1
RAJASTHAN SOLARPARK DEVELOPMENT COMPANY LIMITED (A Government of Rajasthan Undertaking)
CIN NO. U40102RJ2011SGC036861
Reg. Office: E-166, Yudhisthir Marg, C-Scheme, Jaipur-302001
Tel: 2225859, 2229341 email: [email protected]
No. RSDCL/Solar Park/ TN-03 (2019-20)/D-spl 1 Date 16.03.2020
Sub: Corrigendum/Amendment/ Clarification No.1 in tender documents of TN-03 (2019-
20) for the reference of interested bidders. Certain Corrigendum/Amendment/ Clarification in tender documents of TN-03 (2019-20) as per attached documents & drawings is hereby issued for the reference of interested bidders. The bidders may go through these documents before completing and uploading their tenders. Attachment: As above. --sd--
Director (Technical) RSDCL, Jaipur
M/s Angelique International Ltd.,
NOIDA.
Ref: Your e-mail dated 04.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
1
Clause Ref. Description Bidder’s Query RSDCL’s Comments
Part-I
Instructions To
Bidders
41.0 Security
Guarantee
In order to secure/assure due fulfillment of the contract, the
successful bidder, to whom the
contract is awarded shall be required to furnish within a period of
15 (Fifteen) days from the
a) date of issue of the order(s) security bank guarantee equivalent
to 2% (two percent) of the total contract value………….
As per general practice being
followed in Indian tenders, only
Performance guarantee of 10% is
required.
Kindly waive off the security
guarantee of 2 %.
As per tender Specifications.
Part-I
Instructions To
Bidders
2.6 Other
Disqualification
Criteria:
(ii) record of poor performance such as incompletion of projects
awarded in past/ inordinate delays in completing the contract
earlier awarded by RSDCL or litigation history or blacklisting etc.
We understand, criteria under this
clause are in reference to RSDCL
contracts only.
But you have to submit Information
regarding any current litigation in
which the bidder isinvolved, the
parties concerned and disputed
amount involved, as per clause No.
2.5(c)of ITB, Vol-I.
If there is no current litigation, then
your declaration in this regard is
required.
Part-I
Instructions To
Bidders
2.6 Other
Disqualification
Criteria:
34.7.3 The payment terms for various components of Supply and
Services shall be as under:
(A) Ex-Works Price Component for Main Equipment
(ii) Progressive Payment
(b) Further 20% (Twenty percent) payment of ex-works value will
be paid after submission of verification/certification by engineer
that equipment/ material has been erected.
In order to have a positive cash-flow
for successful implementation of the
project, we request you to please pay
20% payment (linked with erection)
along with 60% payment which is
due upon receipt of material at site.
As per tender Specifications.
Part-III
Special Conditions
Of Contract
10.0 Time
Schedule
For the purpose of Clause No. 17.0 of ITB, the schedule for
completion of supply of material/ equipment, successful erection,
testing, commissioning & execution of Civil Works of allfour
220/33kV Park Pooling Sub-stations and their handing over to
RSDCL, complete in all respect as per specification of entire work
shall be 15 (Fifteen) months from the date of issue of detailed
purchase/work order(s). The completion period is inclusive of
monsoon period also.
Please amend the Completion period
from 15 months to 18 months.
As per tender Specifications.
23.0 Bid Security
(EMD)
ii. Bid Security (Rs. 4,83,80,000): DD/Banker‟s Cheque/BG as under:
a) 20% amount of prescribed Bid Security by DD/Banker‟s cheque in favour of MD, RSDCL, Jaipur payable at Jaipur.
b) 80% amount of prescribed Bid Security by furnishing Bank
Guarantee (in original) on the Rajasthan State Non Judicial Stamp
Paper of Rs. 100/- (or as per Govt. norms) purchased in the name
of executant‟s Bank, duly authenticated either by a first class Magistrate or Notary Public or directly confirmed by the issuing
Bankers & shall be valid for at least 180 days with the grace
period of 90 days (Bid Bank Guarantee format is enclosed at
Annexure-VIII, Vol-I).
or
The bidder may furnish the entire amount of Bid Security by
DD/Banker‟s Cheque
Please reduce the Bid Security to 1%
of the estimated contract value in the
form of Bank Guarantee.
