60
Table-1 Response to the queries of Pre-Bid Meeting held on 10-06-2020 against Mangaldoi Package NIT Ref. No: APDCL/DSELR/MGD/01 SL No Volume/ Section (ITT/TDS/GC C/SCC/ Forms) Related Topic Clause Details Clause Content Query Response Reference to Sl No. of Addendum (Table-2) wherever applicable 1 Vol-I, Section: 3 Time Schedule 1.3.2 Time to complete the plant and services from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities is: 720 days. No credit will be given for earlier completion. Bids not complying with the required completion time will be rejected Considering the volume of works specially 33kv and 11kv lines and the geographical scenario of the proposed locations including safety and security concerns under Udalguri and Tangla project areas you are requested to allow 1095 days Please refer to Addendum Sl No 1 Time schedule for completion of project is mentioned as 24 months from the effective date. Looking to the complexity of the work and due to Covid-19 pandemic effect, we request the said condition of Time schedule as 36 months in place of 24 months 2 Vol-I, Section: 3 Multiple Contracts 1.4 Multiple Contracts: If works are grouped in multiple contracts and pursuant to ITT 39.4, the Employer will evaluate and compare Bids on the basis of a contract, or a combination of contracts, or as a total of contracts to arrive at the least cost combination for the Employer by taking into account discounts offered by Tenderers in case of award of multiple contracts. This is demonstrated below: Instruction for filling up of Pricing Schedule: The Bidder may choose to participate in any one Lot or combination of two Lots or all the three lots We request you to Amend this clause as "Tenderer shall quote for the entire plant and services on a single responsibility basis, for all Three Lots at a time" The evaluation may please be done based on the Lowest evaluated bidder considering final quoted price adding together all the three lots. No change If we are biddings for multiple lots, then whether we have to meet technical / commercial qualifications cumulatively or individually. Kindly clarify. One should meet cumulative requirement if bidding for more than one lot

d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Table-1 Response to the queries of Pre-Bid Meeting held on 10-06-2020 against Mangaldoi Package

NIT Ref. No: APDCL/DSELR/MGD/01

SL No

Volume/ Section (ITT/TDS/GCC/SCC/ Forms)

Related Topic Clause Details

Clause Content Query Response

Reference to Sl No. of Addendum

(Table-2) wherever applicable

1 Vol-I, Section: 3 Time Schedule 1.3.2

Time to complete the plant and services from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities is: 720 days. No credit will be given for earlier completion. Bids not complying with the required completion time will be rejected

Considering the volume of works specially 33kv and 11kv lines and the geographical scenario of the proposed locations including safety and security concerns under Udalguri and Tangla project areas you are requested to allow 1095 days

Please refer to Addendum

Sl No 1

Time schedule for completion of project is mentioned as 24 months from the effective date. Looking to the complexity of the work and due to Covid-19 pandemic effect, we request the said condition of Time schedule as 36 months in place of 24 months

2 Vol-I, Section: 3 Multiple Contracts 1.4

Multiple Contracts: If works are grouped in multiple contracts and pursuant to ITT 39.4, the Employer will evaluate and compare Bids on the basis of a contract, or a combination of contracts, or as a total of contracts to arrive at the least cost combination for the Employer by taking into account discounts offered by Tenderers in case of award of multiple contracts. This is demonstrated below: Instruction for filling up of Pricing Schedule: The Bidder may choose to participate in any one Lot or combination of two Lots or all the three lots

We request you to Amend this clause as "Tenderer shall quote for the entire plant and services on a single responsibility basis, for all Three Lots at a time" The evaluation may please be done based on the Lowest evaluated bidder considering final quoted price adding together all the three lots.

No change

If we are biddings for multiple lots, then whether we have to meet technical / commercial qualifications cumulatively or individually. Kindly clarify.

One should meet cumulative requirement if bidding for more than one lot

Page 2: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Understand for offering cross discount option under Senario-2 is not applicable for Bidders quoting less than 3 lots/all lots. Pelase confirm.

Cross discount is applicable for Bidders quoting all the lots of a package. However, normal discount can be offered if one is bidding for only one lot

3 Vol-I, Section: 3 Historical Financial Performance

2.3.1

Submission of audited financial statements or, if not required by the law of the Tenderer’s country, other financial statements acceptable to the Employer, for the last 3 years years to demonstrate the current soundness of the Tenderer’s financial position.

We inform that Audit for FY 2019-2020 is under progress and it takes about 1 month atleast for getting Audited Annual reports and Balance sheet.

for FY-2019-2020 provisional audit report can be submitted

4 Vol-I, Section: 3 Average Annual Turn Over

2.3.2 Minimum average annual turnover For LOT I : Indian Rupees 548.9 million For LOT II: Indian Rupees 681.9 million For LOT III:Indian Rupees 646.1 million calculated as total certified payments received for contractsin progress or completed, within the last 3 years.

Usually the MAAT is 25-30% of the project cost as was seen in the other Central Govt. funded scheme like IPDS/DDUGJY etc. But the required MAAT is very high which would be very challenging for the local bidder who are technically eligible but will be finally deprived due to this stringent clause. We request you to consider maximum 25% value of project cost as MAAT

Please refer to Addendum

Sl No 2

We inform that Audit for FY 2019-2020 is under progress and it takes about 1 month atleast for getting Audited Annual reports and Balance sheet.

for FY-2019-2020 provisional audit report can be submitted

The MAAT should be calculated as 50% of Tender value against each lot

Please refer to Addendum

50% of the estimated cost calculated as total certified payments for contracts in progress or completed within best three years out of last 5 financial years

Please refer to Addendum

Since the project is to be completed within a period of two years, the required MAAT should not be more than 50% of the estimated cost of project. Even as per CVC guidelines the financial qualification requirement should be 30% of the estimated Tender value

Please refer to Addendum

Page 3: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Financial criteria such as MAAT, current commitment states the each partner should have 20% of MAAT and one partner should 40% of MAAT. Please calrify whether lead partner or any one partner should have 40% of the resources required for the Tender

Any partner should have 40% of the resources and other partner/partners should have minimum 25% of the resources

5 Vol-I, Section: 3 Contracts of Similar Size and Nature

2.4.1 Participation as a contractor, Joint Venture partner, or Subcontractor, in at least one contract that has been successfully or substantially completed within the last 5 years and that is similar to the proposed contract, where the value of the Tenderer’s participation exceeds For LOT I : 1 (one) Contract of INR 440.0 Million or 2 (two) Contracts of INR 270.0 million each or 3 (Three) contracts of INR 220.0 million each LOT II : 1 (one) Contract of INR 545.0 Million or 2 (two) Contracts of INR 340.0 million each or 3 (Three) contracts of INR 270.0 million each LOT III : 1 (one) Contract of INR 517.0 Million or 2 (two) Contracts of INR 320.0 million each or 3 (Three) contracts of INR 260.0 million eachThe similarity of the Tenderer’s participation shall be based only 1 on: 1. Construction of 33/11 KV Substation 2. Construction of 33 KV Line 3. Construction of 11 KV Line

We request you to1. The value of one , two or three contracts may kindly be reduced at least 40% as because , in the instance around 5-7years ago the work done value of similar contracts were 40% below than the current contract price. So if we have executed similar contracts/ works with less order value then our technical experience must be considered with atleast 40% less order value2. You are requested to allow 7 years timeline in place of 5 years timeline for assessing Tenderer experience3. In Assam or even in entire North East there were very less contracts executed where the scope works add limited to : (I)33/11 kv SS, (II) 33kv line and (III) 11kv line. So to provide genuine opportunity to compatible and technically sound bidders , please allow any kinds of Electrical works to determine the "Contracts of Similar Size and Nature"4. We also request you to allow the total value of two contracts ot three contracts to be matched with the requirements of Tender document rather than individual order value. Say if you asked to submit two orders of 27 crores so in that case, we may kindly be allowes to submit two orders of different values like 30 crores and 24 crores, 20 crores and 34 crore, 44 crores and 10 crores.

Please refer to Addendum

Sl No 3

Page 4: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Participation as a contractor, Joint Venture partner, or Subcontractor, in at least one contract that has been successfully or substantially completed within the last 10 years and that is similar to the proposed contract, where the value of the Tenderer’s participation exceeds

The duration of substially completed project should be within the last 07 years, as scope of such work(single work comprising of 33/11 kv sub-station, 33 kv line , 11kv line together) in Assam has been very very less wihtin last 10 years The Qualifying for the single work done should be 40% of Tender value against each lot as usual and 30% for two contracts, 20% for three contracts subsequently The primary qualifying nature of work done should be electrical contractor as primary contractor as usual. Because speicific experience is required in experience in key activities too.

Please amend this clause, as most of the utilities float separate tenders for the construction of 33/11 KV sub stations and 33 KV and 11 KV lines. Most of the bidders have the requisite qualification but through combination of contracts and Lot-wise required value of executed works for qualification should be considered on cumulative basis in case of Two/Three contracts as works experience of more contracts may also qualify with lesser value of executed contracts.

Page 5: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Participation as a contractor, Joint Venture partner, or Subcontractor, in at least one contract that has been successfully or substantially completed within the last 7 years and that is similar/ to the proposed contract or any equivalent electrical work contract, where the value of the Tenderer's participation exceeds1(one) Contract of 50% of the 'estimated value or 2 (two) Contracts of 30% of the estimated value each or 3 (Three) contracts of 20% of the estimated value each1. Construction. of 33/11 KV Substation2.Construction of 33 KV Line3.Construction of 11 KV Line4. Any equivalent electrical construction work. 1. 285 million 2. 180 million 3. 140 million

Participation as a contractor, Joint Venture partner, or Subcontractor, in at least one contract that has been successfully or substantially completed within the last 7 years and that is similar to the proposed contract, where the value of the Tenderer’s participation exceeds 1. 285 million each: For Single Contract 2. 180 million each: For Two Contracts 3. 140 million each: For Three Contracts Any Equivalent electrical construction work Is it necessary for the lead partner to have the experience of construction of 33/11kv Substation, 33kv lines and 11kv lines

As per Bid

Page 6: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

1.Contractor should Must meet Compliance requirement 2. Combined Compliance Requirements of JV Partner will Not be consider 3.All the JV partner meet the Technical Compliance is not required 4. Any of the Partner Partner should Must meet requirement

Please refer the Addendum

We presume the completed works by 31st March 2020 as on the date of bid opening (up to the date of bid opening) to be considered.

Yes, if one can substantiate with completion certificate

We are having experience certificate of live ongoing project which shall be completed in all respects by December 2020. However experience required for this tender is already successfully completed. Kindly accept the same.

No change

For one/two/three Contract option, understand that each contract should have the all the activites of Substation, 33kV Line and 11kV Line. Please confirm.

Please refer the Addendum

6 Vol-I, Section: 3 Experience in Key Activities

2.4.2 For the above or other contracts executed during the period stipulated in 2.4.1, a minimum experience in the following key activities:For Lot-I1.Construction of 3 nos. of 33/11 kV substations2. Construction of 40 kM of 33 KV Line3. Construction of 80 kM of 11 KV LineFor Lot-II1 Construction of 3 nos. of 33/11 kV substations2 Construction of 80 kM of 33 KV Line3 Construction of 90 kM of 11 KV LineFor Lot-III1 Construction of 3 nos. of 33/11 kV substations2 Construction of 80 kM

(1) Please allow 33/11 KV SS (Augmentation & New), 33 KV & 11 KV Line (Reconductoring & New within 7 years.

Please refer the Addendum

Sl No 4

Experience in multiple orders 1. 33/11kV Sub-Station - 2 nos 2. 33kv line -22lines 3. 11kv line- 50 km

Page 7: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

of 33 KV Line3 Construction of 90 kM of 11 KV Line

Here decided different experience of each lot: If we have no single contract to meet requirement criteria. Then we can apply with more than one contract to meet the criteria for Substation, 33kv and 11kv line If we are eligible in higher criteria LOT than can we participate remaining LOTs

We presume we can provide more than one certificate and separate certificates can be provided against each requirement.

For the above or other contracts executed during the period stipulated in 2.4.1, a minimum cumulative experience in the following key activities: For Lot-I 1.Construction of 3 nos. of 33/11 kV sub stations 2. Construction of 40 kM of 33 KV Line 3. Construction of 80 kM of 11 KV Line For Lot-II 1 Construction of 3 nos. of 33/11 kV sub stations 2 Construction of 80 kM of 33 KV Line 3 Construction of 90 kM of 11 KV Line For Lot-III 1 Construction of 3 nos. of 33/11 kV sub stations 2 Construction of 80 kM of 33 KV Line 3 Construction of 90 kM of 11 KV Line

Page 8: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

1. As mentioned above scope & completed single work comprising of - more than 03 nos of 33/11 kV SS, above 40 km 33 kV Line, above 80 km 11 kV Line together in Assam has been very rare within last 10 years. 2.Hence this criteria will not be met by many eligible and performing agencies/contractors working & originating in Assam. 3. On the other hand these agencies/contractors have executed many such 33/11 kV SS, 100s of kms of 33 kV & 11 kV lines which are operational throughout these years 4. Hence we request you to amend this criteria as • Construction of 1 or 2 nos of 33/11 kV S/S • Construction of above 20 kM of 33 KV Line • Construction of above 50 kM of 11 KV Line • In single/several Works combined together with a maximum of 05 contracts within last 07 years

For the above or other contracts executed during the period stipulated in 2.4.1, a minimum experience in the following key activities during last 10 years (cumulative)including augmentation works:For Lot-I1.Construction of 2 nos. of 33/11 kV substations2. Construction of 40 kM of 33 KV Line3. Construction of 80 kM of 11 KV LineFor Lot-II1 Construction of 2 nos. of 33/11 kV substations2 Construction of 80 kM of 33 KV Line3 Construction of 90 kM of 11 KV LineFor Lot-III1 Construction of 2 nos. of 33/11 kV substations2 Construction of 80 kM of 33 KV Line3 Construction of 90 kM of 11 KV Line

Page 9: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

For the above or other contracts executed during the period stipulated in 2.4.1, a minimum cumulative experience in the following key activities during last 7 years:• 1. Construction of 1 or 2 nos of 33/11 kV S/S 2. Construction of above 25kM of 33 KV Line 3. Construction of above 65 kM of 11 KV Line For the above or other contracts executed during the period stipulated in 2.4.1, a minimum cumulative experience in the following key activities duting last 7 years: For Lot-I: 1. Construction of 3 nos 33/11kv Substations(3 completed or 2 completed and 1 ongoing) 2. Construction of 120km 0f 33kv line and 11 kv line in totoal comprising of works of both voltage level For Lot-II: 1. Construction of 3 nos 33/11kv Substations(3 completed or 2 completed and 1 ongoing) 2. Construction of 170km 0f 33kv line and 11 kv line in totoal comprising of works of both voltage level For Lot-II: 1. Construction of 3 nos 33/11kv Substations(3 completed or 2 completed and 1 ongoing) 2. Construction of 170km 0f 33kv line and 11 kv line in total comprising of works of both voltage level All partners combined should have the experience of construction of 33/11kv SS, 33kv line and 11kv lines or one partner can satisfy the requirement Can a partner be a lead partner or criteria for lead partner? Maximum nos of partner in a Joint Venture

Page 10: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

for participating in the Tender? Is there any specific years of performance required We are having experience certificate of live ongoing project which shall be completed in all respects by December 2020. However experience required for this tender is already successfully completed. Kindly accept the same.

