To Accommodate 66 KV D/C Meerpur Kurali-Mustafabad Line
To Accommodate 66 KV D/C Meerpur Kurali-Mustafabad Line
1.1   INTRODUCTION:
      The scope of this specification covers construction of following 66kV AIS Mustafabad
      (Palwal) on supply cum erection (turnkey) basis as per Annexure-I:
1.2   SCOPE
      The detailed scope of work shall be as under:
1.2.1 66kV AIS Mustafabad (Palwal) (with SAS).
       Providing 2 x 12.5/16 MVA 66/11 kV T/F (Power T/Fs will be provided by HVPNL as
       spared from the system however the work related to its commissioning, testing etc.
       will be in scope of contractor), its bays along with allied switchgear and protective
       equipments, 2 No. 66 kV line bays along with allied switchgear and protection equipments
       to accommodate 66 kV D/C Meerpur Kurali- Mustafabad line and 1 No. 66kV bus
       coupler bay with allied switchgear and protective equipments (Total 5 No. 66kV bays) & 5
       nos. future 66kV bays (i.e. 4 nos. future line bays & 1 no. future T/F bay) as per detailed in
       Drg. No. HGD-3C/617 (Annexure-IV).
       Design, Engineering, manufacture, testing & supply on FOR destination site basis,
       transportation, insurance, storage, testing and commissioning of following items:-
   a) 2 x 12.5/16 MVA 66/11 kV T/F (Power T/Fs will be provided by HVPNL as spared from
       the system however the work related to its commissioning, testing etc. will be in
       scope of contractor) with mandatory spares.
   b) 66 kV SF-6 Circuit Breakers, Isolators, All type of Current Transformers, Neutral CT’s,
       Surge Arrestors, Bus Post Insulators, L&E switches, PTs for line & 11 kV Surge Arrestors
       etc. along with their terminal connectors & mandatory spares.
   c) Complete Sub-Station automation including Hardware & Software.
   d) Complete 66 kV C&R Panels for S/Stn. having SAS & 11kV VCB panels with SEM on each
       T/F I/C VCB as per specifications.
   e) Air Conditioning system for Computer Room and electrical room (for C&R Panels).
   f) Associated mechanical & electrical auxiliaries.
   g) 1.1 kV grade power & copper control cables unarmoured along with complete accessories
       for switchgear and protection equipments.
   h) Substation structures for sub-station towers & beams and equipments structures.
   i) Insulator strings, hardware clamps and connectors, stainless steel marshalling kiosk,
       copper lug, glands & PVC ferrules for control cabling, fiber cleats, aluminum clamps, bolts,
       nuts, washers etc. for fixing control cables in trenches, galvanized iron trays & clamps,
       ACSR conductor, GS earth wire, spares. Cables supporting angles/channels, buried cable
       trenches for 11 kV Cable & outdoor channels with trenches with trench covers.
   j) 11 kV XLPE Cable of various sizes along with its accessories.
   k) Boltless C-Type wedge connectors & equipment interconnections shall be suitable for single
       ACSR Zebra Conductor & Twin Tarantulla Conductor.
   l) Complete fire - fighting equipment.
   m) 220V 100 AH San Tubular DC battery with battery charger (SMPS) & DCDB along with
       associated accessories.
   n) 415V LT A.C. Board 300A along with associated accessories.
   o) Complete switchyard lighting.
   p) Complete Earth mat laying. The earth mat will be designed/quoted for soil resistivity of
       50m. In case soil resistivity is more than 50m then the earth mat will be designed for
       actual soil resistivity. The payment of extra material to be used for earth mat shall be made
       on pro rata basis.
   q) 1X200 KVA 11/0.4 kV station T/Fs for auxiliary supplies.
   r) Providing 4800 KVAR 11 kV Automatically Switched Capacitor Bank (Rating Capacitor
       Bank Rating at 12.65KV) for 2 x 12.5/16 MVA 66/11 kV T/F along with allied equipment
       for each T/F.
   s) Computer with UPS & Printer.
   t) Any other equipment/material required to complete the specified scope.
