
Complete isolator with all the necessary items for successful operation shall be supplied including but not limited to
the following:
(i). Isolator assembled with complete base frame, linkages, operating mechanism, control cabinet, interlocks etc.
(ii). All necessary parts to provide a complete and operable isolator installation, control parts and other devices
whether specifically called for herein or not.
(iii). The isolator shall be designed for use in the geographic and meteorological conditions as specified in this
document..
DUTY REQUIREMENTS
Isolators and earth switches shall be capable of withstanding the dynamic and thermal effects of the maximum
possible short circuit current of the systems in their closed position. They shall be constructed such that they do not
open under influence of short circuit current.
The earth switches, wherever provided, shall be mechanically interlocked so that the earth switches can be
operated only when the isolator is open and vice versa. The constructional interlocks shall be built in construction
of isolator and shall be in addition to the electrical and mechanical interlocks provided in the operating mechanism.
In addition to the constructional interlock, isolator and earth switches 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 failsafe 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 elsewhere in this
specification.
The earthing switches shall be capable of discharging trapped charges of the associated lines.
The isolator shall be capable of making/breaking normal currents when no significant change in voltage occurs
across the terminals of each pole of isolator on account of make/break operation.
The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15 power factor and capacitive
current of 0.7A at 0.15 power factor at rated voltage.
CONSTRUCTIONAL DETAILS
All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All isolating
and earth switches shall operate through 90 angle from closed position to fully open position.
Contacts:
a) The contacts shall be self-aligning and self-cleaning and so designed that binding cannot occur after
remaining closed for prolonged periods of time in a heavily polluted atmosphere.
b) No undue wear or scuffing shall be evident during the mechanical endurance tests. Contacts and spring shall
be designed so that readjustments in contact pressure shall not be necessary throughout the life of the
isolator or earthing switch. Each contact or pair of contacts shall be independently sprung so that full pressure
is maintained on all contacts at all time.
68

c)
d)

7.4.3.

7.4.4.

7.4.5.

7.5.0.
7.5.1.
7.5.2.
7.5.3.

7.5.4.

7.5.5.
7.5.6.
7.5.7.
7.6.0.
7.6.1.
7.6.2.
7.6.3.
7.6.4.

Contact springs shall not carry any current and shall not lose their characteristics due to heating effects.
The moving contact of double break isolator shall have turn-and -twist type or other suitable type of locking
arrangement to ensure adequate contact pressure.
Blades:
a) All metal parts shall be of non-rusting and non-corroding material. All current carrying parts shall be made
from high conductivity electrolytic copper/aluminium. Bolts, screws and pins shall be provided with lock
washers. Keys or equivalent locking facilities if provided on current carrying parts, shall be made of copper
silicon alloy or stainless steel or equivalent. The bolts or pins used in current carrying parts shall be made of
non-corroding material. All ferrous castings except current carrying parts shall be made of malleable cast iron
or cast-steel. No grey iron shall be used in the manufacture of any part of the isolator.
b) The live parts shall be designed to eliminate sharp joints, edges and other corona producing surfaces, where
this is impracticable adequate corona shield shall be provided. Corona shields/rings etc., shall be made up of
aluminum/aluminum alloy.
c) Isolators and earthing switches including their operating parts shall be such that they cannot be dislodged
from their open or closed positions by short circuit forces, gravity, wind pressure, vibrations, shocks, or
accidental touching of the connecting rods of the operating mechanism.
d) The switch shall be designed such that no lubrication of any part is required except at very infrequent
intervals i.e. after every 1000 operations or after 5 years whichever is earlier.
Insulators:
a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a minimum cantilever
strength of 600/400 Kgs. for 145/33 kV insulators respectively.
b) Pressure due to the contact shall not be transferred to the insulators after the main blades are fully closed.
Base:
Each isolator shall be provided with a complete galvanised steel base provided with holes and designed for
mounting on a supporting structure.
EARTHING SWITCHES
Where earthing switches are specified these shall include the complete operating mechanism and auxiliary
contacts.
The earthing switches shall form an integral part of the isolator and shall be mounted on the base frame of the
isolator.
The earthing switches shall be constructionally interlocked with the isolator so that the earthing switches can be
operated only when the isolator is open and vice versa. The constructional interlocks shall be built in construction
of isolator and shall be in addition to the electrical interlocks.
Suitable mechanical arrangement shall be provided for de-linking electrical drive for mechanical operation.
Each earth switch shall be provided with flexible copper/aluminum braids for connection to earth terminal. These
braids shall have the same short time current carrying capacity as the earth blade. The transfer of fault current
through swivel connection will not be accepted.
The frame of each isolator and earthing switches shall be provided with two reliable earth terminals for connection
to the earth mat.
Isolator design shall be such as to permit addition of earth switches at a future date. It should be possible to
interchange position of earth switch to either side.
The earth switch should be able to carry the same fault current as the main blades of the Isolators and shall
withstand dynamic stresses.
OPERATING MECHANISM
The bidder shall offer manual operated Isolators and earth switches.
Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate thickness (minimum 3
mm).
Manual operation facility (with handle) should be provided with necessary interlock to disconnect motor.
Gear should be of forged material suitably chosen to avoid bending/jamming on operation after a prolonged period
of non-operation. Also all gear and connected material should be so chosen/surface treated to avoid rusting.
69

7.7.0.
7.7.1.
7.7.2.

7.7.3.

7.7.4.

7.7.5.

7.7.6.

7.7.7.

7.8.0.
7.8.1.

7.8.2.

7.8.3.
7.9.0.
7.9.1.

OPERATION
The main Isolator and earth switches shall be gang operated.
The design shall be such as to provide maximum reliability under all service conditions. All operating linkages
carrying mechanical loads shall be designed for negligible deflection. The length of inter insulator and interpole
operating rods shall be capable of adjustments, by means of screw thread which can be locked with a lock nut after
an adjustment has been made. The isolator and earth switches shall be provided with over center device in the
operating mechanism to prevent accidental opening by wind, vibration, short circuit forces or movement of the
support structures.
Each isolator and earth switch shall be provided with a manual operating handle enabling one man to open or
close the isolator with ease in one movement while standing at ground level. Detachable type manual operating
handle shall be provided. Suitable provision shall be made inside the operating mechanism box for parking the
detached handles. The provision of manual operation shall be located at a height of 1000 mm from the base of
isolator support structure.
All rotating parts shall be provided with grease packed roller or ball bearings in sealed housings designed to
prevent the ingress of moisture, dirt or other foreign matter. Bearings pressure shall be kept low to ensure long life
and ease of operation. Locking pins wherever used shall be rustproof.
Signaling of closed position shall not take place unless it is certain that the movable contacts, have reached a
position in which rated normal current, peak withstand current and short time withstand current can be carried
safely. Signaling of open position shall not take place unless movable contacts have reached a position such that
clearance between contacts is atleast 80% of the isolating distance.
The position of movable contact system (main blades) of each of the Isolators and earthing switches shall be
indicated by a mechanical indicator at the lower end of the vertical rod of shaft for the Isolators and earthing switch.
The indicator shall be of metal and shall be visible from operating level.
The contractor shall furnish the following details along with quality norms, during detailed engineering stage.
(i) Current transfer arrangement from main blades of isolator along with millivolt drop immediately across
transfer point.
(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the insulator along with stoppers
to prevent over travel.
TEST AND INSPECTION
The switches shall be subjected to the following type test in accordance to with IS: 9920.
I)
Dielectric test (impulse and one minute) power frequency withstands voltage.
II)
Temperature rise test
III) Rated off load breaking current capacity
IV) Rated active load breaking capacity
V)
Rated line charging breaking capacity
VI) Rated short time current
VII) Rated peak withstand current
VIII) Mechanical and Electrical Endurance
The equipment shall be subjected to the following routine test.
I)
Power frequency voltage dry test
II)
Measurement of resistance of the main circuit
III) Operating test.
The porcelain will have pull out test for embedded component and beam strength of porcelain base.
AUXILIARY SWITCHES
All isolators and earth switches shall be provided with 110 volts, 6 Ampere auxiliary switches for their remote
position indication on the control board and for electrical interlocking with other equipment. In addition to the
auxiliary switches required for remote position indications and for their operation. There shall be six pairs of NO
and six pairs of NC contacts for each isolating switch and three pairs of NO and three pairs of NC contacts for each
earthing switch. All contacts shall be brought out to terminal blocks

7.10.0. CONNCTORS

70

7.10.1. Each isolator shall be provided with appropriate number of bimetallic clamping type connectors as detailed in the
schedule of requirement. The maximum length of jumper that may be safely connected or any special instruction
considered necessary to avoid under loads on the post isolators should be stated by the tenderer.
7.11.0. SUPPORTING STRUCTURES
7.11.1. All isolators and earthing switches shall be rigidly mounted in an upright position on their own supporting
structures. Details of the supporting structures shall be furnished by the successful tenderer. The isolators should
have requisite fixing details ready for mounting them on switch structures.
7.12.0. PRE-COMMISSIONING TESTS
7.12.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any additional
test based on specialties of the items as per the field instructions of the equipment Supplier or Employer without
any extra cost to the Employer. The Contractor shall arrange all instruments required for conducting these tests
along with calibration certificates and shall furnish the list of instruments to the Employer for approval.
(a) Insulation resistance of each pole.
(b) Manual operation and interlocks.
(c) Insulation resistance of auxiliary contacts.
(d) Ground connections.
(e) Contact resistance.
(f) Proper alignment so as to minimise to the extreme possible the vibration during operation.
(g) Measurement of operating Torque for isolator and Earth switch.
(h) Resistance of operating and interlocks coils.
(i) Functional check of the control schematic and mechanical interlocks.
(j) 50 operations test on isolator and earth switch.
7.13.0. TECHNICAL DATA SHEET FOR ISOLATORS

SL
No.
1
2
3
4.
5
6
7
8
9

Technical Particulars
Nominal system voltage, kV
Highest system voltage, kV
Rated frequency, Hz.
Type of Isolator

11

Rated continuous current, A


Rated short time current, kA
Rated duration of short time current, Second
Control voltage
Rated lightning impulse withstand voltage, kV
(peak)
i) To earth & between poles
ii) Across isolating distance
Rated 1 minute power frequency withstand
voltage, kV (rms)
i) To earth & between poles
ii) Across isolating distance
Minimum creepage distance of insulators, mm

12

Temperature rise

10

33 kV
33
36
50
Double Break, center pole
rotating
630
25
1
110V DC
170
180
70
80
900
As per relevant IS

71

9. TECHNICAL SPECIFICATION FOR AC 3 PHASE 4 WIRE CT- PT OPERATED FULLY


STATIC THREE VECTOR ENERGY METER (with AMR Compatibility) With Meter Cabinet.

1. OBJECTIVE & SCOPE


This specification shall cover design, engineering, manufacture, assembly, inspection, testing
at manufacturers works before dispatch, packing, supply and delivery at destination
(including transit insurance), 0.5S/0.2S accuracy class fully static 3 phase4 wire CT-PT
operated three-vector energy meter for R-APDRP works along with other metering
accessories such as metering cabinet, CTs and PTs of relevant accuracy class etc. detailed
out in the specification. The meter shall be suitable for measurement of different electrical
parameters as per the energy and power demand requirement in an AC
balanced/unbalanced system over a power factor range of zero lag to unity to zero lead.
These meters should have communication port to interface for remote meter reading (AMR
Compatible).
2. APPLICATION
a)
b)
c)
d)

As Boundary Meters for Ring fencing of an Area - 0.5S class


In Substation on incoming/Outgoing HT feeders - 0.5S class
On Distribution Transformers 0.5S class
HT Consumers 0.5S class

3. WORKING ENVIRONMENT
As per IS 14697-1999 (reaffirmed 2004). Meter to perform satisfactorily under Non-Air Conditioned
environment (within stipulations of IS)
IP 51 housing for indoor use and IP 55 degree of protection and sealing arrangement for outdoor use.
The meter shall be suitable designed for satisfactory operation under the hot and hazardous tropical climate
conditions and shall be dust and vermin proof. All the parts and surface, which are subject to corrosion, shall
either be made of such material or shall be provided with such protective finish, which provided suitable
protection to them from any injurious effect of excessive humidity.

4. SERVICE CONDITION
The meter shall be suitable for satisfactory continuous operation under the following tropical
conditions:a)
b)
c)
d)
e)
f)
g)
h)
i)
k)

Maximum ambient temperature in a closed box


Maximum ambient temperature in shade
Relative Humidity
:
Maximum annual rainfall
Maximum wind pressure
Maximum altitude above mean sea level
Isoceraunic level
Seismic level (Horizontal acceleration)

:
65 C
:
55 C
10 to 95%(condensing)
:
2280 mm
:
150 Kg/m. sq.
:
up to1000 meters
:
60 days/year
: 0.3g

Average number of thunderstorms/annum


Minimum ambient air temperature

40 (5 months)
-10C

:
:

The climate is moderately hot and humid, conducive to rust and fungus growth. The climatic
conditions are also prone to wide variations in the ambient conditions. Smoke is also present
in atmosphere. Lighting also occurs during rainy season.
72

5.

