Académique Documents
Professionnel Documents
Culture Documents
TENDER SPECIFICATION NO
Sr.G.M.-CPC-DTR& PTR-12/2016-17
FOR
Request for online tender documents –From dt-25.05.2016 (10.00 Hrs) to dt- 11.07.2016(11.00 Hrs)
Page 1 of 185
ODISHA POWER TRANSMISSION CORPORATION LTD.
REGD. OFFICE: JANPATH, BHUBANESWAR – 751 022,
ODISHA
Page 2 of 185
NOTICE INVITING TENDER
ODISHA POWER TRANSMISSION CORPORATION LIMITED
REGD. OFFICE: JANPATH, BHUBANESWAR – 751 022,
ODISHA, INDIA.
TENDER NOTICE NO CPC-12/2016-17
For and on behalf of the Odisha Power Transmission Corporation Limited, the
undersigned invites bids from manufacturers under two-part bidding system in e-Tender
mode only for supply of items as per the following details.
Earnest Cost of
Tender Last date of
Tender Pac Money Tender
Sl. Qty. Processin receipt &
Specification k- Description of materials. Deposit Spec.
No In N os. g Fee opening of
No. age (in Document
(in INR) tender
INR) (in INR)
25 KVA
14,73,86
1 I DISTRIBUTION 2250
3/-
TRANSFORMERS
63 KVA
2,48,163
2 II DISTRIBUTION 197
/-
TRANSFORMERS
3
100 KVA 2,35,8
3 III DISTRIBUTION 2055 85/-
TRANSFORMERS Rs. 11.07.201
SR.G.M.- 10,000+ 6 (12.00
Rs 5,000/
5% VAT Hrs) &
C.P.C. - DTR 3 + service
250 KVA 7,99,2 Tax @ 12.07.2016
& PTR- 12 (Rs
4 IV DISTRIBUTION 1160 91/- 10,500/-)
14.50% (11.00
/ 2016-17 TRANSFORMERS Rs Hrs)
5,725/-
500 KVA
41,12,95
5 V DISTRIBUTION 653
9/-
TRANSFORMERS
The bidders can view the tender documents from Tender Portal free of cost.
Page 3 of 185
The bidders who want to submit bids shall have to pay non-refundable amount of
Rs. 10,500/- (Rupees Ten thousand five hundred) only including VAT @ 5%) towards
the tender cost, in the form of Demand draft/Pay order/Cash only, drawn in favour of
the D.D.O Head Qrs, OPTCL, Bhubaneswar.
The bidders shall have to submit non-refundable amount of Rs.5,725/- (Rupees
Five thousand & seven hundred Twenty Five) only including Service Tax @ 14.50%)
towards the tender processing fee to K.S.E.D.C.Ltd, in e-payment mode. The e-payment
of above amount is to be made to enable the bidder to down load the bid proposal sheets
& bid document in electronic mode.
The bidder shall deposit the tender cost, tender processing fee & EMD BG prior to
last date & time for submission of bid as notified in tender notice. Local micro & small
enterprisers (MSEs) based in Odisha and registered with respective DICs, Khadi, Village,
Cottage & Handicrafts Industries, OSIC and NSIC can participate without payment of
the cost of tender specification. They have to submit notarized hard copy of valid
registration as local MSE as above on or before the date & time of submission of techno-
commercial bid.
The demand draft/pay order for tender cost , processing fees are to be submitted
along with the EMD at the office of the undersigned on or before the last date & time of
submission of tender.
The bidders shall scan the Demand Draft/Pay order/ Bank guarantee, towards EMD/ notarised
hard copy of valid registration as local MSE(if any) and upload the same in the prescribed form
in .gif or .jpg format in addition to sending the original as stated above.
The prospective bidders are advised to register their user ID, Password, company
ID from website www.tenderwizard.com/OPTCL by clicking on hyper link “Register
Me”.
Any clarifications regarding the scope of work and technical features of the tender
can be had from the undersigned during office hours.
Page 4 of 185
PART – I.
SECTION – I.
INSTRUCTIONS TO TENDERERS
1. Submission of Bids. 02
2. Division of Specification. 02
3. Tenders shall be in two parts.
4. Opening of Bids . 03
5. Purchaser’s right regarding alteration in 04
Quantities, Tendered.
Page 5 of 185
COMMERCIAL SPECIFICATION.
PART–I
SECTION- I
INSTRUCTIONS TO TENDERER
1. Submission of Bids:-
The bidder shall submit the bid in Electronic Mode only i.e
www.tenderwizard.com/OPTCL. The bidder must ensure that the bids are received in
the specified website of the OPTCL by the date and time indicated in the Tender notice.
Bids submitted by telex/telegram will not be accepted. No request from any bidder to the
OPTCL to collect the Bids in physical form will be entertained by the OPTCL.
The OPTCL reserves the right to reject any bid, which is not deposited according to
the instruction, stipulated above. The participants to the tender should be registered
under ODISHA Sales Tax, Act, VAT Act / Central sales Tax Act.
1. For all the users it is mandatory to procure the Digital Signatures of Class-III.
2. Contractors / Vendors / Bidders / Suppliers are requested to follow the below steps
for Registration:
a. Click “Register”, fill the online registration form.
b. Pay the amount of Rs. 2290/- through DD in favour of K S E D C Ltd Payable at
Bangalore.
c. Send the acknowledgment copy for verification.
d. As soon as the verification is being done the e-tender user id will be enabled.
2. Division of Specification.
The specification is mainly divided into two parts viz. Part-I & Part-II.
Part-I Consists of
[i] Section-I Instruction to Tenderers.
[ii] Section-II General Terms & conditions of contract.
[iii] Section-III Schedules and forms etc.
[iv] Section-IV Technical Specification.
Part-II Consists of
[i] Abstract of price components as per Annexure-IV
The Tenderers are required to submit the tenders in two parts viz. Part-I ( Techno
commercial) & Part-II (Price bid).
Page 7 of 185
The Tenderers are required to submit the tenders in two parts Part-I, technical and
commercial and Part-II “Price Bid”.
4. Opening of Bids.
[a] The part-I shall be opened on the date and time fixed by the OPTCL for opening of bids in
Electronic mode in presence of such of the Tenderers or their authorized representatives
[limited to one person only] on the due date of opening of tender who opt remain present.
After scrutiny of the technical particulars and other commercial terms, clarifications, if
required, shall be sought for from the bidders. The Tenderers shall be allowed 15 days
time for such activity.
[b] On receipt of technical clarification, the bids shall be reviewed, evaluated and those not in
conformity with the technical Specification / qualifying experience, shall be rejected. If
any of the technical proposal requires modification to make them comparable, discussion
will be held with the participating bidders.
All the responsive bidders shall be given opportunity to submit the revised
technical and revised price proposals as a follow up to the clarification (modification if
any) on the technical proposals. The qualified bidders shall be given opportunity to submit
revised price proposals within 15 days from the date of such discussion or within time
frame mutually agreed, whichever is earlier.
[c] When the revised price proposals are received, the original price proposals will be
returned to the bidders unopened along with their original technical proposals. Only the
revised technical and price proposals will be considered for bid evaluation. The price bids
[Part-II] of such of the Tenderers, whose tenders have been found to be technically and
commercially acceptable, including those supplementary revised price bids, submitted
subsequently, shall be opened in the presence of the bidder’s representative on a date and
time which will be intimated to all technically and commercially acceptable Tenderers.
[d] The bidders are required to furnish sufficient information to the Purchaser to establish
their qualification, capacity to manufacture and/or supply the materials/perform the
work. Such information shall include details of bidder’s experience, its financial,
managerial and technical capabilities.
[e] The bidders are also required to furnish details of availability of appropriate technical staff
and capability to perform after sales services. The above information shall be considered
Page 8 of 185
during scrutiny and evaluation of bids and any bid which does not satisfactorily meet
these requirements, shall not be considered for price bid evaluation.
[f] The price bids of the technically and otherwise acceptable bids shall only be evaluated as
per the norms applicable in terms of this Specification.
Tenders will be opened in the office of the Senior General Manager [C.P.C.] on the
specified date and time in presence of the Tenderers or their authorized representatives
[limited to one person only] in case of each bidder who may desire to be present, at the
time of opening the bids.
7. Bidder’s Liberty to deviate from Specification.
The Tenderer may deviate from the specification while quoting, if in his opinion, such
deviation is in line with the manufacturer’s standard practice and conducive to a better
and more economical offer. All such deviations should however be clearly indicated giving
full justifications for such deviation. [Read with Clause-9, Section-II of the Specification].
8. Eligibility for submission of bids.
Only those manufacturers who have deposited the cost of tender specification are eligible
to participate in the tender. They should submit the money receipt as a proof of such
payment. The local Micro and small Enterprises (MSEs) based in Odisha and registered
with respective DICs, Khadi, Village, Cottage & Handicrafts Industries, OSIC and NSIC
can participate without payment of the cost of tender specification
9. Purchaser’s right to accept/reject bids:
The purchaser reserves the right to reject any or all the tenders without assigning any
reasons what so ever if it is in the interest of OPTCL, under the existing circumstances.
[Read with clause-10, Section-II of the specification].
10. Mode of submission of Tenders.
The local Micro and small Enterprises(MSEs) based in Odisha and registered with
respective DICs, Khadi, Village, Cottage & Handicrafts Industries, OSIC and NSIC
can participate by submitting Earnest Money Deposit @ fifty percent of the amount
indicated in the Notice Inviting Tender.
The earnest money deposit shall be furnished in one of the following forms subject
to the conditions mentioned below:
(a) Cash:-Payable to drawing & disbursing Officer, OPTCL (Hd.qrs. Office), Bhubaneswar -
751022
(b) Bank Draft: -To be drawn in favour of Drawing & Disbursing Officer, OPTCL
[H.Qrs.Office], Bhubaneswar-751 022.
(c) Bank Guarantee from any Nationalized/Scheduled Bank strictly as per enclosed proforma
vide Annexure-VI to be executed on non-judicial stamp paper worth Rs.29.00 or as
applicable, as per prevailing laws in force and also to be accompanied by the confirmation
letter of the issuing Bank Branch.
NOTE:
(i). The validity of the EMD in the form of Bank Guarantee shall be at least for 240 days from
the date of opening of tender failing which the tender will be liable for rejection.
(ii) No interest shall be paid on the Earnest Money Deposit.
(iii) E.M.D. in shape of cash may be submitted up to Rs. 25,000/- (Rupees Twenty-five)
Thousand) only. Above Rs. 25,000/- (Rupees Twenty-five thousand) the Earnest Money
Deposit shall be furnished in any one of the forms indicated above (i.e. Through Bank
Draft, Bank Guarantee/ National Savings Certificate).
(iv) No adjustment towards EMD shall be permitted against any outstanding amount with the
ODISHA POWER TRANSMISSION CORPORATION LTD.
(v) The chart showing particulars of EMD to be furnished by Tenderers of different categories
is placed at Annexure-VIII.
(vi) In the case of un- successful tenderer, the EMD will be refunded after the tender is
decided. In the case of successful Tenderer, this will be refunded only after furnishing of
security money referred to at clause-19of Section-II.
(vii) Suits, if any, arising out of this clause shall be filed in a Court of law to which the
jurisdiction of High Court of ODISHA extends.
Page 10 of 185
(vii) EMD will be forfeited if the tenderer fails to accept the letter of intent and/or purchase
order issued in his favour or to execute the order, placed on them.
(viii) Tenders not accompanied by Earnest Money shall be disqualified.
Page 11 of 185
[v] Abstract of Terms & conditions in prescribed proforma as per Annexure-II.
[vi] General Terms & Conditions of supply offer as per Section-II of the Specification.
[vii] List of orders executed for similar materials/equipment during preceding 2 (two) years
indicating the customer’s name, Purchase Order No. & Date, date of supply and date of
commissioning etc.
[viii] Data on past experience as per Clause-7 of Section-II of the Specification.
[ix] Sales tax clearance certificate for the previous year. The permanent account number
[PAN] of the firm is required under Income tax Act.
[x] Audited Balance sheet & profit loss accounts of the bidder, for past (3) three years.
[xi] Schedule of quantity and delivery in the prescribed Proforma vide Annexure, as
appended.
[xii] List of Orders in hand to be executed.
[xiii] Deviation schedule.
(xiv) Local micro & small enterprisers (MSEs) based in Odisha and registered with
respective DICs, Khadi, Village, Cottage & Handicrafts Industries, OSIC and NSIC have
to submit notarized hard copy of valid registration as local MSE as above on or before
the date & time of submission of techno-commercial bid and upload the scan/soft copy
of the same in e-tender portal.
Page 12 of 185
Inclusion of any of the documents/information etc. shall render the bid liable for
rejection.
20.0 Expenses in respect of OPTCL’s representative for witnessing the inspection &
testing of the offered equipment/materials at the inspection and testing site.
The testing and inspection of the equipment/ materials at manufacturer works are in the
scope of work of the Contractor/Supplier.
OPTCL inspecting officer, on receipt of offer for inspection from the contractor/supplier,
proceeds to the manufacturer works to witness the Type/Acceptance/Routine test.
Important:
It is hereby informed to all the bidders that the relevant clauses of the contract
specification, pertaining to inspection and testing of equipment/materials, are hereby
supplemented with following additional terms and conditions.
The expenses under the following heads, in respect of OPTCL’s representative for
witnessing the inspection & testing of the offered equipment/materials at the inspection
and testing site, shall be borne by the contractor / supplier.
a) Hotel Accommodation:
I. Single room accommodation in 4 star hotel for the OPTCL inspecting officer of the rank of
Assistant General Manager (Grade E-6) and above.
II. Single room accommodation in 3 star hotel for the OPTCL inspecting officer of the rank
below Assistant General Manager (Grade E-6).