We understand for bidders particiapting in all the three lots, have to submit separate job crdentials for each lot under this requirement. As the jobs will be done simultaneously in all the lots, Technical and Resource Capability of handling more than 3 substations at a time also need to be proved . Please confirm.

7 Volume:1, Section: 2

Tender Security ITT 21.1 The Tenderer shall furnish a Tender security in the amount of: For Lot I Indian Rupees 11.0 Million For Lot II Indian Rupees 14.0 Million For Lot III Indian Rupees 13.0 Million The Tender security shall be in favour of The Chief Project Manager, PIU, Assam Power Distribution Company Limited. Employer’s Banker: State Bank of India, A/C No. 32399522072, IFSC:SBIN0000221

The Tenderer shall furnish a Tender security in the amount of: 1. For Lot-I Indian Rupees 1% of Estimated Value 2.For Lot-II Indian Rupees 1% of Estimated Value 3.For Lot-III Indian Rupees 1% of Estimated Value

Please refer Addendum

Sl No.5

The Tenderer shall furnish a Tender security in the amount of: 1. For Lot-I Indian Rupees 1% of Estimated Value 2.For Lot-II Indian Rupees 1% of Estimated Value 3.For Lot-III Indian Rupees 1% of Estimated Value 1. The Tenderer should furnish a Tender security in the amount of 1% of Estimated Value 2. The EMD should be acceptable in the form of BG/FD/Bank Draft instead of online payments online so that Bidders can avail

Page 11: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

banking facilities

We presume that the Bid Securities including GST and is 1% of Estimation of each Tender

As per bid

Please clarify that if bidder is participating in all 3 Lots simultaneously then bidder should submit Single tender Security of equivalent value of all three lots or three separate Lot wise tender securities.

Separate or combined both are acceptable

According to the tender documents, Performance Security and Security against Advance Payment can be arranged from the foreign bank, while in case of Bid Security no such situation is mentioned. Please clarify whether Bid Security / EMD may contain foreign funding or not.

Only RBI approved banks in India are allowed.

8 Volume:1, Sectiion: 9

Mobilisation Advance Appendix:1, Schedule: 2

Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad In respect of plant and mandatory spare parts supplied from abroad, the following payments shall be made: Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country In respect of plant and mandatory spare parts supplied from within the Employer’s country, the following payments shall be made: Mobilization advance shall be paid in 2(two) installments (5% each of Contract price per installment) against Bank Guarantee of equal amount. The 2nd installment shall be released only after full adjustment of 1st installment. The Mobilization advance payment shall be

Eighty percent (80%) of the total or pro rata F.O.R Delivery amount upon delivery to the site within 45 days after receipt of invoice. In the contract 80%-90% supply Equipments are soured from MSME/NSIC.As per Government guidelines, all EPC Firms shall pay 100% dues to MSME/NSIC within 45days from the date of dispatch. Therefore, we request to change supply progressive payment terms from 50% to 80% upon delivery to the site within 45days after receipt of invoices. Five percent (5%) of the total or pro rata F.O.R Delivery amount upon issue of the Completion Certificate, within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata F.O.R Delivery amount upon issue of the Operational Acceptance Certificate, within 45 days after receipt of

No change

Page 12: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

made to the contractor through ESCROW A/C method. Fifty percent (50%) of the total or pro rata F.O.R Delivery amount upon delivery to the site within 45 days after receipt of invoice. Thirty percent (30%) of the total or pro rata F.O.R Delivery amount upon Incoterm “F.O.B” upon Installation at the site within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata F.O.R Delivery amount upon issue of the Completion Certificate, within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata F.O.R Delivery amount upon issue of the Operational Acceptance Certificate, within 45 days after receipt of invoice

invoice.

This Payment term will adversely affect the participation & execution of the project. Only 50% payment on delivery will adversely affect the supply of major materials as the manufacturers

No change

Seventy percent (70%) of the total or pro rata F.O.R Delivery amount upon delivery to the site within 45 days after receipt of invoice. Twenty percent (20%) of the total or pro rata F.O.R Delivery amount upon Incoterm “F.O.B” upon Installation at the site within 45 days after receipt of invoice.

No change

Seventy percent (70%) of the total or pro rata F.O.R Delivery amount upon delivery to the site within 45 days after receipt of invoice. Twenty percent (20%) of the total or pro rata F.O.R Delivery amount upon Incoterm “F.O.B” upon Installation at the site within 45 days after receipt of invoice.

No change

Page 13: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

1. Seventy percent (70%) of the total or pro rata CIP or amount upon Incoterm “CIP,” upon delivery to the site within 45 days after receipt of invoice. Same for Plant and Mandary Parts supplied from Abroad Twenty percent (20%) of the total or pro rata CIP or amount upon Incoterm “CIP”, upon Installation at the site within 45 days after receipt of invoice Five percent (5%) of the total or pro rata CIP or amount upon issue of the completion Certificate, within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata CIP or amount upon issue of the Operational Acceptance Certificate, within 45 days after receipt of invoice. 2. Same amendment requested for "Plant and Mandatory Supplied within Employer's Country"

No change

First Installment: Eighty percent (80%) Payments of basic value against various items of price schedule-2 including 100% GST (subjected to TDS) shall be paid on receipt and acceptance of materials on submission of documents. Second Installment: Ten Percent (10%) payments against various items of shall be paid on Erection linked. Third & Final Installment: Ten percent (10%) The balance 10% of payments against supply shall be payable on successful supply, erection, testingg& commissioning of the works in the project

No change

If we no need for Mobilization advance than what about those 10% of the payment.

Please refer to Addendum Sl No.6

Page 14: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

If we don’t take the advance payment, then whether we will get 1st installment of payment of 60% instead of 50%. Please clarify the payment terms for not considering Mobilization advance payment.

Please refer to Addendum

Provision of Mobilization advance is not given in the bid document. Please provide the Mobilization advance @ 10% for Installation and other service.

As per bid

We understand after instalaltion, the 1st 5% of the total or pro rata CIP of supply and erection will be paid based on individual itemwise completion and not the total SS & Line comepletion.

No. It will be based on commissioning of Sub-Station and Lines

Mobilization advance shall be paid in 2(two) installments (5% each of Contract price per installment) against BankGuarantee of equal amount. The 2nd installment shall be released only after full adjustment of 1st installment. The Mobilization advance payment shall be made to the contractor through ESCROW A/C method.Interest applicable on Mobilization advance or not

As per bid

Whether Mobilization advance will be interest free, please confirm. For advance payment the 1st 5% payment to be made on submission of ABG and the second 5% payment will be paid after adjustment of 1st 5% and submission of ABG. Hence, the rationale of ESCROW a/c payment method please explain.

The mobilization advance can only be used for this project solely

Page 15: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

As mentioned in Terms of Payments, mobilization advance shall be paid against Bank Guarantee of the same amount. Please clarify that whether the said mobilization advance will be Interest Free or Interest will have to be borne on it by the contractor

Yes

9 Volume:1, Section: 9

Terms and Procedures of Payment

Appendix1, Schedule:4

In the event that the Employer fails to make any payment on its respective due date, the Employer shall pay to the Contractor interest on the amount of such delayed payment at the rate of Half percent (0.5%) per month for period of delay until payment has been made in full.

We understand the interest for delayed payment@ 0.5% per month is applicable for Supply and Installation both, please confirm.

Yes

10 Volume:1, Section: 8

Time for Commencement and Completion

IFT: 8.2

The time of completion of the whole of the facilities of the Individual lots shall be 730 days from the Effective date as described in the contract agreement.

Please amend the period of completion to 3 years (36 months)

Please refer to Addendum SL No.1

11 Volume:1, Section: 8

Securities 13.3.1

The amount of performance security, as a percentage of the Contract Price for the Facility or for the part of the Facility for which a separate Time for Completion is provided, shall be: Ten percent (10%)

The amount of performance security should be relaxed to 5% of the total contract price as per the latest Govt guidelines related to securities related to projects

As per bid

12 Volume:1, Section: 2

Documents Establishing Conformity of the Plant and Services

ITT: 16.1(b)

The tenderer shall ensure that, his manufacturer continue production of relays of control panels supplied under this contract and remains in the market at least for a period of 1825 days. The necessary undertaking from the manufacturer should be submitted along with the tender; failing which shall lead to disqualification of the Tender

It is understood that only specific vendors can offer their products such specific relay manufacturers, interrupter manufacturer etc Under such circumstances , there will be monopoly of few vendors which might be affect the cost and projects's completion time line. Nowadys, most of the factories are either in stand still or started with very few labours so production as per their plant cpacity is certainly in question

The question of monopoly does not arise. APDCL is concerned about the sustainability of the products procured and want to put some binding on the manufacturer to ensure availability of the supplied product in the market so that, any issues that arise later may be addressed. There is no bar on procurement of the products from any specific manufacturer if the required specification is met.

Page 16: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

13 Volume:1, Section: 9

Price Adjustment Appendix: 2

Prices payable to the Contractor, in accordance with the Contract, shall be subject to adjustment during performance of the Contract to reflect changes in the cost of labor and material components,

Please confirm the list of Items on which price variation is applicable and the price variation formula that shall be applicable on the items

Please refer the Addendum

SL No.7

Please confirm the List of items on which Price Variation is applicable and the price variation formula that shall be applicable on the items.

Please allow price variation on Supply of Major item

14 Volume:1, Section: 2

Tender Prices ITT: 18.6 The prices quoted by the Tenderer shall be: Not Adjustable

As it is 24 months project, and huge variations in the metals, we request you to provide price variation on Metals like Cable, Transformer, Structural fabrication, Stay set, PSC Poles, Tubular poles, VCB, CT, PT, C&R panel, Distribution boards, Conductor and wire. As per tender data sheet, Price adjust is not applicable, where as per Appendix 2 & Section 8 clause no-11, Price adjustment is applicable. Kindly confirm.

Please refer the Addendum SL No.7 We understand that Price adjustment is applicable for all the supply material & Erection portion including civil. Please Confirm

The Price Adjustment formula given in Appendix-2 is not clear, whether it is for Supply or Civil or Erection . Please confirm that Supply, Civil & Erection will be as per respective IEEMA Circular.

Page 17: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

15 Volume:1, Section: 8

Completion Time Guarantee

26.2 Applicable rate for liquidated damages:1% per week of delay. Maximum deduction for liquidated damages: 10% of the Contract price

Kindly consider applicable rate for liquidity damages @0.5% of Contract Price or the relevant part thereof per week Maximum deduction for LD: 5% of the balance / left over part of contract price

As per bid

We request you to make Applicable rate for liquidated damages:0.5% per week of delay Maximum deduction for liquidated damages: 5% of the Contract price Kindly confirm.

As per Bid

16 Volume:1, Section: 9

Installation and Other Services

Appendix:1, Schedule No. 4

Ninety percent (90%) of the measured value of work performed by the Contractor, as identified in the said Program of Performance, during the preceding month, as evidenced by the Employer’s authorization of the Contractor’s application, will be made monthly within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon issue of the Completion Certificate, within 45 days after receipt of invoice. Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon issue of the Operational Acceptance Certificate, within 45 days after receipt of invoice.

First Installment: Ninety percent (90%) Payments against Erection part shall be paid on erection, testing & commissioning of works including 100% GST on submission of all documents. Second & Final Installment: Ten percent (10%) The balance 10% of payments against erection part shall be released on successful completion of the works in the project and issuance of Taking Over Certificate by the Employer.

5% retention money against commissioning and 5% on acceptance certificate can be taken in one claim against submission of both the commissioning and acceptance certificates

Page 18: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

17 Volume:1, Section: 7

Defect Liability 27.2

The Defect Liability Period shall be 540 days from the date of Completion of the Facilities (or any part thereof) or 1 year from the date of Operational Acceptance of the Facilities (or any part thereof), whichever first occurs, unless specified otherwise in the SCC pursuant to GCC Subclause 27.10.

The Defect Liability Period shall be 360 days(12 Months) from the date of Completion of the Facilities (or any part thereof). The critical components covered under the extended defect liability are Circuit Breakers, Transformers, Relays, Energy meters and the period shall be 24 months.

As per Bid

The current economic scenario due to Covid-19 crises it a difficult for EPC companies to furnish large amounts of Bank Guarantees valid for longer period of 5 years.Government of India has also stipulated guidelines for minimising the Bank Guarantee requirements and early refunds of Bank Guarantees wherever possible to reduce the financial burden on the EPC Firms.State utilities such as North Bihar and South Bihar Power Distribution Company, Haryana utilities, Rajasthan etc. has reduced the require PBG from 10% to 5% for the defect liability period after the completion of project. Therefore, you are requested to reduce the PBG to 5% for a defect liability period of 12 months after handing over of the project.

As per Bid

As per Clasue 27.10 -The critical components covered under the extended defect liability are Circuit Breakers, Transformers, Relays, Energy meters and the period shall be 60 months. The value of "Relays" and "Energy meters" is not clear as per price schedule for providing performance security during extended DLP. Please clarify.

It will be calculated as per the proportionate cost of the Panel agreed by both employer and the contractor (with break up cost provided by the bidder for CRPs) as the Meter and Relays will contribute to the Major part of the Panel Cost.

Page 19: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

18 Vol-III, Section: 1 CONTRACTOR’S REQUIREMENT 7.2

All the works shall also be inspected by the Chief Electrical Inspector, Govt. of Assam or his authorised representatives. It is the responsibility of the Contractor to obtain pre-requisite commissioning clearance of any equipment from the said Inspectorate. The Contractor will pay necessary fees to the Inspectorate, which it may levy.

We presume that necessary fees paid to the Inspectorate for Substation & Line Commissioning clearance will be reimbursed to the contractor at actual.

It is the duty of the contractor to obtain the necessary clearance for testing and commissioning of the project. Any payment in this regard goes to the Contractor's Account as it is clearly stated

19 Volume:1, Section: 2

Tender security 21.1

The Tender security shall be in favour of The Chief Project Manager, PIU, Assam Power Distribution Company Limited. 8.(Tender notice) All Bids must be accompanied by a Bid (Tender) Security of the amount specified for the Work in the table below, drawn in favour of Assam Power Distribution Company Limited payable at Guwahati. Bid (Tender)

There is ambiguty between the clauses. Please confirm in whose favour tender security to be drawn.

It should be in favour of The Chief Project Manager, PIU, Assam Power Distribution Company Limited as mentioned on Section :2 , 21.1

20 NIT Bidding Documents 9

The bidders are required to submit (a) original payment documents towards the cost of bidding document (Not required for online submission) and registration on e- rocurement website (if applicable); (b) original bid security in approved form; and (c) original affidavit regarding correctness of information furnished with bidding document,

We understand that the following documents to be submitted in hard copy. 1) original payment documents towards the cost of bidding document 2) original bid security in approved form; 3) original affidavit regarding correctness of information furnished with bidding document (in our Own format) Please confirm.

1.Online payment (already mentioned in Bidding Documents) 2.Yes 3.Yes

Page 20: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

21 Volume:1, Section: 2

Format and Signing of Tender

ITT: 22.2

The written confirmation of authorization to sign on behalf of the Tenderer shall consist of (a) Power of Attorney, which should be either notarized or attested to by the appropriate authority in the Tenderer’s home country; or authenticated Boardresolution to be signed by a person having the power of attorney of the Company

There is no specific power of attorney format in the bidding document. We presume that our own format is acceptable to you. Please Confirm.

