€¦ · xls file · web view2014-09-29 · 118. 119. 120. 121. 122. 123. 124. 125. 126. 127. 128....
TRANSCRIPT
Queries on Pakage-II
Sl. No. Clause/Item No. Page No. Description Pre-Bid Queries REPLY
1 223 to 225 of 340
2 Refer revised Price Schedule
3
1. Scope of Supply of Plant and Services:
(Package-II)
Scope of the Work: Package - IILot- 1:ix. Complete SCADA-DMS for Berhampur, Chhatrapur & Gopalpur.
OTPCL is requested to release detailed Scope of work document (in line with Scope of Work Document E1 as given in OTPCL`s PNP tender) alongwith configuration diagram covering each of item alongwith their quantity at different locations, defining the locations, interfacing of different locations etc.to understand in detail about requirement and for working-out competitive and clear Techno-commercial Proposal.
Refer Revised SCADA technical spec.and SLD annexure-1
Schedules of Rates and Prices
62 of 340&90,91 & 92 of 340
PACKAGE-II (LOT-1) : Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Annexure-1) : 1.11:Supply of RTU & Accessories with SCADA Compatibility: 4 Set&PACKAGE-II (LOT-1) : Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Annexure-5) : SCADA-DMS
OTPCL is requested to release detailed Price schedule document (in line with Price schedule under OTPCLs PNP tender) covering components as item wise with clarified quantity for each of item for working-out competitive and clear techno-Commercial Proposal.
Clause No. 1.1(Second Para)
1 of 36 of SCADA-DMS Technical Specification
Automating Berhampur, Chatrapur & Narendrapur
OTPCL is requested to clarify about the exact locations. Bidder would like to get clarification on to whether Narendrapur & Gopalpur are same. Because in some other documents, Gopalpur was mentioned?
Ref technical spec,narendrapur and Gopalpur are two separate locations.ref
SLD annexure-1
4
5
6 As per Bidder`s understanding, this shall be Figure 1. Refer revised spec
7 Figure 13 As per Bidder`s understanding, this shall be Figure 2. Refer revised spec
8 Figure 14 As per Bidder`s understanding, this shall be Figure 3. Refer revised spec
Clause No. 1.2 Objective(Point 1)
2 of 36 of SCADA-DMS Technical Specification
To acquire real time data from 4 Nos. of 132 kV stations, and 19 Nos. of existing and proposed downstream 33 kV stations at the Area Control Centre situated at Autonagar 132 kV station.
a) Bidder would like to know this count of 23 stations are for which city? (Berhampur, Chatrapur , Narendrapur &/or Gopalpur )b) The functional requirements of SCADA system required at Autonagar to be elaborated in terms of features / configuration diagram / server details etc.
a) Berhampur City->One existing 132/33kV Grid at Ambagada,>One proposed 132/33 kV Grid at Autonagar,>One existing 220/132/33kV substation at Narendrapur.>16 nos 33/33kV substation under berhampur city Chatrapur city->one 132/33kV grid at Chatrapur>One existing 33/11kV substation at Chatrapur>one proposed 33/11kV substation at Lingipur Gopalpur City> one proposed 33/11kV substation at gopalpurb)Refer revised technical spec.
Clause No. 1.4 Architecture
(Point 4)
3 of 36 of SCADA-DMS Technical Specification
The SCADA system shall handle all points covering the proposed 17 locations and shall be scalable as detailed.
This is contradicting with earlier 23 locations. Bidder would like to get clarification about exact nos. of locations alongwith detailed configuration diagram applicable for SCADA-DMS for this particular Tender.
Refer revised tech spec,There will be 19 nos of 33/11kV s/s and 4 Grid s/s ,total
23 substations for SCADA.Refer annexure-1 of SCADA specification
Clause No. 1.5.5 Communication Subsystem for
Distribution System SCADA(Point 3)
9 of 36 of SCADA-DMS Technical Specification
The above categories of WAN are depicted in the Figure 12.
11 of 36 of SCADA-DMS Technical Specification
13 of 36 of SCADA-DMS Technical Specification
9
10 Table 28 & 29
11 Figure 14 As per Bidder`s understanding, this shall be Figure 4. Refer revised spec
12 Clause 2
13
14 Clause 2.2.8 As per price schedule
13 of 36 of SCADA-DMS Technical Specification
This figure is proposed OFC cable network for SCADA. But it is connecting Berhampur, Gopalpur, Chatrapur & Narendrapur grids. Bidder would like to get clarification?
The OFC network would connect all the 23 substation along with 5 nos 33kV RMUs,351 nos 11kV RMUs,102 nos
CSS,refere revised Spec
Clause No. 1.15 BoM for SCADA
23 of 36 of SCADA-DMS Technical Specification
(i) As per Bidder`s understanding,, this shall be Table 1 & 2.(ii) Bidder`s request OTPCL to quantity of each item listed in the table. (iii) Bidder`s request OTPCL to provide I/O count for each of required RTU at various location applicable for this Tender.
i) and ii) -Refer revised tech speciii) I/O points are given in revised Tech
Spec
25 of 36 of SCADA-DMS Technical Specification
24 of 36 of SCADA-DMS Technical Specification
Distribution Management System (DMS) for Berhampur &Chhatrapur:
Bidder`s request OTPCL to spell about Distribution Management System (DMS) for Gopalpur &/or Narendrapur?
Gopalpur and Narendrapur two different places for DMS
2.3. BoM for DMS at Berhampur &
Chatrapur
35 of 36 of SCADA-DMS Technical Specification36 of 36 of SCADA-DMS Technical Specification
1) OTPCL is requested to quantify FO cable.2) Minimum 12 fiber cable asked in page 12 of 36. 8 fiber is envisaged in this BOM. Please clarify.3) cat i) ii) iii) RTUs indicated but no details available. Please provide detailed specification regarding CATi, CATii, CATiii4) Quantities of SCADA servers and peripherals not indicated please quantify.5) What about Gopalpur & Narendrapur?6) Armoured FO cable has been mentioned and as per clause 1.5.6 no armour is envisaged. Please clarify.
1. Ref revised BoQ.2.12 and 8 fiber Cable.3. As per standard design.4. Refer revised Tech Spec5. Qestion not clear.6. FO cable should be Unarmoured.