APPLICABLE STANDARDS

Unless otherwise stated elsewhere in this specification the energy meter shall be of accuracy
Class 0.5S/0.2S for active/reactive /apparent energy and conform to relevant clauses of
following standards or report to be read with up to date and latest amendments/revision
thereof in all respect: 1. Guidelines on Data Exchange for Electricity Meter Reading, Tariff and Load Control
Companion Specification related to IEC 62056 series of standards;
2. IS-14697/1999 (reaffirmed 2004) Specification for AC Static Transformer operated Watt
Hour & VAR-Hour meters (class 0.5S & 0.2 S);
3. IS-15707 Specification for Testing, evaluation, installation & maintenance of AC Electricity
Meters-Code of Practice;
4. CBIP Report No. 88 /No. 304 : Specification for AC Static Electrical Energy Meters.
5. Metering code for Assam Grid Regulations-2004 by AERC.
The equipment meeting with the requirements of other authoritative standards, which ensure
equal or better quality than the standard mentioned above, also shall be considered; in case of
conflict related with communication protocol, the Guidelines on Data Exchange for Electricity
Meter Reading, Tariff and Load Control Companion Specification shall prevail upon. For any
unresolved conflict related with other parts of this specification the order of priority shall be 1.
Standard Technical specification for 3p/4w CT/PT operated fully static AMR compatible Trivector energy meters for R-APDRP projects. II. IS 14697/1999 (reaffirmed 2004).
6.

GENERAL TECHNICAL REQUIREMENT

TYPE

2
3

FREQUENCY
ACCURACY
CLASS
SECONDARY
VOLTAGE
BASIC CURRENT
(Ib)
MAXIMUM
CONTINUOUS
CURRENT
POWER
CONSUMPTION

4
5
6

8
9

POWER FACTOR
DESIGN

AMR Compatible Static, 3 Ph, 4 Wire Tri-Vector


Energy Meter (Export/Import type for Boundary/ring
fencing/interface HT meters) & (Import type for DTR
and consumer LT meters)
50 Hz 5%
0.5S
Suitable for operation from 110V Ph-Ph or 63.5V PhN (for HT) & 3 x 415V for DTR meters (LT)
-/1 Amps and/or -/5 Amps. as per requirement
specified
2.0 Ib; Starting and Short time current shall be as per
IS-14697
i)

The active and apparent power consumption, in each voltage


circuit, at reference voltage, reference temperature and
reference frequency shall not exceed 1. 5 W and 8 VA.
ii) The apparent power taken by each current circuit, at basic
current, reference frequency and reference temperature shall
not exceed 1.0 VA

0.0 Lag -Unity- 0.0 Lead


Meter shall be designed with application specific
integrated circuit (asic) or micro controller; shall have
no moving part; electronic components shall be
assembled on printed circuit board using surface
mounting technology; factory calibration using high
accuracy (0.05 class) software based test bench.
Assembly of electronic components shall be as per
73

ANSI/IPC-A-610 standard.
10

Communication
port

Companion Specification for IEC 62056 series of


standards, DLMS/COSEM

7. GENERAL ELECTRICAL REQUIREMENT


7.1 STARTING CURRENT
The meter shall start and continue to register at the current 0.1% of Ib.
7.2 RUNNING WITH NO LOAD
When the 115% of rated voltage is applied with no current flowing in the current circuit,
the meters shall not register any energy and test output of the meter shall not be more
than one pulse/count on "no load".
7.3 POWER SUPPLY VARIATION
The extreme power supply variation (which an operating meter should withstand without
damage and without degradation of its meteorological characteristics when it is
subsequently operated under its operating conditions) is as follows.
Voltage
Frequency

: 70% to 120 % of Vref


: 45 Hz to 55 Hz

The manufacturer can also offer meters, which can withstand higher variations.
7.4 ACCURACY
The class of accuracy of the meter shall be 0.5S.. The accuracy should not drift with time.
7.5 POWER CONSUMPTION
The active and apparent power consumption in each voltage circuit of the CT PT
Operated meters at reference voltage; temperature and frequency shall not exceed
1.5 W and 8 VA per phase respectively.
The apparent power consumption in each current circuit for the CT PT Operated
meters at basic current, reference frequency and reference temperature shall not
exceed 1.0 VA per phase.
8. PERFORMANCE UNDER INFLUENCE QUANTITIES
The meters performance under influence quantities shall be governed by IS 14697-1999
(reaffirmed 2004). The meter should be designed and protected such that all external effects

and influences shall not change its performance & shall work satisfactorily within guaranteed
accuracy limits, as specified in IS 14697(latest version).

9. MANUFACTURING PROCESS, ASSEMBLY AND TESTING

74

Meters shall be manufactured using latest and state of the art technology and methods
prevalent in electronics industry. The meter shall be made from high accuracy and reliable
surface mount technology (SMT) components. All inward flow of major components and sub
assembly parts (CT, PT, RTCs/Crystal, LCDs, LEDs, power circuit electronic components
etc.) shall have batch and source identification. Multilayer PCB assembly with PTH (Plated
through Hole) using surface mounted component shall have adequate track clearance for
power circuits. SMT component shall be assembled using automatic pick-and-place
machines, Reflow Soldering oven, for stabilized setting of the components on PCB. For
soldered PCBs, cleaning and washing of cards, after wave soldering process is to be carried
out as a standard practice. Assembly line of the manufacturing system shall have provision
for testing of sub-assembled cards. Manual placing of components and soldering, to be
minimized to items, which cannot be handled by automatic machine. Handling of PCB with
ICs/C-MOS components, to be restricted to bare minimum and precautions to prevent ESD
failure to be provided. Complete assembled and soldered PCB should undergo functional
testing using computerized Automatic Test Equipment.
Fully assembled and finished meter shall under go burn-in test process for 24 Hours at 55
degree Celsius (Max. temperature to not exceed 60 degree Celsius) under base current (Ib)
load condition.
Test points should be provided to check the performance of each block/stage of the meter
circuitry.
RTC shall be synchronized with NPL time at the time of manufacture. Meters testing at
intermediate and final stage shall be carried out with testing instruments, duly calibrated with
reference standard, with traceability of source and date.
10.

GENERAL & CONSTRUCTIONAL REQUIREMENTS

The case, winding, voltage circuit, sealing arrangements, registers, terminal block, terminal
cover & name plate etc, shall be in accordance with the relevant standards. The meter
should be compact & reliable in design, easy to transport & immune to vibration & shock
involved in the transportation & handling. The construction of the meter should ensure
consistence performance under all conditions especially during storms/heavy rains/very hot
weathers. The insulating materials used in the meter should be non-hygroscopic, non-ageing
& have tested quality. The meter should be sealed in such a way that the internal parts of the
meter become inaccessible.
10.1. Meters shall be designed and constructed in such a way so as to avoid causing any
danger during use and under normal conditions. However, the following should be
ensured.
a)
b)
c)
d)
e)
f)
g)

Personal safety against electric shock


Personal safety against effects of excessive temperature.
Protection against spread of fire
Protection against penetration of solid objects, dust & water
Protection against fraud
Protection against pilferage
Meter base and cover shall be joined with ultrasonic welding in addition to use of
directional screws.

75

10.2

The meter should be housed in a safe, high grade engineering plastic / polycarbonate
casing, which is of projection mounting type and is dust/moisture proof, conforming to
IP-51 & IP 55 of BIS 12063 / IEC 529, vermin proof and sturdy. (For LT CT Operated
meter only)

10.3

All insulating material used in the construction of meters shall be non-hygroscopic,


non-ageing and of tested quality. All parts that are likely to develop corrosion shall be
effectively protected against corrosion during operating life by providing suitable
protective coating.

10.4

The meter shall be supplied with a transparent extended terminal block cover (ETBC).
The meter base, meter cover, terminal block and ETBC shall be made of unbreakable
high grade fire resistant non-flammable reinforced, polycarbonate (not bakelite) or
equivalent high grade engineering plastic, which should form an extension of meter
cases and have terminal holes and shall be of sufficient size to accommodate
insulation of the conductors, meeting the requirement of IS 14697.1999 / CBIP.88.
The extended terminal block cover should be separately sealable at two places and
housed at the bottom of the meters and once sealed should prevent unauthorized
tampering.
The terminal block should have sufficient insulating properties, mechanical strength
and should have house plated solid brass/steel terminals with two fixing screws per
terminal. The terminals should be designed to withstand high overload with cage
clamp.

10.5

The meter shall have an operation indication device such as a blinking LED. The
operation indicator shall be visible from the front window and capable of being
monitored conveniently with suitable testing equipment.

10.6

The meter-base, meter cover, terminal block and ETBC shall be made of unbreakable,
high grade, fire resistant, reinforced, non-flammable, polycarbonate or equivalent high
grade and good quality engineering plastic certified by CIPET

10.7

The meter cover shall have one window. The window shall be of transparent, highgrade engineering plastic certified by CIPET for easily reading all the displayed
values/parameters, nameplate details and observation of operation indicator. The
window shall be ultrasonically welded with the meter cover such that it cannot be
removed undamaged without breaking the meter cover seals.

10.8

The terminal block, the ETBC and the meter case shall ensure reasonable safety
against the spread of fire. They should not be ignited by thermal overload of live parts
in contact with them.

10.9

The meter shall have tin plated brass/steel terminals with cage clamp design. The
terminals shall have suitable construction with barriers and cover to provide firm and
safe connection of current and voltage leads of stranded copper conductors or copper
reducer type terminal ends (thimbles).

10.10 The manner of fixing the conductors to the terminal block shall ensure adequate and
durable contact such that there is no risk of loosening or undue heating. Screw
connections transmitting contact force and screw fixing which may be loosened and

76

tightened several times during the life of the meter shall be such that the risk of
corrosion resulting from contact with any other metal part is minimized. Electrical
connections shall be so designed that contact pressure is not transmitted through
insulating material. The internal diameter of the terminal holes shall be 5.5 mm
minimum. The clearance and creepage distance shall conform to relevant clause of IS
14697:1999/CBIP technical report No.88.
10.11 The entire and construction shall be capable of withstanding stresses likely to
occur in actual service and rough handling during transportation. The meter shall be
convenient to transport and immune to shock and vibration during transportation and
handling.
10.12 Bidder will submit predefined copies (Qty. indicated in Bid Proposal Sheets) of
all the softwares (meter reading software for HHU/CMRI, Base computer software for
meter data analysis and technical details).
10.13 It should be possible to check the healthiness of phase voltages by displaying
all the voltages on the meter display.
10.14 The meter shall have three fixing holes, one at the top and two at the bottom.
The top hole shall be provided with a special clip at the back of the meter so that
holding screw is not accessible to the consumer after fixing the meters. The lower
fixing screws shall be provided under the sealed terminal cover. The requisite fixing
screws shall be supplied with each meter.
11. TROPICAL TREATMENT
All parts, which are subject to corrosion under normal working conditions, shall be protected
effectively. Any protective coating shall not be liable to damage by ordinary handling or
damage due to exposure to air, under normal working conditions. Meters shall withstand
solar radiation. The meters shall be suitably designed and treated for normal life &
satisfactory operation under the hot and hazardous tropical climatic conditions as specified in
clause no. 2. The meter shall work from -10C to +55C and RH 95% non-condensing type.
12. QUALITY
Overall the quality of the meter should be good and the service life of the meter shall be
more than the guarantee period. The material, components used for manufacturing the
meter shall be of premium quality. The LCD display shall not fade with time and the display
annunciators should be visible. Functionality of the meter shall not be affected by the harsh
environmental conditions. Quality meters shall be given preference and the performance of
previous installed meters shall be analyzed before awarding the tender. Aesthetically, the
meter shall be of premium quality.
13. PERFORMANCE GUARANTEE
The meter shall have a design to operate satisfactory for 10 years under normal electrical
condition and guaranteed life of 60 months from the date of commissioning against
manufacturing and design defects. The meters found defective with in guaranteed period
should be replaced/repaired by supplier free of cost with in one month of intimation.

77

14. SEALING OF METER


Reliable sealing arrangement should be provided to make the meter tamper proof and avoid
fiddling or tampering by unauthorized persons. For this, at least two no. of seals on meter
body, two no. of seals on meter terminal cover and one no. of seal on communication port
shall be provided. All the seals shall be provided in front side only. Please refer technical
specification for specification for sealing system.
15.

MARKING OF METERS

The marking of meters shall be in accordance with IS: 14697 /1999 (reaffirmed 2004). Every
meter shall have nameplate beneath the meter cover such that the nameplate cannot be
accessed without opening the meter cover and without breaking the seals of the meter cover
and the nameplate shall be marked distinctly and indelibly. The basic marking on the meter
nameplate shall be as follows:
a) R-APDRP Project

(Details to be given later)

b) Manufacturers name & trade mark


c) Type Designation
d) No. of phases & wires
e) Serial number
f) Month and Year of manufacture
g) Reference Voltage
h) Rated secondary Current of CT
i) Reference Standard: IS 14697
j) Principal unit(s) of measurement
k) Meter Constant ( imp/kwh, kvARh,KVAh)
l) Class index of meter
m) Property of APDCL
n) Purchase Order No. & Date
o) Guarantee period
The meter shall also store name plate details as given in the table A5.1 of annexure of the
guideline document. These shall be readable as a profile as and when required.
16.
CONNECTION DIAGRAM
The connection diagram of the meter shall be clearly shown for 3 phase 4 wire system &
3phase 3 wire system, on inside portion of the terminal cover. The meter terminals shall also
be marked and this marking should appear in the above diagram.
17.

COMMUNICATION CAPABILITY

The meter shall be provided with two ports for communication of the measured/collected data
as per the guideline document for DLMS/COSEM energy meters:
78

a) LOCAL COMMUNICATION PORT


The energy meter shall have a galvanically isolated optical communication port
located in front of the meter and complying with the hardware specifications detailed in
IEC-62056-21 for data transfer to or from a hand held DLMS compliant Data
Collection Device (Common Meter Reading Instrument, Hand Held Units etc.) with
proper security and without error.
b) REMOTE COMMUNICATION PORT
Meter shall have an additional communication port (RS 232/485) for periodic data
transfer
by
remote
access
through
suitable
modem
(GPRS/GSM/EDGE/CDMA/PSTN/LPR). Meter shall operate on open DLMS protocol
and will be individually addressable. Meters with similar kind of RS 485 ports shall be
possible to hook up in multi-drop arrangement for exporting data to the remote end
server through suitable communication medium. Both ports shall support the default
and minimum baud rate of 9600 bps.
18.

