TECHNICAL SPECIFICATION OF D.C. DISTRIBUTION BOARD. 1. 1.02 SCOPE: This specification provides for design, Engineering, manufacture, stage testing, inspection and testing before dispatch, packing, forwarding and delivery at site of D.C. Distribution Board, complete with all fittings accessories and associated auxiliary equipment mandatory which are required for efficient and trouble free operation as per specified here under. It is not the intent to specify completely all the details of design and construction of equipment. However, the equipment shall conform in all respects to the high standard of engineering, design and workmanship and shall be capable of performing in continuous commercial operation up to the Bidder’s guarantee acceptable to the purchaser. The equipment offered shall be complete in all component necessary for its effective and trouble free operation along with associated equipment interlocks protection scheme etc. Such components shall be deemed to be within the scope of supply irrespective of whether those are specially brought out in this Specification and or the commercial order or not. All similar parts particularly movable ones shall be interchangeable. CLIMATIC CONDITIONS : As per Section-I Vol-II. 1.03 STANDARD: All material and equipment shall comply in every respect with the requirements of the latest edition of the relevant Indian Standard IS:1651. 1.04 MANUFACTURE AND WORKMANSHIP: All the material used in the construction of the equipment shall be of the best quality obtainable of their respective kinds and whole of the work shall be of the highest class, well finished and of approved design and make. Casting shall be free from blow holes, flaws and of the true form and dimensions. 1.05 1.06 All machined surfaces shall be true and smooth and well finished. DUTY AND GENERAL ARRANGEMENTS: The power for the charging apparatus shall be given through an independent 4-core cable connection from an A.C. 50 cycles 3 phase 415 ± 10% volts switchboard fed from a Station Transformer. D.C. Distribution shall be through fuse protected rotary switches mounted on a separate distribution board. TYPE OF EQUIPMENT: All equipment shall be located indoors. D.C. Distribution panel are to be mounted on the floor in the control room adjacent to the Battery room. Necessary doors and screens shall be provided wherever required. All equipment shall be vermin proof. The overall design of the entire equipment should be adequate for the duty in view to ensure trouble free and dependable service. The various cables for D.C. Distribution circuits, which are to be arranged by the Bidder shall have P.V.C. insulation. The conductors may be of copper or aluminum. All panel wiring to be provided by the supplier, shall consist of suitable colored/marked P.V.C. insulated cables. 1.07 BUS BARS AND SUPPORTS: The bus bars shall be of aluminium having adequate cross-sections. The bus bars shall be so designed and mounted that their expansion and contraction does not subject, either the Bus Bars or their supports, to any stresses. All bus bars and connections shall be duly marked and colored for identification. -1- 1.08 1.09 1.10 1.11 1.12 INSTRUMENTS: All instruments shall have 96 sq mm dials and flush mounted on the panels. Moving coil spring controlled instruments shall be used except those for A.C. which may be of the moving iron type. The error of indication shall not exceed 1% throughout the effective range of the meter. RESPONSIBILITY FOR DESIGNS: The Bidder shall assume full responsibility for co-ordinate and adequate design and shall conform to the best engineering practice for the operating conditions specified. In case the equipment covered by this specification is to be co-ordinate with other equipment, the Bidder shall furnish complete information and data as may be desired by the purchaser. GROUNDING: All metal parts should be grounded according to Indian Electricity Rules. Main ground Bus shall be provided by the purchaser. Special grounding lugs of adequate size shall be provided by the supplier on the charging equipment. INTER CHANGEABILITY: Corresponding parts of plant and equipment shall be made to gauge or jig and shall be interchangeable in every respect. DOCUMENTATION The successful bidder shall submit four sets of drawings for HVPNL approval. The following drawing shall be supplied with the tender: i) Outline drawings of all apparatus showing sufficient details to enable the purchaser to determine whether the design proposed can be installed satisfactorily or not. NOTE: All above drawings should be a minimum space (14x10cm) for stamping the approval of drawings by HVPNL. 1.13 FOUNDATIONS AND FIXINGS: All plants and equipment shall be provided with a complete set of foundation holding down bolts, washers, nuts plants and other fixture as may be required and these shall be supplied by the Bidder. These fittings will be fixed by the purchaser in the foundations unless otherwise specified. All foundation bolts, fixtures etc. shall be supplied as soon as possible after the contract drawings have been approved. 1.14 INSTRUCTION AND MARKING PLATES: All gauges, meters, instruments etc. shall have dials or scales calibrated in metric system of units. All name plates, instruction plate, warning signs and any marking what-so-ever on the equipment and its parts and accessories shall be in Hindi-English Language, using idioms, words and meaning as in current use in India. In order to facilitate sorting and erection at site every part of the plant and equipment shall be suitably marked. 1.15 TROPICAL TREATMENT & PAINT: All corrodible parts and surfaces shall be of such material and shall be provided with such paint or other protective finish that no part of the installed equipment shall be injuriously affected by the atmospheric moisture, heat and fumes. The panels shall be finally painted with light grey paint having shade No.631 of IS:5 with stove enameled finish. 