13.07.2015 Views

techinical specification for 33/11kv onan power ... - Cescoorissa.com

techinical specification for 33/11kv onan power ... - Cescoorissa.com

techinical specification for 33/11kv onan power ... - Cescoorissa.com

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSAIDCO TOWER, 2 nd Floor, Janpath, Bhubaneswar-751022TELEPHONE: (0674) - 2542895, 2545681, 2541727FAX: 0674 - 2543125TENDER SPECIFICATION NO: - 208/ 2011– 125 MVA, <strong>33</strong>/11 KV THREE PHASE POWER TRANSFORMERSCONTENTSSECTION No DESCRIPTION PAGE NO.SECTION-I INVITATION FOR BIDS (IFB) 4-7SECTION-II INSTRUCTION TO BIDDERS (ITB) 8-18SECTION-IIIGENERAL TERMS AND CONDITIONS OF CONTRACT(GTCC)19-32SECTION-IV TECHNICAL SPECIFICATION <strong>33</strong>-62SECTION-V LIST OF ANNEXURES (SCHEDULES & FORMATS) 63ANEXURE-I: Abstract of GCTC 64ANNEXURE-II: PBG Format 65-66ANNEXURE-III: Price Bid 67ANNEXURE-IV: Technical Data Schedule For 5 MVA, <strong>33</strong>/11KV 68-80TRANSFORMERANNEXURE-V(A): Technical Deviation Sheet 81ANNEXURE-V(B): Commercial Déviation Sheet 82ANNEXURE-VI: List of Materials Supplied 83ANNEXURE-VII: Self Declaration Sheet 842


CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSAINVITATION FOR BIDS (IFB)FOR SUPPLY OFTHREE PHASE 5 MVA, <strong>33</strong>/11KV CLASS POWER TRANSFORMERS1.0 Scope of Supply:(COMPETITIVE BIDDING)( Specification No. CESU/ P&S/MR/ 208 / 2011 – 12)SECTION –IFor and on behalf of CESU, the undersigned invites bids under two part bidding system indouble- sealed cover <strong>for</strong> the package, duly super-scribed with tender <strong>specification</strong> No., Nameof the material and date of opening from manufacturers only <strong>for</strong> design, manufacture,supply, type testing, inspection, loading at factory, transportation to & unloading at site /stores including guaranteed obligation <strong>for</strong> Pre-Type tested out-door, non-sealed type 5MVA, <strong>33</strong>/11KV Power Trans<strong>for</strong>mers including extra 10% EHV grade Trans<strong>for</strong>mers Oilunder the head M/R.2.0 Submission of the Bids:2.1 The Bidders are required to submit a detailed and <strong>com</strong>prehensive bid, consisting of Technicaland Commercial Proposal and conditions / schedule of non-<strong>com</strong>pliance, if any. Thesubmission of the Bids shall be in the manner specified in the instruction to Bidders. The duedate of submission shall be 09.11.2011.3.0 CESU will not be responsible <strong>for</strong> any costs or expenses incurred by bidders in connectionwith the preparation and delivery of bids.3.1 CESU reserves the right to cancel, postpone, withdraw the invitation <strong>for</strong> Bids withoutassigning any reason thereof and shall bear no liability whatsoever consequent upon such adecision if the situation so warrants.4.0 Bid Security & Time Schedules:DescriptionDate & TimeLast date <strong>for</strong> sale of bid document08.11.2011 up to 4 PMSubmission of Bids09.11.2011 up to 1 PMOpening of Bids09.11.2011 3.30 PM OnwardsRequired Quantities of 06(Six Nos.) of 5 MVA, <strong>33</strong>/11KV Class Power Trans<strong>for</strong>mers.Equipment:-Completion of the delivery Within Six months from the date of issue of Purchase Order as perdelivery schedule at Clause-5 below.Cost of Tender Document Rs.10,400.00 ( Rupees Ten Thousand Four Hundred Onlyinclusive of VAT ) Payable by Cash or Bank Draft drawnfrom a Nationalised/Scheduled Bank issued in favour of“CESU” payable at BhubaeswarAmount of E.M.D payable Rs.1.45 Lakhs ( Rupees One Lakh Forty Five Thousand )Only in shape of account payee Demand Draft issued from aNationalised/Scheduled Bank issued in favour of “CESU”en-cashable at local branch Bhubaeswar only.5


,5.0 Schedule of Requirements & Delivery:Sl. Item DescriptionNo.TotalQuantity(in nos.)Delivery in Nos. from date of placementof orderWithin 120 days Within 180 daysTotal- 4(Four) (Consignment-II)CDRStore(Consignment-I)BBSRStore(Consignment-II)Total-2 (Two)CDRStore(Consignment-III)BBSRStore(Consignment-IV)1 5 MVA, <strong>33</strong>/11KV Copper wound,Power Trans<strong>for</strong>mers06 (Six)6.0 QUALIFICATION OF BIDDERS:6.1 Criteria <strong>for</strong> qualification6.1.1. Techno-Commercial :2(Two)2(Two)1(One)1(One)a) The bidder(s) should be a manufacturer of 5 MVA Trans<strong>for</strong>mer or higher ratingTrans<strong>for</strong>mer ( both Short Circuit and Normal current rating) <strong>for</strong> which he submits hisoffer.b) The bidder(s) should have already supplied 5 MVA Trans<strong>for</strong>mer <strong>for</strong> which he submitshis offer ( or higher capacity 5 MVA Trans<strong>for</strong>mer, both normal current Amp. & shortcircuit rating KA) not less than the quantity tendered as per this <strong>specification</strong> duringpast 3 Financial Years. Bidders should submit a self-attested copy of P.O’s supportedwith the Store Receipts Voucher’s/Delivery Challans and abstract there of to prove thequantity as supplied within last 3 years.c) The bid shall be ac<strong>com</strong>panied by user’s certificate preferably from any distributionCompany/ State Govt./ Central Govt. or their undertaking(s) in support of satisfactoryper<strong>for</strong>mance of their above rated 5 MVA Trans<strong>for</strong>mer supplied earlier.d) The offered 5 MVA Trans<strong>for</strong>mer should have been type-tested at CPRI/ National Govt.approved laboratory. The bid shall ac<strong>com</strong>pany with type-test reports conducted atCentral Power Research Institute / National Govt. approved laboratory <strong>for</strong> the offered 5MVA Trans<strong>for</strong>mer conducted within five years from date of tender. Bids notac<strong>com</strong>panied with type test reports conducted within five years and the drawings of the<strong>power</strong> trans<strong>for</strong>mers duly approved by the Type Testing Agency shall not be considered<strong>for</strong> evaluation.6


e) The bidders who have earlier failed to execute the purchase order(s) of the CESU andor black listed by CESU/any of the distribution utility shall not be eligible toparticipate in this tender.6.1.2 Financial:The minimum average annual turnover of the intending bidder should not be less thanRs. 2.90 Crores (Rupees Two Crores Ninety Lakhs) during past three Financial Years.6.1.3. Documentation:6.1.3.1. Bidder shall furnish copies of original documents defining the constitution or legalstatus, place of registration and principal place of business namely of Memorandumand Article of Association.6.1.3.2. Written <strong>power</strong> of attorney / Board Resolution of the signatory of the bid.6.1.3.3. Bidders shall submit audited financial reports <strong>for</strong> the past three financial years. In casethe Bidder is in existence <strong>for</strong> less than three years the audited financial report/s fromthe date of its incorporation should be furnished. However, the bidder(s) shall meet theminimum annual average turnover requirements.6.1.3.4. Copies of the Purchase Order supported with Stores Receipts Vouchers/DeliveryChallans, Users Per<strong>for</strong>mance Certificate & Type Test Certificate as required underclause-6.6.1.3.5 Bids without the documents shall be rejected outright unless relaxed by CESU.7.0 CESU reserves the right to relax the qualifying norms without assigning any reason thereof,if the situation so warrants.8.0 All correspondence with regard to the above shall be made to the following address.,,,CHIEF GENERAL MANAGER (PURCHASE & STORES)CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA2 nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022Tel:0674- 2545681,2542895 Fax:0674-2543125Web site: www.cescoorissa.<strong>com</strong>7


SECTION –IIINSTRUCTION TO BIDDERS (ITB)8


1. SOURCE OF FUNDS:SECTION –IIINSTRUCTION TO BIDDERS (ITB)1.1 CESU hereinafter referred to as the “Purchaser’s Representative” is desirous ofprocurement of Power Trans<strong>for</strong>mers of different ratings <strong>for</strong> strengthening and improvement ofdistribution network under CESU from the funds available under M/R head.2. SCOPE OF WORK:2.1 The offered materials should have been type-tested at CPRI/ Govt. approved laboratory/NABLaccredited laboratory. The bid shall ac<strong>com</strong>panying with type-test reports conducted at CentralPower Research Institute / Govt. approved laboratory & the detail set of drawings dulyapproved by the Type Testing Agency, <strong>for</strong> the 5MVA Power Trans<strong>for</strong>mers conductedwithin five years be<strong>for</strong>e the date of opening of the tender and in con<strong>for</strong>mity with the technical<strong>specification</strong> is enclosed herewith in Section-IV. Bids not ac<strong>com</strong>panied with type testreports conducted within five years & the drawings of the offered Materials dulyapproved by the Type Testing Agency shall not be considered <strong>for</strong> evaluation.3. DISCLAIMER:3.1 This Document includes statements, which reflect various assumptions, which may or maynot be correct. Each Bidder should conduct its own estimation and analysis and should checkthe accuracy, reliability and <strong>com</strong>pleteness of the in<strong>for</strong>mation in this Document and obtainindependent advice from appropriate sources in their own interest.3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or anyother person under the law or contract, the principles of restitution or unjust enrichment orotherwise <strong>for</strong> any loss, expense or damage whatsoever which may arise from or be incurred orsuffered in connection with anything contained in this Document, any matter deemed to <strong>for</strong>mpart of this Document, provision of Services and any other in<strong>for</strong>mation supplied by or onbehalf of Purchaser or its employees, or otherwise arising in any way from the selectionprocess <strong>for</strong> the Supply / provision of Services <strong>for</strong> the Project.3.3 Though adequate care has been taken while issuing the Bid document, the Bidder shouldsatisfy himself that documents are <strong>com</strong>plete in all respects. Intimation of any discrepancy/doubt shall be sent in the following address <strong>for</strong> speedy response.CHIEF GENERAL MANAGER (APDRP & CONTRACTS)CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA2 nd Floor, IDCO Towers, Janpath, Bhubaneswar – 751022Tel.: 0674 – 2545681, 2542895, Fax: 0674 - 25431253.4 This document and the in<strong>for</strong>mation contained herein are Strictly Confidential and are <strong>for</strong> useof only the person (s) to whom it is issued. It may not be copied or distributed by the recipientto third parties (other than in confidence to the recipient’s professional advisors).4. COST OF BIDDING:4.1 The Bidder shall bear all costs associated with the preparation and submissionof its Bid and Purchaser will in no case be responsible or liable <strong>for</strong> those costs.9


5. BIDDING DOCUMENTS:5.1 The Scope of Work, Bidding Procedures and Contract Terms are described inthe Bidding Documents. In addition to the covering Letter ac<strong>com</strong>panyingBidding Documents, the Bidding documents include:(a) Invitation For Bids (IFB) - Section –I(b) Instruction to Bidders (ITB) - Section –II(c) General Terms and Conditions of Contract - Section –III(GTCC)(d) Technical Specification - Section –IV(e) Annexure & Formats. - Section –V5.2 The Bidder is expected to examine the Bidding Documents, including allInstructions, Forms, Terms and Specifications. Failure to furnish all in<strong>for</strong>mationrequired by the Bidding Documents or submission of a Bid not substantiallyresponsive to the Bidding Documents in every respect will / may result in therejection of the Bid.6. AMENDMENT OF BIDDING DOCUMENTS:6.1 At any time prior to the deadline <strong>for</strong> submission of Bids, the Purchaser may, <strong>for</strong>any reason, whether at its own initiative or in response to a clarificationrequested by a prospective Bidder, modify the Bidding Documents by way ofissuing an addendum.6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant toClause 6.1, and it will be binding on them.6.3 In order to af<strong>for</strong>d prospective Bidders reasonable time in which to take theAmendment into account in preparing their Bids, the Purchaser may, at itsdiscretion, extend the deadline <strong>for</strong> the submission of Bids.7. LANGUAGE OF BID:The Bid, prepared by the Bidder, and all correspondence and documents relatingto the Bid exchanged by the Bidder and the Purchaser, shall be written in theEnglish Language. Any printed literature furnished by the Bidder may be writtenin another Language, provided that this literature is ac<strong>com</strong>panied by an Englishtranslation, in which case, <strong>for</strong> purposes of interpretation of the Bid, the Englishtranslation shall govern.8. DOCUMENTS COMPRISING THE BID :8.1 The Bid prepared and submitted by the Bidder shall <strong>com</strong>prise of two parts i.ePart-I ( Techno-Commercial Part), & Part – II ( Price Bid) as per Clause-6 of thisSection.(A) The Part-I (Techno-Commercial Part) must contain the followingdocuments.(a) Bid Document signed by the bidder in every page, all other Schedules /10


Formats enclosed in the Bid-Document (Annexure I, II, IV, V(A), V(B), VI &VII) duly filled in & signed by the bidder with seal. Bids containingin<strong>for</strong>mation in <strong>for</strong>mats other than our prescribed <strong>for</strong>mats as above shall notbe acceptable and may make the bid non-responsive.(b) Requisite Bid Security ( EMD ) as per clause No. 4 of Section –I, IFB. In aseparate envelop super scribing “Bid Security”.(c) Requisite Cost of Tender Document i.e Rs.10,400.00 inclusive of 4% VATin shape of Bank Draft from a Nationalized/Scheduled Bank issued in favourof “CESU” Payable at Bhubaneswar, if the document is downloaded from ourweb-site or the Original Copy of Money Receipt if the document is purchasedfrom our Cash Counter at our Head Office.(d) Following Documentary evidence establishing the qualifying requirements inaccordance with Clause-6, IFB (SECTION-I), that the Bidder is qualified toper<strong>for</strong>m the Contract if the Bid is accepted.(i)(ii)(iii)(iv)Self Attested copies of Purchase Orders executed supported withStores Receipts Vouchers/Delivery Challans in last 3 Years.Self attested copies of Per<strong>for</strong>mance Certificates from above buyerspreferably from Electricity Distribution Utilities / GovernmentOrganisations.Type Test Reports from CPRI or any Government Testing Laboratory<strong>for</strong> the offered equipments along with the copies of drawings dulyapproved by the Type Testing Agency <strong>for</strong> the tests conducted notbe<strong>for</strong>e 5 years from the date of opening of Bids.Copies of Audited Profit & Loss Accounts & Balance Sheet indicatingTurn-over <strong>for</strong> last 3 Financial Years.(e) Power of Attorney / Board resolution indicating that the person(s) signing theBid have the authority to sign the Bid and as such the Bid is binding upon theBidder during the full period of its validity, in accordance with clause-14.(B) Part-II ( Price-Bid) : Shall contain the Price schedules ( strictly as perprescribed <strong>for</strong>mat at Annexure –III ) duly filled in & signed by the bidder withseal. (This shall be submitted in a double sealed envelope separately.)9. SUBMISSION OF BID:9.1 The Bidder shall <strong>com</strong>plete and submit the Bid Document in duplicate enclosingall documents at clause “8” above in two sealed envelops <strong>for</strong> Original &Duplicate separately, super scribing our Tender Notice No., Tender SpecificationNo. , Date of Opening & Description of Material Tendered.9.29.2.1BID SECURITY:The bidder shall submit bid security as a part of the bid in the prescribed <strong>for</strong>mat<strong>for</strong> the amount mentioned in Clause No.4 of Section –I.9.2.2 The bid security is required to protect the Purchaser / it’s representativeagainst the risk of bidder’s conduct, which would warrant the security’s<strong>for</strong>feiture.11


9.2.3 The bid security shall be in the following <strong>for</strong>m:Bid Security in the <strong>for</strong>m of a Demand Draft issued in favour of CESU from aNationalized or Scheduled bank payable at Bhubaneswar only.Unsuccessful bidder’s bid security shall be refunded back as promptly aspossible, but not later than thirty (30) days after the expiry of the period of bidvalidity. The successful bidder’s bid security shall be discharged uponfurnishing of the per<strong>for</strong>mance security and acceptance thereof.The bid security may be <strong>for</strong>feited due to following reasons:1) If the bidder withdraws bid during the period of bid validity specified by thebidder in the bid <strong>for</strong>m.2) In case the successful bidder fails to accept or sign the purchase contract inspecified time and / or fails to submit the requisite per<strong>for</strong>mance Bankguarantee.3) In case of failure to supply the equipment during the contractual deliveryperiod.4) Conditional acceptance of the Purchase Contract, which is inconsistencewith the tender <strong>specification</strong>.10. BID PRICE:10.1 Bidders have to quote <strong>for</strong> the entire quantity of equipment covered under this<strong>specification</strong> strictly as per the enclosed <strong>for</strong>mat in Annexure-III, else the bidshall be rejected outright. The total Bid Price shall also cover all the Supplier’sobligations mentioned in or reasonably to be inferred from the BiddingDocuments in respect of Design, Supply, testing, inspection, Transportation tostore/site, all in accordance with the requirement of Bidding Documents. TheBidder shall <strong>com</strong>plete the appropriate Price Schedules included hereinAnnexure-III, stating the Unit Price <strong>for</strong> each item including the cost of 10%extra EHV grade Trans<strong>for</strong>mers Oil, all other leviable taxes & duties along withrates of Taxes & duties as applicable, transportation, insurance separately andthereby arriving at the total amount.10.2 In case there is any increase in the number of units as <strong>com</strong>pared to thosementioned in the IFB, the Contract Price shall be subject to increaseproportionately on prorata basis.10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes andLevies paid or payable during implementation of the contract. If the Bidder isexempted from Excise duties, the same should be clearly mentioned withdocumentary evidence.10.4 Prices quoted by the Bidder shall be “FIRM” and not subject to any priceadjustment during the Validity period of the Bid. A Bid submitted with anadjustable price clause will be treated as non-responsive and rejected outright.12


10.5 Any revised/supplementary price bids offer after the due date of opening of theprice bid shall not be considered unless specifically asked by the CESU.11. CONTRACT PRICE:11.1 The Prices quoted <strong>for</strong> the Contract shall remain ‘FIRM’ as per the aboveParameters and Purchaser shall not <strong>com</strong>pensate Bidder <strong>for</strong> any variationsduring the contractual delivery period unless otherwise specifically agreedbetween the Purchaser and the Bidder.11.2 In case the Purchaser, revise the scope of woks, bidders shall be <strong>com</strong>pensatedbased on the Unit Rate agreed upon be<strong>for</strong>e Order placement or as permutually acceptable rates.12. BID CURRENCIES:12.1 Prices shall be quoted in Indian Rupees Only.13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDINGDOCUMENTS:13.1 The bidder shall confirm by documentary evidence of the Good’s con<strong>for</strong>mity tothe Bidding Documents by submitting equipment data sheets.14. PERIOD OF VALIDITY OF BIDS:14.1 Bids shall remain valid <strong>for</strong> 180 days from the date of opening of <strong>com</strong>mercialBids.14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder’sconsent to an extension of the Period of Bid Validity. The request and theresponses there to shall be made in writing or by Fax.15. ALTERNATIVE BIDS:15.1 Bidders shall submit Bids, which <strong>com</strong>ply with the Bidding Documents.Alternative bids shall not be considered <strong>for</strong> evaluation. However, if the bidder’sfirst bid <strong>com</strong>plying to the bid <strong>specification</strong> happens to be the lowest acceptablebid, in such a case his alternative bid may be considered <strong>for</strong> placement o<strong>for</strong>ders if it is acceptable from both technical and financial aspects.16. FORMAT AND SIGNING OF BID:16.1 The original Bid Document and ac<strong>com</strong>panying documents (as specified inClause-9 ), clearly marked “Original Bid”, plus one copy of the Technical andun-priced Commercial Proposal must be received by the Purchaser at thedate, time and place specified pursuant to Clauses-17 and 18. The Price Bid inOriginal should be submitted in a separate sealed envelope marked as “PriceBid”. In the event of any discrepancy between the original and the copies, theoriginal shall govern.16.2 The original and the duplicate copy of the Bid shall be typed or written inindelible ink and shall be signed by the Bidder or a person or persons dulyauthorized to sign on behalf of the Bidder. Such authorization shall be indicatedby written Power-of-Attorney ac<strong>com</strong>panying the Bid.13


