Annexure - Gseb.com

advertisement
ANNEXURES
TECHNICAL SPECIFICATION
FOR
ANNUNCIATORS
FOR 132/220/400 KV LINE FEEDER PANELS.
Signature and Seal of Bidder
Page 1 of 32
INDEX
CONTENT
SL.
NO
1 SECTION- I
DESCRIPTION
TECHNICAL SPECIFICATION
PAGE
NOS.
3
2
SECTION -II
ANNEXURES
19
3
SECTION- III
TECHNICAL SCHEDULES
22
Signature and Seal of Bidder
Page 2 of 32
SECTION-I
TECHNICAL SPECIFICATION
CONTENTS
Sr.
No.
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
PAGE
NO.
INTENT OF SPECIFICATION.
4
QUALIFYING REQUIREMENT OF BIDDER.
4
SCOPE.
5
PLACE OF INSTALLATION.
6
CLIMATIC CONDITION.
7
CODES AND STANDARD.
8
TECHNICAL REQUIREMENTS.
8
PRE DESPATCH INSPECTION AND TESTING.
11
GUARANTEES.
12
DEVIATIONS.
12
DOCUMENT SUBMISSION.
13
DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED BY
14
BIDDER ALONGWITH THE BID.
DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED BY
14
SUCCESSFUL BIDDER.
DELIVERY SCHEDULE.
15
PACKING AND TRANSPORTATION.
15
PAINTING.
17
DEMONSTRATION.
17
INSTALLATION, COMMISSIONING AND TRAINING.
17
Signature and Seal of Bidder
DESCRIPTION
Page 3 of 32
1.0
INTENT OF SPECIFICATION
1.1. This specification is intended to cover the design, engineering, manufacture,
inspection and testing at manufacturer’s works, packing, supply transportation &
delivery, training, Installation and commissioning of microprocessor based
communicable type annunciators at GSECL power station sites as per
requirement included in this specification.
1.2. It is not the intent to completely specify all details of design and construction
herein. Nevertheless, the equipment shall conform to high standards of
engineering design and workmanship in all respects and shall be capable of
performing continuous operation in a manner acceptable to the Purchaser.
Reliability, availability and maintainability are of the utmost importance to the
Purchaser in the design of the equipment described herein.
2.0
QUALIFYING REQUIREMENT OF BIDDER
2.1. The bidder should be a manufacturer of offered equipment in India who has
designed, manufactured and successfully, tested as per IS/IEC or any equivalent
standard. Equipment of the type and class (voltage and protection types) specified
are in successful operation for not less than 3 years as on the date of bid opening.
2.2. The bidder should have executed such type of supply & work as per tender
specification in past and bidder have to submit documents conforming the same
during last three years in utilities like State Electricity Corporations, NTPC,
PGCIL etc.
2.3. The minimum requirement of manufacturing capacity of offered type, size and
rating of equipment shall be 7 times tender / bid quantity. The bidder should
indicate manufacturing capacity by submitting latest updated certificate of a
Chartered Engineer (CE).
2.4. Equipment offered shall be in service for a minimum period of three (3) years
and satisfactory performance certificate from utilities like State Electricity
Corporations, NTPC, PGCIL etc. in respect of this should be submitted.
2.5. Equipment offered shall have type test certificates from accredited laboratory
(accreditation based on ISO/IEC/Guide 25/17025 or EN 45001 by the national
accreditation body of the country where the lab is located.) as per
IS/IEC/Technical specification, not older than FIVE (5) years from the date of
opening of technical bid.
Signature and Seal of Bidder
Page 4 of 32
2.6. The bidder should clearly indicate the quantity and Single Value Contract
executed during last FIVE (5) years, for the offered equipment. Bidder should
have executed one single contract during last five years for the quantity
equivalent to tender / bid.
The details are to be submitted in following format,
Sr. ITEMS
No SUPPLIED
TO
ORDER
REFERENCE
No. &
DATE
ITEMS QUANTITY ORDER
FULLY
EXECUTED
YES/NO
STATUS, IF
ORDER
UNDER
EXECUTION
REMARK
2.7. The facility for extending the necessary after sales service, with adequately
trained manpower and establishment, shall be available in India. The documents
indicating the same shall be submitted with the bid.
2.8. Notwithstanding anything stated above, the owner reserves the right to assess
bidder’s capacity to perform the contract, should circumstances warrant such an
assessment in the overall interest of the contract and the owner.
