0% found this document useful (0 votes)
19 views9 pages

213425033444scope of Work For Ss Gopalpur

Uploaded by

fathihmmod
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views9 pages

213425033444scope of Work For Ss Gopalpur

Uploaded by

fathihmmod
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 9

SUB-STATION SCOPE OF WORK

a. NAME OF THE PACKAGE: CPC-02/2025-26


b. TENDER SPEC NO.: SGM-CPC-e-Tender- Badakushasthali GSS & line -02/2025-26 (Package-I)
c. NAME OF THE WORK: Engineering, Supply, Erection, Testing and commissioning of 2x500 MVA ICTs,
02 Nos. of 80MVAR line reactors, 1no of 125MVAR bus reactor at 400/220 KV GIS Grid Sub-Station With
SAS at Badakushasthali (Berhampur), Gopalpur.
d. FUNDING MECHANISM: - 70% from OPTCL own funding and 30% equity support from State Govt. of Odisha
under CMPDP scheme.
e. TYPE OF GRID SIB-STATION/BAY EXTENSION: GIS / AIS: GIS &AIS System
f. MVA CAPACITY OF GRID SUB-STATION:- 2 x 500 MVA
g. VOLTAGE LEVEL OF GRID SUB-STATION:-400 KV
h. PROJECT LOCATION & ITS ADDRESS Sanakushasthali, Post-Badakushasthali, Berhampur Sub-Division ; -
District: Ganjam ; Nearest railway Station: Berhampur ; Nearest AIR Port: Bhubaneswar ; Distance from Capital
City Bhubnaeswar:180km (aaporox.)

1. NAME OF THE OWNER: ODISHA POWER TRANSMISSION CORPORATION LIMITED.

2. NAME OF THE DIVISION UNDER WHICH THE WORK SHALL BE SUPERVISED:EHT(Construction)


Division, Berhampur
3. ADDRESS: 220/132/33kV GSS Campus, Narendrapur At Sanakushastahli, P.O.,-Badakushasthali, Berhampur,
Dist-Ganjam-760007
MOBILE NO./TELEPHONE NO.: 9438907842

4. NAME OF THE CIRCLE UNDER WHICH THE WORK SHALL BE SUPERVISED: EHT (C) Circle, Rayagada
MOBILE NO./TELEPHONE NO.:-06856-29520
NAME OF THE ZONE UNDER WHICH THE WORK SHALL BE SUPERVISED:SOUTHERN ZONE,
BERHAMPUR
5. ADDRESS: BERHAMPUR: At Sanakushastahli, P.O.,-Badakushasthali, Berhampur, Dist-Ganjam-760007

MOBILE NO./TELEPHONE NO.:-------------------------------


Following Transmission Line shall be terminated at this proposed Sub-station:
Sl. No. Description of Line Type & Line Length in Km
Configuration of
conductors
proposed/Used
1 400KV DC line from existing 400KV Grid S/S, Pandiabili ACSR MOOSE 147.31km
(PGCIL) to proposed 400/220/33KV GIS Grid S/s
2 220KV Multi circuit line for in & out of 220KV Narendrapur- ACSR ZEBRA & 3.7 km/4.6km
Therubali D/C transmission line HTLS

1. GENERAL
1.1 Odisha Power Transmission Corporation Ltd. (OPTCL), a Govt. of Odisha Undertaking and a State Govt, PSU is
responsible for bulk Power transmission of electrical energy from various Generating Unit through their own
networking system comprises of Transmission Lines and Grid sub-stations, Interconnection with the IPP’s & regional
grids are also part of its business. Transmitting the power to various utilities(discoms) and /beneficiaries are entrusted
with OPTCL.

1.2 The execution of “Transmission Scheme for evacuation/supply of power from -------------------” as well as the whirling
of power in the tune of --------- MW, its implementation through Competitive Bidding Process and on behalf of Govt.
of Odisha, OPTCL invites bids for the above projects for successful implementation of the same.

1.3 OPTCL is now implementing following transmission system associated with Transmission system strengthening
scheme for evacuation of power from ------------ to meet the requirement as projected above are highlighted below.

