MP 1
MP 1
MP 1
Section -VI
TECHNICAL SPECIFICATIONS
FOR
DEVELOPMENT OF 50 MW SOLAR PHOTO
VOLTAIC PLANT AT GANESHPURA
DISTT. RAJGARH (M.P.)
Description
Part-A SCOPE OF SUPPLY AND WORK
1.0 Introduction
2.0 Inputs provided by NTPC
3.0 Scope of Work
4.0 SPV and its Auxiliaries
5.0 Electrical Works
6.0 Civil Works
7.0 General Requirements
8.0 Specifications for Operation & Maintenance
Contract
9.0 Performance Guarantee (PG) Test
10.0 Quality Assurance chapters
Part-B LIST OF EXHIBITS
1.0 Topographical Survey of the proposed area
2.0 Geotechnical Report of Solar Energy Park
3.0 Single Line Diagram of Electrical System
Part-C GENERAL TECHNICAL REQUIREMENTS
Part-D ERECTION CONDITIONS OF CONTRACT
NTPC Limited, a public sector company was incorporated in the year 1975 to
accelerate power development in the country as a wholly owned company of the
Government of India. At present, Government of India holds 84.5% of the total equity
shares of the company and the balance 15.5% is held by FIIs, Domestic Banks,
Public and others. Within a span of 36 years, NTPC has emerged as a truly
integrated power company, with power generating facilities in all the major regions of
the country.
NTPC has set a target to have an installed power generating capacity of 1,28,000
MW by the year 2032. The capacity will have a diversified fuel mix comprising 56%
coal, 16% Gas, 11% Nuclear and 17% Renewable Energy Sources(RES) including
hydro. By 2032, non fossil fuel based generation capacity shall make up nearly 28%
of NTPC’s portfolio.
As on date the installed capacity of NTPC is 39,174 MW through its 16 coal based
(30,855 MW), 7 gas based (3,955 MW) and 6 Joint Venture Projects (4,364 MW).
In view of Global Warming and fast depleting fossil fuels, Renewable Energy based
projects are being considered as one of fuel mix portfolio. In this context, NTPC has
formulated its business portfolio including a capacity addition of 1000 MW through
Renewable Energy Sources by 2017. In addition 301 MW is proposed to be added
through Solar Energy by 2014.
PROJECT INFORMATION
The proposed Solar Photo Voltaic plant shall be located at village Ganeshpura of
Distt. Rajagrh in Madhya Pradesh(MP). Rajgarh is located in western part of Madhya
Pradesh. It borders the state of Rajasthan, and the districts of Shajapur, Sehore, and
Bhopal. Rajgarh District extends between the parallels of latitude 23027' 12" North to
24017' 20" North and between the meridians of longitude 76011' 15" East to 77014'
East. The total geographical area of the District is 6,154 sq.km.. The district lies on
the northern edge of the Malwa plateau, and the Parbati River forms the eastern
boundary of the district, while the Kali Sindh River forms the western boundary. The
district has six tehsils, Rajgarh, Khilchipur, Zirapur, Biaora, Narsinghgarh, and
Sarangpur. The district is bounded by Rajasthan state to the north, and by the
districts of Guna to the northeast, Bhopal to the east, Sehore to the southeast, and
Shajapur to the south and west. It is situated on Jabalpur- Jaipur National highway
NH-12 at a distance of 145 km from the state capital Bhopal toward Jabalpur.
LAND
Appx. 250 acres of land shall be made available for the plant and other facilities at
solar park, Rajgarh. Prior to submission of bid, bidder is expected to visit the site for
first hand experiences of the project site. Topographical survey of total area with
boundary details is under progress and shall be provided to successful bidder.
Bidder shall provide comprehensive operation & maintenance of the plant for a
period of one year from the date of successful completion of trial run.
1. Site grading, ground preparation of the identified area including soil testing and
cutting and clearing of vegetation including trees.
2. Requisite foundation and structures wherever required
3. Requisite cable routings through cable trenches and/or cable tray wherever
required.
4. Main and service roads, with suitable drainage arrangements wherever
necessary.
5. Construction of Control room and other facilities as per clause 6.2.
6. Fencing of complete plant including module yard, control room and switchgear
room.
The system shall consist of (but not limited to) following equipment:
3.1.3 Grid interfacing, including all equipments required for the same such as
transformers, breakers, isolators, lightning arrestors, panels, protection
3.1.5 Design & construction of Centralized Monitoring & Control System (CMCS) to
house control panels, protection panels, inverters, SCADA system for remote
monitoring & control of the plant etc.
3.1.7 Arrangement of supply of water and power including construction and O&M
period shall be done by the contractor. Bidder shall also lay suitable pipe lines
etc along with isolating vales to make permanent arrangement for module
washing and their drainage arrangement.
3.1.8 Supply & providing suitable illumination for the proposed SPV plant,
evacuation system including control room and other facilities.
3.1.9 Providing drainage system for the plant and connection to discharge system
as per applicable pollution norms
3.2.2 Successful bidder shall furnish operation and maintenance manual in six (06)
sets prior to commencement of warranty period in hard as well as soft form.
The bidder shall provide training free of cost to at least four personnel of NTPC for a
minimum period of 10 days at his works and at site for erection, testing,
commissioning and O&M. Expenses towards travel, stay, lodging, and boarding and
other expenses for the personnel shall be borne by NTPC.
The terminal point under the scope of this assignment shall be cable termination of
all the outgoing cables at 11 kV switchgear at 11/132 kV Switchyard of NTPC.
The scope of the contractor shall be deemed to include all such items which
although are not specifically mentioned in the bid documents and/or in contractor’s
proposal but are needed to make the system complete in all respects for its safe,
reliable, efficient and trouble free operation and the same shall be furnished and
erected unless otherwise specifically excluded in the bid document.
Only Silicon Crystalline SPV cells shall be used in the Solar Photovoltaic module.
Peak power rating of the individual module shall not be less than 150 Wp. The
module efficiency shall be more than 13.5 % at standard test condition and the cell
should have minimum fill factor of 0.7. It shall be made of high transitivity glass &
front surface shall give high encapsulation gain. Bidder shall guarantee minimum
78.661 Million Unit (annually) at 11 kV bus of 11/132 kV substation taking
consideration of all 11 kV feeders from solar plant.
Bidder shall also furnish the month wise generation in the datasheet
corresponding to the radiation data provided by NTPC and the system has to be
designed for the generation quoted by the bidder.
The monthwise Solar Global radiation on horizontal surface and ambient temperature of
Rajgarh which shall be used for arriving guaranteed annual generation are as follow.
All materials used shall have a proven history of reliability and stable operation in
external applications. It shall perform satisfactorily with temperatures between -10° C
and +50° C and shall withstand gust up to 150 km/h on the surface of the panel.
Each and every SPV module shall be checked for conformity with relevant standard
and no negative tolerance shall be accepted.
f. Combiner box shall also house string monitors which shall give operational status
of each sub array/string by current and/or power and shares the information with
SCADA
g. The bidder shall carefully design & accommodate requisite numbers of the
modules in the available area (refer topographical survey) to achieve the rated
power in his bid. NTPC shall allow only minor changes, only during erection of
modules.
h. The bidder shall provide protection against atmospheric lightning discharge to the
PV arrays as per industry standards.
i. Each Solar PV module used in solar power plants/ systems must be warranted
for their output peak watt capacity, which should not be less than 90% at the end
of 10 years and 80% at the end of 25 years from the completion of the trial run.
j. The SPV modules must be IEC 61215 and IEC 61730 Part I and Part II certified
from any of the accredited certifying agencies.
k. The bidder shall provide the sample solar PV module electrical characteristics
including current-voltage (I-V) performance curves and temperature coefficients
of power, voltage and current.
l. Each PV module deployed must use a clearly visible RF identification tag. The
following information must be mentioned in the RFID used on each module (This
can be inside or outside the laminate, but must be able to withstand harsh
environmental conditions).
iii. Month & year of the manufacture(separate for solar cells and modules)
2. All the Panels shall have provision to adjust it at three angular positions
as per Clause No 4.1.1(d). The locking arrangement for adjusting the
angle of module shall be accessible from the ground.
4. In case offered support structure is of MS type then, the frames and leg
assemblies of the array structures shall be made of MS hot dip
galvanized. Galvanisation coating shall as per IS 4759 or equivalent
standards.
5. All fasteners shall be of Stainless steel - SS 304. Nut & bolts, supporting
structures including module Mounting Structures shall have to be
adequately protected against all climatic conditions.
4.2.1 Pyranometer:
Bidder shall provide at least two (02) pyranometer for measuring incident
global solar radiation. The specification is as follow:
4.2.2 Thermometer:
Bidder shall also provide at least one RTD type / semiconductor type ambient
temperature measuring instrument at suitable place in PV arrays. Instrument
shall have a range of 0o C to 80oC.
4.2.3 Anemometer:
a. The efficiency of the PCU shall be equal to or more than 97 % at 75% load as
per IEC 61683.
b. The PCU shall have internal protection arrangement against any sustained
fault in the feeder line and against lightning in the feeder line
c. The PCU shall have the required protection arrangements against earth
leakage faults.
d. Specifically, the PCU should be three phase power conditioning unit using
static solid state components. DC lines shall have suitably rated isolators to
e. Each Sub-Array Junction Box (if any) will have Suitable Reverse Blocking
Diodes or fuse with suitable rating.
g. The PCU should be suitably designed for parallel operation. Each solid state
electronic device shall have to be protected to ensure long life of the inverter
as well as smooth functioning of the inverter.
i. The PCU must have the feature to work in tandem with other similar PCU’s
and be able to be successively switched “ON” and “OFF” automatically based
on solar radiation variations during the day.
j. The system shall tend to balance unequal phase voltage (with 3-phase
systems) with reference to the red phase (line-1).
k. The PCU front panel shall be provided with a display (LCD or equivalent) of all
important parameter such as DC input voltage, DC input current, AC input
voltage, AC input current, AC output power, frequency etc.
l. Nuts & bolts and the PCU enclosure shall have to be adequately protected
taking into consideration the atmosphere and weather prevailing in the area.
m. The PCU shall include appropriate self protective and self diagnostic feature
to protect itself and the PV array from damage in the event of PCU component
failure or from parameters beyond the PCU’s safe operating range due to
internal or external causes. The self-protective features shall not allow signals
from the PCU front panel to cause the PCU to be operated in a manner which
may be unsafe or damaging. Faults due to malfunctioning within the PCU,
including commutation failure, shall be cleared by the PCU protective devices.
PCU shall have provision to record event logs, data logs and changing set
points. Control and read-out should be provided on an indicating panel
integral to the Inverter. Display should be simple and self explanatory display
to show all the relevant parameter relating to PCU operational data and fault
condition in form of front Panel meters / LED’s or two line LCD Display.
MODES OF PCU
• STANDBY MODE:
The system shall automatically ‘wake up’ in the morning and begin to export
power provided there is sufficient solar energy and the grid voltage and
frequency is in range. The threshold dc voltage for ‘wake up’ should be
mentioned in the datasheet.
MPPT control algorithm shall adjust the voltage of the SPV array to optimise
solar energy fed into the grid.
• SLEEP MODE
The power conditioner must also automatically re-enter standby mode when
threshold of standby mode reached.
Maximum power point tracker shall be integrated in the power conditioner unit to
maximize energy drawn from the Solar PV array. The MPPT should be
microprocessor based to minimize power losses. The details of working mechanism
of MPPT shall be mentioned by the bidder in his offer. The MPPT must have
provision for constant voltage operation.
4.3.3 Inverter
The inverter shall indoor type and its output shall always follow the grid in terms of
voltage and frequency. This shall be achieved by sensing the grid voltage and
phase and feeding this information to the feedback loop of the inverter. The inverter
shall use self-commutating devices.
a. No load loss<1% of rated power and maximum loss in sleep mode shall
be less than 0.05%
e. Protection against
• Over current
• Sync loss
• Over temp.
• DC bus over voltage
• Cooling Fan failure(If provided)
The power conditioner must be equipped with self diagnostic system check which
should occur on start up. Functions should include a test of key parameters on start
up.
Soil Bearing Characteristics of the Solar Park has been attached with the document
and to be used for reference. Bidder after award shall ascertain soil parameters of
the proposed site as per the location of control room & array yard by carrying out
Sub Soil investigation through certified soil consultant
4.5 EARTHING
Each array structure of the PV yard shall be grounded properly as per IS 3043 -
1987. All metal casing / shielding of the plant shall be thoroughly grounded in
accordance with Indian electricity act / IE Rules.
The complete Solar PV plant shall be integrated with SCADA which should
communicate with all the inverters and combiner box and displaying parameters as
mentioned below. SCADA shall also have provision to control turning ON and OFF of
any inverter of the grid connected Solar PV plant.
In addition to instantaneous trend, bidder shall also have provision for offline viewing
of daily, monthly and yearly averaged value of all above parameters.
SCADA shall provide 15 minute interval daily, monthly and annual average of
following parameters:
1. Exported Energy
2. Energy of each inverter
The SCADA shall have the feature to be integrated with the network system as well
as remotely via the web using either a standard modem or a GSM/WIFI modem. The
Development of Solar Photo Bid Doc. No. Technical Specifications Page
Voltaic Plant at Rajgarh CS-5707-004-9 Part-A Section-VI 13 of 101
bidder shall provide compatible software and hardware so that data can be
transmitted via standard modem.
'The SCADA shall be OPC version 2.0a compliant and implement a OPC-DA 2.0a
server as per the specification of OPC Foundation. All data should be accessible
through this OPC server.'
SCADA shall be provided with a reliable power supply along with a backup supply for
at least one hour to cater to outage of grid.
The power evacuation system shall comprise of transformers with all associated
switchgear equipment and cable termination to 11 kV bus of indoor switchgear
situated at 11/132 kV switchyard as shown in single line diagram. The nos. of 11
kV outgoing feeder from Solar plant to switchyard should be restricted to eight (08).
Bidder to submit their single line diagram and layout diagram at the time detail
engineering to NTPC for approval.
If PCU is technically suitable for parallel operation, the same shall be done through
AC Distribution Boards (ACDBs) which shall lie electrically between PCU and 33 kV
transformers. It shall have Air Circuit breaker of Suitable rating for connection and
disconnection of PCU from Grid. The connection between ACDB and Transformer
shall be either Busbar or Cable. It shall have provision to measure bus voltage,
current and power feeding the transformer.
5.1.1 All Switchboards i.e., 415 V Switchgears, Motor Control Centres (MCCs),
ACDBs, DC Distribution Boards (DCDBs) and Solenoid Valve Distribution
Boards, shall be of metal enclosed, indoor, floor-mounted, free-standing type.
5.1.2 All switchboard frames and load bearing members shall be fabricated using
suitable mild steel structural sections or pressed and shaped cold-rolled sheet
steel of thickness 2.0 mm(nom). Frames shall be enclosed in cold-rolled sheet
steel of thickness 1.6 mm(nom). Doors and covers shall also be of cold rolled
sheet steel of thickness 1.6 mm (nom). Stiffeners shall be provided wherever
necessary. The gland plate thickness shall be 3.0 mm (nom) for hot / cold-
rolled sheet steel and 4.0 mm (nom) for non-magnetic material.
5.1.3 All panel edges and cover / door edges shall be reinforced against distortion
by rolling, bending or by the addition of welded reinforcement members. The
top covers of the panels should be designed such that they do not
permanently bulge/ bend by the weight of maintenance personnel working on
it.
5.1.4 The complete structures shall be rigid, self-supporting, and free from flaws,
twists and bends. All cutouts shall be true in shape and devoid of sharp
edges.
5.1.5 All switchboards shall be of dust-proof and vermin-proof construction and shall
be provided with a degree of protection of IP: 5X as per IS: 13947. However,
the busbar chambers having a degree of protection of IP: 4X are also
acceptable where continuous busbar rating is 1600A and above. Provision
shall be made in all compartments for providing IP: 5X degree of protection,
when circuit - breaker or module trolley has been removed. All cutouts shall
be provided with synthetic rubber gaskets.
5.1.7 All switchboards shall be of uniform height not exceeding 2450 mm.
5.1.9 Switchboards shall be supplied with base frames made of structural steel
sections, alongwith all necessary mounting hardware required for welding
down the base frame to the foundation / steel insert plates. The base frame
height shall be such that floor finishing (50 mm thick) to be done by Owner
after erection of the switchboards does not obstruct the movement of doors,
covers, withdrawable modules etc.