Standard and legally acceptable format is acceptable

22 Volume:1, Section:3

Subcontractors 2.5

1) 33/11 KV Power Transformers2) 33 KV & 11 KV Switchgears3) Protection Relays4) Energy Meters5) 33 KV & 11 KV Isolators 6) 33 KV & 11 KV Instrument Transformers 7) Battery Bank and Charger 8) AC and DC Distribution Board9) Power Cable10) Control Cable 111) G.I Steel Tubular Pole.12) 33 KV & 11 KV Lightning Arrestor 13) Aluminum Conductors for Overhead Lines

We understand that all the supporting documents of subcontractor with regard to 5 years operational experiance will be submitted after award of the contract. Please Confirm. At the bidding stage we will submit only form Exp:3 duly filled with required details as per the tender format.Please Confirm

Subcontractors/ Manufacturers supplying the items mentioned in the Section:3, Clause no 2.5 must submit operational experience along with form Exp:3 at the bidding stage which is an bid evaluation criteria. Manufacturer authorization, Performance Certificates against the proposed/offered make of equipments should be submitted along with the bid.

We understand that Manufactuers Authorization for EPC bidder is mandatory however based on the "minimum criteria to be met" the vendors will be given approval durign execution stage. Presently we do not envisage any document submission for vendor credentials, pelase confirm

23 Volume:1, Section: 4

Affiliate Company Guarantee

Technical Proposal

Affiliate Company Guarantee

We understand that Affiliate Company Guarantee shall be submitted by bidder after award of the contract. Please confirm

At the time of award

We understand for "Single Entity" the same is not applicable, please confirm.

Yes

Page 21: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

24 Volume:1, Section: 4

Availability of Financial Resources

Form FIN – 3:

Tenderers must demonstrate sufficient financial resources, usually comprising of Working Capital supplemented by credit line statements or overdraft facilities and others to meet the Tenderer’s financial requirements for (a) its current contract commitments, and (b) the subject contract.

Please clarify that which financial resouces to be incorporated under "Other Financial Resources". There have been no specific defination for other financial resouces in the bid document.

Any resources that can be liquidated at any point of time

25 Volume:1, Section: 4

Historical Financial Performance

Form FIN - 1:

Each Tenderer must fill out this form. In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner’s name:

We inform that Audit for FY 2019-2020 is under progress and it takes about 1 month atleast for getting Audited Annual reports and Balance sheet. Please clarify that Audited annual reports, Blalance sheets , FIN-1 & FIN:2 forms are acceptable for FY 2018-19, 2017-18, 2016-17.

for FY-2019-2020 provisional audit report can be submitted

26 Volume:1, Section: 8

Scope of Facilities 7.3 The Contractor agrees to supply spare parts for a period of years:5 (five) years

We do not envisage any O&M for the scope of facilities, hence in case of requirement of spares for 5 years please provide a list of minimum spares to be supplied along with respective material during contractual period.

As per Bid

27 Volume:1, Section: 9

Functional Guarantees

Appendix: 8

Functional Guarantees Subject to compliance with the foregoing preconditions, the Contractor guarantees as follows: 3.1 Production Capacity 3.2 Raw Materials and Utilities Consumption Functional Guarantees Subject to compliance with the foregoing preconditions, the Contractor guarantees as follows: 3.1 Production Capacity 3.2 Raw Materials and Utilities Consumption

Other than transformer losses, we do not envisage any other performance parameters for Functional Guarantee. Please confirm.

As per Bid

28 Volume:2, Section: 2

Deadline for Submission of Tender:

ITT 24.1 Tenders must be uploaded online no later than the 24/06/2020, 13:00 Hrs. A prospective Bidder is expected to examine all instructions,

Due to covid-19, voluminous work required for vendor compliance, competitive vendor offers, we request you to extend the date of

The bid submission date is extended till 17/08/2020

Page 22: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

forms, terms and specifications in the e-Bid documents and fully inform himself as to all the conditions and matters which may in any way affect the scope of work or the cost thereof. Failure to furnish all information or uploading of the bid in the e-Tender Portal not in line with the e-Bid document/ e-tendering documents will render the bidder as substantially not responsive at the Bidder‘s risk and may result in the rejection of its bid

submission of the tender for aleast 4 weeks from the current date of submission.

Queries Related to Technical Specifications BOQ etc.

29 General Land Availability for Proposed Sub-stations

Land availability for Lands for Construction of New 33/11kV Substations (LOT-1, LOT-II & LOT-III)

We understand that land acquisition for construction of new substations is ready and the same unencumbered land shall be handed over to the bidder. Please Confirm

Land for proposed sub-stations is ready for handover to the contractor. However, if it is required for any change of location for specific case(s) under unavoidable circumstances at later stage, the same will be done within the jurisdiction of the same circle/zone of APDCL.

30 General Approved Vendor Related

Approved make for all electrical equipments as per APDCL

Kindly provide the approved vendor list for all electrical equipment.

The APDCL Vendor list is not applicable here. The bidder has to supply the equipments as per the Technical specification attached with the tender document

Specification of Equipments related

31

Vol-III, Section 1 (Technical Specifications) & Section -2 (GTP Formats)

Submission of GTPs against various Equipments

GUARANTEED TECHNICAL PARTICULARS (GTPs)

All GTPs shall be submitted after award of contract only. Kindly confirm.

The Bidder has to submit the GTPs as per format during the time of bid submission also.

32 Vol-III, Section 1 (Technical Specifications)

Control and Relay panel for GSS

BOQ. Sr. No. 111 (Lot 1 &2, Schedule 2)

Supply of 3Ph, 4 wire, ABT compliant Energy meter (class-0.2).

Please provide Technical Specification of ABT Meter

Please refer Clause No.1.5 (ABT Trivector Meters) at Page No 97 of Vol-III, Section -1 of the tender document

33 Vol-III, Section 1 (Technical Specifications)

Technical Specification for 11 KV, VCB Switchgear Panels – INDOOR

Cl.No. 1.12 (Current Transformer)

Current Transformer: For incomer :600-300-150/5-5A:Core: 3:10 VA, Class:PS

Please provide Core 3:PS class details. It will be provided during final Design/drawing approval

Page 23: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

34 Vol-III, Section 1 (Technical Specifications)

Technical Specification for 11 KV, VCB SwitchgearPanels – INDOOR

Cl.No. 1.13(Potential Transformer)

Potential Transformer: PT should be as per (IS:3156 or IEC 186) connected to the line side of the incomer having ratio 11000/root3/110/root3 volt, star-star connected, Insulation level -12/28/75 KV, class 0.5 accuracy, at 100 VA output per phase, coplete with HT HRC fuse and triple pole & neutral MCB, RATED 1 AMP, with monitoring contacts on PT LV circuit. 1.13.4 Rail mounted on top of the unit and connected on bus side. It can be plugged into and withdraw from service by pull. As per SLD also mentioned Bus panel.

Please clarify

The Clause 1.13.4 is deleted. The PT should be connected to line side of the Incomer Panels only.

Sl No.8

Please clarify . Also clarify PT is required on line side in Incomer Panel & separate Bus PT panel is required . This shall have major impact on pricing

34 (a)

Volume-III/Section-1: Scope of work &Technical Specifications & BOQ Schedule-1,2 for Lot-1,2,3

Technical Specification for 11 KV, VCB Switchgear Panels – INDOOR

BOQ-Sno-13,182 & 1.27

Supply of 11 KV 9 Unit Indoor VCB Panel as per Technical Speciifications Supply of 11 KV 7 Unit Indoor VCB Panel as per Technical Speciifications & 1.27. PANEL CONFIGURATION: i) 11 unit Panel should consist of - (2 Nos. I/C) + (1 No. B/C with Trunk chamber) + (8 Nos. O/G) + Earthing Trolly (1 each for Bus side and Cable side Earthing) + 2 Nos. of Spare VCB ii) 9 unit panel should consist of - (2 Nos. I/C) + (1 No. B/C with Trunk chamber) + (6 Nos. O/G) + Earthing Trolly (1 each for Bus side and Cable side Earthing) + 1 Nos. of Spare VCB iii) 7unit panel should consist of - (2 Nos. I/C) + (1 No. B/C with Trunk chamber) + (4 Nos. O/G) + Earthing Trolly (1 each for Bus side and Cable side Earthing) + 1 Nos. of Spare VCB

As per SLD provided 2 No Bus PT is shown on 11 KV SLD. whereas per specification, No Bus PT is shown, only spare VCB is asked. Kindly confirm whether 2 no Bus PT is to be considered or not.

Please go through Clause No. 1.26.1 (Item No.1 Incomer Panel) the main components of 11 KV Incomer Panel. All 11 KV incomer panels shall be fitted with PT as per specification mentioned in Clause 1.13 of ‘Specification of 11 KV VCB switchgear panel- Indoor'. Nos. of incomer required for each set of panel shall be as per Clause 1.27 (Panel Con figuration)

35 Vol-III, Section 1 (Technical Specifications)

Technical Specification for 11 KV, VCB Switchgear Panels – INDOOR

1.26.1 (Energy Meters for 11 KV Indoor VCB panels)

1 No. static digital tri-vector energy meter suitable for 3-phase 4-wire un-balanced load and CT,PT,ratio mentioned above make-secure, Type-Premier 300 or latest version, Cat-A, Communication Port should be configured as DLMS and parameters should

Please provide the same

Please refer Page No. 320-332 for "TECHNICAL SPECIFICATION FOR ENERGY METER FOR PANELS OF APDCL SUB-STATIONS" of Vol-III, Section 1 of the tender document

Page 24: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

be as per APDCL Specification.

36

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 KV Out door Current Transformer

Lot-1, schedule 2 , S.NO :4.1,4.2, 4.3 (Row No 20)

33 KV, Single Phase, Outdoor Type, 400-200/5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)

Technical specification, Drawing of CT Junction Box (dimensions, Thickness)

The Common Junction Box should be as per Clause 10.0 (COMMON MARSHALLING BOXES) Page No. 66 under "TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL TRANSFORMERS"

36 (a)

Volume-III/Section-1: Scope of work &Technical Specifications

33 KV Out door Current Transformer for Grid Sub-station

3.2 Instrument transformers shall be of Dead Tank design or Live Tank design.-GSS Specifications.&Supply of feeder Current transformers (1-Phase, 0.2 class live tank type) including all accessories and terminal connectors as required" &3.2. Instrument transformers shall be of Live Tank design.-DSS Specifications

As per DSS specifications, all CTs are used as live tank CT, where as per the GSS specifications, Either Live Tank or Dead tank CT is required. Due to huge price difference between both the designs, Kindly confirm actual requirement.

All Outdoor type CTs shall be of Live tank design.

Sl No 23

36 (b)

Volume-III/Section-1: Scope of work &Technical Specifications

33 KV Out door Current Transformer for Grid Sub-station

13.0

13.0 TYPE AND RATING: All instrument transformer shall be outdoor type, single phase, oil immersed, self-cooled suitable for mounting on steel structure. The instrument transformer shall have the following ratings and particulars with CTR 400-200/1-1A to be used in feeders emanating from Grid Sub-stations.

As per clause no-13.0 No of cores are mentioned as 3 nos. whereas per BOQ schedule-1 & 2, 2 cores are mentioned. As per manufacturer, for 1 A, Ratio, 3 cores will change the entire construction of CT. Kindly confirm actual requirement.

33 KV Outdoor Type CTs of CTR 400-200/1-1 A required for terminal Bays works at Grid Sub-station only. The CTs shall of 2 Core secondary. There is no requirement of 3 Core CTs of 1A Secondary Rating. 3 core CTs of secondary 5A are required for Power Transformer bays at new 33/11 KV Sub-station only.

37

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 kV Outdoor Potential Transformer

Price Schedule, Lot 1 Schedule No.1 Line item No.5.1

Price Schedule, Lot 1 Schedule No.1 Line item No.5.1 (Typical for all lots and stations)

As per the referred clause in the price schedule, number of windings for PT is considered as one. But as per the specification and GTP number of windings for PT is considered as two. Please clarify.

All PTs should have 2 core of Secondary. Please consider accordingly

38

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 KV Outdoor Potential Transformer

Lot-1, schedule 2 , S.NO :5.1 (Row No 20)

36 KV, Outdoor Type, 33kV/√3/110V/√3 Potential Transformer with Junction Box (for each set of 3 PTs)

Technical specification, Drawing of PT Junction Box (dimensions, Thickness)

The Common Junction Box should be as per Clause 10.0 (COMMON MARSHALLING BOXES) Page No. 66 under "TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL TRANSFORMERS"

38 (a)

Volume-III/Section-1:

33 KV Outdoor Potential

13.0 13.0 TYPE AND RATING: (a) Winding I - 200VA, (a) Winding I 100VA

As per manufacturer suggestion, no one is quoting PT with higher VA. Kindly Confirm

As per Tender specification. However, the appropriate rating may be accepted

Page 25: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Scope of work & TS

Transformer the revised requirement. during detailed design drawing approval considering overall VA burden of the connected system.

39

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 kV & 11 kV Surge Arrestor

Vol III. Technical Specification for 33 kV & 11 kV Surge Arrestor

The arrestor housing shall be made up of porcelain/silicon polymeric housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections that might affect the mechanical and dielectric quality. The housing shall be of uniform brown colour, free from blisters, burrs and other similar defects. Arrestors shall be complete with insulating bases, fasteners for stacking units together, surge counters with leakage current meters and terminal connectors.

Please confirm whether Porcelain or Polymeric housing is to be used in case of Lightning Arrestor since BOQ is silent over it. Also, please confirm whether Polymer/Porcelain Insulator is to be used.

Lightening Arrestors should be of Porcelain Housing. Insulator at 33 KV Sub-station end shall be of Porcelain. For 33 KV and 11 KV Line, it is of Polymer.

40 Vol-III, Section 1 (Technical Specifications)

33 KV Drop out Fuse GTP Specification for 33 KV DO Fuse Please provide as Technical Specification of Drop out Fuse 33 KV

GTP is Provided as attachment

41 Vol-III, Section 1 (Technical Specifications)

DC Distribution Board

(271 of 416) Volume III

DC Distribution Board Cl. 3.1 (e)

As per the referred clause in the specification, the incomer of the DCDB is given as 200A, DP ACB. We propose MCCB instead of Air Circuit breaker. Kindly accept.

Amended as “One double pole MCCB of 200-amp capacity with thermal overload tripping arrangement to act as incoming breaker of the load bus” Please refer Addendum

Sl No.24

42 Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

LT XLPE insulated cables

(305 of 416) Volume III

LT XLPE insulated cables Cl. 1.1

As per the referred clause in the specification, LT cables provided are with XLPE insulation. But as per the price schedule, line item 23.11 & 23.22 (typical for all substations), the cables listed are PVC insulated. Please clarify.