SCADA-DMS Technical Specification
Quantities of Cat i), ii) & iii) mini RTUs is not matching
No. of Cat i), ii) & iii) mini RTUs as per Annexure-5 price schedule is 157, 94,10 whereas clause 2.2.8 of SCADA DMS specification indictes lesser/contradicting quantity. Please clarify.
15 Clause 1.5.5 Refer SL No-4
16 Clause 2.2.8 OFC only
17 Clause 1.3 Understanding of Existing System Ref revised BoQ
18 Clause 2.1 General
19 Figure-4 SCADA / DMS control room As per revised tech spec
20 Clause 2.2.8 As per Revised Price schedule
SCADA-DMS Technical Specification
Please confirm at 24 S/s (i.e 4 Nos of 132/33KV S/s & 19 Nos of 33/11KV S/s), the bidder shall supply a) STM based OFC network and b) 2G/3G based GPRS modems.
SCADA-DMS Technical Specification
Please let us know how Cat i), ii) & iii) mini RTUs are connected to SCADA DMS? Is it through OFC cable network only as per 2.2.8
3 of 36 of SCADA-DMS Technical Specification
Please clarify that bidder need not supply any RTUs at 4 Nos of 132/33KV S/s?
24 of 36 of SCADA-DMS Technical Specification
a) Please clarify that SCADA DMS control centers are required at Berhampur & Chatrapur only? b) No connectivity between these two SCADA DMS control centers in terms of physical layer and functional requirements?c) No other place SCADA system is required?
a) SCADA-DMS control center at Autonagar only.
25 of 36 of SCADA-DMS Technical Specification
Bidder understands that LVS indicated in this Figure is to draw better understanding of SCADA / DMS control room and no LVS needs to be supplied in the present tender scope by bidder. Please clarify.
30 of 36 of SCADA-DMS Technical Specification
Please clarify why UG cable requirements of 300 & 200 sqmm are given under this clause dealing with SCADA / DMS system. Please confirm that no UG cable to be supplied under SCADA / DMS scope.
21 50 of 340 LOT-I : 11 : SCADA-DMS Equipment Tender document stands
22 50 of 340
23 62 of 340 Refer revised tech spec,
24 90 of 340 Refer revised tech spec,
25 90 of 340 Refer revised tech spec,
26 90 of 340 Refer revised tech spec,
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-II,
Section 3 - Evaluation and
Qualification Criteria (EQC) Clause No.
2.6
Bidder would like to submit following for kind considerations:Bidder has supplied SCADA & Electrical control systems for power plants, both utility and captive power plants.Bidder's reference list for Electrical controls & SCADA systems are attached.Based on the experience gained in the already executed projects, bidder has adequate expertise to handle the requirements of SCADA/DMS system involved in the subject tender.Bidder would further like to submit that bidder is already qualified for SCADA for OPTCL Tender document No. OPTCL/PNP-15/(Package-3)/03.In view of this, bidder request OTPCL to consider bidder for SCADA-DMS equipment for the subject tender.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-II,
Section 3 - Evaluation and
Qualification Criteria (EQC) Clause No.
2.6
2.6 Subcontractors /manufacturers: Subcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item. Failure to comply with this requirement will result in rejection of the subcontractor/ manufacturer.LOT-111) : SCADA-DMS equipment : Minimum Criteria to be met : Major items (identified) should have been supplied at least 25% of the total BOQ quantity during last three financial years.
(A) Bidder would like to submit that SCADA-DMS is a system/package and not a single equipment/item. This system need to be supplied as an integral solution utilizing components (including RTUs, DTCs, Telecom communication like SDH, STM, SCADA Servers, Ethernet switches, SCADA-DMS Softwares, Optic fibre cables etc.) normally manufactured by multiple/different vendors. Hence the present tender requirement of a single manufacturer meeting the PQ (Pre-Qualification) requirement is not feasible. Bidder request purchaser OPTCL to provide vendor list for SCADA-DMS Package indicating the acceptable vendor of the system. As indicated above, we once again request inclusion of BHEL as vendor for SCADA-DMS Package.(B) In view of the above, we request OPTCL to delete SCADA-DMS from Clause No. 2.6, LOT-1 11).
No vendor list for SCADA-DMS in OPTCL at present
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-II, 50
of 340, Price Schedules -
Package-II (Lot-1) Schedule No. -2 of
Annexure-1Sl. No. 1.11
1.11 : Supply of RTU & Accessories with SCADA Compatibility - 04 Sets
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed technical specification alongwith detail BOM (Bill of Material) for each set against this requirement. OTPCL is requested to provide further details.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-II, Price Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.1
5.1 : Supply of materials for installation of Remote Terminal Units
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed specification alongwith System configuration, SLDs, I/O and other details for RTUs under SCADA/DMS scope. OTPCL is requested to provide further details.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-II, Price Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.2
5.2 : Supply of materials for installation of Interfaces Optical and digital Unmanaged
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed specification regarding requirement of Interfaces Optical and digital Unmanaged.OTPCL is requested to provide further details.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.3
5.3 : Supply of materials for installation of SCADA and database functions for Autonagar (redundancy built)
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed specification regarding requirement of Supply of materials for installation of SCADA and database functions for Autonagar (redundancy built). OTPCL is requested to provide further details.