16.3 The Bid shall contain no interlineations, erasures, overwriting except asnecessary to correct errors, made by the Bidder, in which case suchcorrections shall be initialed by the person or persons signing the Bid.17. SEALING AND MARKING OF BIDS:17.1 Bid submission: One (1) original, one hard copy of all the Bid Documents shallbe sealed and submitted to the Purchaser be<strong>for</strong>e the closing time <strong>for</strong>submission of the bid.17.2 The Bid proposal should be divided into two parts and should be submitted intwo separate sealed envelopes, addressed to Purchaser. All the envelopesshould bear the Name and Address of the Bidder and marking <strong>for</strong> the Originaland the duplicate copy. The envelopes should be super-scribed with the title ofits contents, as follows:i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the BidSecurity, Cost of Tender Document, The Bid Document signed by thebidder in every Page, Formats at Annexure-I & II, Technical DataSchedules as per our prescribed <strong>for</strong>mat at Annexure-IV, Technical &Commercial Deviations as per our prescribed <strong>for</strong>mats at Annexure V (A)& V(B), Un priced Schedule ( Annexure – III) , Schedule of Supplyexperience at Annexure-VI and Self declaration at Annexure-VII. AllDocuments establishing the qualifying norm of the tender mentioned atclause-6 above & other credibility documents. All the above prescribed<strong>for</strong>mats except the Price Schedule enclosed in the Part-I (Techno-Commercial bid) must be duly filled in & Signed by the bidder with sealfailing which the bid may be considered non-responsive. The PriceSchedule enclosed in the Part-I Bid is to be left blank & signed.ii) PRICE BID ENVELOPE: Shall contain the Price schedules (As perAnnexure-III) duly filled in & signed by the bidder with seal. (This shall besubmitted in a double sealed envelope separately.)17.3 The inner and outer envelopes shall:a) Be addressed to the purchaser at the following address:CHIEF GENERAL MANAGER, (PURCHASE & STORES)CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA2 nd Floor, IDCO Towers, Janpath, Bhubaneswar – 751022b) Bear the Project name as: “ Supply of 5MVA Power Trans<strong>for</strong>mers as perSchedule of Requirement in Section-I) – Specification No. CESU/P&S /208 / 2011–12. Tender Notice No................ . & Date of Opening.......................:In addition to the in<strong>for</strong>mation required in sub clause (a) and (b) above, the innerenvelope shall indicate the name and address of the Bidder to enable the Bidto be returned unopened in case it is declared “Late” pursuant to Clause-20.17.4 The Bidders have the option of sending the Bids by post/ Courier services or inperson. But the Bids must reach the Purchase within the dead line prescribedin the Tender Notice. Bids submitted by Telex/Telegram/Fax will not be14


accepted. No request from any Bidder to the Purchaser to collect theproposals from Airlines/ Cargo Agents etc. shall be entertained by thePurchaser.18. DEADLINE FOR SUBMISSION OF BIDS:18.1 The original Bid together with required copies, must be received by thePurchaser at the address specified in Clause 17.3 not later than 13.00 Hrs.(IST) on the due date as indicated in the invitation <strong>for</strong> bids.18.2 The Purchaser may, at its discretion, extend the dead line <strong>for</strong> the submissionof Bids by amending the Bidding Documents, in which case all rights andobligations of the Purchaser and Bidders previously subject to the deadline willthereafter be subject to the deadline as extended.19. ONE BID PER BIDDER:19.1 Each Bidder shall submit only one Bid by himself.20. LATE BIDS:20.1 Any Bid received by the Purchaser after the deadline <strong>for</strong> submission of Bidsprescribed by the Purchaser, pursuant to Clause-19, will be declared “Late”and rejected outright and returned unopened to the Bidder.21. MODIFICATION AND WITHDRAWAL OF BIDS:21.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, providedthat written notice of the modification or withdrawal is received by thePurchaser prior to the deadline prescribed <strong>for</strong> submission of Bids.21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed,marked and dispatched in accordance with the provisions of Clause-17 & 18. Awithdrawal notice may also be sent by fax but must be followed by an originalsigned confirmation copy.21.3 No Bid may be modified subsequent to the deadline <strong>for</strong> submission of Bids.21.4 No Bid may be withdrawn in the interval between the deadline <strong>for</strong> submissionof Bids and the expiration of the period of Bid validity specified by the Bidder onthe Bid <strong>for</strong>m.22.0 EVALUATION OF BID:22.1 PROCESS TO BE CONFIDENTIALIn<strong>for</strong>mation relating to the examination, clarification, evaluation and <strong>com</strong>parisonof Bids and re<strong>com</strong>mendations <strong>for</strong> the award of a contract shall not be disclosedto Bidders or any other persons not officially concerned with such process. Anyef<strong>for</strong>t by a Bidder to influence the Purchaser’s processing of Bids or awarddecisions may result in the rejection of the Bidder’s Bid.23. CLARIFICATION OF BIDS:To assist in the examination, evaluation and <strong>com</strong>parison of Bids, the Purchasermay, at its discretion, ask the Bidder <strong>for</strong> a clarification of its Bid. All responsesto requests <strong>for</strong> clarification shall be in writing and no change in the price orsubstance of the Bid shall be sought, offered or permitted.15


24. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:24.1 Purchaser will examine the Bids to determine whether they are <strong>com</strong>plete,whether any <strong>com</strong>putational error have been made , whether required suretieshave been furnished, whether the documents have been properly signed, andwhether the Bids are generally in order.24.2 Arithmetical errors will be rectified on the following basis. If there is adiscrepancy between the unit price and the total price per item that is obtainedby multiplying the unit price and quantity, the unit price shall prevail and thetotal price per item will be corrected. If there is a discrepancy between the TotalAmount and the sum of the total price per item, the sum of the total price peritem shall prevail and the Total Amount will be corrected. In case of any columnin the price schedule left blank or nil , the same shall be treated as included inthe Unit Landing Price and the cost of the same shall be borne by thebidder(s).24.3 Prior to the detailed evaluation, pursuant to Clause-25, the Purchaser willdetermine the substantial responsiveness of each Bid to the BiddingDocuments including production capability and acceptable quality of the Goodsoffered, pursuant to Clause-13. Substantially responsive Bid is one, whichcon<strong>for</strong>ms to all the terms and conditions of the Bidding Documents withoutmaterial deviation.24.4 A Bid determined as not substantially responsive will be rejected by thePurchaser and will not subsequently allowed to be made responsive by theBidder by correction of the non – con<strong>for</strong>mity.25 EVALUATION AND COMPARISON OF BIDS:25.1 The evaluation of Bids shall be done basing on the delivered cost<strong>com</strong>petitiveness basis <strong>for</strong> the total tendered item, as specified in clause-5 ofthe IFB <strong>for</strong> the destination stores of CESU.25.2 The evaluation of the Bids shall be a stage-wise procedure. The followingstages are identified <strong>for</strong> evaluation purposes:In the first stage, the Bids would be subjected to a responsiveness check asdetailed in the clause-24. The Technical Proposals and the Commercial terms& conditions of the Bidders would be evaluated and discussed as per Clause -6of this document.Subsequently, the Financial Proposals along with Supplementary FinancialProposals, if any, of Bidders with Techno-<strong>com</strong>mercially Acceptable Bids be<strong>for</strong>eopening of the price bid shall be considered <strong>for</strong> final evaluation.The supplementary financial proposal along with the original financial proposalshall be opened simultaneously. However, evaluation shall be made <strong>for</strong> thelowest price bid out of the above two proposals.25.3 The Purchaser’s evaluation of a Bid will take into account, in addition to the Bidprice, the following factors, in the manner and to the extent indicated in thisClause:16


25.4 Any adjustments in price, which result from the above procedures, shall beadded <strong>for</strong> the purpose of <strong>com</strong>parative evaluation only to arrive at an “EvaluatedBid Price” Bid Price, quoted by Bidders shall remain unaltered.26.0 AWARD OF CONTRACT:26.1 CONTACTING THE PURCHASER26.1.1 From the time of Bid opening to the time of contract award, if any Bidderwishes to contact the Purchaser on any matter related to the Bid, he should doso in writing.26.1.2 Any ef<strong>for</strong>t by a Bidder to influence the Purchaser and / or in the Purchaser’sdecisions in respect of Bid evaluation, Bid <strong>com</strong>parison or Contract of Award,will result in the rejection of the Bidder’s Bid.26.2 THE PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANYOR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS:26.2.1 The Purchaser reserves the right to accept or reject any Bid and to annul theBidding process and reject all Bids at any time prior to award of Contract,without thereby incurring any liability to the affected Bidder or Bidders or anyobligation to in<strong>for</strong>m the affected Bidder or Bidders of the grounds <strong>for</strong> thePurchaser’s action.26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms andconditions without affecting the quality & price of the equipments.26.3 The Purchaser will award the Contract to the successful Bidder whose Bid hasbeen determined to be the lowest- evaluated responsive Bid, provided furtherthat the Bidder has been determined to be qualified to per<strong>for</strong>m the Contractsatisfactorily. The Purchaser at its option/ discretion may split the total quantityto be supplied between two or more Techno- Commercially responsive Biddersin case of the bid prices are same and early delivery is required by the owner.26.4 THE PURCHASER’S RIGHT TO VARY QUANTITIES:The Purchaser reserves the right to vary the quantity i.e increase or decreasethe number of materials without any change in terms and conditions at the timeof placing the orders or during the execution of the Contract.26.5 LETTER OF INTENT / NOTIFICATION OF AWARD:26.5.1 The letter of intent / Notification of Award shall be issued to the successfulBidder(s) whose bid(s) have been considered responsive, techno-<strong>com</strong>merciallyacceptable and evaluated to be the Lowest (L1) by taking the total tenderquantity. The successful Bidder shall be required to furnish a letter ofacceptance within 7 days of issue of the letter of intent / Notification of Awardby Purchaser.27.0 PERFORMANCE SECURITY:27.1 Within 15 days of the receipt of Notification of Award from the Purchaser, thesuccessful Bidder shall furnish the Per<strong>for</strong>mance Security in the <strong>for</strong>m of BankGuarantee from a Nationalized/Scheduled Bank in the enclosed <strong>for</strong>mat infavour of the Purchaser <strong>for</strong> an amount of 10% (ten percent) of the ContractPrice on a non-judicial stamp paper worth of Rs. 100/-, which shall cover 27017


SECTION –IIIGENERAL TERMS AND CONDITIONSOF CONTRACT (GTCC)19


SECTION – IIIGENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC)1.0 General Instructions:1.01 All the Bids shall be prepared and submitted in accordance with theseinstructions.1.02 Bidder shall bear all costs associated with the preparation and delivery of itsBid, and the Purchaser will in no case shall be responsible or liable <strong>for</strong> thesecosts.1.03 The Bid should be submitted by the Bidder in whose name the bid documenthas been issued and under no circumstances it shall be transferred / sold tothe other party.1.04 The Purchaser reserves the right to request <strong>for</strong> any additional in<strong>for</strong>mati<strong>onan</strong>d also reserves the right to reject the proposal of any Bidder, if in theopinion of the Purchaser, the data in support of Tender requirement isin<strong>com</strong>plete.1.05 The Bidder is expected to examine all instructions, <strong>for</strong>ms, terms & conditionsand <strong>specification</strong>s in the Bid Documents. Failure to furnish all in<strong>for</strong>mationrequired in the Bid Documents or Submission of a Bid not substantiallyresponsive to the Bid Documents in every respect may result in rejection ofthe Bid. However, the Purchaser’s decision in regard to the responsivenessand rejection of bids shall be final and binding without any obligation,financial or otherwise, on the Purchaser.2.0 Definition of Terms:2.01 “Purchaser /” shall mean Central Electricity Supply Utility of Orissa(CESU) on whose behalf this bid enquiry is issued by its authorizedrepresentative / officers.2.02 “Bidder / Contractor” shall mean the firm who quotes against this biddocument issued by the Purchaser. “Contractor” or “Seller” shall mean thesuccessful Bidder and / or Bidders whose bid has been accepted by thePurchaser and shall include his heirs, legal representatives, successors andpermitted assigns wherever the context to admits.2.03 “Site” shall mean the Electricity Distribution Area of CESU.2.04 “Specification” shall mean collectively all the terms and stipulationscontained in those portions of this bid document known as Instruction toBidder, Bid <strong>for</strong>m and other <strong>for</strong>ms as per Section –V, General Conditions ofContract, Specifications and the Amendments, Revisions, Deletions orAdditions, as may be made by the Purchaser from time to time.2.05 “Letter of Intent” shall mean the official notice issued by the Purchasernotifying the Contractor that his proposal has been accepted and it shallinclude amendments thereto, if any, issued by the Purchaser. The “Letter ofIntent” issued by the Purchaser shall be binding on the “Contractor”. Thedate of detailed Purchase Order shall be taken as the effective date of the<strong>com</strong>mencement of contract.20


2.06 “Month” shall mean the calendar month and “Day” shall mean the calendarday.2.07 “Codes and Standards” shall mean all the applicable codes and standardsas indicated in the Technical Specification.2.08 “Offer Sheet” shall mean Bidder’s firm offer submitted to Purchaser inaccordance with the <strong>specification</strong>.2.09 “Contract” shall mean the “Detailed Purchase Order” issued by thePurchaser.2.10 “Contract Price” shall mean the price referred to in the “Detailed PurchaseOrder”.2.11 “Contract Period” shall mean the period during which the “Contract” shall beexecuted as agreed between the Contractor and the Purchaser in theContract inclusive of extended contract period <strong>for</strong> reasons beyond thecontrol of the Contractor and / or purchaser due to <strong>for</strong>ce majeure.2.12 “Goods” shall mean all items to be supplied under Purchase Order whetherraw materials, processes materials, equipment, fabricated products,drawings or other documents as applicable.2.13 “Store” shall mean the Purchaser’s store as defined elsewhere in this tenderdocument.2.14 “Project” / “Unit” shall mean supply of 5MVA Power Trans<strong>for</strong>mers as perenclosed technical <strong>specification</strong>.3.0 Contract Documents & Priority :3.01 Contract Documents: The Specification, terms and conditions of the contractshall consist solely of these Tender conditions and offer sheet.3.02 Priority: Should there be any discrepancy between any term hereof and anyterm of the Offer Sheet, the terms of these tender document shall prevail.4.0 Scope of Work:4.01 The “Scope of Work” shall be on the basis of Bidder’s responsibility,<strong>com</strong>pletely covering the obligations, responsibility and workmanship,provided in this Bid Enquiry whether implicit or explicit.4.02 The Purchaser reserves the right to vary the quantity i.e increase ordecrease, at the time of placing order or during project execution.4.03 All relevant drawings, data and instruction manuals and other necessaryinputs shall be under the scope of contract.5.0 General Requirements:21


5.01 The seller shall supply, deliver best quality goods & conduct the testing attheir works of highest standards.6.0 The seller shall be responsible & shall <strong>com</strong>ply with the provisions of allstatutory acts i.e Electricity Act 2003, Indian Electricity Rules 1956.7.0 Inspection & Testing:i) The Purchaser’s representative shall be entitled at all reasonable timesduring manufacture to inspect examine and test on the Contractor’spremises the materials and workman-ship of all equipment to be suppliedunder this contract and if part of the said equipment is being manufacturedelse where in any Sub-Contractor’s premises, the Contractor shall obtain <strong>for</strong>the Purchaser’s representative, permission to inspect, examine and test as ifthe equipment were being manufactured on the Contractor’s premises. Suchinspection, examination and testing shall not release the Contractor from hisobligations under the contract.However, purchaser reserves the right to engage third party agent <strong>for</strong>conduct the a<strong>for</strong>esaid inspection.ii)iii)The Contractor shall give to the Purchaser adequate time/ notice (minimumof two weeks time) in writing <strong>for</strong> inspection of materials indicating the placeat which the equipment is ready <strong>for</strong> testing and inspection and shall alsofurnish the Routine Test Certificates and Packing List along with offer <strong>for</strong>inspection to the Purchaser indicating the quantity which can be delivered infull truck load / Mini truck load to facilitate issue of dispatch instruction.Where the contract provides <strong>for</strong> test on the Premises of the Contractor or ofany of his Sub-Contractors, the Contractor shall provide such assistance,labour, materials, electricity, fuel and instruments as may be required or asmay be reasonably demanded by the Purchaser’s representative to carryoutsuch tests efficiently. The Contractor is required to produce Shop RoutineTest Certificates be<strong>for</strong>e offering their materials <strong>for</strong> inspectioniv) After <strong>com</strong>pletion of the tests as indicated above, the Purchaser’srepresentative shall <strong>for</strong>ward the test results to the Purchaser. If the testresults confirm to the specific standard, the Purchaser shall approve the testresults and <strong>com</strong>municate the same to the Contractor in writing. TheContractor shall provide at least three copies of the test certificates to thePurchaser.v) The Purchaser has the right to have the test carried out at his own cost byan independent agency whenever there is a dispute regarding the quality ofsupply. In such case the report of the independent agency shall be bindingto the supplier.vi) The Purchaser at its discretion may re-test the supplied Equipments at itsown laboratory or laboratory of his choice <strong>for</strong> reconfirmation of the testresults.22


8.0 QUALITY ASSURANCE PLAN:8.1 The tenderer shall invariably furnish following in<strong>for</strong>mation along with his offer,failing which his offer shall be liable <strong>for</strong> rejection, in<strong>for</strong>mation shall be separatelygiven <strong>for</strong> individual type of equipment offered.(i)(ii)(iii)(iv)(v)(vi)Statement giving list of important raw materials names of sub-suppliers <strong>for</strong> the rawmaterials list of standards according to which the raw materials are tested. List oftests normally carried out on raw materials in presence of tenderer’s representative,copies of test certificates.In<strong>for</strong>mation and copies of test certificates as in (i) above in respect of bought outaccessories.List of manufacturing facilities availableLevel of automation achieved and list of areas where manual processing existsList of areas in manufacturing process, where state inspections are normally carriedout <strong>for</strong> quality control and details of such tests and inspections.Special features provided in the equipment to make it maintenance free(vii) List of testing equipments available with the tenderer <strong>for</strong> final testing of equipmentspecified and test plant limitation. If any, vis-à-vis the type, special acceptance androutine tests specified in the relevant standards. These limitations shall be veryclearly brought out in schedule of deviations from specified test requirements.8.2 The successful tenderer shall within 30 days of placement of order, submit(i)(ii)following in<strong>for</strong>mation to the purchaser.List of raw materials as well as bought out accessories and the names of subsuppliersselected from those furnished along with offer.Type test certificates of the raw material and bought out accessories(iii) Quality assurance Plan (QAP) with hold points <strong>for</strong> purchaser’s inspection. Thequality assurance plan and purchasers hold points shall be discussed between thePurchaser and Supplier be<strong>for</strong>e the QAP is finalized.8.3 The successful bidder shall submit the routine test certificates of bought outaccessories and central excise passes <strong>for</strong> raw material viz oil, copper, aluminium,conductors, insulating materials, core material at the time of routine testing of thefully assembled equipment.9.0 DOCUMENTATION :9.1 All drawings shall con<strong>for</strong>m to International Standards Organization (ISO) “ A”Series. All drawings shall be in ink and suitable <strong>for</strong> micro filming. All dimensionsand data shall be in S.I. units.9.2 List of drawings and documentsThe bidder shall furnish four sets of following drawings duly approved earlier bythe Type Testing Agency along with his offer.(a) General outline and assembly drawings of the equipment i.e. breaker,CTs, PTs etc.23