Amended as “3.5 core, 1.1 kV, 35 sq. mm, Aluminium, armored, XLPE cable” & "1 Core, 1.1 kV 25 sq. mm, Aluminium, unarmored, XLPE cable"

Sl No.39

Page 26: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

BOQ S. No-23.11, 98.11, 192.11, 266.11, 341.11, 416.11

3.5 core, 1.1 kV, 35 sq. mm, Aluminum, unarmored, PVC cable 1 Core, 1.1 kV 25 sq. mm, Aluminum, unarmored, PVC cable

As per specification, "TECHNICAL SPECIFICATION FOR LT (UP TO 1100 V) XLPE INSULATED CABL", All the power cables shall be Armoured, XLPE Insulation with PVC sheathed cables, whereas per BOQ "BOQ S.Nos -23.11,98.11,192.11,266.11,341.11,416.11", Cables are unarmoured with PVC insulated cable. Both statements are contradicting each other, kindly confirm actual requirement.

Please refer addendum

43 Vol-III, Section 1 (Technical Specifications)

GI Steel Tubular Pole Volume-III/ Section-1:

STEEL TUBULAR POLE:

We presume "Steel Tubular Pole" shall be quoted as per IS Specifications conforming to IS 2713. Kindly confirm.

Please Refer Page No. 352 (TECHNICAL SPECIFICATION FOR TUBULAR STEEL POLES (HOT DIP GALVANISED) of Vol-III, Section-1 of the tender document. The minimum tensile strength of the poles shall be 410 MPa (42 Kgf/mm2)

Construction of Sub-stations / Erection of Equipments/ Structures etc.

44

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

11 KV Outgoing Feeder arrangement

(195 of 416) Volume III

Specification Cl. No. 1.27 & Price Schedule, Lot 1 Schedule No.1 Line item No.13 (Typical for all lot stations with 5MVA Power Transformer)

As per the referred clause in the specification, 9-unit panel consists of 6 nos of outgoing feeders. So the number of isolator with earth switch (line item no. 3.3) & 9kV Surge arrestor (line item no. 18.7) shall be 6 nos instead of 4 nos. Please clarify.

Presently, only 4 Nos. of 11 KV outgoing feeders has been considered for all the new sub-stations and the remaining 2 nos. of indoor VCB panel will remain as spare. If there will be any additional requirement (beyond 4 nos.) against any sub-stations, the requirement of additional Isolators, LA and other items shall be considered and amended in due course

45

BOQ (Price Schedule) & Vol-IV Tender Drawings

11 KV Outgoing Feeder arrangement

Lot-1, schedule 4 , S.NO :13.1 ( Row No 57)

Erection of DP Structure, Fitting & Fixing of GI Channel Cross Arms, Disc insulator strings, Tension Hardwares, Clamps& connectors, Jumpering as required for 11 KV outgoing feeder arrangement including grouting of structure with 1:2:4 PCC grouting ( upto ….

Please provide Pole pit Drawing

The Bidder has to provide the design drawing for APDCL approval as it is a design supply, erection, testing and Commissioning Contract

Page 27: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

46 BOQ (Price Schedule)

11 KV Outgoing Feeder Arrangement

Lot-I: Schedule No. 2: Sr. No 18 Outgoing Feeder Arrangement

11 KV Isolators of Outgoing feeder Single Line diagram shows the provision of isolator at outgoing feeder, but Isolator in not mentioned in BOQ , Kindly clarify

Please refer Item Sl No. 3.3 (for example) of Price schedule 1 & 2 for each lot. 4 nos. of 11 KV isolators are already considered against each sub-station

47 Vol-III, Section 1 (Technical Specifications)

Station Service Transformer Arrangement

BOQ Sr. No. 16.9, 91.9, 185.9, 259.9, 334.9, 409.9 (Lot 1, 2 & 3 Schedule 2)

Station Service Distribution Transformer Cubicle as per Technical Specifications

Please provide Technical Specification of "Station Service Distribution Transformer Cubicle".

Please refer Page No 333-338 of Vol-III, Section -1" TECHNICAL SPECIFICATION FOR L.T. DISTRIBUTION BOX FOR DISTRIBUTION TRANSFORMER"

48

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Station Service Transformer Arrangement

(337 of 416) Volume III

L.T. DISTRIBUTION BOX FOR DISTRIBUTION TRANSFORMER CL 4.6.6

We understand that, LT transformer Cubicle shall be pole mounted on DP structure as per Specfication . As per Erection schedule, Station Service Transformer Sub-station. Foundation for DTR Cubicle as been Called for. Kindly confirm. Pole mounting type or Floor mounting type.

The suitable mounting arrangement can be suggested by bidder during design and drawing approval. But the complete erection cost should be inclusive while quoting.

49

BOQ (Price Schedule) & Vol-IV Tender Drawings

Station Service Transformer Arrangement

Lot-1, schedule 4 , S.NO :11.2 ( Row No 52)

Erection of Double Pole structure with GI SP-60 Pole for 33/0.4 KV, 100 kVA Distribution Sub-Station, complete with all materials like channel cross arms, GOAB , DO Fuse , Lightening Arrestors , Clamps, Connectors, Nuts and Bolts etc. including grouting

Please provide Pole pit Drawing

The Bidder has to provide the design drawing for APDCL approval as it is a design supply, erection, testing and Commissioning Contract

50

BOQ (Price Schedule) & Vol-IV Tender Drawings

Station Service Transformer Arrangement

Lot-1, schedule 4, S.NO :11.3 (Row No 53)

Erection of DTR Cubicle including associated foundation works as per approved design and drawing

Please provide DTR cubicle Foundation Drawing

The Bidder has to provide the drawing as per the requirement of the equipment supplied by them.

Page 28: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

51

BOQ (Price Schedule) & Vol-IV Tender Drawings

Station Service Transformer Arrangement

Lot-I: Schedule No. 2: Plant and Mandatory Spare Parts Supplied from Employer's Country Sr. No 16.2

100X50X6x3500 mm GI Channel Cross Arm as per technical specifications for Station transformer

There is a 8 nos of channel of same size which are used for LA, Isolator, transformer and fuse mounting. But drawing shows also provision of disc and post insulator on station transformer pole. Kindly confirm about disc and post insulator mounting channel requirement

It is covered in the BOQ. The bidder has to design and erect the Station service Transformer accordingly.

52

BOQ (Price Schedule) & Vol-IV Tender Drawings

Station Service Transformer Arrangement

Lot-I: Schedule No. 2: Sr. No 16.3

GI Pole Clamp for Sp-60 Pole Kindly clarify the flat sizes of clamp, as the same is also not mentioned in drawings or TS.

GI Pole Clamp size should be of 75x8 mm Flat for SP-60 Pole. Please refer addenda

Sl No 40

53

Vol-III, Section 1 (Technical Specifications) &BOQ (Price Schedule)

Erection of Equipments

Lot-I: Schedule No. 2: Sr. No 14.1

GI Lattice Structure for 33/11kV Switchyard (Incomer and Bus Gantry) as per Technical Specifications.

Kindly clarify Whether the lattice structure of CT, Isolator or LA included in this or not

The GI mounting structures for CTs, Isolators, LA, PI etc. are covered under the scope of supply with each individual items.

54

BOQ (Price Schedule) & Vol-IV Tender Drawings

Installation of Earthing System

Lot-1, schedule 4, S.NO :16.1 (Row No 66)

Installation of earthing system with erection and treatment of Earth Pit (with protective pit covering), laying of earth mat with GI Flats, and Connection of all Control & Protective equipments, Structures and other items through risers, electrodes etc

Please provide Earth pit (with protective pit ) Drawing

The bidder has to provide the drawing and execute the work as per relevant standard and Technical Specification

54 (a)

BOQ Schedule-4 for Lot-1,2,4

Installation of Earthing System

BOQ Schedule-4-16.10, 31.10

Installation of earthing system with erection and treatment of Earth Pit (with protective pit covering), laying of earth mat with GI Flats, and Connection of all Control & Protective equipments, Structures and other items through risers, electrodes etc. as per Technical Specifications and approved design and Drawing

As per supply schedule-2, All the earth flats, earth electrodes cost to be included here. Kindly confirm.

Cost of Supply of GI Flats and GI Earth Pipes for Earthing System shall have to be condidered as per BOQ in Supply Schedule (1 or 2) .

Page 29: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

55 BOQ (Price Schedule)

33 KV Bus System

Lot-I: Schedule No. 2: Plant and Mandatory Spare Parts Supplied from Employer's Country Sr. No 15.2

90 KN, Porcelein Disc Insulator (4@ Tension/Suspension) String with associated Tension Hardwares (with and without turn buckles) (Suitable for AAA Panther conductor)

We understand that 1 set = 4 Nos of 90 KN Disc Insulator. Kindly Confirm

Yes. However, Conductor type should be ACSR not AAA.

Sl No.41

Related to Civil Works

56

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS OF SUB-STATIONS

Price Schedule-'Schedule 4- installation and other services

Civil Works Pg no 21 of 416, Clause No 3. Site Preparation (Typical for all lots and stations)

As per TS : Civil Works Pg no 21 of 416, Clause No 3. Site Preparation : level shall be such that it is 300 mm higher than the highest flood level (HFL) of the site or crown of the adjacent road or others as directed by the engineer in charge. whereas, As per the BPS item No (Sample): 10001, it is indicated that FGL shall be rasied by 0.3048 m. Please confirm whether 0.3048 (consideration of raising the finished ground level) which is indicated in BPS is already covered 300 mm higher than HFL or we have to consider over and above.

Wherever, the height (e.g-0.3048 Mtr) is mentioned, that will be the FGL. Its is not required to consider for any additional raising of FGL.

57 Vol-III, Section 1 (Technical Specifications)

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS OF SUB-STATIONS

Clause: 4.14 Reinforcement steel for Civil works

In the referred clause, it is mentioned to use Reinforcement steel of grade Fe-415 conforming to IS 1786-1979. As per our knowledge Fe-415 is absolute in market. Please confirm whether we can use Fe 500 instead of Fe 415.

“…Reinforcement steel of grade Amended as Fe-415/Fe 500 conforming to IS 1786-2008…"

Sl No 25

Page 30: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

58 Vol-III, Section 1 (Technical Specifications)

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS OF SUB-STATIONS

Clause 10.1.8 Piling

Piling works

TS : If pile foundations are adopted, the same shall be case-in-situ driven/bored or precast or under- reamed type as per relevant parts of IS Code 2911.As per Price schedule line item for Piling works is not available. We understand the all substations in Lot 1, Lot 2 & Lot 3 are with Open foundations only. Request you to kinldy include line item for Pilling works.

As per land condition of the proposed sub-station loactions and considering Control room building without RCC roof, the requirement of piling works is not envisaged. However, that may come under deviation as specific case if required during execution stage.

Clause 10.1.8 Piling

Piling works In case Piling is required during execution, same will be payable as additional works. Kindly Confirm

59 Vol-III, Section 1 (Technical Specifications) & Vol-IV Tender Drawings

Construction of Control room Building

General Position of Columns

Please confirm whether the column locations as indicated in the tender drawing shall be followed or we can rearrange the locations of the columns suiting the panel arrangement and in line with the codal provisions.

Acceptable. The detailed design suitable as per individual site requirement and as per TS needs to be submitted by the bidder for approval of APDCL prior to start of work

General Footing Size Please confirm whether the footing sizes as indicated in the tender drawings can be followed for varying SBC.

Yes

60

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Fire Protection Wall

Price Schedule-'Schedule 4- installation and other services & Technical Specifications clause: 8

Please confirm the type of fire wall to be provided. RCC wall or Brick infill wall with RCC beams and columns. Request to provide the drawing for fire wall. It should be RCC Wall only. The Bidder

has to design and submit with detailed drawing for Fire wall as per TS for approval of APDCL prior to execution.

Lot-1, schedule 4, S.NO: 68 ( Row No 157)

Design and Construction of Fire Protection Wall for power transformers with 3 hours fire resistance capacity including supply of all materials & labours as per Technical Specifications

Please provide the drawing for fire protection wall

Page 31: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

61

BOQ (Price Schedule) & Vol-IV Tender Drawings

Foundation Drawing for equipments

Lot-1, schedule 4 , S.NO :3 (Row No 17)

Erection of 33 KV Switchyard Structures (Construction of Foundation, including excavation, backfilling, compacting including supply of all foundation materials & labour as per Technical Specifications &approved drawing for erection of Switchyard latt

Please provide Foundation Drawing of all switchyard equipments (VCB, CT, PT, ISOLATORS, LA, incoming gantry and main bus bar gantry)

It is a Design, Supply, Erection, Testing and Commissioning and handover contract. The bidder has to design the foundation as required to erect the various equipments supplied by them in line with the specification from different manufacturers. However, the bidder has to take prior approval of the design and drawing from APDCL for starting of the erection work.

62

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Water Supply Arrangement for New Sub-station

Price Schedule-'Schedule 4- installation and other services

Water Supply Arrangement for New Sub-station

It is indicated that 1000 liter capacity over head storage tank shall be provided supported on a single RCC column. Please confirm the height from ground level at which the water tank needs to be provided.

It should atleast 4.5 Mtr from the FGL and should with reference to the clear height of the control room building to maintain adequate flow of water.

63

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Water Supply Arrangement for New Sub-station

Lot-1, schedule 4 , S.NO :79.1 (Row No 191)

Installation of deep tube well with all piping, submersible pump of suitable HP (minimum being 1HP) with AC power supply arrangement, 1000 ltr. Capacity overhead storage tank on RCC structure made of single RCC column with top base RCC slab etc with supply

Please provide technical specification of AC power supply cable , Type of Pipe can be used from submersible pump to FGL level , Depth of Bore hole

Specification for AC Power cable is provided in the the specification Page No. "TECHNICAL SPECIFICATION FOR LT (UP TO 1100 V) XLPE INSULATED CABLES" (Page No. 305-313), as per rating suitable for the pump. Type of Pipe should be uPVC Column pipe. Minimum Dia 25 mm Depth of bore hole should be in the range of 100-150 feet as per site condition to get the desired water level for quality water supply.

64

Vol-III, Section 1 (Technical Specifications) &BOQ (Price Schedule)

Water Drainage System in Terminal Bay works at GSS

Price Schedule-'Lot-I Schedule 4- installation and other services

Section-1: Scope of work &Technical Specifications

As per the reffered clause of the scope of works, it is mentioned that drains shall be open surface drains but as per item No- 87, it is mentioned that drains shall be covered. Please confirm which type of drain needs to be followed.

The Storm water drainage system required for Bay extension works in Grid sub-station (wherever applicable) will be of covered type as mentioned in BOQ. Otherwise it is not required.

Construction of 33 kV Terminal Bay/ Bay Extension etc.

Page 32: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

65 Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Construction of Terminal bay (Bay extension)

Price Schedule-'Schedule 4- installation and other services

Site Preparation for Terminal bay (Bay extension) (Typical for all lots and stations)

Detail survey work for Construction of Terminal bay - Bay Extension Please confirm if any levelling works needs to be done for the terminal bay. If levelling needs to be done request to add a separate item for the same.

The 33 KV Bay extension in the existing sub-station will not require any earth filling and leveling works as the erection works are to executed w.r.t. the existing FGL only. If there is requirement of any filling for any specific case, the same will be covered under variation.

Please include line for removal of Stone gravel filling along with PCC where Equipment foundations are involved.

The scope removal of existing Stone gravelling & PCC (if required) for any bay extension work needs to be taken care of by the Contractor within existing scope. No separate BOQ item could be provided.

66 Vol-III, Section 1 Construction of Terminal bay (Bay extension)

Space Availability

Space Availability for Bay extension Please confirm that sufficient space is available in respective substation for bay extension.

