You are on page 1of 180

DURGAPUR STEEL PLANT

DURGAPUR

REPLACEMENT OF 11kV SWITCHBOARD OF BULK SUPPLY


SUBSTATION

TENDER SPECIFICATION
FOR
REPLACEMENT OF 11kV SWITCHBOARD AND CIVIL WORKS
(Package-02)

STEEL AUTHORITY OF INDIA LIMITED


CENTRE FOR ENGINEERING AND TECHNOLOGY
RANCHI – 834002

AUGUST 2017 CET/04/DP/4188/TS/EE/01/R=1


CONTENTS - CHAPTERS

Chapter Description Page No.

1. Introduction 1.1 - 1.4

2. Scope of Work 2.1 - 2.20

3. Technical Specification 3.1 – 3.87

4. Commissioning and Performance 4.1 - 4.3


Guarantee

Annexures

Schedules

Drawings

PACKAGE LEADER(PL) TASK FORCE LEADER(TFL) HOD (PL)

S DASGUPTA S DASGUPTA D BHADRA


DGM (DSC) DGM (DSC) DGM I/c (DSC)

DSP CONTENTS CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 4
CONTENTS - ANNEXURES

Annexure No. Description No. of pages

2.1.3-1 List of acceptable makes of equipment & 33


supplies, May 2017
2.1.8.2-1 Implementation Schedule 1

DSP CONTENTS CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 2 OF 4
CONTENTS - SCHEDULES

Schedule No. Description No. of Pages


1.8-1 Declaration of site visit 1
1.8-2 List of exclusions 1
1.8-3 List of deviations 1
1.8-4 List of recommended spares for two years 1
normal operation
1.8-5 List of commissioning spares 1
1.8-6 List of special tools and tackles 1
1.8-7 List of first fill of oils and lubricants 1
1.8-8 Details of authorised person of bidder 1
during tender evaluation
1.8-9 Requirement of construction water & power 1

DSP CONTENTS CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 3 OF 4
CONTENTS - DRAWINGS

Sl. No. Drawing No. Description

1 CET DP 4188 GL0 00 001, R=1 Proposed location plan of substation


building at Bulk Supply

2 CET DP 4188 EE1 00 001, R=1 Proposed SLD of 11kV boards at Bulk
Supply sub-station

3 CET DP 4188 EE6 00 001, R=1 Equipment layout in ground floor at


substation building

4 CET DP 4188 EE6 00 002, R=1 Equipment layout in first floor at


substation building

DSP CONTENTS CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 4 OF 4
1 INTRODUCTION
1.1 GENERAL
1.1.1 Durgapur Steel Plant (DSP) was commissioned in early sixties with an
initial capacity of 1.0 Mtpa of ingot steel. The plant capacity was
enhanced to 1.6 Mtpa in 1967. In 1989, under the modernization
program the plant capacity was enhanced to 1.876 Mtpa of liquid steel.
1.1.2 DSP Township receives utility power from Punabad sub-station of DSP
through Bulk Supply Substation, located at the junction of
Pranavananda Avenue and Michael Faraday Road near city centre area.
Power is received and further distributed using overhead conductors
through an 11kV switchboard located in the sub-station.
1.2 EXISTING FACILITIES
1.2.1 There are eight 11 kV feeders from Punabad sub-station inside DSP to
Bulk Supply sub-station in township. Out of eight feeders, one feeder
(TSP-2) is meant exclusively for Water Treatment Plant, while other
seven feeders (TSP-1, 3, 4, 5, 6, 7 & 8) are catering Bulk Supply sub-
station. From Bulk Supply sub-station, power is further distributed to
different sub-stations of Township at 11kV level through 10 nos.
feeders and subsequently fed to the consumers at 415V & 230V level.
1.2.2 The present peak demand of DSP Township is about 26 MVA.
1.3 OVERVIEW OF THE PROJECT
The 11kV switchboard of Bulk Supply sub-station shall be replaced for
upgrading the breakers and meet the future power evacuation
requirement through two interconnectors (I/C NSPCL SP-1 & 2) from
solar power system.
1.4 IMPLEMENTATION STRATEGY
1.4.1 The complete job of “Replacement of existing 11kV switchboard of
Bulk Supply Substation” is envisaged to be executed through two
packages.
1) Package 1 - Soil investigation and survey works.
2) Package 2 - Replacement of 11kV switchboard and civil works.
1.4.2 This tender specification pertains to “Replacement of 11kV switchboard
and civil works” to be executed on turnkey basis which includes
installation of new 11kV switchboard with associated facilities after
construction of a new substation building.
1.4.3 Details of Pre-Shutdown And Shutdown Activities with Duration:
1.4.3.1 Details of Pre-Shutdown Activities with Duration:

DSP PAGE 1.1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
i) Dismantling of one no. 2P structure, & assembling/ fabrication of
FP structures-7 days.
ii) Construction of a temporary store, dismantling of existing store
and relocation of 3 nos. street light poles –7 days
iii) Construction of substation building, construction of a new gate
and erection of all equipment in substation building with
connections – 9 months.
iv) Cable laying & termination in substation building for all incoming
and outgoing feeders –7 days.
v) Alternate source of power supply for DSP main hospital checking
and switching on –1 day.
1.4.3.2 Details of Shutdown Activities with Duration:
i) Conversion from TP to 4P structure for incoming 5/6, DP to 4P
structure for outgoing A1/A2 & A3/A4, and tie cable connections
from incoming 5/6 to A1/A2 for bypassing tie DP – 3 days each, 4
hrs/day shutdown (9am-1pm), total of 9 days.
ii) Installation of isolators & LA in pole structures -1 day each, 4
hrs/day shutdown, total of 6 days.
iii) Feeders connection in pole structures for all sections -1 day each,
4 hrs/day shutdown, total of 7 days.
iv) Erection of two sets of OFC/Optical Ground Wire system from
MRS to Bulk supply sub-station RTU for establishing SCADA
communication – 20 days each, 3 hrs/day, total of 40 days.
Alternate arrangement for power supply restoration in case of
prolonged shut down shall be in the scope of the bidder.
1.4.3.3 Details of activities of pre-shutdown as well as during shutdown and
their duration shall be mentioned by the bidder in their bid and also to
be shown in the implementation schedule.
1.4.4 Other Site Related Details
1.4.4.1 Details of over ground facilities at erection site which may need
diversion and special handling equipment to be deployed at site, if
any, are to be clearly brought out by the bidder in their bid.
1.5 INTENT OF SPECIFICATION
1.5.1 The intent of this tender specification is to furnish required details for
enabling the bidder to submit their best bids (technical & commercial)
as per the scope of work mentioned at chapter 2.0, technical

DSP PAGE 1.2 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
specifications at chapter 3.0 and commissioning & performance
guarantee at chapter 4.0.
1.5.2 This tender specification shall be read in conjunction with other
documents enclosed with the NIT.
1.6 SITE VISIT AND OTHER REQUIREMENTS
1.6.1 The bidder shall visit the site, study drawings/ documents and discuss
with the employer/ consultant, if required, regarding any technical
clarification and get satisfied with respect to the nature and extent of
work involved. The bidder shall also obtain first-hand information
regarding location, work terrain, climate condition, railways, roads,
airports and communication etc. before offering the bid for the job.
1.6.2 All materials/ equipment/ machinery/ fabricated items used in the
subject package shall be according to the specification given herein
and any deviation should be clearly brought-out in schedules of
exclusions and deviations attached with this TS. No mention of
exclusions and deviations shall mean that the bidder has accepted the
scope and specification given herein.
1.7 DRAWINGS AND TECHNICAL DOCUMENTS TO BE SUBMITTED
WITH THE BID
1.7.1 The bidder shall submit along with the bid, drawings / documents /
data as per the following details:
1) General layout showing disposition of all major units and
interconnection with the existing facilities such as roads, railway
tracks, utility and power lines etc.
2) General arrangement drawings of all units, equipment and
systems with relevant dimensions.
3) Single line diagram of Power system.
4) Manufacturers' catalogues/ brief technical descriptions of offered
equipment and bought-out items.
5) Schedule of quantity of equipment.
6) Delivery/ commissioning schedule (Bar chart/PERT Network).
7) Weight and mounting arrangement of each critical item/
equipment.
8) The bidder shall furnish the details of major construction
equipment required for carrying out the job within the stipulated
time which they possess, with location and details of construction

DSP PAGE 1.3 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
equipment, which they would hire to facilitate the dismantling,
and construction activities.
9) The bidder shall note that above drawings & documents listed
are minimum requirement only. The bidder shall ensure that all
other necessary write-ups, curves and information, required to
fully describe the equipment and system offered, are submitted
with this bid.
1.7.2 Drawings & documents listed are minimum requirement only. The
bidder shall ensure that all other necessary write-ups, curves and
information, required to fully describe the equipment and system
offered, are submitted with this bid.
1.8 SCHEDULES TO BE DULY FILLED AND SUBMITTED WITH THE BID
1.8-1 Declaration of site visit
1.8-2 List of exclusions
1.8-3 List of deviations
1.8-4 List of recommended spares for two years
normal operation
1.8-5 List of commissioning spares
1.8-6 List of special tools and tackles
1.8-7 List of first fill of oils and lubricants
1.8-8 Details of authorised person of bidder during
tender evaluation
1.8-9 Requirement of construction water & power

DSP PAGE 1.4 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
2 SCOPE OF WORK
2.1 GENERAL
2.1.1 The bidder shall be responsible for execution of the jobs envisaged for
replacement of existing 11kV switchboard of Bulk Supply substation on
turnkey basis.
2.1.2 The scope of work shall cover design, engineering, procurement,
manufacture, fabrication, supply, transportation, insurance, storage,
handling, dismantling & removal of debris, construction, erection,
dismantling of existing facilities as required, re-erection along with
supply of materials, painting, testing, commissioning, stabilisation and
demonstration of performance guarantee of the complete equipment
to the satisfaction of the employer. The equipment supplied shall be
new and best of its kind.
2.1.3 All indigenous items shall be as per the “List of Acceptable Makes of
equipment and supplies” furnished at Annexure-2.1.3-1.
2.1.4 The equipment and facilities envisaged under this package shall be
located generally as per general layout drawings enclosed with the TS.
Layout of plant and equipment shall have provision for easy and safe
movement of operation/ maintenance personnel for operation/
inspection of the running plant. Adequate space for dismantling/
removal of equipment/ parts for repair shall also be built in the layout.
2.1.5 All the manufacturing/ fabrication works shall be carried out only on
the basis of approved drawings and schemes or as directed by the
employer. Approval given by the employer shall not relieve the bidder
of any obligations under the contract.
2.1.6 Any equipment/ work/ service, which may not have been specifically
mentioned in this document but is necessary for completeness of the
work, shall be clearly brought out in the bid and included in their
scope of work.
2.1.7 Scope of Services
1) Receiving of equipment from bidder’s stores/ employer’s stores
and transportation to site.
2) Unloading of equipment at site, unpacking, cleaning up, and
checking for completeness and transportation to site for erection.
3) Transferring of centre lines and levels from standard
benchmark(s), including geodetic survey.
4) Filling of lubricants/ grease as per manufacturer’s instructions.

DSP PAGE 2.1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
5) Supply of all erection consumables like oil, kerosene, cotton
waste, oxygen and acetylene gas cylinders, electrodes, asbestos
sheets, asbestos ropes, sealing compounds etc.
6) Arranging tools, tackles, construction & erection machineries,
cranes and other handling & testing equipment, scaffolding,
temporary platforms, erection fixtures, skilled/semi-
skilled/unskilled personnel etc
7) Required loading/ unloading / transportation of the equipment
part, which may require repairs at employer’s repair shop(s).
8) Arranging inspection of equipment at manufacturer’s/ sub-
supplier’s works wherever required as per approved QAP.
9) Arranging and rendering equipment and personnel to employer
for checking the correctness of the work in progress.
10) Submission of test certificates and data sheet from approved
third part testing laboratory or manufacturer respectively.
11) All equipment shall conform to the relevant provisions of
Statutory and other Regulations in force such as Indian explosives
Act, Indian Factories Act, Indian Boiler Regulation, State Factories
Act, Indian Electricity Rules, Central Pollution Control Board,
Indian Weights & Measures Act as applicable. The bidder shall
provide all necessary assistance to the employer to get all the
installations within the scope of supply approved by the
concerned legal authorities.
12) Any rectification / modification of existing facilities required
during erection of equipment.
13) The bidder shall be responsible for protection and / or diversion
of underground and all existing over-ground services, wherever
required and / or diversion of the underground services which are
indicated in the drawing made available to the bidder. In case
there are under-ground services which need to be protected and
/ or diverted but are not shown in the drawing, the bidder shall
be responsible to execute the same at extra price, if any, to be
mutually agreed between bidder & employer.
14) Sundry works such as making of holes, grouting, chiselling of
holes/ opening through walls, ceiling, floors, steel structures, etc.
including providing inserts as per requirement, cleaning of site
periodically and at the time of final handing over.

DSP PAGE 2.2 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
15) Periodic transportation including Loading, unloading and
spreading the unserviceable material, debris & surplus excavated
earth with all lift and lead within plant premises unless otherwise
specified.
16) All instructions in the manuals for assembly, erection, testing and
commissioning of the equipment shall be in English
2.1.8 Implementation Schedule
2.1.8.1 The project shall be implemented within a period of 12 months from
the effective date of contract up to commissioning.
2.1.8.2 An indicative implementation schedule is shown at Annexure 2.1.8.2-
1. However, the bidder may improve upon the same and submit a
schedule with their bid, showing all major activities, with respective
duration proposed.
2.1.9 Discipline wise scope of work has been elaborated in the subsequent
clauses of this Chapter.
2.2 ELECTRICAL
2.2.1 The scope of work for the electrical system shall cover design,
engineering, fabrication, manufacture, assembly, testing and inspection
at manufacturer’s works, packaging, transportation, supply, unloading,
storage at site, erection, testing and successful commissioning of the
complete system as mentioned in subsequent clauses. The bidder's
scope comprises of the following electrical equipment and facilities:
Sl. Item Qty.
No.
i). 11kV switchboard (Solar Power 11kV switchboard) 1 set
for having interconnection with solar power plant
and comprising of 9 vacuum circuit breakers, CTs,
PTs, protective numerical relays, auxiliary relays,
metering, indication, switches and all other
associated auxiliaries. The SLD of the proposed 11kV
switchboard is given in drg. no. CET DP 4188 EE1 00
001, R=1. Equipment layout (tentative) in ground
floor & first floor at substation building are given in
drg. nos. CET DP 4188 EE6 00 001 R=1 & CET DP
4188 EE6 00 002 R=1 respectively. Dedicated CT &
PT in the solar power plant interconnectors I/C
NSPCL SP-1 & SP-2 for tariff energy metering. Power
shall be made available by employer at the terminals

DSP PAGE 2.3 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
of I/C NSPCL SP-1 & SP-2 through 11kV power
cables. Adequate space shall be kept for termination
of 11kV cables, control & CT/PT cables from solar
power plant. Co-ordination with solar power plant
contractor through employer shall be in bidder’s
scope. Bidder shall co-ordinate & extend support for
power and control connection interfaces with solar
power plant.
The make & model of the switchboard shall be
similar to the Bulk Supply 11kV switchboard at (ii).

ii). 11kV switchboard (Bulk Supply 11kV switchboard) 1 set


comprising of 36 vacuum circuit breakers, CTs, PTs,
protective numerical relays, auxiliary relays,
metering, indication, switches and all other
associated auxiliaries. The SLD of the proposed 11kV
switchboard is given in drg. no. CET DP 4188 EE1 00
001, R=1.

iii). Supervisory panels for Solar Power 11kV 2 set


switchboard and Bulk Supply 11kV switchboard. The
supervisory panels shall be used for control and
monitoring of the switchgears individually.

Location: First Floor of Substation Building inside


control enclosure.
iv). RTU Panel, PLC based, dedicated for islanding 1 set
scheme of 11kV system consisting of IO cards,
communication cards, power supply cards, etc.
complete for communication (Modbus protocol)
with ECIL make SCADA of DSP at MRS for
incorporation of solar power plant interconnectors
in the islanding system of DSP. Interfacing of 11kV
panel components with RTU.

Location: First Floor of Substation Building inside


control enclosure.
v). OFC/ Optical Ground Wire (OPGW) system with all 2 set
accessories on both ends (like LIU, UTP cable, MC,
DSP PAGE 2.4 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
UPS) and related electronics complete for
establishing communication (Modbus protocol)
between RTU panel and ECIL make SCADA server of
DSP at MRS with modification of SCADA software &
HMI software (both supplied & installed by ECIL).
The software logic for islanding scheme modification
in the existing ECSCADA shall be done as per
employer’s requirement.

Installation of OFC/ OPGW at the top of


transmission lines on existing DP/4P structures
carrying township 11kV overhead feeders with
necessary structural modification of existing 4P/DP
structures to erect the OPGW. It is proposed that the
OFC cables shall cross NH-2 though one of the
service tunnels near Gandhi more. However, in case
of alternate route for crossing NH-2, bidder shall
carry out the installation as instructed by the
employer.

Bidder shall facilitate all activities/co-ordination to


obtain clearance from NHAI for crossing NH-2 of the
OFC/OPGW in consultation with the employer.

Tentative route for the OFC/OPGW is given in clause


no. 3.2.19-1k. However it may get changed during
execution as per site requirement. Bidder shall carry
out the installation in the route as finalized by the
employer.
vi). HMI based Energy monitoring system. 1 set

vii). 415V Power Control Centre (PCC) comprising of two 1 set


incomers, one bus coupler, and required outgoing
feeders with 20% spare feeders of each type for
substation auxiliary loads. Incomers, bus coupler &
outgoing feeders shall have MCCBs. PCC shall
receive incoming power from two new station
transformers.

DSP PAGE 2.5 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
The following minimum nos. of MCCBs to be
considered:

a. Incoming & Bus coupler MCCB 630A – 3 nos.


b. O/G MCCB 250A – 3 nos.
c. O/G MCCB 125A rated – 6 nos.
d. O/G MCCB 63A rated – 10 nos.

viii). 110V DC Plante lead acid type Battery, Dual Battery 1 set
charger and DCDB (with 20% spare feeders) for
switchgears & its control.
ix). 230V ACDB with required numbers of outgoing 1 set
feeders & 20% spare feeders.
x). Electrics for Ventilation System. Lot

xi). Illumination system with emergency scheme Lot


including UPS.
xii). Earthing and lightning protection system. Lot

xiii). 11kV FRLSH cables, associated control cables and Lot


termination units as required at Bulk supply
substation as mentioned below:

Incomers from DP/FP structures (located inside &


outside of boundary wall) to proposed 11kV
switchboard with 3C X 400 sq. mm. 11kV Aluminium
XLPE 11kV(UE). For structures outside boundary
wall, proper openings in wall and road crossings
shall be done underground after boring.

Outgoing from proposed 11kV switchboard to


DP/4P structures (located inside & outside of
boundary wall) with 3C X 300 sq. mm Aluminium
XLPE 11kV (U/E). For structures outside boundary
wall, proper openings in wall and road crossings

DSP PAGE 2.6 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
shall be done underground after boring.

Tie line cable from existing incomers 5/6 DP (pole


located outside the boundary wall) through new
isolator to A1/A2 FP structures with 3C X 400 sq.
mm Aluminium XLPE 11kV (U/E) with proper wall
openings and underground laying with road
crossing by boring.

Outgoing from proposed 11kV switchboard to


250kVA station transformer-1 with 3C X 70 sq. mm
Aluminium XLPE 11kV (U/E).

Connection from existing DP/FP structure for


incomers 3/4 to 250kVA station transformer-2
through new isolator with 3C X 70 sq. mm
Aluminium XLPE 11kV (U/E).

Any other cable required shall be suitably selected


during engineering.
xiv). 1.1kV LT FRLSH power cables, associated FRLSH Lot
control cables and termination units as required for
PCC, ACDB etc. at Bulk Supply substation.
xv). LT FRLSH power & control cables for the proposed Lot
substation.
xvi). Cabling job: Lot

Laying (underground and on cable trays), dressing,


jointing & termination of all HT, LT Power, control
and other special cables including preparation of
route, cable support structure, cable racks, GI/ MS
cable trays, GI pipes, GI conduits etc. as required
within the battery limits. Supply & installation of all
cabling related items & accessories is in bidder’s
scope.

Bidder shall lay cables for the feeders using new


underground cable route/ existing cable route/
existing structures/ new structures/ cable trays as
DSP PAGE 2.7 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
required depending upon site condition and as
directed by the employer.
xvii). Necessary arrangement & distribution of power & Lot
control supply (AC & DC) for various panels and all
necessary downstream arrangements for the power
& control.

xviii). Supply and installation of four pole structures 3 sets


complete for termination of 11kV double circuit line
with requisite no. of 13.5m rail poles, civil
foundation, cross arms, disk insulators (11kVx3 for
each), pin insulators (33kV), jumpers, earth pits
(minimum 4 nos. for each structure), interconnection
of earth pits, earthing of all metallic elements, strut
poles/ stay wires, hook up, stringing, binding,
danger board, anti-climbing device, painting.
Replacement of members & bracings for conversion
of DP to FP.
Earthed cradle guard shall be installed below the
overhead conductors & over the proposed gate &
approach road to substation.

xix). Supply, installation of 11kV, 800A, pole mounted 18 sets


gang operated line isolator.

xx). Supply & installation of 11kV Lightning Arrestors 18 sets


pole mounted.

xxi). Supply and Installation of 11 kV/0.433 kV, 250 kVA 2 sets


dry type station transformers (indoor installation)
with cable box & protection cum control panel.

xxii). Technological structures for installation of electrical Lot


equipment.
xxiii). Relay setting and co-ordination. Lot

Supply and installation of following safety items-


xxiv). Lot
a) Rubber mat 11kV grade
b) Fire sand Buckets
c) First aid box
d) Shock treatment chart & Caution Boards.
e) Gas mask
DSP PAGE 2.8 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
f) Earthing rods & Discharge rods
g) Rubber hand gloves
h) One artificial respirator and 2 pairs of dielectric
safety boots
Supply and installation of following tools & tackles- Lot
xxv).
a) 5 KV motorised insulation tester (megger): 1 no.
b) 1 KV hand driven insulation tester (megger): 1 no.
c) Digital multimeter and Tong Tester : 2 no. each
d) Torque wrench, Ring & Box spanner set : 2 sets
e)Tools & tackles as recommended by manufacturer
for operation and maintenance of various
equipment : 3 set
Furniture for control room and office room as Lot
xxvi).
under-
a) Steel File cabinet - 3 Nos.
b) Steel Almirah - 3 Nos.
c) Steel Chairs - 10 Nos
d) Steel Tables -5 nos.
xxvii). Erection accessories for electrical equipment Lot
installation
xxviii). Dismantling of existing 11kV cables, line isolators, Lot
FP/ DP structures, station transformer and carrying
to a distance of 5km for storage/disposal as
directed by employer.
xxix). Relocation of 4 nos. street lighting poles and Lot
underground cables related to street lighting.

Relocation of underground cables as shown in the


“Topographic drawing with underground utility” of
the proposed substation building area provided
with the NIT.
xxx). Total over ground survey of the existing 11kV Lot
overhead lines for the OFC/OPGW cable installation
route & Bulk supply substation 4P/DP structures
area for assessment of job and finding out available
space for conversion of DP to 4P structures and
installing new 4P structures, underground cable
route, relocated position of light poles, and submit
DSP PAGE 2.9 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Sl. Item Qty.
No.
the survey report along with drawing.
xxxi). Obtaining statutory clearances from CEA & others Lot
agencies/bodies, as necessary
xxxii). Training Lot

2.2.2 Location plan of the substation building has been shown in the
attached drawing “Drg No. CET DP 4188 GL0 00 001, R=1.
2.2.3 The scope of work shall also include route planning for new lines, re-
routing/ diversion / protection of existing lines, cables and other
service lines whether over the ground or underground.
2.2.4 Dismantling of any existing equipment, cables, structures, etc. as
required for the successful commissioning of the complete electrical
system shall be in the scope of work.
2.3 UTILITIES
2.3.1 Air Conditioning And Ventilation System
2.3.1.1 For smooth and trouble-free operation of electrical and electronic
equipment, the premises listed below shall be provided with ACVS.
2.3.1.2 Air Conditioning System
The following premises shall be air-conditioned:
 Control room
 Office Room in electrical substation
The type of ventilation system and details of the premises to be
ventilated are as follows:
Sl. Premises Type of ventilation system
No.

1 Switchboard Dry Pressurised Ventilation System with


Room, Cable (1W+1S) Centrifugal fans. The fans shall be
Vault/ Gallery installed in a separate ventilation room at
ground floor. The air shall be distributed by
roof supported ducting network. The room
inside shall have positive pressure of
2mmWC.

DSP PAGE 2.10 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
2 Charger Room Exhaust Ventilation with heavy duty axial
flow fans.
3 Battery Room

4 Store

5 Transformer
Room-2nos.

2.3.1.3 The ventilation system shall be designed to keep premise temperature


at maximum 30C above ambient. The capacity of ventilation system
shall be decided on the basis of heat load or 20 air changes/ hour,
whichever is higher.
The ventilation system consisting of dry pressurized ventilation system
and exhaust ventilation shall be provided as specified in chapter 3.

2.3.2 Fire Fighting Facilities


2.3.2.1 Portable fire extinguishers shall be provided at each room including
cable vault / gallery as first aid firefighting system as per TAC norms.
All the items to be used shall be of Tariff Advisory Committee (TAC)
approved and subject to Employer’s approval in case not included in
the list of TAC.
The fire-fighting system consisting of portable fire extinguishers shall
be provided as specified in chapter 3.0.
2.3.3 Passive Fire Protection System
i) Fire barriers at panel base of minimum 4 hours of fire rating.
ii) Fire sealing for cable openings of not less than minimum 3 hours of
fire rating.
iii) Steel fire doors of minimum 3 hours fire rating at entry and exit of
the cable galleries.
2.4 CIVIL WORKS
2.4.1 Bidder shall consult the soil investigation & survey report (provided
along with the NIT) of the substation area for obtaining the existing
basic parameters of soil & underground/over ground facilities.
2.4.2 The major civil engineering works envisaged broadly include the
following:
2.4.3 Dismantling/Modification

DSP PAGE 2.11 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
1) Dismantling of existing RCC framed building of approximate size
8m X 8m.
2.4.4 New Construction
The major civil engineering works envisaged broadly consists of the
following:
1) Two storied RCC framed Substation building with brick infill of
size as per system and process requirement (12m x 42m x 8.5m
approx.) with all finishes, roof treatment, doors, windows,
ventilators, rolling shutter, handling facilities, PVC overhead water
tank etc. The FFL of the substation ground floor shall be 0.5m
from GL.
2) Providing RCC cable trenches with RCC cover slab/ MS chequered
plate covers as per requirement.
3) Fixing of MS inserts in cable trenches and substation building for
supporting cable trays.
4) Drinking water facility shall be provided inside the substation
building.
5) Construction of toilet blocks inside the new building and shall be
connected to new septic tank and soak pit.
6) Damp proof course shall be provided before erection of brick
walls.
7) Construction of a temporary store building with brick work of
approx. size 8m X 8m.
8) Construction of foundation for new DP/4P structures and strut
poles.
9) Foundation for new over ground cable structures near NH-2, if
required.
10) Supply, fabrication and erection of structural gate over RCC
column.
11) Construction of RCC column and its foundation required for
supporting structural gate.
12) Construction of new road/ RCC pavement from new entry gate to
substation building.
13) Construction of RCC culvert (approximate length 15m) to protect
the underground electric cable below the proposed road
approach to substation building as shown in the “Topographic
drawing with underground utility”.

DSP PAGE 2.12 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
14) Construction of PCC approach road of approx. 60m long to
substation building from existing gate side.
15) Around the buildings, minimum 1000mm wide concrete apron
shall be provided along with RCC drains and connection with
existing drains.
16) Site cleaning, preparation, transfer of benchmarks & geodetic
lines, checking & fixing, aligning of structures, initial and final
cleaning of site after completion of the work.
17) Necessary civil works for earthing.
2.4.5 Civil works such as chipping/cutting of floors for making grooves or
laying pipes / cables, making holes / opening through walls, ceiling or
floors, drilling of holes through steel structures and frames, grouting of
frames, hooks on walls/ceiling, etc. required for execution of electrical
work shall be under bidders scope. After erection, surface shall be
made good by plastering / painting to their original shape and finish.
2.4.6 The scope of bidder shall also include the following-
2.4.6.1 Sampling & testing of construction material on the specimens taken
during execution of the work. The testing shall be performed by a
separate agency, approved by the employer.
2.4.6.2 Necessary protection of sides of excavation pits against failures and
slips, protection of all adjoining foundations, structures and other
facilities.
2.4.6.3 At the end of the construction activities, the site shall be cleared of all
debris and handed over in a neat & tidy manner. The debris shall be
disposed off at allotted sites up to a lead of 5 km.
2.4.6.4 Temporary approach road, site office, storage godowns for
construction materials shall be constructed by the bidder.
2.4.6.5 Supply of all labours, materials, tools, tackles, consumables, painting,
unloading, storage at site, handling with own arrangements etc.
2.5 FIRE DETECTION & ALARM AND TELEPHONE SYSTEM
2.5.1 Microprocessor based Fire Detection and Alarm (FDA) systems shall be
provided in the ground floor and first floor of the substation building.
FDA shall be provided in the switchgear & electrical equipment room,
charger room, battery room, cable vault/gallery, store room and
ventilation room.
2.5.2 Three Nos. of telephone sets shall be installed at office room and
control room and shall be hooked to the existing junction box.
DSP PAGE 2.13 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
2.6 DRAWINGS AND TECHNICAL DOCUMENTS
2.6.1 Following drawings and documents are to be submitted by the bidder
within 30 days of effective date of contract.
1) L-II network.
2) List of drawings with submission schedule.
3) Layout drawing of substation.
4) SLD of proposed 11kV switchboards.
5) RTU communication architecture.
2.6.2 Following documents are to be submitted by the bidder within 60 days
of effective date of contract.
1) Unpriced copy of purchase order of 11kV switch boards.
2) Unpriced copy of purchase order of RTU.
3) Unpriced copy of purchase order of 11kV cables & OFC/OPGW.
2.6.3 The following drawings/ documents shall be submitted by the bidder
after placement of order:-
Discipline Description
Electrical 1) L-II network (To be submitted within 30 days
of effective date of contract)
2) Design calculations for the selection of all
electrical equipment and system including
relay setting etc.
3) Single line diagrams with ratings & three line
diagram of 11kV system & LT distribution.
4) Guaranteed technical particulars along with
datasheet of all equipment and components
to be supplied shall be furnished by the
bidder
5) Detail dimensional general arrangement
drawings showing constructional feature,
cable/ conduit entry, grounding, fixing
arrangement etc. of all items in the scope of
supply
6) For transformer- General arrangement
drawings showing disposition of fittings,
terminal arrangements etc., transport

DSP PAGE 2.14 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Discipline Description

dimensions and weight, space required,


schematics, foundation details, etc. or any
other drawing required for satisfactory
installation, operation and maintenance.
7) RTU schematic & interconnection drawings.
8) Foundation/ mounting detail, load data &
interfacing information of all equipment with
details of loading
9) UPS system drawings
10) Illumination system drawings
11) Earthing system calculation & drawings like
layout, pit/electrode details,
12) Lightening protection drawings like layout of
arrestors, earth mat.
13) FDA system drawings like layout, schematic,
datasheet.
14) Scheme, wiring diagram, configuration, list &
details of components of each equipment.
15) Survey drawings of cable route & pole
structure area.
16) Cable Schedule & Cable layout drawing
along with OPGW. Cable route drawing
including trench, Cable pit/vault at Ground
and First floor.
17) Cable termination plans of all equipment
with terminal block arrangement and
markings
18) Bill of materials, location & technical
specification of items
19) Quality Assurance Plan
20) Operation and maintenance manuals
21) Test certificates
Utilities 1) Heat load calculation for all Ventilation
Premises.