(b) Graphs showing the per<strong>for</strong>mance of equipments in regard to magnetizationcharacteristics( c ) Sectional views showing(i) General Construction features(ii) The materials/gaskets/sealing used.(iii) The method of connection of the primary/secondary winding to theprimary/secondary terminals etc.(iv) Porcelain used and its dimensions along with the mechanical and electricalcharacteristics(d) Arrangement of terminals and details of connection studs provided.(e) Name plate(f) Schematic drawing(g) Type test reports con<strong>for</strong>ming to above design / drawings offered <strong>for</strong> supply.(h) Test Reports, literature, pamphlets of the bought out items and raw materials.9.3 The successful tender shall, within 2 weeks of placement of order, submit three setsof final versons of all the above said drawings <strong>for</strong> purchaser’s approval. Thepurchaser shall <strong>com</strong>municate his <strong>com</strong>ments/ approval on the drawings to thesupplier within four weeks. The supplier shall, if necessary, modify the drawingsand resubmit three copies of the modified drawings <strong>for</strong> owners approval with in twoweeks from the date of owner’s <strong>com</strong>ments. After receipt of owner’s approval, thesupplier shall within two weeks, submit 12 prints and two good quality reproducibleof the approved drawings <strong>for</strong> purchasers use.9.4 Six sets of the type tests reports, duly approved by the purchaser, shall be submittedby the supplier <strong>for</strong> distribution be<strong>for</strong>e <strong>com</strong>mencement of supply . Adequate copiesof acceptance and routine test certificate, duly approved by the purchaser shallac<strong>com</strong>pany the dispatch consignment.9.5 The manufacturing of the equipments shall be strictly in accordance with theapproved drawings and no deviation shall be permitted without the written approvalof the purchaser. All manufacturing and fabrication work in connection with theequipment prior to the approval of the drawing shall be at the supplier’s risk.9.6 16 sets of nicely printed and bound volumes of operation, maintenance and erectionmanuals in English language, <strong>for</strong> each type and rating of equipment supplied shallbe submitted by the supplier <strong>for</strong> distribution, prior to the dispatch of the equipment.The manual shall contain all the drawings and in<strong>for</strong>mation required <strong>for</strong> erection,operation and maintenance of the circuit breaker. The manual shall also contain aset of all the approved drawings, type test reports etc.9.7 Approval of drawings/ work by purchaser shall not relieve the supplier of hisresponsibility and liability <strong>for</strong> ensuring correctness and correct interpretation of thedrawings <strong>for</strong> meeting the requirement of the latest revision of applicable standards,rules and codes of practices. The equipment shall con<strong>for</strong>m in all respects to highstandards of engineering, design, workmanship and latest revisions of relevantstandards at the time of ordering and purchaser shall have the <strong>power</strong> to reject anywork or materials which, in his judgment is not in full accordance therewith.24


10.0 PACKING AND FORWARDING:The equipment shall be packed in crates suitable <strong>for</strong> vertical/ horizontal transport asthe case may be, and suitable to withstand handling during transport and outdoorstorage during transit. The supplier shall be responsible <strong>for</strong> any damage to theequipment during transit, due to improper and inadequate packing. The easilydamageable material shall be carefully packed and marked with the appropriatecaution symbol. Wherever necessary, proper arrangement <strong>for</strong> lifting, such as liftinghooks etc. shall be provided. Any material found short inside the packing cases shallbe supplier by supplier without any extra cost.Each consignment shall be ac<strong>com</strong>panied with a detailed packing list containing thefollowing in<strong>for</strong>mation.(a) Name of the consignee(b) Details of consignment( c ) Destination(d) Total weight of consignment(e) Sign showing upper/ lower side of the crate(f) Handling and unpacking instructions(g) Bill of materials indicating contents of each package10.3 The supplier shall ensure that the packing list and bill of material are approved bythe purchaser be<strong>for</strong>e dispatch.11.0 Training Facilities :The Contractor shall provide all possible facilities <strong>for</strong> training of Purchaser’sTechnical personnel, when deputed by the Purchaser <strong>for</strong> acquiring first handknowledge in assembly of the equipment and <strong>for</strong> it’s proper operation andmaintenance in service.12.0 Rejection of Materials:In the event, any of the materials / equipment supplied by the Contractor is founddefective due to faulty design, bad workmanship, bad materials used or otherwisenot in con<strong>for</strong>mity with the requirements of the Specification, the Purchaser shalleither reject the materials / equipment or ask the Contractor in writing to rectify thesame. The Contractor on receipt of such notification shall either rectify or replacethe defective equipment free of cost to the Purchaser. If the Contractor fails to do so,the Purchaser may :25


a)b)c)At its option replace or rectify such defective equipment and recover the extra costsso involved from the Contractor plus fifteen percent and / or.Terminate the contract <strong>for</strong> balance work / supplies with en<strong>for</strong>cement of penaltyClause as per contract <strong>for</strong> the un-delivered goods and with <strong>for</strong>feiture of Per<strong>for</strong>manceGuarantee/ Composite Bank Guarantee.Acquire the defective equipment / materials at reduced price considered equitableunder the circumstances.13.0 Experience of Bidders :The bidders should furnish in<strong>for</strong>mation regarding experience particularly on thefollowing points :i) Name of the manufacturer :ii) Standing of the firm and manufacture of equipment quoted :iii) Description of equipment similar to the quoted, supplied and installed duringthe last 3 (three) years with the name (s) of the party (s) to whom supplieswere made.iv) Details as to where installed etc.v) Testing facilities at manufacturer’s work with copies of calibratedcertificates of the major testing equipment.vi) If the manufacturer is having collaboration with other firm(s), detailsregarding the same:vii) A list of Purchase orders, executed during the last three years along withuser’s certificate and copies of purchase orders.Bids may not be considered if the past manufacturing experience is found to be unsatisfactoryor is of less than 3 years as on the date of opening of the bid.14.0 Language and Measures :All documents pertaining to the contract including Specifications, Schedule, Notice,Correspondence, Operating & Maintenance instructions, Drawings or any otherwriting shall be written in English language. The metric system of measurementshall be used exclusively in this contract.26


15.0 Deviation from Specification:It is in the interest of the Tenderers to study the Specification, drawing, <strong>com</strong>mercialterms etc. specified in the tender schedule thoroughly be<strong>for</strong>e tendering so that, ifany deviations are made by the Tenderers, the same are to be prominently broughtout in the Non- Compliance Schedule Format enclosed in this document atAnnexure – V. Unless deviations in scope, technical and <strong>com</strong>mercial stipulationsare specifically mentioned in the prescribed Non-<strong>com</strong>plaince Schedule, it shall bepresumed that the Tenderer has accepted all the conditions, stipulated in the tenderSpecification without any deviation, notwithstanding anything mentioned at anyother document.16.0 Price Basis:16.01(a)(b)Bidder shall quote “FIRM” price with detail breakup of the total offered price.The breakup of prices shall indicate all types of taxes, Duties and otherLevies of whatsoever nature indicated separately and clearly, packing &<strong>for</strong>warding, transportation to store including transit insurances and entry tax.The rates of taxes & duties shall also be clearly mentioned in the price bid.Any column left blank/nil shall be treated as included in the unit landing priceand the cost of the same shall be borne by the bidder(s). Exemption fromany duties/taxes, if any, shall be supported with relevant documentaryevidence.The above Prices shall also include loading at factory site & unloading atPurchaser’s Stores. Price evaluation will be based on total landing cost,taking into account all taxes and duties.17.0 Terms of Payment:100 % value of each consignment will be paid within 30 days of receipt ofmaterials in good conditions at stores/ desired destination and verificationthere of subject to approval of the Guarantee certificates & Test Certificatesand submission & acceptance of Per<strong>for</strong>mance Bank Guarantee equivalentto 10 % of Total Contract Price on non-judicial stamp paper worth Rs.100/-in the prescribed <strong>for</strong>mat from a Nationalised/Scheduled Bank encashable atBhubaneswar only.Or else an equivalent amount of 10 % of the Total Contract Priceshall be deducted from the invoice of the first consignment & the same shallbe refunded after submission and approval of the required Per<strong>for</strong>manceBank Guarantee or expiry of Guarantee Period successfully which ever isearlier.18.0 Price Validity:18.01 All bids submitted shall remain valid, firm and subject to unconditionalacceptance by Purchaser <strong>for</strong> 180 days post bid-date. For award of Contract,the prices shall remain valid and firm till contract <strong>com</strong>pletion.27


19.0 Guarantee:19.01 The bidder shall guarantee <strong>for</strong> satisfactory per<strong>for</strong>mance of theequipments/materials <strong>for</strong> a minimum period of 60 months from the date ofCommissioning or 66 months from the date of receipt of last consignmentwhichever is earlier. In the event of any defect in the equipment/ materialsarising out of faulty design, inferior quality of raw material used or badworkmanship within the guarantee period, the Seller shall guarantee toreplace/ repair to the satisfaction of the Purchaser the defective equipmentsfree of cost. Should however, the manufacturer fails to do so within areasonable time, the Purchaser reserves the right to recover the amountfrom the seller either from the bills pending or may recover from thePer<strong>for</strong>mance Guarantee submitted by the firm. Seller shall give aPer<strong>for</strong>mance Bank Guarantee in favour of the Purchaser <strong>for</strong> 10% of theorder value valid <strong>for</strong> 270 days over and above the guarantee obligation.19.02 If during the defect liability period any services per<strong>for</strong>med found to bedefective, these shall be promptly rectified by seller at its own cost (includingthe cost of dismantling and reinstallation) on the instruction of Purchaser.20.0 Release:The seller’s Per<strong>for</strong>mance Bank Guarantees / Assignable Bank Guaranteewill be released without interest within thirty (30) days from the last date upto which the Per<strong>for</strong>mance Bank Guarantee has to be kept valid (as definedin Clause 16.01 ).21.0TECHNICAL INFORMATION / DATAThe Purchaser and the Contractor, to the extent of their respective rightspermitting to do so, shall exchange such technical in<strong>for</strong>mation and data as isreasonably required by each party to per<strong>for</strong>m its obligations andresponsibilities. The Purchaser and the Contractor agree to keep each otherin confidence and to use the same degree of care as he uses with respect tohis own proprietary data to prevent its disclosure to third parties of alltechnical and confidential in<strong>for</strong>mation. The technical in<strong>for</strong>mation, drawings,records and other document shall not be copied, transferred, traced ordivulged and / or disclosed to third party in full / part nor misused in anyother <strong>for</strong>m. This technical in<strong>for</strong>mation, drawing etc. shall be returned to thePurchaser with all approved copies and duplicates. In the event of anybreach of this Contract, the Contractor shall indemnify the Purchaser againstany loss, cost of damages of claim by any party in respect of such breach.22.0 Effective Date of Commencement of Contract :22.01 The date of the issue of the detailed Purchase order shall be treated as theeffective date of the <strong>com</strong>mencement of Contract.28


22.02 The bidder shall quote the basic price as well as all taxes & duties as per theenclosed <strong>for</strong>mat <strong>for</strong> bid prices.23.0 Penalty:23.01 If supply of items / equipments is delayed beyond the supply schedule asstipulated in purchase order, then the seller shall be liable to pay to thePurchaser as penalty <strong>for</strong> delay, a sum of 0.5% (half percent) of the contractprice <strong>for</strong> every week delay or part thereof.23.02 The total amount of penalty <strong>for</strong> delay under the contract will be subject to amaximum of five percent (5%) of the contract price.23.03 The Purchaser may, without prejudice to any method of recovery, deduct theamount <strong>for</strong> such damages from any amount due or which may be<strong>com</strong>e dueto the seller or from the Per<strong>for</strong>mance Bank Guarantee or file a claim againstthe seller.24. VALIDITY OF THE ORDER:The Purchase Contract is valid <strong>for</strong> 10 weeks beyond the schedule date ofdelivery, unless otherwise extended by the Competent Authority. ThePurchase Contract shall stand cancelled automatically beyond the validityperiod without any correspondences and liabilities to the CESU.25. PACKING :The materials / equipments shall be packed by the seller suitably as per thestandard procedure <strong>for</strong> safe transport to the site / store. The cases shall beclearly marked showing distinctly the name and address of the consignee. Incase of special instructions, such as “this end up”, “fragile”, “handles withcare” etc., the same shall be clearly displayed on the cases.26. Commissioning spares :The sellers shall replace, free of cost, any spares which may be founddefective by the buyer during <strong>com</strong>missioning.27.0 The Laws and Jurisdiction of Contract :27.01 The laws applicable to this Contract shall be the Laws in <strong>for</strong>ce in India.27.02 All disputes arising in connection with the present Contract shall be settledamicably by mutual consultation, failing which shall be finally settled as perthe rules of Arbitration and Conciliation Act, 1996 at the discretion ofPurchaser. The jurisdiction of arbitration shall be at Bhubaneswar , Orissa,India only.28.0 Events of Default :28.1 Events of Default. Each of the following events or occurrences shallconstitute an event of default (“Event of Default”) under the Contract :29


(a) Seller fails to accept the Purchase Order within the stipulated provisionof the tender <strong>specification</strong>.(b) Seller fails or refuses to pay any amount due under the Contracts.(c) Seller fails or refuses to deliver Commodities con<strong>for</strong>ming to his Biddocument/ <strong>specification</strong>s, or fails to deliver Commodities and, or execute theworks assigned to them within the period specified in P.O or any extensionthereof.(d) Seller be<strong>com</strong>es insolvent or unable to pay its debts when due, or<strong>com</strong>mits any act of bankruptcy, such as filing any petition in any bankruptcy,winding-up or reorganization proceeding, or acknowledges in writing itsinsolvency or inability to pay its debts; or the Seller’s creditors file anypetition relating to bankruptcy of Seller;(e) Seller otherwise fails or refuses to per<strong>for</strong>m or observe any term orcondition of the Contract and such failure is not remediable or, if remediable,continues <strong>for</strong> a period of 30 days after receipt by the Seller of notice of suchfailure from Purchaser.(f) Seller fails to repair the supplied Trans<strong>for</strong>mers failed during guaranteeperiod within thirty days from the date of issue of letter of intimation/notice.29.0 Consequences of Default:(a) If an Event of Default occurs and would be continuing, Purchaser may <strong>for</strong>thwithterminate the Contract by written notice.In the Event of Default, Purchaser may, without prejudice to any other rightgranted to it by law, or the Contract, take any or all of the following actions;i)ii)present <strong>for</strong> payment, to the relevant bank the Contract Per<strong>for</strong>mance BankGuarantee;Recover any losses and / or additional expenses from the pending bill, of thecost of the same Purchaser may incur as a result of Seller’s default.30.0 Force Majeure :30.01 The term “Force Majeure” as employed herein include, acts of God or <strong>for</strong>ce ofnature, landslide, earthquake, flood, fire, lightning, explosion, major storm(hurricane, typhoon, cyclone etc. ) or major storm warning, tidal wave, shipwreckand perils of navigation, act of war (declared or undeclared ) or public enemy, strike(excluding employee strikes, lockouts or other industrial disputes or action solelyamong employee of Contractor or its subcontractors ) act or omission of SovereignStates or those purporting to represent Sovereign States, blockade, embargo,quarantine, public disorder, sabotage, accident or similar events beyond the controlof the parties or either of them.30


Force Majeure shall not include occurrences as follows :1. Late delivery of materials caused by congestion of Seller’s facilities or elsewhere,and oversold condition of the market, inefficiencies, or similar occurrences.2. Late per<strong>for</strong>mance by Seller and / or Sub-Seller caused by unavailability of rawmaterials, supervisors or labour, inefficiencies of similar occurrences.3. Mechanical breakdown of any item of Seller’s or its Sub-Seller’s equipment,plant or machinery.4. Delays due to ordinary storm or inclement weather or5. Non-con<strong>for</strong>mance by Sub-Seller.Unless the delay arises out of a Force Majeure occurrence and is beyond bothSeller’s and Sub-Seller’s or Seller’s control and an alternate acceptable source ofservices, equipment or material is unavailable . Additionally, Force Majeure shallnot include financial distress of Seller or any Sub-Seller.30.02 In the event of either party being rendered unable by Force Majeure to per<strong>for</strong>m anyobligation required to be per<strong>for</strong>med by them under the Contract, the relativeobligation of the party affected by such Force Majeure shall be suspended <strong>for</strong> theperiod during which such cause lasts. Time <strong>for</strong> per<strong>for</strong>mance of the relativeobligation suspended by Force Majeure shall then stand extended by the period <strong>for</strong>which the cause lasts.30.03 Upon the occurrence of any Force Majeure event, the party so affected in thedischarge of its obligation shall promptly, but no later than seven (7) days givewritten notice of such even to the other party. The affected party shall make everyreasonable ef<strong>for</strong>t to remove or remedy the cause of such Force majeure or mitigateits effect as quickly as possible. If such occurrence results in the suspension of all orpart of the work <strong>for</strong> a continuous period of more than 10( ten) days, the parties shallmeet and determine the measures to be taken.30.04 Any delay or failure in per<strong>for</strong>mance by either party hereto shall not give rise to anyclaims <strong>for</strong> damages or loss of anticipated profits if and to the extent, such delay orfailure is caused by Force Majeure.31.0 EMBOSSING / PUNCHING / CASTING:31.1 The all equipments and materials supplied shall bear distinct mark of “Name of theCESU, PO Order No. & Date” by a way of embossing / punching / casting etc. Thisshould be clearly visible to naked eye.31


32.0 NON COMPLIANCE SCHEDULES:On this schedule the bidder shall provide a list of non <strong>com</strong>pliance with reference to this<strong>specification</strong> in prescribed Formats enclosed at Annexure- V (A) & V (B).Where there are no deviation from <strong>specification</strong>s, the bidder shall so indicate by stating“ No Deviations” in these Formats.Unless deviations in scope, technical and <strong>com</strong>mercial stipulations are specificallymentioned in the prescribed <strong>for</strong>mat enclosed at Annexure V(A ) & V (B), it shall be presumedthat the Tenderer has accepted all the conditions, stipulated in the tender Specification withoutany deviation, notwithstanding anything mentioned at any part of the Tender document.<strong>33</strong>.0 TEST CERTIFICATES SCHEDULE:On this schedule a list of the test certificates included with the bid shall be provided. This listshould include type test certificates and samples routine test reports. Each certificate listedshall be referred to the relevant <strong>specification</strong> clause and item of equipment to which the testapplies.Clause No.Type Test Certificate or Routine Test Report32


SECTION- IVTECHINICAL SPECIFICATIONSFOR 5 MVA, <strong>33</strong>/11KV ONANPOWER TRANSFORMERS<strong>33</strong>


TECHINICAL SPECIFICATION FOR 5 MVA, <strong>33</strong>/11KV ONAN POWER TRANSFORMERS1. SCOPE:1.1 This Specification provides <strong>for</strong> design, engineering, manufacture, assembly, stage inspection,final inspection and testing be<strong>for</strong>e dispatch, packing and delivery at destination Sub-stationby road transport, transit insurance, unloading at site /stores of 5 MVA, <strong>33</strong>/11 KV PowerTrans<strong>for</strong>mer(s), <strong>com</strong>plete with all fittings, accessories, associated equipments, spares, 10%extra Trans<strong>for</strong>mer Oil, required <strong>for</strong> it’s satisfactory operation in any of the sub-stations ofthe Purchaser.1.2 The core shall be constructed either <strong>for</strong>m high grade, non-aging Cold Rolled Grain Oriented(CRGO) silicon steel laminations con<strong>for</strong>ming to HIB grade with lamination thickness notmore than 0.23mm <strong>for</strong> M 3 and 0.27mm <strong>for</strong> HIV or better( Quoted grade and type shall beused). The maximum flux density in any part of the cores and yoke at normal voltage andfrequency shall not be more than 1.5 Tesla. The Bidder shall provide saturation curve of thecore material, proposed to be used. Laminations of different grade(s)_ and different thickness(s) are not allowed to be used in any manner or under any circumstances.1.3 The scope of supply includes the provision of type test. The Purchaser reserves the right to waivetype tests as indicated in the section on Quality Assurance, Inspection and Testing in this<strong>specification</strong>.1.4 The Power Trans<strong>for</strong>mer shall con<strong>for</strong>m in all respects to highest standards of engineering,design, workmanship, this <strong>specification</strong> and the latest revisions of relevant standards at thetime of offer and the Purchaser shall have the <strong>power</strong> to reject any work or material, which,in his judgement, is not in full accordance therewith. The Trans<strong>for</strong>mer(s) offered, shall be<strong>com</strong>plete with all <strong>com</strong>ponents, necessary <strong>for</strong> their effective and trouble free operation. Such<strong>com</strong>ponents shall be deemed to be within the scope of supply, irrespective of whether thoseare specifically brought out in this <strong>specification</strong> and / or the <strong>com</strong>mercial order or not.The purchaser reserves the right to reject the trans<strong>for</strong>mers if on testing the losses exceed thedeclared losses beyond tolerance limit as per IS or the temperature rise in oil and / orwinding exceeds the value, specified in technical particular or impedance value differ fromthe guaranteed value including tolerance as per this <strong>specification</strong> and if any of the test resultsdo not match with the values, given in the guaranteed technical particulars and as pertechnical <strong>specification</strong>. The Purchaser reserves the right to retain the rejectedTrans<strong>for</strong>mer(<strong>for</strong> minor fault) and take it into service until the supplier replaces it,by a newtrans<strong>for</strong>mer at no extra cost to the purchaser. The payment <strong>for</strong> the above shall be releasedafter supply of new Trans<strong>for</strong>mer <strong>com</strong>plying all the stipulation of the Tender Document.Alternatively, the supplier shall repair(in case of minor repair which can be done at site) orreplace the Trans<strong>for</strong>mer within a reasonable period as decided by the purchaser topurchaser’s satisfaction at no extra cost to the purchaser. The payment shall be released aftersupply of new Trans<strong>for</strong>mer <strong>com</strong>plying all the stipulations of the Tender Documents.2 SPECIFIC TECHNICAL REQUIREMENTS1 Rated MVA (ONAN rating) 5 MVA2 No. of phases <strong>33</strong> Type of installation Outdoor4 Frequency 50 Hz (± 5% )5 Cooling medium Insulating Oil (ONAN)34


