Volume 2
Volume 2
Construction of Power Evacuation System for Development of 2450 MW Solar Park at Pugal,
Bikaner Under LOT-1, LOT-2 And LOT-3 including Survey, Design, Engineering, Supply of
all Equipment’s/Materials, Erection, Testing and Commissioning along with associated Civil
Works on Turnkey Basis against Specification No RSDCL/Pugal/TN-01(2025-26)
Part- 1
Page 1 of 164
INDEX
Contents
INDEX .......................................................................................................................................................... 2
VOLUME-II, PART-I...................................................................................................................................... 8
GENERAL SPECIFICATION & BILL OF MATERIAL..................................................................................... 8
1. PREAMBLE:.......................................................................................................................................... 8
2. SCOPE .................................................................................................................................................. 8
2.1. DEVELOPMENT OF POWER EVACUATION SYSTEM FOR 1000 MW PHASE-I AT PUGAL, BIKANER
(LOT-1) ......................................................................................................................................................... 8
2.2. DEVELOPMENT OF POWER EVACUATION SYSTEM FOR 1000 MW PHASE-II AT PUGAL,
BIKANER (LOT-2) ........................................................................................................................................ 9
2.3. DEVELOPMENT OF POWER EVACUATION SYSTEM FOR 450 MW PHASE-III AT PUGAL,
BIKANER (LOT-3) ........................................................................................................................................ 9
2.4. ENGINEERING AND DETAILED DESIGN ....................................................................................... 10
2.5. SUPPLY OF MATERIAL .................................................................................................................. 11
2.6. ERECTION, TESTING & COMMISSIONING: ................................................................................... 12
2.7. CIVIL WORKS: ............................................................................................................................... 14
2.8. PROJECT DESIGN/ ENGINEERING DOCUMENTS, CALCULATIONS AND DRAWINGS: ................ 15
1. EQUIPMENT/MATERIALS ................................................................................................................. 16
2. DESIGN CALCULATIONS AND DOCUMENTS.................................................................................. 17
3. DRAWINGS ........................................................................................................................................ 19
2.9. PROJECT MANAGEMENT AND SITE SUPERVISION:..................................................................... 21
3. SCHEDULE OF QUANTITIES .............................................................................................................. 21
4. LAYOUT ARRANGEMENTS ............................................................................................................... 21
5. LOCATION OF THE SUBSTATION ..................................................................................................... 21
6. METEOROLOGICAL DATA ................................................................................................................ 21
7. SOIL DATA ......................................................................................................................................... 22
8. DRAWINGS ........................................................................................................................................ 22
9. SPARES : ............................................................................................................................................ 22
1. MANDATORY SPARES ..................................................................................................................... 22
2. OPTIONAL SPARES .......................................................................................................................... 22
3. The Contractor shall advise the Purchaser of the required lead time for ordering of spares and the
minimum re-order quantities. ...................................................................................................................... 22
10. SPECIFIC REQUIREMENT .............................................................................................................. 23
11. SPECIAL TOOLS AND TACKLES .................................................................................................... 23
12. FACILITIES TO BE PROVIDED BY THE PURCHASER .................................................................... 23
13. HANDHOLDING REQUIREMENTS ................................................................................................. 23
14. FUNCTIONAL AND COMPOSITE TESTING .................................................................................... 24
15. TRAINING: ..................................................................................................................................... 24
16. MATERIAL RECEIPT ...................................................................................................................... 24
Page 2 of 164
17. WORKING PROVISIONS ................................................................................................................. 24
18. QUALIFICATION REQUIREMENT FOR CONTRACTOR’S SUPPLIED EQUIPMENT / MATERIALS
AND WORK EXECUTION SUB- CONTRACTORS: ...................................................................................... 25
19. LIST OF APPROVED VENDORS (Bidder shall also refer Annexure 2 in addition to the below table):....... 26
20. GENERAL INSTRUCTION TO BIDDER ........................................................................................... 36
21. STANDARDS .................................................................................................................................. 37
22. SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING FURNISHED ................................... 38
23. ENGINEERING DATA ..................................................................................................................... 38
24. DOCUMENTS.................................................................................................................................. 39
25. DRAWINGS .................................................................................................................................... 39
26. APPROVAL PROCEDURE ............................................................................................................... 40
27. COLOUR SCHEME AND CODES FOR PIPE SERVICE ..................................................................... 41
28. MATERIAL/ WORKMANSHIP ......................................................................................................... 42
29. RATING PLATES, NAME PLATES AND LABELS ............................................................................ 44
30. FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS .............................................................. 44
31. DESIGN IMPROVEMENTS .............................................................................................................. 45
32. QUALITY ASSURANCE PROGRAM ................................................................................................ 45
33. QUALITY ASSURANCE DOCUMENTS ........................................................................................... 46
34. INSPECTION, TESTING & INSPECTION CERTIFICATE .................................................................. 46
35. COMMISSIONING CUM ACCEPTANCE TESTS .............................................................................. 49
36. PACKAGING ................................................................................................................................... 50
37. PROTECTION.................................................................................................................................. 50
38. FINISHING OF METAL SURFACES ................................................................................................. 51
39. PAINTING ....................................................................................................................................... 51
40. HANDLING, STORING AND INSTALLATION ................................................................................. 52
41. PROTECTIVE GUARDS................................................................................................................... 53
42. DESIGN CO-ORDINATION ............................................................................................................. 53
43. DESIGN CO-ORDINATION MEETING ............................................................................................. 54
44. TOOLS AND TACKLES ................................................................................................................... 54
45. EQUIPMENT BASES ....................................................................................................................... 54
46. AUXILIARY SUPPLY ...................................................................................................................... 54
47. SUPPORT STRUCTURE................................................................................................................... 54
48. CLAMPS AND CONNECTORS INCLUDING TERMINAL CONNECTORS ........................................ 55
49. CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES & MARSHALLING BOXES FOR
OUTDOOR EQUIPMENT ............................................................................................................................ 57
50. AUXILIARY SWITCHES ................................................................................................................. 58
51. TERMINAL BLOCKS AND WIRING ................................................................................................ 58
52. LAMPS AND SOCKETS ................................................................................................................... 60
53. BUSHINGS, HOLLOW COLUMN INSULATORS, SUPPORT INSULATORS: ..................................... 60
54. MOTORS ......................................................................................................................................... 61
Page 3 of 164
55. TESTING AND COMMISSIONING................................................................................................... 63
56. CLIMATIC CONDITIONS ................................................................................................................ 63
57. MEASURING INSTRUMENTS ......................................................................................................... 64
58. EARTHING ..................................................................................................................................... 65
59. UNITS ............................................................................................................................................. 66
60. DESIGN AND STRESSES ................................................................................................................ 66
61. ELECTRICITY RULES ..................................................................................................................... 66
62. COOPERATION WITH OTHER MANUFACTURERS ........................................................................ 66
63. COORDINATION WITH OTHER CONTRACTORS ........................................................................... 66
64. LIMIT OF CONTRACT .................................................................................................................... 67
65. FOUNDATIONS .............................................................................................................................. 67
66. SEISMIC FORCES ........................................................................................................................... 67
67. MAJOR TECHNICAL PARAMETERS .............................................................................................. 67
68. SYSTEM PARAMETER ................................................................................................................... 69
69. ACRONYMS ................................................................................................................................... 70
ANNEXURE-V2-P1-1: CORONA AND RADIO INTERFERENCE VOLTAGE (RIV) TEST .............................. 73
ANNEXURE-V2-P1-2: SEISMIC WITHSTAND TEST PROCEDURE .............................................................. 76
ANNEXURE-V2-P1-3: LIST OF SPECIFICATIONS ....................................................................................... 77
ANNEXURE- V2-P1-4: LIST OF DRAWINGS/ DOCUMENTS........................................................................ 97
VOLUME-II (PART-II) ................................................................................................................................. 99
SCOPE OF WORK AND GENERAL TECHNICAL REQUIREMENTS FOR PPS & TRANSMISSION LINE ....... 99
1.1 Intent of Specification..................................................................................................................... 99
1.2 Brief Scope of Work for Civil Infrastructure: ..................................................................................... 99
2 DETAILS SCOPE OF WORKS AND SERVICES .................................................................................. 100
2.1 Leveling/ Dressing of Land: .......................................................................................................... 100
2.2 Roads: ........................................................................................................................................ 100
2.3 Water System: - ........................................................................................................................... 100
2.4 Boundary Wall/ Fencing ............................................................................................................... 101
2.5 Drainage System of Park............................................................................................................... 101
2.6 Lighting in the Park...................................................................................................................... 101
2.7 Security Infrastructure. ................................................................................................................. 102
2.8 Dormitory with Canteen. .............................................................................................................. 102
2.9 Warehouse and Open Yard:........................................................................................................... 102
2.10 Green Belt: ................................................................................................................................. 102
2.11 Emergency Services: .................................................................................................................... 102
2.12 Other Associated Work for Development of Solar Park: ................................................................... 103
3 GENERAL & WORKING GUIDELINES .............................................................................................. 103
4 DESIGNING FOR FACILITIES DEVELOPMENT: ............................................................................... 104
4.1 Soil Investigation & Survey of:.................................................................................................... 104
4.2 Excavation Work for: .................................................................................................................. 104
Page 4 of 164
4.3 Foundation Work for:.................................................................................................................. 104
4.4 Supply/ Construction/ Laying/ Fabrication/ Assembly of: .............................................................. 104
5 MATERIAL RECEIPT AND RELATED ACTIVITIES:.......................................................................... 105
6 LAYOUT OF PARK PLOTS & FACILITIES: ........................................................................................ 105
7 LOCATION OF THE PARK FACILITIES: ............................................................................................ 106
8 METEOROLOGICAL DATA:.............................................................................................................. 106
9 SOIL DATA: ...................................................................................................................................... 106
10 DRAWINGS ................................................................................................................................... 106
11 SPARES: ........................................................................................................................................ 106
12 SPECIFIC REQUIREMENT:............................................................................................................ 107
13 SPECIAL TOOLS AND TACKLES: ................................................................................................. 107
14 FACILITIES TO BE PROVIDED BY RSDCL: .................................................................................. 108
15 QUALIFICATION REQUIREMENT FOR CONTRACTOR’S SUPPLIER: ........................................... 108
16 GENERAL TECHNICAL REQUIREMENTS:.................................................................................... 109
17 INSTRUCTION TO BIDDERS: ........................................................................................................ 110
18 STANDARDS................................................................................................................................. 111
19 SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING FURNISHED. ................................ 112
20 ENGINEERING DATA ................................................................................................................... 113
21 DOCUMENTS: ............................................................................................................................... 113
22 Topographical Surveys ..................................................................................................................... 116
23 MATERIAL/ WORKMANSHIP ....................................................................................................... 117
24 Geotechnical Investigations............................................................................................................... 119
25 OTHER INVESTIGATIONS ............................................................................................................ 120
26 AREA GRADING AND LAND DEVELOPMENT ............................................................................. 120
27 MASONRY WORK......................................................................................................................... 121
28 PLASTERING, PAINTING AND COPING WORK ............................................................................ 122
29 ROADS .......................................................................................................................................... 122
30 SURFACE/AREA DRAINAGE ........................................................................................................ 124
31 MAIN GATE .................................................................................................................................. 125
32 PLANT LAYOUT ........................................................................................................................... 125
33 DESIGN LOADS ............................................................................................................................ 126
34 FOUNDATION(GENERAL) ............................................................................................................ 127
1) Miscellaneous Steel Works ................................................................................................................... 128
35 BUILDINGS ................................................................................................................................... 128
36 SIGN BOARD AND DANGER BOARDS ......................................................................................... 134
37 BUILDING WATER SUPPLY & PLUMBING WORKS ..................................................................... 134
38 PIPE AND CABLE TRENCHES....................................................................................................... 134
39 WATER SUPPLY ........................................................................................................................... 135
40 UNDERGROUND WATER TANK .................................................................................................. 135
41 WMS SMU & LA ........................................................................................................................... 136
Page 5 of 164
42 QUALITY ASSURANCE AND INSPECTION OF CIVIL WORKS ..................................................... 137
43 SECURITY .................................................................................................................................... 138
44 INSPECTION, TESTING & INSPECTION CERTIFICATE ................................................................ 138
45 LABORATORY AND FIELD TESTING ........................................................................................... 139
46 SAMPLING AND TESTING OF CONSTRUCTION MATERIALS ..................................................... 140
47 PURCHASE AND SERVICE ........................................................................................................... 141
48 FIELD QUALITY PLAN ................................................................................................................. 141
49 GENERAL QA REQUIREMENTS ................................................................................................... 141
50 MATERIALS HANDLING AND STORAGE..................................................................................... 143
51 CONSTRUCTION MANAGEMENT ................................................................................................ 144
52 INSURANCE.................................................................................................................................. 144
53 WORKMAN’S COMPENSATION INSURANCE .............................................................................. 144
53.1 UNFAVOURABLE WORKING CONDITIONS ................................................................................. 145
53.2 Penalties. .................................................................................................................................... 145
54 LIST OF INDIAN STANDARDS...................................................................................................... 145
54.1 EARTH WORK .............................................................................................................................. 145
54.2 MORTAR (PLASTERING) .............................................................................................................. 145
54.3 CONCRETE WORK & RCC WORK ................................................................................................ 145
54.4 BRICK WORK ............................................................................................................................... 146
54.5 STONEWORK................................................................................................................................ 146
54.6 MARBLE WORK ........................................................................................................................... 146
54.7 STEEL WORK................................................................................................................................ 146
54.8 FLOORING .................................................................................................................................... 146
54.9 ROOFING ...................................................................................................................................... 146
54.10 FINISHING ................................................................................................................................ 146
54.11 DEMOLISION AND DISMANTILING ......................................................................................... 147
54.12 SAFETY CODE .......................................................................................................................... 147
Annexure- Volume- 2- PPS & Facilities locations (as per DPR) ..................................................................... 147
Annexure- Volume- 2- Geo & Hydro (as per DPR)...................................................................................... 147
Annexure- Volume- 2- Khasra details (as per DPR)...................................................................................... 147
ANNEXURE-I (a): ITEMS TO BE SUPPLIED ALONG WITH LOT-1 ......................................................... 148
1. MANDATORY SPARES ................................................................................................................... 148
2. COMPUTER AND PRINTER FOR 400kV SUB-STATION ................................................................ 150
3. COMPUTER AND PRINTER FOR 132kV SUB-STATION ................................................................ 150
4. HAND FIRE EXTIGUISHER FOR 400kV SUB-STATION ................................................................. 151
5. HAND FIRE EXTINGUISHER FOR 132kV SUB-STATION ............................................................... 152
6. FURNITURE AND MISCELLANEOUS FOR 400kV SUB-STATION ................................................. 152
7. FURNITURE AND MISCELLANEOUS FOR 132kV SUB-STATION ................................................. 153
8. TESTING AND MEASURING EQUIPMENTS FOR 400kV SUB-STATION ....................................... 153
9. TESTING AND MEASURING EQUIPMENTS FOR 132kV SUB-STATION ....................................... 154
Page 6 of 164
10. GENERAL TOOLS AND TACKLES FOR 400kV SUB-STATION .................................................. 154
11. GENERAL TOOLS AND TACKLES FOR 132kV SUB-STATION .................................................. 154
ANNEXURE-I (b): ITEMS TO BE SUPPLIED ALONG WITH LOT-2 ......................................................... 155
1. COMPUTER AND PRINTER FOR 400kV SUB-STATION ................................................................ 155
2. COMPUTER AND PRINTER FOR 132kV SUB-STATION ................................................................ 155
3. HAND FIRE EXTIGUISHER FOR 400kV SUB-STATION ................................................................. 155
4. HAND FIRE EXTINGUISHER FOR 132kV SUB-STATION ............................................................... 156
5. FURNITURE AND MISCELLANEOUS FOR 400kV SUB-STATION ................................................. 156
6. FURNITURE AND MISCELLANEOUS FOR 132kV SUB-STATION ................................................. 157
7. TESTING AND MEASURING EQUIPMENTS FOR 400kV SUB-STATION ....................................... 157
8. TESTING AND MEASURING EQUIPMENTS FOR 132kV SUB-STATION ....................................... 157
9. GENERAL TOOLS AND TACKLES FOR 400kV SUB-STATION ...................................................... 158
10. GENERAL TOOLS AND TACKLES FOR 132kV SUB-STATION .................................................. 158
ANNEXURE-I (c): ITEMS TO BE SUPPLIED ALONG WITH LOT-3 ......................................................... 159
1. COMPUTER AND PRINTER FOR 400kV SUB-STATION ................................................................ 159
2. HAND FIRE EXTIGUISHER FOR 220kV SUB-STATION ................................................................. 161
3. FURNITURE AND MISCELLANEOUS FOR 220kV SUB-STATION ................................................. 161
4. TESTING AND MEASURING EQUIPMENTS FOR 220kV SUB-STATION ....................................... 162
5. GENERAL TOOLS AND TACKLES FOR 220kV SUB-STATION ...................................................... 162
ANNEXURE-2 (LIST OF APPROVED VENDORS)................................................................................... 163
ANNEXURE-3 (BOQ) ............................................................................................................................... 164
Page 7 of 164
VOLUME-II, PART-I
1. PREAMBLE:
1.1 Rajasthan Solar Park Development Company Limited (RSDCL) is the fully owned subsidiary of
Rajasthan Renewable Energy Corporation Limited (RRECL) and is primarily into the solar park
development in Rajasthan.
1.2 RSDCL is establishing Power Evacuation System for Development of 2450 MW Solar Park
at Pugal, Bikaner Under LOT-1, LOT-2 And LOT-3 including Survey, Design, Engineering,
Supply of all Equipment’s/Materials, Erection, Testing and Commissioning along with
associated Civil Works on Turnkey Basis against Specification No RSDCL/Pugal/TN-
01(2025-2026)
1.3 Before proceeding with the construction work of the new and extension works, if any at existing
sub-station, the bidder shall fully familiarize himself with the site conditions and General
arrangements & schemes etc. though the owner shall endeavor to provide the information, it shall
not be binding for the Owner to provide the same.
1.4 The bidders are advised to visit the sub-station site and acquaint themselves with the topography,
infrastructure and design philosophy. The bidders shall be fully responsible for providing all
equipments, materials, system, and services specified or otherwise which are required to complete
the construction and successful commissioning of the sub-station in all respects in this package.
Non-visiting of sub-station site will not be acceptable as an excuse for claiming changes/variations.
2. SCOPE
The scope of this specification broadly covers the survey, design, engineering, supply, construction,
testing and commissioning of power evacuation system as detailed out below:
1. Construction of 01 No 400/132 kV, 4x315 MVA capacity Park Pooling Sub Station (Main PPS),
2. Construction of 01 No. 132/33kV, 6x100MVA capacity on Park Pooling Sub Station (PPS-1)
3. Construction of 02 Nos. 132/33kV, 3x100MVA capacity on each Park Pooling Sub Station (PPS-
2 and PPS-3)
4. Construction of 01 No. of 400kV D/C Transmission Line (approx. 4 KM) from RSDCL’s Main
Page 8 of 164
PPS to RVPN's 765/400/220kV GSS
5. Construction of 01 No. 132 kV Quadruple Circuit Transmission Line (approx. 6 KM) from
RSDCL's Main PPS to RSDCL's 132/33kV PPS-1 and PPS-3 with LILO of 1 No. 132kV S/C
between PPS-1 and PPS-3.
6. Construction of 01 No. of 132kV D/C Transmission Line (approx. 8 KM) from RSDCL's Main
PPS to RSDCL's 132/33kV PPS-2
The scope of this specification broadly covers the survey, design, engineering, supply,
construction, testing and commissioning of power evacuation system as detailed out below:
1. Construction of 01 No 400/132 kV, 4x315 MVA, Park Pooling Sub Station (Main PPS)
2. Construction of 02 Nos. 132/33kV, 6x100MVA Park Pooling Sub Station (PPS-1 and PPS-2)
3. Construction of 01 No. of 400kV D/C Transmission Line (approx. 6 KM) from RSDCL’s Main
PPS to RVPN's 765/400/220kV GSS
4. Construction of 04 Nos. 132 kV D/C Transmission Line (approx. 7 KM) from RSDCL's Main
PPS to RSDCL's 132/33kV PPS-1 and PPS-2
The scope of this specification broadly covers the survey, design, engineering, supply,
construction, testing and commissioning of power evacuation system as detailed out below:
1. Construction of 02 Nos. 220/33 kV, 3x80 MVA Park Pooling Sub Station (PPS-1 and PPS-2)
2. Construction of 01 No. of 220kV D/C Transmission Line (approx. 22 KM) from RVPN's
765/400/220kV GSS with 01 S/C terminated to RSDCL’s PPS-1 and another S/C terminated to
RSDCL’s PPS-2 along with interconnection of PPS-1 and PPS-2 with S/C Transmission Line
(approx. 5 KM)
Note:
1. Bidder shall refer Single Line Diagram, Detailed project Report, and other documents as provided
in tender.
2. All the activities related to Right of Way (ROW) including but not limited to identification of
ROW, negotiation, settlement of compensation, settlement of disputes, etc shall be the
Contractor’s responsibility.
3. LT supply on each Sub-Station of 400kV shall be of Tripple Source (First Source from the 33kV
DISCOM Supply from the Solar Park’s Pump House, Second source from the PPS LV and Third
Source from the Diesel Generator).
Page 9 of 164
4. LT supply on each Sub-Station of 220kV and 132kV shall be of Dual Source (One Source from
the 33kV DISCOM Supply from the Solar Park’s Pump House and other source from the PPS LV
Source.)
5. RSDCL shall also be referred to as ‘Purchaser’ or Employer’ or such phrase holding the same
meaning wherever applicable.
6. The complete design (unless specified otherwise in specification elsewhere) and detailed
engineering shall be done by the contractor based on conceptual drawings.
7. The Contractor shall also be responsible for the overall co-ordination with internal/ external
agencies, project management, training of Purchaser's manpower, loading, unloading, handling,
moving it to final destination for successful erection, testing and commissioning of the substation/
switchyard.
8. The bay width for switchyard of different voltage levels shall be as per standard requirement
subject to maintaining the required statutory clearances. The short circuit forces value applicable
for equipment support structures for the substation shall be calculated by the contractor. Design of
substation and its associated electrical & mechanical auxiliaries systems which includes
preparation of single line diagrams, installation drawings & electrical lay outs, erection key
diagrams, electrical and physical clearance diagrams, design calculations for Earthmat, Direct
Stroke Lighting Protection (DSLP), Bus Bar & Spacers, Control and Protection schematics, design
of Fire-fighting system and Air conditioning system, outdoor / indoor lighting / illumination and
other relevant drawings & documents required for engineering of all facilities within the fencing
as to be provided under this contract, are covered under the scope of the Contractor.
9. 33 kV System shall be underground and only termination arrangement for power developers
shall be on lattice structures and statutory clearances shall be maintained as per IS/IEC latest
amendment.
10. Any other items not specifically mentioned in the specification but which are required for erection,
testing and commissioning and satisfactory operation of the substation are deemed to be included
in the scope of the specification unless specifically excluded.
11. Specific exclusions- NIL
The Contractor shall be responsible for the engineering and detailed design of the Substation/
Lines and associated works to complete the facilities. The detailed design shall include, but not
limited to, the following main items in accordance with requirements of the Specifications:
Page 10 of 164
2.5. SUPPLY OF MATERIAL
1) Substations:
i) Three Phase Auto/Power Transformers: 315 MVA (400/132 kV), 100 MVA (132/33kV)
and 80 MVA (220/33kV)
ii) Circuit Breaker
iii) Instrument Transformers
iv) Isolator, Earth Switches
v) Surge Arrestors
vi) Control & Relay panels
vii) LTAC panels
viii) DC Distribution Board
ix) Battery & Battery charger
x) Control & power cables
xi) Bay Marshalling kiosk
xii) Equipment support and Substation structure (lattice/ Tubular type)
xiii) Air Conditioning System
xiv) Lighting System
xv) Fire Fighting System
xvi) PLCC, OLTE Equipments
xvii) Optical Fiber approach Cable (OFAC)/ Optic Fiber Cable (OFC) along-with complete
Fittings and Accessories
xviii) Substation Automation System for complete substation.
xix) Switchyard materials-cylindrical solid core post Insulator/Disc Insulator, ACSR AL-
59/Zebra/ Panther/ Moose, AAC Tarantulla, HTLS, Aluminium IPS Tubes, Hardware
clamps & Power connectors, Neutral CTs, EMVTs etc.
xx) Switchyard Structural Material (Lattice and Pipe Type)
xxi) Earthing Materials etc.
xxii) Cabling Material
xxiii) Auxiliary and Miscellaneous Items/ Systems: Testing/ Measuring Instruments/
Equipments, Mandatory Spares, Tools and Tackles & Other Miscellaneous Items
All equipments proposed for the station(s) are to be designed for fault level of 50 kA for 1 Sec.
for 400 kV, 220 kV & 40 kA for 1 Sec for 132 kV Switchyard irrespective of any other rating
specified elsewhere in the bid documents of this enquiry.
2) Lines:
Page 11 of 164
i) Fabrication, Galvanization of the transmission line Lattice type supporting structure
(towers) for 400kV, 220 kV and 132kV lines complete in all respect including U-bolts
with nuts, hangers with nuts and bolts, D-Shackles, with nuts and bolts, links, bird
guards, anti-climbing devices, flat washers etc.
ii) Transmission Line Material/ Equipments with associated accessories
iii) ACSR Zebra/ Panther/Tarantula/HTLS Conductor required as per technical specifications
with associated accessories
iv) Insulators (Disc/ Long-rod)
v) Earth-wire/ OPGW as applicable
vi) All the raw materials, such as steel, zinc for galvanizing, reinforcement steel, cement,
coarse and fine aggregates for tower foundation, coke and salt for tower earthing etc.
vii) Aviation Visual Aids (if applicable and specified in BOQ)
viii) Any other equipment / material required for successful completion of the projects
1) Substations:
The contractor shall construct, erect and install all equipment and material of switchyard
covered under the project. He shall be responsible for provision of all labour, tools and
plant, and supervisory staff for safe, reliable, proper and correct erection of project
components. The erection, testing and commissioning shall include but not limited to
following activities:
Page 12 of 164
link between Proposed Substations and terminal substations, wherever
applicable and its integration to existing/ proposed Optical network to Main
Command & Control Center
viii) Erection and establishing of fire fighting system by new/upgrading/ augmenting
existing Pump House, Water Reservoir, HVWS System for Auto Transformer
and Shunt Reactors, Hydrant System, Intelligent Fire alarm System etc. as
applicable.
ix) Installation of illumination system for both outdoor & indoor areas of substation
premises and buildings.
x) The complete site testing of the installed equipment as per manufacturer
standard testing practices and standard field quality plan (which are to be
submitted by contractor and approved by Nigam) shall be carried out before
commissioning of the substation. The contractor shall be responsible to provide
all necessary testing and commissioning personnel, tools and plant, test
equipment, etc.
xi) Erection, testing and commissioning of any other equipment / material required
for successful completion of the project.
xii) After successful erection and testing, Commissioning of all equipment,
subsystems and systems of the project and putting them into successful
commercial operation.
2) Lines:
The contractor shall construct, erect and install all equipment and material of Lines
covered under the project. He shall be responsible for provision of all labour, tools and
plant, and supervisory staff for safe, reliable, proper and correct erection of project
components. The erection, testing and commissioning shall include but not limited to
following activities:
i) Detailed Survey shall be carried out using GPS, Total stations, digital
theodolites etc. along the approved route alignment. As an alternative, the
contractor may also use ALTM (Airborne Laser Terrain Modeling)
techniques of equal or better accuracy for the detailed survey, route
alignment, profiling, tower optimization & spotting, soil resistivity
measurement & geotechnical investigation and check survey.
ii) Erection of supplied transmission lattice towers (including civil work) along
with all related accessories as per the approved tower spotting/ alignment.
iii) Dismantling, de-stringing/ restringing as required for existing Lines
iv) Erection of other Line items/ accessories such as ACSR Panther/ Zebra,
Insulator strings, vibration dampers, hardware, earthing material, earth
wire/OPGW with accessories etc.
v) Stringing as per approved sag-tension Charts
vi) Tack welding of bolts and nuts including supply and application of zinc rich
Page 13 of 164
primer and enamel paint, tower earthing work
vii) Testing and commissioning of 220/132 kV EHV lines on rated voltage.
3) The tools and plant shall include, but not limited to, special hoisting equipment,
cranes, stringing equipment, slings, consumables and all other articles and supplies as
required for successful execution of project.
4) The Bidder shall ensure periodic cleaning of work sites and removal of all waste
material, packing material, surplus earth and left-overs and their proper disposal.
1) Leveling of the sub-station area in accordance with the levels furnished and
approved by owner and consolidation.
Page 14 of 164
Works.
xxi) Anti Weed Treatment, PCC, Brick Edging and Stone Spreading in
Switchyard Area.
xxii) Sump for drained oil of transformer and shunt reactors.
3) All materials required for the civil construction / installation work shall be
supplied by the contractor. The cement and steel shall also be supplied by the
contractor.
5) All civil works related to construction of transmission lines as per scope of work.
6) Any other civil work required for successful completion of the project.
The Contractor shall submit the following design documents, calculations, studies and drawings
at various stages of the PROJECT as a minimum requirement. The design document,
calculations and drawings listed below is only included as a guideline to the Contractor. It is the
Contractor’s responsibility to submit the list of design documents, calculations and drawings
within agreed schedule for Engineer’s approval:
Page 15 of 164
1. EQUIPMENT/MATERIALS
Substations:
Page 16 of 164
• Annunciator System
• PLCC Equipments
• Optical Communication System including Optical Line Terminal Equipment,
OFAC/OFC, Optical Fiber Distribution Frame, Fiber Optic Pigtails, Power Line
Carrier System
• Testing Equipment, Tools & Tackles
• Any other equipments not listed here but required for completion of the project as per
detailed design and engineering
• Weather Monitoring system
• NIFPES
Lines:
Substations:
Page 17 of 164
• Design calculations of outdoor equipment steel supporting structures and 400 kV,
220 kV and 132 kV Structures, Flood Lighting Towers and Gantry take- off
structures and their foundations.
• Design Calculations of Septic Tank, and Other Pits.
• LV Cable Sizing and Ampacity Calculations
• Clearance diagrams
• Erection key diagram
• Relay Application
• Relay Setting Calculations along with all equipment related data Transformer data
(Turns, impedances, fault calculations, through fault withstand curves, v/f curves,
Inrush data, RTCC/tap changer data), data for all Transmission lines (measured &
Calculated impedance data obtained from relevant contractor).
• Site Security and Safety Plan
• Geotechnical Site Investigation Report including Soil Resistivity & Thermal
Resistivity Measurement
• Earthmat Calculations
• QA/QC Plan
• Factory Test Procedure
• Equipment details:
• Outlines and details
• Control cabinets and junction boxes details
• Internal wiring and termination
• Shipping and packing details
• Specification of components
• Weights and mounting details
• Nameplates
• Site test and commissioning in accordance with the testing and commissioning
specifications
• O&M manuals including sequence of operation manual.
Lines:
Note: The above-mentioned Design calculations and Documents are for tender purpose. And the Contractor
shall be fully responsible to arrange any other calculations and documents that are considered essential for the
continuous and efficient functioning of Substation as well as the Transmission Line.
Page 18 of 164
3. DRAWINGS
Substations:
Page 19 of 164
• Door and it’s hardware Schedule
• Toilet details and fitting schedule
• Battery room details and fitting schedule
• HVAC details
• Plumbing Layout and details
• Septic tank, seepages pit, dry pit and sewer details
• Control/Relay Buildings Equipments
• Panel layout and details
• Internal wiring and interconnection details
• Transformer/ Reactor Fire Protection System
• Supply priority details
• Fire pump and controls
• Fire emergency diesel engine details and controls
• Transformer/reach spray nozzles layout and details
• Manual fire protection stations, hydrants and hoses
• Cabling and Termination
• Interconnection Diagrams
• Cabling plans and details
• Cable schedules
• Cable termination schedules
• AC/DC Auxiliary Systems
• AC/DC auxiliary single line diagram
• AC/DC panel board schedules
• AC/DC panel wiring schematics
• Outdoor lighting and power outlets details and cabling
• Telephone outlet schedule and details
• Fibre Optic Communications System
• Communication cable routing and termination
• Protective Relay interconnection details
• Terminal equipment for fibre optic cables details
• General
• Perspective views of the switchyard
• Revision of revised existing drawings
• Abbreviations, symbol and legends
• Drawing control list
Lines:
• Tower Schedule
• Line Profile
• OPGW Layout and Attenuation Measurement results, as applicable
Page 20 of 164
2.9. PROJECT MANAGEMENT AND SITE SUPERVISION:
1) The contractor shall also be responsible for the overall co-ordination with
internal/external agencies, project management, supervision of works, training of
owner’s manpower, loading, unloading, handling, moving it to final destination for
successful erection, testing and commissioning of the substation.
2) The contractor shall provide experienced, skilled, knowledgeable and competent
personnel for all phases of the project, so as to provide the Owner with a high
quality system.
3) The successful contractor/ bidder shall submit the PERT (in MS-Project format)
with detailed activity plan for the approval of Nigam. The fortnightly/ monthly
progress report in the same format i.e. MS–Project (showing the base line dates and
actual progress accomplished) be submitted for the effective monitoring of the
project.
3. SCHEDULE OF QUANTITIES
The detailed description of various items/ equipments and civil works are indicated at Annexure-
3/BOQ. The bill of quantity of major equipments are also indicated and wherever the quantities
are not indicated, the bidder is required to compute the quantity. Bidder is required to indicate
unit rate and total price of the items under respective heads in bid proposal sheets. Bidders should
include all such items in the bid proposal sheets which are not specifically mentioned but are
essential for the execution of the contract.
4. LAYOUT ARRANGEMENTS
1. The electrical layout arrangements (SLD) are enclosed with the bid documents. The SLD
provided are as per DPR. However, the bidder is responsible for the development of Electrical
layout diagram of the Solar park for the LOT(S) as per Design and Engineering and shall take
RSDCL’s concurrence on the same before implementation on the site.
6. METEOROLOGICAL DATA
The meteorological data of the substation shall be provided to the successful bidder during
detailed engineering. However, for design purposes, maximum ambient temperature should be
considered as 50°C.
Page 21 of 164
7. SOIL DATA
The bidder shall be responsible for carrying out the required tests and should fully satisfy himself
about the nature of soil expected to be encountered prior to the submission of bid. Any variation
of soil data during detailed engineering or construction stage shall not constitute a valid reason in
affecting the terms and conditions of the bid.
8. DRAWINGS
The reference drawings (SLD) which form a part of the specifications are enclosed with tender
documents. The bidder shall maintain the overall dimensions of the substation, bay length,
bay width, phase to earth clearance, phase to phase clearance and sectional clearances,
clearances between buses, bus heights but may alter the locations of equipment to obtain the
statutory electrical clearances required for the substation.
The enclosed drawings give the basic scheme, layout of substation, substation buildings,
associated services etc. In case of any discrepancy between the drawing and text of specification,
the requirements of text shall prevail in general. However, the Bidder is advised to get these
clarified from Purchaser.
9. SPARES :
1. MANDATORY SPARES
The tentative list of spare parts and maintenance equipments have been provided in Annexure-1.
The prices of these spares shall be considered by the Bidder in the prices of respective
equipments.
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.
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 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. The list of spare
parts shall be finalized between the Purchaser and the Contractor after the completion of detailed
engineering.
3. The Contractor shall advise the Purchaser of the required lead time for ordering of
Page 22 of 164
spares and the minimum re-order quantities.
1. The bidder shall be responsible for safety of human and equipment during the working. It will
be the responsibility of the Contractor to co-ordinate and arrange for obtaining clearance if
required from any statutory bodies before commissioning. Any additional items, modification
if required for any clearance shall be provided by the Contractor at no extra cost to the
Purchaser.
List of Special Tools and Tackles have been provided in Annexure-1 and the bidder shall
consider the prices of the same while quoting for prices in the BOQ. Tools and Tackles to be
used during the project shall be in the Bidder’s scope.
i. Purchaser shall make available the auxiliary HT power Supplies (Rajasthan DISCOM) on
chargeable basis at a single point in the Sub-station. The prevailing energy rates of the state shall
be applicable. All further distribution from the same for construction and permanent auxiliary
supply shall be made by the contractor. However, in case of failure of power due to any
unavoidable circumstances, the contractor has to make necessary arrangements like diesel sets
etc. so that progress of work is not affected, and the Purchaser shall in no case be responsible for
any delay in works because of non- availability of power.
ii. Purchaser shall make available at a single point construction water supply on chargeable basis.
All further distribution for the same shall be made by the Contractor. In case of non-availability of
inadequate availability of water for construction work, the contractor shall make his own
arrangement at his own cost and the Purchaser shall in no case be responsible for any delay in
works because of non-availability or inadequate availability of water.
The Substation Automation System with decentralized architecture on a concept of bay oriented
distributed intelligence, as proposed to be supplied and commissioned in the contract is newer
technology to the Employer. As elaborate training and handholding are therefore necessary for
successful operation and maintenance by Employer’s engineers.
Page 23 of 164
14. FUNCTIONAL AND COMPOSITE TESTING
15. TRAINING:
The Substation based on IEC-61850 Automation System are newer technologies to be adopted
in RSDCL. The effective training and handholding shall be useful for implementation and
further maintenance of the substation.
1. The Contractor shall be responsible for proper handling and storage of materials from
the time of receipt up to the time of taking over of the complete transmission line by
RSDCL.
2. Yards and store provided by the Contractor for stacking and storage of materials shall be
open for inspection by RSDCL as and when required. The cost of handling and storage
shall be to the Contractor’s account.
1. The bidder shall be responsible for safety of human and equipment during the working. It
will be the responsibility of the Contractor to co-ordinate and arrange for obtaining
clearance if required from any statutory bodies before commissioning. Any additional
Page 24 of 164
items, modification if required for any clearance shall be provided by the Contractor at
no extra cost to the Purchaser.
1. The bidder should have assured access to supply PPS equipment/ materials from the
manufacturers (Vendors) covered in the following list. However, the owner reserves the right
to approve alternate vendors subject to meeting the technical specification, previous
performances, availability of after sales support/ service etc. in the overall interest of RSDCL/
Project.
2. In case, bidder is manufacturer of the equipment/ material required for the project, then the
bidder will supply own manufactured equipment/ material by approval of purchaser only. The
vendors/ manufacturers approved by RSDCL shall be final.
3. If the bidder proposes to supply material from vendors other than from approved vendors list
then they shall furnish qualifying details of such vendors as detailed hereunder. Letter of
Authorization/ Undertaking from the Manufacturers as per proforma Schedule shall be
submitted by successful bidder before commencement of supply.
Page 25 of 164
S. No. Equipment/ Minimum experience required/ criteria.
Material/ Sub-
contractors.
1 400/220/132 kV 80% quantity of Equipment/Material covered in the Bid
GSS (equivalent or higher rating) should have been
Equipment / manufactured & supplied in any one year during the past
material seven years by the manufacturer of that
Equipment/Material covered in the Bid, as on the date of
submission of request. Out of which 50% quantity of
Equipment/Material covered in the Bid should have been
satisfactory performance in any one year during the past
seven years.
To substantiate above requirement the successful bidder
shall furnish the following:
(i) Certificate from Chartered Accountant bearing
membership number with the name & address of the
Chartered Accountant. The certificate should clearly
indicate the quantity supplied, period of supply, name and
address of the purchaser and end user.