Yes, will be provided

67 Vol-IV Tender Drawings

Construction of Terminal bay (Bay extension)

Drawings of existing Gantry and equipments

Layout for Bay extension in existing Substation

Please provide us the drawings of existing Gantry and equipments along with the foundation details - for Bay extension Works for 33 kv Feeder

It is not possible to provide the drawings against the existing sub-stations at this stage. The succesful bidder has to survey and provide the design drawing for the new terminal bay in line with the existing bus system design of the sub-stations which also mentioned in TS. Any variation will be incorporated/amended later stage as per the actual weight of the Tower Materials required (MT)

Please provide us layout of existing Substations, where we have to do the Bay Extn.

68

BOQ (Price Schedule) & Vol-IV Tender Drawings

Construction of Terminal bay at GSS (Bay extension)

Price Schedule-'Lot-I Schedule 4- installation and other services

Item No: 82 and 83, Drawings for Column T-13 and beam B-8

Please furnish the existing drawings for Column T-13 and beam B-8

Drawing provided. However, it may be noted that, the successful bidder has to survey and provide the design drawing for the new terminal bay in line with the existing bus design of the sub-station as mentioned in TS. Any variation will be incorporated/amended later stage as per the actual weight of the Tower Materials required (MT)

Page 33: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

69 BOQ (Price Schedule)

Construction of Terminal Bay (Rowta SS)

Price Schedule-'Lot-II Schedule 4- installation and other services

Sl no 150 & 150.1, Construction of Control Room building in terminal bay works in Rowta SS

Please confirm the requirement of construction of Control Room building in terminal bay works in rowta SS for drawal of power for sonaigaon SS.

The site (Rowta SS) is not having any Control room building. The proposed Bay extension at that site will require building for installation of the indoor equipments like, CRP, Auxiliary power supply system etc. Hence, considered in the BOQ

70 BOQ (Price Schedule)

Construction of Terminal Bay (Lakhimpur SS)

Price Schedule (Lot-I, Schedule 1,2,4) and lot-III (Schedule 1,2 4)

Terminal Bay Extension ( for Lakhimpur SS) Please confirm that no separate bay extension for Lakhimpur SS is required.

The feeding Sub-station will be 33/11 KV New Kulsigate SS. The required Terminal bay for Lakhimpur SS has been considered against that sub-station

71

BOQ (Price Schedule) & Vol-IV Tender Drawings

Construction of Terminal bay at GSS (Bay extension)

Price Schedule-Lot-I schedule 4- installation and other services

Item No: 86, Drawings for Type C and type D cable trenches

Please provide the reference drawings for Type C and type D cable trenches

Drawings provided in the attachment

71 (a)

Volume-III/Section-1: Scope of work &Technical Specifications & BOQ Schedule-1,2 for Lot-1,2,4

33 KV Motorized Isolators

106.0 Supply of 33 kV motor operated Isolators with terminal connectors and complete with all fittings and fixtures. 106.10-(i) With Earth Switch 106.20-(ii) Without Earth Switch

We presume, Motorized isolators are used only in 2 nos terminal bay of GSS (Kulshigate & Balipura) only. At all other substations, only manual isolators are used. Kindly confirm.

Yes. Motorized Isolators will be required in case of 33 KV Terminal Bays in Grid Sub-station only

Construction of Railway and River Crossing related

72

Vol-III, Section 1 (Technical Specifications) & Vol-IV Tender Drawings

Construction of Railway Track Crossing

BOQ & Reference Drawing

Boring for UG Cabling

As per price schedule, Boring shall be used for cabling of cables i.e HDD. As per Drawing, it is indicated that cable trench. We understand that price schedule will prevail.

There will be no requirement of trench for Railway Track Crossing. The word 'Trench' in the typical section drawing may be ignored.

73 Vol-III, Section 1 (Technical Specifications) &

Construction of Railway Track Crossing

BOQ & Reference Drawing

Size and Type of Pipe As per our knowledge, CI pipe with 300 mm dia pulling through HDD method is not viable. We request you to kindly review.

It is as per requirement of the Railway authority only at present. If there is any change in requirement in future, the

Page 34: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Vol-IV Tender Drawings

We suggest to keep 315 mm dia HDPE pipe PE 80 PN 6.

same will be incorporated as deviation

74

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Construction of Railway Track Crossing

Volume 3 Price Schedule

Details of Work (33kV or 11kV railway crossing)

Please confirm that 33kV or 11kV railway crossing is as per Price Schedule only.

It is as per requirement of the Railway authority only at present. If there is any change in requirement in due course of time, the same will be incorporated as deviation for execution of the work as per requirement of the authority

75

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Construction of River Crossing

Volume 3Price Schedule

Details of Work (River crossing ) Please confirm that no river crossing is in the scope of works for subject tender.

There is no scope of River crossing with Tower in the scope of the tender

Construction of Overhead Lines

76

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Construction of Overhead Lines

Price Schedule-'Schedule 1,2 & 4 (for all Lots)

Erection of 9.75 Mtr PSC Pole

Kindly Confirm, whether stone pad or Base plate for 9.75 Mtr PSC pole is required or not. If required, request you to add line item in price schedule for Supply & erection of same.

Please refer specification. Base plate for PSC pole is not required

77

BOQ (Price Schedule) & Vol-IV Tender Drawings

Construction of Overhead Lines

Lot-1, schedule 4 , S.NO :38 (Row No 110)

Fitting and fixing of HT Stay Set complete with HT Guy Insulator, 7/10 SWG Stay Wire ( 10 Kg/Stay) and cement concrete grouting of cc ratio 1:3:6 as per TS

Please provide stay set Drawing The bidder has to provide the drawing and execute the work as per relevant standard and Technical Specification

78

BOQ (Price Schedule) & Vol-IV Tender Drawings

Construction of Overhead Lines

Lot-1, schedule 4 , S.NO :40 (Row No 112)

Erection of G.I earth pipe and 6 SWG GI wire (2.5 Kg/Pole) for earthing of Poles

Please provide Earth pit Drawing and details of Salt and charcole or Bentonite powder

The bidder has to provide the drawing and execute the work as per relevant standard and Technical Specification

Page 35: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

79

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Construction of Overhead Lines

Lot-I: Schedule No. 2: Plant and Mandatory Spare Parts Supplied from Employer's Country Sr. No 52 & 70

G.I earth pipe as per TS Size of GI pipe is 100 mm dia, 3 Mtr. Long, same for all type of earthing in 33 kv & 11 KV line , Kindly Confirm.

Please refer Page No. 257 "TECHNICAL SPECIFICATION FOR GI EARTH ELECTRODE". Table in Clause 2.0(Scope) For 33 KV and 11 KV Line, the earth pipe size is 40 mm dia, 1.8 Mtr long. For Sub-station Earthing Pipe shall be of 100 mm 3 Mtr Long & 40 mm dia (Rod) 3 Mtr long as specified in the BOQ

Volume-III/Section-1: Scope of work &Technical Specifications & BOQ Schedule-1,2 for Lot-1,2,3

Construction of Overhead Lines

BOQ S.No-221,239295, 313, ,378, 58-schedule-2 wherever applicable.

TECHNICAL SPECIFICATION FOR GI EARTH ELECTRODE (50/40 NB 3.0/1.8 Mtr. Length) & G.I earth pipe as per TS

As per BOQ description, pipe dimension is not mentioned. Whereas per technical specifications, It is (50/40 NB 3.0/1.8 Mtr. Length). Rates are different for each size and light of the pipe. Due to high quantity, impacts very high. Kindly confirm actual requirement.

80

BOQ (Price Schedule) & Vol-IV Tender Drawings

Construction of Overhead Lines

Lot-I: Schedule No. 2:

Structure Kindly Provide the Structure Drawing of 11 KV and 33 KV line

Query is not clear. There is no requirement of any structure against any 11 KV and 33 KV line.

BOQ ( Price Schedule Related)

81

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Techical Specification and price schedule

General General Please confirm that in case of mismatch between Price schedule and Volume 3, Price Schedule will prevail.

For Price Schedule: The items mentioned in the pricing schedules are only for preparing the Price Schedules. If any items which is not specifically mentioned in schedules but required to complete the works as per Specification shall deemed to be included in any of the items of these Schedules. For Technical Specification: This Part of the tender document covers the overall scope of work and general but

Page 36: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

In case of discrepancy between BOQ and specifications, which one to be followed. Kindly confirm.

not limited technical specifications of the equipments/materials to be procured / supplied by the bidders and minimum but not limited standard required against different activities involved against different scope of works. For any missing specification/ standard, the materials or works must be as per the relevant Indian or equivalent international standard with its latest amendment and best practice should be adopted to execute the work up to the satisfaction of the employer. All works, whether specified or not must be complete in all respect to deliver its intended output. This is for necessary clarification

82 Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 kV Outdoor Current Transformer

(69 of 416) Volume III

Rating of Current transformer to be used in Bay extension

As per the referred clause in the specification, the current transformer rating is given as 400-200/1-1 A. But as per the bid price schedule and GTP the current transformer rating are given as 400-200/5-5A, 400-200/5-5-5 A and 200-100/5-5-5 A. Please clarify the secondary rating of Current transformer.

The requirement is different according to scope and hence mentioned accordingly. This is for clarification once again. a) For 33 KV Terminal Bay at GSS End - CTR 400-200/1-1A b) For 33 KV Terminal Bay at Distribution Sub-station ends End - CTR 400-200/5-5A c) 33 KV Line Incomer CTs for New Sub-station- 800-400-200/5-5-A or 400-200/5-5A as specified in BOQ c) For Power Transformer (10 MVA)- 400-200/5-5-5A d) For Power Transformer (2.5 MVA)- 200-100/5-5-5A While submitting GTPs, it is required to submit Parameters for all the above different categories

Lot-1, schedule 2 , S.NO :4.1 (Row No 20)

33 KV, Single Phase, Outdoor Type, 400-200/5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)

Please confirm 33 KV CT ratio

Technical specification -Page 68

33kv feeder CT ratio 400-200/1-1 A

Page 37: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

82 (a)

Volume-III/Section-1: Scope of work &Technical Specifications&BOQ Schedule-1,2 for Lot-1,2,3

GI Mounting Structure

19.0 GI MOUNTING STRUCTURE:Mounting Structure for CT and PT should be supplied as per Technical specification for “Design and Supply of Mounting Structure for Equipments” provided separately.&"BOQ S.No-Schedule-2-4.3-33 KV, Single Phase, Outdoor Type, 200-100/5-5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)" & 29.0-Supply of 33 kV Single phase multi-core Outdoor Type, 400-200/5-5 A Current Transformer with GI Mounting structure as per Technical Specifications (1 set of 3 nos.)

As per BOQ description 2 different CTs are used one with mounting structure and another one without mounting structure as follows."4.3-33 KV, Single Phase, Outdoor Type, 200-100/5-5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)" & 29.0-Supply of 33 kV Single phase multi-core Outdoor Type, 400-200/5-5 A Current Transformer with GI Mounting structure as per Technical Specifications (1 set of 3 nos.)Whereas per technical specifications CT PT shall be provided with mounting structure. Kindly confirm actual requirement.

All CT & PTs are to be supplied with GI Mounting Structures. It is already mentioned in BOQ. For further clarification,in BOQ S.No-4.3 (Schedule-2) is a sub- head under heading 4 (Supply of the following 33 kV Single phase multi-core CT with GI Mounting structure, as per Technical Specifications). In the heading, it is already mentioned about supply of mounting structure. Sub heads 4.1, 4.2& 4.3 are for specifying about the requirement of the CTs of different CTR and respective quantities.

82 (b)

Volume-III/Section-1: Scope of work &Technical Specifications & BOQ Schedule-1,2

GI Mounting Structure

Equipments mentioned with GI mounting structure Eg: BOQ Schedule-2-S.no-5.0-Supply of the following 33 KV Single phase PT with GI Mounting structure as per Technical Specifications. & BOQ schedule-2-5.10-36 KV, Outdoor Type, 33kV/√3/110V/√3 Potential Transformer with Junction Box (for each set of 3 PTs)

As per BOQ schedule,1,2 or Lot-I,II,III, we presume the cost of GI mounting structure has to be included only wherever mentioned in the BOQ. And need not to be included wherever it is not mentioned. Kindly confirm.

All the equipments like Outdoor PTs, CTs, LA, Isolators, VCBs etc must be supplied with associated GI mounting structures as per TS for mounting structure. It is mentioned in the BOQ. Sl No 5.1 (sub section) is the type/rating of PT to be supplied as specified in Sl No.5.0 where requirement of mounting structure is already mentioned. Similar is the case with other items.

83

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 kV Outdoor Current Transformer

Lot-1, schedule 2 , S.NO :4.1 (Row No 20)

33 KV, Single Phase, Outdoor Type, 400-200/5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)

SAME ITEM REPETED IN S.NO : 4.1, 4.2 Both are different. Sl No 4.1- for 2 Core Line CT and Sl No 4.2- for 3 core Transformer CT.

Lot-1, schedule 2 , S.NO :4.2 (Row No 20)

33 KV, Single Phase, Outdoor Type, 400-200/5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)

Page 38: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

84

Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

33 kV Outdoor Current Transformer

BOQ 4.1, 4.2 & 4.3 (Lot 1, 2 & 3 Schedule 2)

4.1 - 33 KV, Single Phase, Outdoor Type, 400-200/5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs) 4.2- 33 KV, Single Phase, Outdoor Type, 200-100/5-5-5 A Current Transformer with 1 No. of Junction Box (for each set of 3 CTs)

Please provide the Technical Specification of 33 kV (5A) Current Transfomer as the Complete Specification is not available in Vol. II.

Please refer Page No. 243-249 of Vol-III (Section -1) "TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL TRANSFORMERS (For 33/11 KV Distribution Sub-station)"

85

Vol-III, Section 1 (Technical Specifications) & BOQ ( Price Schedule)

11 KV Indoor VCB panel

BOQ. Sr. No. 13 (Lot 1 Schedule 2)

Supply of 11 KV 9 Unit Indoor VCB Panel as per Technical Speciifications- 1 No.

We understand that 9 No. of Indoor VCB Panel is Required. In this case the unit should be in "Set". Please Confirm Please refer Clause No 1.27 (PANEL

CONFIGURATION) under "TECHNICAL SPECIFICATION FOR 11 KV, VCB SWITCHGEAR PANELS - INDOOR" at page No. 195 of Vol-III, Section-1 of the tender document The panels need to be supplied as a complete set of units as per configuration mentioned above.

86

Vol-III, Section 1 (Technical Specifications) & BOQ ( Price Schedule)

11 KV Indoor VCB panel

BOQ. Sr. No. 13(Lot 2 Schedule 2)

Supply of 11 KV 7 Unit Indoor VCB Panel as per Technical Specifications- 1 No.

We understand that 7 No. of Indoor VCB Panel is Required. In this case the unit should be in "Set". Please Confirm

87

Vol-III, Section 1 (Technical Specifications) & BOQ ( Price Schedule)

11 KV Indoor VCB panel

BOQ. Sr. No. 13 (Lot 3 Schedule 2)

Supply of 11 KV 9 Unit Indoor VCB Panel as per Technical Specifications- 1 No.