27 90 of 340 Refer revised tech spec,
28 90 of 340 Refer revised tech spec,
29 95 of 340 Bidder,Scope
30 90 & 91 of 340 Refer revised tech spec,
31 91 of 340 Refer revised tech spec,
32 91 of 340 Refer revised tech spec,
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.4
5.4 : Supply of materials for laying of Cables and other associated hardware
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about followings:(i) Please provide detailed requirements regarding materials for laying of cables & other associated hardware.(ii) Please confirm that the cables are part of schedule No. -2 of Annexure-5 and materials for laying are related with only for the specified cables appearing under Annexure-5
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.6
5.6 : Supply of materials for Integration to Master SCADA system
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about followings:(i) Please provide detailed specification (alongwith inputs like PROTOCOL. Locations, terminal points of SCADA-DMS) w.r.t MASTER SCADA regarding requirement of integration of SCADA-DMS with MASTER SCADA System.(ii) Please furnish details of MASTER SCADA System.(iii) Please confirm that cables for interface/integration of SCADA-DMS with MASTER SCADA System is covered under Schedule of Annexure-5(iv) Please confirm that MASTER SCADA System is not in Bidders Scope under subject tender package.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.7
5.7 : Supply of materials for Control room, furniture and fixtures
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about list of items required under specified materials for Control room, furniture and fixtures
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.8 / 5.8.1/
5.8.2/5.8.3/5.8.4/5.8.5
5.8 : Supply of materials for SCADA-DMS Communication Equipment5.8.1 : Supply of materials for SDH Base OLT Equipment with 2xCentral processing Cards, Distributed dual power Supply5.8.2 : Supply of materials for Agg. Cards with 2x STM1, 2x E1 and 4 FE ports5.8.3 : Supply of materials for STM-1 SFP5.8.4 : Supply of materials for DDF5.8.5 : Supply of materials for Ethernet DDF
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about technical specification and required quantity/BOM for SCADA-DMS Communication Equipment like SDH Base OLT Equipment with Central processing Cards, Agg. Cards with STM1,STM-1 SFP, DDF, Ethernet DDF, NMS etc.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.11/ 5.15.3
5.15.3 : Supply of materials for Laying of duct and OFC along with UG power cable
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about specifications for requirement of materials for Laying of duct and OFC along with UG power cable. OTPCL is requested further to elaborate the requirement.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.11/ 5.15.4
5.15.4 : Supply of materials for Laying of duct and OFC as standalone as per BSNL specs
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about `` standalone laying of OFC `` i.e specifying the method (i.e through Electrical lines / independent poles / underground etc.). OTPCL is requested to further elaborate the requirement.
33 92 & 93 of 340 Refer revised tech spec,
34 93 of 340 Refer revised tech spec,
35 93 of 340 Refer revised tech spec,
36 93 of 340 Refer revised tech spec,
37 External flange mounted tap changer will be provided. Ok
38 General 33/11kV GIS Substation
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No.
5.13/5.13.1/5.13.2/5.13.3
5.13 :Supply of materials for Supply of materials for Mini RTUs in Micro SCADA-DMS equipment5.13.1 :Supply of materials for Cat i for DTCs5.13.2 :Supply of materials for Cat ii for RMU5.5.13.3 :Supply of materials for Cat iii for S/S
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about followings:Detailed specifications regarding materials for Mini RTUs in Micro SCADA-DMS equipment like Cat i for DTCs, Cat ii for RMU5, Cat iii for S/S etc.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.14/5.14.1
5.14 :Supply of materials for SCADA Equipment (Servers, GPS, o/p console printers etc.)5.14.1 :Supply of materials for and Installation of SCADA Equipment (Servers, GPS, o/p console printers etc.)
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about specification including quantity required related to Server / GPS / o/p Console / printers as well as other materials details required for installation of the same. OTPCL is requested to elaborate the requirement by specifying specification and quantity of each of items.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.15
5.15 :Supply of materials for SCADA software
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about specification and quantity/licenses of Softwares to be covered under SCADA Software. OTPCL is requested to elaborate the requirement by specifying specification and quantity of each of software/licenses.
Tender document No. OPTCL/ADB-
OPSEAP/ 2014/Package-IIPrice Schedules - Package-II (Lot-1) Schedule No. -2 of
Annexure-5 Sl. No. 5.16
5.16 : Supply of materials for SCADA special DMS software
Technical Specification of SCADA-DMS as provided by OTPCL is not having detailed about specification and quantity/licenses of Softwares to be covered under SCADA special DMS Software. OTPCL is requested to elaborate the requirement by specifying specification and quantity of each of software/licenses.
TECHNICAL REQUIREMENTS
OF POWER TRANSFORMER
Point No.: 18
On-Load In-tank Type tap changer hanger for 8 MVA and OFF load in 3.15 and 5 MVA transformer
Please provide us the name of substation from where the following substation will be fed and also please mention connection philosophy:
1. Beherampur (OH line/Cable)2. Chattrapur (OH line/Cable)3. Gopalpur (OH line/Cable)
The name of the new GIS S/s are Municipality Kalyan Mandap at Berhampur, Lingipur at Chhatrapur. Gopalpur. One Conversion AIS to GIS at Medical College, Berhampur. The Connectivity details Cable /OH may be refered from SLD annexure-1
39 Reffer Sl. No.38
40 Civil work for control room building in bidder's scope
41 One control room in each GIS S/s
42 Please refer the uploaded spread sheet
43 Please refer the uploaded spread sheet
44 Refer S/s SLD uploaded
BOQ Lot-1 (33kV SS), Annexure-1,
Serial No.1.29
As per BOQ total number of control room building is 4
Please clarify whether number of 33/11kV GIS S/S will be as follws:1. Beherampur-2 Nos. 33kV GIS S/S2. Chattrapur - 1 Nos. 33kV GIS S/S3. Gopalpur - 1 Nos. 33kV GIS S/S
BOQ Lot-1 (33kV SS), Annexure-1,
Serial No.1.29
Please provide detail technical specification for civil work along with break up of items with quantity for civil buildings.
DRG NO .- ODSSP / SS / 1-REV-A
As per this layout drawing, two numbers control room building has been shown
Please clarify whether therewill be two numbers of GIS substation in each location
1. Beherampur-2 Nos. 33kV GIS S/S2. Chattrapur - 2 Nos. 33kV GIS S/S3. Gopalpur - 2 Nos. 33kV GIS S/S
DRG NO .- ODSSP / SS / 1-REV-A
&BOQ Lot-1 (33kV SS)
, Annexure-1
Quantity of 33kV incomer feeder is not matching
Option 1:If we consider 1 Nos. GIS/Location than total number of 33kV incomer feeder is 6 Nos.
Option 2:If we consider 2 Nos. GIS/Location than total number of 33kV incomer feeder is 12 Nos.
As per BOQ total number of 33kV incomer feeder is 10. Please clarify how this number has arrived.
DRG NO .- ODSSP / SS / 1-REV-A
&BOQ Lot-1 (33kV SS)
, Annexure-1
Quantity of 33kV outgoing feeder is not matching
Option 1:If we consider 1 Nos. GIS/Location than total number of 33kV outgoing feeder is 6 Nos.