Page 1|9
1 Establishment of 2x500MVA & 2x20MVA 400/220/33KV GIS Grid substation at Badakushasthali
(Berhampur), Gopalpur
2 Provision of 1 X 125MVAr, ------- KV Bus Reactor
3 Provision of 2 X 80MVAr, ------- KV Switchable Line Reactors
4 Sub-station Automation
4 Sub-station Automation

2. SCOPE

2.1 The scope of this specification covers the following:

S.No. Scope of the Transmission Scheme (Substation)


1 Establishment of 2x500MVA & 2x20MVA 400/220/33KV GIS Grid substation at Badakushasthali
(Berhampur), Gopalpur , which is Under CMPDP scheme
2  400 KV (GIS)
 400KV line feeder Bay : 04 Nos.
 NB: In addition to the above, Two Nos. Of 400 KV GIS Bays are to be constructed by CTU
in TBCB mode.
 400KV Bus reactor Bay: 01 No.
 400KV ICT Bay: 02 Nos.
 400KV line reactor Bay: 02 Nos.
 400KV Tie Bay : 04 Nos.
 220 KV (AIS)
 220KV line feeder Bay: 04 Nos.
 220KV Bus coupler Bay: 01 No.
 220KB TBC Bay: 01 No.
 220KV ICT Bay: 02 Nos.

3 ----------- nos. ----------kV bays for --------- banks of ----------MVA, -----/------/----- kV, Auto/Power
transformers
4 245 KV GIS bay with PD sensors (Bus coupler Bay Module: 01 Nos.
5 ---------- kV Transfer Bus coupler bay: ----------- Nos.
6 ---------- kV Tie bays: ----------- Nos.
7 ---------- kV switchable/non-switchable Line Reactor Bay: ----------- Nos.
8 ---------- kV Bus-Reactor Bay: ----------- Nos.

9 ICT /Power / Auto Transformers


9a 2 X500 MVA ICT; 02 Nos.
9b ------- X ------ MVA; ------/-----/------ KV Auto/Power Transformer: -------- Nos.
10 Reactor (Line/Bus)
10a --400-----KV; ----1x125-------MVAr, bus reactor: -------- Nos.
10b -----400--KV; ------2x80-----MVAr, Line reactor: -------- Nos.
11 Besides above bay, provision of un-equipped future expansion bays are to be considered. (Minimum each
voltage level 2 Nos. each)

(1) Erection, testing and commissioning of (1) -----X ------- MVA, -------/-----/----kV Autotransformer, (2) 2 x 500 MVA,
ICT (3) 1X125 MVAR, 400--- KV Bus Reactor (4) –2x80--- MVAR, 400 KV Line Reactor along with NGR (as
applicable) and associated ------kV Surge Arrester are under this package(s). However, following associated works are
covered under the scope of this package:

(a) Associated Civil works (foundations, oil sump pit, fire protection walls, foundation for Transformer MB, foundation
for Cooler Control Cubicle, foundation for Cooler Banks, earthing connection to main earth mat,Treated Earth pits etc.
as per technical specification) for (1) 2x500MVA ICT, This is being owner supply items.

(b) Associated Civil works (foundations, oil sump pit, fire protection walls, foundation for Transformer MB, foundation
for Cooler Control Cubicle, foundation for Cooler Banks, earthing connection to main earth mat, Treated Earth pits etc.
as per technical specification) for (1) 1X125 MVAR, 400--- KV Bus Reactor (4) –2x80--- MVAR, 400 KV Line Reactor
along with NGR (as applicable) and associated ------kV Surge Arrester

Page 2|9
(c) Supply, erection, testing and commissioning of Circuit Breakers, Disconnectors, Current Transformers,
Inductive/Capacitor Voltage Transformers, Lightning Arresters, conductors, spacers, Insulators, hardware & all terminal
connectors, BPI, structure, etc. as required for Autotransformer/Power Transformers & Reactors bays. Overhead
connection of HV and Neutral bushings of Autotransformer/Power Transformers & Reactor to substation equipment,
which includes all terminal connectors.

(d) Supply, erection, testing and commissioning of HVWS & Hydrant Protection/NIFPES of all autotransformers/power
transformers and Reactors & NGRs as per the provisioned.

(e) Supply, laying and termination of cables (control & power) along with associated accessories from Common
marshalling box of Power/ Autotransformers & Reactors to associated BMK /Switchyard Panel Rooms/Control Room/
any other cubicle, as per requirement.

(f) Supply, erection, testing and commissioning of NGR Bypass arrangement for Line Reactors through -----KV Circuit
Breakers, Bus Post Insulators along with associated support structures, clamps and connectors, conductors, spacers etc.