5.1.10 All switchboards shall be divided into distinct vertical sections (panels), each
comprising of the following compartments:
A separate compartment shall be provided for relays and other control devices
associated with a circuit breaker.
5.1.15 Sheet steel barriers shall be provided between two adjacent vertical panels
running to the full height of the switchboard, except for the horizontal busbar
compartment. Synthetic rubber gasket shall be provided between the panel
sections to avoid ingress of dust into panels. Each shipping section shall have
full metal sheets at both ends for transport and storage.
5.1.16 After isolation of power and control circuit connections it shall be possible to
safety carryout maintenance in a compartment with the busbar and adjacent
circuit live. Necessary shrouding arrangement shall be provided for this
purpose. Wherever two breaker compartments are provided in the same
vertical section insulating barriers and shrouds shall be provided in the rear
cable compartment to avoid accidental touch with the live parts of one circuit
when working on the other circuit.
5.1.18 All ACDBs, DCDBs and Solenoid Valve DBs shall be of fixed module type.
All 415V circuit-breaker modules and MCC modules shall be of fully drawout
type having distinct 'Service' and 'Test' positions. The equipment pertaining to
a drawout type incomer or feeder module shall be mounted on a fully
withdrawable chassis which can be drawn out without having to unscrew any
wire or cable connection. Suitable arrangement with cradle/ rollers and guides
shall be provided for smooth movement of the chassis. For modules of size
more than half the panel height, double guides shall be provided for smooth
removal or insertion of module. All identical module chasis of same size shall
be fully interchangeable without having to carryout any modifications.
5.1.19 All disconnecting contacts for power and control circuits of drawout modules
shall be of robust and proven design, fully self aligning and spring-loaded.
Both fixed and moving contacts shall be silver-plated and replaceable. The
spring-loaded power and control drawout contacts shall be on withdrawable
chassis and the same on fixed portion shall not be accepted. Detachable
plug and socket type control terminals shall also be acceptable.
5.1.21 Contractor shall supply & mount two (2) coupling relays in the DDC / PLC
controlled modules and breakers.
5.1.22 All equipment and components shall be neatly arranged and shall be easily
accessible for operation and maintenance. The internal layout of all modules
shall be subject to owner's approval. The Contractor shall submit dimensional
drawings showing complete internal details of busbars and module
components, for each type and rating for approval of Owner.
5.1.23 The tentative power and control cable entries (top / bottom) required.
However, the Owner reserves the right to alter the cable entries, if required
during detailed engineering, without any additional commercial implication.
5.1.24 Each switchboard shall be provided with undrilled, removable type gland
plate, which shall cover the entire cable alley. Bidder shall ensure that
sufficient cable glanding space is available for all the cables coming in a
particular section through gland plate. For all single core cables, gland plate
shall be of non-magnetic material. The gland plate shall preferably be
provided in two distinct parts for the easy of terminating addition cables in
future. The gland plate shall be provided with gasket to ensure enclosure
protection. Recommended drilling chart of gland plates for all power and
control cables in the vertical panels shall be indicated by the Contractor in
the respective G.A. drawings of the boards.
5.1.26 CLEARANCES
The minimum clearance in air between phases and between phases and
earth for the entire run of horizontal and vertical busbars and bus-link
connections at circuit-breaker shall be 25 mm. For all other components, the
clearance between "two live parts", "a live part and an earthed part", shall be
5.2 Cables
All standards, specifications and codes of practice referred to herein shall be the
latest editions including all applicable official amendments and revisions as on date
of opening of bid. In case of conflict between this specification and those (IS : codes,
standards, etc.) referred to herein, the former shall prevail. All the cables shall
conform to the requirements of the following standards and codes:
TECHNICAL REQUIREMENTS
The cables shall be suitable for laying on racks, in ducts, trenches, conduits and
under ground buried installation with chances of flooding by water.
All cables including EPR cables shall be flame retardant, low smoke (FRLS) type
designed to withstand all mechanical, electrical and thermal stresses developed
under steady state and transient operating conditions as specified elsewhere in this
specification.
All cables of module area if laid on cable trays should be covered. If cables are to be
laid underground, laying shall be as per latest relevant IS code.
All cables except DC cable shall meet the fire resistance requirement as per
Category-B of IEC 332 Part-3.
Dc cable shall meet the fire resistance requirement as per TUV specification 2 Pfg
1169/08.2007.
Repaired cables shall not be accepted. Pimples, fish eye, blow holes etc. are not
acceptable.
(b) The voltage drop in the cable, during motor starting condition, shall be
limited to 10% and during full load running condition, shall be limited to
3% of the rated voltage
2C, 3C NIL
5C 1
7C-12C 2
14C & above 3
Derating Factors
Derating factors for various conditions of installations including the following shall be
considered while selecting the cable sizes:
b) Grouping of cables
Cable lengths shall be considered in such a way that straight through cable joints
are avoided.
All LT power cables of sizes more than 120 sq.mm. shall be XLPE insulated and
preferable sizes are 1Cx150, 1Cx300, 1Cx630, 3Cx150 & 3Cx240 sq.mm.
TESTS
Type Tests
The reports for the following type tests shall be submitted for one size each of
LT XLPE, LT PVC Power cables and control cables. Size shall be decided by the
employer during detailed engineering:
S.No. Type test Remarks
For Conductor
1. Resistance test
2. Tensile test* For circular non-compacted
conductors only
3. Wrapping test* For circular non-compacted only
For Armour Wires/ Formed Wires
4. Measurement of Dimensions
5. Tensile Test
6. Elongation test
7. Torsion test For round wires only
16. Hot deformation test For PVC insulation and sheath only
17. Heat shock test For PVC insulation and sheath only
All switch board shall be provided with adequately rated busbar, incoming control,
outgoing control etc. as a separate compartment inside the panel to meet the
requirements of the Chief Electrical Inspector. All live terminals and busbars shall be
shrouded. The out going terminals shall be suitable to receive suitable runs and size
of cables required for the Inverter/Transformer rating.
The degree of protection for following equipment shall be
1. Indoor Junction box : IP 20
2. Outdoor Junction Box : IP 65
5.4 TRANSFORMERS
Each step up transformer shall be 3 phase, 50 Hz outdoor type. The combined kVA
rating of all the transformers connected at 11 kV bus shall not be less than 50 MVA.
The noise level shall be in accordance to NEMA TR-1. Transformer shall have Off
Circuit Tap Changer with tapings of at least +/- 5% with individual steps of 2.5%. The
vector group, impedance, bushing rating, HV/LV termination & neutral earthing shall
also meet the system requirement & shall also be inline with standards as mentioned
in this specification. Air clearance shall be inline with Central Board of Irrigation and
Power (CBIP) norms. Suitable Bushing CTs shall be provided to meet the system
protection requirement. Transformer shall be in accordance to IS:2026 or equivalent
to any other international standard.
System voltage 11 kV
(a.)
Cooling ONAN
(b.)
Type Two winding
(c.)
Service Outdoor
(d.)
Duty Continuous
(e.)
Overload capacity As per IS: 6600 and specified
(f.)
elsewhere in the specification.
Permissible Temperature rise over
(g.)
an ambient temp. of 50 deg. C
Winding (by resistance 55 deg. C
(i)
method)
Top oil (by thermometer) 50 deg. C
(ii)
Impedance at 75 deg.C As per IS 2026
(h.)
Noise Level As per NEMA TR- 1
(i.)
Winding
HV
Sr. No.
Highest System Voltage(kV) 12
Bushing Parameters
11 KV
Parameters
11 KV
(i) Rated Voltage(kV)
75
(ii) Lightning impulse withstand voltage, kVp
28
(iii) One min power frequency withstand
voltage , kV (rms)
(iv) Minimum total creepage distances (mm) 25mm/kV x Rated
Voltage of Bushing.
(v) Mounting Tank / Transformer
body
5.4.1 Construction
The features & construction details of each transformer shall be in accordance with
the requirement stated hereunder.
For all transformers, suitable bi-directional skids with pre-drilled holes shall be
provided integral with the tank body for fixing the transformer tank on foundation.
These skids shall be such that the bottom of the tank body is at a sufficient height
above foundation for cleaning purposes.
The transformers (except transformers upto and including 2 MVA) are to be provided
with four no. of bi - directional flat rollers of detachable type & shall be mounted on
wheels on foundation. Suitable locking arrangement shall be provided for the wheels
to prevent accidental movement of transformer.
At least two adequately sized inspection openings one at each end of the tank shall
be provided for easy access to bushing & earth connections. The inspection covers
shall not weight more than 25 Kg. Handles shall be provided on the inspection cover
to facilitate lifting.
All bolted connections shall be fitted with weather proof, hot oil resistant, rubberized
cork gasket in between for complete oil tightness. If gasket is compressible, metallic
stops shall be provided to prevent over compression.
The tank shall be designed in such a way that it can be mounted on the plinth
directly.
Wherever possible the transformer tank & its accessories shall be designed without
pockets wherein gas may collect. Where pockets can not be avoided, pipes shall be
provided to vent the gas into the main expansion pipe.
5.4.1.2 Core
The core shall be constructed from cold rolled, super grain oriented (CRGO), silicon
steel laminations.
The core isolation level shall be 2 kV (rms.) for 1 minute in air.
Adequate lifting lugs will be provided to enable the core & windings to be lifted.
5.4.1.3 Windings
The contractor shall ensure that windings of all transformers are made in dust proof
& conditioned atmosphere. The bidder shall furnish details of the facilities available
at his works along with the bid.
The conductors shall be of electrolytic grade copper free from scales & burrs.
All windings of the transformers having voltage less than 66 kV shall be fully
insulated.
(d.) The temperature indicators shall be so mounted that the dials are not more than
1500 mm from ground level. Glazed door of suitable size shall be provided for
convenience of reading.
(e.) All incoming cables shall enter the marshalling box from the bottom. A removable
undrilled gland plate shall be provided at the bottom of the box for
accommodating glands for Employer’s incoming and outgoing cables, which
shall not be less than 450 mm from finished floor level.
(f.) All devices and terminal blocks inside the marshalling box shall be clearly
identified by symbols corresponding to those used on applicable schematic or
wiring diagram.
(g.) It shall be located in such a way that, the same shall not face towards the
transformer.
All the control cables for Employer’s unit control panel shall be wired by the
contractor up to M. Box.
5.4.2.9 Valves
a. All valves upto and including 50 mm shall be of gun metal or of cast steel. Larger
valves may be of gun metal or may have cast iron bodies with gun metal fittings.
They shall be of full way type with internal screw and shall open when turned counter
clockwise when facing the hand wheel.
b. Suitable means shall be provided for locking the valves in the open and close
positions. Provision is not required for locking individual radiator valves.
c. Each valve shall be provided with the indicator to show clearly the position of the
valve.
d. Gland packing/gasket material shall be of teflon rope/nitrile rubber. In case of
gate/globe valves, gland packing preferably of teflon rope shall be used to prevent oil
seepage through the gland.
e. After testing, inside surface of all cast iron valves coming in contact with oil shall be
applied with one coat of oil resisting paint/varnish with two coats of red oxide zinc
chromate primer followed by two coats of fully glossy finishing paint conforming to
IS:2932 and of a shade (Preferably red or yellow) distinct and different from that of
main tank surface. Outside surface except gasket setting surface of butterfly valves
shall be painted with two coats of red oxide zinc chromate conforming to IS:2074
followed by two coats of fully glossy finishing paint.
f. All hardware used shall be cadmium plated/electro galvanised.
g. Sampling & drain valves should have zero leakage rate.
5.4.2.11 Gasket
The gaskets shall not deteriorate during the life of transformer if not opened
for maintenance at site. Supplier shall also recommend quality & make of
gaskets to be used for replacement during maintenance if required. All joints
flanged or welded associated with oil shall be such that no oil leakage or
sweating occurs during the life of transformer. The quality of these joints is
considered established, only if the joints do not exhibit any oil leakage or
sweating for a continuous period of at least 3 months during the guarantee
period. In case any sweating / leakage is observed, contractor shall rectify
the same & establish for a further period of 3 months of the same. If it is not
established during the guaranteed period, the guaranteed period shall be
extended until the performance is established.
5.4.2.12 Fittings
a. Conservator for main tank with oil filling hole and cap, isolating valves,
drain valve, magnetic oil level gauge with low level alarm contacts and
dehydrating silicagel breather. Breather for conservators shall be mounted
not more than 1400 mm above rail top.
b. Oil preservation system: - as specified elsewhere.
c. Minimum two Nos. of spring operated pressure relief devices with alarm/trip
contacts for transformer of 2 MVA & above rating. Discharge of PRD shall
be properly taken through pipes & directed away from the transformer
/other equipment.
d. Buchholz relay double float type with isolating valves on both sides,
bleeding pipe with Gas collecting device at the end to collect gases and
alarm and trip contacts. Control cable termination at Buchhloz relay shall
be properly sealed to prevent water entry.
e. Air release plug.
f. Inspection openings and covers.
g. Bushing with metal parts and gaskets to suit the termination arrangement.
h. Cover lifting eyes, transformer lifting lugs, jacking pads, towing holes and
core and winding lifting lugs.
i. Protected type Mercury or alcohol in glass thermometer.
j. Bottom and top filter valves with threaded male adapters, bottom Sampling
valve & drain valve.
k. Rating and diagram plates on transformers (English & Hindi) and auxiliary
apparatus.
l. Radiator as specified.
m. Prismatic/toughened glass oil gauge for transformers.
n. 150 mm dial type oil temp indicator with alarm and trip contacts, maximum
reading pointer & resetting device. Accuracy class shall be ± 1.5 % or
better.
o. 150-mm dial type Winding temp indicator with alarm and trip contacts,
maximum reading pointer & resetting device. Accuracy class shall be ± 1.5
% or better.
p. Flanged bi-directional wheels.
q. Marshalling Box.
r. Off load tap changing gear
s. Cooling equipment.
t. Bushing current transformers.
u. Insulating oil.
v. Drain valves/plugs shall be provided in order that each section of pipe work
can be drained independently. Sludge valve at bottom most point of tank to
be provided for easy flush out/removal of sludge during maintenance.
The fittings listed above are only indicative and other fittings, which generally
are required for satisfactory operation of the transformer, are deemed to be
included
5.4.3 Performance
a) The maximum flux density in any part of the core & yoke at the rated MVA,
voltage & frequency shall be such that under 110% continuous voltage
condition it does not exceed 1.9 Tesla.
b) The transformer & all its accessories including CT’s etc, shall be designed
to withstand without injury the thermal & mechanical effects of any external
short circuit to earth & of short circuits at the terminal of any winding for a
period of 2 sec. Bidder shall submit the short circuit withstand calculations.
c) Transformers shall withstand, without injurious heating, combined voltage
& frequency fluctuations, which produce the following over fluxing
condition
1) 110 %- continuous
125%- for one minute
140%- for five seconds
2) Bidder shall indicate 150% & 170% over voltage withstand time.
3) Over fluxing characteristics up to 170 % shall be submitted.
All type tests as per IS 2026 shall be/shall have been conducted on one transformer
of each rating. In addition to this tank Vacuum test and tank pressure test shall also
be carried out as a type test in line with CBIP norms. Oil leakage test shall also be
performed as routine test as per the clause no. c below.
Following Special test as per IS 2026 shall be/shall have been conducted on one
transformer of each rating
1. Short Circuit Test
2. Measurement of Acoustic Noise level
3. Measurement of Zero Sequence Impedance
In case the bidder has conducted such specified type test(s) within last ten years as
on the date of bid opening, he may submit the type test reports to the owner for
waiver of conductance of such type test(s). These reports should be for the tests
In case the Bidder is not able to submit report of the type test(s) conducted within
last ten years from the date of bid opening, or in case the type test report(s) are not
found to be meeting the specification requirements, the Bidder shall conduct all such
tests under this contract free of cost to the Employer and submit the reports for
approval.
In addition to above tests, all routine tests as per IS: 2026 shall be conducted on
each of the transformer.
a. Vacuum Test
Each type of transformer tank shall be subjected to the specified vacuum. The tank
designed for full vacuum shall be tested at an internal pressure of 3.33 KN/sq. m
absolute (25 torr) for one hour. The permanent deflection of the plate after the
vacuum has been released shall not exceed the values specified below:
s) IEC: 60099-4 Metal oxide surge arrestor without gap for AC system
t) IS/IEC: 62271- High voltage alternating current circuit breakers.
100
u) IS/IEC: 62271- High voltage metal enclosed switchgear and control gear.
