Upload
zack-raj
View
218
Download
0
Embed Size (px)
Citation preview
8/9/2019 Changed Amendment and Extension Letter
1/16
Tamil Nadu Transmission Corporation Ltd.
From. To.
S. Akshaya Kumar, B.E.M.B.A, All the Pre-bid Tenderers.
Director/Transmission Projects144, Anna salai
Chennai- 600 002
Lr.No.Dir/TP/SE/TR-II/EE/400KV /A3/F.T-1599 /D.84 /10,dt. 20. 8.2010
Sirs,
Sub: Tender Specification No.T-1599 - Procurement of 129
Kms of 230KV, 1x1200 sq.mm Aluminium XLPE cable and
accessories, Laying of cable and Erection of joints and
terminations under Turnkey Modifications in BQR and
other Technical ClarificationsReg**********
The modifications in the BQR , extension of due date of
opening of the Tender and other clarifications to the Pre-bid queries are
enclosed in the annexure.
Yours faithfully,
Director/Transmission Projects.
8/9/2019 Changed Amendment and Extension Letter
2/16
Tender specification No. T- 1599
The modified Bid Qualification Requirement shall be as follows:
`The bidder shall become eligible to bid on satisfying the following BQR. The
Bidder shall produce required documentary evidence in support of fulfillment of
BQR along with the tender.
1.1.1 The bidder should be a manufacturer of 220 kV or above Voltage grade
XLPE cable. The manufacturer should have minimum 2 years experience in
manufacturing 220 kV or above Voltage grade XLPE cable.
1.1.2 The bidder should have successfully supplied and laid atleast 8Kms of 220
kV or higher Voltage grade XLPE cable which should be in successful operation
for a minimum period of two years. The cable should have been supplied by the
same source from where bidder is proposing to supply the tendered cable.
Necessary documentary evidence such as copy of purchase order and
performance certificate shall be furnished along with the offer.
1.1.3 The Bidder or his Sub-vendor should have designed, manufactured, tested
and supplied 220kV or above Voltage cable accessories (i.e. joints and
terminations) which should have been erected, commissioned and in successful
operation for more than two years. Necessary documentary evidence and end
user certificate for the same should be furnished with the offer.
1.1.4 The bidder shall submit Type test reports as per IEC 62067/ 2001 for
220KV or higher Voltage grade of 1200 sq.mm or above size XLPE cable and
accessories obtained from any of the following test laboratories.
1. CPRI, Bangalore2. KEMA, Holland3. EDF, France4. Hydro Qubec, Canada5. CESI, Italy
8/9/2019 Changed Amendment and Extension Letter
3/16
6. IPH, Germany7. CRIEPI, Japan8. STRI, Sweden
The type tests should have been conducted on the cable manufactured at the
same source/unit from where the bidder is proposing to supply the tendered
cable.
The type tests should have been conducted within 5 years prior to the date of
opening of techno commercial bid. Separate Type test reports for cable and
accessories are acceptable.
In case the type test reports furnished is not for the quoted cable but for the
cable with higher voltage class and/or higher conductor size, then type test
reports shall be furnished for the quoted cable before offer of inspection of the
cable.
1.1.5 End user certificate is to be produced for the above quantity of cable and
accessories claimed to have been manufactured and supplied in the past along
with the corresponding copy of purchase order placed by the end user, along
with relevant English translation wherever such documents are not in English,
attested by the Indian High Commissioner / Ambassador of the respective
country where the manufacturing is done. In case of local manufacturers the
same should be got attested by Notary Public or Commissioner of Oaths. Before
price bid opening, such of the original Purchase orders and other documents may
be referred if felt necessary to the authority who had placed the order to get the
genuineness of the claim made by the bidder verified.
1.2 Annual turnover of the Bidder shall be more than Rs.45 Crores or USD 10
Million during any one of last three financial years (i.e. 2007 - 2008, 2008-2009
and 2009-2010). The audited annual statement of Accounts for above three
financial years shall be enclosed.