2.3 The detailed scope of work of the substation package is brought out in subsequent clauses of this section.

2.4 It is the intent of this specification to describe primary features, materials, and design & performance requirements
and to establish minimum standards for the work. The specification is not intended to specify the complete details of
various practices of manufactures/ bidders, but to specify the requirements with regard to performance, durability and
satisfactory operation under the specified site conditions.

2.5 Other Equipment & Materials:


(a) Supply, erection, testing and commissioning of 145 kV, SF6 Circuit Breakers along with structures, fittings and
accessories for different bays as per requirement and technical specification.

(b) Supply, erection, testing and commissioning of 250 KVA, 33/0.433kV LT transformer along with associated 72.5kV
class Circuit Breaker, 72.5kV Isolator, 72.5kV Current Transformer, Voltage Transformer (BIL as suitable for 72.5 KV),
72.5kV Bus post Insulators etc with other accessories for loading of tertiary windings of -------- MVA, ------/-------kV
Auto Transformer.

(c) Supply, erection, testing and commissioning of 250 KVA, 33/0.433kV LT transformer along with associated 33kV
class Isolator, HG Fuse and 30kV Surge Arrester for connection to DISCOM/Own Power Supply.

(d) Supply, erection, testing and commissioning of 765/400 kV Circuit breakers, Isolators, Current Transformers,
Capacitor Voltage transformers, IVT, BPI’s , Surge Arresters and all associated materials etc including terminal
connectors.

(e) Supply, erection, testing and commissioning of 400/220kV GIS ,Circuit breakers, Isolators, Current Transformers,
Capacitor Voltage transformers, IVT, BPI’s , Surge Arresters and all associated materials etc including terminal
connectors.

(f) Supply, erection, testing and commissioning of Controlled Switching device for 765kV & 400kV Circuit breakers as
per BPS.

(g) Supply, erection, testing and commissioning of --------kV Neutral CT for -------KV/-------KV/------KV
autotransformers / Reactors/Power Transformers banks- As per BPS.

(h) Supply, erection, testing and commissioning of 145kV, 1-Phase Circuit Breaker and BPI for NGR by-passing
arrangement for the line reactor.

(i) Supply, erection, testing and commissioning of Complete Relay & Protection System as per Technical Specification
& BPS- ‘Control and Relay Panels’. Necessary equipment, wiring etc. required for control & monitoring of different bays
(Line, Transformer/auto-transformer, Bus-coupler, Transformer Bus coupler, Tie etc) including 145kV Circuit Breaker
for NGR by-passing arrangement is also in the scope of work. The same may be located in respective protection panels
(Line, Transformer/auto-transformer, Bus-coupler, Transformer Bus coupler, Tie etc) including line/bus reactor panels.

Page 3|9
(j) Supply, erection, testing and commissioning of Complete Bus Bar Protection system for 132 kV; --------kV; --------
kV; & --------kV Buses as per Technical Specification. The Bus bar protection system for new substation shall be de-
centralized (distributed) type. The Peripheral Units for Bays under present scope only are to be supplied. However, the
Central Unit shall be supplied considering both present and Future Bays as per SLD.

(k) Supply, erection, testing and commissioning of Complete Substation Automation System based on IEC-61850 as per
Technical Specification of Substation Automation (including hardware and software) along with associated equipment is
under present scope. Further, the contractor shall also supply necessary BCUs for control and monitoring of substation
auxiliary system. The necessary interface and integration work for transferring data to SLDC (RSCC) and to any suitable
location, which shall be intimated in due course of time.

(l) Supply, erection, testing and commissioning of OLTE Digital Carrier Communication equipment including Digital
protection coupler (suitable for interfacing with E1 port of SDH equipment), FODP on
gantry, signal converters (if required), communication cables, associated power cables etc. for both ends of following
lines:
400KV DC line from existing 400KV Grid S/S, Pandiabili
(PGCIL) to proposed 400/220/33KV GIS Grid S/s
220KV Multi circuit line for in & out of 220KV Narendrapur-
Therubali D/C transmission line

(m) Supply, erection, testing and commissioning of --------kVA Silent type outdoor DG Set along with AMF panel.
(n) Supply, erection, testing and commissioning of Air Conditioning System for Control Room Building, Battery room
& Switchyard Panel Rooms and etc as per Technical Specification & BPS.