DATA COLLECTION DEVICE

To enable local reading of meters data a DLMS compliant data collection device (HHU,
CMRI, Laptop etc;) shall be used. This device shall be as per specification given in the
guideline document. It shall be compatible to the DLMS compliant energy meters that are to
be procured /supplied on the basis of this specification. This device shall be supplied by the
meter manufacturer along with the meter free of cost (one unit per 100 meters).
19.

QUANTITIES TO BE MEASURED AND DISPLAYED

The meter shall be capable of measuring and displaying the following electrical quantities
within specified accuracy limits for poly-phase balanced or unbalanced loads:
a) Instantaneous Parameters such as phase and line voltages, currents, power factors,
overall kVA, kW, kVAr, power factor, frequency etc as per details given in the table
below and the guideline document annexure.
b) Block Load Profile Parameters such as kVAh, kWh, kVArh (lag, lead), Maximum
Demand (MD) in kW & kVA, power factor, phase and line voltages, currents etc as per
details given in the table below and the guideline document annexure.
c) Daily Load Profile Parameters such as cumulative energy kWh (import, export),
cumulative kVAh (while kW- import/export), cumulative energy kVArh (quadrant1/2/3/4), reactive energy high (V>103%)/low (V<97%), etc as per details given in the
table below and the guideline document annexure.
In addition to above the meter shall also record the Name plate details, programmable
parameters (readable as profile), occurrence and restoration of tamper events along with
the parameters (Table A5.1,A 5.2 andA 6.1 toA 6.8 respectively of guideline document).
Detail of category wise parameters requirement suitable for specific location such as
feeder/DT metering, interface points/boundary points is given in following tables :

79

Category

Parameter group

Substation Feeder/ Distribution


Transformer meter
Boundary/Ring fencing/Interface
Meters

Instantaneous parameters
Block Load Profile parameters
Instantaneous parameters
Block Load Profile parameters
Daily Load Profile parameters
Instantaneous parameters
Block Load Profile parameters
Billing Profile parameters
Name Plate details
Programmable Parameters
Event Conditions

HT Consumer Meters

Substation Feeder/ Distribution


Transformer/Boundary/Rin
g fencing/Interface/HT
Consumer Meters
Logging parameters for each of
the
event condition shall be

Capture parameters for


event
as applicable (Event Log

GUIDELINE
DOCUMENT Indian Companion
Specification Annexe
A2.1
A2.2
A3.1
A3.2
A3.3
A4.1
A4.2
A4.3
A5.1
A5.2
A6.1 to A6.7
A6.8

The OBIS code for each parameter shall be as identified as per DLMS /COSEM protocol/ Indian
companion standard.

Note:(a)
20.

Demand Integration period shall be selectable between 15/30 minutes,

DISPLAY OF MEASURED VALUE

The measured value(s) shall be displayed on seven segments, seven digit (with indication), parameter
identifier, backlit Liquid Crystal Display (LCD) display unit/register, having minimum character height of 10 mm,
wide viewing angle. LCD shall be suitable for temperature withstand of 70 degree centigrade.
The data should be stored in non-volatile memory. The non-volatile memory should retain data for a period of
not less than 10 years under unpowered condition. Battery back-up memory will not be considered as NVM.
The meter should have facility of auto display mode where all parameters automatically scroll within the
specified time and a manual mode where the parameters can be read by push button operation. In auto display
mode each parameter shall on display for 10 seconds. The display off period between two cycles shall not
exceed 30 seconds. The register should not roll over in between this duration.
It should be possible to easily identify the single or multiple displayed parameters through symbols/legend on
the meter display itself or through display annunciators.

Meter shall have Scroll Lock facility to display any one desired parameter continuously from
display parameters.
The register shall be able to record and display starting from zero, for a minimum of 1500 hours, the energy
corresponding to rated maximum current at reference voltage and unity power factor. The register should not
roll over in between this duration.

The principle unit for the measured values shall be Wh/kWh/MWh for active energy,
VArh/kVArh/MVArh for reactive energy & VAh/kVAh/MVAh for apparent energy. Bidder shall
mention the scale in which the meter displays the energy values.
80

There should also be a provision through the push button mode to access a high resolution
display of the principle unit of measurement for testing purpose. This high resolution display
should provide for displaying the measured units up to 4 decimal point without any rounding
off the digits in case of power failure.
21.

DISPLAY PARAMETERS & DISPLAY SEQUENCE


a) Consumer Meters
The meter shall display the following required parameters in two different modes as follows:
A) Auto-Display Parameters for CT operated Static Meters:1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.

LED/LCD test
Date
Real Time
Cumulative Reset Count
Phase to Neutral Voltages (R,Y,B) :
Line Currents(R,Y,B).
:
Bill point Active Energy (Kwh) : History 1
Bill Point Average Power Factor : History 1
Bill Point Power-on-hours : History 1
Bill Point Tamper Count : History 1
Bill Point TOD Active Energy (Kwh - REG 1,2,3) : History 1
Bill Point TOD Maximum Demand (KVA - REG 1,2,3) : History 1
Instantaneous Average Power Factor
Cumulative Current Active Energy (Kwh)
Instantaneous Load (KW)
Indication of any present occurrence of tamper (i.e. existing tamper)

B) Push Button-Display (with back scroll facility) Parameters for CT operated Static
Meters:1. LED/LCD test
2. Date
3. Real Time
4. Rising Demand (KVA) with elapsed time
5. Phase to Neutral Voltages (R,Y,B)
6. Line Currents (R,Y,B)
:
7. Supply Frequency
8. Instantaneous Power Factor
9. Instantaneous Load, Active, Reactive, Apparent
10. Cumulative Reset Count
11. Bill Point Active Energy (Kwh) : History 1
12. Bill Point Apparent Energy (Kvah): History 1
13. Bill Point Average Power Factor : History 1
14. Bill Point Power-on-hours : History 1
15. Bill Point Tamper Count : History 1
16. Bill Point TOD Active Energy (Kwh - REG 1,2,3) : History 1
17. Bill Point TOD Apparent Energy (Kvah REG 1,2,3) : History 1
18. Bill Point TOD Maximum Demand (KVA - REG 1,2,3) : History 1
19. Cumulative Power-on-hours

81

20. Cumulative Maximum Demand (KVA 0-24 HRS)


21. Cumulative Current Active Energy (Kwh)
22. Cumulative Current Reactive Lag Energy (Kvarh-Lag)
23. Cumulative Current Reactive Lead Energy (Kvarh-Lead)
24. Cumulative Current Apparent Energy (Kvah)
25. Cumulative Current TOD Active Energy (Kwh - REG 1,2,3)
26. Cumulative Current TOD Apparent Energy (Kvah REG 1,2,3)
27. Current TOD Maximum Demand (KVA - REG 1,2,3)
28. Indication of any existing Tamper
29. Cumulative tamper occurrence counts
30. Tamper information as mentioned in the relevant clauses of the specification should be
recorded and displayed in the push button display
31 Connection Check.
C) One high resolution display for Kwh & Kvarh suitable for easy dial testing of the meter.
Data Transfer through HHU/CMRI/AMR/LAPTOP: Apart from the display parameters
(Auto display & Push Button) as specified above and the standard parameters as specified in
the relevant clause of the guideline document, the meter should record in addition the
following parameters and all these parameters as well as the displayed parameters should be
retrievable/Calculable at the BCS end through CMRI/HHU:
1.
2.
3.
4.
5.
6.
7.
8.

Bill Point TOD Reactive Energies (Kvarh) Lag & Lead


Current TOD Reactive Energies (Kvarh) Lag & Lead
Current Maximum Demand (KVA) ( 0 24 HRS)
Instantaneous power factors of individual phases
Bill Point Power factors of individual phases
Detail Tamper information
Detail historical data of all the parameters for at least 6 calendar months
Information regarding following failures:
a) Time & Calendar
b) RTC battery

c) Segment failure.
d) Self diagnostic details
e) Battery bad flag
b) Ring Fencing/Boundary/Interface Meters
The standard parameters as specified in the relevant clause of the guideline
document shall be displayed in the auto display mode. Additional parameters if
required for the push button mode and BCS mode will be notified in due course prior
to ordering.
c) Sub-station feeder and DTR meters
The standard parameters as specified in the relevant clause of the guideline
document shall be displayed in the auto display mode. Additional parameters if
required for the push button mode and BCS mode will be notified in due course prior
to ordering. However in addition to the daily accounting data, monthly or other periodic
figures should also be available.
22.

CALIBRATION & TEST OUTPUT


82

All the meters shall be tested, calibrated and sealed at works before dispatch. Further, no
modification of calibration shall be possible at site by any means.
However, it shall be possible to check the accuracy of energy measurement of the meter
while in operation in the field by means of LED test output on meter, accessible from the front
as well as through high-resolution display using suitable test equipment. Resolution of the
test output shall be sufficient to enable the starting current test in less than 10 minutes.
Test output device shall be provided in the form of preferably one common LED for KWh,
KVARh and KVAh with provision of selecting the parameter being tested. The test output
device should have constant pulse rate in terms of pulse/unit energy.
23.

REAL TIME INTERNAL CLOCK (RTC)

RTC shall be pre-programmed for 30 Years day/date without any necessity for correction.
The maximum drift shall not exceed +/- 180 Seconds per year. The uncertainty of setting
initial time shall not exceed + 30 Seconds with respect to Indian standard time (Ref. NPL
New Delhi).
The clock day/date setting and synchronization shall only be possible through
password/Key code command from one of the following:
a) Hand Held Unit (HHU) or Meter testing work bench and this shall need password enabling for
meter;
b) From remote server through suitable communication network or Sub-station data logger
PC

24.

.
DEMAND INTEGRATION & MD REGISTRATION

The meter shall continuously monitor and calculate maximum demand for each interval of
time, which may be programmable as a block of 15 minutes or 30 minutes as per the users
choice through the communicating ports as and when required with proper password
identification & authentication. At the end of every demand integration period the new
calculated MD shall be compared with the previous MD and meter shall store whichever
value is higher with date & time stamping. Under the current integration period, the rising
demand should be displayed continuously along with the elapsed time. The rising demand
with the elapsed time should be held in the memory in the event of interruption or switching
off supply and it should not become zero on such instances. The registered demand and the
number of times the MD is reset shall also be displayed and the information stored.
The display of Maximum demand should be as per the provision G-6 of IS 14697 : 1999
25.

MD RESET

It should also be possible to reset the MD using options. The meter shall have any of the
following MD resetting options:
(a) Automatic reset at the end of a certain predefined period by default (24:00 hrs of the
last day of the month).

83

(b) Resetting through a hand held terminal capable of communicating with the meter (i.e.
through HHU with proper password identification & authentication).
(c) Communication driven reset form the base terminal/server with proper password
identification and authentication.
Note:- It should not be possible to reset the MD by the use of the local push button.

26.

ELECTROMAGNETIC COMPATIBILITY

The static energy meters shall conform to requirements listed in relevant standards and shall
also be protected against radiated interference from either magnetic or radio-frequency
source.
a.

IMMUNITY TO ELECTROMAGNETIC DISTURBANCE

The meter shall be designed in such a way that conducted or radiated electromagnetic
disturbance as well as electrostatic discharge do not damage or substantially
influence the meter and meter shall work satisfactorily under these conditions as per
relevant standards
NOTE:
(a)
(b)
(c)
(d)
(e)
(f)
b.

the disturbances to be considered are: Harmonics


Voltage dips and short interruptions
Conducted transients
D.C. and A.C. magnetic fields
Electromagnetic HF fields
Electrostatic discharges (ESD)
RADIO INTERFERENCE SUPPRESSIONS

The meter shall not generate noise, which could interfere with other equipment, and meter
shall work satisfactorily as per relevant standards

27.

TAMPER & FRAUD MONITORING FEATURES

The meter shall work satisfactorily under presence of various influencing conditions like
External Magnetic Field, Electromagnetic Field, Radio Frequency Interference, Vibrations,
harmonic Distortion, Voltage/Frequency Fluctuations, and electromagnetic High Frequency
Fields etc. The meter shall be immune to abnormal voltage/frequency generating devices
and shall record the occurrence and restoration of such tamper events along with parameters
such as current, voltages, kWh, power factor, event code, date & time etc. (listed in Table
A6.1 to A6.8 in the guideline document).
Tamper details shall be stored in internal memory for retrieval by authorized personnel
through either of the following:
i)
HHU.
ii) Remote access through suitable communication network.

84

Minimum 250 numbers of events (occurrences & restoration with date & time) should be
available in the meter memory.
The meter shall function properly under following common abnormal conditions:
1. Phase
sequence
reversal

The meter shall keep working accurately


irrespective of the phase sequence of the supply.

2. Missing
Neutral

The meter shall continue to record accurately


according to electrical connections even if the
Neutral of potential supply is accidentally or
incidentally disconnected.

3. Current
reversal / CT
polarity
reversal

The meter shall log energy in forward direction


even if the current is flowing in reverse direction
in one or more phases. The meter shall also be
capable of detecting and recording occurrence
and restoration with date and time if the current is
flowing in reverse direction in one or more
phases.

4. External
magnetic
influence

The metering system shall be provided with


adequate magnetic shielding so that any external
magnetic field (AC Electro Magnet or DC Magnet)
as per the values specified in CBIP Technical
Report No.88 (with latest amendments) applied
on the metering system shall not affect the proper
functioning and recording of energy as per error
limits prescribed by CBIP.