Option 2:If we consider 2 Nos. GIS/Location than total number of 33kV incomer feeder is 12 Nos.
As per BOQ total number of 33kV outgoing feeder is 8. Please clarify how this number has arrived.
DRG NO .- ODSSP / SS / 1-REV-A
&BOQ Lot-1 (33kV SS)
, Annexure-1
As per SLD there is no buscoupler module. Please clarify in which substation this bus coupler will be used.
45 Current rating to be consider 1250A
46 All GIS S/s have one each
47
48 33kV RMU
49
50 2x500kVA AIS Ss
SOUTHCO/ SS/ SLD/ 1
As per SLD current rating of 33kV GIS is shown as 630A
As per BOQ (Lot-1) current rating of 33kV GIS is 1250A
1. Please clarify which current rating is to consider.2. Also please clarify current rating of disconnector switch.3. Current rating of bus bar.
BOQ Lot-1 (33kV SS), Annexure-1
As per BOQ total number of Station Transformer is 4 Please clarify which S/S will have how many Station Transformer.
SOUTHCO/ SS/ SLD/ 1
11kV AIS Panel:-As per SLD current rating of 11kV AIS is shown as 630A
As per BOQ (Lot-1) current rating of 11kV GIS is 1250A1. Please clarify which current rating is to consider for incomer feeder.2. Please clarify which current rating is to consider for outgoing feeder.3. Current rating of bus bar.
Southco existing substation SLD is given for ref for the bidders to have an idea of existing substation condition.However bidder has to adhere to the BoQ and
price schedule.
BOQ (Lot-1), Annexure-2
1. If total number of substation is 3, than please clarify which S/S will fed rest of the two RMUs.2. If total number of substation is 4, than please clarify which S/S will fed the 5th RMUs.
The location of RMU not as per S/s.refere annex-1 sld
BOQ (Lot-1), Annexure-2
In substation layout drawing location of 33kV RMU is not shown.
Please clarify whether we have to install these RMUs in new substation or in some other place.
The RMU to be located not at S/s.refer sld annexure-1
BOQ (Lot-1), Annexure-6
Please provide us the name of the substation where this modification has to carried out. Also please mention whether there is any connection between this substaion to new 33/11kV GIS substation.
The new AIS 33/0.4 , 2X500KVA S/s, at Water works Berhampur
51 The details are uploaded
52 The details are uploaded
53 Name of substation The details are uploaded
54 Please provide us the same. Already provided
55 5MVA off circuit tap changer
56 33kV ss renv The details are uploaded
BOQ (Lot-1), Annexure-7
Power Trf addition:-Supply of 11 kV Switch gear arrangement for Four nos. 11kV Feeder and one no Bus Cupler for 8 MVA 33/11kV S/S
As per BOQ Sl.No: 7.5, quantity of 8 MVA transformer is One (1) but total number of 11kV feeder as asked is Four (4). Please clarify.
BOQ (Lot-1), Annexure-7
Supply of 11 kV Switch gear arrangement for Two nos. 11kV Feeder and one no Bus Cupler for 5 MVA 33/11kV S/S
As per BOQ Sl.No: 7.6, quantity of 5 MVA transformer is Four (4) but total number of 11kV feeder as asked is Two (2). Please clarify.
BOQ (Lot-1), Annexure-7
Please provide us the name of the substation where this extension has be done.
BOQ (Lot-1), Annexure-7
Detail technical specification of 33kV & 11kV AIS switchgear.
BOQ (Lot-1), Annexure-7, serial
number 7.6
As per technical specification, OFF Circuit Tap changer to be provided for 5 MVA Transformer whereas as per BOQ description On Load tap changer has been asked.Please clarify.
BOQ (Lot-1), Annexure-8
Please provide us the name of 33/11 kV substation to be renovated.
57 Clause No.: 2.4. (b) Tender document stands
58 Clause No.: 2.4. (b) Tender document stands
59 E6Battery ,4 Battery As per Technical Spec.
60 Armouring of cable As per Technical Spec.
61 Armouring of cable Please confirm whether the cables will be of FRLS type. As per Technical Spec.
62 GTP Format Please provide the format of GTP as called as E21. As per Technical Spec.
The bidder must have successfully erected, tested and commissioned at least 01 nos. of 33/11 kV or higher voltage class at GIS Sub-Stations (having Transformer Capacity of 5 MVA or above) on EPC Contract / Turnkey Contract basis for any Transmission Utility during Last Five Financial Years preceding to the year of NIT.
We request you kindly to change the clause as follows:"The bidder must have successfully erected, tested and commissioned at least 01 nos. of 33/11 kV or higher voltage class at GIS Sub-Stations (having Transformer Capacity of 5 MVA or above) on EPC Contract / Turnkey Contract basis for any Transmission Utility/Industrial projects during Last Five Financial Years preceding to the year of NIT."
The bidder must have successfully laying work at least of 50KM (Route Length) of 33 kV or higher voltage class for any Transmission Utility during Last Five Financial Years preceding to the year of NIT. executed XLPE underground Cable
We request you kindly to change the clause as follows:"The bidder must have successfully laying work at least of 50KM (Route Length) of 33 kV or higher voltage class for any Transmission Utility/Industrial projects during Last Five Financial Years preceding to the year of NIT. executed XLPE underground Cable"
IS 1652 refers Plante type battery, whereas specification ask for 12V VRLA Battery. Please confirm.
E933KV & 11KV cable
Please confirm whether the cables would be of steel strip or round wire armoured type.
E933KV & 11KV cable
E933KV & 11KV cable
63 Armouring of cable As per Technical Spec.
64 E9LT Power cable PVC/XLPE As per Technical Spec.
65 E9Control Cables Armouring of cable Armoured & outer sheath PVC
66 E9Control Cables High Voltage test (Sl no 8.6) Type/ Acceptance Test will be as per the relevant IS. OK
67 E12Conductor Unit of length of the conductor. As per price schedule
68 NH crossing to be designed accordingly
E9LT Power cable and control cables
Please confirm whether the cables would be of steel strip or round wire armoured type.
Please clarify whether the LT power cables will be of PVC or XLPE type.
