Sei sulla pagina 1di 95

THE BRIHAN-MUMBAI ELECTRIC SUPPLY & TRANSPORT UNDERTAKING

(OF THE BRIHAN MUMBAI MAHANAGARPALIKA)

TENDER DOCUMENT DETAILS

TENDER NO. : DMM(SB)/09/TCU/35495/2017-18/ADVT.

DUE DATE & TIME OF OPENING :

BID END : DUE DATE : 07.11.2017 TIME : AT 23.59 Hrs.

TECHNICAL BID : DUE DATE : 08.11.2017 TIME : AT 09.00 Hrs.

PRICE BID : DUE DATE : 30.11.2017 TIME : AT 09.00 Hrs.

DESCRIPTION : Supply of 11kV, 350 MVA, Indoor, Vacuum Circuit Breakers Switchgears
Sets as per Undertaking’s Specifications.

TENDER QUANTITY ITEM L. F. DESCRIPTION QUANTITY

1 1040258 11kV, 350 MVA Switchboard Panels 11 Sets


comprising 9 Nos. of Switchgears
with Vacuum Circuit Breaker as shown
in attached Single Line Diagram
SK/PRO(2009)75 and SK/PRO(2009)76
along with spares & Accessories.

2 1040259 11kV, 350 MVA Switchboard Panels 2 Sets


comprising 10 Nos. of Switchgears
with Vacuum Circuit Breaker as shown
in attached Single Line Diagram
SK/PRO(2013)08 along with spares &
Accessories.

TENDER FEE : ` 10,000.00 (Inclusive of GST)

EMD : ` 5.00 Lakhs


INDEX
SCHEDULE PARTICULARS PAGE NO.
I INSTRUCTIONS TO TENDERERS 1-3
II MANDATORY TECHNO-COMMERCIAL ELIGIBILITY CRITERIA 4-5
III CONDITIONS OF TENDER 6-10
IV CONDITIONS OF SUPPLY 11-15
V EVALUATION OF OFFERS AND MATCHING OF GROSS RATES 16
VI TENDER QUANTITY & TENDER EVALUATION CRITERIA 17
VII TECHNICAL SPECIFICATIONS: 18
SECTION-1 GENERAL 19-20
SECTION-2 DESCRIPTION OF THE POWER SYSTEM 21-22
SECTION-3 PREVAILING SERVICE CONDITIONS 23
SECTION-4 REQUIREMENTS 24-26
SECTION-5 DETAILS OF EQUIPMENTS ITEM NO.1 26-31
SECTION-6 SPECIFICATIONS 32-44
APPENDIX-I NUMERICAL RELAYS 45-49
APPENDIX-II DIGITAL INPUT & OUTPUT OF RELAY 50-51
APPENDIX-III LAPTOP COMPUTER 52
SECTION-7 DISPATCH INSTRUCTIONS 53-55
SECTION-8 DIVISION OF ENGINEERING RESPONSIBILITY 55
SECTION-9 SCHEDULE OF TESTS – 56
TESTS ON CIRCUIT BREAKERS
VIII PRICES, DELIVERY, TENDER VALIDITY & CONTRACT VALIDITY 57-58
IX TERMS OF PAYMENT 59
EXHIBITS:
ANNEXURE- A1, SCHEDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL 60-75
A2,A3,A4,A5 & A6 PARTICULARS
ANNEXURE-B DELIVERY OFFERED BY THE TENDERER 76
ANNEXURE-C SCHEDULE OF DEPARTURES FROM TECHNICAL SPECIFICATIONS 77
ANNEXURE-D CERTIFICATION OF ANNUAL SALES TURNOVER BY 78
THE CHARTERED ACCOUNTANTS
ANNEXURE-E PROFORMA FOR FURNISHING INFORMATION BY THE 79-80
MANUFACTURING UNIT
ANNEXURE-F SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE FORM 81-86
DRAWING 1) SK/PRO(2004)37 87
2) SK/PRO(2009)78 SHEET-1 88
3) SK/PRO(2009)78 SHEET-2 89
4) SK/PRO(2009)75 90
5) SK/PRO(2009)76 91
6) SK/PRO(2013)08 SHEET-1 92
7) SK/PRO(2013)08 SHEET-2 93
-1-

SCHEDULE-I
INSTRUCTIONS TO TENDERERS

1. The e-tender called herein on our website www.bestetender.com is for the supply of
11kV, 350 MVA, Indoor VCB Switchgear Sets alongwith Spares & Accessories
as per Undertaking’s Specifications & Drawings, to the entire satisfaction of the General
Manager, the B.E.S. & T. Undertaking, Mumbai, in accordance with the Undertaking’s
Specification No.1250017 and requirements accompanying these instructions.

2. This Two Part Bid e-Tender shall be submitted as under:

2.1 Pre-qualification Criteria:


The tenderers shall fill in the price bid as well as the questionnaire displayed on the
website under the heading Pre-qualification Criteria. Some fields in this questionnaire
are mandatory. The offers of the tenderers who do not fill in this questionnaire as per
the tender requirements or do not upload the requisite documents wherever mandatory
shall not be considered. Further, wherever required, the tenderers shall upload the
necessary documents in pdf/jpeg format only.
ALL THIS EXERCISE OF ANSWERING AND UPLOADING THE QUESTIONNAIRE OF PRE-
QUALIFICATION CRITERIA AND OTHER RELATED DOCUMENTS, PRICE BIDS, ETC.
SHALL BE CARRIED OUT BY THE TENDERERS WELL IN TIME ON OR BEFORE THE BID
ENDING DATE. TENDERERS ARE REQUESTED TO GO THROUGH THE USER GUIDE &
FAQs AVAIALABLE ON THE E-TENDER WEBSITE. LAST MINUTE REQUESTS FOR
POSTPONEMENT OF TENDER SHALL NOT BE GRANTED.

Evaluation of the offers:


2.2
The Techno-commercial bids of all tenderers shall be opened on the next day of bid end
date i.e. Bid Opening date at 9.00 Hrs. The Techno-commercial suitability of the offers
received shall be decided on the basis of answers/data/documents furnished by the
tenderers against the Pre-Qualification Criteria Questionnaire. The price bids of only such
tenderers shall be opened whose Techno-Commercial bids have been found suitable.

The price bids of all successful tenderers i.e. those tenderers whose Techno-Commercial bids
2.2.1
have been found technically suitable shall be opened on price bid opening date at 09.00 Hrs.
The successful tenderers shall be able to view the Comparative Statement of quoted rates
alongwith taxes, other charges, etc. The price bids of unsuccessful tenderers shall not be
opened. However, unsuccessful tenderers shall be able to view the reasons for their non-
eligibility.
-2-
The Bid Closing date, Bid-opening date, (i.e. Price bid opening date) etc. shall be as
2.2.2
displayed on the e-tender website of this tender. The tenderers shall submit their offers
only in ‘e-mode’ (i.e. soft mode) well in time, on or before the said displayed Bid Closing
date. No correspondence connected with the tender, shall be accepted in hard copy
format.

Tenderers are also requested to refer the Mandatory Techno-Commercial Eligibility Criteria
2.2.3
for the tenderers as shown in Schedule-II and Evaluation of Offers and Matching of Gross
Rates applicable to this tender as shown in Schedule-V.
3. The tenderer shall upload Schedule of Guaranteed Performance & Other Technical
Particulars of their offered product in the prescribed format, incorporated in the tender
document i.e. Annexure-A. This Annexure shall be scanned with 150 dpi (dots per inch)
resolutions in Greyscale i.e. black & white in pdf/jpeg format for uploading. No
correspondence connected with the tender, shall be accepted in hard copy format.
The tender shall be uploaded complete in all respects and must be accompanied by
4.
descriptive and technical particulars, drawings and other data wherever required as per
the Pre-Qualification Criteria.
Any technical literature/other information connected with the tender, which the tenderers
submit alongwith the tender shall be uploaded in soft form only. In any case such
literature/information shall not be accepted in hard copy format. Sufficient memory
space has been provided in Pre-Qualification Criteria questionnaire wherein Tenderers
may upload the required information especially in respect of the following:
a) List of past supplies (supplies to other organization/utilities, etc.)
b) List of machineries
c) Details of testing equipments
d) Quality control measures
e) Detailed cross sectional drawing
f) Details of local representative, if any
g) Details of manufacturing unit
h) Any other particulars/information/literature regarding the product offered which
the tenderer may wish to furnish
5. The tenderer shall have to match their gross rates of each item with that of respective
items of LAO (i.e. Lowest Acceptable Offer) within 3 working days from the date of
opening of Price-Bid.

6. The tender evaluation shall be done on the basis of gross rates of item. The new firm
will be recommended for trial quantity as per the Undertaking's procurement guidelines
and balance quantity will be allocated to regular suppliers based on the price
differential of quoted rate. However, offer of the tenderers will be considered for
quantity allocation only if they match their gross rates of each item with that of
respective items of LAO, as mentioned at Sr.No.6 above.

7. Tenderers are requested to go through the important information available on our website
'User Guide' & 'FAQ', to enable them to fill and upload the tender documents properly.

8. The tenderers shall accept the Undertaking’s 'Conditions of Tender & Conditions of
Supply' in TOTO, failing which they shall not be eligible for quoting against the tender.
Tenderers are requested to go through the same carefully.

9. All the tenderers (except those having valid Registration with NSIC and those having
Permanent Security Deposit Registration with the BEST Undertaking) shall have to
deposit Earnest Money Deposit in e-Payment mode only. However, all the tenderers shall
have to pay tender fees eventhough they are NSIC registered or Permanent Security
Deposit holder with the BEST Undertaking.
-3-

10. For those tenderers who are having valid Registration with NSIC, they shall upload their
valid NSIC Registration Certificate to render themselves eligible to participate in the
tender.
11. For those tenderers who are registered with the Undertaking by paying ` 3.00 Lakhs as a
Permanent Security Deposit, they shall upload their valid Permanent Security Deposit
Registration Certificate issued by the BEST Undertaking.
12. The Earnest Money Deposit paid by the unsuccessful tenderers will be returned after
finalization of the tender, by e-payment mode only to the same account, from which it is
paid.
13. All correspondences connected with the tender e.g. Schedule of Guaranteed
Performance & Other Technical Particulars for Vacuum Circuit Breaker in the
Undertaking’s prescribed format i.e. Annexure-A1 to A6, Delivery Schedule offered by
the Tenderer i.e. Annexure-B, Schedule of Departures from Technical Specifications
i.e. Annexure-C, Certificate from Chartered Accountant in respect of Annual Sales
Turnover i.e. Annexure-D, etc. duly filled in, shall be uploaded only and will not be
accepted in hard copy format. These formats shall be scanned with 150 dots per inch
(dpi) resolutions in Greyscale (i.e. black & white) in pdf/jpeg format for uploading. No
correspondence connected with the tender, shall be accepted in hard copy format.
14 The tenderers who are new suppliers of 11 kV, 350 MVA VCB Switchgears shall submit their
Credentials in the prescribed format i.e. Annexure-E, incorporated in this tender document.
The successful tenderer shall have to submit the Contract Security Deposit-cum-
15.
Performance Guarantee in two parts as explained below:
After the receipt of Order, the Contractor shall have to submit Contract Security Deposit-
15.1
cum-Performance Guarantee for the amount equivalent to Security Deposit as per Clause
No.6 of ‘Conditions of Supply’ in the form of Bank Guarantee towards faithful execution of
11 KV, 250 MVA, Indoor Vacuum Circuit Breakers Switchgears with Horizontal Isolation
with a validity period of 66 months from the date of release of Purchase Order. The
contractor will have to pay 2000/- towards the Administration Charges.

15.2 If the firm fails to execute the contract as per the contractual terms, their equivalent
amount shall be forfeited by encashing their Security Deposit-cum-Performance
Guarantee and balance amount if any, will be returned to the firm. However, if the
equivalent amount is higher than the Bank Guarantee amount, the full Bank Guarantee
amount will be forfeited and the firm will be asked to pay the balance amount failing
which, the firm will be debarred for a period of 5 years from participating in the
Undertaking’s tenders. The Performance Bank Guarantee shall be returned to the
contractor without any interest after the contract ceases to be under any obligation under
the contract.

16. The final acceptance of the tender rests with the General Manager, The B.E.S. & T.
Undertaking (subject to the approval of appropriate authority) who reserves to himself the
right to reject any tender without assigning any reason and does not bind himself to accept
the lowest or the whole of a tender or any tender.
17. While tender is under process/finalization, no tenderer or his representative shall
contact/canvass with any personnel of the B.E.S. & T. Undertaking on matters related to the
tender under scrutiny/process. Canvassing in any form will disqualify the tenderer for
recommendation and may be blacklisted.
18. In case any of Instructions to Tenderers appear to be in contradiction to Conditions of Tender
& Conditions of Supply/Specifications, then the Instructions to Tenderers shall be deemed to
supersede such Conditions of Tender & Conditions of Supply/Specifications incorporated in
the tender.
-4-
SCHEDULE-II
MANDATORY TECHNO-COMMERCIAL ELIGIBILITY CRITERIA
1. The tenderer shall pay Earnest Money Deposit applicable to this particular tender. The
tenderers shall be exempted from the payment of Earnest Money Deposit if they upload
valid Certification of Registration with National Smallscale Industries Corporation (NSIC) or
valid Permanent Security Deposit Registration Certificate issued by the BEST Undertaking.

2. The tenderers shall be reputed manufacturer of 11 kV, 350 MVA VCB Switchboard Panels
and they shall upload the documentary evidence in support of the same while submitting the
technical bid.

3. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - Vacuum Circuit Breakers as shown in the prescribed format i.e. Annexure-A1
incorporated in the tender document.

4. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - Potential Transformer as shown in the prescribed format i.e. Annexure-A2
incorporated in the tender document.

5. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - Numerical Relay as shown in the prescribed format i.e. Annexure-A3
incorporated in the tender document.

6. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - Current Transformer as shown in the prescribed format i.e. Annexure-A4
incorporated in the tender document.

7. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - Vacuum Bottle Details as shown in the prescribed format i.e. Annexure-A5
incorporated in the tender document.

8. The tenderers shall upload Schedule of Guaranteed Performance and Other Technical
Particulars - List of Document to be submitted by the tenderer as shown in the prescribed
format i.e. Annexure-A6 incorporated in the tender document.

9. The tenderers shall quote unconditionally ‘Firm’ prices throughout the contract period.

10. The tenderer shall upload their own delivery schedule in the prescribed format i.e. Annexure-B
for 11 kV, 350 MVA VCB Switchboard Panels incorporated in the tender document.

11. The tenderers shall accept the technical conditions in TOTO. However, if due to any reason,
tenderers find it necessary to depart from the provisions of certain Section/s of the
Specifications, such departures shall be clearly stated and underlined giving full reasons. The
tenderers shall upload the Schedule of Departures from the Specifications in the prescribed
format shown in Annexure-C. If the tenderer fails to upload Schedule of Departures, it will
be presumed that there are no technical deviations.

12. Only those tenderers (the tenderer in case of a company or the lead member in case of
consortium) whose minimum Annual Average Turnover (MAAT) for best 3 years out of last 5
financial years (last financial year being 2016-17) is more than ` 25.00 Crores shall quote
against the tender. As documentary evidence, they should upload the copy of Audited
Balance Sheet and Profit & Loss Account Statement showing proof of their Annual Sales
Turnover duly audited by the Chartered Accountants or certificate from Chartered
Accountants in the prescribed format as shown in the Annexure-D incorporated in the tender
document.
-5-

13. The New tenderer who have not supplied 11KV, 350 MVA VCB Switchgears and the Regular
suppliers who have offered Switchgear with modified design shall upload all Type Test
Certificates for 11KV Switchgear with Vacuum Interrupter from National Accreditation Board
of Testing & Calibration Laboratories (NABL) or Internationally Accredited Laboratory
alongwith the offer.

14. The tenderers shall upload all Type Test Certificates for Numerical relays, test certificate for
Communication protocol (IEC-61850) from National Accreditation Board of Testing &
Calibration Laboratories (NABL) or Internationally Accredited Laboratory alongwith the offer.

15. The tenderer shall upload the detailed tender drawings, calculations, technical literatures,
instructions and subsequent Maintenance Manual of the offered Switchgears, Associated
Accessories used for Control & Protection and Numerical Relays alongwith technical bid.

16. The tenderer shall upload and supply the List of Special and standard Tools necessary for
erection, testing and Maintenance if any, required alongwith Switchgear on Free of Cost
(FOC) basis in technical bid.

17. The tenderer shall upload List of spares as specified in Specification clause no. 6.27.1 to be
supplied on Free of Cost basis with each set of 11 KV, 350 MVA VCB Switchboard Panels
alongwith technical bid.

18. The tenderers shall upload the list of suppliers from whom they purchase raw materials.
Besides, they shall give details about quality control methods adopted for testing of
raw/finished material.

19. The tenderers shall upload the list of Plant, Machinery & Testing Equipments indicating their
ratings and make.

20. The tenderer shall have to accept Inspection Clause as mentioned at Sr. No.5 of Conditions of
Supply, Schedule-III.

21. The tenderers who are new suppliers of 11 kV, 350 MVA, VCB Switchboard Panels shall submit
their Credentials in the prescribed format i.e. Annexure-E, incorporated in this tender document.

22. The tenderers shall write in text, Name of the contact person, correspondence address and
Telephone/mobile No. etc.

23. The tenderer shall upload the details of Laptop Computer as specified in Specification Clause
No.6.27.2 to be supplied on Free of Cost (FOC) basis with 11 kV, 350 MVA VCB Switchboard
Panels alongwith technical bid.

24. The tenderer shall upload ISO or any other certification from organization of
National/International repute, if any.

25. If the Numerical Relay of particular make / brand or model is being offered for the first time
to the Undertaking then demo shall have to be arranged at the Undertaking’s System
Protection Division after opening of Techno-Commercial bid for confirming compatibility of
its technical specifications. Technical representatives should be deputed by the tenderers
alongwith offered relay within 4 working days after receipt of intimation through email or
letter for deciding technical suitability.
-6-

SCHEDULE-III
CONDITIONS OF TENDER
1. DEFINITIONS:
1.1 TENDER VALIDITY PERIOD:
The Tender Validity Period is the period (from Technical Bid opening date) within which
the Undertaking is required to enter into contract with the successful tenderer. On expiry
of such period, the rates quoted in the tender are not binding upon the tenderer, if the
tenderer did not agree to extend the same.
1.2 CONTRACT VALIDITY PERIOD:
The Contract Validity Period will be displayed in each and every contract and it will be
binding on the supplier for the faithful execution of contract as per the contractual terms
for the entire ordered quantity including ±25% quantity. This Contract Validity Period will
commence from technical bid opening date and the specific Contract Validity Period will
be declared in the tender document.
1.3 FAMILY CONCEPT:
Certain items procured by the Undertaking are similar in nature and require more or less
the same capabilities for production. Such items which are similar in nature shall be
considered to be of one family. Sometimes, items within a family though similar, require
higher manufacturing/technical capabilities, especially when the items are of higher
ratings. The family concept will be applied for classifying the category of vendors as
‘Regular’ & ‘New’ suppliers.
1.4 REGULAR SUPPLIERS:
1.4.1 The Regular Suppliers are those who have supplied the material against trial/bulk orders
of the Undertaking with satisfactory performance. The classification as 'Regular’ suppliers
shall imply that such suppliers should have supplied trial/bulk quantity to the
Undertaking against at least one Purchase Order in the last 5 years. The 'Regular'
suppliers of items coming under one family shall be treated as 'Regular' suppliers for
other items of the family, if they have supplied any one item in trial/bulk in the past. The
'Regular' suppliers for materials of higher rating shall be considered as 'Regular' suppliers
for materials of lower rating under one family. Further, Original Equipment Manufacturer
(OEM) or their suppliers i.e. Authorized Dealers/Distributors shall be treated as Regular
suppliers though they have not supplied such materials to the Undertaking directly. The
same concept shall also be made applicable for the items having standardized brands
which are field tested and whose performance is found satisfactory.
1.4.2 However, in case of certain critical items, the 'New' suppliers who have supplied the
material against trial/bulk orders of the Undertaking which are required to qualify with
satisfactory performance in the Undertaking's Field Trial Performance tests (as per pre-
declared performance parameters), shall be considered as a 'Regular' supplier only after
completion of field trials with satisfactory performance.
1.5 NEW SUPPLIERS:
The 'New' suppliers are those who are having adequate technical capabilities for
producing/manufacturing/servicing the goods/services as per the Undertaking's quality
requirements and standards but have never supplied to the Undertaking in the past. A
supplier shall also be treated as 'New' supplier, if the tendered item under consideration
for procurement is not within the family of such item.
-7-

1.6 SISTER CONCERN:


The business entity substantially owned by a person having common interest in more
than one business concern of similar nature as partners/share holders/proprietors.
A need is felt to define Sister Concern especially to curb any tendency of vendors to
cheat/defraud the Undertaking in cases such as non-execution of contract by one firm
and to avoid penal action, the defaulting firm stops dealing with the Undertaking and
participate in future tenders of that particular item through their Sister Concerns.
2. EXTENT OF TENDER: Time is the essence of the tender. This tender is for the supply
to the Brihan-Mumbai Mahanagarpalika for the purpose of the Brihan-Mumbai Electric
Supply and Transport Undertaking (hereinafter referred to as the "Undertaking") of the
Stores/Services or any part or portion thereof tendered for by the tenderer (hereinafter
referred to as the "Contractor") and accepted by the Assistant General Manager
(Materials) or any other officer duly authorized in that behalf of the Undertaking at the
rates and delivered to the places at and within the time specified and without any extra
charges or expenses to the Undertaking other than those mentioned in the tender.
3. QUOTATIONS:
3.1 Tenderers should quote their rates in figures per unit specified in the e-tender by
carefully punching in the appropriate field.
3.2 The quoted rate should clearly indicate:
3.2.1 All charges for container and packing.
3.2.2 All charges necessary to effect delivery of the supplies, at the depot of the Undertaking
or at specified sites i.e. freight, insurance, loading and unloading, clearing charges,
Goods & Service Tax (GST) etc., the percentage/amount of which should be clearly
indicated by tenderer. Unless specifically mentioned, it will be presumed that quoted rate
is inclusive of GST and other charges stated above and no variation whatsoever will be
allowed subsequently.
3.2.3 If GST is included in the basic quoted rate, then the tenderer should indicate the % of
such GST by selecting the appropriate option (GST included in Rate) from drop down
menu. If the tenderer does not indicate % of GST included in basic quoted rate, any
claim for revision in price due to subsequent change in GST for whatsoever reason, will
not be granted.
3.3 No subsequent variation in the rates will be allowed on grounds such as error,
misunderstandings, etc.
3.4 Tenderers are prohibited from making any additions, alterations in the description of
articles mentioned in the tender or in the column for units. In case the
specifications/descriptions mentioned by the tenderer are incomplete, the
specifications/descriptions given in the tender, shall be binding for quality and
specifications of supply.
3.5 Offers received with hedging conditions such as ‘Offer subject to availability of stock’,
‘Offer subject to confirmation at the time of order’, ‘Rate subject to market fluctuation’,
etc. shall be ignored.
3.7 VALIDITY:
3.7.1 The Tender Validity Period as mentioned in the tender is the period within which the
Undertaking is required to enter into contract with the successful tenderer. On expiry of
such period, the rates quoted in the tender are not binding upon the tenderer.
3.7.2 The Contract Validity Period shall also be mentioned in the tender and it will be
binding on the supplier for the faithful execution of contract as per the contractual terms
for the entire ordered quantity including ±25% quantity.
-8-

3.8 PRICES:
3.8.1 Tenderers shall quote unconditionally 'Firm' prices, throughout the Contractual Period.
3.8.2 Variation in price due to change in Goods & Service Tax (GST) will be considered only if
the tenderer specifically mentions rates of GST applicable at the time of quotation and
produces necessary documentary evidence of such variation at the time of claiming the
payments.
3.9 All tenders shall be submitted through the e-tendering system and tenderers shall take
utmost care while quoting rates, GST, other charges, if any, as no subsequent revision
will be allowed after the bid end date.
3.10 The tenderer shall upload/submit his tender documents by selecting the valid Digital
Signature Certificate of Class-III Company Type-B. Tenders uploaded without proper
Digital Signature Certificate shall not be considered.
3.11 Tenderers are restricted in e-tender to modify their price bids once submitted. However,
tenderers are allowed if they desired, to withdraw their existing submitted price bids and
to re-submit their new price bids till the bid end date. The tenderers are advised to note
the new quotation ID generated by the system as confirmation of successful submission
of their new price bids. On exercising the re-submission of new price bid option, all
earlier bids shall stand null and void.
3.12 If the offer is for stores to be imported specifically for the Undertaking, the tenderers
shall quote the price for delivery at the Undertaking’s Depot in ` indicating the Cost,
Insurance, Freight (C.I.F.) Mumbai price in the relevant foreign currency and the rate of
exchange applicable at the time of quoting. They should also indicate the item-wise
landed cost price in Indian currency for delivery in Mumbai at Undertaking’s Depot,
clearly indicating thereon:
3.12.1 Any agency commission, if payable separately, with the rate thereof.
(The Undertaking would prefer to pay it in `).
3.12.2 The rate of import duty etc. and incidence thereof.
3.12.3 In case, if any import license is required, the same shall be provided by the tenderer.