DSP PAGE 2.15 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Discipline Description

2) Data sheet of ventilation system


3) General Layout drawing of ventilation system
4) G.A. drawings and data sheet of tube axial
fan
5) Capacity calculation for air condition system
and exhaust system
Civil 1) General layout of the new facilities / units
2) Excavation drawings as per requirement
3) Foundation plans and sections for building
columns and equipment incorporating
services /utility tunnels, trenches, pipes etc.
including supporting design
documents/calculations alongwith schedule
of inserts and quantities against PCC & RCC.
The design calculations shall include static
design calculations for the all important
structures and foundations subjected to
impact, vibrations etc. induced by equipment
and other external forces. Design work shall
be done either manually or with the help of
STAADPRO software.
4) Building data shall include specifications of
materials, design standard followed, load
data assumed including the loading on roof,
walkways, different floors, bulk material
density, hoist loading, wind and seismic
loading, wind thrusts and vibration
considerations, deflection and type of
flooring & roofing. The loading combinations
and other assumptions made in the design
are to be furnished. Design Criteria indicating
the various assumptions. Loading drawings
indicating superstructure loading, equipment
loading, floor loadings, etc.
5) Comprehensive anchor hole plan along with
complete details of anchor bolts and anchor
pockets for foundation for building columns

DSP PAGE 2.16 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Discipline Description

and equipment etc. including schedule for


bolts and anchor plates.
6) Reinforcement details with bar bending
schedules for all reinforced concrete works
7) Drawings for all types of bolts, inserts,
embedments, covers, miscellaneous steel
works etc.
8) All drawings for masonry work, flooring, floor
finishes, partitions, etc.
9) Underground / over ground storm water
drainage drawings for areas and buildings
within the battery limit.
Manuals 1) Operation Manual
2) Maintenance Manual
3) Erection Manual
2.6.3.1 The drawings/ documents submitted after placement of order shall be
submitted for approval as per SBD Cl. No. 20.3. The drawings of sub-
bidders shall be duly vetted and stamped by the principal bidder
before submission to employer. Bidder shall attend regular meeting at
CET, Durgapur for across the table drawing approval.
2.6.3.2 Drawings shall be submitted in pre-decided and agreed sequence. In
order to expedite the approval of drawings, engineering meeting shall
be routinely held with the bidder at plant/ consultant’s location every 2
to 4 weeks for clearing of drawings across the table and sorting out
issues, if any. These meetings are to be held during the entire
engineering phase of a project.
2.6.3.3 Drawing / document submission methodology:
The bidder shall submit 2 hard copies of the drawing to the consultant
and 3 hard copies to the employer for scrutiny. After scrutiny, the
comments of consultant along with the comments from employer shall
be incorporated in the hard copy and necessary stamping shall be
done by the consultant. Scanned copy of the stamped drawing shall
then be mailed to the bidder by the consultant. After receipt of the
scanned copy of the drawing from consultant through e-mail, the
bidder shall take out 5 prints of the same and out of these, 4 hard

DSP PAGE 2.17 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
copies shall be sent to the employer and 1 hard copy shall be sent to
the consultant.
In case, the drawing is not approved, the bidder shall prepare the
revised drawing, after suitably incorporating the comments given by
employer/ consultant, and submit the same for approval, in 2 hard
copies of the drawing to the consultant and 3 hard copies to the
employer for scrutiny. The above process shall be continued till the
drawing is approved.
After approval and stamping, the consultant shall send the scanned
copy of the approved drawing to the bidder by e-mail. After receipt of
the scanned copy of the drawing from consultant through e-mail, the
bidder shall take out 10 prints of the same and out of these, 8 hard
copies shall be sent to the employer and 2 hard copies shall be sent to
the consultant.
2.6.3.4 Format of bidder drawing list shall have minimum following fields:-
1) Sl. No.
2) Employer drawing No.
3) Bidder drawing No.
4) Name of consortium member
5) Area
6) Drawing/Document Name
7) Category (Approval/Reference)
8) Discipline
9) Stage (BE/DE)
10) Schedule date of submission
11) Remarks
2.6.3.5 Drawing list shall be in excel format. Any additional field, if required,
shall be added after Column 11. In case the drawing has more than one
sheet, employer drawing shall include the sheet number as part of
drawing number.
2.6.3.6 Editable format soft copies (3 sets) on CD/DVD of all “As-Built”
drawings (full set of drawings as per the approved drawing list) and
manufacturing drawings of critical parts, spares and fast wearing parts
shall be supplied by the bidder.
2.6.3.7 In case the proposed plant uses any process, equipment or software
which is covered under any patent and SAIL / DSP is required to have
the relevant user’s license for the same, the scope of work of this

DSP PAGE 2.18 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
tender shall include transferring such licenses to SAIL and indemnifying
SAIL against infringement of any intellectual property rights.
2.7 BATTERY LIMIT

Incoming
Solar Power 11kV Switchboard
Electrical
The battery limit of the bidder for the switchboard starts from
installation of switchboard. Power shall be made available by
employer at the terminals of I/C NSPCL SP-1 & SP-2 from Solar
Power Plant through 11kV power cables.
Bulk Supply 11kV Switchboard
The battery limit of the bidder for the switchboard starts from
tapping of 11kV power from the incoming at existing 11kV FP
structures through 11kV power cables.
Bulk Supply Station Transformer
The battery limit of the bidder for the transformer-2 starts
from tapping of 11kV power from the incoming at existing
11kV FP structures through 11kV power cables.
Remote Telemetry Unit at proposed substation
The battery limit of Bidder for the RTU starts from Islanding
servers of MRS inside Durgapur Steel Plant.

Water Tapping of water for internal water supply in new substation


Supply shall be within 100m from the proposed site.

Outgoing
The battery limits of the bidder for evacuation of 11kV
Electrical
from new 11kV switch board.
1. Existing 11kV overhead lines in the FP/DP structures.
Connection between all outgoing feeders of new 11kV
switch board to existing /new individual 11kV feeder
FP/DP structure through power cables.

2.8 EMPLOYER’S OBLIGATION


2.8.1 Construction water and power shall be provided to the bidder as per
SBD Cl. No. 20.4.2 and 20.4.3.
2.8.2 Site for storing the equipment/material within a reasonable distance
from the proposed installation. However, construction of temporary
DSP PAGE 2.19 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
sheds/ barricades for the temporary store, site office as well as safety
and security of equipment shall be in the bidder's scope
2.9 TRAINING
The bidder shall make arrangement for training of employer’s and
consultant’s personnel in the area of operation & maintenance of
equipment under the scope of work.
1. Manufacturer’s premises in India for 30 man-days
2. On-site for 30 man-days

DSP PAGE 2.20 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
3 TECHNICAL SPECIFICATION
3.1 GENERAL
3.1.1 Climatic Conditions:

Climate Tropical & humid


Barometric pressure 1001 mbar (abs)
Temperature Absolute Max. 46.1oC
Absolute Min. 8.2oC.
Average elevation 75 m above MSL
Atmospheric conditions Dust Laden
3.1.2 Design Ambient Conditions

Barometric pressure 1kgf/cm2 (abs)


Temperature Max. 55oC for outdoor equipment
Max 50oC for indoor equipment
Relative humidity 100% max

Maximum temperature and maximum humidity shall not occur


simultaneously.
3.1.3 Wind Speed
Basic wind speed value as per definition of IS 875 (Part3): 1987 may be
considered as 5.3kmph.
3.1.4 Design Condition For Input Parameters
Design condition for switch yard equipment, transformers, HT switch
board etc. shall be as given in clause No. 3.2.1 of this specification.
3.1.5 Railway Station
The nearest railway station is at Durgapur in South-Eastern railway
about 158 km from Kolkata. The site is about 12 km from Durgapur
Railway Station.
3.1.6 Air Port
The nearest airport is at Kolkata, which is about 180 km from the plant.
3.1.7 Road
The site is located adjacent to the G.T. Road (NH-2).
3.1.8 Communication

DSP PAGE 3.1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Postal, courier, telephone, fax, e-mail, Internet facilities are available in
Durgapur.
3.2 ELECTRICAL
3.2.1 System Voltage and System Earthing
3.2.1.1 The following are the site conditions and system design parameters
suiting which the entire “electrical system” shall be designed unless
otherwise specifically mentioned in the clauses of the TS against the
respective equipment.
Power Supply System Voltages
a) HT 11kV (+10%), 3 phase, 50 Hz (+5%),
resistance earthing, 40 kA for 3 sec.
b) LT 415V (+ 10%), 3 phase, 50 Hz (+5% ), solidly
grounded, 50kA for 1 second
c) DC control and 110V DC (for 11kV HT switchboard)
signal voltage

d) AC control and 230V AC


signal voltage

The equipment shall be designed in such a manner that the system


performance is not affected under the variation of power supply
system stated above.
All equipment shall be dust, vermin and weather proof design and
suitable for industrial area.
Safe clearances for the buildings and equipment shall be as per Indian
Electricity Rules and sectional clearances shall be as per CBIP
stipulations.
All equipment shall be suitable for continuous operation delivering
rated output without exceeding permissible temperature rise.
All the electrical equipment shall be derated for 50oC ambient
temperature for indoor equipment and 55oC ambient temperature for
outdoor equipment.
All the equipment and system shall be designed considering the
seismic zone.
3.2.2 Standards & Stipulations
3.2.2.1 The electrical equipment/ items shall be designed, manufactured,
installed and tested in accordance with latest IS/ IPSS/ IEC, as
applicable to respective equipment.
DSP PAGE 3.2 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
3.2.2.2 All electrical equipment and installations shall conform to the latest
IEC, IS codes, CBIP guidelines and DGMS stipulations for installation
and maintenance wherever applicable. In case of any conflict between
DGMS stipulation and specification mentioned in the TS, DGMS
stipulation shall prevail.
3.2.2.3 All equipment/ items shall generally comply with the latest revision of
the following:
1. Indian Electricity Rules, 1956 (latest revision)
2. Indian Electricity Act, 1910 (latest revision)
3.2.2.4 All equipment/ items shall also comply with the statutory requirements
of the Government of India and the Government of West Bengal.
3.2.2.5 The bidder shall follow the safety rules of Durgapur Steel Plant (DSP)
and shall take clearance from employer or the authorised person of the
employer before starting the work.
3.2.2.6 Design and selection of equipment/ items shall be done taking into
consideration of easy inspection, testing, maintenance, cleaning etc to
be carried out at site without disrupting process or taking prolonged
shutdowns.

3.2.3 Brief Description of the Electrical System

3.2.3.1 Existing System


Durgapur Steel Township is presently receiving power from Bulk
Supply Substation which is fed from Punabad Substation of DSP at
11kV level. Peak demand of power in township is presently about
26MVA. There are eight 11kV feeders from Punabad Substation to
Bulk Supply Substation in township. Out of eight feeders, one feeder
(No. 2) is meant exclusively for Water Treatment Plant while other
seven feeders (No. 1, 3, 4, 5, 6, 7 & 8) are catering Bulk Supply
Substation. From Bulk Supply Substation, power is further distributed
to different substations of Township at 11kV level and subsequently at
415V level.

3.2.3.2 Proposed System


i) A new 11kV switchboard with supervisory panel is proposed to be
installed in a new two storied substation building inside bulk
supply substation premises. The tentative plan & equipment
layout of the Substation building is given in drg. no. CET DP
4188 GL0 00 001, R=1 & CET DP 4188 EE6 00 001, R=1.

DSP PAGE 3.3 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
ii) The substation shall also house battery bank, battery charger,
DCDB, ACDB, Power Control Centre (415V). The ground floor shall
contain the cable gallery while first floor shall contain the
switchgear panels.
iii) In near future, DSP Township is also planning to receive power at
11kV from Solar Power Plant for which necessary provisions are
included in this project.
iv) Incoming and outgoing cables of the switchboard shall be
connected to the Four Pole/Double Pole (FP/DP) structures after
replacing the gang operated pole mounted isolators and cables.
Three nos. new FP structures shall be installed for the incoming
overhead feeders. The cables shall be laid on cable trays inside
substation & buried underground inside the substation premises.
3.2.4 Lightning Arrestors (pole mounted)
3.2.4.1 Technical Particulars of Lightning Arrestors
i) Type Gapless
distribution
class
ii) Nominal system voltage 11kV
iii) Maximum system voltage 12kV
iv) System Fault level 40kA
v) Rated voltage 12kV
vi) Frequency 50 Hz + 5 %
vii) Long Duration Discharge class Distribution
class
viii) Max Continuous operating 10.2 kV
voltage
ix) Nominal discharge current 5 kA
x) Energy discharge 0.9
capability(kJ/kV)
xi) Lightning impulse withstand 95kV peak
voltage of arrestor housing dry
xii) Lightning Impulse residual 40kV
voltage (8/20 micro-sec) @ 5kAP
xiii) Steep current impulse residual 42 kV
voltage (1/20 micro-sec ) @5kAP

DSP PAGE 3.4 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
xiv) High current impulse withstand 65 kA
at 4/10 micro-sec
xv) RIV/Partial discharge when 1000 micro-
energized at 1.05 times volt/ less than
continuous operating voltage 500 pico-
coulomb
xvi) Temporary overvoltage capacity 13.5kV
for 1.0 sec
xvii) Minimum creepage distance 31mm/kV
xviii) Installation Outdoor on
structures
3.2.5 11kV Hardware & Insulators (pole mounted)

3.2.5.1 All the steel members like bolts, nuts, fittings, clamps, dampers shall be
hot dip galvanized except spring washers, which shall be electro-
galvanized. All insulators shall be porcelain insulators and shall be
suitable for heavily polluted atmosphere, high dust environment, and
shall be able to withstand the duty requirement of the related
equipment. Porcelain shall be homogeneous, free from any
laminations, cavities, flaws or imperfections and shall be thoroughly
vitreous. Individual disc insulators as well as complete insulator string
for supporting conductors shall be designed, manufactured and tested
as per IS 731:1971 and IS 3188:1980. All fittings and accessories shall
conform to IS 2486: Part 1, Part 2, Part 3, Part 4 : 1993, 1989, 1974,
1981. Insulators shall be of ball and socket type. The socket shall be
malleable cast iron and the pin shall be of steel. After machining is
completed, the balls and sockets shall be hot dip galvanized. Individual
units of each string shall be identical and interchangeable.

3.2.5.2 All clamps, connectors, nuts, bolts, washers and other accessories shall
be similar to the existing system. Bidder shall submit the details and
drawings for all accessories for Employer’s approval. All clamps,
connectors, nuts, bolts shall be made of hot dip galvanized MS.

3.2.5.3 Suitable automatic (self-gripping) clamps and dynamometer required


for stringing different line conductors and ground wire shall be used.

3.2.5.4 Three nos. of 11kV disc insulators to be considered for each section of
outdoor installation with a view to providing 33kV grading of
insulation.

DSP PAGE 3.5 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
3.2.5.5 All metal supports of overhead lines and metallic fitting attached shall
be permanently and effectively earthed.

3.2.5.6 Cradle guard shall be made of 6 SWG GI wire confirming to IS 2633:


1986 including netting, stretching and jointing of cage and lacing by
10/12 SWG GI wire, binding by 14/16 SWG GI wire.

3.2.5.7 Technical Particulars of the disc insulators:


Sl. Description Guaranteed Values
No. etc.
1 Type of Insulator : Ball & Socket Type
Disc
Insulator(Type”B”)
2 Standard : IS 2486:Part 2:1989
3 Electrical Characteristics of
Insulators-
a) Nominal System Voltage kV 11
b) Highest System Voltage kV 12
c) Visible discharge Test kV 9
Voltage
d) Dry 1 min. Power kV 70
Frequency Withstand
Voltage
e) Wet 1 min. Power kV 40
Frequency Withstand
Voltage
f) Power Frequency puncture kV 110
Withstand Voltage
g) Impulse (1.2/50 :
microsecond wave)
Withstand Voltage
i) Positive kVP 110
ii) Negative kVP 120
h) Impulse Flashover (1.2/50 :
microsecond wave)
Withstand Voltage
i) Positive kVP 115
ii) Negative kVP 120
i) Dry Power Frequency kV 75
Flashover Voltage
j) Wet Power Frequency kV 45

DSP PAGE 3.6 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Flashover Voltage
k) Maximum RIV at 10kV Micr 50
(rms) ovol
t
4 Mechanical Characteristics :
of Insulators
a) Minimum Falling Load KN 70
5 Minimum Creepage Distance :
a) Total mm 320
b) Protected mm 160
6 Size of Insulators :
a) Height mm 145
b) Overall Outer Diameter mm 255
7 Colour of Glaze Brown
8 Weight per unit(approx.) Kg 5.0
9 Standard Specification according IS 731:1971 &
to which porcelain Insulator shall IEC:60383
be manufactured & tested
10 Tolerance in dimensions, if any As per IS

3.2.5.8 Technical Particulars of 33kV Pin Insulators


Sl. Description Guaranteed Values
No. etc.
1 Electrical Characteristics of
Insulators-
a) Nominal System Voltage kV 33
b) Highest System Voltage kV 36
c) Minimum Visible kV 27
Discharge Test Voltage
d) Dry 1 min. Power kV 95
Frequency Withstand
Voltage
e) Wet 1 min. Power kV 75
Frequency Withstand
Voltage
f) Power Frequency kV 180
puncture Withstand
Voltage
g) Impulse (1.2/50 :
microsecond wave)
Withstand Voltage
DSP PAGE 3.7 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
iii) Positive kVP 170
iv) Negative kVP 170
h) Impulse Flashover (1.2/50 :
microsecond wave)
Withstand Voltage
ii) Positive kVP 190
iii) Negative kVP 200
i) Dry Power Frequency kV 105
Flashover Voltage
j) Wet Power Frequency kV 80
Flashover Voltage
2 Colour of Glaze Brown
3 Creepage Distance(Minimum) :
c) Total mm 580
d) Protected mm 290
4 Minimum Falling Load KN 10
5 Size of Insulators :
a) Outer Diameter mm 280
b) Height mm 203
6 Material of Thimble : Lead
7 Size of Thimble : Large Lead as per IS
2486:Pt. 2:1989
8 Net Weight (Approx.) Kg 6.6
9 Standard to which : IS 731:1971
Insulator shall conform
10 Tolerance in dimensions, if : As per IS 731:1971
any

3.2.6 11kV Isolators/ Disconnecting Switches (pole mounted)


11kV, 3 phase outdoor gang operated, air break, post type Rocking
Isolator having 9 Nos. 11 kV post Insulator set with a total height of
254mm, Basic insulation level (BIL) 90 KVP ( Kilo volt peak), creepage
distance 330/ 320mm, PCD 57mm mounted on MS galvanized channel
with all accessories like copper contact, MS arcing horn, GI operating
pipe with handle cast GM moving blade, phase coupling, aluminium/
gun metal terminal pad, 3 nos. brass socket & fixing hole, phosphor
bronze leaf spring, copper braided tape and tiger/ dog integral type
aluminium connector fixed with GI fasteners and current carrying
components by SS fasteners. All ferrous components shall be hot dip
galvanized and non-ferrous components shall be electroplated,
conforming to IS.

DSP PAGE 3.8 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
3.2.6.1 Technical Particulars of Isolator
Sl. No. Description Particulars

1 Standards to which the equipment IS/IEC 62271 : Part 102 : 


confirms 2003

2 Frequency(Hz) 50Hz

3 Rated voltage(kV rms) 11kV

4 Maximum design voltage at which 12kV


the Isolators can operate(kV rms)
5 Continuous current rating (Amp. 800A
Rms)
6 Rated short time current
i) For 3 sec.(kV rms) 16kA
ii) Rated peak short time 40kA
current(kA peak)
7 Current density at the min. cross
section of (Amp./ sq. mm)
i) Moving blades 2.25A
ii) Terminal pad 1.7A
iii) Contacts 2.25A

8 Derating factor for specified site To be considered


conditions
9 Insulation levels
i) Dry impulse withstand
voltage (kV peak)
ii) Phase to earth 75kV
iii) Isolating distance 85kV
iv) Wet power freq. withstand
voltage(kV rms)
v) Phase to earth 28kV
vi) Isolating distance 32kV
Min. clearance in air (mm)
i) Center to center distance 800mm
between poles
ii) Between live parts & earth 254mm

DSP PAGE 3.9 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
iii) Between poles on one 600mm
phase
10 Design & construction
i) No. of insulators per pole 3 Nos.
ii) No. of break per pole Single
iii) Type of opening/ closing Manual
mechanism
iv) Contacts (Type) Link type
v) Materials & grade Copper
vi) Thickness of silver plating 5-10 micron
on contact surface
vii) Effective cross sectional area To be mentioned
(Sq. mm.)
viii) Main switch 150 Sq. mm. (Two in
parallel)
ix) No. of operations the 1000 (min)
Isolator can make
without deterioration of
contacts.

3.2.7 250kVA, 11kV/0.433kV Dry Type Transformer

3.2.7.1 Standards and codes


IS 11171 :1985/IEC 60727 - Dry type transformer
IS 2026 – Power transformer
IS 2705 - Current transformer (PS class)
IS 2099 : 1986 - Bushing for alternating voltage above 1000V
IS 1271: 2012/IEC 60085 - Thermal evaluation & designation of
electrical insulation
IS 3639 : 1966 - Fittings and accessories
IS 2026 : Part 10 : 2009/IEC 60076-10 : Measurement of transformer
and reactor sound level

3.2.7.2 General requirements


 The dry type cast resin transformers shall be AN (air natural)
cooled.
 The core shall be made out of high grade, low loss cold grain
oriented (CRGO) silicon steel laminations. The core shall be
painted and insulated with suitable resin to protect it against
corrosion. The laminations shall be free from burrs and sharp
projections. The core shall be earthed as per relevant standards.

DSP PAGE 3.10 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 The yoke laminations shall be interleaved and carefully assembled
to avoid air-gaps in the magnetic circuit.
 The insulation structure in between core to bolts and core to
clamp plates shall withstand a minimum voltage of 2500V for one
min.
 The design of magnetic circuit shall be such as to avoid static
discharges, development of short circuit paths within itself or to
earthed clamping structure,
 The core clamping structure shall be designed to minimize eddy
current losses.
 Cu-ETP grade copper conductor shall be used for HV and LV
windings. Voltage surges shall have uniform distribution.
 The winding shall be provided with class-F epoxy resin cast
insulation with high tensile and dielectric strength. The epoxy
resin insulation system shall be fibre glass strengthened.
 The resin for insulation shall be non-hygroscopic, non-
inflammable, self-extinguishing, void free and suitable for tropical
climate with 100% relative humidity.
 The transformer shall be able to withstand short circuits as well as
switching and lightning/ atmospheric impulse voltages as
specified in BIS. The leads and connections shall be shall be
mechanically strong and adequately brazed.
 Cast coils shall be inserted on to the core limbs. Resin cast spacer
blocks, end blocks and separators shall be used as required.
 Single point earthing shall be used for magnetic circuit. The frame
work and clamping arrangements of core and coil shall be
securely earthed by copper strip connection to the main frame
and enclosure. Two earthing terminals suitable for 75x10 mm GI
strip shall be provided on frame for enclosure earthing.
 Off circuit tap changing link shall be provided with total tapping
range of +10% to -10% in steps of 2.5% on HV side. The
transformer shall be capable of delivering rated output at any tap
without damage.
 Terminal boxes shall be suitable for connecting 33kV XLPE
insulated armoured cables of requite nos. through crimping lugs
and heat shrinkable sleeves or moulded cast resin push on type
terminations. Suitable undrilled gland plate shall be shall be
provided for terminating HV cables. HV terminals shall be
DSP PAGE 3.11 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
extended up to the cable terminals and the bus bars shall be
located at a convenient height. The cable entry shall be from the
bottom. The winding delta formation in HV side shall be done.
 The LV side terminals and LV terminal box shall be suitable for
sandwich bus duct connection with flexible conductors. Earthing
stud shall be provided on LV termination box. The winding star
connection shall be done.
 All support insulators (porcelain or epoxy cast resin) shall be
designed and tested to comply with relevant standard.
 CT for REF shall be epoxy cast resin casted under vacuum and
class F. CT secondary leads shall be brought to marshalling box.
 Two nos. PT100 sensors shall be provided for multichannel digital
WTI. WTI scanner shall have remote PC communication facility.
 Marshalling box, weather proof shall be mounted on transformer
housing. All contacts for alarm, trip and indication shall be
potential free and brought to the box to separate terminals. MCB
shall be provided for protection.
 The core and coil assembly shall have CRCA sheet steel enclosure.
The frame shall be not less than 3.0mm for structural members
and 2.0mm for all doors/ covers etc. Double coat of corrosion
resistant paint and two coats of enamel/powder paint shall be
applied.
 The transformer shall be provided with all requite fittings and
accessories like terminals, rating plate, name plate, danger plates,
earth terminals, two nos. lifting lugs, channels, bi-directional
rollers, marshalling box, neutral earth terminal, Pt100 RTD with
WTI, off circuit tap links etc.
 The transformer shall be designed for 110% continuous over
fluxing withstand capability.
 The neutral terminal of the winding shall be designed for the
highest over current that can flow through this winding.
 The noise level shall not exceed 66dB measured in accordance to
NEMA TR-1 or IEC 60076-10 standard.
 The apparent charge limit shall be 20pC during partial discharge
as per IS 11171.
 The transformer shall be suitable for VCB switching.

DSP PAGE 3.12 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 All routine tests shall be carried out as per IS 11171 & IS 2026.
The special and type test reports of similar transformer shall be
submitted.

3.2.7.3 Technical particulars


a) rating 250kVA
b) Frequency 50Hz +3%, -6%
c) No. of phases 3
d) Rated voltage HV: 11kV, LV: 415V
e) Winding To be provided
f) Vector group DY11
g) Maximum ambient temp. 50oC
h) Service Indoor
i) Other service condition As per IS 11171 & IS 2026
j) Insulation class Class F (minimum)
k) Allowable max. temp. rise 90oC
(including ambient)
o) Tapping +10% to -10% in steps of
2.5% on HV side through off
circuit tap links.
p) Impedance % at principle tap To be provided
q) Type of cooling AN
r) Terminal arrangement HV: 3 core, 11kV XLPE cable
LV: 3.5 core, 1.1kV XLPE
cable
s) Sound level Not more than 66dB
t) System voltage As per clause 3.2.1
u) System earthing Solidly grounded neutral
v) Transformer fault level Shall be indicated
3.2.8 11 kV Switchgear
3.2.8.1 The 11 kV breaker Cubicles shall be totally enclosed dust and vermin
proof, sheet metal clad, floor mounted, free standing, indoor type and
shall house circuit breakers, bus bars, control equipment, heat

DSP PAGE 3.13 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
shrinkable cable termination, current transformers, potential
transformers, instruments, relays, annunciation system and other
accessories. This factory assembled HT switchboard shall be with fully
draw out type breaker carriage, compartmentalized design with
pressed sheet steel (thickness not less than 2.0 mm) and with IP-4X
class of enclosure. For each of the incoming, outgoing and sectionalize
cubicles, tie cubicles, the cable connection, HT Bus bars and all low
voltage control devices shall be housed in separate chambers. These
chambers shall be necessarily isolated from that for main circuit
breaker chamber and shall be suitably earthed to offer better safety
and protection of working personnel. All doors other than cable
chamber shall be of hinged and lockable type with suitable gaskets at
all joints and the cable chamber shall be fixed with nuts and bolts.
Gaskets shall be provided for cable chamber. Two separate earthing
terminals shall be provided for HT cubicles. The cubicles shall be
provided with metallic automatic safety shutters, which cover
automatically the isolating contacts when circuit breaker is withdrawn
from service position. The switch board design shall have following
features:
1. Permit extension on both sides.
2. Dummy panel at the 11 KV switchboards shall have facility for bus
link arrangement with draw out facility.
3. Provide for segregation of all low voltage auxiliary control devices
by earthed metallic barriers.
4. Provide for requisite electrical safe clearances among live parts
and between live parts to earth.
5. Provide for interchangeability of corresponding parts.
6. All the HT rear covers shall have suitable arrangement for
operation and maintenance ease.
7. Ventilation openings shall be provided where essential and shall
have suitable screen protection.
8. All insulators & bushing attached to 11kV bus bars shall be of
11kV grade.
3.2.8.2 Technical Parameters of the HT Switchgears
1 Normal system voltage 11 kV
2 Maximum system voltage 12 kV
3 System Frequency 50 Hz +5%
5 Degree of enclosure protection IP 4X
DSP PAGE 3.14 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
7 Standard to be followed IS/IEC 62271
8 Rated short circuit breaking capacity 40 kA for 3 sec
10 Making capacity (peak) 100kA
11 Rated insulation level
a) Power frequency withstand voltage for 28 kV (routine)
1 minute (RMS)
b) Impulse withstand voltage (Peak) 75kV peak
1.2/50 µS
12 Type of Circuit Breaker Vacuum circuit
breaker
13 Location Indoor, floor
mounted
14 No. of poles 3
15 No. of breaks/pole 1
17 Operating voltages for:
a) Spring charging 230 V AC
b) Closing & Tripping 110 V DC
c) Indications/ annunciation 110 V DC
18 Permissible opt. Voltage for 70% to 110%
Closing nominal
Tripping 65% to 110%
Spring charging nominal
80% to 110%
nominal
19 Min. size of earth bus bar 75 mm x 8 mm
Supporting
calculation to be
furnished by
bidder.
20 Termination 11kV (UE) XLPE
cables of suitable
size & runs shall be
considered.
21 Internal Arc withstand capacity 40 KA for 1sec
22 Surge suppressors Shall be
Provided for all
VCBs
Functional requirement and parameters of equipment specification as
per CTS (Compliance Test Specification) only. Detail parameters shall be
finalized during engineering stage based on IS/IEC guidelines,
manufacturer’s standard and availability from acceptable makes.

DSP PAGE 3.15 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
i) Protection and metering requirement for 11 kV breaker cubicle
Sl. No. Name of Common meters & Protection
feeder relays
1. Incomers Analogue Ammeter of Composite IDMTL
appropriate range with overcurrent relay with
selector switch, instantaneous high
multifunction meter, set unit, earth fault
close/ Trip circuit protection.
supervision relay, with REF & Standby earth
lamp, high speed master fault protection along
trip relay, aux. relay DC with inter trip.
Local breaker backup
operated aux. relay and
protection.
locking relay as
Check synchronizing
required.
Relay.
Voltmeter with S/S,
Directional elements
Transducers and aux.
shall be considered.
Relays for interfacing
with RTU, 12
window annunciator,
multifunction meter
(MFM compatible with
online energy
monitoring system &
RTU)
2. Bus Ammeter of appropriate Composite IDMTL
Sectionaliser range and close/ Trip overcurrent relay with
circuit supervision relay, instantaneous high
with lamp, high speed set unit, earth fault
master trip relay, aux. protection. Local
relay DC operated aux. breaker backup
relay and locking relay protection.
as required, Check synchronizing
Relay.
multifunction meter
Directional elements
(MFM compatible with
shall be considered.
online energy
monitoring system &
RTU)

3 Transformer Analogue Ammeter of Composite IDMTL


feeders appropriate range with overcurrent relay with
selector switch, close/ instantaneous high
Trip circuit supervision set unit, earth fault
DSP PAGE 3.16 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
relay, with lamp, high- protection. Local
speed master trip relay, breaker backup
aux. relay DC operated protection.
aux. relay and locking Check synchronizing
relay as required. Relay.
Transducers and aux. Directional elements
Relays for interfacing shall be considered.
with RTU, 12 window
annunciator,
multifunction meter,
aux, relays/contactor for
interlocking etc.
(MFM compatible with
online energy
monitoring system &
RTU)
Interconnect Ammeter of appropriate Composite IDMTL over
-or feeders range with selector current relay with
switch, close/Trip circuit instantaneous high
supervision relay, with set unit, earth fault
lamp, high-speed master protection. Local
trip relay, aux. relay DC breaker backup
operated aux. relay and protection.
locking relay as required. Directional elements
Transducers(If required) shall be considered.
and aux. Relays (If
required) for interfacing Any other protection
with RTU, 12 window required for the solar
annunciator , power plant
multifunction meter, aux, interconnectors shall be
relays/contactor for worked out in
interlocking etc. engineering stage.
(MFM compatible with
online energy
monitoring system &
RTU)
4. 11 kV Bus Voltmeter with selector Composite Numerical
PTs switch (six position Fuse failure relay, Under
switch) to read phase and voltage protection with
line voltage, provision for time delay relay, neutral
PT supply for RTU, 12 displacement relay,
window annunciator Auto changeover (ACS)
provision with under

DSP PAGE 3.17 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
voltage relays

Note:
1) Multi pole version of auxiliary relays with flags and timers as
required shall be considered for protection of Transformer
feeders incorporating the following features.
 Audio & visual Indication on temp. rise of oil & winding, over
load signal (CT operated)
 Tripping of the CB on temp. rise of winding
2) 11 kV PT and 11 kV CT shall be provided with each circuit
breakers. Dedicated PT & CT shall be considered for 2
interconnectors from solar power plant
3) Bipolar transducers (MW) shall be considered for 2
interconnectors from solar power plant and all the 7
interconnectors from Punabad.
4) Unipolar transducers (MVAR, current, voltage) shall be considered
for 2 interconnectors from solar power plant.
5) 20% spare or minimum one (whichever is more) shall be considered
of all types of meter, relay & transducer.
6) All components in each panel as detailed & elaborated in the TS.
7) Suitable arrangements for termination of required no. of cables in
the panels shall be finalized during engineering stage. If
necessary, dummy chambers shall be provided.
ii) General Features of HT Circuit Breakers
a. HT circuit breakers envisaged in the specification shall be
designed to control and protect the power distribution system.
The circuit breaker shall conform to IS/IEC-62271.
b. The circuit breaker shall be maintenance free and shall have
adequate capacity, insulation and mechanical strength to
withstand.
 In-rush magnetizing currents of transformers
 Starting currents of drives
 Transient surges developed during various abnormal
operating conditions
 All electro-dynamic stresses developed during abnormalities
like faults in the system.
DSP PAGE 3.18 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
 Frequent start/stop duty of the industrial load. Normally, 2
(two) quick succession cold starts and one restart from hot
condition or 3 starts per hour shall be considered for design
duty.
c. All circuit breakers shall be of draw-out type construction, with
separate lockable doors over their compartment. All secondary
connections between the fixed and moving portions of the
equipment shall be provided with positive pressure contacts
without any possibility of loose connections. The circuit breakers
shall be fitted with necessary safety mechanical interlocks against:
 Disconnection/loose connection of breaker trolley from
“service” position due to electro dynamic stress under short
circuit conditions.
 Insertion or withdrawal of mobile Trolley when circuit
breaker is closed.
 Probability of closing operation with the trolley in an
intermediate position other than service / test.
 Insertion of breaker carriage with control and protection
plugs disengaged.
 Withdrawal of “truck-past-the-isolated-position” with
control plug sockets ON – However, additional flexible
jumper with plug and socket shall be provided to facilitate
testing of the breaker outside the panel.
 Suitable sizes of channels are to be grouted in front of each
HT cubicle for smooth racking in and racking out of breakers
d. The moving carriage of circuit breaker, which shall also carry jaw
contacts, shall be provided with earthing contacts continuously so
that the breaker remains positively earthed in “service” position
and during withdrawal operation “Test” position. The breaker
shall have anti-pumping features.
e. All circuit breakers shall have three operational positions, such as
“Service” “Test” and “Draw-out” position. It shall be possible to
achieve all the above three positions with cassettes front door
closed. Mechanical indicators for all three positions shall be
provided. The circuit breakers shall carry a single break per pole,
which shall be identical with the other 2 pole chambers of the
breaker. Simultaneous closing of the three poles of a breaker on a

DSP PAGE 3.19 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
single closing command shall be ensured. All circuit breakers shall
preferably be interchangeable.
f. The HT Breaker shall be provided with electrical and mechanical
trip free features and an emergency mechanical push to trip the
breaker. All the features of the equipment shall ensure complete
safety of the operation and shall be complete with approved
safety devices to protect against potential hazards to operating
personnel or to the equipment around. The design shall include
all reasonable precautions and provisions for the safety.
g. All HT Breakers shall be provided with at least 8 potential free
Aux. contacts to be used by Employer for their
interlocking/signaling purposes. Contact arrangement may be 6
NO + 6 NC and these shall be rated for 10 amp current duty on
the control and auxiliary voltages (both AC & DC). Further, the
following features shall be ensured in each HT switch board:
h. Control plugs provided shall be mounted in horizontal fashion.
i. All supporting insulators shall have increased creepage distance
as per IS and shall suit highly polluted atmosphere of steel
industry.
3.2.8.3 Bus Bars
1) The Power Bus Bars of HT switch board shall be made of high
conductivity, electrolytic copper of purity 99.9% as per IS
613:2000 in rectangular sections.
2) The continuous current rating of main power bus bar and the
short time current rating of bus bars shall be as indicated in the
SLD.
3) Horizontal and vertical bus bar shall be designed manufactured
and supported to withstand thermal and dynamic stress
corresponding to rated short time and peak withstand current as
specified above.
4) Bus bar arrangement shall be as per IS 5578:1985 & IS
11353:1985 /latest IEC. Bus bar shall be sleeved with proper grade
of insulating sleeves and of proper colour code for each phase.
All joints and connecting terminals shall be tinned.
5) Bus bar shall be housed in a separate bus bar chamber with
adequate air clearance and bushing. The insulators/ bushing shall
be cast resin type to offer higher mechanical strength, during
short circuit fault.