200
v) IEC: 60947-7-1 Terminal blocks for copper conductors
:
w) IS :513 (2008) Cold Rolled Low Carbon Steel Sheets and Strips
a) SYSTEM PARAMETERS
3 Rated Frequency 50 Hz
4 Number of phases/ poles Three
1 Color finish
.
Exterior RAL9002 (Main body)
RAL 5012 (Extreme end covers)
2 Cable entry
.
a) Power Cables
b) Control Cables
3 Bus duct entry Top
.
Circuit breakers shall be Circuit Breaker SF6 or Vacuum, Free standing, Floor
mounted, metal clad, fully compartmentalized, restrike free, trip free, stored energy
operated and with electrical anti-pumping features. They shall comprise of three
separate, identical single pole interrupting units, operated through a common shaft by
a sturdy operating mechanism. DC battery bank required for the breaker shall be in
the scope of bidder. VRLA battery shall not be accepted.
CONSTRUCTIONAL REQUIREMENT
OPERATIONAL REQUIREMENT:
a) Spring return to neutral type control switch (with NAC/NAT position)
b) Stay - put type selector switches.
c) Thermostatically controlled space heater with switch, illumination and
power plug point.
d) All meters/instruments shall be flush mounted on front panel, at least 96
sq.mm size with 90 deg. scales and accuracy class of 2.0 or better. All
feeders shall have an ammeter and ammeter selector switch
(b.) All instrument transformers shall withstand the power frequency and impulse test
voltage specified for the switchgear assembly. The current transformer shall further
have the dynamic and short time ratings at least equal to those specified for the
associated switchgear and shall safely withstand the thermal and mechanical stress
produced by maximum fault currents specified when mounted inside the switchgear for
circuit breaker modules. However, current transformer mounted in fuse backed
contactor module shall have the dynamic and short time rating compatible with the let
through current of the fuses.
(c.) The parameters of instrument transformers specified in this specification are tentative
and shall be finalised by the Employer in due course duly considering the actual
burden of various relays and other devices finally selected. In case the Bidder finds
that the specified ratings are not adequate for the relays and other devices offered by
him, he shall offer instrument transformer of adequate ratings and shall bring out this
fact clearly in his bid.
(d.) All instrument transformers shall have clear indelible polarity markings. All secondary
terminals shall be wired to separate terminals on an accessible terminal block.
(e.) Current transformers may be multi or single core and shall be located in the cable
termination compartment. All voltage transformers shall be single phase type. The bus
VTs shall be housed in a separate panel on a truck so as to be fully withdrawable.
(g.) All voltage transformers shall have suitable HRC current limiting fuses on both primary
and secondary sides. Primary fuses shall be mounted on the withdrawable portion.
Replacement of the primary fuses shall be possible with VT truck in ISOLATED
position. The secondary fuses shall be mounted on the fixed portion and the fuse
replacement shall be possible without drawing out the VT truck from Service position.
a) CURRENT TRANSFORMER
1. Class of Insulation Class E or better
2. Rated output of each Adequate for the relays and devices connected,
but not less than five (5) VA.
3. Accuracy class
Protection & Measurement Class PS for differential & REF and core balance
CTs; 5P20 for other protection CTs. Required
Accuracy for metering is 0.2s .
4. Minimum primary earth fault
current to be detected by core 3 Amperes
balance current Transformer
Voltage Transformer
1. Rated 1.2 continuous for all VTs, and 1.9 for 30 seconds
Voltage Factor for star connected VTs.
2. Class of insulation Class E or better
3. Other parameters BUS PT-0.5 Class,VA req. adequate for
application. Line PT-0.5 Class for sync./3P for
door interlocks, VA req. adequate for application.
4 Per phase VT ratio 11/ 3 KV / 110/ 3 V
The surge arrestors shall be mounted within the switchgear cubicle between line and earth,
preferably in the cable compartment. Surge arrestor selected shall be suitable for non-
effectively earthed system and rating shall be in such a way that the value of steep fronted
switching over voltage generated at the switchgear terminals shall be limited to the
requirements of switchgear.
The contractor shall carry out the following type tests on the equipment to be supplied
under this contract. The bidder shall indicate the charges for each of these type tests
separately in the relevant schedule of Section - VII- (Forms & Procedures) and the same
The following type tests shall be carried out on circuit breaker / circuit breaker panels, of
each voltage class and current rating.
1) Short circuit duty test on circuit breaker, mounted inside the panel
offered along with CTs, bushing and separators.
2) Short time withstand test on circuit breaker, mounted inside panel
offered together with CTs, bushings and separators.
3) Power frequency withstand test on breaker mounted in side panel.
4) Lightning impulse withstand test on breaker mounted in side panel
5) Temperature rise test on breaker and panel together. For this test, the test set
up shall include three panels with breakers, the test breaker and panel being
placed in the centre.
The adjacent panels shall also be loaded to their rated current capacity.
Alternatively the test panel may be suitably insulated at the sides, which will be
adjoining to other panels in actual site configuration
6) Internal Arc Test as per IEC 62271-200
7) Measurement of resistance of main circuit.
8) Mechanical operation test.
9) Short Circuit withstand test of earthing device(Truck/switch).
The type tests shall be carried out in presence of the employer’s representative, for
which minimum 15 days notice shall be given by the contractor. The contractor shall
obtain the employer’s approval for the type test procedure before conducting the type
test. The type test procedure shall clearly specify the test set–up, instruments to be
used, procedure, acceptance norms, recording of different parameters, interval of
recording, precautions to be taken etc. for the type test(s) to be carried out.
In case the contractor has conducted such specified type test(s) within last ten
years as on the date of bid opening, he may submit during detailed engineering the type
test reports to the owner for waival of conductance of such type test(s). These reports
should be for the tests conducted on the equipment similar to those proposed to be
supplied under this contract and test(s) should have been either conducted at an
independent laboratory or should have been witnessed by a client. The owner reserves
the right to waive conducting of any or all the specified type test(s) under this contract.
In case type tests are waived, the type test charges shall not be payable to the
contractor
The type test reports once approved for any projects shall be treated as reference.
For subsequent projects of NTPC, an endorsement sheet will be furnished by the
manufacturer confirming similarity and “No design Change”. Minor changes if any shall
be highlighted on the endorsement sheet.
Two (2) protected soft copies on CD-ROM of the approved test results shall be
furnished with the equipment . These shall include complete reports and results of the
routine tests and type tests (if the latter is carried out) on equipment. If the type tests are
not conducted, the CDs shall contain copies of the results of type tests carried out on
identical equipment earlier.
(a.) IP -4X It shall not be possible to insert a one (1) mm. dia steel wire into the
enclosure from any direction, without using force.
(b.) IP-5X It shall not be possible to insert a thin sheet of paper under gaskets
and through enclosure joints.
In addition the Contractor shall carry out all other checks and tests recommended by the
manufacturers.
General
a. Check name plate details according to specification.
Current Transformers
Voltage Transformers
Cubicle Wiring
5.6 HT Cable
CODES AND STANDARDS
TECHNICAL REQUIREMENTS
The cables shall be suitable for laying on racks, in ducts, trenches, conduits and under
ground (buried) installation with chances of flooding by water
All cables including EPR cables shall be flame retardant, low smoke (FRLS) type
designed to withstand all mechanical, electrical and thermal stresses developed under
steady state and transient operating conditions as specified elsewhere in this
specification.
Aluminium conductor used in power cables shall have tensile strength of more than 100
N/ sq.mm. Conductors shall be multi stranded.
The cable cores shall be laid up with fillers between the cores wherever necessary. It
shall not stick to insulation and inner sheath. All the cables, other than single core
unarmoured cables, shall have distinct extruded PVC inner sheath of black colour as per
IS: 5831.
For single core armoured cables, armouring shall be of aluminium wires. For multicore
armoured cables armouring shall be of galvanised steel as follows : -
The aluminium used for armouring shall be of H4 grade as per IS: 8130 with maximum
resistivity of 0.028264 ohm-sq.mm/mtr at 20 deg.C. The types and sizes of aluminium
armouring shall be same as mentioned for galvanised steel at 2.06.00 above.
The gap between armour wires / formed wires shall not exceed one armour wire /
formed wire space and there shall be no cross over / over-riding of armour wires /
formed wires. The minimum area of coverage of armouring shall be 90%. The breaking
load of armour joint shall not be less than 95% of that of armour wire / formed wire. Zinc
rich paint shall be applied on armour joint surface of GS wires/formed wires.
Distinct extruded PVC inner sheath of black colour as per IS:5831 shall be provided for
the cables as follows:
a). For all multicore cables.
b). For single core armoured cables, where armouring is not being used as
metallic screen.
Outer sheath shall be of PVC black in colour. In addition to meeting all the requirements
of Indian standards referred to, outer sheath of all the cables shall have the following
FRLS properties.
All cables shall meet the fire resistance requirement as per Category-B of
IEC-332 Part-3.
Allowable tolerances on the overall diameter of the cables shall be +\-2 mm
maximum over the declared value in the technical data sheets.
In plant repairs to the cables shall not be accepted. Pimples, fish eye, blow holes etc.
are not acceptable.
The cross-sectional area of the metallic screen strip/tape/wires shall be considered in
sizing calculations.
The eccentricity shall be calculated as
tmax -tmin
------------ x 100
tmax
and the ovality shall be calculated as
dmax -dmin
------------ x 100
dmax
b) The voltage drop in the cable, during motor starting condition, shall be
limited to 10% and during full load running condition, shall be limited to
3% of the rated voltage
Derating Factors
Derating factors for various conditions of installations including the following
shall be considered while selecting the cable sizes:
b) Grouping of cables
Cable lengths shall be considered in such a way that straight through cable
joints is avoided.
Cables shall be armoured type if laid in switchyard area, CHP area or directly
buried.
CONSTRUCTIONAL FEATURES
Trailing cables shall have tinned copper (class 5) conductor, insulated with
heat resistant elastomeric compound based on Ethylene Propyline Rubber
(EPR) suitable for withstanding 90 deg.C continuous conductor temperature
and 250deg C during short circuit, inner-sheathed with heat resistant
elastomeric compound, nylon cord reinforced, outer-sheathed with heat
resistant, oil resistant and flame retardant heavy duty elastomeric compound
conforming to IS 9968.
a) The contractor shall carry out the type tests as listed in this specification on the
equipment to be supplied under this contract. The bidder shall indicate the
charges for each of these type tests separately in the relevant schedule of
c) In case the contractor has conducted such specified type test(s) within last ten
years as on the date of bid opening, he may submit during detailed engineering
the type test reports to the owner for waival of conductance of such type test(s).
These reports should be for the tests conducted on the equipment similar to
those proposed to be supplied under this contract and test(s) should have been
either conducted at an independent laboratory or should have been witnessed
by a client. The owner reserves the right to waive conducting of any or all the
specified type test(s) under this contract. In case type tests are waived, the
type test charges shall not be payable to the contractor.
d) All acceptance and routine tests as per the specification and relevant standards
shall be carried out. Charges for these shall be deemed to be included in the
equipment price
e) The type test reports once approved for any projects shall be treated as
reference. For subsequent projects of NTPC, an endorsement sheet will be
furnished by the manufacturer confirming similarity and “No design Change”.
Minor changes if any shall be highlighted on the endorsement sheet.
All types and sizes of cables being supplied shall be subjected to type tests, routine
tests and acceptance tests as specified below and according to relevant standards
The following type tests shall be carried out on one size each of 11/11KV cables.
Size shall be decided by the employer during detailed engineering
S. No Type Test Remarks
Conductor
1. Resistance test
2. Measurement of Dimensions
3. Tensile Test
4. Elongation test
6. Wrapping test
7. Resistance test
8(a) Mass & uniformity of Zinc Coating For GS wires/formed wires only.
tests
21. Acid gas generation test For PVC outer sheath only
The following type tests shall be carried out on each type(voltage grade) &
size of the cable:
S. No. Type Test For all cables
1. Insulation resistance test (Volume Resistivity method)
4. Bending test
b) As a function of temperature
Indicative list of tests/ checks, Routine and Acceptance tests shall be as per
Quality Assurance & Inspection table of H.T. Cables enclosed.
The earth conductors shall be free from pitting, laminations, rust, scale and
other electrical, mechanical defects
The material of the earthing conductors shall be as follows
1 Conductors above ground level and in built Galvanized steel
up trenches.
2 Conductors buried in earth Mild steel
3 Earth electrodes Mild steel rod
The sizes of earthing conductors for various electrical equipments shall be as below:
Equipment Earthing Conductor Earthing Conductor above
Buried in Earth ground level & in built-up
trenche
1 Main earth grid 40 mm dia. MS rod 65 x 8mm GS flat
2 11kV switchgear 65 x 8mm GS flat
equipment and --------
415V switchgear
3 415 V MCC/ 50 x 6mm GS flat
Distribution --------
boards /
Transformers
4 Fractional House -------- 8 SWG GS wire
power motor
5 1KW to 25 KW -------- 25 x 3mm GS flat
6 Columns, 50 x 6mm GS flat
structures, cable --------
trays and bus
ducts enclosures
Metallic frame of all electrical equipment shall be earthed by two separate and
distinct connections to earthing system, each of 100% capacity, Crane rails,
tracks, metal pipes and conduits shall also be effectively earthed at two
Each continuous laid lengths of cable tray shall be earthed at minimum two
places by G.S. flats to earthing system, the distance between earthing points
shall not exceed 30 meter. Wherever earth mat is not available , necessary
connections shall be done by driving an earth electrode in the ground
Neutral connections and metallic conduits/pipes shall not be used for the
equipment earthing. Lightning protection system down conductors shall not be
connected to other earthing conductors above the ground level.
Resistance of the joint shall not be more than the resistance of the equivalent
length of conductors.
Earthing conductors embedded in the concrete floor of the building shall have
approximately 50 mm concrete cover.
Earthing conductors along their run on columns, walls, etc. shall be supported
by suitable welding / cleating at interval of 1000mm and 750mm respectively.
Welds to be treated with red lead for rust protection and then coated with
bitumen compound for corrosion protection.
The cable ends shall be terminated with adequate size metallic double compression
cable glands. Cable glands shall be of robust construction capable of clamping cable
and cable armour (for armoured cables) firmly without injury to insulation. The glands
shall be earthed at two locations. Suitable lock type crimping lugs shall be used for
5.9.6 Receptacles
Receptacles boxes shall be fabricated out of MS sheet of 2mm thickness and hot
dipped gavanised or of die-cast aluminium alloy of thickness not less than 2.5 mm.
5.9.7 Trenches
PCC flooring of built up trenches shall be sloped for effective drainage with sump pits
and sump pumps.
General
The cable slits to be used for motor/equipment power/control supply shall be sand
filled & covered with PCC after cabling.
Sizing criteria, derating factors for the cables shall be met as per respective
chapters. However for the power cables, the minimum conductor size shall be 6
sq.mm. for aluminium conductor and 2.5 sq.mm. for copper conductor cable.
Cable trays, fittings and accessories shall be fabricated out of rolled mild steel
sheets free from flaws such as laminations, rolling marks, pitting etc. These
(including hardware) shall be hot dip galvanized as per relevant IS.
Cable troughs shall be required for branching out few cables from main cable route.
These shall be U-shaped, fabricated of mild steel sheets of thickness 2 mm and shall
be hot dip galvanised as per relevant IS. Troughs shall be standard width of 50 mm
& 75 mm with depth of 25 mm
Support system for cable trays shall essentially comprise of the two components i.e.
main support channel and cantilever arms. The main support channel shall be of two
types : (i) C1:- having provision of supporting cable trays on one side and (ii) C2:-
having provision of supporting cable trays on both sides. The support system shall
be the type described hereunder
a. Cable supporting steel work for cable racks/cables shall comprise of various
channel sections, cantilever arms, various brackets, clamps, floor plates, all
hardwares such as lock washers, hexagon nuts, hexagon head bolt, support
hooks, stud nuts, hexagon head screw, channel nut, channel nut with springs,
fixing studs, etc.
b. The system shall be designed such that it allows easy assembly at site by
using bolting. All cable supporting steel work, hardwares fitings and
accessories shall be prefabricated factory galvanised.
c. The main support and cantilever arms shall be fixed at site using necessary
brackets, clamps, fittings, bolts, nuts and other hardware etc. to form various
arrangements required to support the cable trays. Welding of the components
shall not be allowed. However, welding of the bracket (to which the main
support channel is bolted) to the overhead beams, structural steel, insert
plates or reinforcement bars will be permitted. Any cutting or welding of the
galvansied surface shall be brushed and red lead primer, oil primer &
aluminium paint shall be applied
e. The main support channel and cantilever arms shall be fabricated out of 2.5
thick rolled steel sheet conforming to IS.
f. Cantilever arms of 320 mm, 620mm and 750 mm in length are required, and
shall be suitable for assembling the complete arm assembly on to component
Nevertheless, the support system shall be designed by the bidder to fully meet the
requirements of type tests as specified. In case the system fails in the tests, the
components design modification shall be done by the Bidder without any additional
cost to the Employer. The bidder shall submit the detailed drawings of the system
offered by him alongwith the bid.