Please clarify whether control cables will be of armored or unarmored type. Because it is not clear from boq and specification. Also please clarify the specification of the outer sheath of control cable.
Please confirm whether the unit of the conductor is mentioned in only KM or CKT KM.
E2, Clause 1.2 (ii)Vol-II (TS) Part A
As per this clause “Road crossings will be with 13mtr height single pole GI RS Joist.”
Please note this may not applicable for road like NH crossing. We request you kindly to furnish tower structure drawing to cross NH.
69 Type test certificate Tender document stands
70 Clause 4.0 Part-A1 as specified in Tech. Spec
71 Clause 4.0Part-A1 as specified in Tech. Spec
72 Clause 5.0Part-A1 as specified in Tech. Spec
73 Minimum creepage distance 900mm as specified in Tech. Spec
74 Short circuit current 25 KA for 3 second as specified in Tech. Spec
Various chapter in TSGeneral
As we are supplying equipment/materials from approved make in TS and during detail engineering we have to submit type test certificates from getting approval from OPTCL.So we request you kindly exclude this clause wherever given for different equipment.
Width of cubicle shall be max 1000 mm . All covers & doors shall be of folded design type with viewing window at rear cover (box type) of polycarbonate.
Please note as per Clause 39.0 dimension of AIS has been given as 1200mm (Width) X3200mm (Depth) X 2700mm (Height), so we are going ahead with this dimension.
The cubicle shall be of bolted……..(box type) of polycarbonate.
Please confirm that Panel body shall be fabricated from 2.0 CRCA sheet steel while load bearing member with 3mm thick sheet steel.
All mechanism springs shall be powder coated.
Please note power coating may spoil the spring property og the springs.
Clause 5.2 point number 19Part-A1
Please note this is a indoor panel hence this point will not be applicable here.
Clause 16.2.4 Part-A1
Please note Short circuit rating of CT will be 25kA for 1Sec both for 33kV and 11kV HT panel.
75 Clause 16.2.4Part-A1 3 core CT as specified in Tech. Spec
76 Type test certificate Tender document stands
77 Guaranteed Technical Particulars Tender document stands
78 General Type Test certificate for Transformers. Tender document stands
79 General Required
80 NBLS D/C Tower (Hx type) As per price schedule
We propose 2 Nos CT as below:a. 2 Core CT (Metering+ Protection)b. 1 Core CT (for differential protection)
Various chapters of TS in TSGeneral
As we are supplying equipment/materials from approved make in TS and during detail engineering we have to submit type test certificates from getting approval from OPTCL.So we request you kindly exclude this clause wherever asked for different equipment like Transformer, HT panels, CT. PT. Isolators, Conductors etc.
Various chapters of TS.General
As we are conforming various clauses of TS and during detail engineering we have to submit data sheet of all equipment for getting approval from OPTCL.So we request you kindly exclude this clause wherever given for different equipment.
Please confirm vendors having type test certificate for similar design valid for 5 years from the date of NIT need not perform type test once again.
Protection of feeder from source substation to main substation.
Please clarify whether feeder protection features will be required for feeders from source substation to main substation.
BOQSchedule VII-A, Line Supply
Unit weight 1.757 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.
81 NBLS D/C Tower (Hy type) Please provide the sectional drawing of Hy type tower. Bidder 's scope
82 As per price schedule
83 NBLS D/C Tower (Hz type) As per price schedule
84 H type double pole for 33KV Line As per price schedule
85 H type double pole for 33KV Line As per price schedule
86 H type four pole for 33KV Line As per price schedule
BOQSchedule VII-A, Line Supply
Unit weight 3.11 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the data related wind pressure, section details, foundation details, load details of tower.
BOQSchedule VII-A, Line Supply
Unit weight 4.033 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the data related wind pressure, section details, foundation details, load details of tower.
BOQSchedule VII-A, Line Supply
Unit weight 2.0104 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the foundation details of tower.
BOQSchedule VII-A, Line Supply
Unit weight 2.3764 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the foundation details of tower.
BOQSchedule VII-A, Line Supply
Unit weight 4.4762 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the foundation details of tower.
87 T-2 GI Column (7.25 Mtr) As per price schedule
88 G-3 Beam (5.05 Mtr) As per price schedule
89 E-2 3 Soil data Bidder's scope
90 E-2 8 Mandatory spares As per price schedule
91 Tests We shall furnish type test certificate for similar circuit breaker Tender document stands
92 As per Technical Spec.
BOQSchedule VII-A, Source SS Supply
Unit weight 0.42 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the foundation details of tower.
BOQSchedule VII-A, Source SS Supply
Unit weight 0.2 MT is mentioned in the BOQ. Please confirm whether the specified weight is for entire tower structure including Nut and Bolt or not.Please provide us the foundation details of tower.
We would like request you kindly to provide us the soil data if available with you.
We would like to request you kindly to provide a list of such items in order to keep all the vendors at par
Page 48, Part-B, E-427
Page 10 of 10, E5-III-33kV VCB
(Outdoor)17
Maximum ambient temperature to be considered as 60ºC
As per clause no.1.0, point no.14 (E-3-System Climatic Conditions), design ambient temperature is 50ºC.
Please clarify whether we should consider ambient temperature as 50ºC or 60ºC
93 Make List As per Tender document
94 General Make of Equipment As per Tender document
95 General As per Tender document
96 Site Visit It was arranged by OPTCL
97 TOPO Sheet
98 3 8 General System Requirements Pt 10 Refer revised tech spec,
Make List have not provided with the tender document. Without the same, we are not in a position to start dialogue with the vendors.
We will supply the equipment from reputed manufacturers who are approved in other Govt organization (CPWD, NBCC, IOCL etc) / Utility Board WBSEDCL, BSEB, JSEB etc) conforming to the specification provided.
Inspection of material at Manufacturer Premises
The cost of Travelling, Lodging &Fooding of client’s personnel, during inspection at Manufacturer premises will be taken care of by the client.
Since this is a green job, request you to arrange site visit at individual substation.
Please arrange to provide us the TOPO Sheet of proposed OH Line, UG Cable, and Substation.
Site visit was arranged and informed the Bidder's to collect the softcopy from
OPTCL.
What are the external systems that the SCADA/DMS would need to integrate with?