Beside this the meter should have features to detect the occurrence and restoration of, at
least, the following common abnormal events:
a) Missing Potential & Potential imbalance: The meter shall be capable of
detecting and recording occurrence and restoration with date and time the cases of
Potential failure which could happen due to disconnection of potential leads (one
or two), failure of phase line fuse from the Transformer primary side. Meter shall
also detect and log cases of voltage unbalance (from 5 % for more than 5 minutes
or more- programmable) of voltages.
b) Voltage High / Voltage Low: In case the average 3 phase voltage remains less
(below 0.75Vref by default) or more (above 1.15Vref by default) for a predefined
period (15 minutes by default), the meter shall log such incidences with date &
time. The voltage thresholds & persistence time shall be programmable using the
CMRI & BCS. This abnormal condition shall be logged only when all the threephase voltage is available.
c) Current imbalance: The meter shall be capable of detecting and recording
occurrence and restoration with date and time of Current unbalance (30% or more
for more than 15 minutes- programmable).
d) Current Circuit Short: The meter shall be capable of detecting and recording
occurrences and restoration of shorting of any one or two phases of current circuit
to identify events like CT saturation, CT lead shorting, CT inter turns short etc.
85

e) Current Circuit Open: The meter shall be capable of detecting and recording
occurrences and restoration of opening of any one or two phases of current circuit
which can happen due to intentional / accidental disconnection of current circuits.
The meter shall be able to log abnormality conditions in current open event like CT
leads burns, loose connection, CT winding open etc in the meter memory. No load
condition should not be recorded in meter memory as a Current circuit open event.
f) Power on/off: The meter shall be capable to record power on /off events in the
meter memory. All potential failure should be record as power off event.
g) High Neutral Current: The meter shall be capable of recording incidences of
excess neutral current (if In is in excess of x % of Ib programmable) .The limits
shall be define by the purchaser during the time of final supply.
h) Over load/ low load Hours: The meter shall be capable of recording the over load
/ low load hours in KVA in the meter memory. The over loads limit shall be in terms
of % of Transformer rating in KVA (programmable using HHU & BCS). The over
load limits shall be define by the purchaser during the time of final supply.
i) The meter shall also be capable to withstand and shall not get damaged if phaseto-phase voltage is applied between phases to neutral.
The meter shall record the total duration of the above abnormalities, time and date of their
occurrences & restorations with a snap shot of electrical conditions viz. Voltage, current,
kwh energy, PF etc.
Logic for calculation of voltage and current imbalance shall be furnished by the tenderer.
The meter shall keep records for the minimum last 250 events (occurrence + restoration) for
above of abnormal conditions. It shall be possible to retrieve the abnormal event data along
with all related snap- shots' data through the meter's optical port or through radio with the
help of a hand held unit (HHU) and download the same to the BCS where it shall be
available for viewing. All this information shall be made available in simple and easily
understandable format.
The above shall be selectable and will be in line with Table A6.8 of GUIDELINE
DOCUMENT: Data Exchange for Electricity Meter Reading, Tariff and Load Control
Companion Specification
28.

TAMPER LOGIC

Properly designed meter event logic should be provided. There shall be separate compartments for logging of
potential related event, current related event and power on/off event. The bidder should explain the events
details in each compartment under their offer.
The logging of various events in each compartment should be as under:
Once one or more compartments have become full, the last event pertaining to the same compartment will be
entered and the earliest (first one)-event should disappear. Thus, in this manner each succeeding event will
replace the earliest recorded event, compartment wise. Events of one compartment/category should overwrite
the events of their own compartment/category only.

Properly defined meter tamper logic should be provided. The tamper logic should be capable
of discriminating the system abnormalities from source side and load side and it should not
log/record tamper due to source side abnormalities.

86

There shall be separate compartments for logging of different types of tampers/events as


follows:
Compartment No. 1:
40 % of the tamper memory space shall be allocated for the following current related
tampers
- CT polarity reversal
- CT open circuit
- CT short (bypass)
Current unbalance
Compartment No. 2:
35 % of the tamper memory space shall be allocated for potential related tampers
including power failure events.
Compartment No. 3-7:
25 % of the tamper memory space shall be allocated for other events.
29.

BILLING HISTORY & LOAD SURVEY

The meter shall have sufficient non-volatile memory for recording history of energy
parameters for minimum last Twelve billing cycles (Bill date shall be 00 hrs of the 1st date of
the calendar month by default programmable) and information should be made available at
the BCS end.
Load survey parameters, number of days and data set required for different categories
will be made known in due course after consultation with the bidders before ordering.
It will be based on the guideline document.
These load survey and history data can be retrieved with the help of Meter Reading
Instrument on local interrogation or remotely using the remote communication interface.
The above load survey data should be available in the form of bar charts as well as in
spreadsheets. The BCS shall have the facility to give complete load survey data both in
numeric and graphic form.
30.

TOD METERING PROVISIONS

There shall be a provision up to three Time of Day Zones for Energy (active import, reactive
lag while active import & apparent import) and Demand (Apparent demand) registers. TOD
provision shall however be as per the guideline document with maximum script identifiers
(16) for energy and demand for future use. However at present only three time zones will be
used : 06:00 Hrs to 17:00 Hrs, 17:00 Hrs to 22:00 Hrs and 22:00 Hrs to 06:00 Hrs.
Number and timing of these TOD Zones shall be user programmable with proper security
system.
31.

HARMONICS MEASUREMENT

87

THD up to 29th Harmonic shall be measurable that is at sampling rate of 3000/sec. The meter
should be capable of measuring fundamental energy as well as total energy. Fundamental
energy shall be made available on meter-display and the same only shall be used for billing
purpose.
The total energy shall be logged in the meter memory and be capable of down loading to the
BCS through HHU as well as through the remote communication port and be available for
analysis at the BCS end.
32.

SELF DIAGNOSTIC FEATURE

The meter shall be capable of performing complete self-diagnostic check to monitor the
circuits for any malfunctioning to ensure integrity of data memory location at all time. The
meter shall have indication for unsatisfactory/non-functioning/malfunctioning of the following:
a)
b)
c)
d)
e)

33.

Time and date on meter display


All display segments on meter display
Real Time Clock (RTC) status in meter reading prints out at BCS end
Non-volatile Memory (NVM) status in meter reading prints out at BCS end.
While installing the meter, it should be possible to check the correctness of Current
Transformer, Voltage connections to the meter and their polarity from the functioning
of the meter for different voltage injections with the help of vector/phasor diagrams. It
should also be possible to check the current and voltage sequence parity. For this
purpose suitable software for field diagnosis of meter connections with the help of
HHU/Meter Reading Instrument should be supplied.
OTHER SALIENT FEATURES OF METERS
a) It should be possible to check the healthiness of phase voltages by displaying all the
voltages on the meter display.
b) The meter must be readable in power off condition. For that a battery back-up of
suitable capacity shall be provided. Push button for the normal display shall also
be used for battery back-up display in power off condition for the manual mode
reading of the auto display parameters. It must be possible to power up the battery
by means of an external source or by the HHU itself for reading the meter in power
off condition by the HHU. In case of an external source an inductive coupling
arrangement shall be provided so that it should not be possible to damage the
circuit of the meter by applying excess voltage directly in the meter. It must also be
possible to trigger the battery to power up the meter in case of power failure from
the remote server for reading the meter from remote location through the
communication ports.
c) The meter should work accurately irrespective of phase sequence of the mains
supply
d) The meter should remain powered up and functional even when either of the two
phases or one phase along with neutral is available to meter.
e) The meter should continue to record accurately as per prevailing electrical conditions even
if the neutral of the potential supply gets disconnected.

88

34.

TEST AND TEST CONDITIONS


Unless specifically waived off, all tests shall be witnessed by the purchaser.
34.1 Type Test
The Energy meter offered shall be fully type tested at any of the NABL accredited test
laboratories as per standards indicated in Clause 5 above. That is the meter offered
should have successfully passed all type tests described in the IS 14697 and the
meter Data Transfer and Communication capability as per the guideline document.
One (1) out of every one thousand (1000) meters or part thereof shall be
subjected to the complete range of type tests after final assembly. In case
of any failure to pass all specified tests, the bidder shall arrange to carry
out the requisite modifications/replacements in the entire lot of meters at
his own cost. After any such modifications and final assembly, two (2)
meters selected out of the lot by the Owner's representative shall be
subjected to the full range of type tests. The Owner shall accept the lot only
after successful type testing.
Further Purchaser shall reserve the right to pick up energy meters at random from the
lots offered and get the meter tested at third party lab i.e. CPRI / agencies listed at
Appendix-C of CBIP publication No-304 / NPL / CQAL/ ERTL / ERDA at the sole
discretion of the Purchaser. The supplier has no right to contest the test results of the
third party lab or for additional test and has to replace/take corrective action at the
cost of the supplier.
It shall be the responsibility of the supplier to arrange such tests and Purchaser shall
be informed of the date and time of conduction of tests well in advance to enable him
to witness such tests. Test charges of the testing authority, for such successful repeat
type tests, shall be reimbursed at actual by the Purchaser.
The meters used for type testing shall be separately identified, duly
marked, and supplied to the Owner in case they are fully functional and as
good as other (new) meters, after necessary touching up/refurbishing. In
case this is not possible, the bidder shall provide their replacements at no
extra cost to Owner.
The Bidder shall arrange all type testing specified above, and bear all
expenses for the same.
Type test certificate shall be submitted along with the offer and the same shall not be
more than 36 months old at the time of bid submission. Make & type of major
components used in the type-tested meter shall be indicated in the QAP. (However
as per the specific guideline of the standard technical specification for RAPDRP project meters the bids for which are to be issued up to Feb 2010, if the
type test certificates could not be produced at the time of tendering, the bidder
shall have to submit the required type test certificate at the time of meter
delivery)

34.2

Acceptance Test

89

All acceptance tests as per relevant standards shall be carried out in the presence of
utility representatives.
Additional acceptance shall include Surge withstand (SWC) for 6 kVp, as per IEC
62052-11, Lightning impulse test and HF disturbance test as IS 14697. One sample
meter per order from one of the offered lot shall be subjected to SWC/other semidestructive tests. Meters after tests shall not be used.
Accuracy tests shall be performed at the beginning and at the end of the acceptance
tests specified.
34.3

Routine Test
All routine tests as specified in table 18 of CBIP Technical Report No. 88 shall be
carried out on each individual meter and routine tests certificates shall be submitted
for approval of purchaser.

35.

QUALITY ASSURANCE:

The manufacturer shall have a comprehensive quality assurance program at all stages of
manufacture for ensuring products giving reliable, trouble free performance. Details of the
bidders quality assurance and test set up shall be furnished with the bid. A detailed quality
assurance program shall be finalized with the successful bidder during the award stage.
Bidder shall furnish following information along with his bid:
i)

Organization structure of the manufacturer and his main sub-suppliers (PCBs, SMT
cards, CT/PT) with details of QA setup, overall workflow;
ii) Copy of system manual showing QAP (Quality Assurance Plan) as actually practiced
during manufacturing and final testing.
iii) List of raw materials and critical components (ASIC chip, crystal clock, memory
register Chip, transformers, optical ports etc.) with their suppliers;
iv) Stage inspection of product before final testing;
v) Procedure adopted for In-situ testing of PCBs, after placement of surface mounted
component, for quantitative parametric variation of tolerance by self or sub-contractor.
vi) Testing and calibration facility, date of calibration of test bench, manpower data of
bench operators;
vii) Sample copies of test certificate of bought out components.
36.
i)
ii)

iii)

iv)

QUALIFYING REQUIREMENTS
Bidder should be a manufacturer;
He should have all the facility in his works for design, assembly, quality
assurance, burn-in test (Fully assembled Energy Meter), testing (all routine and
acceptance tests), automatic calibration of Energy Meter on software based test
bench, qualified team of technical and software engineers;
The average annual turnover of the manufacturer for Energy meters for the three (3)
best financial years out of last five (5) years, should be at least Rs.**
Lakhs.
(** is 2 x Package Cost x 12/ Work completion schedule in Months)
Notwithstanding anything stated herein under, the Purchaser reserves the right to
assess the capacity and capability of the bidder to execute the work, should the
circumstances warrant such assessment in the overall interest of the Purchaser.

90

GUARANTEE

37.

Equipment (Meter) supplied shall be guaranteed for a period of 66 months from the date of
supply Bidders shall guarantee to repair or replace the meters and meter boxes and other
accessories, which are found to be defective/ inoperative at the time of installation, or
become inoperative/ defective during guarantee period. Replacements shall be effected
within 1 month from the date of intimation.
The bidder shall extend the guarantee of 5 years. However the backup bank guarantee
provided by the bidders shall be valid for 2 years only.

38. FIXING & CONNECTION ARRANGEMENT


Manufacturer shall ensure following technical points:
i)

Meter shall be suitable for mounting on Simplex type vertical panel with front door;
CAT-M4 disconnecting type TBs to be used for Current circuit; Panel wiring to be
properly dressed and harnessed; External cables to enter panel from bottom gland
plate using double compression glands.(For sub station panel meters only)
.

ii)

Energy Meter terminals block shall be adequately sized with regard to maximum
conductor dimension, commensurate with current rating of Energy Meter.