DSP PAGE 3.20 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
6) The clearance between bus bars shall be maintained as per
standard. The bus bar chamber shall be provided with detachable
side covers for regular maintenance and inspection and have
provision of extension on both sides.
7) All HT Insulators and Bushings particularly connected with bus
bar chamber shall be of totally non-hygroscopic & corrosion
resistant material.
3.2.8.4 Current Transformers (CT)
1) Number of cores for the CTs shall be based on the protection
scheme. In general, 4 core CTs shall be provided with PS cores
wherever differential protection scheme is applicable. For the
solar power plant interconnectors, dedicated CT having provision
for 0.2S class CT core to be kept for connecting to employer’s
standby tariff energy meter connection. CTs shall be employed
for measuring instruments and automatic tripping of circuit
breakers on over load, short circuit protection, earth fault
protection, differential protection. For providing any remote
ammeter connection, ICTs to be provided. The CT shall be cast
resin insulated type of high mechanical strength. The CT shall
have bar primary and wound secondary. These CTs shall have
minimum burden of 15 VA and a shorting link on secondary side
to facilitate isolation of metering devices without opening circuit.
CTs shall be mounted on outgoing side of breakers with easy
accessibility for maintenance i.e. load side of feeder breakers and
line side of incomer breakers. CT secondary terminals shall be
accessible from the back of the panel. Class of accuracy for
protection shall be 5P20 while class 1.0 shall be used for
metering. Earthing of CT circuit shall be provided with proper
colour coding inside the relay chamber. CT wires shall be properly
glass sleeved. CT shall conform to IS 2705:1992 with its latest
amendments. Ratio of current transformers shall be finalized
during DE stage.
2) The differential protection CTs for the transformers and CTs for
REF protection of 11 kV incomers shall be of P.S. class. These CTs
shall match in their magnetizing characteristics and suit the
protection of transformer. Short time rating of these differential
CTs shall be 40 KA for 1 second and the insulation grade shall be
suitable for respective voltages. These differential CTs shall
operate in the zone from 25% to 75% of knee point voltage. The
differential protection scheme of power transformers shall be

DSP PAGE 3.21 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
submitted for approval of the employer by the bidder prior to
manufacture
3.2.8.5 Potential Transformers (PT)
1) Three (3) Nos. single phase units of 11 kV/ ・3 - 110 V/・3 - 110
V/3) PTs shall be mounted on a carriage for bus PT. Line PTs at
the 11kV incomer cubicles shall be provided. HRC Fuse protection
of adequate rating shall be provided on HT side and LT side MCB
along with HRC fuse of appropriate rating shall be used. Accuracy
class of PT shall be 1.0. For the solar power plant interconnectors,
dedicated PT having provision for 0.2S class PT core to be kept
for connecting to employer’s standby tariff energy meter
connection. The primary and secondary of these potential
transformers shall be Star connected and shall be used for all
protection purposes (like under voltage protection etc.), for
measuring bus voltages and for other meters viz. energy meters
etc. PTs shall conform to IS 3156 (part 1 to 4);1992 with its latest
amendments.
2) PTs shall be provided with voltmeter, with selector switch for
measuring phase to phase and phase to earth voltages.
3.2.8.6 Protective Relays
i. All protective relays shall be state-of-the art numerical relays. The
numerical relays shall have built in self supervision system with
auto diagnosis feature. Relays shall be provided such that each
relay shall have multiple protection features in a single relay
(composite type) to the extent possible. Relays shall have IEC
61850/ Modbus protocol and shall have provision for connectivity
to the RTU system. Relays shall be mounted on top front chamber
of CB. Relays in dust and vermin proof enclosure. The relays
should have following minimum features:
 Provision of recording and display of setting values,
measured values, recorded fault parameters etc.
 Key pad for browsing and setting the relay menu
 High immunity to electrical interference
 Improved system reliability through built in self diagnostic /
monitoring and system supervision.
 DMT & IDMT curves as per IEC.
 Communication capacity for exchange of Data.

DSP PAGE 3.22 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 LED indication and programmable LED indication.
 Programmable inputs and outputs (Minimum 10 DI, 10 DO)
 Dual current rating (1A or 5A nominal) shall be provided
 Memorization of fault parameters for each protection
operations including external trip and inhibit circuit breaker
failure protection
 The relay shall have firm latching / fixing provision in the
relay housing
ii. The protection requirement in each panel of 11kV Switchgear
shall be as indicated earlier.
iii. Each panel shall have an independent high speed hand reset
master trip relay similar to the VAJH23 type (Alstom make) or
equivalent, Trip circuit supervision relay, Fault annunciation relay,
DC voltage operated auxiliary relay for remote applications of
and other Auxiliary relays and timers as required by the control,
protection, alarm, indication and interlocking schemes. These
schemes with effective and fault free simulation of the said
functions shall be submitted to the Employer for their approval
prior to manufacturing clearance of the board.
iv. A composite unit with multi pole version of auxiliary relays with
flags and timers as required shall be considered for protection of
Transformer feeders incorporating the following features.
 Audio & visual Indication on Temperature rise of oil &
winding.
 Over load signal (CT operated)
 Tripping of the CB on operation of Temperature rise of oil &
winding.
v. The integrated unit shall be operating on DC control and DC
signaling supply and shall be included for every transformer
feeder.
vi. Insulation of relays should withstand 2.5 kV AC (RMS) at 50 Hz for
one second between all circuits and the case, and between all
circuits not intended to be connected together. The relay should
also withstand 1.25 kV AC (RMS) at 50 HZ for 1 sec between
rating contacts in open position.
3.2.8.7 Indicating Instruments

DSP PAGE 3.23 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 Each panel shall be provided with Multifunction digital energy
meter and this shall have communication in modbus with RTU for all
electrical parameters like, current, voltage, kW, kVA, kVAR, power
factor, frequency. In addition to multifunction meters, analogue
type Ammeters, voltmeters meters as mentioned below shall also
be provided in each panel
 All ammeters with CT provided on each CB panel shall be of 144
mm x 144 mm and shall be flush mounted type with anti-glare
glass, with 120o measuring linear scale and zero adjustment
device. All indicating instruments shall conform to IS 1248 (part 1
to 9) :1983/84, and IS 2419: 2012 and shall be capable to
withstand system fault current taking into consideration CT
saturation. Accuracy class of meters shall be class 1 or better.
 All indicating instruments shall have connection at backside, and
shall be totally enclosed dust and vermin proof construction. The
scale shall be uniform at about full load current whose value shall
be marked in red. These meters shall be provided with necessary
test terminal blocks.
3.2.8.8 Earthing of HT Switchgear
The following norms shall be adopted for earthing of HT Switchgear:
 Continuous copper earth bus bar shall be provided. However, the
cross section shall be checked to carry the peak short circuit and
short time fault current of the system.
 Earthing bus bar shall be positively connected/ welded with
different sections of HT switchgear, individual functional units
and non-current carrying metallic units.
 Hinged door shall be earthed through stranded copper
galvanized earthing braid.
 For positive earthing of withdrawable units, silver plated copper
strapping earthing contacts of “make before” / “break after” type
shall be used ensuring earth continuity from “service” to “test”
position of draw-out type breakers on both the sides.
3.2.8.9 Annunciation and Control Scheme
1) The signaling and annunciation scheme shall include the
following:
2) ON-OFF-TRIP and spring charged indications shall be provided
through RED-GREEN-AMBER and WHITE signal lamps for every
panel. The green lamp shall be energized through an auxiliary
DSP PAGE 3.24 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
relay, which shall also confirm to the readiness of CB for getting
on. The loss of voltage in the bus bars shall be indicated by flag
operated relays in the respective PT panels. Close/trip supervision
lamps shall also be provided. Transformer tap position shall be
shown by LED display at respective panel. Cluster type LEDs shall
be provided for indication.
3) For all abnormal conditions hooter/bell of central audio & visual
annunciator in PT panel shall sound. Hooter / Bell shall be
discriminated for trip and non-trip abnormalities.
4) Push buttons shall be provided for the following operations:
5) Fault Accept/Reset/Hooter Test/Visual lamp test.
6) Audio & visual annunciator shall operate on emergency under
the following circumstances:
7) Tripping of each circuit Breaker
8) Failure of warning power supply.
9) The same panel shall operate on warning under the following
conditions.
10) Operation of overload signal of transformers.
11) Temperature rise of various transformers
12) Flag operation of trip supervision relay.
13) All other faults not mentioned above, but considered necessary
may also be included in the annunciation scheme.
14) The signaling and annunciation scheme shall operate on 110
VDC.
15) Solid state (IC CMOS based) audio-visual annunciator of
minimum 36 windows shall be provided however exact number of
windows shall be finalized during detailing. The annunciator shall
be provided with flasher units, audible alarm, test, reset, Accept
features as elaborated above.
3.2.8.10 Selection & control switches and other miscellaneous items
1) All selection switches for voltage & current measurements shall
be suitable for 3 phases and phase to neutral measurements. The
remote/ local selector switches provided on the switchboard shall
be lockable in each position. The control switches shall be pistol
grip, spring loaded and trip-neutral-close type with sequence

DSP PAGE 3.25 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
device. The switchgear and control panels shall have inscription
plates for all panels with anodized lettering.
2) Control bus shall be continuous copper conductors insulated
throughout for full voltage. Push-in type insulation box shall be
provided at tapping points.
3) The control wiring in the switchgear shall be carried out with
single core stranded copper conductor PVC cable of 1.5 sq. mm
size (min.) with 6 sq. mm open type terminals. Protection circuit
wiring shall be carried out with 2.5 sq. mm size (min.) copper
conductor adopting 10 sq. mm open type terminals. Separate
terminal blocks shall be provided for each voltage class and carry
the specific terminal number and voltage indicated thereon.
Separate terminal blocks shall be provided for external
connections in the relay chamber. At least 20% spare terminals
shall be provided for future purposes. Control cable terminations
shall be provided in the front portion of the cubicle only in the
relay chamber. All devices, wires and the terminal blocks within
the panel shall be clearly identified by durable and legible tags
(stickers shall not be acceptable) corresponding to those used in
the applicable schematic drawings or wiring diagrams. All panels
shall be provided with space heaters with ON/OFF switch along
with a thermostat and a 5/15A plug socket for hand lamp
connection. Space heater wattage shall be mentioned for each
panel. Inter-partition separators on control terminal block shall be
provided for control terminals of each circuit breaker. Drive
panels shall however be controlled from Drive end or its control
panel.
3.2.8.11 Cable Chambers
The cable end termination chamber for each panel shall have adequate
space for the termination of required number, type and size of cables
and shall be provided with suitable bracings to support the weight of
the cables without undue stress on the terminals. These chambers shall
be complete with all accessories and shall form integral part of the
cubicle and shall be freely accessible for cable connection.
3.2.8.12 Other Accessories
Supply of each of the HT switchboard shall necessarily include the
following accessories.

a) Earthing equipment suitable for 1 no. for line side & 1


earthing the bus/cable for each no. for bus side
DSP PAGE 3.26 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
breaker
b) Device for hand charging of breakers. 3 nos.
c) Breaker rack in / rack out device. 3 nos.
d) High voltage tester 3 nos.
f) Wheel mounted trolley for attending 2 nos.
relays & meters

g) Special device for ensuring mechanical 1 set


interlocks (if any)

h) Special tools & tackles 2 sets

3.2.9 Supervisory Panels For 11kV Switchgear


3.2.9.1 The panels shall be provided in control room. The panels shall house
indicating meters, switches, indication lamps, alarm annunciator,
terminal blocks.
3.2.9.2 The panel shall have metallic mimic strips to represent actual system of
11kV system. Control panels shall be provided with line diagram mimic
and all signalling & indication shall be provided as per requirement to
be finalised during DE.
3.2.9.3 Colour of the strip shall be indicated during drg. approval stage.
3.2.9.4 Annunciator facias shall also be mounted on control panels and panel
wise distribution shall be finalised during drg. approval stage.
3.2.9.5 Centre line of switches, lamps, meters shall be matched to give uniform
appearance and mounting height of switches shall be between 1.1m to
1.8m.
3.2.9.6 The control panels shall consist of all the remote control and signaling
provisions along with mimic for 11 kV breakers
3.2.9.7 Indicating meters:
i. Analogue as well as digital multifunction meters shall be
provided. All analogue meters shall be of size 144 mm x 144 mm.
Accuracy class of meters shall be 1.0
ii. All digital multifunction energy meters shall conform to IEC and
these meters shall have 0.2 accuracy class. All these meters shall
be panel mounting type and shall have modbus communication
ports suitable for communicating with SCADA system.

DSP PAGE 3.27 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
iii. Control panel shall be provided with ammeter with selector
switch, voltmeter with selector switch and digital energy meter
for each 33kV and 11kV feeders.
3.2.9.8 Technical Particulars:
a) Panel Sheet steel 2.0 mm thick
b) Enclosure IP 54
c) Extendable feature Yes
d) Illumination with door Yes
switch
e) Provision of cable glands Yes

f) Inscription Both sides front and rear


g) Control supply 110 V DC
k) Control buses As per circuit requirement
r) Instrument size 144 mm square
v) Annunciators Static type alarm annunciators for
trip & alarm as required for
various monitoring parameters of
transformer (like oil level, winding
temperature, oil temperature,
Buchholz alarm & trip etc.), O/C
and E/F.
3.2.9.9 Alarm Annunciation :
i) Shall be of microprocessor based static type with first in & first
out arrangement.
ii) Shall be suitable to work on 110V DC.
iii) Warning and emergency points shall be as per the list to be
decided at detailing stage.
iv) Test, accept and reset facilities (with push button) shall be
provided on each panel.
v) Shall be normally from one DC supply and automatic changeover
facility from one to another shall be provided on failure of one.
vi) Suitable audio- visual indication shall be provided on DC failure.
Audio alarm with reset facility shall be provided. Visual indication
shall be panel wise.
DSP PAGE 3.28 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
vii) Each annunciator shall have 20% spare windows. Minimum 12
annunciator window shall be provided for 11 kV panels.
viii) Each point shall have two bunch LEDs.
ix) All alarm facia shall be flush with panel.
x) The cover plate of facia shall be flush with panel.
xi) Shall be capable to receive simultaneous signals.
xii) Shall be capable to receive signal during testing mode.
xiii) Bidder shall ensure the non-appearance of spurious signals due
to the influence of external electromagnetic/electro static
interferences on the annunciation wiring, and switching
disturbances from neighboring circuit within the panels.
xiv) Scope of supply includes all interconnections, bell hooter, buzzer,
alarm facility, push button etc. required to achieve complete
function of above scheme.
xv) Flasher supply shall also be connected to discrepancy switches
used for circuit breakers and isolator ON/OFF operation.
3.2.9.10 Control Wiring
i) Inter panel control wiring shall be through 2.5 sq.mm cu cables.
ii) Internal wiring shall be with 1.5 sq.mm flexible wires. CT wiring
shall be with min 2.5 sq.mm flexible wires.
iii) 25% extra cores or one core (whichever is more) shall invariably
be provided as spare cores in each control cable proposed in the
cable schedule for the entire installation. These control cables
shall be laid and interconnected for control, protection,
interlocking and signaling functions of all the equipment under
the scope of the TS.
3.2.10 Battery Bank
i) The battery bank shall be Plante Lead acid type, 110V DC output
voltage. Capacity of battery shall be selected based on the load
calculation. Battery shall have 30% spare capacity over and above
the calculated load value. Minimum battery capacity shall be
400AH with 10 hour discharge.
ii) The battery shall be complete with all the accessories and special
tools for battery maintenance. The battery shall be generally
conforming to IS 1651: 2013. Suitable tapping shall be provided
for boost charging.

DSP PAGE 3.29 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
iii) The cells of the battery bank for 110V set shall be suitably
arranged on a stand with shelves, which shall be painted with
anticorrosive paint.
3.2.11 Battery Charger
i) Technical Particulars
Type Battery Charger – Twin Type (2 x 100%)
with scheme providing load supply from
Tap Cell when Boost Charger is switched
ON so that Load voltage does not exceed
the nominal voltage.
Charge characteristic Constant voltage/ constant current
Output supply Output supply voltage shall be suitable for
charging the 110 V battery bank.
Battery charger panel Sheet steel clad minimum 2 mm thick,
indoor type, floor mounted, free standing,
IP-52, having ventilating louvers,
removable gland plate at the bottom of the
panel for cable entry. The charger panel
shall be placed on an insulated base.

ii) The charger panel shall consist of float cum boost circuit capable
of charging the 110V battery in float or boost mode. A
permanent load for tripping, closing, signaling etc. adequate for
all equipment shall be supplied by the chargers in addition to the
float/boost charging current. Float output shall be capable of
supply of the full load continuously without battery connection
including loads like Microprocessor based Numerical relays.
iii) Input Power Supply: The mains supply for the chargers shall be 3
phase, 415 V. This input shall be received necessarily prior to an
isolating transformer for each charger. The AC input to the
rectifier circuit shall be through a saturable core reactor and the
output shall be filtered in a filter circuit to minimize the ripple
content (Max. ripple content shall be within 2% of RMS value or
as per the requirement of Numerical Relay whichever is lower).
3.2.12 DC Distribution Board
Purpose DC power needs of all the protection,
control and annunciation of the system
Panel Type Sheet steel clad minimum 2 mm thick,
indoor type, floor mounted, free standing,
DSP PAGE 3.30 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
IP-54, having ventilating louvers,
removable gland plate at the bottom of the
panel for cable entry.
Incomer MCCB (50 kA) with S.C, O/L & earth fault
trip facility
Indication Both ON & OFF indication lamp shall be
provided for all feeders
Outgoing feeders Through MCB/SFU. 20% spare feeders
shall be provided.

Combined DCDB cum Battery charger may also be offered.


3.2.13 LT Switchboard (PCC)
IS Code & Year Title
IS 1248 :Part1:2003, Part 2- Direct acting indicating analogue
6, 9:2003, Part 7, 8:2003 electrical measuring instruments & their
accessories
IS 2705:Part 1-4:1992 Current transformer
IS 3156: Part 1-4:2002 Voltage transformers
IS 3231:Part 1-3:1987 Electrical Relays for power system
protection
IS 5578 :1984 Guide for marking insulated conductor.
IS 11353:1985 Guide for uniform marking &
identification of conductor and terminals
IS 8623 :Part 1-3: 1993 Low voltage switchgear and control gear
assemblies.
IS 10118 :Part 1-4: 1982 Code of practice for Selection, installation
and Maintenance of Switchgear and
Control gear.
IS 11182: Part 1,2-1984: Guide for evaluation of insulation system
Part 3,5,6,7:1986 of Electrical Equipment.
IS 13947:Part 1-5:1993 Specification for LV switchgear and
control gear

Technical particulars of LT Switchboard shall be as following:

Sl. No Specific aspects Technical features

DSP PAGE 3.31 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. No Specific aspects Technical features
1. Voltage 415 V + 10%
2. Phase 3 phase
3. Frequency 50 Hz + 5%
4. Neutral system Solidly Grounded
5. System Fault level 50 kA (RMS) for 1 second
6. Rated Insulation 2.5 kV rms for 1 min
Voltage
7. Duty Continuous operation
8. Construction
8.1. Type of board Single Front, Compartmentalized,
modular & Draw out.
8.2. Mounting Vertical, Floor mounted, Free
standing type and to be mounted
on base frame / base channel
8.3. Sheet Steel type & Cold Rolled sheet steel, 2 mm &
thickness 1.6 mm (for door).
8.4. Degree of protection of IP-42
enclosure
8.5. Front access Hinged door
8.6. Back access & clearance Back access of LT panels shall be
hinged door; Back clearance-
minimum 800 mm
8.7. Future extension Provision on both side by addition
provision of new vertical section
8.8. Cabling Space Side Cable Alley or at the back
8.9. Depth of panels Incomer: maximum 1200 mm
Outgoing: maximum 1000 mm
8.10. Height of panels Maximum 2350 mm including
base channel.
Operating height: 450 mm
(minimum) and 1800mm
(maximum) from floor level.

DSP PAGE 3.32 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. No Specific aspects Technical features
8.11. Busbar arrangement Top horizontal
8.12. Power feed to outgoing Sleeved busbar droppers for
modules connection of cables (bottom
entry)
8.13. Power feed to incomers Through sheet steel enclosed non
segregated phase bus ducts (top
entry)
9. Busbar
9.1. Main horizontal busbar 3 Phase & neutral at top
9.2. Busbar Material (Make: Aluminium Alloy
INDALCO/ HINDALCO)
9.3. Maximum temperature 90 degC
rise including the
specified ambient
temperature and
derating factor if any
9.4. Short time withstand 50 kA (RMS) for 1 sec
current of Phase &
Neutral bus
9.5. Short time withstand 50 kA (RMS) for 1 sec
current of earth bus
9.6. Earth busbar Galvanised steel earth Busbar of
adequate size & running
throughout the length of panels
at bottom
10. Insulation Heat Shrunk PVC Sleeve.
11. Colour coding IS 5578: 1984
IS 11353: 1985
12. Clearance between 25 mm (minimum)
Phase & Phase and
Phase & Earth / Neutral
13. MCCB
14. Protection
14.1. For incomers, outgoing Microprocessor based release
DSP PAGE 3.33 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Sl. No Specific aspects Technical features
feeders & shall be provided for short circuit
interconnectors protection, overload protection
and earth fault protection.
15. Spare feeders Additionally 20% spare feeders
shall be provided.
16. Metering
16.1 Ammeter Ammeter with selector switch for
incomers & all outgoing feeders
16.2 Voltmeters Voltmeter with selector switch for
incomer & phase healthy
indication lamps for all three
phases of incomer. To be
connected from incoming busbar.
16.3 Energy Meter Digital Energy Meter shall be
provided in Incomer
17. Wiring
17.1 Power Circuit Insulated (1.1 kV) Flexible Copper
Wire/ strip
17.2 Control circuit Copper 2.5 mm2 multi strand PVC
wire, insulated
17.3 Inter panel Wiring To be completed in each
transportable Section. Provision
for inter shipping section wiring
shall be provided with complete
termination facility
18. Control Transformer Adequately rated (minimum 2
kVA)
19. Indication lamps LED cluster with luminous
intensity min. 100 mcd.
20. CT & PT As required
21. Painting
21.1 Surface Treatment for Seven tank process.
Painting
21.2 Paint shade Shade No. 631 (light gray) of IS 5:

DSP PAGE 3.34 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl. No Specific aspects Technical features
1994

3.2.14 Uninterruptible Power Supply (UPS)


The UPS system shall be complete with UPS distribution board as per
the requirement, battery, battery bank rack, battery charger &
interconnecting cables.
3.2.14.1 System Features
1) Under normal conditions, both the system UPS in parallel
redundant mode shall supply regulated AC power continuously
to share the loads. The rectifier battery charger shall convert the
normal AC incoming power to DC power for the inverter and for
float charge of the storage battery. When incoming AC power
supply to one of the UPS fails or it suffers from loss of output/half
cycle operation, the other UPS system shall take full load
immediately to ensure un-interruptible power supply to critical
loads. The configuration of the UPS system shall be such that the
rectifier and inverter section of both the UPS can function in
crisscross manner such that rectifier of one UPS can feed inverter
section of both UPS and vice-versa.
2) If both AC incoming power supply fail or deviate from specified
tolerances , the storage battery shall supply DC power to the
inverter of working UPS system up to specified time of 30
minutes and ensure continuous AC Power supply to the loads.
3) When incoming AC power supply returns to normal, rectifier/
charger of UPS system assumes the DC load from the battery and
simultaneously supply the DC power to inverter and recharge the
storage battery. This shall be achieved automatically without any
disturbance in power supply to the loads.
4) When both UPS systems develop fault, static by pass transfer
switch shall automatically transfer the loads from inverter output
to by-pass AC incoming power supply. The static by pass transfer
switch shall automatically re-transfer the load back to UPS, when
it starts functioning in normal condition and stabilizes. Retransfer
shall be inhibited if the two sources are not in phase. Manual by-
pass transfer switch shall also be provided for test / repair /
maintenance of the UPS system.
5) The battery reserve time capability shall not be available if it is
taken out of service for maintenance. However, UPS system shall

DSP PAGE 3.35 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
continue to function as before and meet all performance criteria
as specified.
3.2.14.2 Technical Parameter
1) Input power supply conditions shall be as below :
Voltage: 415 V + 10%, -10%, 3 phase 4 wire AC
Frequency: 50 Hz + 5%, -5%
Power factor: 0.8 lagging (minimum)
2) The UPS System shall be designed to function under the
following design conditions:-
Applicable standard: IS 16242; 2014
Design ambient temperature: 50 deg C
Acoustic noise: 55 dBA at 1 m
Degree of enclosure: IP 42
3) UPS output shall meet the following requirements:
Voltage 230 V AC single phase output.
Frequency 50 Hz
Voltage regulation + 1 % nominal for any of following
conditions :
1. No load to full load
2. 1.0 - 0.8 lagging power factor
3. Min to max DC input voltage
Voltage transient 10% maximum deviation (average over half-
response cycle for 100% load application or removal.)
Voltage adjustability +5%
Voltage unbalance 5 % maximum line to line or line to neutral,
with 100 % load unbalance
Phase separation 1200 + 5% with 100 % load unbalance
Voltage wave form 5% total harmonic distortion (THD)
maximum with loads containing upto at
least 25 % third and 10 % fifth harmonic
current
Frequency stability + 0.1 % free running
Frequency slew rate 1.0 Hz / second (maximum)
Frequency adjustability + 2 Hz
Overload capacity 100 % continuous
125 %for 15 minutes
150 % for 60 secs.
1000 % for 10 milliseconds
DSP PAGE 3.36 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Battery recharge time 8-10 hours

4) Storage battery
Voltage As required by the inverter
Protection time 30 Minutes
Type Inverter grade SMF ( VRLA)
5) Both converter and inverter section of the UPS system shall be
IGBT based.
6) Each UPS of the parallel redundant system shall have its own
dedicated battery bank.
7) Complete operation and control of UPS system shall be
microprocessor based with fault diagnostic and data logging
features.
8) Touch membrane switches along with LCD display on the front
side of UPS panels shall be provided to facilitate UPS operation in
desired mode locally and for display of all input, output and
battery parameters.
9) LED based block mimic diagram shall be provided on the UPS
panels indicating the complete status of the system including the
power route to the UPS, output and other system elements which
are in energized state of operation.
10) Provision of contacts shall be kept in the UPS panel for
annunciation of abnormal operation/ alarm condition in any
other operator panel/ annunciation panel.
11) UPS system shall also have RS-232 serial communication port
interface capacity for alarm and status monitoring at supervisory
control station. The UPS system shall have data as well as I/O
communication with the PLC system. Necessary hardware &
software for the same shall be included.
12) UPS shall have battery health monitoring feature.
13) UPS shall have selectable feature of automatic charging/
discharging the battery for enhancing the battery life.
3.2.14.3 Protection Indication and Annunciation
The protection of the UPS system to be provided as suitable and
required for rectifier and inverter unit and shall generally include the
following:
1) Rectifier
DSP PAGE 3.37 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
 Current limiting to maximum value.
 Reduced setting of current limiting value when cooling system
failure occurs
 Current limiting during boost charging & float charging
 Control power supply failure
 Any other protection as required for particular application.
2) Inverter Unit
 High or low output voltage
 High or low link voltage
 Overcurrent on rectifier output
 Overcurrent on inverter output
 Low battery voltage
 Cooling fan failure
 Auxiliary supply failure
 Control & regulation failure
 Any other protection as required for particular application
3) The following meters shall be provided:-
 Output voltage
 Output frequency
 Ammeters
 Ammeters for battery charging/discharging
4) The annunciation /alarms shall be provided as listed but need not
be limited to :
 Main power off
 Control supply off
 Earth fault
 Load on AC mains/battery
 Battery run out warning
 Cooling fan failure
5) The following indication are to be provided for the rectifier unit:-
 Rectifier on
 Cooling fan failure
 Battery on float charge
 Battery on boost charge
 Charging failure
 AC mains failure due to fuse blown
 Overcurrent
 High battery voltage
 Low battery voltage
 Battery on load timer

DSP PAGE 3.38 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 Tests
3.2.14.4 Test at manufacturer's works
1) Routine Test
 Assembly inspection/painting check
 H.V test on main circuits.
 H.V test on auxiliary circuit
 Protective device co-ordination
 Functional tests including inverter settings and inverter
efficiency
 Current limiting test
 Supply variation
 Insulation resistance measurement
 Spike buster test
 Ripple voltage
 Tests on control circuits
 Over load capacity tests
 Steady state regulation at no load, 50% and 100% of load
 Harmonic distortion test
 Acoustic noise test
 Battery operation
3.2.14.5 Any other test not specifically mentioned but required as per relevant
IEC standard shall also be carried out and test certificate for the same
furnished by the bidder.
3.2.15 Illumination System
Illumination system shall be provided for all the premises of Power
Plant & its auxiliary system.
Sl. Room/ Area Illumi Maint- Type of Fittings
No. nation enance
Level Factor
(Lux)
1. Substation / 200 0.6 Energy efficient LED
Electrical fixtures
Switchgears room
2. Office room 300 0.6 Energy efficient LED
fixtures
3. Toilet 100 0.6 Energy efficient LED
fixtures
4. Battery room 100 0.6 Energy efficient LED
fixtures
5. Cable vault/cellar 70 0.6 Energy efficient LED
DSP PAGE 3.39 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
fixtures
6. Staircase in RCC 100 0.6 Energy efficient LED
buildings/terrace/ fixtures
building periphery
7. Store room/ 200 0.6 Energy efficient LED
Ventilation room fixtures
3.2.15.1 The design and layout of illumination system shall be optimized with
regard to consumption of electrical power. Suitable energy
conservation system may be considered and shall include the
following features:
1. Illumination wiring shall be through 1.1kV PVC sheathed PVC
insulated armoured 2.5 sq.mm copper cables in GI conduit/trays
for areas other than buildings and through 1.1kV PVC insulated
2.5sq.mm wires in GI conduits at buildings.
2. The system shall be suitable for 1-phase 240 V or 3 phase 415V,
50 Hz power supply with MCCB/MCB as incoming & outgoing
feeders.
3. The system shall be provided with meters to monitor voltage,
current, power, power factor, energy consumption etc.
4. Emergency lights of substations shall be from dedicated invertors
with dedicated wiring.
3.2.15.2 Main Lighting Distribution Board (MLDB)
1. The MLDB shall be metal enclosed, single front, fixed type
fabricated from CRCA sheet steel of minimum 2 mm thick, floor
/wall mounting vertical modular cubicle type compartmentalized
& factory assembled. The MLDB shall be indoor type, dust and
vermin proof with neoprene rubber gaskets having degree of
protection of IP-54.
2. The MLDB shall have enclosed bus bar chamber at the top,
vertical bus bars for outgoing feeders and cable compartments
separately. Maintenance access shall be provided from front only
after opening the front covers/doors.
3. MLDB shall have two nos. TPN MCCB incomers & one bus
coupler and TPN MCCBs as outgoing feeders. The MCCBs shall
have Short circuit, overload and earth fault protection features.
MCCB shall be have 50 kA breaking capacity.
4. Each outgoing feeder shall feed lighting power to the respective
Sub Distribution Board (SDB) for lighting. 30% spare outgoing
DSP PAGE 3.40 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
feeders shall be provided.
5. Cable entries shall be made from the bottom. Detachable cable
gland plates of minimum 3 mm thick sheet steel with knock-out
type cable entry holes shall be provided.
6. MLDB shall have one no 0-500V voltmeter (size: 72mm x 72mm)
with selector switch and 3 nos. indication lamps for R-Y-B
indication in each incoming cubicle. MLDB shall have Ammeter at
the incomers.
3.2.15.3 Sub Distribution Boards (SDBs)
1. SDBs shall be metal-enclosed, cabinet type, fabricated from CRCA
sheet steel minimum 2 mm thick, suitable for wall/column
mounting on brackets.
2. SDBs shall be indoor and outdoor type as required. Indoor panels
shall be dust and vermin proof, IP-54 or better. Outdoor panels
shall be weather-proof, double door with canopy, IP-55.
3. Each SDB shall have an incoming triple pole MCB and a number
of 20A, 240V, 1-pole MCBs as outgoing feeders. The quantity of
MCBs shall correspond to the requirement with at least 30%
spare quantity of actual use. The total outgoing feeders shall
preferably be minimum six (6) nos. up to maximum twenty four
(24) nos. and with a multiple of six (6) in between.
4. Each 20A MCB 1 phase circuit of a SDB shall feed a group of
lighting fixtures a group of maximum 2 nos. receptacles.
Maximum loading of individual circuit shall not exceed 1500
watts with due consideration of voltage drop limited to maximum
two (2) percent of 240 volts, 1 phase ac.
5. The SDBs for outdoor area lighting shall be provided with
contactor (matched with TP & N switch rating), 20A, 1 pole MCBs
as outgoing feeders, frequency compensated timer switch, push
buttons for automatic control of area lighting with provision for
manual override.
6. The incoming TPN MCBs shall be of 100A/ 63A/32A rating with
suitable no. of outgoing feeders of 20A MCB with 30% spare
MCBs.
3.2.15.4 Lighting Fixtures
1. Lighting fixtures shall be energy efficient type.
2. Fixtures shall be suitable for 20 mm conduit entry and 16 SWG GI