3.0
SCOPE
3.1. The scope includes, but is not limited to design, engineering, manufacture,
inspection and testing at manufacturer’s works, packing, supply, transportation &
delivery at site (FOR site) , microprocessor base annunciators as per
specification, removal of existing old annunciators & associated wiring and
Installation , testing & commissioning of newly supplied annunciators at site in
place of existing old annunciators inclusive of all fittings, accessories and spares
for efficient and trouble-free operation.
3.2. The scope includes supply of 28 / 30 Windows microprocessor base
annunciators , required material for retrofitting like , wires , lugs , ferrules , TBs ,
Blanking plates , nut- bolt , channel etc. hardware , cable for communication up
to existing PC in the switchyard , software for communication with annunciators
etc.
3.3. Cutting, fabrication of panel for fixing new annunciator, Fixing , Installation and
commissioning of new annunciator including removing & refitting of other
Signature and Seal of Bidder
Page 5 of 32
equipments like hooter , indicators, meters etc. if required for accommodating
and fitting of new annunciator.
3.4. The scope includes wiring of annunciator up to separate TB in the panel for all
windows.
3.5. The wiring from field to panel is not included in the scope.
3.6. Wiring of annunciator for data communication up to PC (PC is not included in
the scope of bidder).
3.7. Supply, installation and configuration of monitoring software in the given PC for
communication with annunciator .
3.8. The scope includes furnishing all relevant drawings, data, routine & type test
reports, commissioning instructions and operation & maintenance manuals.
3.9. Bidder shall indicate the list of recommended spares as required in appropriate
technical schedule for equipment operation for ten (10) years. Bidder shall quote
for price for recommended spares separately, which shall not be included in the
base bid.
3.10. The purchaser reserves the right of selection of items and quantities of above
spares to be order. The price for spares shall be kept valid till the expiry of
guarantee period.
3.11. Transportation and delivery of all the materials by rail / road to site.
3.12. Bidder shall arrange their representatives / commissioning engineers for
installation, testing, and commissioning of the supplied equipment at each site.
The responsibility of commissioning engineers shall be to install, test,
commission the equipment supplied by the bidder to the satisfaction of owner/
owner’s engineer and hand over the equipment to the Owner.
3.13. Provide training to GSECL engineers for safe operation and maintenance of the
equipment before handing over the equipment.
3.14. The bidder shall visit all sites at his own cost with the prior intimation for
assessing the volume of work prior to quoting bid. No claims for inadequate
description of the scope shall be entertained at a later date.
Signature and Seal of Bidder
Page 6 of 32
4.0
PLACE OF INSTALLATION.
4.1. The Annunciators would be supplied at (a) Wanakbori (b) Gandhinagar (C)
Ukai TPS(d) Ukai Hydro PS (e) Sikka (f) Kutch Lignite TPS (g) Kadana
Power Station. The place of installation would be 132/220/400 KV line feeder
panels as indicated below.
Sr. No. Name of Power Station
220 KV
3
7
Total
Nos.
10
10
10
7
8
6
6
132 KV
1
Wanakbori TPS
2
Gandhinagar TPS
3
Ukai TPS
4
Kutchh Lignite TPS
5
Sikka TPS
6
Ukai Hydro PS
4
4
7
Kadana Hydro PS
4
4
1
6
TOTAL
5.0
400 KV
4
38
6
6
48
CLIMATIC CONDITIONS
The equipment shall be suitable for satisfactory operation under the following
Climatic Conditions.
1. Altitude
:
Not exceeding 1000 Meters.
2. Ambient Air Temperature:a) Maximum temperature
:
45ºC
b) Maximum daily average temperature
:
35ºC
c) Minimum temperature
:
3.5ºC
3. Rainfall.
:
1000/1150 mm. during June to Sept
4. Relative humidity for
:
95%
Design of equipment.
5. Climate condition
:
Hot, humid and conducive to rust
& fungus growth.
6. Isoceraunic level
:
III
7. Av. Number of thunder :
20
Storm days per Annum (No.)
8. Max. Wind pressure
:
150 Kg/Cm2.
9.
Earthquake acceleration :
Signature and Seal of Bidder
0.08 x 2g (G).
Page 7 of 32
10.
Tropicalisation.
:
1. All equipment supplied against this
Specification shall be given tropical
And fungicidal treatment in view
Of the severe climatic conditions
Prevailing at site as described above.