(o) Supply, erection, testing and commissioning of 33kV HT cable along with termination kit, lugs, glands, clamps and
complete accessories (if required for Station Transformer) etc. as per BPS.

(p) Supply, erection, testing and commissioning of 1.1kV grade Power & Control cables along with complete accessories
including power cables for oil filtration units with associated power receptacle; cabling from common marshalling box
of 220/33 kV; --------/-------KV Power Transformer /Auto Transformers & -----------kV & ----------KV Reactors (Bus /
Line) to bay kiosks /Switchyard panel room /control room. Control & Power cables for other protection and respective
panels (Line, Transformer/auto-transformer, Bus-coupler, Transformer Bus coupler, Tie etc). The Methodology for
supply, installation & sizing of cables shall be as per TS & BPS.

(q) Supply, erection, testing and commissioning of Fire protection system including:
(1) HVWS & Hydrant system for ------/------kV AutoTransformers; ------- KV line Reactors and ---------kV Bus Reactor
(2) Smoke detection, Fire alarm & Annunciation System for Switchyard panel rooms and Control Room building.
(3) Hydrant system for control building, FFPH, LT system etc.
(4) NIFPES for -220/ 33 KV Power/Auto Transformers including its accessories.

(r) Supply, erection, testing and commissioning of LT switchgear (AC/DC Distribution boards) considering all present
and future bays as per SLD provided, which is indicative only.

(s) Supply, erection, testing and commissioning of Lattice & Pipe Structure:
1. The scope includes fabrication, proto-assembly, supply including transportation & insurance, unloading, storage,
erection and commissioning of Beam, Tower, LM (as required) and equipment
support structures including nuts, bolts, fasteners and foundation bolts complete in all respect. The proto corrected
drawings along Technical Specification with BOM are to be submitted by the contractor to OPTCL for approval. The
arrangement shall however not absolve the contractor from the responsibility of supply and erection of safe sound and
durable structure.

2. Drawings of Beam, Tower, Lighting Mast and equipment support structures shall be provided by OPTCL. In the bid
price schedule, the same are indicated in Metric Ton (MT) and shall be paid as per respective items of BPS. In case
OPTCL does not have any structural drawings, contractor shall prepare the fabrication drawing based on the requirement
and submit for approval. In case of equipment support structure, the attachment of stool and fixing of MOM box etc.
shall be taken care by the contractor as per the requirement of the equipment.

3. Equipment support structure of tertiary and neutral formation for Transformers and Reactors shall be designed by the
CONTRACTOR during detailed engineering. In the bid price schedule, the same are
indicated as LOT (if required).

Page 4|9
4. Circuit Breaker support structure shall be as per manufacturer’s drawing, which is provided by the manufacturer.

(t) Supply, erection, testing and commissioning of Hardware, clamps & connectors, Conductor(s), spacers, Al tube &
accessories of Al. tubes for different types of connection, bus-bar materials (as per SLD),
cable trays, cable tray racks,cable end sealings at control room/switchyard room & covers, Bay MB, (including terminal
connectors for transformer and ------ kV Reactors & ------------kV NCT, Junction box, earth wire, earthing material risers,
auxiliary earthman (excluding main earth mat), buried cable trenches/pipes for equipment & lighting, cable supporting
angles/channels, Insulating mats, cable sealing arrangement, insulator guy arrangement, all accessories etc. as required.

(u) Supply, erection, testing and commissioning of Insulator strings and associated hardware: Insulator strings and
associated hardware fittings under present scope shall be provided by the contractor
as per Bid Price Schedule (BPS).

(v) Supply, erection, testing and commissioning of the Batteries & Battery chargers shall be worked out by bidder for
complete -------/------ KV Grid substation scope including future bays as specified. However, capacity of battery &
Charges should not be less than as specified below:
Sl. No. Battery Voltage Type of cell Battery Capacity Charger Type Charger
in AH capacity in Amp
for Float &
Boost Mode
1 220 V Plante 350 SCR based Float ------ A for Float
& Float Cum & ------ A for
Boost Boost
2 48 V VRLA 300 -DO- ------ A for Float
& ------ A for
Boost
3
4
In case, calculated Capacity comes more than the above, Contractor shall supply the same, without any additional cost
implication to Employer.