4. TENDER SAMPLE: This clause is not applicable to this particular tender.


5. SUBMISSION/UPLOADING OF TENDERS:
Tenders must be uploaded by logging into the Undertaking’s website
www.bestetender.com and using proper Digital Signature Certificate of Class-III Company
Type-B for encrypting their bids. Tenderers must also keep printout in respect of the
Quotation ID in acknowledgment of successful uploading of their bids.

6. EARNEST MONEY DEPOSIT:


6.1 All the suppliers will have to pay Earnest Money Deposit through Payment Gateway
(e-payment) as shown in the respective e-tenders, before bid end date, without which,
their price bid shall not be opened. No interest will be paid on such deposits.
6.1.1 The suppliers who are registered with the Undertaking by paying Permanent Security
Deposit of ` 3.00 Lakhs, shall be exempted from payment of Earnest Money Deposit.
They shall however upload the scanned copy of their valid Permanent Security Deposit
Registration Certificate as mentioned in the Pre-Qualification Criteria.
6.1.2 Only those suppliers registered with National Small Industries Corporation Ltd. (NSIC) for
the item/s mentioned in the tender are exempted from payment of Earnest Money
Deposit. They should, however, upload the scanned copy of their valid NSIC Registration
Certificate as mentioned in the Pre-Qualification Criteria to get exemption from the
payment of Earnest Money Deposit.
-9-

6.1.3 Earnest Money so deposited will be forfeited, if (i) the tenderer withdraws his offer
before the expiry of Tender Validity Period or the date of validity of the offer, (ii) a
successful tenderer fails to pay the Security Deposit within the stipulated period as
mentioned in Clause 6 of the 'Conditions of Supply'.
In addition to above, the tenderers withdrawing their offers before expiry of tender
validity period or the date of validity of the offer shall also be liable for penal action
including levying of penalty, debarment from participation in the Undertaking’s tender for
a maximum period of 3 years.
6.2 EARNEST MONEY OF UNSUCCESSFUL TENDERERS:
Earnest money deposited by unsuccessful tenderers will be refunded through Payment
Gateway (e-payment) as early as possible after the tender has been finalized.
7. OPENING OF TENDERS:
All tenders (quotations/bids) shall be submitted through the e-tendering system well in
time before the bid end date. Only bids which are valid and fulfilling the eligibility criteria
will be punctually opened by an Officer of the Undertaking on the Bid opening date and
time indicated on the website. The tenderers who have successfully uploaded their bids
shall be able to view the Comparative Statement of bids uploaded by all participating
tenderers on the website on the Bid opening date and time. The tenderers can match
their gross rates within stipulated time, with the Lowest Acceptable Offer.
8. ACCEPTANCE OF TENDERS:
The Undertaking neither binds itself to accept the lowest or any tender nor will it assign
any reason for the rejection of any tender or part of a tender. The tenderer on his part
binds himself to supply any stores/services selected from his offers in part or whole, at
the option of the Undertaking.
9. MATERIALS SUBJECT TO GUARANTEE:
Whenever the tender specifies that the tenderer will have to supply the material on a
‘guarantee basis’, the tenderer shall ensure that any defects, manufacturing or otherwise
during such period, would be rectified by the tenderer free of cost, failing which, he
would indemnify the Undertaking against any loss or damage caused to the Undertaking
due to such non-performance. The Undertaking shall not consider the offer of the
tenderer, if the clause is not complied with.
10. QUANTITY VARIATION CLAUSE:
The tenderers may note that the quantity awarded to them is subject to ±25% variation,
within the Contract Validity Period at the option of the Undertaking.
11. POLICY OF TENDERS UNDER CONSIDERATION:
Tenders shall be deemed to be under consideration from the opening of tenders, until an
official announcement of the award is made. While tenders are under consideration,
tenderer and their representatives shall refrain from contacting by any means, any
personnel of the Undertaking on matters relating to tenders under scrutiny. If necessary,
clarification will be called for by the Undertaking from any or all the tenderers in writing.
Canvassing in any form will disqualify the tenderer.
12. CORRUPT & FRAUDULENT PRACTICES:
The tenderer and their respective officers, employees, agents and advisers shall
observe the selected standard of ethics during the Tender process and subsequent to
the issue of the Tender and during the subsistence of the Agreement. Not with
standing anything to the contrary contained herein, or in the Tender, the Authority
may reject a Bid, withdraw the Tender terminate the Agreement, as the case may be,
without being liable in any manner whatsoever to the Tenderer or Contractor, as the
case may be, if it determines that the Tenderer or Contractor, as the case may be, has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Tender
Process. In such an event, the Authority shall be entitled to forfeit and appropriate the
EMD or Bid Security, as the case may be, as Damages, without prejudice to any other
right or remedy that may be available to the Authority under this Tender Document
and/or the Agreement, or otherwise.
-10-

13. CORRUPT & FRAUDULENT PRACTICES:


Without prejudice to the rights of the Authority under Clause hereinabove and the
rights and remedies which the Authority may have under the Tender or the Agreement,
or otherwise if a Tenderer or Contractor, as the case may be, is found by the Authority
to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice during the Tender Process, or after the issue of the Tender or the execution of
the Agreement, such Tenderer or Contractor shall not be eligible to participate in
any tender during a period of 2 (two) years from the date such Tenderer or
Contractor, as the case may be, is found by the Authority to have directly or indirectly
or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practices, as the case
may be. For the purposes of this clause, the following terms shall have the meaning
hereinafter respectively assigned to them:
i) “Corrupt practice” means (a) The offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the actions of any person
connected with the Tender Process (for avoidance of doubt, offering of
employment to or employing or engaging in any manner whatsoever, directly or
indirectly, any official of the Authority who is or been associated in any
manner, directly or indirectly, with the Tender Process or has dealt with
matters concerning the Agreement or arising there from, before or after the
execution thereof, at any time prior to the expiry of one year from the date such
official resigns or retires from or otherwise ceases to be in the service of the
Authority, shall be deemed to constitute influencing the actions of a person
connected with the Tender Process). Or
ii) Engaging in any manner whatsoever, whether during the Tender Process after
the execution of the Agreement, as the case may be, any person in respect of any
matter relating to the Project or the Tender of Agreement, who at any time has
been or is a legal, financial or technical adviser of the Authority in relation to any
matter concerning the Project.
iii) “Fraudulent Practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Tender Process.
iv) “Coercive Practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or properly to influence any person’s participation
or action in the Tender Process.
v) “Undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the objective
of canvassing, lobbying or in any manner influencing or attempting to
influence the Tender Process, or (ii) having a Conflict of Interest, and
vi) “Restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Tenderer with the objective of restricting or
manipulating a full and fair competition in the Tender Process.
14. JURISDICTION:
This tender and the contract emanating there from are subject only to the jurisdiction of
the Mumbai Court.
15. DISREGARD FOR TENDER CONDITIONS:
The Undertaking reserves to itself the right to disregard or reject any tenders not
conforming to any of the above-mentioned conditions.
-11-

SCHEDULE-IV
CONDITIONS OF SUPPLY

1. EXTENT OF CONTRACT: The Contractor shall, during the period of the contract supply
the materials/services in respect of which his tender has been accepted at the depots or
stores specified in the annexed Schedule, or alternatively at the contractor’s godowns if
so specified and agreed and shall supply the same at the accepted price thereof and in
such quantities (subject as aforesaid) as may be required from time to time and subject
to such conditions as are herein and in the said Schedule specified. Time is the essence of
the contract.
2. QUALITIES OF SUPPLIES: All material supplied/services rendered shall be in strict
accordance with the specifications laid down or as per approved sample. In case of any
material in respect of which there is no approved sample or drawing, the supplies shall be
of the best description and quality obtainable, which description and quality shall be
subject to the satisfaction of the Assistant General Manager (Materials) or his Authorized
Representative. The Undertaking reserves the right to get the random samples out of the
supplies, tested at the recognized/reputed laboratories, at its discretion, in order to assess
quality. In such a case, the supplier will have to bear the testing charges, if the material
does not meet the specified requirements.
3. PACKING & DELIVERY OF MATERIALS:
3.1 The Contractor shall be held responsible for the proper delivery of materials and in the
event of any loss, damage, breakage and/or leakage due to insufficient/or improper
packing, he shall be liable to replace the material or make good the loss. The decision of
Assistant General Manager (Materials) or his Authorized Representative of the
Undertaking as to whether the aforesaid loss, damage, breakage or leakage has been
caused to the materials for the reason of it not having been sufficiently or properly
packed, shall be final and binding upon the Contractor, provided also that the Assistant
General Manager (Materials) or his Authorized Representative shall be at liberty, should
he consider it fit and proper to do so, to purchase the said material from another, at the
risk of the Contractor. Delivery of the material shall not be considered complete until it
has been inspected, weighed, counted and passed by the Undertaking. No material shall
be delivered at the depots or stores on Saturdays, Sundays, or Public Holidays, without
the previous permission of the concerned Authority.
3.2 The Contractor shall execute the order strictly as per delivery schedule stipulated in
Purchase Order. In order to avoid delay in acceptance of the material or in effecting
payment by the Undertaking, the Contractor shall ensure that the description and/or
specifications of the material and quantities thereof in the challans and the invoices are
exactly as indicated in the Purchase Order and the rates and taxes are correctly
mentioned. On the acceptance of material as satisfactory, the concerned officer at the
Depot of the Materials Management Department will issue to the supplier a copy of the
Stores Received Note (SRN), for his record regarding date of acceptance.
4. FACTORY INSPECTION: New firms, who have not supplied the tendered item to the
Undertaking and if found eligible for placing Trial/Bulk Purchase Orders against the
tender, shall be liable to have their factories inspected by a team of two officers of the
Undertaking for assessing their technical/commercial capacity for ensuring smooth and
uninterrupted supplies to the Undertaking. In case the new firm gets considered against
the tender, subject to satisfactory factory inspection, the cost towards to and fro
travelling, lodging and boarding for the two inspecting officers shall be borne by the firm.
In addition, the firm shall have to pay `2,000/- towards Administrative charges in advance
and if not paid in advance, the same shall be recovered from their first bill.
-12-

5. PROTOTYPE AND/OR LOT INSPECTION:


Both the clauses are applicable for this particular tender.
5.1 PROTOTYPE INSPECTION: In case of Prototype inspection, when the Undertaking’s
officers are required to visit the firm’s factory premises to inspect quality of Prototype
produced, the firm will bear the expenditure as mentioned in Clause 4 above except
Administrative charges towards the Prototype visit only. For subsequent visits, if any, the
Undertaking will bear the expenditure.
5.2 LOT INSPECTION: In case of Lot inspection, when the Undertaking’s officers are
required to visit the firm’s factory premises to inspect quality of Lots produced, the firm
will bear the expenditure as mentioned in Clause No. 4 above except Administrative
charges towards the one Lot inspection visit only. For subsequent visits, if any, the
Undertaking will bear the expenditure.
6. SECURITY DEPOSIT: The contractor, whose offer is accepted either in whole or in part,
shall pay Security Deposit @ 10% of the total contractual value upto `2.5 Lakhs and 5%
on amount exceeding `2.5 Lakhs by way of security, for the due and proper fulfillment of
this contract, such sum through payment gateway (e-payment) or by way of Bank
Guarantee. Interest shall not be paid on the amount so deposited. The EMD of the
contractor shall remain with the Undertaking till such time Security Deposit amount is not
paid. Alternately, the same (amount towards Security Deposit) shall be retained from the
payments due to the contractor.
6.1 MODE OF PAYMENT:
i) Upto `20,000/- through payment gateway (e-payment) only.
ii) Above `20,000/- through payment gateway (e-payment) or in the form of Bank
Guarantee, as per the Undertaking’s approved format. In case of such Bank
Guarantee, `2,000/- will be charged as Administrative Charges.
6.2 In the event of the contractor failing to pay such Security Deposit or fails to execute the
contract as per delivery schedule, the EMD shall be forfeited after due process of final
notice, etc. The Undertaking shall in such an event, have full discretion to cancel the
contract awarded to the said contractor. On payment of requisite Security Deposit, EMD
will be refunded to the successful tenderer through payment gateway (e-payment).
6.3 This Security Deposit, either in whole or part thereof, shall be liable to be forfeited
without giving any reasons thereof, if the contractor fails to observe and perform any of
the terms and conditions of the contract.
6.4 On successful execution of the contract, the Security Deposit will be refunded through
payment gateway (e-payment).
7. WITNESS TESTING: The contractors shall be allowed to witness their supplies tested in
the Undertaking’s laboratories, if they wish to do so. Necessary charges towards such
witness testing shall be informed to the contractors. In case of disputed rejection cases,
Third Party Inspection shall be allowed at laboratories decided by the Undertaking at the
cost of the contractors. The Third Party Inspection report shall be binding on both the
parties.
8. FAILURE TO SUPPLY:
8.1 On the contractor failing to supply the material as above, the Assistant General Manager
(Materials) or his Authorized Representative shall be at liberty, without further reference
to the Contractor, to recover from him Liquidated Damages at the rate of 1% per
fortnight or part thereof, of the total cost of the goods/services delayed beyond the
delivery period exclusive of taxes (if shown separately), subject to a maximum of 10% of
the value of goods/services delayed of the contracted quantity.
-13-

8.2 In the alternative and at his complete discretion, he may purchase the same or any
portion thereof on the account and at the risk and cost of the Contractor and claim from
him the difference in the price and all expenses incurred in purchasing the same. If Risk
Purchase amount is less than `100/-, minimum `100/- will be recovered.
8.3 The Undertaking shall have a lien for the said Liquidated Damages or the said difference
in price and Administrative Charges or any money that may become payable to the
Contractor under this contract and/or any other contract and paid either under this
contract and/or any other contract or contracts, paid either by the Contractor alone or
jointly with other Contractor or Contractors, as well as on any other debt or sum, that
may become payable by the Undertaking to the Contractor and the Undertaking shall be
entitled to deduct the said Liquidated Damages or said difference in cost out of such
money, deposits, amounts, debts or sums. The contractor shall also be liable for
debarment from participating in the Undertaking’s tender for 5 years for all procurements
and their bad performance shall be recorded, if the amount to be recovered against Risk
Purchase action is not paid by them. However, if the defaulting contractor who is involved
in Fraud/Malpractices incurring heavy losses to the BEST Undertaking, the contractor will
be blacklisted permanently and in addition to this, legal action if required shall be initiated
for recovery of the monetary losses to the Undertaking. The Risk Purchase action shall be
to the extent of the cost difference for non-supplied quantity only. Besides, no
procurement shall be made from the contractors debarred as well as from their sister
concerns.
8.4 The above term shall be the essence of this tender and acceptance thereof.
9. FORCE MAJEURE CONDITIONS: The Contractor shall not be liable for any Liquidated
Damages for delay or failure to perform the contract for reasons of force majeure such as
the acts of God, acts of public enemy, acts of Government, fires, floods, epidemics
quarantine restrictions, strikes, freight embargoes and provided that the contractor shall
within 15 days from the beginning of such delay notify the Assistant General Manager
(Materials) or his Authorized Representative, in writing the cause of delay duly
substantiated with documentary evidence. The Assistant General Manager (Materials) or
his Authorized Representative shall verify the facts and grant such extension, as he may
in his sole discretion decide.
10. TERMINATION OF CONTRACT: In the event the Contractor commits any breach of any
of the terms and conditions of contract, the General Manager or his Authorized
Representative shall have the right to forfeit the Security Deposit referred to in Clause 6
and/or to claim from the Contractor any amount due and payable by him towards this
contract. If during the period when contract remains in force, General Manager or his
Authorized Representative has reasons to believe that the Contractor is not performing
the contract in accordance with the terms of the contract, General Manager or his
Authorized Representative may by a notice in writing, call upon the contractor to perform
the contract in the way as indicated in the notice, within a specified period of 15 days and
if the Contractor fails to perform the same within such specified period, then
notwithstanding anything contained in the contract, General Manager or his Authorized
Representative shall be at liberty at any time thereafter to terminate the contract by
giving the Contractor 15 days notice in writing and the contract shall stand terminated on
expiry of such notice period. The Security Deposit amount referred to the Clause 6 and
amount due and payable by the Contractor towards this contract shall be forthwith due
and be recoverable from them.
-14-

11. ACCEPTANCE OF SUPPLIES:

11.1 Any material supplied against this contract will be subject to the approval of the
Undertaking. If the material supplied is not as per the approved specification, then the
Undertaking shall reject the whole or part thereof without assigning any reason for
rejection and the Undertaking’s decision in respect of such rejection will be final.
11.2 Quantities expressed in unit of weight are for the weight exclusive of packing and
containers. All supplies will be accepted on this basis only.
11.3 The Assistant General Manager (Materials) or his Authorized Representative may, at his
sole discretion, decide to accept materials in part or whole that may not in his opinion
correspond exactly with the approved and accepted samples or specifications within the
limits of the accepted tender and determine the prices thereof and the Contractor shall
have to accept such prices.
12. SUBMISSION & PAYMENT OF BILLS:
12.1 All bills (in duplicate) shall be addressed to the Assistant General Manager (Materials), 4th
Floor, Parivahan Bhavan, Mumbai-400 001 with the exact quantities of materials accepted
by the Undertaking.
12.2 Normally, bills so submitted shall be payable either on 30th day from the date of
acceptance of material or on 8th day from the date of submission of Tax Invoice,
whichever is later.
12.3 While submitting the bills, the contractor shall give necessary documents such as GST
Registration ID No. etc. Otherwise, the statutory levies with penalty as prescribed by the
Government Laws will be deducted from their bills payable.
13. FACILITY CHARGES: Successful tenderers on whom the Purchase Orders/Contract
Work Orders are placed shall have to pay facility charges towards the use of e-tendering
facilities. The facility charges shall be debited @ 0.5% of the contractual value (excluding
taxes), being limited to a maximum of `2,000/- and the same shall be deducted directly
from the Contractors’ first bill.
14. EXTRA CHARGE: Extra charges such as Transport, Freight, Insurance, Loading/
Unloading, etc. will not be paid, unless stipulated in Purchase Order and supported by
necessary documentary proof.

15. LIFTING OF REJECTED MATERIALS:


i) The firm shall have to collect the rejected material within two months from the date of
intimation of rejection of material. The two months time period will be from the date
of which final decision is conveyed in respect of the rejected material.
ii) If the firm fails to collect the material even at the end of second month from the date
of rejection intimation, the Undertaking shall have right to dispose off the material as
deemed fit without any further reference in the matter and thereafter, no claims,
whatsoever from the suppliers shall be entertained by the Undertaking.
16. DAMAGE TO THE UNDERTAKING’S PREMISES/PROPERTY:
Any damages caused by the Contractor or any person acting for him, to the premises or
property of the Undertaking in the performance of his contract, shall be made good by
the Contractor. In the event of the Contractor failing to make good the damages within
the time specified by the Assistant General Manager (Materials) or his Authorized
Representative, the latter shall be at liberty to get the work done departmentally or
through any other agency, and to recover the cost thereof together with such
supervision/overhead charges as he may deem fit out of any money that may be due to
the Contractor or by action in a Court of Law.
-15-

17. DEATH OR INSOLVENCY OF CONTRACTOR: If the Contractor shall, during the period
of the contract, die or be adjudicated as insolvent or being a limited company shall be
placed in liquidation, whether voluntarily or compulsorily, the contract shall thereupon
absolutely cease and the heir’s executor, administrators or other legal representatives of
the Contractor and in the case of a limited company the liquidator, shall have no interest
whatsoever under the contract, except to receive any sum due for materials supplied but
not paid for prior to the death or insolvency of the Contractor, in case of a company the
date of the winding up thereof and the Security Deposit but subject to the provision
herein contained in regard to such deposit. Nothing contained in this clause shall be
deemed to prejudice or affect any claim, which the Undertaking may have against such
heir’s, executors, administrators or other legal representatives of the Contractor or in the
case of a company, the liquidator thereof in respect of any antecedent breach of contract.
Provided that where the Contractor is a firm, the death of a partner in the firm shall not
operate to determine the contract unless by the term of the partnership agreements the
partnership stands dissolved on the death of a partner.
18. DECISION OF DISPUTES: In the event of any dispute arising under these conditions or
in connection with the contract (except as to any matters, the decision of which is
specially provided for in these conditions), the same shall be referred to the General
Manager of the Undertaking for final decision by the Assistant General Manager
(Materials) or by the Contractor. The decision of the General Manager or his Authorized
Representative shall be final and binding on the parties to the dispute.
-16-

SCHEDULE-V

EVALUATION OF OFFERS & MATCHING OF GROSS RATES


The offers received against this tender shall be evaluated as follows:

1. Evaluation of Offers:
1.1 After opening the Techno Commercial bids, all uploaded documents in respect of Technical
information, Pre Qualification Criteria, etc. shall be thoroughly scrutinized and the technical
suitability of each tenderer determined.
1.2 Price bids of only those tenderers, whose offers are found technically suitable, shall be
opened on the bid opening date displayed on the tender website.