N.B.: It is the responsibility of the contractor to arrange the hotel accommodation matching with
their inspection and testing schedule, so that the inspecting officer can check-in the hotel
one day prior to the date of inspection and check out after the completion of the
inspection, subject to availability of the return travel ticket. In case of extended duration
of inspection or non-availability of the return travel ticket,
Contractor/supplier/manufacturer shall arrange for the extended stay of the inspecting
officer in the Hotel accordingly. In case there is no hotel with prescribed standard in and
around the place of inspection, the contractor/supplier/manufacturer shall suggest
alternative suitable arrangement at the time of offer for inspection, which is subjected to
acceptability of OPTCL inspecting officer.
b) Journey of the inspecting officer:
(i) To and fro travel expenditure from the Head Quarters of the inspecting officer to the place
of inspection/testing shall be borne by the contractor/supplier/manufacturer. Journey
from the Head Quarters of the inspecting officer to the nearest Air Port by train (Ist/IInd
Page 13 of 185
A.C) & A/C Taxi then by Air to the place of inspection/testing or to the nearest place of
inspection/testing and then by train (Ist/IInd A.C) & A/C taxi to the place of
inspection/testing shall be arranged by the contractor/supplier/manufacturer.
(ii) For train journey, inspecting officer of the rank Assistant General Manager and above
shall be provided with 1st class AC ticket and inspecting officer below the rank of
Assistant General Manager shall be provided with 2nd class AC ticket.
(iii) The Air-ticket / train-ticket booking/cancellation is the responsibility of the contractor /
supplier.
(iv) Moreover, if during the journey there is an unavoidable necessity for intermediate travel
by road/ waterway/sea-route, the contractor/supplier shall provide suitable conveyance
to the inspecting officer for travel this stretch of journey or bear the cost towards this. Any
such possibilities shall be duly intimated to OPTCL at the time of their offer for inspection.
c) Local Conveyance:
At the place of the inspection/testing, for local journey of the inspecting officer between
Hotel and inspection/testing site and or any other places, Air-conditioned four wheeler
vehicle in good condition shall be provided by the contractor/supplier/manufacturer.
d) Following points are also to be considered:
(i) All the above expenses shall be deemed to be included in the bidder’s quoted price for that
supply item. Bidder shall not be eligible to raise any extra claim in this regard.
(ii) Contractor/supplier/manufacturer may assume that only in 40% of the inspection and
testing offer cases, OPTCL inspecting officer, not below the rank of Assistant General
Manager will witness the inspection and testing.
(iii) In case of inspection and testing of some critical equipment/materials like Power
transformers, OPTCL may depute more than one inspecting officer.
(iv)Contractor/supplier/manufacturer shall judiciously plan the inspection/testing
schedule and place of inspection/testing, so that optimum number of inspection/testing
and minimum time shall be required to cover all the equipment/materials of the relevant
contract package.
(v) It shall be the responsibility of the Contractor/Supplier to organize the above tour related
matters of OPTCL inspecting officer including the matters related to overseas
inspection/testing, if any.
21.0 (a). Detailed information on any litigation or arbitration arising out of contract completed
or under execution by it over the last five years. A consistent history of litigation by or
against the bidder may result in rejection of bid.
21.0 (b). The bidder should not have any pending litigation or arbitration with OPTCL with
regard to any project or related activity. The bidder should certify / declare the same in
the unequivocal terms by way of an affidavit duly sworn before a magistrate. Bid
Page 14 of 185
furnished by the bidder shall not be eligible for consideration if it is not accompanied by
the affidavit. Further the bid / LOA/ LOI shall be liable for outright rejection/ cancellation
at any stage if any information contrary to the affidavit / declaration is detected.
Page 15 of 185
SECTION – II.
2. Definition of terms. 03
3. Manner of execution. 04
5. Training facilities. 05
6. Rejection of materials. 05
7. Experience of bidders. 05
13. Delivery. 07
16 Force Majeure. 07
Page 16 of 185
22. Penalty for Delay in Completion of Contract. 20
23. Insurance. 09
28. Validity. 10
29. Evaluation. 10
32. Correspondences. 11
36. Scheme/Projects. 13
Page 17 of 185
PART-I
SECTION-II
GENERAL TERMS AND CONDITIONS OF CONTRACT [G.T.C.C.]
1. Scope of the contract:
The scope of the contract shall be to design, manufacture, supply of equipment as per the
specification at the consignee’s site, and rendering services in accordance with the
enclosed technical specification and bill of quantity.
2.0 Definition of terms:
For the purpose of this specification and General Terms and Conditions of contract
[GTCC], the following words shall have the meanings hereby indicated, except where
otherwise described or defined.
2.1 “The Purchaser” shall mean the Senior General Manager[Central Procurement Cell] for
and on behalf of ODISHA POWER TRANSMISSION CORPORATION LTD., Bhubaneswar.
2.2 “The Engineer” shall mean the Engineer appointed by the Purchaser for the
purpose of this contract.
2.3 “Purchaser’s Representative” shall mean any person or persons or consulting firm
appointed and remunerated by the Purchaser to supervise, inspect, test and examine
workmanship and materials of the equipment to be supplied.
2.4 “The supplier” shall mean the bidder whose bid has been accepted by the purchaser and
shall include the bidder’s executives, administrators, successors and permitted
assignees.
2.5 “Equipment” shall mean and include all machinery, apparatus, materials, and articles to
be provided under the contract by the suppliers.
2.6 “Contract Price” shall mean the sum named in or calculated the bid.
2.7 “General Condition” shall mean these General Terms and Conditions of Contract.
2.8 The Specification” shall mean both the technical as well as commercial parts of the
specification annexed to or issued with GTCC and shall include the schedules and
drawings, attached thereto as well as all samples and pattern, if any.
2.9 “Month” shall mean “Calendar month”.
2.10 Writing” shall include any manuscript, type written, printed or other statement
reproduction in any visible form and whether under seal or under hand.
2.11 “FOR Destination costs”shall mean the cost of equipment and material at the
consignee’s store/site. The cost is inclusive of Excise duty, Sales tax and other local
taxes, packing, forwarding and insurance and freight charges.
Page 18 of 185
2.12 The term “Contract document” shall mean and include GTCC, specifications, schedules,
drawings, form of tender, Notice Inviting Tender, covering letter, schedule of prices or the
final General Conditions, any special conditions, applicable to the particular contract.
2.13 Terms and conditions not herein defined shall have the same meaning as are assigned to
them in the Indian Contract Act, failing that in the Odisha General Clauses Act.
3. Manner of execution:
All equipment supplied under the contract shall be manufactured in the manner, set out
in the specification or where not set out, to the reasonable satisfaction of
the Purchaser’s representative.
4. Inspection and Testing:
[i] The purchaser’s representative shall be entitled at all reasonable times during
manufacture to inspect, examine and test at the supplier’s premises, the materials and
workmanship of all equipment/materials to be supplied under this contract and if part of
the said equipment/material is being manufactured in other premises, the supplier shall
obtain for the purchaser’s representative permission to inspect, examine and test as if the
equipment/material were being manufactured in the contractor’s premises. Such
inspection, examination and testing shall not relieve the supplier from his obligations
under the contract.
[ii] The Supplier shall give to the purchaser adequate time/notice (at least clear 15 days for
inside the state suppliers and 20 days for outside the state suppliers) in writing for
inspection of materials indicating the place at which the equipment/material is ready for
testing and inspection and shall also furnish the shop Routine Test Certificate,
Calibration certificates of Testing instruments, calibrated in Govt. approved laboratory
with authenticity letter of that laboratory along with the offer for inspection. A packing list
along with the offer, indicating the quantity which can be delivered in full truck load/Mini
truck load to facilitate issue of dispatch instruction shall also be furnished.
[iii] Where the contract provides for test at the Premises of the supplier or any of his sub-
vendors, the supplier shall provide such assistance, labour, materials, electricity, fuel and
instruments, as may be required or as may be reasonably demanded by the Purchaser’s
representative to carryout such tests efficiently. The supplier is required to produce shop
routine test Certificate, calibration certificates of Testing Instruments before offering their
materials/equipment for inspection & testing. The test house/laboratory where tests are
to be carried out must be approved by the Govt. A letter pertaining to Govt. approved
laboratory must be furnished to the purchaser along with the offer for inspection.
[iv] After completion of the tests, the Purchaser’s representative shall forward the test results
to the Purchaser. If the test results conform to the specific standard and specification, the
Purchaser shall approve the test results and communicate the same to the supplier in
Page 19 of 185
writing. The supplier shall provide at least five copies of the test certificates to the
Purchaser.
[v] The Purchaser has the right to have the tests carried out at his own cost by an
independent agency whenever there is dispute regarding the quality of supply.
[vi] If the firm fails to present the offered items for inspection/testing as per their inspection
call due to any reason(s) during the visit of inspecting officer at the testing site ,the firm
shall have to bear all expenses towards repetition of inspection and testing of the total
offered quantity or part thereof.
5. Training facilities.
The supplier shall provide all possible facilities for training of Purchaser’s Technical
personnel, when deputed by the Purchaser for acquiring first hand knowledge in assembly
of the equipment, its erection, commissioning and for its proper operation & maintenance
in service, wherein it is thought necessary by the purchaser.
6. Rejection of Materials.
In the event any of the equipment /material supplied by the manufacturer is found
defective due to faulty design, bad workmanship, bad materials used or otherwise not in
conformity with the requirements of the Specification, the Purchaser shall either reject the
equipment/material or ask the supplier in writing to rectify or replace the defective
equipment/material free of cost to the purchaser. The Supplier on receipt of such
notification shall either rectify or replace the defective equipment/material free of cost to
the purchaser within 15 days from the date of issue of such notification by the purchaser.
If the supplier fails to do so, the Purchaser may:-
[a] At its option replace or rectify such defective equipment /materials and recover the extra
costs so involved from the supplier plus fifteen percent and/or.
[b] Terminate the contract for balance work/supplies, with enforcement of penalty Clause as
percontract for the un-delivered goods and with forfeiture of Performance Guarantee/
CompositeBankguarantee.
[c] Acquire the defective equipment/materials at reduced price, considered equitable under
the circumstances.
7. Experience of Bidders:
The bidders should furnish information regarding experience particularly on the following
points:
[i] Name of the manufacturer:
[ii] Standing of the firm and experience in manufacture of equipment/material quoted:
[iii] Description of equipment/material similar to that quoted, supplied and installed during
the last two years with the name(s) of the Organisations to whom supplies were made
wherein, at least one (1) certificate shall be from a state/central P.S.U.
Page 20 of 185
[iv] Details as to where installed etc.
[v] Testing facilities at manufacturer’s works.
[vi] If the manufacturer is having collaboration with another firm [s], details regarding the
same.
[vii] A list of purchase orders of identical material/equipment offered as per technical
specification executed during the last two years along with users certificate. User’s
certificate shall be legible and must indicate, user’s name, address, designation, place of
use, and satisfactory performance of the equipment/materials for at least two years from
the date of commissioning. Wherein at least one (1) certificate shall be from a
State/Central or P.S.U.Bids will not be considered if the past manufacturing experience is
found to be un-satisfactory or is of less than 2 (two) years on the date of opening of the
bid and bids not accompanying user’s certificate will be rejected..
8. Language and measures:
All documents pertaining to the contract including specifications, schedule, notices,
correspondence, operating and maintenance instructions., drawings or any other writing
shall be written in English language. The metric system of measurement shall be used
exclusively in this contract.
9. Deviation from specification:
It is in the interest of the tenderers to study the specification, specified in the tender
schedule
thoroughly before tendering so that, if any deviations are made by the Tenderers,(both
commercial and Technical), the same are prominently brought out on a separate sheet
under heading “Deviations Commercial” and “ Deviations Technical”.
A list of deviations shall be enclosed with the tender. Unless deviations in scope,
technical and commercial stipulations are specifically mentioned in the list of deviations,
it
shall be presumed that the tenderer has accepted all the conditions, stipulated in the
tender specification, not- withstanding any exemptions mentioned therein.
10. Right to reject/accept any tender:
The purchaser reserves the right either to reject or to accept any or all tenders if the
situation so warrants in the interest of the purchaser. Orders may also be split up
between different Tenderers on individual merits of the Tenderer. The purchaser has
exclusive right to alter the quantities of materials/ equipment at the time of placing final
purchase order. After placing of the order, the purchaser may defer the delivery of the
materials. It may be clearly understood by the Tenderer that the purchaser need not
assign any reason for any of the above action [s].
11. Supplier to inform himself fully:
Page 21 of 185
The supplier shall examine the instructions to tenderers, general conditions of contract,
specification and the schedules of quantity and delivery to satisfy himself as to all terms
and conditions and circumstances affecting the contract price. He shall quote price [s]
according to his own views on these matters and understand that no additional
allowances except as otherwise provided there in will be admissible. The purchaser shall
not be responsible for any misunderstanding or incorrect information, obtained by the
supplier other than the information given to the supplier in writing by the purchaser.
12. Patent rights Etc.
The supplier shall indemnify the Purchaser against all claims, actions, suits and
proceedings for the infringement of any patent design or copy right protected either in the
country of origin or in India by the use of any equipment supplied by the manufacturer.
Such indemnity shall also cover any use of the equipment, other than for the purpose
indicated by or reasonably to be inferred from the specification.
13. Delivery:-
[a] Time being the essence of the contract; the equipment shall be supplied within the
delivery period, specified in the contract. The Purchaser, however, reserves the right to
reschedule the delivery and change the destination if required. The delivery period shall
be reckoned from the date of placing the Letter of Intent/Purchase order, as may be
specified in LOI/Purchase order.
[b] The desired delivery period shall be as indicated at Appendix-II (Quantity & Delivery
Schedule) of Section-IV (Technical Specification).
14. Despatch instructions.
I] The equipment / materials should be securely packed and dispatched directly to the
specified site at the supplier’s risk by Road Transport only.
II] Loading & unloading of Ordered Materials.
It will be the sole responsibility of the supplier for loading and unloading of materials
both at the factory site and at the destination site/store.
The Purchaser shall have no responsibility on this account.
15. Supplier’s Default Liability.
[i] The Purchaser may, upon written notice of default to the supplier, terminate the contract
in circumstances detailed hereunder.
