NTPC Limited

(A Government of India Enterprise)

Badarpur Thermal Power Station

NOTICE INVITING TENDER (NIT)

FOR

Procurement of Numerical Relays-BTPS

(Domestic Competitive Bidding)

NIT No: 40032981

Date:22.01.2015

Bidding Document No: 300018888

 

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40032981

NIT Date

22.01.2015

Document Sale Commencement Date & Time

22.01.2015 18:10:09

Document Sale Close Date & Time

11.02.2015 16:00:00

Source of IFB/NIT

Badarpur Thermal Power Station

Contract Classification

Equipment Supply

Last Date and Time for Bid submission

10.03.2015 15:00:00

Technical Opening Date & Time

10.03.2015 15:15:00

Bid Opening Date & Time

18.03.2015 15:00:00

Cost of Bidding Documents in INR

1,182.00

EMD in INR

105000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

07.03.2015

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at NEW DELHI or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0 Brief Scope of Work & other specific detail

1. SPECIFICATIONS FOR NUMERICAL RELAYS

1.00.00 NUMERICAL RELAYS for incomers and bus-coupler feeders.

1.1.00General requirements

1.1.1All Numerical relays shall be of types, proven for the application satisfying requirements specified elsewhere and shall be subject to Employer's approval. Numerical Relays shall have appropriate setting ranges, accuracy, resetting ratio, transient overreach and other characteristics to provide required sensitivity to the satisfaction of the Employer.

1.1.2All numerical relays shall be rated for control supply voltage as mentioned elsewhere under system parameters and shall be capable of satisfactory continuous operation between 80-120% of the rated voltage. Making, carrying and breaking current ratings of their contacts shall be adequate for the circuits in which they are used. Contacts for breaker close and trip commands shall be so rated as to be used directly used in the closing and tripping circuits of breaker without the need of any interposing / master trip relays. Threshold voltage for binary inputs shall be suitably selected to ensure avoidance of mal operation due to stray voltages and typically shall be more than 70% of the rated control supply voltage.

1.1.3One minute power frequency withstand test voltage for all numerical relays shall at least be 2kV (rms).

1.1.4All IEDs shall have freely programmable optically isolated binary inputs (BI) and potential free binary output (BO) contacts adequate for the intended application.

1.1.5Failure of a control supply and de-energization of a relay shall not initiate any circuit breaker operation.

1.1.6Disturbance Record waveforms, event records & alarms shall be stored in Non-volatile memory and failure of control supply shall not result in deletion of any of these data.

1.1.7All the numerical relays shall have communications on two ports, local front port communication to laptop and rear port on IEC 61850 for communication through Ethernet LAN.

1.1.8All Numerical relays shall have features for electrical measurements including voltage, current, power (active & reactive), frequency, power factor and energy parameters.

1.1.9Relays shall have event recording feature, recording of abnormalities and operating parameters with time stamping.

1.1.10All numerical relays shall have provision of both current and voltage inputs. Relays shall be suitable for both residually connected CT input as well as CBCT input. Number of CT inputs shall be adequate for protections detailed elsewhere but not less than 4 sets, 3 nos. for phase fault & 1 no. for earth fault. The Numerical relays in the Incomers shall have at least 5 CT inputs. Relays shall be suitable for CT secondary current of 1A and 5 A. All motor / transformer feeder relays shall have provision for 3 PT inputs. Relays used in incomers, ties and bus couplers shall have provision of two sets of voltage signal inputs for the purpose of synchronization, if applicable.

1.1.11All CT terminals on the relays shall be of fixed type suitable for connection of ring-type lugs to avoid any hazard due to loose connection leading to CT open-circuit. In no circumstances Plug In type connectors shall be used for CT / VT connections.

1.1.12All numerical relays shall have key pad / keys to allow relay setting from relay front. Pre-programmed or programmable key for Master trip (86) reset shall be provided on the relay front. Relay to be self or hand reset shall be software selectable. Manual resetting shall be possible from remote.