Note: The tenderers whose offers are found technically unsuitable shall be able to see the reasons
for the unsuitability of their offers, only.

1.3 The gross rate for each item shall be calculated from the basic rates and taxes quoted by
each technically suitable tenderer which are displayed on the e-tender site after the opening
of price-bids.
1.4 The tender evaluation shall be done on the basis of individual gross rate of item No. 1 &
2. The new firm will be recommended for trial quantity as per the Undertaking's
Procurement Guidelines and balance quantity shall be allocated to regular suppliers based
on the price differential of quoted rate. However, offer of the tenderers will be considered
for quantity allocation only if they match their gross rates with that of LAO, as mentioned at
Sr. No.6 of ‘Instructions to Tenderers’ of Schedule-I.
2. Matching of Rates:

2.1 After due diligence, a tenderer may decide to match their gross rates of item No. 1 & 2 with
the gross rates of the Lowest Acceptable Offer (LAO) to become eligible for Order.

2.2 The confirmation towards 'Matching of Rates' with that of LAO shall be given by the
tenderers within the period from 'Matching start date' to 'Matching end date' displayed on
the e-tender website.

2.3 The rates indicated in the original offer shall not be considered as valid once the rates are
matched with LAO and if such offers are recommended, the rates on the Purchase Orders,
the revised basic rates shall be calculated on the basis of quoted taxes, etc.

2.4 If while matching, the tenderers offer rates lower than LAO, it will be presumed that they
have matched the rates and no special consideration will be given. However, if they become
eligible for the orders, the advantage of special rates offered by them will be taken.

2.5 If while matching, the tenderers offer rates which are lower than originally quoted rates, but
higher than LAO, it will be presumed that they have not matched the rates and will not be
considered for orders.

2.6 If while matching, the tenderers offer rates which are higher than their originally quoted
rates, it will be presumed that they have backed out from the tender and Earnest Money
Deposit paid by them will be forfeited.
-17-

SCHEDULE-VI

TENDER QUANTITY & TENDER EVALUATION CRITERIA


1. Tender quantity:

1.1 The following equipments and quantities are required under this tender specification:

Item L.F. No. Description Quantity

1 11kV, 350 MVA Switchboard Panels comprising 9 Nos. 11 Sets


of Switchgears with Vacuum Circuit Breaker as shown
in attached Single Line Diagram SK/PRO(2009)75 and
SK/PRO(2009)76 along with spares & Accessories.

2 11kV, 350 MVA Switchboard Panels comprising 10 Nos. 2 Sets


of Switchgears with Vacuum Circuit Breaker as shown
in attached Single Line Diagram SK/PRO(2013)08 along
with spares & Accessories.

Total: 13 Sets

1.2 Requirements in detail: The detailed technical requirements of above items are
given in the Section 1 to Section 6 of Schedule VII – Technical Specifications
incorporated in the tender document.

1.3 Spares on FOC basis: Successful tenderers shall have to supply certain spares on
FOC (Free of Cost) basis. Details of the same are given in Clause 6.27 of Section 6 of
Schedule VII stated above.

1.4 Quantity Variation: The tenderers may note that the quantity awarded to them is
subject to ±25% variation within the Contract Validity Period, at the option of the
Undertaking.

2. Tender Evaluation Criteria:


The tender evaluation will be done on the basis of gross rate of individual item. The ‘New’
supplier will be recommended for trial quantity as per the Undertaking's procurement
guidelines and balance quantity will be allocated to regular suppliers based on the price
differential of quoted rate. However, offer of the tenderers will be considered for quantity
allocation only if they match their gross rates with that of LAO.
The tenderer participating in the current tender who has already executed trial orders in the
past with satisfactory performance will be considered as regular supplier in the current
tender. Further, the new tenderer who will be considered for trial order in the current tender
shall be considered as regular supplier only after completion of their trial order with
satisfactory performance.
-18-

SCHEDULE-VII

TECHNICAL SPECIFICATIONS

SPECIFICATION NO. 1250017

11KV, 350MVA, VCB, INDOOR SWITCHGEARS AS PER


UNDERTAKING’S SPECIFICATIONS & DRAWINGS.
-19-

SECTION 1 - GENERAL
1.1 Tender document

1.1.1 This tender document shall be read and understood as a whole inclusive of all annexure,
drawings, etc. and every section or sub-section of this document shall be interpreted in
proper context with other sections contained herein.

1.1.2 This specification covers design, manufacture, testing before dispatch and supply of "11kV
350 MVA, VCB, Indoor Switchgears with Accessories and Spares”.

1.1.3 All work covered by this specification shall be carried out in accordance with the "General
Conditions of Contract".

1.1.4 Wherever the directions to the tenderers embodied herein conflict with those specified in the
General Conditions of Contract, the former shall be binding in preference to the latter.

1.2 Standards

1.2.1 Except as specified herein, all equipments shall comply with the requirements of the latest
relevant IEC standard and INDIAN Standards Specifications (as amended to date).

1.2.2 Where Indian Standard Specification does not exist, the relevant IEC or British Standard
Specification shall be taken as standard.

1.2.3 If the equipment offered is manufactured according to some other standard, it shall be
clearly stated and a copy of the latest publication of the standard in English shall be
forwarded with the offer.

1.3 Legislation

1.3.1 The whole of the equipment shall comply in every respect with the provisions of relevant
Government Legislations and/or Rules and Regulations governing manufacture, installation,
operation and maintenance of the equipment.

1.3.2 Tenderers shall ensure that all safety measures are extensively provided in the equipment
against hazards to life and property and that the proper installation and use of the
equipment under no circumstances shall contravene any enactments rules, laws and by-laws
of the Government and the Local Authority.

1.4 Departure from Specification


1.4.1 If due to any reason, tenderers find it necessary to depart from the provisions of section of
the specification, such departures shall be clearly stated and underlined giving full reasons.
1.4.2 If departures from the provisions of any section of this specification are not notified in
writing, it will be presumed that tenderers will abide by this specification.

1.4.3 Any suggestion, comment, or advice to include in this document, additional provisions in
respect of any special device or attachment necessary but not already specified herein, may
be put forward by the tenderers giving full details of the special/additional features of the
equipment together with the justification for its inclusion.
-20-

1.5 Technical Data


1.5.1 Tenderers shall give full specifications of the equipment/materials offered and shall supply
technical literature and descriptive particulars together with drawings and illustrations to
indicate the type and design of the equipment, material offered, manufacturing features and
details pertaining to installation, testing and commissioning.

1.5.2 Tenderers shall supply such technical data, characteristics and statistical information as
required to supply comparative merits and performances of different types and designs of
the equipment/materials and experience of other users of the equipment.

1.6 Materials and Workmanship


1.6.1 The equipment/materials shall confirm to the best engineering practice in design, usage of
materials and fabrication so as to ensure reliability, economy and safe and convenient
operation in the environment in which they are placed.

1.6.2 Tenderers shall supply all incidental items necessary or usual for such equipment for
erection/installation purposes and thereafter for efficient working.

1.6.3 Manufacturers shall give details of the experience in the supply of similar equipment. A list
of important customers, who have been supplied with similar equipment with particulars of
quantity, location and dates when supplied and put into use shall be furnished.

1.6.4 Successful tenderer will be required to make good at his own expense all defects
due to faulty design, materials and workmanship which may develop under
proper use during a period of 24 months from the date of commissioning of the
equipment but not exceeding a period of 36 months from the date of acceptance
of the equipment/material.

1.6.5 The successful tenderer shall give an undertaking to bear responsibility at this cost to rectify
defects and/or effect modification and replacement as demanded by the situation during the
guarantee period of 24 months after commissioning so as to get trouble free service from
the equipment besides preventing recurrence of defects once rectified. They shall discharge
their responsibility fully as per the above undertaking during the guarantee period by giving
co-operation in promptly solving all problems.

1.6.6 All corresponding similar materials and removable parts shall be made to gauge and shall be
interchangeable with each other satisfactorily.

1.6.7 The equipment/materials are liable for rejection at discretion of the General Manager if the
test results are not satisfactory and the permissible tolerances are found not to have been
complied with.

1.7 Instructions for Erection/installation


1.7.1 Tenderers shall furnish along with their tenders necessary instructions for installation and
commissioning of the equipment with accessories and supporting civil engineering/structural
details.

1.7.2 Tenderers shall also state precautions/provisions for the proper use and maintenance of the
equipment after commissioning and supply detailed guidelines for the safe operation and
maintenance of the equipment.
-21-

SECTION 2 - DESCRIPTION OF THE POWER SYSTEM


2.1 Grid

2.1.1 The Tata Electric Companies (TEC) Co. Ltd., The Maharashtra State Electricity Board and the
Indian Railways have their generating stations located in different parts of Maharashtra
State and form an interconnected system in the Mumbai, Pune Region.

2.1.2 Power from this system is transmitted at 220/110KV through overhead conductors and
underground cables amongst others to TEC's four main receiving substations at Carnac,
Parel, Dharavi and Mahalaxmi situated in the island of Mumbai, where they have installed
either delta/star or star/zigzag step down transformers with star point effectively earthed for
making power available to their consumers at 33/22KV.

2.2 Existing BEST System

2.2.1 The BEST Undertaking, on behalf of the BRIHAN MUMBAI MAHANAGARPALIKA (who are the
licensees for distribution of electric power within the City limits of MUMBAI) receives power
in bulk from Tata Electric Cos. at 110/33/22 kV, 3 phase, 50 Hz.

2.2.2 Bulk power at 110/33/22KV is transmitted from TEC's four main receiving stations through
effectively earthed underground cables to BEST's receiving substations situated at different
localities in MUMBAI where the BEST Undertaking has installed 110/33,110/11, 22/11-6.6KV
or 22/6.6kV or 33/11kV, star/ star, delta/star power transformers of Vector group YNynO,
31Dy1 with neutral earthed with / without a resistance. Where the transformation is
110/11kv or 22/11KV or 33/11kV the star point of the transformer has been effectively
earthed. The power transformers are provided with OLTC gear to regulate and maintain the
6.6 KV or 11KV voltage fairly constant.
2.2.3 The phase sequence of the three phases at the existing receiving stations is in accordance
with the international standards as indicated below:-
R

B Y

2.3 BEST SCADA SYSTEM

SCADA system in North West, North East and Central North Zone
The New Numerical Relay based SCADA system is set up in BEST. The salient features
of this system are given below:
• Distributed & open architecture
• Remote control & real-time monitoring of RSS equipments
• Display of real-time measurements (3 Phase Current, Voltage, Power, Energy, PF) along
with time selectable trends of measured parameters
• Configurable Report generation of measurements & time-stamped events/alarms
• GPS for time synchronization
• Waveform Disturbance recording through Numerical relays
• Multilevel passwords
• Security tagging in case of shutdowns
• Provision for integration with third party applications
• Redundant communication in Leased line & VSAT mode. Communication over IEC-61850
protocol at local RSS level, IEC-104 between RSS & ZCC and ICCP between ZCC& ULMC.
-22-
2.3.1 System Configuration
North West and North East Zone – Zonal control centre at Kingsway.
Remote Stations - Dharavi, Kingsway, Mahim, Mahim Causeway, Prabhadevi,
Sitladevi, Wadala, Sion Fort, PMGP 501.
Central North Zone - Zonal control centre at Babasaheb Ambedkar 110 kV RSS.
Remote Stations - Byculla, KEM Hospital, Mahalaxmi, Parel, Prabhadevi, Sewree,
Worli, Worli Dairy, Love Grove, Nestle, Nair Hospital, Tardeo,
Lalbaug, Pochkhanwala Road.

2.3.2 SCADA system in South and Central South zone:

2.3.2.1 System configuration:

Central South zone - Sub-control at Pathakwadi


Remote stations - Esplanade, Mumbadevi, Masjid, Girgaum, Malbar Hill, Cumballa
Hill, Nepeansea, Nair Hospital, Kussara, Grant Road, Khetwadi,
Mumbai Central, J.J. Hospital,
South zone - Sub-control at Backbay Veej Bhavan
Remote stations - G.T. Hospital, Hutatma Chowk, Colaba, Marine Drive, Ballard
Estate, Nariman point, Apollo, Naval Dock, Navy Nagar.

2.3.2.2 Operating principle


The SCADA system is installed at all Receiving Substations in South and Central South zone
by NELCO Ltd. and SITU Ltd. respectively. The SCADA system is having distributed
architecture. Separate intelligent electronic device is installed on top of every switchgear.
Also, one separate device is provided for tap change control and tap position indication. All
of these devices are connected to PC, which serves as Remote Terminal Unit (RTU), in
RS485 multidrop configuration. This PC is a CISC machine with 550 MHz clock speed.
These RTUs are connected to Sub Control PCs through microwave communication system.
At Sub Control at Backbay Veej Bhavan and Pathakwadi, the main computer is dual
redundant in hot standby mode. The front-end processors are also in hot standby mode
connected to dual LAN. Apart from these PCs, two workstations will be connected to dual
LAN as Human Machine Interface (HMI). In addition to this, mosaic type mimic is being
provided which is having digital displays for measure and, important alarm displays and
control facility with the help of discrepancy switches. These mimic panels are connected to
dual LAN through independent front-end processor for mimic panels. The SCADA system
by Nelco Ltd. works on UNIXWARE 2.1.3 operating system (except for transformer
secondary switchgear, which operates with Modbus protocol and the waveform recording
and harmonic analysis operates with Pegasys protocol), whereas that by SITU Ltd. works
on QNX 4.2 operating system. The communication protocol for both system is DNP3.0.
The following facilities are available in SCADA system:-
• Control of switchgear.
• Tap change control and tap position indication.
• Electrical parameters such as 3 phase current, 3 phase voltage, derived MVA, MW,
MVAR, PF, frequency etc.
• Switchgear status.
• Important alarms.
• Waveform recording and harmonic analysis for transformer secondary switchgear.
However, this facility can be extended to all switchgears.

2.4 Unified Load Monitoring Centre - As per MERC guidelines an Unified Load Monitoring
Centre of BEST for centralized monitoring of all RSSs in the system is to be established, so
as to comply with various Regulatory orders/regulations. Same is being established at Veej
Bhavan Backbay.
-23-

SECTION 3 : PREVAILING SERVICE CONDITIONS


3.1 Climatological Data

3.1.1 The information given hereunder is based on data supplied by the Regional Meteorological
Centre, Colaba, Mumbai - 400 001.

3.1.2 The information is based on the data collected over the years 1881 to 2007.

3.2 The table below gives the climatological data for the City of Bombay -

a) Air Temperature in Shade

i) Highest temperature recorded : 40.6 C


ii) Lowest temperature recorded : 11.7 C
iii) 24 hours' daily average : 26.0 C
iv) Mean highest temperature in sun : 62.2 C
v) Highest temperature in sun : 64.0 C

b) Relative Humidity

i) Lowest mean RH : 62%


ii) Highest mean RH : 85%

c) Rainfall

i) Mean no. of rainy days in a year : 75.9 days.


ii) Mean rainfall in a year : 2146.5 mm
iii) Maximum rainfall recorded in a year : 3,481.6 mm
iv) Heaviest rainfall in a day recorded : 575.6 mm

d) Wind

i) Mean daily wind speed Minimum in a year : 9.8 km/hr


ii) Mean daily wind speed Maximum in a year : 18.7 km/hr.
iii) Highest wind speed in gust : 103 km/hr. on 17.06.04.

3.3 Local conditions & existing practice

3.3.1 Mumbai is a densely populated city with large industries such as cotton mills, chemical
factories, engineering workshops and several varieties of large and small industries occupied
in the manufacture of consumer goods and other commodities.

3.3.2 Although certain areas are still undeveloped, the city is divided into several zones such as
residential, commercial, industrial etc. with a view to minimize nuisance and localize several
mixed localities where such zoning has not been done and two or more types of activities
are allowed to continue. By and large, the heavy industries are gradually shifting from the
city.

3.3.3 The 110/33/22KV receiving substations are completely indoor equipped with power
transformers, 110\33\22KV\6.6 KV switchgears, control panels, reactors and capacitors,
batteries and other auxiliary equipments.
-24-

SECTION 4: REQUIREMENTS
4.1 The following equipments and quantities are required under this tender specification.

Item Description Quantity


1 11KV, 350 MVA switchboard panels comprising 9 Nos. of switchgears with 11 Sets
vacuum circuit breaker as shown in attached Single Line Diagram
SK/PRO(2009)75 and SK/PRO(2009)76 along with spares & Accessories.
2 11KV, 350 MVA switchboard panels comprising 10 Nos. of switchgears with 2 Sets
vacuum circuit breaker as shown in attached Single Line Diagram
SK/PRO(2013)08 along with spares & Accessories.

4.2 For Item No. 1 – 11KV, 350 MVA switchboard panels comprising 9 Nos. of switchgears
with vacuum circuit breaker as shown in attached Single Line Diagram SK/PRO(2009)75 and
SK/PRO(2009)76.

Sub Description Quantity


Item in Nos.
A Incomer switchgear panel with vacuum circuit breaker for controlling the 1
secondary side of the 16 MVA, 33/11kV, 10/12.5 MVA, 22/11 kV power
transformer
B 1* Bus Coupler switchgear panel with vacuum circuit breaker (Two bus section 1
to be coupled through bus bars)
C Outgoing feeder switchgear panels with vacuum circuit breaker. 6
D Capacitor switchgear panel with vacuum circuit breaker for controlling 2300 1
kVAr Capacitor bank
* Bus coupler panel shall consists of bus section switchgear along with adapter 9 Panels
panel required to couple with same and other make of existing
switchgear Details of the existing switchgears will be furnished at the time of
engineering drawing. The bus trunking panel may be provided to make
busbar through if required in case obstruction of Building structure.

4.3 For Item No. 2 – 11KV, 350 MVA switchboard panels comprising 10 Nos. of switchgears
with vacuum circuit breaker as shown in attached Single Line Diagram SK/PRO(2013)08 and
SK/PRO(2013)08

Sub Description Quantity


Item in Nos.
A Incomer switchgear panel with vacuum circuit breaker for controlling the 1
secondary side of the 20 MVA, 33/11kV power transformer
B 2 ** Bus Coupler switchgear panel with vacuum circuit breaker (Two bus 1
sections coupled through bus bars).
C Outgoing Feeder switchgear panels with vacuum circuit breaker. 7
D Capacitor switchgear panel with vacuum circuit breaker for controlling 2300 1
kVAr Capacitor bank
** * Bus coupler panel shall consists of bus section switchgear along with adapter 10 Panels
panel required to couple with same and other make of existing
switchgear Details of the existing switchgears will be furnished at the time of
engineering drawing. The bus trunking panel may be provided to make
busbar through if required in case obstruction of Building structure.
-25-

4.4 Tenderers are requested to note that the overall dimensions of abovementioned Sets of
Switchgears shall be accommodated in the following dimensions and stated in Section 6.

Item GA Drg. No. Overall Dimension of one Set Front Clearance


No for Drawout
Width Depth Height
1 SK/PRO (2009)75-76 6500 2200 mm 2500 mm 1500 mm
mm
2 SK/PRO (2013)08 7000 2200 mm 2500 mm 1500 mm
mm

4.5 Tenderers are requested to submit the overall dimensions of abovementioned sets of
switchgear panels as well as the overall dimensions of sub items in the sets in the attached
guaranteed technical particulars. Also submit bus section layout drawing showing dimension
of all switchgear panels.

4.6 Quantity Variations

The General Manager at this discretion may alter the above quantities by ± 25% after the
contract is awarded and before delivery of material is completed but within contract validity
period.
-26-

SECTION 5: DETAILS OF EQUIPMENTS ITEM NO. 1 & 2


5.1 SUB ITEM A : Incomer switchgear panel with vacuum circuit breaker for controlling
the secondary side of the 20/16 MVA, 33/11kV, 10/12.5 MVA, 22/11 kV power
transformer shall comprise of the following

5.1.1. 1 - 3 pole, 11kV 1200 Amps (site) 350 MVA Remote/Local operated Circuit Breaker with
Vacuum interrupter.

5.1.2 1 - Set of 11 kV 1200 Amps (site) 350 MVA, ETP/EC grade copper busbars covered with
insulating sleeves suitable for 11KV voltage.

5.1.3 1 - Mechanical ON / OFF indicator.

5.1.3.1 1- Mechanical/digital operation counter.

5.1.4 2 – LEDs to show the breaker position indication i.e. Red (ON) / Green (OFF).

5.1.5 1 - Control switch with built-in discrepancy lamp having low wattage for circuit breaker
for ON/OFF operation.

5.1.6 1 – Local / Remote Control switch for the circuit breaker.

5.1.7 1 - Mechanical spring Charged / discharged indicator

5.1.8 1 – LED for indication of the spring status (spring charged) i.e. Blue.

5.1.9 2 - Set of 3 Nos. -1200 Amp (site) isolating plugs and sockets for disconnecting the
circuit breaker from the secondary cables of power transformer & bus bars and
withdrawing the switchgear from its housing.

5.1.9.1 Trip circuit Faulty LED Umber color lamp indication.

5.1.9.2 Auto trip shall be Hand reset and auto trip indication on panel shall be latched type.

5.1.9.3 Three phase voltage presence indication (Capacitive type) of the cable end on front
door.
5.1.10 Current Transformer:- 3 nos. of single-phase Current Transformers suitable for 11kV
having three cores as follows

5.1.10.1 Core 1: Ratio - 1200-750/5 Amp, Class - 5P 20, Burden - 15 VA for protection.

5.1.10.2 Core 2: Ratio: 1200-750/5 Amp, Class - PS, Knee point voltage (Vkp)>= 165 Volts.
Excitation current shall be minimum i.e. <=30 mA at Vk/2. This core shall be used for
differential, REF or any other transformer protection.
5.1.10.3 Core 3: Ratio- 1200-750/5 Amp, Class- 0.5S, Burden- 10VA for metering. Instrument
safety factor <= 5.

5.1.11 Neutral current transformer:- 1 - Neutral current transformer suitable for 11kV rated
voltage having two cores as follows and shall be supplied in loose.

5.1.11.1 Core 1: The description of this core is same as 5.1.10.2 above for Restricted Earth fault
protection to be used in association with CT core mentioned at 5.1.10.2 above.
-27-
5.1.11.2 Core 2: The description of this core is same as 5.1.10.1 above for Sensitive (Residual)
Earth fault protection.

This Neutral C.T. shall be ring type with ring not less than 75 mm x 20 mm. or internal
diameter 85 mm and suitable for inserting in the neutral lead of the power transformer.
This Neutral C.T shall be supplied along with Sub item A in loose.