6 Type of mounting On Wheels, Mounted on rails.7 Rated voltagea) High voltage winding <strong>33</strong>KVb) Low voltage winding 11KV8 Highest continuous system voltagea) Maximum system voltage ratio (HV / LV ) 36KV / 12 KVb) Rated voltage ratio (HV / LV ) <strong>33</strong>KV /11 KV9 No. of windings Two winding Trans<strong>for</strong>mers10 Type of cooling ONAN ( Oil natural / Air natural )11 MVA Rating corresponding to ONANcooling system12 Method of connection:HV:LV:100%Delta13 Connection symbol Dyn 1114 System earthing Neutral of LV side to be solidlyearthed.15 Percentage impedance voltage on normal tap % Impedance Tolerance %and MVA base at 75 0 C corresponding to HV/LV rating and applicable tolerances :7.15 + 10(No negative tolerance will beallowed)16 Intended regular cyclic overloading ofAs per IEC –76-1, Clause 4.2windings17 a) Anticipated unbalanced loading Around 10%b) Anticipated continuous loading of windings 110 % of rated current(HV / LV)18 a) Type of tap changer Off-load tap changer.b) Range of taping + 5% to – 15% in 9 equal steps of2.5% each on HV winding19 Neutral terminal to be brought out On LV side only20 Over Voltage operating capability and duration 112.5 % of rated voltage ( continuous )21 Maximum Flux Density in any part of the coreand yoke at rated MVA, rated voltage i.e <strong>33</strong>KV / 11 KV and system frequency of 50 HZ1.5 Tesla22 Insulation levels <strong>for</strong> windings :- <strong>33</strong>KV 11KVa) 1.2 / 50 microsecond wave shape Impulse170 75withstand (KV P )b) Power frequency voltage withstand (KV rms ) 70 2823 Type of winding insulationa) HV winding Uni<strong>for</strong>mb) LV winding Uni<strong>for</strong>m24 Withstand time <strong>for</strong> three phase short circuit 2 Seconds25 Noise level at rated voltage and frequency As per NEMA Publication No. TR-1.Star35


26 Permissible Temperature Rise over ambienttemperature of 50 0 Ca) Of top oil measured by thermometer. 35 0 Cb) Of winding measured by resistance. 40 0 C27 Minimum clearances in air (mm) :- Phase to Phase Phase to grounda) HV 400 320b) LV 280 14028 Terminalsa) HV winding line end 36 KV oil filled <strong>com</strong>municating typeporcelain bushings ( Antifog type )b) LV winding 12 KV porcelain type of bushing(Antifog type)29 Insulation level of bushing HV LVa) Lightning Impulse withstand (KVP) 170 75b) 1 Minute Power Frequency withstand voltage(KV –rms )70 28c) Creepage distance (mm) (minimum) 900 30030 Material of HV & LV Conductor Electrolytic Copper31 Maximum current density <strong>for</strong> HV and LV2.4 A/ mm 2winding <strong>for</strong> rated current32 Polarisation index i.e ratio of megger values at600 sec. to 60 sec <strong>for</strong> HV to earth, L.V to earthand HV to LV.<strong>33</strong> Core Assembly Boltless type34 Temperature Indicatora) Oil One numberb) Winding One number35 Maximum permissible no load loss at rated 3.6 KWvoltage and rated frequency.36 Maximum permissible load loss at ratedcurrent and at 75 0 C21 KWShall be greater than or equal to 1.5,but less than or equal to ‘5’.2.1 MARSHALLING BOXA metal enclosed, weather, vermin and dust proof marshalling box fitted with required glands,locks, glass door, terminal Board, heater with switch, illumination lamp with switch etc. shall beprovided with each trans<strong>for</strong>mer to ac<strong>com</strong>modate temperature indicators, terminal blocks etc. Itshall have degree of protection of IP 55 or better as per IS: 2147 (Refer Clause 3.12).2.2 PERFORMANCEi) Trans<strong>for</strong>mer shall be capable of withstanding <strong>for</strong> two seconds without damage to any externalshort circuit, with the short circuit MVA available at the terminals.ii) The maximum flux density in any part of the core and yoke at rated MVA. Voltage andfrequency shall be 1.5 Tesla (maximum).36


iii) Trans<strong>for</strong>mer shall under exceptional circumstances due to sudden disconnection of the load,be capable of operating at the voltage approximately 25% above normal rated voltage <strong>for</strong> aperiod of not exceeding one minute and 40% above normal <strong>for</strong> a period of 5 seconds.iv) The trans<strong>for</strong>mer may be operated continuously without danger on any particular tapping at therated MVA ± 12.5% of the voltage corresponding to the tapping.v) The thermal ability to withstand short circuit shall be demonstrated by calculation.vi) Trans<strong>for</strong>mer shall be capable of withstanding thermal and mechanical stress caused by anysymmetrical and asymmetrical faults on any winding.2.3 DRAWINGS/ DOCUMENTS INCORPORATING THE FOLLOWING PARTICULARSSHALL BE SUBMITTED WITH THE BIDa) General outline drawing showing shipping dimensions and overall dimensions, net weightsand shipping weights, quality of insulating oil, spacing of wheels in either direction of motion,location of coolers, marshalling box and tap changers etc.b) Assembly drawings of core, windings etc. and weights of main <strong>com</strong>ponents / parts.c) Height of center line on HV and LV connectors of trans<strong>for</strong>mers from the rail top level.d) Dimensions of the largest part to be transported.e) GA drawings / details of various types of bushingf) Tap changing and Name Plate diagramg) Type test certificates of similar trans<strong>for</strong>mers.h) Illustrative & descriptive literature of the Trans<strong>for</strong>mer.i) Maintenance and Operating Instructions.2.4 MISCELLANEOUSi) Padlocks along with duplicate keys as asked <strong>for</strong> various valves, marshalling box etc.shall be supplied by the contractor, wherever locking arrangement is provided.ii)Foundation bolts <strong>for</strong> wheel locking devices of Trans<strong>for</strong>mer shall be supplied by theContractor.2.5 DELIVERYThe full quantity of the equipments shall be delivered as per the delivery schedule appended tothis <strong>specification</strong>.2.6 SCHEDULESAll Schedules annexed to the <strong>specification</strong> shall be duly filled by the bidder separately.2.7 ALTITUDE FACTORIf the equipment is to be installed in the hilly area, necessary correction factors as given in theIndian Standard <strong>for</strong> oil temperature rise, insulation level etc. shall be applied to the StandardTechnical Parameters given above.2.8 NAME PLATETrans<strong>for</strong>mer rating plate shall contain the in<strong>for</strong>mation as given in clause 15 of IS-2026 (part-I).The details on rating plate shall be finalized during the detailed engineering. Further, eachtrans<strong>for</strong>mer shall have inscription of purchaser’s name. The name plate shall also include (i) Theshort circuit rating , (ii) Measured no load current and no load losses at rated voltage and rated37


frequency, (iii) measured load losses at 75 0 C ( normal tap only ), (iv) D.C resistance of eachwinding at 75 0 C.3 SERVICE CONDITIONSThe service conditions shall be as follows maximum a altitude above sea level 1,000m maximum ambient air temperature 50° C maximum daily average ambient air temperature 35° C minimum ambient air temperature 5° C maximum temperature attainable by an object exposed to the sun 60 ° C maximum yearly weighted average ambient temperature 32° C maximum relative humidity 100% average number of thunderstorm days per annum (isokeraunic level) 70 average number of rainy days per annum 120 average annual rainfall 1500 mm maximum wind pressure 260Kg / m 2Environmentally, the region where the equipment will be installed includes coastal areas, subjectto high relative humidity, which can give rise to condensation. Onshore winds will frequently besalt laden. On occasions, the <strong>com</strong>bination of salt and condensation may create pollutionconditions <strong>for</strong> outdoor insulators.There<strong>for</strong>e, outdoor material and equipment shall be designed and protected <strong>for</strong> use in exposed,heavily polluted, salty, corrosive, tropical and humid coastal atmosphere.4 SYSTEM CONDITIONSThe equipment shall be suitable <strong>for</strong> installation in supply systems of the following characteristics. Frequency 50 Hz± 5% Nominal system voltages <strong>33</strong> KV11 KV Maximum system voltages <strong>33</strong>KV System 36.3 KV11 KV System 12 KV Nominal short circuit level ( Basing onapparent <strong>power</strong> ) Insulation levels :1.2/50 µ sec impulse withstand voltage<strong>33</strong> KV System11 KV System<strong>33</strong> KV System11 KV System1.1 KA3.3 KA170 KV(peak)75 KV (peak) Power frequency one minute withstand (wet and <strong>33</strong> KV System 70 KV(rms)dry) voltage11 KV System 28 KV (rms) Neutral earthing arrangements : 11 KV System Solidly earthed5 CODES & STANDARDS5.1 (i) The design, material, fabrication, manufacture, inspection, testing be<strong>for</strong>e dispatch and38


per<strong>for</strong>mance of <strong>power</strong> trans<strong>for</strong>mers at site shall <strong>com</strong>ply with all currently applicable statutoryregulations and safety codes in the locality where the equipment will be installed. The equipmentshall also con<strong>for</strong>m to the latest applicable standards and codes of practice. Nothing in this<strong>specification</strong> shall be construed to relieve the contractor of this responsibility.5.2 The equipment and materials covered by this <strong>specification</strong> shall con<strong>for</strong>m to the latest applicableprovision of the following standards.IS:5 : Colour <strong>for</strong> ready mixed paintsIS:325 : Three Phase Induction MotorsIS:<strong>33</strong>5 : New insulating oil <strong>for</strong> trans<strong>for</strong>mers, switch gearsIS:1271 : Classification of insulating materials <strong>for</strong> electrical machineryand apparatus in relation to their stability in servicesIS:2026(Part I to IV) : Power Trans<strong>for</strong>merIS:2071 : Method of high voltage testingIS:2099 : High voltage porcelain bushingsIS:2147 : Degree of protectionIS:2705 : Current Trans<strong>for</strong>mersIS:3202 : Code of practice <strong>for</strong> climate proofing of electrical equipmentIS:<strong>33</strong>47 : Dimensions <strong>for</strong> porcelain Trans<strong>for</strong>mer BushingsIS:3637 : Gas operated relaysIS:3639 : Fittings and accessories <strong>for</strong> <strong>power</strong> Trans<strong>for</strong>mersIS:5561 : Electric Power ConnectorsIS:6600/BS:CP’10:0 : Guide <strong>for</strong> loading of oil immersed Trans<strong>for</strong>mersIS:10028 : Code of practice <strong>for</strong> selection, installation and maintenanceof trans<strong>for</strong>mers, Part I. II and IIIC.B.I.P. Publication : Manual on Trans<strong>for</strong>mersIf the standard is not quoted <strong>for</strong> any item, it shall be presumed that the latest version of IndianStandard shall be applicable to that item.The equipment <strong>com</strong>plying other internationally accepted standards, may also be considered ifthey ensure per<strong>for</strong>mance superior to the Indian Standards.5.3 DRAWINGSa) The contractor shall furnish, within fifteen days after issuing of Letter of Award. Six copieseach of the following drawings/documents incorporating the trans<strong>for</strong>mer rating <strong>for</strong> approval.i) Detailed overall general arrangement drawing showing front and side elevations and plan ofthe trans<strong>for</strong>mer and all accessories including radiators and external features with details ofdimensions, spacing of wheels in either direction of motion, net weights and shippingweights, crane lift <strong>for</strong> un-tanking, size of lugs and eyes, bushing lifting dimensions, clearancesbetween HV and L.V terminals and ground, quantity of insulating oil etc.ii) Assembly drawings of core and winging and weights of main <strong>com</strong>ponents / partsiii) Foundation plan showing loading on each wheel land jacking points with respect to centreline of trans<strong>for</strong>mer.39


iv) GA drawings details of bushing and terminal connectors.v) Name plate drawing with terminal marking and connection diagrams.vi) Wheel locking arrangement drawing.vii) Transportation dimensions drawings.Viii) Magnetization characteristic curves of PS class neutral and phase side currenttrans<strong>for</strong>mers, if applicable.ix) Interconnection diagrams.x) Over fluxing withstand time characteristic of trans<strong>for</strong>mer.xi) GA drawing of marshalling box.xii) Control scheme/wiring diagram of marshalling box.xiii) Technical leaflets of major <strong>com</strong>ponents and fittings.xiiv) As built drawings of schematics, wiring diagram etc.xv) Setting of oil temperature indicator, winding temperature indicator.xvi) Completed technical data sheets.xvii) Details including write-up of tap changing gear.xviii) HV conductor bushing.xix) Bushing Assembly.xx) Bi-metallic connector suitable <strong>for</strong> connection to 100 mm 2 up to 232 mm 2 AAACConductor.xxi) GA of LV cable Box.xxii) Radiator type assembly.b) All drawings, documents, technical data sheets and test certificates, results calculationsshall be furnished.5.4 Any approval given to the detailed drawings by the purchaser shall not relieve the contractorof the responsibility <strong>for</strong> correctness of the drawing and in the manufacture of the equipment.The approval given by the purchaser shall be general with over all responsibility withcontractor.6. GENERAL CONSTRUCTIONAL FEATURES6.1 All material used shall be of best quality and of the class most suitable <strong>for</strong> working underthe conditions specified and shall withstand the variations of temperature and atmosphericconditions without distortion or deterioration or the setting up of undue stresses which mayimpair suitability of the various parts <strong>for</strong> the work which they have to per<strong>for</strong>m.6.2 Similar parts particularly removable ones shall be interchangeable.6.3 Pipes and pipe fittings, screws, studs, nuts and bolts used <strong>for</strong> external connections shall be asper the relevant standards. Steel bolts and nuts exposed to atmosphere shall be galvanized.6.4 Nuts, bolts and pins used inside the trans<strong>for</strong>mers and tap changer <strong>com</strong>partments shall beprovided with lock washer or locknuts.6.5 Exposed parts shall not have pockets where water can collect.40


6.6 Internal design of trans<strong>for</strong>mer shall ensure that air is not trapped in any location.6.7 Material in contact with oil shall be such as not to contribute to the <strong>for</strong>mation of acid in oil.Surface in contact with oil shall not be galvanized or cadmium plated.6.8 Labels, indelibly marked, shall be provided <strong>for</strong> all identifiable accessories like Relays,switches current trans<strong>for</strong>mers etc. All label plates shall be of in corrodible material.6.9 All internal connections and fastenings shall be capable of operating under overloads andover-excitation, allowed as per specified stands without injury.6.10 Trans<strong>for</strong>mer and accessories shall be designed to facilitate proper operation, inspection,maintenance and repairs.6.11 No patching, plugging, shimming or other such means of over<strong>com</strong>ing defects, discrepanciesor errors will be accepted.6.12 Schematic Drawing of the wiring, including external cables shall be put under the prospanesheet on the inside door of the trans<strong>for</strong>mer marshalling box.6.13 Painting6.13.1 All paints shall be applied in accordance with the paint manufacturer’s re<strong>com</strong>mendations.Particular attention shall be paid to the following:a) Proper storage to avoid exposure as well as extremes of temperature.b) Surface preparation prior to painting.c) Mixing and thinningd) Application of paints and the re<strong>com</strong>mended limit on time intervals between coats.e) Shelf life <strong>for</strong> storage.6.13.1.1 All paints, when applied in normal full coat, shall be free from runs, sags, wrinkles,patchiness, brush marks or other defects.6.13.1.2 All primers shall be well marked into the surface, particularly in areas where painting isevident, and the first priming coat shall be applied as soon as possible after cleaning. Thepaint shall be applied by airless spray according to the manufacturer’s re<strong>com</strong>mendations.However, wherever airless spray is not possible, conventional spray be used with priorapproval of purchaser.6.13.1.3 The supplier shall, prior to painting protect nameplates, lettering gauges, sight glasses, lightfittings and similar such items.6.13.2 Cleaning and Surface Preparation6.13.2.1 After all machining, <strong>for</strong>ming and welding has been <strong>com</strong>pleted, all steel work surfaces shall bethoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior to anypainting.6.13.2.2 Steel surfaces shall be prepared by Sand/Shot blast cleaning or Chemical cleaning by Seventank process including Phosphating to the appropriate quality.6.13.2.3 The pressure and Volume of the <strong>com</strong>pressed air supply <strong>for</strong> the blast cleaning shall meet thework requirements and shall be sufficiently free from all water contamination prior to anypainting.6.13.2.4 Chipping, scraping and steel wire brushing using manual or <strong>power</strong> driven tools cannot removefirmly adherent mill-scale and shall only be used where blast cleaning is impractical.6.13.3 Protective Coating41


As soon as all items have been cleaned and within four hours of the subsequent drying, theyshall be given suitable anticorrosion protection.6.13.4 Paint MaterialFollowings are the type of paints that may be suitably used <strong>for</strong> the items to be painted at shopand supply of matching paint to site:i) Heat resistant paint (Hot oil proof) <strong>for</strong> inside surface.ii) For external surfaces one coat of Thermo Setting Paint or 2 coats of Zinc chromatefollowed by 2 coats of Synthetic Enamel paint. The color of the finishing coats shall be darkadmiral grey con<strong>for</strong>ming to No.632 or IS 5:1961.6.13.5 Painting Procedure6.13.5.1 Al painting shall be carried out in con<strong>for</strong>mity with both <strong>specification</strong>s and with the paintmanufacture’s re<strong>com</strong>mendations. All paints in any one particular system. Whether shop orsite applied, shall originate from one paint manufacturer.6.13.5.2 Particular attention shall be paid to the manufacture’s instructions on storage, mixing,thinning and pot life. The paint shall only be applied in the manner detailed by themanufacturer e.g. brush, roller, conventional or airless spray and shall be applied under themanufacturer’s re<strong>com</strong>mended conditions. Minimum and maximum time intervals betweencoats shall be closely followed.6.13.5.3 All prepared steel surfaces should be primed be<strong>for</strong>e visible re-rusting occurs or within 4 hourswhichever is sooner. Chemical treated steel surfaces shall be primed as soon as the surface isdry and while the surface is warm.6.13.5.4 Where the quality of film is impaired by excess film thickness,(wrinkling, mud cracking orgeneral softness) the supplier shall remove the unsatisfactory paint coatings and applyanother. As a general rule, dry film thickness should not exceed the specified minimum dryfilm thickness by more than 25% . In all instances, where two or more coats of the samepaints are specifies, such coatings may or may not be of contrasting colors.6.13.5.5 Paint applied to items that are not be painted, shall be removed at supplier’s expense, leavingthe surface clean, un-stained and undamaged.6.13.6 Damages to Paints Work6.13.6.1 Any damage occurring to any part of the painting scheme shall be made good to the samestandard of corrosion protection and appearance as that originally employed.6.13.6.2 Any damaged paint work shall be made as follows:a) The damaged area, together with an area extending 25mm around its boundary, shall becleaned down to bare metal.b) A priming coat shall immediately applied, followed by a full paint finish equal to thatoriginally applied and extending 50mm around the perimeter of the originally damaged.6.13.6.3 The repainted surface shall present a smooth surface. This shall be obtained by carefullychamfering the paint edges be<strong>for</strong>e & after priming.6.13.7 Dry Film Thickness6.13.7.1 To the maximum extent practicable, the coats shall be applied as a continuous film of uni<strong>for</strong>mthickness and free of pores. Over-spray, skips, runs, sags and drips should be avoided. Thedifferent coats may or may not be same color.42


