BoM For Transformer
BoM For Transformer
BoM For Transformer
TECHNICAL SPECIFICATION
FOR
3.15 Each panel shall be provided with one earth bus of size 25 x 3 mm (minimum) . The
earth bus shall be of tinned plated copper, and all metallic cases of relays,
instruments etc. shall be connected to this earth bus independently for their effective
earthing. The wire used for earth connections shall have green insulation.
3.16 The panels shall be of overall dimensions 700 x 750 x 2310 (W x D x H) mm. The
height 2310 mm is inclusive of the height of base frame. The height of base frame is
generally 100 mm, and shall be painted black.
3.17 The constructional details and mounting arrangement for various front mounted
equipments shall be as per the enclosed drawings. The centerlines of any relays, if
additionally provided, shall not be less than 450 mm from ground level.
3.18 In addition to the main circuit lable, each panel shall be provided with a lable
indicating the following details:
Name of supplier:
Order ref: (T- dtd. )
DC voltage:
Panel sr. no :
3.19 This label shall be provided on the rear side close to the door handle. A sticker type
lable indicating the above details shall be provided on the packing case for easy
identification.
4.0 PROTECTIVE RELAYS AND CONTROL / INDICATION EQUIPMENTS :
4.1 The relays, switches, meters and other accessories offered shall be subject to a
maximum of three reputed make and of proven design. The bidders may offer more
than one alternative, for each equipment, provided all the alternatives meet the
requirement of the technical specification. In case any or all the alternatives offered
is/are found to be not acceptable to MSEDCL, the bidder shall be ready to offer
any alternative equivalent which is acceptable to MSEDCL.
4.1 PROTECTIVE RELAYS :
4.1.1 For 33 KV lines, non-directional IDMT over current and earth fault relays shall be
provided for protection. One Three element relay having two O/C elements and one
E/F element shall be provided for this purpose. All these relays shall be of 3 seconds
IDMT characteristics, the O/C elements having current setting variable from 50% to
200% of CT secondary ratings, and the E/F elements having current setting variable
from 10% to 40%.
4.1.2 For 33/11 kV transformers of rating 10 MVA, differential protection shall be provided.
Transformer differential relay shall be numeric type differential relay, with built-in
high-set instantaneous units, suitable for 2-winding transformer.
4.1.3 The relays meant for panels shall be suitable for 30 V DC.
4.1.4 In case any special software/devices are required for the testing/setting of the
protective relays, the bidder shall include one set of such accessories in the offer free
of cost. The unit price for such items shall be indicated in the offer so as to enable
the employer to order out more sets if required.
4.1.5 Relays shall be suitable for flush mounting, with only the flanges projecting on the
front and connections at the back. Relays shall have dust-tight covers removable
from the front. Protective relays shall have built-in test terminals. The relay shall
conform to electromagnetic compatibility requirements as per relevant IEC/other
international standards.
4.1.6 In case the protective relays offered are not manufactured by the tenderer, an
undertaking from the respective relay manufacturer indicating his readiness to extend
necessary technical support and back-up guarantee as brought out in Schedule-V for
the satisfactory operation of the relay shall be furnished by the tenderer in his offer.
The tenderers shall also furnish an undertaking (from the relay manufacturers)
confirming that the relay offered is in the current range of manufacture and will not be
phased out for at least 10 years from the date of supply.
5 MIMIC DIAGRAM:
5.1 Mimic diagrams depicting the bus and the relative position of circuit breakers and
isolators shall be provided on each control panel. Mimic diagram shall be neatly
painted with the below listed colours to shades mentioned below. The mimic shall
have 10 mm width. Non-Discrepancy controls switch for the C.B. shall be mounted
within the mimic, indicating the C.B. ON/OFF status.
8.3 Annunciator facia plate shall be engraved in black lettering with respective alarm
inscription as specified. Alarm inscriptions shall be engraved on each window in not
more than three lines and size of the lettering shall be about 5 mm. The inscriptions
shall be visible only when the respective facia LED is glow.
8.4 Annunciator facia units shall be suitable for flush mounting on panels. Replacement
of individual facia inscription plate and LED shall be possible from front of the
panel.
8.5 Unless otherwise specified, one alarm buzzer meant for non-trip alarms and one
bell meant for trip alarms shall be provided in each control panel (mounted inside).
8.6 Each annunciator shall be provided with 'Accept', 'Reset' and 'Test' push buttons,
coloured red, yellow and blue respectively.
8.7 Special precaution shall be taken by the supplier to ensure that spurious alarm
conditions do not appear due to influence of external magnetic fields on the
annunciator wiring and switching disturbances from the neighbouring circuits within
the panels.
8.8 In case 'RESET' push button is pressed before abnormality is cleared, the LEDs
shall continue to glow steady and shall go out only when normal condition is
restored.
8.9 Any new annunciation appearing after the operation of 'Accept' for previous
annunciation, shall provide a fresh audible alarm with accompanied visual, even if
the process of "acknowledging" or "resetting" of previous alarm is going on or is
yet to be carried out.
8.10 Provision for testing healthiness of visual and audible alarm circuits of annunciator
shall be available.