5.1.12 Potential Transformer:- 3 Nos. of Single phase, resin cast Potential transformer
suitable for 11kV having secondary voltage 110/√ 3 volt having two cores as follows:
a) 1st Winding - Ratio 12000/√3 ⁄120/√3, Burden- 50 VA per phase, class – 3P for
capacitor protection & power transformer AVR functions.
b) 2nd Winding - Ratio 12000/√3 ⁄120/√3, Burden- 50 VA per phase, class – 0.5 for
metering.

5.1.13 Master Trip Relays


i) All trip commend to switchgear trip coil shall be given through
ii) There shall be provision of supervision relay for master trip relay.
iii) The master trip relay shall be preferably high speed; high burden and
hand/remote reset type.
iv) The master trip relay shall have the heavy-duty contacts and shall have provision
of 4NO & 4NC contacts.

5.1.14 Numerical Relays on 11 kV Incomer feeder –

5.1.14.1 One set of 3 phase Non- directional over current (O/C) and 1 Earth Fault (E/F) relay
and separate SEF element shall be provided. The relay shall have total five elements.

5.1.14.1.1 The range of phase current setting for the O/C shall be from minimum 50% to 250% of
the rated secondary current. This setting shall be continuously adjustable. The time
setting shall be continuously adjustable over the range from 0.025 sec to 1.6 sec.

5.1.14.1.2 The range of the high set (Instantaneous) element for the phase over current setting
shall be from 50% to 3500% (i.e. 0.5 to 35 times rated current) in addition to infinity
setting. This setting shall be continuously adjustable. The high set element shall be
either instantaneous or with selectable time delay from 0.04 sec to 3 sec. Automatic
doubling of the high set shall be possible to prevent tripping on high inrush currents
and option shall available for blocking this automatic doubling feature.

5.1.14.1.3 The range of current settings for the E/F shall be from 10% to 80% of the rated
secondary current. This setting shall be continuously adjustable. The time setting shall
be continuously adjustable over the range from 0.025 sec to 1.6 sec.

5.1.14.1.4 The range of high set element for E/F shall be from 10% to 1000% (i.e. 0.1 to 10 times
rated current) in addition to infinity setting. The high set element shall be either
instantaneous or with selectable time delay from 0.04 sec to 3 sec.

5.1.14.2 One set of Sensitive (Residual) Earth Fault Protection:


This relay shall be used in conjunction with second core of neutral current transformer.
The requirement of the relay is as per APPENDIX-I

5.1.14.3 General requirement of numerical relays shall be as per APPENDIX-I

5.1.15 One - Six cable gland box to terminate six single core 500 sq. mm, 11KV XLPE cables
(two single core cables per phase) for ITEM No.1 and One - Nine gland cable box to
terminate nine single core 500 sq. mm, 11KV XLPE cables (three single core cables per
phase) for ITEM No.2. The cable box shall be suitable for air clearance for 11KV. The
tenderer shall furnish the details of the cable termination box.
-28-

5.1.16 Multicore control cable box:- All CT, PT, Control circuit connection, shall be brought at
this box for onward connection to control panels/our SCADA system. It shall be provided
in the L.T. chamber of the switchgears. The tenderer shall furnish the details of the box
alongwith wiring.

5.1.17 Test Terminal Block (TTB):- TTB will be provided for convenience in testing of polyphase
meters, relays etc. without disturbing the load circuit. TTB shall be as per specification
clause No.6.17.

5.2 SUB ITEM B:- Bus Coupler Switchgear panel with vacuum circuit breaker: Bus
coupler panel (B1 and B2) shall consists of bus section switchgear along with adapter
panel required to couple with same and other make of existing switchgear
and bus trunking panel for making through bus bar if required in case
obstruction of Building structure. Details of the existing switchgears will be
furnished at the time of engineering drawing. Bus coupler panel (Sub item B1&B2) shall
be suitable and consist of any additional panel or accessories required to couple with the
bus section of same or different make through busbars. Those panels should be
detachable type. Overall dimension of bus coupler panel shall be included the dimension
of accessories and additional panel. Bus Coupler panel shall be suitable to install on both
side of bus section. Bus Coupler panel shall comprise of the following

5.2.1 1 - 3 pole, 11kV 1200 Amps (site) 350 MVA Remote/Local operated Circuit Breaker with
Vacuum interrupter.

5.2.2 1 - Set of 11 kV 1200 Amps (site) 350 MVA, ETP/EC grade copper busbars covered with
insulating sleeves suitable for 11KV voltage.

5.2.3 1 - Mechanical ON / OFF indicator.

5.2.4 1- Mechanical/digital operation counter

5.2.5 2 – LEDs to show the breaker position indication i.e. Red (ON) / Green (OFF).

5.2.6 1 - Control switch with built-in discrepancy lamp having low wattage for circuit breaker
for ON/OFF operation.

5.2.7 1 – Local / Remote Control switch for the circuit breaker.

5.2.8 1 - Mechanical spring Charged / discharged indicator.

5.2.9 1 – LED for indication of the spring status (spring charged) i.e. Blue.

5.2.10 2 - Set of 3 Nos. -1200 Amp (site) isolating plugs and sockets for disconnecting the circuit
breaker from incoming and outgoing circuits and withdrawing the switchgear from its housing.

5.2.11 A Numerical relay for remote control ON/OFF operation of circuit breaker with its status
feedback and trip circuit supervision facility to be provided. It shall have programmable
digital inputs & outputs as given in Annexure-C. The digital inputs and outputs of the
relay shall be routed through terminal blocks. The Numerical Relay shall be same as
specified in Incomer relay.

5.2.12 Automatic voltage selection facility shall be provided for selection of bus voltage in the
PT circuits in metering and protection class core. The detailed drawing shall be provided.
-29-

5.3 SUB ITEM C: - Outgoing feeder switchgear panel shall be comprise of the
following

5.3.1. 1 - 3 pole, 11kV, 400 Amps (site) 350 MVA Remote/Local operated Circuit Breaker with
Vacuum interrupter.

5.3.2 1 - set of 11 kV 1200 Amps (site) 350 MVA ETP/EC grade copper busbars covered with
insulating sleeves suitable for 11KV.

5.3.3 1 - Mechanical ON / OFF indicator.

5.3.3.1 1- Mechanical operation Counter.

5.3.4 2 – LEDs to show the breaker position indication i.e. Red (ON) / Green (OFF).

5.3.5 1 - Control switch with built-in discrepancy lamp having low wattage for circuit breaker
for ON/OFF operation.

5.3.5.1 Trip circuit Faulty LED Umber color lamp indication.

5.3.6 1 – Local / Remote Control switch for the circuit breaker.

5.3.7 1 - Mechanical spring Charged / discharged indicator

5.3.8 1 – LED for indication of the spring status (spring charged) i.e. Blue.

5.3.9 2 - set of 3 nos. 400 Amp (site) isolating plugs and sockets for disconnecting the circuit
breaker from the busbars and outgoing feeder cable/capacitor cable and withdrawing
the switchgear from its housing.

5.3.9.1 Auto trip shall be self-reset and auto trip indication on panel shall be latched type.

5.3.9.2 Three phase voltage presence indication (Capacitive type) of the cable end on front
door.

5.3.10 Current Transformers:- Three current transformers suitable for 11kV rated voltage
having two cores as follows:

5.3.10.1 Core 1: Ratio - 300/5 Amp, Class - 5P20, Burden - 10 VA for protection.

5.3.10.2 Core 2: Ratio - 300/5 Amp, Class – 0.5S, Burden - 10VA for metering. Instrument safety
factor <= 5.

5.3.11 Numerical Relays on 11 kV Outgoing feeder -

5.3.11.1 One set of 3 phase Non- directional over current (O/C) and 1 Earth Fault (E/F) relay:
5.3.11.1.1 The requirement of the relay is as per clause
5.3.11.1.2 General requirement of numerical relays shall be as per APPENDIX-I

5.3.11.1.3 One - Cable box (without cable termination kit) suitable for terminating 11kV, 3C x 240
sq.mm XLPE cable OR 3C x 300 sq.mm PILC cable.
-30-

5.4 Sub item D - Capacitor Feeder Switchgear panel for controlling 2300 kVAr capacitor bank
shall comprise of the following:

5.4.1. 1 - 3 pole, 11kV, 400 Amps (site) 350 MVA Remote/Local operated Circuit Breaker with
Vacuum interrupter

5.4.2 1 - set of 11 kV 1200 Amps (site) 350 MVA ETP/EC grade copper busbars covered with
insulating sleeves suitable for 11KV.

5.4.3 1 - Mechanical ON / OFF indicator.

5.4.3.1 1- Mechanical operation Counter.

5.4.4 2 – LEDs to show the breaker position indication i.e. Red (ON) / Green (OFF).

5.4.5 1 - Control switch with built-in discrepancy lamp having low wattage for circuit breaker
for ON/OFF operation.

5.4.5.1 Trip circuit Faulty LED Umber color lamp indication.

5.4.6 1 – Local / Remote Control switch for the circuit breaker.

5.4.7 1 - Mechanical spring Charged / discharged indicator

5.4.8 1 – LED for indication of the spring status (spring charged) i.e. Blue.

5.4.9 2 - Set of 3 Nos. -400 Amp (site) isolating plugs and sockets for disconnecting the circuit
breaker from the secondary cables of power transformer & bus bars and withdrawing
the switchgear from its housing.

5.4.9.1 Auto trip shall be self reset and auto trip indication on panel shall be latched type.

5.4.9.2 Three phase voltage presence indication (Capacitive type) of the cable end on front
door.

5.4.10 Current Transformers: - Three current transformers suitable for 11kV rated voltage
having core as follows:

5.4.10.1 Core 1: Dual Ratio: 300-150/5 Amps, Class: 5P20, Burden: 10 VA for protection.

5.4.10.2 Core 2: The current transformer shall be ratio of 300/5 Amps, class 0.5S burden 15VA
for metering.

5.4.11 Numerical relays on 11kV capacitor feeder breakers:

5.4.11.1 One set of 3 phase over current (O/C) and 1 Earth fault protection with IDMT and
instantaneous element. All other requirements of these relays shall be as per 5.1.14.1
mentioned above.
-31-

5.4.11.2 In addition to O/C and E/F relay, one voltage operated under voltage (U/V) and over
voltage (O/V) relay shall be provided. The range of under voltage and over voltage relay
shall be from 5% to 160% of the rated voltage (110V). The time setting shall be
continuously adjustable from 0.05 sec to 300 sec. Under voltage and over voltage relay
having in-built neutral displacement protection function and time delay unit for delayed
switching of capacitor breaker shall be preferred. Alternatively, tenderer shall offer
separate units for neutral displacement protection function as details given below.

5.4.11.3 One Neutral Displacement relay shall be provided. Details are as follows-

Rating : 110V AC
Auxiliary supply : 110V DC/250V AC
Settings: Elements 1 & 2 : 0.5 to 25 V in steps of 0.5 V.
Time Multiplier : 0.025 to 1.0 in steps of 0.025

Operating Characteristics

Element 1 : Definite Time Lag (DTL)


DTL operating time : 0 to 20 sec. in steps of 0.01 sec.
Element 2 : Standard Inverse 1.3 sec characteristics.

General: The relay shall comply with all other parameters of Numerical Relays furnished
in details at APPENDIX-I.

Residual voltage transformer (RVT) is provided in parallel with individual 2300 kVAr
capacitor bank in our system. The rating of RVT is 11/√3 kV /110/√3 volt - 110/√3 volt
(star/star-open delta winding) or 11/√3 kV/110/√3 volt (star/open delta winding).

5.4.11.4 A electronic timer shall be provided for time delay for switching in operation. The range
of the timer settings shall be continuously adjustable over a range of 1sec. to 600 Sec.
This timer shall be included in the closing circuit of breaker.

5.4.11.5 General requirement of numerical relays shall be as per APPENDIX-I.

5.4.12 One - cable box (without cable termination kit) suitable for terminating, 11kV cables of
sizes: 3 core x 240 Sq.mm XLPE cable; OR 3 core x 300 Sq.mm PILC cable.
-32-

SECTION 6 : SPECIFICATIONS
6.1 General

6.1.1 The switchgear and accessories shall be in accordance with the IEC 56, IEC-
62271/200(2003), IEC- 62271-100(2003), IEC 298, IEC 255, IS 2516 and BS 5227
publications amended to-date and also in accordance with the following supplementary
specifications.

6.1.2 The switchgear and accessories shall be tropicalized and liberally designed for continuous
and satisfactory operation under the prevailing service conditions without causing any
permanent injury or shortening of life.

6.1.3 The circuit breakers to be installed on the secondary side of the power transformer shall be
suitable for 11kV and rated frequency of 50Hz.

6.2 Variation in voltage and frequency


The switchgear and accessories shall be so designed that the switchgear shall perform its
duties satisfactorily for the variation in rated frequency (+/-3%) and rated voltage (+ 6% -
9%).

6.3 Switchgear

6.3.1 The switchgear is required for the 33/11kV or 22/11kV RSS. It is essential to cut down the
supply interruptions to a minimum while isolating and reconnecting the switchgear, replacing
current transformers etc. for testing, repairs and maintenance and also to ensure safety to
the operating personnel when carrying out such work.

6.3.2 The switchgear shall be of metal-clad, draw out type. Compartmentalized


metallic partition between all HV compartments viz. Busbars, Breakers, Cables
and PTs conforming to LSC 2B as per IEC. The breaker assembly shall be such that the
breaker can be isolated from the bus bars & cables quickly. It shall consist of switch units
complete with suitable local/remote control closing and opening devices, isolating devices,
interlocking & safety devices, bus bars, instruments transformers with necessary
connections, operation counter, frame work, interlocks, shutter gear, padlocks, connections,
small wiring, terminal boards, earth bar, labels, fixing bolts, front panel, auxiliary contacts,
operating mechanism & sundries etc, as detailed under Section-5.

6.3.3 Switchgear cubical shall be of rigid sheet steel construction with support of steel frame for
its base. All live parts of the cubical shall be adequately insulated to increase the electrical
strength and to prevent the flashover between the live parts and the earth.

6.3.4 Heaters:- Space heaters shall be provided in all the three compartments i.e. Busbar, Cable
end and Circuit Breaker compartment with complete wiring and fuses, wherever necessary.

6.3.4.1 Electronic Hygrostat-Thermostat: Adjustable Electronic Hygrostat-


Thermostat shall be provided for setting of Humidity control from 40 to 90 RH
and Temperature 00 to 600 to control the space heaters mentioned in the clause
6.3.4. It shall have 24-230 V, NO and NC contact. The preferred make of
hygrostat-thermostat is FLZ610 or equivalent.

6.3.5 All connections and contacts shall be liberally designed for carrying the rated current
continuously.
-33-

6.3.6 All indicating lamp shall be preferably of Cluster of LED types of more than 10 mm in
diameter with 22.5 mm panel cutout size having low power consumption (0.5watts) and life
expectancy of about 100000 hours. These indicating lamps shall be panel-mounting type
with rear terminal connection. LEDs shall be suitable for 110 volts DC and shall withstand
120% of rated voltage on continuous basis. LED lamps shall be preferably bi-pin socket
type with ABS housing and screwed type polycarbonated translucent lamp covers. The
lamps Replacement of LED shall be easy from front side.

6.3.7 Anti-pumping feature shall be provided in the closing circuit of all the circuit breakers.

6.3.8 Eight pairs of good quality and fast operating (less than 100milisec) auxiliary contacts on
each breaker with contact position – 8 – Normally Open (8 NO) and 8 – Normally Closed
(8NC). It shall have at least two spare contacts

6.3.9 One set of isolating plugs and sockets with additional four terminals for auxiliary circuits.

6.3.10 Spare Contacts for alarm facility with timer for DC failure/ internal relay failure shall be
provided in the circuit breaker. (For item A, C and D)

6.3.11 The items (i) Relays (ii) timer (iii) Control switches (iv) LEDs (v) L/R switches should be
mounted on panels, forming integral part of the main switchgear in such a manner that they
are not subject to any shock or vibrations caused by the operation of the circuit breakers.

6.3.12 The limit switches\ micro switches shall be provided in each cubical to indicate Breaker
status of TEST / SERVICE positions. Same shall be wired up to SCADA terminal. There shall
be Mechanical, Electrical indication for VCB in ‘TEST’ AND ‘SERVICE’ position on
front door.

6.4 Circuit breakers

6.4.1 Type – Circuit breaker shall be of Vacuum type. The make of the CB shall be the same
as the make of the switchgear manufacturer and shall be same as type tested.

6.4.2 The circuit breaker shall be of latest design and type which have proved absolutely reliable
in service and which will not require highly skilled staff for maintenance. The design of the
circuit breakers shall be such as to allow for replacement of any component without undue
difficulty or undue interruption of supply. Any special apparatus required, such as battery
equipment should be clearly stated.

6.4.3 No circuit breaker shall be offered without adequate proving tests on a prototype and the
suppliers test certificates.

6.4.4 The circuit breakers shall be with single phase enclosure.

6.4.5 The circuit breakers shall be capable of making and breaking short circuit current and
withstand the voltage given in section 5. Neither the circuit breaker nor any part of the
switchgear or its supporting structure shall be permanently strained when making or
breaking this fault current.

6.4.6 The details of the device incorporated for the above function and any other device to control
the re-striking voltage across the circuit breaker contact shall be stated clearly.
-34-

6.4.7 Enclosure of the circuit breaker:

6.4.7.1The enclosure of the circuit breaker shall be designed to withstand the arc temperature
without any damage in case internal fault current persists due to the failure of the first stage
protection systems.
6.4.7.2 The enclosure shall be capable of withstanding the normal and transient pressures of which
it may be subjected to in service or due to fault arcs. Relevant type test certificate for
internal-arc test shall be furnished along with the offer. The Internal Arc Type test shall
be carried in Cable compartment, VCB compartment and Busbar Compartment as
per IEC 62271-200-2’. As per IEC 62271-200-2.

6.4.7.3 The enclosure of the switchgear shall be Powder Coated with Siemens Gray anti-corrosive
paint of good quality with seven tank processes or Aluzinc coating for outside and
inside surface to avoid rusting and oxidation of the surface.

6.5 MVA rating

The three phase breaking capacity rating of the circuit breaker shall be 350 MVA for the
service voltage of 11kV as stated under section 5 and breaker shall able to withstand 18.4
kA current for duration of 3 seconds. Circuit breakers shall have a large factor of safety both
thermal and mechanical.

6.6 Current rating and temperature rise

6.6.1 The circuit breakers shall be capable of carrying their rated current continuously at site as
stated under section 5 without undue heating or burning of the main contacts. The circuit
breaker shall be suitable for making and breaking capacitive currents corresponding to
2300 KVAr shunt capacitors in series with 138 KVAR Reactor.

6.6.2 The standard current rating of the circuit breakers shall be liberally de-rated to suit the site
conditions so that the temperature rise shall be 5 Degrees Centigrade less than the
corresponding limits given in IS 2516.

6.7 Operating duty

6.7.1 Each circuit breaker shall be capable of making and breaking short circuit currents in
accordance with the quantities, factors and service operation requirements specified in the
IS 2516. The rated operating sequence for circuit breaker shall be “O-0.3sec-CO-3min-
CO”. Neither the circuit breaker, nor any part of the switchgear or its supporting structure
shall be permanently strained when making and breaking these fault currents.

6.7.2 The design of the circuit breaker shall be such that the circuit interruption shall be extremely
rapid to given consistent and short arc durations at all values of breaking current under all
fault conditions. The details of the device incorporated in the circuit breaker for the above
function and any further device to control the re-striking voltage across the circuit breaker
contacts shall be clearly stated.

6.7.3 The design shall be such that none of the moving parts shall stick in any way after a period
in service and make the breaker sluggish. The contacts shall be free from excessive erosion
due to frequent operation. The design shall be one which has been proved as satisfactory
over a period of years and shall operated separate equally satisfactorily under the tropical
conditions in Mumbai.
-35-

6.7.4 All three phase should close simultaneously.

6.7.5 The vacuum interrupter of circuit breaker shall be maintenance free for a minimum life level
of 10000 nos. electrical operations M2 (extended mechanical endurance) class of duties at
rated current and voltage as per clause no 6.101.2.4 of IEC 62271-100 and shall be
compatible for 100 operation at full short circuit interruptions preferably. The Vacuum
interrupters shall be completely enclosed with insulation of epoxy/EPDM or equivalent
material. Open pole construction shall not be accepted. The preferred make vacuum
interrupter shall be same as utilized during type testing or preferred make like
ABB Ltd, CGL Ltd , BEL Ltd, Schneider make, Siemens make.

6.7.6 VCB shall be preferably tested for E2 (Extended Electrical endurance class 134% of Rated
short current), C2 (Extended Capacitor switching class) as per IEC 62271-100.

6.8 Operating mechanism

6.8.1 The circuit breaker operating mechanism shall be totally enclosed and self-greasing or oiling
types and shall be spring operated.

6.8.2 The circuit breaker operating and controlling mechanism shall be so designed that the circuit
breaker shall be free to open immediately when the trip contact is made and the trip coil is
energized and once an operation is started, it must be carried to completion before any
other operation is initiated. The various parts shall be of robust construction, carefully fitted
so as to ensure free action and the design shall be such as to reduce mechanical shock at
the time of operation to minimum and to prevent inadvertent operation due to vibration or
other causes. A mechanically operated indicator in conjunction with the operating
mechanism shall be provided on each circuit breaker to indicate whether the circuit breaker
is ‘ON’ or ‘OFF’.

110 V DC battery supply will be made available by the Undertaking for the operating
mechanism and indicating LED's. Indication circuits shall be so designed that it will work on
both 110 AC and DC supply.

6.9 The automatic closing and tripping devices shall operate between the limits of 60% and
120% of normal operating voltage with the coils at a temperature of 45 Deg. C and shall be
suitable for operation on 110 V DC supply.

6.10 Spring operating mechanism


For spring-operated mechanism, a universal motor (110V AC/DC operated with minimum
wattage) of sufficient size shall be provided to charge the spring after every discharge due
to a closing operation. Power supply to the motor shall be cut-off after the spring has been
charged sufficiently. In the charged condition the force of the spring shall also be such as to
effect a complete closure of the contacts under adverse conditions. An arrangement shall be
provided for manually charging the spring in case of failure of power to operate the motor.
Four potential free contacts shall be provided in auxiliary terminal box for recharging this
spring. The time required to charge the spring manually should be as minimum as possible.

6.11 Maintenance facilities


Provision shall be made so that the auxiliary electrical connections to the circuit breaker can
be connected when circuit breaker is in isolated position/test position in order to permit its
operation for testing purpose. Interlock shall be provided, so that it shall not be possible to
put the breaker into service position when the breaker is "ON" in isolated position.
-36-

6.12 Busbars and isolating devices


All bus bars shall be of copper material and shall be located at the upper most portion of the
switchgear and so arranged that, they may be extended at any time without any difficulty.
They shall be of ample size and strength to withstand any mechanical stresses set up by
short circuit currents. Provision shall be made for expansion and contraction of the busbars
with the variation of the temperature so that no undue mechanical stresses are imposed on
the busbar insulators and supports. The busbar, Busbar Jumper and joints shall be
completely insulated covering of good quality EPDM/Raychem or equivalent
insulating materials shroud covering suitable for the rating of the busbar as
mentioned in the section 5 of the specification. The copper bus bar shall be covered
with insulating sleeve and the tenderer shall supply busbars jointing insulating material. The
tenderer shall submit the bus bar size calculations and temperature rise calculations
alongwith the offer without which the offer may be overlooked.