(w) Supply, erection, testing and commissioning of Main Earth mat, which shall be provided under present scope of work.
All the equipment (including power/ autotransformers, Bus & Line Reactors associated SA, NGR & their auxiliary and
420kV Bus Reactors), other equipment besides transformers & reactors, LT station, FFPH, DG Set, Control room area
,cable trenches, auxiliary earth mat for isolators, structures for all auxiliary buses etc. shall be earthed by connecting them
to the main Earth mat etc as required for complete earthing of the entire grid Sub-station. Main earth mat shall be either
using 75X10 mm GI Flat/25 mm Dia MS Rod/ 40 mm Dia MS Rod as per BPS. The auxiliary earth mat (1500 mmX
1500 mm with a spacing of 300 mm both way) for Isolators shall be with the same size of main earth mat materials.

(x) The lightning protection (DSLP) for complete switchyard is to be provided by the contractor. The contractor shall
design the lightning protection by utilizing the structures being provided under present scope. In case, additional
structures (Lightning Masts) are required to meet the lightning protection, the contractor shall provide the same. The cost
for providing lightning masts shall be measured in MT and paid under associated BPS item. Associated earthing materials,
hardware etc. is deemed to be included under the respective bay Erection Hardware. The civil works shall be payable as
per relevant item of BPS.

(y) Supply, erection, testing and commissioning of LED based Lighting for the complete switchyard area under present
scope including lighting for streets, Control Room cum administrative building, Switchyard Panel Rooms, Fire Fighting
Pump house, DG Set area, LT station area and security room.

(z) Supply, erection, testing and commissioning of Telecommunication equipment etc. as per BPS
1) The broad Scope of the procurement of FO based Communication Equipment shall include planning, designing,
engineering, supply, transportation, insurance, delivery at site, unloading handling, storage, installation, termination,
testing, training and demonstration for acceptance, commissioning and documentation for:

(i) Fibre Optic Approach Cable (FOAC) along with duct, GI pipe, GI Elbow, GI Flexible conduit and Fibre Optic
Distribution Panel (FODP).

(ii) SDH Equipment along with suitable interfaces and line cards.

Page 5|9
iii) All cabling, wiring, Digital Distribution frame patch facilities and interconnection to the supplied equipment at the
defined interfaces,

(iv) System integration of all supplied subsystem.

(v) Integration with the existing communication system based on SDH (SDH is the International Telecommunication
Union's Telecommunication Standardization Sector version of the Synchronous Optical Network (SONET) standard) and
PDH (PDH stands for Plesiochronous Digital Hierarchy. It is a telecommunications network transmission technology
designed for the transport of large data volumes across large-scale digital networks. In PDH, multiplexing of 2 Mbit/s
signals into higher order multiplexed signals) of employer.

(vi) Integration of supplied subsystem with SCADA system, PLCC equipment, PABX of, VOIP (SIP compliant for
voice).

(vii) Integration of new Communication equipment in the existing regional NMS (Network Management System (NMS),
as name suggest, is a software tool that is generally used to manage and control network i.e. interconnected nodes. EMS
usually manages single element or group of similar elements. Elements simply refers to node. NMS usually manages
more than one network i.e. multiple networks.). All required support to existing NMS vendor for integration of new
Communication equipment.

2) Supply, erection, testing and commissioning of PMU scope (if applicable): Refer BPS.
(i) The broad Scope of the procurement of PMU shall include planning, designing, engineering, supply, transportation,
insurance, delivery at site, unloading, handling, storage, installation, termination, testing, integration and demonstration
for acceptance, commissioning, and documentation for PMU as per BPS.

(ii) The PMUs shall comply with the latest version of IS 60255-118-1-2018 and IEEE C 37.118 protocols.
(iii) The PMUs shall be integrated with Phasor data Concentrator (PDC) at Regional Load Dispatch Centre (RLDC)/State
Load Despatch Centre (SLDC)

(iv) The Bidder shall provide technical support at substation end for seamless integration of PMU with PDC at
RLDC/SLDC. The integration work at RLDC/SLDC end will not be under the scope of the Bidder.

(aa) Supply, erection, testing and commissioning of Visual Monitoring system for watch and ward of substation premises
as per Technical Specification. (If applicable: Refer the BPS)

(bb) Supply, erection, testing and commissioning of Any other work/ item/ design/ drawing required for completion of
scope of works.