19. LIST OF APPROVED VENDORS (Bidder shall also refer Annexure 2 in addition to the below
table):
Page 26 of 164
3) M/s Siemens Ltd., Aurangabad
4) M/s GE India
2. Power & Control 1) M/s JAIDEO Enterprises, Jaipur
Cables
2) M/s INCOM Wires & Cables Ltd., New Delhi
3) M/s ALPHA Communication Ltd., Ghaziabad
4) M/s MAHARAJA Cables, New Delhi
5) M/s INSUCON Cables and Conductors Pvt. Ltd.,
Jaipur
6) M/s DECO Industries, Delhi
7) M/s ASHOKA Industries, Jaipur
8) M/s Cords Cables, Bhiwadi
9) KRISHNA/ FORT GLOSTER / FINOLEX /
HAVELLS / GEMSCAB/ UNIVERSAL CABLES /
RALLISON / PARAMOUNT / KEI / POLYCAB/
RPG/HVPL/KEC SILVASSA/ INDIAN
ALUMINIUM
CABLE/ INCAB/ ASIAN CABLE
3. SAS AND HITACHI (INDIA), GE (INDIA), SIEMENS (INDIA),
PROTECTION ZIV Automation
RELAY
4. Station Transformers 1) M/s Fatehpuria Transformers and Switchgears
(P) Ltd., Jaipur
2) M/s Steadfast Power System Pvt. Ltd., Gurgaon
3) M/s Vijay Electricals Ltd., Hyderabad
4) M/s Technical Associates Ltd., Lucknow
5) M/s DANISH, Pvt. Ltd., Jaipur
6) M/s STAR-DELTA Transformer Ltd., Bhopal
7) M/s Telawane Power Equipment’s Pvt Ltd.Navi
Mumbai
8) M/s CROMPTON/ ABB/ GE/ EMCO/ VOLTAMP/
SIEMENS/BHEL/
BHARAT BIJLEE/KANOHAR/
UTTAM BHARAT/TESLA/ T&R/
INDIAN/ TRANS
5. Lightning Arresters 1) M/s CGPISL, Nashik
Page 27 of 164
2) M/s THYCON Industries, Jaipur
3) M/s Radetron, Jaipur
8. DC Distribution Board 1) M/s Mangal Udyog, Jaipur
2) M/s Dusad Electricals, Jaipur
3) M/s Power Consultants, Jaipur
4) M/s DANISH Pvt. Ltd., Jaipur
9. Marshalling Kiosk 1) M/s SELMORE Engineers, Jaipur
2) M/s Mangal Udyog, Jaipur
3) M/s Power Consultants, Jaipur
4) M/s Chetani Electrical Equipments, Jaipur
10. LT Switchgear Board 1) M/s Power Consultants, Jaipur
2) M/s Mangal Udyog, Jaipur
3) M/s Dusad Electricals, Jaipur
4) M/s DANISH Pvt. Ltd., Jaipur
5) M/s Shivalic Power Control, Faridabad
11. 245 kV Isolators 1) M/s ELKTROLITES (Power) Pvt. Ltd., Jaipur
2) M/s FARADY Electricals Pvt. Ltd., Jaipur
3) M/s Engineers Enterprise, Jaipur
4) M/s Siemens Ltd
5) M/s S&S
13. 245 kV Solid Core 1) M/s ADITYA Birla Insulators, Halol (Guj.)
Insulators
2) M/s MODERN Insulators Ltd., Abu Road
3) M/s SARVANA Global Energy Ltd., Cuddalore
(Tamilnadu)
4) IEC/WSI
14. 245 kV Current 1) M/s Vishal Transformers & Switchgears (P) Ltd.,
Transformer Meerut
2) M/s Heptacare Power Industries Pvt. Ltd., Meerut
3) M/s SCT Ltd., Ghaziabad
4) M/s Mehru Electrical & Mechanical Engineers
(P), Ltd., Bhiwadi
5) ABB/ CGL/ SIEMENS/ BHEL
Page 28 of 164
3) M/s Brahampuri Steels Ltd., Jaipur
4) M/s Arihant Engineering Works, Jaipur
5) M/s Nexo Industries Pvt. Ltd., Ludhiana
6) M/s Ratna Engineering Works Raipur
7) M/s Anil Steels Pvt. Ltd., Kundali (Sonepat)
8) M/s N. L. Engineers Pvt. Ltd. Mohali
9) M/s R. S. Infra-Transmission Ltd., Jaipur
10) M/s VSP Enterprises Pvt. Ltd., Ganaur (Sonepat)
11) M/s Telecom Network Solutions, Noida
12) M/s Pragati Electrocom Pvt. Ltd., Gurgaon
13) M/s Solux Galfab Pvt. Ltd., Kolkata
14) M/s Accords Communication Pvt. Ltd.,
Phatehganj, Baroda
15) M/s Salasar Techno Engineering (P), Ghaziabad
16) M/s Associate Power Structure (P), Vadodara
17) M/s NAMDHARI INDUSTRIAL TRADERS (P)
Ltd.,
Ludhiana
18) M/s Shri Krsna Urja Project Ltd., Jaipur
19) M/s Anaimica Conductors, Jaipur
17. ACSR Conductor 1) M/s AGARWAL General Engineering Works
‘PANTHER' (Pvt.) Ltd., Jaipur
2) M/s PREM Cables (P) Ltd., Pali
3) M/s Venkateswara Wires Pvt. Ltd., Jaipur
4) M/s Rajasthan Cables & Conductors Pvt. Ltd.,
Jaipur
5) M/s NECCON Power & Infra Limited, Jaipur
6) M/s LUMINO Industries Ltd., Kolkata
7) M/s DYNAMIC Cables LTD., Jaipur
8) M/s JSK Industries Pvt Ltd., Mumbai
9) M/s Rajasthan Transmission Wires Pvt. Ltd.,
Jaipur
10) M/s Mahaveer Transmission Ltd., Dehradun
Page 29 of 164
7) M/s DYNAMIC Cables Ltd., Jaipur
8) M/s RAJ. Transmission Wires Pvt. Ltd., Jaipur
9) M/s JSK Industries, Silvasa
19. 7/3.15 /7/4 mm GSS 1) M/s HIMACHAL Wire Industries Pvt. Ltd.,
Earth wire Kangra
2) M/s BAJRANG Wire Products (India) Pvt. Ltd.,
Jaipur
3) M/s NIRMAL Wire Pvt. Ltd., Kolkata
4) M/s KRITIKA Wire Pvt. Ltd., Kolkata
5) M/s Geekay Wires Pvt. Ltd., Hyderabad
6) M/s Bedmutha Industries Ltd., Nashik
20. INSULATORS
(a) Porcelain Long Rod 1) M/s MODERN Insulators Ltd., Abu Road
(b) Disc 1) M/s BHEL, Amethi (UP)
2) M/s WSI, Chennai
3) M/s Aditya Birla Insulators, Hoogly (WB)
4) M/s Suraj Ceramics Industries, Bikaner
5) M/s Imperial Ceramics Pvt. Ltd., Bikaner (70kN
only)
6) M/s Shreeji Power & Insulators P. Ltd., Kutch
(Guj.) (70kN only)
7) M/s Bikaner Ceramics Pvt. Ltd., Bikaner
21. Substation Hardware 1) M/s EXCEL ASSOCIATES Pvt. Ltd., Jaipur
and connectors for
ACSR Conductor &
Earth wire
2) M/s RAJASTHAN TRANSMAT P. Ltd., Jaipur
3) M/s PREMIER POWER PRODUCTS
(CALCUTTA)
P. Ltd., Kolkata
4) M/s S.R. ELECTRICAL Pvt Ltd., Howrah
5) M/s Electromech & Transtech Pvt. Ltd., Kolkata
6) M/s Aluminum Electricals Industries, Banaras
22. Bolts & Nuts 1) M/s Nexo Industries Pvt. Ltd., Ludhiana
2) M/s A.V. Forgings, Mohali
3) M/s Ravi Engineers, Amritsar
4) M/s Karamtara Fasteners, Mumbai.
5) M/s Deepak Fasteners, Ludhiana.
6) M/s Forex Fasteners, Ludhiana
7) M/s Garg Fasteners, Ludhiana
8) M/s Techman India, Chandigarh
9) M/s A.S.P. Pvt. Ltd.,Howrah
10) M/s Millenium structures (India) Ltd., Indore
11) M/s Sterling olts (P) Ltd., Howrah
Page 30 of 164
12) M/s G.K.W. Ltd., Howrah
13) M/s Pankaj International, Ludhiana
14) M/s Bharat Industries, Howrah
15) M/s Precision Auto Engineers, Ludhiana
16) M/s J.C. Fasteners Limited, Rohtak
17) M/s DFL International Limited, Ludhiana
18) M/s Remax (India), Ludhiana
19) M/s Bharati Overseas, Ludhiana
20) M/s Anishika Fasteners Pvt Ltd., Nagpur
21) M/s Precision Fasteners Limited, Mumbai
22) M/s HR Steel Industries, Howrah
23) M/s N. L. Engineers Pvt. Ltd., Mohali
24) M/s G.S. Castings, Kurukshetra
25) M/s Nishant Steel Industries, Ludhiana
26) M/s Roshan Impax Pvt. Ltd., Ludhiana
27) M/s Indian Steel and Wire Products Ltd.,
Jamshedpur
28) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
23. Washers / Spring 1) M/s Nexo Industries Pvt. Ltd., Ludhiana
Washers
2) M/s Springlock Industries, Vadodara
3) M/s Chempromech Engineers, Nagpur
4) M/s Forbes & Gokak Ltd., Mumbai
5) M/s Navin Metal Industries, Kolkata
6) M/s Forex Fasteners, Ludhiana.
7) M/s Ravi Engineers, Amritsar
8) M/s Roshan Implex Pvt. Ltd., Ludhiana
9) M/s Pankaj International, Ludhiana
10) M/s Millenium structures (India) Ltd., Indore
11) M/s Anand Bolts, Ludhiana
12) M/s A.V. Forgings, Mohali
13) M/s Garg Fasteners, Ludhiana
14) M/s N.L.Engineers Pvt. Ltd., Mohali
15) M/s G.S. Castings, Kurukshetra
16) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
24. 48 V VRLA Battery set 1) M/s NED ENERGY Ltd., Hyderabad
2) M/s AMARA RAJA BATTERIES Ltd., Triputi
3) M/s Exide Industries Pvt. Ltd., Kolkata
25. 48 V SMPS Battery 1) M/s S. M. CREATIVE ELECTRONICS Ltd.,
Charger Delhi
2) M/s PUNJAB COMMUNICATIONS Ltd., Mohali
Page 31 of 164
3) M/s Statcon Energia PVT. Ltd., Noida
26. Insulating Rubber Mat 1) M/s Premier Polyfilm Ltd., Ghaziabad
2) M/s Marvel Vinyls Ltd., New Delhi
3) M/s Vardaman/M/s Sintex/M/s Polycon
27. Safety Helmet 1) M/s P. N. Safetech (P) Ltd., New Delhi
2) M/s Vinayaka Enterprises, Jaipur
3) M/s Gaurav Gems, Jaipur
28. Rubber Hand Gloves 1) M/s Classic Industries, Jodhpur
2) M/s Elektro Equipments, Ajmer
3) M/s Dahanu Rubber Gloves Mfg. Co., Thane
4) M/s Crystal
29. Fibre Glass Ladder 1) M/s E-safe Enterprises, Jodhpur
(Plastic moulded)
2) M/s Alied Trade Links Pvt Ltd/ M/s Alco
30. Fibre Glass Discharge 1) M/s E-safe Enterprises, Jodhpur
Earthing Rod
38. Fire Extinguisher 1) M/s Hitech Industries, Rajkot
2) M/s Intime Fire Appliances (P) Ltd., Mumbai
3) M/s Kanadia Fyr Fyter Pvt Ltd
4) M/s Gunnebo India Pvt Ltd
31. Furniture 1) M/s Godrej
2) M/s Zuari
3) M/s Featherlite
32. Earthing Material 1) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
2) M/s H. S. Engineering Works, Ghaziabad
3) M/s Bhrampuri Steels, Jaipur
33 ENERGYEFFICIENT
LED/ PHILIPS/BAJAJ/CGL/HAVELLS/DIAON/INSTAPOWE
MAGCOUPLED/CFL R/
Siska
34 ELECTRICAL ANCHOR/ HAVELLS/ ABB/ L&T/ BAJAJ/
FITTING & FIXTURES INDO COPPS/
B&C/BCH/CGL/STANDARD COPPS
35 AIR-CONDITIONING
HIGH WALL SPLIT CARRIER/VOLTAS/ BLUE STAR/
TYPE HITACHI/DAIKIN/MITSUBISHI/
NATIONAL/ O‟
GENERAL
CASSETTE TYPE HITACHI/ DAIKIN/MITSUBISHI
36 M.S.
SECTIONS M/S SAIL /M/S IISCO /M/S RINL / M/S TISCO/
FLATS APPROVED RE-
ANGLES ROLLERS/ASHIRWAD/SWASTIKA/SRI KRSNA
CHANNELS URJA
Page 32 of 164
PLATES
37 MS ROD FOR M/S SAIL /M/S IISCO /M/S RINL / M/S TISCO/
EARTHING APPROVED RE-ROLLERS
38 MS/ GI PIPE M/S JINDAL/ M/S SURYA ROSHNI /M/S
AJANTA/
Advance steel tubes Ltd
39 PVC PIPE FINOLEX, PUNE
40 COMMUNICATION
EQUIPMENTS
HF CABLE RUCHIKA CABLES/ELECTRONIC CORP./DELTON
Page 33 of 164
43 MAJOR ITEMS FOR
LT PANELS & MK:
47 CABLE
PEECO/ COMET/ DOWELLS/ QPIE/ ARUP
COMPRESSION
GLANDS
48 CABLE TRAYS
STEELWAYS/ BHARTI/ UNITECH
49 GALVENIZED M/S BEC, DELHI/ M/S KK IND., KOLKATA
CONDUIT /M/S JAVERY / M/S AKG, NOIDA
Page 34 of 164
51 COMPUTER SYSTEM
(INDUSTRIAL
GRADE
COMPONENTS)
INDUSTRIAL
COMPUTER/ CHINO-LAXON/ ADVANTEC/ EQ./ DYNALOG
SERVER
WORKSTATIONS IBM/HP/DELL/WIPRO/HCL
PRINTERS
LASER: HP/EPSON/ Cannon/ Brothers
DOT MATRIX: WEP/ LIPI/TVSE
ETHERNE
T RUGGEDCOM/ ON-TIME/ GARRETCOM
SWITCHES
FIBER OPTIC CABLE FINOLEX/ D-LINK/ DAX/LINKSYS/ AKSH
COMPUTER SYSTEM
(OFFICE
APPLICATIONS)
52 DESKTOP
COMPUTE IBM/ HP/DELL/HCL/WIPRO/Acer
R
53 ETHERNE
T CISCO/EQ.
SWITCHES
54 ETHERNET
CABLING, I/O & LINKSYS/ D-LINK/AMP
FIBER PATCH
CORDS
NOTE:
i. RSDCL reserves the right to approve additional vendor(s) in the above approved
vendor list for the various items/ equipments subject to meeting of following
criteria:-
ii. Meeting of technical specification along with type test requirements as per
specification/ relevant standard.
iii. Satisfactory performance of the offered equipments/ items at rated voltage level/
fulfilling functional & performance requirement at rated voltage level switchyard
in any STU/ CTU/ Public sector undertaking for two years as on the date of bid
opening.
iv. RSDCL however reserves right to approve additional vendor based on above
criteria during execution of project in case of unforeseen situation and in the
interest of overall project.
Page 35 of 164
v. One copy of order placed by Bidder on vendors is to be furnished to RSDCL.
Comments, if any, by RSDCL shall be incorporated/ agreed upon by the
Contractor.
vi. Bidder shall furnish vendors undertaking authorization letter as per Performa to be
furnished by RSDCL during post price bids discussion regarding assured access,
quality controls inspection, stage inspection etc. and as per manufacture’s quality
assurance plan. GTP, drawings etc. are to be approved by the bidder for offered
make after placement of order.
vii. Equipments offered from the above vendors shall meet all requirements of the
specification of RSDCL. GTP, drawings etc. are to be got approved by the bidder
for offered make after placement of order.
viii. Equipments offered from the above vendors shall meet all requirements of the
specification of RSDCL.
1. The bidders shall submit the technical requirements, data and information as per the technical
data sheets provided in the Volume III & IV of bid documents.
2. The bidders shall furnish catalogues, engineering data, technical information, design documents,
drawings etc. fully in conformity with the technical specification.
3. It is recognized that the Contractor may have standardized on the use of certain components,
materials, processes, or procedures different than those specified herein. Alternate proposals
offering similar equipment based on the manufacturer’s standard practice will also be considered
provided such proposals meet the specified designs, standard and performance requirements and
are acceptable to the Purchaser. Unless brought out clearly, the Bidder shall be deemed to
confirm to this specification scrupulously. All deviations from the specification shall be clearly
brought out in the respective schedule of deviations. Any discrepancy between the specification
and the catalogues or the bid, if not clearly brought out in the schedule, will not be considered as
valid deviation.
5. Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures, and
standard accessories normally provided with such equipment and/ or needed for erection,
completion and safe operation of the equipment as required by applicable codes though they
may not have been
Page 36 of 164
6. specifically detailed in the Technical Specifications unless included in the list of exclusions.
Materials and components not specifically stated in the specification, but which are necessary for
commissioning and satisfactory operation of the switchyard unless specifically excluded shall be
deemed to be included in the scope of the specification and shall be supplied without any extra
cost. All similar standard components/ parts of similar standard equipment provided, shall be
inter-changeable with one another.
7. The contractor shall supply type tested (including special tests as per technical specification)
equipments and materials. The test reports shall be furnished by the Contractor along with
equipment/ material drawings. In the event of any discrepancy in the test reports i.e. any test
report not acceptable due to any design/ manufacturing changes or due to non-compliance with
the requirement stipulated in the Technical Specification and/ or IEC/ IS, same shall be carried
out without any additional cost implication to the Purchaser. The Purchaser reserves the right to
get any or all type/ tests conducted/ repeated. In case of repetition of the type and special test, if
required by the purchaser, their tests charges shall be payable.
8. Unless brought out clearly in the respective Schedule of Deviations, it will be considered that, the
bid proposals scrupulously conform compliance to the Specification. The bidders must bring out
all the devotions in the bid proposals.
9. In case there is a discrepancy between the data of offered equipment and catalogue furnished, and
unless the deviations are brought out clearly in the Technical Deviation Schedule, the equipment
will be deemed to conform compliance to the Specification scrupulously.
21. STANDARDS
1. The works covered by the specification shall be designed, engineered, manufactured, built, tested,
and commissioned in accordance with the Acts, Rules, Laws and Regulations of India.
2. The equipment to be furnished under this specification shall confirm to latest issue with all
amendments of standard specified under this section as well as under respective Sections of the
specification.
3. In addition to meeting the specific requirement called for in the respective sections of the
Technical Specification, the equipment shall also conform to the general requirement of the
relevant standards which shall form an integral part of the specification.
4. The Bidder shall note that standards mentioned in the specification are not mutually exclusive or
complete in themselves but intended to complement each other.
5. The Contractor shall also note that list of standards presented in this specification is not complete.
Whenever necessary the list of standards shall be considered in conjunction with specific IS/ IEC.
6. When the specific requirement stipulated in the specifications exceed or differ than those required
by the applicable standards, the stipulation of the specification shall take precedence.
7. Other internationally accepted standards which ensure equivalent or better performance than that
specified in the standards referred shall also be accepted. Copies of such standards shall be
submitted by the bidder.
8. In case governing standards for the equipment is different from IS or IEC, the salient points of
difference shall be clearly brought out in additional information schedule of Vol. III & IV along
Page 37 of 164
with English language version of standard or relevant extract of the same. The equipment
conforming to standards other than IS/ IEC shall be subject to Purchaser’s approval.
9. The bidder shall clearly indicate in his bid the specific standards in accordance with which the
works will be carried out.
1. The 420 kV system is being designed to limit the switching surge over voltage to 2.5 pu and the
Power frequency over voltage to 1.5 pu in case of the 420 kV system, the initial value of the
temporary over voltages could be 2.0 pu for 1-2 cycles. the equipment furnished under this
specification shall perform all its functions and operate satisfactorily without showing undue
strain, restrike etc. under such over voltage conditions. Accordingly, the 220kV and 132kV
voltage systems shall have standard thresholds of the above parameters as per design.
2. All equipments shall also perform satisfactorily under various other electrical, electromechanical
and meteorological conditions of the site of installation.
3. All equipment shall be able to withstand all external and internal mechanical, thermal and
electromechanical forces due to various factors like wind load, temperature variation, ice &
snow, (wherever applicable) short circuit etc. for the equipment.
4. The bidder shall design the various forces for which the terminal connectors of the equipment are
required to withstand.
6. All outdoor EHV equipments except marshalling kiosks shall be suitable for hot line washing.
7. To facilitate erection of equipment, all items to be assembled at site shall be “match marked”.
8. All piping, if any between equipment control cabinet/ operating mechanism to marshalling box of
the equipment, shall bear proper identification to facilitate the connection at site.
9. Operating times of circuit breakers, prototype relays and PLCC equipment have been specified in
respective sections. However, bidders are allowed to have minor variations in the individual
equipment timing subject in the conditions that overall fault clearing time remains within 100 ms
at 400 kV level under comparable conditions.
1. The furnishing of engineering data by the Contractor shall be in accordance with the schedule for
each set of equipment as specified in the Technical Specifications.
2. The review of these data by the Purchaser will cover only general conformance of the data to the
specifications and documents, interfaces with the equipment provided under the specifications,
external connections and of the dimensions which might affect substation layout. This review by
the purchaser may not indicate a thorough review of all dimensions, quantities and details of the
equipment, materials, any devices, or items indicated, or the accuracy of the information
submitted. This review and/ or approval by the Purchaser shall not be considered by the
Contractor, as limiting any of his responsibilities and liabilities for mistakes and deviations from
Page 38 of 164
the requirements, specified under these specifications and documents.
3. All engineering data submitted by the Contractor after final process including review and
approval by the Purchaser shall form part of the Contract Document and the entire works
performed under these specifications shall be performed in strict conformity, unless otherwise
expressly requested by the Purchaser in Writing.
24. DOCUMENTS
1. The bidder must furnish a detailed list of drawings/ documents along with the bid proposal which
he intends to submit to the owner after award of the contract.
2. The contractor shall necessarily submit all the drawings/ documents unless anything is waived.
3. The Contractor shall submit 6 (Six) sets of drawings/ design documents/ test reports as may be
required for the approval of the Purchaser.
4. All engineering data submitted by the Contractor after final process including review and
approval by the Purchaser shall form part of the Contract Document and the entire works
performed under these specifications shall be performed in strict conformity, unless otherwise
expressly requested by the Purchaser in Writing.
25. DRAWINGS
1. All drawings submitted by the Contractor including those submitted at the time of bid shall be in
sufficient detail to indicate the type, size, arrangement, material description, Bill of Materials,
weight of each component, break-up for packing and shipment, the external connections, fixing
arrangement required, the dimensions required for installation and interconnections with other
equipments and materials, clearances and spaces required for installation and interconnections
between various portions of equipments and any other information specifically requested in the
specifications.
2. Each drawing submitted by the Contractor shall be clearly marked with the name of the
Purchaser, the unit designation, the specifications title, the specification number, and the name of
the Project. If standard catalogue pages are submitted, the applicable items shall be indicated
therein. All titles, noting, markings and writings on the drawing shall be in English. All the
dimensions should be in metric units.
3. Further work by the Contractor shall be in strict accordance with these drawings and no deviation
shall be permitted without the written approval of the Purchaser, if so required.
4. The review of these data by the purchaser will cover only general conformance of the data to the
specifications and documents, interfaces with the equipment provided under the specifications,
external connections and of the dimensions which might affect substation layout. This review by
the purchaser may not indicate a thorough review of all dimensions, quantities and details of the
equipment, materials any devices or items indicated, or the accuracy of the information
submitted. This review and/ or approval by the purchaser shall not be considered by the
contractor, as limiting only of his responsibilities and liabilities for mistakes and deviations from
the requirements, specified under these specifications and documents.
Page 39 of 164
5. All manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawings shall be at the Contractor’s risk. The Contractor may make any changes in the
design which are necessary to make the equipment conform to the provisions and intent of the
Contract and such changes will again be subject to approval by the Purchaser. Approval of
Contractor’s drawing or work by the Purchaser shall not relieve the contractor of any of his
responsibilities and liabilities under the contract.
6. All engineering data submitted by the contractor after final process including review and
approval by the purchaser shall form part of the contract document and the entire works
performed under these specifications shall be performed in strict conformity, unless otherwise
expressly requested by the purchaser in writing.
1. The scheduled dates for the submission of these as well as for, any data/ information to be
furnished by the Purchaser would be discussed and finalized at the time of award. The Contractor
shall also submit six (6) copies of all drawings/ design documents/ test reports for approval of the
Purchaser. The following schedule shall be followed generally for approval.
Page 40 of 164
office)
vi) Furnishing of instruction/ As per agreed schedule
operation manuals (4 copies
per substation and two copies for
Purchase Office)
vii) VCD -do-
highlighting installation and
maintenance techniques/
requirement of circuit breaker &
isolators (one per substation plus
one for Purchase Office)
viii) As built drawings & CDs/ Optical On completion of entire
Disc (Two sets per substation plus works
one set for Purchase Office)
NOTE:
(1) The contractor may please note that all resubmissions must incorporate all comments given in
the prior submission by the Purchaser or adequate justification for not incorporating the same
must be submitted failing which the submission of documents is likely to be returned.
(2) The drawings which are required to be referred frequently during execution should be
submitted on cloth lined paper. The list of such drawings shall be finalized with the Contractor
at the time of Award.
(3) All major drawings should also be submitted in latest auto cad version.
(4) The instruction Manuals as hard copy along with soft documents shall contain full details of
drawings of all equipment being supplied under this contract, their exploded diagrams with
complete instructions for storage, handling, erection, commissioning, testing, operation,
trouble shooting, servicing and overhauling procedures.
(5) If after the commissioning and initial operation of the substation, the instruction manuals
require any modifications/ additions/ changes, the same shall be incorporated and the updated
final instruction manuals shall be submitted by the Contractor to the Purchaser.
(6) The Contractor shall furnish to the Purchaser, spare parts catalogues also.
(7) The list of major drawings and General Technical Parameters to qualify for interim advance
as per section SCC.
1. The contractor shall propose a color scheme for those equipments/ items for which the colour
scheme has not been specified in the specification, for the approval of Purchaser. The decision of
Purchaser shall be final. The scheme shall include:
Page 41 of 164
- Finishing colour of Indoor equipment.
- finishing colour of Outdoor equipment
- Finish colour of all cubicles.
- finishing colour of various auxiliary system equipment including piping.
- Finishing colour of various building items.
2. All steel structures, plates etc. shall be painted with non-corrosive paint on a suitable primer. It
may be noted that normally all Purchaser’s electrical equipment in Purchaser’s switchyard are
painted with shade 631 of IS-5. All the indoor cubicles shall be of same colour scheme and for
other miscellaneous items colour scheme will be approved by the Purchaser.
1. General Requirement
2. Where the specification does not contain characteristics with reference to workmanship,
equipment, materials, and components of the covered Equipment, it is understood that the same
must be new, of highest grade of the best quality of their kind, conforming to best engineering
practice and suitable for the purpose for which they are intended.
3. In case where the equipment, materials or components are indicated in the specification as
“similar” to any special standard, the Purchaser shall decide upon
4. the question of similarity. When required by the specification or when required by the Purchaser
the Contractor shall submit, for approval, all the information concerning the materials or
components supplied installed or used without such approval shall run the risk of subsequent
rejection, it being understood that the cost as well as the time delay associated with the rejection
shall be borne by the Contractor.
5. The design of the Works shall be such that installation, future expansions, replacements, and
general maintenance may be undertaken with a minimum of time and expenses. Each component
shall be designed to be consistent with its duty and suitable factors of safety, subject to mutual
agreements and shall be used throughout the design. All joints and fastenings shall be devised,
constructed, and documented so that the component parts shall be accurately positioned and
restrained to fulfill their required function. In general, screw threads shall be standard metric
threads. The use of other thread forms will only be permitted when prior approval has been
obtained from the Purchaser.
6. Whenever possible, all similar part of the Works shall be made to gauge and shall also be made
interchangeable with similar parts. All spare parts shall be interchangeable with and shall be
made of the same materials and workmanship as the corresponding parts of the Equipment
supplied under the Specification. Where feasible, common component units shall be employed in
different pieces of equipment to minimize spare parts stocking requirements. All equipment of
the same type and rating shall be physically and electrically interchangeable.
7. All materials and equipment shall be installed in strict accordance with the manufacturer’s
recommendation(s). Only first-class work in accordance with the best modern practices will be
accepted. Installation shall be constructed as being the erection of equipment at its permanent
location. This, unless otherwise specified, shall include unpacking, cleaning, and lifting into
position, grouting, leveling, aligning, coupling of or bolting down to previously installed
equipment bases/ foundations, performing the alignment check and final adjustment prior to
initial operation, testing and commissioning in accordance with the manufacturer’s tolerances and
Page 42 of 164
instructions and the Specification. All factory assembled rotating machinery shall be checked for
alignment and adjustment made as necessary to re-establish the manufacturer’s limits suitable
guards shall be provided for the protection of personnel on all exposed rotating and/or moving
machine parts and shall be designed for easy installation and removal for maintenance purposes.
The spare equipment(s) shall be installed at designated locations and tested for healthiness.
8. The Contractor shall apply oil and grease of the proper specification to suit the machinery, as is
necessary for the installation of the equipment, Lubricants used for installation purposes shall be
drained out and the system flushed through where necessary for applying the lubricant required
for operation. The Contractor shall apply all operational lubricants to the equipment installed by
him.
9. All oil, grease and other consumables used in the Works/ equipment shall be purchased in India
unless the Contractor has any special requirement for the specific application of a type of oil or
grease not available in India. In such is the case he shall declare in the proposal, where such oil or
grease is available. He shall help Purchaser in establishing equivalent Indian make and Indian
Contractor. The same shall be applicable to other consumables too.
10. A cast or welded steel base plate shall be provided for all rotating equipment which are to be
installed on a concrete base unless otherwise agreed to by the Purchaser. Each base plate shall
support the unit and its drive assembly, shall be of design with pads for anchoring the units and
shall have a raised up all around and shall have threaded in air connections, if so required.
12. Outdoor equipment supplied under the specification shall be suitable for service and storage
under tropical conditions of high temperature, high humidity, heavy rainfall and environment
favorable to the growth of fungi and mildew. The indoor equipment located in non-air-
conditioned areas shall also be of same type.
14. The heaters shall be suitable for continuous operation at 240 V as supply voltage. On-off switch
and fuse shall be provided.
15. One or more adequately rated thermostatically connected heaters shall be supplied to prevent
condensation in any compartment. The heaters shall be installed in the lower portion of the
compartment and electrical connections shall be made from below the heaters to minimize
deterioration of supply wire insulation. The heaters shall be suitable to maintain the compartment
temperature to prevent condensation.
16. The heaters shall be suitably designed to prevent any contact between the heater wire and the air
and shall consist of coiled resistance wire centered in a metal sheath and completely encased in a
highly compacted powder of magnesium oxide or other material having equal heat conducting
and electrical insulation properties, or they shall consist of resistance wire wound on a ceramic
and completely covered with a ceramic material to prevent any contact between the wire and the
air. Alternatively, they shall consist of a resistance wire mounted into a tubular ceramic body
built into an envelope of stainless steel or the resistance wire is wound on a tubular ceramic body
and embedded in vitreous glaze. The surface temperature of the heaters shall be restricted to a
value which will not
Page 43 of 164
17. shorten the life of the heater sheaths or that of insulated wire or other component in the
compartments.
19. Besides the space heaters, special moisture and fungus resistant varnish shall be applied on parts
which may be subjected or predisposed to the formation of fungi due to the presence or deposit of
nutrient substances. The varnish shall not be applied to any surface of part where the treatment
will interfere with the operation or performance of the equipment. Such surfaces or parts shall be
protected against the application of the varnish.
21. To ensure adequate ventilation, compartments shall have ventilation openings provided with the
fine wire mesh of brass to prevent the entry of insects and to reduce to a minimum the entry of
dirt and dust. Outdoor compartment openings shall be provided with shutter type blinds.
23. The enclosures of the Control Cabinets, Junction boxes and Marshalling Boxes, panels etc. to be
installed shall provide degree of protection as detailed here under:
27. Installed indoor in non air-conditioned area where possibility of entry of water is limited: IP-41
29. The degree of protection shall be in accordance with IS:13947 (Part-I)/ IEC- 947(Part-I). Type
test report for degree of protection test, on each type of the box shall be submitted for approval.
1. Each main and auxiliary item of substation is to have permanently attached to it in a conspicuous
position a rating plate of non-corrosive material upon which is to be engraved manufacturer’s
name, year of manufacture, equipment name, type of serial number together with details of the
loading conditions under which the item of substation in question has been designed to operate,
and such diagram plates as may be required by the Purchaser. The rating plate of each equipment
shall be according to IEC requirement.
2. All such nameplates, instruction plates, rating plates shall be bilingual with Hindi inscription first
followed by English. Alternatively, two separate plates one with Hindi and the other with English
inscriptions may be provided.
All the first fill of consumables such as oils, lubricants, filling compounds, touch up paints,
soldering/ brazing material for all copper piping of circuit breakers and essential chemicals etc.
Page 44 of 164
which will be required to put the equipment covered under the scope of the specifications, into
successful Operation, shall be furnished by the Contractor unless specifically excluded under the
exclusions in these specifications and documents.
1. The bidder shall note that the equipment offered by him in the bid only shall be accepted for
supply. However, the Purchaser or the Contractor may propose changes in the specification of the
equipment or quality thereof and if the purchaser & contractor agree upon any such changes, the
specification shall be modified accordingly.
2. If any such agreed upon change is such that it affects the price and schedule of completion, the
parties shall agree in writing as to extend of any change in the price and/or schedule of
completion before the contractor proceeds with the change. Following such agreement, the
provision thereof shall be deemed to have been amended accordingly.
3. Any change in design or manufacturing process which the contractor incorporates in the
equipment as a measure of improvement on his own shall not entitlement him for any extra
payment.
1. To ensure that the equipment and services under the scope of this contract whether manufactured
or performed within the Contractor’s Works or at his Sub- Contractor’s premises or at the
Purchaser’s site or at any other place of Work are in accordance with the specifications, the
Contractor shall adopt suitable quality assurance program to control such activities at all points
necessary. Such program shall be outlined by the Contractor and shall be finally accepted by the
Purchaser after discussions before the award of Contract. A quality assurance program of the
contractor shall generally cover the following:
2. His organization structure for the management and implementation of the proposed quality
assurance program;
5. The procedure for purchases of materials, parts components and selection of sub-Contractor’s
services including vendor analysis, source inspection, incoming raw material inspection,
verification of material purchases etc.
6. System for shop manufacturing and site erection controls including process controls and
fabrication and assembly control;
8. Inspection and test procedure both for manufacture and field activities;
15. A quality plan detailing out the specific quality control measures and procedures adopted for
controlling the quality characteristics relevant to each item of equipment furnished and/or
services rendered.
16. The Purchaser or his duly authorized representative reserves the right to carry out quality audit
and quality surveillance of the system and procedure of the Contractor/ his vendor’s quality
management and control activities.
The Contractor shall be required to submit the following Quality Assurance Documents within three
weeks after Dispatch of the equipment.
1. All Non-Destructive Examination procedures, stress relief and weld repair procedure used during
fabrication and reports including radiography interpretation reports.
3. Welder’s identification list, listing welder’s and welding operator’s qualification procedure and
welding identification symbols.
4. Raw material test reports on components as specified by the specification and/or agreed to in the
quality plan.
6. Factory test results for testing required as per applicable codes/ mutually agreed quality plan/
standards referred in the technical specification.
7. The quality plan with verification of various customer inspection points (CIP) as mutually agreed
and methods used to verify the inspection and testing points in the quality plan were performed
satisfactorily.
1. RSDCL, his duly authorized representative and/ or outside inspection agency acting on behalf of
RSDCL/ Owner shall have at all reasonable times access to the Contractor's premises or Works
and shall have the power at all reasonable times to inspect and examine the materials and
workmanship of the Works during its manufacture or erection and if part of the Works is being
manufactured or assembled at other premises or works, the Contractor shall obtain from the
manufacturer/ his duly authorized representative permission for inspection by RSDCL as if the
works were manufactured or assembled on the Contractor's own premises or works with the
concurrence of RSDCL.
2. RSDCL reserves the right to witness any or all type, acceptance and routine tests specified, for
which at least 15 (Fifteen) days‟ notice in advance shall be given by the Contractor. Contractor
shall ensure before giving notices for type test that all drawings and quality plans have been got
Page 46 of 164
approved. The equipment shall be dispatched to site only after approval of test certificates by
RSDCL.
3. The Contractor shall give RSDCL/ Inspector Fifteen (15) days written notice of any material
being ready for testing, for each stage of testing as identified in the approved quality plan and
CIP. Such tests shall be to the Contractor’s account. RSDCL/Inspector, unless witnessing of the
tests is virtually waived, will attend such tests within fifteen (15) days of the date of which the
equipment is notified as being ready for test/inspection, failing which the Contractor may proceed
with the test which shall be deemed to have been made in the Inspector's presence and he shall
forthwith forward to RSDCL six copies of duly certified test reports.
4. RSDCL or Inspector shall, within fifteen (15) days from the date of inspection as defined herein
give notice in writing to the Contractor, of any objection to any drawings and/or any equipment
and workmanship which in his opinion is not in accordance with the Contract. The Contractor
shall give due consideration to such objections and shall either make the modifications that may
be necessary to meet the said objections or shall confirm in writing to RSDCL/ Inspector giving
reasons therein, that no modifications are necessary to comply with the Contract.
5. When the factory tests have been completed at the Contractor's or Sub- Contractor's works,
RSDCL/ Inspector shall issue a certificate to this effect within fifteen (15) days after completion
of tests but if the tests are not witnessed by RSDCL/ Inspector, the certificate shall be issued
within fifteen (15) days of receipt of the Contractor's Test certificate by RSDCL/ Inspector.
Failure of RSDCL/ Inspector to issue such a certificate shall not prevent the Contractor from
proceeding with the Works. The completion of these tests or the issue of the certificate shall not
bind RSDCL/ Owner to accept the equipment, should it on further tests after erection, be found
not to comply with the Contract.
6. In all cases where the contract provides for tests whether at the premises or works of the
Contractor or of any Sub-Contractor, the Contractor except where otherwise specified shall
provide free of charge such items as labour, materials, electricity, fuel water, stores, apparatus
and instruments as may be reasonably demanded by RSDCL/ Inspector or his authorized
representative to carry out effectively such tests of the equipment in accordance with the Contract
and shall give facilities to RSDCL/ Inspector or to his authorized representative to accomplish
testing.
7. The inspection by RSDCL and issue of Inspection Certificate thereon shall in no way limit the
liabilities and responsibilities of the Contractor in respect of the agreed quality assurance
programmed forming a part of the Contract.
8. Material Inspection Clearance Certificate (MICC) shall be issued by RSDCL after inspection of
the equipment. RSDCL may waive off the presence of RSDCL's inspecting engineer. In that case
test will be carried out as per approved QP & test certificate will be furnished by the Contractor
for approval. MICC will be issued only after review & approval of the test reports.
9. RSDCL/ Owner will have the right of having at his own expenses any other test(s) of reasonable
nature carried out at Contractor's premises or at site or in any other place in addition to aforesaid
type and routine tests, to satisfy that the material complies with the specification.