Pipes offered shall be complete with fittings and accessories (like tees, elbows,
bends, check nuts, bushings, reducers, enlargers, coupling caps, nipples etc.) The
size of the pipe shall be selected on the basis of maximum 40% fill criteria
Duct banks shall be High Density PE pipes encased in PCC (10% spare of each
size, subject to minimum one) with suitable water-proof manholes.
6.1 FENCING
The SPV Plant along with security cabin shall be fenced with combination of
metallic chain link and barbed wire. The height of fencing shall be atleast 2 m above
the ground.
Metallic chain link fencing shall be provided upto 1.6 m above ground with pole
spacing of 2.50 m between adjacent posts. The mesh size of chain link fencing shall
be 50X50 mm of 8 gauge GI wire. The balance 0.4 m shall comprise of fencing of
barbed wire on half Y steel post. The barb wire shall confirm to conforming to IS:
278. The spacing shall of barbed wires shall be maximum 12.5cm center to center.
Pathways between solar panels shall leveled for easy movement of O&M personal
Pathway shall be PCC type with brick soling whenever there is change in elevation.
PCC shall be 1:3:6 & at least 100 mm thickness. Brick should be class II or better
class. The width of the pathways shall be designed so as to carry panel & daily
maintenance. Approach road to control rooms/HT Switchgear room/inverter room
shall be flexible type bituminous of width at least 3.75 m with one meter shoulder
each side as per IRC.
For the operation & maintenance of SPV Plant the central CMCS shall be built at an
area of minimum 200 sq.m which shall have
1. Air conditioned SCADA room
2. Store Room
3. Pantry
4. Toilet and Urinal
In addition to CMCS, inverter room shall be located near to its corresponding solar
arrays. The cumulative total area of Inverter room shall not be less than 1200 sq. m
and total nos. shall not be less than ten (10). The specification of inverter room shall
be as per Cl. 6.5
The bidder to submit the proposed drawing of CMCS along with the bid to the owner
for approval.
i) RCC Works
All RCC works shall be of design mix as per IS 456-2000 and the materials
used viz. Cement reinforcement, steel etc. shall be as per relevant IS
standards. In addition IS: 2502 Code of Practice for Bending and Fixing of
Bars for concrete Reinforcement must be complied. Reinforcement shall be
high strength TMT Fe 415 or Fe 500 conforming to “IS: 1786-1985”
The doors frames shall be fabricated from 1.6 mm thick MS sheets and shall
meet the general requirements of IS: 4351. Steel windows and ventilators
shall be as per IS:1361 and IS:1038.All windows and ventilators on ground
floor of all buildings shall be provided with suitable grill.
Minimum size of door provided shall be 2.1 m high and 1.2 m wide. However
for toilets minimum width shall be 0.75 m and office areas minimum width
shall be 1.20m.
The main entrance shall include Mild Steel single leaf door. The structural
steel shall conform to IS: 7452 and IS: 2062. The holdfasts shall be made
from steel flats (50 mm and 5 mm thick). The fixtures, fastenings and door
latch are to be made with same materials.
All Windows shall be metal steel framed and manufactured from low carbon,
hot-rolled Z-bar steel sections, and 25 mm wide and of minimum thickness 3
mm, drilled and tapped for hardware. The top of frames shall be provided
with rain lip.
Each window unit shall have a solid bronze polished, cam locking handle and
strike. All steel windows shall be suitably painted after fabrication in
accordance with the relevant Indian Standard(s).
Fixing of metalled doors and windows shall be done in accordance to IS: 1081
and IS 7452.
Doors and windows on external walls of the buildings (other than areas
provided, with insulated metal claddings) shall be provided with RCC
sunshade over the openings with 300 mm projection on either side of the
openings. Projection of sunshade from the wall shall be minimum 450 mm
iv) Glazing
All accessible ventilators and windows of all buildings shall be provided with
min. 4mm thick float glass, plain or tinted for preventing solar radiations,
unless otherwise specified.
For single glazed aluminium partitions and doors, float glass of 8mm or 10
mm thickness shall be used. All glazing work shall conform to IS:1083 and
IS:3548.
v) Plastering:
All external surfaces shall have 18 mm cement plaster in two coats, under
layer 12 mm thick cement plaster 1:5 and finished with a top layer 6 mm thick
cement plaster 1:6 (DSR 13.19) with water proofing compound. White cement
primer shall be used as per manufacturer’s recommendation.
vi) Flooring:
Flooring for stores, security cabin shall be of cement concrete flooring as per
IS 2571-1970.
Heavy duty (Grade V) dust pressed ceramic tiles (300X 300 mm) as per IS
13755, shall be provided for flooring of toilets and pantries.
vii) Roofing.
Roof of the C.R. Building shall consist of Cast-in-situ RCC slab treated with a
water proofing system which shall be an integral cement based treatment
conforming to CPWD specification (item no. 25.8 of DSR 1997). The roof of
the building shall be water proof with tarfelt 5 layer over screeding. The roof
shall be designed for minimum superimposed load to 150 kg/m2.
For efficient disposal of rainwater, the run off gradient for the roof shall not be
less than 1:100 and the roof shall be provided with RCC water gutter,
wherever required. Gutter shall be made water tight using suitable watertight
treatment. This gradient can be provided either in structure or subsequently
by screed concrete 1:2:4 (using 12.5 mm coarse aggregate) and/or cement
mortar (1:4). However, minimum 25 mm thick cement mortar (1:4) shall be
provided on top to achieve smooth surface.
The paint shall be anti-fungal quality of reputed brand suitable for masonry
surfaces for high rainfall zone. All painting on masonry or concrete surface
shall preferably be applied by roller. If applied by brush then same shall be
finished off with roller. For painting on concrete, masonry and plastered
surface IS:2395 shall be followed. All paints shall be of approved make
including chemical resistant paint. Minimum 2 finishing coats of paint shall be
applied over a coat of primer.
For painting on steel work and ferrous metals, BS: 5493 and IS:1477 shall be
followed. The type of surface preparation, thickness and type of primer,
intermediate and finishing paint shall be according to the painting system
adopted.
The cement paint as per as per IS : 5410 shall be of approved brand and
manufacturer. Ceiling of all rooms except Battery room shall be white
washed. The ceiling of Battery room (if provided) shall be acid resistant paint.
Plinth protection shall be provided around all the buildings with Brickbats and
PCC 1:2:4 & smoothly finish of top surface.
x) Water supply
The floor finish for washroom, pantry and toilet shall be vitrified ceramic anti-
slip tiles and Dado glaze ceramic tiles upto 2.1m shall be used. The normal
size of Ceramic tiles shall be 300 mm X 300 mm X 9 mm and shall comply IS:
15622.
The bidder shall design & provide below ground one septic tank and two soak
pits and assuming that a total of 10 No. person shall be working for O&M in
combined three shift.
The pantry shall consist of one number stainless steel pantry sink, as per IS :
13983, of size 610 x 510 mm, bowl depth 200 mm with drain board of at least
450 mm length with trap, with inlet and outlet connections and GI concealed
water supply pipe of minimum 12 mm dia of medium class, sanitary pipe of
minimum 75 mm diameter, floor trap with Stainless Steel grating, inlet and
outlet connections for supply and drainage, with all bends, tees, junctions,
sockets, etc., as are necessary for the commissioning and efficient functioning
of the pantry (all sanitary fittings shall be heavy duty chrome plated brass,
unless noted otherwise)
xiii) Stairs:
The control room shall be provided with false ceiling of 15 mm thick mineral
fibre board, in tile form of size 600mm x 600mm, along with galvanised light
gauge rolled form supporting system in double web construction pre painted
with steel capping, of approved shade and colour, to give grid of
maximum size of 1200x600 mm as per manufacturers details including
supporting grid system, expansion fasteners for suspension arrangement
from RCC, providing openings for AC ducts(if required), return air grills(if
required), light fixtures, etc., all complete.
xv) Lighting
The lighting design of the buildings shall be carried out as per IS 3646-1992.
The average illumination level of control room shall be 300 Lux with Mirror
optics with anti-glare type or Decorative Mirror optics type of fixture. The
building shall be provided with adequate light fittings, 5A/ 15A 1 phase
sockets, fans etc. controlled by required ratings of MCBs and MCB DBs. All
MCBs / Isolators shall be mounted inside the panel and a bakelite/fibre glass
sheet shall be provided inside such that operating knobs project out of it for
safe operation against accidental contact. Operating handle of incoming
MCCB/isolator shall project out of door. Wiring inside the panel shall be
carried out with 1100V grade PVC insulated stranded copper conductors of
adequate size.
The scope of work shall also include laying of GI pipes for each row of PV
panels with sufficient nos. of manual isolating valves. Bidder shall also
provide manual interconnecting valve to connect between the water supply
of one network to other to meet water requirement in case of outage of one
pump
Bidder shall provide the single line diagram of water washing arrangement
with location of pump to NTPC for approval.
i. Structure:
The steel structure of the Shelter shall be designed for loads and load
combination as per Indian Standards (latest revisions) such as IS: 875,
IS:1893, IS:800, IS:456 etc
The steel shall be hot-dipped galvanized with a minimum Z180 coating for
load bearing applications and Z120 for non-load bearing applications.
Alternately, the steel hot-dipped in Alum/Zinc (with 55% Aluminium and 45%
Zinc) can be also used. The applicable codes are ASTM A653 for galvanized
and ASTM A792 for Galvalume/Zincalume.
ii. Fasteners:
Steel bolts, nuts and washers complying with AS 1112:2000. Self-drilling
screws complying with AS 3566.1 and AS 3566.2 shall be used.
iii. Roof:
The roofing shall be double skin trapezoidal profile sheet of pre-painted 0.45
mm BMT (Base Metal Thickness) Hi Tensile Zincalume/Galvalume 0.5 TCT,
confirming to IS:513 and ASTM A792M/AS1397.
Stiffening ribs / subtle fluting for effective water shedding and special male /
female ends with full return legs on side laps for purlin support and anti-
capillary flute in side lap
Both upper and lower sheets shall be separated through spacers and
fastened through zinc /zinc-tin coated self drilling screws. The fastener size
shall be calculated as per the design or manufacturers recommendations.
Black powder coated aluminium doors shall be with extruded built up standard
tubular sections, appropriate Z sections and other sections of approved make
conforming to IS:733 and IS:1285, fixed to Pre-engineered structure including
necessary filling up of gaps at junctions with required PVC/neoprene felt etc
including hinges / pivots and double action hydraulic floor spring of approved
brand and manufacture IS:6315 marked, lock, handle and all necessary
fittings
v. Windows Frame:
Aluminium black powder coated section, frame shall be of 92x31 mm,
minimum 16G thick as per approved design
vi. Ventilators
Aluminum black powder coated frame of minimum size 62x25 mm and 16G
thick as per approved design. Suitable sunshades made out of approved
colour sheet reinforced with Aluminium angle frame of minimum 35x35x4 mm
size with soffit of same material will be provided to all external windows and
door. The minimum projection for the sunshades will be 450 mm and 300mm
wider than the width of the opening
X. Wall Insulation:
All voids of external and internal metalled walls shall be filled with 50 mm thick
Mineral glass Wool/rockwool insulation of density 50 kg/m3 covered with high
strength meshless Aluminium foil with proper supports etc as approved.
XI. Painting
The exterior sheet(roof as well as wall) shall have total paint thickness of 25
micrometre comprising of 20 micrometre exterior coat of Super Durable
Polyester (XRW) and 5 micrometer primers coats.
XII. Lighting:
The inverter room shall be provided with electric light to achieve average
illumination level of 75 Lux. However room should be designed to utilised
maximum natural light during the day.
The bidder shall submit the following Engineering drawings, data, design and
engineering information in both soft copy (CD) and hard copy to owner along with a
“Master Drawing List”:
1. SPV array and cable layout.
2. Module foundation
3. Main & service road with general drainage
4. ACDB Layout
5. Earthing
Any other Engineering drawings, data, design and engineering information (whether
specifically mentioned in the document or not) require to fulfil the stated scope of
work shall be deemed to be included.
Arrangement of auxiliary power supply during construction and O&M period shall be
in the scope of the bidders. Bidder shall install transformer(s) of suitable rating for
auxiliary power requirements of lighting, water pumps, Electronics equipments,
switchgear panels etc.
Mandatory spares are listed at relevant schedule of Bid Proposal sheet are those
which are considered essential by the Owner. The Owner reserves the right to buy
any or all of these spares. The Bidder shall furnish the itemized and total prices.
In compliance with the requirements of tender documents, the prices for mandatory
spares must be given separately, and shall be used for bid evaluation purposes. All
mandatory spares shall be delivered at site.
Bidder shall maintain the mandatory spares, consumables & various components of
SPV plant for smooth running during O&M period. Bidder shall also replenish the
consumed mandatory spares during the O&M period to maintain the stock as
mentioned in Bid Proposal Sheet. The bidder shall also mention the source of
supply.
The SPV plant shall be equipped with suitable fire protection & fire fighting systems
for protection of entire equipment switchyard & control room as per CEIG
requirements. Bidder shall comply with recommendation of Tariff Advisory
Committee to incurring minimal premium for insurance. The installation shall meet all
applicable statutory requirements, safety regulations in terms of fire protection.
Control Room 1 1 1
Inverter room 1 1 1 1
Bidder to provide intelligent microprocessor based main fire alarm panel of modular
construction complete with central processing unit, input and output modules, power
supply module, supervision control and isolator modules with 10% spare provisions.
Fire detection alarm system shall include alarm initiating devices e.g. multisensor
type smoke detectors and alarm notification Appliances (Audio device).
Multisensor type smoke detectors shall be provided for below false ceiling areas of
control room and ACDB and/or inverter room. One (01) sensor shall be provided for
each 25 sqm of area.
SPV Plant site shall be deemed to be successfully erected & commissioned after
submission of relevant commissioning certificate from concerned Authorities.
During the trial operation, SPV plant shall perform trouble-free operation for
cumulative 72 hours during which functionality of all plant components shall be
demonstrated and the system shall be in Generating mode.
7.6 WARRANTY
The warranty period shall commence from the date of successful completion of trial
run as per clause No 7.5
7.7 INSURANCE
The bidder’s insurance liabilities pertaining to the scope of works are detailed out in
Clauses titled Insurance in General Conditions of Contract.
Upon successful completion of all the facilities pertaining to the scope of work
contractor shall approach the owner in writing for “final take over” of the plant. On
receipt of such request, owner shall issue to the contractor a taking over certificate
as a proof of the final acceptance of the system. Such certificate shall not relieve the
Contractor of any of his obligations which otherwise survive, by the terms and
conditions of the Contract after issuance of such certificate.
The successful bidder shall provide Operation and maintenance of SPV Plant for a
period of one year from date of completion of trial run. During O&M period, NTPC
personnel shall have unrestricted entry to the Solar plant and Control Room any
time. NTPC may depute its personals to associate with O&M activities. Contractor
shall assist them in developing expertise through their day to day O&M activities. All
records of maintenance must be maintained by the contractor which can be
accessed by NTPC on demand. These recordings are to be handed over to NTPC
after the O&M period of contract.
After O&M period, NTPC may at its discretion decide to extend the existing O&M
contract on mutually acceptable terms & conditions or undertake the O&M of the
SPV Plant on its own.
The bidder shall be responsible for supply of all spare parts, repairs / replacement of
any defective equipment(s) including civil works at his own cost as required from
time to time during the O&M period.
The contractor shall be responsible for all the required activities for the successful
running, optimum energy generation etc.
2. Actual energy exported from the plant supplied by the Contractor shall be
recorded for three consecutive months. Actual energy exported shall be
measured by energy meter installed in 11 kV incomer breaker at 11 kV bus of
11/132 kV substation.
4. “Base Generation” for a month is the quoted generation by the bidder in the
Technical Datasheet with a correction factor to take into account the actual
average global solar radiation measured by the calibrated pyranometer for
three months at step-1.
b) Generation loss due to grid outage (or power evacuation system which is not in
the scope of the Bidder): The measured global solar radiation of the period of the
outage of the power evacuation system shall be excluded to calculate average
global solar radiation for the period of PG test.