8/9/2019 Changed Amendment and Extension Letter
4/16
1.3 The Bidding is also open to consortium (Maximum three Members). The
Consortium members shall individually or together meet the above mentioned
qualifying requirements. Consortium is permitted subject to the following
conditions:
1.3.1 The consortium can be formed between bidder, manufacturer of Cable,
principals, technical collaborator, manufacturer of Joints & terminations and
Contractor for erection of cable & accessories in any combination.
1.3.2 No member can be a member in more than one consortium.
1.3.3 The bid and the contract agreement between PURCHASER and Consortium
shall be signed by all members of the consortium.
1.3.4 The consortium agreement duly certified by a Notary Public in case of
Domestic Bidder and the Consulate General of India in Foreign country in case of
foreign bidder, confirming the intent of all the members to form the consortium
should be submitted along with the Bid. It should also distinctly show the
financial participation of each member of the consortium, scope of work and
responsibilities of each member with regard to planning, execution and
performance of the work under the entire scope of contract between Purchaser
and Consortium.
1.3.5 The signatory of the consortium agreement shall be only those holding
valid power of attorney. A certified copy by the company secretary to the
respective members of the consortium shall be attached as evidence for
authentication.
1.3.6 Any one member of the consortium shall be nominated as leader of the
consortium with proper authorization submitting a power of attorney signed by
legally authorised signatories of all the members of consortium.
8/9/2019 Changed Amendment and Extension Letter
5/16
1.3.7 The leader of the consortium shall abide by the general terms and
conditions specified by the purchaser or his authorised representatives.
1.3.8 The leader of the consortium shall be the only one who will be authorised
to receive the instructions for and on behalf of the consortium. The leader of the
consortium is primarily responsible for the total execution of the contract including
all contractual obligations and receipt of the payment due in accordance with the
provision of the contract.
1.3.9 All the members of the consortium shall be liable jointly and severally for the
execution of the contract in accordance with the terms and conditions of the
contract and a statement to this effect shall be included in the consortium
agreement as well as in the contract document. All the consortium partners are
severely and jointly responsible for everything i.e design, manufacture and supply
of cable, quality of the cable and accessories, erection etc.
1.3.10 There shall be no conditional offer in the consortium agreement with
regard to this Project.
1.3.11 The consortium formed for the purpose of this Project shall be valid till
completion of the performance guarantee period.
1.3.12 The following information shall be provided along with the Bid.
(a) Experience list of the consortium members and at least one end
user certificate in respect of 1.1.1, 1.1.2 and 1.1.3 which satisfy the Bid
Qualification Requirements specified.
(b) Consortium agreement.
THE OFFER OF BIDDERS NOT SATISFYING THE ABOVE BID QUALIFICATION
REQUIREMENTS WILL BE SUMMARILY REJECTED.
8/9/2019 Changed Amendment and Extension Letter
6/16
8/9/2019 Changed Amendment and Extension Letter
7/16
Sl.No. Query Reply
1.M/s. BGR Energy SystemsSection II Clause .1.1.4 & Section- VI Clause 3.0, Thelatest standard for type test is IEC 62067, Version 2006-03,which is in force. Please confirm that as per your tendercondition, the latest IEC shall govern for all qualificationrequirements.
The latest version of IEC is also accep
2 Section III Clause 8.1 We would request you to consideredEarnest Money Deposit as a Bank Guarantee instead of Demand
Draft / Pay order.
EMD through Bank Guarantee is not a
3 Section III Clause 13.1.1, We request you to consider priceVariation Clause allowing variation price on the main item EHVCables, instead of calling for FIRM prices. Given the hugevolatile in the commodities prices, there could be significantvariation in the prices which could even be beneficial to TNEB.For similar projects, other State Utilities like Delhi TRANSCO, APTRANSCO etc., have floated EHV cable tenders with pricevariation clause.
Price variation Clause is not acceptab
4 Section III - Clause 13.3.1, 13.3.2, 13.3.3 Request you toconfirm whether this project is having status of Mega PowerProject, which would allow us to claim Deemed Export benefitsuch as concessional rate of excise duty, etc, Please alsoconfirm whether you would issue Project Authority Certificate(PAC) to avail the concession.