39. SOFTWARE
a) Licensed copies of the relevant software shall be made available for installation on each Hand Held
Unit (HHU) /Common Meter Reading Instrument (CMRI) and Base computer software (BCS) for
installation on the server and other terminals by the supplier.
HHU/Common Meter Reading Instrument (CMRI) would be loaded with user-friendly software
(windows based) for reading, downloading meter data and relevant programming transaction in the
meter with proper security system.
b) Windows based user interactive Base Computer Software (BCS) shall have to be supplied for
efficient and speedy recovery of data from HHU/CMRI/Meter(by remote communication) and
downloading instructions from base computer software to HHU/CMRI/Meter(by remote
communication). This BCS should have, amongst other requirements, features and facilities to
communicate, download and display meter data as described in the Guideline document
Data Exchange for Electricity Meter Reading, Tariff and Load Control (Companion
Specification for IEC 62056 series of Standards) from DLMS/COSEM meters. The BCS should
also have facility to convert meter reading data into user definable DBF (Access) and spreadsheet
format for integrating with the purchaser's billing system. Here again an "Export wizard" or similar
utility shall be available whereby user can select file format, the variable data to export, the field width
selection of each variable so that it may be possible for the user to integrate the same with the users
billing data and process the selected data in desired manner. The BCS shall also allow for viewing
and easy analysis of the meter data acquired and for exporting that data in ASCII or CSV format. It
should have in general the following features:
i)
ii)

It shall allow collecting of meter data on direct communication with the meter through wires as well as
through remote system.
It shall be possible to view the meter data and details in user friendly manner (Windows Based Platform).

91

iii)
iv)

v)

vi)

New users with their level of access rights could be defined and managed by supervisors based upon
their usage requirement.
It shall be possible to maintain a meter information database, to add, edit, delete meters from the meter
information database with proper authentication. The meter information database shall have amongst
others the information relating to meter serial no, meter location, meter status, CT, PT ratios, KVA ratings
etc.
BCS must have provision to manage users and roles. It shall be possible to create a user and assign him
privileges to perform specific types of operation according to the Role assigned to him. It shall be
possible to define a role and link it with Rights of using different options. If rights are not assigned for a
particular option, a User with that Role shall have no right to use or view that option.
The software must have the user friendly GUI and User Interface should be customisable by the user. It
shall be possible for a user to
a) Display or hide a column in the Meter List Pane
b) Change the column width
c) Activate & apply column wise filter for displayed list
d) Sort the order of the displayed list. The sorting can be enabled on any of the displayed field / column
e) Group the meter list according to a field displayed in a column and then further sub-group the list
according to another field

The softwares shall have the flexibility to generate at least the following sets of reports amongst
others

Energy Accounting reports


Billing Point reports
Load survey reports
Tamper information reports

Billing reports to include customer ID, Name & Address, connected Load, meter status, billing cycle,
historical meter reading, date and time, current meter reading, date and time, Maximum Demand, date
and time of Maximum Demand occurrence.
Load survey report for a pre determined time i.e. from ________ date to ___________ date, to include
the following.
Customer ID, meter number, Consumer Connectivity references i.e. identity & location of pole /
Distribution transformer reference, feeder reference, sub-division reference, division reference, circle
reference, time, date, maximum demand (kW),KVAR, kWh, power factor, kVAh, MD reset count, power
on hours, outage duration, number of outages, Voltages max R, Y, B date time and duration, Voltages
minimum R, Y, B date time and duration, load factor as (energy consumed/(maximum demand x power
on hours)), average load as (energy consumed / power on hours), TOD max DEMAND and duration,
Average current phase wise.
The load survey data should be available in the form of bar charts as well as in spreadsheets. The BCS
shall have the facility to give complete load survey data both in numeric and graphic form. The exact
parameters set and the period for the load survey report for each category of meters will be specified in
due course after consultation with the bidders prior to ordering
Tamper reports to include for a pre determined duration or month wise, tamper count, tamper duration
and tamper history for each of the meters.
Vendor will provide soft copy of all the software in CD form along with the meters supplied.
Vendor to install & demonstrate working of software programmes on the HHU/CMRIs of ASEB

92

c) Base computer station software for accepting data from hand held unit/CMRI/ for Processing,
generating reports and downloading instructions from the BCS to HHU/CMRI for onward
transmission to DLMS/COSEM meters of specific makes, This may include meters of other leading
makes.
d) Dial-up software for accepting data from the meter by remote communication means to the BCS,
processing data, & generating reports.
SOFTWARE SECURITY
The BCS shall have multilevel password for data protection and security. The first level shall allow the
user to enter the system. The different software features shall be protected by different passwords. The
configurable of passwords shall be user definable. The software installed on one PC shall not be copied
on another PC without additional security.
HELP SYSTEM
Exhaustive online & offline help shall be an integral part of the software so that user can use all the
features of the software by pulling down the help contents from the user friendly menus for any
references.
40.

DATA SECURITY
In addition to the basic security, selective advanced security with encryption and
authentication by the use of NIST SP 800-38D as specified in the companion standard
guideline document must be provided for.
The security system must be adequate enough not to allow data manipulation at any
stage.
The system should be able to achieve security through authenticated transaction on
the HHU/CMRI form the back office software only.

93

10. TECHNICAL SPECIFICATION OF 33 KV THREE PHASE FOUR WIRE,THREE CTs COMBINED


METERING CTPT SET OF ACCURACY CLASS 0.5s
IMPORTANT NOTES:
1.0

Supplier should submit their offer in Annexure I and I-A & I-B only.

2.0

No offer will be considered if it submitted other than above Annexure I, I-A, and I-B in case of 11 KV.

3.0

Annexure I is as per APDCLs requirement. If there is any deviation in APDCLs requirement, same
should be brought out in Annexure: I-B only with detailed reason. If no deviation, then also put this
Annexure :I-B with tender indicating no division.

4.0

Though Annexure: IA is design parameters, supplier has to submit compulsorily for our reference.

5.0

No subsequent correspondence or any submissions made after opening of Technical Bid will be
entertained. The offer will be disqualified if, any such attempt is made by the bidder.
SPECIFICATION FOR 11 KV COPPER WOUND MEASURING THREE PHASE THREE CTs AND ONE
THREE PHASE STAR/STAR PT COMBINED C.T.P.T. UNIT.

1.1.0

SCOPE:
This specification covers design, manufacture, testing at manufactures works and inspection, supply and
delivery of oil filled conventional type outdoor type pole mounted combined 11 KV copper wound CTPT
unit.
The combined CTPT unit shall comprise of three single phase Current Transformers and 1(one) Three
phase voltage transformers having primary star point of primary winding shall not be EARTHED (i.e.
floating neutral and secondary star neutral points shall not be EARTHED on LV side and shall be brought
out on secondary terminal Box.

1.2.0

OPERATIVE CONDITION:
The CTPT units to be supplied against this specification shall be suitable for satisfactory continuous
operations under the following tropical conditions.

1.2.1. AMBIENT CONDITIONS:


a) Maximum ambient air temperature not exceeding: 500C
b) Maximum daily average ambient air temperature not exceeding: 350C
c) Maximum yearly average ambient air temperature not exceeding: 300C
1.2.2. ALTITUDE: Upto 1000 meters above Mean Sea Level.
1.2.3. INSTALLATION:
Outdoor poles mounted in atmosphere normally get polluted. The CTPT units shall also function
satisfactory if installed in Sea Shore area having saline atmosphere and in chemically polluted areas.

1.2.4. SYSTEM:
94

3 Phase, Frequency 50 Hz + 10%


Voltage = 33 KV
Highest system voltage: 36 KV
It is also pertinent to state that commonly the system may be contained of various type and order of
Harmonics generated by consumers. In view of which adequate care shall be taken in design and
manufacturing of unit. The remedial measures taken or proposed to be taken shall be intimated in detail
with technical write up.
1.3.0 APPLICABLE STANDARDS:
Unless otherwise specifically stated in this specifications of CT-PT Units shall conform latest version to
the following standards :
IS-2705
IS-3156
IS-5621
IS-3347
IS-335
IS-2062
IS- 5
IEC-185
IEC-186
IS-2629
1.4.0

Current transformers
Voltage transformers
Hollow porcelain isolator or bushing
Dimensions for bushings
New insulation Oil
Structural Steel (Std. quality)
Colors for ready mix paints
Current Transformers
Potential Transformers
Galvanizing

DATA SHEET

S.N

Description

CT

PT

Three Single phase

One three phase Star/Star

Type

Accuracy Class

0.5S

0.5

Rated frequency

50 HZ

50 HZ

Rated primary current

20,30,50,75,100, 150,200A,
300A

N/A

Rated secondary current

5Amps

N/A

Rated primary voltage

Rated secondary voltage

Rated burden

Rated voltage factor

10

Current Density

33KV/3
110/3
5 VA at (0.8 lagging PF)

30 VA (0.8 lagging PF)


1.5 continuous and 1.9 for
30 sec.

1.5 A/sq.mm.

95

11

Short circuit current


withstand time

12

Dynamic current

13

Power frequency withstand


voltage on primary winding

70 KV for one minute

70 KV for one minute

14

Power frequency withstand


voltage on secondary
winding

3 KV for one minute

3 KV for one minute

15

Lightning Impulse withstand


voltage

170 KV

170 KV

16

Winding materials

Copper

Copper

17

Class insulation

18

Instrument Security Factor

19

Maximum allowable
temperature rise

1.5.0

1.6.0

16 KA for 1 second
40 KA

Less than 2.5


50 0C

50 0C

BUSHING:
a)

Brown glazed HV bushing of approved make shall mounted as stated in 4(e) of Annexure-I on
top cover of tank. The list of approved suppliers for Porcelain insulators may be obtained from
this office. The hollow porcelain bushings shall be confirming to IS-5621. The metal parts of the
bushings shall be tinned copper with minimum tinning with 50 micron with spring washer and
plain washer (minimum 2.0 mm thick electroplated) with 3 (three) nos. nuts, one lock nut and two
nuts for terminal connections

b)

Bushing clamping and accessories together with the connected bolts/studs shall be hot dip
galvanized. However, nuts and washers shall be SS-304.

c)

Arcing horn should be avoided.

d)

Suitable bird guard will be required for all HT bushings

TRNASFORMER OIL:

1.6.1. The transformer oil to be supplied in the CTPT tank shall be new oil conforming to requirements as stated
in Annexure-II when tested according to IS-335/1983
1.6.2. The current transformer shall be so constructed as to ensure that the oil does not flow or leak out even
when the current transformer is used continuously at the maximum allowable temperature; similarly the
potential transformer shall be so constructed as to ensure that the oil does not flow or leak out

96

1.6.3. Oil should be filled up to the top of HT side bushing, hence necessary provision should be made for
expansion of oil due to rise in temperature
1.7.0

TANK:
The tank shall be fabricated from fresh MS Sheet of 5mm, thickness for top cover, flange and bottom of
the tank and of 3.0mm thickness for side walls so as to withstand pressure built in during the expansion
of oil during temperature rise or forces generated during short circuit. The expose fabricated tank with
cover and other ferrous fittings shall be thoroughly cleaned, scrapped process and hot dip galvanized as
per relevant IS-2629. All nuts, bolts, washers, screws, etc. exposed to the atmosphere shall be of 304
grade of stainless steel.
The curb of the tank shall be minimum 50mm wide. The top cover shall have slope of minimum 10
degree to drain off water in rainy season. The oil resistant gasket of neoprene rubber or nitral or synthetic
rubberized cork of minimum 8mm thickness shall be provided. Adequate number of SS-304 grade bolts
of M12 x 50mm (length) size bolts at maximum 115mm (with tolerance of mm) C/C apart with 2 mm thick
washer of 304 grade SS shall be provided. Four numbers of lifting lugs of 5mm thickness shall be
provided on tank sides and two nos. on top cover. The top cover should be fabricated in such a way that
nowhere the top cover gasket is exposed to air.
Suitable PRV are to be placed on the top cover of the tank to prevent explosion.
Note:- No inspection cover on any side / face of the CTPT top or base shall be provided.

1.7.1. TERMINAL BOX:


The terminal box shall be closed box type, water/vermin proof with tinned copper terminals of minimum
6mm dia x 35mm with electroplated spring washers and three numbers nuts. The terminal marking and
polarity marking shall be done by etched aluminum square plated duly fixed in irremovable manner. The
terminal box shall have cable entry hole to accommodate metallic gland (approx of 1.1/4 size) suitable to
termination of 10 core, 2.5 Sq. mm PVC insulated steel armored cable. The terminal box covers shall
have the provision of sealing the terminal box for which minimum Four nos. of corner bolts to be fixed on
the flange of the box shall be provided with adequate hole on the bottom for sealing purpose. The
terminal box with the cover closed and cable in position must have degree of protection conforming to IP54. The minimum projection of the box shall be 70mm.
The Serial number, ratio, and date of dispatch shall have to be ENGRAVED on side (opposite to
secondary terminal box), of tank with letter of suitable depth and 25mm height filled with RED color.
The fabrication of the CTPT set tank shall be such that there should not be any oil leakage from welded
positions. The four numbers corner bolts of top cover shall have suitable hole for inserting sealing
wire.
1.8.0

FITTING AND ACCESSORIES:


The following fittings/accessories are to be provided to the CTPT units.

a)

Drain plug 19mm (3/4 size) at the bottom of the tank with pad lock.

1 No

b)

Oil level Gauge

1 No

c)

MS earthing terminals with two nos. nut & bolts and washer with earth
symbol

2 Nos

97

d)

Rating and terminal marking plate (Etched All) riveted to tank. (The
rating plate shall have all details as per IS-2705 and 3156 along with
order no. of APDCL and connection diagram).

e)

Lifting lugs of minimum 8mm thick

f)

Base mounting channel MS 150m x 75mm x 6mm

2 Nos

g)

Oil filling hole with cap

1 No

h)

PRV

1 No

1 No
2 Nos on top
cover and 4 Nos
on tank side

i) HV porcelain bushings of approved make as per Annexure-I. If the


supplier wants to use any other make bushing then it should be got
approved form APDCL before use and it should be clearly indicated in
Annexure-I-B.
i)

ii) LV terminals (Minimum 6mm dia) tinned copper with spring washer,
plain washer and nuts with phase and polarity marking etched plated.