If bidder is not able to demonstrate PG test during these three (03) months he will be
given one more chance to demonstrate the PG test. In that case the steps for PG
test shall be repeated again as above.
A sample calculation for arriving at the “Base generation” for the month of May to
July and total short fall in energy at Rajgarh site has been done as given in next
page. However NTPC at its discretion may choose any three month for the purpose
of performance guarantee test.
Month Global Solar Quoted Measured Exported Energy in The calculated Shortfall in energy
Radiation Generation average Global MWhr measured at “Base Generation” for PG test
(kwh/m2/day) (MWhr) by the Solar Radiation 11 kV incomer in MWhr (e-d)
(Data provided bidder (kwh/m2/day) of breaker at 11/132 kV (b x c)/a
by NTPC) (b) the month of June Substation. (e)
(a) by pyranometer (d)
(c)
May 7.324 8740.597 6.732 7887.208 8034.093 146.885
June 7.669 7235.010 7.223 7015.023 6814.249 -200.774
July 6.533 5829.372 6.873 5912.747 6132.752 220.005
Total Short fall in Energy for the May to July : 146.885-200.774+220.005= 166.116
Quoted Yearly Generation by the bidder : 78.661 MU or MWhr
Quoted Generation of the Quarter by the bidder : 8740.597+7235.010+5829.372= 21804.978
Total Short fall in Energy for one year : 78,661 x 166.116/21804.978= 599.2608 MWhr
Yearly loss of Revenue : 15.39 x 599.2608 x 1000 = ` 92.22624
Lakhs
Present Worth Factor taking discount factor
of 12% for 25 Years : 7.84313
Note:
a- Based on Solar Radiation Data of MNRE/NREL
b- Assumed Generation for Sample calculation by REDG
c- Global Solar Radiation measured during test period
d- Actual measured Generation
` 15.39 is the CERC notified tariff which shall be applicable for the project and it has been taken for the financial appraisal of the project
ATTRIBUTES /
CHARACTERISTICS
Deflection test*
Surface finish
IP protection
specification
specification
Proof load*
Dimension
Functional
HV & IR
ITEMS/COMPONENTS /
SUB SYSTEMS
Attributes /
Chemical Composition
Mechanical Properties
Lay length/Sequence
Electrical Properties
FRLS Test
Spark Test
Item / Components /
Sub System Assembly
sheath
length
Copper Conductor (IS-8130) Y Y Y Y Y
PVC Compound (IS-5831) Y Y Y Y
FRLS PVC Compound IS- Y Y Y Y
5831
ASTM-D-2843/ IS 10810
(Part-58 )
IEC 60754 Part-1
Armour wire/strip (IS-3975) Y Y Y
Insulated Core Y Y Y Y
Laid up core Y Y
PVC Inner sheath Y
Armouring Y Y
Outer sheath Y Y Y Y Y
Finish cable (IS-1554- 1 ) Y Y Y Y Y Y Y Y Y
ASTM-D-2843/ IS 10810
(Part-58 )
IEC-60754 Part-1
Swedish Chimney: SEN SS
424-1475( F3 category)
Flammability test IEC-60332
Part-3 Cat-B
Wooden drum( IS : 10418) / Y Y
Steel drum
• 1.Note : This is an indicative list of test/checks. The manufacturer is to furnish a detailed
quality plan indicating the Practice and procedure along with relevant supporting documents.
(1) Drum number (2) IS 1554 (3)Cable size, Voltage grade , Words “ FRLS” & Screen Fault Current & duration at every 5 meter is to
be embossed. Embossing shall be automatic, in line & marking shall be legible & indelible. (3) Sequential marking of length of cable in
meter at every one meter is to be embossed / printed. Embossing / printing shall be progressive, automatic, in line & marking shall be
legible & indelible
ROUTINE TESTS
Routine tests shall be carried out on each drum of finished cables for all types &
sizes.
Following shall constitute routine tests:
1) Conductor Resistance test
2) High voltage test at room temperature
ACCEPTANCE TESTS
Following Acceptance tests shall be carried out for each type and size of the cables
on the cable drums selected at random as per sampling plan mentioned in IS: 1554
Part 1
A) For Conductor
1) Annealing test For copper conductor only
2) Resistance test
E) Following tests shall be carried out and only one sample shall be taken from each
offered lot of all sizes for these tests:-
1) Thermal stability test on PVC insulation and outer sheath
2) Oxygen index test on outer sheath
F) Ageing test on PVC insulation and PVC outer sheath as per following:
Samples as per relevant IS from every size per type of cable in the offered lot shall be
tested for tensile strength & elongation (before ageing). The values will be compared
with corresponding values mentioned in the type test report accepted by NTPC. In case
values of tensile strength & elongation (before ageing) are not within + /- 15% of the
type test reports then sample from that particular cable size will be put on ageing test as
per relevant IS. However not withstanding above condition, 1 sample per cable type of
offered lot will be put on ageing test as per relevant IS.
H) Following tests shall be carried on one length of each size of offered lot:
Surface finish, length measurement, sequence of cores, armour coverage, Gap between
two consecutive armour wires / formed wires
Test report (TR): Should be supplied with the unit after all tests. The TR shall include
detailed description of all parameters tested qualified and warranted.
Chemical properties
Electrical properties
IR – HV – IR Test
NTPC Spec.
ITEMS/
COMPONENTS/
spec
SUB SYSTEM
std.
ASSEMBLIY
Sheet Steel (IS : Y Y Y Y Y
513)
Aluminum Bus bar Y Y Y Y Y Y
Material
(IS : 5082)
Copper Bus bar Y Y Y Y Y Y
Material
(IS : 613)
Support Insulator Y Y Y Y Y
Air Circuit Breaker Y Y Y Y Y Y Y
( IEC: 60947)
Energy Meters ( IS Y Y Y Y Y Y
: 13010, 13779 )
Power & Aux. Y Y Y Y Y
Contactors
(IEC : 60947 )
Protection & Aux. Y Y Y Y Y Y
Relays
Control & Selector Y Y Y Y Y
Switches
(IEC : 60947 )
CT’s & PT’s ( IS Y Y Y Y
2705 / 3156)
MCCB (IEC : Y Y Y Y
60947 )
Indicating Meters ( Y Y Y Y Y Y
IS : 1248 )
Indicating Lamps ( Y Y Y Y Y
IS : 13947 )
Air Break Switches Y Y Y Y Y
(IEC : 60947 )
Control Terminal Y Y Y Y
Blocks
Chemical properties
IR – HV – IR Test
ITEMS/
NTPC Spec.
relevant std.
NTPC spec
COMPONENT
S/ SUB
SYSTEM
ASSEMBLIY
Fuse ( IS 13703) Y Y Y Y
Control Y Y Y Y Y Y
Transformer
( IS : 12021)
Push Buttons ( IS Y Y Y Y Y
: 4794 )
Transducer ( IEC Y Y Y Y Y Y
: 60688)
MCB ( IS : Y Y Y Y Y
8828)
Breaker Y Y Y Y Y Y
Handling Trolley
Synthetic Rubber Y Y Y Y Y
Gasket
LT Y Y Y Y Y Y Y Y Y Y Y
SWITCHGEAR
( IS : 8623 )
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality Plan
indicating the practice and procedure along with relevant supporting documents.
2. Makes of all major Bought Out Items will be subject to NTPC approval.
Electrical Clearances
Electrical Properties
Chemical Properties
IR – HV – IR Test
ITEM,
COMPONENTS,
SUB SYSTEM
ASSEMBLY
Aluminum Sheets / Y Y Y Y Y Y Y
Plates / Strips /
Flexibles / tubes
( IS : 5082 / 737 )
CRCA Flats / Y Y Y Y Y
ISMC ( IS 2062 )
Neoprene / Y Y Y Y
Synthetic Rubber
Gaskets
Rubber Bellows Y Y Y Y
(IS : 3400)
Support Insulator Y Y Y Y
Galvanized Y Y Y Y
Structure & GI
Earthing Flat
(IS : 2629 / 2633 /
4749 )
Space Heater & Y Y Y
Thermostat
LT Busduct (IS : Y Y Y Y Y Y Y Y Y Y Y
8623 PART 2)
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed
Quality Plan indicating the practice and
procedure along with relevant supporting documents.
2. Makes of all major Bought Out Items will be subject to NTPC approval.
A) Bought out components & raw material checks, as per internal standards of the manufacturer
5) Test to measure maximum power point tracking (MPPT) performance under varying
outdoor conditions using a PV array / PV array simulator.
Test report (TR): Should be supplied with the unit after all tests as per approved quality plan. The
TR shall include detailed description of all parameters tested qualified and warranted.
Illumination ®
Paint Shade/
IR & HV ®
Wiring ®
Visual ®
Mimic ®
ITEMS
1. SCADA Panel Y Y Y Y Y Y Y Y Y Y Y Y Y
Note: 1) Detailed procedure of Environmental Stress Screening test shall be as per Quality
Assurance Programme in General Technical Conditions
2) This is an indicative list of test/ checks. The manufacturer is to furnish a detailed quality
plan indicating the Practice and Procedure alongwith relevant supporting documents.
Y - Test Applicable , ® - Routine Test (A) - Acceptance Test
Factory test report (FTR): Should be supplied with the unit after all tests as per approved quality
plan. The FTR shall include detailed description of all parameters tested qualified and warranted.
Test / Rating /
Visual & Dimensional
Mechanical properties
Model / TC / General
& Polarity, Magnetic
Physical Inspection.
Thermal properties
Electrical strength
Routine Test
Make / Type
Balance
Items/Components Checks
Sub Systems
test
Tank, H.V. & L.V. Cable
Y Y Y
Box / Flange throat
Conservator / Radiator /
Y Y Y
Cooler / Pipes
Copper Conductor (IS:191) Y Y Y Y
Insulating Material Y Y Y Y Y Y
CRGO Lamination & Built Y Y Y Y Y
Core
Bushing / Insulator
Y Y Y Y
( IS:2544 / 5621)
Gasket Y Y Y Y Y
Transformer Oil Y
OLTC / Off-Circuit Tap
Y Y Y
Changer
Core Coil Assembly & Pre- Y Y
tanking
Marshalling Box Y Y Y Y
WTI, OTI, MOG, PRD,
Breather, Terminal
Y Y
Connector, Bucholz Relay,
Globe & Gate Valve,
Welding (ASME Sect-IX) Y Y
Complete Transformer
Y Y
(IS:2026/ IEC-60076)
Note: 1) This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality
Plan indicating the practice and procedure along with relevant supporting documents.
2) All major Bought out Items will be subject to NTPC approval.
Chemical Composition
Mechanical Properties
FRLS Test
Spark Test
Sub System Assembly
Aluminum (IS-8130) Y Y Y Y Y
PVC Compound (IS-5831) Y Y Y Y
XLPE Compound(IS-7098 Part-I) Y Y Y Y Y
FRLS PVC Compound(IS-5831 ) Y Y Y
ASTM-D-2843/ IS 10810 (Part-58)
IEC-60754 Part-I
Armour wire/strip (IS-3975) Y Y Y
Insulated Core Y Y Y Y
Laid up core Y Y
PVC Inner sheath Y
Armouring Y Y
Outer sheath Y Y Y Y Y
Finish cable (IS-1554 & 7098 – Part-1) Y Y Y Y Y Y Y Y Y
ASTM-D-2843/ IS 10810 ( Part- - 58 )
IEC-60754 Part-I
Swedish Chimney SS 4241475 for (F3
category)
Flammability test IEC-60332 Part –3
Cat-B
Wooden drum (IS-10418) / Steel drum Y Y
Note: This is an indicative list of test/checks. The manufacturer is to furnish a detailed quality plan indicating the practice and procedure
along with relevant supporting documents.
(1) Drum number (2) IS 1554 / 7098-Part I (3)Cable size, Voltage grade , Words “ FRLS” & Screen Fault Current & duration at
every 5 meter is to be embossed. Embossing shall be automatic, in line & marking shall be legible & indelible. (3) Sequential
marking of length of cable in meter at every one meter is to be embossed / printed. Embossing / printing shall be
progressive, automatic, in line & marking shall be legible & indelible
ACCEPTANCE TESTS
Following Acceptance tests shall be carried out for each type and size of the
cables on the cable drums selected at random as per sampling plan mentioned in
IS: 1554 Part 1 & IS 7098 Part-I
A) For Conductor
3) Annealing test For copper conductor only
4) Tensile test For aluminium conductor only
5) Wrapping test For aluminium conductor only
6) Resistance test
B) For Armour Wires / Formed Wires ( If applicable )
11) Measurement of Dimensions
12) Tensile Tests
13) Elongation Test
14) Torsion Test For Round wires only
15) Wrapping Test
16) Resistance Test
17) Mass of Zinc coating test For G S wires / Formed wires
only
18) Uniformity of Zinc coating For G S wires / Formed wires
only
19) Adhesion test For G S wires / Formed wires
only
20) Freedom from defects
C) For PVC / XLPE insulation & PVC Sheath
3) Test for thickness
4) Hot set test For XLPE insulation only
5) Tensile strength & Elongation before ageing
D) For completed cables
3) Insulation resistance test ( Volume resistivity method )
4) High voltage test at room temperature
E) Following tests shall be carried out and only one sample shall be taken from each
offered lot of all sizes for these tests:-
5) Thermal stability test on PVC insulation and outer sheath
6) Oxygen index test on outer sheath
7) Smoke density rating test on outer sheath as per ASTM –D 2843
8) Acid gas generation test on outer sheath as per IEC –60 754 (Part 1)
Samples as per relevant IS from every size per type of cable in the offered lot shall be
tested for tensile strength & elongation (before ageing). The values will be compared
with corresponding values mentioned in the type test report accepted by NTPC. In
case values of tensile strength & elongation (before ageing) are not within + /- 15% of
the type test reports then sample from that particular cable size will be put on ageing
test as per relevant IS. However not withstanding above condition, 1 sample per cable
type of offered lot will be put on ageing test as per relevant IS.
H) Following tests shall be carried on one length of each size of offered lot:
Surface finish, length measurement, sequence of cores, armour coverage, Gap between
two consecutive armour wires / formed wires
Electrical properties
NTPC specification
between two wire
Item / Curing Properties
Components /
FRLS Test
Sub System
Assembly
length
Aluminium (IS-8130) Y Y Y Y Y
Semiconducting Y Y Y Y
Compound
XLPE Compound Y Y Y Y Y
(IS-7098 Part-II)
FRLS PVC Compound Y Y Y Y Y
(IS-5831, ASTM-
D2843, IS10810( Part
58)
,IEC-60754 Part-1)
Triple Extrusion & Y Y Y Y
curing /Manufacturing
of Core
Copper Tape Y Y Y Y
Polyster tape Y Y
Armour wire/strip Y Y Y
Copper tapping Y Y Y
Inner sheath Y Y
Armouring Y Y
Outer Sheathing Y Y Y Y Y Y
Power Cable (Finished) Y Y Y Y Y Y Y Y Y
(IS : 7098 Part II,
IEC : 60332 (Part 3
Cat. B), IS-5831,
ASTM-D2843,
IS10810(Part 58) ,
IEC-60754 Part-1)
ROUTINE TESTS
Routine tests shall be carried out on each drum of finished cables for all types &
sizes.
Following shall constitute routine tests:
ACCEPTANCE TESTS
Following Acceptance tests shall be carried out for each type and size of the cables
on the cable drums selected at random as per sampling plan mentioned in IS: 7098
Part 1I
A) For Conductor
7) Tensile Test
8) Wrapping Test
9) Resistance test
E) Following tests shall be carried out and only one sample shall be taken from each
offered lot of all sizes for these tests:-
9) Thermal stability test on PVC insulation and outer sheath
10) Oxygen index test on outer sheath
11) Smoke density rating test on outer sheath as per ASTM –D 2843
12) Acid gas generation test on outer sheath as per IEC –60 754 (Part 1)
F) Ageing test on XLPE insulation and PVC outer sheath as per following:
Samples as per relevant IS from every size per type of cable in the offered lot shall be
tested for tensile strength & elongation (before ageing). The values will be compared with
corresponding values mentioned in the type test report accepted by NTPC. In case values
of tensile strength & elongation (before ageing) are not within + /- 15% of the type test
reports then sample from that particular cable size will be put on ageing test as per
relevant IS. However not withstanding above condition, 1 sample per cable type of
offered lot will be put on ageing test as per relevant IS.
This part of the specification covers the sampling, testing and quality assurance requirement
(including construction tolerances and acceptance criteria) for all civil and structural works covered
in this specification.