We understand that 7 No. of Indoor VCB Panel is Required. In this case the unit should be in "Set". Please Confirm

88

BOQ (Price Schedule) Item and Quantity

The quanitity for Erection of lattice and Gantry structures ( Bahgora Sub-station)

Price Schedule-'Lot-I Schedule 4- installation and other services

item No- 238.3 The quantity for Erection of lattice and Gantry structures

The quantity for Erection of lattice and Gantry structures is indicated as zero MT. Request to check and confirm.

The quantity shall be 12.0 MT.

Sl No.29

89

BOQ (Price Schedule) Item and Quantity

Erection of Vacuum Circuit Breaker (Bahgora Sub-station)

Price Schedule-'Lot-I Schedule 4- installation and other services

item No- 239.1 The quantity for Erection and commissioning of 33 kV VCB

The quantity for Erection and commissioning of 33 kV VCB is indicated as zero, whereas in Supply schedule 3 sets of VCB had been provided. Request to check and confirm.

The quantity for Erection and commissioning of 33 kV VCB shall be 3 units.

Sl No.30

Page 39: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

90

BOQ (Price Schedule) Item and Quantity

Drainage System and PCC and Gravelling works of all Sub-stations

Price Schedule-'Schedule 4- installation and other services

Sl No. 74 & 72.2 & 'Layout of Substation

We understand the overall Layout for each Substation shall be Maximum of 50 mtr X 35 Mtr. During execution the size of Layout bound to change based on actual survey and incomer position. In case the same exceeds the general layout, the execution of the the Lot items like Stone Gravel filling (in sqmtr) and Drain (in Running Mtr) will be difficult. HEnce, request to provide unit rates in Price Schedule for the above items.

The rate could be quoted for the standard Layout. The PCC area will be calculated as per actual layout drawing and the individual site wise variation will be taken care of accordingly as per the quoted rate for the standard layout

91

BOQ (Price Schedule) Item and Quantity

Supply of the items for Construction of New 33 KV Line for Kulshigate Substation

Lot-1, schedule 2 , S.NO :135.1 (Row No 345)

Jointing sleeve for AAA Wolf conductor as per TS

SAME ITEM REPETED IN 135.1, 135.2 Sl No 135.2 shall be "PG Clamp for Wolf Conductor as per TS- Quantity- 176 Nos) Please Refer Addendum

SL No. 33

Lot-1, schedule 2 , S.NO :135.2 (Row No 346)

Jointing sleeve for AAA Wolf conductor as per TS

92 BOQ (Price Schedule)Item and Quantity

Supply of the items for Construction of New Bherberi Substation

Lot-3, schedule 2 , S.NO :151 (Row No 329)

Construction of 33/11 KV Bherberi Substation Description is not clear. We understood that the item is related to 5MVA PTR. Please confirm

Sl No 151 shall be "Supply of 5 MVA, 33/11 KV Power Transformer as per Technical Specifications- Quantity- 2 Nos) Please Refer Addendum

SL No. 34

93

BOQ (Price Schedule) Item and Quantity

Supply of Items for 11 KV Railway Track Crossing

Lot-2, schedule 2 , S.NO :105 (Row No 224)

Aluminum lugs as per TS Units given in KG's instead of No’s. Please confirm

Unit for Supply of Lugs shall be 'No.' instead of 'Kg' Please Refer Addendum

Sl No.35

94

BOQ (Price Schedule) Item and Quantity

Suppy of Spare Parts Price Schedule: Supply

Spare Parts We assume that all the necessary spare parts are already covered in Price Schedule. Kindly Confirm.

Yes. As per Price Schedule

95

BOQ (Price Schedule) Item and Quantity

BOQ (Price Schedule)

BOQ_26837-Lot1-Schedule1 & 2

Serial No. of Items in Various schedules

BOQ S.no of Lot1-schedule1, 95.5, 185.5, 267.2, 269.2, 33.10 are different with lot1- schedule 2 (S.No-92.5, 182.5, 267.10, 269.10, 333.10) even Both description & Quantity remains same. Kindly confirm.

The any mismatch in Sl No. may be ignored. However, there should have no mismatch in the Item and quantities in both the sheet.

Page 40: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

96 BOQ (Price Schedule)

Preparation of Bid and filling of price schedule

BOQ_26837-Lot1-Schedule1

Plant and Mandatory spare parts supplied from Abroad

Lot-1 Schedule-1 is applicable for only supply part of items Imported from abroad. If imported items are not considered, we have to fill only in "Lot1-Schedule2" Kindly confirm.

Please refer to the instruction sheet to bidders and Comment in 'Red' colour at the top of each sheet". "The bidder who does not want to quote in this Lot or in this Schedule should quote Unit Price as zero (0) for each item''.

97

BOQ (Price Schedule) Item and Quantity

Supply of Conductors for Construction of New Sub-station (33 KV Bus and Bay terminations, PTR HV/LV Terminations, 11 KV outgoing feeder arrangement etc.)

BOQ_26837-Lot1-Schedule 1 & 2

Lot-1 Schedule-1: ACSR Conductor Lot-1 Schedule-2: AAA Conductor

Lot-1 Schedule-1, BOQ description for S.No- 15.2-15.4,18.5, 21.1-21.2, 37.1, 38, 41.2, 57, 90.2-90.4, 93.5, 96.10, 96.20, 117, 131.1, 132, 133, 135.2, 151, 153.2, 184.2, 184.3, 184.4, 190.1, 190.2, 206.1, 207, 210.6, 226, 258.2, 258.3, 258.4, 261.5, 264.1, 264.2, 267.2, 280.1, 281, 284.2, 300, 333.2, 333.3,333.4, 336.5, 339.1, 339.2, 355.1, 356, 359.2, 375, 408.3, 408.4, 411.5, 414.1, 414.2, 430.1, 431, 434.2, 450 are ACSR Panther or Dog or Wolf, where as per Lot-1 Schedule-2, AAA Panther or Dog, Wolf conductor are required. Both requirements are contradicting each other. Kindly confirm actual requirement.

Supply of Conductors for Construction of New Sub-station (e.g. 33 KV Bus and Bay terminations, Transformer HV/LV Terminations, 11 KV outgoing feeder arrangement etc.) shall be ACSR not AAA Please Refer Addendum

Sl No.36

98

BOQ (Price Schedule) Item and Quantity

Type of Conductors for Sub-stations and Overhead Lines

Volume-III/Section-1: Scope of work &Technical Specifications

1) New 2x5 MVA, 33/11kV Dhula Substation. New 33kV Lines: 9 km 33kV line on GI STP with ACSR Wolf Conductor with a LILO arrangement of Chapai – Burigaon Line at new Dhula substation New 11kV Lines: 11 kV feeders of total length 20 km on 9.75 mtr. PSC poles with AAAC Raccoon Conductor.

As per technical specifications, type of conductor are ACSR Wolf & AAAC Racoon for 33 KV & 11 KV respectively. Where as per BOQ schedule-1, ACSR Panther & Dog for Substation part & AAAC panther & AAAC Racoon for 33 & 11 KV Transmission Line. Kindly confirm actual requirement.

Supply of Conductors for Construction of New Sub-station (e.g. 33 KV Bus, Bay and equipment terminations, PTR HV/LV Terminations, 11 KV outgoing feeder arrangement etc.) shall be ACSR not AAA. For New 33 KV Line Conductor Type shall be ACSR Wolf For New 11 KV Line Conductor Type shall be AAA Raccoon Please Refer Addendum

Sl No.36

& Sl No.44

Page 41: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

99 BOQ (Price Schedule) Item and Quantity

Supply of Items for Construction of new Bahgora Sub-station

BOQ_26837-Lot1-Schedule1 & 2

Lot-1 Schedule-1: BOQ S.No-324.10-30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.)- 3 Set, Lot-1 Schedule-2: BOQ S.No-324.1-30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.)-1 set

Quantities are different for both Lot-1 Schedule-1 & 2. Kindly confirm actual quantity.

Should be considered as: The Quantity for “Supply of 30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.)''- shall be - 3 Set Please Refer Addendum

Sl No.28

100 BOQ (Price Schedule)Item and Quantity

BOQ_26837-Lot3-Schedule1 & 2 Lot-3 Schedule-1: BOQ S.No-80.10-36 KV,

Outdoor Type, 33kV/√3/110V/√3 Potential Transformer with Junction Box (for each set of 3 PTss)- 3 Set, Lot-3 Schedule-1: BOQ S.No-81.10-30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.)-1 set& Lot-3-Schedule-2-BOQ.S.No-80.10-36 KV, Outdoor Type, 33kV/√3/110V/√3 Potential Transformer with Junction Box (for each set of 3 PTss) - 1 setLot-3-Schedule-2-BOQ.S.No-81.10-30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.) - 3 set

Quantity are different for both Lot-3 Schedule-1 & 2. Kindly confirm actual quantity.

Should be considered as : The Quantity for "Supply of 36 KV, Outdoor Type, 33kV/√3/110V/√3 Potential Transformer with Junction Box (for each set of 3 PTs)- 1 SetThe Quantity for "Supply of 30 kV, 10kA, Single Phase, Station Class Lightning Arrestor (set of 3 nos.)- 3 Set Please Refer Addendum

Sl No 37 & 38

101 Vol-III, Section 1 (Technical Specifications)

General BOQ

Please share the BOQ for below panels :

33kV Transformer Protection Panel

Please Refer Page No 233. "SCHEDULE - IB: B.O.M. for 33/11KV Transformer C&R panels with differential protection:" of Vol-III, Section 1 of the tender document

Bus Sectionaliser Panel Bus sectionaliser Panel is not required for 33 KV level

Station Service Transformer Panel

Please refer Page No 333-338 of Vol-III, Section -1" TECHNICAL SPECIFICATION FOR L.T. DISTRIBUTION BOX FOR DISTRIBUTION TRANSFORMER" of Vol-III, Section 1 of the tender

Page 42: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

document

102 Vol-III, Section 1 (Technical Specifications) & BOQ (Price Schedule)

Scope of SCADA Implementation

SCADA

The Substation Automation System (SAS) shall be used to control and monitor all the sub-station equipment from remote control center (SCADA) as well as from local SCADA.

As per specification SCADA is required for the each substation, whereas per BOQ_26837, SCADA is not covered under BOQ. Kindly confirm the actual requirement. If required, where it is to be added.

For newly constructed sub-stations, the installation and commissioning of SCADA is not covered under this scope. But, for the 33 KV terminal Bays at Grid Sub-station end, the bidder has to integrate the equipments to the existing SCADA of the GSS. as specified in BOQ (wherever applicable).

1.4.1.1

1.4 SUB STATION AUTOMATION SYSTEM 1.4.1. GENERAL However, under the scope of this project, the SAS is existing in Grid sub-station locations and the contractor’s responsibility shall be to supply the items as per BOQ (for each 33 KV feeder terminal bay at GSS) and to erect, test, commission and integrate them to the existing SAS.

As per BOQ, we presume BCU, SAS with existing system integration is required at 2 substation terminal Bay (Kulshighat & Balipura )only. Kindly confirm.

Yes. Only in case of 33 KV Terminal Bays to be constructed at Grid sub-station end only.

102 (a)

Volume-III/Section-1: Scope of work &Technical Specifications & BOQ Schedule-1,2 for Lot-1,2,5

Scope of SCADA Implementation

1.4.1.2

1.4 SUB STATION AUTOMATION SYSTEM 1.4.1. GENERAL However, under the scope of this project, the SAS is existing in Grid sub-station locations and the contractor’s responsibility shall be to supply the items as per BOQ (for each 33 KV feeder terminal bay at GSS) and to erect, test, commission and integrate them to the existing SAS.

We presume, supply of SAS & BCU system for new substation & terminal bay are not in our scope. Kindly confirm.

Yes. SCADA implementation against the New sub-station shall not be under the scope except those mentioned in Sl No 102

Technical Specification for Control Relay panels, Protective

Page 43: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Relays etc

103 Vol-III, Section 1 (Technical Specifications)

TECHNICAL SPECIFICATION FOR CONTROL & RELAY PANEL FOR 33/11 KV DISTRIBUTION SUB-STATION

23.6.2.2 (Page 221/416)

The relay manufacturer should have their own Substation Automation System (SAS).

SAS is not a part of BOQ and vendors are offering Relay with open protocal IEC 61850, which is compatible with all SAS. Please confirm whether SAS is required because SAS & its software is a very costly item and will have a impact in pricing.

SAS sofftare is not included in this scope. However, The offered Relays should be compliant as per Technical specification

103 (a)

Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.2.1 (Page 211/416) (General requirements of numerical relays:)

23.2.1 The numerical relay must have an IEC 61850 Edition 1, Edition 2 level-A certification and the relay must support subscribe / publish process bus sampled values of voltages and currents as per IEC 61850- 9-2 LE. The relay shall support site selectable PRP and HSR redundancy protocol.

As per process bus application, merging units acts as publisher of sampled values and protection relays act as client to subscribe those sampled values. So publish and subscribe is not intented from same protection device. But as per clause 23.2.1 subscribe/publish is mentioned. Offered protection relays being client, subscribes sampled measured values and not intended for publushing those sampled values. Please consider.

Amended as " The numerical relay must have an IEC 61850 Edition 1, Edition 2 level-A certification. The relay shall support site selectable PRP and HSR redundancy protocol. Process bus compliance not required." (The successful bidder has to arrange for demonstration of the offered relays before final GTP and drawing approval to competent APDCL authority in APDCL Testing Laboratory) Please refer addendum

Sl No 9

We would like to inform that for implementation of process bus application is complex with requirement of Smart CT’s and PT’s to continuously transmits data over the process bus and any upstream devices to achieve the desired result. Also this arrangement calls for hooking of LIU’s/MU which makes the solution very complex used particularly in complete digitized sub-station. However, since as per TS here the requirement is for conventional S/S the need of process bus is technically not requiredIn view of this we request APDCL to remove this clause from operation point of view.

Page 44: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

PRP operates on Star Topology and HSR operates on Ring Topology. However, both philosophies are used under process bus application. Hence request APDCL to remove this clause. Additionally, if necessary APDCL may insist for RSTP philosophy to ensure loop free topology.

104 Vol-III, Section 1 (Technical Specifications)

Technical specification for Relays

General PRP ports We proposing to incorporate the feature that HSR/PRP should be site selectable in the relay.

As per Tender Specification

105 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.2.10 (Page 212/416) General requirements of numerical relays:

Watch dog contact shall be provided in addition to required 16 DI and 10 DO.

Considering MV application, minimum 18DI required including spare DI requirement. We propose to change DI requirement to atleast 18DI. Refer attached reference DI list. Requesting you to consider the same.

As per Tender Specification

106 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.2.15 (Page 213/416) General requirements of numerical relays:

The relay should have support time synchronization through PTP (IEEE 1588 V2 for high accuracy in time synchronization in Ethernet networks based applications).

As per technical specifications of 11kV VCB, Relays are not required over process bus (IEC61850-9-2) which requires PTP time synch. So Widely used Time Synch through SNTP protocol is sufficient and shall be acceptable. Even Clause no. 23.2.28.c) mentiones that relays shall be connected to SNTP socurce during internoperability test at APDCL premises.Offered relays use SNTP protocol for time synch. Requesting you to accept the same.