DSP PAGE 3.41 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
earth wire connection. Necessary conduit to pipe adapters shall
be furnished for fixtures suitable for pipe entry.
3. Fixtures shall be fully wired up to the respective terminal blocks,
suitable for connection of PVC wires.-
3.2.15.5 Receptacles with Socket, Plug & Switch
1. The receptacles to be installed shall be of the following types:
- 5A, 240V AC, 2 pole, 3 pin with third pin earthed, decorative
type suitable for flush mounting in office areas and control
rooms. The switch shall also be flush mounted piano type.
- 16A, 240 V AC, 2 pole, 3 pin with third pin earthed,
decorative type suitable for flush mounting in rooms. The
switch shall also be flush mounted piano type.
- 20A, 240 V AC, 2 pole, 3 pin with third pin earthed, industrial
type wall/column mounted metal clad gasketted
construction, 20 mm conduit entry, screwed metal cover
tied to it by metallic chain, weatherproof, suitable for indoor
& outdoor installation.
- 24V switch socket, associated suitable transformers for hand
lamps.
2. Receptacles shall be fed from the nearest SDB.
3. Separate distribution network for all the receptacle and sockets
shall be provided.
4. The conduit box of the receptacle shall be provided with earthing
screws with washer and nuts, welded on the surface for
grounding with 16 SWG GI wires. Arrangement shall be provided
inside the conduit box for grounding of third pin.
5. 20A Receptacles shall be of cast steel/ aluminium heavy duty
type.
6. Shrouded type plug shall be provided with corresponding
matching arrangement at sockets to prevent accidental contact
with finger during plug insertion.
7. 24V switch sockets, suitable transformer shall be provided for
hand lamps.
3.2.16 Remote Telemetry Unit (RTU)
3.2.16.1 The RTUs shall be microprocessor based, programmable units with
processor, memory, power supply unit & communication cards and I/O

DSP PAGE 3.42 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
cards complete in all respects. The RTUs main processor shall employ
minimum 32 bits word length for CPU processing. The RTU memory
shall be adequate to cover the complete requirements of RTUs I/O
count & also taking care of the RTU specifications.
3.2.16.2 The I/O cards shall not be combined for the functionalities i.e. each
card shall perform dedicated functionality with respect to analogue
input, analogue output, digital input, digital output, pulse input.
3.2.16.3 RTU Subsystems
The RTUs shall comprise the following subsystems (card/ module):
i) Central processor with system software
ii) Analogue input
iii) Contact (digital) input
iv) Analogue output
v) Contact (digital) output
vi) Communications
vii) Serial ports interface
viii) Power supply
ix) Diagnostic
3.2.16.4 The RTUs shall be configured such that failure of any part of an RTU
subsystem (module) shall not directly affect the integrity of the unit, as
a whole.
3.2.16.5 Digital Inputs
Input Type Max. 16 or Maximum 32 Volt free contacts (2
wire isolated)

Contact Rating 2mA per input at 24V DC


Resistance Not exceeding 1 Kilo Ohms
Recognized as a
Closed Contact
Resistance Not less than 50 Kilo Ohms
Recognized as an
Open Contact
Isolation Using opto-couplers
Insulation 20M ohms at 500V DC inputs to logic

DSP PAGE 3.43 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
resistance

Debounce 10 m/sec
Circuitry

Indicators Loop & state LEDs for each DI point


Voltage 1.5 KV RMS
Withstand
Capability
NO/NC Contacts Mixing of NO/NC contacts shall be possible
in the Same card
3.2.16.6 Digital Outputs
Output Type Max. 16 relay contacts, individually isolated

Indicators LED indication for each DO point

Relay Type Miniature power relay, hermetically sealed

Contact 1 NO + 1 NC relay contacts configuration


Arrangement
Contact Potential free contact rating of output interposing
Rating relay for each DO point (Contact rating 48 V DC, 2A;
230 VAC, 5A and relay contact to be of noble metal)
[Bidder to provide interposing relays with LED
indicator for each DO point]
Isolation 2KV RMS Contacts to Logic

DO Command 2 sec. Pulse (Normally the NO potential free contact


Activation shall close for 2 sec. duration). The pulse duration
shall be user configurable. For repeat DO output
requirement, permanent DO shall be provided
Security Output contacts shall be monitored via
optoisolators, shall be short circuit proof and
protected by suitable mechanism like fuse with
suitable visual fuse blown Indication provided.
3.2.16.7 Analogue Inputs
Analogue Input (AI) Modules shall be HART enabled only.
DSP PAGE 3.44 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
Input Type Isolated Current Inputs with Max.16
points per AI card
Ranges 4 - 20 mA
Multiplexer Vendor standard
ADC Type 12 bit binary. [Each analogue input
card shall have its dedicated A/D
converter]
Series Mode Rejection Greater than 30 db at 50 Hz
Common Mode rejection Greater than 100 db at 50 Hz
Roll Over Error 1 bit
Temperature Coefficient 0.005% per degree C
Accuracy ± 0.15 % of range including drop in
resistor (the drop in resistor to be
high precision 0.02% or better)
3.2.16.8 RTU shall be programmable using IEC 61131 programming languages.
3.2.16.9 RTU shall support extended I/O capability and multiple communication
ports.
3.2.16.10 SPDs for RS232/RS485 signals & Ethernets signals to be housed in the
cabinet (20 % spare SPD to be considered).
3.2.16.11 Cabinet specification to be in line with MVPD RTUs specifications.
3.2.16.12 The RTU electronics in the cabinet shall be immune to radio frequency
interference generated by any nearby source meeting the latest
international standards in this regard (MIL, VDE etc.).
3.2.16.13 The electronics in the RTU cabinet shall consist of plug-in PCB's or
units with Gold plated edge connectors that utilize a wiping action for
connection for PCB's to the back frame wiring. The PCBs and RTU
components shall be designed for high temperature rating and low
power consumption so that air exchange with the ambient
environment shall not be required. This is to ensure that RTU
performance is not affected due to its internal heat dissipation and the
environmental conditions.
3.2.16.14 The I/O point wires shall not be directly terminated on the RTU I/O
boards.
3.2.16.15 Terminal blocks/ panel shall be provided in the RTU cabinet. Terminals
for all spare cable cores shall also be provided. Vendor shall detail the
DSP PAGE 3.45 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
wiring harness between the RTU and the terminal block area. Vendor
shall supply and install suitable ducting, brackets and supports for all
wiring and ensure in the layout to provide maximum separation
between groups of wiring carrying analogue signals, digital signals and
power supplies. Easy access to cabinet wiring for maintenance
purposes is to be ensured
3.2.16.16 It shall be possible to output any AI & DI point value available in real
time database at server terminal.
3.2.16.17 RTU I/O Count
i) DI Signal (10 nos.)
ii) AI Signal (10 nos.)
iii) DO Signal (4 nos.)
iv) Serial ports (4 nos.) RS232/RS485 configurable for connecting the
MFMs/NR
v) Ethernet Communication ports (2 No’s) for interfacing with
SCADA system. 20% spare to be considered for future purpose
3.2.16.18 Each cabinet shall be of maximum 2100 mm high (including 100 mm
channel base), 1200 mm wide and 800 mm deep, in general.
Construction shall be modular preferably to accommodate 19"
standard electrical racks. All cabinets shall be of same height.
Maximum swing out for pivoted card racks, doors and drawers shall be
limited to 600 mm.
3.2.16.19 Easy access shall be provided within the panel to all items and
components requiring operation and maintenance.
3.2.16.20 Panel finish shall be of a high and durable quality suitable for the
environment. This shall normally be an air-dried epoxy type paint of
semi-gloss texture to the colour Siemens Grey (RAL No. 7032), internal
colour shall be White. Vendor shall submit a painting specification for
approval prior to proceeding with manufacture. Blemishes, scratches or
chips in the finished surface shall not be accepted.
3.2.16.21 Panel lighting shall be provided via fluorescent tubes where required
within the panel and shall have easily accessible switches. The panel
shall be provided with lifting eyebolts, of a suitable number to prevent
panel deformation upon lifting.
3.2.17 Online energy monitoring system
Monitoring of electrical parameters shall be done from all the panels of
the two switchboards after establishing LAN connection through UTP
DSP PAGE 3.46 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
cable with the multifunction meters and redundant energy monitoring
servers to be installed in substation.
3.2.17.1 The system shall have the following features:
a) It shall be designed in general for measurement and recording (2
months) the values of 30 nos. parameters from each
multifunction meter in real time basis and shall be able to acquire
data from networked chains of several multifunction meters
installed at different locations, store them and generate reports.
The system shall be designed to support up to 500 nos. metering
points with 30 nos. parameters each in future. The system shall be
sufficiently secured from malicious activity.
b) 2 no. server (location- control room) with HMI of adequate and
latest configuration with relevant software & UPS and 2 nos. of
B/W LaserJet Printers (location - control room). The servers and
printers shall perform the following minimum functions -
 Data acquisition from MFMs.
 Data generation and storage.
 Maintaining database and providing data/reports to clients
 Alarm processing
 Real time and historical graphical / tabular trending.
 Time based report generation for energy consumption etc.
(formats to be worked out during detailed engineering)
 Data access from the 3rd party system like existing SCADA
of ECIL
 Data archiving
 Printing and analysis of reports
c) Following parameters shall be possible to be monitored &
recorded:
 P-N voltage
 Average P-N voltage
 P-P voltage
 Average P-P voltage
 Line current (L1, L2, L3 and Average)
 Active / Reactive Current

DSP PAGE 3.47 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 Frequency
 Power factor
 Average Power factor
 Active Power
 Total Active Power
 Reactive Power
 Total Reactive Power
 Apparent Power
 Total Apparent Power
 Active Total Import / Export Energy
 Reactive Import (Q1+Q2) / Export (Q3+Q4) Energy
 Reactive (Q1,Q2,Q3,Q4) Energy
 Apparent Import / Export Energy
 Active / Apparent Forwarded Energy
 Reactive Lag / Lead Forwarded Energy
 Cumulative MD
 Phase Angle
 Power On / Off Hours
 Load On / Off Hours
 Feeder Interruptions Count
 THD Voltage
 THD Current
 THD Power
d) All the hardware & software of servers shall be provided as per
the latest proven & available models at the time of supply.
e) The server and clients shall be loaded with licensed version of all
required software including antivirus. The licensed version
CD/DVD of all software shall be handed over to the Employer.
3.2.18 Transducer
Sl Description Specification
A WATT (Active Power) Transducer
1 Configuration 3 Phase 3 Wire Voltage Balanced

DSP PAGE 3.48 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
& Current Unbalanced
2 DC Output 4 – 12 – 20 mA
3 AC Input Voltage 110 VAC
4 AC Input Current -1 - 0 + 1 A AC
5 Frequency 50 Hz
6 Aux Power Supply 24 VDC
7 Accuracy 0.2 %
8 Damping Option Required

B VAR (Reactive Power) Transducer


1 Configuration 3 Phase 3 Wire Voltage Balanced
& Current Unbalanced
2 DC Output 4 – 12 – 20 mA
3 AC Input Voltage 110 VAC
4 AC Input Current -1 - 0 + 1 A AC
5 Frequency 50 Hz
6 Aux Power Supply 24 VDC
7 Accuracy 0.2 %
8 Damping Option Required
9 Voltage Transducer
C Type No.
1 DC Output 4 – 20 mA
2 AC Input Voltage 0-150 VAC
3 Frequency 50 Hz
4 Aux Power Supply 24 VDC
5 Accuracy 0.2 %
6 Damping Option Required
7 Input / Output Relationship Linear

D Frequency Transducer
1 DC Output 4 – 20 mA
2 AC Input Voltage 110 VAC
3 Frequency 45 - 55 Hz
4 Aux Power Supply 24 VDC
3.2.19 Cables & Cabling Job
1. OFC/ Optical Ground Wire (OPGW)
a) The Bidder shall consider OFC/OPGW taking into
consideration the varying operating and environmental
conditions that the cable shall experience while in service.

DSP PAGE 3.49 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
b) The OPGW optical fibre link lengths shall be selected based
on tower schedule, spacing of DP/4P structures and shall
take into account various factors such as sag, service loops,
splicing, working lengths, wastage.
The cable construction shall comply with IEEE-1138. The
cable shall meet both the construction and performance
requirements like ground wire function, optical fibre
integrity and optical transmission characteristics suitable for
the intended purpose.
The dual purpose of the composite cable is to provide the
electrical and physical characteristics of conventional over
ground wire while providing the optical transmission
properties of optical fibre.
It shall consist of buffered optical fibre units embedded in
water tight aluminium/ aluminium alloy/ stainless steel
protective central fibre optic unit surrounded by concentric-
lay stranded metallic wires in single or multiple layers. The
breaking strength along with other electrical & mechanical
properties shall be suitably chosen.
All corrosion protected fitting and installation hardware like
tension assembly, suspension assembly, vibration dampers,
reinforcing rods, earthing clamps, down lead clamps, splice
enclosure etc. shall be considered.
c) Fibre optic splice enclosures (IP66) shall be considered for
encasing the splices in protective, moisture & dust free
environment. They shall be suitably located in the structures.
d) The fibre optic approach cable shall be armoured and
connect the OPGW with the station equipment and OPGW
of two structures during crossing of NH-2. The cable shall
be suitable for direct burial, laying in trenches, & PVC/Hume
ducts, laying under false flooring and on indoor or outdoor
cable raceways. The cable shall be laid in HDPE pipes in all
condition.
e) Optical fibre termination shall be done in rack/wall mounted
distribution panels designed to provide protection for fibre
splicing through optical fibre connectors.
f) Suitable service loops at various points shall be provided for
facilitating the installation, maintenance and repair of
optical fibre cable.
DSP PAGE 3.50 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
g) All optical fibre cable termination, installation, stringing and
handling plans, guides and procedures, and engineering
analysis (e.g. tension, sag, vibration etc.) shall be submitted
to the employer for review/ approval in the engineering
stage. Installation procedures including time required shall
be documented and submitted to the employer.
The optical fibre attenuation shall be measured by the
bidder after installation and before splicing. Any increase in
attenuation or step discontinuity shall not be acceptable
and shall be considered as a cable segment failure. In case
of damage, the complete section shall be replaced by
bidder.
h) To the extent possible, existing cable raceways shall be
utilized. The bidder is required to provide and install any
additional cable raceways for proper implementation of
cabling system.
i) Type test of similar cables & factory acceptance test reports
for supplied cables & fittings shall be submitted.
j) The optical fibre characteristics given below (to be
considered as minimum):
Sl. No. Parameter Specification
1 Cable Type a. Single mode armoured FO
cable
b. No. of cores to be selected as
per manufacturer standard
2 Accessories a. Accessories such as LIUs, Patch
cords, media converters with
required subcomponents for
above cables.
b. All necessary accessories like pig
tails, patch cords, SC / ST / LC
connectors etc. for the above
cables shall be provided for
terminations of the fiber optic
cables in the fiber optic converter
3 Conduit HDPE Conduit, necessary sub
components etc. for laying cables for
the above cables.

DSP PAGE 3.51 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
4 No. of Cores Single Mode, 9 / 125, 250 micron
/ Dia primary coated buffers
5 Twists 10 cycles
6 Operating Up to +60 Degree C
Temperature

7 Attenuation
@ 1310nm 0.45 db/KM

@1500nm 0.4 dB/KM

8 Tensile 1200N
rating

9 Maximum 3000N
Crush
resistance

10 Fiber High grade pure silica glass


Material
11 Inner Sheath Party shall indicate
12 Armoury Galvanized steel tape applied helically
or corrugated steel tape
13 Outer Party shall indicate
Sheath
14 Attenuation 3 dB/km
Coefficient
(Max)
15 Cable Outer sheath printed with contrasting
marking color at regular intervals of 5 meters,
stating fiber optical cable type, running
length in meters, year of manufacture
etc.
16 Tests a. Impact Test
b. Tensile Strength
c. Cable bend
d. Cable Compression
e. Cable Twist
f. Cable Cyclic flexing

DSP PAGE 3.52 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
g. Cable Kink
h. Cable Temperature cycling
i. Water penetration
17 Standards a. TIA / EIA 568 B.3-1 – specs for
insertion loss & return loss
b. EC 60794 – Optical Fiber Cables
c. IE C61073 – Splices for Optical
Fiber & cables
d. ASTM D4967-99 (2209) –
Material selection for insulation,
jacketing & strength
components

k) The tentative route of the OFC/OPGW :


MRS control room (at 2nd floor of MRS building) – thru cable
cellar (existing) - basement – thru wall opening (to be done)
–concrete trench (existing) up to fencing road – buried
under ground (to be done) up to first 4P structure (TSP-7/8)
outside boundary wall thru wall opening (to be done). From
the first structure, both cables shall be erected in existing
4P/DP structures (TSP-7/8) up to the junction of Surya Sen
sarani & DSP Gate-2 approach road after modification of
the structures. Thereafter one each cable shall be erected in
existing 4P/DP structures of TSP-7/8 & TSP-3/4 after
modification of the structures up to the end of Surya Sen
sarani. Both cables shall cross Surya Sen sarani through
overhead structures of existing TSP-3/4 after modification of
structures. The cables shall cross NH-2 through one of the
service tunnels or as directed by the employer. After
crossing NH-2 the cables shall preferably be laid over
ground (as per existing site condition during execution) up
to the 4P/DP/SP structures of TSP-7/8 & TSP-1. Thereafter
the cables shall be erected on the existing structures of TSP-
7/8 & TSP-1 up to Bulk Supply premises after modification
of structures. The cables shall be laid buried underground
inside the premises and through cable trays inside the sub-
station building.
2. The 11 kV cables shall have the following specification:

DSP PAGE 3.53 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Sl No. Specific Specification
aspect of
Cable
1. Grade 11 kV (UE)
2. Type XLPE ( dry cured )
3. Conductor Circular conductor made of stranded
and compacted electrical grade
aluminium wires as per IS 8130: 2013
o
4. Maximum 90 C
conductor
temperatur
e with
rated
current
5. Insulation High quality crossed linked polyethylene
compound (XLPE) applied by extrusion
process.
6. Shielding The conductor and the insulation
(Screening) shielding shall be made by extruded
semi-conducting compound.
Nonmagnetic metallic tape shall also be
provided over insulation as additional
screening.
7. Inner Extruded PVC inner sheath (ST2) with
Sheath non-hygroscopic fillers for suitably
holding the cores in circular
configuration.
8. Armouring Steel round armoured as per IS 7098
:Part-2: 2011
9. Outer Extruded type, FRLSH PVC outer sheath
Sheath (type ST2 )
10. Oxygen 26-29 with FR sheath
index

Size of 11kV (UE) cables shall be as per scope of work.


3. LT Power Cables

DSP PAGE 3.54 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
LT power cables shall be 1.1 kV grade multicore heavy duty PVC/
XLPE insulated, PVC inner sheathed, FRLSH PVC outer sheathed,
steel round armoured with stranded aluminium conductor as per
IS 1554: Part-1: 1988/ IS 7098 : Part-1: 1988. The insulation of
inner sheath shall be of extruded PVC (ST2) as per IS 5831: 1984
& outer sheath shall be FRLSH PVC. Minimum size of multicore
stranded aluminium LT power cables shall be 6 sq. mm.
4. Control Cables
LT control cables shall be 1.1 kV grade multicore heavy duty PVC/
XLPE insulated, PVC inner sheathed, FRLSH PVC outer sheathed,
steel round/flat armoured with 2.5sq.mm stranded copper
conductor as per IS 1554 :Part-1: 1988/ 7098 :Part-1: 1988. The
inner sheath shall be of extruded PVC as per IS 5831: 1984 &
outer sheath shall be FRLSH PVC. Individual cores shall have core
identification numbers at regular intervals.
5. Cable Laying
11kV cables shall be laid in cable trench/ structure/ buried
underground/ cable tunnels/ pipes as per site suitability.
6. Cables laid in trenches, walls, structures
i) Outside the substation building, cables shall be laid buried
underground and they shall be laid 1000mm (minimum for cable
top) below ground level after digging trenches with cushion of
sand layer (170mm) below and above the cables. Interlocking
RCC protection slabs shall be provided on top after sand filling.
After laying of cables, the trench shall be back filled with good
excavated soil and well rammed in successive layers. Galvanized
iron cable markers and identification tags shall be provided at
joints, entry to buildings/ tunnels, turns, road crossings and at
10m intervals for straight runs.
Cable runs below roads/drains shall be laid 1500mm (minimum
for cable top) below ground level through hume pipes /GI
conduits cast in PCC block. Dug up road surface /drains etc. shall
be restored. All cables shall be protected with GI pipes while
crossing drains.
Power and control cables shall be laid in separate groups if they
are in a common trench. The width of trench for laying single
cable shall be 35 cm. Where more than one cable are to be laid in
the same trench in horizontal formation, width of trench shall be

DSP PAGE 3.55 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
increased such that the inter-axial spacing between the cables for
415 volts shall be 20 cm and for 11kV shall be 35 cm.
ii) Inside the substation building, switch/control rooms etc. power
and control cables shall generally be taken on brackets, cable
racks/hooks laid in trenches/ cable vault/ cable gallery/ cable
shafts or along building.
iii) Power and control cables which are required to be protected
against mechanical damage and/or radiation of heat shall be
taken in GI conduits.
iv) All cables irrespective of type of installation shall be protected by
means of GI pipes or sheet metal protective cover up to a height
of 1500 mm from the working floor level and platforms for
protection against mechanical damage.
v) For higher size cables a loop of about 4/5m is to be kept in the
cables for meeting future requirement of jointing/termination
length.
vi) Conduit wiring shall be adopted depending upon specific
requirements of a particular application. Minimum 40% spare
space shall be provided in all the conduits. The rigid conduits
shall comply with IS 9537 : Part 2: 1981.
vii) For 415V power wiring in auxiliary buildings offices etc. cables
shall be taken in racks/ embedded/exposed GI conduits or rigid
PVC pipes.
viii) All cables shall be provided with identification tags indicating
cable numbers in accordance with the cable/circuit schedule.
ix) All opening for cable entry in the equipment shall be sealed and
made proof against entry of creeping reptiles.
x) Power cables of different voltage grades shall be laid in separate
racks/hooks. Control cables as well as signal and communication
cables shall be laid in separate racks. As far as possible AC and
DC power cables shall be laid in separate racks. Where there is
possibility of mechanical damage cable rack shall be adequately
protected by sheet steel covers.
For future installation of cables, provision shall be made to keep
20 percent space as spare on each rack. Alternatively, one spare
rack can be provided all along the route
7. Cable Racks

DSP PAGE 3.56 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
1. Ladder type cable racks of width 600/450/300mm to be
fabricated from 50 x 50 x 6 mm MS angles for longitudinal
members and 25 x 6 mm MS flats for cross members placed
at an interval of 300 mm along the length of the rack with a
provision of double cross members at a distance of 600 mm
for cable clamping. Length of single piece of cable rack shall
be 3m.
2. Supporting MS brackets for the support of cable racks shall
be provided at an interval of 1500mm. Brackets shall be
made of 65 x 65 x 6 mm MS angles.
3. Alternatively, prefabricated GI trays of adequate strength
shall be used,
8. Power Cables accessories
Only heat shrinkable type cable joints and terminations shall be
used for 11kV system. Salient features shall be as follows:
1. Cable joints and terminations shall be as per IEEE-48 and
class – I.
2. Test report (as per VDE 0278) from Govt. approved test
laboratory shall be furnished.
3. The stress control shall be achieved by heat shrink black
tubing of suitable specifications.
4. Track resistance properties of insulating tubing, sealant and
adhesives shall be duly supported by test certificates from a
Govt. approved Laboratory.
3.2.20 Earthing System
i) The soil resistivity values for the transformer building area shall
be obtained from the soil investigation ERT report along with the
bid.
ii) Required earth pits & earth mat, underground earth conductors
and over ground earth conductors shall be provided to arrive at
total earth resistance value less than 0.5 ohm. The earthing shall
be as per IS 3043: 1987.
iii) Bidder shall provide over ground earthing for all the new
equipment. Transformer shall have two nos. dedicated earth pits
for neutral earthing and two earth pits for transformer body
earthing. Separate earth pits shall be provided for Lightning
arrestors.

DSP PAGE 3.57 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
iv) Conductor Sizes for Earthing
Sl. No. Description Materials
1 Earthing electrode 3000mm long, 40 mm dia. MS
rod
2 Fence & fence gate 50 x 6 mm galvanized steel flat
grounding near
substation
3 HT equipment 50 x 6 mm galvanized steel
flat.
4 Earthing pit 3000mm deep earthing pit as
per IS 3043:1987
5 Structures, Bus duct, 50 x 6 mm flat galvanized steel
cable trays, flat
interconnections etc.

v) Earthing shall include substation, relay & control panels and all
other electrical equipment under the scope.
vi) Electrical equipment shall be earthed in accordance with latest IE
rules, IS 3043:1987. Earthing regulation of DGMS shall also be
followed in the earthing design.
vii) All earthing connections shall be of sufficient section to carry the
fault current of 40 kA for 3 seconds.
viii) Touch and step potential shall be maintained in a safe value by
grounding mat.
ix) Earth electrodes shall have facilities for measurement of
resistance and watering during dry season.
x) The bidder shall submit all the calculations for earthing to the
Employer/Consultant for approval. The number of earth pits shall
be finalised based on the earthing calculation to be furnished by
the bidder for Employer / consultant’s approval.
3.2.21 Lightning Protection System
i) Protection from lightning shall be designed as per IS/IEC 62305 in
such a way that all the equipment, buildings etc. are covered in
the zone of protection.
ii) All the down-comers of lightning protection equipment shall be
connected directly to the separate and individual earth electrodes
as per the IS referred.
DSP PAGE 3.58 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
iii) Minimum size of down-comers shall be 50x6mm galvanized MS
flats.
3.2.22 Telecommunication
3.2.22.1 Push button telephone (type-CLI) having following features :
1. FSK/DTMF compatibility both required
2. Both name & telephone number should be displayed at CLI. CLI
facility should work without name registration in Phone book
function.
3. Name/phone book: 99 numbers with names (minimum)
4. Incoming calls memory: 75(minimum)
5. Outgoing calls memory: 10 (minimum)
6. Display: 16 digit large LCD displays with backlight
7. Two way speaker phones required with programmable volume
settings/Digital volume control.
8. Ringer volume selection: required
9. One touch memory
10. Tone / pulse dialing mode compatible
11. Other Features: (i) callback for incoming/outgoing calls (ii) display
of real time and date in idle mode (iii) speaker-in-use indication
(iv)display of incoming numbers, new call, total calls and repeat
calls (v) redial (vi) flash
12. SAIL monogram with-DSP (in capital letter) written under it
should be printed on the body and handset of each telephone.
3.2.22.2 Box, DP, OD type :10 pair
The box should be wall mounting type with hinged cover and locking
arrangement, made of galvanised mild steel sheet with powder coated
of thickness:2mm, for telephone cable with all screw nuts and bolts
made of brass and gaskets between front door and body and between
terminal plate and body with solid molded back, conforming to ITD
specification with 2 nos. cables entry holes : one no. of dia-1/2 inch for
back termination and 1no, hole of dia-3/4 inch for front termination at
the bottom of the box with water tight plugs. Centre-to-centre
distance (horizontal and vertical) between any two adjacent bolts for
cable termination should be at least 20 mm. Diameter of bolts should
be 4mm and should be fitted tightly on the terminal plate. The
terminal plate should be phenolic molded (bakellite) of at least 4mm
DSP PAGE 3.59 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
thickness and conform to IS 2046 with latest amendment. Insulation
value between studs of each pair should be at least 100 Mohm by 500
volt insulation tester. Terminal plate fixing screw with the chassis
should be at least 20 mm inside from the edge.
3.2.23 Fire Detection & Alarm (FDA) System
3.2.23.1 FDA system
The FDA system shall consist of minimum following equipment:
a) Smoke detectors, Heat detectors, Multi criteria detectors,
combination of rate of rise heat detector & photo electric
smoke detector, other types of detectors/ sensors as per the
requirement. All addressable electronic equipment should be UL /
FM approved.
b) Main FIRE ALARM CONTROL PANEL (FACP) along with
accessories to integrate with the fire fighting system for
automatic actuation.
c) Break glass type microprocessor based addressable manual call
points with chain & hammer.
d) Hooters.
e) Transponders/ Interface Modules.
f) Response indicators where required for false ceiling detectors &
normally closed rooms.
g) Manual call point with resetting facilities shall be considered.
h) Power supply equipment.
i) Battery backup for 24 hours, in case of power failure, shall be
provided.
j) U.P.S system.
k) Siren and Accessories.
l) All types of cables (FRLSH) and cabling accessories.
m) Erection materials
n) Earthing Materials & system.
o) Minor civil works required for installing FDA System equipment as
required.
p) GI pipes /GI conduits /PVC rigid conduits and other accessories
wherever required for laying of cables.
q) Trench work, if required, for cabling.
r) All erection accessories, consumables and miscellaneous material
not indicated in specification but required for completing the job
in all respects.
s) Commissioning spares till handing over of the system.
t) Two years maintenance spares.
u) Special tools & tackles for testing & maintenance of the system.

DSP PAGE 3.60 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
3.2.24 UTILITIES
3.2.24.1 Air Conditioning System
1) Following premises shall be provided with air conditioning
system:
S. Premises Internal System details
No. conditions to be
maintained
1. Control Room-1 +23 + 2oC Hi wall mounted split
no. type air conditioning
units : nW+1S
Capacity: bidder to
design
2. Office room at +23 + 2oC Hi wall mounted split
Substation-1 no. type air conditioning
units : nW
Capacity: bidder to
design
2) Split Air-Conditioner
Split AC with cordless remote and having BEE rating of 4 star or
more. Indoor section shall comprise of cooling coil, minimum
three speed mode (low, medium, high), low noise (less than 48 dB
in Hi speed mode), supply air grill, filter. Outdoor section
comprises of air cooled condenser, blower, hermetically sealed
compressor. Sealed seamless heavy duty, high quality copper
(99.9%) refrigerant piping shall inter connect indoor and outdoor
section (a length of max 10 m). Outdoor unit shall be installed in
open space for easy heat dissipation from condenser. Necessary
installation fittings like vibration isolator pad, condensate drain
pan and fixing attachment shall be provided. The input power
shall be single phase.
3.2.24.2 Dry Pressurized Ventilation System
The dry pressurised ventilation systems shall comprise of the following:
 Centrifugal Fan, floor mounted with motor
 Bird protection screen
 Panel type washable air filter
 Ducting with supply louvers
 Over pressure Gravity louvers

DSP PAGE 3.61 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
 DOL starter
 Mounting structures
 Vibration Isolator pads
 Power & control cables, conduit, etc.
3.2.24.3 Exhaust Ventilation System
The exhaust ventilation systems shall comprise of the following:
 Heavy duty Tube Axial Fan, wall mounted with motor
 Bird protection screen
 DOL starter
 Mounting structures
 Vibration Isolator pads
 Power & control cables, conduit, etc.
3.2.24.4 Design Basis for Ventilation System
Inside condition: Ambient temperature +3oC (max. rise) over ambient
temperature throughout the year. The measurement shall be taken 1.5
m above floor level at any location inside the proposed rooms. All
rooms with dry pressurised ventilation system shall have positive
pressure of 2 mmWC above atmosphere to prevent the ingress of dust
& hot outside air. The design of the system shall be done based on
minimum 20 air changes per hour or actual heat load condition,
whichever is higher.
3.2.24.5 Components of Ventilation System
Centrifugal Fan(s)
The fan (s) shall be centrifugal single width with radial/forward/back
ward curved blades depending upon pressure requirement. It shall be
coupled to drive motor through Vee belt. HP of drive motor shall be at
least 15% higher than shaft BHP of fan. The fan shall be statically and
dynamically balanced at different speed. The fan shall be fitted with
self-aligning, self-lubricated ball / roller bearings. Suitable vibration
isolators shall be provided at the fan pedestal. The centrifugal fan shall
conform to IS 4894:1987/ BS: 848/ AMCA: 210. The fan shall be fitted
with variable inlet vanes for accurate control of air volume. To prevent
transmission of fan vibration, flexible canvas connection shall be
provided at the fan inlet and outlet.