2. Tropical protection shall confirm to IS:
3202 entitled “Climatic Protection” of
electrical equipment
or BS: CP-1014-1963 entitled “Protection
of electrical Power equipment against
climatic condition”.
6.0
CODES AND STANDARDS
Design and construction of various components of the equipment shall be in
accordance with the latest editions of the relevant IS/IEC standards and CBIP
recommendations. The supplier shall submit the copy of the relevant standards
applicable to the equipment offered.
In case of any conflict between this document and the codes and standards referred
to herein, the stringent stipulation of these two shall prevail.
Some of the relevant standards, which are to be referred, are listed at Annexure I ,
however the bidder shall check the respective requirement of standard and
equivalent IS / IEC for annunciators and offer accordingly with supporting
documents and this shall be accepted.
7.0
TECHNICAL REQUIREMENTS
7.1.
Alarm annunciation system shall be provided on the control board by means
of visual and audible alarm in order to draw the attention of the operator to the
normal operating conditions or the operation of some protective devices and
DC fail condition. The annunciation equipment shall be suitable for operation
on both 220 V DC / 240 V AC (selectively) for normal operating conditions
and for AC / DC fail conditions.
7.2.
Alarm annunciation shall be of microprocessor based with replaceable
windows, NO/NC site selectable, sequence/ grouping selectable, choice of
colors, choice of windows sizes and availability of serial part (RS232 to RS
485) output for computer connection. It shall have AC/DC fail facility and
super bright LED facia and through out provisions for trouble shooting and
Signature and Seal of Bidder
Page 8 of 32
maintenance. The windows based PC software, cables, converters etc. shall
also be provided. Sequence of operation of the annunciator shall be as
follows;
Sr.
No
1
2
3
4
5
Visual
annunciation
Off
Flashing
Audible
Annunciation
Off
On
Steady On
Steady On
Off
Off
(a) Close
(b) i-Open
ii- Close
Steady On
Off
Flashing
Off
Off
Off
Open
Steady On
Off
Alarm condition
Fault contact
Normal
Abnormal
Acknowledge
push button is
pressed
(a) Reset
Pushbutton
pressed
(b) If abnormal
condition
persists
Lamp Push button
pressed
Open
Close
Signature and Seal of Bidder
(a)
(b)
Close
Open
Page 9 of 32
7.3.
The visual annunciation shall be provided by annunciation fascia, mounted
flush on the top row of the panels. The audible alarm shall be provided on
alarm hooter and bell to differentiate the TRIP AND NON TRIP alarm
respectively.
7.4.
Annunciator fascia unit shall have translucent plastic windows for each alarm
point. Annunciation facia shall be engraved in black-in-white lettering for
NON TRIP alarm and black-in-red lettering for TRIP alarm.
7.5.
Alarm inscription shall be engraved on each window in not more than three
lines and size of the lettering shall be about 5mm. The inscription shall be
visible only when the respective fascia light is `ON’.
7.6.
The cover plate of the fascia windows shall be flush with the panel and shall
be easily removable. The fascia window shall have two white lamps in
parallel to provide safety against lamp failure. The lamps provided in the
fascia windows shall be adequate to ensure clear visibility of the inscriptions
in the control room having high illumination intensity (500 Lux) from the
location of the operator’s desk.
7.7.
The annunciator shall be suitable for operation with normally open fault
contacts which close on a fault. For fault contacts which open on a fault, it
shall be possible at site to change annunciator from ` close to fault’ to `Open
to Fault’ and vise versa.
7.8.
Each annunciator shall be provided with accept, reset and test push buttons.
7.9.
Special precaution shall be taken by the supplier to ensure that alarm
conditions do not appear due to influence of external electromagnetic
/electrostatic interference on the annunciator wiring and switching
disturbances from the neighboring circuits within the panels.
7.10. In case `RESET’ push button is pressed before abnormality is cleared, the
lamps shall continue to flash and shall go out only when `normal’ condition is
restored.
7.11. Any new annunciation appearing after the operation of `accept’ for previous
annunciation, shall provide a fresh `audible alarm’ with accompanied `visual
alarm’ even if the process of `acknowledging’ or `resetting’ of previous alarm
is going on or is yet to be carried out.
7.12. Provision of testing facilities for flasher and audible alarm circuit of
annunciator shall also be made.