As required

iii) 30 mm Double Compression Flame Proof metallic Gland


iv) Bird guard for HT side bushings
1.9.0

CORE:

1.9.1. CORE MATERILAS:


Non aging oxide film coated fresh suitable Mu-metal or Mu-metal plus CRGO toroidal cores for CT. For
lamination of PT first quality laser grade CRGO shall be used as core material. All the stresses
developed due to cuttings, punching etc. shall be relieved by suitable stress relieving process.
1.9.2. CORE CONSTRUCTION AND DESIGN:
Core is supporting steel and insulation shall be such that harmful changes in electrical and physical
properties shall not occur during the life time of the CTPT unit.
Core winding shall be strongly braced so that it shall not get displaced in operation due to shrinkage on
short circuit forces. Core assembly shall be rigidly clamped with M.S. Channel and mounted to the tank.
1.9.3. CORE OF PT:
The core of PT shall be effectively earthed by copper braided flexible wire of minimum area of 40 mm2
cross-section. The core shall be rigidly branched with insulated bolts an the assembly shall be rigidly
clamped with MS Channels and mounted on the tank.
1.9.4. CORE OF CT:

98

The tenderer shall provide toroidal core only. It should be same as given in type tested unit. Core /
Winding assembly of CT shall be rigidly mounted in the tank.
1.10.0 WINDING:
1.10.1. It shall be of electrolytic grade copper conductor with super enameled Insulation, conforming to relevant
ISS. The winding design and contraction shall be such that it shall withstand impulse voltage. The details
as per Guaranteed Technical Particulars shall be provided. The winding shall be preferable in two
sections.
1.10.2. CT WINDING :
It shall be of electrolytic grate copper conductor with DPC/DCC and super enameled insulation
conforming relevant ISS. The winding design and construction shall be such that it shall withstand
impulse voltage and short circuit currents. The winding shall be provided with rigid insulating supporting
hylum sheets of minimum 5 mm thickness on both the sides duly tightened by insulating fasteners only
and by cotton cord etc.
a) Each coil shall be wound of paper insulated, continuously, smooth high grade, electric copper conductor.
b)

The materials used in the insulation and assembly of the winding shall be in-soluble, non-catalytic and
chemically inactive in the transformer oil.

c)

Winding assembling shall be dried in vacuum thoroughly shrunk to final alignment and vacuum
impregnated with tested transformer oil.

d)

Design arrangement, insulated and assembly of the winding on the core shall be so as to ensure uniform
distribution of voltage amongst all coils.

1.11.0 CONNCTIONS:
No joints in the primary winding of CT shall be acceptable. The connections to bushing terminals shall
be with flexible copper strip / rope of adequate current carrying capacity. The leads shall be properly
terminated with a crimped lug only.
1.12.0 ASEMBLY:
Three phase CTPT combined units having specification / construction as referred above shall be rigidly
fixed in the tank.
The core and coil assembly shall be supported rigidly with suitable M.S. Channels. Suitable guides shall
be provided to avoid displacement of active parts.
The inner clearance between live parts to tank shall be minimum 100mm for 33 KV CTPT set. The
drawings shall clearly indicate the inner clearance in detail. General Arrangement Drawing should be
sent with offer for approval.
1.13.0 CABLE DETAILS:
The terminal box shall have cable entry hole of size 38mm dia. with 1.1/4 inch double compression flame
proof metal cable glands to avoid cutting of cable sheath. The terminal box shall have provision to seal
the terminal box.
1.14.0 CLEARANCE:
The minimum air clearance for HV shall be as per IS-3347.
1.15.0 DRAWINGS:
99

The detailed dimensional drawings 3copies as listed below shall be furnished along with the offer.
a.

Overall General arrangement drawing showing bushings arrangement with their clearance,
terminal box, etc. as per design shown with front side and top views along with list of fittings,
material and its composition, nos., make and electrical clearance and creep age distance etc.

b.

Drawing showing internal exposition of CTs and PTs inside tank with cross sectional view of CTs
and PT, with dimensions, clearances, mounting arrangement details including details of electric
and magnetic circuits.

c.

Diagram showing LT terminal arrangement with phase / polarity marking and clearances.

d.

Drawing of name plate showing details of CT and PT ratings, wiring diagram with terminal /
polarity marking.

1.16.0 TESTING & INSPECTION:


1.16.1. QUALIFICATION:
The tenderer shall have to furnish to following test certificates and documents.
i. All type tests certificates as listed under Annexure-III for 33KV carried out on ONE single sample unit
(For 33KV 3 Single phase CTs having class of accuracy 0.5S, 05 VA for CT and on three
phase PT having Class of accuracy 0.5, 30 VA for PT and tests must not be carried out more
than Three years prior to the date of submission of the tender offer. The above test should be
carried out in any Govt. approved Test Lab as indicated above.
ii. The tenderer shall also submit one type test certificate for the test of Instrument Security Factor as
per the Cl. No. 7.1.2 of IS-2705 (Part-II) conducted on both phase of the CTs for the sample of 20/5
Amp. of 33KV. The value of ISF must be 2.5 or less than 2.5 and the test must have been
conducted at any Govt. Testing Lab not prior to more than 3 years from the date of submission of
the offer.
iii. The copy / proof of bill / in voice of purchase of core material.
iv. The copy of BH curve for the core material intended to be used in regular supply of CTPT units.
If above test certificates are not submitted the offer will not be considered as Qualified.
NOTE: The technical offers of the suppliers submitted along with above Type Test Certificates for Three
Phase two CTs combined CTPT unit (with all other technical specifications unchanged) conducted
successfully on one single unit with all other rating and specification, i.e. STC, ISF etc. unchanged,
will also be considered / accepted for evaluation purpose. However the successful / qualified
tenderer shall have to prepare the prototype units as per tenders requirement and get tested for all
tests (as per APDCLs discretion) at any Govt. Test Lab prescribed by the APDCL and preferably
in the presence of APDCLs officer, within a period on ONE month from the date of LOI, failing to
which the order shall be liable to be canceled without payment toward any compensation on
account of cancellation of the order by the purchaser.
1.16.1.1.

TYPE TEST CERTIFICATE:


On the strength of above qualification, LOI will be placed if offer passed in other requirements.
However, before commencement of bulk supply, the supplier has to submit Test Certificates for all
the Type Tests as prescribed under Annexure-III for 33KV CTPT sets with ration as specified under
16.1 above i.e. 20/5 Amp. for 33KV class of supply voltage.
All the tests as specified in Annexure-III shall have to be conducted only in the presence to the
APDCLs representative on ONE single Proto / sample unit.

100

The FINAL purchase order OR A/T shall be placed only after successful type testing on Proto units
in the presence of APDCL authority.
NOTE: The time limit for above test must be 30 days or whichever approved by APDCL. Also in case
even if the tenderer has not offered CTPT units of 20/5 Amp. 33KV class, the tenderer shall have
to prepare lowest ratio (20/5 Amp. of 33KV) Proto CTPT unit and get their sample units tested at
prescribed Govt. Testing Lab. The consent letter (if the lowest rating CTPT unit is not offered for
bulk supply), shall be submitted along with the offer or otherwise the offer shall not be accepted.
The cost of all type testing and its related expenses shall have to be borne by supplier.
1.16.1.2.

The APDCL also reserves the right to carry out all or any type tests on any CTPT set from the lot
offered for inspection by the firm at CPRI / ERDA or Govt. Recognized Lab. in presence of
APDCL officers and representative of firm at APDCLs cost. Any decision based on this testing
shall be applied to the full ordered quantity. However, if the unit fails in test, then the test charges
shall have to be borne by the supplier.

1.16.2.

ACCEPTANCE TESTS:

1.16.3.

The tests shall be carried out at manufacturers work as Acceptance Tests on all CTPT sets
offered for inspections as per applicable is of individual units and this specification as per AnnexureIV.
ROUTINE TESTS:
The firm shall carry out the routine tests on each CTPT set being offered for inspection and submit
the routine test certificate to the inspector deputed for inspection of CTPT sets and acceptance of the
lot. Routine tests shall be carried out as per Annexure-V.

1.17.0

PROTO TYPE UNITS


The successful tenderer shall have to prepare minimum 2 nos. of proto type units or ratio as
specified under Cl. No: TYPE TEST CERTIFICATE: above, for 33 KV separately conforming to this
specification prior to manufacturing of bulk supply. The proto type units shall be subjected to (i) all
Acceptance Tests as per clause no. ACCEPTANCE TESTS: of this specification at the firms work
and (ii) All type tests including the test of ISF on each CT, as per Annexure-III at any Govt. Testing
Lab (the name of which shall be decided by APDCL) in the presence of APDCLs representative.
The testing fees shall have to be borne by the supplier.

NOTE: The TWO Nos. of lower / intended ratio CTPT Proto Type units are required to be prepared only to
continue testing work on second unit at either suppliers work or Govt. Testing Lab., whichever the
case may be, in event of NOT passing through any Type test. However all Type Tests shall have to
be conducted successfully on ONE single Proto unit.
The prototype units shall be sealed and kept at firms premises. During subsequent inspection of
CTPT set, any unit may be opened for comparison with prototype for internal design detail, if
required. The prototype unit having passed all Type test / selected tests successfully shall be
dispatched along with last lot only.
The detailed drawings as mentioned at clause no. DRAWINGS: of this tender specifications be
submitted by the firm along with offer and only after approval of prototype unit and detailed drawings,
the firm shall start bulk supply conforming to approved proto type units.
The prototype units shall be dispatched along with last lot only.

101

1.18.0

GUARANTEE:
The combined CTPT set offered shall have guarantee for good design, materials and workmanship.
The defective units shall have to be repaired / replaced free of cost if reported 66 months of their
receipt at site or 60 months from the date of commissioning of equipments whichever is earlier.
The firm shall be responsible for proper performance of the equipment for 66 months of their receipt
at site or 60 months after commissioning whichever is earlier.
Reported failed units under guarantee period as above shall be repaired / replaced as early as
possible. In any case, it should be repaired / replaced within 30 days. The failed units are to be
collected by the supplier from our field offices within 15 days of reporting. If immediate arrangement
for collection of failed unit is not collected and if the units are not repaired within two months time, the
APDCL will deduct full cost of CTPT unit from the bill. All the suppliers have to give 10%
Performance Bank Guarantee in advance as security deposit.

102

11. TECHNICAL SPECIFICATION FOR CONSTRUCTION WORKS IN SUBSTATIONS

10.1.

GENERAL

The intent of this Section of the Specification is to cover requirements which are to be followed in
construction of switchyards including civil works in the switchyard.
10.1.2. The work shall be carried out according to the design/drawings to be developed by the Contractor and
approved by the Employer based on Drawings supplied to the Contractor by the Employer with this
specification. For all structures, foundations, etc., necessary layout and details shall be developed by the
Contractor keeping in view the functional requirement of the substation facilities and providing enough
space and access for operation, use and maintenance based on the input provided (drawings and design
parameters) by the Employer in this Technical Specification. Certain minimum requirements are indicated
in this Section for guidance purposes only. However, the Contractor shall quote according to the
complete requirements.
10.1.1.

10.2.

GEO-TECHNICAL INVESTIGATION
10.2.1. The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate, general as well

as specific information about the soil profile and the necessary soil parameters of the Site in order that
the foundation of CSS pad and pole structures can be designed and constructed safely and rationally.
10.2.2.

A report to the effect will be submitted by the contractor for Owners specific approval giving details
regarding data proposed to be

10.3.

FOUNDATION

10.3.1

All foundation shall be of reinforced cement concrete. The design and construction of RCC structures
shall be carried out as per IS: 456 and minimum grade of concrete shall be M-15. Higher grade of
concrete than specified above may be used at the discretion of Contractor without any additional financial
implication to the Owner.
EARTHING SYSTEM
General
(a) It is responsibility of the Contractor to design, install and test the complete earthing system for
the substation. The design of the earthing system shall be submitted to the Employer for his
approval prior to execution of the works.
(b) The main earthing system for the switch yard shall consist of a mesh made out of Galvanised MS
flats of size not less than 65 mm in width and10 mm thick covering the entire switchyard area and
earth electrodes distributed all over the mesh. The earth electrodes shall also be placed all
around the periphery of the mesh at regular intervals.
(c) The earth mat shall be created by laying the earthing conductor (Galvanised MS flats) in both
directions perpendicularly. The mesh points so created and all other joints shall be welded and
painted and painted with rust proof paint after welding.
(d) Minimum depth of burial of main earthing conductors shall be 600 mm from FGL.
(e) The spacing between laid earth conductors shall depend on the soil resistivity. It is responsibility
of the Contractor to take the soil resistivity of soil and to develop the entire earthing system. The
earthing system shall be so designed that the step and touch potential are within safe limits. The
resistance of the entire earthing system shall be as low as possible and not more than 2 ohms.
The symmetrical short circuit current for design of the earthing system shall be taken as 25 KA.
The earthing system must also conform to requirements of the Indian Electricity Rules and the
provisions of IS: 3043. The development of earthing system along with the design calculations
shall be submitted to the Employer for his approval.

10.4.