This is not a Mega Power Project.
5 Section III, Clause 22 Please confirm whetherTANTRANSCO will place two separate orders for the abovecontract viz supply contract and services contract.
Single contract will be issued. Howevschedules available for supply and ere
6 Section III, Clause -19.2 and Annexure A, Tender form Para3, Please clarify whether validity of the bid should be consideredas 180 days or 240 days.
Validity is 180 days only.
7 Section-VI Clause Specification No.CAB/1- Cl.1 Pleasefurnish us the proposed Route map for scheme 1 & II the carryout the rout survey.
Route map already furnished in the s
8 Section-VI Clause Specification No.CAB/3- Cl.2.B.4 Pleasefurnish the breakup details for the following types of Indoorterminations.
Dry plug in type only required. Detailschedule.
8/9/2019 Changed Amendment and Extension Letter
8/16
1. Dry plug in Type, 2 Wet type.
9 Section-VI Clause Specification No.CAB/3-Cl.2.B.11 &CAB/12Item No.12- Please furnish us the specification of Optic FibreCable and Joints with number of Fibre counts.
Specification is being enclosed.
10 Section-VI Clause Specification No.CAB/3-Cl.2.B.10 &CAB/12Item No.11- Please furnish us the specification of SheathBonding cable.
Specification is being enclosed
11 Section-VI Clause Specification No.CAB/3-Cl.2.C- The list ofessential spares does not include any quantity of 230KV 1200sq. mm cable. Please consider to include 1 Km of 230KV 1200sq. mm cables in the list of essential spares.
Spare quantity of cable is not require
12 Section VI Specification No.CAB / 5 Cl.1.7 In view of theurgency to complete the shipments within the required time therequired time limit of 9 months, it is requested that.
1)
Where the Engineer has carried out the inspection, hemay issue `No objection certificate at the end of theinspection.
2) Where the test reports will be submitted to the Engineerfor approval, he may issue the `No objection certificatewithin 5 working days.
No changes in inspection clause.
13 Section VI Specification No.CAB/3, Cl.1.B.2.2. CAB/12 items 2&3, CAB/7, Cl.4.1, & CAB/18, Cl.3.1
a) Cl.2.B.2 states quantity of Sheath separation Kits as 47 Nos,whereas CAB/12 item 3 states the quantity of this item as 42
Nos. Please clarify the correct quantity of sheath separation kits.b) Quantities of straight Through and Insulated (SheathSeparation) joints have been specified on the basis of cabledelivery length of ~400 425 meters. Within the weight limit of
a) Sheath separation kit required is 4b) length of cable to be supplied is asdrum lengthsc) The joints may be quoted as per threquirement.
8/9/2019 Changed Amendment and Extension Letter
9/16
15 MT per cable drum specified in CAB / 7 Cl.4.1, it may bepossible to provide longer delivery lengths which may bringdown the number of joints.c) Please advise whether the bidders can quote for optimum
number of joints or have to quote for the quantities as perCAB/12 items. 2 & 3.
14 Section VI Specification CAB/18, Cl.4.2.1 In IEC: 62067-2006 standard there is no requirement of insulation thickness. Itonly specifies the tests which the cable has to pass, and leavesthe insulation thickness to be decided by the cablemanufacturer. Therefore, TNEB may allow the cablemanufacturers to design the cables using insulation thickness tofulfill the testing criteria specified in IEC: 62067 2006standard.
The mean value of insulation wall thicthan 25 mm.
15 Section VI Specification CAB/18, Cl.4.5 It is standardpractice to design Metallic sheaths by a combination ofunderlying copper wires and overlying Lead sheath to guaranteeflow of single phase short circuit current.
The advantage of this construction is lighter cable withlonger delivery lengths, which helps in field handling as well asreducing the number of joints. Please confirm that the metallicsheath can be designed with underlying Copper wires andoverlying Lead sheath to guarantee the flow of single phaseshort circuit current.