[a] If in the judgement of the Purchaser, the supplier fails to make delivery of
equipment/material within the time specified in the contract or within the period for
which if extension has been granted by the Purchaser in writing in response to written
request of the supplier.
[b] If in the judgement of the Purchaser, the supplier fails to comply with any of the
provisions of this contract.
Page 22 of 185
[ii] In the event, Purchaser terminates the contract in whole or in part as provided in Clause-
15 {I) of this section, the Purchaser reserves the right to purchase upon such terms and in
such a manner as he may deem appropriate in relation to the equipment/material similar
to that terminated and the supplier will be liable to the Purchaser for any additional costs
for such similar equipment/material and/or for penalty for delay as defined in clause-22
of this section until such reasonable time as may be required for the final supply of
equipment.
[iii] In the event the Purchaser does not terminate the contract as provided in clause 15(I) of
this Section, supplier shall be liable to the Purchaser for penalty for delay as set out in
Clause-22 of this section until the equipment is accepted. This shall be based only on
written request of the supplier and written willingness of the Purchaser.
16 Force Majeure:
The supplier shall not be liable for any penalty for delay or for failure to perform the
contract for reasons of force majeure such as acts of god, acts of the public enemy, acts of
Govt., Fires, floods, epidemics, Quarantine restrictions, strikes, Freight Embargo and
provided that the supplier shall within Ten (10)days from the beginning of delay on such
account notify the purchaser in writing of the cause of delay. The purchaser shall verify
the facts and grant such extension, if facts justify .
17. Extension of time:-
If the delivery of equipment/material is delayed due to reasons beyond the control of the
supplier, the supplier shall without delay give notice to the purchaser in writing of his
claim
for an extension of time. The purchaser on receipt of such notice may or may not agree to
extend the contract delivery date as may be reasonable but without prejudice to other
terms and conditions of the contract.
18. Guarantee period: - ( As per clause 35 of the technical specification.
[i] The stores covered by this specification should be guaranteed for satisfactory operation
and against defects in design, materials and workmanship for a period of at least 42 [forty
two] months from the last date of delivery or 36 [thirty six] months from the date of
commissioning whichever is earlier. The above guarantee certificate shall be furnished in
triplicate to the purchaser for his approval. Any defect noticed during this period should
be rectified by the supplier free of cost to the purchaser provided such defects are due to
faulty design, bad workmanship or bad materials used, within one month upon written
notice from the purchaser failing which provision of clause 22 (ii) shall apply.
[ii] Equipment/material failed or found defective during the guarantee period shall have to be
guaranteed after repair/replacement for a further period of 36 months from the date of
Page 23 of 185
commissioning or 42 months from the date of receipt at the store/site after such
repair/replacement which ever is earlier . The Bank Guarantee is to be extended
accordingly. Date of delivery as used in this clause shall mean the date on which the
materials are received in OPTCL’S stores/site in full & good condition which are released
for Despatch by the purchaser after due inspection.
19. B.G. towards security deposit, 100% payment and performance guarantee:
[i] For manufacturers situated Inside & out side the state of Odisha.
A Composite Bank Guarantee as per the Proforma enclosed at Annexure-VII of the
specification for 10% [ten percent] of the total FORD cost of the purchase order (In case
of successful bidder who is a local Micro and small
Enterprise(MSEs),based in Odisha & registered with respective DICs,
Khadi, Village, Cottage & Handicrafts Industries, OSIC and NSIC 5%
(five percent), shall be furnished from any nationalized/scheduled bank having a place
of business at Bhubaneswar, to the office of Sr.General Manager [Central Procurement
Cell] OPTCL within 15 days from the date of issue of the purchase order,. The BG shall be
executed on non-judicial stamp paper worth of Rs.29.00 [Rupees twenty nine] only or as
per the prevalent rules, valid for a period of 2 months more than from guarantee period
(as indicated this clause-18 of above) from the last date of stipulated delivery period ,
for scrutiny and acceptance, failing which the supply order will be liable for cancellation
without any further written notices. The BG should be accompanied by a confirmation
letter from the concerned bank and should have provision for encashment at
Bhubaneswar, before the Bank Guarantee is accepted and all concerned intimated. The
B.G should be revalidated as and when intimated to you to cover the entire guarantee
period.
[ii] No interest is payable on any kind of Bank Guarantee.
[iii] In case of non-fulfillment of contractual obligation, as required in the detailed purchase
order/Specification, the composite Bank guarantee shall be forfeited.
20. Import License
In case imported materials are offered, no assistance will be given for release of Foreign
Exchange. The firm should arrange to import materials from their own quota. Equipment
of indigenous origin will be preferred.
21. (A) Terms of Payment.
100% value of each consignment with 100% Excise duty, Entry Tax, if any, and sales tax in full
as applicable along with freight & Insurance charges will be paid on receipt of materials in good
condition at stores/desired site and verification thereof, subject to furnishing and approval of
Composite Bank Guarantee at the rate of 10% (Ten percent) (In case of successful bidder who is
a local Micro and small Enterprise(MSEs),based in Odisha & registered with respective DICs,
Page 24 of 185
Khadi, Village, Cottage & Handicrafts Industries, OSIC and NSIC 5% (five percent), of the cost of
supplied materials, as stipulated under clause-19 of this specification & on prior approval of
guarantee certificate & Test certificate by the Purchaser.
Any imposition of new tax or revision of tax shall be paid/reimbursed at the time of dispatch,
scheduled or actual whichever is lower (i.e. If delivery is within schedule period, tax variation as
applicable shall be paid, and if delivery is made beyond schedule date, any additional financial
implication due to statutory variation in tax shall be to bidder’s account)
Page 25 of 185
Supplier within the stipulated period as per clause 18 (i), then whole of the B.G. will be
forfeited by the purchaser, without any intimation to the Supplier.
23. Insurance
The Supplier shall undertake insurance of stores covered by this Specification unless
otherwise stated. The responsibility of delivery of the stores at destination in good
condition rests with the Supplier. Any claim with the Insurance Company or transport
agency arising due to loss or damage in transit has to be settled by the supplier. The
Supplier shall undertake free replacement of materials damaged or lost, which will be
reported by the consignee within 30 days of receipt of the materials at destination without
awaiting for the settlement of their claims with the carriers and underwriters.
24. Payment Due from the Supplier. All costs and damages, for which the supplier is
liable to the purchaser, will be deducted by the purchaser from any money, due to the
supplier, under any of the contract (s), executed with OPTCL.
25. Sales Tax clearance certificate and Balance sheet and profit & Loss Account:
i. Sales Tax clearance certificate for the previous year shall be enclosed with the tender.
i. Audited Balance Sheet and Profit & Loss Account of the bidder for the previous three
years shall be enclosed to assess the financial soundness of the bidder(s).
26. Certificate of Exemption from Excise Duty/Sales tax.
Offers with exemption from Excise duty including sales tax shall be accompanied with
authenticated proof of such exemption. Authenticated proof for this clause shall mean
attested Photostat copy of exemption certificate. Any claim towards Excise duty/ Sales
Tax shall be paid on actual basis subject to production of authenticated documentary
evidence.
28. Validity.
Prices and conditions contained in the offer should be kept valid for a minimum period of
180 days from the date of opening of the tender, failing which the
tender shall be rejected.
29. EVALUATION.
Page 26 of 185
(i) Evaluation of bids will be on the basis of the FOR DESTINATION PRICE (By Road
Transport) including Excise Duty, sales Tax & other levies as may be applicable. The
FORD PRICE shall consist of the following components
a) Ex-works price.
b) Packing & Forwarding charges.
c) Freight
d) Insurance.
e) Excise Duty.
f) Sales Tax.
g) Other levies.
h) Mandatory spares, if any for maintenance of equipment. (At the discretion of
the purchaser)
i) Test charges, if any.
j) Supervision of erection, testing and commissioning charges, if any.
k) Any other items, as deemed proper for evaluation by the purchaser.
l) Loading factors will be taken in to account during evaluation if the prices of
some of the items, not quoted.
m) Any imposition of new tax or revision of tax shall be considered at the
time of price bid evaluation.
(II) Weightage shall be given to the Following factors in the Evaluation &
Comparison of Bids.
In comparing bids and in making awards, the Purchaser will consider other factors
such as compliance with Specification, minimum qualification criteria as per
clause-30, outright rejection of tenders clause-34 of this tender, relative quality,
adaptability of Supplies or services, experience, financial soundness, record of
integrity in dealings, performance of materials/equipment earlier supplied, ability
to furnish repairs and maintenance services, the time of delivery, capability to
perform including available facilities such as adequate shops, plants, equipment
and technical organization.
(III) The local MSE bidders, based in Odisha, shall be required to furnish their
willingness to match their bid price with that of the lowest evaluated bidder without
any price preference and in case they agree, they shall be eligible to get up to 20%
of the tendered quantity to be distributed suitably among the willing MSE bidders
failing which the said 20% of the tendered quantity be awarded to the lowest
evaluated bidder.
Page 27 of 185
30. Minimum Qualification Criteria of Bidders.
All the prospective bidders are requested to note that their bids for tendered equipment
can only be considered for evaluation if:
i) The bidder should have manufacture and supply experience of above rated or higher
capacity equipment for a minimum period of 3 (three) years as on the date of opening of
the tender
ii) At least 50% of the tendered quantity. of above rated or higher capacity equipment should
have been supplied within the above-stipulated period.
iii) The above rated or higher capacity equipment should have at least 3 (three) years
successful performance from the date of commissioning. At least one of the performance
certificates shall be submitted from Govt. of India/State Govt.(s) or their undertakings.
iv) The bidder should have conducted type tests on the tendered equipment in Government
approved laboratory within five years from the date of opening of the tender.
v) The bidder must possess BIS license for the tendered transformers.
Page 29 of 185
the unequivocal terms by way of an affidavit duly sworn before a magistrate. Bid
furnished by the bidder shall not be eligible for consideration if it is not accompanied by
the affidavit. Further the bid / LOA/ LOI shall be liable for outright rejection/ cancellation
at any stage if any information contrary to the affidavit / declaration is detected.
Page 30 of 185
SECTION – III.
LIST OF ANNEXURES
[I TO XI]
[PAGE 01 TO 19 ]
Page 31 of 185
SECTION – III
[LIST OF ANNEXURES]
The following schedules and proforma are annexed to this specification and contained in
Section-III as referred to in the relevant clauses.
ANNEXURE - I
DECLARATION FORM
Page 32 of 185
To
The Sr. General Manager (CPC)
OPTCL Head Qrs.BBSR,751022
Sir,
1. Having examined the above specification together with terms & conditions referred to
therein * I/We the undersigned hereby offer to supply the materials/equipment covered
therein complete in all respects as per the specification and General conditions, at the
rates, entered in the attached contract schedule of prices in the Tender.
2. * I/We hereby undertake to have the materials/equipment delivered within the time
specified in the Tender.
3. * I/We hereby guarantee the technical particulars given in the Tender supported with
necessary reports from concerned authorities.
5. In the event of Tender, being decided in *my/our favour, * I/We agree to furnish the
Composite B.G. in the manner, acceptable to ODISHA POWER TRANSMISSION
CORPORATION LTD., and for the sum as applicable to *me/us as per clause-19 of
section-II of this specification within 15 days of issue of letter of intent/purchase order
failing which *I/We clearly understand that the said letter of Intent/Purchase order will be
liable to be withdrawn by the purchaser, and the EMD deposited by us shall be forfeited
by OPTCL.
Yours faithfully
[This form should be dully filled up by the tenderer and uploaded at the time of submission of
tender.]
Page 33 of 185
ANNEXURE-II
ABSTRACT OF GENERAL TERMS AND CONDITIONS OF CONTRACT [COMMERCIAL] TO ACCOMPANY PART-I
1 (a) OPTCL Money Receipt No. & Date towards purchase of Tender.
Pkg-I. 9 months.
Pkg -V . 6 months.
10. Whether STCC/ P&L A/C, Balance Sheet for the required period Yes/No
are furnish hed as per clause-25 of Section-II
17. Whether registered under ODISHA Sales Tax Act. 1947 Yes/No
Place: -
Date: - Signature of the
Tenderer
with seal of the
company
ANNEXURE-III
1 2 3 4 5 6
6 months from
LOT-IV 100 KVA, (11 / 0.433 1160 the P.O.
KV)
Transform
er, Energy
LOT-IV level-1 653 6 months from
the P.O.
250 KVA, (11 / 0.433
KV) 12 months
156
Transform from the P.O.
LOT-V er, Energy
level-3 Odisha.
12 months
500 KVA, (11 / 0.433
LOT-VI 136 from the P.O.
KV)
Transform
er, Energy
level-1
with seal of
Company
ANNEXURE-IV
1 F.O.R. Purchaser’s
destination
Price basis Stores/sites.
Place
Date: Signature of
Tenderer
With seal of
company
ANNEXURE-V.
SCHEDULE OF PRICES TENDER SPECIFICATION No.
Ite Descriptio Qty Unit Unit Unit Unit Unit landing cost at
m n. (unit Ex- Packing & Freight Insuran destination
factory
) ce store/site excluding
No. Forwardin Charge
Price ST,ED & Entry tax.
includi g. s. Charges
ng
.
transfo
rmer
oil &
other
access
ories &
testing
as per
spec.
1. 2. 3. 4. 5. 6. 7. 8.
Unit Unit Unit Entry Unit landing Cost including Total landing cost
E.D. Tax. All taxes & Duties. Including all taxes &
S.T.
duties.
Signature of Tenderer
NB: -
DEPOSIT
___________________________________________
Messers____________________________________________________________
Address_____________________________________________________________
_________________________________________________________________wis
Rs.______________[Rupees________________________________________
Valid for a period of 240 days [Two hundred forty days] is required to
__________________________________________________________________
[Indicate
__________________________________________________________________
LTD._______________________________________________
[Indicate designation of the
purchaser]
___________________
[date] and if any further extension to this is required, the same will be
the_______________________________________ on whose
to pay the amounts due and payable under this guarantee without
any demur, merely on a demand from the OPTCL stating that the
the said Bid . Any such demand made on the Bank shall be conclusive
as regards the amount due and payable by the Bank under this
Rs._____________________________________________
herein contained shall remain in full force and effect during the
aforesaid period of 240 days [two hundred forty days] and it shall
by virtue of the said Bid have been fully paid and its claims satisfied
conditions of the said Bid have been fully and properly carried out by
thereafter.
that
the OPTCL shall have the fullest liberty without our consent and
for any time or from time to time any of the powers exercisable by the
OPTCL against the said supplier [s] and to forbear or enforce any of
Supplier [s] or for any forbearance act or omission on the part of the
any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the name,
style and constitution of the Bank or the supplier [s].