1.1.13Relays shall have self-diagnostic feature with continuous self-check for power failure, program routines, memory and main CPU failures and a separate output contact for indication of any failure.

1.1.14Relays shall have at least two sets or groups of two different sets of adaptable settings. Relays shall have multiple IEC / ANSI / user-programmable characteristics.

1.1.15Design of the relay must be immune to any kind of electromagnetic interference. Vendor to submit all related type test reports for the offered model along with the offer.

1.1.16All cards / hardware of numerical relays shall be suitable for opration in Harsh Environmental conditions with respect to high temperature, humidity & dust.

1.2.00 Protections:

1.2.3 Protections for Incomers,

The Incomer, Bus Coupler & Tie feeder protection relay shall be suitable for providing the following protections

a) Three Phase Over current and Earth Fault protection (50 & 50N) with instanataneous ,definite time,and IDMT features

The over current element should have the minimum setting adjustable between 250-2000% of CT secondary rated current. The earth fault element should be suitable for residually connected CT input. The relay shall be suitable for detection of earth fault currents in the range of 5% to 10% of the CT rated current.

1.3.00Other Protections and Control features

1.3.1protection functions for feeder protections

1.3.2Schematics requiring auxiliary relays / timers for protection function if any shall be a part of numerical relay. The number of auxiliary relay and timer functions shall be as required for the application. Timer functions shall be configurable for on & off delays as per requirement.

1.3.3The numerical relay shall be able to provide supervisory functions such as trip circuit monitoring, circuit breaker status monitoring, VT and CT supervision.

1.3.4The numerical processor shall be capable of measuring and storing values of a wide range of quantities, all events, faults and disturbance recordings with a time stamping using the internal real time clock. Battery back up for real time clock in the event of power supply failure shall be provided.

1.3.5At least 200 time tagged events / records shall be stored with time stamping. Details of at least 5 previous faults including the type of protection operated, operating time, all currents & voltages and time of fault.

1.3.6Diagnostics Automatic testing, power on diagnostics with continuous monitoring to ensure high degree of reliability shall be shall be provided. The results of the self reset functions shall be stored in battery back memory. Test features such as examination of input quantities, status of digital inputs and relay outputs shall be shall be available on the user interface.

1.3.7The alarm / status of each individual protection function and trip operation shall be configured for display at DDCMIS as required.

1.3.8Sequence of events shall have 1ms resolution at device level.

1.3.9Measurement accuracy shall be 1 % for rated RMS Current and voltage.

2.00.00 SYSTEM SOFTWARE REQUIREMENTS AND DOCUMENTATION

2.1.1The Contractor shall provide all licensed software packages required by the system for meeting the intent, functional and parametric and performance requirements of the specification. All licenses (except anti virus) shall be valid for the continuous service life of the plant.

2.1.2All technical manuals, reference manuals, user's guide etc., in English required for modification/editing/addition/deletion of features in the software for the Numerical Relays shall be furnished.

2.1.3The Bidder shall furnish a comprehensive list of all such system/application software documentation. The developed application software dump /backup shall be submitted in Duplicate DVDs. Further Relay Configuration Files as commissioned shall be collated and submitted in a Hard disk drive for backup.

2.1.4Security

All Numerical relays shall be provided with suitable password protection to prevent unauthorised access.

3.00.00 ENGINEERING

3.1.1Complete engineering including the following shall be in the contractor's scope.

(a) Development of Module Type-wise Schemes with hardwired & soft logics

(b) Configuration of all Feeder Relays including Protection and Control logics

3.1.2At least six licensed copies of necessary software for numerical relay configuration / setting / disturbance analysis and other utilities shall be supplied. Numerical relay configuration for all relays being supplied under the package shall be carried out in line with the approved schematics and shall be submitted for Employer's approval. Setting calculations and relay settings configured in relay software for all relays shall be submitted for Employer's approval. Approved relay configuration / settings files shall be loaded in all the relays prior to dispatch to site.