DSP PAGE 3.62 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Axial fans
The axial fan shall be industrial, heavy duty type, suitable for
continuous operation, statically and dynamically balanced, single stage,
directly coupled with drive motor and shall be manufactured, tested
according to IS 3588:1987. The fan shall also include bird protection
screen, outlet grill, mounting structures, DOL starters, and all necessary
electrics and accessories.
Ducting
Galvanized steel sheet (GSS) conforming to IS 277: 2003 (Class VIII)
with thickness: 0.63mm for sizes upto 750 mm and 0.8 mm for sizes
beyond that shall be considered. Velocity of air within the duct shall be
restricted to 8 m/s. First 5m of supply air duct near fan shall be
acoustically insulated from inside with 12 mm thick rigid board fiber
glass wool covered with perforated aluminium sheet / finished RP
Tissue paper. If the duct is exposed to the atmosphere then together
with 50mm thick PUF thermal insulation shall be provided.
Gravity type louvers
The gravity type louvers shall be fabricated from 0.6 mm thick M.S.
sheet finished with two coats of primer and two coats of finished
paints matching to the interior decor. The number and location of
exhaust air grills shall be carefully decided considering room size, air
velocity and 2mm WG positive inside pressure, etc.
Grills and Diffusers
The grills and diffusers shall be fabricated from M.S. sheet of thickness
not less than 18G / 20G. All supply air grills shall be square / circular
type with adjustable louvers, whereas return air grill shall be fixed type.
3.2.24.6 Fire Fighting System
The following types of fire-fighting system shall be provided.
i) Portable fire extinguishers
ii) Passive fire protection of electrical cables
iii) Sand buckets – shall be provided in all electrical and instrument
control rooms and other locations as per TAC norms.
Portable Fire Extinguishers
Portable fire extinguishers are first aid fire-fighting appliances. These
are useful for extinguishing the small and early stage of fire. So, the fire
extinguishers should be placed in conspicuous positions and shall be
readily accessible for immediate use in all parts of the occupancy to

DSP PAGE 3.63 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
extinguish fire at the early stage. Fire extinguishers should be placed
not more than 15 m from the site of anticipated fire and as far as
possible at exit without hindering the escape routes.
Wall mounted fire extinguishers the bottom of the extinguishers shall
be kept 1000 mm from the ground level (floor). Higher capacity fire
extinguishers shall be located in a place so the mobility of
extinguishers within the area should not be restricted at which it is
used. The fire extinguishers should not be placed in a position where it
is likely to gain heat from the surrounding equipment or process.
The size and number of these facilities shall be planned as per
recommendation of Tariff Advisory committee to the Electrical Rooms,
Control panels, office etc. bidder shall furnish in the tabular form for
various size and number of these portable fire extinguishers, which
shall be provided for different units / area along with their bid.
Type of Portable Fire Extinguishers and minimum quantity to be
provided are as follows:

Unit / Area with


Sl. No.
size CO2 (4.5 kg) DCP (6 kg)
1. Switchboard Room, 3 3
cable vault/ gallery
2. Control Room 2 2
3. Charger Room 1 1
4. Battery Room 1 1
5. Store 1 1
6. Each of Transformer 1 1
Room
a) The portable fire extinguishers shall conform to the following IS:
i) CO2 type (4.5 Kg) fire extinguishers conform to IS 15683:
2006, fitted with screw down type high pressure control
valve as per IS 3224: 2002, ISI marked, with 1m long wire
breaded high pressure discharge hose & non-conductive
horn mfd., complete with initial charge of CO2 gas as per IS
15222: 2002, wall mounting bracket screws. Cylinder
confirming to IS 7285: 2004 with ISI mark and approved by
Chief Controller of Explosive, Nagpur Manufacturer’s test
certificate and CCE approval certificates to be submitted.
This is suitable for operating between -30oC+ 55oC.
ii) DCP type (DCP Type 6 Kg) fire extinguishers conform to IS
15683: 2006. ISI marked, and complete with all accessories,
DSP PAGE 3.64 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
mounting bracket and screw. Powder shall be Potassium
bicarbonate base comply with to IS 4308:2003 and CO2 gas
cartridge both bearing ISI marked. Neck ring, discharge
nozzle and cap made of leaded tin bronze with nickel
plated. The discharge hose shall not be less than 500 mm.
Passive Fire Protection
Fire barrier / sealing shall be provided to wall opening, floor opening
for the electrical cables in the electrical as well as control rooms. It shall
be provided to entry as well as exit of electrical cables. The barrier
/sealing shall be of 3 hours fire rating. The barrier /sealing shall be UL
listing / FM Approved. It shall be completely resistant to moisture,
humidity and chemicals and shall remain, unaffected by oil/lubricant
etc. The system shall be completely free from shrinkage/cracking and
shall be smoke & gas tight during fire conditions. There shall be a
provision in the system so that cables can be added or replaced without
difficulty or impairing its fire resistance performance. All the
constituents of the fire barriers shall be odorless, non-hazardous and
non-toxic.
3.3 CIVIL WORK
3.3.1 Design Specifications
This specification covers the design criteria for Civil Engineering works.
The term ‘Design Criteria’ includes loading standards, permissible
stresses, functional requirements and quality standards to be adopted
as a basis for preparation of designs and drawings by the bidder.
These designs and drawings shall cover buildings for facilities, auxiliary
facilities, ancillary buildings and structures, foundations for buildings
and equipment and other miscellaneous civil engineering items of
work to be provided and/or to be modified/ rectified by the bidder.
The designs prepared by the bidder shall not only provide for the
requirements indicated in this specification but also consider the
overall process requirements, service conditions. The designs shall be
compatible with the operating and the atmospheric conditions
prevalent at Durgapur Steel Plant (DSP), Durgapur.
Standards and unification shall be carried out to the maximum extent
possible and in the interest of standardisation. DSP reserves the right
of selecting a particular make of materials and components. The bidder
shall supply materials/components of the particular make, if so
required.
The work is to be carried out in an operating plant and hence design &
DSP PAGE 3.65 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
execution of work shall be carried out in such a manner to cause
minimum or no disturbance to the normal day-to-day operations of
the plant
3.3.2 Standards
The design criteria for civil engineering work shall be in accordance
with this specification. Detailed instructions on such aspects as are not
indicated herein shall be as per the latest standards & BIS codes. In the
absence of suitable IS specification and codes or other codes of
practices other recognised international standards and codes may be
followed with the prior approval from employer.
In respect of pollution control, safety, sanitary and hygienic
requirements the stipulations of the Department of Environment of the
Government of India, stipulations of the Indian Factories Act, West
Bengal Government Factories Rules, notification of West Bengal
Government Department of Science & Technology and Environment
on Water and Air Pollution and other statutory authorities shall be
satisfied.
This specification covers design of major Civil Engineering items of
work. Other items of work shall be designed according to the relevant
standards, recommendations and stipulations referred above. This
design specification shall also be read in conjunction with the General
specifications for Civil Engineering Work.
3.3.3 Design Criteria

Reinforced cement concrete M-25 C


Reinforcing bars TMT bars (Fe-500)
Brickwork in CM 1:6 7.5 Designation bricks
Cement Plaster 1:6
For outside surfaces 20mm thick
For inside surfaces 15mm thick
For ceiling in 1:4 6mm thick
Anchor Pocket Grouting Anti-shrinkage compound/ Non
shrink free flow grout (Shrinkomp-30
of ACC or equivalent)
Plinth protection PCC 150mm thick over compacted
Boulder soling with moorum Blinding
around the building.
DSP PAGE 3.66 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
WBM road As per latest MORTH’s specifications.

In case anything mentioned in this specification is at variance with IS or


other codes of specification mentioned herein, the provisions of this
specification shall prevail.
3.3.4 Concrete and Reinforced Concrete for structures and Foundations
Concrete work shall be a dense, homogenous, smooth mass including
required finishes, possessing required strength and resistance to
weathering and abrasion for the structures and foundations.
Design of all reinforced concrete structures shall be as per the latest IS
456: 2000. The structural safety of all foundations on soil shall, in
general, be based on IS 1904: 1986. The allowable settlement of
foundations shall be as per technological / system requirement. For
building structures allowable settlement shall not exceed 50mm.
For open foundations, the depth of foundation shall be determined
based on loading on foundations and bearing capacity at the founding
level, constructional and technological requirements. However, in no
case shall be the foundation is taken down to less than 600 mm below
natural ground level in case of soil and 200 mm in case of rocky strata.
Equipment requiring special foundations as a result of dynamic,
unbalanced forces, shall be designed as per IS 2974 :Part-1: 1982, Part-
3: 1992 & Part-4: 1979. The bidder is required to design and construct
such foundation free of objectionable resonance, vibration or rocking.
In the event that such equipment is installed above ground level, the
supporting structure and foundation shall be investigated also for
natural frequency and designed properly to avoid resonance and
amplitude shall be within allowable limits as specified by equipment
Manufacturer.
However in no case foundation shall be placed on the filled up soil and
the depth of the foundation shall be taken upto the depths where the
virgin soil strata is found. Extra depth shall be filled with PCC M5B.
For calculation purpose ‘Limit State Design’ methods shall be adopted.
The minimum grade of RCC shall be M25 and PCC shall be M10.
However, PCC of grade M5 shall be used for mass filling.
3.3.4.1 Load Conditions
All foundations and concrete structures shall be designed to resist full
operating dead and live loads, with appropriate combination of wind
and seismic forces and with due allowance for impact, inertia loading,
DSP PAGE 3.67 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
vibration etc. as secondary effects of live loads, temperature variation
etc. While designing structures and foundations either the effect of
seismic forces or wind loads, whichever produces the worst effect, shall
be considered along with usual load conditions. Requirement of seismic
load analysis shall be based on type & importance of structure, mass
concentration etc. and shall be decided at the time of detail
engineering.
Concentrated and uniformly distributed live load on floors and
platforms shall be considered depending upon the usage and in
accordance with a maximum expected process requirements, to be
indicated by the equipment manufacturers. When the loads are
movable, they shall be so placed as to get worst effect in moment,
shear; axial loads etc. for which the elements shall be designed. The
design shall be based on the maximum loading due to uniform live
load and /or equipment loading including impact, vibrations etc.
Wherever applicable, seismic forces & wind forces shall be considered
according to the provisions of IS 1893 : Part – 1: 2002, IS 1893: 1984
and IS 875: 1987.
Design of structures shall provide for temporary maintenance of plant
and equipment. Consideration shall be given in the design of structures
to the contributing loads form piping and cabling including provisions
for piping anchors and dead ends of electrical conductors.
The design of buildings and structures shall take into account the
loadings due to future extension of units and installation of additional
equipment, where necessary, in future in the units.
3.3.4.2 Permissible Stresses
Allowable stresses for all reinforced concrete structures shall be as per
IS 456 : 2000.
3.3.4.3 Soil Conditions
Soil test report of the proposed area shall be referred to for the
purpose of design of foundations for buildings/structures.
3.3.4.4 Requirements of Durability
1) This shall be as per the provisions of IS 456: 2000. (Clause 8.2).
2) The minimum cement content, maximum water cement ratio and
minimum grade of concrete shall be as per Table 5 of IS: 456-
2000 for different exposure conditions.
3) The requirement of fire resistance shall be as per IS 1641 : 1988

DSP PAGE 3.68 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
and as per Clause 21 of IS 456 : 2000. (Refer Fig. 1 of IS 456:
2000).
3.3.4.5 External Cladding, Internal Partitions & Finishes
This section deals with cladding, internal partitions and finishes for
production buildings and associated ancillary and auxiliary buildings.
External cladding shall be constructed of Burnt clay / fly ash bricks. The
thickness of brick masonry walls shall be minimum 230mm. Design of
masonry walls shall conform to IS 1905 : 1987.
Cement sand mortar shall be 1:6 for external walls having minimum
thickness of 230mm and also for brick work in protection walls to
waterproofing membrane in tunnels, basements etc.; for walls of
thickness 110mm mix shall be 1:4 with HB wire netting reinforcement
at every third layer.
All brick and rubble masonry walls shall be plastered on both sides.
Thickness of plaster shall be minimum 20mm for external surfaces and
15mm for internal surfaces of walls. Thickness of plaster for ceiling
shall be minimum 6mm.
Cement sand mortar mix for ceiling plasters, shall be 1:4 whereas for
walls it shall be 1:6
All outside plastered surfaces of masonry walls shall be applied with
weatherproof paint of approved make and quality and to be applied
as per manufacture’s specification.
Inside surfaces of masonry walls shall be treated with white
wash/colour wash or plastic emulsion paints of approved quality, make
and colour, or to be tiled as the case may be, on the basis of
technological and/or aesthetic requirements. Necessary surface
preparation shall be done prior to application of paints.
3.3.4.6 Floors and Floor Finishes
In general, all floors on ground shall be made of minimum M25
reinforced concrete of 150mm minimum thickness. However, for the
production buildings, the design of floor shall be done taking into
consideration technological requirements, imposed loading and other
service conditions etc.
The sub-grade below the floor slab shall be minimum 250mm thick
stone boulder soling blinded with moorum. Building paper shall be
provided on top of sub-grade before casting the concrete slab.
All sub-grades shall be laid on compacted earth.

DSP PAGE 3.69 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Floor finishes for the buildings shall be provided according to
technological and functional, service and duty requirements and as per
manufacturer’s instruction where applicable.
3.3.4.7 Septic Tank & soaking pit
Septic Tank and soaking pits shall be provided as per IS 2470: 1985.
3.3.5 Workmanship & Material Specifications
3.3.5.1 Local conditions
The bidder, before submitting his bid, shall visit the site and ascertain
the local conditions, labour rules, availability of construction materials,
traffic restrictions, and all obstructions in the area and also ascertain all
site conditions including the sub-soil conditions and shall allow for any
extras likely to be incurred due to all such conditions in his quoted
prices. After the award of work no additional claims shall be
entertained on these accounts under any circumstances, whatsoever,
from the bidder.
3.3.5.2 Setting out and levelling
The bidder shall set out and level the work and shall be responsible for
the accuracy of the same. He is to provide all instruments and proper
qualified staff with labour for getting his work checked by Engineer, if
so desired by the Engineer. Such checking, if any, shall not, however,
relieve the bidder in any way, of his responsibility for correct setting
out.
3.3.5.3 Safety
The bidder shall take adequate precautions to ensure complete safety
and preventions of accidents at site and shall be responsible for the
same. The safety precautions shall conform to the safety regulations
prescribed by the Safety Code for constructions and relevant Indian
Standard Codes, some of which are stated below:
IS 3764: 1992 : Safety code for excavation work
IS 4014: 1967 : Safety regulations for scaffolding work
IS 4081: 1986 : Safety code for drilling and blasting
operations
IS 4138: 1977 : Safety code for working with compressed
air
IS 7923: 1985 : Safety code for working with
constructions machinery
3.3.5.4 Keeping work free from water
The bidder shall provide and maintained at his own cost, pumps and
DSP PAGE 3.70 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
other equipment to keep the works free from water and continued to
do so until the handing over of the works
3.3.5.5 Rubbish
The bidder shall keep the site clear on a continuous basis of all rubbish
etc. which may arise out of the work executed by him and dispose
them suitably in allotted areas.
3.3.5.6 Bench marks, reference pillars etc.
The bidder shall protect all bench mark, and reference pillars /lines
including ground water gauges from damage or movement during
working. In case of any damage the bidder shall have to restore the
same to its original condition at his own cost.
3.3.5.7 Standards
Unless otherwise mentioned in the specifications, all applicable codes
/standards as published by the Bureau of Indian Standards on the date
of award of contract shall governed the work in respect of design,
workmanship, quality and properties of materials, method of testing
and other pertinent features.
3.3.6 Dismantling Work
a) No dismantling work shall commence without prior approval of
employer on the dismantling plan prepared by the bidder.

b) The bidder shall have to arrange all types of equipment for


carrying out the dismantling work satisfactory including hire
charges & running charges with all labour, tools, tackles etc.
complete as per direction of Engineer & I/c.

c) Care shall be taken to maintain the stability of retained structures


for which necessary structural supports are to be provided
without any extra cost.

d) All debris collected due to dismantling shall be transported and


disposed off as per direction of Engineer-In-Charge.

3.3.7 Excavation and Back Filling


3.3.7.1 Stripping
The bidder shall strip the surface of the site prior to the
commencement of excavation to remove vegetable soil and carry such
soil to separate spoil dumps in the allotted site/areas.
3.3.7.2 Excavation for foundations and Trenches

DSP PAGE 3.71 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
1) The bidder shall excavate at various levels including hard rock to
remove materials of any nature or description, which may be
encountered. Side slopes, benching and/or shoring/strutting for
excavation work shall be sole responsibility of the bidder. The bed
of the excavation shall be properly dressed and made level. All
mud and slush shall be removed before taking up concreting
work. The bidder shall take suitable precautions to prevent
ingress of water into the excavated areas during construction.
2) The bidder shall account for all excavated rock, if any. He shall
stack excavated rock and if the bidder for his works requires
serviceable boulders, it may be issued based on stack
measurement less 40% for voids at the rate to be decided by the
employer.
3) The surplus excavated materials and excavated unserviceable
materials from rock excavation shall be transported and disposed
off by the bidder in spoil dumps or fill areas as directed by the
employer.
4) If the bidder excavates to levels lower than those shown on the
drawings, he shall fill up such extra depth at his own cost to the
proper level with lean concrete of grade M-5B.
5) Should the bottom of any excavation appear to be soft, unsound
or unstable, the bidder shall excavate the same to required
depths and the extra depth shall be filled up by the bidder with
lean concrete of grade M-5B.
6) The bidder shall take all precautions against slips and falls in the
excavation. No extra payment shall be made for removal of slips
and for back filling the space with materials as directed by the
employer.
7) The excavation shall be kept free from water by pumping. In small
pits water may be bailed out with buckets as directed. Adequate
care shall be taken to prevent movement of water through freshly
laid concrete or masonry work.
8) If any excavation for foundation gets filled up with water due to
rain, seepage or for any reason, the water shall be removed and
bottom of the excavation shall be completely cleared of all
silt/slush by the bidder at their own expense.
9) All water pumped or bailed out during de-watering of pits and
trenches shall be disposed off suitably through properly laid
channels or pipes. Disposal of water shall be carried out in such a
DSP PAGE 3.72 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
way that no inconvenience or nuisance is caused to the work in
progress in the area or to other agencies working in the area or
cause damage to property and structures nearby.
3.3.7.3 Back filling
1) Materials
Suitable materials obtained from excavation of foundations shall
be used as far as possible for back filling. Earth used for filling
shall be free from organic and other objectionable matter. All
clods of earth shall be broken or removed. If sufficient amount of
suitable materials are not available at site to complete filling
work, then earth shall be brought to site from outside by the
bidder as directed by the employer at his own cost.
2) Filling around foundations with earth
Before commencement of back filling, the bidder shall remove
from the space around foundations all accumulated water and
slush, shoring and formwork, all debris, brickbats, bits of timber,
cement bags and all other foreign materials. Filling shall be
carried out in uniform horizontal layers, each layer not exceeding
200 mm in thickness. Each layer shall be watered, rammed, and
thoroughly compacted before the next layer is deposited.
3) Plinth filling and special compaction with earth
Plinth filling or filling where special compaction is required shall
be carried out in uniform horizontal layers, each layer not
exceeding 150 mm in thickness. Each layer shall be well watered
and compacted by mechanical means.
4) Removal of heaps & Mounds
Immediately upon completion of each phase of work, the bidder
shall at his own cost clear the mounds or heaps of earth which
may have been raised or made and remove all earth and rubbish
which may have become surplus in the execution of works, as
directed.
5) Filling with sand
Filling with sand shall be carried out in uniform horizontal layers,
each layer not exceeding 200 mm in thickness with approved
river sand and each layer to be watered and compacted
mechanically to a well compacted mass.
3.3.8 Plain & Reinforced Concrete Work

DSP PAGE 3.73 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
3.3.8.1 Materials
1) Cement
Cement: Ordinary Portland cement shall conform to IS 269:1989 /
IS 8112: 1989 and Portland blast furnace slag cement shall
conform to IS 455: 1989.
2) Aggregates
All aggregates shall conform to IS 383: 1970. Test on aggregate
shall be carried out from time to time to ascertain the suitability
of the aggregates.
3) Reinforcement
Reinforcement in general shall be of tested quality. TMT bars
conforming to IS 1786: 2008 & shall be free from oil paint and
rust coatings. However, IRC mesh fabric reinforcement
conforming to IS 1566: 1982 can also be used if specifically
required and shown in the drawings. The binding wire shall be 20
SWG approved annealed iron wire.
4) Shuttering
The material for shuttering shall be steel plates as per IS 2062:
2006 or wooden planks as per the requirement.
5) Jointing materials
All rubber and PVC water stops joint fillers, sealing materials etc.
used in concrete work shall be of standard manufacture as per
relevant IS codes. Usage of these materials shall be in accordance
with the manufacturer's instructions.
6) Admixtures
Admixtures, if required, to be used shall be of approved quality
and make and shall conform to relevant IS codes.
7) Water
Water shall be clean and of potable quality as per clause 5.4 of IS:
456-2000.
3.3.8.2 Workmanship
1) Concrete
Production and control of concrete shall be as per IS 456: 2000.
The bidder shall at his own cost, grade the aggregates and
control the water cement ratio, design the different mixes to
required strength and workability. The designed mix shall
DSP PAGE 3.74 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
conform to the requirement of IS 456: 2000. Where nominal
mixed concrete as defined by IS 456: 2000 is permitted by the
employer for any specific reason, the proportion of the materials
shall be as indicated in IS 456: 2000.
2) Mixing
Except where nominal mix concrete as defined in IS 456: 2000 is
permitted by the Engineer to be used, all components of concrete
shall be proportioned by weight using weigh batches for each
grade of concrete. Mixing shall be carried out in mechanical
mixers and preferably a batch mixing plant shall be used.
3) Consistency
Consistency of concrete shall be controlled as per IS 456:2000
and the bidder shall carry out slump tests in accordance with IS
1199: 1959.
4) Work tests
Over the full period of construction, the bidder shall carry out
works tests of concrete cubes at his own cost. Sampling, making
up, curing and testing of specimen shall conform to IS 456: 2000,
IS 516: 1959 and IS 1199:1959. The number of specimen & the
frequency of tests shall be in according to IS 456: 2000.
5) Reinforcement
i) Workmanship shall conform to IS 456: 2000 & IS 2502: 1963.
ii) Reinforcement bars shall be placed and maintained
accurately in the position as shown in the drawings. The
correct cover to the reinforcement shall be maintained by
use of pre-cast concrete blocks.
iii) All intersections of longitudinal and transverse bars of
stirrups and all laps shall be securely tied together with
approved binding wire in accordance with IS 2502: 1963.
iv) Welded joints shall be strictly in accordance with IS 456:
2000.
6) Embedments
i) All embedment shall be accurately set and rigidly fastened.
Anchor bolts shall be set to template and firmly secured in
vertical and horizontal line at required positions. Water
stops shall be secured against displacement during the
placing of concrete. The joints for GS sheet water stops shall
be soldered watertight and those of PVC and rubber shall

DSP PAGE 3.75 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
be joined by cementing and vulcanizing.
ii) Anchor holes and anchor bolts shall be protected by
covering suitably with brickwork in lean cement mortar after
thorough cleaning.
7) Placing of concrete
i) Transporting concrete
Concrete shall be transported from the mixing plant to the
forms as rapidly as possible by means that shall prevent
segregation or flash set in the concrete during hot weather.
The containers shall be such as to prevent large
evaporation. At the time of placing concrete in very hot
weather, care shall be taken to see that the temperature in
wet concrete does not exceed 38°C.
ii) Placing
Concrete shall be placed within a maximum period of 25
minutes of its removal from mixer. No concrete shall be
placed until the place of deposit has been inspected and
approved by the Engineer. In general, placing shall be direct,
by transporting buckets. Concreting in open shall not be
allowed during rains unless all precautions have been taken
by the bidder and permission has been given by the
Engineer.
 Construction joints
Construction joints shall be provided as per provisions
of IS 456: 2000 & IS 3414: 1968.
 Expansion joints
Expansion joints shall be provided as per provisions of
IS 456: 2000 & IS 3414: 1968.
 Compaction
Concrete in general shall be consolidated by vibration
using high frequency mechanically driven vibrators.
Concrete shall be placed in layers at least 300 mm
deep in walls and approximately 450 mm in mass
pours. Vibrators shall not penetrate more than 50
mm into the surface of previously placed layer but
shall completely vibrate the working layer. Under no
circumstances vibrator shall be attached to or
allowed to touch reinforcement. Spare vibrators in
good operating condition shall be in hand during
placing operations.
DSP PAGE 3.76 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
8) Curing and protecting
Curing of concrete with water shall comply with IS 456: 2000.
9) Repairing and patching
Pockets honey combing and other defects, which may be formed
due to segregation, improper vibration and any other reason
whatsoever shall be completely repaired to the satisfaction of the
Engineer. The voids, if any, shall be properly keyed and
reinforced, if necessary. The cavities shall be filled with the same
concrete as used for the structure and thoroughly rodded or
vibrated where possible. The filled hopper shall be left in place
until shrinkage has taken place and the concrete sets sufficiently
to stay in place. While still `alive', the upper part of form hopper
shall be removed and excess concrete struck off and finished with
wooden flat or trowel to match existing concrete. Any fins or
unsightly grout runs or bulges shall be removed from the
surfaces exposed to view.
10) Tolerances
Tolerance is a specified permissible variation from lines, grades or
dimensions given in drawings. Tolerances shall be as per
provisions of IS: 456-2000 or as specified for the system,
whichever is minimum.
3.3.9 Grouting Bases of Machine, Columns, Foundation bolts, etc.
3.3.9.1 Level pads
For preparing the level pads, the top of the foundation concrete shall
be chipped off to remove laitance formed on the concrete surface, and
all loose materials shall be thoroughly cleaned and the surface is
wetted before the grouting. In case level pads are constructed they
shall be of cement concrete with one grade higher than the mother
concrete with 6mm nominal size stone aggregates in conformity with
the grouting requirements with 6 mm size ballast. The top of the level
pads shall be finished & fine and true to level.
3.3.9.2 Grouting:
1) Cementations grout of minimum grade M-30 with 10mm & down
coarse aggregate shall be used for grouting the structural steel
column bases.
2) For grouting of equipment bases, High strength, non-shrink, free
flow, ready-mix grout of approved manufacturer shall be used.
3) Before placing the grout, the concrete surface shall be thoroughly
DSP PAGE 3.77 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
cleaned, preferably with compressed air and the surface shall be
thoroughly wetted with water for several hours. Grout concrete
shall be of non-shrink stranded ready mixed cement-based grout
of approved make as per item of work/drawing. The grouting
shall be prepared and placed as per manufacturers’ instructions.
The quantity of mixing water shall be minimum commensurate
with the workability, compaction, and filling of the grout in all
corners and crevices. The grout shall be evenly spread and
compacted by rodding or a vibrator until the whole of the space
is completely filled with concrete. The grout shall be carefully
observed for initial settlement. If any settlement is observed,
further grout is to be poured and rodded.
4) For base plate having ribs underside the base plate, proper care is
to be taken to ensure filling of the cavities between the ribs.
5) In case of wide base plates or bedplates having ribs underside, it
may be necessary to do pressure grouting.
6) Non-shrinking grout:
Non-shrinking grout where required shall be used in accordance
with the method specified by the manufacturer. Material shall be
as approved by the Engineer.
3.3.10 Form Work
3.3.10.1 Shuttering for concrete
1) The term `shuttering' shall include all centering and form work
required to support the concrete during the process of laying,
compacting and setting and all items such as planking, lagging,
walling, moulds, covers, cross bearer, struts, props, bracing, etc.,
shall be covered by the term `shuttering'.
2) Shuttering shall be strong and constructed rigidly so that there
shall not be any deformation under weight and pressure of wet
concrete, constructional loads, wind and/or other forces. It shall
be constructed in such a manner that it can be easily removed
afterwards.
3) Devices shall be provided in the shuttering for forming openings,
holes, pockets, chases, recesses etc., wherever required.
4) Cutting of holes etc. in the concrete after casting shall be
avoided. Corner fillets shall be provided in the formwork to
obtain chamfered edges to beams, columns, etc. wherever
required.

DSP PAGE 3.78 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
5) All shuttering / form work & its removal shall conform to IS 456:
2000.
3.3.10.2 Supports
Props or Supports shall be provided as per IS 456: 2000.
3.3.10.3 Setting
Panels and units shall be set to true dimensions and alignment and
rigidly tied, walled and braced to prevent distortion and displacement
during concreting and shall confirm to the provisions of IS:456-2000.
3.3.10.4 Ties
Standard form ties, clamps, bolts, inserts etc., shall be of adequate
strength. Spreader, either removable or embedded type, shall be used
to maintain the wall thickness in accordance with provisions of IS: 456-
2000.
3.3.10.5 Cleaning and treating of forms
All rubbish shall be removed from the interior of the formwork, and
inside of the formwork shall be wetted with water before commencing
the concreting strictly in accordance with IS 456: 2000.
3.3.11 Mortar for Masonry & Plaster Work
3.3.11.1 Materials
1) Cement
Cement used shall conform to IS 269: 1989 / IS 8112: 1989 or IS
455: 1989.
2) Sand
The sand used shall be of approved quality river or pit sand and it
shall conform to IS 1542: 1992 for plaster and to IS 2116: 1980 for
masonry mortar.
3) Admixtures/Plasticisers
Admixtures/plasticiser of approved make and quality may be
allowed in the mortar, if permitted by the Engineer.
4) Water
Water shall be clean and of potable quality.
3.3.11.2 Mortar Proportion
The proportion of cement and sand for mortar shall be as specified in
the technical specification/drawing.
3.3.11.3 Workmanship
DSP PAGE 3.79 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
1) The workmanship shall conform to IS 2250: 1981 for preparation
of masonry mortars and to IS 1661: 1972 for plaster.
2) The cement and sand shall be proportioned by volume in gauge
boxes and thoroughly mixed dry. The water shall be added by
sprinkler just sufficient to make a stiff and workable paste. In case
of mechanical mixing, the mortar shall be mixed back and forth
for at least 10 minutes with addition of water.
3) Mortars shall be used within one hour of the first contact of
cement with water. All materials remaining after this period shall
be discarded. Mortars, which have started to set, shall not be re-
tempered.
3.3.12 Plaster Work
3.3.12.1 Materials
Mortar for plasterwork shall be as specified as per relevant Clause of
this specification.
3.3.12.2 Workmanship
1) All plasterwork shall be carried out according to IS 1661: 1972.
The thickness and proportion of cement plaster shall be as
specified in the drawing. Where the thickness of plaster is 20 mm
or more, it shall be done in two operations (coats).
2) The surface to be plastered shall be cleaned of all extraneous
matter and rubbish. Brickwork joints shall be raked and concrete
surface shall be roughened by chipping or hacking. Plaster pads
of required thickness of plaster for the bidder shall establish
correctness of plumb, line and level before starting plasterwork.
3) For one coat plaster work, the plaster shall be laid slightly thicker
than the specified thickness and the surface then levelled with a
flat wooden rule to the required thickness. The plaster shall be
well pressed into the joints and the surface finished for getting
smooth and even surface.
4) Where two coats plaster work is specified, the first coat shall be
applied as described above except that the surface shall be left
rough and keys formed for the application of second coat. The
second coat shall be applied a day or two after the first coat has
set, but the first coat shall not be allowed to dry.
3.3.12.3 Curing

DSP PAGE 3.80 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
After the completion of plasterwork, it shall be cured by adequate
watering for a period of seven (7) days.
3.3.13 Brick Masonry Work
3.3.13.1 Materials
 Cement Mortar
Cement mortar shall be as specified in the Drawing or
Specifications.
 Brick
The brick used shall be of class 7.5 designation conforming to IS
1077: 1992. However, if required, fly ash bricks conforming to IS
12894: 2002 shall be used. Brick shall be whole, sound, well burnt,
and free from cracks, square and well shaped uniform in size and
shall emit a clear ringing sound when struck. The compressive
strength of brick shall be minimum 7.5 N/mm2.
3.3.13.2 Scaffolding
 Scaffolding shall conform to IS 2212: 1991 and shall be designed
to withstand the loads and to ensure complete safety of workmen
and materials.
 The scaffolding should be double, i.e. it shall have two sets of
stands to avoid putlog holes. Where this is not possible, the inner
end of the scaffolding poles shall rest in a hole provided in a
header course only. Only one header for each pole shall be left
out. Holes, if provided, shall be filled in and made good by bidder
to ensure that the surface does not give any unsightly
appearance.
3.3.14 Metal Doors, Windows, ventilators & Rolling Shutter
3.3.14.1 Materials
1) All doors, windows, ventilators & rolling shutter shall be provided
based on functional, system & safety requirements.
2) MS framed, fabricated doors/windows and ventilators with glass
panes as per relevant IS codes & technological requirements of
specified type and size.
3) For rolling shutters provisions of IS 6248: 1979 shall be followed
4) Unless otherwise specified, coupling section shall be of mild steel.
Handles, peg stays and pivots shall be of leaded tin bronze (gun
metal). Hinges for side-hung shutters shall be of projecting non-
friction type, unless otherwise specified. Weather bars shall not
DSP PAGE 3.81 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
be provided unless specifically indicated on the drawings. The
type, size, number and position of fixing lugs shall conform to
relevant IS codes. The steel doors, windows and ventilators shall
be painted with one coat of red oxide zinc chromate primer,
conforming IS: 2074-1992 before they are fixed. Final painting
shall be done with two coats of ready mixed approved flat oil
paint of approved colour.
5) Non-standard & air tight metal/anodised aluminium doors shall
be provided as per provisions of IS 1038: 1983 with steel
sheeting. For steel and aluminium windows, IS 1361: 1978 & IS
1949: 1961 shall be followed. For glazing of metal doors, windows
& ventilators, IS 1081: 1960 shall be followed.
3.3.14.2 Workmanship
Steel doors, windows, ventilators and rolling shutters shall be fixed
plumb in line and level. Fixing and glazing of metal doors, windows
and ventilators shall be in accordance with IS 1081: 1960 Code of
practice for fixing and glazing of metal doors, windows and ventilators.
3.3.15 Colour Washing and Anti-algael, Weather-proof acrylic emulsion
Painting
3.3.15.1 Materials
 Lime:
White wash shall be prepared from shell (fat) lime conforming to
IS 712: 1984. Necessary amount of colouring matter shall be
added to lime mixture.
 Gum and blue pigment
Gum and blue pigment for white wash shall be of best quality
and of approved one.
 Water
Water shall be clean and of potable quality.
 Paint
Paints shall conform to relevant Indian Standards and shall be of
approved brands. Only ready mixed paints shall be used for the
work, unless otherwise approved by the Engineer. The materials
for succeeding coats on any one surface shall be product of the
same manufacturer supplying the first coat for that particular
surface. Aluminium paint shall conform to IS 2339: 1963.
 Brushes

DSP PAGE 3.82 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
Brushes shall be of type and size suitable for the work,
conforming to IS 487: 1985. Rags or inferior quality brushes shall
not be used on the work.
3.3.15.2 Anti-algael, Weatherproof, Exterior modified acrylic emulsion Paint
 Anti-algael, weatherproof, exterior modified acrylic emulsion
paint of approved brand and quality shall be applied strictly in
accordance with the manufacturer's instructions.
 Painting
Only ready mixed paints of approved brands shall be used. The
product shall be such, whenever applied; it shall spread evenly in
a thin coat and flow on smoothly and shall dry quickly forming a
tough durable film without showing any brush marks or cracks.
 Preparation of surface
The surface of steelwork to be painted shall be cleaned free of
dirt, oil, and rust be thoroughly dry before painting. Cleaning,
degreasing, de-rusting and de-scaling wherever necessary shall
be carried out as specified in IS 1477: Part 1: 1971.
 Painting steel work
Painting of steel work shall be carried out as per general
specification for painting and as approved by the Engineer.
3.3.16 Roof Treatment
3.3.16.1 Material
 4mm thick Atactic Polypropylene modified Plastomeric (APP)
bitumen based membrane with polyester reinforcement of
approved make with a thermo fusible high molecular high
density polyethylene (HDPE) film and mineral finished on top
surface.
 Screed Concrete of grade M25 with 10mm & down size coarse
aggregate.
 Wire mesh with 2mm dia. wire and 50X50 mesh size just below
the screed surface
 The solvent based bitumen primer of compatible make (Shalitex
from STP or equivalent)
3.3.16.2 Workmanship
 Screed concrete of minimum thickness 25mm shall be laid on the
RCC slab of roof in gradient towards drain pipes. Wire mesh shall
be placed just below the screed surface.
DSP PAGE 3.83 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
 Placing, Curing etc. of screed concrete shall be done as per
specification of concrete.
 Bitumen primer of APP compatible make shall be applied over
the screed surface as per manufacturer’s specification
 Laying of the membranes over bitumen primer shall be done by
manufacturer’s authorized applicators only.
 Prior to taking up screed or bitumen primer work, cleaning of the
roof surfaces and filling of the joints, micro-levelling, etc. shall be
done to remove any loose particle & to maintain proper gradient.
 Termination of membrane shall be carried out by cutting & filling
of chases in brick wall / RCC on vertical faces. The filling of chases
shall be done as per manufacturer’s specifications.
 Necessary overlaps of the membranes at the joint as per
manufacturer specifications shall be provided. Extra Care shall be
taken for waterproofing in drain mouth and in gutter.
3.3.16.3 Work included:
The bidder shall furnish materials, labour, plant, equipment and tools
to complete the work as specified and/or shown in drawings.