1.16 PLACE OF MANUFACTURE AND INSPECTION: The Bidder shall state in his tender the place(s) of manufacture, testing and inspection of the various portions of the work included in the tender. The purchaser or his duly authorised agent shall have access to the Bidder's or sub Bidder's work at any time during working hours for the purpose of inspecting the manufacture and testing of materials, equipment and completed plant and the Bidder shall provide the necessary facilities for inspection. TESTS: Type Tests The equipment should be offered type test. Test reports should not more then seven years old reckoned from date of bid opening in respect of all the tests carried out in accredited 1.17 1.17.1 -2- 1.17.2 1.17.3 laboratories (based on ISO/IEC) by a reputed accreditatic body or witnessed by HVPN or another electric power utility and be submitted by the successful bidder to HVPNL for approval as schedule given in Bar Chart. i) Verification of constructional requirements ii) Verification of marking iii) Verification of dimensions Routine Tests As per quality assurance program (QAP). Acceptance Tests The following acceptance tests for DCDB shall be carried out by the Supplier in presence of HVPNL representative, unless dispensed with in writing by the HVPNL. i) Dimension test ii) Visual check test iii) quantative check iv) Functional checks v) wiring HV Test vi) Insulation resistance test 1.17.4 SAMPLING SCHEME AND CRITERIA FOR ACCEPTANCE: The sampling scheme and criteria for acceptance for cells up to and including 600 AH capacity shall be in accordance with clause 5 1.4 of IS-8320-1976. The sampling scheme for cells of higher capacities shall be subject to agreement between the user and the manufacturer. 1.18 SPARE PARTS :The Bidder shall quote separately in his tender for spare parts as he world recommend for the main maintenance operation of the equipment for the period of 5 years. Of detailed list of such spares parts which item wise prices shall be given under schedule of requirement and prices. The purchaser may order spares subsequently as may be finally decided upon, at the rates given in the tender. All spares parts shall be interchangeable and shall be of same make material and both workmanship as the corresponding parts furnished with the main equipment. 1.19 DETAILS OF TECHNICAL PARTICULARS AND SPECIFICATION: Details of the technical particulars and specification required have been given in Appendix (b). Any other particulars considered necessary by the supplier may also be given in addition to the above listed in Data requirement sheet. 1.20 COMPLETENESS OF EQUIPMENT: Any fittings, accessories or apparatus which may not have been specifically mentioned in the specification, but which are usually necessary in the equipment shall be deemed to be included in the contract and shall be supplied by the Bidder without extra cost. -3- APPENDIX 'A' SCHEDULE OF REQUIREMENT D.C. DISTRIBUTION BOARD: The D.C. Distribution Board shall be housed in a sheet steel cubicle with adequate ventilation and it should be vermin proof as far as possible and should be provided with louvers for ventilation backed by fine wire mesh, which applies to both charging equipment and D.C. Distribution Board. The DCDB shall match with the battery charging equipment and should be complete with bus bars of suitable capacity, wiring, rating plates, glands and fixing bolts. The minimum size of cubical should be 600X700X1600 mm. The following components shall be provided on the D.C. distribution board: FOR 200 AH & 100 AH BATTERIES 1. Double pole ON/OFF rotary switch of 200 Amps. for 200 AH rating Battery with 1 set 2 Nos. HRC fuses of 100 Amps 2. Moving coil ammeter of 96mm sq. and range 0-200 amps. for 200 AH battery 1 No for measuring the load on the bus. 3. Change over contactor : a) 20 Amps. for 200 AH battery change over contractor AC/DC for switching 1 No indication over to DC. On failure of AC supply and also for emergency pilot light in the event of AC failure. b) 10 Amps HRC fuses for pilot light 4. 2 Nos. Double pole D.C. Rotary switches with HRC fuses for each of following feeders: a) 220 kV closing supply of 50 Amps, capacity 1 No. b) 132 kV closing supply 50 Amp. Capacity 1 No. c) 66 kV -do- 1 No. d) 33 kV -do- 1 No. e) 11 kV closing supply 100 Amps. capacity 1 No. f & g) spare 100 Amp. Capacity 2 Nos. h & i) spare 50 Amp. capacity 2 Nos. 5. Double pole D.C. rotary switch of 10 Amps. rating with 10 Amp. HRC fuses for each of the following feeders: a) 11 kV Tripping supply 10 Amp capacity 1 No. b) 33 kV -do- 1 No. c) 66 kV -do- 1 No. d) 132 kV -do- 1 No. e) 220 kV -do- 1 No. f) Carrier telephone 10 Amp. capacity 1 No. g) 33 kV Relay & Board panel 10 Amp. capacity 1 No. h) 66 kV Relay & Board panel 10 Amp. capacity 1 No. -4- i) 132 kV Relay & Board panel 10 Amp capacity 1 No. j) 220 kV Relay & Board panel 10 amp. capacity 1 No. k) Spare 10 Amp capacity 3 Nos. All the instruments shall be of flush mounted type. The rotary switches shall also be flush mounted except for the protection portion in the panels. All switches shall be mounted on the front panel and all the HRC fuses together with their fuse fittings on the front panel but within a chamber that can be opened by half doors, to occasion accessibility to the fuses. The various components shall be of the best quality and from reputed manufacturers. The layout of components, wiring workmanship reliability etc. shall be of the best quality. Adequate room should be provided within the charger/DC distribution board cubicles for easy accessibility of components and also to facilitate ventilation. -5-