Signature and Seal of Bidder
Page 10 of 32
7.13. The annunciation shall be of repetitive type and shall be capable of registering
fleeting signal registered by the system shall be of 15ms.
7.14. The schematic drawing of annunciation shall be required to be submitted by
the successful bidders. The one set of spare cards / relays shall be supplied
along with the panels for an individual station.
7.15. The annunciation in facia shall be grouped for tri in one / more row and non
trip be grouped in balance rows.
7.16. The spare facia window provided should have facility to engrave the
inscription on site.
7.17. Auxiliary relay for annunciation system shall have adequate auxiliary
potential free contacts for used in DR and SER.
7.18. The annunciator shall have 28 /30 windows for each scheme.
7.19. The width of panel where annunciator is to be installed varies from 600
mm to 1000 mm at various power stations, therefore the width of
annunciator should be such that it can be feasible to fix in the panel
having 600 mm width.
7.20. The dimension of window should not be less than 65 X 30 mm keeping
over all dimension suitable for fixing it in the panel having 600 mm
width.
7.21. The annunciator shall have facility for interfacing with PC through suitable
network. Separate port for serial interfacing should be available.
7.22. Electronic hooter with selectable tone (minimum three) having suitable
voltage rating to be supplied with each annunciator.
8.0
PRE-DISPATCH INSPECTION AND TESTING
8.1.
Bidder shall invariably furnish his standard Quality Assurance Plan along with
the bids. Inspection and testing shall be as per approved QAP.
8.2.
Test certificate/ reports for the type tests carried out on similar rating and design
of equipment shall be submitted for Purchaser’s / Owner’s review/ approval.
Test certificate not older than 5 years shall be supplied along with offer by the
bidder
8.3.
Purchaser reserves the right to demand repetition of some or all the type test in
the presence of the purchaser’s representative. For this purpose the bidder may
Signature and Seal of Bidder
Page 11 of 32
quote unit rates for carrying out each type test. In case, the equipment has not
been type tested earlier, the entire type test as per relevant standards shall be
carried out by the successful bidder in the presence of purchaser’s
representative without any extra cost.
8.4.
All acceptance, routine Tests and any other tests, inspection as per relevant
standards must be conducted at the place of manufacture
for the offered
equipment in presence of Purchaser’s representative without any extra cost.
8.5.
No equipments or systems shall be shipped before all tests and inspections have
been carried out according to the approved quality assurance plan unless
otherwise instructed by the purchaser.
8.6.
The acceptance of any material prior to shipment shall in no way relieve the
successful bidder of any of his responsibilities for meeting all the requirements
of the specification and shall not prevent subsequent rejection if such
materials are found to be
defective.
8.7.
Immediately after finalization of the programme of type / acceptance / routine
testing the supplier shall give two weeks’ advance intimation to the purchaser to
enable him to depute his representative for witnessing the tests.
8.8.
The manufacturer shall offer the inspector representing the purchaser all the
reasonable facilities free of charge, for inspection and testing to satisfy him that
the material is being supplied in accordance with this specification.
8.9.
The representative / Engineer attending the above testing will
testing on equipments and issue test certificate approval to the
and give clearance for dispatch.
carryout
manufacturer
8.10. Any test which is not being conducted indigenously, the bidder shall furnish test
report in “English” for the said test being conducted outside India for exactly
identical rated equipment
9.0
GUARANTEE
The supplier shall provide a guarantee in respect of the equipment to be furnished
by him the following:
Signature and Seal of Bidder
Page 12 of 32
9.1.
All equipment and materials shall be new and in accordance with the
specification, all equipment shall be free from any defect due to faulty design,
materials and/or workmanship.
9.2.
Performance Guarantee: Supplier shall guarantee the successful and satisfactory
operation of all the equipment supplied under this specification and shall meet
the ratings and requirements with stipulated accuracy class.
9.3.
The above guarantee shall be valid for a period of twelve (12) calendar months
commencing from the date of taking over of the fully commissioned equipment
or eighteen (18) calendar months from date of receipt which ever is later.
9.4.
This period of the Guarantee shall be called the “Guarantee period”. During this
period, the successful bidder’s liability shall be replacement of any defective
parts that may develop in the equipment. All such replacements of defective
parts mentioned above shall be made free of cost at site by the supplier. The
service shall be free of cost during Guarantee period.
10.0 DEVIATIONS
No deviations to this specification shall be acceptable unless specifically
indicated in the offer in the relevant schedule. All deviations shall be clearly
spelt out by the Bidder and the price implications thereof.