7. We,____________________________________lastly undertake not revoke
this
[Indicate the name of the Bank]
_________________________
For_____________________
________
[Indicate the name of
Bank]
1.
2.
ANNEXURE-VII
_______________________________________Bank at _____________________
P.O.____________________________P.S.________________________________
District_________________________State_______________________________
cost of materials as per the said agreement and [3] to exempt from
agreed [1] to exempt the Supplier from making payment of Security [2]
OPTCL by reason of any breach by the said Supplier [s] of any of the
discharge of our liability for payment there under and the Supplier [s]
the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said
dues of the OPTCL under or by virtue of the said agreement have been
certifies that the terms and conditions of the said agreement have
been fully and properly carried out by the said Supplier [s] and
shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder to vary any of the terms and
the said Supplier [s] and we shall not be relieved from our liability by
supplier [s] or for any forbearance, act or omission on the part of the
OPTCL or any indulgence by the OPTCL to the said Supplier [s] or by
any such matter or thing whatsoever which under the law relating to
guarantee during its currency except with the previous consent of the
OPTCL in writing.
Rs.--------------------------( Rupees-------------------).
3) We are liable to pay the guaranteed amount or any part there of under
before dt.-----------------.
_________________________
For_____________________
________
[Indicate the name of
Bank]
1.
2.
ANNEXURE-VIII
FURNISHABLE BY TENDERERS
EMD as specified
in the specification
/Tender Notice in
shape of bank
guarantee /DD.
specification.
Suits, if any, arising out of EMD shall be filed in a court of law to
[b] Earnest Money will be forfeited if the tenderer fails to accept the letter
ANNEXURE-IX
DATA ON EXPERIENCE
[a] Name of the manufacturer.
Place:
Date:
Signature of tenderer
Name, Designation,
Seal
ANNEXURE-X
No
Place:
Date: Signature of Tenderer
Name, Designation,
Seal
ANNEXURE-XI
SCHEDULE OF INSTALLATIONS.
Place: -
DEVIATION SCHEDULE.
A) Technical
Place: -
B) Commercial deviations.
A) Commercial.
Place: -
OF
ENERGY EFFICIENT
(25 KVA, 63 KVA, 100 KVA, 250 KVA & 500 KVA 11/0.433 KV)
TABLE OF CONTENTS
OF
25 KVA, 63 KVA, 100 KVA, 250 KVA & 500 KVA 11/0.433 KV,
11/0.433
1 . 0 S C O P E
Within five years from date of opening of the tender and the designs
should have been in satisfactory operation for a period not less
than three years as on the date of bid opening. Compliance shall be
demonstrated by submitting with the bid,
SERVICE
CONDITIONS
11 KV 11 KV
Nominal system voltages
System
LV 433/250 V
System
11 KV 12 KV
Maximum system voltages
System
LV 476 V
System
Minimum LV voltage (NEC)
392V
HV: Delta
LV: Star
a) HV winding
Uniform
b) LV winding
Uniform
a) Phase to Phase
255
b) Phase to ground
140
values at 600 sec. to 60 sec for HV to 1.5, but less than or equal to
earth '5'.
No-load current for 25 KVA, 63 KVA & 100 kVA shall not exceed 3
percent of full load current and will be measured by energizing the
transformer at rated voltage and frequency. Increase of 12.5 percent of
rated voltage shall not increase the no-load current by 6 percent
maximum of full load current.
6 0 TYPE OF TRANSFORMER
.6.1 The Transformers shall be of core type construction, double
wound,
Tapping Ranges and Thpping Methods for 250 KVA and 500 KVA.
Wnding tapped HV
8.2 The bidder shall state in the technical schedule, the percentage
regulation at
full load, power factor 1.0 and at full load, power factor 0.85 lagging.
100 KVA, 250 KVA & 500 KVA Transformers. No negative tolerance
on percentage Impedance is allowed.
10.0 LOSSES
The load losses shall not exceed the values given below: -
KVA Rating Maximum losses at Maximum losses at
50% loading (Watts) 100% loading (Watts)
25 KVA 210 695
63 KVA 380 1250
100 KVA 520 1800
250 KVA 1050 3150
500 KVA 1600 4750
10.1 The above losses are maximum allowable and there should not
be any positive tolerance.
10.3 If the bidder quotes lower values of losses than the CPRI's
measured
losses, he has to prove the same by conducting the Impulse & short
Circuit tests at CPRI/ NABL Accredited laboratory along with
measurement of no load losses and load losses at his own cost in
presence of Owner' s authorized representative without any financial
liability to owner.
1 2 . 0 L O S S E S
HV Winding LV Winding
Basic Impulse voltage Level (Kvp) 75 Not
(1.2/50 micro. sec. Wave ) Applicable
17.1 Core
17.1.1 Stage level inspection for core construction shall be carried out by
the owner.
17.1.3 T h e c o r e s h a l l b e c o n s t r u c t e d f r o m h i g h g r a d e , n o n -
a g e i n g , Cold Rolled Grain Oriented (CRGO) silicon steel of M3
Grade or HIB grade laminations only. No other core materials
shall be entertained. Bidders are requested to note that only
PRIME CORE M3 Grade (0.23mm) materials HIB grade are to be
used. In no case, second grade core material is to be used. The
purchaser at his discretion, may select samples from the core
laminations and get the same tested in CPRI/ NABL Accredited
laboratory to prove the quality of the core material.
For the above purpose, the supplier shall have to offer every batch of
core laminations received from his Sub-Vendor along with
Invoice of the sub-vendor, Mills test certificate, packing list,
Bill of landing, Bill of entry certificate to customs etc. towards
proof of prime core materials for verification by the Purchaser's
representative without any cost to the Owner. Besides, the
contractor must mention in his bid about the type of CRGO /
Amorphous laminations to be utilized for the offered
transformers along with a copy of the specific core loss curve at
different flux densities.
17.1.8 The insulation structure for the core to bolts and core to
clamp plates shall be such as to withstand 2000 V DC voltage for one
minute.
17.1.10 All steel sections used for supporting the core shall be
thoroughly shot or sand blasted, after cutting, drilling and welding.
17.1.11 The finally assembled core with all the clamping structures
shall be free from deformation and shall not vibrate during operation.
1 7 . 2 INTERNAL EARTHING
17.3 Windings
17.3.3 All low voltage windings for use in the circular coil concentric
winding shall be wound on a performed insulating cylinder for
mechanical protection of the winding in handling and placing around the
core. Winding shall not contain sharp bends which might damage the
insulation or produce high dielectric stresses. No strip conductor wound
on edge shall have width exceeding six times the thickness.
17.3.15 Tapping shall not be brought out from inside the coil or from
intermediate turns and shall be so arranged as to preserve as far as
possible magnetic balance of transformer at all voltage ratios.
18.1.5 The terminals are to be supplied with one 16mm bolt, one conic
spring washer, one matching flat washer, one nut and one lock nut for
each hole in the terminal plate.
19.1 All transformer sizes, the tank shall be of bolted type construction
in accordance with IS1180 (Part 2).
• The tendered shall state the top oil temperature at which the tank
internal pressure shall reach the value of 100 kN/ m2 and the value of
steady load which will result in this top oil temperature with an ambient
temperature of 450 C.
19.3 The Tank shall be of rectangular shape with round edges fabricated
from tested quality mild steel plates with minimum thickness of 3.15
mm. for the side walls while top cover and the bottom plate of the tank
shall have a minimum thickness of 5 mm. The transformer tank and the
top cover shall be designed in such a manner as to leave no external
pockets in which water can log, or any internal pocket where air/ gas can
accumulate. Edge of Top cover should be bend downwards so as to avoid
water through cover plate gasket. The width of the bend plate shall be
25mm minimum.
19.4 All sealing washers / gaskets shall be made of oil and heat
resistant neoprene rubber or neoprene bonded cork seals suitable for
temperature as stipulated in this specification. Surfaces at gasketted
joints shall be such that an even face is presented to gasket, thereby
eliminating the necessity for the gasket to take up surface irregularities.
19.6 The transformer tank shall be complete with all accessories, lifting
lugs etc. and shall be designed to allow the complete transformer filled
with oil to be lifted by crane or jacks without risk of any damage and can
be transported by Rail/ Road without straining any joints and without
causing any leakage of oil.
19.8 The height of the tank shall be such that minimum vertical
clearance up to the top cover plate of 80mm is achieved from the top of
the yoke.
Oil level gauge indicating oil level at minimum, 30°C and maximum
operating
Temperature.
¨ Oil level gauge indicating oil level at minimum, 30°C and maximum
operating temperature. NOTES: Minimum and maximum positions
correspond to the operating temperature of -5°C and 90°C respectively
(for non-sealed type transformer).
¨ Set of Radiators.
¨ Conservator Tank
Breakdown
(voltage) Min.
09 Dielectric 0.03 Max IS: 6262
dissipation
11 Oxidation stability
¨ type of transformer
¨ standard to which it is manufactured (preferably
IEC 76)
¨ manufacturer's name
¨ transformer serial number
¨ year of manufacture
¨ rated frequency in Hz (50)
¨ rated voltages in KV (11/0.433)
¨ number of phases (3)
¨ rated currents in A
¨ vector group symbol (Dyn11)
¨ 1.2/501.ts wave impulse voltage withstand level
in KVp
¨ power frequency withstand voltage in KV
The under-base of all transformers beyond 200 kVA shall be as per Fig. 7 of
IS: 1180 Part-I, 2014,to make them suitable for mounting on rollers.
28.0 PAINTING
28.1 A l l p a i n t s s h a l l b e a p p l i e d i n a c c o r d a n c e w i t h t h e
p a i n t m a n u f a c t u r e r ' s recommendations. Particular attention
shall be paid to the following:
28.3.1 All primers shall be well marked into the surface, particularly
in areas where painting is evident, and the first priming coat shall be
applied as soon as possible after cleaning. The paint shall be applied
by airless spray according to the manufacturer's recommendations.
However, wherever airless spray is not possible, conventional spray be
used with prior approval of purchaser.
28.4.1 After all machining, forming and welding has been completed,
all steel work surfaces shall be thoroughly cleaned of rust, scale,
welding slag or spatter and other contamination prior to any painting.
28.4.3 The pressure and Volume of the compressed air supply for the
blast cleaning shall meet the work requirements and shall be
sufficiently free from all water contamination prior to any painting.
28.5.1 As soon as all items have been cleaned and within four hours
of the subsequent drying, they shall be given suitable anticorrosion
protection.
Followings are the type of paints that may be suitably used for the items
to be painted at shop and supply of matching paint to site:
ii) For external surfaces one coat of Thermo Setting Paint or 2 coats of
Zinc chromate followed by 2 coats of P.0 (Poly-urethene) paint. The
color of the finishing coats shall be dark admiral gray.
28.7.3 All prepared steel surfaces should be primed before visible re-
rusting occurs or within 4 hours whichever is sooner. Chemical
treated steel surfaces shall be primed as soon as the surface is dry and
while the surface is warm.
28.7.5 Paint applied to items that are not be painted, shall be removed
at supplier's expense, leaving the surface clean, un-stained and
undamaged.
The requirement for the dry film thickness(DFT) of paint and the
material to be used shall be as given below:
The colour of the finishing coat shall be Sky Blue/ Dark Admiral
Gray/ Deep Green or any other colour as decided by the Purchaser
31.0 TESTS
31.l General
All routine, type and special tests as described in 31.2 to 31.4 shall be
performed as per relevant parts of IS 2026. Pressure and oil leakage test
shall be conducted as per 31.5.
NOTE _ Maximum measured total loss (No load at rated excitation + load
loss at maximum current tap converted to 75 °C reference temperature) at
100 percent loading shall be supplied during temperature rise test.
NOTE _ Routine tests before and after short circuit test shall be conducted
as per IS 2026 (part l).
NOTE - Routine tests before and after short circuit test shall be conducted as
per IS 2026 (part l).
d) Paint adhesion tests. The test is performed as per ASTM D3359 (Standard
Test Methods for measuring adhesion by Tape test).
e) BDV and moisture content of oil in the transformer (lS 335).
NOTE - Tests at (d) and (e) may be carried out on more than one unit (One
unit in each Lot of inspection).
1 Up to 750 mm 5.0 mm
The assembled transformer for non-sealed and sealed type with all fittings
including bushings in position shall be tested at a pressure equivalent to
twice the normal head measured at the base of the tank for 8 h. There
should be no leakage at any point. Tank with corrugations shall be tested for
oil leakage test a pressure of l5 kpa measured at the top of the tank for 6 h.
There should be no leakage at any point.
31.5.2 For Transformers above 200 kVA and Up to including 2 500 kVA
For non-sealed and sealed type transformers, the transformer tank subjected
to air pressure of 80 kpa for 30 min and vacuum of 500 mm of mercury
for 30 min. The permanent deflection of flat plate, after pressure/vacuum has been
released, shall not exceed the values given below.
Sl.No Length of plate Deflection
1 Up to 750 mm 5.0 mm
b) Corrugated tanks
The corrugated transformer tank shall be tested for air pressure of l5 kpa
above atmosphere pressure maintained inside the tank for l0 min. There
should be no leakage at any point.
The assembled transformer for non-sealed and sealed type with all fittings
including bushing in position shall be tested at a pressure equivalent to
twice the normal head measured at the base of the tank for 8 h. There
should be no leakage at any point. Tank with corrugations shall be tested for
oil leakage test a pressure of 15 kPa measured at the top of the tank for 6 h.