3.3.17 Boulder Soling


3.3.17.1 Work included
The bidder shall furnish materials, labour, plant, equipment and tools
to complete the work as specified and/or as shown in drawings.
3.3.17.2 Materials
Sand: The sand shall be of approved river or pit sand conforming to IS
1542: 1992.
Ballast: The stone ballast shall be of durable, tough, close and hard
texture. Each piece shall be square and sharp. No round or oblong
pebbles or angular chips or flakes or soft sand stones shall be used.
3.3.17.3 Workmanship
 The sub-grade shall be dressed to correct level and shall be
rammed or rolled to proper consolidation before laying the
soling.
 The stones shall be placed absolutely close to each other. The
specified thickness shall be made up in one layer only. The
crevices between the stones shall be hand packed with stone
ballasts which shall be hammered into positions so as to
completely fill-up the crevices. No stone, after packing, shall
DSP PAGE 3.84 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
move or tilt in any direction when walked over or pushed with
hand. The soling shall be watered and rolled with a power roller.
Then selected moorum of approved quality shall be laid over the
rolled surface to a thickness of 25 mm and brushed into surface
voids and well watered and rammed.
3.3.18 Flooring
3.3.18.1 Materials
a) Cement: Cement shall conform to IS 269: 1989 or IS 455: 1989.
b) Coarse aggregates: It shall be of approved broken graded stone
of size 10mm and down, conforming to IS 383: 1970.
c) Sand: The sand shall be approved river or pit sand shall conform
to IS 383: 1970.
d) Floor hardener: It shall be of best quality heavy duty metallic
hardener-Ironite or approved equivalent.
e) Vitiried tiles with 8mm thick machine made (tiles to be approved
by engineer-in-charge before laying).
f) Modified epoxy resin based self-smoothening moisture barrier of
M/s SIKA, BASF, FOSROC or equivalent to make the flooring anti-
static.
g) Water: Water shall be clean and of potable quality in general, all
floors on ground except in areas like offices and toilets, shall be
made.

3.3.18.2 Workmanship

i) Proportion of Mix and fixing of Vitrified tile


Vitrified tiles shall be fixed with the tile fixing adhesive over a bed
made of 20mm thick cement and sand bedding mortar in 1:3
proportion as specified curing and machine and wax polishing in
four operations, including 50mm border strip in rooms and
corridors with dark shade of tiles of same specification by cutting
the same from the tile, all materials and labour complete.
ii) Surface preparation for static epoxy flooring:
The surface (VDC without any floor hardener) shall be grinded
with mechanical grinding/short blasting machine, cleaned to
make it completely dust free. If cracks or potholes are there shall
be repaired with a solvent free, thixotropic, adhesive and repair
mortar of BASF, SIKA, FOSROC or equivalent. The substrate shall
DSP PAGE 3.85 CET/04/DP/4188/TS/EE/01/R=1
REPLACEMENT OF 11KV SWITCHBOARD
be structurally sound and levelled, clean, dry and free from all
traces of loose materials. Over the surface, a water based epoxy
resin based primer of BASF, SIKA, FOSROC or equivalent shall be
applied.
3.3.19 Road Works
All material, workmanship & testing for road works shall be as per
MORTH specification. All tests of material shall be carried out by
Bidder at his own cost.
All Road works shall be WBM road provided as per MORTH
specifications.

DSP PAGE 3.86 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
4 COMMISSIONING AND PERFORMANCE GUARANTEE
4.1 PRELIMINARY ACCEPTANCE
On completion of erection of the facilities by the bidder, trial runs for
individual equipment / units shall be conducted by the bidder to prove
that the facilities have been supplied and erected as per contract and
after erection, facilities are fit for start-up and commissioning. After
liquidation of all the defects and after fulfilling all the provision of
clause 24 of GCC of Standard Bidding Document (SBD) employer
shall issue Preliminary Acceptance Certificate (PAC) for the subsequent
commissioning of facilities.
4.2 COMMISSIONING
Commissioning test shall be undertaken by the bidder as per the
provisions of Clause 25 of GCC of SBD. On successful completion of
commissioning test employer shall issue commissioning certificate.
The facilities shall be deemed to be commissioned on fulfilment of
following:
1) The equipment under the scope of bidder is kept in operation
with available electrical loads of existing system for 72 hours.
2) In case of power cut from employer, then cumulative of 72 hours
of operation shall be considered.
In case of any interruption during the specified period/duration of
commissioning on account of reasons attributable to the Employer, the
acceptance of commissioning with regards to duration of
commissioning tests shall be as per the mutually agreed terms
between the employer and the bidder.
4.3 PERFORMANCE GUARANTEE
4.3.1 General
4.3.1.1 The bidder shall guarantee the equipment for its workmanship,
materials, design and satisfactory operation in accordance with
relevant specifications and provisions of the contract. The guarantee
for performance shall include individual items and systems for various
ratings / out puts as well as for the integrated operation of the plant.
4.3.1.2 The details of the performance guarantee tests, test procedures, test
schedules shall be submitted to the employer which shall be mutually
agreed upon.

DSP PAGE 4.1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
4.3.1.3 The bidder shall conduct the performance guarantee tests to
demonstrate PG parameters as defined hereunder in subsequent para
and as per provisions of Clause 27 of GCC and Appendix-V of SBD.
4.3.1.4 PG Test shall be conducted within a period of six months after the date
of commissioning, once the facilities achieve stable operation.
4.3.1.5 Period of PG Test shall be continuously for 24 hours for 7 consecutive
days during which bidder shall demonstrate the PG parameters.
4.3.2 Preconditions for Performance Guarantee Tests
4.3.2.1 The preconditions for the employer and bidder shall be mutually
decided by both before conducting performance guarantee test.
4.3.3 Performance Guarantee Parameters
Bidder shall have to demonstrate following parameters as listed
hereunder:
Sl. PG Parameter Guaranteed Value
No.
1. Performance of 100%
equipment
4.3.3.1 Variance of input conditions for PG parameters
In the event of any variance in the input conditions w.r.t quality,
quantity, or any other parameter as defined in cl. 4.3.2 and 4.3.3, which
has a bearing on the PG parameter, the output PG parameter shall be
mutually discussed and revised as per the agreement between the
employer and bidder, before the start of PG tests.
4.3.3.2 Non fulfilment of Performance Guarantee Parameters and Liquidated
Damage
The PG test of power supply facility shall be carried out for a period
stated above during which bidder shall ensure and establish 100%
performance of the equipment, components, system and subsystem,
forming the part of the package i.e. each item shall be fit to deliver the
rated output continuously and withstand electrical and thermal
stresses for specified duration under specified fault conditions so as to
ensure safe and reliable operation and quality power supply. In case
any defects are observed during the PG test the same shall be
liquidated by the bidder and the PG test repeated.
4.3.3.3 Total Liquidated damage for non-fulfilment of PG parameters shall be
limited to 7.5% of contract value, excluding taxes and duties, as
stipulated in GCC of SBD.

DSP PAGE 4.2 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
4.4 FINAL ACCEPTANCE
Final acceptance shall be as per clause no. 28 of GCC of SBD.

DSP PAGE 4.3 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD
SCHEDULE 1.8-1
DECLARATION OF SITE VISIT
(To be filled up by the Bidder)

I, hereby, declare that I have visited the site of DSP Bulk Supply Substation, Main
Receiving Station (MRS) and the proposed OFC/OPGW cable route at Durgapur,
West Bengal to understand the site conditions, and acquainted myself with
atmosphere prevalent therein. I have also understood the extent of total works
involved for this package.

Signature of the Bidder:


Seal of company Name:
Designation:

DSP SCHEDULE 1.8-1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-2
LIST OF EXCLUSIONS

Sl. No. Reference clause of TS Details of Exclusions Reasons

Signature of the Bidder


Seal of company Name
Designation

DSP SCHEDULE 1.8-2 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-3
LIST OF DEVIATIONS

Sl. No. Reference clause of TS Details of Deviations Reasons

Signature of the Bidder


Seal of company Name
Designation

DSP SCHEDULE 1.8-3 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-4
LIST OF RECOMMENDED SPARES FOR
TWO YEARS NORMAL OPERATION
(To be filled by the Bidder)

Bidder shall recommend and tabulate below the list of additional spare parts for
two years trouble free operation. Additional sheet of like format may be used if
necessary.

Sl. Name of Sub Description of Items Quantity


No. Assembly recommended

Seal of Company Signature of the Bidder


Name:
Designation:

DSP SCHEDULE 1.8-4 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-5
LIST OF COMMISSIONING SPARES
(To be filled by the Bidder)

Bidder shall tabulate below item wise the list of commissioning spares necessary
for the equipment offered. Additional sheet of like format may be used if
necessary.

Sl.No. Name of Sub Assembly Description of Quantity


items recommended

Seal of Company Signature of the Bidder


Name:
Designation

DSP SCHEDULE 1.8-5 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-6
LISTS OF SPECIAL TOOLS AND TACKLES

Sl. No. Description Quantity

Signature of the Bidder


Seal of company Name
Designation

DSP SCHEDULE 1.8-6 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-7
LIST OF FIRST FILL OF OILS AND LUBRICANTS

Sl. No. Description Quantity

Signature of the Bidder


Seal of company Name
Designation

DSP SCHEDULE 1.8-7 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-8
DETAILS OF AUTHORISED PERSON OF BIDDER DURING TENDER
EVALUATION

1. Name of Project :

2. Tender No. :

3. Name & Address of Bidder :

4. Name of authorized person (TECHNICAL):

5. Email address :

6. Mobile No. :

7. Name of alternate authorised person (TECH) :

8. Email address :

9. Mobile No. :

10. Name of authorized person (COMMERCIAL) :

11. Email address :

12. Mobile No. :

13. Name of alternate authorised person (COMM) :

14. Email address :

15. Mobile No. :

Authorised Signatory

DSP SCHEDULE 1.8-8 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 1.8-9

REQUIREMENT OF CONSTRUCTION WATER & POWER

Sl. No. Description Quantity

Signature of the Bidder


Seal of company Name
Designation

DSP SCHEDULE 1.8-9 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
SCHEDULE 2.1.8.2.-1

IMPLEMENTATION SCHEDULE
(To be prepared by the Bidder)

Time → 
1‐2  3‐4  5‐6  7‐8  9‐10  11‐12  13 
Activity ↓ 
             
1. STAGE‐II APPROVAL OF THE PROJECT 

2. PLACEMENT OF ORDER AND SIGNING OF                 
CONTRACT   
3. SUBMISSION & APPROVAL OF BASIC &                   
DETAIL ENGG. DRAWINGS 
               
4. CIVIL  WORK  

               
5. MANUFACTURE & SUPPLY OF EQUIPMENT 

               
6. ERECTION / INSTALLATION OF EQUIPMENT 

             
7. TESTING & COMMISSIONING 

DSP SCHEDULE 2.1.8.2-1 CET/04/DP/4188/TS/EE/01/R=1


REPLACEMENT OF 11KV SWITCHBOARD PAGE 1 OF 1
ANNEXURE - 2.3.1-1

STEEL AUTHORITY OF INDIA LIMITED

CENTRE FOR ENGINEERING & TECHNOLOGY

LIST OF ACCEPTABLE MAKES


OF EQUIPMENT & SUPPLIES

STEEL AUTHORITY OF INDIA LIMITED


CENTRE FOR ENGINEERING & TECHNOLOGY
RANCHI - 834002

MAY 2017

CET
LIST OF ACCEPTABLE MAKES PAGE 1 OF 1 MAY 2017

1
ANNEXURE - 2.3.1-1

PREAMBLE

This document “ACCEPTABLE MAKES OF EQUIPMENT AND SUPPLIES” is only for


indigenous supplies only and is a part of the tender specification for various packages.

The „Makes‟ of various equipment and supplies are listed out in this document. It is
essential that the equipment/component/materials to be supplied indigenously by the
bidder will be of any one of the makes listed against that particular
equipment/component/material in this document.

CET
LIST OF ACCEPTABLE MAKES PAGE 1 OF 1 MAY 2017

2
ANNEXURE - 2.3.1-1

A. ELECTRICAL

SL.NO. ITEMS MAKE


I HIGH VOLTAGE (33 kV &
above)
1. 33 kV Indoor Switchgear ABB, SIEMENS, SCHNEIDER, CGL
2. 33 kV/ 132 kV/ 220 kV Gas ABB, SIEMENS, SCHNEIDER, GE T&D, CGL
Insulated Switchgear
3. 33kV/ 132kV/ 220 kV outdoor CGL, HIVELM, SIEMENS, SCHNEIDER, GE T&D,
Isolator/ Disconnecting Switch
ALLIANCE, GR POWER, SWITCHGEAR &
STRUCTURALS, ABB
4. 33kV/ 132kV/ 220 kV outdoor ABB, SIEMENS, BHEL, SCHNEIDER, GE T&D, CGL
Switchgear
5. 33kV/ 132kV/ 220 kV outdoor BHEL, SCHNEIDER, GE T&D, CGL, SIEMENS, ABB,
CT/ PT MEHRU(AE), ECS
6. 33kV/ 132kV/ 220 kV outdoor SCHNEIDER, ALSTOM, GE T&D, BHEL, CGL,
Lightning Arrestor SIEMENS, OBLUM
7. 33kV/ 132kV/ 220 kV outdoor WSI, MODERN, SCHNEIDER, GE T&D, BHEL, CGL,
Insulator & Bushing ADITYA-NUO, CJI, OBLUM, JAYSHREE
INSULATORS
8. 33kV/ 132kV/ 220 kV ACSR APAR, CABCON, STERLITE
Conductor
9. 33kV/66kV/132kV/ 220 kV KEC, KEI, CCI (Cable Corporation of India),
cable XLPE UNIVERSAL, GLOSTER (only 33 kV), NICCO (only 33
kV), CRYSTAL (only 33 kV)

10. 33kV/ 132kV/ 220 kV STJ/ RAYCHEM, CCI (Cable Corporation of India),
Termination kit KABELDON
II MEDIUM VOLTAGE –
INDOOR
(3.3 kV to 11kV)
1. Switchgear (Circuit Breaker ABB, ANDREW YULE, SCHNEIDER, BHEL, CGL,
with panels) JYOTI, SIEMENS, L&T

2. CT & PT ABB, AEL, INTRAVIDYUT, JYOTI, KAPPA,


PRAGATI, PRAYOG, SIEMENS, SILKAANS, KALPA

3. Isolator A BONDSTRAND, ABB, DRESCHER PANICKER,


SIEMENS, MEGAWIN

4. Vacuum Contactor ABB, SCHNEIDER, ANDREW YULE, GE T&D, JYOTI,


SIEMENS

5. Peterson coil/ Earth fault E BEARLEY, TRENCH


monitoring system
CET
LIST OF ACCEPTABLE MAKES PAGE 1 OF 31 MAY 2017

3
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


6. HT Bus duct ECC, KGS (Star drive) , BHEL, C&S

III PROTECTION &


METERING
1 Protective Relays, SCADA/ ABB, SCHNEIDER, GE T&D, SIEMENS
SAS
IV LT SWITCHGEAR
1. Power control centre (PCC): ABB, L&T, SCHNEIDER, SIEMENS, IEE PROJECTS,
PCE PROJECTS

2. Motor control centre (MCC) up ABB, L&T, SCHNEIDER, SIEMENS, BCH, C&S,
to 1000 Amps and PDB MEDITRON, SEN & SINGH, SWITCHING CIRCUITS,
HAVELLS, MARINE ELECTRICAL, IEE PROJECTS,
PCE PROJECTS
3. Motor control centre (MCC) ABB, L&T, SCHNEIDER, SIEMENS, C&S, BCH
above 1000 Amps

4. Air circuit breaker (ACB) ABB, L&T, SCHNEIDER, SIEMENS

5. Moulded case circuit breaker ABB, BCH, L&T, SCHNEIDER, SIEMENS, C&S,
(MCCB) HAVELLS
(with positive isolation)
6. Motor Protection Circuit ABB, GE, SCHNEIDER, SIEMENS, L&T, C&S,
Breaker (MPCB) SPRECHER & SCHUH

7. Power Contactors, Auxiliary ABB, BCH, L&T, SCHNEIDER, SIEMENS, C&S


contactors/ Auxiliary relays

8. Control switches ABB, BCH, EPCC, KAYCEE, L&T, SIEMENS, GE


POWER
9. Intelligent motor controller for ABB, L&T, SCHNEIDER, SIEMENS, ROCKWELL
IMCC AUTOMATION

10. Thermal bimetallic Overload ABB, ANDREW YULE, BCH, L&T, SIEMENS,
relays SCHNEIDER, ROCKWELL, C&S

11. Electronic over current relay/ ABB, SCHNEIDER, SIEMENS, L&T, C&S, SPRECHER
Electronic motor protection & SCHUH
relay (EOCR/ EMPR)
12. LT bus duct ECC, KGS (STAR DRIVE), LOTUS POWER, L&T,
SPEARHEAD
V Illumination
1. Lighting fixtures BAJAJ, CROMPTON GREAVES, GE LIGHTING,
HAVELLS, PHILIPS, SURYA, WIPRO
CET
LIST OF ACCEPTABLE MAKES PAGE 2 OF 31 MAY 2017

4
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE

2. Socket outlet BCH, BEST & CROMPTON, CGL, SCHNEIDER,


HAVELLS

3. Miniature circuit breaker HAVELLS, INDO ASIAN, INDO KOPP, LEGRAND


(MCB) (MDS), S&S, SCHNEIDER, STANDARD, C&S,
ANDREW YULE, SIEMENS, L & T, ABB
4. High Mast Tower VALMONT, TRANSRAIL, BAJAJ, CGL
VI (A) TRANSFORMER
1. Upto 33 kV ABB, SCHNEIDER, GE T&D, BHARAT BIJLEE, BHEL,
CGL, EMCO, KIRLOSKAR ELEC.COMPANY, SUDHIR
TRANSFORMERS(INTRA, VIDYUT), VOLTAMP,
SIEMENS, RPG-RAYCHEM, ESENNAR
TRANSFORMER, PROLEC GE
2. Above 33 kV ABB, SCHNEIDER, GE T&D, BHARAT BIJLEE, BHEL,
CGL, TELK, SIEMENS
3. Dry type CGL, KIRLOSKAR ELECTRIC COMPANY, SUDHIR
TRANSFORMERS(INTRAVIDYUT), VOLTAMP, ABB,
BHEL, RPG-RAYCHEM, ESENNAR TRANSFORMER

VI (B) MV REACTOR PS ELECTRICALS, QUALITY POWER, GE T&D, CGL,


TRANSFORMER & RECTIFIER

VII DRIVES
1. Variable frequency drive ABB, HITACHI-HIREL, ROCKWELL AUTOMATION,
(VFD) SIEMENS, TMEIC, TOSHIBA, GE POWER
CONVERSION
2. Thyristor Converter ABB, DANFOSS, HITACHI-HIREL, ROCKWELL,
AUTOMATION, SCHNEIDER, SIEMENS, YASKAWA
3. Soft starter ABB, L&T, SIEMENS, ROCKWELL AUTOMATION,
PARKER
4. FCMA /series reactor type ABB, ROCKWELL AUTOMATION, SCHNEIDER,
softstarter SIEMENS

VIII MOTORS
1. Synchronous Motor ABB, SIEMENS, BHEL
2. Synchronous Motor with Load ABB, SIEMENS
Commutated Inverter (LCI)
3. HT – AC ABB, MARATHON, BHEL, CGL, KIRLOSKAR,
ELECTRIC COMPANY, SIEMENS, WEG
4. LT – AC ABB, AREVA, BHARAT BIJLEE, CROMPTON,
KIRLOSKAR, SIEMENS, MARATHON, WEG

5. DC BHEL, IEC, KIRLOSKAR ELECTRIC COMPANY


CET
LIST OF ACCEPTABLE MAKES PAGE 3 OF 31 MAY 2017

5
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE

IX CABLES
1. HT(up to 11kv) CCI, GLOSTER, NICCO, KEC
UNIVERSAL, KEI, HAVELLS, CRYSTAL, POLYCAB

2. LT power & control: CCI, GLOSTER, NICCO, POLYCAB, KEC,


UNIVERSAL, KEI, HAVELLS, THERMO CABLES,
FINOLEX CABLES, INSUCON, CRYSTAL
X MISCELLANEOUS
1. Battery charger AEL, AMAR RAJA, APLAB, CALDYNE, CHABI,
ELECTRICALS, NELCO, SABNIFE (HBNIFE POWER
SYSTEM), STANDARD
2. Battery bank AMAR RAJA, AMCO, CHLORIDE (EXIDE), SABNIFE
STANDARD, PANASONIC, FURUKAWA
3. Master controller AG MECH, EPCC, KAYCEE, L&T, SIEMENS,
STROMKRAFT
4. Voltmeter, Ammeter, AE, IMP, MECO, L & T, SCHNEIDER, RISHAV,
Wattmeter, Watt hour meter SECURE METER, BHEL
5. Terminal Blocks ESSEN, WAGO, CONNECTWELL, PHOENIX, ELMEX
6. Temperature Scanner PYROTECH, SIEMENS, MASIBUS
7. Un-interruptible power supply EMERSON, HITACHI-HIREL, SCHNEIDER(APC),
(UPS): NUMERIC, PARKER, LIVE LINE ELECTRONICS,
SIEMENS
8. Nitrogen injection fire SERGI, VENDERE, CTR, TECTONICUS
protection system
9. Transformer Rectifier Set ADOR, KRAFT POWERCON, HIND RECTIFIER
XI GENERATOR BHEL, TOYO DENKI, ABB, SIEMENS
XII AVR BHEL, TOYO DENKI, ABB, SIEMENS

B. INSTRUMENTATION & AUTOMATION

I FIELD INSTRUMENTATION
1. Pressure/differential EMERSON, FUJI, E&H, YOKOGAWA, HONEYWELL,
pressure/Level/Flow SIEMENS, ABB
Transmitter
2. RTD / Thermocouple TEMPSENS, PYRO ELECTRIC, BAUMER, DETRIV,
TOSHNIWAL, GIC (GAUGE BOURDEON), GIC
(THERMAL INSTRUMENT), TEMCON
3. Temperature Transmitter EMERSON, HONEYWELL, ABB, FUJI,
YOKOGAWA, SIEMENS, E&H
4. Pressure / DP switch SWITZER, DANFOSS, ASHCROFT, INDFOSS,
WIKA, BAUMER
5. Tuning Fork/Rod type Level E&H, VEGA, EMERSON, SIEMENS, SAPCON, ABB,
Switch NIVO CONTROL
CET
LIST OF ACCEPTABLE MAKES PAGE 4 OF 31 MAY 2017

6
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


6. Conductivity/RF/Capacitance E&H, VEGA, NIVO CONTROL, SAPCON, P&F
type Level Switch
7. Float type Level Switch LEVCON, TRAC, ENDRESS & HOUSER, NIVO
CONTROL, BAUMER, SAPCON, EMERSON, KROHNE
MARSHALL
8. Ultrasonic / Radar Type Level E&H, VEGA, SIEMENS, EMERSON, KROHNE
Instrument MARSHALL, P&F, SICK
9. Electro Magnetic Flow meter EMERSON, YOKOGAWA, E&H, SIEMENS,
KROHNE MARSHALL
10. Rotameter ROTA INSTRUMENTS, PLACKA, KROHNE
MARSHALL, INSTRUMENTATION ENGINEER
11. Flow Elements ( ENGG SPECIALTIES, EMERSON, UNI CONTROL,
Orifice/Venturi/flow MICRO PRECISSION
nozzle/Pitot tube/Annubar )
12. Radiation Pyrometer LAND, IRCON, CHINO, RAYTEK, EUROTHERM,
(online/portable) AMERICAN SENSORS, KELLER
13. Pressure Gauge BUDENBERG, ANI, WIKA, FIEBIG, BAUMER,
SWITZER, ASHCROFT,FORBES MARSHALL,
GAUGES BOURDEN, GENERAL
INSTRUMENTS(THERMAL)
14. Temperature Gauge ANI, WIKA, FIEBIG, FORBES MARSHALL,GIC
(GAUGES BOURDEN), GIC (THERMAL
INSTRUMENT), BAUMER, ASHCROFT
15. Level SW/ Transmitter CONCORD (BERTHOLD), E&H, THERMOFISHER
(Nucleonic type)
16. Temperature Switch E&H, WIKA, IFM, HYDAC
17. Flow Switch IFM, EMERSON, KROHNE, MARSHAL, KOBOLD
18. Vortex Flow Meter EMERSON, KROHNE, MARSHAL, YOKOGAWA,
E&H, SIEMENS, VORTEX INSTRUMENTS
19. Mass( Coriolis) Flow EMERSON, YOKOGAWA, KROHNE MARSHAL, ABB,
SIEMENS, E&H
20. Level Gauge (Magnetic & CHEMTROL, KROHNE MARSHELL, BAUMER
Reflex Type)
21. Level Switch/Transmitter EMERSON, CHEMTROL, LEVCON, MASONEILAN,
(Displacer Type) DK INSTRUMENTS

II CONTROL VALVES
1. Globe Valve IL Palakkad, FISHER, KOSO, SAMSON, FORBES
MARSHALL, AIRA, SEVERN
2. Butterfly Valve IL Palakkad, FISHER, KOSO, DEL VAL, AIRA,
FOURESS, SEVERN
3. Pneumatic Actuator IL Palakkad, KOSO, SAMSON, OM CONTROL,
ROTEX,
FORBES MARSHALL, DEL VAL, AIRA
CET
LIST OF ACCEPTABLE MAKES PAGE 5 OF 31 MAY 2017

7
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


4. Electro-hydraulic Actuator REINEKE, VOITH, REXA
5. Electrical Motor Actuator BHEL, BERNARD, ROTORK, AUMA,
LIMITORQUE
6. I/P Converters FORBES MARSHALL, ABB, FISHER, EMERSON,
HONEYWELL, MARSH BELLOFRAM,
YOKOGAWA, SIEMENS
7. Solenoid Valve ROTEX, SCHRADER SCHOVILL, ASCO, HERION,
BURKERT, AIRA
8. Fittings SWAGLOK, PARKER, HYLOC, SANDVIK
9. Air Filter Regulator SHAVO NORGREN, PLACKA, DELAIR,
SCHRADER SCHOVILL
10. Electro Pneumatic Positioner SIEMENS, EMERSON, FORBES MARSHALL, ABB

III CONTROL SYSTEM EQUIPMENT


1. Signal Isolator P&F, MTL, STAHL, YOKOGAWA, PHOENIX,
MASIBUS
2. Zennor Barrier P&F, MTL, STAHL
3. Distributed Control System YOKOGAWA, EMERSON, TOSHIBA
4. PLC with DCS Feature SIEMENS (PCS7 SERIES), ABB (800 XA),
HONEYWELL ( C300 Experion), ROCKWELL
(PLANT PAX), SCHNEIDER (PSE)
5. PLC for Process Control SIEMENS, ROCKWELL, ABB, GE, SCHNEIDER,
HONEYWELL, HITACHI
6. Technological Control System/ SIEMENS, SMS, DANIELI, GE, ABB, TMEIC
Multi Tasking Control System/
Embedded Control System
7. PC based Data Acquisition YOKOGAWA, EUROTHERM, EMERSON,
System (DAS) HONEYWELL, ABB, ROCKWELL
8. SCADA RS View, WONDERWIRE, WIN CC, INTELLUTION,
EXPERION, CITECT, I FIX
9. PDA IBA, DANIELI, LMS, SOMAT, MICA
10. Panel / Enclosure / Rack RITTAL, HOFFMANN, SIEMENS, APW
PRESIDENT, VALRACK, PYROTECH

11. Surge Protection DEHN, OBO BETTERMANN, PHONIX, MTL, P&F


IV PANEL BASED INSTRUMENTATION
1. Digital Indicator/ Scanner YOKOGAWA, HONEYWELL, ABB, MASIBUS,
PYROTECH, CHINO, TOSHNIWAL
2. Bar graph Indicator YOKOGAWA, HONEYWELL, MASIBUS,
TOSHIBA, PYROTECH, CHINO, ABB
3. Single Loop Stand Alone YOKOGAWA, HONEYWELL, FUJI, TOSHIBA,
Controller ABB, SIEMENS

4. Paperless Recorder YOKOGAWA, HONEYWELL, CHINO, LAXONS,


CET
LIST OF ACCEPTABLE MAKES PAGE 6 OF 31 MAY 2017

8
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


FUJI, EUROTHERM
5. Alarm Annunciator IIC, IL, MINILEC, PROCON, SEMUDA
6. Flow Totalizer YOKOGAWA, HONEYWELL, MASIBUS,
PYROTECH, LECTROTEX, ABB
7. Regulated DC Power Supply APLAB, COSSEL, PHOENIX, SIEMENS
Unit / SMPS