GSECL at their discretion will decide regarding acceptance of deviation for
fulfilling the requirement of project as per site condition.
Bidder must furnish List of Technical Deviations mentioning the specification
clause nos. against which deviations have been sought for. Compliance with
this specification will be taken for granted in absence of any specific mention
of deviations in the said list of deviations. Any implied deviation or any
deviation mentioned elsewhere in the offer shall not be considered.
Signature and Seal of Bidder
Page 13 of 32
11.0 DOCUMENT SUBMISSION
11.1. All drawings/documents submitted by supplier shall be in sufficient detail to
indicate the type, size, arrangement, weight (as applicable), the external
connections, fixing arrangements required, the dimensions required for
installation and interconnections with other equipment and materials, clearances
and spaces required between various portions of equipment and any other
information specifically requested.
11.2. Drawings / Documents submitted shall be signed by responsible representatives
of the Bidder and all drawings shall be of A-3 size. (297mmX420 mm )
11.3. All dimensions on drawings shall be in Metric Units, unless otherwise
specified. The details in the drawings shall be in English language only.
11.4. The Bidder shall prepare and submit to the Purchaser, operation and
maintenance manuals in accordance with the Purchaser’s requirements and in
sufficient detail, for the Purchaser to get familiarized with the equipment and to
enable him to operate, maintain, dismantle, reassemble, adjust and repair the
equipment in a safe and efficient manner. O&M Manual shall contain
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
Vendor Contact Details
Storage Instruction
Erection & Commissioning Instruction
Operating Procedure /Instruction and Maintenance Schedule
List of Bought out component & sub vendor’s addresses
Technical Data Sheet
Leaflets of Bought Out component
Drawings etc.
The O&M manual shall be furnished to the Purchaser along with the Bid
submission.
11.5. A separate section of the manuals shall be devoted to each size/ type of
equipment and shall contain a detailed description of construction and
operation, together with all relevant pamphlets, catalogues, drawings and a list
of parts with procedure for ordering spares. Maintenance instructions shall
include charts showing lubrication, checking, testing and replacement
procedures to be carried out daily, weekly, monthly and at longer intervals to
ensure trouble-free operation. Where applicable, fault location charts shall be
included to facilitate finding the cause of mal-operation or breakdown. A
collection of the Manufacturer’s standard leaflets will not be accepted, to mean
Signature and Seal of Bidder
Page 14 of 32
compliance of this clause. The manual shall be specifically compiled for the
concerned site.
11.6. DOCUMENT ON ELECTRONIC MEDIA WRITE-PROTECTED:
All documents including drawings, data sheets, erection and commissioning
manuals, O & M manuals shall be provided on electronic media viz. floppies,
CD’s, Each electronic media shall be of high quality and suitable for long-term
storage. The reproduction from media shall be of good quality.
12.0 DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED BY BIDDER
ALONGWITH THE BID
As a minimum, the bidder shall furnish the following relevant drawings,
documents and catalogues of the major equipment offered in two sets failing
which the bids shall be rejected.
(a) Typical general arrangement drawing of the equipment showing
overall dimensions.
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
Equipment weight
Shipping weight and dimensions
Quality assurance plan
Type test reports of similar rating equipment
Catalogues for equipment and fittings & accessories (preferably
electronic form)
Operation & Maintenance Manual.
Experience certificates of supply of identical types of equipment
List of sub-vendors for purchaser’s approval.
Schedules as per Section- III
in
13.0 DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED BY
SUCCESSFUL BIDDER
Before dispatch of equipments to consignees, the supplier is required to submit
sets of following drawings / documents in suitable files. There shall be such
three sets per equipment and shall be forwarded to a) Two sets to consignee
before dispatch of equipment b) One set with equipment
a) Equipment Rating and terminal diagram plate drawing.
b) Transportation and shipping dimensions and weights.
Signature and Seal of Bidder
Page 15 of 32
c)
d)
e)
f)
g)
Control schematics and wiring diagrams.
Electronic copy of all the drawings in a floppy disk / CD.
Operation and maintenance manual.
Commissioning manual.
Catalogues for all bought out items.
All Erection, operation & maintenance manuals & drawings shall be furnished
in reproducible form (floppy / CDs) also.
14.0 DELIVERY SCHEDULE.
14.1. Bidder shall supply within 12 weeks from date of LOI or Purchase order which
ever is earlier.