There should be no leakage at any point.
11 KV 12 KV (rms) 75 KV 28 KV (rms)
(rms) (Peak)
32.0 COMPLIANCE WITH SPECIFICATION
All the equipment shall comply in all respects with the Indian
Regulations and acts in force.The equipment and connections shall
be designed and arranged to minimize the risk of fire and any
damage which might be caused in the event of fire.
34.1 The Purchaser shall have free entry at all times, while
work on the contract is being performed, to all parts of the
manufacturer's works which concern the processing of the equipment
ordered. The manufacturer shall afford the Purchaser without
charge, all reasonable facilities to assure that the equipment being
furnished is in accordance with this specification. After approval of
Drawings by the Purchaser, the manufacture shall manufacture a
Prototype Model as per the Approved Drawing and offer the same
for inspection. The Inspection of the Prototype Model shall be carried
out as per the Format prescribed at Clause 41, Section-IV of our
Tender Specification. The Supplier shall offer the core, windings
and tanks of each transformer for inspection by the Owner's
representative(s). During stage inspection of the Prototype Model, all
the measurements like diameter, window, height, leg centre, stack
width, stack thickness, thickness of laminations etc for core
assembly, conductor size, insulation thickness, I.D., O.D.,
Winding height, major and minor insulations for both HV and LV
windings, length, breadth, height and thickness of plates of
transformer tanks, the quality of fittings and accessories will be
taken/ determined.
The Inspection Report for the Tests conducted by our Authorized
Inspectors in presence of the manufacturer's representative, for
the Prototype Model offered for inspection with suggested
modifications, if any shall be submitted to the undersigned for
approval.
34.2 The equipment shall successfully pass all the type tests and
routine tests mentioned in the above Clauses and those listed in the
most recent edition of the standards given in Clause 2, of this
specification.
34.7 The supplier shall submit to the Purchaser five signed copies
of the test certificates, giving the results of the tests as required. No
materials shall be dispatched until the test certificates have been
received by the Purchaser and the Supplier has been informed that
they are acceptable.
The test certificates must show the actual values obtained from the
tests, in the units used in this specification, and not merely confirm
that the requirements have been met.
35.0 GUARANTEE
36.1 Packing
36.2 Transportation
The Supplier shall be responsible for the transport of all plant and
equipment supplied by them and for the transport of all goods to the
various specified destinations including all road clearance,
offloading, warehousing and insurance.
The Supplier shall advice the storage requirements for any plant and
equipment that may be delivered to the Purchaser's stores. The
Supplier shall be required to accept responsibility for the advice
given in so far as these arrangements may have a bearing on the
behavior of the equipment in subsequent service.
The Supplier shall submit safety data sheets for all hazardous
substances used with the equipment. The Supplier shall give an
assurance that there are no other substances classified as
hazardous in the equipment supplied. No oil shall be supplied or
used at any stage of manufacture or test without a certificate
acceptable to the Purchaser that it has a PCB content of less than 2
mg/ kg. The Supplier shall accept responsibility for the disposal
of such hazardous substances, should any be found.
The Supplier shall also be responsible for any injuries resulting
from hazardous substances due to non-compliance with these
requirements.
38.0 SUBMITTALS
o Type test certificates (short circuit withstand test and impulse test) of
the offered transformers conducted at CPRI/ or any NABL
Accredited laboratory without which tender will be out rightly
rejected.
38.2.1 Programme
3 8 . 3 D r a wi n g s
Test reports
39.0 FASTENERS
39.1 All bolts, studs, screw threads, pipe threads, bolt heads and
nuts
39.4 All ferrous bolts, nuts and washers placed in outdoor positions
40.0 LABELS
40.1 All apparatus shall be clearly labelled indicating, where
necessary, its purpose and service positions. The material of all
labels and plates, their dimensions, legend and the method of
printing shall be subject to approval of the Purchaser. The
surfaces of all labels and plates shall have a mat or satin finish to
avoid dazzle from reflected light. Colours shall be permanent and
free from fading. Labels mounted on black surfaces shall have
white lettering. Danger plates shall have white lettering on a red
background. All labels and plates for outdoor use shall be of in-
corrodible material. Where the use of enameled iron plates is
approved, the whole surface including the back and edges, shall be
properly covered and resistant to corrosion. They shall be engraved in
English. Name plates shall be white with black engraved lettering
and shall carry all the applicable information specified in the
applicable items of the Standards. No scratching, corrections or
changes will be allowed on name plates.
The suppliers shall provide the following mandatory spares for each of
transformer supplied.
TRANSFORMERS
4. Details of offer
(a) Rating
(b) Quantity
(c) Serial Numbers
(i) A quantity if more than 100 no's shall not be entertained for stage
inspection
Manufacturer's
7 Characteristic
Whether top yoke is
Certificate in
cut for LV
respect of grade of
connection
lamination used.
8 (Please
If yes, furnish test
at 7 above,
certificate)
whether
2 Remarks regardingis
Reinforcement
9 Size
Rusting of support
and
Channels provided
smoothness of core
for Core base and
Whether
bottom yoke (Single
laminations used for
Piece of channels
top and bottom
are only acceptable)
yoke are in one
(ii
10 Core
piece. Construction: of
Thickness
1
) No of steps provided
insulation
2 Dimension of Steps
between core base
Step No. 1 2 3 4 5 6 7 8 9 1 1 1
and support
0 1 2
11 Core
channellength (leg
As Offered
center to leg centre)
12 WWindow
mm height
13 Core height
14 T mm
Core weight only
As found
(without channel
Wetc.)
mm
(E) TINSPECTION
mm OF
3 WINDING
Core Dia (mm)
(I)
4 Winding
Total Crossmaterial
Section
1 area of core
Material used for
5
Effective cross
(a) HV Winding
Sectional area of
(b) LV Winding
core
2 Grade of material
6 Clamping
for
arrangement
Channel Size
(a) HV Winding
(i)
Bolt size and No
(b) LV Winding
Tie Rods
(ii)
3 Test certificate of
(iii)
manufacturer
(enclosed copy) for
winding material
of :
(a) HV
(b) LV
Diameter of wire
used for delta
3 formation (mm)
4 Diameter of coils in:
a LV Winding
Internal dia (mm)
(i)
Outer dia (mm)
b
(ii)
HV Winding
Internal dia (mm)
Outer dia (mm)
5 Current Density of
winding material
(a) HV
(b) LV
6 Whether neutral
formation on top
7 HV Coils/ Phase
a) Number
b) Turns/ coil
c) Total turns
8 LV Coils/ Phase
a)
Number
b)
Turns/coil
c)
Total turns
9 Method of HV Coil
Joints
10 Total weight of coils
of
F INSULATION
MATERIALS:
(I) MATERIAL
1 Craft paper
a) Make
b) Thickness (mm)
Test certificate of
c)
manufacturer
(enclosed copy)
2 Press Board
a) Make
Thickness (mm)
Test certificate of
manufacturer
(enclosed copy)
b)
Spacers
c)
Interlayer
Between HV & LV
d)
winding
e)
Between phases
End insulation
G CLEARANCES
(I) Related to core and
winding
1 LV to Core (Radial)
2 Between HV and LV
(Radial)
3 (i) Phase to phase
between HV
(ii) Whether two
Nos Press Board
each of minimum 1
1 Constructional
mm ;thick provided
details:
to cover the tie rods
1) Rectangular
4 shape
Thickness of
2) Thickness of side
locking
wall (mm) spacers
between
3) ThicknessLV of coils
top
and
(mm) bottom place
5 Provision wedges
Axial
4) of
slopping
between HV topand cover
LV
towards
coils / phase HV
bushing
5) Tank internal
(Nos)
dimensions(mm)
6 No.Length
(a) of radial spacers
perBreadth
(b) phase between
HV coils
( c) Height
7 Size
(i) OnofLVduct between
side
LV and HV winding
(ii) On LV side
(mm)
(II) General
Between Detailscore-coil
assembly
1) and tank:
Inside painted by
(mm)
varnish/ oil
corrosion resistant
paint (please specify
which type of
coating done)
2) Gasket between
top cover and tank
(i) Material
(ii) Thickness(mm)
6) Provision of air
release plug
7) Provision of
galvanized GI Nuts
Bolts with 1 No Plain
and 1 No spring
washer
8) Deformation of
length wise side wall
of tank when subject
to:
a) Vaccume of (-) 0.7
Kg/sq cm for 30
minutes
b) Pressure of 0.8
Kg/sq cm for 30
minutes
(I) RADIATORS
1. Fin radiators of
1.25 mm thick sheet
a) Dimension of each
fin (L x B x T)
c) Total No. of
radiators
2. Verification of
manufacturer's test
certificate regarding
Heat dissipation
(excluding Top and
Bottom) in w/sq m
3. Verification of
position of radiator
with respect to
bushing
(J) CONSERVATOR
1. Dimensions ( L x
D) (in mm)
2. Volume (m3)
3.Inside dia of
Conservator tank
4. Whether
conservator outlet
pipe is projected
approx.20 mm inside
the conservator tank
5. Whether
arrangement made so
that oil does not fall
on the active parts
7. Whether drain
plug and filling hole
with cover is provided
(K) BREATHER
1.Whether Die cast
Aluminum body
breather for silica
gel provided
2. Make
3. Capacity
(L) TERMINALS
1 Material whether of
Brass Rods/ Tinned
Copper
a) HV
b) LV
a) HV
b) LV
3 Method of Star
connection formed
on LV side of 6mm
thick (Should use
Al./ Cu. Flat
bolted/ brazed with
crimped lugs on
winding
alternatively for 63
and 100 KVA
rating brazed is
done covered with
tubular sleeve duly
crimped) Please
state dimensions of
Al/Cu flat or
tubular sleeve used
(mm)
4 Method of
Connection of LV of
winding to LV
bushing (end od
winding should be
crimped with
lugs(Al/Cu) and
bolted with bushing
stud)
5 Method of
Connection of HV
winding to HV
bushing (Copper
joint should be
done by using silver
brazing alloy and
for Aluminum,
brazing rod or with
tubular connector
crimped at three
spots).
6 Whether SRB P
tube/ insulated
paper used for
formation of Delta
on HV
7 Whether Empire
sleeves used on the
portion of HV
winding joining to
HV bushing
8 Whether neutral
formation is covered
with cotton
tape
(M) BUSHING
1 Whether HV
bushing mounted
on side walls.
2 Whether sheet
metal pocket used
for mounting
bushing (pipe are
not acceptable)
a) HV
b) LV
3 Whether
arrangement for
studs for fitting of
HV bushing are in
diamond shape ( so
that Arcing Horns
are placed
4. Position of
mounting of LV
5. Bushing
Clearance: (mm)
a) LV to Earth
b) HV to Earth
c) Between LV
Bushings
d) Between HV
Bushings
(N) TANK BASE
CHANNEL/ROLLER
S:
1 Size of
2 Whether channels
welded across the
length of the tank
3 Size and type of
roller (mm)
(O) OIL
1 Name of Supplier
2 Break down voltage
of oil:(KV)
i) Filled in tanked
Transformers
In storage tank (to
be tested by
Inspecting Officer).
3. Supplier's test
certificate (Enclosed)
(P) ENGRAVING /
PUNCHINGS
1. Engaraving of Sl.
No and name of
firm
i) On bottom of
clamping channel of
core-coil assembly
i) 3 Star Level:
Whether contains 3
Star Level with style
prescribed by the
B.E.E.
(d) Rating
(e) Name of Inspecting
Officer
(f) Designation
(g) Date of dispatch
( R) NAME PLATE DETAILS
TESTS
1. No Load Current
2. No Load Loss
3. % Impedance
4. Load Losses
5. Insulation Resistance
Test
6. Vector Group Test (phase
relationship)
7. Ratio and Polarity test
relationship
8. Transformer oil Test
(Break down Voltage)
9. Magnetic Balance
1. Measurement of
winding resistance (HV
and LV both)
2. Induced over voltage
withstand test ( Double
voltage and Double
frequency)
a) LV
b) HV
vi) Weight of windings
a) Length-wise
b) Breadth- wise
viii) Clearance between top
of yoke top most live part
of tap changer to tank
cover
REPRESENTATIVE
DATE OF INSPECTION
APPENDIX-II
POWER TRANSFORMERS
TABLE OF CONTENTS
OF
POWER TRANSFORMERS
NO DESCRIPTION
PAGE NO.
1.0 Scope 3
2.0 Technical requirements of power transformer 4
8.0 Inspection 38
9.0 Performance 44
10.0 Losses 45
1. SCOPE
The material offered shall have been successfully Type Tested during last five
years on the date of bid opening. The Type Test reports shall be submitted
along with the bid.
The Transformer shall be of outdoor type with tap changers as detailed below.
1.2 The core shall be constructed from high grade, non-aging Cold Rolled
Grain Oriented (CRGO) Silicon Steel laminations conforming to HIB grade
with lamination thickness not more than 0.23mm to 0.27mm or better
quoted grade Core. The maximum flux density in any part of the core and yoke
at normal voltage and frequency shall not be more than 1.5 Tesla. The Bidder
shall provide saturation curve of the core material, proposed to be used.
Laminations of different grade(s) and different thickness (s) are not
allowed to be used in any manner or under any circumstances.
1.3 The Power Transformer shall conform in all respects to highest standards of
engineering, design, workmanship based on this specification and the latest
revisions of relevant standards at the time of offer. OPTCL shall have the power
to reject any work or material, which, in his judgment, is not in full accordance
therewith. The Transformer(s) offered, shall be complete with all components,
necessary for their effective and trouble free operation. Such components shall
be deemed to be within the scope of supply, irrespective of whether those are
specifically brought out in this specification and / or in the commercial order or
not.
i) if on testing the No-load and load- losses exceed the stipulated values
as per this Technical Specification
ii) if the temperature rise in oil and / or winding exceeds the value as per
this Technical Specification
iii) if impedance value differs from the guaranteed value including
tolerance as per this specification
iv) On Inspection and testing, if any of the technical data does not
comply to this specification, bid offer and approved drawings etc.