10. RSDCL/ Owner reserves the right for getting any field tests conducted on the completely
assembled equipment at site.
14. After completion of manufacture of the equipment routine tests shall be performed as per
Approved standards free of cost and requisite copies of test certificates shall be furnished.
15. Various components of the equipment shall be routine tested in accordance with approved
standards and manufacturer’s standards.
16. Each completely wired cubicle shall be tested to ensure that all of its protective control systems
are satisfactorily functioning as required.
18. After completion of manufacture, at least one equipment of each type offered shall be type tested
as specified in relevant standards and in standard specification(s) and requisite number of copies
of test certificates as per distribution schedule shall be furnished.
19. RSDCL may, at his discretion, waive type tests provided type test reports of tests carried out on
identical equipment(s) manufactured by the Contractor are furnished. The Bidder shall furnish
copies of such type test reports with the Bid.
20. All the equipment offered, shall be fully type tested as per the relevant standards before
commencement of supply. The bidder shall furnish three sets of the type test reports along with
the offer. Bids offered without type test reports will be treated as incomplete and termed as non-
responsive and rejected. The dates of type tests shall not be pertaining to a period earlier than as
per CEA guidelines reckoned from the date of bid opening. In case the type test reports pertain to
a period earlier than as per CEA guidelines the bidder if contract is awarded shall arrange
repetition of those type tests free of cost if requested by RSDCL. Bids not agreeing this condition
shall be rejected. Further, in the event of any discrepancy in the test reports i.e. any test report not
acceptable due to any design/ manufacturing changes (including substitution of components) or
due to non-compliance with the requirement stipulated in the Technical Specification or any/ all
additional type tests not carried out, same shall be carried out without any additional cost
implication to the Purchaser.
21. RSDCL reserves the right to demand repetition of some or all the type tests in the presence of
purchaser's representative even in cases where type tests have been earlier conducted not earlier
than 7 years considered from the date of bid opening and test reports are duly enclosed to the bid.
Enclosed type test reports conducted on an equipment like one offered in the bid but nevertheless
RSDCL has asked to repeat the test in his/ Engineer's presence. RSDCL reserves the right to
witness all the type tests. For witnessing type test, contractor will give 45 (forty five) days
advance notice.
22. The rates quoted for type test (as mentioned) shall be included in the bid evaluation. In case
Bidder does not indicate charges for any of the type tests or does not mention the name of any
test in the price schedules, it will be presumed that the test has been offered free of charge.
Further, in case any Bidder indicates that he shall not carry out a particular test; his offer shall be
considered incomplete and shall be liable to be rejected.
23. The Purchaser also reserves the right to waive the repeating of type tests partly or fully and in
Page 48 of 164
case of waive, test charges for the same shall not be payable.
25. Four (4) copies of all tests reports shall be supplied for approval before shipment of equipment.
The receipts shall indicate clearly the standard values specified for each test, to facilitate
checking of the test reports. Fourteen (14) bound copies of test report shall be submitted after
approval of test results along with the equipment.
26. These shall incorporate all tests carried out on all equipment and its components, as well as
characteristic curves of the equipment, including reports on official tests, waves, failure,
detention data and copies of final test oscillograms, as relevant in terms of the applicable
technical specifications.
27. Test reports of factory tests carried out on the equipment shall furnish the following information:
30. A description of the test equipment with diagram showing arrangement of the test instruments
and devices.
31. Sample computation, where necessary of desirable, to show the test values employed in the
equations.
34. Comparison of the test results with the guaranteed requirements of the specifications and
explanation of deviations, if any.
37. The Bidder shall state in the proposal, testing facilities available at his at his sub- contractor’s
works. Should full capacity testing equipment be not available at his works, the Bidder shall state
in his bid where he would arrange to get the full capacity tests carried out. For such of the
characteristics for which he proposes to adopt any alternative to full capacity testing, he shall
state in his bid the method proposed to be adopted giving detailed computations and full
justifications for suitability of the method to reliably ascertain equipment characteristics
corresponding to full capacity testing.
1. On completion of erection of the equipment and before charging, each item of the equipment
shall be thoroughly cleaned and then inspected jointly by the Purchaser and the Contractor for
correctness and completeness of installation and acceptability for charging, leading to initial pre-
commissioning tests at Site. The list of pre-commissioning tests to be performed are given in
respective chapters and shall be included in the Contractor’s quality assurance program.
Page 49 of 164
2. The Contractor’s commissioning Engineers, specifically identify as far as possible shall be
responsible for carrying out all the pre-commissioning tests. On completion of inspection,
checking and after the pre-commissioning tests are completed satisfactorily over, the complete
equipment shall be placed on initial operation during which period the complete equipment shall
be operated integral with sub systems and supporting equipments as a complete system.
3. The specific tests to be conducted on equipment have been brought out in the respective chapters
of the technical specification.
4. The contractor in-charge of erection testing, and commissioning shall provide, at free of cost, all
testing instruments, control equipment etc., for conducting above tests, in fully calibrated
condition along valid Calibration Certificates. RSDCL reserves the right to get the testing
instruments/ control equipment re-calibrated before the test at a laboratory of his choice at the
cost of the contractor. RSDCL will apply proper corrections in calculations, to consider
conditions which do not correspond to the specified conditions.
5. Any special equipment, tools and tackles required for the successful completion of the
Commissioning Tests shall be provided by the Contractor, free of cost.
6. The guaranteed performance figures of the equipment shall be provided by the Contractor during
these commissioning and acceptance Tests. Should the results of these tests show any decrease
from the guaranteed values the Contractor shall modify the equipment as required to enable it to
meet the guarantees. In such case, commissioning and acceptance Tests shall be repeated within
one month, from the date the equipment is ready for re-test and all cost for modifications
including labour materials and the cost of additional testing to prove the equipment meets the
guarantee, shall be borne by the Contractor.
36. PACKAGING
All the equipments shall be suitably protected, coated, covered, or boxed and created to prevent
damage or deterioration during transit, handling and storage at site till the time of erection. On
request of the Purchaser, the Contractor shall also submit packing details/ associated drawing for
any equipment/ material under his scope of supply, to facilitate the Purchaser to repack any
equipment/ materials, the limitation from the point of view of availability of Railway Wagon
sizes in India should be taken account of. The Contractor shall be responsible for any loss or
damage during transportation, handling and storage due to improper packing. Any demurrage,
wharfage and other such charges claimed by the transporters, railways etc. shall be to the account
of the Contractor Purchaser takes no responsibility of the availability of the wagons.
37. PROTECTION
All coated surfaces shall be protected against abrasion, impact, discoloration, and any other
damages. All exposed threaded portions shall be suitably protected with either a metallic or a
non-metallic protecting device. All ends of all valves and piping’s and conduit equipment
connections shall be properly sealed with suitable devices to protect them from damage. The
parts which are likely to get rusted, due to exposure to weather should also be properly treated
and protected in a suitable manner.
Page 50 of 164
38. FINISHING OF METAL SURFACES
1. General
All metal surfaces shall be subjected to treatment for anti-corrosion protection. All ferrous
surfaces for external use unless otherwise stated elsewhere in the specification or
specifically agreed, shall be hot-dip galvanized after fabrication. High tensile steel nuts &
bolts and springs washers shall be electro galvanized to service conditions. All steel
conductors including those used for earthing/ grounding (above ground level) shall also be
galvanized according to IS:2629.
a. The minimum weight of the zinc coating shall be 610 gm/sq.m and minimum thickness of
coating shall be 85 microns for all items thicker than 6 mm. For items lower than 6 mm
thickness requirement of coating thickness shall be as per relevant ASTM. For surface which
shall be embedded in concrete, the zinc coating shall be 610 gm/sq. mm minimum.
b. The galvanized surfaces shall consist of a continuous and uniform thick coating of zinc,
firmly adhering to the surface of steel. The finished surface shall be clean and smooth and
shall be free from defects like discolored patches, bare spots, unevenness of coating, spelter
which is loosely attached to the steel globules, spiky deposits, blistered surface, flaking or
peeling off, etc. The presence of any of these defects noticed on visual or microscopic
inspection shall render the material liable to rejection.
c. After galvanizing, no drilling or welding shall be performed on the galvanized parts of the
equipment excepting that nut may be threaded after galvanizing. sodium dichromate
treatment shall be provided to avoid formation of white rust after hot dip galvanization.
d. The galvanized steel shall be subjected to six one-minute dips in copper sulphate solution as
per IS-2633.
e. Sharp edges with radii less than 2.5 mm shall be able to withstand four immersions of the
Standard Preece test. All other coatings shall withstand six immersions. The following
galvanizing tests should essentially be performed as per relevant Indian Standards.
- Coating thickness
- Uniformity of zinc
- Adhesion test
f. Galvanized material must be transported properly to ensure that galvanized surfaces are not
damaged during transit. Application of zinc rich paint at site shall not be allowed.
39. PAINTING
1. All sheet steel work shall be degreased, pickled, phosphate in accordance with the IS-6005 “code
of practice for phosphating iron and sheet”. All surfaces which will not be easily accessible after
shop assembly shall beforehand be treated and protected for the life of the equipment. The
Page 51 of 164
surfaces which are to be finished painted after installation or require corrosion protection until
installation, shall be thoroughly removed by emulsion cleaning, Rust and scale shall be removed
by pickling with dilute acid followed by washing with running water, rinsing with slightly
alkaline hot water, and drying.
2. After phosphating, thorough rinsing shall be carried out with clean water followed by final
rinsing with dilute dichromate solution and oven drying. The phosphate coating shall be sealed
with application of two coats or ready mixed, stoving type zinc chromate primer. the first coat
may be flash dried while the second coat shall be stoved.
3. After application of the primer, two coats of finishing synthetic enamel paint shall be applied,
each coat followed by stoving. The second finishing coat shall be applied after inspection of first
coat of painting.
4. The exterior color of the paint shall be as per shade no: 631 of IS-5 and inside shall be glossy
white. Each coat of primer and finishing paint shall be of slightly different shade to enable
inspection of the painting. A small quantity of finishing paint shall be supplied for minor
touching up required at site after installation of the equipment.
5. In case the Bidder proposes to follow his own standard surface finish and protection procedures
or any other established painting procedures, like electrostatic painting etc., the procedure shall
be submitted along with the Bids for Purchaser’s review & approval.
4. Where assemblies are supplied in more than one section, Contractor shall make all necessary
mechanical and electrical connections between sections including the connection between buses.
Contractor shall also do necessary adjustments/alignments necessary for proper operation of
circuit breakers, isolators and their operating mechanisms. All components shall be protected
against damage during unloading, transportation, storage, installation, testing and commissioning.
Any equipment damaged due to negligence or carelessness or otherwise shall be replaced by the
Contractor at his own expense.
5. Contractor shall be responsible for examining all the shipment and notify the Purchaser
Page 52 of 164
immediately of any damage, shortage, discrepancy etc. for the purpose of Purchaser’s
information only. The Contractor shall submit to the Purchaser every week a report detailing all
the receipts during the weeks. However, the contractor shall be solely responsible for any
shortages or damages in transit, handling and/ or in storage and erection of the equipment at site.
Any demurrage, warfare and other such charges claimed by the transporters, railways etc. shall be
to the account of the Contractor.
6. The Contractor shall be fully responsible for the equipment/ material until the same is handed
over to the Purchaser in an operating condition after commissioning. Contractor shall be
responsible for the maintenance of the equipment/ material while in storage as well as after
erection until taken over by Purchaser, as well as protection of the same against theft, element of
nature, corrosion, damages etc.
7. Where material/ equipment is unloaded by Purchaser before the Contractor arrives at site or even
when he is at site, Purchaser by right can hand over the same to Contractor and there upon it will
be the responsibility of Contractor to store the material in an orderly and proper manner.
8. The Contractor shall be responsible for making suitable indoor storage facilities, to store all
equipment which require indoor storage.
9. The words „erection‟ and „installation‟ used in the specification are synonymous.
10. Exposed live parts shall be placed high enough above ground to meet the requirements of
electrical and other statutory safety codes.
11. The minimum phase to earth, phase to phase and section clearance along with other technical
parameters for the various switchyard voltage levels to be maintained. However, the clearance as
shown in the layout drawings shall be maintained. In case of Switchyard Equipment/ Switchgears
the minimum phase to earth clearance (live parts clearance) shall be accordance with the relevant
IEC/ IS for insulation coordination.
12. The design and workmanship shall be in accordance with the best engineering practices to ensure
satisfactory performance throughout the service life. If at any stage during the execution of the
Contract, it is observed that the erected equipment’s(s) do not meet the above minimum
clearances, the Contractor shall immediately proceed to correct the discrepancy at his risks and
cost.
Suitable guards shall be provided for protection of personnel on all exposed rotating and/ or
moving machine parts. All such guards with necessary spares and accessories shall be designed
for easy installation and removal for maintenance purpose.
1. The Contractor shall be responsible for the selection and design of appropriate equipment’s to
provide the best coordinated performance of the entire system. The basic design requirements are
detailed out in this specification. The design of various components, sub-assemblies and
assemblies shall be so done that it facilitates easy field assembly and maintenance.
2. The Contractor must coordinate designs and terminations with the agencies (if any) who are
Consultants/ Contractor for the Purchaser. The names of agencies shall be intimated to the
Page 53 of 164
successful bidders.
The Contractor will be called upon to attend design co-ordination meetings with the Engineer,
other Contractors and the Consultants of the Purchaser (if any) during the period of Contract. The
Contractor shall attend such meetings at his own cost at Jaipur or at mutually agreed venue as and
when required and fully cooperate with such persons and agencies involved during those
discussions.
A cast iron or welded steel base plate shall be provided for all rotating equipment which is to be
installed on a concrete base unless otherwise agreed to by the Purchaser. Each base plate shall
support the unit and its drive assembly, shall be of a neat design with pads for anchoring the
units, shall have a raised lip all around, and shall have threaded drain connections.
The Park Pooling Station auxiliary supply is normally met through a system indicated under
having the following parameters. The auxiliary power for station supply, including the equipment
drive, cooling system of any equipment, air- conditioning, lighting etc. shall be designed for the
specified Parameters as under. And power supply for other equipments at PPS-2 for water
treatment and pumping. The DC supply for the instrumentation and PLCC system shall also
conform the parameters as indicated in the following.
1. Purchaser has standardized the design of support structure and other control dimensions as given
in Drawings for 420 kV equipment’s respectively. The Bidder shall strictly adhere to these
dimensions. The Contractor is required to supply a standard structure of various equipments.
2. Bidder may also refer the technical specification under head “Structures” in this regard. The
Page 54 of 164
height of center line of 420 kV equipment interconnections shall be
3. 8.0 meters from plinth level. Any substructure or adopter plate required to meet the above bus
termination height other than the standard structure will be supplied by the Contractor as part of
the equipment. All brackets, angles, stool or other members necessary for attaching the operating
mechanism to the supporting structure shall be engineered and supplied by the Contractor. The
support structures for all the equipments/ accessories shall be supplied by the Contractor.
4. The support structures should be hot dip galvanized with minimum 610 gram/m2 net of zinc.
5. In case of any deviation in this regard the bid is liable to be considered technically nonresponsive
and shall be liable to be rejected.
7. The minimum vertical clearance from any energized metal part to the plinth, shall be 8.0 meters
for 420 kV equipment’s.
8. The minimum vertical distance from the bottom of the lowest porcelain part of the bushing,
porcelain enclosures or supporting insulators to the bottom of the equipment base, where it rests
on the foundation pad shall be 2.55 meters.
9. The design calculations considering the environmental conditions of the substations shall be
furnished for sizing of the structure.
1. All power clamps and connectors shall conform to IS:5561 & NEMA CC1 and shall be made of
materials listed below:
Page 55 of 164
for above (d) for others hot dip galvanized.
f. Spring washers for above Electro-galvanized mild steel suitable for at
Items (a), (b) & (d) least service condition-3 as per IS:1573
2. Each equipment shall be supplied with the necessary terminals and connectors, as required by the
ultimate design for the installation. The conductor terminations of equipment shall be either
expansion, sliding or rigid type suitable for 4” IPS (OD :114.2 mm, ID:97.18 mm) aluminium
tube or suitable for Quad/ Twin Moose ACSR Conductor (450 mm sub-conductor spacing sub-
conductor spacing for 400 kV). The requirement regarding external corona and RIV as specified
for any equipment shall include its terminal fittings and the equipment shall be factory tested with
the connectors in position. If corona rings are required to meet these requirements they shall be
considered as part of that equipment and included in the scope of work.
3. Where copper to aluminium connections are required, bi-metallic clamps shall be used, which
shall be properly designed to ensure that any deterioration of the connection is kept to a minimum
and restricted to parts which are not current carrying or subjected to stress. The design details of
the joint shall be furnished to the purchaser by the Contractor.
4. Low voltage connectors, grounding connectors and accessories for grounding all equipment as
specified in each case, are also included in the scope of work.
5. No current carrying part of any clamp shall be less than 10 mm thick. All ferrous parts shall be
hot dip galvanized. Copper alloy liner of minimum 2 mm thickness shall be cast integral with
aluminium body for Bi-metallic clamps.
6. All casting shall be free blow holes, surface blisters, cracks and cavities. All sharp edges and
corners shall be blurred and rounded off.
7. Flexible connectors, braids or laminated straps made for the terminal clamps for bus posts shall
be suitable for both expansion or through (fixed/sliding) type connection of 4 “IPS” IPS Al. tube
as required. In both the cases the clamp height (top of the mounting pad to centre line of the tube)
should be same.
8. Clamp shall be designed to carry the same current as the conductor and the temperature rise shall
be equal or less than that of the conductor at the specified ambient temperature. The rated current
for which the clamp/ connector is designed with respect to the specified reference ambient
temperature, shall also be indelibly marked on each component of the clamp/ connector, except
on the hardware.
9. All current carrying parts shall be designed and manufactured to have minimum contact
resistance.
10. Clamps and connectors shall be designed to be corona controlled. Corona extinction voltage for
400 kV class clamps shall not be less than 320 kV (rms) and R.I.V. level shall not be more than
1000 micro volts at the test voltage specified in respective sections.
11. Tests
12. Clamps and connectors should be type tested as per IS:5561 and shall also be subjected to routine
tests as per IS:5561. Type tests/ special tests shall be carried out on three samples.
Page 56 of 164
13. The following is the list of type tests.
14. Temperature rise test (maximum temperature rise allowed is 35C over 50C ambient)
16. Corona (dry) and RIV (dry) test (for 220 kV and above voltage level clamps).
49. CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES & MARSHALLING BOXES
FOR OUTDOOR EQUIPMENT
1. All types of boxes, cabinets etc. shall generally conform to & be tested in accordance with IS-
5039/ IS-8623, IEC-439, or any amendments thereof as applicable, and the clauses given below:
2. Control cabinets, junction boxes, Marshalling boxes & terminal boxes shall be made of sheet
steel or aluminum enclosure and shall be dust, water and vermin proof. Sheet steel used shall be
at least 2.0 mm thick cold rolled or 2.5 mm hot rolled. the box shall be properly braced to prevent
wobbling. There shall be sufficient reinforcement to provide level surfaces, resistance to
vibrations and rigidity during transportation and installation. In case of aluminum enclosed box
the thickness of aluminum shall be such that it provides adequate rigidity and long life as
comparable with sheet steel of specified thickness.
3. Cabinet/ boxes shall be free standing floor mounting type, wall mounting type or pedestal
mounting type as per requirements.
4. Cabinet/ boxes shall be provided with double hinged doors with padlocking arrangements. The
distance between two hinges shall be adequate to ensure uniform sealing pressure against
atmosphere. The quality of the gasket shall be such that it does not get damaged/ cracked during
the operation of the equipment.
5. All doors, removable covers and plates shall be gasketed all around with suitably profiled EPDM
gaskets. The gasket shall be tested in accordance with approved quality plan. The quality of
gasket shall be such that it does not get damaged/ cracked during the ten years of operation of the
equipment or its major overhaul whichever is earlier. All gasketed surfaces shall be smooth
straight and reinforced if necessary to minimize distortion and to make a tight seal. Ventilating
Louvers, if provided, shall have screen and filters. The screen shall be fine wire mesh made of
brass.
6. All boxes/ cabinets shall be designed for the entry of cables from bottom by means of
weatherproof and dust-proof connections. Boxes and cabinets shall be designed with generous
clearances to avoid interference between the wiring entering from below and any terminal blocks
or accessories mounted within the box or cabinet. Suitable cable gland plate projecting at least
150 mm above the base of the marshalling kiosk/ box shall be provided for this purpose along
with the proper blanking plates. Necessary number of cable glands shall be supplied and fitted on
this gland plate. The gland shall project at least 25 mm above gland plate to prevent entry of
moisture in cable crutch. Gland plate shall have provision for some future glands to be provided
later, if required. The Nickel plated glands shall be dust proof, screw on & double compression
type and made of brass. The gland shall have provision for securing armour of the cable
separately and shall be provided with earthing tag. The glands shall conform to BS:6121.
Page 57 of 164
7. A 240 V, single phase, 50 Hz, 15 Amp. AC plug and socket shall be provided in the cabinet with
ON-OFF switch for connection of hand lamps. Plug and socket shall be of industrial grade.
8. For illumination of a 20 Watts fluorescent tube or 15 watts CFL shall be provided. The switching
of the fittings shall be controlled by the door switch.
9. All control switches shall be of rotary switch type and toggle/ piano switches shall not be
accepted.
10. Earthing
a. Positive earthing of the cabinet shall be ensured by providing two separate earthing pads.
The earth wire shall be terminated on to the earthing pad and secured by the use of self-
etching washer. Earthing of hinged door shall be done by using a separate earth wire.
b. Marshalling kiosks shall be provided with danger plate and a diagram showing the
numbering/ connection/ ferruling by pasting the same on the inside of the door.
11. Tests: The following type tests/ the routine tests as per IS:5039 shall also be conducted:
c. The enclosure of bay marshalling kiosk, junction box, terminal box shall be type tested
for IP-55 as per IS:13947. After IP-55 test, 2.5 KV rms for 1 (one) minute, insulation
resistance and functional test should be conducted.
1. Electrical endurance test – A minimum of 2000 operation for 2 A D.C. with a time constant
greater than or equal to 20 millisecond with a subsequent examination of mV drop/ visual
defects/ temperature rise test.
1. Control and instrument leads from the switchboards or from other equipment will be brought to
terminal boxes or control cabinets in conduits. All inter phase and external connections to
equipment or to control cubicles will be made through terminal blocks.
2. Terminal blocks shall be 1100 V grade and have continuous rating to carry the maximum
expected current on the terminals. Those shall be of molded piece, complete with insulated
barriers stud type terminals, washers, nuts and lock nuts. Screw clamp, overall insulated,
insertion type, rail mounted terminals can be used in place of stud type terminals. But preferably
Page 58 of 164
the terminal block shall be non-disconnecting stud type equivalent to Elmex type CATM4,
Phoenix cage clamp type of Wago or equivalent. The insulating material of terminal block shall
be nylon 6.6 which shall be free of halogens, flour carbons etc.
3. Terminal blocks for current transformer and voltage transformer secondary leads shall be
provided with test links and isolating facilities. The current transformer secondary leads shall also
be provided with short circuiting and earthing facilities.
4. The terminal shall be such that maximum contact area is achieved when a cable is terminated.
The terminal shall have a locking characteristic to prevent cable from escaping from the terminal
clamp unless if is done intentionally.
5. The conducting part in contact with cable shall preferably be tinned or silver plated however
Nickel plated copper or zinc plated steel shall also be acceptable.
7. The terminal blocks shall have locking arrangement to prevent its escape from the mounting rails.
8. The terminal blocks shall be fully enclosed with removable covers of transparent, non-
deteriorating type plastic material. Insulating barriers shall be provided between the terminal
blocks. These barriers shall not hinder the operator from carrying out the wiring without
removing the barriers.
9. Unless otherwise specified terminal blocks shall be suitable for connecting the following
conductors on each side.
10. All circuits except Minimum of two of 2.5 sq. mm CT circuits copper flexible
12. The arrangements shall be in such a manner so that it is possible to safely connect or disconnect
terminals on live circuits and replace fuse links when the cabinet is live.
13. At least 20% spare terminals shall be provided on each panel/ cubicle/ box and these spare
terminals shall be uniformly distributed on all terminals rows.
14. There shall be a minimum clearance of 250 mm between the First/ bottom row of terminal block
and the associated cable gland plate. Also the clearances between two rows of terminal blocks
shall be a minimum of 150 mm.
15. The Contractor shall furnish all wire, conduits and terminals for the necessary interphase
electrical connections (where applicable) as well as between phases and common terminal boxes
or control cabinets. For equipments rated for 400 kV and above the wiring required in these items
shall be run in metallic ducts or shielded cables in order to avoid surge over voltages either
transferred through the equipment or due to transients induced from the EHV circuits.
16. All input and output terminals of each control cubicle shall be tested for surge withstand
capability in accordance with the relevant IEC Publications, in both longitudinal and transverse
modes. The Contractor shall also provide all necessary filtering, surge protection, interface relays
and any other measures necessary to achieve an impulse withstand level at the cable interfaces of
the equipment.
Page 59 of 164
52. LAMPS AND SOCKETS
1. Lamps:
All incandescent lamps shall use a socket base as per IS:1258, except in the case of signal lamps.
2. Sockets
All sockets (convenience outlets) shall be suitable to accept both 5 Amp and 15 Amp. pin round
Standard Indian plugs. They shall be switched sockets with shutters.
3. Hand Lamp:
A 240 Volts, single Phase, 50 Hz. AC plug point shall be provided in the interior of each cubicle
with ON-OFF switch for connection of hand lamps.
a. Each control panel shall be provided with necessary arrangements for receiving,
distributing, isolating and fusing of DC and AC supplies for various control, signaling,
lighting and space heater circuits. The incoming and sub- circuits shall be separately
provided with switch fuse units. Selection of the main and Sub-circuit fuse ratings shall be
such as to ensure selective clearance of sub-circuit faults. Potential circuits for relaying
and metering shall be protected by fuses.
b. All fuses shall be of HRC cartridge type conforming to IS:9228 mounted on plug-in type
fuse bases. Miniature circuit breakers with thermal protection and alarm contacts will also
be accepted. All accessible live connection to fuse bases shall be adequately shrouded.
Fuses shall have operation indicators for indicating blown fuse condition. Fuse carrier
base shall have imprints of the fuse rating and voltage.
c. All control switches shall be of rotary type and toggle/ piano switches shall not be
accepted.
1. Bushings shall be manufactured and tested in accordance with IS:2009 & IEC:137 while hollow
column insulators shall be manufactured and tested in accordance with IEC 233/ IS:5621. The
support insulators shall be manufactured and tested as per IS:2544/ IEC 168 and IEC 273. The
insulators shall also conform to IEC 815 as applicable.
2. The bidder may also offer composite silicon insulator, conforming to IEC-1109.
3. Support insulators, bushings and hollow column insulators shall be manufactured from high
quality porcelain. Porcelain used shall be homogeneous, free from laminations, cavities and other
flaws or imperfections that might affect the mechanical or dielectric quality and shall be
thoroughly vitrified tough and impervious to moisture.
4. Glazing of the porcelain shall be uniform brown in colour, free from blisters, burrs and similar
other defects.
5. Support insulators/ bushing/ hollow column insulators shall be designed to have ample insulation,
mechanical strength and rigidity for the conditions under which they will be used.
Page 60 of 164
6. When operating at normal rated voltage there shall be no electric discharge between the
conductors and bushing which would cause corrosion or injury to conductors, insulators or
supports by the formation of substances produced by chemical action. No radio interference shall
be caused by the insulators/ bushings when operating at the normal rated voltage.
7. Bushing porcelain shall be robust and capable of withstanding the internal pressures likely to
occur in service. The design and location of clamps and the shape and the strength of the
porcelain flange securing the bushing to the tank shall be such that there is no risk of fracture. All
portions of the assembled porcelain enclosures and supports other than gaskets, which may in any
way be exposed to the atmosphere shall be composed of completely non hygroscopic material
such as metal or glazed porcelain.
8. All iron parts shall be hot dip galvanized, and all joints shall be airtight. Surface of joints shall be
trued up porcelain parts by grinding and metal parts by machining. Insulator/bushing design shall
be such as to ensure a uniform compressive pressure on the joints.
9. Tests
10. Bushing, hollow column insulators and support insulators shall conform to type tests and shall be
subjected to routine tests in accordance with IS:2099 and IS:2544.
54. MOTORS
Motors shall be “Squirrel Cage” three phase induction motors of sufficient size capable of satisfactory
operation for the application and duty as required for the driven equipment and shall conform to type
tests and shall be subjected to routine tests as per applicable standards. The motors shall be of approved
make.
1. Enclosures
i. Motors to be installed outdoor without enclosure shall have hose proof enclosure equivalent to
IP 55 as per IS:4691. For motors to be installed indoor i.e. inside a box, the motor enclosure,
Page 61 of 164
shall be dust proof equivalent to IP 44 as per IS: 4691.
ii. Two independent earthing points shall be provided on opposite sides of the motor for bolted
connection of earthing conductor.
iii. Motors shall have drain plugs so located that they will drain water resulting from condensation
or other causes from all pockets in the motor casting.
iv. Motors weighing more than 25 Kg. shall be provided with eyebolts, lugs or other means to
facilitate lifting.
2. Operational Features
i. Continuous motor rating (name plate rating) shall be at least ten (10) percent above the
maximum load demand of the driven equipment at design duty point and the motor shall not be
over loaded at any operating point of driven equipment that will rise in service.
ii. Motor shall be capable at giving rated output without reduction in the expected life span when
operated continuously in the system having the particulars as given in Clauses of this section.
3. Starting Requirements:
i. All induction motors shall be suitable for full voltage direct-on-line starting. These shall be
capable of starting and accelerating to the rated speed along with the driven equipment without
exceeding the acceptable winding temperature even when the supply voltage drops down to
80% of the rated voltage.
ii. Motors shall be capable of withstanding the electrodynamic stresses and heating imposed if it is
started at a voltage of 110% of the rated value.
iii. The locked rotor current shall not exceed six (6) times the rated full load current for all motors,
subject to tolerance as given in IS:325.
iv. Motors when started with the driven equipment imposing full starting torque under the supply
voltage conditions specified under Clause shall be capable of withstanding at least two
successive starts from cold conditions at room temperature and one start from hot condition
without injurious heating of winding. The motors shall also be suitable for three equally spread
starts per hour under the above referred supply condition.
v. The locked rotor withstand time under hot conditions at 110% of rated voltage shall be more
than starting time with the driven equipment of minimum permissible voltage by at least two
seconds of 15% of the accelerating time whichever is greater. In case it is not possible to meet
the above requirement, the Bidder shall offer centrifugal type speed switch mounted on the
motor shaft which
Page 62 of 164
vi. shall remain closed for speed lower than 20% and open for speeds above 20% of the rated
speed. The speed switch shall be capable of withstanding 120% of the rated speed in either
direction of rotation.
4. Running Requirements:
i. The maximum permissible temperature rise over the ambient temperature of 50 degree C shall
be within the limits specified in IS:325 (for 3 –phase induction motors) after adjustment due to
increased ambient temperature specified.
ii. The double amplitude of motor vibration shall be within the limits specified in IS:4729.
Vibration shall also be within the limits specified by the relevant standard for the driven
equipment when measured at the motor bearings.
iii. All the induction motors shall be capable of running at 80% of rated voltage for a period of 5
minimum with rated load commencing from hot condition.
An indicative list of tests is given below. Contractor shall perform any additional test based on
specialties of the items as per the field Q.P./ Instructions of the equipment Contractor or
Purchaser without any extra cost to the Purchaser. The Contractor shall arrange all instruments
required for conducting these tests along with calibration certificates and shall furnish the list of
instruments to the Purchaser for approval.
1. Insulation resistance.
3. Any motor operating incorrectly shall be checked to determine the cause and the conditions
corrected.
The equipment’s to be supplied against this specification shall be suitable for satisfactory
continuous operation under the following tropical conditions.
Page 63 of 164
6. Average No. of months of tropical monsoon 3
condition per annum
7. Maximum relative humidity 95%
8. Minimum relative humidity 10%
9. Height above mean sea level Less than 1000 M
10. Dust storms are liable to occur in the period from March to July.
Moderately hot and humid tropical climate, conducive to rust and fungus growth.
1. All instruments and meters shall be suitable for operation under the climatic conditions prevailing
at site. The instrument cases shall be dust proof, water tight, vermin proof and specially
constructed to adequately protect the instruments against damages for deterioration due to high
ambient temperatures and humidity, special care being taken in the protection of instruments for
outdoor service. The details, pointers etc., shall be designed to facilitate accurate reading by
minimizing parallax and glare from instrument window and by providing clear, bold dial
markings. The size of dial and length of the scales of indicating instruments shall be subject to
the approval of RSDCL in each case. The scale of the indicating instrument shall cover
approximately 300 degrees movement of the indicator. The scale plates of panel mounted
indicating instruments shall have a permanent white matty finish with black graduation. The
pointers or the pointer indicating contact setting (in contact working instruments) shall be
distinguished from the main pointer by a distinct colour and/ or shape. The current transformer
shall be designed for secondary current of One Ampere and Voltage transformer shall be
designed for secondary voltage of 110 volts or 110/3 V as specified, unless stated otherwise.
2. Instruments mounted on panels shall be of the semi flush type and shall be back- connected. All
instruments on a switchboard or instrument panel shall be of matching pattern, shape and finish
so as to present a pleasing appearance
Page 64 of 164
3. consistent with the functional requirements. The finish of the instrument case shall be subject to
the approval of RSDCL. All instruments shall be designed for accurate measurement under all
conditions of operations and any errors due to change in the ambient temperature, over the entire
range of temperatures obtainable at site, shall be kept to a minimum. The instruments shall be
provided with all the auxiliary appliances and any special tools required for their maintenance.
4. The metric units shall be used for marking the instrument dials. The range shall generally be such
that the normal operating values are indicated in the middle third of the scale.
5. All electrical instrument coils shall be designed for continuous operation on at least 110 percent
of the full rated current and for potential of the instruments. The instrument coil rating shall be
coordinated with those of the associated instrument transformers.
6. The VA burden of instrument coils shall be as low as possible, consistent with the best modern
design.
7. Electrical indicating instruments shall comply generally with the requirements of the Indian/ IEC
or any other International Standards and shall be of the accuracy specified in relevant sections.
8. Recording instruments shall be of the strip chart type with chart scales having suitable width. The
charts shall be gear-driven by a self-starting synchronous motor wound spring device having
ample torque even at reduced voltage and with at least 8 hours spring reserves. The device for
producing the record on the chart shall be a reliable ink recording or printing type and shall
produce clear, legible record under all normal conditions of operation. The recording instruments
shall be of withdrawal type for easy access to maintenance work. Enough chart rolls, recording
ink for two years of operation and any special tools required for the maintenance of the
instruments shall be furnished with each recorder.
9. Integrating watt-hour meters shall comply generally with the requirements of the International
Standards and shall be first grade for the purpose of accuracy classification.
10. Contact making instruments shall have contacts suitable for 240 Volts, A.C. or 220 Volts D.C.
Circuits.
11. All instruments shall have as high accuracy as possible consistent with best modern design. The
construction of instruments shall be mechanically sound and shall ensure permanence in the
accuracy. The limits of error for different instruments shall be stated in the Bid and their accuracy
classification, where otherwise not specified, shall be subject to the approval of RSDCL. All
instruments shall be tested in accordance with the requirements of the standard, wherever
specified. In case where no specific standards are mentioned, the Contractor shall submit the list
of the standards in accordance with the Instruments proposed to be manufactured and tested and
these shall be subject to the approval of RSDCL in every case.
12. The instruments shall be capable of withstanding the following tests viz., effect of shock, effect
of vibration and effect of humidity and dielectric tests of 2000 volts RMS to ground for one
minute in accordance with relevant standards.
58. EARTHING
1. The Contractor shall provide earthing terminals on all the equipment supplied under the Contract
and shall connect the earthing conductors to these terminals as approved or directed by RSDCL.
Page 65 of 164
2. Unless specified otherwise, the earthing conductors from the station earthing bus to the
equipment will be provided by the Contractor. The Contractor shall provide suitable test
terminals at convenient points of the equipment being supplied to enable periodic testing of the
resistivity and insulation level of the equipment.
59. UNITS
1. Metric units according to the latest edition of the relevant Indian/ IEC publications shall be used
for this Contract.
2. For the purpose of design/ calculations, M.K.S. units shall be used and the equivalent British
units may be given in the brackets.
1. The design, dimensions and materials of all parts of the equipment shall be such that they will not
suffer damage under the most adverse service conditions. Mechanism shall be so constructed as
to avoid sticking due to rust or corrosion.
2. The Contractor shall be responsible for an adequate design. The principal stresses in the materials
used shall be indicated in the Bid.
3. The equipment shall be designed for operation in an earthquake zone. The equipment and each
part of it shall be strong enough and sufficiently well connected to resist total operating stresses,
including any stress resulting from an earthquake with a ground acceleration of 0.3 g. in any
horizontal direction and 2/3rd of above value in vertical direction.
7. be capable of continuous operation or as required with minimum attention and maintenance under
the conditions prevailing in a power development in a tropical climate.
8. Complete information regarding maximum unit stresses used in the design shall be provided by
the Contractor.
All works shall conform to the rules in force under the Indian Electricity Act, 2003 and other
applicable legislations.
Contractor shall exchange, with other manufacturers of items not covered in this specification or
alternatively covered in these specifications but forming partial supply of others, all necessary
drawings, templates, gauges and other information required to ensure the complete and proper
design and coordinated manufacture of all connecting or related parts of the various equipment.
Page 66 of 164
It is envisaged that there will be several areas where there would be an interface between
equipment to be supplied under this contract and equipment proposed to be purchased from other
contractors such as line contractors etc. The Contractor shall cooperate with RSDCL to Co-
ordinate with all other manufacturers involved in design, control and instrumentation system
which will perform the role contemplated without any problem. There shall be no extra cost
payable for performing this role.
Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and
standard accessories normally provided with such equipment and/or needed for erection,
completion and safe operation of the equipment as required by applicable codes though they may
not have been specifically detailed in the respective specifications unless included in the list of
exclusions. All similar standard equipment provided, shall be interchangeable with one another.
65. FOUNDATIONS
Foundations shall be laid in accordance with the basic design data to be supplied by the
Contractor. All fixtures necessary for proper erection of embedded parts shall be supplied by the
Contractor. The Contractor shall furnish designs for foundation and supporting structures for all
equipment.
Auxiliary switch shall also comply with other clauses of this chapter.
For other technical parameters refer specification for circuit breaker and isolator.
Page 68 of 164
3) One minute power frequency dry and
wet withstand voltage
between line terminals and ground 630 kV rms
for arrester housing 630 kV rms
For other parameters refer Specification for instrument Transformer and Surge Arresters.