14.2. The consignee details shall be issued to the successful bidder after placement of
orders and after inspection and testing of equipment at manufacturer’s works.
(Annexure II).
15.0 PACKING AND TRANSPORTATION
15.1. All equipment / material shall be suitably packed for transport, carriage at site
and outdoor storage during transit.
15.2. Bidder shall adequately prepare all the equipment for shipment. Where required
by the nature of the equipment, Bidder shall furnish and install necessary covers
to protect the equipment from rain, hail, wind, dust, etc. Equipment shall be
adequately sealed and protected during shipment to prevent corrosion, entrance
of foreign matter, and possible damage from rough handling during transit. Any
articles or materials that might otherwise be lost in shipping shall be boxed or
wired in bundles.
15.3. Suitable weather protection (like PVC sheets) shall be provided to
prevent
wetting of components during transportation and outdoor storage at site.
15.4. Protective Coatings and Preservatives
15.4.1. Preservative coatings used on components shall be suitable for the
conditions normally expected during transportation, storage and
throughout the erection period.
15.4.2. Each type of preservative used shall be identified as to quality, life
expectancy and type. Toxic and hazardous – type preservatives will not
be allowed. Complete information shall be submitted to the Purchaser
Signature and Seal of Bidder
Page 16 of 32
covering step – by – step procedures, including Indian governing laws
for handling and removal of each type of preservative.
15.5. All loose components shall be identified with company material code,
15.6. Part no, weight and name for easy site identification.
15.7. Each consignment shall be accompanied by a detailed packing list
15.8. Containing the following information. Any material found short inside the
intact packing cases shall be supplied by the supplier without any extra cost. .
a) Purchase order reference.
b)
Name of consignee
c)
Details of consignment
d)
Destination
e)
Total weight of consignment
f)
Handling and unpacking instructions.
g)
Bill of materials indicating contents of each package
e)
All instructions for proper care and handling after delivery, including
outdoor storage procedures, shall be furnished by the Bidder before the
equipment is dispatch .A comprehensive list of all items shipped shall
also be submitted before dispatch to purchaser.
f)
All equipment shall be adequately prepared for transportation and for a
maximum period of outdoor storage of six months. At time of shipment,
equipment shall be clean and properly protected against transit damages.
The supplier shall be responsible for any damage to the equipment during
transit due to improper and inadequate packing
g)
The equipment shall be prepared for transportation after testing has been
completed.
h)
The cases containing easily damageable material shall be very carefully
packed and marked with appropriate caution symbols i.e. `FRAGILE’
`HANDLE WITH CARE’, `USE NO HOOK’ etc
Wherever necessary proper arrangement for attaching slings for lifting
shall be provided, and all packages clearly marked with signs showing
`UP’ and `DOWN’ sides of boxes and lifting points.
Signature and Seal of Bidder
Page 17 of 32
i)
Before the equipment is shipped, the original shipping stops, bolts, ties,
etc., shall be reinstalled in all devices.
j)
Electrical and control panels shall be protected against corrosion, weather,
and mechanical damage during transit. Temporary structural bracing shall
be installed as required to allow for normal field handling, skidding, and
hoisting.
k)
In addition to the foregoing, the Supplier shall provide internal and
external protection from the effects of corrosion for all parts not otherwise
coated or painted. Where closure is incomplete, plastic material
adequately supported, protected, and sealed shall be used to provide an
effective barrier.
16.0 PAINTING
The painting scheme shall be suitable for an equipment to be operated in a
highly polluted and corrosive atmosphere. Climate is saline, tropical, and
conducive to fungus growth. Painting shall be in accordance with Painting
Specification.
17.0 DEMONSTRATION
During technical scrutiny of the bid, the purchaser may ask to offer
demonstration of the Annunciator with accessories which has been offered in the
bid. The bidder shall demonstrate the same within two weeks of intimation from
purchaser. The acceptance of equipment is subject to successful demonstration to
the satisfaction of GSECL at prescribed site of GSECL
Signature and Seal of Bidder
Page 18 of 32
18.0
INSTALLATION, COMMISSIONING AND TRAINING:
18.1. The bidder shall depute their Engineer to the various sites for carrying out
testing and commissioning of testing equipments at no extra cost.