99 9 SCADA Function Description Refer revised tech spec,
100 4.1.1 9 Data Acquisition Refer revised tech spec,
101 4.1.6 15
102 4.1.6 15 Incremental device control
103 4.1.11 20 Reports facility - Second point Please clarify what is meant by " Substation modelling" Substation SLD with all data
104 4.2.7 30 Network Displays
Please clarify if a Historian is envisaged other than a RDBMS for archiving real time data - or are both required?
Is integration with existing SAS required? If so please provide details of the existing SAS including total I/O counts
Control of two state devices - Second point
Please provide us details of the following: 11KV breakers for 102 Compact substations (RTU required or FRTU? ), 11 KV Breakers of 79 RMU's . 11 KV breakers of 272 Mini RMU's, 11 KV and 33 KV Switches (Open/close). We need the signal list or the I/O counts of the RTU's/FRTU's
Refer revised tech spec and revised price schedule
Please provide us with the total no of such devices (like tap changers) t be controlled?
Refer revised tech spec and revised price schedule
Please clarify with regard to the make of the GIS Software in use. Can we assume all network asset & connectivity details shall be there in the GIS Database for import into SCADA/DMS. If the make of the GIS Software is not finalised, We would request that maintenance of the network Database be allowed in SCADA so that DMS modules can function.
GIS is not in scope but future intigration provision should be there.for the time
being maintenance of the network Database is allowed in SCADA so that
DMS modules can function.
105 5.1.3 39 Network Analysis Functions Load Modelling - what sort of load modelling is envisaged Modeling of loads of s/s,lines etc
106 5.1.3 39 Protection Validation Function
107 5.1.7 53 Outage Management Ref revised Tech spec
108 5.1.7 53 Crew monitor/assign can be collected from SOUTHCO
109 5.1.8 56 Network Simulator It is the integral part of the Control room
110 1.1 2 DER Monitoring refer revised tech spec
Please clarify why this function is needed since it does not talk about Protection Coordination
Protection validation function is a must in SCADA automation
Please share details of the existing Customer Care System, AMI System in place. If the same are not available we would request for exclusion of this module.
Assuming OMS is required, Please clarify from which system we are supposed to import the basic Crew detail information.
We assume that the Network Simulation and Dispatcher training functions shall be performed outside the main SCADA control room LAN. Please clarify if this assumption is correct.
Please clarify if DER monitoring is part of the scope. If so how does OPTCL want to achieve this?
111 1.5.6 11 DAC System refer revised tech spec
112 1.13. 19 Work Order Management system refer revised tech spec
113 30 refer revised tech spec
114 Both Documents General refer revised tech spec
115 Clause no. 4
116 Revised Tech Spec already uploaded
Please confirm if any backup communication links have been envisaged for SCADA/DMS System. If so what is the link envisaged?
The functionality required in this module is that of an Operations and Maintenance management systems that is normally not part of SCADA/DMS OEM packages. Please confirm if this is required. If required please clarify from where the crew details will flow into the system and how?
SCADA DMS Tech Spec.pdf
Proposal for Micro SCADA at Chatarpur and Behrampur
We note that a separate control room needs to be provisioned for Chatarpur and Behrampur. Please confirm whether the control room BoM will be similar to that of Autonagar. Please also provide the I/O count of the RTU's reuired in this case.
The detailed specification of the RTU's and FRTU's look to be missing in both the documents. Please provide the same.
Corrugated Aluminium sheath shall be extruded.
As per IS:7098 (P-2),No corrugated aluminiumsheath details are mentioned. As per IS:7098(P-3)applicable for 66 kV grade and above cables ,corrugated aluminium sheath is recommended.As per amendment-1 of IS:7098(P-3) ,the aluminium sheath shall be smooth or corrugated.No process of aluminium sheath is specified in the IS specification.As per IEEE:635,specifications for aluminium sheath recommends for both type of sheath i.e seamwelded and seamless.So we request to amend the clause as seamless/seamwelded Corrugated Aluminium Sheath.
Corrugated Aluminium sheath need not be extruded.
Sr.No. 12 © Of Standard Technical
Particular for 1C33kV CU XLPE Cable Poly aluminium sheath is required for
the radial moisture barrier
Since as per Sr. No. 12 (a) ,Corrugated aluminium sheath is required to allow short circuit current.Corrugated aluminium sheath will carry the earth fault current and also will act as radial moisture barrier.So Poly Aluminium sheath is not required.Hence Sr. No. c. from the existing Sr. no. 12 may please be deleted.
117 Revised Tech Spec already uploaded
118 Clause no. 4 Please confirm the outer sheath material Revised Tech Spec already uploaded
119 the cable should be marked with ISI mark ISI mark is not mandatory
120 up loaded
121 both are accepted
122 500 KVA DTR uploaded
Sr.No. 12(a) Of Standard Technical
Particular for 1C33kV CU XLPE Cable
Corrugated Aluminium sheath with adequate thickness to allow short circuit
current. Mfg to furnish the supporting dimensions with fault current.
Since the earth fault current is not mentioned in the enquiry ,so please provide the earth fault current requirements to design the adequate thickness of corrugated aluminium sheath
As per clause no 4 technical particulars of the specification,outer sheath material is
PVC.But as per clause no. 14 of the standard technical particulars of 1C 33kV
CU XLPE Cable the outer sheath material is HDPE
Clause no. 4 & 10 .Note
As per IS:7098 (P-2) PT-2 1985, There is no provision for aluminium corrugated sheath and PE sheath .So material cannot be marked with ISI mark and construction of the cables shall be generally conforming to the IS 7098 P-2
Standard Technical Particular
In the technical document only 300 sq.mm cable parameters are mentionmed
Since standard technical particulars for 300 sq mm cable are only given no standard technical particulars are given for 630 sq mm cable .so please provide us the details for the 630 sq mm cable also
Clause no 7(f)of Standard Technical
ParticularWater tight conductor by water swellable
powder/yarn
As per IS :7098 (P-3) ,Moisture barrier shall be provided by powder/tapes.So please amend the clause as Water tight conductor by water swellable powder/yarn.