As per tender Specifications.
M/s BGR Energy Systems Ltd.,
Chennai.
Ref: Your e-mail dated 06.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
2
Clause Ref. Description Bidder’s Query RSDCL’s Comments
2.1 of SCC 2.0 BID GUARANTEE (EMD)
b) Rs. 96,76,000 only (Rupees Ninety Six Lakhs Seventy Six Thousand only)
shall be furnished through Demand Draft/Banker‟s Cheque drawn in favour of MD, RSDCL, Jaipur or deposited in cash.
c) Rs. 3,87,04,000 only (Rupees Three Crore Eighty Seven Lakhs Four
Thousand only) shall be furnished in the form of Bank Guarantee, initially
valid for a period of 180 days with a grace period of 90 (ninety) days for
which proforma has been enclosed at Annexure-VIII, Volume-I.
We request you to consider 100%
of Bid Guarantee (EMD) amount
i.e. Rs.4,83,80,000/- (Rupees Four
Crore Eighty Three Lakhs Eighty
Thousand only) shall be
acceptable in the form of bank
Guarantee instead of 20% DD and
80% BG .
Kindly confirm.
As per tender
Specifications.
Funding Please confirm the funding
agency of this project.
Self
1.13 of
Specification
for Design,
Manufacturing
and
Testing/Commi
ssioning of
80/100 mva,
220/33 kv
power
transformer
1.13.1 The bidders are required to offer the Transformers having “No Load‟ & “Load‟ losses not exceeding the following values, without any positive
tolerance:
No Load Loss : 38 kW
Load Loss : 250 kW
1.13.3 The bidders are requested to indicate whether the figures given for
guaranteed losses in schedule of guaranteed technical particulars are with or
without such tolerances. If tolerances are applicable, the limits for the same
should be indicated. In the absence of any intimation to this effect, the figures
for “No Load‟ & “Load‟ losses (including Auxiliary losses) will be increased by the following tolerances provided in the Indian standards:
Total losses : 10%
Component losses : 15%..…….
Clause no. 1.13.1 and 1.13.3 are
contradictory. Kindly confirm
whether the offered transformers
are with or without tolerance.
Bidder may quote lower
losses than the prescribed
limit (clause 1:13:1).
If bidder doesn‟t prescribe
any tolerance limit in
tender than limit as
prescribed (10% and 15%,
as per clause 1:13:3) will be
considered.
If any bidder quotes less
than the prescribed limit
then for evaluation purpose,
the capitalization is
required.
1.13.1 The bidders are required to offer the Transformers having “No Load‟ & “Load‟ losses not exceeding the following values, without any positive tolerance:
No Load Loss : 38 kW
Load Loss : 250 kW
As per clause no. 1.13.1, the
losses are already stipulated in the
tender and bidders quoting more
than the stipulated losses will be
rejected.
The bidders quoting losses more than the values prescribed above in GTP
shall be rejected.
No benefit shall be allowed to the bidders quoting losses less than the above
prescribed values.
1.13.5: For the purpose of comparison of tenders, the quoted prices shall be
capitalized for the “No Load‟ losses and “Load‟ losses in two windings (HV+LV) including Auxiliary losses at the same rate as given at clause No.
1.13.2 forthe penalty/recovery, on the basis of max. guaranteed losses figures
including tolerance, if any. The Auxiliary losses shall be the losses for two
groups of cooler fans. Losses for standby arrangement will not be accounted for
penalty/capitalization purpose
Whereas clause No.1.13.5
indicates capitalization is
applicable for the purpose of
comparison of tenders
Kindly confirm that bidder should
quote losses specified as per
clause no 1.13.1. Also please
confirm capitalization of losses is
not applicable for comparison of
tenders
M/s Sterling & Wilson Pvt. Lid.,
Kolkata.