2.6 Civil works:(Following works to be carried out by the contractor):


1. The scope of civil work shall include but shall not be limited to the following as per BPS & some standard drawings
as provided by OPTCL:

a) Contractor to carry out the Soil Investigation work including soil resistivity of complete Sub-station done a fresh.

b) Site levelling as per contours provided by the contractor. HFL (Highest Flood Level) data shall be arranged by
contractor for finalization of FGL (Finished Ground Level).

c) Slope Protection Works: Sectional details of dry-stone pitching/ RCC retaining wall, including slope protection layout
drawing etc. shall be prepared by contractor.

d) Stone Packing (if required) beneath foundations etc. coming up on filled up earth.

e) Boundary Wall

f) Cable trenches, Road, Drains- The sectional details of cable trench, road, road crossings, drains etc. including cable
trench layout, road layout & drain layout including and invert levels shall be developed by the contractor.

g) Switchyard fencing and switchyard gate.

h) Rain water harvesting units.

Page 6|9
i) Structure and foundation for all tower, beam, Lighting Mast & all equipment support structures

j) Foundation of Transformers and Reactors including rail cum road, unloading platform, jacking pad, Oil pit/ common
oil pit, pulling block, gratings etc. as per technical specification.

k) Firewalls for Transformers and Reactors.

l) Foundation of LT transformers & DG set.

m) Control Room Building.

n) Fire Fighting Pump House and Water Tank. (If required as per BPS)

o) Switchyard Panel Room. (If required as per BPS)

p) Security Hut and Main Gate.

q) Labour Hut.

r) Septic tank and soak pit for Control Room Building, Security Hut and Labour Hut.

2. The scope of civil work shall include but shall not be limited to the following based on drawings developed by the
contractor:
a) Stone spreading and anti-weed treatment in the switchyard. A layout for the same shall be developed by the contractor.

b) Structure and foundation for the equipment support structure of tertiary and neutral formation of Transformers and
Reactors.

c) Switchyard drains and peripheral drains (along the plot boundary). Preparation of storm water drainage layout using
standard sections.
d) Permanent water supply for Control Room Building, Fire Fighting Pump House Building, firefighting system, Security
Hut and Labour Hut.

e) Laying of plumbing and external sewerage system for Control Room Building, Security Hut and Labour Hut.

f) Foundation for lighting poles, bay marshalling boxes, panels and control cubicles of equipment’s wherever required.
g) Any other item/design/drawing for completion of scope of works.

2.7 All work is to be done under this specification shall include all labour, plant, equipment, material and performance
of all work necessary to complete installation and commissioning of switchyard. All apparatus, appliances, material and
labour etc. not specifically mentioned or included, but are necessary to complete the entire work or any portion of the
work in compliance with the requirements implied in this specification is deemed to be included in the scope of contractor.

2.8 Before proceeding with the construction work the Contractor shall fully familiarize himself with the site conditions
and General arrangements & scheme etc. Though the Employer shall endeavour to provide the information, it shall not
be binding for the Employer to provide the same. The bidders are advised to visit the substation sites and acquaint
themselves with the topography, infrastructure and also the design philosophy to be adopted, geographical location. The
bidder shall be fully responsible for providing all equipment, materials, system and services specified or otherwise which
are required to complete the construction and successful commissioning, operation & maintenance of the substation in
all respects. All materials required for the Civil and construction/installation work including cement and steel and other
associated materials shall be supplied by the Contractor. Complete design (unless specified otherwise in specification
elsewhere) and detailed engineering shall be done by the Contractor.

2.9 Design of substation and its associated electrical & mechanical auxiliaries systems includes preparation of single line
diagram, electrical layout, foundation & cable trench layouts (including invert levels), erection key diagrams, direct stroke
lightning protection, electrical and physical clearance diagrams, Control and protection schematics, wiring and
termination schedules, design of firefighting system, outdoor lighting/illumination and other relevant drawings &
documents required for engineering of all facilities within the fencing to be provided under this contract, are covered
under the scope of the Contractor.

Page 7|9
2.10 Employer has standardized its technical specification for various equipments and works for different voltage levels.
Items, which are not applicable for the scope of this package as per schedule of quantities described in BPS, the technical
specification for the items should not be referred to.