This part of the technical specification shall be read in conjunction with other parts of the technical
specifications, general technical requirements & erection conditions of the contract which covers
common QA requirements. Wherever IS code or standards have been referred they shall be the latest
revisions.
The rate for respective items of work or price shall include the cost for all works, activities,
equipment, instrument, personnel, material etc. whatsoever associated to comply with sampling,
testing and quality assurance requirement including construction tolerances and acceptance criteria
and as specified in subsequent clauses of this part of the technical specifications. The QA and QC
activities in all respects as specified in the technical specifications/ drawings / data sheets / quality
plans / contract documents shall be carried out at no extra cost to the owner.
The contractor shall prepare detailed construction and erection methodology scheme which shall be
compatible to the requirements of the desired progress of work execution, quality measures, prior
approvals if any and the same shall be got approved by the Engineer. If required, work methodology
may be revised/ reviewed at every stage of execution of work at site, to suit the site conditions by
the contractor at no extra cost to the owner.
QA AND QC MANPOWER
The contractor shall nominate one overall QA coordinator for the contract detailing the name,
designation, contact details and address at the time of post bid discussions. All correspondence
related to Quality Assurance shall be addressed by the contractor’s QA coordinator to NTPC. NTPC
shall address all correspondence related to Quality issues to the contractor’s QA coordinator. The
contractor’s QA coordinator shall be responsible for co‐ordination of Quality activities between
various divisions of the contractor and their sub‐vendors on one hand & with NTPC on the other
hand.
The contractor shall appoint a dedicated, experienced and competent QA&QC in‐charge at site,
preferably directly reporting to the Project Manager, supported as necessary by experienced
personnel, to ensure the effective implementation of the approved QAP. The contractor shall finalize
and submit a deployment schedule of QA&QC personnel along with their details to NTPC for
approval/ acceptance and further shall ensure their availability well before the start of the concern
activity.
SAMPLING AND TESTING OF CONSTRUCTION MATERIALS
The method of sampling for testing of construction materials and work / job samples shall be as per
the relevant IS / standards / codes and in line with the requirements of the technical specifications /
quality plans. All samples shall be jointly drawn, signed and sealed wherever required, by the
contractor and the engineer or his authorized representative.
The contractor shall carry out testing in accordance with the relevant IS / standards / codes and in
line with the requirements of the technical specifications / quality plans. Where no specific testing
Structural steel supply if in the scope of the contractor shall be procured from main steel producers
like SAIL, TISCO, IISCO, RINL, Essar Steel, Ispat Industries, JSW Steel, Lloyds Steel, Jindal Steel &
Power. In case of non‐availability of some of the sections with main steel producers the contractor
may propose to procure the sections from the re‐rollers of the main steel producers, the name of
such re‐rollers will have to be cleared by corporate quality assurance of NTPC for which details such
as BIS approval, main steel producer’s approval, past experience for production of sections of
specified material, details of machines plants testing facilities etc., Confirmation that the process
control and manufacturing of steel sections by re‐rollers shall be same as that of main steel
producers, that billets for re‐rolling will be sourced from main steel producers only shall be
furnished with regards to re‐roller.
Even after clearance of re‐rollers, induction of billets with identified and correlated Mill test
certificates (TC’s) in the process of re‐rolling, sampling of steel, quality checks thereof and stamping
of final product for further identification and correlation with TC’s prior to dispatch shall be the
responsibility of the contractor and these shall be performed in presence of the authorized
representative of the main Contractor.
Reinforcement steel supply if in the scope of the contractor shall be procured from main steel
producers like SAIL, TISCO, IISCO, RINL, Essar Steel, Ispat Industries, JSW Steel, Lloyds Steel, Jindal
Steel & Power, Jai Balaji Industries Ltd, Durgapur (for 8‐40mm reinforcement steel) and mill test
certificates (TC) is to be obtained and submitted to NTPC for co‐relation. In case any size /diameter
specified is not available with main steel producers and are proposed to be supplied from the
conversion agent of the main steel producer the name of such conversion agent / re‐roller shall have
to be approved by NTPC for which details such as BIS approval, Main steel producer’s approval, Past
experience for production of sections of specified material, details of machines, plants testing
facilities etc., and confirmation that the process control and manufacturing of steel sections by re‐
rollers is the same as that of main steel producers, that billets for re‐rolling are sourced from main
steel producers only shall be furnished with regards to re‐roller.
The other conditions are covered in the chapter ‘GTR’.
FIELD QUALITY PLAN
Well before the start of the work, the contractor shall prepare and submit the Field Quality Plans
(FQP) on the format No. QS‐01‐QAI‐P‐09/F2‐R1, and obtain approval of NTPC, which shall detail out
for all the works, equipments, services, quality practices and procedures etc in line with the
requirement of the technical specifications to be followed by the contractor at site. This FQP shall
cover for all the items / activities covered in the contract / schedule of items required, right from
material procurement to completion of the work at site. An Indicative Field Quality Plan for civil
works is enclosed at Annexure – I (Indicative FQP for civil works) & Annexure – II (Indicative FQP for
structural steel works).
The contractor shall ensure that the works, BOIs and services under the scope of contract whether
manufactured or performed within contractor’s works or at his sub‐contractor’s premises or at the
NTPC’s site or at any other place of work are in accordance with the NTPC technical specification,
applicable standards / codes, approved drawings / data sheets / quality plans and BOQ. All the
works, BOIs and services shall be carried out as per the best prevalent engineering practices and to
the directions of the Engineer.
LIST OF EXHIBITS
TEST REPORT
OF
SUB-SOIL INVESTIGATION
FOR
The result of lab test and bore hole log charts indicate that the general nature of soil
strata from ground level to 5.00 meter depth explored, comprises of red yellow silty
sands red murrum mix kopara with hard rock of Low’ to ‘Medium’ plasticity and
compressibility belonging to ‘ SM ‘ group of I.S. classification. The result of
classification tests indicates that the strata at the site comprise of red yellow silty
sands red murrum mix kopara with hard rock.
2. S.P.T. VALUES
3. WATER TABLE
Water table at the Site was not met with up to 1.5 meter depth below existing
ground level on the day of soil investigation in the 1st week of July. A water table
beyond effective zone has been adopted for calculation purposes.
The safe bearing capacity of the foundation of a building without any distress or
failure can be determined from the consideration of the following criteria.
The soil beneath the foundation shall be safe from risk of shear failure
As per I.S. 6403-1981, the Ultimate Net bearing capacity ’qd’ on shear
considerations for a structure is given by the formula-
qd = c. Nc. sc. dc. ic. + q (Nq-1). Sq. dq. iq. +1/2 B.r. Nr. Sr. dr. ir. W
1
In case of local shear
q’d = 2/3c. N’c. sc. dc.ic + q (N’q-1).sq.dq.iq + ½ Br. N’r. Sr. dr. ir.W’
Qs = Qc Nj
Qs = Safe bearing pressure
Qc = Average uniaxial compressive strength of rock core
Nj = Empirical coefficient depending on the spacing of
Discontinuities
8. HARMFUL SALTS
Soil samples obtained from the site were analyzed for the presence of harmful salts like
Carbonates, Bi-Carbonates, Chlorides and Sulphate. The results given in table no. 2
indicate that the harmful salts are within safe permissible limits.
2
TABLE NO. 2
7. RECOMMENDATIONS
1. The strata in the effective zone of influence comprises of, red yellow silty sands
red murrum mix kopara with hard rock soil. The design load has therefore to
ensure safety against due to shear.
2. Filled up soil has not been found to exist up to 1.50 meter depth below ground
level as revealed at the site.
3. (A) A safe allowable bearing capacity of 4.445 kg/sqcm i.e. 44.45 ton/sqmeter is
recommended to be adopted at 2.0 meter depth of foundation below ground
level for Isolated or raft footing of size 2.0 meter x 2.0 meter.
3. (B) Analysis of soil samples obtained at the site indicates that harmful salts are
well within permissible limits.
3
Summary of Laboratory Test Results
BORE HOLE NO. 1
DEPTH OF BORE HOLE (1.5 Mts)
SPECIFIC GRAVITY
SIEVES LIMIT ANALYSIS STRENGTH
CLASSIFICATION
BULK DENSITY
DRY DENSITY
SPT VALUE
I. S. GROUP
(T/CUM)
(T/CUM)
Sand % (.75-0.075)
(0.075-0.002) mm
Angle of internal
Clay % (< 0.002
Type of Sample
Cohesion (C )
0.075 mm
friction φ
4.75 mm
4.25 mm
2.00 mm
Silt %
Depth
PL %
(mts)
LL%
PI %
mm)
mm
DS-1 0.50 90.56 83.23 75.15 23.47 38 20 18 SM
UD-1 1.00 87.36 82.48 71.63 21.56 37 20 17 50 38 12 SM 1.92 1.60 2.71 0.8 21
2
SPT-1 1.50 Hard rock at 1.5m >100
Notes : UD- Undisturbed sample DS- Disturbed Sample SPT – Standard Penetration test sampl
4
RECORD OF BORING
, Water Table Depth: Not met
Depth of Bore:1.5 Mtr
Bore Hole No. 1
5
Exhibit-3
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SECTION-VI
PART-C
TECHNICAL SPECIFICATIONS
(GENERAL TECHNICAL REQUIREMENTS)
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
1.00.00 INTRODUCTION
This part covers technical requirements which will form an integral part of
the Contract. The following provisions shall supplement all the detailed
technical requirements brought out in the Technical Specifications and
the Technical Data Sheets.
The Bidder's proposal shall be based upon the use of equipment and
material complying fully with the requirements specified herein. It is
recognized that the Contractor may have standardized on the use of
certain components, materials, processes or procedures different than
those specified herein. Alternate proposals offering similar equipment
based on the manufacturer's standard practice may also be considered,
provided the base offer is in line with technical specifications and such
proposals meet the specified design standards and performance
requirement and are acceptable to the Employer. Sufficient amount of
information for justifying such proposals shall be furnished to Employer
alongwith the bid to enable the Employer to determine the acceptability of
these proposals.
4.01.00 Bidders may note that this is a contract inclusive of the scope as indicated
elsewhere in the specification. Each of the plant shall be engineered and
designed in accordance with the specification requirement. All engineering
and associated services are required to ensure that a completely
engineered plant is provided.
5.01.00 In addition to the codes and standards specifically mentioned in the relevant
technical specifications for the equipment / plant / system, all equipment
parts, systems and works covered under this specification shall comply with
all currently applicable statutory regulations and safety codes of the
Republic of India as well as of the locality where they will be installed,
including the following:
5.02.00 Unless covered otherwise by Indian codes & standards and in case nothing to
the contrary is specifically mentioned elsewhere in the specifications, the latest
editions (as applicable as on date of bid opening), of the codes and standards
given below shall also apply:
5.03.00 Other International/ National standards such as DIN, VDI, BS, GOST etc.
shall also be accepted for only material codes and manufacturing standards,
subject to the Employer's approval, for which the Bidder shall furnish,
alongwith the offer, adequate information to justify that these standards are
equivalent or superior to the standards mentioned above. In all such cases
the Bidder shall furnish specifically the variations and deviations from the
standards mentioned else where in the specification together with the
complete word to word translation of the standard that is normally not
published in English.
5.05.00 In the event of any conflict between the codes and standards referred to in
the above clauses and the requirement of this specification, the requirement
of Technical Specification shall govern.
5.06.00 Two (2) English language copies of all-national and international codes
and/or standards which are not available with NTPC and same is used in
Development of Bid Doc. No. Technical Page 4
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 28
at Rajgarh(M.P.) Part-C Section-VI
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
the design of the plant, equipment, civil and structural works shall be
provided by the Contractor to the Employer within two calendar months from
the date of the Notification of Award.
5.07.00 In case of any change in codes, standards & regulations between the date
of bid opening and the date when vendors proceed with fabrication, the
Employer shall have the option to incorporate the changed requirements or
to retain the original standard. It shall be the responsibility of the Contractor
to bring to the notice of the Employer such changes and advise Employer of
the resulting effect.
6.01.00 The functional guarantees of the equipment under the scope of the Contract
is given elsewhere in the technical specification. These guarantees shall
supplement the general functional guarantee provisions covered under
General Conditions of Contract.
6.02.00 Liquidated damages for shortfall in meeting functional guarantee(s) during
the performance guarantee tests shall be assessed and recovered from the
Contractor as specified elsewhere in this specification.
All the design procedures, systems and components proposed shall have
already been adequately developed and shall have demonstrated good
reliability under similar conditions elsewhere.
Bidder shall state in his offer the various maintenance intervals, spare
parts and man-hour requirement during such operation. The intervals for
Development of Bid Doc. No. Technical Page 5
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 28
at Rajgarh(M.P.) Part-C Section-VI
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
each type of maintenance namely the minor and major overhauls shall be
specified in terms of fired hours, clearly defining the spare parts and man-
hour requirement for each stage.
Lifting devices i.e. hoists and chain pulley jacks, etc. shall be provided by
the contractor for handling of any equipment or any of its part having
weight in excess of 500 kgs during erection and maintenance activities.
8.01.00 Bidders may note that this is a contract inclusive of the scope as indicated
elsewhere in the specification. Each of the plant and equipment shall be fully
integrated, engineered and designed to perform in accordance with the
technical specification. All engineering and technical services required
ensuring a completely engineered plant shall be provided in respect of
mechanical, electrical, control & instrumentation, civil & structural works as
per the scope.
8.02.00 The Contractor shall furnish engineering data/drgs. for entire equipment
covered under this specification in accordance with the schedule of
information as specified in Technical Specification and Data sheets.. This
documentation shall include but not be limited to the following :
The Contractor shall submit to the Employer, draft Instruction Manuals for
all the equipment covered under the Contract by the end of one year from
the date of his acceptance of the Letter of Award. The Instruction
manuals shall contain full details required for erection, commissioning,
operation and maintenance of each equipment. The manual shall be
specifically compiled for this project. After finalization and approval of the
Employer the Instruction Manuals shall be submitted. The Contract shall
not be considered to be completed for purposes of taking over until the
final Instructions manuals have been supplied to the Employer. The
Instruction Manuals shall comprise of the following.
a) Erection strategy.
Development of Bid Doc. No. Technical Page 6
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 28
at Rajgarh(M.P.) Part-C Section-VI
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
b) Sequence of erection.
c) Erection instructions.
d) Critical checks and permissible deviation/tolerances.
e) List of tool, tackles, heavy equipment like cranes, dozers, etc.
f) Bill of Materials
g) Procedure for erection.
h) General safety procedures to followed during erection/installation.
i) Procedure for initial checking after erection.
j) Procedure for testing and acceptance norms.
k) Procedure / Check list for pre-commissioning activities.
l) Procedure / Check list for commissioning of the system.
m) Safety precautions to be followed in electrical supply distribution
during erection
ii) If after the commissioning and initial operation of the plant, the
manuals require any modification / additions / changes, the same
shall be incorporated and the updated final instruction manuals
shall be submitted to the Employer for records.
iii) A separate section of the manual shall be for each size/ type of
equipment and shall contain a detailed description of
construction and operation, together with all relevant pamphlets
and drawings.
(a.) Information that shall be submitted for the approval of the Employer
before proceeding further, and
The schedule should allow adequate time for proper review and
incorporation of changes/ modifications, if any, to meet the contract
Development of Bid Doc. No. Technical Page 8
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 28
at Rajgarh(M.P.) Part-C Section-VI
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
• The Contractor shall organize and attend at least one monthly progress
Meetings with the Employer/Employer's representatives during the period
of Contract at mutually agreed venues for review of progress & resolving
technical clarifications, if any. The Contractor shall attend such meetings
at his own cost and fully co-operate with such persons and agencies
involved during the discussions.
If any such agreed upon change is such that it affects the price and
schedule of completion, the parties shall agree in writing as to the extent
of any changing the price and/or schedule of completion before the
Contractor proceeds with the change. Following such agreement, the
provision thereof, shall be deemed to have been amended accordingly.
A cast iron or welded steel base plate shall be provided for all rotating
equipment which is to be installed on a concrete base, unless otherwise
specifically agreed to by the Employer. Each base plate which support
the unit and its drive assembly, shall be of a neat design with pads for
anchoring the units, shall have a raised lip all around, and shall have
threaded drain connections.
The Bidder’s scope includes all the first fill and one year’s topping,
requirements of consumables such as oils, lubricants including grease,
servo fluids, gases and essential chemicals etc. Consumption of all these
consumables during the initial operation and final filling after the initial
operation shall also be included in the scope of the Bidder.