3. For 220kV and 132kV, kindly refer respective Volumes uploaded in the tender documents.
Page 69 of 164
(31mm/kv also if mentioned else
where in tender documents)
8. Min. clearances
i) Phase to phase 4200mm (for 320mm
Rod-conductor
configuration
4000mm (for
conductor –
conductor
configuration)
ii) Phase to earth 3500mm 320mm
iii) Sectional clearances 6500mm 3000mm
9. Rated short circuit current for1 se. 63 kA 25kA
duration
10. System neutral earthing Effectively Effectively
earthed earthed
69. ACRONYMS
Page 70 of 164
kA Kilo Amperes
Sec. Seconds
Amps. Amperes
kVp. Kilo volts peak
kVrms. Kilo volts root mean square
kW Kilo watt
Max. Maximum
Min. Minimum
UTS Ultimate Tensile Strength
QAP Quality Assurance Plan
ACSR Aluminum Conductor Steel Reinforced
AAAC All Aluminum Alloy Conductor
HP Horse Power
ppm. Parts Per Million
OLTC On Load Tap Changer
WTI Winding Temperature Indicator
OTI Oil Temperature Indicator
LA/SA Lightning Arrester/ Surge Arrester
LOI Letter of Intent
CIF Cost including Insurance & Freight
CIP Carriage Insurance Paid
SF6 Sulphur Hexa Flouride
TRV Transient Recovery Voltage
CTD Capacitor Tripping Device
ICU Individual Compressor Unit
NO Normally Open
NC Normally Close
sq.mm Al. Cable Square millimeter Aluminium cable
sq.mm Cu. Cable Square millimeter Copper cable
MS Flat Mild Steel Flat
C Close
O Open
HRC High Rupturing Capacity
PVC Poly Vinyl Chloride
p.f Power factor
CT Current transformer
NCT Neutral Current Transformer
TEFC Totally enclosed fan cooled
P.U. Per Unit
ISO Indian Standard Organization
CB Circuit Breaker
Auto Automatic
kg./Sq.mm Kilogram per square centimeter
HMI/MMI Human/ Men Machine Interface
Page 71 of 164
IED Intelligent Electronic Devices
BCU Bay Control Unit
BPU Bay Protection Unit
SAS Substation Automation System
GPS Geographic positioning System
SCADA Supervisory control and Data Acquisition
Page 72 of 164
ANNEXURE-V2-P1-1: CORONA AND RADIO INTERFERENCE VOLTAGE (RIV) TEST
1. General:
Unless otherwise stipulated, all equipment together with its associated connectors, where
applicable, shall be tested for external corona both by observing the voltage level for the
extinction of visible corona under falling power frequency voltage and by measurement of
radio interference voltage (RIV).
2. Test Levels:
The test voltage levels for measurement of external RIV and for corona extinction voltage
are listed under the relevant clauses of the specification.
3.2 Alternatively, RIV tests shall be in accordance with NEMA standard Publication No. 107-
1964, except otherwise noted herein.
3.3 In measurement of RIV, temporary additional external corona shielding may be provided. In
measurements of RIV only standard fittings of identical type supplied with the equipment
and a simulation of the connections as used in the actual installation will be permitted in the
vicinity within 3.5 meters of terminals.
3.4 Ambient noise shall be measured before and after each series of tests to ensure that there is
no variation in ambient noise level. If variation is present the lowest ambient noise level will
form basis for the measurements. RIV levels shall be measured at increasing and decreasing
voltages of 85%, 100%, 115% and 130% of the specified RIV test voltage for all equipment
unless otherwise specified. The specified RIV test voltage for 400 kV, 220 kV is listed in
the detailed specification together with maximum permissible RIV level in microvolts.
3.5 The metering instruments shall be as per CISPR recommendation or equivalent device so
long as it has been used by other testing authorities.
3.6 The RIV measurement may be made with a noise meter. A calibration procedure of the
frequency to which noise meter shall be tuned shall establish the ratio of voltage at the high
voltage terminal to voltage read by noise meter.
Page 73 of 164
4. Test Methods for Visible Corona
The purpose of this test is to determine the corona extinction voltage of apparatus,
connectors etc. The test shall be carried out in the same manner as RIV test described above
with the exception that RIV measurements are not required during test and a search
technique shall be used near the onset and extinction voltage, when the test voltage is raised
and lowered to determine their precise values. The test voltage shall be raised and lowered
to determine their precise values. The test voltage shall be raised to 130% of RIV test
voltage and maintained there for five minutes. The voltage will then be decreased slowly
until all visible corona disappears. The procedure shall be repeated at least 4 times with
corona inception and extinction voltage recorded each time. The corona extinction voltage
for purposes of determining compliance with the specification shall be the lowest of the four
values at which visible corona (negative or positive polarity) disappears. Photographs with
laboratory in complete darkness shall be taken under test conditions, at all voltage steps i.e.
85%, 100%, 115% and 130%. Additional photographs shall be taken at corona inception and
extinction voltages. At least two views shall be photographed in each case using
Panchromatic film with an ASA daylight rating of 400 with an exposure of two minutes at a
lens aperture of f/5.6 or equivalent. The photographic process shall be such that prints are
available for inspection and comparison with conditions as determined from direct
observation. Photographs shall be taken from above and below the level of connector so as
to show corona on bushing, insulators and all parts of energized connectors. The
photographs shall be framed such that test object essentially, fills the frame with no cut-off.
4.1 The test shall be recorded on each photograph. Additional photograph shall be taken from
each camera position with lights on to show the relative position of test object to facilitate
precise corona location from the photographic evidence.
4.2 In addition to photographs of the test object at least four photographs shall be taken of the
complete test assembly showing relative positions of all the test equipment and test objects.
These four photographs shall be taken from four points equally spaced around the test
arrangement to show its features from all sides. Drawings of the laboratory and test set up
locations shall be provided to indicate camera positions and angles. The precise location of
camera shall be approved by Purchaser’s inspector, after determining the best camera
locations by trial energization of test object at a voltage which results in corona.
4.3 The test to determine the visible corona extinction voltage need not be carried out
simultaneously with test to determine RIV levels.
4.4 However, both test shall be carried out with the same test set up and as little time duration
between tests as possible. No modification on treatment of the sample between tests will
be allowed. Simultaneous RIV and visible corona extinction
Page 74 of 164
voltage testing may be permitted at the discretion of Purchaser’s inspector if, in his opinion, it
will not prejudice other test.
Test Records
In addition to the information previously mentioned and the requirements specified as per
CISPR or NEMA 107-1964 the following data shall be included in test report:
a) Background noise before and after test.
b) Detailed procedure of application of test voltage.
c) Measurement of RIV levels expressed in micro volts at each level.
d) Results and observations about location and type of interference sources detected at each
step.
e) Test voltage shall be recorded when measured RIV passes through 100 micro volts in each
direction.
f) Onset and extinction of visual corona for each of the four tests required shall be
recorded.
Page 75 of 164
ANNEXURE-V2-P1-2: SEISMIC WITHSTAND TEST PROCEDURE
The seismic withstanding test on the complete equipment shall be carried out along with supporting
structure.
The bidder shall arrange to transport the structure from his Supplier’s premises / RSDCL sites for the
purpose of seismic withstand test only.
The seismic level specified shall be applied at the base of the structure. The accelerometers shall be
provided at the Terminal Pad of the equipment and any other point as agreed by the Purchaser. The
seismic test shall be carried out in all possible combinations of the equipment. The seismic test
procedure shall be furnished for approval of the Purchaser.
Page 76 of 164
ANNEXURE-V2-P1-3: LIST OF SPECIFICATIONS
LIST OF SPECIFICATIONS
Note: All the below Standards, Acts, Rules, etc. to be referred along with latest amendments, if any. Bidder
shall also refer the Standards, Acts, Rules, etc provided in other volumes of the tender document.
IS-6104 Method of Test for Interfacial Tension of Oil against Water by the
(Reaffirmed 1991) Rind Method
IS-6262 Method of tests for power factor and di-electric constant
(Reaffirmed 1991) of electrical insulating liquids.
IS-6792 (1992) Method for determination of electric strength of insulating
oils.
IS-5578:1983 Guide for marking of insulated conductors
IS- Guide for uniform system of marking & identification of
11353:1985(Reaffi conductors & apparatus terminals.
rmed 1991)
IS-8263 Methods for Radio Interference Test on High voltage
(Reaffirmed 1990) insulators.
IS-9224 (Part Low voltage Fuses
1,2&4)
IEC-60 (Part 1 to High Voltage Test Techniques
P4)
IEC-117 Graphical Symbols
Page 77 of 164
IEC-156, 1963 Methods for the Determination of the Electrical Strength
of Insulation Oils.
IEC-270, 1989 Partial Discharge Measurements.
IEC-376 Specification and Acceptance of New Sulphur
Hexafloride.
IEC-437,1973 Radio Interference Test on High Voltage Insulators.
IEC-506,1975 Switching Impulse Tests on High Voltage Insulators.
IEC-507,1991 Artificial Pollution Tests on High Voltage Insulators to be used
on AC system.
IEC-694,1996 Common Specification for High Voltage Switchgear &
Control gear Standards.
IEC-815,1986 Guide for the Selection of Insulators in respect of Polluted
Conditions.
IEC-865(1994) (P1 Short Circuit Current-Calculation of effects.
&P2)
ANSI- C.1/NFPA.70 National Electrical Code
Page 79 of 164
CURRENT TRANSFORMERS, VOLTAGE TRANSFORMERS AND COUPLING
CAPACITORS VOLTAGE TRANSFORERS.
Page 80 of 164
ANSI-C83 Components for Electric Equipment.
IS:8623 (Part 1 to Specification for Switchgear & Control Assemblies
3 :1993)
NEMA-AB Moulded case Circuit and Systems
NEMA-CS Industrial Controls and Systems
NEMA-PB-1 Panel Boards
NEMA-SG-5 Low voltage Power Circuit breakers
NEMA-SG-3 Power Switchgear Assemblies
NEMA-SG-6 Power Switching Equipment
NEMA-5E-3 Motor Control Centers
1248 (P1 to P9) Direct acting indicating analogue electrical measuring
instruments & their accessories.
DISCONNECTING SWITCHES
IEC-129(1992) Alternating Current Disconnectors(Isolators) and
Earthing switches.
IEC-265 (Part 1 High Voltage switches
1994) Part 2:
1994)
ANSI-C37.32 Schedule of preferred Ratings, Manufacturing
specifications and Application Guide for high voltage Air
Switches, Bus supports and switch accessories.
ANSI-C37.34 Test code for high voltage air switches
NEMA-SG6 Power Switching equipment
TELECOMMUNICATION AND LINE TRAPS
Indian Electricity Rules as amended up-to-date
IS-8792(1994) Line traps for AC power system
IS-8793(1978) Methods of tests for line traps.
IS-8997(1991) Coupling devices for PLC systems.
IS-8998 (1991) Methods of test for coupling devices for PLC systems.
IEC-353(1989) Line traps for A.C.power systems
IEC-481(1974) Coupling Devices for power line carrier systems.
IEC-495 (1993) Single side board power line carrier terminals.
IEC-683 (1980) Planning of (single Side-Band) power line carrier
systems.
CIGRE Tele protection report by Committee 34 & 35
CIGRE Guide on power line carrier 1979.
CCIR International Radio Consultative Committee
CCITT International Telegraph & Telephone Consultative
Committee
EIA Electric Industries Association
PROTECTIN AND CONTROL EQUIPMENT
IEC-51: (P1 to P9) Recommendations for Direct Acting indicating analog
electrical mesuring instruments and their accessories.
IEC-255 (Part 1 to Electrical Relays.
Page 81 of 164
Part 23)
IEC-297 (P1 to P4 Dimensions of mechanical structures of the 482.6 mm (19
:1995) inches) series.
IEC-359 (1991) Expression of the performance of electrical & electronic
measuring equipment
IEC-387 (1992) Symbols for Alternating – Current Electricity meters.
IEC-447 (1993) Man machine interface (MMI) – Actuating principles.
IEC-521 (1988) Class 0.5, 1 and 2 alternating current watt hour metres.
IEC-547 (1985) Modular plug-in Unit and standard 19-inch rack mounting
unit based on NIM Standard ( for electronic nuclear
instruments)
ANSI-81 Screw threads
ANSI-B18 Bolts and Nuts
ANSI-C37.1 Relays, Station controls etc.
ANSI-C37.2 Manual and automatic station control, supervisory and
associated telemetering equipment.
ANSI-C37.2 Relays and relay systems associated with electric power
apparatus
ANSI-C39.1 Requirements for electrical analog indicating
instruments.
MOTORS
IS-325(1991) Three phase induction motors
IS-4691 (1991) Degree of protection provided by enclosure for rotating
electrical machinery.
IEC-34 (P1 to P19 Rotating electrical machines
: 1995)
IEC-Documents 2 Three phase induction motors
(Central Office)
NEMA-MGI Motors and Generators
Electronic equipment and components
MIL-21B
MIL-833
MIL-2750
IEC-68 (P1 to P5)
Environmental
testing
IEC-326 (P1 to P2)
Printed Boards
MATERIAL AND WORKMANSHIP STANDARDS
IS-1363 (P1 to P3 Hexagon headbolts, screws and nuts of product grade
1992) C.
IS-1364 (P1 to P5 Hexagon head bolts, screws and nuts of products grade A and
1992) B.
Page 82 of 164
IS-3138 (1991) Hexagonal Bolts and Nuts (M42 to M150)
ISO-898 Fasteners: Bolts, screws and studs
ASTM Specification and tests for materials.
CLAMPS & CONNECTORS
IS-5561 (1992) Electric power connectors.
NEMA-CC1 Electric Power connectors for substation`
NEMA-CC3 Connectors for Use between aluminium or aluminium
Copper Overhead Conductors.
BUS HARDWARE AND INSULATORS
IS:2121 (1991) Fittings for Aluminum and steel cored aluminum
conductor for overhead power lines.
IS-731 (1991) Porcelain insulators for overhead power lines with a
nominal voltage greater than 1000 V.
IS-2486 (P1 to P4) Insulator fittings for overhead power lines with a nominal
voltage greater than 1000 V.
IEC-120 (1984) Dimensions of Ball and Socket Couplings of string
insulator units.
IEC-137 (1995) Insulated bushings for alternating voltages above 1000 V.
Page 83 of 164
pin type
ANSI-G.8 Iron and steel hardware
CISPR-7B Recommendations of the CISPR, tolerances of form and
of Position, Part 1
ASTM A-153 Zinc Coating (Hot dip) on iron and steel hardware.
STRAIN AND RIGID BUS-CONDUCTOR
IS-2678 (1992) Dimensions & tolerances for Wrought Aluminium and
Aluminium Alloys drawn round tube
IS-5082(1991) Wrought Aluminium and Aluminium Alloy Bars, Rods,
Tubes and Sections for Electrical purposes.
ASTM-B 230-82 Aluminium 1350 H19 Wire for electrical purposes
ANSI-C 29.9 Wet Process Porcelain Insulators Apparatus Post type
ASTM-B 231-81 Concentric –lay – stand, aluminium 1350 conductors.
ASTM-B 221 Aluminium – Alloy extruded bar, rod, wire, shape.
ASTM-B 236-83 Aluminium bars for electrical purpose (Bus-bars)
ASTM-B 317-83 Aluminium Alloy extruded bar, rod, pipe and structural
shapes for electrical purposes (Bus Conductors)
BATTERIES AND BATTERIES CHARGER
IEC-86 (P1 to P3 : Primary batteries
1995)
NEMA-1B1 Definition and precautionary labels for lead-acid
industrial storage batteries
NEMA-1B4 Determination of ampere hour and watt hour capacity of
lead-acid industrial storage batteries for stationary
service.
NEMA-1B5 Life testing of lead-acid industrial storage batteries for
stationary service
NEMA-PV3 Safety code for semiconductor Power converters
NEMA-PV5 Constant potential type electric utility (Semi-conductor static
Converter) battery chargers
NEMA-R-12 General – purpose and communication battery chargers
IEEE-484 Recommended Design for installation design and installation
of large lead storage batteries for generating stations and
substations.
IEEE-485 Sizing large lead storage batteries for generation
stations and substations.
WIRES AND CABLES
ASTMB-2863 Measuring the minimum oxygen concentration to support
candle like combustion of plastics (Oxygen index).
Page 84 of 164
power cables, up-to and including 33 kV rating.
IS-1554 (P1 and PVC insulated (heavy duty) electric cables (part1) for
P2: 1988) working voltage up-to and including 1100 V.
Part (2) for working voltage from 3.3 kV up to and
including 11 kV.
IS:2982 Copper Conductor in insulated cables
IS-3961 (P1 to P5 Recommended current ratings for cables.
1991)
IS-3975 (1992) Mild steel wires, formed wires and tapes for armouring
of cables.
IS-5831 (1991) PVC insulating and sheath of electric cables.
IS-6380 (1991) Elastometric insulating and sheath of electric cables.
IS-7098 (1988) Cross linked polyethylene insulated PVC sheathed
cables for working voltage up-to and including 1100 Volts.
IS-7098 (1988) Cross linked polyethylene insulated PVC sheathed cables for
working voltage from 3.3 kV up-to and including 33 kV.
Page 85 of 164
Thermo plastic insulated wire and cable.
NEMA-WC2 Steel armour and associated covering for impregnated paper
insulated cables.
NEMA-WC3 Rubber insulated wire and cable for transmission and
distribution of electrical energy.
NEMA-WC5 Thermo plastic insulated wire and cable for the
transmission and distribution of electrical energy.
NEMA-WC7 Cross linked thermo setting polyethylene insulated wire and
cable for the transmission and distribution of electric energy.
Page 86 of 164
ASTM-A-153 Specification for Zinc Coating ( Hot Dip) on Iron and
steel hardware.
ASTM-A-239 Test method for locating the Thinnest Spot in a Zinc
(Galvanised) Coating on Iron or Steel articles by the
preece test (Copper sulfated dip)
ASTM-A-121-77 Zinc coated (Galvanized) steel barbed wire.
PAINTING
IS-6005 (1991) Code of practice for phosphating of iron and steel.
ANSI-Z551 Gray finishes for industrial apparatus and equipment.
SSPC Steel structure painting council.
FIRE PROTECTION
Page 87 of 164
STEEL STRUCTURES
IS-228(1992) Method of Chemical Analysis of pig iron, cast iron and plain
carbone and low alloy steels.
IS-802 (P1 to 3 : Code of practice for use of structural steel in overhead
1991) transmission line towers.
IS-806 (1991) Code of practice for use of steel tubes in general
building construction.
IS-808 (1991) Dimensions for hot rolled steel beam, column channel and
angle sections.
IS-814 (1991) Covered electrodes for manual arc welding of carbon of
carbon manganese steel.
IS-816 (1992) Coce of Practice for use of metal arc welding for general
construction in mild steel.
IS-817 (1992) Code of practice for training and testing of metal arc
welders. Part 1 : Manual Metal arc welding.
IS-875 (P1 to P4 : Code of practice for design loads (other than
1992) earthquake) for buildings and structures.
IS-1161 (1990) Steel tubes for structural purposes.
IS-1182 (1991) Recommended practice for radiographic examination of fusion
welded butt joints in steel plates.
IS-1363 (P1 to P3 Hexagonal head bolts, screws & nuts of products grade
(1992) C.
IS-1364 (1992) Hexagonal head bolts, screws and nuts of product
grades A and B.
IS-1367 (P1 to Technical supply condition for threaded steel fasteners.
P18 1992)
IS-1599 (1991) Methods for bend test.
IS-1608 (1991) Method for tensile testing of steel products.
IS-1893 (1991) Criteria for earthquake resistant design of structures.
IS-1978 (1990) Line pipe.
IS-2062 (1992) Steel for general structural purposes.
IS-2595 (1991) Code of practice for Radiographic testing.
IS-3063 (1991) Single coil rectangular section spring washers for bolts,
nuts and screws.
IS-3664 (1993) Code of practice for ultrasonic pulse echo testing by
contact and immersion methods.
IS-7205 (1991) Safety code for erection of structural steel work.
IS-9595 (1992) Recommendations for metal arc welding of carbon and
carbon managese steel.
ANSI-B18.2.1 Inch series square and Hexagonal bolts and screws.
ANSI-B18.2.2 Square and hexagonal nuts.
ANSI-G8.14 Round head bolts
Page 88 of 164
ASTM-A6 Specification for General Requirements for rolled steel
plates, shapes, sheet piling and bars of structural use.
ASTM-A36 Specification of structural steel.
ASTM-A47 Specification for malleable iron castings.
ASTM-A143 Practice for safeguarding against embilement of Hot
Galvanized structural steel products and procedure for
detaching embrilement.
ASTM-A242 Specification for high strength low alloy structural steel.
ASTM-A283 Specification for low and intermediate tensile strength carbon
steel plates of structural quality.
ASTM-A394 Specification for Galvanized steel transmission tower bolts
and nuts.
ASTM-441 Specification for High strength low alloy structural
manganese vandium steel.
ASTM-A572 Specification for High strength low alloy colombium
Vanadium steel of structural quality,
AWS D1-0 Code for welding in building construction welding
inspection.
AWS D1-1 Structural welding code.
AISC American institute of Steel construction.
NEMA-CG1 Manufactured graphite electrodes.
PIPING AND PRESSURE VESSELS
IS-1239 (Part 1 Mild steel tubes, tubulars and other wrought steel fittings.
and 2: 1992)
IS-3589(1991) Electrically welded steel pipes for water, gas and
sewage.
IS-6392 (1988) Steel pipe flanges.
ASME Boiler and pressure vessel code.
ASTM-A120 Specification for pipe steel, black and hot dipped, zinc
coated (Galvanized) welded and seamless steel pipe for
ordinary use.
ASTM-A53 Specification for pipe, steel, black, and hot dipped, zinc coated
welded and seamless.
ASTM-A 106 Seamless carbon steel pipe for High temperature service
Page 89 of 164
ASTM-A193 Alloy steel and stainless steel bolting materials for high
temperature service.
ASTM-A345 Flat rolled electrical steel for magnetic applications.
ASTM-A197 Cupola malleable iron
ANSI-B2.1 Pipe threads (Except dry seal)
ANSI-B16.1 Cast iron pipe flanges and flanged fitting. Class 25, 125, 250
and 800.
ANSI-B16.3 Malleable iron threaded fittings, class 150 and 300.
ANSI-B16.5 Pipe flanges and flanged fittings, steel nickel alloy and other
special alloys.
ANSI-B16.9 Factory-made wrought steel butt welding fittings.
ANSI-B16.11 Forged steel fittings, socket welding and threaded
ANSI-B16.14 Ferrous pipe plug, bushings and lock nuts with pipe
threads.
ANSI-B16.25 Butt welding ends
ANSI-B18.1.1 Fire hose coupling screw thread.
ANSI-B18.2.1 Inch series square and hexagonal bolts and screws.
ANSI-B18.2.2 Square and hexagonal nuts
ANSI-B18.21.1 Lock washers
ANSI-B18.21.2 Plain washers
ANSI-B 31.1 Power Piping
ANSI-B36.10 Welded and seamless wrought steel pipe
ANSI-B36.9 Stainless steel pipe
OTHER CIVIL WORKS STANDARDS
IS-269(1989) 33 grade ordinary portland cement.
IS-2721 (1991) Galvanized steel chain link fence fabric.
IS-278(1991) Galvanized steel barbed wire for fencing.
IS-383 (1991) Coarse and fine aggregates from natural sources for
concrete.
IS-432 (P1 and P2 Mild steel and medium tensile steel bars and hard-dawn steel
1989) wire for concrete reinforcement.
IS-456 (1991) Code of practice for plain and reinforced concrete.
IS 516 (1991) Method of test for strength of concrete.
IS-800 (1991) Code of practice for general construction in steel.
IS-806 (1991) Steel tubes for structural purposes.
IS-1172 (1993) Basic requirements for water supply, drainage and
santitation.
IS-1199 (1991) Methods of sampling and analysis of concrete
IS-1566 (1989) Hard dawn steel wire fabric for concrete reinforcement.
IS-1742(1980) Code of Practice for Building drainage.
IS-1785(1989) Plain hard drawn steel wire for prestressed concrete.
IS-1786(1990) High strength deformed steel bars and wires for
Page 90 of 164
concrete reinforcement.
IS-1811(1990) Methods of sampling Foundry sands.
IS-1893(1991) Criteria for earthquake resistant design of structures.
IS-2062 (1992) Steel of general structural purposes.
IS-2064 (1993) Selection, installation and maintenance of sanitary
appliances code of practices.
IS-2065 (1993) Code of practice for water supply in buildings.
IS-2090 (1989) High tension steel bars used in prestressed concrete.
IS-2140 (1991) Standard galvanized steel wire for fencing.
IS-2470 (P1 & P2 Code of practice for installation of septic tanks.
1990)
IS-2514 (1991) Concrete vibrating tables.
IS-2645 (1992) Integral cement water proofing compounds.
IS-3025 (Part 1 to Methods of sampling and test (Physical and chemical) for
Part 48, 1994) water and waste water.
IS-4091 (1987) Code of practice for design and construction of
foundations for transmission line towers and poles.
IS-4111 (Part 1 to Code of practice for ancillary structures in sewage
P5 1993) system.
IS-4990 (1993) Plywood for concrete shuttering work.
IS-5600 (1991) Sewage and drainage pumps.
NATIONAL BUILDING CODE OF INDIA 1970
USBR E12 Earth Manual by United States Department of the interior
Bureau of Reclamation.
ASTM-A392-81 Zinc/ coated steel chain link fence fabric.
ASTM-D1557-80 Test for moisture-density relation of soils using 10 lb ( 4.5
Kg.) Ramer and 18-in (457 mm) Drop.
ASTM-D1586 Penetration Test and Split-Barrel
(1967) Sampling of Soils.
ASTM-D2049-69 Test method for Relative Density of Cohesionless Soils
ASTM-D2435 Test method for Unconsolidated, (1982)
Untrained strengths of Cohesive Soils in Triaxial
Compression.
BS-5075 Specification for accelerating Part-I Admixtures,
Retarding Admixtures and Water Reducing Admixtures.
Page 91 of 164
and steel Articles
IS:8263 (1990) Methods for Radio Interference Test on IEC:437-1973
High Voltage insulators NEMA:107-
1964 CISPR
IS-209 (1992) Zinc Ingot BS:3436-1961
IS:398 (1992) Aluminium Conductors for Overhead IEC:209-1966
Transmission Purposes BS:215 (Part-II)
1970
Part V (1992) Aluminium conductors galvanized IEC:209-1966
steel reinforced extra high voltage BS:215 (Part-II)
(400 kV and above) 1970
IS:1778-1980 Reels and Drums for Bare BS:1559-1949
Conductors
IS:1521 (1991) Method for Tensile Testing of steel wire ISO/R89-1959
TRANSMISSION LINE
Page 92 of 164
Internationally
Recognized
Standard/Code
IS: 1080-1990 Codes of Practice for Design and
Construction of Simple Spread
Foundations
IS: 1498-1992 Classification and identification of ASTM D
Soils for General Engineering 2487/ASTM D
purposes. 2488
IS: 1888- 1982 Method of load tests on soil
IS: 1892-1992 Code of Practice for Subsurface
Investigation for Foundation
IS: 1904-1986 Code of Practice for Design and
Construction of foundation in Soils:
General Requirements.
IS: 2131-1992 Method of Standard Penetration ASTM D 1586
Soils
IS: 2132-1992 Code of Practice for Thin Walled ASTM D 1587
Sampling of Soils
IS: 2720-1992 Method of Test for Soils (Relevant ASTM D 420
Parts)
IS: 2809-1991 Glossary of Terms and symbols ASTM D 653
IS: 2810- 1979 Glossary of terms and symbols
related to soil dynamics Relating to Soil
Engineering
IS: 2911-1980 Code of Practice for Design and
construction of pile Foundations
(Relevant Parts).
IS: 3025 Methods of Sampling and Testing
(Physical and Chemical) for water used
in industry.
IS: 3043-1991 Code or Practice for Earthing.
IS: 4078-1990 Code of Practice for Indexing and
Storage of Drill Cores.
IS: 4091-1987 Code of Practice for Design and
Construction of Foundations for
Transmission Line Towers and
Poles.
IS: 4434-1992 Code of Practice for in-situ Vane Shear ASTM D
Test for Soils. 2573/ASTM D
4648
IS: 4453-1992 Code of Practice for Exploration by Pits,
Trenches, Drifts and Shafts.
Page 93 of 164
IS: 4464-1990 Code of Practice for Presentation of
Drilling Information and core
description in Foundation
Investigation
IS: 4968- Method for Subsurface sounding for
(Part-II)-1992 soils, dynamic method using cone and
Bentonite slurry
IS: 5313-1989 Guide for Core Drilling observations.
IS: 6403-1990 Code Practice for Determination of ASTM D 194
Allowable Bearing Pressure on Shallow
Foundation.
IS: 6926-1990 Code of Practice for Diamond Core
Drilling for Site Investigation for
River Valley Projects.
IS: 6935-1989 Method of Determination of Water
level in a Bore Hole.
IS: 7422-1990 Symbols and Abbreviations for use in
Geological Maps Sections and
subsurface Exploratory Logs
(Relevant parts).
IS: 8009 Code of Practice for Calculation of
(Part-I)-1993 Settlements of Foundations (Shallow
Foundations subjected to symmetrical
Vertical Loads).
IS: 8764-1991 Method of Determination of Point
Load Strength Index of Rocks.
IS: 9143-1991 Method of Determination of Unconfined ASTM D 2938
Compressive Strength of Rock
Materials.
IS: 9179-1991 Method of Preparation of Rock ASTM D 4543
Specimen for Laboratory Testing.
IS: 9259-1992 Specification for Liquid ASTM D 4318
Limit Apparatus.
IS: 9640-1992 Specification for Split Spoon ASTM D 1586
Sampler.
IS: 10050-1992 Method of Determination of Slake ASTM D 4644
Durability Index of Rocks.
IS:11315-(Part-II)- Description of Discontinuities in Rock
1991 Mass-Core Recovery and Rock Quality.
Page 94 of 164
LIGHTING FIXERES & ASSESSORIES
LIGHTING PANELS
Page 95 of 164
vi. IS:9224 HRC cartridge fuse links for voltage above 650 V. (Part-2)
vii. IS:5082 Wrought aluminium and Al. alloys, bars, rods, tubes and sections for
electrical purposes.
viii. IS:8623 Factory built Assemblies of Switchgear and Control Gear for voltages up to and
including 1000 V AC and 1200 V DC
ix. IS:1248 Direct Acting electrical indicating instruments.
CABLES
i. IS:694 PVC insulated cables for working voltages up-to and including 1100 volts.
Electrical Installation
Page 96 of 164
ANNEXURE- V2-P1-4: LIST OF DRAWINGS/ DOCUMENTS
NOTE:
2. The list of drawings/ documents mentioned above are for overview of Solar Park evacuation
scheme.
3. The SLD provided are as per DPR and for tender purpose only. The bidder shall do Engineering
& design the Electrical layout of the respective PPS of Solar park for the LOT(S) as per
requirement of RE power evacuation and shall take RSDCL’s concurrence on the same before
implementation on the site.
Coordinates of PPS
1. For Lot1
Substation Latitude (Deg North) Longitude (Deg East)
400 kV Main PPS 28o20’16” 73000’29”
PPS 1 28o21’46” 72058’29”
PPS 2 28o21’36” 73000’43”
PPS 3 28o20’18” 72056’23”
2. For Lot 2
Substation Latitude (Deg North) Longitude (Deg East)
400 kV Main PPS 28o19’23” 73000’17”
PPS 1 28o20’37” 72057’59”
PPS 2 28o19’11” 72059’19”
3. For Lot 3
Substation Latitude (Deg North) Longitude (Deg East)
PPS 1 28o24’57” 73008’22”
PPS 2 28o25’50” 73008’24”
Page 97 of 164
Remark: The coordinates of RVPN’s 765 kV GSS where all the RE Power of Pugal Solar Park is to be
injected are 28o22’10” N & 73000’31” E.
Page 98 of 164
132 kV quadruple circuit line with twin
bundleAl-59 (zebra eq.) conductor
bus sectionaliser
cum coupler
cum coupler
33 kV bus bars
BS-2
BS-1
100 MVA 132/33 kV transf.-1 100 MVA 132/33 kV transf.-2 100 MVA 132/33 kV transf.-3
bus coupler
bus coupler
132 kV main bus bars
CAUTION:
bus sectionaliser
Bus Sectionaliser breaker on 33 kV main bus and bus
sectionaliser isolators on 33kV transfer bus are to
be kept normally open to contain s.c. level of 33 kV
system to 31.5 kA rms
In case of transformer outage, only one of
bus sectionaliser breaker and its corresponding
isolator on transfer bus is to be closed.
132 kV double circuit twin AL-59 (Zebra Eq.) bundle line to PPS-1
(one circuit to LILO to PPS-1 and other to Main PPS on Q/C line)
bus sectionaliser
bus sectionaliser
bus sectionaliser
cum coupler
cum coupler
cum coupler
cum coupler
copy
copy
33 kV bus bars
BS-1 BS-2 BS-3 BS-4 BS-5
100 MVA 132/33 kV transf.-1 100 MVA 132/33 kV transf.-4 100 MVA 132/33 kV transformer-6
100 MVA 132/33 kV transformer-3
100 MVA 132/33 kV transformer-2 100 MVA 132/33 kV transformer-5
132 kV transfer bus
bus coupler
bus coupler
bus coupler
132 kV Quadruple circuit (Q/C*) twin Al-59(Zebra eq.)conductor line
CAUTION:
Bus Sectionaliser breakers BS-2 and BS-4 on 33 kV main bus and
corresponding bus sectionaliser isolators on 33kV transfer bus are to
be kept normally open to contain s.c. level of 33 kV
system to 31.5 kA rms
In case of outage of transformer no.3, bus sectionaliser breaker BS2
can be closed after opening bus sectionaliser breaker BS-3 and accordingly Note:- *2xD/C linne can be provided
correspoding isolators on transfer bus are to be closed./ opened
instead of Q/C line.
In case of outage of transformer no.4, bus sectionaliser breaker BS4
can be closed after opening bus sectionaliser breaker BS-3 and accordingly
corresponding isolators on transfer bus are to be closed./ opened
bus sectionaliser
cum coupler
cum coupler
33 kV bus bars
BS-2
BS-1
100 MVA 132/33 kV transf.-1 100 MVA 132/33 kV transf.-2 100 MVA 132/33 kV transf.-3
bus coupler
bus coupler
132 kV main bus bars
CAUTION:
bus sectionaliser
Bus Sectionaliser breaker on 33 kV main bus and bus
sectionaliser isolators on 33kV transfer bus are to
be kept normally open to contain s.c. level of 33 kV
system to 31.5 kA rms
In case of transformer outage, only one of
bus sectionaliser breaker and its corresponding
isolator on transfer bus is to be closed. 132 kV double circuit twin AL-59 (Zebra Eq.)
bundle line to Main PPS
L.A.
CVT (metering)
Wavetrap
C.T. (metering)
CVT
C.T.
bus coupler
132 kV main bus bars
132 kV quadruple circuit twin AL-59(Zebra eq.) line 132 kV double circuit twin Al-59(Zebra eq.) line
to PPS-2
Three circuits to PPS-1 and one to PPS-3
CLIENT :-
Block Diagram 3- 1000MW (2x500 (132kV) +1000 MW Main PPS) Pugal Solar Park phase-II RSDCL (RAJASTHAN SOLAR PARK DEVELOPMENT
COMPANY LTD)
PROJECT:-
DATE .
20-09-2023
N
DRG No. PDCOR/SP/PU/TLLP-R3
w E
S
DRAWN BY : RECOM. BY : CHECKED BY : APPROVED BY :
bus sectionaliser
bus sectionaliser
bus sectionaliser
bus sectionaliser
cum coupler
cum coupler
cum coupler
cum coupler
bus coupler
copy
copy
33 kV bus bars
BS-1 BS-2 BS-3 BS-4 BS-5
100 MVA 132/33 kV transf.-1 100 MVA 132/33 kV transf.-4 100 MVA 132/33 kV transformer-6
100 MVA 132/33 kV transformer-3
100 MVA 132/33 kV transformer-2 100 MVA 132/33 kV transformer-5
132 kV transfer bus
bus coupler
bus coupler
bus coupler
132 kV main bus bars
132 kV 2xdouble circuit (or four circuit) line with single Al-59(Moose eq.) conductor to Main PPS
Al-59 Moose equivalent conductor 61/3.31 mm OD 29.79 mm S.L.D. 132 kV PPS-1&2
1000 MW Pugal Solar Park Phase-II
CAUTION:
Bus Sectionaliser breakers BS-2 and BS-4 on 33 kV main bus and
corresponding bus sectionaliser isolators on 33kV transfer bus are to
be kept normally open to contain s.c. level of 33 kV
system to 31.5 kA rms
In case of outage of transformer no.3, bus sectionaliser breaker BS2
can be closed after opening bus sectionaliser breaker BS-3 and accordingly CLIENT :- RSDCL (RAJASTHAN SOLAR PARK DEVELOPMENT
correspoding isolators on transfer bus are to be closed./ opened COMPANY LTD)
In case of outage of transformer no.4, bus sectionaliser breaker BS4
PDCOR Limited
can be closed after opening bus sectionaliser breaker BS-3 and accordingly CONSULTANT :-
FIRST FLOOR, PRESS TRUST OF INDIA (PTI) BUILDING,
corresponding isolators on transfer bus are to be closed./ opened 5-B, JHALANA DOONGRI INSTITUTIONAL AREA,
JAIPUR - 302004, RAJ.
PROJECT:-
1000 MW PUGAL SOLAR PARK PHASE -II PROJECT
AT VILLAGE SOORASAR (BIKANER)
DATE .
20-09-2023
L.A.
CVT (metering)
Wavetrap
C.T. (metering)
CVT
C.T.
bus coupler
bus coupler
bus sectionaliser
132 kV 2xdouble circuit (or four circuit) line S.L.D. 400 kV Main PSS CONSULTANT :- PDCOR Limited
1000 MW Pugal Solar Park - Phase-II
Al-59 Moose Eq. conductor - 61/3.31mm OD 29.79 mm with single Al-59 Moose Eq. conductor to PPS-2 FIRST FLOOR, PRESS TRUST OF INDIA (PTI) BUILDING,
5-B, JHALANA DOONGRI INSTITUTIONAL AREA,
JAIPUR - 302004, RAJ.
PROJECT:-
1000 MW PUGAL SOLAR PARK PHASE -II PROJECT
AT VILLAGE SOORASAR (BIKANER)
DATE . 20-09-2023
: L ___ l
I
220kV I I
PPS-2
(200 MW) :
I ,---J
I I
I I
I I �
PSS
I I � I 220KVDICLINE
•-
PPS-1 ,. 5.0Hec.
I
MAIN PPS {PPS-2) = 5.03Hee.
I I
220kV �
l::LIENT :-
DEVELOPMENTCOMPANYL'ID)
RSDCL (RAJASTIIAN SOLAR PARK
PPS-1 lcONsuLTANT:-
« PDCOR Limited
����=:iu;,���!�=DING,
JAIPUR-30:lOIJ.l,RAJ
(250 MW)
PROJECT:-
! 450 MW SOLAR PARK PROJECT AT VILLAGE
SARDARPURA (BIKANER)
- AL-EXIERNAL IRANSMISSIONUNK
� �
33 kV bus bars
/. /. /.
il Jl
L..
•f-'-/
Q)
l ! ! !1 !
•
..J/ ....._J/ L..
l L..
Q)
l
-�
ro
C
0
Q)
en
en
::J
.0
S.L.D. 220 kV PPS-1 (f2) PROJECT·- 450 MW SOLAR PARK PROJECT AT VILLAGE
SARDARPURA (BIKANER)
DATE. 28-03-2023
33 kV bus bars
/. /. /I I /.
rt l l f l lt l
L.. '
l
Q.)
-
220 kV mairt'.bus bars �
-
�
-
� � �
I
v�
::::;::A �
L..
vr�
Q.)
.!!!
Q.)
Ill
Ill
DATE. 28-03-2023
1 GENERAL
1.2.2 Construction of road inside the park and connecting road/ strengthen existing
village roads for PPS to state highways and WBM roads inside the park.
1.2.4 Construction of boundary fencing over the park with gates at various
locations and boundary wall and main gates nearby all PPS.
1.2.5 Construction of office buildings with all office equipments and dormitories
with canteen facility.
Page 99 of 164
1.2.6 Construction/ erection of watch tower and security portable cabins at various
locations of solar park.