6.13.7.2 Each coat of paint shall allowed to hardened be<strong>for</strong>e the next is applied as per manufacture’sre<strong>com</strong>mendations.6.13.7.3 Particular attention must be paid to full film thickness at edges.6.13.7.4 The requirement <strong>for</strong> the dry film thickness (DFT) of paint and the material to be used shall beas given below:Sl. Paint TypeNo1. Liquid painta) ZincChromate(Primer)b) Synthetic Enamel(Finish Coat Hot OilpaintArea to bepaintedOut sideOut sideinsideNo ofCoats020201Total Dry filmthickness(Min)45 micron35 micron35 micron7.0 DETAILED DESCRIPTION7.1 Tank7.1.1 The Trans<strong>for</strong>mer tank and cover shall be fabricated from high grade low carbon plate steel oftested quality. The tank and the shall be of welded construction.7.1.2 Tank shall be designed to permit lifting by crane or jacks of the <strong>com</strong>plete trans<strong>for</strong>merassembly filed with oil. Suitable lugs and bossed shall be provided <strong>for</strong> this purpose.7.1.3 All breams, flanges, lifting lugs, braces and permanent parts attached to the tank shall bewelded and where practicable, they shall be double welded.7.1.4 The main tank body of the trans<strong>for</strong>mer, excluding tap changing <strong>com</strong>partments and radiators,shall be capable of withstanding pressure of 760mm of Hg.7.1.5 Inspection hole(s) with welded flange(s) and bolted cover(s) shall be provided on the tankcover. The inspection hole(s) shall be of sufficient size to af<strong>for</strong>d easy access to the lower endsof the bushings, terminals etc.7.1.6 Gaskets of nitrile rubber or equivalent shall be used to ensure perfect oil tightness. Allgaskets shall be closed design (without open ends) and shall be of one piece only. Rubbergaskets used <strong>for</strong> flange type connections of the various oil <strong>com</strong>partments, shall be laid ingrooves or in groove-equivalent sections on bolt sides of the gasket, throughout theirtotal length. Care shall be taken to secure uni<strong>for</strong>mly distributed mechanical strengthover the gaskets and retains throughout the total length. Gaskets of neoprene and / orany kind of impregnated / bonded core or cork only which can easily be damaged byover-pressing are not acceptable. Use of hemp as gasket material is also not acceptable.7.1.7 Suitable guides shall be provided <strong>for</strong> positioning the various parts during assemble ordismantling. Adequate space shall be provided between the cores and windings and thebottom of the tank <strong>for</strong> collection of any sediment.7.2 Tank CoverThe trans<strong>for</strong>mer top shall be provided with a detachable tank cover with bolted flanged gasketjoint. Lifting lugs shall be provided <strong>for</strong> removing the cover. The surface of the cover shall besuitable sloped so that it does not retain rain water.7.3 UNDER CARRIAGE43


7.3.1 The trans<strong>for</strong>mer tank shall be supported on steel structure with detachable plain rollers<strong>com</strong>pletely filled with oil. Suitable channels <strong>for</strong> movement of roller with trans<strong>for</strong>mer shall bespace accordingly, rollers wheels shall be provided with suitable rollers bearings, which willresist rust and corrosion and shall be equipped with fittings <strong>for</strong> lubrication. It shall be possibleto swivel the wheels in two directions, at right angle to or parallel to the main axis of thetrans<strong>for</strong>mers.7.4 CORE7.4.1 Stage level inspection <strong>for</strong> core construction shall be carried out by the owner.7.4.2 Each lamination shall be insulated such that it will not deteriorate due to mechanical pressureand the action of hot trans<strong>for</strong>mer oil.7.4.3 The core shall be constructed either <strong>for</strong>m high grade, non-aging Cold Rolled GrainOriented (CRGO) silicon steel laminations con<strong>for</strong>ming to HIB grade with laminationthickness not more than 0.23mm <strong>for</strong> M 3 to 0.27mm <strong>for</strong> HIV or better( Quoted gradeand type shall be used). The maximum flux density in any part of the cores and yoke atnormal voltage and frequency shall not be more than 1.5 Tesla. The Bidder shall providesaturation curve of the core material, proposed to be used. Laminations of differentgrade(s)_ and different thickness (s) are not allowed to be used in any manner or underany circumstances.7.4.4 The bidder should offer the core <strong>for</strong> inspection starting from the destination port to enableCESU <strong>for</strong> deputing inspecting officers foe detail verification as given below and approvalby the purchaser during the manufacturing stage. Bidder’s call notice <strong>for</strong> the purpose shouldbe ac<strong>com</strong>panied with the following documents as applicable as a proof towards use of primecore material:The core coils, if found suitable, are to be sealed with proper seals which shall be openedin presence of the inspecting officers during core- cutting at the manufacturer’s or it’ssub-vendor’s premises as per approved design drawing.a) Purchase Order No. & Date.b) Invoice of the supplierc) Mills test certificated) Packing liste) Bill of ladingf) Bill of entry certificate to customsCore material shall be directly procured either from the manufacturer or through theiraccredited marketing organization of repute, but not through any agent.7.4.4 (B) For Trans<strong>for</strong>mer Manufacturer (TM), who has in-house core-cutting facility, the packedcore coils shall be verified at their works as per followings along with witnessing of corecutting.a) Purchase Order No. & Date ;b) No. of packed coils with Package Nos.c) Gross Weight.d) Net Weight :e) Port of loading.f) Port of Discharge ;g) Name of the Ocean Vessel :h) Grade & Thickness of Core Material :i) Any other in<strong>for</strong>mation as mentioned on the body of packed coils.44


7.4.4 ( C ) For those bidders, who have no in-house core-cutting facility, they should mention thenames of at least three sub-vendors to whom they intend to assign their core-cutting.Such sub-vendors should have been approved by other Electricity Board / ElectricalUtilities and accredited by some internationally recognized certification body like ISO-9000 etc. to ensure that a minimum quality parameters & tolerance are maintained. Theexperience, the details of core-cutting facilities finishing & testing facilities etc. asavailable which such sub-vendors should be clearly out-lined in the bid7.4.4 (D) On award of Contract the TM is to assign the core-cutting to such sub-vendors <strong>for</strong>which approval is to be given by the Purchaser.7.4.5 The laminations shall be free of all burrs and sharp projections. Each sheet shall have aninsulting coating resistant to the action of hot oil.7.4.6 The insulation structure <strong>for</strong> the core to bolts and core to clamp plates, shall be such as towithstand 2000 V DC voltage <strong>for</strong> one minute.7.4.7 The <strong>com</strong>pleted core and coil shall be so assembled that the axis and the plane of the outersurface of the core assemble shall not deviate from the vertical plane by more than 25mm.7.4.8 All steel sections used <strong>for</strong> supporting the core shall be thoroughly shot or sand blasted, aftercutting, drilling and welding.7.4.9 The finally assembled core with all the clamping structures shall be free from de<strong>for</strong>mati<strong>onan</strong>d shall not vibrate during operation.7.4.10 The core clamping structure shall be designed to minimize eddy current loss.7.4.11 The framework and clamping arrangements shall be securely earthed.7.4.12 The core shall be carefully assembled and rigidly clamped to ensure adequate mechanicalstrength.7.4.13 Oil ducts shall be provided, where necessary, to ensure adequate cooling inside the core. Thewelding structure and major insulation shall not obstruct the free flow of oil through suchducts.7.4.14 The design of magnetic circuit shall be such as to avoid static discharges, development ofshort circuit paths within itself or to the earth clamping structure and production of flux<strong>com</strong>ponent at right angle to the plane of the lamination, which may cause local heating. Thesupporting framework of the cores shall be so designed as to avoid the presence of pockets,which would prevent <strong>com</strong>plete emptying of the tank through the drain valve or cause trappingof air during filling.7.4.15 The construction is to be of boltless core type. The core shall be provided with lugs suitable<strong>for</strong> lifting the <strong>com</strong>plete core and coil assembly. The core and coil assemble shall be so fixedin the tank that shifting will not occur during transport or short circuits.7.4.16 The temperature gradient between core & surrounding oil shall be maintained less than20 deg. Centigrade. The manufacturer shall demonstrate this either through test (procurement to be mutually agreed) or by calculation.7.5 INTERNAL EARTHING7.5.1 All internal metal parts of the trans<strong>for</strong>mer, with the exception of individual laminations andtheir individual clamping plates shall be earthed.7.5.2 The top clamping structure shall be connected to the tank by a copper strap. The bottomclamping structure shall be earthed by one or more the following methods:a) By connection through vertical tie-rods to the top structure.45


) By direct metal to metal contact with the tank base.c) By a connection to the structure on the same side of the core as the main earth connectionto the tank.7.5.3 The magnetic circuit shall be connected to the clamping structure at one point only and thisshall be brought out of the top cover of the trans<strong>for</strong>mer tank through a suitably rated insulator.A disconnecting link shall be provided on trans<strong>for</strong>mer tank to facilitate disconnections fromground <strong>for</strong> IR measurement purpose.7.5.4 Coil clamping rings of metal at earth potential shall be connected to the adjacent coreclamping structure on the same side as the main earth connections.7.6 WINDING7.6.1 Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkageoccurs during service. Adjustable devices shall be provided <strong>for</strong> taking up possible shrinkagein service.7.6.2 All low voltage windings <strong>for</strong> use in the circular coil concentric winding shall be wound on aper<strong>for</strong>med insulating cylinder <strong>for</strong> mechanical protection of the winding in handling andplacing around the core.7.6.3 Winding shall not contain sharp bends which might damage the insulation or produce highdielectric stresses. No strip conductor wound on edge shall have width exceeding six times thethickness.7.6.4 Materials used in the insulation and assembly of the windings shall be insoluble, non catalyticand chemically inactive in the hot trans<strong>for</strong>mer oil and shall not soften or the otherwiseaffected under the operating conditions.7.6.5 Varnish application on coil windings may be given only <strong>for</strong> mechanical protection and not <strong>for</strong>improvement in dielectric properties. In no case varnish or other adhesive be used which willseal the coil and prevent evacuation of air and moisture and impregnation by oil.7.6.6 Winding and connections shall be braced to withstand shocks during transport or short circuit.7.6.7 Permanent current carrying joints in the windings and leads shall be welded or brazed.Clamping bolts <strong>for</strong> current carrying parts inside oil shall be made of oil resistant materialwhich shall not be affected by acidity in the oil steel bolts, if used, shall be suitably treated.7.6.8 Terminals of all windings shall be brought out of the tank through bushings <strong>for</strong> externalconnections.7.6.8.1 The <strong>com</strong>pleted core and coil assemble shall be dried in vacuum at not more than 0.5mm ofmercury absolute pressure and shall be immediately impregnated with oil after the dryingprocess to ensure the elimination of air and moisture within the insulation. Vacuum may beapplied in either vacuum over or in the trans<strong>for</strong>mer tank.7.6.8.2 The winding shall be so designed that all coil assembles of identical voltage ratings shall beinterchangeable and field repairs to the winding can be made readily without specialequipment. The coils shall have high dielectric strength.7.6.8.3 Coils shall be made of continuous smooth high grade electrolytic copper conductor, shapedand braced to provide <strong>for</strong> expansion and contraction due to temperature changes.7.6.8.4 Adequate barriers shall be provided between coils and core and between high and low voltagecoil. End turn shall have additional protection against abnormal line disturbances.46


7.6.8.5 The insulation of winding shall be designed to withstand voltage stress arising from surge intransmission lines due to atmospheric or transient conditions caused by switching etc.7.6.8.6 Tapping shall not be brought out from inside the coil or from intermediate turns and shall beso arranged as to preserve as far as possible magnetic balance of trans<strong>for</strong>mer at all voltageratios.7.6.8.7 Magnitude of impulse surges transferred from HV to LV windings by electro magneticinduction and capacitance coupling shall be limited to BILL of LV winding.7.6.8.8 The current density adopted in all winding shall not exceed 2.4 A/mm2. The total netcross sectional area of the strip conductors <strong>for</strong> calculating current density <strong>for</strong> eachwinding shall be obtained after deducting the copper area lost due to rounding up of thesharp edges at the rectangular conductors.7.7 INSULATING OIL7.7.1 The insulating oil <strong>for</strong> the trans<strong>for</strong>mer shall be of EHV grade, generally con<strong>for</strong>ming to IS: <strong>33</strong>5.No inhibitors shall be used in the oil.7.7.2 The quantity of oil required <strong>for</strong> the first filling of the trans<strong>for</strong>mer and its full <strong>specification</strong>shall be stated in the bid. The bidder shall quote the price of trans<strong>for</strong>mer <strong>com</strong>plete withall fittings, accessories and new trans<strong>for</strong>mer oil required <strong>for</strong> first filling plus 10% extraoil. The extra quantity of oil shall be supplied in non-returnable drums along with the oilrequired <strong>for</strong> the radiator banks.7.7.3 The design and materials used in the construction of the trans<strong>for</strong>mer shall be such as to reducethe risk of the development of acidity in the oil.7.7.4 The contractor shall warrant that oil furnished is in accordance with the following<strong>specification</strong>s.S.No Characteristic Requirement Method of Test01 Appearance The oil shall be clear &transparent & free fromsuspended matter or sediment02 Density at 20 0 C 0.89 g/cm 3 Max. IS:1448...... Kinematic Viscosity at 27 deg. 27 CST IS:1448C Max04 Interfacial tension at 27 0 C 0....... N/m IS:6104Min.05 Flash Point 136 0 C IS:144806 Pour Point Max. -6 0 C IS:144807 Nautralisation Value (Total 0....... mg KOH/gm IS:<strong>33</strong>5Acidity) Max.08 Electric strength Breakdown 72.5 KV IS:6792(voltage) Min.09 Dielectric dissipation factor tan 0....... Max IS:6262delta at 90 0 C10 Min specificresistance(resistively) at 90 0 C35X10 12 ohm cm (min.) IS:61......47A representative sample ofoil shall be examined in a100 mm thick layer atambient temp.


11 Oxidation stability12 Neutralization value after 0.40mg KOH/goxidation13 Total sludge after oxidation 0.10% by weight max.14 Presence of oxidation Inhibitor The oil shall not contain antioxidantIS:<strong>33</strong>5Additives.15 Water content Max: Less than 25ppm IS:23627.8 VALVESi) Valves shall be of <strong>for</strong>ged carbon steel upto 50mm size and of gun mental or of cast ironbodies with gun metal fittings <strong>for</strong> sizes above 50mm. They shall be of full way type withscrewed ends and shall be opened by turning counter clockwise when facing the hand wheel.There shall be no oil leakage when the valves are in closed position.ii) Each valve shall be provided with an indicator to show the open and closed positions andshall be provided with facility <strong>for</strong> padlocking in either open or closed position. All screwedvalves shall be furnished with pipe plugs <strong>for</strong> protection. Padlocks with duplicate keys shall besupplied along with the valves.iii) All valves except screwed valves shall be provided with flanges having machined faceddrilled to suit the applicable requirements, Oil tight blanking plates shall be provided <strong>for</strong> eachconnection <strong>for</strong> use when any radiator is detached and <strong>for</strong> all valves opening to atmosphere. Ifany special radiator valve tools are required the contractor shall supply the same.i) Each trans<strong>for</strong>mer shall be provided with following valves on the tank:a) Drain valve so located as to <strong>com</strong>pletely drain the tank & to be provided with lockingarrangement.b) Two filter valves on diagonally opposite corners of 50mm size & to be provided withlocking arrangement.c) Oil sampling valves not less than 8mm at top and bottom of main tank & to beprovided with locking arrangement.d) One 15mm air release plug.e) Valves between radiators and tank.Drain and filter valves shall be suitable <strong>for</strong> applying vacuum as specified in the <strong>specification</strong>s.7.9 ACCESSORIES7.9.1 Bushingi) All porcelain used in bushings shall be homogeneous, non-porous, uni<strong>for</strong>mly glazed tobrown colour and free from blisters, burns and other defects.ii) Stress due to expansion and contraction in any part of the bushing shall not lead todeterioration.iii) Bushing shall be designed and tested to <strong>com</strong>ply with the applicable standards.iv) Bushing rated <strong>for</strong> 400A and above shall have non-ferrous flanges and hardware.v) Fittings made of steel or malleable iron shall be galvanizedvi) Bushing shall be so located on the trans<strong>for</strong>mers that full flashover strength will be utilized.Minimum clearances as required <strong>for</strong> the BIL shall be realized between live parts and live partsto earthed structures.48


vii) All applicable routine and type tests certificates of the bushings shall be furnished <strong>for</strong>approval.viii) Bushing shall be supplied with bi-metallic terminal connector/ clamp/ washers suitable <strong>for</strong>fixing to bushing terminal and the PURCHASER’S specified conductors. The connector/clampshall be rated to carry the bushing rated current without exceeding a temperature rise of 55 0 Cover an ambient of 50 0 C. The connector/clamp shall be designed to be corona free at themaximum rated line to ground voltage.ix) Bushing of identical voltage rating shall be interchangeable.x) The insulation class of high voltage neutral bushing shall be properly coordinated with theinsulation class of the neutral of the low voltage winding.xi) Each bushing shall be so coordinated with the trans<strong>for</strong>mer insulation that all flashover willoccur outside the tank.7.9.2 Protection & Measuring Devicesi) Oil Conservator Tanka) The Conservator tank shall have adequate capacity between highest and lowest visible levelsto meet the requirement of expansion of the total cold oil volume in the trans<strong>for</strong>mer and coolingequipment.b) The conservator tank shall be bolted into position so that it can be remove <strong>for</strong> cleaningpurposes.c) The conservator shall be fitted with magnetic oil level gauge with low level electricallyinsulated alarm contact.d) Plain conservator fitted with silica gel breather.ii) Pressure Relief Device.The pressure relief device provided shall be of sufficient size <strong>for</strong> rapid release of any pressurethat may be generated in the tank and which may result in damage of the equipment. Thedevice shall operate at a static pressure of less than the hydraulic test pressure of trans<strong>for</strong>mertank. It shall be mounted direct on the tank. A pair of electrically insulated contract shall beprovided <strong>for</strong> alarm and tripping.iii) Buchholz RelayA double float type Buchholz relay shall be provided., Any gas evolved in the trans<strong>for</strong>mer shallcollect in this relay. The relay shall be provided with a test cock suitable <strong>for</strong> a flexible pipeconnection <strong>for</strong> checking its operation. A copper tube shall be connected from the gas collectorto a valve located about 1200 mm above ground level to facilitate sampling with thetrans<strong>for</strong>mer in service. The device shall be provided with two electrically independent potentialfree contracts, one <strong>for</strong> alarm on gas accumulation and the other <strong>for</strong> tripping on sudden rise ofpressure.iv) Temperature Indicatora) Oil Temperature Indicator (OTI)The trans<strong>for</strong>mers shall be provided with a mercury contact type thermometer with 150 mm dial<strong>for</strong> top oil temperature indication. The thermometer shall have adjustable, electricallyindependent potential free alarm and trip contacts. Maximum reading pointer and resetting49