   CIVIL WORKS
      66kV AIS Mustafabad (Palwal)
      The work shall be included but not limited to the following:-
   a) Foundation for S/Stn main gantry/steel structures and equipments as per drawings
      attached. For breaker, the Design/Drawing of foundation shall be submitted by successful
      bidder for approval before execution.
   b) Foundation for 2 x 12.5/16 MVA 66/11 kV T/F complete as per HVPNL Drawing. In case
      additional radiator foundation is to be constructed necessary design/drawings shall be
      submitted for approval before execution as per technical specifications by successful
      bidder. Further in case the T/F plinth drawing issued by department does not match with
      the transformer equipment drawing, necessary design/drawing shall be submitted by the
                                                1
             successful bidder for approval before execution. In both the cases nothing extra shall be
             paid to the successful bidder.
        c)   Foundation for 1 No. 200 KVA 11/0.4 kV auxiliary transformers. The bidder shall however
             would seek approval of design and drawing before execution.
        d)   Foundation for 2 sets of 4800 KVAR 11kV rating automatically switched Capacitor Bank
             along with allied equipments such as Isolators; RVTs etc. complete in all respects. The
             successful bidder shall submit foundation designs & drawings for approval before
             execution.
        e)   Foundation for lighting poles, stainless steel marshalling kiosk, panels & control cubicles of
             equipments without extra cost of HVPNL (wherever required).
        f)   RCC Outdoor cable trenches along with RCC covers, cable racks, drainage system
             including drainage pipes, including cable trench crossings the road and installation of
             pump etc. The layout drawing shall be evolved by the successful bidder and got approved
             from HVPNL before execution.
        g)   Laying of concrete roads including walk ways/shoulders leading to switch yard and switch
             house building from main PWD (B&R) road or any other agency including earth filling for
             road and berms if required and PCC in front & rear of the switch house building for parking
             as per drawings attached and GELO/CLO.
        h)   Provision of pipe culvert as per technical specifications on approach roads leading to switch
             yard/SHB & yard wherever required.
        i)   Fencing & Boundary walls for the S/Stn. along with gates as per drawings attached.
        j)   Site surfacing including leveling and dressing, lean concrete/PCC wherever required in the
             S/Stn area.
        k)   Construction of Switch House building including indoor cable trenches, all services, laying
             of drainage pipes, collection tank & soakage pit, rain harvesting system and all other
             services as per drawings/specifications to complete the building in all respect and making
             it functional.
        l)   Cutting of trees including roots, grass, bushes etc. and clearing the site. Cutting/Filling of
             earth to required depth including compaction etc. in S/Stn./switchyard area wherever
             required to achieve required formation level as decided by HVPNL.
        m)   Construction of rain harvesting systems (rechargeable bores/wells) one for control room
             building and switch yard as per HVPNL drawings. The disposal scheme/drainage system
             for draining rain water including material for collection of water from switch house building
             and S/Stn. area including manholes, covers wherever essential (complete) shall be evolved
             by the successful bidder and got approved from HVPNL before execution.
 1.8         SPARES
1.8.1        MANDATORY SPARES
             The spare parts and maintenance accessories shall be included in the bid proposal by the
             bidder. The prices of these spares shall be given by the bidder in the relevant schedule of
                                                       2
         BOPS and shall be considered for evaluation of bid.          It shall not be binding on the
         Purchaser to procure all these mandatory spares.
         The bidder is clarified that no mandatory spares shall be used during the commissioning of
         the equipment. Any spares required for commissioning purpose shall be a part of the
         equipment only. Further all the mandatory spares will be consigned to AEE dedicated store,
         Ballabhgarh.
1.8.2     OPTIONAL SPARES
         The Bidder shall identify and recommend the list of optional spare parts required together
         with their quantity to meet the specified performance for a period of three years. The item
         schedule and prices of these shall be given by the Bidder in relevant schedule of BOPS and
         shall not be considered for evaluation of the bid. The Bidder must also indicate the basis
         for recommendation of optional spares. The Bidder shall also recommend their source of
         availability and technical particulars. The Bidder may also suggest addition or deletion of
         spare items over this list. It will be the option of employer to buy the spares quoted by the
         bidder in his bid at the time of finalization of contract.
1.8.3   The Contractor shall advise the Purchaser of the required lead time for ordering of spares
        and the minimum re-order quantities.
1.9     In addition to meeting the qualification requirement stipulated in Volume-IA the bidder of its
        own or his manufacturer subvendor/fabricator shall also meet the qualifying requirement
        set forth for all the equipments in the relevant sections of the technical specification, failing
        which the bid is liable to be rejected.