8.09.01 As far as possible lubricants marketed by reputed companies shall be
used. The variety of lubricants shall be kept to a minimum possible.
Detailed specifications for the lubricating oil, grease, gases, servo fluids,
control fluids, chemicals etc. required for the complete plant covered
herein shall be furnished. On completion of erection, a complete list of
bearings/ equipment giving their location and identification marks shall be
furnished to the Employer alongwith lubrication requirements.
8.09.02 Lubrication
Equipment shall be lubricated by systems designed for continuous
operation. Lubricant level indicators shall be furnished and marked to
indicate proper levels under both standstill and operating conditions.
All materials used for the construction of the equipment shall be new and
shall be in accordance with the requirements of this specification.
8.11.01 Each main and auxiliary item of plant including instruments shall have
permanently attached to it in a conspicuous position, a rating plate of non-
corrosive material upon which shall be engraved manufacturer’s name,
equipment, type or serial number together with details of the ratings,
service conditions under which the item of plant in question has been
designed to operate, and such diagram plates as may be required by the
Employer.
8.11.03 Hanger/ support numbers shall be marked on all pipe supports, anchors,
hangers, snubbers and restraint assemblies. Each constant and variable
spring support shall also have stamped upon it the designed hot and cold
load which it is intended to support. Suitable scale shall also be provided
to indicate load on support/hanger.
8.11.04 Nameplates shall be as per best practices of the industry
8.11.05 All such plates, instruction plates, etc. shall be bilingual with Hindi
inscription first, followed by English. Alternatively, two separate plates one
with Hindi and the other with English inscriptions may be provided.
8.11.06 All segregated phases of conductors or bus ducts, indoor or outdoor, shall
be provided with coloured phase plates to clearly identify the phase of
the system
The Contractor shall supply with the equipment one complete set of all
special tools and tackles and other instruments required for the erection,
assembly, disassembly and proper maintenance of the plant and
equipment and systems (including software). These special tools will also
include special material handling equipment, jigs and fixtures for
maintenance and calibration / readjustment, checking and measurement
aids etc. A list of such tools and tackles shall be submitted by the Bidder
alongwith the offer.
The price of each tool / tackle shall be deemed to have been included in
the total bid price. These tools and tackles shall be separately packed
and sent to site. The Contractor shall also ensure that these tools and
tackles are not used by him during erection, commissioning and initial
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 11 of
at Rajgarh(M.P.) Part-C Section-VI 28
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
operation. For this period the Contractor should bring his own tools and
tackles. All the tools and tackles shall be of reputed make acceptable to
the Employer.
8.13.00 Welding
8.16.00 PROTECTION
Shop primer for all steel surfaces which will be exposed to operating
temperature below 95 degrees Celsius shall be selected by the
Contractor after obtaining specific approval of the Employer regarding the
quality of primer proposed to be applied. Special high temperature primer
shall be used on surfaces exposed to temperature higher than 95
degrees Celsius and such primer shall also be subject to the approval of
the Employer.
All other steel surfaces which are not to be painted shall be coated with
suitable rust preventive compound subject to the approval of the
Employer.
All piping shall be cleaned after shop assembly by shot blasting or other
means approved by the Employer. Lube oil piping or carbon steel shall
be pickled.
Painting for Civil structures shall be done as per relevant part of technical
specification
9.03.01 All materials, components and equipment covered under this specification
shall be procured, manufactured, erected, commissioned and tested at all
the stages, as per a comprehensive Quality Assurance Programme. An
indicative programme of inspection/tests to be carried out by the
contractor for some of the major items is given in the respective technical
specification. This is, however, not intended to form a comprehensive
programme as it is the contractor’s responsibility to draw up and
implement such programme duly approved by the Employer. The
detailed Quality Plans for manufacturing and field activities shall be drawn
up by the Bidder and will be submitted to Employer for approval.
Schedule of finalisation of such quality plans will be finalised before
award on enclosed format No. QS-01-QAI-P-01/F3. Monthly progress
reports on MQP/FQP submission/approval shall be furnished on enclosed
format No. QS-01-QAI-P-02/F1
9.03.02 Manufacturing Quality Plan will detail out for all the components and
equipment, various tests/inspection, to be carried out as per the
requirements of this specification and standards mentioned therein and
quality practices and procedures followed by Contractor’s/ Sub-
contractor’s/ sub-supplier's Quality Control Organisation, the relevant
reference documents and standards, acceptance norms, inspection
documents raised etc., during all stages of materials procurement,
manufacture, assembly and final testing/performance testing. The Quality
Plan shall be submitted on electronic media e.g. floppy or E-mail in
addition to hard copy, for review and approval. After approval the same
shall be submitted in compiled form on CD-ROM.
9.03.03 Field Quality Plans will detail out for all the equipment, the quality
practices and procedures etc. to be followed by the Contractor’s "Site
Quality Control Organisation", during various stages of site activities
starting from receipt of materials/equipment at site.
9.03.04 The Bidder shall also furnish copies of the reference documents/plant
standards/acceptance norms/tests and inspection procedure etc., as
referred in Quality Plans along with Quality Plans. These Quality Plans
and reference documents/standards etc. will be subject to Employer’s
approval without which manufacturer shall not proceed. These approved
documents shall form a part of the contract. In these approved Quality
Plans, Employer shall identify customer hold points (CHP), i.e.
test/checks which shall be carried out in presence of the Employer’s
Project Manager or his authorised representative and beyond which the
work will not proceed without consent of Employer in writing. All
deviations to this specification, approved quality plans and applicable
standards must be documented and referred to Employer along with
technical justification for approval and dispositioning.
9.03.05 No material shall be dispatched from the manufacturer’s works before the
same is accepted, subsequent to predispatch final inspection including
verification of records of all previous tests/inspections by Employer’s
Project Manager/Authorised representative and duly authorised for
dispatch by issuance of Material Despatch Clearance Certificate (MDCC).
9.03.06 All material used for equipment manufacture including casting and forging
etc. shall be of tested quality as per relevant codes/standards. Details of
results of the tests conducted to determine the mechanical properties;
chemical analysis and details of heat treatment procedure recommended
and actually followed shall be recorded on certificates and time
temperature chart. Tests shall be carried out as per applicable material
standards and/or agreed details.
9.03.07 The contractor shall submit to the Employer Field Welding Schedule for
field welding activities in the enclosed format No.: QS-01-CQA-W-11/F1.
The field welding schedule shall be submitted to the Employer along with
all supporting documents, like welding procedures, heat treatment
procedures, NDT procedures etc. at least ninety days before schedule
start of erection work at site.
9.03.08 All welding and brazing shall be carried out as per procedure drawn and
qualified in accordance with requirements of ASME Section IX/BS-4870
or other International equivalent standard acceptable to the Employer.
9.03.09 All brazers, welders and welding operators employed on any part of the
contract either in Contractor’s/sub-contractor’s works or at site or
elsewhere shall be qualified as per ASME Section-IX or BS-4871 or other
equivalent International Standards acceptable to the Employer.
9.03.10 Welding procedure qualification & Welder qualification test results shall
be furnished to the Employer for approval. However, where required by
the Employer, tests shall be conducted in presence of
Employer/authorised representative.
9.03.11 For all pressure parts and high pressure piping welding, the latest
applicable requirements of the IBR (Indian Boiler Regulations) shall also
be essentially complied with. Similarly, any other statutory requirements
for the equipment/systems shall also be complied with. On all back-
gauged welds MPI/LPI shall be carried before seal welding.
9.03.12 Unless otherwise proven and specifically agreed with the Employer,
welding of dissimilar materials and high alloy materials shall be carried
out at shop only.
9.03.13 No welding shall be carried out on cast iron components for repair.
9.03.14 All the heat treatment results shall be recorded on time temperature
charts and verified with recommended regimes.
All plates of thickness above 40mm & all bar stock/Forging above 40mm
dia shall be ultrasonically tested. For pressure parts, plate of thickness
equal to or above 25mm shall be ultrasonically tested.
9.03.16 The Contractor shall list out all major items/ equipment/ components to be
manufactured in house as well as procured from sub-contractors (BOI).
All the sub-contractor proposed by the Contractor for procurement of
major bought out items including castings, forging, semi-finished and
finished components/equipment etc., list of which shall be drawn up by
the Contractor and finalised with the Employer, shall be subject to
Employer's approval on enclosed format No. QS-01-QAI-P-01/F3. The
contractor’s proposal shall include vendor’s facilities established at the
respective works, the process capability, process stabilization, QC
systems followed, experience list, etc. along with his own technical
evaluation for identified sub-contractors enclosed and shall be submitted
to the Employer for approval within the period agreed at the time of pre-
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 16 of
at Rajgarh(M.P.) Part-C Section-VI 28
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
9.03.18 Employer reserves the right to carry out quality audit and quality
surveillance of the systems and procedures of the Contractor’s or their
sub-contractor’s quality management and control activities. The
contractor shall provide all necessary assistance to enable the Employer
carry out such audit and surveillance.
9.03.19 The contractor shall carry out an inspection and testing programme
during manufacture in his work and that of his sub-contractor’s and at site
to ensure the mechanical accuracy of components, compliance with
drawings, conformance to functional and performance requirements,
identity and acceptability of all materials parts and equipment. Contractor
shall carry out all tests/inspection required to establish that the
items/equipment conform to requirements of the specification and the
relevant codes/standards specified in the specification, in addition to
carrying out tests as per the approved quality plan.
9.03.21 For all spares and replacement items, the quality requirements as agreed
for the main equipment supply shall be applicable.
9.03.23 Burn in and Elevated Temperature Test Requirement for Electronics Solid
State Equipment
During the elevated temperature test which shall be for 48 hours of the
total 168 hours of testing, the ambient temperature shall be maintained at
50 deg. C. The equipment shall be interconnected with devices which will
cause it to repeatedly perform all operations it is expected to perform in
actual service with load on various components being equal to those
which will be experienced in actual service.
During the elevated temperature test the cubicle doors shall be closed (or
shall be in the position same as they are supposed to be in the field) and
inside temperature in the zone of highest heat dissipating
components/modules shall be monitored. The temperature rise inside the
cubicle should not exceed 10 deg. C above the ambient temp. at 50 deg.
C.
During the above tests, the process I/O and other load on the system
shall be simulated by simulated inputs and in the case of control systems,
the process which is to be controlled shall also be simulated. Testing of
individual components or modules shall not be acceptable.
INTRODUCTION
This part of the specification covers the sampling, testing and quality
assurance requirement (including construction tolerances and acceptance
criteria) for all civil and structural works covered in this specification.
The rate for respective items of work or price shall include the cost for all
works, activities, equipment, instrument, personnel, material etc.
whatsoever associated to comply with sampling, testing and quality
assurance requirement including construction tolerances and acceptance
criteria and as specified in subsequent clauses of this part of the technical
specifications. The QA and QC activities in all respects as specified in the
technical specifications/ drawings / data sheets / quality plans / contract
documents shall be carried out at no extra cost to the owner.
The contractor shall nominate one overall QA coordinator for the contract
detailing the name, designation, contact details and address at the time of
post bid discussions. All correspondence related to Quality Assurance
shall be addressed by the contractor’s QA coordinator to NTPC. NTPC
shall address all correspondence related to Quality issues to the
contractor’s QA coordinator. The contractor’s QA coordinator shall be
responsible for co-ordination of Quality activities between various
divisions of the contractor and their sub-vendors on one hand & with
NTPC on the other hand.
The contractor shall carry out testing in accordance with the relevant IS /
standards / codes and in line with the requirements of the technical
specifications / quality plans. Where no specific testing procedure is
mentioned, the tests shall be carried out as per the best prevalent
engineering practices and to the directions of the Engineer. All testing
shall be done in the presence of the engineer or his authorized
representative in a NABL accredited / Govt. Laboratory acceptable to
NTPC. This includes all IITs, NCB, CSMRS, reputed government /
autonomous laboratories / organizations, NITs and other reputed testing
laboratories. The test samples for such test shall be jointly selected and
sealed by the engineer and thereafter these shall be sent to the
concerned laboratory through the covering letter signed by NTPC
engineer. The test report along with the recommendations shall be
obtained from the laboratories without delay and submitted to NTPC.
PURCHASE AND SERVICE
The final quality document will be compiled and issued at the final
assembly place of equipment before dispatch. However CD-Rom may be
issued not later than three weeks.
(i.) MDCC
9.04.03 Similarly, the contractor shall be required to submit two sets (two hard
copies and two CD ROMs), containing QA Documentation pertaining to
field activities as per Approved Field Quality Plans and other agreed
manuals/ procedures, prior to commissioning of individual system.
(a.) If the result of the review carried out by the Inspector is satisfactory,
the Inspector shall stamp the quality document (or applicable
section) for release.
the committed date for the completion of all outstanding actions &
submission. The Inspector shall stamp the quality document for
applicable section when it is effectively completed. The submission
of QA documentation package shall not be later than 3 weeks after
the dispatch of equipment.
9.05.01 To eliminate delays and avoid disputes and litigation, it is agreed between
the parties to the Contract that all matters and questions shall be referred
to the Project Manager and without prejudice to the provisions of
‘Arbitration’ clause in Section GCC of Vol.I, the Contractor shall proceed
to comply with the Project Manager's decision.
9.05.02 The work shall be performed under the supervision of the Project
Manager. The scope of the duties of the Project Manager pursuant to the
Contract, will include but not be limited to the following:
(d.) Inspect, accept or reject any equipment, material and work under
the contract :
9.06.01 The word ‘Inspector’ shall mean the Project Manager and/or his
authorised representative and/or an outside inspection agency acting on
behalf of the Employer to inspect and examine the materials and
workmanship of the works during its manufacture or erection.
9.06.03 The Contractor shall give the Project Manager/Inspector fifteen (15) days
written notice of any material being ready for testing. Such tests shall be
to the Contractor’s account except for the expenses of the Inspector’s.
The Project Manager/Inspector, unless the witnessing of the tests is
virtually waived and confirmed in writing, will attend such tests within
fifteen (15) days of the date on which the equipment is noticed as being
ready for test/inspection failing which the contractor may proceed with
test which shall be deemed to have been made in the inspector’s
presence and he shall forthwith forward to the inspector duly certified
copies of test reports in two (2) copies.
9.06.04 The Project Manager or Inspector shall within fifteen (15) days from the
date of inspection as defined herein give notice in writing to the
Contractor, or any objection to any drawings and all or any equipment
and workmanship which is in his opinion not in accordance with the
contract. The Contractor shall give due consideration to such objections
and shall either make modifications that may be necessary to meet the
said objections or shall inform in writing to the Project Manager/Inspector
giving reasons therein, that no modifications are necessary to comply with
the contract.
9.06.05 When the factory tests have been completed at the Contractor’s or sub-
contractor’s works, the Project Manager /Inspector shall issue a certificate
to this effect fifteen (15) days after completion of tests but if the tests are
not witnessed by the Project Manager /Inspectors, the certificate shall be
issued within fifteen (15) days of the receipt of the Contractor’s test
certificate by the Project Manager /Inspector. Project Manager /Inspector
to issue such a certificate shall not prevent the Contractor from
proceeding with the works. The completion of these tests or the issue of
the certificates shall not bind the Employer to accept the equipment
should it, on further tests after erection be found not to comply with the
contract.
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 24 of
at Rajgarh(M.P.) Part-C Section-VI 28
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
9.06.06 In all cases where the contract provides for tests whether at the premises
or works of the Contractor or any sub-contractor, the Contractor, except
where otherwise specified shall provide free of charge such items as
labour, material, electricity, fuel, water, stores, apparatus and instruments
as may be reasonably demanded by the Project Manager /Inspector or
his authorised representatives to carry out effectively such tests on the
equipment in accordance with the Contractor and shall give facilities to
the Project Manager/Inspector or to his authorised representative to
accomplish testing.
9.06.07 The inspection by Project Manager / Inspector and issue of Inspection
Certificate thereon shall in no way limit the liabilities and responsibilities of
the Contractor in respect of the agreed Quality Assurance Programme
forming a part of the contract.
9.06.09 All inspection, measuring and test equipment used by contractor shall be
calibrated periodically depending on its use and criticality of the
test/measurement to be done. The Contractor shall maintain all the
relevant records of periodic calibration and instrument identification, and
shall produce the same for inspection by NTPC. Wherever asked
specifically, the contractor shall re-calibrate the measuring/test equipment
in the presence of Project Manager / Inspector.
9.07.01 List of items requiring quality plan and sub supplier approval. Format
No.:QS-01-QAI-P-01/F3-R0 (Annexure-III).