1.2.10 Any other work required within Solar Park for successful commissioning.
The detailed scope of work for civil infrastructure given here under is tentative
and is including but not limited to the following:
2.2 Roads:
2.2.1 Construction of new BT roads 12 meter wide including 1 meter shoulder each
side inside the park with hume pipe culverts & causeways to approach parcels
of park land and PPS of park. Total length of road other than PPS area is 30
Kms.
2.2.3 9-meter-wide including 0.75-meter shoulder each side WBM road of 169
Kms along inside the park periphery with hume pipe culverts & causeways
for approach park plots, maintenance of boundary fencing, security purpose of
Solar Park.
2.3.4 Construction of Clean Water Reservoir (CWR) as per design with all
accessories and power supply from corresponding PPS’s auxiliaries.
2.3.7 Supply and installation of water coolers inside the solar park at interval of one
Km length along BT roadside with water & power supply arrangements.
Random Rubble stone/ bricks/ masonry boundary wall near by the main gates
of all PPS of 3 Km length and four nos of main gates as per drawing approval
by RSDCL for PPS entry. Other boundary of all parcels of park shall be
covered with fencing with bard wire of appropriate mesh size with more than
one twist. Total length of fencing is 400 Kms and 100 Nos of gates to entry in
parcel. Details of fencing and boundary wall work shall be available in scope
of work..
2.7.1 Construction of 70 nos watch towers in the solar park at different identified
locations such as corner points of park boundary and important places of solar
park to watch.
2.7.2 Supply of 40 nos portable security guard cabins for security guards to replace
from one location to other as per requirement.
Construction of 2000 sqft open and 2000 sqft covered with sheds both types of
warehouses at each PPS.
The contractor shall develop green belts in areas along the roadside of the park, near
the transmission line shadow area, on unused land of park and near common facility
area of park. As per the guidelines it is recommended to plant 2-3 times of plant
cutting during the development of solar park. The contractor shall develop gardens
with plantation near the PPS office building.
Any other work required within Solar Park for successful commissioning. The
technical details in Volume-III & IV of the Tender Documents.
2.13.1 Construction of road & drainage route design, hume pipe culverts of 900 mm dia
pipe etc.
2.13.4 General Tools and Tackles, Testing and Measuring Equipment, Office &
Miscellaneous Equipments/ Items
2.13.5 Any other equipment/ material required to complete the specified scope.
2.13.6 All necessary safety equipments such as flexible earthing sets, voltage test road
helmets, Rubber Hand Gloves, Safety belts etc.
3.1 Before proceeding with the construction work as per scope of the specification, the
Contractor shall himself fully familiarize with the site conditions, general arrangements,
and scheme etc. Though the Purchaser shall endeavor to provide the information, it shall
not be binding for the Purchaser to provide the same. The bidders are advised to visit the
substation (s) site and acquaint themselves with the topography, infrastructure, and
design philosophy. The bidder shall be fully responsible for providing all equipments,
materials, system and services specified or otherwise which are required to complete the
development of solar park in all respect.
3.2 The complete design (unless specified otherwise in specification elsewhere) and detailed
engineering shall be done by the contractor. All drawings shall be vetted & checked
from NIT or IIT. No material shall be provided by RSDCL any tax, octroi or anything
else shall be bear by the bidder.
3.3 The Contractor shall also be responsible for the overall co-ordination with internal/
external agencies, project management, training of Employer’s/ Purchaser's manpower,
loading, unloading, handling, moving it to final destination for successful erection,
testing and commissioning of the substation/ switchyard/ bays.
3.5 Schedule of Quantities: The detailed description of various items/ equipments and civil
works are indicated in Vol-II, III & IV. The bills of quantity of major equipments are
also indicated and wherever the quantities are not indicated, the bidder is required to
compute the quantity. Bidders should include all such items in the bid proposal sheets
which are not specifically mentioned but are essential for the execution of the contract,
however the actual quantity may vary as per requirement.
Survey, soil investigation, contouring & leveling of land identified for construction
of roads, boundary wall/ fencing, water pipeline route, raw water reservoir, clean
water reservoir, overhead tanks, pump houses, dormitory, guest house, drainage way
& common facility area.
Overhead tanks, pump houses, water clarifier, main gates, dormitory, guest house,
watch towers,
Boundary fencing & gates for parcels with fencing, boundary wall & main gates at
each PPS, new BT roads, BT road for strengthening of roads, WBM roads, light
poles, road lights with power supply and cabling, DI pipelines, HDPE pipelines,
pump houses with motor pump set including power supply, clarifier with all
accessories, raw water reservoir, clean water reservoirs, overhead tanks, water
coolers with power & water supply, portable security guard cabins, dormitory,
guest house, canteen, security guard rooms.
5.1 The Lorry Receipts for the materials will be handed over to the Contractor by the
representative of the Employer as and when the same are received. The Contractor shall
be responsible for taking delivery of these materials from the railways/ road transporter,
unloading them from the transporter, carting them to different stores built by him for the
purpose, the unloading and cartage being at the cost of the Contractor. All wharfage and
demurrage charges incurred due to delay in taking delivery will be to the Contractor’s
account, except those due to reasons beyond his control in which case the contractor shall
immediately intimate the Project Engineer/ Project Manager for setting and claims. The
Contractor shall be responsible for proper handling and storage of these materials from
the time of receipt upto the time of handing over of the complete park to RSDCL after
completion of 1 year O&M by bidder.
5.2 Yards and store provided by the Contractor for stacking and storage of materials shall be
open for inspection by the Employer as and when required. The cost of handling and
storage shall be to the Contractor’s account.
The location of facilities at park and line routes for park to be constructed in Bikaner
District is indicated below:-
8 METEOROLOGICAL DATA:
The meteorological data of the substation shall be provided to the successful bidder during
detailed engineering as available from consultant. However, bidder should arrange these
data from metrological department itself.
9 SOIL DATA:
The bidder shall be responsible for carrying out the required tests and should fully satisfy
himself about the nature of soil expected to be encountered prior to the submission of bid.
Any variation of soil data during detailed engineering or construction stage shall not
constitute a valid reason in affecting the terms and conditions of the bid.
10 DRAWINGS
The enclosed drawings (if any) give the basic scheme, layout of buildings, reservoir, pump
house, overhead tank, water treatment plant, fencing, earth work, associated services etc.
In case of any discrepancy between the drawing and text of specification, the requirements
of text shall prevail in general. However, the Bidder is advised to get these clarified from
Purchaser. Decision of RSDCL shall prevail. All drawings shall be duly vetted and
checked by IIT/ NIT.
11 SPARES:
The tentative list of spare parts and maintenance equipments have been provided in
Annexure-2. The prices of these spares shall be considered by the Bidder in the prices of
respective equipments.
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.
Not required.
11.3 The quantity of items may vary upto any extent during execution of work, RSDCL have
right to vary quantity of work as per RTPP.
12 SPECIFIC REQUIREMENT:
12.1 The bidder shall be responsible for safety of human and equipment during the working.
It will be the responsibility of the Contractor to co-ordinate and arrange for obtaining
clearance if required from any statutory bodies before commissioning. Any additional
items, modification if required for any clearance shall be provided by the Contractor at
no extra cost to the Purchaser.
The bidder may include in his proposal the deployment of all such special tools and
tackles required for erection, testing, commissioning, and maintenance of the equipment.
However, a list of all such devices should be indicated in the relevant schedule provided
in the BPS. In addition to this, the Contractor shall also furnish a list of special tools and
tackles for the various equipments in a manner to be referred by the Purchaser during the
operation of these equipments.
14.1 RSDCL shall facilitate the auxiliary HT power Supplies (DISCOM) on chargeable basis
at a single point in the Sub-station. The prevailing energy rates of the state shall be
applicable. All further distribution from the same for construction and permanent
auxiliary supply shall be made by the contractor. However, in case of failure of power
due to any unavoidable circumstances, the contractor must make necessary arrangements
like diesel sets etc. so that progress of work is not affected, and the Purchaser shall in no
case be responsible for any delay in works because of non- availability of power.
14.2 In case of non-availability of inadequate availability of water for construction work, the
contractor shall make his own arrangement at his own cost and the Purchaser shall in no
case be responsible for any delay in works because of non- availability or inadequate
availability of water.
The bidder should have assured access to supply equipment/ materials from the
manufacturers (Vendors) covered in the following list. However, the owner reserves the
right to approve alternate vendors subject to meeting the technical specification, previous
performances, availability of after sales support/ service etc. in the overall interest of
RSDCL/ Project.
In case, bidder is manufacturer of the equipment/ material required for the project, then the
bidder will supply own manufactured equipment/ material. The vendors/ manufacturers
approved by RSDCL shall be final.
NOTE: RSDCL reserves the right to approve additional vendor(s) in the above approved
vendor list for the various items/ equipments subject to meeting of following
criteria:-
15.1 Meeting of technical specification along with type test requirements as per specification/
relevant standard.
15.3 RSDCL however reserves right to approve additional vendor based on above criteria
during execution of project in case of unforeseen situation and in the interest of overall
project.
15.4 One copy of order placed by Bidder on vendors is to be furnished to RSDCL. Comments
if any of RSDCL shall be incorporated/ agreed upon by the vendors.
15.6 GTP, drawings etc. are to be got approved by the bidder for offered make after
placement of order.
15.7 Equipments offered from the above vendors shall meet all requirements of the
specification of RSDCL.
This section stipulates the General Technical Requirements under the Contract and will
form an integral part of the Technical specification.
16.1 The provisions under this section are intended to supplement general requirements for
the materials, equipments and services covered under other sections and is not exclusive.
However, in case of conflict between the requirements specified in this section and
requirements specified under other sections, the requirement specified under respective
sections shall hold good.
16.2 This section of Technical Specifications describes detailed technical and functional
requirements of all civil, structural, mechanical & plumbing works included in the
scope.
16.3 Standards & Codes-All design and construction of civil works shall conform to relevant
Indian standards such as BIS, IRC, MORTH, NBC etc.
16.4 Design of steel structures shall conform to IS: 800, 801 or 802 as applicable. Design of
concrete structures shall conform to IS: 456. For design of liquid retaining structure IS:
3370 shall be followed. Only in case of non-availability of Indian standard, equivalent
American or British standard may be used for design with prior approval of the Engineer
and the contractor shall submit proper justification for the same along with his request to
the Engineer for review and approval, and the decision of the Engineer shall be final and
binding.
16.5 All the design/ drawings shall be prepared/ approved either by in-house Engineering
Team of the and approved by PGCIL in case of PPS & T/L & by NIT & IIT in case of
civil structure & works with qualified engineering staff with relevant experience in
successful design of solar park.
16.6 The design calculations for, RCC structure, Steel structure, Foundation system, Pump
house, Roadwork, Drainage work, etc. shall be submitted for prior approval of Engineer
before commencement of construction.
16.8 The design calculations shall be supplemented with a neat sketch showing the structure
geometry, node and member nos., lengths of various typical members, support points
and type of supports, types of materials & type of sections with properties considered in
analysis & design. The report shall also include back-up calculations for various loads
adopted in design, brief write- up on primary load cases and design load combinations
considered and conclusions on design results (with supporting sketches) for easy
reference and clarity. Where a computer program (other than STAAD) is used for
analysis and design, the contractor shall include a write-up on the computer program
used along with examples for validation check. Design Input (format suitable to the
program used and in STAAD format) and output file shall also be given in the design
report and in soft copy to facilitate its review and approval by the Engineer.
16.9 The methodology for water pipeline route, Overhead tank, Road & drainage works shall
also be submitted for prior approval of Engineer -in-charge RSDCL before start of these
works.
17 INSTRUCTION TO BIDDERS:
17.1 The bidders shall submit the technical requirements, data and information as per the
technical data sheets provided in the Volume IV of bid documents.
17.2 The bidders shall furnish catalogues, engineering data, technical information, design
documents, drawings etc. fully in conformity with the technical specification.
17.3 It is recognized that the Contractor may have standardized on the use of certain
components, materials, processes, or procedures different than those specified herein.
Alternate proposals offering similar equipment based on the manufacturer’s standard
practice will also be considered provided such proposals meet the specified designs,
standard and performance requirements and are acceptable to the Purchaser. Unless
brought out clearly, the Bidder shall be deemed to confirm to this specification
scrupulously. All deviations from the specification shall be clearly brought out in the
respective schedule of deviations. Any discrepancy between the specification and the
catalogues or the bid, if not clearly brought out in the schedule, will not be considered as
valid deviation.
17.5 Equipment furnished shall be complete in every respect with all mountings, fittings,
fixtures, and standard accessories normally provided with such equipment and/ or
needed for erection, completion and safe operation of the equipment as required by
applicable codes though they may not have been specifically detailed in the Technical
Specifications unless included in the list of exclusions. Materials and components not
specifically stated in the specification, but which are necessary for facilities development
unless specifically excluded shall be deemed to be included in the scope of the
specification and shall be supplied without any extra cost. All similar standard
components/ parts of similar standard equipment provided, shall be inter-changeable
with one another.
17.6 The test reports shall be furnished by the Contractor along with equipment/material
drawings. In the event of any discrepancy in the test reports
i.e. any test report not acceptable due to any design/ manufacturing changes or due to
non-compliance with the requirement stipulated in the Technical Specification and/or
IEC/ IS, same shall be carried out without any additional cost implication to the
Purchaser. The Purchaser reserves the right to get any or all type/tests
conducted/repeated. In case of repetition of the type and special test, if required by the
purchaser, their tests charges shall be payable.
17.7 Unless brought out clearly in the respective Schedule of Deviations, it will be considered
that, the bid proposals scrupulously conform compliance to the Specification. The
bidders must bring out all the devotions in the bid proposals.
17.8 In case there is a discrepancy between the data of offered equipment and catalogue
furnished, and unless the deviations are brought out clearly in the Technical Deviation
Schedule, the equipment will be deemed to conform compliance to the Specification
scrupulously.
18 STANDARDS
18.1 The works covered by the specification shall be designed, engineered, manufactured,
built, tested, and commissioned in accordance with the Acts, Rules, Laws and
Regulations of India.
18.2 The equipment to be furnished under this specification shall confirm to latest issue with
all amendments of standard specified under Annexure-C of this section as well as under
respective Sections of the specification.
18.4 The Bidder shall note that standards mentioned in the specification are not mutually
exclusive or complete in themselves but intended to complement each other.
18.5 The Contractor shall also note that list of standards presented in this specification is not
complete. Whenever necessary the list of standards shall be considered in conjunction
with specific IS/ IEC.
18.6 When the specific requirement stipulated in the specifications exceed or differ than those
required by the applicable standards, the stipulation of the specification shall take
precedence.
18.7 Other internationally accepted standards which ensure equivalent or better performance
than that specified in the standards referred shall also be accepted. Copies of such
standards shall be submitted by the bidder.
18.8 In case governing standards for the equipment is different from IS or IEC, the bidder
shall refer all standards mentioned in different volumes of the tender document.
18.9 The bidder shall clearly indicate in his bid the specific standards in accordance with
which the works will be carried out.
19.1 All equipments shall also perform satisfactorily under various other electrical,
electromechanical, and meteorological conditions of the site of installation.
19.2 All equipment shall be able to withstand all external and internal mechanical, thermal
and electromechanical forces due to various factors like wind load, temperature
variation, ice & snow, (wherever applicable) short circuit etc. for the equipment.
19.3 The bidder shall design the various forces for which the terminal connectors of the
equipment are required to withstand.
20.1 The furnishing of engineering data by the Contractor shall be in accordance with the
Schedule for each set of equipment as specified in the Technical Specifications.
20.2 The review of these data by the Purchaser will cover only general conformance of the
data to the specifications and documents, interfaces with the equipment provided under
the specifications, external connections and of the dimensions which might affect
substation layout. This review by the purchaser may not indicate a thorough review of
all dimensions, quantities and details of the equipment, materials, any devices, or items
indicated, or the accuracy of the information submitted. This review and/ or approval by
the Purchaser shall not be considered by the Contractor, as limiting any of his
responsibilities and liabilities for mistakes and deviations from the requirements,
specified under these specifications and documents.
20.3 All engineering data submitted by the Contractor after final process including review
and approval by the Purchaser shall form part of the Contract Document and the entire
works performed under these specifications shall be performed in strict conformity,
unless otherwise expressly requested by the Purchaser in Writing.
21 DOCUMENTS:
21.2 The bidder must furnish a detailed list of drawings/ documents along with the bid
proposal which he intends to submit to the owner after award of the contract.
21.3 The contractor shall necessarily submit all the drawings/ documents unless anything is
waived and vetted and checked by IIT/NIT.
21.4 The Contractor shall submit 6 (Six) sets of drawings/ design documents/ test reports as
may be required for the approval of the Purchaser.
21.5 All engineering data submitted by the Contractor after final process including review
and approval by the Purchaser shall form part of the Contract Document and the entire
works performed under these specifications shall be performed in strict conformity,
unless otherwise expressly requested by the Purchaser in Writing.
21.6 Drawings
21.7 All drawings submitted by the Contractor including those submitted at the time of bid
shall be in sufficient detail to indicate the type, size, arrangement, material description,
Bill of Materials, weight of each component, break-up for packing and shipment, the
external connections, fixing arrangement required, the dimensions required for
installation and interconnections with other equipments and materials, clearances and
spaces required for installation and interconnections between various portions of
equipments and any other information specifically requested in the specifications.
21.8 Each drawing submitted by the Contractor shall be clearly marked with the name of the
Purchaser, the unit designation, the specifications title, the specification number, and the
name of the Project. If standard catalogue pages are submitted, the applicable items
shall be indicated therein. All titles, noting, markings and writings on the drawing shall
21.9 Further work by the Contractor shall be in strict accordance with these drawings and no
deviation shall be permitted without the written approval of the Purchaser, if so required.
21.10 The review of these data by the purchaser will cover only general conformance of the
data to the specifications and documents, interfaces with the equipment provided under
the specifications, external connections and of the dimensions which might affect
substation layout. This review by the purchaser may not indicate a thorough review of
all dimensions, quantities and details of the equipment, materials any devices or items
indicated, or the accuracy of the information submitted. This review and/ or approval by
the purchaser shall not be considered by the contractor, as limiting only of his
responsibilities and liabilities for mistakes and deviations from the requirements,
specified under these specifications and documents.
21.11 All manufacturing and fabrication work in connection with the equipment prior to the
approval of the drawings shall be at the Contractor’s risk. The Contractor may make any
changes in the design which are necessary to make the equipment conform to the
provisions and intent of the Contract and such changes will again be subject to approval
by the Purchaser. Approval of Contractor’s drawing or work by the Purchaser shall not
relieve the contractor of any of his responsibilities and liabilities under the contract.
21.12 All engineering data submitted by the contractor after final process including review and
approval by the purchaser shall form part of the contract document and the entire works
performed under these specifications shall be performed in strict conformity, unless
otherwise expressly requested by the purchaser in writing.
21.13 Approval Procedure
21.14 The scheduled dates for the submission of these as well as for, any data/ information to
be furnished by the Purchaser would be discussed and finalized at the time of award.
The Contractor shall also submit six (6) copies of all drawings/ design documents/ test
reports for approval of the Purchaser. The following schedule shall be followed
generally for approval.
i. The contractor may please note that all resubmissions must incorporate all comments
given in the prior submission by the Purchaser or adequate justification for not
incorporating the same must be submitted failing which the submission of documents is
likely to be returned.
ii. The drawings which are required to be referred frequently during execution should be
submitted on cloth lined paper. The list of such drawings shall be finalized with the
Contractor at the time of Award.
iii. All major drawings should be submitted in latest auto cad version.
iv. The instruction Manuals shall contain full details of drawings of all equipment being
supplied under this contract, their exploded diagrams with complete instructions for
storage, handling, erection, commissioning, testing, operation, trouble shooting,
servicing and overhauling procedures.
v. If after the commissioning and initial operation of the substation, the instruction
manuals require any modifications/ additions/ changes, the same shall be incorporated
and the updated final instruction manuals shall be submitted by the Contractor to the
Page 115 of 164
Purchaser.
vi. The Contractor shall furnish to the Purchaser, spare parts catalogues also.
21.15 The list of major drawings and General Technical Parameters to qualify for interim
advance as per section SCC.
22 Topographical Surveys
22.1 The contractor shall be responsible for detailed Topographical Survey of the proposed
project site. The work shall be carried out through an agency with relevant experience
and qualified survey team.
22.2 The Topographical survey shall be conducted only by Total station/ DGPS, grid should
be 50mx50m.
22.3 The Contractor shall carry the Benchmark from nearest GTS Benchmark or any other
established source like Railway station, Permanent PWD/ WRD structure etc. as
approved by the Engineer and establish two permanent bench marks (PBM) at site. All
subsequent transfer of levels shall be carried out with respect to these PBMs. The work
shall also include constructing permanent reference pillars (RP) at suitable locations as
directed by the Engineer. These reference pillars shall be labelled permanently with their
respective coordinates and reduced levels for future use. The Permanent Benchmarks
(PBM) and reference pillars (RP) shall be shown on the survey drawings.
22.4 While carrying benchmark to the project site, levels shall also be established on the
permanent objects like culverts etc. at least on one object in every 1 (one) km if
available along with route with adequate description about the objects. These levels shall
be maintained at site &also mentioned in the survey report to facilitate locating these
objects later.
22.5 The contractor shall also establish the latitudes and longitudes of all the corners of the
project site. At least 50m width of the adjoining plots and surrounding areas shall also be
covered in the survey for correlation with adjoining plots and facilities. The grids for the
survey work shall be established in N-S & E-W direction (corresponding to
Geographical North or Park North) as directed by the Engineer.
22.6 Positions, both in plan and elevation, of all natural and artificial features in the area like
waterways, railway tracks, trees, cultivation, houses, pucca and kutcha roads including
culverts and crossings, foot tracks, other permanent objects like telephone posts and
transmission towers etc. are to be established and subsequently shown on survey maps
by means of conventional symbols (preferably symbols of survey of India Maps). All
hills and valleys within the area/ areas are to be surveyed and plotted on maps by
contours. Any unusual condition or formation on the ground, locations of rock outcrops
(if visible on the surface) and sand heap/ dune, possible aggregate deposits etc. shall also
be noted and plotted on contour maps.
22.7 The record of measurement of all Reduced Levels (RL) shall be submitted in digital
format, (in x, y z coordinate system) along with preliminary contour plan of the site, for
Engineer’s review before submission of final contour map. The contour interval shall be
as required for proper representation of the topography however it shall not be more than
0.5m. The Contractor shall submit survey maps of the site in 1:10,000 scale indicating
23 MATERIAL/ WORKMANSHIP
23.1 Where the specification does not contain characteristics with reference to
workmanship, equipment, materials, and components of the covered Equipment, it is
understood that the same must be new, of highest grade of the best quality of their
kind, conforming to best engineering practice and suitable for the purpose for which
they are intended.
23.2 In case where the equipment, materials or components are indicated in the
specification as “similar” to any special standard, the Purchaser shall decide upon the
question of similarity. When required by the specification or when required by the
Purchaser the Contractor shall submit, for approval, all the information concerning the
materials or components supplied installed or used without such approval shall run the
risk of subsequent rejection, it being understood that the cost as well as the time delay
associated with the rejection shall be borne by the Contractor.
23.3 The design of the Works shall be such that installation, future expansions,
replacements, and general maintenance may be undertaken with a minimum of time
and expenses. Each component shall be designed to be consistent with its duty and
suitable factors of safety, subject to mutual agreements and shall be used throughout
the design. All joints and fastenings shall be devised, constructed, and documented so
that the component parts shall be accurately positioned and restrained to fulfill their
required function. In general, screw threads shall be standard metric threads. The use
of other thread forms will only be permitted when prior approval has been obtained
from the Purchaser.
23.4 Whenever possible, all similar part of the Works shall be made to gauge and shall also
be made interchangeable with similar parts. All spare parts shall be interchangeable
with and shall be made of the same materials and workmanship as the corresponding
parts of the Equipment supplied under the Specification. Where feasible, common
component units shall be employed in different pieces of equipment to minimize spare
parts stocking requirements. All equipment of the same type and rating shall be
physically and electrically interchangeable.
23.5 All materials and equipment shall be installed in strict accordance with the
manufacturer’s recommendation(s). Only first-class work in accordance with the best
modern practices will be accepted. Installation shall be constructed as being the
erection of equipment at its permanent location. This, unless otherwise specified, shall
include unpacking, cleaning, and lifting into position, grouting, leveling, aligning,
coupling of or bolting down to previously installed equipment bases/ foundations,
performing the alignment check and final adjustment prior to initial operation, testing
and commissioning in accordance with the manufacturer’s tolerances and instructions
and the Specification. All factory assembled rotating machinery shall be checked for
alignment and adjustment made as necessary to re-establish the manufacturer’s limits
suitable guards shall be provided for the protection of personnel on all exposed
Page 117 of 164
rotating and/or moving machine parts and shall be designed for easy installation and
removal for maintenance purposes. The spare equipment(s) shall be installed at
designated locations and tested for healthiness.
23.6 The Contractor shall apply oil and grease of the proper specification to suit the
machinery, as is necessary for the installation of the equipment, Lubricants used for
installation purposes shall be drained out and the system flushed through where
necessary for applying the lubricant required for operation. The Contractor shall apply
all operational lubricants to the equipment installed by him.
23.7 All oil, grease and other consumables used in the Works/ equipment shall be
purchased in India unless the Contractor has any special requirement for the specific
application of a type of oil or grease not available in India. In such is the case he shall
declare in the proposal, where such oil or grease is available. He shall help Purchaser
in establishing equivalent Indian make and Indian Contractor. The same shall be
applicable to other consumables too.
23.8 A cast or welded steel base plate shall be provided for all rotating equipment which are
to be installed on a concrete base unless otherwise agreed to by the Purchaser. Each
base plate shall support the unit and its drive assembly, shall be of design with pads for
anchoring the units and shall have a raised up all around and shall have threaded in air
connections, if so required.
Outdoor equipment supplied under the specification shall be suitable for service and
storage under tropical conditions of high temperature, high humidity, heavy rainfall
and environment favorable to the growth of fungi and mildew. The indoor equipment
located in non-air-conditioned areas shall also be of same type.
23.10 Quality Assurance Documents
23.10.1 All Non-Destructive Examination procedures, stress relief and weld repair procedure
used during fabrication and reports including radiography interpretation reports.
23.10.3 Welder’s identification list, listing welder’s and welding operator’s qualification
procedure and welding identification symbols.
23.10.4 Raw material test reports on components as specified by the specification and/or
agreed to in the quality plan.
23.10.5 Stress relief time temperature charts/ oil impregnation time temperature charts.
23.10.6 Factory test results for testing required as per applicable codes/ mutually agreed
quality plan/ standards referred in the technical specification.
23.10.7 The quality plan with verification of various customer inspection points (CIP) as
mutually agreed and methods used to verify the inspection and testing points in the
Page 118 of 164
quality plan were performed satisfactorily.
24 Geotechnical Investigations
24.1 Provided report not sufficient then the contractor shall be responsible for detailed
Geotechnical investigations at the proposed project site for the purpose of foundation
design for various buildings, structures, HT lines etc. and other design/ planning
requirements. The investigation work shall be carried out through any Govt. approved/
NABL accredited agency. The contractor shall submit the credentials of the proposed
agency along with relevant certificates in support thereof for verification/ approval of
the Investigation Agency by the Engineer.
24.2 The scope of work includes execution of complete soil exploration including boring and
drilling, standard penetration test (SPT), collecting disturbed (DS) and undisturbed
samples (UDS), collecting ground water samples, trial pits, electrical resistivity tests
(ERT), field & laboratory CBR tests, conducting laboratory tests on collected samples
of soil & ground water and preparation and submission of report. SPT shall be carried
out in all types of soil deposits and in all rock formations with core recovery up to 20%
met within a borehole.
SPT test shall be conducted at every 1.5m interval or at change of strata. The starting
depth of SPT shall be 0.5m from ground level. UDS shall be collected at every 1.5m
interval or at change of strata.
24.3 The field investigations shall mainly include drilling of min. 5m deep boreholes (50%
of total No. of boreholes shall be 10m deep), conducting SPT and collecting Disturbed
(DS) and Undisturbed samples (UDS), conducting in-situ CBR test for approach road to
the plant, internal roads & peripheral road; Trial pits if specified (min 2mx2mx2.5m
deep) and ERT s. Number and location of bore holes, CBR tests and Trial pits shall be
decided as per the project layout, site topography and soil conditions in consultation
with the Employer. There shall be minimum 1 nos. of Borehole per 5 acres of the area
(However, total number of boreholes shall not be less than 5), 3 nos. of Trial pits, 5 nos.
of CBR test & ERT, 5 nos. of Ground water samples for laboratory investigations. The
soil/ rock samples for laboratory investigations shall be collected from each borehole
and trial pit in sufficient nos. (Note- In case the project plot is divided in to number of
discrete blocks separated from each other, min. 3 nos. of bore holes, 2 trial pits, 3 ERT
and 3 CBR tests shall be taken per such block).
24.4 The proposed Geotechnical investigation plan indicating proposed locations of Trial
pits, Boreholes, CBR test & ERT shall be submitted to the Employer for review and
approval before start of work.
24.5 Laboratory tests shall be conducted on DS & UDS samples and ground water samples
in sufficient no. & shall include, Soil classification, Grain size analysis including
Hydrometer analysis, determination of Bulk and dry density, Specific gravity, Natural
moisture content, Atterberg limits, Tri-axial shear tests (UU), Undrained shear test,
Consolidation tests, Unconfined compression tests, Free swell index, chemical analysis
of soil and water samples to determine the carbonates, sulphates, chlorides, nitrates, pH,
Organic matter and any other chemicals harmful to concrete and reinforcement/ steel.
Laboratory tests on rock samples shall be carried out for Hardness, Specific Gravity,
Unit Weight, Uniaxial Compressive Strength (in-situ & saturated), Slake Durability etc.
Laboratory CBR test on soaked samples shall also be conducted on min. 5 no. of soil
Page 119 of 164
samples to ascertain the suitability of soil for sub-grade and requirement of any
treatment of subgrade soil in case of CBR <2% as per IRC requirements.
24.6 After completion of field and laboratory work, the contractor shall submit a
Geotechnical Investigation Report for Engineer’s approval. All bore log details and lab
test results shall be presented in the report as per provisions of relevant BIS standards
indicating BH coordinates, Existing GL, Depth of water table, Method of drilling etc.
The report shall include a Map showing the locations of various field tests including
coordinates, calculations and recommendations for foundation type and safe bearing
capacity (SBC) for various Plant buildings and Open installations, trenches, WMS etc.
24.7 The report shall include the study for “sand erosion assessment of the ground and
suggestions for any ground improvement measures” as required.
24.8 The report shall also include ground water analysis (water sample collected from bore
well) to ascertain its suitability for construction purposes, recommendations for type of
cement, grade of concrete & minimum cement content as per prevalent soil
characteristics with respect to presence of aggressive chemicals and environment
exposure conditions as per relevant BIS specifications.
25 OTHER INVESTIGATIONS
25.1 The contractor shall also obtain and study other input data at proposed project site for
design of the project from metrological department/ local govt. authorities. This shall
include data related to Rainfall, Maximum & Minimum ambient Temperature,
Humidity etc.
25.2 The contractor shall also identify potential quarry areas for coarse and fine aggregates
to be used for concrete and shall carry out the concrete mix design for different grades
of concrete to be used before start of work. The concrete mix shall be designed for each
source of cement and aggregates as per provisions of relevant BIS Standard. The
concrete mix design shall be carried out through NABL accredited Laboratory, or any
Govt. agency approved by the Engineer. In case the contractor proposes to use RMC, he
shall submit the Concrete mix design report from the RMC supplier for review and
approval by the Engineer. (In case of RMC, reports for periodic cube tests from the
supply batch shall also be submitted for review and record).
26.1 The Finished Grade Level (FGL) of the proposed plant shall be fixed with reference to
the surrounding ground profile at proposed site to avoid flooding of plant site. The area
at and around all buildings/ open installations shall be uniformly levelled at suitable RL
to be finalized considering topography at site. The minimum plinth level of all
buildings/ open installations shall be 450mm above FGL. Module mounting structure
foundation/ Pile cap or any other pedestal shall be min. 200 mm above FGL.
26.2 A detailed drawing for site levelling and grading (if necessary) shall be submitted by
the contractor before commencement of grading and area development works. The
estimated volume of cutting and filling shall also be marked on the Grading drawings
for reference. The final grade levels to be
26.3 The contractor is responsible for making the site ready and easily approachable by
clearing bushes, felling of trees (mandatory permissions/ licenses/ statutory clearances
from competent authorities if required for cutting of trees, blasting, or mining
operations, disposal of waste material etc. shall be obtained by the contractor), cutting,
filling with selected excavated earth or borrowed earth including identifying borrow
areas. Except in exceptional cases (with approval of the Engineer), filling shall be made
up of cohesive non-swelling material. The filling for levelling/ reclaiming the ground/
area shall be done in layers not more than 250 mm compacted thickness in case of
granular (sandy) soils with compaction up to 95% (of modified proctor density) and
80% (of relative density) respectively. The slope at edge of graded areas shall not be
steeper than 1:1.5 (1 Vertical: 1.5 Horizontal) in cutting and 1:2 (1 Vertical: 2
Horizontal) in filling. In case of filling with rock material, the edges shall be provided
in line with provisions of relevant BIS standard.
26.4 It shall be ensured that the land is graded or levelled properly for free flow of surface
run-off and the grade levels shall be fixed with respect to drainage pattern and system
requirements. It shall be ensured that the land is used optimally to have maximum solar
power generation considering full utilization of the plot areas. It is advisable to follow
the natural flow of water at the ground as far as possible for drainage design.
26.5 In case the filled-up earth is brought from outside the plant or borrow areas (when the
material inside plant area is not found suitable for grading work or if directed by the
Engineer), the contractor shall carry out all required soil investigations to ascertain the
suitability of the borrowed soil for land development and filling purposes. Contractor’s
scope shall also include arranging getting all necessary statutory approvals for mining,
payment of necessary challan etc. Excess earth, if any, shall be disposed of properly at
location as directed by the Engineer.
27 MASONRY WORK
27.1 The masonry work shall be of bricks, laterite blocks (as per site conditions) or concrete
blocks.
27.2 All external walls of buildings shall be 230mm and internal walls shall be 230mm or
115mm as per requirements.
27.3 All concrete block masonry walls shall be min. 200mm thick.
27.4 Brick work shall be in cement mortar (CM) 1:6 & 1:4 for 230 mm and 115 mm
27.5 Unless otherwise specified elsewhere, Bricks shall be of class designation 7.5
conforming to IS: 1077, IS: 2212 & IS: 3495.
27.6 All concrete blocks shall be of min. compressive strength of 7.5 N/mm2 and shall be of
Grade-A conforming to IS: 2185.
27.8 All buildings shall be provided with suitable damp-proof course (DPC). The DPC shall
be with PCC (1:2:4) using 6 down coarse aggregate and water proofing admixture. The
min. thickness of DPC shall be 75mm.
28.2 Wall and ceiling plaster shall be in cement mortar (CM) 1:6 and 1:3 respectively.
28.3 Thickness of plaster shall be 18mm and 12mm respectively for rough and smooth
surface of the masonry wall. The ceiling plaster shall be 6mm thick.
28.4 All joints in stone masonry shall be raked and pointed in cement mortar (CM) 1:3
except specified otherwise.
28.5 Exposed top surface of brick or stone masonry shall be provided with 25 mm thick
plain cement concrete (PCC) coping (1:2:4) with trawl finish. All exposed coping shall
be provided with suitable slope and projection for easy drainage of water.
28.6 All door and window chajja shall be provided with 10 mm wide drip course.
29 ROADS
29.1 Bituminous roads from nearest state highway road up to main gates of both PPS, inside
the PPS area, one PPS to other PPS, strengthening of existing village roads. WBM roads
inside the Park to approach to each 50 MW block of Park and inside along the boundary
of Park and other facilities/ buildings/ open installations like watch towers, boundary
fence/ wall shall be provided for safe and easy transportation of men, material and
equipment during construction and maintenance.
29.2 The Approach Road connecting nearest public road and the Main gate shall be of 5m
wide carriage way with 0.5m wide shoulders on either side. The access road connecting
Main gate and internal access road(s) connecting plots of SPD’s & various facilities/
buildings shall be of 7.5 m wide carriage way with 0.5m wide shoulders on either side
while the peripheral road shall be of 3 m wide carriage way with 0.5m shoulders on
either side. The top of road (TOR) elevation shall be minimum 300 mm above FGL. The
roads shall be provided with alongside drains as per design requirements of drainage
system to avoid flow of storm water over the road. The roads shall be designed and
constructed as per IRC SP-20 corresponding to design vehicular traffic (150 commercial
vehicles per day for approach and internal access roads & 45 commercial vehicles per
Page 122 of 164
day for peripheral road) and critical field CBR value of the subgrade. Shoulder shall be
of min. 200 mm thickness. Roads should be as per DPR of 2450 MW RSDCL’s solar
park.
29.3 However, following minimum road section details shall be followed: Approach Road
from nearest existing Public road to Main Gate, Access road from Main Gate to park
plots and Internal roads of park periphery and other facilities:
Peripheral Road:
29.4 Soaked CBR value of sub-grade shall not be less than 2%. Where the CBR of the
subgrade is less than 2 % a capping layer of 100 mm thickness of material with a
minimum CBR of 10 % is to be provided in addition to the sub-base required for
CBR of 2 %. When the subgrade is silty or clayey soil and the annual rainfall of the area is more
than 1000 mm, a drainage layer of 100 mm over the entire formation width should be provided
conforming to the gradation given in Chapter 6 of IRC SP-20. This layer will form a part of the
designed thickness of sub-base.
29.5 In case of no-availability of murrum in the nearby areas of the project site, suitable other
screening/ blending material for WBM construction may be used conforming to
provisions of IRCSP 20.
29.6 The construction of road shall conform to relevant IRC/ MORTH standards.
29.7 Drain, cable, or any other crossing shall be provided with RCC box or precast concrete
pipe culvert. The culvert design shall conform to relevant IRC standard. Except for
module cleaning system the pipes for road culverts shall be of minimum class NP3
conforming to IS 458 with min. soil cover of 750 mm above the pipe. In case of soil
cushion less than 750 mm suitable concrete (M20) bedding/ encasement shall be
provided. Water supply pipe for module cleaning and service/ drinking water crossing
the road shall be laid through Medium class GI steel pipe conforming to IS: 1161.
29.8 Minimum dia. of casing pipe to be used at road/ drain crossing for laying any facility
Page 123 of 164
like electric cable, water pipeline etc. shall be 150 mm.
29.9 Maintenance pathways of min. 1.0m width shall be provided between SPV arrays for
easy movement of maintenance staff, tools, equipment and machinery, washing of
modules etc. The pathway area shall be generally levelled and well compacted manually/
mechanically. Areas of depression, valley zones or wherever there is noticeable change
in topography, the same shall be leveled by laying & compacting murrum or any other
suitable granular material to match the top finished surface with ground topography/
grade to avoid accumulation of water in the region and allowing its free flow to keep the
area devoid of mud/ sludge.
29.10 The design and drawings for approach road, all internal roads and culverts shall be
submitted to the Engineer for approval before execution.
30 SURFACE/AREA DRAINAGE
30.1 The contractor shall design and construct storm water drainage network for smooth
disposal of storm water from the plant to the nearest available drainage outlet.
30.2 The storm water drainage system shall be designed and planned to ensure no water
stagnation in the plant. The design shall conform to the provisions of IRC SP 42 and
best Industry practices. (The design rainfall shall be taken as max. hourly rainfall at 25
years return period at project site as provided in the Isopluvial map of the relevant
subzone annexed with Flood Estimation Reports of Central Water Commission (CWC).