1.4 The offered rating transformer should have been tested for ‘Short Circuit
withstand capability test’ and ‘Impulse test’ in an NABL accredited Government
Laboratory as per relevant IS/IEC and the Type Test certificates in complete shape
shall be accompanied with the bid offer.
2 No. of Phases 3
4 Frequency 50 Hz (- 5% to +3%)
7 Rated voltage
12 Method of connection:
HV: Delta
LV: Star
(Tolerance +10%)
allowed)
withstand (KVP)
(KVrms)
a) HV winding Uniform
b) LV winding Uniform
26 Permissible Maximum
Temperature Rise over ambient
temperature of 500 C
a) HV 400 320
b) LV 280 140
28 Terminals :-
voltage (KV-rms)
34 Temperature Indicator
39 Clearances:-
Limbs
Coil
40 The difference of Ampere Turns at each location shall not be more than 5
% at all percentages of tappings
A metal enclosed, weather, vermin and dust proof marshalling box fitted with
required glands, locks, glass door, terminal Board, heater with switch,
illumination lamp with switch etc. shall be provided with each transformer to
accommodate temperature indicators, terminal blocks etc. It shall have
degree of protection of IP 55 or better as per IS: 2147.
2.2 PERFORMANCE
ii) The maximum flux density in any part of the core and yoke at rated MVA,
Voltage and frequency, shall be 1.5 Tesla (maximum).
2.4 MISCELLANEOUS
2.5 DELIVERY
The full quantity of the equipment shall be delivered as per the delivery
schedule appended to this specification.
2.6 SCHEDULES
The equipment shall be suitable for installation in supply systems of the following
characteristics.
33 kV 11 kV
1 Frequency 50 Hz (- 5% to 50 Hz (- 5% to
+3%) +3%)
Insulation levels
5 170 kV (peak) 95kV (peak)
(1.2/50 µ sec impulse
withstand voltage)
4.2 The equipment and materials covered by this specification shall conform to the
latest applicable provision of the following standards.
If the standard is not quoted for any item, it shall be presumed that the
latest version of Indian Standard shall be applicable to that item.
4.3 DRAWINGS
a) The contractor shall furnish, within fifteen days after issuing of Letter of
Award. Six copies each of the following drawings/documents
incorporating the transformer rating for approval.
Core:- Window Height, Leg Centre, Core diameter, Grade & thickness of
Core material, gross & net Core Cross-Sectional area, Watt loss per kg at
the quoted flux density, VA per kg at the quoted flux density.
ii) Foundation plan showing loading on each wheel land jacking points
with respect to Centre line of transformer.
iii) GA drawings details of bushing and terminal connectors.
4.4 Any approval given to the detailed drawings by the OPTCL shall not relieve the
contractor of the responsibility for correctness of the drawing and in the
manufacture of the equipment. The approval given by the OPTCL shall be
general with overall responsibility with contractor.
5.1 All material used shall be of best quality and of the class most suitable for
working under the conditions specified and shall withstand the variations of
temperature and atmospheric conditions without distortion or deterioration or
the setting up of undue stresses which may impair suitability of the various
parts for the work which they have to perform.
5.3 Pipes and pipe fittings, screws, studs, nuts and bolts used for external
Connections shall be as per the relevant standards. Steel bolts and nuts
exposed to atmosphere shall be galvanized.
5.4 Nuts, bolts and pins used inside the transformers and tap changer
compartments shall be provided with lock washer or locknuts.
5.5 Exposed parts shall not have pockets where water can collect.
5.6 Internal design of transformer shall ensure that air is not trapped in any
location.
5.7 Material in contact with oil shall be such as not to contribute to the formation
of acid in oil. Surface in contact with oil shall not be galvanized or cadmium
plated.
5.8 Labels, indelibly marked, shall be provided for all identifiable accessories like
Relays, switches current transformers etc. All label plates shall be of in
corrodible material.
5.9 All internal connections and fastenings shall be capable of operating under
overloads and over-excitation, allowed as per specified stands without injury.
5.12 Schematic Drawing of the wiring, including external cables shall be put under
the prospane sheet on the inside door of the transformer marshalling box.
5.13 Painting
5.13.1.1 All paints, when applied in normal full coat, shall be free from runs, sags,
wrinkles, patchiness, brush marks or other defects.
5.13.1.2 All primers shall be well marked into the surface, particularly in areas
where painting is evident, and the first priming coat shall be applied as
soon as possible after cleaning. The paint shall be applied by airless spray
according to the manufacturer’s recommendations. However, wherever
airless spray is not possible, conventional spray be used with prior
approval of OPTCL.
5.13.1.3 The supplier shall, prior to painting protect nameplates, lettering gauges,
sight glasses, light fittings and similar such items.
5.13.2.3 The pressure and Volume of the compressed air supply for the blast
cleaning shall meet the work requirements and shall be sufficiently free
from all water contamination prior to any painting.
5.13.2.4 Chipping, scraping and steel wire brushing using manual or power driven
tools cannot remove firmly adherent mill-scale and shall only be used where
blast cleaning is impractical.
As soon as all items have been cleaned and within four hours of the
subsequent drying, they shall be given suitable anticorrosion protection.
Followings are the type of paints that may be suitably used for the items to
be painted at shop and supply of matching paint to site:
5.13.5.1 Al painting shall be carried out in conformity with both specifications and
with the paint manufacture’s recommendations. All paints in any one
particular system. Whether shop or site applied, shall originate from one
paint manufacturer.
5.13.5.3 All prepared steel surfaces should be primed before visible re-rusting
occurs or within 4 hours whichever is sooner. Chemical treated steel
surfaces shall be primed as soon as the surface is dry and while the
surface is warm.
5.13.5.5 Paint applied to items that are not be painted, shall be removed at
supplier’s expense, leaving the surface clean, un-stained and undamaged.
5.13.6.1 Any damage occurring to any part of the painting scheme shall be made
good to the same standard of corrosion protection and appearance as that
originally employed.
a) The damaged area, together with an area extending 25mm around its
boundary, shall be cleaned down to bare metal.
5.13.6.3 The repainted surface shall present a smooth surface. This shall be
obtained by carefully chamfering the paint edges before & after priming.
5.13.7.2 Each coat of paint shall allowed to hardened before the next is applied as
per manufacture’s recommendations.
1. Liquid Paint
b) POLYURETHANE
6.1 Tank
6.1.1 The Transformer tank and cover shall be fabricated from high grade low carbon
plate steel of tested quality. The tank shall be of welded construction. The
transformer Tank shall be of rectangular Shape design(No elliptical shape
design is allowed).
6.1.2 Tank shall be designed to permit lifting by crane or jacks of the complete
transformer assembly filed with oil. Suitable lugs and bossed shall be provided
for this purpose.
6.1.3 All beams, flanges, lifting lugs, braces and permanent parts attached to the
tank shall be welded and where practicable, they shall be double welded.
6.1.4 The main tank body of the transformer, excluding tap changing compartments
and radiators ,shall be capable of withstanding pressure of 760mm of Hg. The
side Tank wall shall be of 8mm(minimum) for 5MVA & 8MVA . The bottom
and Top Plate of the Tank shall be of of 8mm thickness (minimum) for
3.15MVA,10mm(minimum) for 5MVA &12mm.(minimum) for 8MVA.
6.1.5 Inspection hole(s) with welded flange(s) and bolted cover(s) shall be provided on
the tank cover. The inspection hole(s) shall be of sufficient size to afford easy
access to the lower ends of the bushings, terminals etc.
6.1.6 Gaskets of nitrile rubber or equivalent shall be used to ensure perfect oil
tightness. All gaskets shall be closed design (without open ends) and shall be of
one piece only. Rubber gaskets used for flange type connections of the various oil
compartments, shall be laid in grooves or in groove-equivalent sections on bolt
sides of the gasket, throughout their total length. Care shall be taken to secure
uniformly distributed mechanical strength over the gaskets and retains
throughout the total length. Gaskets of neoprene and / or any kind of
impregnated / bonded core or cork only which can easily be damaged by over-
pressing are not acceptable. Use of hemp as gasket material is also not
acceptable.
6.1.7 Suitable guides shall be provided for positioning the various parts during
assemble or dismantling. Adequate space shall be provided between the cores
and windings and the bottom of the tank for collection of any sediment.
The transformer top shall be provided with a detachable tank cover with bolted
flanged gasket joint. Lifting lugs shall be provided for removing the cover. The
surface of the cover shall be suitable sloped so that it does not retain rain water.
6.3.1 The transformer tank shall be supported on steel structure with detachable plain
rollers completely filled with oil. Suitable channels for movement of roller with
transformer shall be space accordingly, rollers wheels shall be provided with
suitable rollers bearings, which will resist rust and corrosion and shall be
equipped with fittings for lubrication. It shall be possible to swivel the wheels in
two directions, at right angle to or parallel to the main axis of the transformers.
6.4 CORE
6.4.1 Stage inspection for core construction shall be carried out by the Purchaser
through OPTCL / DISCOM.
6.4.2 Each lamination shall be insulated such that it will not deteriorate due to
mechanical pressure and the action of hot transformer oil.
6.4.3 The core shall be constructed from high grade, non-aging Cold Rolled Grain
The core coils, if found suitable, are to be sealed with proper seals which shall
be opened in presence of the inspecting officers during core- cutting at the
manufacturer’s or it’s sub-vendor’s premises as per approved design drawing.
c) Packing list
d) Bill of lading
6.4.4 (B) For Transformer Manufacturer (TM), who has in-house core-cutting
facility, the packed core coils shall be verified at their works as per
followings along with witnessing of core- cutting.
6.4.4 ( C ) For those bidders, who have no in-house core-cutting facility, they should
mention the names of at least three sub-vendors to whom they intend to
assign their core-cutting. Such sub-vendors should have been approved by
other Electricity Board / Electrical Utilities and accredited by some
internationally recognized certification body like ISO- 9000 etc. to ensure
that a minimum quality parameters & tolerance are maintained. The
experience, the details of core-cutting facilities finishing & testing facilities
etc. as available which such sub-vendors should be clearly out-lined in the
bid
6.4.4 (D) On award of Contract the TM is to assign the core-cutting to such sub-
vendors for which approval is to be given by the OPTCL.
6.4.5 The laminations shall be free of all burrs and sharp projections. Each sheet
shall have an insulting coating resistant to the action of hot oil.
6.4.6 The insulation structure for the core to bolts and core to clamp plates, shall be
such as to withstand 2000 V DC voltage for one minute.
6.4.7 The completed core and coil shall be so assembled that the axis and the plane of
the outer surface of the core assemble shall not deviate from the vertical plane by
more than 25mm.
6.4.8 All steel sections used for supporting the core shall be thoroughly shot or sand
blasted, after cutting, drilling and welding.
6.4.9 The finally assembled core with all the clamping structures shall be free from
deformation and shall not vibrate during operation.
6.4.10 The core clamping structure shall be designed to minimize eddy current loss.
6.4.12 The core shall be carefully assembled and rigidly clamped to ensure adequate
mechanical strength.
6.4.13 Oil ducts shall be provided, where necessary, to ensure adequate cooling inside
the core. The welding structure and major insulation shall not obstruct the free
flow of oil through such ducts.
6.4.15 The construction is to be of boltless core type. The core shall be provided with
lugs suitable for lifting the complete core and coil assembly. The core and coil
assemble shall be so fixed in the tank that shifting will not occur during
transport or short circuits.
6.4.16 The temperature gradient between core & surrounding oil shall be maintained
less than 20 deg. Centigrade. The manufacturer shall demonstrate this either
through test ( procedure to be mutually agreed) or by calculation.
6.5.1 All internal metal parts of the transformer, with the exception of individual
laminations and their individual clamping plates shall be earthed.
6.5.2 The top clamping structure shall be connected to the tank by a copper strap.
The bottom clamping structure shall be earthed by one or more the following
methods:
6.5.3The magnetic circuit shall be connected to the clamping structure at one point
only and this shall be brought out of the top cover of the transformer tank
through a suitably rated insulator. A disconnecting link shall be provided on
transformer tank to facilitate disconnections from ground for IR measurement
purpose.
6.5.4Coil clamping rings of metal at earth potential shall be connected to the adjacent
core clamping structure on the same side as the main earth connections.
6.6 WINDING:-
6.6.2 All low voltage windings for use in the circular coil concentric winding shall be
wound on a performed insulating cylinder for mechanical protection of the
winding in handling and placing around the core.
6.6.3 Winding shall not contain sharp bends which might damage the insulation or
produce high dielectric stresses. No strip conductor wound on edge shall have
width exceeding six times the thickness.
6.6.4Materials used in the insulation and assembly of the windings shall be insoluble,
non catalytic and chemically inactive in the hot transformer oil and shall not
soften or the otherwise affected under the operating conditions.
6.6.5Varnish application on coil windings may be given only for mechanical protection
6.6.7 Permanent current carrying joints in the windings and leads shall be welded
or brazed. Clamping bolts for current carrying parts inside oil shall be made of oil
resistant material which shall not be affected by acidity in the oil steel bolts, if
used, shall be suitably treated.
6.6.8Terminals of all windings shall be brought out of the tank through bushings for
external connections.
6.6.8.1 The completed core and coil assemble shall be dried in vacuum at not
more than 0.5mm of mercury absolute pressure and shall be immediately impregnated
with oil after the drying process to ensure the elimination of air and moisture within
the insulation. Vacuum may be applied in either vacuum over or in the transformer
tank.
6.6.8.2 The winding shall be so designed that all coil assembles of identical
voltage ratings shall be interchangeable and field repairs to the winding can be made
readily without special equipment. The coils shall have high dielectric strength.
6.6.8.3 Coils shall be made of continuous smooth high grade electrolytic copper
conductor, shaped and braced to provide for expansion and contraction due to
temperature changes.
6.6.8.4 Adequate barriers shall be provided between coils and core and between
high and low voltage coil. End turn shall have additional protection against abnormal
line disturbances.