device shall be mounted in the local control panel. A temperature sensing element suitablylocated in a pocket on top oil shall be furnished. This shall be connected to the OTI by meansof capillary tubing. Accuracy class of OTI shall be ± 1% or better. One No electrical contactcapable of operating at 5 A ac at 230 volt supply.b) Winding Temperature indicator(WTI)A device <strong>for</strong> measuring the hot spot temperature of the winding shall be provided. It shall<strong>com</strong>prise the following.i) Temperature sensing element.ii) Image Coil.iii) Mercury contacts.iv) Auxiliary CTS, If required to match the image coil, shall be furnished and mounted in thelocal control panel.v) 150mm dial local indicating instrument with maximum reading pointer mounted in localpanel and with adjustable electrically independent ungrounded contacts, besides that required<strong>for</strong> control of cooling equipment, one <strong>for</strong> high winding temperature alarm and on <strong>for</strong> trip.vi) Calibration device.vii) Two number electrical contact each capable of operating at 5 A ac at 230 Volt supply.7.9.3 Oil Preservation Equipment7.9.3.1 Oil SealingThe oil preservation shall be diaphragm type oil sealing in conservator to prevent oxidation andcontamination of oil due to contact with atmospheric moisture.The conservator shall be fitted with a dehydrating filter breather. It shall be so designed that.i) Passage of air is through a dust filter & Silica gel.ii) Silica gel is isolate from atmosphere by an oil seal.iii) Moisture absorption indicated by a change in colour of the crystals of the silica gel can beeasily observed from a distance.iv) Breather is mounted not more than 1400 mm above rail top level.7.10 MARSHALLING BOXi) Sheet steel, weather, vermin and dust proof marshalling box fitted with required glands,locks, glass door, terminal Board, heater with switch, illumination lamp with switch, watertighthinged and padlocked door of a suitable construction shall be provided with eachtrans<strong>for</strong>mer to ac<strong>com</strong>modate temperature indicators, terminal blocks etc. The box shall haveslopping roof and the interior and exterior painting shall be in accordance with the<strong>specification</strong>. Padlock along with duplicate keys shall be supplied <strong>for</strong> marshalling box. Thedegree of protection shall be IP-55 or better.ii) The schematic diagram of the circuitry inside the marshalling box be prepared and fixedinside the door under a prospone sheet.50


iii) The marshalling box shall ac<strong>com</strong>modate the following equipment:a)Temperature indicators.b) Space <strong>for</strong> ac<strong>com</strong>modating Control & Protection equipment in future <strong>for</strong> the cooling fan (<strong>for</strong>ONAF type cooling, may be provided in future).c) Terminal blocks and gland plates <strong>for</strong> in<strong>com</strong>ing and outgoing cables.All the above equipments except c) shall be mounted on panels and back of panel wiring shallbe used <strong>for</strong> inter-connection. The temperature indicators shall be so mounted that the dials arenot more than 1600 mm from the ground level and the door (s) of the <strong>com</strong>partment(s) shall beprovided with glazed window of adequate size. The trans<strong>for</strong>mer shall be erected on a plinthwhich shall be 2.5 feet above ground level.iii) To prevent internal condensation, a metal clad heater with thermostat shall be provided. Theheater shall be controlled by a MCB of suitable rating mounted in the box. The ventilationlouvers, suitably padded with felt, shall also be provided. The louvers shall be provided withsuitable felt pads to prevent ingress of dust.iv) All in<strong>com</strong>ing cables shall enter the kiosk from the bottom and the gland plate shall not beless than 450 mm from the base of the box. The gland plate and associated <strong>com</strong>partment shallbe sealed in suitable manner to prevent the ingress of moisture from the cable trench.v) The control connection, wiring etc. shall be as per Clause 3.15 of this <strong>specification</strong>.7.11 TAPCHANGER7.11.1 OFF-LOAD TAP-CHANGERSi The trans<strong>for</strong>mers shall be provided with Off-load Tapsii The Trans<strong>for</strong>mer with off-load tap changing gear shall have taps ranging from +5% to -10% in7 equal steps of 2.5% each on HV winding <strong>for</strong> voltage variationiii The tap changing switch shall be located in a convenient position so that it can be operatedfrom ground level. The switch handle shall be provided with locking arrangement along withtap position indication, thus enabling the switch to be locked in position7.12 FITTINGS AND ACCESSORIESThe following fittings and accessories shall be provided on the trans<strong>for</strong>mers:i) Conservator with isolating valves, oil filling hole with cap and drain valve. The conservatorvessel shall be filled with constant oil pressure diaphragm oil sealing system.ii)iii)iv)Magnetic type oil level gauge (150 mm dia) with low oil level alarm contacts.Prismatic/ toughened glass oil level gauge.Silica gel breather with oil seal and connecting pipe <strong>com</strong>plete with first fill of activated silicagel or Alumina mounted at a level of 1300 mm above ground level.v) A double float type Buchholz relay with isolating valve. Bleeding pipe and a testing cock, thetest cock shall be suitable <strong>for</strong> a flexible (pipe connection <strong>for</strong> checking its operation). A 5mmdia. Copper pipe shall be connected from the relay test cock to a valve located at a suitableheight above ground level to facilitate sampling of gas with the trans<strong>for</strong>mer in service.51


Interconnection between gas collection box and relay shall also be provided. The device shallbe provided with two electrically independent ungrounded contacts, one <strong>for</strong> alarm on gasaccumulation and the other <strong>for</strong> tripping on sudden oil surge. These contacts shall be wired uptotrans<strong>for</strong>mer marshalling box. The relay shall be provided with shut off valve on the conservatorside as well as on the tank side.vi)vii)viii)ix)Pressure relief devices (including pressure relief valve) and necessary air equalizer connectionbetween this and the conservator with necessary alarm and trip contacts.Air release plugs in the top cover.Inspection cover, access holes with bolted covers <strong>for</strong> access to inner ends of bushing etc.Winding temperature (hot spot) indicating device <strong>for</strong> local mounting <strong>com</strong>plete in all respects.Winding temperature indicator shall have two set of contacts to operate at different settings :a) To provide winding temperature high alarmb) To provide temperature too high tripx) Dial thermometer with pocket <strong>for</strong> oil temperature indicator with one set of alarm and one set oftrip contacts and maximum reading pointer.xi)xii)xiii)xiv)xv)xvi)xvii)xviii)xix )xx)xxi)xxii)Lifting eyes or lugs <strong>for</strong> the top cover, core and coils and <strong>for</strong> the <strong>com</strong>plete trans<strong>for</strong>mer.Jacking padsHaulage lugs.Protected type mercury / alcohol in glass thermometer and a pocket to house the same.Top and bottom filter valves on diagonally opposite ends with pad locking arrangement on bothvalves.Top and bottom sampling valves.Drain valve with pad locking arrangementRating and connection diagram plate.Two numbers tank earthing terminals with associated nuts and bolts <strong>for</strong> connections topurchaser’s grounding strip.Bi-directional flagged rollers with locking and bolting device.Marshalling Box (MB)Shut off valve on both sides of flexible pipe connections between radiator bank and trans<strong>for</strong>mertank.xxiii) Cooling Accessories :a) Requisite number of radiators provided with :-- One shut off valve on top- One shut off valve at bottom- Air release device on top- Drain and sampling device at bottom- Lifting lugs.52


xxiv)xxv)xxvi)xxvii)b) Air release device and oil drain plug on oil pipe connectors :Terminal marking plates <strong>for</strong> Current Trans<strong>for</strong>mer and Main Trans<strong>for</strong>merOff- Load Tap ChangerOil Preservation EquipmentOil Temperature indicatorNote : (i) The fittings listed above are indicative and any other fittings which are generally required<strong>for</strong> satisfactory operation of the trans<strong>for</strong>mer are deemed to be included in the quoted priceof the trans<strong>for</strong>mer.(ii)The contacts of various devices required <strong>for</strong> alarm and trip shall be potential free andshall be adequately rated <strong>for</strong> continuous, making and breaking current duties as specified.7.13 CONTROL CONNECTIONS AND INSTRUMENT AND WIRING TERMINALBOARD AND FUSESi) Normally no fuses shall be used anywhere instead of fuses MCB’s (both in AC & DC circuits)shall be used. Only in cases where a MCB cannot replace a fuse due to system requirements, aHRC fuse can be accepted.ii)iii)iv)All wiring connections, terminal boards, fuses MCB’s and links shall be suitable <strong>for</strong> tropicalatmosphere. Any wiring liable to be in contact with oil shall have oil resisting insulation andthe bare ends of stranded wire shall be sweated together to prevent seepage of oil along thewire.Panel connections shall be neatly and squarely fixed to the panel. All instruments and panelwiring shall be run in PVC or non-rusting metal cleats of the <strong>com</strong>pression type. All wiring to apanel shall be taken from suitable terminal boards.Where conduits are used, the runs shall be laid with suitable falls, and the lowest parts of therun shall be external to the boxes. All conduit runs shall be adequately drained and ventilated.Conduits shall not be run at or below ground level.v) When 400 volt connections are taken through junction boxes or marshalling boxes, they shallbe adequately screened and 400 volts Danger Notice must be affixed to the outside of thejunction boxes or marshalling box. Proper colour code <strong>for</strong> Red, Yellow, Blue wires shall befollowed.vi)vii)viii)ix)All box wiring shall be in accordance with relevant ISS. All wiring shall be of stranded copper(48 strands ) of 1100 Volt grade and size not less than 2.5 sq.mmAll wires on panels and all multi-core cables shall have ferrules, <strong>for</strong> easy identifications, whichbear the same number at both ends, as indicated in the relevant drawing.At those points of interconnection between the wiring carried out by separate contractors,where a change of number can not be avoided double ferrules shall be provided on each wire.The change of numbering shall be shown on the appropriate diagram of the equipment.The same ferrule number shall not be used on wires in different circuits on the same panels.x) Ferrules shall be of white insulating material and shall be provided with glossy finish to preventthe adhesion of dirt. They shall be clearly and durably marked in black and shall not be affectedby dampness or oil.xi)Stranded wires shall be terminated with tinned Ross Courtney terminals, claw washers orcrimped tubular lugs. Separate washers shall be suited to the size of the wire terminated.53


Wiring shall, in general, be ac<strong>com</strong>modated on the sides of the box and the wires <strong>for</strong> each circuitshall be separately grouped. Back of panel wiring shall be arranged so that access to theconnecting items of relays and other apparatus is not impeded.xii)xiii)xiv)xv)All circuits in which the voltage exceeds 125 volts, shall be kept physically separated from theremaining wiring. The function of each circuit shall be marked on the associated terminalboards.Where apparatus is mounted on panels, all metal cases shall be separately earthed by means ofstranded (48 No.) copper wire of strip having a cross section of not less than 2 sq. mm wherestrip is used, the joints shall be sweated. The copper wire shall have green coloured insulation<strong>for</strong> earth connections.All wiring diagram <strong>for</strong> control and relay panel shall preferably be drawn as viewed from theback and shall show the terminal boards arranged as in services.Terminal block rows should be spaced adequately not less than 100 mm apart to permitconvenient access to external cables and terminations.xvi) Terminal blocks shall be placed with respect to the cable gland ( at a minimum distance of 200mm) as to permit satisfactory arrangement of multicore cable tails .xvii)xviii)xix)xx)xxi)Terminal blocks shall have pairs of terminals <strong>for</strong> in<strong>com</strong>ing and outgoing wires. Insulatingbarriers shall be provided between adjacent connections. The height of the barriers and thespacing between terminals shall be such as to give adequate protection while allowing easyaccess to terminals. The terminals shall be adequately protected with insulating dust proofcovers. No live metal shall be exposed at the back of the terminal boards. CT terminals shallhave shorting facilities. The terminals <strong>for</strong> CTs should have provision to insert banana plugs andwith isolating links.All interconnecting wiring, as per the final approved scheme between accessories oftrans<strong>for</strong>mer and marshalling box is included in the scope of this <strong>specification</strong> and shall be doneby the Trans<strong>for</strong>mer supplier.The schematic diagram shall be drawn and fixed under a transparent prospane sheet on theinner side of the marshalling box cover.To avoid condensation in the Marshalling Box, a space heater shall be provided with an MCBand thermostat.Suitable MV, CFL light shall be provided in the Marshalling Box <strong>for</strong> lightning purpose.7.14 RADIO INTERFERENCE AND NOISE LEVELTrans<strong>for</strong>mers shall be designed with particular care to suppress at least the third and fifthharmonic voltages so as to minimise interference with <strong>com</strong>munication circuits. Trans<strong>for</strong>mernoise level when energised at normal voltage and frequency shall be as per NEMA stipulations.8 INSPECTION AND TESTING(i)(ii)(iii)The Contractor shall carry out a <strong>com</strong>prehensive inspection and testing programme duringmanufacture of the trans<strong>for</strong>mer. An indicative in inspection is given under Clause No. 4.1. Thisis, however, not intended to <strong>for</strong>m a <strong>com</strong>prehensive programme as it is contractor’sresponsibility to draw up and carry out such a programme duly approved by the purchaser.The contractor shall carry out type tests and routine tests on the trans<strong>for</strong>mers.Only one no of trans<strong>for</strong>mer of each rating will be subjected to type test. The charges <strong>for</strong>conducting each of type tests shall be included in the bid price and no separate type test chargesshall be paid. The Purchaser reserves the right to conduct any or all type tests at CPRI/ National54


Govt. Approved Laboratory, if the type tests were not conducted earlier on trans<strong>for</strong>mers of thesame rating and design.(iv)(v)(vi)(vii)The pre-shipment checks shall also be carried out by the contractor.The requirements on site tests are as listed in the <strong>specification</strong>s.Certified test report and oscillograms shall be furnished to the Purchaser Consultants <strong>for</strong>evaluation as per the schedule of distribution of documents. The Contractor shall also evaluatethe test results and rectify the defects in the equipment based on his and the Purchaser’sevaluations of the tests without any extra charges to the Purchaser. Manufacturer’s TestCertificates in respect of all associated auxiliary and ancillary equipment shall be furnished.The bidder shall state in his proposal the testing facilities available at his works. In case fulltesting facilities are not available, the bidder shall state the method proposed to be adopted soas to ascertain the trans<strong>for</strong>mer characteristics corresponding to full capacity.8.1 INSPECTIONi) Tank and Conservatora) Inspection of major weld.b) Crack detection of major strength weld seams by dye penetration test.c) Check correct dimensions between wheels, demonstrate turning of wheels, through 90 0 andfurther dimensional check.d) Leakage test of the conservator.ii)iii)Corea) Sample testing of core materials <strong>for</strong> checking specific loss, properties, magnetizationcharacteristics and thickness.b) Check on the quality of varnish if used on the stampings.c) Check on the amount of burrs.d) Visual and dimensional check during assembly stage.e) Check on <strong>com</strong>pleted core <strong>for</strong> measurement of iron loss, determination of maximum fluxdensity,f) Visual and dimensional checks <strong>for</strong> straightness and roundness of core, thickness of limbsand suitability of clamps.g) High voltage DC test (2 KV <strong>for</strong> one minute ) between core and clamps.Insulating Materiala) Sample check <strong>for</strong> physical properties of materials.b) Check <strong>for</strong> dielectric strengthc) Check <strong>for</strong> the reaction of hot oil on insulating materials.iv)Windinga) Sample check on winding conductor <strong>for</strong> mechanical and electrical conductivity.b) Visual and dimensional checks on conductor <strong>for</strong> scratches, dent mark etc.c) Sample check on insulating paper <strong>for</strong> PH value, electric strength.d) Check <strong>for</strong> the bonding of the insulating paper with conductor.e) Check and ensure that physical condition of all materials taken <strong>for</strong> windings is satisfactoryand free of dust.f) Check <strong>for</strong> absence of short circuit between parallel strands.v) Checks Be<strong>for</strong>e Drying Process55


a) Check condition of insulation on the conductor and between the windings.b) Check insulation distance between high voltage connections, between high voltageconnection cables and earth and other live parts.c) Check insulating distances between low voltage connections and earth and other parts.d) Insulating test <strong>for</strong> core earthing.vi)Check During Drying Processa) Measurement and recording of temperature and drying time during vacuum treatment.b) Check <strong>for</strong> <strong>com</strong>pleteness of dryingvii)Assembled Trans<strong>for</strong>mera) Check <strong>com</strong>pleted trans<strong>for</strong>mer against approved outline drawing, provision <strong>for</strong> all fittings,finish level etc.b) Jacking test on the assembled Trans<strong>for</strong>mer.viii)OilAll standard tests in accordance with IS: <strong>33</strong>5 shall be carried out on Trans<strong>for</strong>mer oil samplebe<strong>for</strong>e filling in the trans<strong>for</strong>mer.ix)Test Report <strong>for</strong> bought out itemsThe contractor shall submit the test reports <strong>for</strong> all bought out / sub contracted items <strong>for</strong>approval.a) Buchholz relayb) Sudden pressure rise relay on Main Tankc) Winding temperature indicators (<strong>for</strong> TX capacity 5 MVA )d) Oil temperature indicatorse) Bushingsf) Bushing current trans<strong>for</strong>mers in neutral (If Provided)g) Marshalling boxh) Off Load Tap changeri) Any other item required to <strong>com</strong>plete the works.j) Porcelain, bushings, bushing current trans<strong>for</strong>mers, wherever provided, winding coolers,control devices, insulating oil and other associated equipment shall be tested by thecontractor in accordance with relevant IS . If such requirement is purchased by thecontractor on a sub-contract, he shall have them tested to <strong>com</strong>ply with these requirements.8.2 FACTORY TESTSi) All standards routine tests in accordance IS: 2026 with dielectric tests corresponding as perlatest amendments to IS: 2026 shall be carried out.ii) All auxiliary equipment shall be tested as per the relevant IS. Test certificates shall besubmitted <strong>for</strong> bought out items.iii) High voltage withstand test shall be per<strong>for</strong>med on auxiliary equipment and wiring after<strong>com</strong>plete assembly.iv) Following additional routine tests shall also be carried out on each trans<strong>for</strong>mer:a) Magnetic Circuit TestEach core shall be tested <strong>for</strong> 1 minute at 2000 Volt DC56


8.2.1 Type Testb) Oil leakage test on trans<strong>for</strong>merThe trans<strong>for</strong>mer shall be subjected to the following type tests particularly Short circuit andImpulse withstand tests at CPRI/ National Govt. approved Laboratory at the discretion of thePurchaser, if these tests were not conducted on the trans<strong>for</strong>mers of the offered design and ratingat the cost of the manufacturer.(1) Tan delta measurement and capacitance of each winding to earth (with all other windingsearthed) & between all windings connected together to earth.(2) Measurement of Zero sequence impedance.(3) Temperature Rise Test(4) Short Circuit Test(5) Tank Vacuum test(6) Tank Pressure Test(7) Lightning impulse withstand test <strong>for</strong> line and neutral terminal.(8) Measurement of acoustic noise level.The above type tests will be conducted by the supplier at their own cost, if the design/ testresult of the type- tested trans<strong>for</strong>mer differs from those of the offered trans<strong>for</strong>mer as per theirbid.8.2.2 STAGE INSPECTIONThe supplier shall offer the core, windings and tank of each trans<strong>for</strong>mer <strong>for</strong> inspection by thepurchaser’s representative(s). During stage Inspection, all the measurements like diameter,window height, leg centre, stack width, stack thickness, thickness of laminations etc. <strong>for</strong> coreassembly, conductor size, Insulation thickness, I.D., O.D, winding height, major and minorinsulations <strong>for</strong> both H.V and L.V windings, length, breadth, height and thickness of plates ofTrans<strong>for</strong>mer tank, the quality of fittings and accessories will be taken / determined. Thesupplier can offer <strong>for</strong> final inspection of the trans<strong>for</strong>mers subject to clearance of the stageInspection report by the purchaser.8.2.3 Routine TestsTrans<strong>for</strong>mer routine tests shall include tests stated in latest issue of IS: 2026 (Part –1). Thesetests shall also include but shall not be limited to the following :(i)(ii)(iii)(iv)(v)Measurement of winding DC resistance.Voltage ratio on each tapping and check of voltage vector relationship.Impedance voltage at all tappings.Magnetic circuit test as per relevant ISS or CBIP manual or latest standard being followed.Measurement of Load losses at normal tap and extreme taps.(vi) No load losses and no load current at rated voltage and rated frequency, also at 25% to 120 %of rated voltage in steps.(vii)(viii)Absorption index i.e insulation resistance <strong>for</strong> 15 seconds and 60 seconds ( R 60/ R 15 ) andpolarization index i.e Insulation Resistance <strong>for</strong> 10 minutes and one minute (R 10 mt / R 1 mt).Induced over voltage withstand test.57