2.11 Contractor to make site & store office for the Employer’s reprentative.

3. PHYSICAL AND OTHER PARAMETERS:

3.1 Meteorological data: The meteorological data are as below


Sl. No. Description Value
1 Altitude Less than 1000 meter above mean sea level (MSL)
2 Snow fall NIL
3 Seismic Zone As per IS 1893
4 Wind Zone As per IS 875 Part 3
5 Min./Max. Ambient 0 / 50 degree centigrade
Temperature

3.2 Other parameters - For design purposes, following is to be considered:

Sl. No. Description Substation Value Fault level

1 765kV 50 kA for 1sec


2 400kV 63kA for 1sec
3 220 KV 50kA for 1sec
4 132 KV 40kA for 1sec
5 33 KV 31.5kA for 1 Sec

4.0 SCHEDULE OF QUANTITIES


The requirement of various items/equipment and civil works are indicated in Bid price Schedules. All equipment/items
and civil works for which quantities has been given in the BPS shall be payable on unit rate basis. During actual execution,
any variation in such quantities shall be dealt as per the tender condition. Wherever the quantities of items/works are
indicated in Lot/Set, the bidder is required to estimate the quantity required for entire execution and completion of works
and incorporate their price in respective Bid price schedules. Any material/works for the line item not specifically
mentioned in the description in BPS, as may be required shall be deemed to be included in the line item itself. No cost
compensation shall be considered on account of “Set/LOT/LS” items in any case of number of bays as specified in project
remains unchanged. Bidder should include all such items in the bid proposal sheets, which are not specifically mentioned
but are essential for the execution of the contract. Item which explicitly may not appear in various schedules and required
for successful commissioning of substation shall be included in the bid price and shall be provided at no extra cost to
Employer.

5.0 SCHEMES FOR BUS ARRANGEMENT


Different voltage substation, shall be considered with the following arrangement (Bus Arrangement):
Sl. Description of AIS GIS
No. Sub-station
1 132/33 KV Main & Transfer Bus Scheme Two main Bus Scheme
2 220/132 KV (a) Two main Bus Scheme with bye-pass Two main Bus Scheme
arrangement
(b) Two main Bus with one transfer Bus
Scheme
(c) One & half CB
switching scheme with I- type/D(∏) type
layout arrangement
3 400/220 KV One & half CB One & half CB
switching scheme with I- type/D(∏) type switching scheme layout
layout arrangement arrangement
4 765/400 KV One & half CB

Page 8|9
switching scheme with I- type layout
arrangement

The reference drawings, which form a part of the specifications, are given at drawing folder in the technical specification.
The bidder shall maintain the phase to earth clearance, phase to phase clearance and sectional clearances, clearances
between buses, bus heights but may alter the locations of equipment to obtain the statutory electrical clearances required
for the substation.

6.0 DIFFERENT SECTIONS OF TECHNICAL SPECIFICATION


For the purpose of present scope of work, technical specification shall consist of following sections and they should be
read in conjunction with each other.
Sl. No. Description of Technical Specification Remarks
1
2
3
4 As per TS
5
6
7

7.0 SPECIFIC REQUIREMENT:


i) The specific requirements as mentioned under scope of work.

ii) OTI & WTI shall be integrated in SCADA through 4-20 mA signals.

iii) HTLS Conductors & Connector suitable for HTLS conductor are in the scope of contractor (if asked for as per BPS).
Relevant type/performance test certificates for high current heat rise test shall be submitted, as per applicable
standards/product specifications to confirm suitability of the offered material.

iv) Minimum specific creepage distance for insulator string/ long-rod insulators/outdoor bushings shall be 31 mm/kV.
However, minimum specific creepage distance of other outdoor equipment shall be 25mm/kV in line with requirement
of Technical Specification.

v) The switchgear shall be designed and specified to withstand operating conditions and duty requirements. The rated
current of equipment shall be as mentioned below: Further, current rating of all equipment shall be the highest current
rating required for connected line/ICT/Reactor/Transformer so that the system could operate without any constraint in
case of outage of any bus bar.
Sl. No. Description of bay Different voltage level
765 KV 400 KV 220 KV 132 KV 33 KV
1 Bus Bar 4000A 4000A 3150A 2000A 2000A
2 Line bay 3150 A 3150 A 3150 A 1600 A 800 A
3 ICT bay/ Transformer Bay 3150 A 3150 A 3150 A 1600 A 1250 A
4 Bus Reactor Bay 3150 A 3150 A 3150 A - -
5 Switched Line Reactor Bay 3150 A 3150 A 3150 A - -
6 Bus-coupler/Bus Tie/Transfer coupler 3150 A 3150 A 3150 A - 1250 A

Page 9|9

You might also like