6.13 Interlocks and safety shutter gear

6.13.1 The isolating devices shall be so interlocked with their respective circuit breakers that, they
cannot be operated while the circuit breaker is in closed position.

6.13.2 Automatic metallic and earthed safety shutters shall be provided so that all live parts shall
be covered as soon as the switchgear is isolated and the circuit breaker is withdrawn out.
The operation of the shutters shall be done by the circuit breaker carriage mechanism and
not by the circuit breaker contact arms. The safety shutters shall be labeled with danger
labels such as “Danger 11kV Busbar end” and “Danger 11kV cable end”. Shutter locking
arrangement when circuit breaker removed from housing.

6.14 Cable boxes

6.14.1 The cable dividing boxes provided shall be placed at the back side of the switchgear
housing and shall be suitable to terminate the following sizes of cables which will
approach the cable boxes vertically from the bottom and shall be of directly attached
type:-

6.14.1.1 11kV, 500 sq. mm. single core Cu XLPE cable with two cables per phase for 11kV
switchgear controlling the secondary of the transformer (Item 1) and 11kV, 500 sq. mm.
single core Cu XLPE cable with three cables per phase for 11kV switchgear controlling
the secondary of the transformer (Item 2) of clause 4.1.

6.14.1.2 11kV, 3 core, 300 sq. mm. Al. APLYSWS cable or 11kV, 3 core 240 sq. mm. AL. XLPE
cable for switchgear controlling outgoing feeders (Item C) of clause 4.1 and capacitor
feeder (Item D) of clause 4.1.

6.14.2 The cable boxes shall be suitable to terminate the various sizes of cables mentioned in
clause no. 6.14.1 for particular type of switchgear.

6.14.3 The height of termination from ground level shall not be less than 600 mm.

6.14.4 M.S. handle shall be provided to the rear side of cable box cover for easy lifting.
-37-

6.15 Current transformers

6.15.1 All current transformers shall be 3 nos. of single phase resin cast. The rated primary
current of the current transformers shall be in conformity with the current rating of the
circuit breakers with which they are connected in series. The current transformers shall
able to withstand 18.4 kA current for duration of 3 seconds. The standard rating should
be suitably de-rated to suit the site conditions. The current transformers shall conform to
IS 2705/1992 or IEC 61869-1/2 as amended to date. They shall have suitable
transformation ratios, saturation factors, over current factors and other characteristics
and be of ample rated busbar to ensure at all time the satisfactory operation of all the
instruments and relays connected with the equipments.

6.15.2 The temperature rise of the windings by resistance shall not exceed 500C over an
average ambient of 400C and the temperature rise of the iron core if accessible (by
thermo-meter) shall not exceed that permitted for adjacent windings.

6.15.3 The mounting of current transformers shall be such that cables should not cause any
obstruction for replacement of current transformers whenever required and the job
should be possible to be done without necessitating a busbar shut down.

6.15.4 The current transformer’s name plate shall be metal engraved and C.T. resistance & knee
point voltage also shall be embossed.

6.15.5 The termination of C.T. secondary winding wiring shall be isolating facility at the terminal
block.

6.16 Voltage transformers

6.16.1 All voltage transformers shall be 3 nos. of single phase resin cast. The Voltage
transformers shall conform to IS 3156 or IEC 61869-1/3 as amended to date They
shall be installed on the draw out truck and shall be connected in such a manner that when
the circuit breaker is taken into service position, the voltmeter shall indicate the supply
voltage even if the circuit breaker is in OFF position. Primary windings shall be connected to
the switchgears through HRC fuses and current limit resistances. Secondary star winding
arranged to have their voltage ratios correct at half output and 0.9 power factor lagging.
The VT shall have capacity to ensure satisfactory operation of all the other instruments and
relays connected with the equipments and also including voltage regulating relays of OLTC
gear of transformers.

6.16.2 The temperature rise shall not exceed 400C over an average ambient temperature of 400C.
The voltage transformers shall be provided with protective fuses on primary and secondary
sides.

6.16.3 The voltage transformer shall generally conform to IS 3156 with latest amendment.

6.16.4 The voltage transformer shall have transformation ratio, as follows:

12000 120 120


--------V / -----V - ----- V
√3 √3 √3

6.16.5 The location of the Voltage Transformer should be such that it can be easily isolated even
when the transformer secondary cables are live and transformer secondary breaker is OFF.
Secondary winding wiring termination shall have isolating facility at terminal block.
-38-

6.17 TEST TERMINAL BLOCK:

6.17.1 This TTB will be installed on each switchgear panel, for convenience in testing of polyphase
meters, relays etc. without disturbing the load circuit. TTB shall be as per IS 5561-1970 (for
electrical power contacts) and latest amendment, if any.

Voltage rating: Standard reference voltage- 600 Volts max.


Current rating: Standard reference current – 30 A max.
Standard frequency: 50 Hz (+/- 5%)

6.17.2 Service condition: The TTBs shall be designed for continuous operations under tropical
climatological conditions as specified in section…

6.17.3 General and constructional requirement: The TTBs shall be of rugged construction and the
terminals should be housed in dielectric moulding with integrally moulded barriers and shall
offer ample protection against flashover. The bottom plate shall have 2 nos. mounting
screws to fix the TTB on wooden or metal base and 2 nos. of ceiling screws on either side.
The top cover shall be rust proof and shall be insulated properly to avoid any electrical
hazard during operations.

6.17.3.1 The TTBs shall be non-hydroscopic, non-ignitable and shall have good dielectric and
mechanical strength.

6.17.3.2 The TTB shall be suitable for 3 phase, 4 wire screw type front connections.

6.17.3.3 The current terminals shall be of brass /nickel-plated with excellent finish. The voltage
drop across current link through shorting screws shall be as minimum as possible and
shall be equal in all 3 phases. Each terminal shall have min. 5 mm hole for cable entry
and 2 nos. screws per terminal for fixing the cable.

6.17.3.4 The voltage terminals shall be provided with link disconnection facility. The potential link
disconnecting screws shall be with insulated head such that they can be operated
without any tool. Colour coded moulded knobs to be provided for easy identification of
phases. Each terminal shall have 5 mm hole for cable entry and 4 nos. screws per
terminal for fixing cable, so that each potential link shall have at least 2 outlets.

6.17.3.5 The extended top cover shall be of black colour. The connection diagram for 3 phase-4
wire system has to be provided on the inner side of the extended top cover with
fluorescent colour of permanent nature. The cover sealing studs shall be connected to
earth via mounting screws.

6.17.4 The TTBs shall be as per drawing no. SK /PRO ( 2004 ) 37 .

6.17.5 Riveted Name plate shall be provided on the top cover of the TTB along with following
particulars-
Description: Test Terminal Blocks
Manufacturer’s name-
Manufacturer’s sr.no./year of manufacturing-
Property of BEST undertaking
Acceptance letter or PO no.
Type of connection- screw type front connection

6.17.6 Tenderers shall submit the Dimensional drawing and Diagram of connection drawings
with the offer.
-39-

6.18 Earthing:

All switchgears shall have a separate copper earth bar (i.e. Common earthing bus bar)
with a sectional area of not less than 120 sq.mm. along the board or metal-clad
switchgear structure, each end being connected to the main earthing system. Copper
earthing strip of adequate size shall be provided in all necessary compartments of the
switchgear (i.e. cable compartment, circuit breaker compartment and CT/PT
compartment) and these shall be connected to the common earthing bus bar of the
switchgear. In case metal casings are used on instruments, then these shall be
connected to earthing bar by copper conductors of not less than 16 sq.mm section.
Provision for earthing the cable shall be nearer to the place of termination.

6.19 Control Wires and cables

6.19.1 The panel wiring shall consist of 1100 V grade, single core, stranded copper conductor
wires, FRLS PVC insulated cable. The size of stranded copper conductor shall be 4 sq
mm for CT & PT circuit and 2.5 sq mm for the remaining circuit. There shall not be any
intermediate joint throughout the length of wire. When panels are arranged to be
located adjacent to each other, all internal wiring shall be carried out internally through
bus wire slot. All the bus wire slots shall be properly blanked with removable cover.

Color coded wiring shall be provided to designate/differentiate CT, PT, AC, DC, earth
circuit as per international practice. Insulated sleeves shall be provided at wire
terminations. Each wire shall be identified at both ends with wire numbers by means of
PVC interlocked ferrules. The wiring assigned for trip command shall be provided with
red ferrule with “T” mark. All spare contacts and terminals of the panel-mounted devices
shall be wired up to the terminal blocks for onward connection.

6.20. All Inputs and Outputs of the Relay shall be wired up to T.B. in L.T. Chamber/ Control
Panel.

6.20.1 All C.T. secondary wires shall be wired up to T.B. in L.T. Chamber/ Control Panel and
thereafter the Star point shall be selectable.

6.20.2 There shall be provision to isolate individual PT circuit i.e. relay analog inputs, Secondary
PT outputs and all outgoing wires of PT circuit should be on separate TB.

6.20.3 The wiring of ON/OFF remote indication for items A, B, C, D and also that of spare
contacts shall be terminated into a junction box for onward connection to the control
panel. Also the looping wires of 110 V AC/DC, 230 V AC and feeder trip alarm circuit to
be provided along with the circuit breakers.

6.20.3.1 Also the auxiliary contacts and spare potential free contacts on relays shall be wired up
and brought to terminal block and to control cable junction box for onward connection to
control panel/our SCADA system.

6.20.4 Colour code:- Colour code for control wiring and ferrules shall be as follows –
i) Red, Yellow and Blue for Current transformer and Potential transformer wiring
ii) Black for Current transformer & Potential transformer star point
iii) Green for grounding
iv) For all Trip commands, Red color ferrule with “ T ” mark shall be provided.
-40-

Ferruling of all control wiring shall be preferably of cross-ferruling type so as to enable


us easy troubleshooting of circuit problems as shown below-

Element A Element B
1 2 3 1 2 3
B3 A2

6.20.5 Terminal block:- Control wiring and terminal blocks shall be standardized as follows

Terminal block Legend Purpose


X1 C.T. wiring
X2 110V DC input & branching
X3 110V AC/DC input & branching
X4 230V AC
X5 SCADA wiring
X6 Relay and breaker drum spare contacts
X7 Other AC/DC control wiring
X8 P.T. wiring
X9 RVT
Terminal blocks used for CT circuit shall be Heavy-duty disconnecting type terminal block.

6.20.6 Test Terminal blocks for SCADA:


i) DI, DO, CT & PT points on Tag block should be of disconnector type.
ii) One separate DI point for CB in service position.
iii) Heavy duty DO contacts.
iv) Separate TB for SCADA
v) Additional DO point will be required if Master trip is of electrical reset type.

6.20.7 For terminating the control circuit connection, sliding terminal blocks of approved design
shall be used and sample must be approved by the Undertaking. It shall have a built-in
isolating link facility to all AC/DC voltage and current circuits. It should be able to carry 10
Amp continuous current and 100 Amp fault current for 3 sec. The terminal shall be suitable
for terminating 4 sq. mm. cables for CT/PT circuits and 2.5 sq. mm. cables for remaining
control circuits. At least 20% spare terminals shall be provided for future expansion and
these terminals shall be uniformly distributed in each block. Coloured terminal such as Red,
Yellow, blue & Black shall be provided for easy identification. Sufficient space shall be kept
between the two horizontal layer of terminal block for the bunch of onward control cable
connections and tightening of the same.

6.21 Labels
All panels and apparatus mounted thereon shall be clearly labeled as required, indicating
where necessary their purpose and the ‘ON' and ‘OFF' positions. The labels shall be clearly
lettered on brass, ivory or other suitable materials. Each phase of A.C. and each pole of D.C.
connections shall be coloured in accordance with BS 158: 1961.
-41-

6.22 Name Plate

Each circuit breaker shall be provided with a metallic nameplate in the housing as well as in
the trolly. The following particulars shall be mentioned on the nameplate.
i) Manufacturer's Name and Address;
ii) Serial No. of the equipment;
iii) Rated voltage;
iv) Rated normal currents for - circuit breaker.
v) Rated frequency;
vi) Rated short time withstands current;
vii) Total weight of switchgear.
viii) Rated breaking and making capacity at rated voltage;
ix) Standard reference;
x) Date of manufacture;
xi) P.O. no. and date;

6.23 Locking arrangement


Suitable locking arrangements shall be provided as stated below:

a) Circuit breaker control switch in the Open position;


b) Circuit breaker manual operation button/handle in the ‘OFF' position;
c) Circuit breaker shall not be racked in service position when it is ‘ON' in isolated / test
position.
d) It shall not be possible to open the front door when circuit breaker is ‘ON' in service
position.

Different locking arrangements shall be provided for different types of gears to be locked.
Two ordinary keys for each locking device and two master keys are to be supplied for each
22/33kV substation.

6.24 Dimensions of the switchgear:

Dimensions of item No.1 and 2 i.e. one set of 11kV switchgear comprising of sub items
specified in clause no. 4.2 and 4.3 respectively and shall be such that overall dimensions of
one set shall be accommodated easily with due space required for maintenance from all
sides. The overall dimensions of one set of 11kV switchgear shall not exceed
dimensions specified below

Item GA Drg. No. Overall Dimension of one Set Front


Width Depth Height Clearance for
Drawout
1 SK/PRO (2009)75-76 6500 mm 2200 mm 2500 mm 1500 mm
2 SK/PRO (2013)08 7000 mm 2200 mm 2500 mm 1500 mm
The preference shall be given to the switchgear designed with minimum dimensions.

6.24.1 Width- the total width of one set of the switchgears during installed condition should not
exceed the total available space of 6500 mm for Item No. 1 and 7000 mm for Item No. 2.

6.24.2 Depth- the depth of the switchgears and trolley shall be such that the switchgear trolley can
be easily withdrawn in the available space in front of the installed switchgear, with sufficient
room left for standing the operating personnel. The depth of the switchgears shall not
exceed 2200 mm. Also, Front clearance for drawout shall be not be more than 1500 mm.
Depth of switchgear trolley shall not exceed 900 mm for Item No.1 and Item No.2.

6.24.3 Height- The height of the switchgear panels shall not exceed 2500 mm.
-42-

6.25 Accessories necessary for switchgear installation:

The switchgear shall be suitable for installation either directly on foundation floor or on the
foundation channel assembled on floor. All necessary accessories like rag bolt, bolts, nuts,
plates and frame required for installation work shall be of adequate length and diameter.

6.26 Eye bolts

Provision shall be made wherever necessary for the attachment of eyebolts to facilitate the
handling and overhauling of all apparatus. Eyebolts, which can be conveniently removed,
shall be accommodated in the spanner rack.

6.27 Spares & Accessories

6.27.1 Following spares shall be supplied Free of Cost (FOC) basis with EACH SET of 11kV VCB
switchgear :

Sr. Description Quantity


1. 3 ph O/C & E/F non- directional numerical + U/V, O/V & neutral 1 No
displacement relay for capacitor feeder breaker.
2. 3 ph O/C & E/F non-directional numerical relays for outgoing feeder 1 No.
breaker
3. Closing Coils 4 Nos.
4. Tripping Coils 4 Nos.
5. Vacuum Interrupter suitable for “item A” 3 Nos.
6. Vacuum Interrupter suitable for “item C” 3 Nos.
7. Motor & Gear Assembly 1 No.
8. Single Phase resin cast CT having STR 18.4KA/3sec, Ratio: 1200- 3 Nos.
750/1+1+1 Amps (As mentioned in para 5.1.10) for metering, each
protection and REF protection.
9. Single Phase resin cast CT, Ratio: 300/5+5 Amps. 3 Nos.
(As mentioned in para 5.3.10).
10. Single Phase resin cast CT, Ratio: 300-150/ 5+5 Amps. 3 Nos.
(As mentioned in para 5.4.10).
11. 11 kV Neutral Current Transformer ring type 1 No.
(As mentioned in Para 5.1.11). each
13. Single Phase resin cast PT, Ratio: 12000/v3 / 120-120V/v3. 3 Nos.
(As mentioned in para 5.1.12).
14. Control wire jumper with suitable plug and socket in order to check 1 No.
operation of the breaker when breaker is taken out from panel for each
maintenance purpose in which local and remote electrical operation can
be made.
15. Limit switch for motor cut-off after spring charging 2 Nos.
16. Primary Isolating Contact 1500 Amps on Incomer VCB Trolley (R,Y,B) 1 Set
17. Primary Isolating Contact 400 Amps on Outgoing/Capacitor VCB Trolley 1 Set
(R,Y,B)
18. Cable End (Circuit) Isolating spouts assembly set (R,Y,B) 1 Set
19. Busbar End Isolating spouts assembly set (R,Y,B) 1 Set
20. Indicating lamps Red, Green, Blue, Amber (Each) 2 Nos.
21. Auxiliary Switch 6 NO and 6 NC 1 No.
22 Electronic Hygrostat- Thermostat 2 nos.
-43-

6.27.2 Laptop Computer with suitable Relay software, all necessary mapping files, SCD, CID,
ICD files etc and License copy of Laptop operating software system and window
software shall be preloaded and supplied as per specification in APPENDIX- III on Free
Of Cost (FOC) basis 2 nos. laptop for order quantity more than two sets and 1
Laptop in case of order quantity of less than 2 set for each P.O.

6.27.3 Special and standard tools necessary for erection, testing and maintenance, if required
shall be supplied with switchgear on Free of Cost (FOC) Basis.

6.27.3.1 Three numbers of driving handles and two number of transport trolley for
insertion/withdrawal of circuit breaker per set of switchgear shall be supplied.

6.27.4 The laptop computer shall be suitable for programming and downloading of data of the
numerical relays. HP-COMPPAQ/IBM/DELL brand laptop computer shall be preferred. The
specification of the laptop computer shall be as per APPENDIX-III. The necessary software
shall be loaded and shall be supplied with accessories like bag, Pen Drive.

6.28 Additional facilities

6.28.1 Following additional facilities are required for communicating data to our supervisory control
and data acquisition system (SCADA):

a) Local/remote changeover switch contacts on each switchgear.


b) Two spare pairs of auxiliary contacts on each switchgear.
c) Spare terminals (at least 6 nos.) on each plug-socket assembly for auxiliary circuits.
d) Necessary potential free contacts of each relay on each switchgear. These contacts
should be brought on SCADA terminal block with one end of each contact looped and
brought on terminal block as common of potential free contacts.
e) Terminals & necessary wiring wired up from:
i) Current transformers (wiring in loop formation with shorting link) and Potential
transformer.
ii) Status of circuit breaker i.e. ON, OFF, Auto trip, Trip Circuit supervision and Spring
Discharged.
iii) 110 V auxiliary supply.

6.29 Literature and Drawings

6.29.1 The tenderer shall submit the detailed General arrangement dimensional drawings,
calculations and literature with the offer.

6.29.2 The successful tenderers shall be required to supply four copies of the following drawings
in A4 size sheet for approval within four weeks from the date of receipt of acceptance
letter:

a) General arrangement of circuit breaker


b) Earthing arrangement drawing
c) Voltage (potential) transformer drawing
d) Current transformer drawing
e) Cable termination drawing with cable box
f) Wiring diagram of connections & control cable junction box details.
g) Foundation details
h) Circuit breaker details
i) Operating mechanism
j) Interlocking scheme drawing
k) Motor control schematic drawing
-44-

l) Alarm and indication drawings


m) Structural drawings for cable supports
n) Dimensional drawing for Neutral current transformer
o) Dimensional drawing and diagram of connection of test terminal block
p) Drawing for feeder protection scheme along with details of Ethernet switch,
converters, necessary auxiliary supply arrangement and associated wiring and bill of
material.
q) Architecture drawing up-to Ethernet switch

6.29.3 Detailed technical literature and instruction manual of the switchgear along with that of
numerical relays and laptop computer offered by the tenderer shall be submitted along with
the tender. Special tools/ instruments if any required to be provided in the 22/33kV
substation for installation and commissioning shall be indicated separately along with the
quotation by the tenderer.

6.29.4 The successful tenderer shall submit 6 sets of

a) Approved/finalized drawings giving details of all parts and components (in the form of
spiral binding)

b) Details literature of the equipment, operating instruction and manual etc. on A4 size
papers.

c) 2 sets of compact disks (CD) of approved drawing and operating instruction and
manual, copy of operating programme software of numerical relays including protocol
memory map shall be provided.
-45-

APPENDIX-I

NUMERICAL RELAYS
1.1 Please refer single line diagram shown in SK/PRO (2009) 78, for proposed feeder
protection scheme for Item No. 1 and Item No. 2 respectively. Numerical relays with
combined control, protection, measurement and monitoring features shall be
offered.

1.2 Numerical relays : All relays shall be microprocessor based numerical relays and shall be
of the totally enclosed dust proof pattern in order to prevent ingress of dust, moisture or
insects. The design of the case and modules shall be such that it shall have high immunity
against electrical disturbances according to IEC-255. The relay cases shall be earthed
wherever required and conforming to IS 3842 or IEC-255 amended to date.

1.3 Construction of relays : The relays shall be of robust construction to withstand vibrations
including that while operation of switchgears. Proper locking arrangement shall be
done so that the relay doesn’t pop-out of the housing during switchgear
operations due to vibrations or any other reasons.

1.4 Operating temperature and humidity : The relay shall operate satisfactorily up to 600C
and in humidity up to 90% non-condensing.

1.5 Installation of relays :The relays shall be flush mounted in the compartment on the
switchgear cubicles and shall be withdrawable type. The mounting of relays shall be such
that local HMI interference with relay by operating staff with ease and without any external
support. Also, replacement could be effected quickly and with ease. It should be noted that
the DACUs (Data Acquisition & Control Unit) of outgoing and capacitor feeder of our existing
SCADA system will be mounted on the top of the LV compartment of switchgear cubicle.

1.6 Stand-alone relay module : The design of the relays shall be preferably modular in
construction. The module shall be multifunctional microprocessor based and each relay shall
have its own self- diagnostic features. The module shall be withdrawal on line. Any work
being done on module or any defects in one module shall not affect the performance of the
other module or the system.

1.7 Burden on CTs, PTs and auxiliary supply : The burden by the relays on CTs, PTs and
auxiliary supply shall be as low as possible. Each relay shall be practically free from normal
variations in frequency, power factor and temperature effects. The characteristics shall not
vary more than +3%.

If the Numerical Relay of particular make / brand e-model is being offered for the first time
to the Undertaking then demo will be arranged at our System Protection Division after
opening of Techno-Commercial bid for confirming compatibility of its technical specification.
Technical representative shall be deputed by the firm alongwith offered relay within
4 working days after receipt of intimation through email or letter for deciding technical
suitability.