30.3 The drainage scheme shall be designed considering the plant plot area and the
surrounding catchment area contributing to the plant area drainage along with
surrounding drainage if slope is inside the park side as per the topography.
30.4 The storm water drainage system shall be a network of open surface drains (with
rectangular or trapezoidal cross section) and shall generally be designed to follow the
natural flow of water and ground contours.
30.5 Drainage system should be designed in such a manner that drainage of all SPD’s blocks
inside the Park and PPS connected at required length span and handle the total park
drainage capacity.
30.6 Suitable size plant peripheral drain as per design along inside of plant boundary wall/
fence shall be provided for smooth channelization of outside storm water and to avoid
flooding in the plant. The size of all internal and roadside drains shall not be less than
450mm (bottom width) x 500mm (depth).
30.7 All trapezoidal drains shall be lined with concrete or stone only as suitable to the site
conditions. The min. thickness of the lining shall be 75mm for concrete slabs. The lining
shall be in CM (1:4) and the joints shall be raked and pointed with CM (1:3), however,
the joints in lining of plant peripheral drain may be left without pointing.
30.8 In case of rectangular drain, the thickness of the wall shall be checked against structural
stability. Min. thickness shall be 230mm for brick wall, 300mm for RR masonry and
125mm for RCC work, except for garland drain around buildings where the min. wall
thickness can be 115mm, 200mm and 100mm respectively for brick masonry, RR
masonry and RCC work.
30.10 The drain outfall shall be connected to the green belt area/ storage for plantation/ nearest
existing natural drain(s)/ water body outside plant premises, and it shall be ensured that
the drainage water shall not re-enter the park or encroach/ flood in the adjacent property/
plot.
30.11 The proposed drainage scheme along with design calculations and drawings shall be
submitted to the Engineer for review/ approval before start of construction.
30.12 The contractor shall also explore the possibility of providing rain water harvesting
system for water conservation by constructing suitable collection wells along the drains
or through provision of detention ponds etc. The scheme for rain water harvesting along
with design calculations shall be submitted for approval.
31 MAIN GATE
31.1 The Main entry gate (2.5m height) shall have rugged design with solid MS steel sections
(20x20mm). The spacing of vertical members shall not be more than 125 mm.
31.2 The gate shall be complete with MS flat guide track, castor wheel(s), GI fittings &
fixtures like hinges, locking arrangement, posts etc.
31.3 The main gate shall be of 2.5m height and shall have 4.5m wide Gate for vehicle
movement and an adjacent 1.5m wide wicket gate for pedestrian movement.
31.4 The gate shall be provided with the Project name plate (2.5mx 1m, 3mm thick MS
plate). The gate shall be painted with 2 coats of epoxy paint over 2 coats of suitable
primer.
i. The gate shall be painted with 2 coats of epoxy paint of approved make and shade
over 2coats of suitable primer.
ii. All design and drawings for peripheral boundary fence/ Wall and Main gate shall be
submitted for Engineer’s approval before execution.
32 PLANT LAYOUT
32.1 The contractor shall submit drawing showing proposed Park and blocks for SPD’s inside
the Park.
32.2 The Park and blocks layout shall be a comprehensive drawing showing various
requirements of the project like, Reference coordinate grid, Geographical and Plant
North, Layout of boundary fence including coordinates of all corner points, Location of
main entrance gate and any other access gates as per project needs, Block wise Layout,
main approach road to the plant, Internal and peripheral roads, Security Room/ cabin (s),
all Buildings and Open installations with coordinates, Temporary Storage yard/ facility
to be used by the contractor during construction, Contractor’s & Engineer’s site office,
UG/ Over ground water Tank(s), Storm water drains, Corridor for buried cables etc
a. All the facilities and buildings shall be presented with suitable Legend.
c. The Plant & SPV module layout drawing shall be submitted by the contractor for
review/ approval by the Engineer.
33 DESIGN LOADS
33.1 Unless otherwise specified elsewhere, Dead load, Live load, Wind load and Seismic load
for buildings and structures shall be considered as per provisions of relevant BIS
standards.
33.2 The following minimum imposed load as indicated for some of the important areas shall,
however, be considered for the design. If actual expected load is more than the specified
minimum load, then actual load is to be considered.
iii. Outdoor platforms, Stairs, Landing 5.00 kN/Sqm and Balconies, Walkway,
Checkered plate & Grating (except
cable trench cover)
iv. Road culverts & allied structures as per IRC Standard over drain & pipe
crossings subjected to vehicular
traffic Design for Class – „A‟ loading (Wheeled &Tracked both)
v. Underground structures such as Sump, Pit, Trench, Drain, UG tank etc. In addition to
Earth pressure and Ground water table at FGL, a surcharge of The structure shall be
designed for following criteria – (a) Inside empty with outside fill+ surcharge and
water table at GL & (b) Inside water with no fill & water table outs side 10kN /Sqm
shall also be considered
1) Pre-cast and Chequered plate cover 4.00 kN/ Sqm over cable trench.
b) Peripheral Road
1) As per IRC SP 20 corresponding to vehicular traffic of 150 commercial
vehicles per day and critical in-field CBR
c) Primary Loads
d) Basic wind speed (Vb) at project site shall be taken as per IS 875 (part-3) unless
otherwise specified elsewhere.
e) To calculate the design wind speed (Vz), the factors K1 (probability factor or risk
coefficient), K2 (terrain roughness and height factor) and K3 (topography factor)
shall be considered as per IS 875 (Part-3) (However, minimum values for K1, K2
and K3 shall be 1.0, 1.05 and 1.0 respectively)
f) To calculate the design wind pressure „pd‟, factors „ka‟ (area averaging factor)
and „kc‟ (combination factor) shall be taken as 1.0. (The factor „kd‟ shall be
taken as 1.0 in case of plant site within 60km of sea coast).
g) The Seismic Load shall be considered corresponding to Earth quake zone at site
as per IS:1893 (Part- 4) with Importance factor 1.5.
a) DL+LL
b) DL+LL ± WLx
c) DL +LL± WLz
d) DL+LL ± ELx
e) DL+LL ± ELz
f) DL+SnL ± WLx
g) DL +SnL± WLz
h) DL+SnL ± ELx
i) DL+SnL ± ELz
iii. All buildings, structures and foundations shall be designed to withstand loads
corresponding to worst design load combination.
34 FOUNDATION(GENERAL)
34.1 Contractor shall design all foundations for buildings, equipment, HT line Towers, Switch
yard structures, Transformer & other structures as per relevant BIS standards and
recommendations of Geotechnical investigation report. The depth of foundation (below
NGL)shall not be less than 1m except in case of chain link fencing post (for boundary &
transformer yard fencing) where it shall not be less than 750mm (below NGL).
34.3 All foundations of one building shall be founded at same RL (Reduced level) with
respect to foundation depth below lowest NGL (Natural ground level) in the building
area. The Levels shall be obtained with reference to the already established TBM using
digital survey instrument such as Total Station.
Page 127 of 164
34.4 All design & drawings shall be submitted to the Engineer for approval before execution.
34.6 Construction of all RCC works shall be done with approved design mix as per IS
456 and the materials used viz. Cement, coarse & fine aggregate,
Reinforcement steel etc. shall conform to relevant BIS standards.
34.7 Unless otherwise specified elsewhere, PCC shall be of min. grade M10 (nominal mix
1:3:6) except for mud mat, back filling of ground pockets or leveling course which shall
be of grade M7.5 (nominal mix 1:4:8).
34.8 Reinforcement steel shall be of high strength TMT bars of grade Fe500 D conforming to
IS: 1786. Ductile detailing in accordance with IS: 11420 shall be adopted for
superstructure and sub-structure of all RCC buildings and structures.
34.9 Unless specified otherwise for grouting works anti shrink ready mix grout of approved
make or cement mortar (CM) grout with non-shrink compound shall be used. The grout
shall be high strength grout having min. characteristic strength of 35 N/mm2 at 28 days.
34.10 Unless otherwise specified elsewhere, all structural steel work shall be designed as per
provisions of IS: 800 with working stress method of design (WSD).
34.11 Structural steel hot rolled sections, flats and plates shall conform IS: 2062, structural
Pipes shall be medium (M)/ high (H) grade conforming to IS: 1161, checkered plate
shall conform to IS: 3502 and Hollow steel sections for structural purposes shall
conform to IS: 4923.
35 BUILDINGS
35.1.1 Plant buildings/ open installations are required to be constructed for housing the
electrical equipment/ panel, office cum store (Main Control Room Building
- MCR) for operation and maintenance of Park. Security room at main gate &
Security cabin(s) (at strategic locations) shall also be provided to secure the plant
from any theft/ burglary/ unauthorized entry.
35.1.2 Unless otherwise specified elsewhere, all buildings except Security room/ cabin shall
have RCC framed structure. Brick partition walls shall be provided for Kitchen,
Pantry, Battery room and Toilet units. For other rooms AL Glass partitions shall be
provided. The equipment area shall be designed with OEM requirements to ensure all
satisfactory operations. The security room/ cabin(s) shall be structure.
35.1.3 All buildings shall have provision of adequate windows for natural light & ventilation,
fire safety provisions and shall be designed as per provisions of National building
code (NBC).
35.1.4 The contractor shall submit the proposed equipment layout drawings to the Engineer
for approval before development of Architectural drawings. The building layout,
35.2.2 Contractor shall provide required number of security cabins at strategic locations & at
corners of the plot and 1 nos. security room at Main entry gate.
35.2.3 The Security room shall be of min. size 4m x 4m x 2.75m height The Security cabin
shall be of min. size 1.2 x 1.8m x 2.5m height.
35.2.4 Security room/ cabin shall be a pre-engineered & pre-fabricated structure. The walls
and roof of the building shall be fabricated with double skin insulated sandwiched Al-
Zn alloy coated high tensile steel metal panels (BMT- 0.5mm, Al-Zn alloy coating -
150 GSM total on both sides). The insulation shall be of PUF with min. density 40 kg/
cum and adequate thickness. Roof shall be provided with suitable slope, not less than
100 to the horizontal (approx. 1V:6H) for proper drainage of rain water and shall
project 300mm beyond the walls. The make and (color) shade of precoated metal
panels shall be subject to approval by the Engineer. Min. thickness of color coating
shall be 20 micron (DFT) excluding prime coat 5 micron (DFT). The coating system
shall confirm to IS; 15965.
35.2.5 The Main security room shall be provided with one steel door (0.75m wide x 2.1m
height) on one face and sliding windows (1.2m width x 1.0 m height) with steel grill
on remaining three sides. Security cabin shall have one steel door (0.75mwidex2.1m
height) and 1 no. sliding window (0.8m width x 1.0 m height) with grill on one side.
35.3 The door and windows shall be provided with all necessary fitting and fixtures like
handles, tower bolts, mortise lock for door, stays, door stopper etc. All sections for
windows shall be with approved color shade for protection against weather.
35.4 Anchor/ foundation bolts shall conform to IS: 5624 and IS 800.
The Security Cabin may be installed on concrete M15 skid platform (min. 350 thick)
with skin reinforcement shrinkage or shall be supported on RCC pedestal & foundations.
The concrete platform shall project 200mm beyond the walls.
35.5 The Security Room shall be supported on RCC pedestal & foundations.
The Design and drawings shall be submitted for approval prior to fabrication and
installation.
35.6.2 Toilet
Mat finish tile for flooring and glazed tile (6 mm thick) 2100 height dado.
35.6.3 Pantry
40 mm thick heavy duty vitrified tile (8 mm thick) flooring and glazed tile (6mm thick)
2100 mm height dado, 20mm thick Granite stone finish over service platform.
40 mm thick Heavy duty vitrified tile (8mm thick) flooring with matching skirting of
100mm height.
35.6.5 Steps
Kota stone (20 thick) or 50 thick cement concrete (IPS) flooring conforming to IS
2571.
35.6.6 All items shall be of reputed make. Only Items with approved samples by the Engineer
shall be used.
35.7.3 All doors, windows and ventilators shall be provided with all necessary fittings and
fixtures like handles, tower bolts, wind stays, hinges etc. of heavy duty anodized AL.
All doors shall be provided with hydraulic door closure of required capacity.
35.7.4 All windows shall be provided with suitable AL grill of anodized sections with
adequate thickness for security purposes.
35.7.5 Clear float glass for window and door shutter shall be of min 4mm and 6mm thickness
respectively. Wired/ ground glass where provided shall be of min thickness 6mm.
35.7.6 Entrance door and door in passage shall be min. 1.5m wide (double leaf) x 2.1 m
height while door for Conference room and Store room shall be min. 1.2m wide x
Page 130 of 164
2.1m height. All other doors shall be min. 1.0m widex2.1m height except for WC
which may be of 0.8m width.
35.7.7 Rolling shutters shall be of required size and shall be made of cold rolled steel strips
with adequate gauge thickness (min. 18 gauge) and shall conform to IS 6248. Rolling
shutter shall be provided with all fixture, accessories, paintings etc. all complete and
shall be mechanically operated type.
35.8 Roofing
35.8.1 The roof of all RCC buildings shall be provided with min. slope of 1:100 for effective
drainage of rain water. The slope shall be achieved either by application of screed
concrete of grade 1:2:4 (with 12.5mm down coarse aggregate) with min. 25mm thick
CM 1:4 layer on top to achieve smooth surface to facilitate application of water
proofing treatment.
35.8.2 The water proofing treatment shall be in situ five course water proofing treatment with
APP (Atactic Polypropylene) modified Polymeric membrane over roof consisting of
first coat of bitumen primer @ 0.40Kg per sqm, 2nd & 4th courses of bonding material
@ 1.20 kg/sqm, which shall consist of blown type bitumen of grade 85/25 conforming
to IS : 702, 3rd layer of roofing membrane APP modified Polymeric membrane 2.0
mm thick of 3.00 Kg/sqm weight consisting of five layers prefabricated with centre
core as 100 micron HMHDPE film sandwiched on both sides with polymeric mix and
the polymeric mix is protected on both sides with 20 micron HMHDPE film. The top
most layer (5th layer) shall be finished with brick tiles of class designation 10 grouted
with cement mortar 1:3 (1 cement: 3 fine sand) mixed with 2% integral water proofing
compound by weight of cement over a 12 mm layer of cement mortar 1:3 (1 cement: 3
fine sand) and finished neat. The water proofing treatment shall be extended over golla/
fillet and inner face of the parapet up to 450mm height.
35.8.3 The corners at parapet wall and slab shall be provided with 50 thick fillet/ golla in CM
1:3 with neat finish.
35.8.4 Required no. of rain water down take pipes min. 100mm dia. PVC pipes (UV
resistant), with 450x450mmx15mm deep khurra and MS grill at inlet shall be
provided for rain water disposal.
35.9.1 750mm wide plinth protection with min. 75mm thickness of PCC (1:3:6) over 75 mm
thick bed of dry brick ballast, 40mm nominal size well rammed and consolidated and
grouted with fine sand, shall be provided around all the buildings.
35.9.2 A peripheral drain (except for Security room/ cabin) of min. internal size 250mm x
250mm with brick walls in CM 1:6 over 75mm thick PCC (1:3:6) bedding with 12mm
thick plaster in CM 1:5 and 25thk PCC (1:3:6) coping at top shall be provided along
the periphery of the plinth protection for collection and disposal of rain water from
building roof.
Plinth beam, when provided, shall be taken minimum 200mm below FGL. The plinth
Page 131 of 164
filling below Ground floor (GF) for all buildings shall be provided with following
specifications.
35.10.2 Well compacted bounder soling with interstices filled with sand over compacted
subgrade.
At the project site, an anti-termite treatment shall be provided for all foundation pits
and building plinth in MCR building conforming to IS: 6313 to control entry of
termites.
35.12.1 Wall mounted WC (Western type) 390 mm high with toilet paper roll holder, low
height flushing tank and all fittings
35.12.2 A set of 2 wall mounted Urinals (430 x 260 x 350 mm size) with flushing tank and all
fittings (Gent’s wash room only)
35.12.3 Wash basin (550 x 400 mm) over concrete platform with all fittings including 2- pillar
cocks.
35.12.4 Wall mirror (600 x 450 x 6 mm thick clear float glass) with hard board backing.
35.12.5 CP brass towel rail (600 x 20 mm) with C.P. brass brackets – one each in common
area and bathroom (bathroom if applicable)
35.12.6 Soap holder and liquid soap dispenser one each in common area and bathroom
(bathroom if applicable)
35.12.7 Shower and mixer for hot and cold water in bathroom (if applicable)
35.12.8 Ventilators – Mechanical exhaust facility of adequate capacity with health faucet
provision in toilet.
35.12.9 Overhead PVC water storage tank – Capacity 1000 liters (common for both wash
rooms) (2000 liters in case bathroom is to be provided).
35.12.10 Pantry room shall be provided with kitchen sink cum drain board and provision for
installation of Water Cooler.
35.12.11 One toilet room with provision of WC and Wash basin shall be provided at Security
Page 132 of 164
Room near main gate.
35.12.12 Necessary plumbing lines for Security Room near main gate.
35.12.13 All sanitary ware, fittings and fixtures shall be of reputed Make and Type and
approved by the Engineer. All fittings, fastener, grating shall be of CP brass
conforming to relevant BIS standards.
Painting and white wash/ colour wash for the buildings shall conform to relevant BIS
standards. The make and colour shade of the finish shall be as advised and approved by
the Engineer.
Internal Walls except toilets & battery room Acrylic emulsion (for MCR) & Oil bound
distemper (for LCR/ Security Room)
Battery room - Acid/ Alkali resistant tiled dado of 2100 mm height & Acid resistant
resin-based epoxy paint above dado (Vitrified tile flooring and dado with oil bound
distemper in case of maintenance free batteries)
35.14 Toilet - Oil bound distemper
External Walls - All weather proof cement based acrylic emulsion paint,
exterior grade MMS foundations/ Earth pit Enclosure - Cement
paint
Air-conditioned areas - Underside of roof slab- Under deck insulation with 50mm thick
mineral wool, min. density 45 kg/ m3 and Gypsum board
false ceiling with GI grid/ Gypsum tile (600x600 mm x 12
thick) false ceiling with AL grid as per manufacturer’s
details.
Structural steel work - 2 coats of synthetic enamel paint over 2 coats of suitable primer.
All buildings shall be equipped with appropriate numbers of fans for effective heat
dissipation.
35.16.1 All buildings shall be installed with required no. of fire extinguishers as per relevant IS
Standard and NBC. LiquefiedCO2/ foam/ ABC type fire extinguisher shall be upright
type of capacity 10kg conforming to IS: 2171, IS: 10658.
35.16.2 The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints,
Varnishes, Electrical Wiring, Live Machinery Fires, and all Flammable Liquid & Gas.
35.17.1 Sand buckets shall be wall mounted made from at least 24SWG sheet with bracket
Page 133 of 164
fixing on wall conforming to IS: 2546.
35.17.2 All buildings shall be provided with required no. of sand buckets as per relevant BIS
standard and NBC. 4 No. of Bucket stands with four buckets on each stand shall be
provided in the Transformer Yard.
36.1 The sign board containing brief description of major components of the power plant as
well as the complete power plant in general shall be installed at appropriate
locations of the power plant as approved by Engineer.
36.2 Safety signs, building evacuation plan and direction signs, assembly points shall also be
placed at strategic locations.
36.3 The Contractor shall provide the Engineer, detailed specifications of the sign boards.
Sketch of sign board needs to submit & approve the same from Engineer-in-charge of
RSDCL.
37.1 C-PVC pipes shall be used for all internal building water supply works while all external
water supply pipes shall be PVC conforming to relevant BIS standard.
37.2 Rain water pipe shall be of PVC conforming to relevant BIS standard.
37.3 All sewerage, waste water and ventilation pipes shall be of HDPE conforming to
relevant BIS standard.
37.4 Security room shall be connected to Sewage treatment facility including all associated
works like Manholes etc.
37.7 The design and drawings shall be submitted for approval prior to execution.
38.1 The trench shall be designed for lateral load due to external soil fill, ground water table
at FGL and 5.0 KN/ Sqm surcharge. External trenches shall be kept min. 100mm above
FGL to avoid entry of rain water. In case of straight length of the trench being more
than 40m, suitable expansion joints with PVC water stop shall be provided.
38.2 Min. thickness of precast cover shall be 50mm. Both bearing edges of the cable trench
and all edges of pre-cast concrete covers shall be provided with min. 50x50x6 mm edge
protection angle with lugs.
38.3 The trench cover (Ferro cement cover) shall be provided with suitable lifting hooks.
38.4 As required suitable MS insert plates shall be provided on trench wall to support the
cable rack/ pipe.
Page 134 of 164
38.5 The trench bed shall have a slope of approx. 1(V):250(H) along and 1(V):50(H) across
the length of the trench. The cable trench shall have a dewatering sump
(s) of size 450x450x450 mm depth at suitable location to facilitate collection & pumping
out of rain water from the trench.
38.6 The external buried cables shall be laid in excavated trench or CPVC pipes as specified
under specifications for Electrical works. The sand for filling shall be of Grade – IV
conforming to IS: 383.
39 WATER SUPPLY
39.1 A regular supply of suitable quantity of water shall be ensured by the contractor to cater
day- to-day requirement of drinking water and water requirement to the SPD’s.
39.2 The Contractor shall estimate the water requirements for SPD’s at closer frequency as
per the soiling conditions prevailing at site, to operate the plant at its guaranteed plant
performance. Also, the contractor is required to plan the water storage accordingly with
provision of a tank of suitable capacity for this purpose.
39.3 Water used for drinking & PV module cleaning purpose shall generally be of potable
quality and fit for cleaning the modules with TDS generally not more than 75 PPM. In
case of higher salt contents, the water shall be thoroughly squeezed off to prevent salt
deposition over module surface. However, water with TDS more than 200 PPM shall not
be used directly for module cleaning without suitable treatment to control the TDS
within acceptable limits. The water must be free from any grit and any physical
contaminants that could damage the panel surface.
39.4 If required, for settlement of any grit/ unacceptable suspended particles in the water a
settling tank shall be installed before the inlet of the storage tank. Suitable arrangement
for discharge/ disposal of sediment/ slush shall be provided in silting chamber by gravity
disposal in surface drain or with provision of sludge sump and pump of adequate
capacity.
39.5 In case of over ground water storage tank, the contractor shall check its effect on plant
performance through shadow analysis. The PVC storage tank shall conform to IS:
12701. The valves shall conform to IS: 778. A suitable metal sheet canopy for protection
from direct sunlight shall be provided over the tank area.
39.6 The water supply mains could be either of GI, uPVC or HDPE.
39.7 Masonry chamber shall be provided for Main gate valve at pump end. Whereas,
as per requirements, at other locations either a masonry or GI/ HDPE pipe chamber
may be provided.
39.8 Module cleaning procedure and pressure requirement at discharge point shall be as per
the recommendation of PV module manufacturer. However, discharge pressure at outlet
shall not be less than 50kg/cm2 (5 MPa) 59.11 All the pipes thus laid shall be buried in
ground at least 150mm below FGL or laid above ground clamping on suitable concrete
support blocks. In case of above ground piping only GI pipes shall be used.
40.2 The tank shall have clear free board of 300mm above MWL.
40.3 The tank bottom shall have a slope of 1:100 towards drainage sump (500x500x500 mm
deep). The slope shall be provided either in structural slab or in screed concrete (1:2:4)
trawl finished. 1000x1000 mm size Manhole in roof slab and 20 mm MS rung ladder
shall be provided for easy access to the storage tank and silting chamber for periodic
cleaning. The manhole shall be covered with RCC precast cover. 50x50x6 mm MS
angle with lugs shall be provided around precast cover and tank slab opening for edge
protection. Rungs shall be painted with 2 coats of epoxy paint over 2 coats of primer.
40.4 The underground RCC tank shall be designed for following load conditions: • External
earth pressure + hydrostatic pressure due to ground water table (to be considered at FGL
for design purposes) + Surcharge of 20 kN/ Sqm and Tank Empty. • Tank full up to
MWL and no external loads
40.5 The design shall conform to IS: 3370 with maximum crack width of 0.1mm for wall,
bottom slab and roof slab. Min. grade of concrete shall be M30 (M35 in coastal areas,
marshy and saturated soils) conforming to IS: 456. Suitable construction joints shall be
provided as per provisions of IS: 3370 (Part 1). Water proofing admixture conforming to
relevant BIS standard and of approved make shall be added to concrete as per
manufacturer’s recommendations.
40.6 The underground water tank shall be tested for water tightness as per the provisions of
IS 3370 (Part-4). In case any leakage is noticed the same shall be repaired by injection of
cement grout installing suitable nozzles around affected areas. Outside face of water
tank in contact with water and soil and underside of roof slab shall be painted with 2
coats of epoxy paint.
40.1.2 The pole shall be secured to an independent RCC foundation structure through Base
plate and Anchor bolt assembly.
40.1.3 200 long 20 dia. rods shall be welded to the pole at 300 mm C/c for access to the device
for maintenance purpose.
40.2.1 SMU shall not be supported from MMS and shall have an independent structural steel
supporting frame of galvanized ISMC 75, secured to an independent RCC foundation
structure.
40.2.2 The support structure shall be of adequate height to ensure either min. ground clearance
of 1.2m to SMU unit or HFL + 100mm, whichever is higher.
40.3.1 The LA mast shall be a self-supporting structure with GI tubular pole of required
height. The pole shall confirm to IS: 2713.
40.3.2 The pole shall be secured to an independent RCC foundation structure through Base
plate & Anchor bolt assembly.
42.1 Introduction
42.2 This part of the specification covers the sampling, testing and quality assurance
requirement (including construction tolerances and acceptance criteria) for all civil and
structural works covered in this specification.
42.3 This part of the technical specification shall be read in conjunction with other parts of
the technical specifications, general technical requirements & erection conditions of the
contract which covers common QA requirements. Wherever IS code or standards have
been referred they shall be the latest revisions.
42.4 The price shall include the cost for all works, activities, equipment, instrument,
personnel, material etc. whatsoever associated to comply with sampling, testing and
quality assurance requirement including construction tolerances and acceptance criteria
and as specified in subsequent clauses of this part of the technical specifications.
42.5 The QA and QC activities in all respects as specified in the technical specifications/
drawings/ data sheets / quality plans / contract documents shall be carried out at no
extra cost.
42.6 The contractor shall prepare detailed construction and erection methodology scheme
which shall be compatible to the requirements of the desired progress of work
execution, quality measures, prior approvals from statutory authorities etc. if any and
the same shall be got approved from the Engineer.
42.7 If required, work methodology may be revised/ reviewed at every stage of execution of
work at site, to suit the site conditions, work progress commensurate with project
schedule by the contractor at no extra cost to the Engineer
42.8.1 The contractor shall nominate one overall QA coordinator for the contract detailing
the name, designation, contact details and address at the time of post bid discussions.
42.8.3 Employer/ Consultant shall address all correspondence related to Quality issues to
the contractor’s QA coordinator. The contractor’s QA coordinator shall be
responsible for co- ordination of Quality activities between various divisions of the
contractor and their sub-vendors on one hand & with Engineer on the other hand.
42.8.5 The contractor shall finalize and submit a deployment schedule of QA & QC
personnel along with their details to Engineer for approval/ acceptance and further
shall ensure their availability well before the start of the concern
43 SECURITY
The Contractor shall have total responsibility for all equipment and materials in his
custody stores, loose, semi-assembled and/or erected by him at Site. The Contractor shall
make suitable security arrangements including employment of security personnel to
ensure the protection of all materials, equipment and works from theft, fire, pilferage and
any other damages and loss. All materials of the Contractor shall enter and leave the
Employer Site only with the written permission of the Employer in the prescribed manner
till handover of site to RSDCL the contractor has to take care of security of all the
material at site.
44.1 RSDCL, his duly authorized representative and/ or outside inspection agency acting on
behalf of RSDCL/ Owner shall have at all reasonable times access to the Contractor's
premises or Works and shall have the power at all reasonable times to inspect and
examine the materials and workmanship of the Works during its manufacture or erection
and if part of the Works is being manufactured or assembled at other premises or works,
the Contractor shall obtain from the manufacturer/ his duly authorized representative
permission for inspection by RSDCL as if the works were manufactured or assembled
on the Contractor's own premises or works with the concurrence of RSDCL.
44.2 RSDCL reserves the right to witness any or all type, acceptance and routine tests
specified, for which at least 15 (Fifteen) days‟ notice in advance shall be given by the
Contractor. Contractor shall ensure before giving notices for type test that all drawings
and quality plans have been got approved. The equipment shall be dispatched to site
only after approval of test certificates by RSDCL.
44.3 RSDCL shall, within fifteen (15) days from the date of inspection as defined herein give
notice in writing to the Contractor, of any objection to any drawings and/ or any
equipment and workmanship which in his opinion is not in accordance with the
Contract. The Contractor shall give due consideration to such objections and shall either
make the modifications that may be necessary to meet the said objections or shall
confirm in writing to RSDCL giving reasons therein, that no modifications are
necessary to comply with the Contract.
44.4 When the factory tests have been completed at the Contractor's or Sub- Contractor's
works, RSDCL shall issue a certificate to this effect within fifteen
(15) days after completion of tests but if the tests are not witnessed by RSDCL, the
certificate shall be issued within fifteen (15) days of receipt of the Contractor's Test
certificate by RSDCL. Failure of RSDCL to issue such a certificate shall not prevent the
Contractor from proceeding with the Works. The completion of these tests or the issue
of the certificate shall not bind RSDCL/ Owner to accept the equipment, should it on
Page 138 of 164
further tests after erection, be found not to comply with the Contract.
44.5 In all cases where the contract provides for tests whether at the premises or works of the
Contractor or of any Sub-Contractor, the Contractor except where otherwise specified
shall provide free of charge such items as labour, materials, electricity, fuel water, stores,
apparatus and instruments as may be reasonably demanded by RSDCL/ Inspector or his
authorized representative to carry out effectively such tests of the equipment in
accordance with the Contract and shall give facilities to RSDCL or to his authorized
representative to accomplish testing.
44.6 The inspection by RSDCL and issue of Inspection Certificate thereon shall in no way
limit the liabilities and responsibilities of the Contractor in respect of the agreed quality
assurance programmed forming a part of the Contract.
44.7 Material Inspection Clearance Certificate (MICC) shall be issued by RSDCL after
inspection of the equipment. RSDCL may waive off the presence of RSDCL's inspecting
engineer. In that case test will be carried out as per approved QP & test certificate will
be furnished by the Contractor for approval. MICC will be issued only after review &
approval of the test reports.
44.8 RSDCL/ Owner will have the right of having at his own expenses any other test(s) of
reasonable nature carried out at Contractor's premises or at site or in any other place in
addition to aforesaid type and routine tests, to satisfy that the material complies with the
specification.
44.9 RSDCL/ Owner reserves the right to get any field tests conducted on the completely
assembled equipment at site.
45.1 The contractor shall make necessary provisions to provide all facilities required for QA
& QC activities by setting up a field laboratory for QA and QC activities in line with the
indicative field QA & QC laboratory set-up.
45.2 The Laboratory building shall be constructed and installed with adequate facilities to
meet the requirement of envisaged test setup. Temperature and humidity controls shall
be available wherever necessary during testing of samples.
45.3 The quality plan shall identify the testing equipment/ instrument, which the contractor
shall deploy and equip the field quality laboratory for meeting the field quality plan
requirements.
45.4 The contractor shall furnish a comprehensive list of testing equipment/ instrument
required to meet the planned/ scheduled tests for the execution of works for Engineer’s
acceptance/ approval.
45.6 In case contractor desires to hire the services of any established laboratory nearby for
any field tests then he shall ensure that the subject laboratory is well equipped with all
requisite testing facilities and qualified QA & QC staff and this shall not affect in
anyway the work progress.
45.7 All equipment and instruments in the laboratory/ field shall be calibrated before the
commencement of tests and then at regular intervals, as per the manufacturer’s
recommendation and as directed by the Engineer. The calibration certificates shall
specify the fitness of the equipment and instruments within the limit of tolerance for use.
Contractor shall arrange for calibration of equipment and instruments by an NABL /
NPL accredited agency and the calibration report shall be submitted to Engineer.
45.8 The tests which cannot be carried out in the field laboratory shall be done at a laboratory
of repute. This includes selected IITs, NCB, CSMRS, reputed government/ autonomous
laboratories/ organizations, NITs and other reputed testing laboratories. The test samples
for such test shall be jointly selected and sealed by the engineer and there after these
shall be sent to the concerned laboratory through the covering letter signed by Engineer.
Test report along with the recommendations shall be obtained from the laboratories
without delay and submitted to Engineer.
45.9 Based on the schedule of work agreed with the Engineer and the approved FQP, the
contractor shall prepare a schedule of tests and submit them to the Engineer and
organize to carry out the tests as scheduled/ agreed.
46.1 The method of sampling for testing of construction materials and work/ job samples
shall be as per the relevant BIS/ standards/ codes and in line with the requirements of the
technical specifications/ quality plans.
46.2 All samples shall be jointly drawn, signed and sealed wherever required, by the
contractor and the engineer or his authorized representative.
46.3 The contractor shall carry out testing in accordance with the relevant IS standards/ codes
and in line with the requirements of the technical specifications/ quality plans. Where no
specific testing procedure is mentioned, the tests shall be carried out as per the best
prevalent engineering practices and to the directions of the Engineer.
46.5 The test samples shall be jointly selected and sealed and signed by the Site-in- charge
and thereafter these shall be sent to the concerned laboratory.
46.6 The test report along with the recommendations shall be obtained from the laboratory
without delay and submitted to Engineer.
47.1 All structural steel shall be procured only from main steel producers or authorized
dealers. In case of availability of some of the sections with main steel producers/ dealers,
the contractor may propose to procure the sections from the re-rollers of the main steel
producers, the name of such re-rollers will have to be cleared by the Engineer for which
details such as BIS approval, main steel producer’s approval, past experience for
production of sections of specified material, details of machines, plant, testing facilities
etc.
47.2 Confirmation that the process control and manufacturing of steel sections by re- rollers
shall be same as that of main steel producers/ dealers, that billets for re- rolling will only
be sourced from main steel producers/ dealers shall be furnished about re-roller.
47.3 Reinforcement steel shall be procured only from main steel producers and Mill test
certificates (MTC) shall be obtained and submitted to the Engineer for correlation.
48.1 Well before the start of the work, the contractor shall prepare and submit the Field
Quality Plans to Employer for approval, which shall detail out for all the works,
equipment, services, quality practices and procedures etc. in line with the requirement of
the technical specifications to be followed by the contractor at site.
48.2 This FQP shall cover all the items/ activities covered in the contract/ schedule of items
required, right from material procurement to completion of the work at site.
48.3 An Indicative Field & Manufacturing Quality Plan for civil and structural works is
enclosed with this specification for reference as Annexure-B.
49 GENERAL QA REQUIREMENTS
49.1 The contractor shall ensure that the works, BOIs and services under the scope of
Contract, whether manufactured or performed within contractor’s works or at
49.2 The equipment listed above is indicative and minimum required. Additional equipment,
if any, required for successful completion of work shall be provided/ arranged by the
contractor.
49.3 All test reports/ inspection reports shall be submitted in soft copy also and shall be
available at site for easy access to the Engineer.
49.4 Based on the schedule (L2/ L3 Network), Quality control & Quality Assurance Work
plan shall be finalized by the contractor and the same shall be submitted to Engineer for
acceptance/ approval.
All the equipment’s furnished under the Contract and arriving at Site shall be promptly
received, unloaded and transported and stored in the storage spaces by the Contractor.
Contractor shall be responsible for examining all the shipment and notify the Employer
immediately of any damage, shortage, discrepancy etc. for the purpose of Employer's
information only. The Contractor shall submit to the Employer every week a report
detailing all the receipts during the week.
However, the Contractor shall be solely responsible for any shortages or damage in transit,
handling and /or in storage and erection of the equipment at Site. Any demurrage, wharf
age and other such charges claimed by the transporters, railways etc. shall be to the account
of the Contractor. The Contractor shall maintain an accurate and exhaustive record
detailing out the list of all equipment received by him for the purpose of erection and keep
such record open for the inspection of the Employer. All equipment shall be handled very
carefully to prevent any damage or loss. No bare wire ropes, slings, etc. shall be used for
unloading and/or handling of the equipment without the specific written permission of the
Employer. The equipment stored shall be properly protected to prevent damage either to the
equipment or to the floor where they are stored. The equipment from the store shall be
moved to the actual location at the appropriate time so as to avoid damage of such
equipment at Site.
The actual location at the appropriate time to avoid damage of such equipment at Site. The
Contractor shall ensure that all the packing materials and protection devices used for the
various equipment’s during transit and storage are removed before the equipment are
installed. The consumables and other supplies likely to deteriorate due to storage must be
thoroughly protected and stored in a suitable manner to prevent damage or deterioration in
quality by storage. All the materials stored in the open or dusty location must be covered
with suitable Weatherproof and flameproof covering material wherever applicable.
If the materials belonging to the Contractor are stored in areas other than those earmarked
for him, the Employer will have the right to get it moved to the place earmarked for the
Contractor at the Contractor’s cost. The Contractor shall be responsible for making suitable
indoor storage facilities to store all equipment which require indoor storage. Normally, all
the electrical equipment’s such as motors, control gear, generators, exciters and
consumables like electrodes, lubricants etc. shall be stored in the closed storage space. The
Employer, in addition, may direct the Contractor to move certain other materials, which in
his opinion will require indoor storage, to indoor storage areas which the Contractor shall
strictly comply with.
The Employer shall hold weekly meetings of all the Contractors working at Site, at time
and place to be designated by the Employer. The Contractor shall attend such meetings and
take notes of discussions during the meeting and the decisions of the Employer and shall
strictly adhere to those decisions in performing his Works. In addition to the above weekly
meeting, the Employer may call for other meeting either with individual Contractors or
with selected number of Contractors and in such a case the Contractor if called, will also
attend such meetings. Time is the essence of the Contract, and the Contractor shall be
responsible for performance of his works in accordance with the specified construction
schedule.
If at any time, the Contractor is falling behind the schedule, he shall take necessary action to
make good for such delays by increasing his work force or by working overtime or
otherwise accelerate the progress of the work to comply with the schedule and shall
communicate such actions in writing to the Employer, satisfying that his action will
compensate for the delay. The Contractor shall not be allowed any extra compensation for
such action. The Employer shall however not be responsible for provision of additional
labour and or materials or supply or any other services to the Contractor except for theca-
ordination work between various Contractors as set out earlier.
52 INSURANCE
In addition to the conditions covered under the Clause entitled “Insurance” in Section
General Conditions of Contract (GCC), the following provisions will also apply to the
portion of works to be done beyond the Contractor’s own or his Sub- Contractor’s
manufacturing Works.
This insurance shall protect the Contractor against all claims applicable under the
Workmen’s Compensation Act, 1948 (Government of India). This policy shall also cover
the Contractor against claims for injury, disability disease or death of his or his Sub-
Contractor’s employees, which for any reason are not covered under the Workmen’s
Compensation Act, 1948.The liabilities shall not be less than the following: Workmen’s
Compensation - As per Statutory Provisions Employee’s Liability - As per Statutory
Provisions
53.2 Penalties.
If the Contractor fails in providing safe working environment as per the Safety Rules of
RSDCL or continues the work even after being instructed to stop the work by the
Engineer –in- Charge as provided above, the Contractor shall be penalized per day or
part thereof till the instructions are complied with and so certified by the Engineer I/C-
However, in case of accident, the provisions of law.
53.3 If the Contractor does not take all safety precautions and/ or fails to comply with the
Safety Rules as prescribed by the Employer or under the applicable law for the safety of
the plant and equipment and for the safety of personnel and the contractor does not
prevent there under or any other applicable laws as applicable from time to time.