V ANALYSERS
1. Gas Analyser ABB(H&B), EMERSON, YOKOGAWA,
PANAMETRICS, SIEMENS, FUJI, CHEMTROL
(AMETEK), HONEYWELL, FORBES MARSHALL,
SICK
2. Gas Detector BEILER & LANG, DRAGGER, MSA, OLDHAM,
DETRONICS, INDUSTRIAL SC. CORPN
3. Flame Detector HONEYWELL, DURAG, YAMATAKE, ENDEE,
SICK
4. Moisture Analyzer (Nucleonic) CONCORD, EMERSON, THERMO FISHER, CHINO
5. Moisture Analyzer MOISTECH, NDC (EMC), CHEMTROL, ABB,
(Microwave/ Capacitance SIEMENS
Type)
6. Opacity Analyser CODEL, SICK MAIHEK, DURAG, FUJI
7. Calorific Value Analyser UNION CALORIMETER, REINEKE, YOKOGAWA,
CHEMTROL(AMS)
8. pH / Conductivity / ORP EMERSON, YOKOGAWA, E&H, FORBES
Analyser MARSHAL, ABB, HONEYWELL
9. SOX / NOX/ CO Analyser EMERSON, SIEMENS, ABB, FUJI, HONEYWELL,
SICK, FORBES MARSHAL, YOKOGAWA
10. Elemental Analyser PANALYTICAL, JICO, THERMO SCIENTIFIC,
SCANTECH, MAYA, REAL TIME
VI WEIGHING
1. Electronic Weighing System TRANSWEIGH, ABB, SCHENK, SARTORIUS,
(Hopper Weighing/ Platform/ KELK, PRECIA MOLEN, RICELEK, ACME
Scales/ In-motion W.B.)
2. Belt Weigher/ Weigh feeder SCHENCK, SIEMENS (MILTRONICS), FLSMIDH
System PFISTER, PRECIA MOLEN, ACME
3. Load Cells & Accessories HBM, SIEMENS, FLINTEK, SARTORIUN, PRECIA
MOLEN, RICELEK, SCHENCK, ABB
VII MILL INSTRUMENTATION
1. Thickness Gauge TOSHIBA, THERMO SCIENTIFIC, IRM, IMS,
MESACON
2. Hot Metal Detector TOSHIBA, DELTA, DANIELI, SICK, AMERICAN
SENSORS
3. Width Gauge TOSHIBA, PSYSTEME, ABB, DELTA, DANIELI,
IMS, THERMO SCIENTIFIC
CET
LIST OF ACCEPTABLE MAKES PAGE 7 OF 31 MAY 2017

9
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


4. Roll Force/ Tension ABB, KELK
Measurement System
5. Strip Profile Gauge TOSHIBA, THERMO SCIENTIFIC, IRM, IMS,
MESACON
6. Flatness/ Shape Gauge ABB, P-SYSTEME, THERMO SCIENTIFIC, DELTA,
SIEMENS, IMS
7. Laser Doppler Velocity Meter KELK, DELTA, LASER SPEED, ACCUSPEED,
AMERICAN SENSORS
8. Coating Thickness Gauge THERMO SCIENTIFIC, ACT
9. Optical Barrier PAULI, SICK, ABB, DELTA, AMERICAN SENSORS
10. Position Transducer SONY MAGNESCALE, NSD, TEMPOSONIC,
LEONARD BAUR
11. Optical Encoder HUBNER, STEGMANN, LINE & LINDEY
12. Surface Inspection System SIEMENS, COGNEX, PARSYTEC, ABB, IMS,
SURCON

VIII COMMUNICATION EQUIPMENT


1. GPS MOTOROLA, ERICSSON
2. Wireless Network Equipment CISCO, EXTREME, JUNIPER, MOXA
3. Wireless Radio MOTOROLA, STAHL, RADIUS, SATELLINE, GE,
Communication Equipment LOTUS WIRELESS, SHEETAL WIRELESS
4. VHF Communication MOTOROLA
5. EPABX ITI, SIEMENS, AVAYA, TATA TELECOM,
ALCATEL, ERICSON
6. Telephone Instruments BPL, BEETEL, SIEMENS, PANASONIC
7. PA System PHI AUDIO COM, BOSCH, HONEYWELL, AHUJA
8. Conferencing System BOSCH, AHUJA, HONEYWELL

IX DISPLAY & FDA SYSTEM


1. LED/ TFT Monitor SAMSUNG, SONY, PANASONIC, HITACHI, LG
2. Alpha Numeric Display/ Jumbo AGLA, ESSEN, VINAY, BLE BELL, MICROTECH,
Display BCH, GE, KHERAJ, EPCC, BEMCO, LECTROTEK
3. Solid State Hooter/ Buzzer KHERAJ, EPCC, BEMCO
4. Large Screen Display (40” or SAMSUNG, SONY, PANASONIC, HITACHI, LG
more)
5. Video Walls (LED) SAMSUNG, SONY, PANASONIC, HITACHI,
DELTA, LG
6. Fire Detection System, SIEMENS, TYCO, HONEYWELL (NOTIFIER),
Detectors & LHS SECURITON, SENSA, BOSCH, HONEYWELL
(ESSER)
X INSTRUMENTATION CABLES
1. Instrumentation/ Screened/ Co- INCAB, FINOLEX, CCI, UNIVERSAL, NICCO,
axial/ Special Cables MEM, LAPP, DELTRON, THERMOCABLES,
HAVELLS, TOSHNIWAL, CORDS
CET
LIST OF ACCEPTABLE MAKES PAGE 8 OF 31 MAY 2017

10
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


2. Telephone Cable FINOLEX, DELTON, BELDON, NICCO,
UNIVERSAL, TELE LINK
3. Load Cell Cable HBM, SIEMENS, FLINTEC, SCHENK,
SARTORIOUS, PRECIA MOLEN, RICELAKE
4. T/C Extension cable, TOSHNIWAL CABLES, MEM, TEMPSON,
Compensating cable, PTFE THERMOCABLE, BELDEN, LAPP, TEMCON
cable
XI SPECIAL INSTRUMENTATION ITEMS
1. Vibration Monitoring System BENTLEY NEVADA, SHINKAWA, ENTEK
(API-670 Compliance)
2. Portable Vibration Monitor BENTLEY NEVADA, FORBES MARSHAL, IRO
with analysis software
3. Test & Measuring Equipment APLAB, KANE, SCIENTIFIC, TECHNOFIX, FLUKE
4. Laboratory Equipment FLUKE, BEAMEX, SCANDURA,WIKA
5. Digital Multi-Function Meter L&T, SECURE, RISHAV,CONSERVE, ACORD

C. COMPUTERIZATION & INFORMATION TECHNOLOGY

I IT EQUIPMENT
1. Desktop PC DELL, HP, LENOVO, ACER
2. Industrial PC RUGGEDCOM, ADVANTEC, SIEMENS
3. Laptop DELL, HP, LENOVO, SONY, TOSHIBA
4. Server DELL, IBM, HP, SUN
5. Network Switch (IT, office) CISCO, HP/HPE, BROCADE, EXTREME, AVAYA
6. Security Appliances like CISCO, JUNIPER, CHECK POINT, CYBEROAM
Firewall, UTM etc.
7. Router CISCO, JUNIPER
8. Passive Network Component / MOLEX, TYCO(AMP), SYSTIMAX, PHINOLEX,
accessories DIGILINK
9. Industrial FLTP Converter PHOENIX, MOXA, HIRSCHMANN, SIEMENS -
SCALANCE
10. Network Switch (Industrial SIEMENS, CISCO, SCHNEIDER, ROCKWEL,
grade) HIRSCHMANN,
11. Wireless Network Controller CISCO, JUNIPER, MOXA
(to control Wi-Fi access points)
12. Data Storage System HP, IBM, EMC, HITACHI
13. Laserjet Printer HP, CANNON, SAMSUNG, XEROX
14. Dot Matrix Printer EPSON, TVSE, SAMSUNG
15. Plotter HP, GRAPHTEC, CALCOMP
16. Scanner HP, CANNON, EPSON
17. Computer Furniture GODREJ, USHA LEXUS, ZUARI, WIPRO,
METHODEX

CET
LIST OF ACCEPTABLE MAKES PAGE 9 OF 31 MAY 2017

11
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


II CCTV SYSTEM
1. CCTV System HONEYWELL, PELCO, BOSCH, SONY, SIEMENS,
PANASONIC
2. Attendance System LENEL, BOSCH, GE CASIRUSCO
3. Card Reader HID, BOSCH, LENEL, SUPREMA
4. LCD Projector HITACHI, CANON, PANASONIC, SONY, SHARP,
HP
III COMMUNICATION CABLES
1. UTP Cable MOLEX, TYCO(AMP), SYSTIMAX, DIGILINK,
ELKAY TELELINK, UNIVERSAL
2. FO Cable MOLEX, TYCO(AMP), SYSTIMAX, DIGILINK,
BELDEN, FINOLEX, LUCENT, STARLITE

D. MECHANICAL

I GENERAL
1. Gearbox ELECON, NAW, SIEMENS-FLENDER, SHANTHI,
PREMIUM ENERGY TRANSMISSION, SUMI-
CYCLO DRIVE INDIA PVT.LTD., KIRLOSKAR,
HEC, SAN ENGG. LOCOMOTIVE COMPANY LTD.,
ESENPRO, ESSENTIAL POWER TRANSMIOSSION,
SUMITOMO, BONFIGLIOLI, ROSSI
2. Geared Motor IC BAUER, POWER BUILD, BONFIGLIOLI,
SHANTHI, NORD, SEW-EURO DRIVE, CYCLO
TRANSMISSION, SUMI-CYCLO DRIVE INDIA
PVT.LTD. ROSSI, SIEMENS, ESENPRO
3. Geared Coupling NAW, FLEX-TRAN INDUSTRIES, CONCORD
STEEL WORKS PVT. LTD., ELECON, WELLMAN
WACOMA, GBM, RATHI, ROMA, ALLIANCE
ENGG. CO., LOVEJOY, SIEMENS-FLENDER,
TIMKEN. ESCO, BUDHADEB ENMTERPRISES

4. Pin Bush/ Bibby Coupling NAW, ELECON, GBM, RATHI, ROMA, BUDHADEB
ENMTERPRISES, GBM, LOVEJOY
5. Barrel Coupling RINGFEDER POWER TRANSMISSION (TSCHAN),
MALMEDIE, JAURE
6. Fluid Coupling VOITH, FLUIDOMAT, PREMIUM ENERGY
TRANSMISSION, ELECON, GHATKE-PATIL
INDUSTRIES
7. Resilient Coupling WELLMAN WACOMA, NAW, ELECON, LOVEJOY,
FENNER, TIMKEN
8. Transmission ROLCON, ROLON, REYNOLD, DIAMOND,
Chain & Sprocket ROLKOBO, GOLDEN ENGG & ENTREPRISE
9. DCEM Brake BCH ELECTRIC LTD, ELECTROMAG, KATEEL,
CET
LIST OF ACCEPTABLE MAKES PAGE 10 OF 31 MAY 2017

12
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


SIBRE, KAKKU,SPEED-o-CONTROL, PETHE
10. Hydraulic thruster brake EMCO PRECIMA, SIBRE, KATEEL, BUBANZER
11. Paint (Equipment) ASIAN , J&N, GARWARE , BERGER , SHALIMAR,
ICI, NEROLAC , BRITISH PAINTS
12. Non metallic Liner TEGA, KAVERI, THEJO

13. Wearing Plates (Metallic) NLMK INDIA, QUARD ,HARDOX


14. Portable Electric RALLIWOLF, KULKARNI POWER TOOLS LTD
Drilling Machine (KPT), BOSCH, BLACK & DECKER
15. Portable Electric RALLIWOLF, KULKARNI POWER TOOLS LTD
Grinder (KPT)
16. Lathe HMT, HEC, BATLIBOI,HERBERT SMITH, MYSORE
KIRLOSKAR
17. Universal Milling M/c HMT,BFW,BATLIBOI,ALTO
18. SHAPER PAL,P&B,LOYAL
19. Horizontal Boring M/c HMT,HEC,PAL
20. Universal Tool Cutter & HMT, BATLIBOI, BOSCH
Grinding M/c
21. Hydraulic Press BEMCO,P&B,CENTERPRISE
22. Column Drilling M/c HMT,THAKOOR,KERRY JOST,EIFCOP,BATLIBOI
23. Cylindrical Grinder HMT, MYSORE KIRLOSKAR,ELP
24. Tools & Tackles P&B,MEKASTER,CENTERPRISE,ALLY
25. Measuring Tools & Gauges P&B, Bombay TOOLS
26. Radial Drilling HMT , BATLIBOI, KERRY JOST,HEC,LUGA
Machine
27. Bench Type EIFCO, BATLIBOI, P&B,THAKOOR
Drilling Machine
28. Pedestal Grinder GRIND TOOLS, EIFCO , P&B, AMC, GECO
29. Power Hacksaw PPEMIER MACHINE TOOLS, EIFCO, ITL
30. Submerged Arc Welding Set ADVANI,ESAB,ADOR,MOGORA,COSMIC
31. Welding Rectifier ADVANI,ESAB,ADOR,MOGORA,COSMIC
32. Welding Transformer ADVANI,ESAB,MEMCO
33. Garage Equipment ELGI,USHA,WAP,P&B
34. Bearing SKF , FAG , NTN, TIMKEN
35. Split Bearing COOPER, TIMKEN
36. Passenger cum OTIS, KONE ELEVATOR , ECE, OMEGA,
Goods Elevator MITSUBISHI
37. Hook HERMAN MOHTA, FREE TRADING
(up to 10 t) CORPORATION, MACHINE TOOLS, ESKAY
MACHINERY, SMRITI FORGING & ENGG
38. Hook HERMAN MOHTA , FREE TRADING
(above 10 t) CORPORATION, STEEL FORGINGS &
ENGINEERING, SMRITI FORGING & ENGG
39. Wire Rope MUMBAI WIRE ROPE, USHA MARTIN, FORT,
CET
LIST OF ACCEPTABLE MAKES PAGE 11 OF 31 MAY 2017

13
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


WILLIAMS, ORION ROPES, BHARAT WIRE
ROPES
40. Expansion Joint for Hot Blast LONE STAR, MB METALLIC BELLOWS,
system (metallic) FLEXICAN, FLEXATHERM

41. Metallic Expansion Joint LONE STAR, MB METALLIC BELLOWS,


(General Purpose) FLEXICAN, FLEXATHERM, IFIPL INDIA FLEX
INDUSTRIES
42. Stove Valves (Hot Blast Valve, FOURESS, JOSHIJAMPALA ENGG. PVT. LTD.
chimney valve, two lever/three
lever/double eccentric valve )
43. Coil Bending M/c KOHAN KOGYO CO.,SIGNODE,TITAN,SUND
BRISTA
44. Coil Marking M/c NIRRECCO, NUMTECH, TEBULO
II MATERIAL HANDLING
EQUIPMENT
1. Conveyor Belt PHOENIX CONVEYOR BELT (INDIA) PVT. LTD,
DUNLOP, SIMPERLRANS NIRLON,
FORECH INDIA LTD, NORTH LAND RUBBER ,
ORIENTAL RUBBER , HINDUSTAN RUBBER,
JONSON RUBBER INDUSTRIES LTD., EURECON,
SEMPERTRANS INDIA
2. Idler / Pulley L & T, ELECON, TRF, BENGAL TOOLS, MSEL,
HITECH EQUIPMENTS PVT. LTD., SANRAJ
PROJECTS PVT. LTD.., MACMET, TECHNO
IMPEX, BEVCON, NEWALL INDUSTRIES,
ARUDRA ENGINEERS PVT. LTD., SOLCON,
VISHWA INDUSTRIAL CO. LTD., GOLDEN
ENGINEERING INDUSTRIES, VN INDUSTRIES,
AMPS ENGG. & EQUIPT. PVT. LTD., GOLDEN
ENGG & ENTREPRISE, SANDVIK ASIA, VINAR
SYSTEMS, INDIANA CONVEYORS
3. Plummer Block SKF, FAG,TIMKEN, MASTA, NANDY
ENGINEERING CONCERN
4. Belt Scrapper HOSCH , KAVERI, INDIANA CONVEYORS
5. Vibrating Screen IC, SCHENK PROCESS, TRF, McNALLY SAYAJI
ENGINEERING LIMITED, ELEKTROMAG-JOEST
VIBRATION PVT. LTD., ELECTRO ZAVOD,
METSO
6. Vibrating Feeder IC, SCHENK PROCESS, TRF, McNALLY SAYAJI
ENGINEERING LIMITED, ELEKTROMAG-JOEST
VIBRATION PVT. LTD, ELECTRO ZAVOD, METSO
7. Apron Feeder TRF, ELECON , McNALLY SAYAJI ENGINEERING
LIMITED, THYSSEN KRUPP, TENGL, L & T,
CET
LIST OF ACCEPTABLE MAKES PAGE 12 OF 31 MAY 2017

14
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


HAZEMAG, VINAR SYSTEMS, MASYC,
McLANAHAN
8. Screw Conveyor VINAR SYSTEMS, GMV ENGG, MASYC
9. Drag Chain Conveyor GMV ENGG, MASYC
10. Electro mechanical Actuator PREPEC. AUMA, ROTORK, LIMITORQUE

11. EOT Crane (all capacities) HEC ,MUKAND, KONE , UNIQUE INDUSTRIAL
HANDLERS, FAFECO, SMACO, ANUPAM
INDUSTRIES, DEMAG CRANES, JINDAL STEEL &
POWER,TATA GROWTH SHOP
12. EOT Crane (maximum 50 t) ARMSEL-KITO, CENTURY CRANE, ELECTRO
THERAPY, ELECTROMECH, MELTECH CRANES
PVT. LTD.
13. EOT Crane (maximum 10 t) SHIVPRA, EDDY CRANE, TUBROFURGUSON
14. Electric Hoist ARDEC, REVA ENGG, HERCULES HOIST LTD.,
ELECTROTHERAPY, ARMSEL-KITO, EDDY
CRANE, SHIVPRA, BRADY& MORRIS, GRIP
ENGRS., HI-TECH INDUSTRIES, CENTURY
CRANE,DEMAG,MELTEC
15. Electric Winch BOMBAY CRANES, PULLMAN, ELECTROMECH
MHS PVT. LTD. ENGG, EDDY CRANE, HTMC
ENGG. CO., ELECTROTHERAPY
16. Jib Crane BRADY & MORRIS, ARMSEL-KITO,
MELTEC,GRIP ENGG,CENTURY CRANES
17. Transfer Cars HEC, L&T, MUKAND, ITW-SIGNODE,TGS,
ARMATIC
18. Chain Pulley HERCULES HOIST LTD., BRADY& MORRIS,
Block & Hand TRACTEL TRIFOR, REVA ENGG, CENTURY
Operated CRANES, LIGHT LIFT IND., HI-TECH.
Travelling Crane
19. Underslung Cranes ARMSEL,FAFECO, MUKAND, WMI-KONE,
ANUPAM INDUSTRIES, SHIVPRA,
TUBROFURGUSON, BRADY & MORRIS
20. Crane rail clips and pads GANTRAIL,GANTREX, BEMO,BEKET
21. Hydraulic Buffer OLEO, ENIDINE
22. Electro Magnet SGM,VAZZOLER,TRUNNINGER, ELECRTOMAG
23. Grab Bucket YELLOW STONS INDIA,MRS GIFFER,TOBO,MAC
24. Tongs YELLOW STONS
INDIA,SOMERS,HEPPENSTALL,LUDWIG,BUCK
25. Stacker & Reclaimer ELECON, L & T, McNALLY SAYAJI
ENGINEERING LIMITED, METSO, FL SMIDTH,
TRF, THYSSENKRUPP, HEC, SANDVIK ASIA
26. Stacker-cum-Reclaimer L & T, McNALLY SAYAJI ENGINEERING
LIMITED, METSO, FL SMIDTH, TRF,
CET
LIST OF ACCEPTABLE MAKES PAGE 13 OF 31 MAY 2017

15
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


THYSSENKRUPP, HEC, SANDVIK ASIA
27. Bucket-Wheel Reclaimer L & T, McNALLY SAYAJI ENGINEERING
LIMITED, METSO, FL SMIDTH, TRF,
THYSSENKRUPP, HEC
28. Wagon Tippler ELECON, L & T, McNALLY SAYAJI
ENGINEERING LIMITED, METSO, FL SMIDTH,
TRF, THYSSENKRUPP, HEC
29. Belt Feeder ACME, SHENCK, ELECON, TRF
30. Hanging Magnet/ Cross belt METSO, HUMBOLDT WEDAG, ELECTRO ZAVOD,
/Inline Magnetic Separator ELEKTROMAG, McNALLY SAYAJI
ENGINEERING LIMITED, MAGNET INDUSTRIES
(CAL) PVT. LTD.
31. Fork Lift GODREJ,VOLTAS,TIL
32. Crusher (Cone / Gyratory METSO, SANDVIK, L&T,TRF, McNALLY SAYAJI
/ Jaw) ENGINEERING LIMITED,HEC, FLSMIDTH,
URALMASH,THYSSENKRUPP, EARTHTECHNICA,
ECOMAN
33. Impact / Hammer Crusher TRF, McNALLY SAYAJI ENGINEERING LIMITED,
L&T, SANDVIK, HEC, METSO, THYSSENKRUPP,
EARTHTECHNICA, TERRASOURCE, ECOMAN
McLANAHAN,
34. Roll Crusher FLSMIDTH, ELECON, TRF, McNALLY SAYAJI
ENGINEERING LIMITED, HEC, SANDVIK,
URALMASH, L&T, THYSSENKRUPP,
EARTHTECHNICA, ECOMAN, McLANAHAN
35. Sizer FLSMIDTH, MMD, THYSSENKRUPP, SANDVIK,
TERRASOURCE, McLANAHAN
36. Ball / Rod / Ag Mill McNALLY SAYAJI ENGINEERING LIMITED, L&T,
SANDVIK , HEC, METSO, TENOVA- DELKOR,
URALMASH, CEMTEC, OUTOTEC,
THYSSENKRUPP, CHANDERPUR WORKS PVT.
LTD., ECOMAN
37. Rotary Breaker L&T, McNALLY SAYAJI ENGINEERING LIMITED,
McLANAHAN, TERRASOURSE, THYSSENKRUPP,
TRF

III HYDRAULICS SYSTEM

1. 1. Hydraulic REXROTH, EATON, WIPRO, OSCAR, PARKER


Cylinder ,YUKEN, VELJAN, VEKTRA ENGG., HYDAIR,
DANVER, HYDRO PNEUMATIC CONTROLS,
CANARA HYDRAULICS, HYDROCRIMP
2. Hydraulic System REXROTH, EATON, YUKEN, PARKER, MOOG,
with Accessories HYDAC, HYDROCRIMP
CET
LIST OF ACCEPTABLE MAKES PAGE 14 OF 31 MAY 2017

16
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE

3. Hydraulic Valves REXROTH, EATON, YUKEN, PARKER, MOOG,


HYDAC, MAHA HYDRAULICS, CANARA
HYDRAULICS, HYDROCRIMP
4. Accumulator BOSCH REXROTH, EATON, YUKEN , PARKER,
EPE, HYDAC
5. Hydraulic Fitting HYDAC, HYTECH, PTS, HYDAIR, EPE,
& Clamp HYDROMATIK, FLUID CONTROL ,
HYDROCRIMP, STAUFF
6. Hydraulic Filter INTERNORMEN, PARKER, HYDAC

7. Hydraulic Motor EATON, REXROTH, YUKEN, PARKER, SAUER


DANFOSS, MAHA HYDRAULICS
8. Hydraulic Pump EATON, REXROTH, YUKEN, PARKER, SAUER
DANFOSS, MAHA HYDRAULICS
9. Hose HYDROKRIMP, HYDROLINE, INDO INDUSTRIAL
SERVICES, AEROLEX, SUPERSEAL,PSI
HYDRAULICS, SONI RUBBER PRODUCTS LTD.,
INDIA FLEX INDUSTRIES, EATON, PARKAR
IV PNEUMATIC SYSTEM
1. Pneumatic WIPRO, NUCON, VELJAN, HYDAIR, GABRIEL
Cylinder PNEUMATICS, SHRADER, SMC, ROTEX, I.L.
PALAKKAD, EL-O-MATIC (INDIA) PVT. LTD.,
HYDRO PNEUMATIC CONTROLS, CANARA
HYDRAULICS
2. Hose HYDROKRIMP, HYDROLINE, INDO INDUSTRIAL
SERVICES, AEROLEX, SUPERSEAL, PSI
HYDRAULICS, IFIPL INDIA FLEX INDUSTRIES
V LUBRICATION SYSTEM
1. Oil Lubrication System CENLUB SYSTEMS , LINCOLN HELIOS, SHAAN
LUBE, LUBRICATION SYSTEM LTD., PRAKASH
LUBRIQUIPMENT, HYDAC
2. Screw Pump TUSHACO, ROTO, UT PUMPS & SYSTEM,
3. Gear Pump ROTO,TUSHACO,ROTODEL,REXROTH, PARKER,
ALFA
4. Filter Strainer OTOKLIN, SUPERFLOW FILTERS, SPAN
ASSOCIATES PUNE, MULTITEX FILTRATION
5. Oil Mist / Mist LINCOLN HELIOS, BIJUR DELIMON AFMC,
cool & Spray OILAIR LUBRICATION
Lube System
6. Grease LINCOLN HELIOS, AFMC, BIJUR DELIMON,
Lubrication PRAKASH LUBRIQUIPMENT, CENLUB SYSTEMS
System
7. Hose HYDROKRIMP, HYDROLINE, INDO INDUSTRIAL
CET
LIST OF ACCEPTABLE MAKES PAGE 15 OF 31 MAY 2017

17
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


SERVICES, AEROLEX, SUPERSEAL, PSI
HYDRAULICS, SONI RUBBER PRODUCTS LTD.
8. Heater ALLO, THERMIN

E. MINING & MINERAL PROCESSING AREA:

1. Dumper (50 t & above) BEML, KOMATSU, CATERPILLAR , LIBHERR,


BELAZ, TEREX
2. Excavator (0.9 m3 bucket BEML, KOMATSU, VOLVO, HIND-DEMAG,
capacity & above) CATERPILLAR, LIBHERR
3. Drill (>6" dia. - DTH) ATLAS COPCO, SANDVIK
4. Dozer BEML, KOMATSU, HYUNDAI, CATERPILLAR,
LIBHERR
5. Grader BEML, KOMATSU, VOLVO , KAWASAKI ,
CATERPILLAR
6. Wheel Loader BEML, KOMATSU, VOLVO, CATERPILLAR,
HINDUSTAN, TEREX
7. Crusher (Cone / Gyratory METSO, SANDVIK, L&T,TRF, McNALLY SAYAJI
/ Jaw) ENGINEERING LIMITED,HEC, FLSMIDTH,
URALMASH,THYSSENKRUPP, EARTHTECHNICA,
McLANAHAN
8. Impact / Hammer Crusher TRF, McNALLY SAYAJI ENGINEERING LIMITED,
L&T, SANDVIK, HEC, METSO, THYSSENKRUPP,
EARTHTECHNICA, TERRASOURCE, McLANAHAN
9. Roll Crusher FLSMIDTH, ELECON, TRF, McNALLY SAYAJI
ENGINEERING LIMITED, HEC, SANDVIK,
URALMASH, L&T, THYSSENKRUPP,
EARTHTECHNICA, McLANAHAN
10. Sizer FLSMIDTH, MMD, THYSSENKRUPP, SANDVIK,
TERRASOURCE, McLANAHAN
11. Ball / Rod / Ag Mill McNALLY SAYAJI ENGINEERING LIMITED, L&T,
SANDVIK , HEC, METSO, TENOVA- DELKOR,
URALMASH, CEMTEC, OUTOTEC, THYSSENKRUPP,
CHANDERPUR WORKS PVT. LTD., FLSMIDTH
12. Classifier MBE-CMT, HINDUSTAN DORR OLIVER, METSO,
FLSMIDTH, DURGA METALS, EIMCO-KCP, GMV
ENGG.
13. Thickener EIMCO-KCP, FLSMIDTH, HINDUSTAN DORR
OLIVER, OUTOTEC, TENOVA-DELKOR, WESTECH,
METSO, McNALLY SAYAJI ENGINEERING LIMITED
14. Jig TENOVA-DELKOR, ALLMINERAL, MBE-CMT
15. Filter(Vacuum /Pressure) METSO, FLSMIDTH, TENOVA-DELKOR, OUTOTEC,
ANDRITZ, WESTECH, EIMCO-KCP, McLANAHAN
16. Wet High Intensity METSO, ALLMINERAL, MBE-CMT, ERIEZ,
CET
LIST OF ACCEPTABLE MAKES PAGE 16 OF 31 MAY 2017

18
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


Magnetic OUTOTEC, LONGI MAGNET, MINERAL
Separator /High Gradient TECHNOLOGIES
Magnetic Separator
17. Low Intensity Magnetic ERIEZ , METSO , MINERAL TECHNOLOGIES,
Separator MULTOTEC, MBE-CMT,LONGI MAGNET

18. Dewatering Screen IC , SCHENCK PROCESS, TRF- HEWITT ROBINS ,


METSO, McNALLY SAYAJI ENGINEERING LIMITED,
ELEKTROMAG-JOEST VIBRATION PVT. LTD., WEIR
MINERALS , FLSMIDTH –LUDOWICI, DERRICK,
McLANAHAN
19. Spiral – Gravity MULTOTEC, MINERAL TECHNOLOGIES,AKW A+V
Concentrator GMBH, OUTOTEC, FLSMIDTH
20. Hydrocyclones MOZLEY, FLSMIDTH KERBS, McNALLY SAYAJI
ENGINEERING LIMITED , METSO, CDE, WEIR
MINERALS, MULTOTEC, GMV ENGG
21. Metal Detector METSO, ERIEZ, MBE-CMT, ELECTRO ZAVOD,
ELEKTROMAG

F. UTILITIES & SERVICES AREA:

GENERAL
1 PUMPS
1.1 Centrifugal Pumps WILO-MATHER & PLATT, SULZER, WPIL, BEST &
(Horizontal CROMPTON, BHEL, JYOTI, CHEMFLO,
Split Casing Type) FLOWMORE, FLOW SERVE, KIRLOSKAR (KBL)

1.2 Centrifugal Pumps KSB, WPIL, WILO-MATHER & PLATT, BEST &
(Horizontal CROMPTON, BHEL, SULZER, CHEMFLO, JYOTI,
Back Pullout Type) SAM, SPX FLOW (JOHNSON), CALAMA,
FLOWMORE, FLOW SERVE, CRI, MICROFINISH, SJ
INDUSTRIES

1.3 Centrifugal Pumps (Vertical WPIL, JYOTI, FLOWMORE, SULZER, FLOW SERVE,
Turbine) WILO-MATHER & PLATT, SAM, CRI, XYLEM,
KIRLOSKAR (KBL)
1.4 Centrifugal Pumps (Vertical KSB, JYOTI, WPIL, SULZER, CHEMFLO, BEST &
axial, Volute & Mixed CROMPTON, SPX FLOW (JOHNSON), FLOW SERVE
flow)
1.5 Boiler Feed Pumps, BHEL, KSB, SULZER, KEPL (For Boiler upto 50 tph)
1.6 Condensate Extraction BHEL, KSB, SULZER, KEPL
CET
LIST OF ACCEPTABLE MAKES PAGE 17 OF 31 MAY 2017

19
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


Pumps
1.7 Submersible pump KSB, WPIL, SULZER, SU MOTORS, CALAMA,
FLOWMORE, JYOTI, KISHOR PUMPS, DARLING,
SAM, VARAT, XYLEM, LUBI, CRI
1.8 Multi-stage Pumps SULZER, FLOWMORE, MATHER & PLATT, BEST &
CROMPTON, CHEMFLO, SAM, KEPL
1.9 Horizontal Centrifugal METSO, WEIR MINERALS, SAM, FLOW SERVE,
Pumps For Slurry Handling FLOW MORE, CRI, BEST & CROMPTON, FL SMIDTH
(DORR OLIVER)
1.10 Reciprocating Slurry Pump FL SMIDTH (DORR OLIVER), ROTO, WEIR
MINERALS
1.11 Vertical Centrifugal Pumps METSO, SAM, WEIR MINERALS , JYOTI
for Slurry Handling
1.12 Pumps For Fire Fighting MATHER & PLATT, FLOWMORE, KIRLOSKAR,
Applications WPIL, BEST & CROMPTON
1.13 Screw pump TUSHACO, ROTO, AIRAUTO, UT PUMPS,
BORNEAMAN, ALLWEILER, FLOW SERVE
1.14 Gear Pump UT PUMPS, AIRAUTO, TOWN INDUSTRIAL
ENGINEERS, FLOW SERVE, TUSHAKO, DEL-PD, SPX
FLOW (JOHNSON), SJ INDUSTRIES
1.15 Reciprocating Pumps ACME, SWELORE, FLOW SERVE (WORTHINGTON),
AIRAUTO, CHEMTROL ENGG., TOWN INDUSTRIAL
ENGINEERS,
1.16 Diaphragm Pumps (Air WILDEN, YAMADA, BLAGDON,
Operated) SWELORE, SOLTECH PUMPS
1.17 Liquid Ring Pump FLOWMORE, KIRLOSKAR, ACMEVAC, KAKATI,
VINDI
1.18 Dosing pump ANTICO (TRANSFER PUMPS), MATZ ENGINEERS,
VK PUMP, MILTON – ROY, SHAPOTOOL, ION
EXCHANGE, SJ INDUSTRIES
2 VALVES
2.1 GENERAL SERVICES
2.1.1 Gate and Globe BHEL, L&T, KSB, WEIR-BDK, KIRLOSKAR, IVC,
(Cast Steel) TYCO VALVES, NSSL, FOURESS, INTERVALVE,
JOSHI JAMPALA, GM ENGG., FLUIDTECH EQUPT.,
MASCOT, HYDRO TECH ENGG., UNIVERSAL
ENGG., OSWAL INDUSTRIES, VTI, UNIVERSAL