For Relays to be used in 11 KV indoor VCB panel, the time synchronization through SNTP is acceptable

Sl No.10

Page 45: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Precision Time Protocol (PTP) time synchronization is recommended for process bus, but as per application the same is not required. Also, there is a contradiction to Clause no 23.2.28 w.r.t interoperability test. As interoperability uses SNTP time synchronization using GPS /SNTP server we request you to accept SNTP also against clause no 23.2.15.

107 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.2.16 (Page 213/416) & 23.6.1.3.j (Page 219/416)General requirements of numerical relays: &Protection Schemes:

Disturbance records: The relay shall have capacity to store at least 15 sec Disturbance records.

Fault analysis is critical part of power system and same requires considerable data storage capacity in relays. Technical specifications on one hand calls for enhanced 100 fault event logs, 1000 events but on other hand most important disturbance records which gives clarity on voltage,current waveforms in pre fault & post fault conditions and critical for fault analysis is only mentioned as 15 sec which is not sufficient. We propose to have atleast 50sec DR capacity in relay so that it can accomodate detailed & more number of DR. Requesting you to consider the same.

Amended as "Disturbance records: The relay shall have capacity to store at least 25 sec Disturbance records."

Sl No.11

108 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.2.17 (Page 213/416) General requirements of numerical relays:

The relay settings shall be provided with adequate password protection with 5 alternative setting groups.

As per specifications clause no.23.6.1.3. I ), 4 settings group are required. 4 setting groups are sufficient from application point of view also.Offered relays are with 4 setting groups. Requesting you to consider the same.

Amended as " The relay settings shall be provided with adequate password protection with 4 alternative setting groups."

Sl No. 12

As per Clause No 23.6.1.3 l) Minimum 4 setting groups are required. Also, as per schemes 4 setting groups are sufficient to meet the application requirement, Hence request you to consider the same.

Page 46: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

109 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay

Panel For 33/11 KV Distribution Sub-

Station

23.6.1.3.c (Page 218/416) Protection Schemes:

The relay shall be provided with at least 16 no. Binary Inputs (BI). Future Expansion of BI/BO should be possible by adding IO cards.

Considering MV application, minimum 18DI required including spare DI requirement. We propose to change DI requirement to atleast 18DI. If 18DI including spare requirment considered as per attached reference DI list then DI/DO future expansion is not required atleast in 11kV as most important required signals and spare are already considered and 11kV relays are without process bus requirement.

We request you to provide no. of BI required considering the Future requirement since the future expansion of BI/BO is unavailable with relay manufacturers currently. Considering MV application, minimum 18DI required including spare DI requirement. We propose to change DI requirement to at least 18DI. If 18DI including spare requirement is considered as per attached reference DI list then DI/DO future expansion is not required at least in 11kV as most important required signals and spares are already considered and 11kV relays are without process bus requirement., Kindly confirm.

As per Tender Specification. However, BI BO Expansion is not required for Relays of 11 KV indoor panel. Please refer to the clarifications/ comments/amendments on relays.

110 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.5.1 (Page 218/416) Protection Schemes:

Relays shall be suitable for flush / semi flush mounting on the panel with connections from the rear, protected with dust tight cases for tropical use and with transparent cover removable from the front.

Offered relays are dust proof with IP54 from front without any requirement of front covers. So, any extra covers not required to maintain any IP in relay. Please accept the same.

Amended as "Relays shall be suitable for flush / semi flush mounting on the panel with connections from the rear. The relay may be protected with dust tight cases for tropical use and with transparent cover removable from the front if required."

Sl No. 13

Page 47: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

111 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.5.2 (Page 218/416)Protection Schemes:

Low set (IDMT) OC 5%to 250% of In, High set OC 10% to 3500% of In, Low set (IDMT) EF 1% to 250% of In, High set EF 10% to 3500% of In

As per Clause no 23.61.4.a) OC & EF :Current setting should cover the ranges 5% to 250% for timed protection (IDMT) and 10% to 3500% for instantaneous protection respectively.Also sensitive earth fault current range required is 1% to 40% .Offered relays are inline with Clause no 23.61.4.a) requirement as mentioned above.Please accept.

Amended as""…......The Relays should cover a wide setting range for OC 5% to 3500% of In,and EF 1% to 3500% of In, under different stages of e.g. Low Set (IDMT), High set (Instantaneous), SEF etc."

Sl No. 14

112 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.6.1.3.e (Page 219/416) Protection Schemes:

• 12 nos. of LEDs for status indication among that at least 9 nos. should be freely programmable

As we are considering 18DI requirement to connect various field signals, important signals can be even mapped to LED's for ease to user.Also more number of configurable LED's gives more flexibility to user to configure LED's as per their requirement e.g.separate LED's can be assigned to various protection functions or even protection stages. It becomes easy for users to understand various indiactions, faulty phase, protection function operated without even accessing fault data. We propose to change this clause to minimum 16 nos. of LEDs for status indication among that at least 14 nos. should be freely programmable. Requesting you to consider the same.

As per Tender Specification

113 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.6.1.4.a (Page 220/416) Protection Schemes:

Reset time 0-100 sec

DMT stages being instantanous in application doesn’t need reset time,it gets immediately reset. In case of IDMT applications, reset either follow disk emulation i.e.IEC reset curve or instantaneous as per user settings.Offered relays supports disk emulation or instantaneous reset in IDMT. Please accept the same.

Acceptable.

Page 48: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

114 Vol-III, Section 1 (Technical Specifications)

Technical Specification for Control & Relay Panel For 33/11 KV Distribution Sub-Station

23.6.2.3.1.b (Page 221/416) Protection Scheme for Individual Transformers/ Transformer Differential Protection

The relay shall provide biased differential protection with triple slope tripping characteristics with faulty phase identification / indication. The range for the differential pick-up shall be from 0.1 to 2.5 pu

Offered relays are with dual slope characteristics. Slope 1 take cares of transformation error in CT and slope 2 take cares of stability in through fault and CT saturation conditions. Differential pick up threshold ranges from 0.05 to 2 times of full load current of transformer which is sufficient for transformer differential application.Requesting you to please consider the same

Amended as -"The relay shall provide biased differential protection with adeqaute slope tripping characteristics with faulty phase identification / indication. The range for the differential pick-up shall be from atleast 0.1 to 2.0 pu. Its operating time shall not exceed 30 ms at 5 times rated current."

Sl No. 15

115 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.1.3 (Scope)

The sub-stations shall have automation as per IEC 61850 protocol in Bay & Station level. The bidder has to supply the C&R panels to match the requirement of Sub-station Automation System (SAS) as specified in the subsequent chapter, from the same manufacturer.

Please allow manufacturer for the 33kV CRP Feeder only.

As per Tender Specification

116 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.4.2(Type Test Reports)

ii) Inter-operability Tests are conducted in manufacturer’s own laboratory. In this case (i) the laboratory must have ISO 9000 (or its equivalent) series certification; and (ii) tests have been witnessed by technically qualified representatives of earlier Indian clients of Central/State Transmission Utilities.

Please elaborate the formalities for the Inter-Operability. Either APDCL will organize the Inter-Operability Testing. Please confirm.

The details for Inter operability test (if desired by APDCL) will be intimated in due course of time with adequate time ( e.g 10 days) in advance for necessary preparation

Page 49: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

117 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.15.1.5. (Relays/General)

f) All draw out cases or plug in type modular cases will have proper testing facilities. The testing facilities provided on the relays shall be specifically stated in the bid. All protective relays shall be with proper online testing facilities without isolation from TB where inputs viz CT/ PT and DC are wired. All main relays shall be provided with test plug to test the relay online & required test handle may be invariably indicated. Necessary test plug shall be in the supplier's scope of supply and shall be supplied loose. Unless otherwise specified all auxiliary relays and timers shall be supplied either in non-draw out cases or plug in type modular cases.

We will offer non-draw out type Auxiliary relay either flush mounted or plug base type inside the panel only.

Please refer addenda

Sl No.26

118 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.15.2.2 (GENERAL SPECIFICATION OF NUMERICAL RELAYS)

Should have minimum 16 configurable LEDs Should have Sufficient 24 Binary Inputs and Binary Outputs as per scheme requirement including 30% BI & BO spare.

Kindly confirm the Digital Input & Output for the relays/BCU

As should be as per scheme requirement alongwith minimum 30% spare

119 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.15.2.2 (Page no.77/416) 1.1.15.2.9 (Page 78/416) General Specification of Numerical Relays

Relays shall have one no. front RJ45 or USB port for Local Relay Parameterization and Two nos. Rear FO port/ Rear RS485 for connectivity to SAS over IEC61850 protocol

IEC61850 is ethernet protocol so it shall be either over two no.of FO ports / RJ45 ports. Specifications mentions about RS485 which is used for serial protocol.

Amended as "Relays shall have one no. front RJ45 or USB port for Local Relay Parameterization and Two nos. Rear FO port (RJ45) for connectivity to SAS over IEC61850 protocol".

Sl No. 16

Kindly confirm whether it’s typographical mistake that RS485 written instead of RJ45. Because IEC61850 protocol are not available over RS485 port.

Page 50: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

120 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.15.2.2 (Page no.77/416)1.1.15.2.9 (Page 78/416)General Specification of Numerical Relays

Relays shall have redundant power supply card i.e. in case of failure of one source fail, the redundant shall pick up instantly. Power supply card failure shall generate necessary alarm to local SCADA.

Redundancy between two sources can be achived via external changeover relay. Whenever one source fails, other source will supply to relay. Change over relay contact can be monitored in protection relay as DI to generate alarm for DC fail signal. Requesting you to consider the same.

The Clause related to redundant power supply card is not applicable

Sl No 17

121 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.15.2.2 (Page no.77/416) 1.1.15.2.9 (Page 78/416) General Specification of Numerical Relays

The relay shall have sufficient battery back up to keep the internal clock running for at least 2 years in absence of auxiliary supply

Offered relays maintain Real time clock for one month in absence of auxiliary supply by backup battery. As soon as Aux supply restored, relay will be time synched with available time source. It is unlikly that protection relays will be switched off for such long duration. considering that one month is sufficient time to maintain RTC. Requesting you to consider the same.

As per Tender Specification. However, it could be discussed and finalized during final GTP/drawing approval

All the privilege data like DR, Events, Setting, Fault record, Configuration will be store in a non-volatile memory only. DR, Events, fault record will stored in the relay with the date & time stamp. But the internal clock will be in running condition for 48 hours only after discharging the Auxiliary power from the relay.

Should have minimum 16 configurable LEDs

Offered BCU have 16 LED's of which 14 LED's are user configurable and 2 LED's are fixed and Offered OC & EF relays have 9 LED's of which 7 LED's are user configurable and 2 are fixed. BCU have more number of BI,BO and LED being connected to various field equipments,indiactions however protection relays are with less number of DI,DO and LED as they only used for tripping. Requesting you to accept the same.

As per Tender Specification

Page 51: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

Facility for renaming the menu texts as required by operating staff at site should be provided.

Offered relays have standard menu structure with various protection functions can be identified with standard ANSI codes to maintain uniformity. Please consider the same.

As per Tender Specification.

Disturbance records – The relay shall have capacity to store disturbance records of at least 10 sec.duration and sampling rate per cycle shall be more than 100.

Offered relays supports sampling rate of 32 samples per cycle i.e.1.6 kHz. This sampling rate is sufficient for disturbance recording and post fault analysis. Please consider.

As per Tender Specification.

Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.16.1 (Page 79/416) Over Current and Earth Fault relays

These relays shall be of numeric, single/multi pole, directional /non- directional type with or without high set element as specified

Single pole relay not required in 33kV where breaker itself is gang operated. Offered relays suitable for 3 pole tripping. OC & EF features are part of same relay. Please consider the same.

Acceptable. Please refer addendum

Sl No.27

123 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.1.22.1 (Page 80/416) Protection Scheme for Panels (33 KV FEEDER PROTECTION PANEL)

The 33 kV Feeder Panels shall be provided non directional single/ multi pole relays as specified in Clause 1.1.15

Single pole relay not required in 33kV where breaker itself is gang operated. Offered relays suitable for 3 pole tripping. OC & EF features are part of same relay. Please consider the same.

Acceptable. Please refer addendum

Sl No.27

124 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.2.11 (Page 84/416) Bay Control Unit (BCU)

Bay interlock diagram

Bay interlock involves complex logic and same can be seen in relay configuration software.BCU HMI is intented for SLD, various measurements, events, fault records etc. Please consider the same.

As per Tender Specification. However, it can be discussed and finalized during final GTP/drawing approval

Page 52: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

125 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.4.1.4 (Page 90/416) (Functional Parts of SAS)

All IEDs shall have redundant power card.

Redundancy between two sources can be achived via external changeover relay. Whenever one source fails, other source will supply to relay. Change over relay contact can be monitored in protection relay as DI to generate alarm for DC fail signal. Requesting you to consider the same

The Clause related to redundant power supply card is not applicable

126 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.4.7.1 (Page 94/416) (Bay Control Functions)

Extension possibilities with additional I/O's inside the unit or via fiber optic communication and process bus

Offered BCU are with sufficient numbers of DI/DO to cater all required bay functionality so extension of DI/DO is not required at later stage. Also offered relays are without process bus i.e.IEC618500-9-2 functionality. Requesting you to consider the same.

As per tender specification.

127 Vol-III, Section 1 (Technical Specifications)

Technical Specification For 33 KV Feeder Control and Relay Panels For Grid Sub-Stations

1.4.8.2 (Page 95/416) Bay Protection Functions

Each IED should contain an event recorder capable of storing at least 200 time- tagged events. This shall give alarm if 70% memory is full.

Offered IED's supports 200 time tagged events with first in first out principle, so no alarm necessary and no manual intervention required.Also these alarms are continuosly uploaded to SCADA system over IEC61850. Requesting you to consider the same.

As per Tender Specification. However it can be discussed and finalized during final GTP/drawing approval

128 Vol-III, Section 1 (Technical Specifications)

TECHNICAL SPECIFICATION FOR 11 KV, VCB SWITCHGEAR PANELS - INDOOR

Clause 1.10(Relays for 11 KV Indoor VCB panel)

As per clause No: 1.10 protection relay Clause No.: 1.10.1: All relays shall conform to the requirements of IS:3231/IEC-60255. Relays shall be suitable for flush mounting on the front with connections from the rear. The relay should be housed in a robust metal case suitable for panel mounting conforming to IP 54 of higher (front phase). The relays shall be SCADA compatible numerical protective & communicable type and should be composite relay unit having O/C,E/F ect. Clause No.:1.10.4: The detailed specification of the protective relays shall be as detailed under the "clause 23.0 RELAYS" of APDCL Technical specification for "Control & Relay panel for distribution substation" attached separately with this bid. However, the relay need not have to support suscribe/publish

Clause No.:1.10.1:As per mention clause we will provide OC & EF relay. Please confirm the same. Clause No.: 1.10.4:"Clause 23.0 RELAYS" as per control & relay panel specification & as per items No.1:Incomer panel mentioned specification: 33KV & 11KV CRP feeder: In this specification so many functions available like OC & EF,SEF, Negative sequence OC protection, Over under frequency protection relay, broken conductor, auto recloser etc. Please clarify which relay is required as per mentioned 11kv VCB clause No. 1.10.1 only OC &EF or as per mentioned in control and relay panel.