Ref: Your e-mail dated 06.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
3
Clause Ref Description Bidder’s Query RSDCL’s Comments
General
Scope
Present scope involves the work inside Plot
boundary as per SLD. We assume that 220KV
incoming side conductor upto dead end tower
including line side insulator are not under present
scope. Please confirm.
Yes
General
Stringing Insulator
Single & Double, both stringing
insulator are mentioned in the tender
documents
We are considering double tension insulator &
single suspension insulator for 220KV & 33KV
voltage. Please confirm.
As per tender Specifications.
General
Soil Resistivity
Please provide us the soil resistivity of the 4 nos
substation site for estimation of earthing quantity.
Report is enclosed herewith
SECTION-I, ClNo. 2 Busbar
arrangement, Page 5
No of conductor for 33KV
Aux Bus
4. 33kV Auxiliary Bus: Single Tarantula
conductor.
As per specification 33KV aux bus is single
Tarantula but as per tender drawings it is twin
Tarantula. Please confirm which one to be followed
for present scope.
Single Tarantula
General
Soil Investigation Report
Please provide us the soil investigation report. Report is enclosed herewith
ITB 2.1(i) Experience The bidder must have successfully
erected, tested and commissioned at
least 1 No. of 220kV or above voltage
class Grid sub-station or switchyards on
turn-key basis within the last
sevenyears, immediately preceding the
date of Technical bid openingby
supplying at least major
material/equipments i.e. Transformer,
circuit breakers, switchyard structures,
CTs, PTs, CVTs, LAs, Isolators, Control
& Relay panels. The bidder should have
also executed the associated Civil works
We Understand that the bidder must have
successfully erected, tested and commissioned at
least 1 No. of 220kV or above voltage class AIS
Grid sub-station or switchyards on turn-key basis
within the last seven years, immediately preceding
the date of Technical bid opening by supplying at
least major material/equipments i.e. Transformer
with Similar rating (i.e. 220/33 KV, 100MVA),
circuit breakers, switchyard structures, CTs, PTs,
CVTs, LAs, Isolators, Control & Relay panels. The
bidder should have also executed the associated
Civil works of these sub stations/ switchyards to
qualify for the Package. Please confirm.
As per tender Specifications.
of these sub stations/ switchyards to
qualify for the Package.
General
Drawings
Please arrange to provide the drawings like
Boundary Wall, Store Shed, Fencing, Gate for
recent projects.
Enclosed.
Civil
Drawings
The minimum required heights(if any) for
dormitory and control room, then confirm the same
since it is not available in tender document.
As per Standards
Civil
Drawings
Please arrange to provide the Standard drawings of
Transformer Foundation, Cable Trenches, Oil Pits,
Underground Tanks, Road Cross Sections etc.
Enclosed.
Road thickness shall be 550mm
which will include
Quarry rubbish/murrum -300mm.
PCC (1:4:8)- 100mm
CC (1:1.5:3)- 150mm
Civil Please arrange to provide the dimensions of security
room (Guard hut).
Enclosed.
General
Taxes & Duties
Whether the Cess will be applicable on total
Contract or on Labour portion only. Please confirm.
As per prevailing Tax provisions
ITB 1.1, 35
Work Contract
Please confirm whether the work will be treated as
work contract or Divisible contract.
As per tender Specifications.
GCC 29.1
TRAINING OF OWNER'S
PERSONNEL
If desired by RSDCL, the contractor
shall undertake…................The details of the Nos. of persons to be trained,
period of training, nature of training etc.
shall be as mutually agreed.
Please confirm the name of product for which
training is required. Also, please confirm the
number of persons to be trained and period of
training.
As per conditions of tender
Specifications.
M/s Shyama Power,
Gurugram.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
4
Query RSDCL’sReply
We shall submit the Manufacturer's Authorization form on award ofcontract.
Kindly confirm.
Request you to please clarify the amount of stamp paper For Bank Guarantee As per Rajasthan Govt. norms.
Request you to please provide drawing the structure These are standard structures and drawings will be provided at the time of
work execution.