1.10    SPECIAL TOOLS AND TACKLES
        The bidder may include in his proposal the deployment of all such special tools and tackles
        required for erection testing, commissioning and maintenance of equipment.               The
        Contractor would be free to take these back at the end of work or sell to employer at a
        negotiated price. At the completion of job, the contractor will hand over a separate set of
        tools and tackles required for routine maintenance of S/Stn equipment erected by him as a
        part of contract. The details of tools and tackles (which will be reviewed by employer at the
        time of award of contract) will be furnished in attachment 4A Volume-IB.
1.12     The contractor shall be responsible to provide all necessary testing and commissioning
         personnel, tools and plant, testing equipment, etc. All expenses for carrying out the routine
         tests as specified in relevant standard shall be to contractor’s account. However the
         expenses w.r.t. purchaser/purchaser’s representative for witnessing these tests which
         contractor shall take into account shall be as follows:-
         (a) For Inspections/tests to be carried out for equipment offered from within
         purchaser’s country.
         All tour expenses shall be borne by purchaser.
         (b) For inspections/tests to be carried out for equipment offered from outside
         purchaser’s country:-
         It is envisaged that inspection/testing of all such equipment shall be witnessed. Each
         inspection shall be carried out by a team of 2 engineers nominated by the purchaser. Their
         To & Fro travel expenditure from purchaser’s country to the place of inspection/testing
         shall be borne by the bidder including all boarding and lodging charges.
Notes:
   1.  The bidder or his authorised representative should visit the site of works and its
       surroundings to obtain himself at his responsibility and expenses, all information regarding
       general site characteristics, accessibility, infrastructure details and factual position in
       respect of scope of work vis-à-vis GELO drg. attached with the bid document. Any
       alteration/addition envisage in the document must be got clarified before submission of the
       bid.
   2.  No extra payment shall be made on account of any change in the layout drgs. required for
       providing DSLP as per Rezvik method.
   3.  Any other items not specifically mentioned in the specification but which are required for
       erection, testing, commissioning and satisfactory operation of S/Stn. are to be included in
       the scope of the specification unless specifically excluded
                                                   3
                                                                                    ANNEXURE-I
                                     66kV SUB-STATION
                                               4
                                                               ANNEXURE-II
LOCATION OF SUB-STATION
                                       5
                                                                                ANNEXURE-III
           METEOROLOGICAL DATA
1.1   Equipment to be supplied against this specification shall be suitable for satisfactory
      continuous operation under the following tropical conditions:
      NOTE: Moderately hot and humid tropical climate conductive to rust and fungus growth.
           The climate conditions are also prone to wide variations in ambient condition. Smoke
           is also present in the atmosphere. Heavy lightening also occurs during June to
           October.
                                                     6
                                                      ANNEXURE-IV
                                          7
                                                                     ANNEXURE-A-1
      BILL OF QUANTITIES
Sr.                 DESCRIPTION                            UNIT       66kV AIS
No                                                                   Mustafabad
                                                                      (Palwal).
1.    12.5/16 MVA 66/11 kV T/Fs (Power T/Fs will be          No.          2
      provided by HVPNL as spared from the system
      however the work related to its commissioning,
      testing etc. will be in scope of contractor).
2.    66 kV SF-6 Breaker along with 20% extra SF-6 Gas       No.         5
3.                                                                       2
      66 kV Isolator with E/Switch                           No.
5.                                                                       12
      66 kV Surge Arrestor with PRV                          No.
12. 11 kV LA No. 6
         Present                              Future
         S. No.    Description    No. of 66kV Bays
         1.        T/F            2           1
         2.        Line           2           4
         3.        B/ C           1           -
Note: The quantities given in Annexure A-I is approx. and for evaluation purpose, however, the
payment shall be made as per actual on the basis of unit price. Any item required to complete the
scope of work & successful commissioning of substation/bay as defined in Section-1, however not
specifically mentioned in BOQ shall be provided by the bidder without any additional cost
implication, if any clarification is required for any such items shall be obtained before the
submission of bids
                                                10
                                                                      ANNEXURE B-1
Note: The quantities given in Annexure B-I is approx. and for evaluation purpose, however, the
payment shall be made as per actual on the basis of unit price.
                                              11
                                                                        ANNEXURE C-1
Schedules of items for associated steel structure works to be quoted for each substation
as applicable. The bidder is required to estimate the quantities and furnish the unit rate
for each item/ works and the total price for each item in the bid proposal sheets. The list
may not be exhaustive, and the bidder may modify/ append the same as required.
Note: The quantity given above are as approximate in case of variation of quantities at
the time of detailed engineering, actual quantities shall be payable as per quoted price.
12