Acceptable
16 Section VI Specification No.CAB/18, Cl.4.6 & Cl.8.1 HDPEmaterial is not compatible with the flammability test
requirement. Hence the Flammability test on complete cableasked in Cl.8.1 will not be applicable, please clarify.
Accepted
8/9/2019 Changed Amendment and Extension Letter
10/16
17 Section VI Specification No.CAB/18, Cl.9.1 The toleranceon total quantity cannot be more than tolerance on individuallengths, we presume there a typographical error and to be readas: Manufacturing tolerance of 1% on each drum length
subject to a maximum of +0.5% on the total approved lengthof the cable will be permitted. Please clarify.
As per specification.
18 Section VI Specification No.CAB/18, Cl.11 inland transit (allrisk) Insurance The time limit of 30 days for replacement oflost or damaged goods within 30 days is not practicable forimported items. Hence we would request you to consider thetime limit upto 120 days instead of 30 days for imported items.
As per specification.
19 Section VI Specification No.CAB 18/Cl.14.0.B) This testrequires AC voltage source to carry out the AC High Voltagetest. Please confirm whether TNEB will provide the AC voltagesource for carrying out the AC High Voltage test at free of costor not. If not. Please indicate the cost for providing the ACvoltage source.
AC power supply will be provided at a
20 Section VI Specification No.CAB/18, Cl.15.1.2.1.3 Requestsfor long term test certificates to be submitted along with thetender. This special test which is also called pre qualificationtest is an essential requirement of IEC 62067. Please clarifywhether it is essential to submit this certificate and this wouldbe considered for the purpose of evaluation of the bid.
P.Q. test will not be considered for ev
1.M/s. LS Cable,KoreaBQR- a) Requested changes in BQR Clauses 1.1.2,1.1.3,1.1.4,1.1.5a,1.1.5b,1.2 & 1.3.1.b) Also requested to include new clause as the bidder should
have manufactured & supplied 100 Kms of 220kV cable in anycontinuous 12 months during last 5 years.
Please refer revised BQR for changes
2. Cl.7.0, Delivery- Suggested changes in delivery clause. No change in the delivery clause.
8/9/2019 Changed Amendment and Extension Letter
11/16
3. Cl.15.1.2.1.3 and 1.3- Requested to confirm Long term testreport to be submitted as per IEC 62061/2001.
Test reports of Long term test shall b
1.M/s. NexansPre qualification test for the cable system to be insisted. Pre qualification test is being incorpo
specification.2. Cl. 5.5.1.1 and 5.2.1- Cable accessories Requested to include
both Silicon and EPDM Rubber premoulded block.Accepted
1.M/s. Rahul CablesChanges requested in BQR clauses 1.1.2, 1.3 and 1.3.4 Please refer revised BQR.
2. CAB 18, Cl. 1.1- Requested to accept Type test of 1000 Sq mmCopper cable and also to accept Copper cable instead ofAluminium cable.
The requirement is 1200 Sq mm Alumsheathed cable only.
1.M/s. CCIRequested to make changes in BQR Cl. 1.1.2 Please refer revised BQR.
2. Section IV- Cl. 12.2 & Cl. 15 and CAB 4 Please Confirm allsupply items are to be supplied to TNEB Stores and the samewould be issued/drawn from TNEB Stores at the time oferection. Confirm whether the insurance to be taken fromsupply of items.
Since this a turnkey contract, the confor storage of supply items at site at insurance shall be taken till the cablecommissioned.
3. GCC Cl. 36.3- Clarify that this is applicable for erection works.The supply payment shall be as per quantity approved. Kindlyconfirm.
As per specifications.
4. Tech. Specification Section VI, Cl. 2.0- a) The detailedspecification of the Optic fibre cable has not been furnished.b) 230kV Sheath separation kits has been mentioned as 47 Nos
whereas in CAB/12 it is 42 Nos. There are no suppliers of 230kVSheath separation kits and hence we recommend insulatedstraight through joints.c) Give us the detailed specification for testing kits and alsoconfirm equivalent makes can be offered.
a) Specification enclosed
b) The quantity of sheath separation
c) Specification enclosed.