TechnicalSpecifications
The detailed specification of 500 KVA DTR is not available in corrigendum 5.Kindly provide us the same
123 33/11 KV PTR As per price schedule
124 One control room at Autonagar
125
126 KIndly publish the specifications of RTU's and FRTU's. ref revised scada spec
127 Upto all CSS level and 11kV RMUs
128 Yes
Item no 1.6 and Item no 1.7
Please clarify whether these transformers are with OLTC as per item no 7.5 and 7.6 of BOQ for "power transformer addition" specificallymention about OLTC
Kindly clarify whether it is one Control Room that is being envisaged for SCADA/DMS or three control Rooms?
Sl No 38 of Tech queries_2
It is challenging to derive the I/O list for the RTU's. For Example we still do not know the distribution of " 11 KV breakers in 102 Compact Substations" .
Each compact s/s will have one 11kV breaker and two Load break switches
Kindly clarify what is being envisaged by Outage Management till the DTC/DTR level? Does it mean the FDIR (Fault Detection Isolation and Restoration) mechanism for 11 KV RMU controlled networks that have DTR's as one of the RMU legs?
Kindly clarify whether a work management system is required or what functionality is expected out of this.
129 Taxes and Duties Please clarify the Taxes and Duties to be considered.
130 Sub Contracting Please clarify
131 Clause 1.2.1.i Request you kindly to withdraw this clause Tender document stands
132 Tender document stands
133 Standard Spec to be followed
134 included with supply of FO cable
Section 8, Clause 14 of SCC
The taxes and duties treatment shall be discussed and finalized in the pre-bid
meeting.
Already discussed and uploaded in tender document
Section 8, Clause 19 of SCC
Matters relating ESI, Provident Fund, and HT Electrical License etc. w.r.t Sub-
contracting shall be discussed and finalized in the pre bid meeting.
Already discussed and uploaded in tender document
Quantifiable Deviations and
Omissions
The bidder shall not be eligible for any extra price in respect of minor fittings
and accessories which are considered as an essential part of the scope of
services though not specifically mentioned in the Specification or in the
offer.
Appendix 1 - Terms of payment
Clause-(A) Terms of payment,
Schedule No.4 - Installation and other services
Terms of payment for Installation and other services has been specified under
schedule 4
Request you kindly to specify stage wise payment for civil works.
For Lot 2, in Revised BOQ Sl No 1.10 , Fibre Optic cable is added However Technical specifications of the same is not available.
Also scope of Fibre Optic Terminal Equipment (FOTE & FODP Panel) is not clear. Whether OPTCL will float separate Tender for the same?
135 Clause 4 9 I/O count
136 Clause 4 5 Interface to SLDC Accepted
137 Bidder scope
138 Bidder scope
139 ok
140 ok
Please provide the list of Inputs/Outputs (DI, DO, AI, AO, SOE) for Bay controller, FRTU located at each of the stations.
Refer revised Price Schedule and revised tech spec
As per this clause Autonagar SCADA to interface with Orissa State Load Dispatch center (SLDC) . We understand all the necessary hardware and software required for interface at SLDC end will be provided by OPTCL.
Supply of materials for Out door mounting(GI) structures to with stand 300 kM/hr wind speed
Please whether any civil works required to be considered in our scope for mounting structures.If Yes please include civil works in BPS.
11 kV Cables Structural Steel, GI.Pipe, Civil foundations required for cables for Nala crossing is not mentioned in the BOQ. Please confirm
DTCs with higher capacity :
Supply of Materials for Up gradation of 11/0.4 kV,
We understand that while doing up gradation works, The OLD transformers and existing structures ( Poles ,AB switch ,HG Fuse) ) will be dismantled by OPTCL. Bidders need not toinclude the prices for the same in their bid. Please confirm
LTDB for 25,63,100,200,250, 315 KVA (539nos) DTCs
Please confirm the no.of 25,63,100,200,250, 315 KVA LTDB's each type out of (539nos)
141 As per price schedule
142 Bidder's scope
143 item-3.1 350km/hr
144 item-3.2 Technical spec stands
145 Annexure-5 ref uploaded table
146 Annexure-7 Already included
line to Aerial Bunch Conductor (ABC) ConductorSupply of materials for Conversion of LT Over head
Please confirm whether any intermediate LT poles & stay sets ,earthing materials, supporting structures are required for stringing LT AB.cable
Supply of materials for foundation & Galvanized Fencing around L.T.F.P.Boxes
Please provide the following1) Drawing for Feeder Pillar
Tech Spec - Civil structural design - NBLS design for33kv over Head line & Price schedule - Lot-1, Annexure-3, Schedule No 1 & 2
As per referred clause Design wind velocity is 350 Kmph for NBLS Tower, whereas in the Price schedule it is indicated as 300 km/h wind speed, Please confirm the Wind speed to be adopted for design.
Tech Spec - Civil structural design -Single pole design for 33kv over Head line &Price schedule - Lot-1, Annexure-3, Schedule No 1 & 2
As per referred clause Design wind velocity is 350 Kmph for single pole for 33kV Over head lines, whereas in the Price schedule it is indicated as 300km/h wind speed, Please confirm the Wind speed to be adopted for design.
LTDB for 25,63,100,200,250, 315 KVA (539nos) DTCs
Please confirm the no.of 25,63,100,200,250, 315 KVA LTDB's each type out of (539nos)
Supply of materials for Conversion of LT Over head line to Aerial Bunch Cconductor (ABC) Conductor
Please confirm whether any intermediate LT poles & stay sets ,earthing materials, supporting structures are required for stringing LT AB.cable
147 Annexure-1 11 kV Cables Included
148 OK
149 Annexure-4 Included
150 Clause 4, Page 9, I/O count OK
151 Clause 4, Page 9, Interface to SLDC Ref revised tech spec
152
Structural Steel, GI.Pipe, Civil foundations required for cables for Nala crossing is not mentioned in the BOQ. Please confirm
Annexure-5 Supply of materials for Renovation of existing 11/0.4 kV, DTCs
We understand that while doing up gradation works, The OLD transformers and existing structures ( Poles ,AB switch ,HG Fuse) ) will be dismantled by OPTCL. Bidders need not to include the prices for the same in their bid. Please confirm
Transporting, Storing, Erection, Testing and Commissioning of materials for 33 kV switch gear outdoor type with VCBs,CTs,PTs and C.R panels etc complete
Set as per Technical specification
As per referred clause the civil foundation works required for outdoor bays is not considered inBPS,Please confirm
As per this clause Autonagar SCADA to interface with Orissa State Load Dispatch center (SLDC) . We understand all the necessary hardware and software required for interface at SLDC end will be provided by OPTCL.