1.8 Operating system : The relays shall have a proven real-time operating system. The man-
machine interface shall be menu driven and user friendly. The menu shall have a pull-down
structure for easy use and quick access to any data. Through relay application software, it
shall be possible to programme, download the event, fault & disturbance records, carry out
parameter /protection settings, measurement values etc.
-46-

1.9 Functions of relays : The numerical relays shall feature protection, control,
measurement, data acquisition, communication and monitoring functions of feeder
switchgear. The relay shall be SCADA compliant for our third party proposed
SCADA system.

1.10 Communication function : For local communication with laptop computer and
remote communication with a SCADA system, relay shall be provided with
following:

1.10.1 A Serial Port RS-232 on front side of the relay for communication with laptop computer
through relay software. It shall be possible to carry out parameter/ protection setting and
download data stored in the relay on a laptop through this port.

1.10.2 Fiber-Optic / RJ45 ports shall be provided on the rear side of the relay. The fiber-optic
ports/RJ 45 of each relay shall be connected in Star tropology to a Ethernet Switch of
reputed make. Necessary auxiliary 110 V DC supply connectivity to the Ethernet Switch to
be provided by supplier along with necessary LAN Cable preferably of CAT 6. The Ethernet
switch shall have 10 LAN ports (RJ45) & 4 Fiber ports (2 + 2 Spare). The LAN cable
should be of superior quality (Preferably CAT 6). Input voltage shall be 110V DC, layer 2.
Further FO / RS-232 converter to be provided for relay configuration / setting of all
numerical relays provided in one bus section from one location, data collection and
disturbance records. Suitable auxiliary supply source (i.e. DC/DC converter) shall be
provided along with this converter. The Ethernet and FO / RS-232 converter if necessary
are to be located on 11 kV main switchgear panel (i.e. sub item A). The tender may
suggest alternate configuration to meet above requirement.

1.10.3 It shall also be possible to reconfigure the protection settings from the laptop computer
via serial port and also from our local SCADA system computer with specific software
installation

1.10.4 Communication protocol : The communication protocol shall be of open type,


confirming to IEC 61850 Communication protocol. The relay shall be suitable for
integration alongwith any other make of numerical relays to any third party SCADA
system. The tenderer shall elaborate the compatibility of protocol of offered relays with
other communication protocols. The memory map (interoperability table) of the supplied
relays shall be provided with the relay software. With specific software installation
instructions, it shall be possible for the end user to configure and integrate the relays with
our SCADA system.

1.10.5 Integration of Numerical relays : To ensure successful integration of Numerical relays


with existing third party SCADA system, all necessary mapping files, SCD, CID, ICD files
etc. should be provided by the vendors. Support must be provided till complete integration
of Numerical relays on free of cost basis as and when call for SCADA integration of relay.
The tenderer shall obtain undertaking letter from the Relay manufacturer for integration
and hookup the relay with our existing SCADA solution provider.

1.11 Control function : Relay shall be suitable for reliable CLOSE/OPEN control operation of
circuit breaker of the switchgear through a SCADA system. The status of circuit breaker
shall be obtain from its auxiliary contacts and shall be communicated to relay via binary
input of the relay to detect and indicate the both CLOSE/OPEN position of circuit breaker
on a SCADA system. The binary input of relays indicating status of circuit breaker shall be
logically assigned to corresponding output relays.
-47-

1.11.1 The on/off operation from relay keypad should not be directly executed. Confirmatory
query shall be asked by relay before executing the command for operation.

1.12 Protection function : Please refer Section 5 for protection functions of 11kV Incomer,
Buscoupler, O/G feeder and Capacitor feeder switchgear. The relay shall have selectable
characteristic of definite time or IDMT curves confirming to IEC 60255.

1.12.1 The relay shall have multiple protection setting groups to allow for different operating
conditions and adaptive relaying.

1.12.2 It shall be possible to inhibit any protection function of upstream relay using digital output.

1.12.3 Backup command : In case of non-tripping of a breaker under fault condition, the relay
shall initiate a trip command (digital output) to the breaker in upstream line of the
protection system. The time for backup trip command shall be user configurable.

1.13 Data acquisition function :

1.13.1 Event records : It shall be possible to retrieve records of events with date and time
stamping to the nearest 1 milliseconds. These events shall be consisting of setting
changes, activation of status inputs/output relays, change of protection characteristics and
other internal activity in the relay. The relay shall store a log of about last 100 events. It
shall be possible to down-load the sequence of events on a computer as well as to a
SCADA system through the serial/system ports.

1.13.2 Fault records : It shall be possible to read minimum last five fault logs with date and
time stamping on front-facia of the relay. Each fault record shall include the phases in
fault, the function & the magnitude of value, which gave the tripping order and the value
of phase & earth current. It shall possible to down-load these records on a computer as
well as to a SCADA system through serial/system ports.

1.13.3 Disturbance records : In the event of power system disturbances, the relays shall be
able to capture oscilloscopic waveform (preferably 10 pre-trigger and 20 post- trigger
cycles) of energizing analogue inputs of phase/ground currents in "COMTRADE" format
with time and date stamping. Either pickup, tripping, activation of binary input or internal
signal shall be selected to trigger the waveform capture. The relay shall be able to
transmit the disturbance data to our SCADA system. The waveform capture of last five
disturbances shall be stored in the relay. It shall be possible to download the disturbance
waveforms data from relay through the serial port on a laptop computer.

1.13.4 Printing of data : It shall be possible to print the complete recorded data on a
laser/inkjet printer from laptop computer or our SCADA computer.

1.14 Auxiliary supply : The relay shall suitable for 250V AC (+/-6%) and 110V DC (+/-10%)
auxiliary supply.

1.14.1 Auxiliary supply fail alarm : There shall be a LED indication showing normal auxiliary
supply to the relay. A digital output signal shall be generated to indicate the auxiliary
supply fail to the relay. The relay shall operate normally in the range of 80V DC to 150V
DC. Also, the relays shall be able to remain stable when momentary dips occur in the
auxiliary supply. The electronic circuitry in the analog inputs shall be able to withstand
any voltage spikes in the analog inputs.
-48-

1.15 Battery backup : In case of auxiliary supply failure of relays, all relay settings and data
stored in the memory of the relay shall remain intact. The tenderer shall mention the type
and maximum duration of battery backup (i.e. self-discharge time) of the relay.

1.16 Self-test diagnostics : The relays shall have comprehensive self-test diagnostics at
power on and continuously thereafter. During operation any problem found by self-tests
shall give an alarm and an event shall be logged. If the relay fails, an alarm shall be
initiated. A LED shall also indicate the non-functioning of the relay on the relay.

1.17 Simulation : A simulation function shall be provided to test the functionality of relays in
response to programmed conditions without the need for external AC current inputs.
System parameters such as currents voltages shall be entered as set points. It shall also
be possible to simulate pre-fault, fault and post fault conditions to check the relay features.

1.18 Trip circuit supervision : The relay shall supervise the integrity of switchgears tripping
circuit. In case of trip circuit being open circuited, LED indication or display shall be
available on the relay. In addition to the LED indication, a digital output signal shall be
initiated to give an alarm and an event shall be logged. If numerical relay does not have
in-built trip circuit supervision facility, then a separate trip circuit relay shall be provided
and NC contacts to be wired upto the terminal block for the annunciation purpose.

1.19 Time synchronization : The relay shall have an in-built real-time Clock. It shall be able to
synchronize the real time through SCADA computer or external GPS clock or a binary input.

1.20 Digital inputs : The relays shall have user programmable digital inputs. All digital inputs
shall be programmable for assigning it to any protection function, any output relays or to
LED on the relay. It shall able to program digital input with pickup or drop out delay. It shall
able to transmit external trigger received by digital inputs to our SCADA system computer as
sequence of events, with time and date stamping to the nearest one millisecond. It shall be
possible to download the log of events through serial port. The number of digital inputs for
feeder switchgear relays shall be suitable to our requirement as mentioned in Appendix II.

1.21 Digital outputs : The relay shall have user programmable digital outputs relay. The
command output relay shall be rated to operate the switchgear trip /close coil, for trip and
remote ON/OFF control operation of circuit breaker. Beside above referred command relays,
additional user programmable digital output relay shall be provided for alarm/signal purpose
these output relays shall be provided with heavy-duty contacts. The contacts shall be self-
cleaning with long life. The contact shall make firmly without bouncing and be unaffected to
external vibration. It shall possible to assign any of the output relays with any of the digital
input or with any combine programmable thresholds or to any LED. The output relays shall
be either self-reset, hand reset or electrically reset. The number of digital output relays for
the feeder switchgear shall be suitable to our requirement as mentioned in Appendix II.

1.22 Contact rating : The contact rating of digital output relay shall be as follow-

For Command output relay :

i) Rated voltage : 250 V AC or DC


ii) Continuous carry : 5 Amps.
iii) Make & carry for 0.5 sec : 30 Amps
iv) Make & carry for 3 sec : 15 Amps.
v) Breaking capacity for DC when L/R< 40 : 3 or 5 Amps.
milisec for control voltage 110 V DC
-49-

For Signaling/alarm output relays:

i) Rated voltage : 250 V AC or DC


ii) Continuous carry : 5 Amps.
iii) Make & carry for 0.5 sec : 10 Amps
iv) Make & carry for 3 sec : 8 Amps.
v) Breaking capacity for DC when L/R< 40 : 0.5 or 1 Amps.
milisec for control voltage 110 V DC

1.23 Relay shall have programmable digital inputs and digital outputs as given in clause
no. Appendix II. The digital inputs and outputs of the relay shall be routed through
terminal blocks.

1.24 Measurement functions :

1.24.1 The CT secondary current input from the field switchgear to the relay shall be 5 AMPS and
PT secondary voltage shall be 110V. The relay shall measures/compute following analog
parameters of the feeders;

a) RMS line and ground current (in primary values)


b) RMS line voltage (in primary values)
c) Active, reactive and apparent power
d) Power factor
e) Active and reactive energy

1.24.2 All above requirements can be met through numerical relay only.

1.24.3 Accuracy of metering : The current and voltage accuracy shall be +/-1% of full-scale value.

1.25 User Interface : The relay shall have front panel user interface through which all the
function including protection, LEDs, binary inputs and outputs can be programmed and
modified as well as data can be assessed. Alphanumerical display with back light glow shall
be provided with key information i.e. event, fault data, measurement, setting etc.
Programmable LEDs shall be provided for any programme function, trip, alarms, power on,
watch dog, digital input, trip circuit supervision. Acknowledgement of alarm and trip LEDs
shall be possible locally and remotely through our SCADA system computer.

1.26 Software security : Password protection shall be provided for any changes which alters
the configuration of the relay which include enable/disable settings, protection function
characteristic selection, system PT and CT ratio scheme, logic setting to ensure security
against fraud or tampering.

1.27 Tests (Type withstand tests) : The supplier shall submit the following test certificates.

a) Insulation test - High voltage test as per IEC 255-5 (2 KV, 50 HS, 1 min)
b) Leakage resistance - As per IEC-255-5 (500V DC, 200 Mohm)
c) Impulse voltage test - As per IEC-255-5 (5KV, 1.2/50 microsec)
d) Fast transients - As per ANSI/IEEE C37.90 & IEC 255-22-4, (2kV @ 5*50 ns, Ri=50 Ohms.
e) Electrostatic discharge - As per IEC 255-22-2.
f) Current withstand - As per ANSI/IEEE C37.90
g) Vibration withstand - As per IEC 255-21-1
h) Radio frequency interference- As per IEC 255-22-3
-50-

APPENDIX-II

Programmable digital inputs and digital outputs

1.0 Each relay shall have programmable digital inputs and digital outputs as given below.
The digital inputs and outputs of the relay shall be routed through terminal blocks.

i) Relay for Non dir. O/C + E/F function (For Incomer):

INPUT DIGITAL INPUT DESCRIPTION OUTPUT NO DIGITAL OUTPUT


NO DESCRIPTION
1 CB OPEN 1 REALY TESTING
2 CB CLOSED 2 SPARE
3 CB SPRING CHARGED 3 CB TRIP – TRIP 286
4 LOCAL SWITCH STATUS 4 CB REMOTE CLOSED
5 REMOTE SWITCH STATUS 5 CB REMOTE TRIP
6 TRIP CIRCUIT HEALTHY PRECLOSE 6 INDICATION
7 TRIP CIRCUIT HEALTHY POSTCLOSE 7 INDICATION
8 CB IN TEST 8 INDICATION
9 CB ISOLATED 9 INDICATION
10 MASTER TRIP RELAY TRIP 10 INDICATION

ii) Relay for Non dir. O/C + E/F function (For Outgoing feeder):

INPUT DIGITAL INPUT DESCRIPTION OUTPUT NO DIGITAL OUTPUT


NO DESCRIPTION
1 CB OPEN 1 REALY TESTING
2 CB CLOSED 2 SPARE
3 CB SPRING CHARGED 3 CB TRIP – TRIP 286
4 LOCAL SWITCH STATUS 4 CB REMOTE CLOSED
5 REMOTE SWITCH STATUS 5 CB REMOTE TRIP
6 TRIP CIRCUIT HEALTHY PRECLOSE 6 INDICATION
7 TRIP CIRCUIT HEALTHY POSTCLOSE 7 INDICATION
8 CB IN TEST 8 INDICATION
9 CB ISOLATED 9 INDICATION
10 MASTER TRIP RELAY TRIP 10 INDICATION
-51-

iii) Relay for Non dir. O/C + E/F function (For Capacitor feeder):

INPUT DIGITAL INPUT DESCRIPTION OUTPUT NO DIGITAL OUTPUT


NO DESCRIPTION
1
1 CB OPEN REALY TESTING
2
2 CB CLOSED SPARE
3
3 CB SPRING CHARGED CB TRIP – TRIP 286
4
4 LOCAL SWITCH STATUS CB REMOTE CLOSED
5
5 REMOTE SWITCH STATUS CB REMOTE TRIP
6
6 TRIP CIRCUIT HEALTHY PRECLOSE INDICATION
7
7 TRIP CIRCUIT HEALTHY POSTCLOSE INDICATION
8
8 CB IN TEST INDICATION
9
9 CB ISOLATED INDICATION
10
10 MASTER TRIP RELAY TRIP INDICATION

iv) Relay for Bus Coupler:

INPUT DIGITAL INPUT DESCRIPTION OUTPUT NO DIGITAL OUTPUT


NO DESCRIPTION
1 CB OPEN 1 REALY TESTING
2 CB CLOSED 2 SPARE
3 CB SPRING CHARGED 3 CB TRIP – TRIP 286
4 LOCAL SWITCH STATUS 4 CB REMOTE CLOSED
5 REMOTE SWITCH STATUS 5 CB REMOTE TRIP
6 TRIP CIRCUIT HEALTHY PRECLOSE 6 INDICATION
7 TRIP CIRCUIT HEALTHY POSTCLOSE 7 INDICATION
8 CB IN TEST 8 INDICATION
9 CB ISOLATED 9 INDICATION
10 MASTER TRIP RELAY TRIP 10 INDICATION
-52-

APPENDIX-III

1.0 Specification of Laptop Computer

The Laptop Computer with authorized license copy of software, operating system and
software system for numerical relay as per specification underlined at clause 5.8.3 shall be
supplied on Free of Cost (FOC) Basis.

1.1 The laptop computer shall be suitable for programming and downloading data of the
numerical relays. The laptop computer shall be complete with necessary hardware and
software required for programming and data down loading from numerical relays. The
laptop computer shall withstand shock, vibration, dust and a wide range of operating
temperature in harsh environment. The successful tenderer shall supply all the CDs of OS,
concerned drivers, MS office, Antivirus Software, offered Numerical relay application and
good quality shock absorber leather type enclosure along with laptop computer. DELL,
HP/Compaq, Lenova brand Laptop computer shall be supplied.

1.2 Specifications/Requirement of Laptop Computers-


a) CPU- i5 processor
b) 15.1” TFT screen for lap top
c) System memory- 4GB DDR SDRAM.
d) Hard Drive - 500 GB or higher
e) Drive CD(RW) +DVD (RW) combo drive- 52x, 8x speed or higher
f) Video/Graphics – AGP 4X ATI Radeon graphics with 3D hardware acceleration & 64
MB VRAM; composite Tv-out support simultaneous display capability.
g) Blue tooth enabled Multimedia
h) Inbuilt Modem for 56 Kbps download
i) Audio–16 bit sound blaster with built-in dual stereo speakers
j) 1 No. RS 232 Port
k) Parallel port- One enhanced parallel port for printer
l) USB & other interface- Three USB ports and other requirement port
m) External pen drive- 16 GB or latest
n) Battery – 9 cell primary Lithium-ion battery.
o) Pointing Device- Biometric palm ret with on/off and up/down scroll key, External
mouse, touch pad.
p) Operating system - Latest operating system Preferable window 10, WINDOW XP,
professional/ Vista.
q) Software-Licensed copies of WINDOWS-XP Professional/Vista, MS Office 2010, latest
version of Norton/Quick Heal Antivirus and standard software offered with concerned
brand, Offered Numerical relay application software.
r) Power supply adaptor and necessary accessories to interface numerical relay with
Laptop computer including supply of 2 Nos. of 10 meter cables with RS232 cables
with connectors per laptop.
s) Make: DELL, HP Compaq and Lenova brand.
-53-

SECTION 7 : DISPATCH INSTRUCTIONS

7.1 Packing and marking for dispatch

7.1.1 Each switchgear shall be packed separately in strong wooden boxes in such a
manner that each box can be transported up to 11kV switchgear room of the
33/22kV and 110kV RSS.

7.1.2 Each box shall be marked with cross reference number to indicate clearly that the
components pertaining to the specific switchgear bay.

7.1.3 The tenderer shall minimize the work at site by assembling number of components in
the factory. The sub-assemblies shall be hermatically sealed and filled with nitrogen
at low pressure.

7.1.4 The tenderer shall make his own arrangements to transport the equipment at the
respective 22/33kV and 110kV RSS. The tenderer shall make his own arrangements
for free delivery of the material by road transport to Kussara Stores, Mumbai or
directly at the site informed at the time of releasing delivery schedule, including
arrangement for unloading and stacking of equipments at the proper place.

7.1.5 The information given below shall be painted on at least two sides of each package
and shall also be engraved on at least two meal labels securely fitted on the sides of
the box. Each box shall contain a packing list and a copy of each shall be forwarded
in advance to this Undertaking.

i) Descriptive name of the equipment;


ii) Serial number of the equipment;
iii) Contract number;
iv) Manufacturer's name and address;
v) Dimensions of container;
vi) Year of manufacture;
vii) Gross weight of packing/wt. of switchgear

B. E. S.
&
T.

MUMBAI (INDIA)

7.1.6 The tenderer shall pack the equipment so as to be completely air, moisture and
water tight in order to prevent damage during transport.

The necessary tools such as spring charging handles (2 nos.), breaker rack in / out
handles (2 nos.), and one copy of approved drawing shall be provided with the
packing of every switchgear of Item no. A.

7.1.7 The package of the equipment in case of imported equipment shall be suitable for
storing in open air in Mumbai Docks till the clearance from the Custom is obtained.
-54-

7.2 Tests

7.2.1 The inspection testing and sampling will be carried out at the works of
supplier as per IEC 67771-200-2003. The prototype inspection and lot
inspection shall be carried out for two days excluding travelling day in the presence
of representatives of the Undertaking at the works of firm for which at least 15
working day advance notice shall be given. (Tenderer shall inform in advance
their programme of prototype/ lot fabrication & testing of switchgears).

7.2.2 Inspection and Routing Tests shall be carried on each lot of switchgears in presence
of representatives of the Undertaking for which due notice shall be given by the
tenderer.

7.2.3 Tests at Manufacturer's works shall be carried out on Free of Cost (FOC) basis as
specified in section 9 "Schedule of tests" and in accordance with the general
conditions of contract.

7.2.4 The tenderer shall furnish duly certified three numbers of copies of test certificates
showing the results of tests mentioned above and the test results shall conform to
the requirements laid down in standards.

7.3 Documents to be submitted along with one set of switchgear to be


dispatch - Following documents shall be provided with the packing of every incomer
switchgear.

a) Hard copy of 3 Nos. spirally binded approved drawing (as-built drawing).

b) Duly certified 3 hard copies of Routine/acceptance test certificates of VCB Panels,


Current Transformers, Potential Transformer, and Numerical relays showing the
results of tests mentioned above. The test results shall conform to the
requirements laid down in standards.

c) Hard copy of 3 Nos. operation instruction and maintenance manual.


-55-

SECTION 8 : DIVISION OF ENGINEERING RESPONSIBILITY


8.1 The tenderer shall ensure that the Undertaking is closely associated with the design and
manufacture of the switchgear right form the beginning and the Undertaking reserves the
right to inspect the circuit breaker and associated equipment during manufacture.

8.2 The tenderer shall be responsible for testing switchgear at site. The tenderer will have to
guarantee satisfactory operation of the switchgear for a period of 24 months from the
date of commissioning of the equipment but not exceeding a period of 36
months. During this period, any defects arising out of faulty workmanship or faulty design
shall be rectified by the tenderer, free of cost, to the entire satisfaction of the Undertaking.

8.3 The tenderer shall indicate precautionary measures required to be taken at site during
erection work.

8.4 The tenderer shall also provide technical guidance, training and assistance in solving
associated problems which may arise during erection & commissioning of switchgear/
numerical relays as well as installation of numerical relays of power transformer primary side
protection scheme.

8.5 The pre-commissioning test procedures shall be properly documented for all the numerical
relays and shall be furnished by the successful tenderer before its commissioning. The pre-
commissioning test shall be carried out by the undertaking after installation of switchgear in
our 22/33 KV Receiving substation. Successful tenderer shall certify the pre- commissioning
test results before commissioning the system.

8.6 At the time of erection and commissioning of the switchgears and associated numerical
relays at respective 110/33/22 kV substation, the successful tenderer shall depute his
representative free of cost to supervise/guide the said work, if called for.

8.7 Training of operating staff/officer of BEST Undertaking at site:

i) The successful tenderer shall training free of cost in 4 batches during installation stage
of the said equipment. Training shall be given on the material supplied material site or
the Supplier shall arrange the dummy equipment for giving the training. Training shall
cover following points:
ii) Programming of the numerical relays through computers/HMI.
iii) Data retrieving and report generation.
iv) Trouble shooting and error correction.
v) Installation/maintenance of switchgears and verify all interlocks
vi) Identification of erosion of vacuum interrupter contact.
vii) Replacement of vacuum interrupter.
viii) Adjustment of operating mechanism and training on Control wiring.
ix) Any other as suggested by the Supplier.
-56-

SECTION 9 : SCHEDULE OF TESTS – TESTS ON CIRCUIT BREAKER


9.1 Type tests: Records and reports of mandatory type tests carried out according to the
relevant IEC publication shall be submitted along with the offer by the
manufacturer/tenderer.