We presume that only following documents will be submitting as hard or physical
1. Bid Security (EMD)
2. Copy receipt of tender fee
3. Copy receipt of processing fee
4. Power of attorney of authorize person.
Rest of documents will be submitting through online.
Kindly Confirm
Following items in original are to be submitted in physical form in Envelope
upto due date and time in the office of Director (Fin.), E-166, Yudhishthir
Marg,C-Scheme, RSDCL, Jaipur:
1. Tender cost in the form of DD/ BC.
2. Bid Security as prescribed in tender specification.
3. RISL processing Fee in the form of DD/ BC
4. Joint Venture Agreement & Power of Attorney for Joint Venture
Request you to please provide the water level at site. Water table>40 meters
Request you to please extend the tender date atleast 10-15 days more No
M/s Amara Raja Power Systems Ltd.,
Hyderabad.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
5
Clause Ref. Description Bidder’s clarification/ proposed amendment RSDCL’s Comments
IFB, Note -2
Bid Security (Rs. 4,83,80,000): DD/Banker‟s Cheque/BG as under:
a) 20% amount of prescribed Bid Security by
DD/Banker‟s cheque in favour of MD, RSDCL, Jaipur payable at Jaipur.
b) 80% amount of prescribed Bid Security by
furnishing Bank Guarantee (in original) on the
Rajasthan State Non Judicial Stamp Paper of Rs.
100/- (or as per Govt. norms) purchased in the
name of executant‟s Bank, duly authenticated either by a first class Magistrate or Notary Public
or directly confirmed by the issuing Bankers &
shall be valid for atleast 180 days with the grace
period of 90 days (Bid Bank Guarantee format is
enclosed at Annexure-VIII, Vol-I).
Bid Security (Rs. 4,83,80,000): DD/Banker‟s Cheque/BG as under:
100% amount of prescribed Bid Security by
DD/Banker‟s cheque in favour of MD, RSDCL, Jaipur
payable at Jaipur.
OR
100% amount of prescribed Bid Security by furnishing
Bank Guarantee on the Non Judicial Stamp Paper of Rs.
100/- (or as per Govt. norms) purchased in the name of
executant‟s Bank, duly authenticated either by a first
class Magistrate or Notary Public or directly confirmed
by the issuing Bankers & shall be valid for atleast 180
days with the grace period of 90 days (Bid Bank
Guarantee format is enclosed at Annexure-VIII, Vol-I).
As per tender Specifications.
SPECIAL
CONDITIONS
OF
CONTRACT -
8
PRICE ADJUSTMENT DUE TO PRICE
VARIATION: Not applicable
The Prices for the following items, quoted by the
Bidder shall be VARIABLE in accordance with the
relevant IEEMA/CACMAI Price Variation Formula
and Indices.
Equipment / Materials:
1) Power Transformers
2) C&R Panels, SAS
3) Conductors & Ground Wires.
4) Lightning Arresters.
5) Transformer Oil.
6) Tower Parts, equipment mounting/ Station
Structures.
7) Control Cables.
The prices will be firm.
8) HT/EHT Cables
9) Conductor Hardware.
10) Battery & Battery Chargers.
11) Instrument Transformers.
12) Insulators
13) Transmission line Towers & Access
14) Circuit Breakers.
34.7 TERMS
OF
PAYMENT
34.7.3 (A) Ex-Works Price Component for Main
Equipment
(i) Interest Bearing Advance (Optional*): Ten
percent (10%) of the Ex- works price of the
main equipment/materials shall be paid as an
advance
34.7.6 ERECTION AND CIVIL WORKS
PRICE COMPONENT:
Interest Bearing Advance (Optional**): Ten
percent (10%) of the total contract price for
service viz. ETC and its associated civil works
component including supervision of erection
charges shall be paid as initial advance
34.7.3 (A) Ex-Works Price Component for Main
Equipment
(i) Interest Free Advance (Optional*): Ten percent
(10%) of the Ex- works price of the main equipment
/materials shall be paid as an advance
34.7.6 ERECTION AND CIVIL WORKS PRICE
COMPONENT:
Interest Free Advance (Optional**): Ten percent
(10%) of the total contract price for service viz. ETC
and its associated civil works component including
supervision of erection charges shall be paid as initial
advance
As per tender Specifications.