All relays ( including Relays of 11 KV Indoor VCB panel) should comply to the general specification of Relays as per "Clause 23.0 RELAYS :" detailed in "TECHNICAL SPECIFICATION FOR CONTROL & RELAY PANEL FOR 33/11 KV DISTRIBUTION SUB-STATION".However, In "Clause 1.10. PROTECTION RELAYS:" of "TECHNICAL SPECIFICATION FOR 11 KV, VCB SWITCHGEAR PANELS - INDOOR", the specific clarifications has been mentioned over and above the “Clause 23.0 RELAYS:" as stated above.Please refer the Addenda Sl No. 18 (for Clause 1.10 PROTECTION RELAYS :)

Sl No. 18

Page 53: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

process bus sampled values of voltages and current as per IEC 61850-9-2 LE. As per items no. 1: Incomer panel: 1 No of feeder protection relay as per technical specification of relay.

Rear Ports shall be suitable for site selectable PRP/HSR Protocol.

Since Process bus requirement is not applicable for 11 kV Indoor panels we request you to remove the requirement of PRP/ HSR redundant ports for 11 kV Indoor Panels.

Technical specification of Vacuum Circuit Breakers

129 Vol-III, Section 1 (Technical Specifications)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.1& 1.1.28c (Scope)

This specification covers design, manufacturing, testing at manufactures works, supply, erection, testing and commissioning of 11KV and 33 KV Vacuum Circuit Breakers complete with all accessories required for their satisfactory operation for the sub-transmission system. The Breakers shall be used for Transformer protection or Feeder Control in the system Each circuit breaker shall comply with requirements of type tests prescribed in IEC publication No. 62271- 100

Erection, testing and commissioning shall not be considered in the scope of our offer.

It may not be under the scope of the manufacturer. But, under scope of the bidder being a EPC contract.

130 Vol-III, Section 1 (Technical Specifications)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.4 (Auxiliary Power Supply)

Bidder’s scope includes supply of interconnecting cables, terminal boxes, etc. The above supply voltage may vary as indicated below and all devices shall be suitable for continuous operation over the entire range of voltages i) AC Supply Voltage + 10% -15%, Frequency ± 5%

Frequency variation for AC supply shall be + 3% in line with IEC 62271-100. Request you to accept the same.

Acceptable. i) AC Supply Voltage + 10% -15%, Frequency ± 3%

Sl No 19

131 Vol-III, Section 1 SPECIFICATION OF 1.1.8(Line The circuit breaker shall be designed so as to NDA needs to signed for sharing of full type Type test report submission along with

Page 54: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

(Technical Specifications)

36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

Charging Interupting Capacity)

be capable of interrupting line charging currents without undue rise in the voltage on the supply side without re-strike and without showing sign of undue strains.The maximum permissible switching over voltage shall not exceed 2.5 p.u. The guaranteed over voltage, which will not be exceeded while interrupting the rated line charging current for which the breaker is designed to interrupt shall also be stated. The results of the tests conducted along with the copies of the oscillographs to prove ability of the breakers to interrupt the rated as well as lower values of the line charging current shall be furnished with the tender.

test reports wherein oscillograph reading during type test can be found.

Bid is a mandatory requirement and failing which may lead to bid rejection. The signing for NDA etc. for the documents submitted along with the tender is not acceptable.

132 Vol-III, Section 1 (Technical Specifications)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.10 (Breaking Capacity for Shortline fault & 1.1.31)

The interrupting capacity of the breaker for short line faults shall be stated in the tender. The details of the test conducted for proving the capability of the breaker under a short line fault occurring from one phase to earth conditions shall also be stated in the tender. The rated characteristics for short line faults shall be in accordance with stipulation contained in clause 4.105 of IEC 62271-100.

The OVCB to be offered is not type tested for Short Line Fault test and hence no data / details for the same can be furnished. Request you to accept the same.

As per Tender Specification. However, it could be taken into consideration and finalized during detailed design/drawing approval stage.

Page 55: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

133 Vol-III, Section 1 (Technical Specifications)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.14 (Insulators and Support and Housing)

The porcelain used shall be homogenous, free from cavities and other flaws. The insulators shall be designed to have ample insulation, mechanical strength and rigidity for satisfactory operation under conditions specified above.. The puncture strength of bushing shall be greater than the flash over value. The design of bushing shall be such that the complete bushing in a self-contained unit and no audible discharge shall be detected at a voltage upto a working voltage (Phase Voltage) plus 10%. The support insulator shall conform to IEC-60137. Minimum clearance between phases, between live parts and grounded objects shall be as per IS-3072-1975 and should conform to Indian Electricity Rules-1956. The minimum creepage distance for severely polluted atmosphere shall be 25 mm/KV as per IEC-815-1985

Minimum clearance between phases, between live parts and grounded objects for the OVCB to be offered shall be in line with IEC 62271-100. Moreover, the insulators shall be capable to withstand the seismic acceleration as per the mentioned values in the attached type test report. Request you to accept the same.

Acceptable

134 Vol-III, Section 1 (Technical Specifications)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.15.b (Trip free feature)

When the breaker has been instructed to close by manual instructions using push button, the operating mechanism will start operating for closing operations. If in the mean time a fault has taken place, the relay provision shall be such that it should close the trip circuit simultaneously interrupting the live circuit of closing coil which has been instructed for close command. The trip free mechanism shall permit the circuit breaker to be tripped by the protective relay even if it is under the process of closing. An anti-pumping device to prevent the circuit breaker from reclosing after an automatic opening shall be provided to avoid the breaker from pumping i.e., anti pumping relay should interrupt the closing coil circuit.

An anti-pumping device to prevent the circuit breaker from reclosing after an automatic opening shall be provided to avoid the breaker from pumping shall be provided.

Acceptable

135 SPECIFICATION OF 36 KV OUTDOOR

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN

1.1.17(Control Cabinet)

The switchgear operating mechanism, the control equipment such switch for closing and tripping the breakers, various control relays,

Various control relays, if required, can be provided in the CRP connected to the OVCB. Kindly note that CRP shall not be considered

Agreed. The scope against CRP is covered separately.

Page 56: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

anti-pumping device, a set of terminal blocks for wiring connections, MCB’s for disconnecting the control auxiliary power supplies including relays, etc., shall be enclosed in a cabinet to be mounted on a suitable structure at a convenient working height at the end of the breaker in the outdoor switchyard. The supporting structure and the enclosure shall be capable of withstanding the typical tropical climatic conditions, change of ambient temperature, severe dust-storms, very high relative humidity those are prevailing at the site of location of switchgear.

in the scope of our offer. Please refer Addendum. SL No.20

136

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.17.i & 1.1.20 (Control Cabinet & Surface Finish)

The enclosure shall be made out of stretched level steel plates not less than 3 mm thick and of light section structural steel. It should be weather proof as well as vermin proof. Degree of protection provided by enclosures should be IP-55 and type tested accordingly. All interiors and exteriors of tanks, control cubicles and other metal parts shall be thoroughly cleaned to remove all rust, scales, corrosion, greases or other adhering foreign matter. All steel surfaces in contact with insulation oil, as far as accessible, shall be painted with not less than two coats of heat resistant, oil insoluble, insulating paint. All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate and two coats of epoxy paint with epoxy base thinner. All metal parts not accessible for painting shall be made of corrosion resisting material. All machine finished or bright surfaces shall be coated with a suitable preventive compound and suitably wrapped otherwise protected. All paints shall be carefully selected to withstand tropical heat and extremes of weather within the limits

All metal parts shall be clean and free of weld splatter, rust and mill scale prior to application of 7 tank process followed for applying single coating of epoxy based paint. Request you to accept the same.

As per Tender Specification

Page 57: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

specified. The paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. All ferrous hardware, exposed to atmosphere, shall be hot dip galvanized.

137

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.17.v (Control Cabinet)

A ground bus of copper bar not less than 6 mm by 25 mm shall be provided for grounding the cabnet.

A ground bus of MS bar not less than 50 mm by 25 mm shall be provided for grounding the cabinet. Kindly note that the OVCB is designed and tested as per IEC 62271-100 with the mentioned ground bar dimensions and any change in the design will invalidate the existing type test report. In view of the above mentioned justification, request you to accept the type tested dimension.

As per Bid. However Higher size as proposed (50 mm x25 mm) of Copper Bar is also acceptable. But MS bar is not acceptable.

138

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.18.ii.a(Accessories)

One auxiliary switch with adequate number of auxiliary contacts, but not less than 20 nos. (10 NO + 10 NC) for each breaker. These shall be over and above the No. of contacts used for closing, tripping and re-closing and interlocking circuit of the circuit breaker. All auxiliary contacts shall be capable of use as “Normally closed” or “Normally open” contacts. Special auxiliary contacts required for the re- closing circuit if any, shall also be provided. There shall be provision, to add more auxiliary contacts at a later date, if required.

One auxiliary switch with adequate number of auxiliary contacts, but not less than 16 nos. (8 NO + 8 NC) for each breaker. These shall be over and above the No. of contacts used for closing, tripping and re-closing and interlocking circuit of the circuit breaker. Moreover, for requirement of any additional contacts, suitable contact multiplier shall be provided. Specific auxiliary contacts shall be capable of use as “Normally closed” or Normally open” contacts. Special auxiliary contacts required for the re- closing circuit if any, shall also be provided. There shall be no provision, to add more auxiliary contacts at a later date. Request you to accept the same.

As per Tender Specification. However, it could be taken into consideration and finalized during detailed design/drawing approval stage.

Page 58: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

139

OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.24 (Interlocks)

Necessary interlocks to prevent closing or opening of the breaker under low pressure of the contact spring and devices for initiating alarm shall be provided. The detailed interlocking scheme based upon single line diagram as applicable for the substation shall be provided by the contractor

No such interlocks to prevent closing or opening of the breaker under low pressure of the contact spring and devices for initiating alarm shall be required as the OVCB to be offered is designed and type tested as per IEC 62271-100 and any change in the design will invalidate the existing type test report. In view of the above mentioned justification, request you to accept the type tested design. Moreover, castle lock to be provided in the OVCB to be offered for mechanical interlock purpose.

As per Tender Specification. However, it could be taken into consideration and finalized during detailed design/drawing approval stage.

140

SPECIFICATION OF 36 KV PCVCB

SPECIFICATION OF 36 KV OUTDOOR TYPE PORCELAIN CLAD VACUUM CIRCUIT BREAKERS (PCVCB)

1.1.31.xxxi (Technical Parameters 36 KV Circuit Breakers)

TECHNICAL PARAMETERS 36 KV CIRCUIT BREAKERS: Endurance Class: E2, M2, C2

Endurance class of the OVCB to be offered shall be E2 without Auto-reclosing duty, M2, C2.

Acceptable

141 Vol-III, Section 1 (Technical Specifications)

TECHNICAL SPECIFICATION FOR 11 KV, VCB SWITCHGEAR PANELS - INDOOR

1.6.2 (Enclosure Degree of Protection)

Enclosure degree of protection should be minimum IP 42 for High Voltage compartment and IP 22 for Low Voltage compartment

For indoor Application we request you to consider IP 4X for Enclosure and IP 2X between compartment.

Amended as -" Enclosure degree of protection should be minimum IP 4X for High Voltage compartment and IP 2X for Low Voltage compartment."

Sl No 21

Technical specification of Power Transformer

142

Volume-III/Section-1: Scope of work &Technical Specifications

Specification for 33/11 KV Power Transformer

10.7.1.2 & 2.1.20.ii

Tap range : + 6 to -12 % with OLTC & RTCC Panel & Offckt tap changer

Both clauses are contradicting each other. Kindly confirm actual requirement.

Please refer Sl No. 19 & 20 of Clause 2.1, General technical Parameters of Power Transformers and requirements against Tap changer which is clearly mentioned. 5 & 10 MVA PTR shall be with onload Tap changer and associated RTCC panel with tap changer range as per 2.1.20 i. Similarly, 2.5 MVA PTR shall be with Off Load Tap changer with tap changer range as per 2.1.20.ii. Clause 10.7.1 is also in line with that

Page 59: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

specifying the tap range for On load and off load tap changer. There shall not be any confusion while co-relating each other.

143

Volume-III/Section-1: Scope of work &Technical Specifications

Specification for 33/11 KV Power Transformer

27 & 9.4.2 Flux density : 1.55 T Both clauses are contradicting each other. Kindly confirm actual requirement.

As per Tender specification. Both clauses specifying different requirement. The value in Clause 9.4.2 is for normal voltage and frequency.

Additional

144 BOQ Schedule-4 for Lot-1,2,4

Cable Termination works

Installation rates for Control cable & HT/LT Power Cables.

We have not found any HT, LT & Control cable installation and termination items in schedule-4. Kindly suggest where to include these items.

There will not be any separate BOQ item. The same should be inclusive in the cost of erection testing commissioning of the individual items ( e.g, VCB, CTs, PTs, Iso, PTs, PTRs etc) wherever and HT LT , Control cable termination required.

145 BOQ Schedule-4 for Lot-1,2,4

BOQ Schedule-2-89.10

Schedule-2,GI Lattice Structure for 33/11kV Switchyard (Incomer and Bus Gantry) as per Technical Specifications.-12 MT & Boq-Schedule-4-i) Incoming Tower -No-2, ii) Main Bus Tower-No-6

As per supply schedule- 1 & 2, Items UOM is mentioned as "MT" & Whereas per Schedule-4, the same is mentioned in "Nos". Kindly confirm.

In Schedule 2, it is as per supply requirement hence in MT. But Schedule 4(Erection), it is in two parts. Civil Foundations for tower in ‘No’ and Erection of Structures in ‘MT’

146 Vol-III, Section 1 (Technical Specifications)

Technical Specification for 11 KV, VCB Switchgear Panels – INDOOR (Type Test Reports)

1.28 (Type test Requirement for 11 KV indoor VCB panel)

Type Test older than 5 years not acceptable

We would like to inform that as per IEC repeatition of Type Test is only required when there is a change in current design or the change in primary current carrying path is done. Also as per the recently issued guideline by CEA on May 2020 Validity period of type tests conducted on the equipment i.e. the period for which Type Test Reports (TTRs) shall remain valid and acceptable to user/ utility provided no major change has been introduced in the basic design/technology/material/ mechanical construction/ functionalities of the equipment/ performance characteristic/ manufacturing

The Validity of Type Test as specified under " Guidelines for the validity period of type test(s) conducted on major Electrical Equipments in Power Transmission by Power System Engineering and Technology Development, Central electricity authority (CEA), Govt of India, MoP, New Delhi dtd May'2020 will be accepted for consideration.

Page 60: d o r í Z } v } Z µ ] } ( W r ] D ] v P Z o } v í ì r ì ò ...€¦ · z } v } z µ ] } ( w r ] d ] v p z o } v í ì r ì ò r î ì î ì p ] v d v p o } ] w l p e/d z ( x

process of the equipment For MV Switchgear the periodicity of Validity of Type test reports shall be 10 years as on the last date of submission of the bid. Attached Guidelines as Annexure to this letter. Hence request you to accept the same.

147 Vol-III, Section 1 (Technical Specifications)

Scope of Work Clause No.7.0

The Contractor should be in possession of a valid E.H.V. Electrical License issued by the competent authority as per the provision of Law

Confirm whether EHV license is required or not as the Scope consists works upto 33 KV level.

Please refer Addendum Sl No.46

Sd/- Chief Project Manager (PIU)

2nd Floor, Bijulee Bhawan APDCL, Guwahati-1