CET
LIST OF ACCEPTABLE MAKES PAGE 18 OF 31 MAY 2017

20
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


ENGG. CONCERN, STEELSTRONG
2.1.2 Gate, Globe and Non-return BHEL, L&T, KSB, FOURESS, HYDRO TECH ENGG.,
Valves (Forged Steel) WEIR-BDK, OSWAL INDUSTRIES, VTI,
INTERVALVE, KIRLOSKAR (KBL), JOSHI JAMPALA
2.1.3 Gate and Globe Valves BHEL, KSB, L&T, FOURESS, OSWAL INDUSTRIES,
(SS & Alloy Steel) INTERVALVE, WEIR-BDK (Alloy Steel)
2.1.4 Non-return Valves (Cast L&T, KSB, BHEL, WEIR-BDK, FOURESS, DEZURIK,
Steel) ADVANCE, INTERVALVE, FLUIDTECH EQUPT.,
KIRLOSKAR, UNIVERSAL ENGG., GM ENGG.,
OSWAL INDUSTRIES, VTI, UNIVERSAL ENGG.
CONCERN, STEELSTRONG
2.1.5 Gate, Globe, Non-Return IVC, SHIVA DURGA, CALSEN, KIRLOSKAR,
Valves LEADER, UPADHYAY, UNIVERSAL ENGG., SIGMA
(Cast Iron, & SG Iron) FLOW, GM DALUI, FLUIDTECH EQUPT., BANKIM,
DURGA VALVES, UNIVERSAL ENGG. CONCERN,
JOSHI JAMPALA, CHEMTECH
2.1.6 Double Eccentric Butterfly FOURESS, DELVAL FLOW CONTROLS,
Valves INTERVALVE, WEIR –BDK, STAFFORD (VIRGO),
VTI, JOSHI JAMPALA, DEMBLA
2.1.7 Triple Eccentric Butterfly L&T, ADAMS ARMATUREN GmBH, FOURESS,
Valves EMERSON (VIRGO), PENTAIR (TYCO),
INTERVALVE, DELVAL, WEIR-BDK, JOSHI
JAMPALA
2.1.8 Butterfly Valve FLOW SERVE , KSB, DELVAL, FOURESS, DEZURIK,
INTERVALVE, STAFFORD CONTROLS, METSO,
UNIVERSAL ENGG., WEIR-BDK, SIGMA FLOW,
TYCO VALVES, BRAY CONTROLS, MASCOT, VTI,
DURGA VALVES, JOSHI JAMPALA., UNIVERSAL
ENGG. CONCERN, ROTEX, KIRLOSKAR, DEMBLA
2.1.9 Fabricated Valves (Gate L&T, FOURESS, FLUIDTECH EQUPT., JOSHI
Valves) JAMPALA,
2.1.10 Fabricated Valves L&T, FOURESS, FLUIDTECH EQUPT., JOSHI
(Butterfly Valves) JAMPALA, INTERVALVE
2.1.11 Goggle Valves FOURESS JOSHI JAMPALA
2.1.12 Plug Valve (CI / CS / FS / FLOW SERVE, KSB, MICROFINISH, XOMOS,
SS) DEZURIK, NSSL, WEIR-BDK, UNIVERSAL ENGG.
CONCERN
2.1.13 3 or 4 Way Cock/Plug valve FLOWSERVE, UNIVERSAL ENGG. CONCERN

CET
LIST OF ACCEPTABLE MAKES PAGE 19 OF 31 MAY 2017

21
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


(CI / CS/ FS)
2.1.14 Ball Valve (SS/CS / FS / L&T, KSB, WEIR-BDK, DELVAL, INTERVALVE, AL
CI) SAUNDERS, NSSL, MICROFINISH, EMERSON
(VIRGO), PENTAIR (TYCO), , MASCOT, OSWAL
INDUSTRIES, AQUA VALVES, ROTEX
2.1.15 Float Valve LEVCON, SHIVA DURGA, LEADER, IVC,
UPADHAYA, CALSEN
2.1.16 Foot Valve DEZURIK , LEVCON, IVC, CALSEN, UPADHAYA,
SHIVA DURGA, WEIR-BDK, LEADER, KIRLOSKAR
(KBL)
2.1.17 Piston Valve UNI KLINGER, FORBES MARSHALL
2.1.18 Diaphragm Valve FLUID SYSTEM, WEIR-BDK, MASCOT, CRANE
PROCESS
2.1.19 Air Release Valve LEVCON, SHIVA DURGA, CALSEN, UPADHYAY,
IVC, SIGMA FLOW, BANKIM, LEADER
2.1.20 Safety Valve BHEL , IL, PENTAIR (TYCO), MEKASTAR, J.N.
MARSHALL, WEIR-BDK
2.1.21 Needle Valve SEIMAG, AIR CHEM, SCHRODER
2.1.22 Knife-edge Gate Valve PENTAIR (TYCO), DEZURIK, HABONIM VASS,
ORBINOX, WEIR-MINERALS, , METSO, JASH, JOSHI
JAMPALA
2.1.23 Plunger Valve VAG-RIKO, UNI-KLINGER
2.1.24 Valves (Non-Metallic) GEORGE FISCHER, UNP-POLY VALVE
2.1.25 Pressure Reducing Valve J.N.MARSHALL, IL, MEKASTER, CRESCENT,
FLOWTEK
2.1.26 Sluice Gate JASH, IVPL, LEVCON, IM ENGG
2.1.27 Non-Ferrous Valves AKSONS, CRESCENT, BOMBAY METAL, LEADER,
(General FLUIDLINE, ASCO, GM DALUI, SANT VALVES
Purpose)
2.1.28 Solenoid Valves BURKERT, SIEMAG, SCHARDAR, ROTEX
2.1.29 Dampers – For Isolation & DTL, FOURESS, , INTERVALVE, STAFFORD, JOSHI
Control Purpose (Air and JAMPALA
Gas services)
2.2 STEAM SERVICE
2.2.1 Gate and Globe BHEL, L & T, KSB, FOURESS, WEIR-BDK, NSSL,
(Cast Steel & Forged Steel) INTERVALVE, HYDRO TECH ENGG., OSWAL
CET
LIST OF ACCEPTABLE MAKES PAGE 20 OF 31 MAY 2017

22
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


INDUSTRIES, PRUSS(HS) , HOPKINSONS-WEIR
2.2.2 Non-return Valves (Cast BHEL, L&T , KSB, DEZURIK, WEIR-BDK, FOURESS,
Steel & Forged Steel) INTERVALVE

2.2.3 Gate, Globe & Non-return BHEL, KSB, L & T, FOURESS, OSWAL INDUSTRIES,
Valves HOPKINSONS-WEIR
(SS & Alloy Steel)
2.2.4 Ball valves (Cast Carbon BHEL, KSB, L & T, THERMAX, OSWAL INDUSTRIES
Steel and alloy Steel)
3 HEAT EXCHANGERS
3.1 Heat Exchanger (Plate IDMC, ALFA LAVAL, SWEP, TRANTER, APV
Type)
3.2 Heat Exchanger (Shell & TEMA INDIA, BHEL, L&T, TEXMACO, THERMAX,
Tube ING-TECH ENGG. CO., RELIANCE, GODREJ,
Types) EUREKA ENGG., AIR CARE EQUIPMENTS,
PRECISION COOLING, THERMAL SYSTEMS, APV,
ALFA LAVAL, REILIENCE, EASTERN EQUIP
ENG(EEE)
4 COOLING TOWERS PAHARPUR, WET BULB, GAMMON, PALTECH,
SHRIRAM TOWER,
GEA COOLING TOWERS
5 FILTERS / STRAINERS
5.1 Filters /Strainers AMIAD, OTOKLIN, SUPERFLO, SUREFLO
FILTRATION ENGINEERS, PUROLATOR,
5.2 Pressure Filters THERMAX, ION EXCHANGE, EUREKA ENGG. RESIN
INDIA, FILTRATION ENGINEERS, DRIPLEX, ING-
TECH ENGG. CO., VA TECH, PENTAIR WATER,
DOSHI ION-VEOLIA, EFFWA, VOLTAS, OTOKLIN,
McLANAHAN
5.3 Activated Carbon Filter THERMAX, RESIN INDIA, ION EXCHANGE,
OTOKLIN, ARUDRA, VASMYL, PENTAIR WATER,
VOLTAS, SUREFLO
5.4 Iron Removal Filter THERMAX, ZEOLITE INDIA (P) LTD., ION
EXCHANGE, VOLTAS, SPARKLE
5.5 Y-Strainer DRAYTON-GREAVES, UNIKLINGER, OTOKLIN,
SUPERFLO, J.N. MARSHALL, CADILLAC,
FILTRATION ENGINEERS

CET
LIST OF ACCEPTABLE MAKES PAGE 21 OF 31 MAY 2017

23
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


5.6 Cyclone Separator LAKOS, TIMEX (AMIAD), SUPERFLO
6 EXPANSION
JOINTS/COMPENSATO
RS
(Utility & Services)
6.1 Expansion Joints / FLEXICAN, PRECISION ENGINEERS, SUR
Compensators INDUSTRIES, METALLIC BELLOWS, LONE STAR,
( Metallic) BD ENGINEERS, ATHULYA, FLEXITHERM,
DWREN
6.2 Expansion CORI ENGG., SUR INDUSTRIES, PRECISION
Joints/Compensators ENGRS., STANDARD PRECISION BELLOWS, KELD
( Rubber) ELLENTOFT INDIA, GBM , DWREN
7 CENTRIFUGAL GAS TLT, ANDREW YULE, JAMES HOWDEN, AEROTO
BOOSTER BOLDROCCHI, BHEL
(BF/CO/BOF/MIXED
FUEL GAS)

8 INSULATION FINLAY INSULATIONS, LLYOD INSULATION,


MATERIAL RAYCHEM, BAKELITE HYLAM, UP TWIGA
AND WORK
9 PRESSURE VESSELS / BHPVL, TEXMACO, L&T, NTPC-ALSTOM, EUREKA
BUFFER VESSELS ENGG. WORKS, PRESSURE VESSEL INDIA (P) LTD.,
TITAN ENGINEERING
10 GAS HOLDER CLAYTON WALKER (GILLANDERS ARBUTHNOT ,
(DRY SEAL TYPE) UNIT:MICCO), LAZARUS & ASSOCIATES
(MUKUND)
GAS HOLDER CLAYTON WALKER (MICCO), LAZARUS &
(WET SEAL TYPE) ASSOCIATES (MUKUND), LEFFER & CO. ,
11 PIPES AND HOSES
11.1 Steel Pipes SAIL, TATA TUBES, SURYA TUBES,
MAHARASHTRA SEAMLESS, INDIAN SEAMLESS,
KHANDELWAL, JSW, UTKARSH,
11.2 Stainless Steel Pipes CHOKSY, ZENITH, STANDARD (INDIA), JINDAL,
STERLING, DIVINE TUBES, MAHARASHTRA
SEAMLESS, MEC TUBES, SURAJ LTD., QUALITY
STAINLESS
11.3 Cast Iron Pipes & Specials KESORAM INDIA LTD., KALINGA IRON WORKS

CET
LIST OF ACCEPTABLE MAKES PAGE 22 OF 31 MAY 2017

24
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


11.4 DI Pipes TATA METALIKS DI PIPE LTD., JINDAL SAW,
ELECTRO STEEL CASTINGS.
11.5 HDPE Pipes, PVC Pipes & GEORGE FISHER, ASTRAL, ORIPLAST, FINOLEX,
Fittings EMCO, POLYFIX, CHEMPLAST, EMOCOTHENE, PIL,
POLYOLEFINS,
11.6 FRP Pipes & Fittings GEORGE FISHER, GLASS ROLL INDUSTRIES, FIBRE
GLASS, FIDRO PLASTICHEM, COROMANDAL,
NOCIL, PIL, ORIPLAST
11.7 Hoses (Rubber & Stainless D.WREN, HYDRA, OTOKILN, FLEXICAN, INALSA,
Steel) AEROFLEX, TEKSONS, MARKWEL, QUALITY
STAINLESS
12 PIPE FITTINGS
12.1 Steel Pipe Fittings TUBE BEND, ITC (S&L), NL HAZRA, AJANTA,
ENGINEERING SERVICE ENTERPRISE, NAVKAR,
MS FITTINGS, WELSPUN, M.S. FITTINGS, S. NOMI,
SWASTIK LLOYDS, KHANDELWAL BROS., SHYAM
ENGG, POONAM ENTERPRISES, NAV DURGA,
FLUID CONTROLS
12.2 SS Pipe Fittings TUBE BEND, ITC (S&L), N.L. HAZRA, M.S. FITTINGS,
ENGINEERING SERVICE ENTERPRISE, NOBLE
TUBES, NAVKAR, HEAVY METAL TUBES, POONAM
ENTERPRISES, SHYAM ENGG, NAV DURGA, FLUID
CONTROLS
13 WATER TREATMENT
AND DM WATER
PLANT
13.1 DM , Soft Water Plant, RO THERMAX, ION EXCHANGE, EUREKA FORBES,
PLANT DOSHI ION- VEOLIA, RESIN INDIA, DRIPLEX,
PENTAIR WATER, TRIVENI ENGG., GEA ENERGY
SYSTEMS, ISGEC, GE POWER & WATER, EFFWA,
VOLTAS,SPARKLE
13.2 Waste Water Treatment HINDUSTAN DORR OLIVER, TRIVENI ENGG., ING-
Plant (Exclusive for water TECH ENGG. CO., THERMAX, EUREKA FORBES,
treatment projects) KIRLOSKAR, KAAF, DOSHI ION-VEOLIA, GE
POWER & WATER, EFFWA, VOLTAS, OTOKLIN,
13.3 Water Pre-Treatment TRIVENI ENGG., THERMAX, ION EXCHANGE,
DORR OLIVER, KIRLOSKAR, KAAF, EUREKA
FORBES, GE POWER & WATER
13.4 Clarifier HINDUSTAN DORR OLIVER, EIMCO-KCP, JORD
CET
LIST OF ACCEPTABLE MAKES PAGE 23 OF 31 MAY 2017

25
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


ENGINEERS, EUREKA FORBES, TRIVENI ENGG.,
McNALLY SAYAJI
13.5 Effluent Treatment Plant VA TECH, GEA ENERGY SYSTEM,TRIVENI ENGG.,
(Exclusive for Effluent UEM INDIA, EUREKA FORBES, DOSHIION, GE
treatment projects) POWER & WATER, EFFWA, VOLTAS,SPARKLE,
OTOKLIN,
13.6 Chemical Dosing System HINDUSTAN DORR OLIVER, TELLABS CHEMICALS,
NALCO, GE POWER & WATER, TRIVENI ENGG, SJ
INDUSTRIES, CHEMBOND
13.7 Chlorine Dioxide Generator PURITA, GE POWER & WATER
13.8 Filter Press ANDRITZ, FL SMITH, SUREFLO, FILTER MACHINE,
PANAMA, DINSHAW
14. EQUIPMENT &
SYSTEM FOR AIR AND
GAS
14.1 Turbo-Blower MAN TURBO, SIEMENS, MES, KAWASAKI, CKD,
BHEL
14.2 Compressor (Centrifugal) SEIMENS, ATLAS COPCO, INGERSOLL RAND, FS-
ELLIOTT, ELGI, KIRLOSKAR, KAZAN, KOBE,
COOPER
14.3 Compressors (Screw) KIRLOSKAR PNEUMATIC, ELGI, ATLAS COPCO,
INGERSOLL RAND, KAEZER
14.4 Compressors KIRLOSKAR PNEUMATIC, INGERSOL RAND, ELGI,
(Reciprocating) BURCKHARDT COMPRESSION
14.5 Portable Air Compressors HOLMAN CLIMAX, ELGI, ATLAS COPCO,
KIRLOSKAR, INGERSOLL RAND
14.6 Centrifugal Blowers & Fans – For all applications except fuel gas
Capacity < 80,000 m3/h AEROTO BOLDROCCHI, MAXFLOW, TLT ENGG.,
BATLIBOI, EFE, ANDREW YULE, REITZ, AIRLINK,
HOWDEN, BHEL, C.DOCTOR
Capacity > 80,000 m3/h BHEL, ANDREW YULE, AEROTO BOLDROCCHI,
TLT, HOWDEN
14.7 Lobe Blower ACME-AIR, KAY, SWAM PNEUMATICS
14.8 Air Drier DELAIR, TRIDENT, SANPAR, ATLAS COPCO, ROOS
TEMPKOOL, EXAL, INGERSOL RAND
14.9 Air Trap DRAYTON GREAVES, UNI KLINGER, FORBES
MARSHAL
CET
LIST OF ACCEPTABLE MAKES PAGE 24 OF 31 MAY 2017

26
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


14.10 Moisture Separator UNIKLINGER, NUCON, THERMAX, VELJAN,
HYDAIR, FESTO CONTROL, SCHRADER, ROSS,
SMC, DRYTECH ENGINEERS
14.11 Air Receiver INGERSOLL RAND, KIRLOSKAR, EUREKA ENGG.,
AIR EQUIPMENT & SYSTEM, DELAIR, TRIDENT
15 POWER PLANT
EQUIPMENT
15.1 Boilers (Stoker, Pulverised, BHEL, ABB, THERMAX, ISGEC, ALSTHOM, THYSEN
AFBC, CFBC) KRUPP,ENMAS

Gas Fired Boiler BHEL, ABB, THERMAX, ISGEC, ALSTHOM, ENMAS


(upto 50 tph)
Waste Heat Boilers BHEL, THERMAX, THERMAL SYSTEM, ISGEC,
ENMAS
15.2 Steam Turbines BHEL, SIEMENS, TRIVENI TURBINE, SKODA, MAN
TURBO DIESEL,
15.3 Gas Turbines GE, ALFA LAVAL, MITSUBISHI, SIEMENS, BHEL,
ALSTOM
15.4 Top Pressure Recovery KAWASHAKI, MES, MAN TURBO
Turbine
15.5 Condenser (Water) BHEL, SIEMENS, ALSTHOM, GE GODAVARI,
UNIVERSAL HEAT EXCHANGER, MAZDA
15.6 Condenser (Air) PAHARPUR, GEA
15.7 De-aerator BHEL, ISGEC, ION EXCHANGE, THERMAX
15.8 PRDU BHEL, THERMAX, FORBES MARSHAL, CHEMTROL
15.9 HP / LP Dosing ASIA LMI / ENPRO / META CHEM / VK PUMPS
15.10 Soot Blowers BHEL / BERGMAN / SISTON
15.11 DG Set MTU, CATERPILAR, KIRLOSKAR CUMMINS,
RUSTON
15.12 HP Heater & LP Heater BHEL, SIEMENS, THERMAX, ISGEC
16 POLLUTION CONTROL
EQUIPMENT
16.1 ESP
Capacity < 5,00,000 m3/h THERMAX INDIA, RIECO INDUSTRIES, BATIBOI
ENVIRONMENTAL ENGG, K. C COTTRELL INDIA,
SOIL & ENVIRO INDUSTRIES, ALSTHOM INDIA,
CET
LIST OF ACCEPTABLE MAKES PAGE 25 OF 31 MAY 2017

27
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


BHEL, ANDREW YULE, ELEX, FL SMIDTH, GEA
PROCESSING, HAMON RESEARCH COTTRELL,
UNICON ENGINEERS
Capacity > 5,00,000 m3/h ALSTOM INDIA, BHEL, K. C COTTRELL INDIA,
ANDREW YULE, ELEX, FL SMIDTH, GEA
PROCESSING, HAMON RESEARCH COTTRELL,
THERMAX
16.2 BAG FILTERS
Capacity < 2,50,000 m3/h SOIL & ENVIRO INDUSTRIES, BATLIBOI
ENVIRONMENTAL ENGG., THERMAX, KLEEN AIR,
FILTRATE, ALSTOM, ANDREW YULE, RIECO
INDUSTRIES, FL SMIDTH, CLAIR ENGINEERS,
BEVCON WAYORS, APC SYSTEMS, F. HARLEY,
GLOBAL ENVIRO SYSTEM, CK AIRTECH
Capacity > 2,50,000 m3/h ALSTOM, ANDREW YULE, RIECO INDUSTRIES, FL
SMIDTH, BATLIBOI ENVIRONMENTAL ENGG.,
THERMAX, BOLDROCCHI
16.3 DRY FOG DUST TPS INFRASTRUCTURE, F. HARLEY, KAVERI
SUPPRESSION ULTRAPOLYMERS, SPRAYING SYSTEMS,
SYSTEM CHEMTROL SAMIL, DUST SOLUTION SYSTEM.
16.4 CYCLONES AND MULTI THERMAX, AEROTO BOLDROCCHI, ANDREW
CYCLONES YULE, BATLIBOI ENVIRONMENTAL
ENGINEERING, F. HARLEY, AIR TECHNICO, RIECO
INDUSTRIES, RAJDEEP ENGG
17 AIR CONDITIONING,
RFRIGERATION &
VENTILATION
17.1 Window/Tower/Split AC/ HITACHI, DAIKIN, FEDDERS LLYOD, VOLTAS,
Ductable Split AC BLUE STAR, CARRIER, SAMSUNG, ZAMIL
17.2 Packaged Chillers VOLTAS, BLUE STAR, CARRIER, TRANE, YORK,
HITACHI, DAIKIN
17.3 Package AC VOLTAS, BLUE STAR, SAMSUNG, ETA, ROOTS
COOLING, ZAMIL
17.4 Precision Air Conditioning EMERSON, STULLZ-CHSPL (INDIA), CLIMAVENETA
System
17.5 Air Conditioning System VOLTAS, BLUE STAR, CARRIER, TRANE, ETA,
ETHOS HVAC, STERLING & WILSON, ABB LTD,
AIRCON, M+W ZANDER, ZAMIL

CET
LIST OF ACCEPTABLE MAKES PAGE 26 OF 31 MAY 2017

28
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


17.6 Cabin Air Conditioning KABU PROJECTS PVT. LTD., SUNBEAM, DOCON
System AIR CONDITIONING PVT. LTD., LINTERN,
FRIGORTEC
17.7 Cooling Tower VOLTAS, DBR, FRICK INDIA, ADVANCE COOLING
(ACVS) TOWERS, MIHIR ENGINEERS, ARMEC, HIMGIRI,
PAHARPUR, WET BULB, GAMMON INDIA,
SOUTHERN COOLING TOWERS
17.8 Air Handling Unit VOLTAS, BLUE STAR, ALSTOM, ROOTS COOLING,
ETA, FEDDERS LLYOD, ZAMIL
17.9 Tube Axial Fan KHAITAN, EFE, HUMIDIN, MESINA, FLOWLINK,
KRUGER, SH ENGG., CARYAIRE, AEROVENT,
DUSTVEN, TUBOFLOW, MAXFLOW, ANDREW
YULE, ABLE AIR-O TECH
17.10 Panel Filter For Air FMI, EFE, FLOW LINK, CADILLAC, C.DOCTOR, GEC,
ACCO, ABB, WFI, BHARAT, PUROLATOR
17.11 Air Washer EFE , ROOTS COOLING , SYMPHONY, AIRLINK,
MARCO, HUMIDIN, MESINA
17.12 Propeller Fan ABB, VENTURA, DUVENT, ACCO, MESINA,
AEROVENT, TUBOFLOW, SH ENGG.
17.13 Man Coolers KHAITAN, C. DOCTOR, ORIENT, ALMONARD,
FLOWLINK, VENTURA, ANDREW YULE,
17.14 Roof Extractors ALMONARD, KRUGER, CARYAIRE, FLOWLINK,
VENTURA, EFE, AIRLINK, HUMIDIN, C. DOCTOR, ,
ANDREW YULE
17.15 Vapor Absorption Machine VOLTAS, BLUE STAR, CARRIER, KIRLOSKAR

18 OXYGEN SERVICE
18.1 Cryogenic Pump CRYOSTAR, CRYOPUMP, ICL
18.2 Oxygen Filter VEE BEE, CLASSIC, ORSEAL, NOVINTEC,
CARBERN, SHIPHAM
18.3 Non Ferrous fittings SHIPHAM, CARBERN
18.4 Non Ferrous Control Valves FISHER, SAMSON, SEVERN GLOCON, MACK,
METSO, LEEDS, BLACKHALL
18.5 Non Ferrous Self-regulating FISHER, TYCO, SEVERN GLOCON, SAMSON,
Valves BROADY, BALEY BRIKETT
18.6 Non Ferrous Valves (Gate, FLUIDLINE, LEADER, CRESCENT, MICROFINISH

CET
LIST OF ACCEPTABLE MAKES PAGE 27 OF 31 MAY 2017

29
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


Globe, Ball) - < DN50
18.7 Non Ferrous Valves (Gate, FISHER, SAMSON, HEROSE, SEVERN GLOCON,
Globe, Ball) - > DN50 MACK, METSO, SHIPHAM, BESTOBELL,
BROOKSBANK, LEEDS
18.8 Safety Relief Valve JN MARSHALL, ARCA, SEMPELL, KEYSTONE,
TYCO, IL, SEBIM, KUNKLE, BAILEY BRIKETT,
FARRIS, DARLING MUESEO, CROSSBY, BROADY
18.9 Vaporizers BOC, CRYOQUIP, IWI CRYOGENICS, INOX, SHELL
& TUBE, ICL
19 FIRE FIGHTING
EQUIPMENT
19.1 Portable Fire Extinguishers FIREX, MINIMAX, NITIN, FIRE SHIELD, SAFEX,
GUNNEBO, ZENITH, KANADIA FYR FYTER,
DEFLAME, SUPREMEX
19.2 Fire hydrant NEWAGE, GUNNEBO, ASCO, ZENITH, STEELCO,
MINIMAX, NITIN
20 REHEATING FURNACE WESMAN, ENCON, TECHNOTHERM, HYPERTHERM,
(Pusher/Rotary) ANDRITZ, FIRESTEIN, TENOVA

21 MISCELLANEOUS
ITEMS
21.1 Steam Traps THERMAX, DRAYTON GREAVES, FORBES
MARSHALL, UNIKLINGER
21.2 Surge Tanks ANUP ENGG., ZENITH ERECTORS, PERFECT ENGG.,
SAKTHI HITECH
21.3 Oil Skimmer JVM ENG., PREMIER OIL SKIMMER, HI-TECH
ENGRS, POTENTIAL ENGG
21.4 Sludge Scrapper TRIVENI, GEOMILLER, MATA INDIA, NEO-
PARISTRUTAN
21.5 Agitator V MIX, SJ INDUSTRIES, STANDARD ENGINEERS
21.6 Traveling Water Screen MACMET, TRIVENI, MAHINDRA ASTECH,
SWAMINA INT., Mc.GALE, OTOKLIN
21.7 Vibration Isolator DUNLOP, EMARALD
21.8 Electrical Heat Tracer THERMON, THERMOPAD, RAYCHEM, NICROPAD
21.9 Spring Supports for BHEL, SARATHI
Pipelines

CET
LIST OF ACCEPTABLE MAKES PAGE 28 OF 31 MAY 2017

30
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


21.10 Flanged Dismantling Joint DIENS FLEXO, NL HAZRA, ENGINEERING SERVICE
ENTERPRISE
21.11 Mechanical Seal EAGLE BURGMANN, SEALOL, DURAMETALLIC

21.12 Traveling Water Screen MACMET, TRIVENI, MAHINDRA ASTECH,


SWAMINA INT., Mc.GALE, OTOKLIN

G. COAL COKE & CHEMICALS


1 Flushing Liquor pump BECON-WEIR LTD., KIRLOSKER BROTHERS,
MATHER & PLATT
2 HPALA Pump SULZER PUMPS, MATHER & PLATT
3 Reversing Cock & Isolation FLOWSERVE, UNIVERSAL ENGINEERING
Cock for CO & mixed gas

H. REFRACTORY

I Blast Furnace Complex & Hot Blast System


S. No. TYPE OF REFRACTORY MAKE
1 Fireclay Bricks/High Alumina PREMIER REFRACTORIES PVT LTD.,
Bricks/Fireclay Mortar/High MAHAKOSHAL, TRL KROSAKI REFRACTORIES
Alumina Mortars LTD., OCL INDIA LTD., ASSOCIATE CERAMICS
LTD., MAITHAN CERAMIC LTD.,
2 Fireclay Checker Bricks/High PREMIER REFRACTORIES PVT LTD.,
Alumina Checker Bricks MAHAKOSHAL, TRL KROSAKI REFRACTORIES
LTD., OCL INDIA LTD., ASSOCIATE CERAMICS
LTD., MAITHAN CERAMIC LTD., BRAHMA
REFRACTORIES PVT. LTD.,
3 Silica Bricks/Silica Checker TRL KROSAKI REFRACTORIES LTD., OCL INDIA
Bricks/Silica Mortar LTD.
4 Insulation Bricks/Insulation ACE CALDERIES LTD., MAITHAN CERAMIC LTD.,
Mortar/Insulation Castable ACHINT CHEMICALS, CARBORUNDUM
UNIVERSAL LTD., ASSOCIATE CERAMICS LTD.,
PREMIER REFRACTORIES PVT LTD.,
5 SiC-Incerts/SiC Bricks/Black CARBORUNDUM UNIVERSAL LTD., SAINT
Refractories GOBAIN, VESUVIOUS INDIA LTD., IFGL, TRL
KROSAKI REFRACTORIES LTD.
II Coke Oven Battery Complex
S. No. REFRACTORY MAKE
1 Fireclay Bricks/Fireclay BRAHMA REFRACTORIES PVT. LTD., RAJHANS
Checker Bricks/Fireclay REFRACTORIES PVT. LTD., BURNPUR INDUSTRIES,
Mortar ARVIND INDUSTRIES, CHAMPION CERAMICS PVT.
LTD., SHREEKANT INDUSTRIES, SAIL
CET
LIST OF ACCEPTABLE MAKES PAGE 29 OF 31 MAY 2017

31
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


REFRACTORY UNIT, MANISHREE REFRACTORIES
& CERAMICS LTD., ARUN REFRACTORIES
2 High Alumina Bricks/Mullite PREMIER REFRACTORIES PVT LTD.,
Bricks/High Alumina Mortars MAHAKOSHAL, TRL KROSAKI REFRACTORIES
LTD., OCL INDIA LTD., ASSOCIATE CERAMICS
LTD., MAITHAN CERAMIC LTD.,
3 Silica Bricks/Silica Mortar TRL KROSAKI REFRACTORIES LTD., OCL INDIA
LTD.
4 Light Weight Fireclay Bricks/ RELIABLE REFRACTORIES PVT. LTD., RAJASTHAN
Mica Insulation CERAMIC INDUSTRIES, NUTECH REFRACTORIES
Bricks/Insulation Mortar (P) LTD., ACHINT CHEMICALS, PREMIER
REFRACTORIES PVT LTD.,
III BOF Shops, Rolling Mill Areas & Other Shops
S. No. REFRACTORY MAKE
1 Fireclay Bricks/High Alumina PREMIER REFRACTORIES PVT LTD.,
Bricks/ Fireclay Mortar/High MAHAKOSHAL, TRL KROSAKI REFRACTORIES
Alumina Mortars LTD., OCL INDIA LTD., ASSOCIATE CERAMICS
LTD., MAITHAN CERAMIC LTD.,
2 Basic Bricks (Magnesite/Mag TRL KROSAKI REFRACTORIES LTD., OCL INDIA
Chrome/Chrome Mag /Mag-C/ LTD., SAIL REFRACTORIES UNIT, SAIL
AMC) & Basic Mortar REFRACTORY COMPANY LTD.
3 Light Weight Fireclay Bricks/ RELIABLE REFRACTORIES PVT. LTD., RAJASTHAN
Mica Insulation CERAMIC INDUSTRIES, NUTECH REFRACTORIES
Bricks/Insulation Mortar (P) LTD., ACHINT CHEMICALS, PREMIER
REFRACTORIES PVT LTD.,
IV MISCELLANEOUS REFRACTOPRIES/AUXILIARY MATERIALS
S. No. ITEMS MAKE
1 Acid Resistance Bricks & PERFECT ACIDWARE, ARVIND INDUSTRIES,
Mortar MAHAKOSHAL REFRACTORIES PVT LTD, RAJ
CERAMICS
2 Abrasion Resistance Bricks & OCL INDIA LIMITED, BURNPUR INDUSTRIES,
Mortar SREEKANT INDUSTRIES
3 Castables/Ramming ACE CALDERIES LTD., TRL KROSAKI
Mass/Gunniting Materials REFRACTORIES LTD., OCL INDIA LTD., SAIL
REFRACTORIES UNIT, MAITHAN CERAMICS LTD.,
VESUVIOUS INDIA LTD., MAHAKOSHAL, PREMIER
REFRACTORIES PVT LTD., ASSOCIATE CERAMICS
LTD.
4 Ceramic MURUGAPPA MORGAN, LLOYD INSULATION,
Fibre/Blanket/Modules/ UNIFRAX INDIA LTD,
Board/Felt/Wool/Vacuum
Formed/Papers/ Board

CET
LIST OF ACCEPTABLE MAKES PAGE 30 OF 31 MAY 2017

32
ANNEXURE - 2.3.1-1

SL.NO. ITEMS MAKE


5 Slab Insulation HYDERABAD INDUSTRIES LTD., MEGHA
INSULATION, NEWKEM PRODUCT CORPORATION
6 Expansion Plastics VOLCAN ENTERPRISES, PLASTIC ABHIYANTRA

CET
LIST OF ACCEPTABLE MAKES PAGE 31 OF 31 MAY 2017

33

You might also like