18.2. In addition to providing commissioning assistance, the vendor’s representative
shall also train the purchaser and its designee’s personnel (up to a maximum of
5 people per power plant site) in the operation and maintenance, trouble
shooting etc of the
equipment under vendor’s scope of supply, including
classroom, on-the-job and safety training. The training shall be of such quality
so as to provide the purchaser’s or its esignee’s personnel with a
comprehensive working understanding of all operational and
maintenance
aspects of the equipment.
18.3. The program of the training shall be mutually discussed and finalized by the
purchaser with suppliers.
Signature and Seal of Bidder
Page 19 of 32
SECTION-II
ANNEXURES
CONTENT
SL.
NO
1
2
CONTENT
ANNEXURE-I
DESCRIPTION
Codes And Standards
ANNEXURE-II Consignee Details
Signature and Seal of Bidder
PAGE
NOS.
20
21
Page 20 of 32
ANNEXURE- I
CODES AND STANDARDS
Sr.
No.
Standard No.
1
2
3
IEC 60364-4-41
IEC 61721
IEC 61010-1 & 2
4
IS – 2147
IP-54
IEC-60255-22-1
IEC-60255-22-2
IEC-61000-4-2
IEC-60255-22-4
IEC-, 60255-22-5
IEC-60255-22-7
IEC-61000-4-8
IEC- 60255-22-3 /
EN-61000-4-3 /
IEEE/ANSI/C37.90.2
IEC- 60255-22-3
IEC- 60255-25
IEC- 60255-5
IEC-60068-2-1
IEC-60068-2-2
IEC-60068-2-3
IEC-60068-2-30
IEC- 60255-26
EN-50178
IEC- 60255-21-1
IEC –60088-2-6
IEC- 60255-21-2
IEC-60088-2-29
IEC- 60255-21-3
IEC-60088-2-1
IEC-60088-2-2
IEC-60088-2-3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
Signature and Seal of Bidder
Title
Protection against electric shock.
Classification of Environmental conditions.
Safety requirements for electrical Equipment for
measurement, control and laboratory use.
Degree of protection, Ingress protection, dust & moisture.
MHz burst disturbance
Electrostatic discharge Direct application
Indirect application
Fast transient disturbance
Surge immunity test
Power frequency immunity test
Power frequency magnetic field test
Radiated electromagnetic field disturbance
Conducted electromagnetic field disturbance
Radiated emission
Dielectric test ,Impulse voltage test ,Insulation resistance
Cold test ,Storage test
Dry heat test
Damp heat test, steady state
Damp heat test, cyclic
Immunity / Emissivity
Low voltage directive
Vibration
Vibration during operation and transport
Shock and bump
Bumping during transport
Seismic
Low temperature test
High temperature test
Humidity test
Page 21 of 32
ANNEXURE –II
CONSIGNEE DETAILS
Sr.No.
For Power Station
Consignee
Mode of Dispatch
Chief Engineer
Road / rail
1
Wanakbori TPS
2
Gandhinagar TPS
Chief Engineer
Road / rail
3
Ukai TPS
Chief Engineer
Road / rail
4
Kutchh Lignite TPS
Chief Engineer
Road / rail
5
Sikka TPS
Chief Engineer
Road / rail
6
Ukai Hydro PS
Chief Engineer
Road / rail
7
Kadana Hydro PS
Superintending
Engineer
Road
Signature and Seal of Bidder
Page 22 of 32
SECTION-III
TECHNICAL SCHEDULES
The bidder shall fill in the following schedules which form part of the bid specification
and offer. If the schedules are not submitted duly filled in with the offer, the offer is
likely to be rejected.
CONTENTS
SCHEDULE
NO.
SCHEDULE -1
SCHEDULE -2
SCHEDULE -3
SCHEDULE -4
SCHEDULE -5
SCHEDULE -6
SCHEDULE -7
Signature and Seal of Bidder
DESCRIPTION
GENERAL PARTICULARS OF BIDDER
SCHEDULE OF GUARANTEED
TECHNICAL PARTICULARS
SCHEDULE OF DEVIATIONS FROM
TECHNICAL SPECIFICATION
LIST OF SPARES RECOMMENDED
EXPERIENCE LIST
LIST OF DOCUMENTS SUBMITTED WITH
THE BIDS
TRANSPORTATION SCHEDULE,
INDICATING WEIGHT, DIMENSION OF
EACH TRANSPORTING UNITS
PAGE
NO.