Following is the list of various Indian Standards, Relevant to the Civil Engg., work
54.5 STONEWORK
54.8 FLOORING
54.9 ROOFING
54.10 FINISHING
1. MANDATORY SPARES
Sl.
Item Description Quantity Units
No.
Mandatory spares for 400/132 KV 315 MVA TRANSFORMER
1.00 Cooler fan with motor 4.00 No.
2.00 Spare Insulating Oil to be handed over to owner after commissioning 10000 Liter
3.00 Breather Assembly (set consisting of complete replacement for one auto- 1.00 Set
transformer supplied) for conservator and OLTC
4.00 Remote tap position indicator 1.00 No.
5.00 400 kV Bushing with metal parts and gaskets as used in the supplied 400 kV
1.00 Nos.
Auto transformer
6.00 132 kV Bushing with metal parts and gaskets as used in the supplied 400 kV
1.00 Nos.
Auto transformer
7.00 Neutral Bushing with metal parts and gaskets as used in the supplied 400 kV
1.00 Nos.
Auto transformer
Mandatory spares for 132/33 KV 100 MVA TRANSFORMER
1.00 Cooler fan with motor 4.00 No.
2.00 Spare Insulating Oil to be handed over to owner after commissioning 5000 Ltr.
3.00 Breather Assembly (set consisting of complete replacement for one auto- 1.00 Set
transformer supplied) for conservator and OLTC
4.00 Remote tap position indicator 1.00 No.
5.00 220kV Bushing with metal parts and gaskets as used in the supplied 220 kV
1.00 Nos.
Power transformer
6.00 33 kV Bushing with metal parts and gaskets as used in the supplied 220 kV Auto
1.00 Nos.
transformer
7.00 Neutral Bushing with metal parts and gaskets as used in the supplied 220kV
1.00 Nos.
Power transformer
Mandatory spares for 33/.433 kV, 250 kVA, LT THREE PHASE TRANSFORMER
1.00 Bushing with metal parts & gaskets(HV&LV) 1.00 Nos.
2.00 Set of gaskets 1.00 Nos.
Mandatory spares for 420kV CIRCUIT BREAKERS (3 Ph.)
One pole of circuit breaker complete with pole column and interrupter with
1.00 1.00 Nos.
M.B. but without support structure and operating mechanism.
2.00 Rubber gaskets, ‘O’ rings and seals 1.00 Set
3.00 Terminal pads and connectors 4.00 Nos.
4.00 Auxiliary Switch Assembly 1.00 Set
5.00 Operation Counter 2.00 set
6.00 Closing Coils 3.00 Nos.
7.00 Tripping coils 3.00 Nos.
8.00 Support insulator complete for one pole of breaker 1.00 Set
Mandatory spares for 132 kV CIRCUIT BREAKERS (3 Ph.)
One pole of circuit breaker complete with pole column and interrupter with
1.00 1.00 Nos.
M.B. but without support structure and operating mechanism.
2.00 Rubber gaskets, ‘O’ rings and seals 1.00 Set
1. Mandatory Spares
Sl.
Item Description Quantity Units
No.
Mandatory spares for 220/33 KV 80 MVA TRANSFORMER
1 Cooler fan with motor 4.00 No.
2 Spare Insulating Oil to be handed over to owner
6000 Ltr.
after commissioning
3 Breather Assembly (set consisting of complete 1.00 Set
replacement for one auto-transformer supplied)
for conservator and OLTC
4 Remote tap position indicator 1.00 No.
5 220kV Bushing with metal parts and gaskets as
1.00 Nos.
used in the supplied 220 kV Power transformer
6 33 kV Bushing with metal parts and gaskets as
1.00 Nos.
used in the supplied 220 kV Auto transformer
7 Neutral Bushing with metal parts and gaskets as
1.00 Nos.
used in the supplied 220kV Power transformer
Mandatory spares for 33/.433 kV, 250 kVA, LT THREE PHASE TRANSFORMER
1 Bushing with metal parts & gaskets(HV&LV) 1.00 Nos.
2 Set of gaskets 1.00 Nos.
Mandatory spares for 220kV CIRCUIT BREAKERS (3 Ph.)
1 One pole of circuit breaker complete with pole
column and interrupter with M.B. but without 1.00 Nos.
support structure and operating mechanism.
2 Rubber gaskets, ‘O’ rings and seals 1.00 Set
3 Terminal pads and connectors 4.00 Nos.
4 Auxiliary Switch Assembly 1.00 Set
5 Operation Counter 2.00 set
6 Closing Coils 3.00 Nos.
7 Tripping coils 3.00 Nos.
Support insulator complete for one pole of
8 1.00 Set
breaker
Mandatory spares for 36 kV CIRCUIT BREAKERS (3 Ph.)
1 Vaccum Iterupter 4.00 Nos.
2 One pole of circuit breaker complete with pole 2.00 Set
column and interrupter but without support
structure and operating mechanism.
3 Terminal pads and connectors 4.00 Nos.
4 Auxiliary Switch Assembly 1.00 Set
5 Closing Coils 3.00 Nos.
6 Tripping coils 3.00 Nos.
Mandatory Spares of CURRENT TRANSFORMER
1 Complete CT(Live Tank Type only) 220 KV
1.00 Nos.
with terminal connectors
Page 159 of 164
2 Complete CT(Live Tank Type only) 33 KV
2.00 Nos.
with terminal connectors
Mandatory Spares of POTENTIAL TRANSFORMER
1 220 Kv Potential Transformer voltage ratio
220/0.11 kV (0.2 Class) with terminal 1.00 Nos.
connectors
2 33 Kv Potential Transformer voltage ratio
1.00 Nos.
33/0.11 kV (0.2 Class)
Mandatory Spares of CAPACITIVE VOLTAGE TRANSFORMER
420 kV single phase 4400 pF CVT suitable for
1 Metering voltage ratio 400/0.11 kV (0.2 Class) 1.00 Nos.
with terminal connectors
Mandatory Spares for 220, 33 kV ISOLATORS
1 One complete pole with support insulator and
1.00 Nos.
motor operating mechanism excluding structure
2 Copper contact fingers for male and female
4.00 Set
contacts.
Mandatory Spare of 220, 33kV SURGE ARRESTERS
1 Complete 220 kv LA with insulating base along
2.00 Nos.
with terminal and connectors
2 33 kV LA alongwith terminal connector 5.00 Nos.
Mandatory Spares for Tubular Lead Acid Battery Bank
BATTERY SET
1 Cells for 220 V bank 2.00 Nos.
2 Cells for 48 V bank 1.00 Nos
Mandatory Spares for ILLUMINATION SYSTEM
1 Energy Efficent flood light complete in all
4.00 Nos.
respect
2 Energy Efficent outdoor lights complete in all
6.00 Nos.
respect
3 Capacitors of each rating 4.00 Nos.
4 MCCB each rating 2.00 Set
5 MCB of each rating 2.00 Set
6 Timer 2.00 Set
List of APPROVED VENDORS are annexed below for 400kV, 220kV, 132kV & 33kV for GSS and
Transmission Lines. Also, the owner also reserves the right to make addition/ deletion in the list of
manufacturers.
9
S. No. Name of Equipment/Material Name of Vendor
5) M/s Mehru Electrical & Mechanical Engineers
(P), Ltd., Bhiwadi
22. 36 kV Potential Transformers 1) M/s Vishal Transformers & Switchgears (P), Ltd.,
Meerut
2) M/s Heptacare Power Industries Pvt. Ltd.,
Meerut
3) M/s Electricfield Company, Jammu
4) M/s Kapco Electric Pvt. Ltd., Noida
5) M/s GE T&D India Ltd., Jaipur
23. Sub-station Structures 1) M/s Shri Ashutosh Engineering Industries,
Raipur
2) M/s Nandan Steels and Power Ltd., Raipur
3) M/s Brahampuri Steels Ltd., Jaipur
4) M/s Arihant Engineering Works, Jaipur
5) M/s Nexo Industries Pvt. Ltd., Ludhiana
6) M/s Ratna Engineering Works Raipur
7) M/s Anil Steels Pvt. Ltd., Kundali (Sonepat)
8) M/s N. L. Engineers Pvt. Ltd. Mohali
9) M/s R. S. Infra-Transmission Ltd., Jaipur
10) M/s VSP Enterprises Pvt. Ltd., Ganaur
(Sonepat)
11) M/s Telecom Network Solutions, Noida
12) M/s Pragati Electrocom Pvt. Ltd., Gurgaon
13) M/s SoluxGalfab Pvt. Ltd., Kolkata
14) M/s Accords Communication Pvt. Ltd.,
Phatehganj, Baroda
15) M/s Salasar Techno Engineering (P), Ghaziabad
16) M/s Associate Power Structure (P), Vadodara
17) M/s NAMDHARI INDUSTRIAL TRADERS (P)
Ltd., Ludhiana
18) M/s Shri Krsna Urja Project Ltd., Jaipur
19) M/s. Madhav Udyog Pvt Ltd, Mandi Gobindgarh,
Punjab
24. 1) M/s AGARWAL General EngineeringWorks
(Pvt.) Ltd., Jaipur
2) M/s PREM Cables (P) Ltd., Pali
3) M/s Venkateswara Wires Pvt. Ltd., Jaipur
4) M/s Rajasthan Cables &Conductors Pvt. Ltd.,
Jaipur
5) M/s NECCONPower &Infra Limited, Jaipur
6) M/s LUMINOIndustries Ltd., Kolkata
7) M/s DYNAMIC Cables LTD., Jaipur
8) M/s JSK Industries Pvt Ltd., Mumbai
9) M/s Rajasthan Transmission Wires Pvt. Ltd.,
Jaipur
10) M/s Mahaveer Transmission Ltd., Dehradun
25. ACSR Conductor 'ZEBRA' 1) M/s AGARWAL General Engineering Works Pvt.
Ltd., Jaipur
2) M/s PREM Cables Pvt. Ltd., Pali
3) M/s VENKATESWARA wires Pvt. Ltd., Jaipur
4) M/s RAJASTHAN Cables & Conductors Pvt.
S. No. Name of Equipment/Material Name of Vendor
Ltd., Jaipur
5) M/s NECCON Power & Infra Ltd., Jaipur
6) M/s LUMINO IndustriesLtd., Kolkata
7) M/s DYNAMIC Cables Ltd., Jaipur
8) M/s RAJ. Transmission Wires Pvt. Ltd., Jaipur
9) M/s Mahaveer Transmission Ltd., Dehradun
26. 7/3.15 mm GSS Earthwire 1) M/s HIMACHAL Wire Industries Pvt. Ltd.,
Kangra
2) M/s BAJRANG Wire Products (India) Pvt. Ltd.,
Jaipur
3) M/s NIRMAL Wire Pvt. Ltd., Kolkata
4) M/s KRITIKA Wire Pvt. Ltd., Kolkata
5) M/s Geekay Wires Pvt. Ltd., Hyderabad
6) M/s Bedmutha Industries Ltd., Nashik
27. INSULATORS
(a) Porcelain Long Rod 1) M/s MODERN Insulators Ltd., Abu Road
(b) Disc 1) M/s BHEL, Amethi (UP)
2) M/s WSI, Chennai
3) M/s Aditya Birla Insulators, Hoogly (WB)
4) M/s Suraj Ceramics Industries, Bikaner
5) M/s Imperial Ceramics Pvt. Ltd., Bikaner (70kN
only)
6) M/s Shreeji Power & Insulators P. Ltd., Kutch
(Guj.) (70kN only)
7) M/s Bikaner Ceramics Pvt. Ltd., Bikaner
28. Substation Hardware and 1) M/s EXCEL ASSOCIATES Pvt. Ltd., Jaipur
connectors for ACSRConductor &
Earthwire
2) M/s RAJASTHAN TRANSMAT P. Ltd., Jaipur
3) M/s PREMIER POWER PRODUCTS
(CALCUTTA) P. Ltd., Kolkata
4) M/s S.R. ELECTRICAL Pvt Ltd., Howrah
5) M/s Electromech&Transtech Pvt. Ltd., Kolkata
6) M/s Aluminum Electricals Industries, Banaras
29. Bolts & Nuts 1) M/s Nexo Industries Pvt. Ltd., Ludhiana
2) M/s A.V. Forgings, Mohali
3) M/s Ravi Engineers, Amritsar
4) M/s Karamtara Fasteners, Mumbai.
5) M/s Deepak Fasteners, Ludhiana.
6) M/s Forex Fasteners, Ludhiana
7) M/s Garg Fasteners, Ludhiana
8) M/s Techman India, Chandigarh
9) M/s A.S.P. Pvt.Ltd.,Howrah
10) M/s Millenium structures (India) Ltd., Indore
11) M/s Sterling olts (P) Ltd., Howrah
12) M/s G.K.W. Ltd., Howrah
13) M/s Pankaj International, Ludhiana
14) M/s Bharat Industries, Howrah
15) M/s Precision Auto Engineers, Ludhiana
16) M/s J.C. Fasteners Limited, Rohtak
17) M/s DFL International Limited, Ludhiana
18) M/s Remax (India), Ludhiana
11
S. No. Name of Equipment/Material Name of Vendor
19) M/s Bharati Overseas, Ludhiana
20) M/s Anishika Fasteners Pvt Ltd., Nagpur
21) M/s Precision Fasteners Limited, Mumbai
22) M/s HR Steel Industries, Howrah
23) M/s N. L. Engineers Pvt.Ltd., Mohali
24) M/s G.S. Castings, Kurukshetra
25) M/s Nishant Steel Industries, Ludhiana
26) M/s Roshan Impax Pvt. Ltd., Ludhiana
27) M/s Indian Steel and Wire Products Ltd.,
Jamshedpur
28) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
30. Washers / Spring Washers 1) M/s Nexo Industries Pvt. Ltd., Ludhiana
2) M/s Springlock Industries, Vadodara
3) M/s Chempromech Engineers, Nagpur
4) M/s Forbes & Gokak Ltd., Mumbai
5) M/s Navin Metal Industries, Kolkata
6) M/s Forex Fasteners, Ludhiana.
7) M/s Ravi Engineers, Amritsar
8) M/s RoshanImplex Pvt. Ltd., Ludhiana
9) M/s Pankaj International, Ludhiana
10) M/s Millenium structures(India) Ltd., Indore
11) M/s Anand Bolts, Ludhiana
12) M/s A.V. Forgings,Mohali
13) M/s Garg Fasteners,Ludhiana
14) M/sN.L.EngineersPvt.Ltd.,Mohali
15) M/s G.S. Castings, Kurukshetra
16) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
31. 48 V VRLA Battery set 1) M/s NED ENERGY Ltd., Hyderabad
2) M/s AMARA RAJA BATTERIES Ltd., Triputi
3) M/s Exide Industries Pvt. Ltd., Kolkata
32. 48 V SMPS Battery Charger 1) M/s S. M. CREATIVE ELECTRONICS Ltd., Delhi
2) M/s PUNJAB COMMUNICATIONS Ltd., Mohali
3) M/s StatconEnergia PVT. Ltd., Noida
4) M/s Delta Electronics India Pvt. Ltd., Rudrapur
(Utrakhand)
33. Insulating Rubber Mat 1) M/s Premier Polyfilm Ltd., Ghaziabad
2) M/s Marvel Vinyls Ltd., New Delhi
34. Safety Helmet 1) M/s P. N. Safetech (P) Ltd., New Delhi
2) M/s Vinayaka Enterprises, Jaipur
3) M/s Gaurav Gems, Jaipur
4) M/s Udyogi International Pvt Limited
35. Rubber Hand Gloves 1) M/s Classic Industries, Jodhpur
2) M/s Elektro Equipments, Ajmer
3) M/s Dahanu Rubber Gloves Mfg. Co., Thane
36. Fibre Glass Ladder 1) M/s E-safe Enterprises, Jodhpur
(Plastic moulded)
37. Fibre Glass Discharge Earthing 1) M/s E-safe Enterprises, Jodhpur
Rod
38. Fire Extinguisher 1) M/s Hitech Industries, Rajkot
2) M/s Intime Fire Appliances (P) Ltd., Mumbai
12
S. No. Name of Equipment/Material Name of Vendor
39. Furniture 1) M/s Godrej
2) M/s Zuari
3) M/s Featherlite
40. Earthing Material 1) M/s Namdhari Industrial Traders (P), Ltd.,
Ludhiana
2) M/s H. S. Engineering Works, Ghaziabad
3) M/s Bhrampuri Steels, Jaipur
4) M/s KhyatiIspat Pvt. Ltd., Raipur
5) M/s SanvijayRolling & Engineering Ltd., Nagpur
6) M/s Royal Ispat Udyog, Mandi, Gobindgarh,
Punjab
7) M/s Madhur Iron & Steel (I) Pvt. Ltd., Bhilai
41 Coupling Device (Phase to Ground) 1) M/s Puncom, Mohali
2) M/s Zanith Transformers & Switchgears Pvt. Ltd,
Sonipat.
42. Carrier Set (without Protection 1) M/s Puncom, Mohali
coupler)
2) M/s Hitachi, Banglore (ABB)
43. 75 Ohm HF coaxial cable 1) M/s Maharaja cables, Bhiwadi
44. Wavetrap 0.2mH/1000A 1) M/S GE T&D
2) M/S Quality Power, Sangli, Maharastra.
45. Insulation Tester 1) M/s. Megger
13
3.0 List of Approved Vendors
6
S. No. NAME OF ITEM NAME OF VENDORS
2 Insulators:
Porcelain Long Rod
Disc
7
S. No. NAME OF ITEM NAME OF VENDORS
8
S. No. NAME OF ITEM NAME OF VENDORS
9
S. No. NAME OF ITEM NAME OF VENDORS
10
LIST OF PREFERED/ APPROVED VENDORS FOR 400kV GSS AND TRANSMISSION LINE
51. Hardware Fittings and M/s EMI Transmission Ltd., Mumbai
Accessories for Conductor and M/s International Transmission
Earthwire Products Pvt. Ltd., Mumbai.
M/s. IAC Electricals Pvt. Ltd., Kolkata
M/s Asbes co India Pvt. Ltd.,Kolkata
M/sTyco Electronics (I)Pvt. Ltd., Bangalore
M/s.TAG Corporation, Chennai
M/s.Rashtraudyog Ltd.,Kolkata
M/s.Modern MalleablesLtd.,Kolkata
M/sMosderfer Pvt.Ltd. Mumbai
M/sRajasthanTransmatPvt.Ltd.,Jaipur.
M/sKrsnaTransmissionHardwareMfg.Pvt.L
td., Vadodara (Gujarat).
Bidder shall refer the annexed BOQ. Bidder shall note that the given BOQ is for tender purpose and any
item missing or additional requirement for completion of the project on entirety as per engineering and
design shall be supplied, installed and commissioned as per system requirement and on RSDCL’s
concurrence.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
MAIN MATERIAL/ ITEMS
1.00 315 MVA, 400/132/33 kV AUTO
TRANSFORMER
1.01 315 MVA, 400/132/33 kV, 3 phase, 50 Hz,
Auto transformer including insulating oil, ON
LOAD TAP CHANGER, Digital RTCC Panel,
atmoseal conservator, bushing CTs, self 4.00 Nos. 0.00 0.00
dehydreated breather, Optical Temprature
Sensors including measuring Units alongwith
all associated accessories/ Fittings as per
2.00 125 MVAr 420 KV BUS REACTOR
2.01 125 MVAr, 420 kV, 3 phase, 50 Hz, Bus
Reactor including insulating oil, atmoseal
conservator, bushing CTs, self dehydreated
1.00 Nos. 0.00
breather, all other fittings and accessories as
per technical specification with Mandatory
Spares as per Annex
3.00 33/.433 kV, 500 kVA, LT THREE PHASE
STATION TRANSFORMER
3.01 33/.433 kV, 630 kVA, LT three phase station
transformer complete with all fittings,
accessories and associated equipment as per 2.00 Nos. 0.00 0.00
specification with Mandatory Spares as per
Annex.
4.00 CIRCUIT BREAKERS
4.01 420 kV,3150 Amp., 63 kA rupturing capacity
circuit Breaker with closing resistor suitable
for single and three phase rapid auto
reclosing complete with mounting structures,
foundation bolts and nuts, Terminal 12.00 Nos. 0.00 0.00
Connectors and first filling of SF6 gas plus
20% spare gas including accessories and
auxiliaries with Mandatory Spares as per
Annex.
4.02 145 kV,2000 Amp., 40 kA rupturing capacity
circuit Breaker with mounting structures,
foundation bolts and nuts, Terminal
Connectors and first filling of SF6 gas plus 13.00 Nos. 0.00 0.00
20% spare gas including accessories and
auxiliaries with Mandatory Spares as per
Annex.
5.00 CURRENT TRANSFORMER
5.01 2000-1000/1-1-1-1-1 Amp., 63kA,420 kV
72.00 Nos. 0.00 0.00
single
5.02 2000-1000/1-1-1 Amp., 40kA,145 kV single
phase multi core current transformers
with120% extended current rating (Live Tank 90.00 Nos. 0.00 0.00
Type only) with terminal connector and
Mandatory Spares as per Annex
6.00 CAPACITIVE VOLTAGE TRANSFORMER
Page 1 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
6.01 420 kV single phase 4400 pF CVT suitable
for high frequency (HF) coupling required for
power line communication with voltage ratio 0.00
6.00 Nos. 0.00
400/0.11 kV and three secondary windings
with terminal connector and Mandatory
Spares as per Annex
6.02 145 kV single phase 4400 pF CVT suitable
for high frequency (HF) coupling required for
power line communication with voltage ratio 0.00
18.00 Nos. 0.00
132/0.11 kV and three secondary windings
with terminal connector and Mandatory
Spares as per Annex
7.00 POTENTIAL TRANSFORMER
7.01 420 kV single phase PT with voltage ratio
400/0.11 kV, 0.2 Class, with two secondary
12.00 Nos. 0.00 0.00
windings with terminal connector and
Mandatory Spares as per Annex
7.02 145 kV single phase PT with voltage ratio
132/0.11 kV, 0.2 Class, with two secondary
30.00 Nos. 0.00 0.00
windings with terminal connector and
Mandatory Spares as per Annex
8.00 ISOLATOR
8.01 420 kV 3150 Amp.,63kA triple pole, gang
operated Horizontal Double break type, motor
operated, outdoor, Isolator metallic fitted with
single earth blade complete with 0.00
12.00 Set 0.00
accessories including terminal connectors
and post insulators with Mandatory Spares as
per Annex. Required capacity of isolators to
be as per SLD and scope of work.
8.02 420 kV 3150 Amp. , 63kA triple pole, gang
operated horizontal double break type motor
operated, outdoor Isolator metallic with
double earth blade complete with 19.00 Set 0.00 0.00
accessories including terminal connectors
and post insulators with Mandatory Spares as
per Annex.
8.03 420 kV 3150 Amp. , 63kA triple pole, gang 4.00 Nos. 0.00
operated horizontal double break type motor
operated, outdoor Isolator metallic without
earth blade complete with accessories 0.00
including terminal connectors and post
insulators with Mandatory Spares as per
Annex.
8.04 145 kV 2000 Amp., 40 kA triple pole, gang
operated Horizontal Double break type, motor
operated, outdoor, Isolator metallic fitted with
single earth blade complete with accessories 16.00 Set 0.00 0.00
including terminal connectors and post
insulators with Mandatory Spares as per
Annex.
Page 2 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
8.05 145 kV 2000 Amp., 40 kA triple pole, gang
operated horizontal double break type motor
operated, outdoor Isolator metallic with
double earth blade complete with accessories 19.00 Set 0.00 0.00
including terminal connectors and post
insulators with Mandatory Spares as per
Annex.
8.06 145 kV 2000 Amp., 40 kA triple pole, gang 10.00 Nos. 0.00
operated horizontal double break type motor
operated, outdoor Isolator metallic without
earth blade complete with accessories 0.00
including terminal connectors and post
insulators with Mandatory Spares as per
Annex.
9.00 SURGE ARRESTERS
9.01 Single pole voltage -coordinated, outdoor
station class heavy duty current limiting type
390 kV lightning arresters suitable for
connection between phase and ground on 3 0.00
21.00 Nos. 0.00
phase 420 kV neutral grounded system
complete with insulating base, surge counter
and current meter, accessories with
Mandatory Spares as per Annex.
9.02 Single pole voltage -coordinated, outdoor
station class heavy duty current limiting type
120 kV lightning arresters suitable for
connection between phase and ground on 3 0.00
30.00 Nos. 0.00
phase 132 kV neutral grounded system
complete with insulating base, surge counter
and current meter, accessories with
Mandatory Spares as per Annex.
10.00 WAVE TRAP
10.01 400 kV, 1.0mH / 3150 A Wave Traps 4.00 Nos. 0.00 0.00
10.02 Pedestal mounting
132 kV, 0.2 typeAwith
mH / 2500 Wavetuning unit,
Traps
Pedestal mounting type with tuning unit,
6.00 Nos. 0.00
protection device, terminals clamps, corona
rings, bird barriers etc.
11.00 CONTROL, RELAY & PROTECTION 1.00 Lot
PANELS COMPATIABLE WITH
SUBSTATION AUTOMATION SYSTEM
0.00
ALONG WITH ASSOCIATED EQUIPMENTS
AND MANDATORY SPARES AS PER
ANEXX.
12.00 400 KV Bus Bar Protection Scheme having 1.00 Set 0.00
one no. central unit and 16 nos. peripheral 0.00
units (PU)
13.00 GPS with Digital clock 1.00 Set 0.00
0.00
14.00 Phasor Measurement Unit with accessories 1.00 Set
0.00
Page 3 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
15.00 Necessary software and hardware alongwith 1.00 Set
laptop to up / down load the data / from the
relays from / to the laptop. The supply of 0.00
laptop is covered under this scope.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
23.00 33 KV 3 phase H G Fuse set with support 2.00 Set
0.00
structure
24.00 Marshalling Kiosk For 400 Kv and 132kV 1.00 Lot 0.00
25.00 Cables along with accessories as per
requriment
25.01 Copper Control Cable as per requriment 1.00 Lot 0.00
0.00
25.02 Power Cables as per requriment 1.00 Lot 0.00
0.00
25.03 FRLS Cables as per requriment 1.00 Lot 0.00 0.00
25.04 XLPE Cable for 33kV Station Transformer as 1.00 Lot 0.00
0.00
per requriment
25.05 ACSR Moose conductor 1.00 Lot 0.00 0.00
25.06 AAC Tarantulla conductor 1.00 Lot 0.00
0.00
25.07 HTLS conductor 1.00 Lot
0.00
25.08 GS Earth wire 1.00 Lot 0.00
0.00
26.00 ILLUMINATION SYSTEM :
26.01 Switchyard Flood Lighting
1.00 Lot 0.00
26.02 Control room building & street lighting
1.00 Lot 0.00
27.00 FIRE FIGHTING SYSTEM ( AS PER
TECHNICAL SPECIFICATION)
27.01 Mulsifyre System 1.00 set 0.00
27.02 Hydrant System 1.00 Lot
0.00
27.03 Fire detection & alarm system
1.00 Lot 0.00
27.04 Hand appliances as per Annex
1.00 Lot 0.00
28.00 AIR-CONDITIONING AND VENTILATION
SYSTEM FOLLOWING
28.01 Design, supply, installation, testing and
commissioning of Air conditioning &
ventilation system for the control room
building for Control Room, PLCC Room, 1.00 Lot 0.00 0.00
SE/XEN/AEN/Staff/Rest Rooms alongwith the
necessary spares for satisfactory operation
for 5 (five) years.
Page 5 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
29.00 STRUCTURES :
Design, engineering, procurement of
materials, fabrication galvaising, proto-
assembly, FOR destination delivery &
erection including nuts, bolts, gusset
plates, base plates, foundation bolts,
fixing arrangement for control
cabinets/MB of equipments and other
accessories for lattice steel structure.
Conforming to IS:2062 and GI pipe
conforming to grade YST 22 or higher
grade as per IS:806.
29.01 Standard Lattice Structure [Design,
engineering, procurement of materials,
fabrication, galvaising, proto-assembly, FOR
destination delivery & erection including nuts, 0.00
1.00 Lot 0.00
bolts, washer, gusset plates, base plates,
foundation bolts and other accessories for
lattice steel structure as per specification
requirements]:
29.02 Non-Standard Lattice Structure [Design,
engineering, procurement of materials,
fabrication galvaising, proto-assembly, FOR
destination delivery & erection including nuts,
bolts, gusset plates, base plates, foundation 1.00 Lot 0.00 0.00
bolts, fixing arrangement for control
cabinets/MB of equipments and other
accessories for lattice steel structure as per
specification requirements]:
29.03 Non-Standard Pipe Support Structure
[Design, engineering, procurement of
materials, fabrication galvaising, proto-
assembly, FOR destination delivery &
erection including nuts, bolts, gusset plates, 0.00
1.00 Lot 0.00
base plates, foundation bolts, fixing
arrangement for control cabinets/MB of
equipments and other accessories for Pipe
Support structure as per specification
requirements]
Page 6 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village: Soorasar and
Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials, Erection (Including Civil works),
Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B1 (BOQ1) (Supply) 400 KV Main PPS for Phase-I
Name of the Bidder/ Bidding Firm / Company
:
PRICE SCHEDULE
NUMBER # TEXT # NUMBER TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR DEST. Total FOR DEST.
No. Amount (In Rs. Lakh) Amount (In Rs. Lakh)
1 2 3 4 21 22
Note:-
(1)The above estimated quantities of
structures are only for tender purpose. The
contractor shall supply, erect & commission
the structures to meet out complete
requirement for successful commissioning ,
maintenance & operation of the substation in
accordance with the specification.
(2) Details of Tower structures & girders /
beams available in Vol.II, of specification are
tentative and for tender purpose only. The
bidder shall have to design the structures &
girders / beams based on actual loadings on
the basis of short circuit force calculations, if
required.
30.00 Supply. erection, testing & commissioning of
Solar Insolation cum Weather Monitoring 1.00 Lot 0.00
System along with associated accessries
31.00 Testing & Measuring equipments as per
1.00 Lot 0.00
Annex.
32.00 General tools & tackles as per Annex.
1.00 Lot 0.00
33.00 Office & Misc equipments / items as per Annx
1.00 Lot 0.00
34.00 Furniture for Control Room building as per
1.00 Lot 0.00
Annex.
35.00 Desktop Computer, Laser Printer and
photocopy machine with latest configuration 4.00 Nos. 0.00
as per Annex.
Note :- BOQ shown above is for tender
purpose only. It shall be finalized at the
time of detail engineering by bidder as per
the specification / requirement.
36.00 Add: Any other supply item, if any, bidder
may require completing the substation as
per specification requirements. (if amount 1.00 Lot 0.00 0.00
quoted, list of items alongwith quantity be
indicated in technical offer)
Page 7 of 59
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
ETC of MAIN MATERIAL/ ITEMS
1.00 315 MVA, 400/132/33 kV AUTO
TRANSFORMER
1.01 315 MVA, 400/132/33 kV, 3 phase, 50 Hz, auto
transformer including insulating oil, ON LOAD
TAP CHANGER, Digital RTCC Panel, atmoseal
conservator, bushing CTs, self dehydreated
breather, Optical Temprature Sensors including 4.00 Nos. 0.00 0.00
measuring Units alongwith all associated
accessories/ Fittings as per specifications, one
set of four Nos. Hydraulic jacks and Mandatory
Spares as per Annex
2.00 125 MVAr 420 KV BUS REACTOR
2.01 125 MVAr, 420 kV, 3 phase, 50 Hz, Bus Reactor
including insulating oil, Atmoseal conservator,
bushing CTs, self dehydreated breather, all other
fittings and accessories as per technical 1.00 Nos. 0.00
specification with Mandatory Spares as per
Annex
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
5.01 2000-1000/1-1-1-1-1 Amp., 63kA,420 kV single
phase multi core current transformers with120%
extended current rating (Live Tank Type only) 72.00 Nos. 0.00 0.00
with terminal connector and Mandatory
Spares as per Annex
5.02 2000-1000/1-1-1 Amp., 40kA,145 kV single
phase multi core current transformers with120%
extended current rating (Live Tank Type only) 90.00 Nos. 0.00 0.00
with terminal connector and Mandatory
Spares as per Annex
6.00 CAPACITIVE VOLTAGE TRANSFORMER
6.01 420 kV single phase 4400 pF CVT suitable for
high frequency (HF) coupling required for power
line communication with voltage ratio 400/0.11 kV 6.00 Nos. 0.00 0.00
and three secondary windings with terminal
connector and Mandatory Spares as per Annex
8.00 ISOLATOR
8.01 420 kV 3150 Amp.,63kA triple pole, gang
operated Horizontal Double break type, motor
operated, outdoor, Isolator metallic fitted with
single earth blade complete with accessories 0.00
12.00 Set 0.00
including terminal connectors and post insulators
with Mandatory Spares as per Annex. Required
capacity of isolators to be as per SLD and scope
of work.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
8.02 420 kV 3150 Amp. , 63kA triple pole, gang
operated horizontal double break type motor
operated, outdoor Isolator metallic with double
earth blade complete with accessories including 19.00 Set 0.00 0.00
terminal connectors and post insulators with
Mandatory Spares as per Annex.
8.03 420 kV 3150 Amp. , 63kA triple pole, gang 0.00
operated horizontal double break type motor
operated, outdoor Isolator metallic without earth
4.00 Nos. 0.00
blade complete with accessories including
terminal connectors and post insulators with
Mandatory Spares as per Annex.
8.04 145 kV 2000 Amp., 40 kA triple pole, gang
operated Horizontal Double break type, motor
operated, outdoor, Isolator metallic fitted with
single earth blade complete with accessories 16.00 Set 0.00 0.00
including terminal connectors and post insulators
with Mandatory Spares as per Annex.
8.05 145 kV 2000 Amp., 40 kA triple pole, gang
operated horizontal double break type motor
operated, outdoor Isolator metallic with double
19.00 Set 0.00 0.00
earth blade complete with accessories including
terminal connectors and post insulators with
Mandatory Spares as per Annex.
8.06 145 kV 2000 Amp., 40 kA triple pole, gang 0.00
operated horizontal double break type motor
operated, outdoor Isolator metallic without earth
10.00 Nos. 0.00
blade complete with accessories including
terminal connectors and post insulators with
Mandatory Spares as per Annex.
9.00 SURGE ARRESTERS
9.01 Single pole voltage -coordinated, outdoor station
class heavy duty current limiting type 390 kV
lightning arresters suitable for connection
between phase and ground on 3 phase 420 kV 21.00 Nos. 0.00 0.00
neutral grounded system complete with insulating
base, surge counter and current meter,
accessories with Mandatory Spares as per
Annex.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
9.02 Single pole voltage -coordinated, outdoor station
class heavy duty current limiting type 120 kV
lightning arresters suitable for connection
between phase and ground on 3 phase 132 kV 30.00 Nos. 0.00 0.00
neutral grounded system complete with insulating
base, surge counter and current meter,
accessories with Mandatory Spares as per
Annex.
10.00 WAVE TRAP
10.01 400 kV, 1.0mH / 3150 A Wave Traps Pedestal
mounting type with tuning unit, protection device, 4.00 Nos. 0.00 0.00
terminals clamps, corona rings, bird barriers etc.
10.02 132 kV, 0.2 mH / 2500 A Wave Traps Pedestal
mounting type with tuning unit, protection device, 6.00 Nos. 0.00
terminals clamps, corona rings, bird barriers etc.
11.00 CONTROL, RELAY & PROTECTION PANELS 1.00 Lot
COMPATIABLE WITH SUBSTATION
AUTOMATION SYSTEM ALONG WITH 0.00
ASSOCIATED EQUIPMENTS AND
MANDATORY SPARES AS PER ANEXX.
12.00 400 KV Bus Bar Protection Scheme having one 1.00 Set 0.00 0.00
no. central unit and 16 nos. peripheral units (PU)
13.00 GPS with Digital clock 1.00 Set 0.00 0.00
14.00 Phasor Measurement Unit 1.00 Set 0.00
15.00 Necessary software and hardware alongwith 1.00 Set
laptop to up / down load the data / from the relays
0.00
from / to the laptop. The supply of laptop is
covered under this scope.
16.00 SUBSTATION AUTOMATION SYSTEM
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
18.01 220 V, 600 AH Tubular Lead Acid Battery set
along with accessories, stand etc. 2.00 Set 0.00 0.00
18.02 220V, 100Amp/70Amp float cum boost Battery 2.00 Set 0.00
Charger (Separate sections for float and boost
0.00
charging operation).
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
26.01 Switchyard Flood Lighting 0.00
1.00 Lot
26.02 Control room building & street lighting
1.00 Lot 0.00
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
29.02 Non-Standard Lattice Structure [Design,
engineering, procurement of materials,
fabrication galvaising, proto-assembly, FOR
destination delivery & erection including nuts,
1.00 Lot 0.00 0.00
bolts, gusset plates, base plates, foundation
bolts, fixing arrangement for control cabinets/MB
of equipments and other accessories for lattice
steel structure as per specification requirements]:
29.03 Non-Standard Pipe Support Structure [Design,
engineering, procurement of materials,
fabrication galvaising, proto-assembly, FOR
destination delivery & erection including nuts,
bolts, gusset plates, base plates, foundation 1.00 Lot 0.00 0.00
bolts, fixing arrangement for control cabinets/MB
of equipments and other accessories for Pipe
Support structure as per specification
requirements]
Note:-
(1)The above estimated quantities of structures
are only for tender purpose. The contractor shall
supply, erect & commission the structures to
meet out complete requirement for successful
commissioning , maintenance & operation of the
substation in accordance with the specification.
(2) Details of Tower structures & girders / beams
available in Vol.II, of specification are tentative
and for tender purpose only. The bidder shall
have to design the structures & girders / beams
based on actual loadings on the basis of short
circuit force calculations, if required.
30.00 Supply. erection, testing & commissioning of
Solar Insolation cum Weather Monitoring System 1.00 Lot 0.00
along with associated accessries
Lumpsum Charges for Handholding for 12
31.00 months from the date of Taking Over Certificate. 1.00 Lot 0.00
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
Foundation for all structurs, equipments, MK,
etc. including supply of all labour, material for
construction of RCC footings and pedestals of
any section/size including the cost of excavation
in all types of soil/rock, back filling with available
approved earth or borrowed/new earth, disposal
of surplus earth/rock to the places directed,
concrete (RCC M20 Grade and Lean concrete
1:4:8), reinforcement steel, form work ,grouting ,
underpinning, foundation strengthening in
expansive / B.C soil ,dewatering if required,
curing, sundries including mechanism, MK,
UPVC pipe etc required for proper operation of
equipments and transformer and other items not
mentioned herein but required for the completion
of the work for the following station towers and
32.02 1.000 Lot 0.00 0.00
equipments support structures including finishing
with12 mm thick plaster in CM 1:4 and applying
two coats of white/somke grey weather proof
painting coat on all exposed surface (top and
sides) of foundations as per technical
specification, approved drawings and directions
of the Engineer- in-charge of work.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
FOUNDATION FOR 315 MVA, 400/132/33 kV
AUTO TRANSFORMER including all associated
works, rail tracks , jacking pads, anchor block,
RCC, PCC, Misc. Structural Steel including M.S.
grating, gravel filling, supports system and other
items not mentioned herein but required for the
completion of work as per technical specification
and approved drawings.
32.03.01 4.000 Nos. 0.00
Note: Top level of foundation shall be as per
approved design. Work shall be got executed
as per approved drawing with minimum depth
of excavation as 1000 mm from Natural
Ground Level. Extra depth if any shall be filled
with PCC 1:4:8. Any extra cost on account of
minimum depth criteria shall deemed to be
included in quoted rates.