4.00.00 TRAINING

4.1.1The vendor shall arrange for training on system design, engineering, operation and maintenance of Numerical relays at the principal's facility and at site as follows:

4.1.2Training in the following areas:

1.Basics of Feeder, Transformer and Motor Protection for IEC 61850 Numerical relay and detail discussion on functions available in the relays.

2.Relay configurations and hands on practice of preparation of logics through relay software tools.

3.Interfacing / communication of relay with software: uploading / downloading of logic.

4.Secondary injection testing of provided function blocks and guidelines for relay settings. DR downloading and analysis for Fault diagnostics

5.Common problems faced and trouble shooting

4.1.3 Training Workshop at Site

Workshop Training at site shall aim for familiarization of Site Engineers for commissioning and day to day O & M of Numerical Relays and trouble shooting.

The scope shall include Two No's of Numerical Relay and SCADA workshops and Training for a batch of 20 Engineers at Project Site. Employer shall provide the required Infrastructure such as Training Conference room, Projection systems etc.

5.00.00 AUXILIARY POWER SUPPLY

The numerical relays & Ethernet switches being installed at switchboard shall be suitable for auxiliary power supply 220V DC with tolerance of 80% to 120 % of rated voltage & shall be finalized during detailed engineering.

6.00.00 INPUT / OUTPUT INTERFACE, FILTERS AND OPTICAL ISOLATION

Relay shall be immune to capacitance effect due to long length of connected control cables. Any external hardware, if required for avoiding mal operation of the relay due to cable capacitance shall be included as a standard feature.

All I/Os shall have optical isolation. Analog inputs shall be protected against switching surges, harmonics etc.

No separate earth bus shall be required for the relays. It shall be possible to connect the relay earth to the common earth bus in the switchgear panel which shall be connected to the plant earth mat.

7.00.00 TYPE TESTS AND FACTORY ACCEPTANCE TESTS

7.1.00 Type test reports for the following tests on each model of the relays, shall be submitted for Employer's review. 1Dimensions of structure and visual inspection IEC 60297-3-101

Functional requirements:- Steady-state simulation - Dynamic simulation

Relevant IEC 60255-100 series

3 Product safety requirements (including the dielectric tests and thermal short time rating) IEC 60255-27

4 EMC requirements:- Emissions :-Immunity

IEC 60255-26

5 Energizing quantities:- Burden

- Change of auxiliary energizing quantity IEC 60255-11

6 Contact performance

N/A

7 Communication requirements Relevant IEC protocol standards

8 Climatic environmental requirements:

-Cold - Dry heat

-Change of temperature

-Damp heat

IEC 60068-2-14,

IEC 60068-2-1,

IEC 60068-2-2,

IEC 60068-2-78,

IEC 60068-2-30,

IEC 60255-27

9Mechanical requirements: - Shock

-Vibration

-Bump

-Seismic

IEC 60255-21-1, IEC 60255-21-2, IEC 60255-21-3

10Enclosure protection

IEC 60529,

IEC 60255-27

8.00.00 FACTORY ACCEPTANCE TEST (FAT)

FAT of Numerical relays shall be carried out to demonstrate the functionality as per mutually agreed protocol.

9.00.00 Laptop

9.1.1One number of Laptops shall be supplied for Numerical relay configuration, upload / download of configuration / settings, DR collection & analysis, etc.

9.1.2The Laptop shall be loaded with all necessary software for the above mentioned activities as well as Anti-virus.

9.1.3Suitable interface cable for connection of Numerical relay front port to the laptop shall be supplied in sufficient quantity.