Please provide the list of Inputs/Outputs (DI, DO, AI, AO, SOE) for Bay controller, FRTU located at each of the stations.
SCADA/DMS & OMS System
Please provide availability of GIS system for DMS interface.a. Current state of implementationb. Version and GIS product detailsc. Data format available for DMS interface (.MDB or .MXD file format)
No GIS system in this scope future integration provision must be provided
153 No AMI
154 will be available after tender award
155
156 Any reputed and proven make
157 As per Technical Spec.
158 As per mandatory requirements
SCADA/DMS & OMS System
Availability of Automatic metering Infrastructure (AMI)a. Current state of implementationb. Possible interface scope
SCADA/DMS & OMS System
OPTCL customer data for OMS systema. Interface possibility with any customer information systemb. Data availability
SCADA/DMS & OMS System
Auxiliary Power Supplya. Total auxiliary power requirement for servers and work stationb. Minimum backup require (duration)
a) 10kWb) 2 Hrs
SCADA/DMS & OMS System
Please confirm whether OPTCL ADB has any preference regarding server hardware (e.g. Dell, IBM, HP), RDBMS (Oracle, MSSQL, MySQL, Server Operating System (e.g. Windows, Linux, Unix), etc.
SCADA/DMS & OMS System
What is the total number of SCADA status/analog/accumulator points, current and estimated (including telemetered, calculated, manually entered, etc.)?
SCADA/DMS & OMS System
Is OPTCL ADB open to alternate architectures that may reduce hardware footprint while still meeting requirements? As an example, consolidation of SCADA and FEP processing onto the same server hardware?
159 ref revised spec
160 Yes,any reputed make
161 RDBMS based
162 ref revised tech spec
163 Tender document stands
164 ITB 22.2 Tender document stands
SCADA/DMS & OMS System
Please specify how many ICCP connections/associations to other entities/systems will be required, as well as total quantity of import and export points.
SCADA/DMS & OMS System
Please confirm whether the Contractor should include firewall(s) at the SCADA/DMS master station and if so please indicate if there is a preferred make/model or other specific requirements.
SCADA/DMS & OMS System
Please confirm the requirement regarding historical data collection. For example, is a continuous collection time series data historian which collects all SCADA values at scan rate required, or is an RDBMS based historian which collects data at periodic intervals (e.g. 5 minute, 15 minute, 1 hour, etc) required.
SCADA/DMS & OMS System
Provide us the specification of Remote Terminal Unit (RTU) . Also provide us IO List for Each FRTU ( DI Points , DO Points and AI points)
Submission of type test report for UG XLPE type test report of same voltage class and same or higher cable size as per the GTP shall be acceptable.
we request you to change - Type test certificate should be for 132 KV or above and for 800 sq.mm copper cable or above size
i. Joint Venture/ Consortium/ Association Agreement duly signed by all parties stating that all parties shall be jointly or severally liable on non-judicial stamp paper of appropriate value as per the format prescribed in section-6.
Format of Joint Venture/ Consortium/ Association Agreement is missing in tender documents
165 Accepted
166 25KA
167 Clasue no. 4 & 10 Note Accepted
168 uploaded
169 Accepted
170 Accepted
Clause No.-4 Technical Particular
Technical specification of 33 KV, Single Core, Copper XLPE UG cable
Corrugated Aluminium sheath Shall be extrudedAs per IS:7098 (P-2), No corrugated aluminium sheathed details are mentioned. As per IS:7098(P-3) applicable for 66 KV grade
and above cables, corrugated aluminium sheath is recommended. As per ammendment-1 of IS:7098(P-3), The
aluminium sheath shall be smooth or corrugated. No process of aluminium sheath is specified in the IS specification. As per IEEE:
635, specification for aluminium sheath recommends for both the type of sheath seamwelded and seamless. So we request to
amend the clasue as seamless/seamwelded corrugated ALuminium sheath.
Sr. No. 12 (a)Standard Technical
Particular for 1C 33kv CU XLPE Cable
Technical specification of 33 KV, Single Core, Copper XLPE UG cable
As per sr. no. 12(a), corrugated aluminium sheath with adequate thickness to allow short circuit current. MFG to furnish the
supporting dimesions with fault current.KEI Clarification: Since the earth fault current is not mentioned in
the enquiry, So please provide the earth fault current requirements to design the adequate thickness of corrugated
aluminium thickness.
Technical specification of 33 KV, Single Core, Copper XLPE UG cable
As per clause no. 10 the cable should be marked with ISI markKei Clarification: As per IS 7098(P-2) 1985, There is no provosion
for Aluminium corrugated sheath & PE sheath. So material cannot be marked with ISI mark and construction of the cable
shall be generaly confirming to ISI 7098 P-2
Standard Technical Particular for 1C 33kv
CU XLPE CableTechnical specification of 33 KV, Single
Core, Copper XLPE UG cable
In the technical documents only 300 sq.mm parameters are mentioned
KEI Clarification: Since standrad technical particulars for 300 sq.mm cable are only given No standard techncial particualrs are
given for 630 sq.mm, so please provide us the details for 630 sq.mm also.
Clause no. 7 (f) of standard technical
particulars for 1C 33kv CU XLPE Cable
Technical specification of 33 KV, Single Core, Copper XLPE UG cable
Water tight conductor shall be swellable yarnKEI Clarification: As per IS :7098(P-3), Moisture barrier shall be provided by powder/tapes.So Please amend the clasue as per
water tight conductor by water swellable tape/yarn.
Clause no. 6-6.1 Type Test
Technical specification of 33 KV, Single Core, Copper XLPE UG cable
The equipment offered should be type tested.KEI Clarification: Since generally the corrugated
aluminiumsheath shall be provided for 66KV cables and above grade, So please amend the clause as " the type test of the same
or higher voltage grade with same or higher cable size with corrugated aluminium sheath shall be valid and the report
should not be more than five years old"