10.0 TIME
SCHEDULE
For the purpose of Clause No. 17.0 of ITB, the
schedule for completion of supply of material/
equipment, successful erection, testing,
commissioning & execution of Civil Works of all
four 220/33kV Park Pooling Sub-stations and
their handing over to RSDCL, complete in all
respect as per specification of entire work shall
be 15 (Fifteen) months from the date of issue
of detailed purchase/work order(s). The
completion period is inclusive of monsoon period
also.
For the purpose of Clause No. 17.0 of ITB, the schedule
for completion of supply of material/ equipment,
successful erection, testing, commissioning & execution
of Civil Works of all four 220/33kV Park Pooling Sub-
stations and their handing over to RSDCL, complete in
all respect as per specification of entire work shall be 18
(Eighteen) months from the date of issue of detailed
purchase/work order(s).
As per tender Specifications.
Bid price
schedule Bid Price Schedule_Sl.No-4.0 _ Bus bar material
We are not envisaged line side string insulator as well
as string hardware for 220KV & 33KV line feeders.
Please confirm the bidder understanding is correct.
Yes
Bid price
schedule
Bid Price Schedule Wave Trap Unit Structure
_Sl.No-1.12
We presume the Wavetrap unit structure weight is equal
to three single units of PIS Unit weight. _Please
confirm the bidder understanding is correct.
Wave trap will be pedestal type, to be
mounted on structure.
Bid price
schedule
Bid Price Schedule Structure Unit weights
_Sl.No-1.16 & 1.17
We have taken the XYZ (Y-without stub) and XY unit
weights are addition of individual X, Y and Z unit
weights, which were given in the specification. Please
As per tender specification and BoQs.
confirm the bidder understanding is correct.
Bid price
schedule
Bid Price Schedule_Sl.No-2.01 to 2.28 TOOLS
& TACKLES
We are not envisaged Maintenance equipment & spare
parts for the main equipments like Power transformer,
Reactor, CB, CT, CVT, Panels and SAS equipment etc.
Please confirm.
As per tender specification.
Bid price
schedule
Bid Price Schedule_Sl.No-2.01 and 2.03 to 3.12
:Maintenance equipment & spare parts
We are not envisaged TOOLS & TACKLES for the
main equipments like Power transformer, Reactor etc.
Please confirm.
As per tender specification.
Bid price
schedule 220KV CT/CVT Junction Boxes
220KV CT/CVT Junction Boxes are not given in the
Bid price schedule. Please provide
As per tender specification.
SLD 220KV Metering Instrument transformers Please furnish the Technical specification of 220KV
Metering CT's & CVT's
As per tender specification.
SLD Deviation of 220KV Double earth switch
quantity
As per SLD shows 220KV double earth switch quantity
for all four pooling substations is 42 however BPS
schedule shows the qty-36. Please clarify.
As per tender specification and BoQs.
Structural
layout plan 220KV Marshalling kiosk- quantity
As per Bid price schedule quantity has shown 38 nos
however structural layout plan quantity has shown 34
no's. Please clarify.
As per tender specification and BoQs.
Bid price
schedule ABT Meters
ABT meters 's are not given in the given BPS schedule
.Please provide
ABT Meters are not in the scope of
supply.
Bid price
schedule
Deviation of Wave trap along with structures
quantity
As per Bid price schedule Wave trap equipment
quantity: 24 but wavetrap structure supply qty-28.
Please clarify.
As per tender specification and BoQs.
Earthing Earthing Calculation
Kindly provide the soil resistivity report for
calculation and estimation of earthing material for our
reference .
Report is enclosed.
Lighting Clarification of Street lights Street lights can be eliminated if the lux level is
achieved using switch yard lighting
As per tender specification and site
requirement.