9.1.1 The Tenderer who had supplied 11KV VCB or above rating in the past to the undertaking
and there is change in design to earlier design.

9.1.2 The tender who have not supplied 11KV, 350 MVA, Indoor VCB to the undertaking i.e new
supplier to the undertaking for the item.

9.1.3 Internal arcing test shall be carried out as per clause no, 6.106 and annexure A of IEC
6227/200 on Cable end compartment, Busbar Compartment and VCB compartment.

9.2 Routine Tests :

The manufacturer shall carry out following routine tests on all circuit breakers at their works
and submit the records and reports at least 3 copies at the time of dispatch.

1. Power frequency voltage dry tests on the main circuit as per clause 7.1 of IEC publication
No.62271 – 100, 2001.

2. Voltage tests on control and auxiliary circuit as per clause 7.2 of IEC publication No.62271-
100, 2001.

3. Measurement of the resistance of the main circuit as per clause 7.3 of IEC publication
No.62271-100, 2001.

4. Mechanical operating tests as per clause 7.101 of IEC publication No.62271 –100, 2001.

5. Tests on auxiliary electrical, pneumatic and hydraulic devices as per clause 7.104 of IEC
publication No.62271 –200, 2003.

6. Check of wiring as per clause 7.4 of IEC publication No.62271 – 200, 2003.

7. Design and Visual checks as per clause 7.5 of IEC 62271 –100, 2001.

8. Insulation and High voltage tests on numerical relays as per IEC 255.

9. In addition to the tests specified in this document, the purchaser reserves the right of
carrying out any inspection or test at the manufacturer's work.
-57-

SCHEDULE-VIII

PRICES, DELIVERY, TENDER VALIDITY & CONTRACT VALIDITY


1. Prices:

1.1 The prices of 11kV, 350 MVA, Indoor, Vacuum Circuit Breakers Switchgears Sets should be
unconditionally 'Firm' and shall be for free delivery to our Materials Management Dept.,
Kussara/Anik Depot, Mumbai, including arrangement for unloading and stacking them at the
proper place. The prices shall also include transit insurance. The prices shall however be
exclusive of GST, which shall be clearly mentioned.

1.2 These goods are meant for use in generation/distribution of electrical energy. The prices
shall however, be exclusive of GST applicable, the percentage of which should be indicated
clearly. (Please refer Clause-2 of ‘Conditions of Tender, Schedule-III).

1.3 It will be the responsibility of the manufacture for safe transport of the materials including
and keeping the same at proper place. The freight charges, insurance and unloading
charges shall be clearly quoted in the Schedule of Prices and Delivery.

2.0 Delivery:
2.1 The successful tenderer shall be required to submit 4 copies of necessary drawings as
specified in Section 6.29.2, within 4 weeks from the date of receipt of our Purchase Order.
2..2 The prototype set shall be offered for inspection within 12 weeks from the date of
approval of drawings and shall be delivered at site/Kussara Stores, within 3 weeks from
the date of dispatch clearance. However, the tenderer shall have to deliver the Proto type
and get it approved within 24 weeks from the date of release of Purchase Order failing
which, Liquidated Damages shall be recovered from the payment due to the firm.
2.3 After approval of prototype set, the delivery shall commence within 8 weeks @ 1 set
(comprising of 9 Nos. of Item No. 1 and 10 Nos. of Item No. 2. of switchgears panel
specified in Spec. clause 4.1) per month thereafter tentatively. Computer system shall be
delivered along with the delivery of prototype and successive lot of Switchgears. Spares
shall be delivered along with each Switchgear set.
2.4 The delivery schedule given above is tentative and may be revised by us at our option.
However, notice of 30 to 40 days would be given for the change in delivery schedule.
Therefore, the tenderers shall upload their own delivery schedule based on the lead time for
manufacturing, lot inspections, time required for dispatch, etc. in the format shown in
Annexure-B incorporated in the tender document.
2.5 Before delivering prototype and each lot as specified above, tenderers shall offer these units
for inspection and testing at their works. In this connection, they shall given an advance
intimation of atleast 15 days to our Divisional Engineer (Project), B.E.S. & T. Undertaking,
Backbay Veej Bhavan, 2nd floor, 149/150, Gen. J. B. Bhosale Marg. Nariman Point Mumbai -
400 021, who will arrange to depute Engineers to their works for inspection and testing.
-58-

3.0 Validity:

Tender Validity : 6 months from the technical bid opening date. It is the
period (from technical bid opening date) within which the
Undertaking is required to enter into contract with the
firm. On expiry of such period, the rates quoted in the
tender are not binding upon the suppliers.

Contract Validity Period : 30 months from the technical bid opening date.

The Undertaking has newly introduced this concept of


Contract Validity Period (in addition to Tender Validity) in
order to ensure fairness and clarity to get competitive
bids from the suppliers. This Contract Validity Period
shall commence from tender bid opening date till a
period of 30 months as mentioned above. During the
Contract Validity Period, it will be binding upon the
suppliers for faithful execution of the contract as per
contractual terms for the entire ordered quantity
including ±25% quantity.

The offer shall be valid for acceptance upto the tender/contract validity period mentioned on
the tender site. The offers with lesser validity period may be considered as ‘Non-Responsive’
and their price bid shall not be opened.
-59-

SCHEDULE-IX

TERMS OF PAYMENT

The Terms of Payments shall be as follows:

100% payment shall be made either on 30th day from the date of material acceptance or on 8th day
from the date of submission of Tax Invoice, whichever is later.
-60-

ANNEXURE-A1

SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS


(MUST BE FILLED IN BY THE TENDERER)

PART 1 : VACUUM CIRCUIT BREAKAR

Tenderer shall furnish this Annexure with all details against each clause. Bidder shall not change
the format of this Annexure and the description of parameters incorporated in the same.

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
A 11 kV Switchgear
1 Type, make, model No of circuit Metal clad, a) Type:
breaker Air insulated, b) Make:
a) Truck Draw-out type,
c) Model:
b) Panel VCB
2 Place of manufacture To be offered
3 Address of factory/works from To be offered
which Switchgear are offered
4 Name of the contact person and To be offered
contact no.
5 Standard to which circuit breakers IEC 62271/ 200
are manufactured- IS, IEC (2003) IEC 62271/
100 (2003)

6 Number of phases Three


7 Frequency 50HZ
8 Normal current capacity (Standard)
9 De-rated current capacity (Site) I/C 1200A, B/C
1200A, O/G 400A,
CAP 400A
10 Rated voltage 12 KV
11 Service voltage & system 11KV
12 Insulating medium Air
13 Rated power frequency insulation 28KV
level to earth for 1 minute – kV IEC 60694 Table
1a
14 Rated power frequency insulation 32KV
level to earth across open contacts IEC 60694 Table
for 1 minute- kV 1a
15 Rupturing capacity of the Circuit 350MVA/
breaker offered MVA / KA at. 18.5KA
16 Method of closing Manual, Electrical,
Remote
a) Current rating 5A
b) Normal voltage for operation 66 V and 121 V
c) Burden at normal voltage To be offered
(watts)
-61-

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
17 Manual , Electrical,
Method of tripping
Remote
a) Current rating 5A
b) Normal voltage for operation 66 V and 121 V
c) Burden at normal voltage
To be offered
(watts)
18 Rated impulse insulation level to
75kVP
earth (As per IEC 60694 Table 1a)
19 Rated insulation level to earth 85 kV(rms)
across open contacts – KV (as per IEC 60694 Table
IEC 60694 Table 1a) 1a
20 Anti Pumping feature To be Provided
21 Making capacity - peak current -KA 46 kA Peak
22 Breaking capacity 350 MVA
a) Symmetrical (KA) 18.4 KA
b) Asymmetrical (KA) 18.4 KA
23 Short time currents, 5 sec…kA 18.4KA
24 Operating time from the instant
at which trip coil receives its
As per IEC
tripping impulses to the instant at
which contacts separate
a) Without current (in Sec)
b) For given short circuit breaking
current (in Sec)
10% of In 13 micro second
30% of In 13 micro second
60% of In 26 micro second
100% of In 61 micro second
Short circuit
25 Arc duration from separation of
arcing contacts to instant of arc
As per IS 2516
extinction stated for breaking
currents of no. of loops at
10% of short circuit To be offered
30% -- do -- To be offered
60% -- do -- To be offered
100% -- do – To be offered
26 Make time i.e. Time from closing
of control switch to completion of
closing stroke with rated making To be offered
current including closing of series
break if any (sec)
27 No. of current interrupting breakers One
in series per phase
28 Speed of break (100%) S.C. To be offered
Current
29 Internal arc Test certificate To be submitted
submitted
-62-

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
30 Length of stroke of moving contacts To be offered

31 Type of Main contacts To be offered

32 Type of arc control device. To be offered

33 High voltage test on completely


assembled circuit breaker.
a) 50 Hz. Test voltage for 1 28KV
minute - KV
b) Impulse test withstand voltage 75KV
on 1/50 KV full wave.
c) Minimum clearance in air for To be offered
switchgear assembly.
d) Wattage and voltage of 110 V AC/ DC
operating mechanism Spring operated
mechanism with
minimum wattage
34 Surface protection of the metal
enclosure.
a) From inside 7 Tank process
b) From outside IS:6005
35 a) Year when the first vacuum To be offered
breaker was put in commercial
service.
b) No. of years the particular To be offered
design of the circuit breaker
offered has been in Service.
36 Total weight of switchgear in Kg. To be offered
a) Breaker with switchgear housing. To be offered
b) Breaker only To be offered
37 Make of offered interrupter & To be offered
Degree of vacuum inside the
interrupter
38 Maximum number of opening
& closing operations which
can be performed at
Operation counter provided- Yes
Yes/No
a) 100% short circuit Level To be offered
b) Normal electrical operations Min 10000 nos.
39 Gap between contacts in vacuum. To be offered

40 Area of contacts. To be offered

41 Minimum clearance required in Minimum front


front of the switchgear for full clearance shall not
withdrawal of the draw out truck of be more than 1500
the circuit breaker. mm.
42 Material of Busbar, ETP Copper
-63-

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
43 a) Size of busbar in mm To be offered
b) Cross section area of Busbar To be offered
in Sq.mm.
44 Temperature rise & Busbar size To be submitted
calculations submitted or not
45 Clearance between the phases & As per IS 2516
between phases and earth in
mm
46 Rated operating sequence of Circuit O-0.3 sec. – CO-3
Breaker min. - CO
47 Operating Mechanism type Spring operated
type with universal
motor – 110 V
AC/DC
48 Maintenance Facilities available or Yes
not
49 Indication lamps type Preferably Cluster
of 14 LED type
50 Mechanical Indication provided or For ON/OFF
not position of CB
51 Interlocks & safety shutters To be provided
provided or not
52 a) Cable boxes for Incomer, Sub 11kV, 1C x 500
Item No A. sqmm, Cu. XLPE
cable 2 nos. per
phase.
b) Cable boxes for O/G and 11kV, 3C x 240
Capacitor Switchgear, Sub Item sq.mm. Alu. Cable
No C & D 1 no.
53 Height of termination from ground Not less than 600
level mm.
54 No. of Auxiliary drum Contacts 8NO + 8 NC
55 Terminal Block with built in Rating 10 Amps
isolating link Facility- provided or continuous
not current, 100 Amps
fault current for 3
sec.
56 No. of Potential free contacts
57 Control cable - size and type (FRLS) FRLS – 2.5 mm
strands
a) For CT & PT circuit 4 sq.mm.
b) For Remaining Control circuit 2.5 sq.mm.

58 Locking arrangement Padlocking


59 Drawings submitted To be submitted
60 Space Heater provided. To be provide in
Busbar, CB, Cable
Adjustable Electronic Hygrostat- end chamber
thermostat of FLZ610 or equivalent
to be provided.
-64-

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
61 Test Terminal block as per Drg. No. Yes
SK/PRO/(2004)37 provided
62 Automatic voltage Selection Relay At Bus coupler
panel
a) Type / Make To be offered
b) Number of NO / NC contacts To be offered
63 Copper Earthing Strip of area not Copper busbar
less than 120 sq.mm. with minimum 120
sq.mm. C.S. in
Cable, CB & CT/PT
compartment.
64 a) Dimensions of switchgear in mm Including all projections
Width Compact preferred
Depth 2200 mm
Height 2500 mm
b) Dimensions of trolley (Circuit Breaker) in mm
Width To be offered
Depth 900 mm
Height To be offered
a) Overall Dimensions of Bus Section consists of 9 nos of switchgears in mm including all projections
65 Width 6500 mm
Depth 2200 mm
Height 2500 mm
b) Overall Dimensions of Bus Section consists of 10 nos of switchgears in mm including all projections
Width 7000mm
Depth 2200 mm
Height 2500 mm

INDICATION LED LAMPS, MECHNICAL INDICATOR AND CONTROL SWITCHES:

Sr. Description Tenderers Offer for all VCB


No.

66 Mechanical Indicator for ON/OFF, Spring


Charging/Discharging, operation counter is provided
(Yes/No)
67 Electrical LED Lamp Indication for ON and OFF,
spring charging, faulty trip circuit, is provided
(Yes/No)
68 Control Switch with built-in discrepancy (T-N-C),
Local / Remote control Switches are provided
(Yes/No)
69 Safety shutters, isolating plug and sockets for
disconnecting incoming and Outgoing circuits and
withdrawing VCB from housing is Provided (YES/No)
70 Spares will be supplied with each set as per clause
no 6.27 of specification on Free Of Cost (YES/No)
-65-
ANNEXURE-A2
SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS
(MUST BE FILLED IN BY THE TENDERER)

PART 2 : POTENTIAL TRANSFORMER:

Sr. Description BEST Tenderers Offer


No. Requirement Incomer
Sub item A
1 Standard to which it is manufactured. IS 3156

2 Make and brand of Potential Transformer To be offered

3 Type and ratio. 3 nos. of single


phase, resin
cast, 12kV/120-
120V
√3
4 Rated burden / phase VA. Wdg1-50 VA

Wdg2-50 VA

5 Class Wdg1-3P

Wdg2-0.5

6 Maximum ratio error at As per IS 3156

a) 90 % to 100 % of rated voltage &


25 % to 100 % of rated burden at
unity power factor
b) 90 % to 106 % of rated voltage &
10 % to 50 % of rated burden at 0.2
power factor
c) Star point of Primary shall be earthed Confirm

7 Maximum phase difference at As per IS 3156


a) 90 % to 100 % of rated voltage & As per IS 3156
25 % to 100 % of rated burden at unity
power factor – Minimum
b) 90 % to 106 % of rated voltage & As per IS 3156
10 % to 50 % of rated burden at 0.2
power factor - Minimum
8 Weight in Kgs. To be offered

a] Single phase unit To be offered

b] Three phase unit To be offered

9 Automatic voltage selection facility shall be Yes


provided for selection of bus voltage in the
PT circuits in metering and protection class
core on bus-Coupler Panels (YES/NO)
-66-
ANNEXURE-A3
SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS
(MUST BE FILLED IN BY THE TENDERER)
PART 3 : NUMERICAL RELAYS

Sr. Description BEST Tenderers Offer


No. Requirement Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
1 a) Make and brand of Relay To be offered

b) Type / Model To be offered


c) Function offered by relay A-O/C + E/F,
Sen E/F
B-NR/IED,
C-O/C + E/F,
D-O/C + E/F +
U/V +
O/V + NDR
d) Standards to which relays are IS 3842 OR
manufactured IEC 60255
e) Installation of relay Flush mounted
and withdrawal
type
f) Relay with combined Control, All in one
Protection, measurement , Data
Acquisition, Monitoring
2 Protection function-Range of Setting
I) Over Current (Phase)
a) IDMT stage in % of In 50% to 250%
b) TMS 0.025 to 1.6 sec.
c) TMS adjustment Continuously
d) Definite Time in sec 0.04 sec to 3
sec.
Over current-High set

a) High Set (DMT) stage % of In 50% to 3500%


b) TMS 0.05
c) Current adjustment Continuously
d) Definite time in sec Instantaneous or
0.04 sec to 3 sec
II) Earth Fault-IDMT
a) IDMT stage % of In 10% to 80%
b) TMS 0.25 to 1.6 sec.
c) Definite Time in sec 0.04 sec to 3 sec.

Earth Fault –High Set


a) High set (DMT) stage % of In 10% to 1000%
b) Current adjustment Continuously
c) Definite time in sec Instantaneous or
0.04 sec to 3 sec
Sensitive E/F
a) IDMT stage in % of In To be offered
b) IDMT TMS in sec To be offered
c) TMS adjustment To be offered
-67-

Sr. Description BEST Tenderers Offer


No. Requirement
Incomer B.C. O/G fdr CAP. fdr
Sub item Sub item Sub item Sub item
A B C D
III) Voltage

a) Under Voltage in % of Un 5% to 160% of


Un (110V)
b) Over Voltage in % of Un 5% to 160% of
Un (110V)
c) Time seting 0.05 to 300 sec

d) Definite Time (Yes/No) Yes

e) Neutral Displacement Voltage 0.5 to 25 volts in


step of .5 volts
f) TMS 0.025 to 1 sec in
steps of 0.25
g) Definite Time To be offered

IV) IDMT Operating Characteristics Yes


confirming to IEC60 255 curve (Yes/No)
a) Element I- Definate Time Lag(DTL) 0 to20 sec in
operating time step of 0.25 sec
b) Element II- IDMT standard inverse Available
1.3 sec characteristics-
(available / unavailable)
c) TMS 0.025 to 1 sec in
steps of 0.25
Electronic timer for time delay for switching operation (In closing circuit)

a) Time setting:- continuous 1 sec to 500 sec


adjustable
b) NDR is derived(Bus PT)/ Measured To be offered

V) Numeric relays with built-in trip Circuit Built in TCS relay


supervision facility provided

VI) Local breaker failure feature Yes


(backup command)
3 Burden
a) Burden on CT Low
b) Burden on PT Low
c) Burden on Aux. Supply Low
4 Relay operating Temp 600C,
Relay operating Humidity 90%
-68-

Sr. Description BEST Tenderers Offer


No. Requiremen Incomer B.C. O/G fdr CAP.
t fdr
Sub item Sub item Sub item Sub
A B C item D
5 Communication-
Communication port-
a) Front RS 232/
Ethernet
RJ 45
b) Rear Fibre optic
c) Communication protocol IEC 61850
d) Type & Make of Rs-485 to Fibre optic Ethernet
converter switch
e) Aux. supply interface for RS-485 to FO 110 V DC
converter
f) Inter- operability with other make Yes
Relay for SCADA Integration (Yes/No)
g) Memory Map (Inter-operability table) Yes
of Relay shall be provided
h) Close/ open control operation of CB Yes
through SCADA
i) Control operation using input and Yes
output relay.
j) Make and brand of Ethernet switch To be
offered
k) No of Ethernet Lan port 10 nos
l) No F.O. port to Ethernet switch 4 nos.
m) Auxiliary supply to Ethernet switch 250V
Ac/110V DC
6 a) Auxiliary supply for Relay 250V AC (± Yes
6%) and 110V DC (± 10%)
b) Range of Auxiliary Supply fail 80V DC to
indication 150VDC
7 Data Acquisition function/Records-
a) No. of Time stamped Event Records Last 100
events
b) Event with date and time stamping To be
nearest 1 millisecond offered
c) No. of Fault Records Last 5 fault
logs
d) No. of Disturbance Records- Preferably
10 pre and
20 post
trigger
e) Min./Max. duration of each To be offered
programmable record
f) Min / Max Pre- trigger waveform Pre-trigger
10, Post
trigger-20
g) DR in COMTRADE format Yes
h) DR wave form can be downloaded Yes
through serial port on laptop (Yes/ No)
-69-

Sr. Description BEST Tenderers Offer


No. Requirem Incomer B.C. O/G fdr CAP. fdr
ent Sub item Sub item Sub item Sub item
A B C D
8 Time synchronization facility Real clock
inbuilt
9 Contact rating (command and signal 10 NOS
a) Command output relay)
i) Continuous carry 5Amps
ii) Make and carry for 0.5 sec 30Amps
iii) Make and carry for 3 sec 15amps
iv) Breaking Capacity for DC when L/R<40 3 to 5 amps
msec for control 110V DC
v) No of Binary input suitable for DC 10 nos
voltage-range
b) Signaling/alarm output relay
i) Rated voltage 250V AC/DC
ii) Continuous carry 5A
iii)Make and carry for .5 sec 10 Amps
iv) Make and carry for 3 sec 8 Amps
v) Breaking capacity for DC when L/R< 0.5 or 1
40 millisecond for control 110 V DC amps Amps
vi) Contact of command relays suitable for Yes
directly operate trip and close coil
10 Measurement parameters
(Through relay.)
a) 3 phase / Ground current RMS (in Yes
Primary values)
b) 3 phase Line voltages RMS (in Primary Yes
values)
c) Power factor Yes
d) Power – Active, Apparent & Reactive Yes
e) Energy- Active & Reactive Yes
f) Feature to store Peak values Yes
g) Measurement accuracy in % of full- ± 1%
scale value.
h) Measurement functions are through Yes
Numerical Relay
11 Software security Password
protected
12 Self Test diagnostics facility LED
Indication
13 a) Type of backup battery used To be offered

b) Self-life of backup battery To be offered

c) Binary input suitable for DC voltage 10


d) No of Digital input 10
14 Total 2 nos. Laptop Computer with Yes
suitable software and operating system
for numerical relay as per specification in
Section-9 on Free Of Cost (FOC)
Basis.(YES/NO)
-70-
ANNEXURE-A4
SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS
(MUST BE FILLED IN BY THE TENDERER)
PART4 : CURRENT TRANSFORMER:
Sr. Core No. Description BEST Details
No. Requirement
Sub item A - Incomer Feeder
1 Make and brand of CT To be offered
2 Core 1 (a) Standard to which it is manufactured IS 2705/1992
for O/C+E/F (b) Type Resin Cast
protection (c) Insulation class of CT To be offered
(d) Bar / Wound / Ring To be offered
(e) Single phase Indoor
(f) Indoor To be offered
(g) Resin Cast To be offered
(h) Class of accuracy 5P20
(i) Ratio 1200-750/5
Amps
(j) Rated Burden VA 15 VA
(k) Rated saturation factor To be offered
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
3 Core 2 (a) Standard to which it is manufactured IS 2705/1992
for (b) Type Resin Cast
Restricted (c) Insulation class of CT To be offered
Earth Fault (d) Bar / Wound To be offered
Protection. (e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast/Oil filled To be offered
(h) Class of accuracy Class PS
(i) Ratio 1200-750/5
Amps.
(j) Rated Burden VA ---
(k) Resistance of CT RCT To be offered
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
(n) Knee Point Voltage Vkp More than 165V
(o) Magnetization current Iex at Vkp/2 Less than 30mA
4 Core 3 (a) Standard to which it is manufactured IS 2705/1992
for metering (b) Type Resin Cast
(c) Insulation class of CT To be offered
(d) Bar / Wound To be offered
(e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast / Oil filled To be offered
(h) Class of accuracy 0.5 S
(i) Ratio 1200-750/5 A.
(j) Rated Burden VA 10 VA
(k) Rated saturation factor Less than 5
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
(n) Instrument security factor Less than 5
(o) Magnetization current
-71-