103

(f)

The all earth electrodes and risers for equipment and other earthing must be connected at mesh
points of the earth mat. All such connections shall be welded.
(g) All metallic supporting structures and non-current carrying metallic parts of all equipment shall be
provided with double earthing.
(h) All LAs, and all transformer neutrals must be earthed through separate earth electrodes and in
turn these electrodes shall be connected to the main earth grid.
(i) Each earthing lead from the neutral of the power transformer shall be directly connected to two
pipe electrodes in treated earth pit (as per IS) which in turn, shall be buried in Cement Concrete
pit with a cast iron cover hinged to a cast iron frame to have an access to the joints. All
accessories associated with transformer like cooling banks, radiators etc. shall be connected to
the earthing grid at minimum two points.
Summary of Earthing System
Sl. No.
1
2
3
4

5
6

10.5.
10.5.1

10.5.2

10.5.3

10.5.4
10.5.5
10.5.6
10.5.7

Item
Main Earthing Conductor to be buried in
ground
Conductor above ground & earthing leads
(for equipment)
Conductor above ground & earthing
leads(for columns & aux. structures)
Earthing of indoor LT panels, Control
panels and outdoor marshalling boxes,
MOM boxes, Junction boxes& Lighting
Panels etc.
Rod Earth Electrode
Pipe Earth Electrode (in treated earth pit)
as per IS 3043.

Size
65mm x 10 mm

Materials
GI Flat

65mm x 10 mm

GI Flat

65mm x 12 mm

GI Flat

65mm x 12 mm

GI Flat

40mm dia, 3000 mm long


40mm dia, 3000 mm long

Mild Steel
Galvanised
Steel

Laying of Power Cable


Scope
The proposed CSS will be fed from existing 33/11kV Sixmile substation through Single core 33kV XLPE,
Aluminum, underground cable. The laying process of cable shall be of directly buried type.
While laying the cable the contractor has to follow the criteria mentioned in the ISS 1255/ IEEE 0525. The
cable installations should be carried out to meet the requirements of the Indian Electricity Rules, 1956
and other regulations in force and necessary checks or tests, should be carried out prior to
commissioning for compliance with such rules and regulations.
The direct burial method of cable involves digging a trench to the extent of 1.05 M in the ground and
laying cable(s) on a bedding of minimum 75 mm sand at the bottom of the trench,: and covering it with
additional sand of minimum 75 mm and protecting it by means of tiles, bricks or slabs.
Minimum bending radius shall be 20D wherever it requires bends. Again the tensile strength shall be
considered as 5D2.
The spacing between the cable shall be minimum D of the cable and it shall be maintained throughout
the run.
Care must be exercised in backfilling to avoid large or sharp rocks, cinders, slag, or other harmful
materials.
Marker flag of cast iron to be put at an interval of every 10 meters.

104

Single Line Drawings

105

CABLE LAYING DIAGRAM

106

GUARANTEED TECHNICAL AND OTHER PARTICULARS


(To be filled in by Bidder)
1.0

Guaranteed technical particulars of 33 kV Auto-recloser

Technical Particulars
Construction

Installation
Operation

Requirements as per specs


Interruption Medium: Vacuum
The VI is fully welded and sealed
316 grade stainless steel enclosure,
the enclosure is filled with SF6 gas.
Pole Mounted
Gang operated (to avoid pole
discrepancy as in case of single pole
operation)
36 kV, 50 Hz

Bidders offer

Rated Voltage and


frequency
Normal current at 40 o C 630 A
ambient
.
Short time withstand
25 kA for
current
Duration
1 seconds
Making current
62 kA (peak)
Dielectric values
Power frequency withstand voltage
a) Phase to Earth
70 kV
b) Across open contact 70 kV
Lightning Impulse withstand Voltage
a) Phase to earth
170 kVp
b) Across open contact
70 kVp
Capacitive current
a) Line charging
5A
b) Cable charging
40 A
c) Transformer
22 A
magnetizing current
No. of openings circuit breaker is capable of performing without inspection
replacement and maintenance
At no load
10,000
At 50 % of rated current 10,000
At full SC current
100
At 100 % of rated
10,000
current
Operating sequence
O- 1st rt - C O - 2nd rt CO - 3rd rt CO
Open followed by 300 second
recovery time.
rt: reclose time
1st reclose time range: 0.3 -180 sec
2nd reclose time range: 2-180 Sec
3rd reclose time range: 2-180 sec

107

Technical Particulars
Type of operating
mechanism
Terminal Bushings
a) Creepage distance
b)String length
VI Housing

Requirements as per specs


Time resolution: 0.1 Sec
LV Solenoid, Spring

Bidders offer

1100 mm
The vacuum interrupters should be
encapsulated in silicon rubber
N/A

Insulating rod
Energy (force) stored in
a fully charged condition
a) Closing
b) Opening
Closing time
Opening time
Closing time
Opening time
Pole discrepancy
No discrepancy as all three phases
are to be mechanically ganged
Closing
Opening
Co-Operation
Total length of stroke of
mechanism
Type of contact in
Vacuum Interrupter
interrupter
Material of contact
Chromium Copper
Contact pressure at no
As per Manufacturers
load ( closed condition
recommendations and validated by
of CB)
type testing
Temperature rise of
As per standard
contact for 50o C
ambient
Mass of the Auto
As per design
Recloser (Approx)
a) Base Structure with
As per design
operating mechanism
b) Mechanism
As per design
c) Cabinet
As per design
d) Total Mass
As per design
Protection class for
The control and communications
cabinet
cubicle shall generally comply
ingress protection of IP65 rating for
the main electronics module.
Corrosion protection for 316 marine grade stainless steel.
cabinet
Structure
Reclosure & Controller tank: 316
marine grade stainless steel
recloser.
Reclosure bushing: Solid Dielectric.
108

Technical Particulars

Auxiliary contacts

a) NO and NC contacts
provided (More by
multiplication
contractor)
b) Whether convertible
at site
c) Breaking current DC
and inductive circuit at
110 V and 220 V DC
resp at L/R= 25 ms.
d) Breaking current AC
and PF=0.8 at 230
VAC.
Maximum load on
foundations ( inclusive
of the mass of the
circuit breaker)
a) Compression (Open
operation)
b) Tension ( Close
operation)
Altitude above MSL
(max)

Requirements as per specs


Bushing Mounting Bracket: Mild
steel with a hot dip Galvanized
finish.
Auxiliary contacts shall be provided
for both the open and closed
position indications as well as for
mechanism locked indication. These
contacts shall be monitored by the
control cubicle via the umbilical
cable provided. They shall not be
available for external connection.
Additional contacts shall be provided
by fitting I/O expander card the
IOEX.. IOEX shall have at least 12
optically isolated inputs and 8 clean
contact relay outputs. A
comprehensive I/O map should be
available. The user can map any
binary data in the internal controller
database, and Boolean
combinations of binary data, to the
IOEX outputs for transmission to the
RTU. IOEX inputs can be
programmed to perform a variety of
control functions on the controller,
including Trip, Close and protection
ON/OFF etc. A total of 8 auxiliary
contacts shall be provided.
As above 4 of each shall be
provided

Bidders offer

As above
The IOEX output contacts rating be
indicated for particular voltage level.

The IOEX output contacts rating be


indicated for particular voltage level.
As per design ( be indicated
excluding HV cable)

1000m

109

Technical Particulars
Wind pressure
Closing coil details

a) Rated voltage
b) Operating Range
Opening coil details
a) Rated Voltage
b) Operating Range
Static terminal pull(
Horizontal and lateral )
Auxiliary transformer
details
a) Standard Ratio

b) Class of accuracy
c) Rated Burden
d) Installation
Short Circuit breaking
capacity
a) Terminal Fault
b) Out of phase
DC component
Details of protective
systems employed
Details of
communication systems
employed

Requirements as per specs


180 km per hour
The recloser shall be supplied
complete with its own self contained
operating mechanism and separate
pole top control cubicle. Operation of
the recloser is via actuator activated
by discharging stored energy
capacitors housed in the control
cubicle which in turn are charged by
the on board power supply batteries
connected in series to provide a DC
system voltage as per design. The
batteries are temperature
compensated float charged from the
onboard battery charger. Operation
is therefore independent of HV
supply.
As per design
As per design
As per design
As per design
As per design

Bidders offer

The auxiliary supply voltage can be


240 V, 110V, 28 V. This PT is used
as an auxiliary supply to charge the
batteries and is not used for
measurement. Each HV bushing
shall includes a CVT for
measurement of voltage.
As above
As above
As above

25kA(R.M.S)
25kA(R.M.S)
20%
To be furnished as per specifications
The PTCC offered shall have to be
specifically designed to simplify
interface with a remote SCADA
system. The controller shall include
an on board RTU and a radio power
supply user programmable between
5-15 V dc and rated for
3 A continuous, or 5 A for 30
110

Technical Particulars

Requirements as per specs


seconds with a 20 % duty cycle. It
shall have 2 nos RS232 ports, 1 on
board V23 modem. Remote control
and indication should be readily
available using protocols such as
DNP3 or IEC870-5-101 and IEC
61850 Windows Switchgear
Operating System, WSOS software.
The main SCADA telemetry port is
connected to a DCE using a serial
data cable with a standard DB25
male plug. This port provides
transmit, receive and ground will all
necessary handshaking lines. This
interface is provided to connect to
conventional modems which provide
the correct signaling for the
communication network used, e.g.
optical fibre modem or a UHF Digital
radio with onboard serial interface.
The maximum baud rate supported
on port P8 is 19200 for complete
details of the individual port
configuration parameters.
In addition to this interface a second
serial interface is located on the
electronics compartment cover
above the Operator Control Panel.
This connects to port P9 an RS232
port on the CAPM for use with
WSOS on a portable computer. This
port is also used to upgrade CAPM
operating software, including new
telemetry protocols. The maximum
baud rate supported on P9 is 19200.
Furthermore the PTCC includes an
on board 1200 baud V23 FSK
modem. The RS232 serial ports can
be configured between 1200 and
19200 baud. The V23 Modem port is
fixed at 1200 baud. The available
I/O map can be user customized
utilizing software.

Bidders offer

111

2.0

Surge Arrestor
Sl.n
o
1.

Particulars
Name & Address
Manufacturer

of

Supplier

&

Surge Arrestor

Surge Monitor

Line Dis-connector

Metal Oxide Block

Terminal Clamp

2.

Name & address of collaborator, if any

3.

Standard to which surge arrestors


conforms

4.

Surge Arrestor

4.1

Voltage rating (KV rms)

4.2

Continuous Operating Voltagte (KV


rms)
a) Continuous Operating Voltage (KV
rms)
b) Leakage current
operation voltage

at

continuous

c) Partial discharge at 1.05 COV (PC)


d) Permitted leakage current of
arrestor beyond which arrestor is
faulty :
5.

Frequency (Hz)

6.

Nominal
discharge
current
(wave shape 8 / 20 micro second)
(KA)

7.

Pressure relief rated current (KA rms)

8.

Steep current protection level at 10 KA


a) Lighting impulse protection level at

112

Sl.n
o

Particulars
5 KA and 10 KA (KVP)
b) Switching impulse protection level
with 40 x 80 micro-sec. Wave at
500/1000 A

9.

Long
duration
current
impulse
withstand capacity and virtual duration

10.

Line discharge class

11.

Thermal runaway limit of arrestor

12.

Energy capability (kJ/KV)

13.

Pressure relief rating

14.

Dry arcing distance

15.

Reference
voltage

16.

Arrestor housing

16.1

Power frequency one minute


withstand voltage (kV rms)

16.2

Lighting impulse dry withstand voltage


(KVP)

16.3

Creepage distance

current

and

reference

wet

a) Protected
b) Total
16.4

Short circuit withstand capacity

16.5

Bending moment (mm)

17.

Dis-connector
a) Constructional Details
b) Other information as applicable to
surge arrestor

18.

Surge monitor
a) Constructional details

113

Sl.n
o

Particulars
b) Degree of protection

19.

Suitable for hot line washing

20.

Dimension & weight

22.

Details of packing

23.

Licence number and date for using ISI


certification mark if any

24.

Ammeter for discharge current


a)

Type & Make

b)

Accurancy

c)

Range (mA)

25.

Residual voltage

26.

Follow current

27.