Civil works for MS Tank including Excavation,
Laying of 75 mm PCC, Constructing brick wall
jacket around the tank, laying of 200 mm RCC
32.03.02 raft, leveling and alignment of MS Tank, 4.000 Nos. 0.00
backfilling with excavated sand, Top leveling by
laying of PCC, as per site requirement and
Technical specifications (complete job).As per
specification for 315 MVA Transformer
FOUNDATION FOR 125 MVAr 420 KV Bus
32.04 Reactor:-
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
FOUNDATION FOR 33/0.415 kV, 500 kVA, LT
32.05
three phase station transformer
Supply of labour, material equipments and
construction of station Transformer’s foundation
with RR stone masonry in CM 1:6 0f size 1.5mx
1.5m with top of foundation at 1.5m above other
foundation and depth of excavation minimum 600
mm below NGL with 2 nos MS Channels 150X 75
embeded in 200 mm thick CC M 20 on top of
masonry, outer plaster 20 mm thick CM 1:4 and
applying white weather proof painting coat on
exposed surface (top and sides) of
foundationand other items not mentioned herein
32.05.01 but required for the completion of work as per 2.000 Nos. 0.00 0.00
technical specification.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
Section D-Providing, Laying & Jointing
R.C.C. class NP-2 Non-Pressure pipes (IS :
458 mark) of approved make with collars,
jointed with C.M. 1:2 or having Spigot and
socket ends with flexible rubber rings
joints including testing of joints etc.
complete for 300 mm dia internal dia pipe
including Providing and laying cement
concrete 1:5:10 (1 cement : 5 coarse sand
: 10 graded stone aggregate 40mm nominal
size) upto haunches of S.W. pipes
including bed concrete as per standard
32.07.04 design and Excavating trenches of required 1.000 LOT 0.00
width for pipes cables etc. including
excavation for sockets, depth up to required
depth including taking out the excavated
materials, refilling the soil as required in
layers not exceeding 20 cm in depth
including consolidating each deposited
layers by ramming, watering etc.,
stacking serviceable material for
measurements and disposal of unserviceable
material as directed, with all lead and lifts in
all types of soil, rocks etc complete in all
respect.
Construction of RCC sump having capacity
10000 Liters with provision of automatic
dewatering mud pump with disposal arrangement
32.08 1.000 LOT 0.00
upto outside PPS premises as directed by
Engineeer In-charge with provision of a stand by
pump.
32.09 CABLE TRENCH CROSSING: Design,
engineering, construction including supply of
labour, material, cement, reinforcement steel,
form work etc. and all associated works for
construction of cable trench crossings as per
technical specification and approved drawings
32.09.01 Section A crossing road 1.000 LOT 0.00
32.09.02 Section B crossing road 1.000 LOT 0.00
32.09.03 Section C crossing road 1.000 LOT 0.00
32.09.04 Section D crossing road 1.000 LOT 0.00
32.10 ANTI WEED TREATMENT AND BASE LAYER
OF PCC
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
Providing and supplying all labour material
including borrowed / removal of earth for
maintaining the FGL, equipments etc., soil
sterilization / antiweed treatment including
excavation, mixing / injecting chemicals to
achieve the guaranteed effectiveness of
32.10.01 treatment at least up to one year, rolling 1.000 LOT 0.00
dressing, compacting the excavated earth within
substation areas as per technical specification
100mm thick PCC (1:3:6) with 20 / 40mm graded
aggregate as per technical specification. Scope
of this work includes earthwork in cutting/filling in
all respects.
Providing and supplying all labour, material
including borrowed / removal of earth for
maintaining the FGL, equipments etc., soil
sterilization / antiweed treatment including
excavation, mixing / injecting chemicals to
achieve the guaranteed effectiveness of
32.10.02 treatment at least up to one years, rolling 1.000 LOT 0.00
dressing, compacting the excavated earth
beyond the area of switchyard i.e. considered
for future scope / work, laying of brick edging
etc. as per technical specification.Scope of
this work includes earthwork in cutting/filling in all
respects.
32.11 JELLY SPREADING
a) After laying cement concrete (1:3:6) / brick
edging in required slope / grade, 100 mm thick
layer of granite/basalt/trap jelly of 40 mm single
size shall be spread over the entire switchyard
area as per drawing and directions of engineer
32.11.01 incharge of the work. The whole switchyard 1.000 LOT 0.00
area (excluding buildings pathway road,
drainages, cable trenches, equipments/
structures plinths etc.) shall be covered with
jelly spreading. The jelly used shall be free from
dirt, organic materials and flakes.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
b) Barricades shall be provided to
confine Jelly Spreading which include
construction of solid concrete block masonry
in CM (1:6) with cement concrete solid blocks
of proportion (1:5:3) crushing strength not
less than 50 Kg. per Sq.cm / 40x40x20
32.11.02 cms. Size (l, b, h) conforming to IS 32185- 1.000 LOT 0.00
196) including necessary curing etc.
complete. The concrete block shall be 100
mm above gravel top. The exposed surface
of barricades shall be plastered with 12 mm
thick in CM (1:6) & two coat of water proof
cement paint.
32.12 ROAD WORK: Design and construction of
roads and walkways/shoulders within sub-
1.000 LOT 0.00
station or outside the station as per
technical specification and approved drawings.
32.13 STORM DRAINAGE SYSTEM: Design,
construction if storm water drainage
scheme including road, culverts, crossing of
drains with cable trenches, sump pits etc. as per 1.000 LOT 0.00
specification including outlet sump pit with
provision of low head high discharge automatic
pump.
32.14 FIRE WALL: Design, engineering, supply of
labour, material including all associated works
for construction of fire protection wall as per 1.000 LOT 0.00
technical specification.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
32.16 CONTROL ROOM BUILDING: Design,
engineering, supply of labour, material
including all associated works for construction
of control room building, adjoining admin block
and fully furnished rest room on first floor as per
technical specification and approved drawings
including internal electricafication with Energy
Efficient Light , Tube light fixtures, fans etc, 15 lit
storage geyser earthing, sanitary system
including septic tank, soakage pit and rain water
1.000 LOT 0.00
harvesting system as per drawing approved by
owner/GWD etc., water supply system including
making connection with distribution system, false
ceiling, fans,water cooler of cooling capacity 80
lit/hour and storage capacity of 120 lit, RO
system withpurification capacity of 25 lit/hour and
duty cycle of 170-250 lit/day with PVC tank of 200
lit capacity, internal cable trenches covered with 6
mm thick MS chequred plates, plinth protection
works with chequred tiles etc.
32.17 Building for metallic enclosure housing including 1.000 Lot
indoor cable trenches and other required civil
works complete in all aspects: Design & 0.00
construction as per drawing and specification.
Name of Work: Construction of 400/132 kV Park Pooling Substation (01 No 400/132 kV, 4x315 MVA capacity), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all equipments/materials,
Erection (Including Civil works), Testing & Commisioning on Turnkey basis at Pugal Solar park Phase-I.
TN:
SCHEDULE-B2 (BOQ2) (ETC+Service+Civil Works) 400 KV Main PPS for Phase-I
Name of
the
Bidder/
Bidding
PRICE SCHEDULE
NUMBER TEXT # NUMBER # TEXT # NUMBER # NUMBER #
#
Sl. Item Description Quantity Units Unit FOR Total FOR DEST.
No. DEST. Amount ( In Rs.
Amount (In Lakh)
Rs. Lakh)
1 2 3 4 21 22
32.21 Construction of internal fencing with welded
mesh of size 25x25x2.1mm of 1.5m height
framed in angle iron box of 40x40x5 placed at
every 3000 mm, top and bottom angle section of
40x40x5, 5 rows of barbed wire in 600 mm height
1.000 LOT 0.00
or railing in length near control rrom in 600 mm
height above fencing, MS flat of size 40x5 mm
shall also be welded along the edges of panels of
welded mesh and in center of each panel. Bottom
masonry wall of 380mm width in height of 450
32.22 Providing and fixing cow catcher made of
R.S. joist angles, channels MS round bars,
MS flats etc including cutting welding and
fabrication with priming coat of red oxide (as per
design). The work includes construction of RR
stone masonry wall of required section up to
90 cm below cow catcher, RCC bed plate of 1.000 LOT 0.00
20 cm thickness,cement plaster, PCC 1:4::8 in
15 cm thickness etc. complete as per
approved design and specification. length of
cow catcher should cover the entry gate and
wicket gate with pillars
32.23
OTHER CIVIL WORKS
32.23.01 Security room 1.000 Lot 0.00
32.22.02 Vehicle parking shed (Four wheeler / two
1.000 Lot 0.00
wheeler)
32.23.02 Store Shed with open platform 1.000 Lot 0.00
32.22.03 Rest House
1.000 Lot 0.00
32.23.03
Retaining wall for FG Level-1 (As per
1.000 Lot 0.00
requirement after detailed engineering)
32.22.04
Retaining wall for FG Level-2 (As per
1.000 Lot 0.00
requirement after detailed engineering)
Note :- BOQ shown above is for tender
purpose only. It shall be finalized at the time
of detail engineering by bidder as per the
specification / requirement.
33.00 Add: Any other specfied work, if any, bidder
may require completing the substation as per
specification requirements. (if amount quoted, 1.00 Lot 0.00 0.00
list of works alongwith quantity be indicated
in technical offer)
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400 kV Tranmission Line as per Design and Drawing (01 No. of
400kV D/C Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV
GSS), Village: Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including
supply of all equipments/materials, Erection (Including Civil works), Testing & Commisioning on
Turnkey basis at Pugal Solar park Phase-I
TN:
1 2 3 4 22 23
Tower: Design,
engineering, Fabrication,
galvanising and supply of
various types of towers
(including special towers),
& its body / leg (equal &
unequal) extensions
1.00
(complete) including stubs
and hangers, D-shackles,
Bird Guard, U-Bolt, Pack
washer, Bolts & Nuts
including step bolts & nuts,
anti theft bolts & nuts,
Spring Washers Etc.
1.01 High Tensile Steel 1.00 Lot 0.00 0.00
Name of Work: Construction of 400 kV Tranmission Line as per Design and Drawing (01 No. of
400kV D/C Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV
GSS), Village: Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including
supply of all equipments/materials, Erection (Including Civil works), Testing & Commisioning on
Turnkey basis at Pugal Solar park Phase-I
TN:
1 2 3 4 22 23
Design, manufacture and
5.00 supply of following line
material. ***11/kv 120KN
5.01 Disc Insulators 1 Lot 0 0.00
5.02 Long Rod Insulators 1 Lot 0 0.00
Composite Long Rod
5.03 1 Lot 0 0.00
Insulators
Design, manufacture and
6.00 supply of following line
material. ***11/kv 160KN
6.01 Disc Insulators 1 Lot 0 0.00
6.02 Long Rod Insulators 1 Lot 0 0.00
Composite Long Rod
6.03 1 Lot 0 0.00
Insulators
GSS Earthwire- size 7/3.66
6.04 1 Lot 0 0.00
mm
6.05 ACSR Moose Conductor 1 Lot 0 0.00
7.00 Hardware Fittings
Single suspension H/W
fittings conventional envelop
type complete set suitable for
7.01 ACSR 'MOOSE' conductor 1.00 Lot 0.00 0.00
for pilot string (suitable for
1x23, 120 KN Disc Insulators
or 1x3 Long Rod Insulators).
Single 'I' suspension H/W
fittings armour grip type
complete set suitable for
7.02 Twin ACSR'MOOSE' 1.00 Lot 0.00 0.00
conductor (suitable for 1x23,
120 KN Disc Insulators or
1x3 Long Rod Insulators).
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400 kV Tranmission Line as per Design and Drawing (01 No. of
400kV D/C Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV
GSS), Village: Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including
supply of all equipments/materials, Erection (Including Civil works), Testing & Commisioning on
Turnkey basis at Pugal Solar park Phase-I
TN:
1 2 3 4 22 23
Double 'I' suspension H/W
fittings armour grip type
complete set suitable for
7.03 Twin ACSR'MOOSE' 1.00 Lot 0.00 0.00
conductor (suitable for 1x23,
120 KN Disc Insulators or
1x3
SingleLong Rod Insulators).
Tension H/W fittings
compression type for Twin
'MOOSE' conductor
7.04 1.00 Lot 0.00 0.00
(suitable for 1x24, 160 KN
Disc Insulators or 1x3 Long
Rod Insulators).
Double tension H/W fittings
compression type for Twin
'MOOSE' conductor for pilot
7.05 1.00 Lot 0.00 0.00
string (suitable for 1x24, 160
KN Disc Insulators or 1x3
Long Rod Insulators).
8.00 Accessories for ACSR
Moose Conductor
Name of Work: Construction of 400 kV Tranmission Line as per Design and Drawing (01 No. of
400kV D/C Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV
GSS), Village: Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including
supply of all equipments/materials, Erection (Including Civil works), Testing & Commisioning on
Turnkey basis at Pugal Solar park Phase-I
TN:
1 2 3 4 22 23
Mid Span Compression Joint
9.02 1.00 Lot 0.00 0.00
for 7/3.66 mm GS Earthwire
Repair Sleeve for 7/3.66 mm
9.03 1.00 Lot 0.00 0.00
GS Earthwire
Suspension Clamp with
9.04 flexible Copper Bond for 1.00 Lot 0.00 0.00
7/3.66 mm GS Earthwire.
Tension Clamp with flexible
9.05 Copper Bond for 7/3.66 mm 1.00 Lot 0.00 0.00
GS Earthwire
9.06 Counter Weight 1.00 Lot 0.00 0.00
10.00 OPGW Cable
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
Stringing of 48 Fibre
29.01 (DWSM) OPGW fibre optic 1 Lot 0.00 0.00
cable
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 400 kV Tranmission LIne as per Design and Drawing (01 No. of 400kV D/C
Transmission Line (approx. 4 KM) from RSDCL’s Main PPS to RVPN's 765/400/220kV GSS), Village:
Soorasar and Bhanawatawala, Tehsil- Pugal Distt- Bikaner(Rajasthan) including supply of all
equipments/materials, Erection (Including Civil works), Testing & Commisioning on Turnkey basis at
Pugal Solar park Phase-I
TN:
1 2 3 4 12 13
25.04 XLPE Cable for 33kV Station Transformer as 1.00 Lot 0.00 0.00
per requriment
25.05 ACSR Moose conductor 1.00 Lot 0.00 0.00
19.04 48V, 50A, SMPS Battery charger 2.00 Set 0.00 0.00
suitable for VRLA battery set
20.00 LT SWITCHGEAR
20.01 400 Amp. AC DISTRIBUTION BOARD 2.00 Lot
(For dual source with changeover
provision)
20.02 DC DISTRIBUTION BOARD 2.00 Lot
22.00 HARDWARE AND BUS BAR MATERIAL 2.00 Lot
23.00 EARTHING MATERIAL (GS & MS flats 2.00 LOT
of all sizes and Cu/Al Flexible braids)
33 KV 3 phase H G Fuse set with 4.00 Set
support structure
24.00 Marshalling Kiosk For 132kV and 33 KV
2.00 Lot
25.00 Cables along with accessories as per
requriment
25.01 Copper Control Cable 2.00 Lot 0.00 0.00
8.03 145 kV 2000 Amp., 40 kA triple pole, gang 24.00 Nos. 0.00 0.00
operated horizontal double break type motor
operated, outdoor Isolator metallic without earth
blade complete with accessories including
terminal connectors and post insulators with
Mandatory Spares as per Annex.
13.02 Supply. erection, testing & commissioning of 2.00 Lot 0.00 0.00
Ethernet Switch, Gateway, Firewall, OFC, BCU,
IEDs etc. to complete the scope specification .
25.00 STRUCTURES :
Design, engineering, procurement of
materials, fabrication galvaising, proto-
assembly, FOR destination delivery &
erection including nuts, bolts, gusset plates,
base plates, foundation bolts, fixing
arrangement for control cabinets/MB of
equipments and other accessories for lattice
steel structure.
Conforming to IS:2062 and GI pipe
conforming to grade YST 22 or higher grade
as per IS:806.
25.01 Standard Lattice Structure [Design, engineering,
procurement of materials, fabrication, galvaising,
proto-assembly, FOR destination delivery &
erection including nuts, bolts, washer, gusset
plates, base plates, foundation bolts and other 3.00 Lot 0.00 0.00
accessories for lattice steel structure as per
specification requirements]:
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 012 Nos. of 132/33 kV 6X100 MVA pooling power substation (PPS-1
and PPS-2) Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ14) (ETC+Service + Civil Works) 132/33 KV PPS-1 and PPS-2 for Phase II
Note:-
(1)The above estimated quantities of structures
are only for tender purpose. The contractor shall
supply, erect & commission the structures to
meet out complete requirement for successful
commissioning , maintenance & operation of
the substation in accordance with the
specification.
(2) Details of Tower structures & girders / beams
available in Vol.II, of specification are tentative
and for tender purpose only. The bidder shall
have to design the structures & girders / beams
based on actual loadings on the basis of short
circuit force calculations, if required.
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
ETC of MAIN MATERIAL/ ITEMS
1.00 80 MVA, 220/33 kV Power Transformer
1.01 80 MVA, 220/33 kV, 3 phase, 50 Hz,
power transformer including insulating
oil, ON LOAD TAP CHANGER, Digital
RTCC Panel, atmoseal conservator,
bushing CTs, self dehydreated breather, 6.00 Nos. 0.00 0.00
Optical Temprature Sensors including
measuring Units alongwith all associated
accessories/ Fittings as per
specifications, one set of four Nos.
2.00 25 MVAr 245 KV Bus Reactor
2.01 25 MVAr, 245 kV, 3 phase, 50 Hz, Bus
Reactor including insulating oil, atmoseal
conservator, bushing CTs, self
2.00 Nos.
dehydreated breather, all other fittings
and accessories as per technical
specification with Mandatory Spares as
3.00 33/0.415 kV, 250 kVA, LT three phase
station transformer
3.01 33/0.415 kV, 250 kVA, Natural Cooled,
Copper wound, LT three
phase transformer complete with all
4.00 Nos. 0.00 0.00
fittings, accessories and
associated equipment as per
specification with Mandatory Spares as
4.00 Circuit Breakers
4.01 220 KV Circuit Breaker with mounting
structure, 2000 Amp, 40 kA, 3 Sec.
rupturing capacity circuit Breaker with
closing resistor suitable for single and
three phase rapid auto reclosing
18.00 Nos. 0.00 0.00
complete with mounting structures,
foundation bolts and nuts, Terminal
Connectors and first filling of SF6 gas
plus 20% spare gas including
accessories and auxiliaries with
4.02 36 kV, * Amp. 31.5 kA rupturing capacity
Vacuum circuit breaker complete with
mounting structures, foundation bolts,
46.00 Nos. 0.00 0.00
nuts including accessories as per
specification and terminal Connectors
with Mandatory Spares as per Annex.
5.00 Current Transformer
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
5.01 220 KV Current Transformer: 1000-
2000/1A,5C, 0.2 class, 40 kA, 1 Sec.
phase multi core current transformers
108.00 Nos. 0.00 0.00
with120% extended current rating (Live
Tank Type only) with terminal connector
and Mandatory Spares as per Annex
5.02 33 KV Current Transformer: * / 1A, 4C
class 0.2S, 40 kA, 1 Sec.,core current
transformers with120% extended current
234.00 Nos. 0.00 0.00
rating (Live Tank Type only) with terminal
connector and Mandatory Spares as per
Annex
6.00 Capacitive Voltage Transformer
6.01 220 KV Capacitor Voltage Transformer
(CVT), 0.2 class including metering CVT
12.00 Nos. 0.00 0.00
with voltage ratio 220/0.11 kV, 0.2 Class
and Mandatory Spares as per Annex
7.00 Potential Transformer
7.01 245 kV single phase PT with voltage ratio
220/0.11 kV, 0.2 Class, with two
24.00 Nos. 0.00 0.00
secondary windings with terminal
connector and Mandatory Spares as per
7.02 36 kV single phase PT with voltage ratio
33/0.11 kV, 0.2 Class, with two
126.00 Nos. 0.00 0.00
secondary windings with terminal
connector and Mandatory Spares as per
8.00 Isolator
8.01 245 kV 2000 Amp., 40 kA triple pole,
gang operated Horizontal Double break
type, motor operated, outdoor, Isolator
metallic fitted with single earth blade 20.00 Set 0.00 0.00
complete with accessories including
terminal connectors and post insulators
with Mandatory Spares as per Annex.
8.02 245 kV 2000 Amp., 40 kA triple pole,
gang operated horizontal double break
type motor operated, outdoor Isolator
metallic with double earth blade complete 20.00 Set 0.00 0.00
with accessories including terminal
connectors and post insulators with
Mandatory Spares as per Annex.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
8.03 245 kV 2000 Amp., 40 kA triple pole, 12.00 Nos. 0.00 0.00
gang operated horizontal double break
type motor operated, outdoor Isolator
metallic without earth blade complete
with accessories including terminal
connectors and post insulators with
Mandatory Spares as per Annex.
8.04 33kV * Amp. Triple pole, Gang operated, 88.00 Nos.
Horizontal Double break
type, Isolator metallic fitted without earth
blade complete with
accessories including terminal
connectors and post insulators with
Mandatory Spares as per Annex.
8.05 33kV * Amp. Tiple pole, Gang operated, 44.00 Nos.
Horizontal Double break
type, Isolator metallic fitted with earth
blade complete with
accessories including terminal
connectors and post insulators with
Mandatory Spares as per Annex.
9.00 Surge Arresters
9.01 Single pole voltage -coordinated, outdoor
station class heavy duty current limiting
type 198 kV lightning arresters suitable
for connection between phase and
ground on 3 phase 220 kV neutral 36.00 Nos. 0.00 0.00
grounded system complete with
insulating base, surge counter and
current meter, with all
accessories including terminal
9.02 30 kV Single pole Distribution class
Lightning Arresters with all accessories
108.00 Nos. 0.00 0.00
including terminal Connectors with
Mandatory Spares as per Annex.
10.00 Wave Trap
10.01 220 kV, 0.5 mH / 2000 A Wave Traps
Pedestal mounting type with tuning unit,
8.00 Nos.
protection device, terminals clamps,
corona rings, bird barriers etc.
11.00 CONTROL, RELAY & PROTECTION 2.00 Lot
PANELS ALONG WITH ASSOCIATED
EQUIPMENTS AND MANDATORY
SPARES AS PER ANEXX.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
14.00 GPS with Digital clock 2.00 Lot 0.00 0.00
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
25.02 Power Cables 2.00 Lot 0.00 0.00
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
29.00 STRUCTURES :
Design, engineering, procurement of
materials, fabrication galvaising, proto-
assembly, FOR destination delivery &
erection including nuts, bolts, gusset
plates, base plates, foundation bolts,
fixing arrangement for control
cabinets/MB of equipments and other
accessories for lattice steel structure.
Conforming to IS:2062 and GI pipe
conforming to grade YST 22 or higher
grade as per IS:806.
29.01 Standard Lattice Structure [Design,
engineering, procurement of materials,
fabrication, galvaising, proto-assembly,
FOR destination delivery & erection
2.00 Lot 0.00 0.00
including nuts, bolts, washer, gusset
plates, base plates, foundation bolts and
other accessories for lattice steel
structure as per specification
29.02 Non-Standard Lattice Structure [Design,
engineering, procurement of materials,
fabrication galvaising, proto-assembly,
FOR destination delivery & erection
including nuts, bolts, gusset plates, base 2.00 Lot 0.00 0.00
plates, foundation bolts, fixing
arrangement for control cabinets/MB of
equipments and other accessories for
lattice steel structure as per specification
29.03 Non-Standard Pipe Support Structure
[Design, engineering, procurement of
materials, fabrication galvaising, proto-
assembly, FOR destination delivery &
erection including nuts, bolts, gusset
2.00 Lot 0.00 0.00
plates, base plates, foundation bolts,
fixing arrangement for control
cabinets/MB of equipments and other
accessories for Pipe Support structure as
per specification requirements]
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
Note:-
(1)The above estimated quantities of
structures are only for tender purpose.
The contractor shall supply, erect &
commission the structures to meet out
complete requirement for successful
commissioning , maintenance &
operation of the substation in accordance
with the specification.
(2) Details of Tower structures & girders /
beams available in Vol.II, of specification
are tentative and for tender purpose only.
The bidder shall have to design the
structures & girders / beams based on
actual loadings on the basis of short
30.00 Supply. erection, testing &
commissioning of Solar Insolation cum 1.00 Lot
Weather Monitoring System along with
Lumpsum Charges for Handholding for
32.00 12 months from the date of Taking Over 2.00 Lot
Certificate.
33.00 CIVIL WORKS
33.01 SITE INVESTIGATION and Prepration
33.01.01 GEO TECHNICAL INVESTIGATION: 2.000 Lot
Soil Investigation of substation /
switchyard area as per technical
33.01.02 Site Prepration: site prepration including 2.000 Lot
cutting, filling, levelling, dressing of
earth/soil of complete PPS area.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
Foundation for all structurs, 2.000 Lot
equipments, MK, etc. including supply
of all labour, material for construction of
RCC footings and pedestals of any
section/size including the cost of
excavation in all types of soil/rock, back
filling with available approved earth or
borrowed/new earth, disposal of surplus
earth/rock to the places directed,
concrete (RCC M20 Grade and Lean
concrete 1:4:8), reinforcement steel, form
work ,grouting , underpinning, foundation
strengthening in expansive / B.C soil
,dewatering if required, curing, sundries
including mechanism, MK, UPVC pipe
etc required for proper operation of
33.02
equipments and transformer and other
items not mentioned herein but required
for the completion of the work for the
following station towers and equipments
support structures including finishing
with12 mm thick plaster in CM 1:4 and
applying two coats of white/somke grey
weather proof painting coat on all
exposed surface (top and sides) of
foundations as per technical
specification, approved drawings and
directions of the Engineer- in-charge of
work.
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
FOUNDATION FOR 80 MVA, 220/33 kV
TRANSFORMER including all associated
works, rail tracks , jacking pads, anchor
block, RCC, PCC, Misc. Structural Steel
including M.S. grating, gravel filling,
supports system and other items not
mentioned herein but required for the
completion of work as per technical
specification and approved drawings.
32.03.01 6.000 Nos.
Note: Top level of foundation shall be
as per approved design. Work shall be
got executed as per approved drawing
with minimum depth of excavation as
1000 mm from Natural Ground Level.
Extra depth if any shall be filled with
PCC 1:4:8. Any extra cost on account
of minimum depth criteria shall
deemed to be included in quoted
Nitrogen Injection Fire Prevention &
Extinguishing System (NIFPES)
32.03.02 alongwith all associated accessories/ 6.00 Nos.
Fittings as per specifications for 220/33
KV, 80 MVA Power Transformers
FOUNDATION FOR 25 MVAr 245 KV
32.04
Bus Reactor:-
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
FOUNDATION FOR 25 MVAr 245 KV
Bus Reactor including all associated
works, rail tracks , jacking pads, anchor
block, RCC, PCC, Misc. Structural Steel
including M.S. grating, gravel filling,
supports system and other items not
mentioned herein but required for the
completion of work as per technical
specification and approved drawings.
32.04.01 2.000 Nos.
Note: Top level of foundation shall be
as per approved design. Work shall be
got executed as per approved drawing
with minimum depth of excavation as
1000 mm from Natural Ground Level.
Extra depth if any shall be filled with
PCC 1:4:8. Any extra cost on account
of minimum depth criteria shall
deemed to be included in quoted
Nitrogen Injection Fire Prevention &
Extinguishing System (NIFPES)
32.04.02 alongwith all associated accessories/ 2.00 Nos.
Fittings as per specifications for 25 MVAr
245 KV Bus Reactor Transformers
FOUNDATION FOR 33/0.415 kV, 250
32.05
kVA, LT three phase station
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
Supply of labour, material equipments
and construction of station Transformer’s
foundation with RR stone masonry in CM
1:6 0f size 1.5mx 1.5m with top of
foundation at 1.5m above other
foundation and depth of excavation
minimum 600 mm below NGL with 2 nos
MS Channels 150X 75 embeded in 200
mm thick CC M 20 on top of masonry,
outer plaster 20 mm thick CM 1:4 and
applying white weather proof painting
coat on exposed surface (top and sides)
32.05.01 4.000 Nos.
of foundationand other items not
mentioned herein but required for the
completion of work as per technical
specification.
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.06.04 Section D-Providing, Laying &
Jointing R.C.C. class NP-2 Non-
Pressure pipes (IS : 458 mark) of
approved make with collars, jointed
with C.M. 1:2 or having Spigot and
socket ends with flexible rubber
rings joints including testing of
joints etc. complete for 300 mm dia
internal dia pipe including Providing
and laying cement concrete 1:5:10
(1 cement : 5 coarse sand : 10
graded stone aggregate 40mm
nominal size) upto haunches of
2.000 LOT
S.W. pipes including bed concrete
as per standard design and
Excavating trenches of required width
for pipes cables etc. including
excavation for sockets, depth up to
required depth including taking out
the excavated materials, refilling the
soil as required in layers not
exceeding 20 cm in depth including
consolidating each deposited layers
by ramming, watering etc.,
stacking serviceable material for
measurements and disposal of
Construction of RCC sump having
capacity 10000 Liters with provision of
automatic dewatering mud pump with
32.07 1.000 LOT
disposal arrangement upto outside PPS
premises as directed by Engineeer In-
charge with provision of a stand by
32.08 CABLE TRENCH CROSSING: Design,
engineering, construction including
supply of labour, material, cement,
reinforcement steel, form work etc.
and all associated works for
construction of cable trench crossings
as per technical specification and
32.08.01 Section A crossing road 2.000 LOT
32.08.02 Section B crossing road 2.000 LOT
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.08.03 Section C crossing road 2.000 LOT
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
a) After laying cement concrete (1:3:6) /
brick edging in required slope / grade,
100 mm thick layer of granite/basalt/trap
jelly of 40 mm single size shall be spread
over the entire switchyard area as per
drawing and directions of engineer
32.10.01 2.000 LOT
incharge of the work. The whole
switchyard area (excluding buildings
pathway road, drainages, cable
trenches, equipments/ structures
plinths etc.) shall be covered with jelly
spreading. The jelly used shall be free
b) Barricades shall be provided to
confine Jelly Spreading which
include construction of solid concrete
block masonry in CM (1:6) with
cement concrete solid blocks of
proportion (1:5:3) crushing strength
not less than 50 Kg. per Sq.cm /
32.10.02 2.000 LOT
40x40x20 cms. Size (l, b, h)
conforming to IS 32185-196)
including necessary curing etc.
complete. The concrete block shall
be 100 mm above gravel top. The
exposed surface of barricades shall
be plastered with 12 mm thick in CM
32.11 ROAD WORK: Design and construction
of roads and walkways/shoulders
within sub-station or outside the 2.000 LOT
station as per technical specification
and approved drawings.
32.12 STORM DRAINAGE SYSTEM: Design,
construction if storm water drainage
scheme including road, culverts,
crossing of drains with cable trenches, 2.000 LOT
sump pits etc. as per specification
including outlet sump pit with provision of
low head high discharge automatic
32.13 FIRE WALL: Design, engineering,
supply of labour, material including all
2.000 LOT
associated works for construction of fire
protection wall as per technical
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.14 RAIN WATER HARVESTING: This is a
lump sum item. The contractor shall be
required to complete the work in all
respect as per drawings furnished by the
bidder and approved by the owner. All
2.000 LOT
the items including excavation,
miscellaneous steel, RCC,
reinforcement , bore well, brick work,
filling of boulders, gravel, sand, pipes
etc. shall be deemed to be included in
32.15 CONTROL ROOM BUILDING: Design,
engineering, supply of labour, material
including all associated works for
construction of control room building,
adjoining admin block and fully furnished
rest room on first floor as per technical
specification and approved drawings
including internal electricafication with
Energy Efficient Light , Tube light fixtures
etc, 15 lit storage geyser earthing,
sanitary system including septic tank,
soakage pit and rain water harvesting 2.000 LOT
system as per drawing approved by
owner/GWD etc., water supply system
including making connection with
distribution system, false ceiling,
fans,water cooler of cooling capacity 80
lit/hour and storage capacity of 120 lit,
RO system withpurification capacity of 25
lit/hour and duty cycle of 170-250 lit/day
with PVC tank of 200 lit capacity, internal
cable trenches covered with 6 mm thick
MS chequred plates, plinth protection
32.16 Building for metallic enclosure housing 2.000 Lot
including indoor cable trenches and other
required civil works complete in all
aspects: Design & construction as per
drawing and specification.
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.17 WATER SUPPLY :-Supply and
installation of water supply system with
construction of GLR, submersible cable,
required electrifcations cables from
control room and panels, providing and
2.000 Lot
laying GI pipe line from from GLR to
control room, yard, guard room, for
plantation etc including making
connection , landscaping & plantation as
per bidder's engineering, approved
32.18 SEWERAGE SYSTEM :- Providing
internal & external sewerage system for
2.000 Lot
the control room building, septic tank
etc. in the S/S as per Technical
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.19 Construction of internal fencing with
welded mesh of size 25x25x2.1mm of
1.5m height framed in angle iron box of
40x40x5 placed at every 3000 mm, top
and bottom angle section of 40x40x5, 5
rows of barbed wire in 600 mm height or
railing in length near control rrom in 600
mm height above fencing, MS flat of size
40x5 mm shall also be welded along the
edges of panels of welded mesh and in
center of each panel. Bottom masonry
wall of 380mm width in height of 450 mm
above finished ground level and 50 mm
thick precasr CC1:2:4 coping, plastering
etc complete. Box of angle shall be
grouted in CC M20 in stone masonry in a 2.000 LOT
depth of 450 mm, with gate/wicket gate
5.0m/1.2 m wide 2.40 m height made
from MS pipe of 50 mm dia, MS hold fast
hinges and MS channes box fabricated
out of 100x50x5 mm channels duly
embeded in RCC columns, with RCC
M2O pillars of size
.06mx0.6 m and 2.70 m height on gate
sides including enamel paint on gates
and weateher proof paint on plastered
surface as per approved specifications
and drawings and directions of engineer
incharge. Gate shall be provided with
gate light, required wiring, fixtures and
other required accessories..
Note: Gate and gate pillar shall be
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: Construction of 02 Nos. of 220/33 kV 3X80 MVA pooling power substation (PPS-1 and
PPS-2) a Teh. Pugal (Bikaner) INCLUDING SUPPLY OF ALL EQUIPMENTS/MATERIALS, ERECTION
(INCLUDING CIVIL WORKS), TESTING AND COMMISSIONING Contract No: Specification No.
SCHEDULE-B2 (BOQ18) (ETC+Service + Civil Works) 220/33 KV PPS-1 and PPS-2 for Phase III
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE
NUMB TEXT # NUMBE TEXT # NUMBER # NUMBER #
ER # R#
Sl. Item Description Quantity Units Unit FOR Total FOR
No. DEST. DEST.
Amount (In Amount ( In
Rs. Lakh) Rs Lakh)
1 2 3 4 21 22
32.20 Providing and fixing cow catcher
made of R.S. joist angles, channels
MS round bars, MS flats etc including
cutting welding and fabrication with
priming coat of red oxide (as per
design). The work includes construction
of RR stone masonry wall of required 2.000 LOT
section up to 90 cm below cow
catcher, RCC bed plate of 20 cm
thickness,cement plaster, PCC 1:4::8
in 15 cm thickness etc. complete as
per approved design and specification.
length of cow catcher should cover
32.21 OTHER CIVIL WORKS
32.21.01 Security room 2.000 Lot
1 2 3 4 22 23
Tower: Design, engineering, Fabrication,
galvanising and supply of various types of
towers (including special towers), & its body / leg
(equal & unequal) extensions (complete)
1.00
including stubs and hangers, D-shackles, Bird
Guard, U-Bolt, Pack washer, Bolts & Nuts
including step bolts & nuts, anti theft bolts &
nuts, Spring Washers Etc.
1.01 High Tensile Steel 1.00 Lot 0.00 0.00
1.02 Mild Steel 1.00 Lot 0.00 0.00
2.00 Supply of Earthing material of Towers
2.01 Pipe Type 1.00 Lot 0.00 0.00
2.02 Counterpoise Type 1.00 Lot 0.00 0.00
3.00 Supply of following Tower Accessories
3.01 Danger Plate 1.00 Lot 0.00 0.00
3.02 Number Plate 1.00 Lot 0.00 0.00
3.03 Phase Plate (Set of three) 1.00 Lot 0.00 0.00
3.04 Circuit Plate 1.00 Lot 0.00 0.00
3.05 Anti Climbing Device (Fork Type) 1.00 Lot 0.00 0.00
Supply of following items for Aviation
4.00
Requirements **
4.01 Span Marker 1 Lot 0 0
Obstruction lights(To be proved as per IS:5613)-a) 1
4.02 1 Lot 0 0
Medium + 2 Low intensity
Design, manufacture and supply of following line
5.00
material. ***11/kv 70 KN
5.01 i) Disc Insulators 1.00 Lot 0.00 0.00
5.02 ii) Long Rod Insulators 1.00 Lot 0.00 0.00
5.03 iii) Composite Long Rod Insulators 1.00 Lot 0.00 0.00
Design, manufacture and supply of following line
6.00
material. ***11/kv 120 KN
6.01 i) Disc Insulators 1.00 Lot 0.00 0.00
6.02 ii) Long Rod Insulators 1.00 Lot 0.00 0.00
6.03 iii) Composite Long Rod Insulators 1.00 Lot 0.00 0.00
6.05 AL-59 Moose equilent Conductor 1.00 Lot 0.00 0.00
Hardware Fittings for single Budle AL-59 Moose
7.00 1.00 Lot
equilent Conductor
Item Rate BoQ
Tender Inviting Authority: The Director (Techical), RSDCL, Jaipur
Name of Work: 220 kV Tranmission Line as per Design and Drawing (01 No. of 220kV D/C
Transmission Line (approx. 22 KM) from RVPN's 765/400/220kV GSS with 01 S/C terminated to
RSDCL’s PPS-1 and another S/C terminated to RSDCL’s PPS-2 along with interconnection of PPS-1
and PPS-2 with S/C Transmission Line (approx. 5 KM) On Turnkey Basis UNDER BID ENQUIRY NO.
Contract No: BID ENQUIRY NO. SCHEDULE- 1 (BoQ 19) (Supply-Part)
1 2 3 4 22 23
8.00 Accessories for Sinle Budle AL-59 Moose
equilent Conductor
8.01 Mid Span Compression Joint 1.00 Lot 0.00 0.00
8.02 Repair Sleeve 1.00 Lot 0.00 0.00
8.03 Vibration dampers 1.00 Lot 0.00 0.00
8.04 Line spacers with retaining rod 1.00 Lot 0.00 0.00
8.05 Spacers for jumpers without retaining rod 1.00 Lot 0.00 0.00
10.00 OPGW Cable
10.01 24 Fibre (DWSM) OPGW fibre optic cable 1.00 Lot 0.00 0.00
Installation Hardware set for 24 Fibre OPGW Fibre
10.02 Optic cabling including all cable fittings & 1.00 Lot 0.00 0.00
accessories except joint box
10.03 Joint box (24 Fibre) 1.00 Lot 0.00 0.00
Add: Any other supply item, if any, bidder may
11.00 1.00 Lot 0.00 0.00
require completing the line as per specification
Note:
*One set of installation hardware shall contain all
installation hardware fittings as may be required for
1 km of OPGW.
** Quantity indiacted is for evaluation purpose.
Actual quantity to be supplied after getting approval
from owner.
12.00 *** Bidder will quote either for Disc or Long Rod or
Composit Long Rod insualtors. In case of bidder
quote for more than one types of insulators, then in
evaluation heighest cost of insulators will be
considered.
Item Rate BoQ