Neutral CT:
Make and Brand:-
5 (a) Standard to which it is manufactured IS 2705/1992
(b) Type Resin Cast
(c) Class of CT To be offered
(d) Ring with internal Diameter To be offered
(e) Indoor Indoor
(f) Dimension of CT in mm To be offered
Core 1
(g) Internal Diameter of CT To be offered
for
(h) Resin Cast To be offered
Restricted
(i) Class of accuracy Class PS
E/F
(j) Ratio 1200-750/5 Amp
protection
(k) Rated Burden VA To be offered
(l) Resistance of CT RCT To be offered
(m)Over Current rating To be offered
(n) Continuous percent overload To be offered
(o) Knee Point voltage Vkp More than 165 V
(p) Magnetization current Iex at Vkp/2 Less than 30 mA
6 (a) Standard to which it is manufactured IS 2705/1992
(b) Type Resin Cast
(c) Class of CT To be offered
(d) Ring To be offered
(e) Indoor Indoor
(f) Dimension of CT in mm To be offered
Core 2
(g) Internal Diameter of CT To be offered
for
(h) Resin Cast To be offered
Protection
(i) Class of accuracy 5P20
(j) Ratio 1200-750/5 Amp
(k) Rated Burden VA 15 VA
(l) Rated saturation factor To be offered
(m)Over Current rating To be offered
(n) Continuous percent overload To be offered
Sub item C - O/G feeder
Make and Brand:-
7 For (a) Standard to which it is manufactured IS 2705/1992
Protection (b) Type Resin Cast
(c) Class of CT To be offered
(d) Bar / Wound To be offered
(e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast / Oil filled To be offered
(h) Class of accuracy 5P20
(i) Ratio 300/5 A
(j) Rated Burden VA 10 VA
(k) Rated saturation factor To be offered
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
-72-

8 For (a) Standard to which it is manufactured IS 2705/1992


Metering (b) Type Resin Cast
(c) Class of CT To be offered
(d) Bar / Wound To be offered
(e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast To be offered
(h) Class of accuracy 0.5 S
(i) Ratio 300/5 A
(j) Rated Burden VA 10 VA
(k) Rated saturation factor Less than 5
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
Sub item D - Cap. Feeder:
Make and Brand:-
9 For (a) Standard to which it is manufactured IS 2705/1992
Protection (b) Type Resin Cast
(c) Class of CT Protection
(d) Bar / Wound To be offered
(e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast To be offered
(h) Class of accuracy 5P20
(i) Ratio 300-150/5
(j) Rated Burden VA 10 VA
(k) Rated saturation factor To be offered
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
10 For (a) Standard to which it is manufactured IS 2705/1992
Metering (b) Type Resin Cast
(c) Class of CT Metering
(d) Bar / Wound To be offered
(e) Single phase To be offered
(f) Indoor Indoor
(g) Resin Cast To be offered
(h) Class of accuracy 0.5 S
(i) Ratio 300-150/5
(j) Rated Burden VA 15 VA
(k) Rated saturation factor To be offered
(l) Over Current rating To be offered
(m)Continuous percent overload To be offered
-73-

ANNEXURE-A5
SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS
(MUST BE FILLED IN BY THE TENDERER)

PART 5 : VACUUM BOTTLE DETAILS

SR Offered by the
Description BEST Requirement
No tenderer
1 Make of the Vacuum Bottle offered Offered bottle shall be
and make of the vacuum bottle same as used in Type
user for Type Test test or ABB, BEL,
Siemens, CGL,
Schneider Make
2 Electrical Data
a) Rated frequency 50 HZ
b) Rated Voltage 12KV
c) Rated normal current :
1) For Incomer/Bus Coupler- 1200 Amps
2) For Feeder/Capacitor- 400 Amps
d) Rated short circuit breaking
18.4 Minimum
current
e) Percentage of DC component of
rated short circuit breaking To be offered
current
f) Rated short circuit making
To be offered
current
g) Rated peak withstand current To be offered
h) Rated short time withstand
To be offered
current
i) Rated duration of short circuit To be offered
j) Rated cable charging current To be offered
k) Rated capacitor bank switching
400 Amps
current
l) Rated operating sequence O-0.3SEC-CO-3MIN-CO
3 Rated Insulation Level
a) Rated short time power
28KV
frequency withstand voltage
b) Rated lightning impulse
75KV
withstand voltage
4 Thermal Data
a) Ohmic resistance
To be offered
(at minimum added force)
b) Maximum temperature at
To be offered
movable stem (terminal)
5 Electrical Life
a) With rated normal current 10,000
b) With rated short circuit current 100
-74-

SR Offered by the
Description BEST Requirement
No tenderer
6 Mechanical Data
a) Contact Stroke To be offered
b) Maximum stroke including over-
To be offered
travel during opening
c) Opening speed - initial (first
To be offered
25% of contact travel)
d) Closing speed - initial (first 25%
To be offered
of contact travel)
e) average To be offered
f) Bounce duration on closing
To be offered
(maximum)
g) Maximum rebound during
To be offered
opening
h) Minimum closing force inclusive
force due to bellows and To be offered
atmosphere
i) Added force on closed contacts
To be offered
@ 26.3 kA: minimum/maximum
j) Contact force due to
To be offered
atmospheric pressure
k) Closing force due to bellows
To be offered
and atmospheric pressure
l) Force required to hold contacts
To be offered
open at full stroke
m) Contact erosion limit including
mechanical shortening of
To be offered
current conducting path /
Contact erosion + bedding
n) Mass of moving contacts /
To be offered
Moving mass of interrupter
o) Total mass of interrupter To be offered
p) Creep length To be offered
q) Mechanical endurance: (close-
To be offered
open)
r) Vacuum level To be offered
s) Minimum shelf life To be offered
t) Moving and fixed contact stem
To be offered
assembly torque
-75-
ANNEXURE-A6
SCEHDULE OF GUARANTEED PERFORMANCE & OTHER TECHNICAL PARTICULARS
(MUST BE FILLED IN BY THE TENDERER)
PART VI: - LIST OF DOCUMENT TO BE SUBMITTED BY THE TENDERER
Sr. Name of document to be supplied Confirm Justification
No. Yes/NO for “No”
1 List of the past suppliers Yes/NO
2 Purchase order issued by State Electricity board, Electrical Yes/NO
Utility.
3 List of the machinery Yes/NO
4 List of testing equipment Yes/NO
5 Quality control measure Yes/NO
6 ISO Certifications Yes/NO
7 General arrangement dimensional drawing of VCB switchgear Yes/NO
for Incomer, Bus coupler, Outgoing feeder, Capacitor feeder

8 Details of manufacturing unit as per Annexure E Yes/NO


9 Manufacturing schedule offered by tenderer as per Annexure B Yes/NO
10 Departure from tender document as per Annexure C Yes/NO
11 Certificate for Annual sales and turnover by the CA as per Yes/NO
Annexure D
12 Mandatory Type Tests to be submitted as per Table 7 of IEC
62271-100
1) Dielectric test:- a) Power frequency test Yes/NO
b) Lightening impulse tests
2) Measurement of resistance of the main circuit Yes/NO
3) Temperature rise test Yes/NO
4) Short time withstand current and peak withstand current Yes/NO
test.
5) Mechanical operation test at ambient temperature Yes/NO
6) Short Circuit making and breaking test (T10,T30,T60,T100) Yes/NO
7) Capacitive current switching tests-line/cable charging on Yes/NO
class C2 (Not mandatory)
8) Verification of degree of protection Yes/NO
9) Extended mechanical endurance tests on class M2 circuit Yes/NO
breaker
10) Electrical endurance tests E2 (Not mandatory) Yes/NO
11) Humidity tests Yes/NO
12) Internal Arc test Yes/No
13 Literature/Catalogue of Switchgear Yes/NO
14 Literature/Catalogue of Numerical Relay Yes/NO
15 Type test of Numerical relay with combined control, protection, Yes/NO
measurement, monitoring, data acquisition as IEC 255.
a) Insulation test
b) Leakage resistance test
c) Impulse voltage test
d) Fast transients as per ANSI/IEEEC37.90/IEC255
e) Electrostatic discharge
f) Current withstand as per ANSI/IEEEC37.90
g) Vibration withstand
h) Radio frequency interference
16 Type test certificate for communication protocol of NPR as per Yes/NO
IEC 61850
17 List of the special tool required for day to day maintenance if Yes/NO
any.
-76-

ANNEXURE-B

MANUFACTURING SCHEDULE OFFERED BY THE TENDERER


(FOR SUPPLY OF 11kV, 350 MVA, INDOOR, VACUUM CIRCUIT BREAKERS
SWITCHGEARS SETS)

The tenderer shall give detailed delivery schedule for delivery of 11kV, 350 MVA, Indoor,
Vacuum Circuit Breakers Switchgears Sets from the date of release of Purchase Order. The
tenderer shall mentioned all information as detailed below :

Sr. Particulars Description of Item


No.
11kV, 350 MVA Switchboard 11kV, 350 MVA Switchboard
Panels comprising 9 Nos. of Panels comprising 10 Nos.
Switchgears with Vacuum of Switchgears with Vacuum
Circuit Breaker along with Circuit Breaker along with
spares & Accessories. spares & Accessories.

1. Lead Time :

a) The time required to


manufacture 11kV, 350
MVA Switchboard Panels
offered from the date of
intimation.

b) The time required for


inspection, testing &
quality control.

2. The production capacity per


month.

3. The time required for


delivery of full tender
quantity.

4. Time required for door


delivery after receipt of
dispatch clearance by the
inspecting authority or lot
inspection waival.
-77-

ANNEXURE-C

SCHEDULE OF DEPARTURES FROM TECHNICAL SPECIFICATIONS

Tenderers shall mention in this schedule all departures from the various clauses of the

Specifications of the item with proper justification/reasons. In the absence of any mention in this

schedule, the clauses of these Specifications shall be binding on the tenderers. If the departure

specified herein, is found to be in contradiction to the Undertaking’s requirements/specifications

then such offers will be treated as non-responsive.

[Must be filled by the Tenderers separately, if there is departure & then upload along with in the
techno-commercial bid]

Sr. Ref. to Section No. & Departures Justification/Reasons


No. Clause No. of specification
No. 1250017

We here carefully gone through the specifications and we undertake to meet clauses in the
specifications in all respects etc. for the deviations mention above.

N.B.: Please note that if the tenderer fails to upload Schedule of Departure, it will be presumed that
there is no technical deviation.
-78-

ANNEXURE-D

(To be uploaded alongwith Technical Criteria only)

CERTIFICATION OF MINIMUM ANNUAL AVERAGE TURNOVER (MAAT)


BY THE CHARTERED ACCOUNTANT

This is to certify that the Minimum Annual Average Turnover (MAAT) furnished by

M/s. ____________________________ for the best 3 Financial Years is as detailed below and as

furnished in the enclosed statement of accounts, is verified by us and found correct.

Financial Year Turnover


` _____ Crores
` _____ Crores
` _____ Crores

CHARTERED ACCOUNTANT:

(Signature with Seal)

My Membership No. _______ Address:

N.B.:

Only those tenderers (the tenderer in case of a company or the lead member in case of consortium)
whose minimum Annual Average Turnover (MAAT) for best 3 years out of last 5 financial years (last
financial year being 2015-16) is more than ` 25.00 Crores shall quote against the tender. As
documentary evidence, they should upload the copy of Audited Balance Sheet and Profit & Loss
Account Statement showing proof of their Annual Sales Turnover duly audited by the Chartered
Accountants or certificate from Chartered Accountants in the prescribed format as shown in the
Annexure-B incorporated in the tender document.
-79-

ANNEXURE-E

PROFORMA FOR FURNISHING INFORMATION BY THE


MANUFACTURING UNIT

1. Name of the Firm & Address of manufacturing Unit

2. Address for correspondence _________________________________________


_________________________________________
_________________________________________

Telephone No. : Office __________ Godown __________ Factory _________


Telephonic Address : __________ Telex No. : __________ Fax : _________

3. Constitution of the Firm Proprietary / Partnership /


Private Ltd. / Public Limited.
4. Name & Office / Residential Address of Directors /
Partners / Proprietor / Technical Head

5. Directorship / Partnership in other firms.

6. Name of Bankers & their Full address & Tel. No.

7. Details of registration with SSI, NSIC / Central & State


Govt. Authorities / Semi-Govt. Authorities / State Please attach xerox copies of the
Transport Undertakings / Reputed Public Ltd. & Pvt. registration certificates.
Companies / Distribution Utilities
8. Details of GST registration tax
Please attach xerox copies of the
registration certificate

9. Details as regard collaboration, if any.


10. Area of the a) Factory Premises __________ Sq.mtr./Sq.ft.
b) Godown/Store __________ Sq.mtr./Sq.ft.
c) Office __________ Sq.mtr./Sq.ft.

11. The details of Machinery Equipment are installed in Please furnish a separate list with
the factory. all details indicating their sizes,
capacity etc.
12. a) Authorized capacity (Electric load) :
b) Capacity Allowed (Electric load)
13 Whether generator facility is available, if yes,
give details.
-80-

14. Persons on Roll Separate list may be attached


a) Engineering/Science Graduates/Post Graduates
b) Diploma holders
i) ITI Qualified
ii) Skilled
iii) Semi-Skilled
iv) Unskilled
v) Others
15. No. of Shifts
16. Items manufactured / production range Separate list may be attached
17. Do you have any expansion / diversion plans, if yes,
furnish details.
18. Please furnish a list source of raw materials/ sub- Separate list may be attached
components and Quality assurance thereof. indicating particulars of raw
materials/ components and source
of purchase etc.
19. Inspection of facilities / testing List may be attached
a) Equipments available
b) Do you have your own laboratory for
testing raw materials / finalized products.
20. Any R & D facilities available?
if yes, please furnish details.
21. Name of the reputed customers such as, O.E. List of orders executed alongwith
manufacturers, Govt. / Semi Govt. / Organization Xerox copies of the same during last
State Transport Undertaking / Reputed Public & 3 years with details viz. Name &
Private Companies / Corporations / Distribution address of organization, material &
Utilizes quantity supplied & value of order
must be attached.
22. Whether the products have been tested at NABL Certified copies of various latest
accredited laboratory like CPRI / ERDA etc. test certificates shall be attached.
23. In case of out-station firms, please furnish the name
of the authorized distributors/agent available in
Mumbai alongwith their address, telephone no. and
their terms/conditions etc.
24. Other information –
a) Approx. Annual turnover Certified copies of the same by
(Last 2 financial years) Chartered Accountant must be
b) Delivery facilities available attached.
c) Please furnish latest Xerox copies of –
i) Rent Receipt / Monthly compensation receipt
ii) Electric Bill
iii) Telephone Bill
iv) Income Tax clearance certificate /
Advance Tax paid receipt
v) Balance sheet / Annual report for last 2
Financial years.
25. Any additional information not covered above.

Signature of the -
Director / Partner / Proprietor / Manager
(Seal of the Firm)
-81-

BANK /PAN NO./GST ID DETAILS OF THE UNDERTAKING:

Account Name : The B.E.S. & T. Undertaking


Account No. : 0106261008935
Name of the Bank & Address : Canara Bank, Colaba Branch,
Wesley Church Hall, Colaba, Mumbai- 400039
Bank IFSC Code : CNRB 0000106
MICR No. : 4000 150 20
BEST PAN No. : AAA LM 0042 L
Provisional GST ID : 27AAALM0042L1Z6

ANNEXURE-F

SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE FORMAT

INSTRUCTIONS: 1) The Bank Guarantee shall be executed exactly as per this Draft on a
stamp paper of `100/- alongwith a Confirmatory Letter from the
regional office of the Bank concerned in an enclosed format.
2) A certified copy of the Power of Attorney under which the person is
authorized to sign this guarantee bond may please be sent to the
Undertaking alongwith the guarantee. This copy shall be certified by
the Agent of the Bank under his seal.
3) The Security Deposit cum Performance Bank Guarantee shall be valid
for a period of 66 months from the date of release of Purchase Order.
To,
The General Manager,
The Brihanmumbai Electric Supply & Transport Undertaking,
BEST Bhavan, Best Marg, Post Box No. 192,
Mumbai- 400 001.

(1) Against Contract No. __________________ dtd. __________ Two Thousand and _____
covering _____________________ (hereinafter called the said “Contract”) entered into
between ___________________________________________________________________
(Name/s of the persons authorized to sign on behalf of Contractor)
inhabitants of _________________ carrying on business at: __________________________
___________________________________________________________________________
(Full address of the firm)
___________________________________________________________________________
(Nature of Business)
under the style and name of M/s. _______________________________________________
(Name of the firm)
(hereinafter called “The Contractor”) of the one part and the General Manager, The
Brihanmumbai Electric Supply & Transport Undertaking (hereinafter called “The
Undertaking”) for and on behalf of the Mumbai Municipal Corporation for the purpose of the
Undertaking (in which expression are included, unless the inclusion is inconsistent with the
context or meaning thereof his successor or successors for the time being holding the office
-82-

of the “General Manager and Acting General Manager”) of the second part and
WHEREAS at the request of the Contractor we _____________________________
(Full name and address of the Bank) Bank are holding in trust in favour of the Undertaking
the amount of `______________ (Rupees ___________________________ in words) to
indemnify and keep indemnified the Undertaking against all losses, damages, expenses or
otherwise that may be caused to or suffered by the Undertaking by reason of any breach by
the Contractor of any of the terms and conditions of the said Contract and/or the
performance thereof. We agree that the decision of the General Manager, whether any
breach of the terms and conditions of the said Contract and/or any failure in the
performance thereof has been committed by the Contractor and the amount of loss,
damage, costs, expenses or otherwise that has been caused or suffered by the Undertaking
shall be final and binding on us and the amount of the said loss, damage, costs and
expenses or otherwise shall be paid by us forthwith on demand to the Undertaking.

(2) We ________________________________________________________further agree that


(Name of the firm and Bank)
the guarantee herein contained shall remain in full force and effect during the period that
would be taken for satisfactory performance and fulfillment in all respects of the said
Contract including the minimum guarantee of 24 months from the date of acceptance or 36
months from the date of installation, whichever is later, as per the clauses included in the
tender and including Contractor’s obligation to remedy all defects in design, materials and
workmanship that may develop under normal use of 11 kV, 350 MVA, Indoor Vacuum Circuit
Breakers Switchgear Sets provided always that before the expiry of the date of the validity of
the guarantee herein contained, we shall, from time to time on being called upon by the
General Manager, extend the date of validity thereof for the period of 6 months on each
occasion and that if any claim accrues or arises against us -_______________________
(Name of the Bank) by virtue of this guarantee before the said date as extended from time
to time, the same shall be on forcible against us ___________________________________
(Name of the Bank) notwithstanding the fact same is enforced after the said date and
extended from time to time, provided that notice of any such claim has been given by the
General Manager before the expiry of 6 months from the said extended date, payments
under this “Letter of Guarantee” shall be made promptly upon our receipt of notice to that
effect from the General Manager.
-83-

(3) It is fully understood that this guarantee is effective from the date of the said Contract and
that we ____________________________________________________________________
(Name of the Bank)

undertake not to revoke this guarantee during its currency including the extended period
without the consent in writing of the General Manager.

(4) We ________________________________________________________________________
(Name of the Bank)
further agree that the General Manager shall have the fullest liberty, without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
Contractor to extend the time of performance by the Contractor from time to time or to
postpone for any time or from time to time any of the power exercisable by the General
Manager against the said Contractor and to forbear or enforce any of the terms and
conditions relating to the said Contract and we ____________________________________
(Name of the Bank)
shall not be released from our liability under this guarantee by reason of any such variation
or extension being granted to the said Contractor or for any forbearance and/or on the part
of the General Manager or any indulgence by the General Manager or by any other matter or
thing whatsoever which under the law relating to sureties would, but for this provision have
the effect of so releasing us from our liability under this guarantee.

(5) We ________________________________________________________________________
(Name of the Bank)
further agree that the guarantee herein contained shall not be affected by any change in the
constitution of the said Contractor or the Bank.

(6) Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed `___________ (Rupees
____________________________).

2. The Bank Guarantee shall be valid upto ________ and the same can be further
extended, if so requested by the applicant/Contractor.

3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only if you serve upon us a written claim or demand on or before
____________.
-84-

(7) The guarantee herein contained is subject to Mumbai Jurisdiction.

This ______ day of ________________Two Thousand and __________ in witness

whereof-

Witness:

(1) _____________________________ The Duly Constituted Attorney


(Signature)
_______________________ _________________________
(Name of the witness) (Signature)

______________________________ _________________________________
(Address of the witness) (Name & Designation of the person)

For __________________________
(Name of the Bank)
(2) _____________________________
(Signature)

______________________________ _________________________________
(Name of the witness) (Name of the Contractor)

______________________________
(Address of the witness)

The Bank and the said Messrs.

Witness: _____________________________

____________________________________
(Signature)

____________________________________
(Name of the witness)

____________________________________
(Address of the witness)
-85-

NAME OF THE BANK (ON THE BANK’S LETTER HEAD)

The General Manager,


The Brihanmumbai Electric Supply &
Transport Undertaking,
BEST Bhavan, Best Marg,
Post Box No. 192,
Mumbai - 400 001

Ref.: Guarantee No. ______________ dated ____________

For ` _______________________ issued on behalf of

M/s. ________________________________________

Dear Sir,

We refer to the captioned Bank Guarantee issued on behalf of our clients M/s.
_______________________, which is drawn at our _____________________________ Bank.

The above Bank Guarantee has been given by our clients towards Security
Deposit/Performance Guarantee for the execution of the contract with the B. E. S. & T. Undertaking.

In this regard, we assure and undertaking that in the event of any demand is made by you
for invoking the said Bank Guarantee, the Bank will honour the commitment made by them and the
payment will be made to you without any demur forthwith upon receipt of demand from your office
as per the terms of the guarantee. We, once again, assure you that the interest of your organization
under any circumstances will be fully protected by us.

Yours faithfully,

GENERAL MANAGER OF THE BANK


-86-

NAME OF THE BANK (ON THE BANK’S LETTER HEAD)

The General Manager,


The Brihanmumbai Electric Supply &
Transport Undertaking,
BEST Bhavan, Best Marg,
Post Box No. 192,
Mumbai – 400 001

Dear Sirs,

Ref.: Bank Guarantee No. ______________, dated _________


for ` _______________ issued on behalf of ___________

We confirm having executed the above guarantee bond in your favour on behalf of

__________________________________________________________________________

(Designation/s) ___________________________ who has/have signed the guarantee bond is/are

empowered to execute the guarantee bond on behalf of Bank and his/their signature/s is/are

binding on us.

Yours faithfully,
Seal of the Bank

(Name and Designation)


-87-
-88-
-89-
-90-
-91-
-92-
-93-

Potrebbero piacerti anche