6.6.8.8 The current density adopted in all winding shall not exceed 2.4
A/mm2. The total net conductor area should be arrived after deducting the area ,lost
due to rounding off the sharp edges of the conductor , which is given below:-
6.6.8.9 The finally compressed shrunk height of both HV and LV windings should be
equal.
6.7.1 The insulating oil for the transformer shall be of EHV grade, generally
conforming
6.7.2 The quantity of oil required for the first filling of the transformer and its full
specification shall be stated in the bid. The bidder shall quote the price of
transformer complete with all fittings, accessories and new transformer oil
required for first filling plus 10% extra oil. The extra quantity of oil shall be
supplied in non-returnable drums along with the oil required for the radiator
banks.
6.7.3 The design and materials used in the construction of the transformer shall be
6.8 VALVES:-
i) Valves shall be of forged carbon steel upto 50mm size and of gun mental
or of cast iron bodies with gun metal fittings for sizes above 50mm. They
shall be of full way type with screwed ends and shall be opened by turning
counter clockwise when facing the hand wheel. There shall be no oil leakage
when the valves are in closed position.
ii) Each valve shall be provided with an indicator to show the open and
closed positions and shall be provided with facility for padlocking in either
open or closed position. All screwed valves shall be furnished with pipe
plugs for protection. Padlocks with duplicate keys shall be supplied along
with the valves.
i) All valves except screwed valves shall be provided with flanges having
machined faced drilled to suit the applicable requirements, Oil tight
blanking plates shall be provided for each connection for use when any
radiator is detached and for all valves opening to atmosphere. If any special
radiator valve tools are required the contractor shall supply the same.
ii) Each transformer shall be provided with following valves on the tank:
6.9 ACCESSORIES:-
6.9.1 Bushing
ii) Bushing shall be designed and tested to comply with the applicable
standards.
iii) Bushing rated for 400A and above shall have non-ferrous flanges and
hardware.
ii) Fittings made of steel or malleable iron shall be galvanized
v) All applicable routine and type tests certificates of the bushings shall be
furnished for approval.
i) Bushing shall be supplied with bi-metallic terminal connector/ clamp/
washers suitable for fixing to bush terminal and the OPTCL’s specified
conductors. The connector/clamp shall be rated to carry the bushing rated
current without exceeding a temperature rise of 500 C over an ambient of
500C. The connector/clamp shall be designed to be corona free at the
maximum rated line to ground voltage.
c) The conservator shall be fitted with magnetic oil level gauge with low
level electrically insulated alarm contact.
d) The silica gel breather shall have minimum quantity of silica gel as1kg for
every 3500Ltrs. of oil in the Tank. The container for the dehydring agent shall
be of transparent plastic of best quality,to be approved by OPTCL.
The pressure relief device provided shall be of sufficient size for rapid release
of any pressure that may be generated in the tank and which may result in
damage of the equipment. The device shall operate at a static pressure of
less than the hydraulic test pressure of transformer tank. It shall be
mounted direct on the tank. A pair of electrically insulated contract shall be
provided for alarm and tripping.
A double float type Buchholz relay shall be provided., Any gas evolved in the
transformer shall collect in this relay. The relay shall be provided with a test
cock suitable for a flexible pipe connection for checking its operation. A
copper tube shall be connected from the gas collector to a valve located
about 1200 mm above ground level to facilitate sampling with the
transformer in service. The device shall be provided with two electrically
independent potential free contracts, one for alarm on gas accumulation and
the other for tripping on sudden rise of pressure.
A device for measuring the hot spot temperature of the winding shall be
provided. It shall comprise the following.
i) Image Coil.
ii) Mercury contacts.
iii) Auxiliary CTS, If required to match the image coil, shall be furnished and
mounted in the local control panel.
iv) 150mm dial local indicating instrument with maximum reading pointer
mounted in local panel and with adjustable electrically independent
ungrounded contacts, besides that required for control of cooling equipment,
one for high winding temperature alarm and on for trip.
v) Calibration device.
6.9.3.1 :-
i) Breather is mounted not more than 1400 mm above rail top level.
i) Sheet steel, weather, vermin and dust proof marshalling box fitted with
required glands, locks, glass door, terminal Board, heater with switch,
illumination lamp with switch, watertight hinged and padlocked door of a
suitable construction shall be provided with each transformer to
accommodate temperature indicators, terminal blocks etc. The box shall
have slopping roof and the interior and exterior painting shall be in
accordance with the specification. Padlock along with duplicate keys shall be
supplied for marshalling box. The degree of protection shall be IP-55 or
better.
ii) The schematic diagram of the circuitry inside the marshalling box be
prepared and fixed inside the door under a suitable sheet.
a) Temperature indicators.
b) Space for accommodating Control & Protection equipment in future for the
cooling fan (for ONAF type cooling, may be provided in future).
c) Terminal blocks and gland plates for incoming and outgoing cables.
All the above equipment except c) shall be mounted on panels and back of
panel wiring shall be used for inter-connection. The temperature indicators
shall be so mounted that the dials are not more than 1600 mm from the
ground level and the door (s) of the compartment(s) shall be provided with
glazed window of adequate size. The transformer shall be erected on a plinth
which shall be 2.5 feet above ground level.
iv) All incoming cables shall enter the kiosk from the bottom and the gland
plate shall not be less than 450 mm from the base of the box. The gland
plate and associated compartment shall be sealed in suitable manner to
prevent the ingress of moisture from the cable trench.
iii)The control connection, wiring etc. shall be as per Clause 3.15 of this
6.11 TAPCHANGER
Facilities for electrical raise and lower operation (Control switch or push
button) as well as mechanical operation shall be provided as the tap-change
mechanism box. An interlock shall be provided which shall interrupt the
electric supply to the drive motor when the manual mechanical operating
device is engaged. The motor drive control shall be such that on initiation of a
tap-change operation by means of a control switch or push-button the tap-
changer shall complete its movement form one service position to an adjacent
one irrespective of whether or not the control switch or push button has been
operated continuously during the running time or motor drive. Another
operation shall only be possible when the previous operation has been
completed, the control switch or push button has been released and the
control system is again in the rest position.
An under and over voltage monitoring relay fed with line voltage from the
owner’s voltage transformers on the low voltage side of the transformer and
capable of being set in a continuously variable range from 90% to 115%
normal voltage (110V) shall be used to give visual and audible signals at the
remote tap change control panel if the LV voltage lies above or below preset
values.
The control scheme shall be capable of extension to cater for the total number
of transformers to be installed in any future development of the substation.
The control mode selected shall be indicated on the front of the control
cabinet.
The tap changer mechanism box shall be outdoor, weatherproof type, dust,
vermin and damp proof with a degree of protection of IP54 of IEC 529 or IS
13947 equivalent.
The indoor panel suitable for installation in the owner’s control room
mentioned above shall contain.
Buchholz alarm
Buchholz trip
Indicating lamps shall be panel mounted type with rear terminal connections.
Lamps shall be provided with series connected resistors preferably built
within the lamp assembly. Lamps shall have screwed translucent lamp covers
to diffuse light and shall be continuously rated for 120 percent of the 24 volt
DC supply from a power pack having desired capacity. The ‘DC supply failure’
lamp shall operate from the AC supply and be rated for 230 Volt AC. The
wattage of the lamps shall be not more than five watts. Bulbs and lenses shall
be interchangeable and easily replaceable from the font of the panel.
The Annunciation scheme with facia windows and alarm bells shall work as
follows.
Any new annunciation operating after the operation of the ‘sound cancel’ shall
cause audible and visual alarm even if the process of acknowledging the
previous alarm is going on or has yet to be carried out. Resetting facilities for
the flasher and audible alarm circuits of the annunciator shall be provided,
and provision shall be made for switching off the entire annunciation system.
Two spare windows shall be provided.
The control and relay panel shall be metal clad, dust, moisture, rodent and
vermin proof with degree of protection not less than IP 41 specified in IEC :
529/ IS : 13947. Panels shall have folded construction and be of unit type.
Each panel shall be a free standing structure, independent floor mounting
type and shall be manufactured from cold rolled sheet steel of thickness not
less than 2.5 mm. There shall be sufficient reinforcement to provide level
surfaces, resistance to vibration and rigidity during transportation,
installation and service. The panel shall be painted as specified in the clause
on “painting” in the specification.
Design, material selection and workmanship shall be such as to result in neat
appearance inside and outside with no welds, rivets or bolt ends apparent
from outside, with all exterior surfaces even and smooth. The equipment on
the front of the panel shall be matched to give neat uniform appearance.
All doors and removable covers shall be gasketted all round with neoprene
bonded gaskets, Ventilating louvers shall be provided with screens and filters.
The screen shall be made of non corroding metal like brass or galvanized iron
wire mesh.
The transformer tap change control panel shall be supplied with all necessary
internal wiring, terminal blocks, relays and alarms to provide the above listed
alarm and trip functions.
Panel wiring shall be suitably bunched and clamped for neat appearance. The
conductors used for wiring purpose shall be PVC insulated 650 Volt grade
semi-flexible heat resistant, flame retardant and vermin proof electrolytic
copper cable conforming to IEC : 227 or IS : 1554. The wiring shall be
securely supported and taken through PVC troughs. All panel wiring shall be
capable of withstanding a voltage of 2 KV AC 50 Hz for one minute.
Terminal blocks of brass studs rated for 10 amps continuous current, 650
volt DC grade covered by moulded insulating materials with adequate
electrical clearance shall be provided for terminating the panel wiring and
outgoing connections. The termination shall be made by crimping lugs or bare
conductor with insulating sleeves at the ends. The arrangement can be
horizontal or vertical as per standard practice adopted by the manufacturer.
All terminals must be numbered and wire terminations provided with
numbered ferrules for identification. All numbering and marking including
those in wiring diagrams shall follow the guidelines provided in IS : 11353.
Ten percent spare terminals shall be provided.
ii The Transformer with off-load tap changing gear shall have taps
ranging from +5% to -15% in 8 equal steps of 2.5% each on HV
winding for voltage variation
i) Conservator with isolating valves, oil filling hole with cap and drain valve. The
conservator vessel shall be filled with constant oil pressure diaphragm oil
sealing system.
ii) Magnetic type oil level gauge (150 mm dia) with low oil level alarm contacts.
iv) Silica gel breather with oil seal and connecting pipe complete with first fill of
activated silica gel or Alumina mounted at a level of 1300 mm above ground
level.
v) A double float type Buchholz relay with isolating valve. Bleeding pipe and a
testing cock, the test cock shall be suitable for a flexible (pipe connection for
checking its operation). A 5mm dia. Copper pipe shall be connected from the
relay test cock to a valve located at a suitable height above ground level to
facilitate sampling of gas with the transformer in service. Interconnection
between gas collection box and relay shall also be provided. The device shall
be provided with two electrically independent ungrounded contacts, one for
alarm on gas accumulation and the other for tripping on sudden oil surge.
These contacts shall be wired upto transformer marshalling box. The relay
shall be provided with shut off valve on the conservator side as well as on the
tank side.
v
i)
Pressure relief devices (including pressure relief valve) and necessary air
equalizer connection between this and the conservator with necessary alarm
and trip contacts.
vi
i)
Air release plugs in the top cover.
vii
i)
Inspection cover, access holes with bolted covers for access to inner ends of
bushing etc.
i
x)
Winding temperature (hot spot) indicating device for local mounting complete
in all respects. Winding temperature indicator shall have three set of contacts
to operate at different settings :
x)
Dial thermometer with pocket for oil temperature indicator with one set of
alarm and one set of trip contacts and maximum reading pointer.
x
i)
Lifting eyes or lugs for the top cover, core and coils and for the complete
transformer.
xi
i)
Jacking pads
xii
i)
Haulage lugs.
xiv
)
Protected type mercury / alcohol in glass thermometer and a pocket to house
the same.
xv
)
Top and bottom filter valves on diagonally opposite ends with pad locking
arrangement on both valves.
xvi
)
Top and bottom sampling valves.
xvii
)
Drain valve with pad locking arrangement
xviii
)
Rating and connection diagram plate.
xix Two numbers tank earthing terminals with associated nuts and bolts for
) connections to Owner’s grounding strip.
x
x)
Bi-directional flagged rollers with locking and bolting device.
xx
i)
Marshalling Box (MB)
xxii
)
Shut off valve on both sides of flexible pipe connections between radiator bank
and transformer tank.
xxiii
)
Cooling Accessories :
xxiv
)
Terminal marking plates for Current Transformer and Main Transformer
xxvii
)
Oil Temperature indicator
Note (i) The fittings listed above are indicative and any other fittings which are
: generally required for satisfactory operation of the transformer are
deemed to be included in the quoted price of the transformer.
(ii) The contacts of various devices required for alarm and trip shall be
potential free and shall be adequately rated for continuous, making and
breaking current duties as specified.
i) Conservator with isolating valves, oil filling hole with cap and drain valve.
The conservator vessel shall be filled with constant oil pressure diaphragm
oil sealing system.
ii) Magnetic type oil level gauge (150 mm dia) with low oil level alarm
contacts.
iv) Silica gel breather with oil seal and connecting pipe complete with first fill
of activated silica
gel or Alumina mounted at a level of 1300 mm above ground level.
v) A double float type Buchholz relay with isolating valve. Bleeding pipe and a
testing cock, the test cock shall be suitable for a flexible (pipe connection
for checking its operation). A 5mm dia. Copper pipe shall be connected from
the relay test cock to a valve located at a suitable height above ground level
to facilitate sampling of gas with the transformer in service. Interconnection
between gas collection box and relay shall also be provided. The device shall
be provided with two electrically independent ungrounded contacts, one for
alarm on gas accumulation and the other for tripping on sudden oil surge.