(ix)(x)(xi)(xii)(xii)(xiv)Separate source voltage withstand test.Tan delta measurement and capacitance of each winding to earth (with all other windingsearthed) & between all windings connected together to earth.Measurement of zero sequence impedanceTests on off- load tap changer ( fully assembled on trans<strong>for</strong>mer ) as per IEC : 214/ 1976 andBS: 4571/ 1970.Auxiliary circuit testsOil BDV tests(xv)(xvi)(xvii)Measurement of neutral unbalance current which shall not exceed 2% of the full rated currentof the trans<strong>for</strong>mer.Magnetic balance testLeakage test.Six (6) set of certified test reports and oscillographs shall be submitted <strong>for</strong> evaluation prior todispatch of the equipment. The contractor shall also evaluate the test results and shall correctany defect indicated by his and Purchaser’s evaluation of the tests without charge to thePurchaser.8.4 TANK TESTSa) Oil leakage Test :The tank and oil filled <strong>com</strong>partments shall be tested <strong>for</strong> oil tightness <strong>com</strong>pletely filled with airor oil of viscosity not greater than that of insulating oil con<strong>for</strong>ming to IS : <strong>33</strong>5 at the ambienttemperature and applying a pressure equal to the normal pressure plus 35 KN/ m 2 measured atthe base of the tank. The pressure shall be maintained <strong>for</strong> a period of not less than 12 hours ofoil and one hour <strong>for</strong> air and during that time no leak shall occur.b) Pressure TestWhere required by the Purchaser, one trans<strong>for</strong>mer tank of each size together with its radiator,conservator vessel and other fittings shall be subjected to a pressure corresponding to twice thenormal head of oil or to the normal pressure plus 35 KN / m 2 whichever is lower, measured atthe base of the tank and maintained <strong>for</strong> one hour.c) Vacuum TestOne trans<strong>for</strong>mer tank of each size shall be subjected to the vacuum pressure of 60 mm ofmercury. The tanks designed <strong>for</strong> full vacuum shall be tested at an internal pressure of 3.<strong>33</strong>KN/m 2 (25 mm of mercury) <strong>for</strong> one hour. The permanent deflection of flat plates after thevacuum has been released shall not exceed the value specified in C.B.I.P. Manual onTrans<strong>for</strong>mers (Revised 1999) without affecting the per<strong>for</strong>mance of the trans<strong>for</strong>mer.8.5 PRE-SHIPMENT CHECK AT MANUFACTURERS WORKSi) Check <strong>for</strong> proper packing and preservation of accessories like radiators, bushings, explosionsvent, dehydrating breather, rollers, buchholz relay, control cubicle connecting pipes andconservator etc.ii)Check <strong>for</strong> proper provision of bracing to arrest the movement of core and winding assemblyinside the tank.iii) Gas tightness test to con<strong>for</strong>m tightness.8.6 INSPECTION AND TESTING AT SITE58


The Engineer authorized from CESU along with the contractor’s site engineer shall carry outdetailed inspection covering areas right from the receipt of material up to <strong>com</strong>missioning stage.An indicative program of inspection as envisaged by the Engineer is given below.8.6.1 Receipt and Storage Checksi) Check and record conditions of each package visible parts of the trans<strong>for</strong>mers etc <strong>for</strong> anydamage.ii)iii)Check and record the gas pressure in the trans<strong>for</strong>mer tank as well as in the gas cylinder.Visual check of core and coils be<strong>for</strong>e filling up with oil and also check condition of core andwinding in general.8.6.2 Installation Checksi) Inspection and per<strong>for</strong>mance testing of accessories like tap changers etc.ii)iii)iv)Check choking of the tubes of radiatorsTest on oil samples taken from main tank top and bottom and cooling system. Samples shouldbe taken only after the oil has been allowed to settle <strong>for</strong> 24 hours.Check the whole assembly <strong>for</strong> tightness, general appearance etc.v) Oil leakage tests.8.6.3 Pre-Commissioning TestsAfter the trans<strong>for</strong>mer is installed, the following pre-<strong>com</strong>missioning tests and checks shall bedone be<strong>for</strong>e putting the trans<strong>for</strong>mer in service.i) Dry out testii)iii)iv)Megger TestDC Resistance measurement of windingsRatio test on all tapsv) Phase relationship test ( Vector grouping test )vi)vii)viii)ix)Buchholz relay alarm & surge operation testLow oil level ( in conservator ) alarmTemperature IndicatorsMarshalling kioskx) Protective relaysxi)xii)Magnetising currentTests on OLTC8.6.4 The following additional checks shall be made :i) All oil valves are incorrect position closed or opened as requiredii)iii)iv)All air pocket are cleared.Thermometer pockets are filled with oil.Oil is at correct level in the bushing, conservator, diverter switch & tank etc.v) Earthing connections are made.59


vi)vii)Viii)Colour of Silica gel is blue.Bushing arcing horn is set correctly and gap distance is recorded.C T polarity and ratio is correct.8.7 PERFORMANCEThe per<strong>for</strong>mance of the trans<strong>for</strong>mer shall be measured on the following aspects.i) The trans<strong>for</strong>mer shall be capable of being operated without danger on any tapping at the ratedKVA with voltage variations and ± 10% corresponding to the voltage of the tappingii)iii)Radio interference and Noise LevelThe trans<strong>for</strong>mer shall be designed with particular attention to the suppression of third and fifthharmonics so as to minimize interference with <strong>com</strong>munication circuits.8.8 FAULT CONDITIONSa) The trans<strong>for</strong>mer shall be capable of withstanding <strong>for</strong> two(2) seconds without damages anyexternal short circuit to earthb) Trans<strong>for</strong>mer shall be capable of withstanding thermal and mechanical stresses conveyed bysymmetrical or asymmetrical faults on any winding. This shall be demonstrated throughcalculation as per IS : 2026.c) Trans<strong>for</strong>mer shall accept, without injurious heating, <strong>com</strong>bined voltage and frequencyfluctuation which produce the 125% over fluxing condition <strong>for</strong> one minute and 140% <strong>for</strong> 5seconds.Certified test report and oscillograms shall be furnished to the Purchaser /Consultant <strong>for</strong>evaluation as per the schedule of distribution of documents. The Contractor shall also evaluatethe test results and rectify the defects in the equipment based on his and the Purchaser’sevaluations of the tests without any extra charges to the Purchaser. Manufacturer’s TestCertificates in respect of all associated auxiliary and ancillary equipment shall be furnished.The bidder shall state in his proposal the testing facilities available at his works. In case fulltesting facilities are not available, the bidder shall sate the method proposed to be adopted so asto ascertain the trans<strong>for</strong>mer characteristics corresponding to full capacity testing.8.9 WITNESSING OF TESTS AND EXCESSIVE LOSSESi) The purchaser and or his representative reserve the right to witness any or all test or to accordwaival at its sole discretion.ii)The Purchaser reserves the right to reject the Trans<strong>for</strong>mer if losses exceed the maximumspecified as per Clause No 2. SPECIFIC TECHNICAL REQUIREMENTS (STANDARDCONDITIONS), item-35 & 36 of this <strong>specification</strong> or if temperature rise of oil and windingexceed the values specified at item -26 of the above clause.60


9 LIQUIDATED DAMAGES FOR EXCESSIVE LOSSES9.1 LOSSES:-Sl.NoSpecification No.Trans<strong>for</strong>merRatingMaximum NoLoad Loss inKwMaximumCopper Loss inKw1 CESU / MR/…208../ 2011-12 <strong>33</strong>/11 KV, 5 MVA 3.6 21N.B : There shall be no positive tolerance to above losses. Capitalization of lossesshall not be factored in the <strong>com</strong>parative statement <strong>for</strong> selection of vendors.10.1 SPARE PARTSIn case the manufacturer goes out of production of spare parts, then he shall make available thedrawings of spare parts and <strong>specification</strong> of materials at no extra cost to the Purchaser tofabricate or procure spare parts from other sources.Mandatory Spare PartsThe suppliers shall provide the following mandatory spare s <strong>for</strong> each of Trans<strong>for</strong>mer supplied1. H.V. & L.V. Bushing & Studs –Each 2 Nos2. Bimetallic connector <strong>for</strong> H.V & L.V. Bushings – Each 2 sets10.2 INSTRUCTION MANUALEight sets of the instruction manuals shall be supplied at least four (4) weeks be<strong>for</strong>e the actualdispatch of equipment. The manuals shall be in bound volumes and shall contain all thedrawings and in<strong>for</strong>mation required <strong>for</strong> erection, operation and maintenance of the trans<strong>for</strong>mer.The manuals shall include amongst other, the following particular:a) Marked erection prints identifying the <strong>com</strong>ponents, parts of the trans<strong>for</strong>mer as dispatchedwith assembly drawings.b) Detailed dimensions, assembly and description of all auxiliaries.c) Detailed views of the core and winding assembly, winding connections and tapings tapchanger construction etc. These drawings are required <strong>for</strong> carrying out overhauling operation atsite.d) Salient technical particulars of the trans<strong>for</strong>mer.e) Copies of all final approved drawings.f) Detailed O&M instructions with periodical check lists and Per<strong>for</strong>ma etc.10.3 COMPLETENESS OF EQUIPMENTAll fittings and accessories, which may not be specifically mentioned in the <strong>specification</strong> butwhich are necessary <strong>for</strong> the satisfactory operation of the trans<strong>for</strong>mer, shall be deemed to beincluded in the <strong>specification</strong> and shall be furnished by the supplier without extra charges. Theequipment shall be <strong>com</strong>plete in all details whether such details are mentioned in the<strong>specification</strong> or not, without any financial liability to the Purchaser under any circumstances.11.0TOOLS AND TACKLESAll the necessary tools and tackles required <strong>for</strong> normal operation & maintenance of thetrans<strong>for</strong>mers shall be supplied by the Contractor61


12.0COMMISSIONINGThe equipments shall be <strong>com</strong>missioned as per CBIP manual, IS: 10028 and manufacturer’sre<strong>com</strong>mendations. All the related drawings and manuals shall be pre-requisite <strong>for</strong> release offinal payment.13.0 NON COMPLIANCE SCHEDULEOn this schedule the bidder shall provide a list of non <strong>com</strong>pliance with this <strong>specification</strong>,documenting the effects that such non <strong>com</strong>pliance is likely to have on the equipment’s life andoperating characteristics & other Commercial Terms as per Technical & Commercial DeviationFormats enclosed at Annexure VI (A) & VI (B) at Section V of this Tender Document. EachNon Compliance shall refer to the relevant clause of the <strong>specification</strong>.Where there are no deviations from <strong>specification</strong>s, the bidder shall so indicate by stating “Nodeviations” in this schedule.14.0 TEST CERTIFICATES SCHEDULEOn this schedule a list of the test certificates included with the bid shall be provided. The listshould include type test certificates and sample routine test reports. Each certificate listed shallbe referred to the relevant <strong>specification</strong> clause and item of equipment to which the test applies.Clause No.Type Test Certificate or Routine test Report62


SECTION –VLIST OF ANNEXURES( SCHEDULES AND FORMATS )63


Annexure – ICENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSAIDCO TOWERS (2nd Floor), Jana path, Bhubaneswar-751 022Phone: 2545681 , 2542895 Fax : 0674- 2543125ABSTRACT OF GENERAL TERMS AND CONDITIONS(For supply of 5MVA Power trans<strong>for</strong>mers)1. Whether the bidder is a Manufacturer & furnished relevant documents: Yes / No2. Required Earnest Money Furnished:- A) Bank Draft3. Whether CPRI Type test certificates enclosed with the bid: Yes / No4. Manufacturer’s past supply experienceincluding user’s certificate furnished or not: -Yes / No5. Audited annual reports <strong>for</strong> the last 3 years furnished or not: Yes / No6. Deviation to the <strong>specification</strong> , if any(List enclosed or not):-Yes / No7. Whether agreed to CESU’s Delivery schedule: Yes / NoIf agreed,a) Date of <strong>com</strong>mencementb) Rate of delivery per month8. Whether agreed to CESU’s Guarantee clause:- Yes / No9. Whether agreed <strong>for</strong> 180 days’ validity period of Prices Yes / No10. Whether the Prices are FIRM? Yes / No11. Whether agreed to furnish security deposit in shape ofB.G. encashable at Bhubaneswar in case his tender is successful: -Yes / No12. Whether agreed to penalty <strong>for</strong> delayed delivery: - Yes / No13. Whether agreed to CESU’s standard terms of payment or not: Yes / No14. Valid ITCC & STCC furnished or not: Yes / NoSignature of the bidderWith seal of <strong>com</strong>panyThis <strong>for</strong>m is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the Part-Iof tender.64


ANNEXURE – IIPROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT ANDPERFORMANCEThis Guarantee Bond is executed this ____ day of ___________________________ 20.. by us the_____________________________________________________ Bank at ___________________P.O.__________ P.S. ____________Dist ________________ State __________( indicate designation of purchaser )Whereas the CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA , Head Office - IDCO Towers (2 ndFloor ) , Bhubaneswar – 751 022 a Body corporate , constituted under the Electricity Act, 2003 (here in aftercalled “the CESU”) has placed Purchase Order No._________ Dt.___________ (hereinafter called “theAgreement”) with M/s_________________ _________________________ (hereinafter called “the Contractor”)<strong>for</strong> supply of ________________ (name of the material) and whereas CESU has agreed (1) to exempt theContractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as perthe said agreement and (3) to exempt from per<strong>for</strong>mance guarantee on furnishing by the Contractor to the CESU a<strong>com</strong>posite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.1. Now, there<strong>for</strong>e, in consideration of the CESU having agreed (1) to exempt the Contractor <strong>for</strong> makingpayment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishingper<strong>for</strong>mance guarantee in terms of the said Agreement as a<strong>for</strong>esaid, we the ____________________ Bank,Address ____________________________ (code No. ________) (hereinafter referred to as “the Bank”) dohereby undertake to pay to the CESU an amount not exceeding Rs._____________ (Rupees_______________________________ ) only against any loss or damage caused to or suffered by the CESU byreason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.2. We, the ______________________ Bank do hereby undertake to pay the amounts due and payable underthe guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due byway of loss or damage caused to or suffered by CESU by reason of any breach by the said Contractor(s) of any ofthe terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’sfailure to per<strong>for</strong>m the said Agreement. Any such demand made on the Bank shall be conclusive as regards theamount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall berestricted to an amount not exceeding Rs.___________ (Rupees_________________________________________ ) only.3. We, the ________________________ Bank also undertake to pay to the CESU any money so demandednot withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pendingbe<strong>for</strong>e any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable.The payment so made by us under this bond shall be valid discharge of our liability <strong>for</strong> payment thereunder and the Contractor(s) shall have no claim against us <strong>for</strong> making such payment.4. We, the _________________________ Bank further agree that the guarantee herein contain shallremain in full <strong>for</strong>ce and affect during the period that would be taken <strong>for</strong> the per<strong>for</strong>mance of the said Agreementand it shall continue to remain in <strong>for</strong>ce endorsable till all the dues of the CESU under by virtue of the saidAgreement have been fully paid and its claim satisfied or discharged or till CENTRAL ELECTRICITY SUPPLYUTILITY OF ORISSA certifies that the terms and conditions of the said Agreement have been fully and properlycarried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by usduring the validity of the guarantee period.Unless a demand or claim under this guarantee is made on us or with_________________________________________________ (Local Bank Name, address and code No.)_________________________________________________, Bhubaneswar in writing on or be<strong>for</strong>e__________________ (date) we shall be discharged from all liability under this guarantee thereafter.Contd : - P/ 265


- P/ 2 -5. We, the _________________________ Bank further agree that the CESU shall have the fullest libertywithout our consent and without affecting in any manner our obligations hereunder to vary any of the terms andconditions of the said Agreement or to extend time of per<strong>for</strong>mance by the said Contractor(s) and we shall not berelieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or<strong>for</strong> any <strong>for</strong>bearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s)or by any such matter or thing whatsoever which under the law relating to sureties would but <strong>for</strong> this provisionshave effect of so relieving us.6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and orContractor(s).7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during itscurrency except with the previous consent of the CESU in writing.Dated ___________ the __________ day of Two thousand _________ .Not withstanding anything contained herein above.Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees ___________________________________________________________________________ ) only.The Bank Guarantee shall be valid up to _____________________ only.We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amountdepending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve uponus or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch atBhubaneswar on or be<strong>for</strong>e Dt.__________ otherwise bank shall be discharged of all liabilities under thisguarantee thereafter.N.B.:(1) Name of the Contractor:For _____________________________________( indicate the name of the Bank )(2) No. & date of the purchase order / agreement:(3) Amount of P.O.:(4) Name of Materials:(5) Name of the Bank:(6) Amount of the Bank Guarantee:(7) Name, Address and Code No. of the Local Branch:(8) Validity period or date up to which the agreement is valid:(9) Signature of the Constituent Authority of the Bank with seal:(10) Name & addresses of the Witnesses with signature:(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.66


Annexure- IIIPrice Schedule <strong>for</strong> 5 MVA, <strong>33</strong>/11 KV Power Trans<strong>for</strong>mer Offered as per Tender Specification No. CESU /P&S/MR/ 208. /2011-12Name of Bidder ___________________________________ Page.___________________________ of ________________.1 2 3 4Tender Specn. No Item Description Unit QuantityUnit Ex-WorksPrice includingpacking &<strong>for</strong>wardingcharges (In Rs.)Price <strong>for</strong> each unitUnit Excise Unit SalesDuty with Tax/ VATcess (in Rs.) (in Rs.)5Unit freight &insurance andother local costsincidental todelivery (in Rs.)UnitEntryTax, ifany( inRs.)6Unit LandingPrice( in Rs./in words)(a) (b) (c) (d) (e) f=(a+b+c+d+e)CESU/P&S/MR/ 208./2011-125 MVA, <strong>33</strong>/11KV PowerTrans<strong>for</strong>mer(With 10% extraTrans<strong>for</strong>mer Oil)Nos. 06Signature of Bidder with <strong>com</strong>pany seal ______________________________________________Note: 1) In case of discrepancy between unit price and total, the unit price shall prevail.1) The firms may submit Price bids <strong>for</strong> the destination stores of CESU.2) Any column left blank/nil shall be considered as included in the Unit landing Price & the same shall beborne by the bidder.3) Bidders shall quote the applicable rate of Taxes & Duties in the price schedule.67


Tender Specification No. CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mers)ANNEXURE – IVTECHNICAL DATA SCHEDULE FOR 5 MVA, <strong>33</strong>/11KV TRANSFORMERSl.NO.DESCRIPTION Unit Specified Bidder's Offer1 2 3 41 Name and address of the Manufacturer5 6a) Trans<strong>for</strong>merb) HV & LV Bushingsc) Bimetallic connectorsd) Trans<strong>for</strong>mer Oile) Off Load/ On load tap changerf) Instruments2 Service ( Indoor / Outdoor ) Outdoor3Normal continuous rating in KVA under siteconditions at all taps :KVAa) HV winding (KVA) KVA 5000b) LV winding (KVA) KVA 50004 Rated Voltagea) HV winding (KV ) KV <strong>33</strong>b) LV winding (KV) KV 115 Rated frequency (Hz) Hz 506 No. of phases 37 Type of trans<strong>for</strong>mer Conventional Power Trans<strong>for</strong>mer8 Connectionsa) HV winding Deltab) LV winding Star9 Connections symbolsa) HV – LV Dyn1110 Tappingsa) Range + 5% to - 10%b) Number of steps 7Position of tapping on HT winding <strong>for</strong>c)high voltage variation11 Reference ambient temperaturesa) Maximum ambient air temperature ( 0 C)b)Maximum daily average ambienttemperature ( 0 C)0 C 50 0 C0 C 35 0 C68