Any other information

114

3.0

XLPE Cable
S.NO.
1.0
2.0
3.0
a)
b)
4.0
5.0
a)
b)
6.0
a)
b)
7.0
a)
b)
c)
d)
8.0
a)
b)
c)
d)
e)
9.0
a)
b)
c)
d)
e)
10.0
a)
b)
c)
d)
10 A
a)
b)
10 B
a)
b)
10 C
a)
b)
11.0
a)
b)

Description
Makers Name, Address
Type
Applicable Standard
Construction
Testing
Voltage Grade, kV
Suitable for system with
Service Voltage
Neutral Earthing
Maximum Conductor Temperature
Continuous
Short time (Short Circuit)
Conductor
Material & conforming standard
Grade
Size, Nominal Area
No. & Nom. Diameter of wire in each
conductor, Before stranding
Shielding on conductor
Material
Grade
Type/Applicable Standard
Thickness (mm)
Tolerance of thickness
Insulation
Material
Grade
Type/Applicable Standard
Thickness (mm)
Approx. dia. Of core over insulation
Shielding on Insulation
Material
Grade
Thickness, extruded layer, mm
Approx. dia. Of cable over shielding
Copper Tape Screen
Material & Type
Nominal thickness of copper tape, mm
Water barrier over copper screen
Material & Type
Approx. thickness of tape, mm
Redial Water barrier
Material & Type
Approx. thickness of tape, mm
Inner Sheath
Material & Type
Applicable Standard

33 kV

115

S.NO.
c)
d)
d)
12.0
a)
b)
c)
d)
e)
f)
13.0
a)
b)
c)
d)
e)
f)
13 A
14.0
15.0
16.0
17.0
18.0
a)
b)
c)
19.0
19.1
19.2
a)
19.3
a)
b)
c)
d)
e)
f)
g)
h)
19.4

Description
Thickness, mm
Extruded? Yes/No.
Approx. outside dial. over sheath, mm
Armouring
Material & Type
Applicable Standard
Fictitious calculated dial over inner sheath
(under armour), mm
Size(Approx. No x Nom. Wire Dia), Nominal
Area
D.C. Resistance of armour at 200C
Short circuit current carrying capacity
Overall sheath
Material & Type
Applicable Standard
Calculated dial under sheath (over armour)
(As per annexure A to IEC 60502-2)
Thickness, Nominal
Colour
Tolerance of thickness
Conducting layer over outer sheath
Approx. overall diameter
Standard drum length with tolerance
Net weight of cable, approx.
Approx. weight of empty drum
Continuous current rating for standard IS
condition laid direct
In ground, ground temp 300C, Amps
In duct, ground temp 300C, Amps
In air, ambient temp 300C, Amps
FOR XLPE CABLE
Continuous current for temperature of 900Cand
also withstand temperature of 1300C, Amps
Short circuit current for 3 second
Conductor, kA
Electrical parameters at maximum operating
temperature
i) DC Resistance at 200C, conductor ohm/km
ii) AC Resistance at 900C, conductor, ohm/km
Reactance at 50C/s, approx., ohm/km
Impedance, Approx., ohm/km
Capacitance per phase, Max,, Micro F /mm
Vol. Resistivity at rated operating temperature
900C, ohm/km
Loss tangent
Partial discharge value
Charging current at normal operating voltage,
mA/
Recommended minimum bending radius
The cables shall be tested as specified under

33 kV

116

S.NO.
a)
b)
c)

Description
Conductor resistance test
Partial discharge test
High voltage test (specify test voltage for 5
minutes)

33 kV

117

4.0

ACB

Sl No Description
To be filled up by bidder
1.0
Name and address of manufacturer
2.0
Whether ACB is type tested, furnish test report
3.0
Rated voltage
4.0
Insulation grade
5.0
Impulse withstand voltage
6.0
Rated current
7.0
Short circuit breaking capacity
8.0
IP protection
9.0
Number of operations at rated current without
maintenance
10.0 Number of operations at rated short circuit current
without maintenance
11.0 Type of operating mechanism
12.0 Watt loss
13.0 Protection functions:
a) O/L with IDMTL characteristic
b) Instantaneous short circuit
c) Earth fault
14.0 Whether programmable at site
15.0 Whether it has event logger & numbers of event it
can stored
16.0 Type of indication; alarm, trip etc.
17.0 Whether SCADA compatible

118

5.0
Disconnectors
Sl No Description
1.0 Name and address of manufacturer
2.0
Type
3.0
Standards
4.0
Rated voltage
5.0
Rated frequency
6.0
No. of poles
7.0
Rated current
8.0
Maximum temperature rise over ambient
9.0
Rated operation duty
10.0 Rupturing capacity at rated voltage
11.0 Rated short time current; for 3 sec & 1 sec
12.0 Rated making current
13.0 Impulse voltage withstand
14.0 Power frequency voltage withstand
15.0 Voltage factor when switching off
16.0 Minimum SF6 Gas pressure
17.0 No. of isolator operation permissible without requiring
inspection, replacement of contacts and other main
parts
At 100% rated current
At 100% rated breaking current
18.0 Provision for mechanical safety
19.0 Mechanical ON, OFF, Earth switch indicator
20.0 Operation counter
21.0 Manual spring charging facility

To be filled up by bidder

119

ANNEXURE : I : 33 KV
GUARANTED TECHNICAL PARTICULARS FOR 33 KV CT / PT SETS:
S.N

Description

To be offered by the
bidder

Requirements

Paper insulated, oil cooled, outdoor


type

Type

Potential Transformer

a)

Rated voltage

33 KV

b)

Highest system voltage

36 KV

c)

Vector group

d)

Burden

e)

Accuracy

f)

Core material

g)

Rated voltage factor &


time

h)

Power
frequency
withstand voltage

Three Phase star / star PT

Star/Star
30 VA at 0.8 PF lag
0.5
Laser grade CRGO
1.5 continuous and 1.9 for 30 sec.

i) Primary winding
ii) Secondary windings
i)

L I withstand voltage

j)

Core clamping
arrangement

k)

Insulation class

l)

Applicable Standard

Current transformer

a)

No of CTs

b)

Type

Single ratio
Three single phase CTs
Paper insulated, oil cooled, outdoor
type

120

c)

CT ratio

d)

CT burden per phase

e)

Accuracy class

f)

Applicable Standard

g)

Short time current

h)

As per clause DATA SHEET


5VA at 0.8 PF lag
0.5S
IS 2705

i) Thermal rating

16.0 kA for 1 second

ii) Dynamic rating

2.5 times of IThermal

Power
frequency
withstand voltage
i) Primary winding

70 KV (rms) for 1 min

ii) Secondary windings

3 KV (rms) for 1 min

i)

Impulse withstand voltage

j)

Maximum Current density

170 KV (Peak)

i) At STC for 1 second

165 A/mm2

ii) At rated current

1.5 A/mm2

k)

Type of core

Toroidal

l)

Core material

metal

m)

Core
arrangement

n)

Insulation class

o)

Instrument
Factor

clamping

With Bakelite sheet


A

Security

Less than 2.5

Fittings and Mountings


a)

Earthing terminals

2 Nos

b)

Oil filling hole with plug

1 No (15 mm)

c)

Drain plug

1 No (20 mm)

d)

Oil level gauge

e)

HV bushing

1 No

121

i) Number
ii) Make

6 Nos
BHEL/Jayshree/Raychem/WS
Duly Tinned Copper with 3

iii) Metal parts

iv) Creepage Distance


v) Bird Guard
vi) Applicable Standard
f)

Nos. of Nuts, 2 Nos. of plate


washers, 1 Nos. of spring washer and
6 Nos. of 90 mm2 Bi-metallic lugs
1100 mm
6 Nos
IS 3347

Lifting lugs
i) On top cover

2 Nos

ii) On sides

4 Nos

g)

Lifting lug thickness

8 mm

h)

Rating & terminal marking

1 No

i)

Polarity marking

1 No

j)

Size of LT terminal

6.0 mm dia & 35.0 mm long

k)

LT terminal material

Tinned copper

l)

Bolts, Nuts & Washer


i) Grade of bolts

SS 304

ii) Size of bolts

M12 x 50 mm long

iii) Center to center


distance
between
adjacent bolts
iv) Grade of washer
v) Minimum thickness of
washer
vi) Gasket
m)

Double
compression
flame proof metallic gland

115 5 mm
SS 304
2 mm
8 mm, Neoprene/Nitrile
1 No

122

n)

PRV

1 No

i) Minimum pressure at
which PRV will be
operated

S.N
1.

ANNEXURE: I-A : 33KV


Sub: Technical Design parameters for 33 KV CTPT set.
Description
Offered by Supplier
PT HV winding
a) HV Conductor size
b) Nos of coil per phase
c) Nos of turn per phase

2.

PT LV winding
a) LV conductor size
b) Nos of turn per phase

3.

PT core
a) Core Characteristic as per core material suppliers
data i.e. BH curve (Please enclose curve)
b) Cross section area of core

4.

CT
a) Instrument security factor
b) CT primary conductor size
c) No of turns of primary winding
d) CT secondary conductor size
e) Nos of turns of secondary windings
f) Nos of parallel path used in secondary winding

5.

Qty. of first filling of transformer oil

6.

Tank
a) Tank sheet size
123

i) Top and bottom thickness


ii) Side wall thickness
b) Tank size
i)

Overall dimensions

ii) Inside dimensions


c) Rating of PRV

ANNEXURE: I-B : 33 KV
Sub: Deviation in offer for 33KV CTPT Sets.
Sl No

Description

APDCLs
Requirement

Deviated
parameter

Reason of
deviation

N.B. Please offer deviation from technical particulars in this sheet only. If there is no deviation, please
indicate clearly in this Annexure that our offer have no deviation from Technical Specification of this
tender.

ANNEXURE III
Schedule of Type Test for CT as per clause No. TYPE TEST CERTIFICATE:
01. Verification of terminal marking and polarity.
02. High voltage power frequency tests on primary windings.
03. High voltage power frequency tests on secondary windings.
04. Over voltage inter turn test.
05. Determination of error according to the requirement of appropriate
accuracy class.
06. Short time current test.
07. Impulse voltage test.
08. Temperature Rise Test.
09. Instrument Security Factor Test on Both phase of the CT as per Cl. No.7.1.2 of Is-2705 (Part-II).
10. High Voltage Power-frequency Wet withstand voltage test as per Cl. No.9.9 of IS-2705 (Part-I).
Schedule of Type Test for P.T as per Clause No. TYPE TEST CERTIFICATE:
01. Verification of terminal marking and polarity.
02. Power frequency dry withstand test on primary winding.
124

03. Power frequency dry withstand test on secondary winding.


04. Determination of errors according to the requirement of the appropriate accuracy class.
05. Temperature rise test.
06. Impulse voltage test for voltage transformer for service in electricity exposed installation.
07. High Voltage Power-frequency Wet withstand voltage test as per Cl. No.9.7 of IS-3156 (Part-I).

ANNEXURE IV
Schedule of Acceptance Test for CT as per clause No. ACCEPTANCE TESTS:
01. Verification of terminal marking and polarity.
02. High voltage power frequency tests on primary windings.
03. High voltage power frequency tests on secondary windings.
04. Over voltage inter-turn test.
05. Determination of error according to the requirement of appropriate accuracy class.
06. Instrument Security Factor Test on Both phase of the CT as per Cl. No.7.1.2 of Is-2705 (Part-II).

Schedule of Acceptance Test for P.T. as per Clause No. ACCEPTANCE TESTS:
01. Verification of terminal marking and polarity.
02. Power frequency dry withstand test on primary winding.
03. Power frequency dry withstand test on secondary winding.
04. Determination of errors according to the requirement of the appropriate accuracy class.

ANNEXURE V
Schedule of Routine Test for CT as per clause No. ROUTINE TESTS:
01. Verification of terminal marking and polarity.
02. High voltage power frequency tests on primary windings.
03. High voltage power frequency tests on secondary windings.
04. Over voltage inter-turn test.
05. Determination of error according to the requirement of appropriate accuracy class.
06. Instrument Security Factor Test on Both phase of the CT as per Cl. No.7.1.2 of Is-2705 (Part-II).

Schedule of Routine Test for P.T. as per Clause No. ROUTINE TESTS:
01. Verification of terminal marking and polarity.
02. Power frequency dry withstand test on primary winding.
03. Power frequency dry withstand test on secondary winding.
04. Determination of errors according to the requirement of the appropriate accuracy class.
125

GUARANTEED TECHNICAL PARTICULARS FOR 3 PHASE 4 WIRE CT PT OPERATED


TRIVECTOR ENERGY METER
Sl.
No.
1
2
3
4
5
6
7
8
9
10
11
12

13
14
15
16

17

18
19
20
21
22
23
24

Item
Type of Meter
Application
Standard to which the meter
confirm
Rated Voltage
Rated Current
Frequency
Overload capacity
Minimum starting current in % of
base current
Power Factor Range
Power loss in potential circuit
Power loss in current circuit
Change in error due to
a. Variation in frequency
b. Variation in temperature
c. Variation in voltage
Accuracy Class
Type of Energy Registration
Mechanism.
MD Reset Mechanism
Dynamic Working range
a) Voltage
b) Current
Type of load (linear, non linear,
balanced /unbalanced at any
P.F.)
Total Weight of meter
Dimension of the meter
Details of meter base & cover
Terminal Cover details
Capability for fraud Prevention &
detection
Sealing and Locking Arrangement
Display details
i. Display Cycle (descriptive in
order of
display sequence)
auto and manual
ii. Period of display of each
parameter
iii. Display scroll-lock facility
iv. Backlit LCD
v. display off period between two

Bidders data

126

25
26
27
28

29
30

31
32

33
34
35

41.

cycles
vI. No of digits of display and
height of character.
Memory Capacity
Non volatile memory retention
capacity
Powering on facility in absence of
mains
Tamper
data
preservation
capacity :
a) on display
b) with meter data downloading
provisions.
Tamper logic in detail
Load Survey details :
a) Parameter measured & Logged
b) Logging interval
c) No. of days of Load Survey
Time of the day Zone Provision
Type of communication:
a) Local-Optical port details with
protocol
b) Additional Communication port
for
AMR compatibility with
protocol
Real Time Clock
Self Diagnostic Features (Provide
Details)
Certification Marks

METER CABINET SPECIFICATIONS:

41.1 The meter cabinet should be made of MS steel plates of minimum thickness 1.2
mm (except for
the roof and base). The minimum thickness of the roof and base MS steel plates should
be 1.5 mm.
41.2 The meter cabinet should have two doors (one inner and one outer door) as shown in
the drawing / 3D model. The inner door should hold the optical port for data interchange
with external devices.
41.3 The inner box should have an adjustable meter fixing plate which allows forward and
backward
movement of the meter as per requirement. The modem fixing plates should be
installed outside the
inner box.
41.4 The base of the outer box should have a gland suitable for insertion of 10 Core,
armoured, 2.5sq.mm
cable. The doors should have proper high quality rubber gaskets to prevent entry of
rain-water, dust
127

etc.
41.5 Both the inner door and outer door should have meter viewing window with high quality
toughened
glass. One metallic wired net (2 mm wire) should be provided at the viewing window of
the outer door so that in case of break the meter is not accessible to unauthorised
people.

128

You might also like