12 Window Annunciation Scheme to indicate following functions.
i) Differential protection operated 1 no.
ii) Back up protection (O/C+E/F) operated .. 1 no.
iii) Oil Temp. Alarm for transformer 1 no.
iv) Oil Temp. Trip for transformer 1 no.
v) Winding Temp. Alarm for transformer 1 no.
vi) Winding Temp. Trip for transformer 1 no.
vii) Buchholz Alarm for transformer 1 no.
viii) Buchholz Trip for transformer 1 no.
ix) OLTC Buchholz alarm for transformer 1 no.
x) OLTC Buchholz Trip for transformer 1 no.
xi) Spare 1 no.
xii) Spare 1 no.
Mounting Flush
No. of facia windows 12
No. of windows per row 6
Supply voltage 30 V DC
12.1 AMMETER:
12.1.1 Each circuit one ammeter and associated selector switch shall be provided.
Mounting Flush
Size 48 x 96 sq. mm. case
Response Time 1 second
Operating Up to 55°C
Temperature
Dielectric Strength 2 kV RMS for 1 minute
Frequency 50 Hz
Operating Current 1 A from CT Secondary.
Type Panel Mounting with 31/2 Digital Display
12.2 AMMETER SELECTOR SWITCH:
12.2.1 Ammeter Selector switch shall be a four-position (3 way with off) rotary type with R,
Y, B and 'OFF' positions marked clearly on 48x48 mm brushed aluminium plate with
black handle. Switch should be single hole mounting and not screw mounting.
Switches should have finger touch proof terminals. Terminal wire should be inserted
from the side of the switch terminal. Terminal screw must be captive to avoid
misplace during maintenance.
Rated Insulation Voltage 1100 V
Rated Impulse withstand voltage 6 kV
Rated Operational Current 12 A
12.3 VOLT METER:
Mounting Flush
Size 48 x 96 sq. mm. Case
Response Time 1 second
Operating Up to 55°C
Temperature
Dielectric Strength 2 kV RMS for 1 minute
Auxiliary Supply 110 V
Frequency 50 Hz
Operating Voltage 110 V from PT Secondary.
Type Panel Mounting with 31/2 Digital Display
15.1.1 Control & Relay Panels offered in the Tender should have been successfully type
tested at NABL in line with relevant Standards and the Technical Specification within
the last 5(five) years prior to the date of opening of the Tender.
15.1.2 Protective relays, MF meter, annunciator, etc. should have been successfully type
tested at Independent Government Laboratories in line with relevant Standards and
the Technical Specification within the last 5(five) years prior to the date of opening of
the Tender.
15.1.3 Copies of type test reports in respect of all offered equipment/material shall be
invariably submitted.
15.1.4 If offered equipments/ materials are type tested beyond 5 years from the opening of
tender, the same will be considered for placement of order. However, bidder has to
carry out this test at his own cost before commencement of first supply. Undertaking
in this respect have to be submitted along with offer otherwise the offer will be liable
for rejection.
15.1.5 The bidder shall submit copies of the valid Type Test Reports for approval
immediately on receipt of LOA.
15.1.6 Even if the equipment/material has been type tested within five years, the employer
reserves the right to demand repetition of one or more tests included in the list of
type tests in the presence of employer's representative.
15.1.7 The MSEDCL shall have the option to carry out various tests including type tests as
per specification on the samples selected at random from the supplies effected, to
ensure that the supplies conform in quality and workmanship to the relevant
specification. The testing shall be done at independent laboratory at MSEDCL’s cost.
Due notice shall be given to supplier for such sample selection and such testing
thereof to enable him to be present for the same if so desired by him. If the supplier
or his authorized representative fails to attend the sample selection and testing, the
same shall be carried out unilaterally by the MSEDCL and the result thereof shall be
binding upon the supplier. In case the sample selected from the supplies fails to
withstand the required tests, then
15.1.8 For first time failure of sample,
15.1.8.1.1 Supplier shall have to replace the full quantity of the respective inspected lot
supplied to various Stores and lying unused at Stores/ Sites.
15.1.8.1.2 For the quantity already accepted against the order and used, deduction in price of
10% of the value of material supplied shall be made
AND
15.1.9 In respect of further supplies made against the order, if failure of samples is noticed
(i.e. second time failure against the order)
15.1.9.1.1 The quantity lying unused at various Stores/ Sites shall be rejected.
15.1.9.1.2 for the quantity already accepted against the order and used, deduction in price of
10% of the value of material supplied shall be made.
15.1.9.1.3 Balance quantity against the order including the rejected qty. shall be cancelled
without any liability on either side,
15.1.9.1.4 The firm will be debarred from dealing with the MSEDCL upto a period of three years
from the date of rejection.