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiedc) Minimum ambient air temperature ( 0 C)0 C 5 °CBidder's Offer12d)Maximum yearly weighted averageambient temperature ( 0 C)Maximum temperature rise over ambienttemperaturea) In oil by thermometer ( 0 C)b)In winding by resistance measurement( 0 C)c)Limit <strong>for</strong> hot spot temperature <strong>for</strong> whichthe trans<strong>for</strong>mer is designed (º C)d)e)Type and details of winding hot spottemperature detector ( 0 C)Temperature gradient between windingsand oil ( 0 C)0 C 32 °C0 C 35 °C0 C40 °C0 C 90 °C (as per Is 2026)0 C0 CWTI with 150 mm dia dial typeinstrument .temp. sensing element imagecoil , auxiliary CT, 2 nos of contacts ofhigh winding temperature alaram andtrip, calibration devices.Type of maximum winding temperatureSame as clause No-12(d)f)indicator ( 0 C)Voltage to earth <strong>for</strong> which the star point will be13KVinsulated14 Cooling type ONAN15 LossesFixed (Iron ) losses of 3 phasea) Trans<strong>for</strong>mer (KW ) at rated voltage &rated frequencyLoad losses at rated current at principalb)Tap at 75 0 C (KW )KWKW3.6 kW (Max)21 kW (Max)16Max. Current density in winding at rated current<strong>for</strong> normal tap positiona) HV winding (Amps/ sq.mm.) A/mm 2 2.4 ( Amps/ sq.mm)1718b) LV winding (Amps / sq.mm.) A/mm 2 2.4 ( Amps/ sq.mm)Impedance voltage at rated current , frequencyand at 75 0 C expressed as percentage of ratedvoltage at :-a) Principal (normal) tap (%) %b) Highest tap (%) %c) Lowest tap (%) %Reactance at rated current & frequency aspercentage of rated voltage at:a) Principal (normal) tap %b) Highest Tap %c) Lowest Tap %69


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.19 Resistance at 75ºCDESCRIPTION Unit Specifieda) H.V. winding at normal tap position Ohmsb) L.V. winding Ohmsc)Resistance voltage drop at 75ºC windingtemperature expressed as percent of ratedvoltage (%)i) Principal/ normal tap %ii) Highest tap %iii) Lowest tap %20 Capacitance on open circuit conditions 1800 pF(Approximately)21 Insulation levelSeparate source <strong>power</strong> frequency voltagea)withstand22i) HV winding (KV rms)ii) LV winding (KV rms)b) Induced over voltage withstandc)i) HV winding (KV rms)ii) LV winding (KV rms)Full wave lightning impulsa withstandvoltagei) HV winding (KV peak)ii) LV winding (KV peak)d) Power frequency high voltage testsTest voltage <strong>for</strong> one minute withstand testi)on high voltage windings (induced)Test voltage <strong>for</strong> one minute withstand testii)on low voltage windingsTest voltage <strong>for</strong> one minute withstand testiii)on neutral end of low voltage windingse) Lightning impulse withstand testsImpulse test on high voltage windingi) 1.2/50 µ sec full wave withstand (KVpeak)Impulse test on low voltage windingii) 1.2/50 µ sec full wave withstand (KVpeak)iii)Wave <strong>for</strong>m <strong>for</strong> impulse testNo load current, no load loss, no load <strong>power</strong>factor at normal ratio and frequency (Amp/ KW/P.F.)KVrmsKVrmsKVrmsKVrmsKVpeakKVpeakKVrmsKVrmsKVrmsKVpeakKVpeakKVpeakAmp/KW/P.F707028--- Double Voltage & Double Frequency ------ Double Voltage & Double Frequency ---Bidder's Offer


Tender Specification No . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifieda) 10 percent of rated voltageb) 25 percent of rated voltagec) 50 percent of rated voltaged) 85 percent of rated voltagee) 100 percent of rated voltageBidder's Offerf) 105 percent of rated voltageWill be furnished by Bidders Offerg) 110 percent of rated voltageh) 112.5 percent of rated voltagei) 115 percent of rated voltagej) 120 percent of rated voltagek) 125 percent of rated voltage23 Efficiency at 75ºC at unity <strong>power</strong> factora) Full load %b) 75% load %c) 50% load %d) 25% load %24 a)The minimum % of load at which thetrans<strong>for</strong>mer will run at maximum%efficiency (%)b) Maximum efficiency of the trans<strong>for</strong>mer %25 Regulation at full load at 75ºCa) At unity <strong>power</strong> factor (%) %b) At 0.8 <strong>power</strong> factor (lagging) (%) %26 Core dataa) Grade of core material used CRGO HIB, M3 or betterb) Thickness of core plate lamination (mm) mmc)Whether core laminations are of coldrolled grain oriented≤ 0.23 mm <strong>for</strong> M 3 and ≤ 0.27 mm <strong>for</strong>CRGO HIBCRGO HIB, M3 or betterd) Details of oil ducts in corei) Whether in the plane & at right angle tothe plane of windingii) Across the plane of laminatione) i) Insulation of core laminationii) Insulation of core platesiii) Type of core joints27 Flux densitya)Designed maximum flux density at normaltap at rated voltage and rated frequency(Tesla)Tesla1.5 Tesla71


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiedb) Operating continuous flux density(Tesla) Tesla 1.5 Teslai) at normal tap Teslaii) at maximum tapTeslaiii) at minimum tapTeslaDesigned maximum operating flux densityc) which the trans<strong>for</strong>mer can withstand <strong>for</strong> Tesla 1.5 Tesla <strong>for</strong> all Tapone minute at normal tap(Tesla)Designed maximum operating flux densityd) which the trans<strong>for</strong>mer can withstand <strong>for</strong> Teslafive seconds at normal tap(Tesla)28 Inter-Tap insulationa) Extent of extreme end turns rein<strong>for</strong>cementb) Extent of end turns rein<strong>for</strong>cementc)Extent of turn adjacent to tappingrein<strong>for</strong>cedd)Test voltage <strong>for</strong> 10 seconds 50Hz interturninsulation test on (a)e)Test voltage <strong>for</strong> 10 seconds 50Hz interturninsulation test on (b)f)Test voltage <strong>for</strong> 10 seconds 50Hz interturninsulation test on (c)29 Windings:a) Materialb) Type of windings:i) HV windingsii) LV windingsc) Insulation of HV windingsd) Insulation of LV windingse) Insulation between HV & LV windings30 Continuous rating under following conditions:a) At 40ºC ambient air temp. at site KVA 5000b) At 30ºC ambient air temp. at site KVA 5500c) At 20ºC ambient air temp. at site KVA 600031 Trans<strong>for</strong>mer Tanka) Materialb) Thickness- Top mm 10 mm- Sides mm 10 mm- Bottom mm 12 mm72Bidder's Offer


Tender Specification No . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiedc) Details of painting (inner / outer surface)32 Dimensions of 3 phase trans<strong>for</strong>mers:<strong>33</strong>a) Max. Height to top of bushings (mm) mmb) Over-all length (mm) mmc) Over-all breadth (mm) mmWeight data of trans<strong>for</strong>mer <strong>com</strong>ponents :(Tolerance + 5% ) ( approximate values notallowed )a) Core excluding clamping (Kg) Kgb) Core with clamping (Kg) Kgc) HV winding insulated conductor (Kg) Kgd) LV winding Insulated conductor (Kg) Kge) Coils with insulation (Kg.) Kgf) Core and windings (Kg) Kgg) Weight of steel (Kg) Kgh) Fittings and accessories (Kg) Kgi)j)Oil required <strong>for</strong> first filling including 10%extraLtr/Kg1. Oil in main tank ( Ltrs) Ltr2. Oil in the conservator (Ltrs) Ltr3. Oil in the radiators ( Ltrs ) Ltr4. Oil in the OLTC (Ltrs ) Ltr5. Overall total quantity of oil with 10%extra oil <strong>for</strong> first filling (ltrs / Kg)ltr/Kg1. Transportation weight excludingaccessoriesKg2. Shipping detailsi) Weight of heaviest package (Kg.) Kgii) Dimension of largest package (L x Wx H) (Mm)mmk) Untanking weight (Kg) Kgl)Total weight of trans<strong>for</strong>mer with oil andfittingsKg34 Bushing data :a) Type of bushing insulatori) HVii) LViii) NeutralOut door type highly polluted a (as perIs-86......, 2099 & <strong>33</strong>47)-do-73-do-Bidder's Offer


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiedb)Material of bushing (inner part / outerpart)c) Weight of bushing insulator (Kg.)i) HV KgPorcelain (as per IS-86......)Bidder's Offerii) LViii) NeutralKgKgd) Quantity of oil in one bushing (lt.)i) HV ltr.ii) LViii) Neutrale)Minimum dry withstand & flash over<strong>power</strong> frequency voltage of bushing (KV)f)Minimum wet withstand & flash over<strong>power</strong> frequency voltage of bushing (KV)g)Minimum withstand & flashover impulselevel (KV)h) Voltage rating (KV)ltr.ltr.KVKVKVi) HV KVii) LViii) NeutralKVKVi) Current rating (Amps.)i) HV Ampii) LViii) NeutralAmpAmpj) Thermal Short Time current & Duration Sec 2 Seci) HV KAii) LViii) NeutralKAKAk) Rated Dynamic current & its duration Sec As per Is-2026 & 2029i) HV KAii) LViii) Neutrall) Cantilever with stand loadingm) Clearance in oilKAKA- phase to phase (mm)i) HV mmii) LVmm74


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiediii) Neutral- phase to earth (mm)mmi) HV mmii) LViii) Neutraln) Creepage distance in oil & air (mm)i) In oilmmmmmm/KVa) HV mmb) LV mmc) Neutral mmii) In airmma) HV mmb) LV mmc) Neutral mmo)Minimum level of immersing / medium(oil) (mm)p)Maximum pressure of immersing medium(oil)q)Free space required at top <strong>for</strong> removal ofbushingsr) Angle of mountingmmKg/cm 2mm35 Conservator (Main Trans<strong>for</strong>mer and OLTC )a)Total volume of the Conservator (Cubmtr)M 3b)Volume of the conservator between thehighest and lowest level (Cubic mtr. / Ltrs)M <strong>33</strong>6 Calculated time constants <strong>for</strong> natural cooling Hrs37 Type of axial coil supports :a) HV windingb) LV winding38 Details of On load / off-circuit tap changera) Makeb) Typec) Ratingi) Rated Voltage KVii) Rated current Ampiii) Step voltage V75Bidder's Offer


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.DESCRIPTION Unit Specifiediv) Number of steps 6Whether Diverter switch provided withd)gas vent and buchholz relay (Yes / No )Whether a separate oil surge relay withe)trip contracts provided (Yes / No)Whether Remote control panel providedwith Control scheme <strong>for</strong> simultaneousoperation of Tap changer whenf)trans<strong>for</strong>mers running in Parallel andindependent control when in independentoperationDetails of motor device unit housed ing)kiosk mounted on tap changerh) Pressure relief valve39 Despatch details :Yes/Noa) Approx. mass of heaviest Package (Kg) Kgb) Approx. dimensions of largest Packagei) Length (mm) mmii) Breadth (mm) mmiii) Height (mm) mm40 Untanking height (mm) mm41 Bimetallic connectors: HV / LVa) Normal current rating (A) Ampb) Short time current rating (A) Ampc) Tensile strength (Kg)Bidder's Offerd) Maximum temperature limite)Dimensional sketch enclosed indicatingtolerances (Yes/No)f) Minimum clearance (mm)- Phase to phase mm- Phase to Earth mm76


Sl.NO.Tender Specification No. CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )DESCRIPTION Unit Specified42 CORE ASSEMBLY :-a) Core diameter (mm ) mmb) Core window height (mm ) mmc) Core leg centre (mm ) mmd) Gross core cross – sectional area (m 2 ) M 2e) Total height of core (mm ) mmf) Details of top end frameg) Details of Bottom end frameh)Details of clamp plate (material, thickness,insulation)i) Total core weight (Kg ) Kgj)Core loss, basing on core loss graph atoperating flux density (rated voltage andrated frequency ) ( KW )k) Core stacking factorW/Kgl) Net core area (Sq.m) M 2m)Margin towards corner joints, crossfluxing,dielectric loss (KW)KWn)Total core loss at rated voltage and ratedfrequency (KW )KWo)Describe location / method of coregroundingp) Details of core- beltingi) Material , grade and typeii) Widthiii) Thicknessiv) Fixing method43 DETAILS OF WINDINGa) Type of windingmmmm77Will be furnished by Bidder Offerb) Material of the winding conductor Electrolytic Copperc)Maximum current density of windings atrated current and conductor area ( HV / A/mm 2 2.4 Amps /mm 2 ( at all taps)LV )d) Whether windings are pre-shrunk ?e)Whether adjustable coil clamps areprovided <strong>for</strong> HV and LV windings ?f)Whether steel rings are used <strong>for</strong> thewindings ? If so, whether these are split ?g)Whether electrostatic shields are providedto obtain uni<strong>for</strong>m voltage distribution inthe windings ?Bidder's Offer


Sl.NO.Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )DESCRIPTION Unit Specifiedh) Winding Insulation ( Type & Class )i) Insulating material , used <strong>for</strong>i) H.V windingii) LV windingiii) Tapping connectionj) Insulating material used betweeni) L.V and H.V windingii) Core & L.V windingk) H.V to H.V winding between phasesl) Type of axial supportsi) H.V windingii) L.V windingm) Type of radial supportsi) H.V windingii) L.V windingn)Maximum allowable torque on coilclamping boltso) Clamping ring detailsi) Thickness of ring mm mmii) Diameter of ring mmiii) No. & size of pressure screwp) Bare conductor size (mm 2 )mmi) HV mm 2ii) LV mm 2w) Inside diameter (mm )i) HV mmii) LVx) Outside diameter (mm )mmi) HV mmii) LVy) Axial height after shrinkage (mm )mmi) HV mmii) LVz) D.C Resistancemmi) L.V winding at 75 0 C (Ohms ) Ohmii)H.V winding at normal tap at 75 0 C (Ohms)Ohm78Bidder's Offer


Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )Sl.NO.iii)iv)v)vi)vii)viii)DESCRIPTION Unit SpecifiedH.V winding at highest tap at 75 0 C(Ohms )H.V winding at lowest tap at 75 0 C (Ohms)Total I 2 R losses at 75 0 C <strong>for</strong> normal tap(KW )Total I 2 R losses at 75 0 C <strong>for</strong> highest tap(KW )Total I 2 R losses at 75 0 C <strong>for</strong> lowest tap(KW )OhmOhmKWKWKWStray losses including eddy current lossesin winding at 75 0 C ( KW )KWa) Normal tap position KWb) Highest tap position KWc) Lowest tap position KWd) Any special measures, taken to reduceeddy current losses and stray losses.Mention in detailsix) Load losses at 75 0 C (I 2 R + Stray )a) Normal tap position (KW ) KW 21.0 KW (Max.)b) Highest tap position (KW) KWc) Lowest tap position (KW ) KWDetails of special arrangement, providedx) to improve surge voltage distribution inthe windings.44 DETAILS OF TANK :a) Material of Trans<strong>for</strong>mer tankb) Type of tankc)Thickness of sheet (No approximate valueto be mentioned)i) Sides (mm) mm 10 mmd)e)ii) Bottom (mm ) mm 12 mmiii) Cover (mm ) mm 10 mmiv ) Radiators (mm) mm 1. 2 mmInside dimensions of main tank (Noapproximation in dimensions to be used )As per CBIPi) Length (mm) mm As per CBIPii) Breadth (mm) mm As per CBIPiii) Height (mm )mmOutside dimensions of main tank (Noapproximation in dimensions to be used )i) Length (mm) mmBidder's Offer79


Sl.NO.Tender Specification No. . CESU /P&S/MR/ 208. /2011-12 ( For 5 MVA Power Trans<strong>for</strong>mer )DESCRIPTION Unit Specifiedii) Breadth (mm)iii) Height (mm)f)Vacuum re<strong>com</strong>mended <strong>for</strong> hot oilcirculation (torr / mm of Hg)g)Vacuum to be maintained during oil fillingin trans<strong>for</strong>mer tank (torr / mm of Hg)Vacuum to which the tank can beh) subjected without distortion ((torr / mm ofHg)i) No. of bi-directional wheels providedj) Track gauge required <strong>for</strong> the wheelsmmmmKg/cm 2Kg/cm 2Kg/cm 2i) Transverse axis mmii) Longitudinal axisType and make of pressure relief devicek) and minimum pressure at which it operates(Kpa )45 CONSERVATOR :-mma) Thickness of sheet (mm) mmb) Size (Dia x length ) (mm) mmBidder's Offerc) Total volume (Litres) Ltrsd)Volume between the highest and lowestvisible oil levels (Litres)LtrsIn addition to above as per CEA guidelines following provision is to be inserted in the TechnicalSpecifications (5MVA)“Trans<strong>for</strong>mers shall withstand without injurious heating, <strong>com</strong>bined voltage fluctuations whichproduce over fluxing condition at 12.5% <strong>for</strong> one minute and 140% <strong>for</strong> five seconds.”N.B : There shall be no positive tolerance to above losses. Capitalization of losses shall not befactored in the <strong>com</strong>parative statement <strong>for</strong> selection of vendors.Seal.Signature of the bidder along with CompanyThe above schedule is to be duly filled up & signed by the bidder along with their <strong>com</strong>pany seal onevery page and must enclosed along with the Part-I Bid-document.80


ANNEXURE V (A)(TECHNICAL DEVIATION FORMAT)ClauseNoPrescribed as per TenderSpecificationDeviation in the bidder's OfferBidder’s Signature with Seal.N.B :The bidder has to mention all technical deviations in his offer which differs from the TechnicalRequirement of this Tender in above <strong>for</strong>mat. Deviations not mentioned in above <strong>for</strong>mat but mentionedin any other <strong>for</strong>mat or in any other part of the offer document shall not be considered as deviation andthe bidder shall be deemed to have accepted our technical requirement without deviation.81


ANNEXURE V (B)(COMMERCIAL DEVIATION FORMAT)ClauseNoPrescribed as per TenderSpecificationProvided in the bidder's OfferBidder’s Signature with Seal.N.B :The bidder has to mention all <strong>com</strong>mercial deviations in his offer which differs from the CommercialRequirement of this Tender in above <strong>for</strong>mat. Deviations not mentioned in this <strong>for</strong>mat but mentioned inany other <strong>for</strong>mat or in any other part of the offer document shall not be considered as deviation and thebidder shall be deemed to have accepted our <strong>com</strong>mercial requirement without deviation.82


ANNEXURE VI(PERFORMANCE OF MATERIALS SUPPLIED)SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITYDISTRIBUTION UTILITIES / PSUs IN THE LAST 3 YEARSSPECIFICATION No CESU /P&S/MR/ 208. /2011-12In this schedule details of purchase orders executed <strong>for</strong> tendered items during last 3 years shall beprovided.Bid No.__________Date of Opening________Name of the Firm__________________________________________Sl.No.Order placed by(full address ofpurchaser)Order No. andDateDescription andquantity o<strong>for</strong>deredmaterials.Date of Completion of DeliveryAs per ContractActualN.B : Attach copies of successful per<strong>for</strong>mance certificate / successful contract <strong>com</strong>pletion report / inspectionreport / Store Receipt Vouchers of the buyers with reference to above Purchase Orders.Signature of the Bidder _______________________________________________________________________Signature in ink of the bidder with <strong>com</strong>pany Seal(This <strong>for</strong>m is to be duly filled up by the bidder & submit along with the Tender)83


(ANNEXURE-VII)SELF DECLARATION FORMName of the Purchaser:-------------------------Tender Specification No:-----------------------------Sir,1. I/we, the undersigned do hereby declare that, I/we have never ever beenblacklisted and / or there were no debarring actions against us <strong>for</strong> any default insupply of material / equipments or in the per<strong>for</strong>mance of the contract entrustedto us in any of the Electricity Utilities of India.2. In the event of any such in<strong>for</strong>mation pertaining to the a<strong>for</strong>esaid matter foundat any given point of time either during the course of the contract or at thebidding stage, my bid/contract shall be liable <strong>for</strong> truncation / cancellation /termination without any notice at the sole discretion of the purchaser.Place-Date-Yours faithfully,Signature of the bidderWith seal(This <strong>for</strong>m shall be duly filled-up and signed by the bidder & submitted alongwith the original copy of the Bid.)84

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!