24
25
28
29
30
31
32
Page 23 of 32
SCHEDULE – 1
GENERAL PARTICULARS OF BIDDER
1
Name of Bidder with registered office
address
2
Bidder’s proposal number and date
3
Telegraphic / Telex Address
4
Telephone No.
5
Fax No.
6
E – Mail
7
Name and Designation of the Official
of the Bidder to whom all reference
shall be made
8
Project Organization chart showing
staffing, furnished?
Yes / No
9
List of important personnel with brief
curriculum vitae, furnished?
Yes / No
Signature and Seal of Bidder
Page 24 of 32
SCHEDULE – 2
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
The GTP is to be filled up in this format and, to be submitted in duplicate along with the
offer. This is intended for speedy comparison of various bidders GTP. The Bidder shall fill
in the particulars against appropriate items in respect of each rating and type of equipment
offered in the broad categories listed below. Please fill all the detail invariably , instead of
stating like ‘refer catalogue or other document’ etc.
Sr.
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Specification
Vender’s Data /
Confirmation
Name of Manufacturer
Type designation, Complete model No. Offered
Is the offered Annunciators based on Microprocessor
technology? Furnish detail
Input Mains supply. , Voltage , Frequency with range
Number of Windows offered
Dimension size of Annunciator
Overall
Cutout
Window Size.
Are the windows replaceable?
Power Consumption
Response Time
Flashing Rate
Fast
Slow
Pushbutton
Inbuilt or External
Type of pushbutton
Audible output contact available? No & Type
Relay Contact rating
Available standard and optional operating sequence.
Furnish detail
Signature and Seal of Bidder
Page 25 of 32
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
Construction detail
Is Annubnciator having communication & interface
facility with PC through network? Furnish detail
No. and type of ports available for communication
Is any converter required? Specify detail.
Type of protocol for communication.
Name of software for communicating , data downloading ,
analysis etc. with features and facilities
Whether hardware & Software for above to be supplied as
a part of supply.
Selectable NO/NC input contact configuration available?
Window LED color
Type of LED used
AC / DC fail annunciation facility available?
Specify with Supply Input range
Watchdog facility available? Furnish detail
Protection available for ,
Input supply (Under / Over voltage)
Wrong energizing of Field sensing contact
List of Accessories supplied with equipment like
Testing Cable, Case, Connectors, TBs , etc.
List of IEC / IS Standard to which equipment confirms
Environment
Operating Temperature
Storage & Transport temperature
Humidity
The equipment shall be Compatible for EMI/EMC
Environment as per relevant IEC and certificate
submitted.
Please assure and specify the confirmation with relevant
test carried out.
Please furnish all type test certificates.
Make , Type & Model of Electronic Hooter offered with
above annunciator
Dimension of Hooter
Input voltage & range for hooter
Audible out put in db. Of hooter.
No. of selectable Tones available
Signature and Seal of Bidder
Page 26 of 32
36.
37.
38.
Documents submitted.
(a) Type test reports (list of reports with date, rating of
equipments, Testing authority etc.)
(b) List of Schedules
(c) List of Drawing
(d) List of Manuals
(e) Other furnished details
Guarantee / Warranty offered.
Any other related information to furnish.
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 27 of 32
SCHEDULE - 3
SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATION
Reference
Section and
page
Description of Exceptions /
Deviations
Reason for Exception /
Deviation
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 28 of 32
SCHEDULE - 4
LIST OF SPARES RECOMMENDED
Item
Quantity
Unit Price
(Rs.)
Total Price
(Rs.)
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 29 of 32
SCHEDULE - 5
EXPERIENCE LIST
Sl. Name of the Location of
No. Purchaser / the Plant /
Owner with Equipment
full address
Date of
Commission
ing
Performan Details of
Person to
whom
ce
Equipment
Certificate supplied & reference be
submitted
installed
made
(Yes/No)
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 30 of 32
SCHEDULE - 6
LIST OF DOCUMENTS SUBMITTED WITH THE BIDS
Documents
Title and Description
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 31 of 32
SCHEDULE - 7
TRANSPORTATION SCHEDULE, INDICATING WEIGHT, DIMENSION OF
EACH TRANSPORTING UNITS
Transporting
unit
Dimension in mm
(LXBXH)
Weight in KG
NAME OF THE FIRM
SIGNATURE OF THE BIDDER
DESIGNATION
DATE
SEAL OF THE COMPANY
Signature and Seal of Bidder
Page 32 of 32
Download