3) SCOPE OF WORK

a) The Contractor shall test and commission all the relays covered under the package. He shall be responsible for provision of all labour, tools and plant, and supervisory staff for safe, reliable, proper and correct wiring ,testing and commissioning of relays.. No material or manpower shall be provided by NTPC.

b) All cabling and termination work pertaining to the relays will be responsibility of contractor.

c)As the work is to be carried out in an operational power plant, the contractor has to employ suitably skilled manpower and supervision personnel. The contractor is solely and fully responsible for the safety of personnel and materials. Any damages to the existing equipments shall be made good by the contractor as directed by the engineer-in-charge at no extra cost to the Owner. The contractor shall coordinate with site personnel for arranging shut down for interconnections with the existing systems.

d)The Contractor shall ensure periodic cleaning of work sites and removal of all waste material, packing material and leftover and their proper disposal.

e)Bidder is advised to visit the site and get first hand information of the site requirement which shall help them to understand better.

4)Interface Coordination

a)The contractor shall be responsible for collecting all the information/data of existing equipments/material/systems. The Owner shall only assist the contractor wherever possible to provide information/data.

b) The Contractor shall identify all interface issues with Owner and other agencies, and shall be responsible for such interfacing, coordination and exchange of all necessary information.

c)The contractor shall do the all interface wiring, which is available in existing system and required for unit normal running. Also the bidder will do the addition interface wire if required any. Interposing relay, Cable supply, wiring, cable laying or any other associated work related to interface will be carried out by bidder and price is inclusive in this contract.

E) Training of testing & maintenance

The contractor shall provide training to NTPC staff free of cost for testing & maintenance of the equipment supplied by him.

5) TIME PERIOD

The contract shall be valid for 18 months from the date of award.

The relays are to be installed in 5 units. After design, engineering approval and supply of relays the final erection, testing and commissioning will have to be completed within 20 days (during major overhaul of each unit). The work shall be carried out in a phased manner unit wise after the unit is under shutdown.The contract period may be extended for a duration of 6 months.

6) DEFECT LIABILITY

Defect Liability will be two year after completion of successful commissioning

Quality Checks:-

1.Detailed Drawing/ Data-sheet/ Specifications along with detailed Bill of material (if applicable) to be got approved from indentor.

2.Detailed QAP (NTPC format) along with acceptance norms, to be submitted along with the offer for approval from BTPS (FQA) and Indentor.

3.Material to be checked at vendor#s works as per approved QAP, Drawing, Data-sheet & specifications.

4.Vendor is to submit Test, Guarantee & Fitment certificate during inspection.

5.All material should bear manufacturer identification including part no/ catalogue no/ model etc.

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

1.0 (i) The Bidder should be a manufacturer of Numerical Relays and having service / repair centers in India.

2.0 The bidder should have executed any one of the following Similar Works In India in the preceding seven years as on the date of opening of Techno-Commercial proposal:

One Work of value not less than Rs 41.92 lacs (Rupee forty one lakh and ninety two thousand only) OR

Two works of value not less than Rs 26.20 lacs (Rupee Twenty Six lakhs and twenty thousand only) each. OR

Three works of value not less than of Rs 20.96 lacs (Rupee twenty lakhs and ninety six thousand only) each.

Note:

2.1#Similar# works means any work which includes #Supply of Numerical Relays#.

2.2The work #executed# mentioned above means the bidder should have achieved the criteria specified above, even if the total contract is started earlier and/or is not completed/closed.

2.3In case of orders under execution, the value of work executed till the date of opening of Techno-Commercial proposal as certified by the Client shall be considered.

3.0 The average annual turnover of the bidder in the preceding three financial years as on the date of opening of Techno-Commercial proposal should not be less than Rs 34.93 lakh ( Rupee thirty four Lakh ninety three thousand only ).

Note:

3.1While computing the annual turnover other income shall not be considered.

3.2In case where audited results for the last preceding financial year are not available certification of financial statements from a practicing Chartered Accountant shall be considered acceptable.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any

reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0 Address for Communication

Amanpreet Kaur

Dy. Mgr(Pur), 9650992502.

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in