9.07.02 Status of items requiring Quality Plan and sub supplier approval. Format
No.: QS-01-QAI-P-02/F1-R0 (Annexure-IV).
(c) The time consumed in the inspection and checking of the units shall be
considered as a part of the erection and installation period.
(d) The check outs during the pre - commissioning period should be
programmed to follow the construction completion schedule. Each
equipment/system, as it is completed in construction and turned over for
commissioning (start-up), should be checked out and cleaned. The
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 26 of
at Rajgarh(M.P.) Part-C Section-VI 28
CLAUSE NO. GENERAL TECHNICAL REQUIREMENTS
(e) The Contractor shall conduct vibration testing to determine the 'base line'
of performance of all plant rotating equipment. These tests shall be
conducted when the equipment is running at the base load, peak load as
well as lowest sustained operating condition as far as practicable.
14.01.00 All instrument scales and charts shall be calibrated and printed in metric
units and shall have linear graduation. The ranges shall be selected to
have the normal reading at 75% of full scale.
All scales and charts shall be calibrated and printed in Metric Units
14.03.00 All electronic modules shall have gold plated connector fingers and
further all input and output modules shall be short circuit proof. These
shall also be tropicalised & components shall be of industrial grade or
better.
The Bidder shall have to furnish all technical details including circuit
diagrams, specifications of components, etc., in respect of each and
every electronic card/module as employed on the various solid state as
well as microprocessor based systems and equipment including
conventional instruments, peripherals etc.
It is mandatory for the Bidder to identify clearly the custom built ICs used
in the package. The Bidder shall also furnish the details of any
equivalents of the same.
SECTION-VI
PART-D
ERECTION CONDITIONS OF
CONTRACTS
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
1.02.00 The Contractor upon signing of the Contract shall, in addition to a Project
Co-ordinator, nominate another responsible officer as his representative at
Site suitably designated for the purpose of overall responsibility and co-
ordination of the Works to be performed at Site. Such a person shall
function from the Site office of the Contractor during the pendency of Con-
tract.
The Contractor shall establish an Office at the Site and keep posted an
authorised representative for the purpose of the Contract. Any written
order or instruction of the Employer or his duly authorised representative
shall be communicated to the said authorised resident representative of
the Contractor and the same shall be deemed to have been
communicated to the Contractor at his legal address
The Contractor shall keep the Employer informed in advance regarding his
field activity plans and schedules for carrying out each part of the works.
Any review of such plan or schedule or method of work by the Employer
shall not relieve the Contractor of any of his responsibilities towards the
field activities. Such reviews shall also not be considered as an
assumption of any risk or liability by the Employer or any of his
representatives and no claim of the Contractor will be entertained because
of the failure or inefficiency of any such plan or schedule or method of
work reviewed. The Contractor shall be solely responsible for the safety,
adequacy and efficiency of plant and equipment and his erection methods.
The Contractor shall have the complete responsibility for the conditions of
the Work-Site including the safety of all persons employed by him or his
Sub-Contractor and all the properties under his custody during the
performance of the work. This requirement shall apply continuously till the
completion of the Contract and shall not be limited to normal working
hours. The construction review by the Employer is not intended to include
review of Contractor’s safety measures in, on or near the Work-Site, and
their adequacy or otherwise.
The Contractor shall have total responsibility for protecting his works till it
is finally taken over by the Employer. No claim will be entertained by the
Employer or the representative of the Employer for any damage or loss to
the Contractor’s works and the Contractor shall be responsible for
complete restoration of the damaged works to original conditions to
comply with the specification and drawings. Should any such damage to
the Contractor’s Works occur because of any other agency/individual not
Development of Bid Doc. No. Technical Page 2
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 18
at Rajgarh(M.P.) Part-D Section-VI
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
being under his supervision or control, the Contractor shall make his claim
directly with the party concerned. The Contractor shall not cause any
delay in the repair of such damaged Works because of any delay in the
resolution of such disputes. The Contractor shall proceed to repair the
Work immediately and no cause thereof will be assigned pending
resolution of such disputes.
The Contractor shall establish a site office at the site and keep posted an
authorized representative for the purpose of the contract, pursuant to
GCC.
The Contractor shall provide all the construction equipments, tools, tackles
and scaffoldings required for pre-assembly, installation, testing,
commissioning and conducting Guarantee tests of the equipments
covered under the Contract. The Contractor shall arrange machinery &
equipment such as Dozer, Hydra, Cranes, Trailer, etc. wherever required
for the purpose of fabrication, erection and commissioning.
First-aid
The Contractor shall provide necessary first-aid facilities for all his
employees, representatives and workmen working at the Site. Enough
number of Contractor’s personnel shall be trained in administering first-
aid.
Water
The work procedures that are to be used during the erection shall be
those which minimise fire hazards to the extent practicable. Combustible
materials, combustible waste and rubbish shall be collected and removed
from the Site regularly. Fuels, oils and volatile or flammable materials shall
be stored away from the construction and equipment and materials
storage areas in safe containers. Untreated canvas, paper, plastic or other
flammable flexible materials shall not at all be used at Site for any other
purpose unless otherwise specified. If any such materials are received
with the equipment at the Site, the same shall be removed and replaced
with acceptable material before moving into the construction or storage
area.
All materials used for storage or for handling of materials shall be of water
proof and flame resistant type. All the other materials such as working
drawings, plans etc. which are combustible but are essential for the works
to be executed shall be protected against combustion resulting from
welding sparks, cutting flames and other similar fire sources.
The Contractor shall provide suitable quantity & type fire protection
equipment for the warehouses, office, temporary structures etc.
10.00.00 SECURITY
The Contractor shall have total responsibility for all equipment and
materials in his custody stores, loose, semi-assembled and/or erected by
him at Site. The Contractor shall make suitable security arrangements
including employment of security personnel to ensure the protection of all
materials, equipment and works from theft, fire, pilferage and any other
damages and loss.
storage at Site till the time of erection. While packing all the materials, the
limitation from the point of view of the sizes of railway wagons available in
India should be taken account of. The Contractor shall be responsible for
any loss or damage during transportation, handling and storage due to
improper packing. The Contractor shall ascertain the availability of
Railway wagon sizes from the Indian Railways or any other agency
concerned in India well before effecting dispatch of equipment. Before
dispatch it shall be ensured that complete processing and manufacturing
of the components is carried out at shop, only restricted by transport
limitation, in order to ensure that site works like grinding, welding, cutting
& preassembly to bare minimum. The Employer's Inspector shall have
right to insist for completion of works in shops before dispatch of materials
for transportation.
12.00.00 CRATING
All exposed threaded parts shall be greased and protected with metallic or
other substantial type protectors. All female threaded openings shall be
closed with forged steel plugs. All pipings, tubing, and conduit equipment
and other equipment openings shall be sealed with metallic or other rough
usage covers and tapped to seal the interior of the equipment piping,
tubing, or conduit.
Provisions shall be made to ensure that water does not enter any
equipment during shipment or in storage at the plant site.
While packaging the material, care shall be taken for the limitation from
the point of view of availability of railway wagon sizes in India.
All the equipments furnished under the Contract and arriving at Site shall
be promptly received, unloaded and transported and stored in the storage
spaces by the Contractor.
All electrical panels, controls gear, motors and such other devices shall be
properly dried by heating before they are installed and energised. Motor
bearings, slip rings, commutators and other exposed parts shall be
Development of Bid Doc. No. Technical Page 6
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 18
at Rajgarh(M.P.) Part-D Section-VI
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
The Contractor shall ensure that all the packing materials and protection
devices used for the various equipments during transit and storage are
removed before the equipment are installed.
The Contractor shall maintain at his Site Office up-to- date copies of all
drawings, specifications and other Contract Documents and any other
supplementary data complete with all the latest revisions thereto. The
Contractor shall also maintain in addition the continuous record of all
changes to the above Contract Documents, drawings, specifications,
supplementary data, etc. effected at the field and on completion of his total
assignment under the Contract shall incorporate all such changes on the
drawings and other Engineering data to indicate as installed conditions of
Development of Bid Doc. No. Technical Page 7
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 18
at Rajgarh(M.P.) Part-D Section-VI
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
the equipment furnished and erected under the Contract. Such drawings
and Engineering data shall be available for inspection & review to the
Employer.
The Contractor shall be responsible for any damage resulting from his
operations. He shall also be responsible for protection of all persons
including members of public and employees of the Employer and his own
employees and all public and private property including structures,
building, other plants and equipments and utilities either above or below
the ground.
17.00.00 PAINTING
The Contractor shall confine all his field operations to those works which
can be performed without subjecting the equipment and materials to
adverse effects during inclement weather conditions, like monsoon,
storms, etc. and during other unfavourable construction conditions. No
field activities shall be performed by the Contractor under conditions which
might adversely affect the quality and efficiency thereof, unless special
precautions or measures are taken by the Contractor in a proper and
satisfactory manner in the performance of such Works and with the
concurrence of the Employer. Such unfavourable construction conditions
will in no way relieve the Contractor of his responsibility to perform the
Works as per the schedule.
The Contractor shall ensure that any finds such as relic, antiquity, coins,
fossils, etc. which he may come across during the course of performance
All the equipment/ equipment bases shall be grouted and finished as per
these specifications unless otherwise recommended by the equipment
manufacturer.
20.01.00 GROUT
The Grout shall have good flowability even at very low water/ grout
powder ratio.
After the base has been prepared, its alignment and level has been
checked and approved and before actually placing the grout, a low dam
shall be set around the base at a distance that will permit pouring and
manipulation of the grout. The height of such dam shall be at least 25mm
above the bottom of the base. Suitable size and number of chains shall
be introduced under the base before placing the grout, so that such chains
can be moved back & forth to push the grout into every part of the space
under the base.
Development of Bid Doc. No. Technical Page 9
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications of 18
at Rajgarh(M.P.) Part-D Section-VI
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
The grout shall be poured either through grout holes if provided or shall be
poured at one side or at two adjacent sides to make the grout move in a
solid mass under the base and out in the opposite side. Pouring shall be
continued until the entire space below the base is thoroughly filled and the
grout stands at least 25 mm higher all around than the bottom of the base.
Enough care should be taken to avoid any air or water pockets beneath
the bases.
22.00.00 DOWELLING
All the motors and other equipment shall be suitably doweled after
alignment of shafts with tapered machined dowels as per the direction of
the Employer.
23.00.00 CABLING
All cables shall be supported by conduits or cable tray run in air or in cable
channels. These shall be installed in exposed runs parallel or
perpendicular to dominant surfaces with right angle turn made of
symmetrical bends or fittings. When cables are run on cable trays, they
shall be clamped at a minimum intervals of 2000mm.
In each cable run some extra length shall be kept at a suitable point to
enable one or two straight through joints to be made, should the cable
develop fault at a later date.
The Contractor shall coordinate his work with other suppliers where their
instruments and devices are to be installed under specifications.
24.04.00 Cleaning
All equipment shall be cleaned of all sand, dirt and other foreign materials
immediately after removal from storage and before the equipment is
installed.
24.06.00 Defects
In addition to the local laws and regulations, the Contractor shall also
comply with the Minimum Wages Act and the Payment of Wages Act (both
of the Government of India) and the rules made there under in respect of
its labour and the labour of its sub-contractors currently employed on or
connected with the contract.
All registration and statutory inspection fees, if any, in respect of his work
pursuant to this Contract shall be to the account of the Contractor.
However, any registration, statutory inspection fees lawfully payable under
the provisions of any statutory laws and its amendments from time to time
during erection in respect of the plant equipment ultimately to be owned by
the Employer, shall be to the account of the Employer. Should any such
inspection or registration need to be re-arranged due to the fault of the
Contractor or his Sub-Contractor, the additional fees for such inspection
and/or registration shall be borne by the Contractor.
In case the Employer becomes liable to pay any wages or dues to the
labour or any Government agency under any of the provisions of the
Minimum Wages Act, Workmen Compensation Act, Contact Labour
Regulation Abolition Act or any other law due to act of omission of the
Contractor, the Employer may make such payments and shall recover the
same from the Contractor’s Bills.
The Contractor shall ensure proper safety of all the workmen, materials,
plant and equipments belonging to him or to Employer or to others,
working at the Site. The Contractor shall also be responsible for provision
of all safety notices and safety equipment required both by the relevant
legislation and the Employer as he may deem necessary.
Where explosives are to be used, the same shall be used under the direct
control and supervision of an expert, experienced, qualified and
competent person strictly in accordance with the Code of Practices/Rules
framed under Indian Explosives Act pertaining to handling, storage and
use of explosives.
28.02.00 All equipment used in construction and erection by Contractor shall meet
Indian/International Standards and where such standards do not exist, the
Contractor shall ensure these to be absolutely safe. All construction and
erection equipments shall be strictly operated and maintained by the
Contractor in accordance with statutory safety regulations. Periodical
Examinations and all tests for all lifting/ hoisting equipment & tackles shall
be carried-out in accordance with the relevant provisions of Factories Act
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 15 of
at Rajgarh(M.P.) Part-D Section-VI 18
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
1948, Indian Electricity Act 1910 and associated Laws/Rules in force from
time to time.
(a) Working platforms should be fenced and shall have means of access.
(b) Ladders in accordance with stautory safety rules for construction and
erection shall be used. Rungs shall not be welded on columns. All the
stairs shall be provided with handrails immediately after its erection.
The Contractor shall provide safe working conditions to all workmen and
employees at the Site including safe means of access, railings, stairs,
ladders, scaffoldings etc. The scaffoldings shall be erected under the
control and supervision of an experienced and competent person. For
erection, good and standard quality of material only shall be used by the
Contractor.
28.04.00 The Contractor employing more than 250 workmen whether temporary,
casual, probationer, regular or permanent or on contract, shall employ
atleast one full time officer exclusively as Safety Officer to supervise
safety aspects of the equipments and workmen, who will co- ordinate with
the Employer Safety Officer. In case of work being carried out through
sub-Contractors, the Sub-Contractor’s workmen/employees will also be
considered as the Contractor’s employees/workmen for the above
purpose.
If the Contractor does not take all safety precautions and/or fails to
comply with the Safety Rules as prescribed by the Employer or under the
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 16 of
at Rajgarh(M.P.) Part-D Section-VI 18
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
applicable law for the safety of the equipment and plant and for the safety
of personnel and the Contractor does not prevent hazardous conditions
which cause injury to his own employees or employees of other
Contractors, or the Employer's employees or any other person who are at
Site or adjacent thereto, the Contractor shall be responsible for payment
of compensation to Employer as per the following schedule:-
If the Contractor observes all the Safety Rules and Codes, Statutory Laws
and Rules during the currency of Contract awarded by the Employer and
no accident occurs then the Employer may consider the performance of
the Contractor and award suitable “ACCIDENT FREE SAFETY
MERITORIOUS AWARD” as per scheme as may be announced
separately from time to time.
29.00.00 INSURANCE
This insurance shall protect the Contractor against all claims applicable under the
Workmen’s Compensation Act, 1948 (Government of India). This policy shall also
cover the Contractor against claims for injury, disability disease or death of his or
his Sub-Contractor’s employees, which for any reason are not covered under the
Development of Bid Doc. No. Technical Page
50 MW Solar Photo Voltaic Plant CS-5707-004-9 Specifications 17 of
at Rajgarh(M.P.) Part-D Section-VI 18
CLAUSE NO. ERECTION CONDITIONS OF CONTRACTS
Workmen’s Compensation Act, 1948. The liabilities shall not be less than the
following:
This insurance shall be in such a form to protect the Contractor against all claims
for injuries, disability, disease and death to members of public including the
Employer’s men and damage to the property of other arising from the use of
motor vehicles during on or off the Site operations, irrespective of the Ownership
of such vehicles. The liability covered shall be as herein indicated:
The insurance shall protect the Contractor against all claims arising from
injuries, disabilities, disease or death of members of public or damage to
property of others, due to any act or omission on the part of the Contractor,
his agents, his employees, his representatives and Sub-Contractors or
from riots, strikes and civil commotion. This insurance shall also cover all
the liabilities of the Contractor arising out of the Clause entitled “Defence
of Suits” in Section General Conditions of Contract (GCC).
The hazards to be covered will pertain to all the Works and areas where
the Contractor, his Sub-Contractors, his agents and his employees have
to perform work pursuant to the Contract.
The above are only illustrative list of insurance covers normally required
and it will be the responsibility of the Contractor to maintain all necessary
insurance coverage to the extent both in time and amount to take care of
all his liabilities either direct or indirect, in pursuance of the Contract.