8/9/2019 Changed Amendment and Extension Letter
12/16
5. Schedule- CAB/10(C)- Kindly give us the detailed BOQ forinstallation of 230kV cable.
Lumpsum price for laying of cable pe
6. Schedule- CAB/18- Clause7.0 Table-3 has not been given inthe document.
In schedule- CAB/18, under Cl. 7.0, tmay be deleted.
7. Schedule- CAB/18- Clause 8.1- Specifies Flammability test oncomplete cable. Since the outer sheath is HDPE this test is notapplicable. Please delete this requirement.
Accepted.
M/s. Vijai Electricals Ltd.Tender opening due date to be extended by 4 weeks. The due date is extended upto 15.9.2
M/s. Larsen & Toubro Ltd.Requested to accept Joint Deed of Undertaking instead ofconsortium.
Joint Deed of Undertaking is not acce
1.
M/s.Universal Cables
Requested changes in BQR Clauses 1.1.1&1.1.2 Refer revised BQR.2. Tech. specifidation CAB/3 & CAB/12- Please specify the correct
quantity of Sheath separation kit.The correct quantity of Sheath separ
3. Schedule- CAB/10(C)- Please provide the detailed BOQspecifying the break-up of cable laying in Soft soil, Hard rock,Road crossing, Railway crossing and Bridge crossing.
Lumpsum price for laying of cable peThe BOQ for cable laying work will be
4. Tech. specification CAB/18,Cl.4.5- Please advise whether copperscreen can be provided to enhance the short circuit rating ofLead sheath.
Copper screen can be provided.
5. Tech. specification CAB/18,Cl 4.2.2.3- Can we follow IEC- 60840
for Shrinkage test requirements?
Relevant IEC may be followed.
6. Tech. specification CAB/18,Cl.4.6.2.2- Please advise whethertest temp. is 902 C or 100 5 C
As per specification
8/9/2019 Changed Amendment and Extension Letter
13/16
7. Tech. specification CAB/18,Cl.6.2.1- Please advise whether testcylinder is 20(D+d)+5% or 25(D+d)+5%
As per specification.
8. Tech. specification CAB/18,Cl.6.5.3- Please advise whether Test
voltage is 30kV DC or 20 kV DC.
As per specification.
9. Requested to extend due date for bid submission by 4 weeks. Extension of time upto 15.09.2010 co
8/9/2019 Changed Amendment and Extension Letter
14/16
Amendment to Technical specification.
Specification No. CAB/3
8.3.1 Pre-Qualification TestThe Vendors shall furnish Pre-Qualification test certificates as per IEC62067/2001 along with the Bid.
In respect of those who do not satisfy the requirement. The Test shall beconducted on the cable, if they are the successful tenderer.
Bank Guarantee for an amount of 5% of the order value shall be furnishedand it will be retained till the above tests are conducted at any one of thelabs indicated in para-1.1.4 of Bid Qualification Requirements, testcertificates produced by the vendor and approved by the purchaser.
8/9/2019 Changed Amendment and Extension Letter
15/16
Specification for Sheath bonding cable:
The sheath bonding cable shall be as detailed below:
6.35/11KV (Unearthed) single core, 240sq.mm HDPE cableconsisting of compact, circular, Flexible plain annealed copper conductor,HDPE insulated and black PVC outer sheath. The outer sheath should beprovided with extruded conductive layer on the outer surface.
Insulation shall be extruded by single head extrusion process, withabsence of voids, contaminants and moisture content.
The conductor shall be of Flexible plain annealed copper wiresconforming IEC.60228 (CLASS-6). The shape of conductor shall becompact circular.
8/9/2019 Changed Amendment and Extension Letter
16/16
Corrigendum
Tender Specification No.T-1599 - Procurement of 129 Kms of 230KV,
1x1200 sq.mm Aluminium XLPE cable and accessories, Laying of cable
and Erection of joints and terminations under Turnkey Basis.
**********
The due date for Tender opening has been extended upto 15.9.2010.