15.1.10 The employer reserves the right to conduct tests included in the list of Type Tests
on requisite number of samples/items from any of the lots during the tenure of the
supply, at the employer's cost in the presence of manufacturer’s representatives. If
the equipment/material does not withstand the type test, then the equipment/material
supplied till then will be liable for rejection. The supplier, in such an eventuality, shall
be allowed to modify the equipment and type test the same again at his cost in the
presence of the employer's representative. These type tests shall however be
conducted by the supplier within 15 days. After successful passing of the type tests,
all the equipments/materials supplied earlier shall be modified in line with the
equipment/materials, which have successfully passed the type test. In case the
supplier fails to carry out the Type Test within reasonable time or does not agree to
carry out the type tests at his cost, his equipment/material supplied earlier shall be
rejected and the order placed shall be cancelled and payments made earlier for
these supplies shall be recovered by the employer.
16.0 INSPECTION:
16.1 The inspection may be carried out by the employer at any stage of manufacture. The
successful Tenderer shall grant free access to the employer's representative/s at a
reasonable notice when the work is in progress. Inspection and acceptance of any
equipment under this specification by the employer, shall not relieve the supplier of
his obligation of furnishing equipment in accordance with the specification and shall
not prevent subsequent rejection if the equipment is found to be defective.
16.2 The supplier shall keep the employer informed in advance, about the manufacturing
programme so that arrangement can be made from stage inspection.
16.3 The employer reserves the right to insist for witnessing the acceptance/routine
testing of the bought out items. The supplier shall keep the employer informed, in
advance, about such testing programme.
17.0 PERFORMANCE GUARANTEE:
The equipment shall be guaranteed for the period of five years from the date of
commissioning. The equipment found defective within above guarantee period shall
he replaced / repaired by the supplier free of cost, within one month of receipt of
intimation. If defective equipments are not replaced / repaired within the specified
period as above, the Employer shall recover an equivalent amount plus 15%
supervision charges from any of the bills of the supplier.
18.0 ACCEPTANCE AND ROUTINE TESTS :
18.1 All acceptance and routine tests as stipulated in the relevant standards shall be
carried out by the supplier in the presence of the Employer's representative without
any extra cost.
18.2 Immediately after finalization of the programme of type/ acceptance/ routine testing,
the supplier shall give four weeks advance intimation to the employer, to enable him
to depute his representative for witnessing the tests.
18.3 The supplier shall carryout all the relevant physical verifications and functional
tests as applicable at his works on all the finished C&R panels. Copies of these test
certificates duly endorsed by the supplier's testing engineer shall be furnished to the
inspecting officer of the MSEDCL. The inspecting officer reserves the right to insist
for repetition of functional tests on any or all of the panels offered for inspection,
and the supplier shall arrange for the same:
19.0 DOCUMENTATION :
19.1 After issue of letter of Award, the successful tenderers shall submit 3 sets of
complete drawings alongwith detailed bill of materials for approval of the employer. If
any modifications are required on these, the same will be conveyed to the supplier
who shall modify the drawings accordingly and furnish final drawings for approval. In
normal practice, the documents submitted for approval will be commented upon or
approved if in order, within 30 days from the date of receipt of the same. The period
equipment shall be delivered to these stores/ sites only by road transport, and shall
be suitably packed to avoid damages during transit in the case of indigenous
supplies.
20.4 The tenderers shall quote delivery periods for various equipment, and shall stick up
to the committed delivery. It may clearly be noted that the delivery periods will under
no circumstances be linked up with other formalities like drawing approval, etc. It is
therefore, the responsibility of the successful tenderers to submit the drawings, bill of
materials, packing lists, etc. in time and get these approved.
21.0 DOCUMENTS TO BE SUBMITTED:
The tenderers shall invariably submit the following documents:
21.1 Bill of Material (schedule-IA/ IB/ IC).
21.2 Undertakings from relay manufacturer regarding :
21.3 Non-phasing out of the relays for at least 10 years from the date of supply (Schedule-
III,a)
21.4 For extending technical support and back-up guarantee (when the relay is not
manufactured by the tenderer) (Schedule-III, b)
21.5 Undertakings from meter manufacturer regarding :
21.6 Non-phasing out of the relays for at least 10 years from the date of supply (Schedule-
IV, a)
21.7 For extending technical support and back-up guarantee (when the relay is not
manufactured by the tenderer) (Schedule-IV, b)
21.8 Detailed catalogue/technical literature in respect of all components/accessories
including bought-out items.
21.9 List of drawings to be submitted alongwith the offer is as under:
21.9.1.1.1 GA drawing for C & R panel.
21.9.1.1.2 Schematic drawing.
21.9.1.1.3 Typical single line diagram.
21.9.1.1.4 Bill of material for complete C & R panel.
21.9.1.1.5 Terminal block details .
21.10 Names of supplier of bought out item.
21.11 List of testing equipment available with the manufacturer.
SCHEDULE-I A
(To be submitted, duly filled in, alongwith the offer)
BILL OF MATERIALS FOR 33 KV FEEDER C&R PANELS
SCHEDULE-I B
BILL OF MATERIALS FOR 33/11KV TRANSFORMER C&R PANELS WITH
DIFFERENTIAL PROTECTION.
SCHEDULE-I C
Bill of materials for 33/11KV Transformer C&R panels without differential protection.
SCHEDULE - III
UNDERTAKING FROM RELAY MANUFACTURER
ii)
iii)
ii)
iii)
SCHEDULE - IV
ii)
iii)
ii)
iii)