These contacts shall be wired upto transformer marshalling box. The relay
shall be provided with shut off valve on the conservator side as well as on
the tank side.
vi) Pressure relief devices (including pressure relief valve) and necessary air
equalizer connection between this and the conservator with necessary alarm
and trip contacts.
viii) Inspection cover, access holes with bolted covers for access to inner ends of
bushing etc.
ix) Winding temperature (hot spot) indicating device for local mounting
complete in all respects. Winding temperature indicator shall have two set of
contacts to operate at different settings :
x) Dial thermometer with pocket for oil temperature indicator with one set of
alarm and one set of trip contacts and maximum reading pointer.
xi) Lifting eyes or lugs for the top cover, core and coils and for the complete
transformer.
xiv) Protected type mercury / alcohol in glass thermometer and a pocket to house
the same.
xv) Top and bottom filter valves on diagonally opposite ends with pad locking
arrangement on both valves.
xix ) Two numbers tank earthing terminals with associated nuts and bolts for
connections to grounding strip of the S/s.
xxii) Shut off valve on both sides of flexible pipe connections between radiator
bank and transformer tank.
xxiii) Cooling Accessories:
- Lifting lugs.
b) Air release device and oil drain plug on oil pipe connectors :
xxiv) Terminal marking plates for Current Transformer and Main Transformer
xxv) On-Load Tap Changing Gear with all necessary equipment and control
mechanism for both local and remote operation
Note : (i) The fittings listed above are indicative and any other fittings which are
generally required
(ii) The contacts of various devices required for alarm and trip shall be
potential free and shall be adequately rated for continuous, making and
breaking current duties as specified.
ii) All wiring connections, terminal boards, fuses MCB’s and links shall be
suitable for tropical atmosphere. Any wiring liable to be in contact with oil
shall have oil resisting insulation and the bare ends of stranded wire shall
be sweated together to prevent seepage of oil along the wire.
iii) Panel connections shall be neatly and squarely fixed to the panel. All
instruments and panel wiring shall be run in PVC or non-rusting metal
cleats of the compression type. All wiring to a panel shall be taken from
suitable terminal boards.
iv) Where conduits are used, the runs shall be laid with suitable falls, and the
lowest parts of the run shall be external to the boxes. All conduit runs shall
be adequately drained and ventilated. Conduits shall not be run at or below
ground level.
v) When 400 volt connections are taken through junction boxes or marshalling
boxes, they shall be adequately screened and 400 volts Danger Notice must
be affixed to the outside of the junction boxes or marshalling box. Proper
colour code for Red, Yellow, Blue wires shall be followed.
vi) All box wiring shall be in accordance with relevant ISS. All wiring shall be of
stranded copper (48 strands ) of 1100 Volt grade and size not less than 2.5
sq.mm
vii) All wires on panels and all multi-core cables shall have ferrules, for easy
identifications, which bear the same number at both ends, as indicated in
the relevant drawing.
viii) At those points of interconnection between the wiring carried out by separate
contractors, where a change of number cannot be avoided double ferrules
shall be provided on each wire. The change of numbering shall be shown on
the appropriate diagram of the equipment.
ix) The same ferrule number shall not be used on wires in different circuits on the
same panels.
xi) Stranded wires shall be terminated with tinned Ross Courtney terminals,
claw washers or crimped tubular lugs. Separate washers shall be suited to
the size of the wire terminated. Wiring shall, in general, be accommodated
on the sides of the box and the wires for each circuit shall be separately
grouped. Back of panel wiring shall be arranged so that access to the
connecting items of relays and other apparatus is not impeded.
xii) All circuits, in which the voltage exceeds 125 volts, shall be kept physically
separated from the remaining wiring. The function of each circuit shall be
marked on the associated terminal
boards.
xiii) Where apparatus is mounted on panels, all metal cases shall be separately
earthed by means of stranded (48 No.) copper wire of strip having a cross
section of not less than 2 sq. mm where strip is used, the joints shall be
sweated. The copper wire shall have green colour insulation for earth
connections.
xiv) All wiring diagram for control and relay panel shall preferably be drawn as
viewed from the back and shall show the terminal boards arranged as in
services.
xv) Terminal block rows should be spaced adequately not less than 100 mm
apart to permit convenient access to external cables and terminations.
xvi) Terminal blocks shall be placed with respect to the cable gland ( at a
minimum distance of 200 mm) as to permit satisfactory arrangement of
multicore cable tails .
xvii) Terminal blocks shall have pairs of terminals for incoming and outgoing
wires. Insulating barriers shall be provided between adjacent connections.
The height of the barriers and the spacing between terminals shall be such
as to give adequate protection while allowing easy access to terminals. The
terminals shall be adequately protected with insulating dust proof covers.
No live metal shall be exposed at the back of the terminal boards. CT
terminals shall have shorting facilities. The terminals for CTs should have
provision to insert banana plugs and with isolating links.
xviii) All interconnecting wiring, as per the final approved scheme between
accessories of transformer and marshalling box is included in the scope of
this specification and shall be done by the Transformer supplier.
xix) The schematic diagram shall be drawn and fixed under a transparent
prospane sheet on the inner side of the marshalling box cover.
xxi) Suitable MV, CFL light shall be provided in the Marshalling Box for
lightning purpose.
(ii) The contractor shall carry out type tests and routine tests on the
transformers. Only one no of transformer of each rating will be subjected to
type tests as per relevant IEC/IS in CPRI presence of authorized Engineer(s)
of OPTCL. The charges for conducting each of type tests shall be
included in the bid price and no separate type test charges shall be paid.
Type test report of same voltage class, same ratio (33/11kV) & rating (5MVA
or higher) duly signed by the bidder is required to be scanned & upload along
with the bid. However, designed transformer as per tender specification
parameters to be made by the contractor at his cost. Type test to be done
design wise.
(iii) The pre-shipment checks shall also be carried out by the contractor.
(v) Certified test report and oscillograms shall be furnished to the OPTCL for
evaluation as per the schedule of distribution of documents. The Contractor
shall also evaluate the test results and rectify the defects in the equipment
based on his and the OPTCL’s evaluations of the tests without any extra
charges to OPTCL. Manufacturer’s Test Certificates in respect of all
associated auxiliary and ancillary equipment shall be furnished.
(vi) The bidder shall state in his proposal the testing facilities available at his
works. In case full testing facilities are not available, the bidder shall state
the method proposed to be adopted so as to ascertain the transformer
characteristics corresponding to full capacity.
(vii) OPTCL at its discretion may use its power analyser or the power analyser of
authorized testing agency for determination of no load loss, no load current,
load loss and % Impedance at the works of the manufacturer and the
concerned stores/Testing Laboratory of OPTCL/Any other Government
approved laboratory.
8.0 INSPECTION
ii) Core
iv) Winding
viii) Oil
All standard tests in accordance with IS: 335 shall be carried out on
Transformer oil sample before filling in the transformer.
The contractor shall submit the test reports for all bought out / sub
contracted items for approval.
a) Buchholz relay
a) Sudden pressure rise relay on Main Tank
b) Winding temperature indicators (for TX capacity 5 MVA )
c) Oil temperature indicators
d) Bushings
e) Bushing current transformers in neutral (If Provided)
f) Marshalling box
g) Tap changer
h) Any other item required to complete the works.
i) Porcelain, bushings, bushing current transformers, wherever provided,
winding coolers, control devices, insulating oil and other associated
equipment shall be tested by the contractor in accordance with relevant
IS . If such requirement is purchased by the contractor on a sub-
contract, he shall have them tested to comply with these requirements.
i) All standards routine tests in accordance IS: 2026 with dielectric tests
corresponding as per latest amendments to IS: 2026 shall be carried out.
ii) All auxiliary equipment shall be tested as per the relevant IS. Test
certificates shall be submitted for bought out items.
iii) High voltage withstand test shall be performed on auxiliary equipment and
wiring after complete assembly.
iv) Following additional routine tests shall also be carried out on each
transformer:
(1) Tan delta measurement and capacitance of each winding to earth (with all
other windings earthed) & between all windings connected together to earth.
(7) Lightning impulse withstand test for line and neutral terminal.
(8) Measurement of acoustic noise level.
8.3 STAGE INSPECTION:-
The supplier shall offer the core, windings and tank of each transformer for
inspection by OPTCL representative(s). During stage Inspection, all the
measurements like diameter, window height, leg Centre, stack width, stack
thickness, thickness of laminations etc. for core assembly, conductor size,
Insulation thickness, I.D., O.D, winding height, major and minor insulations
for both H.V and L.V windings, length, breadth, height and thickness of
plates of Transformer tank, the quality of fittings and accessories will be
taken / determined. The supplier can offer for final inspection of the
transformers subject to clearance of the stage Inspection report by the
OPTCL. No. of turns is to be determined by wrapping known No. of turns
across LV winding and determining the turns ratio by ratio meter.
Transformer routine tests shall include tests stated in latest issue of IS:
2026 (Part –1). These tests shall also include but shall not be limited to the
following :
(ii) Voltage ratio on each tapping and check of voltage vector relationship.
(iv) Magnetic circuit test as per relevant ISS or CBIP manual or latest standard being
followed.
(vi) No load losses and no load current at rated voltage and rated frequency, also at
25% to 121 % of rated voltage in steps.
(vii) Absorption index i.e insulation resistance for 15 seconds and 60 seconds ( R
60/ R 15 ) and polarization index i.e Insulation Resistance for 10 minutes and
one minute (R 10 mt / R 1 mt).
(x) Tan delta measurement and capacitance of each winding to earth (with all other
windings earthed) & between all windings connected together to earth.
(xi) Tests on On- Load tap changer ( fully assembled on transformer ) as per IEC :
214/ 1976 and BS: 4571/ 1970.
(xii) Auxiliary circuit tests
( x v i ) Leakage test.
Six (6) set of certified test reports and oscillographs shall be submitted for
evaluation prior to dispatch of the equipment. The contractor shall also
evaluate the test results and shall correct any defect indicated by his and
OPTCL’s evaluation of the tests without charge to the OPTCL.
The tank and oil filled compartments shall be tested for oil tightness
completely filled with air or oil of viscosity not greater than that of insulating
oil conforming to IS : 335 at the ambient temperature and applying a
pressure equal to the normal pressure plus 35 KN/ m2 measured at the
base of the tank. The pressure shall be maintained for a period of not less
than 12 hours of oil and one hour for air and during that time no leak shall
occur.
b) Pressure Test
Where required by the OPTCL, one transformer tank of each size together
with its radiator, conservator vessel and other fittings shall be subjected to a
pressure corresponding to twice the normal head of oil or to the normal
pressure plus 35 KN / m2 whichever is lower, measured at the base of the
tank and maintained for one hour.
c) Vacuum Test
ii) Check for proper provision of bracing to arrest the movement of core and
winding assembly inside the tank.
The Engineer authorized from OPTCL along with the contractor’s site
engineer shall carry out detailed inspection covering areas right from the
receipt of material up to commissioning stage. An indicative program of
inspection as envisaged by the Engineer is given below.
8.2.8Installation Checks
iii) Test on oil samples taken from main tank top and bottom and cooling
system. Samples should be taken only after the oil has been allowed to
settle for 24 hours.
iv) Check the whole assembly for tightness, general appearance etc.
9.0 PERFORMANCE
Certified test report and oscillograms shall be furnished to the OPTCL for
evaluation as per the schedule of distribution of documents. The Contractor
shall also evaluate the test results and rectify the defects in the equipment
based on his and the OPTCL’s evaluations of the tests without any extra
charges to the OPTCL. Manufacturer’s Test Certificates in respect of all
associated auxiliary and ancillary equipment shall be furnished.
The bidder shall state in his proposal the testing facilities available at his
works. In case full testing facilities are not available, the bidder shall sate the
method proposed to be adopted so as to ascertain the transformer
characteristics corresponding to full capacity testing.
10.0 LOSSES:-
In case the manufacturer goes out of production of spare parts, then he shall
make available the drawings of spare parts and specification of materials at
no extra cost to the OPTCL to fabricate or procure spare parts from other
sources.
The suppliers shall provide the following mandatory spare s for each of
Transformer supplied
Eight sets of the instruction manuals shall be supplied at least four (4) weeks
before the actual dispatch of equipment. The manuals shall be in bound
volumes and shall contain all the drawings and information required for
erection, operation and maintenance of the transformer. The manuals shall
include amongst other, the following particular:
a) Detailed O&M instructions with periodical check lists and Performa etc.
All the necessary tools and tackles required for normal operation &
maintenance of the transformers shall be supplied by the supplier.
13.2 COMMISSIONING:-
The equipment shall be commissioned as per CBIP manual, IS: 10028 and
manufacturer’s recommendations. All the related drawings and manuals shall
be pre-requisite for release of final payment.
14.0 Technical Data Requirement - The Technical Data Schedule for 5MVA & 8
MVA, 33/11kV Power Transformers shall be furnished as per the format
attached..
(GTP, 5MVA & 8 MVA,33/11kV Power Transformers)
Sl.
Description Bidder's offer
No.
1. Name and address of the Manufacturer
a) Transformer
b) HV & LV Bushings
c) Bimetallic connectors
d) Transformer Oil
e) On load tap changer
f) Instruments
g) Neutral Bushing CTs
2. Service ( Indoor / Outdoor )
3. Normal continuous rating in KVA under site conditions at all taps :
a) HV winding (KVA)
b) LV winding (KVA)
4. Rated Voltage
a) HV winding (KV )
b) LV winding (KV)
5. Rated frequency (Hz)
6. No. of phases
7. Type of transformer
8. Connections
a) HV winding
b) LV winding
9. Connections symbols
HV – LV
10. Tappings
a) Range
b) Number of steps
c) Position of tapping on HT winding for high voltage variation
11. Reference ambient temperatures
a) Maximum ambient air temperature (0C)
b) Maximum daily average ambient temperature (0C)
c) Minimum ambient air temperature (0C)
d) Maximum yearly weighted average ambient temperature ( 0C)
12. Maximum temperature rise over ambient temperature
a) Top oil by thermometer (0C)
b) HV & LV windings by resistance measurement (0C)
Sl.
Description Bidder's offer
No.
c) Hot Spot Temperature rise of windings(º C)
d) Limit for hot spot temperature for which the transformer is designed (º C)
Sl.
Description Bidder's offer
No.
d) Whether Diverter switch provided with gas vent and buchholz relay (Yes /
No )
e) Whether a separate oil surge relay with trip contacts provided (Yes / No)