General Drawings required Please provide the structural foundation drawings for any one of 220/33KV substation.
Enclosed.
General Drawings required Please provide the cable trench section drawing. Enclosed.
General Electrical layout Plan for PSS-1,2,3,4
We understand lightening protection & Illumination of
proposed Pooling station of 220kV & 33kV switchyard
are to be achieved through gantry mounted GI shielded
wire and lighting fixtures. However LM's are not
envisaged for both the application's _ Please confirm
the bidder understanding is correct.
Lightening protection- through gantry
mounted GI shielded wire.
Illumination- on yard structures and
GI poles.
PLCC Transmission Line Details
Request to clarify whether all the 220kV Lines from 4
PSS will be connected to 765kV Bhadla SS. If any
LILO of existing Lines is present , request to provide
the same to consider shifting of PLCC equipment
All works will be new only.
Tech Spec,
Section-I,
Clause 2.0,
S.No(6), Page
129 of 607
and Page 484
of 607, Clause
4, S.No (7)
Creepage Distance :6125mm and Minimum
creepage distance of the Insulator for moderately
polluted atmosphere (total)3800 mm.
Request to Clarify the creepage distance to be
considered for 220kV and 33kV
Creepage distance shall be as under:
1. For 220kV- 6125 mm
2. For 33kV- 900 mm
Tech Spec,
Section-I,
Clause 3.0,
S.No(m), Page
130 of 607
and Page 484
of 607, Clause
4, S.No (7)
Degree of Pollution
Degree of Pollution is mentioned as "Heavy" in climatic
conditions but as Moderate in technical specification of
Disc Insulators. Kindly Clarify.
As per site conditions.
General Unit weights for HG Fuse structures Request to kindly provide the weight of 33KV and
11KV HG Fuse structure unit weights.
As per standard norms.
General General Please specify the Cantilever strength on 33KV Post
Insulators
As per relevant IS.
M/s Proteus Enterprise Pvt. Ltd.,
Ahmedabad.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
6
Clause Ref. Description Clarification sought RSDCL’s clarification/comments
Invitation of Bid
Note: 2.(ii)
Bid Security (Rs. 4,83,80,000): DD/Banker‟s
Cheque/BG as under:
a) 20% amount of prescribed Bid Security by
DD/Banker‟ s cheque in favour of MD,RSDCL, Jaipur payable at Jaipur.
b) 80% amount of prescribed Bid Security by
furnishing Bank Guarantee (in original) on
the Rajasthan State Non Judicial Stamp Paper of
Rs. 100/- (or as per Govt. norms) purchased in
the name of executant‟ s Bank, duly
authenticated either by a first class Magistrate or
Notary Public or directly confirmed by the
issuing Bankers & shall be
valid for atleast 180 days with the grace period
of 90 days (Bid Bank Guarantee format is
enclosed at Annexure-VIII, Vol-I).
or
The bidder may furnish the entire amount of Bid
Security by DD/Banker‟s Cheque.
Bid Security (Rs. 4,83,80,000): BG as under:
100% amount of prescribed Bid Security by furnishing
Bank Guarantee (inoriginal) on the Rajasthan State
Non Judicial Stamp Paper of Rs. 100/- (or asper Govt.
norms)purchased in the name of executant‟s Bank,
dulyauthenticated either by a first classMagistrate or
Notary Public or directly confirmed by the issuing
Bankers &shall be valid for atleast 180 days with the
grace period of 90 days (Bid Bank Guarantee format is
enclosed at Annexure-VIII, Vol-I).
Also provide us the RSDCL Bank Details for issuing
the Bank Guarantee.
And when the RSDCL are returned the bid
security.
Bid Security will be as per tender
Specifications only.
RSDCL Bank Details are as under:
Bank: Oriental
bank of Commerce
Branch: RSAMB, Jaipur
Account No.: 11331131000550
IFSC code: ORBC0101133
GENERAL Tender Estimated Cost We understand that, the given ECV of tender are
inclusive of all taxes and duties.
Please confirm.
Bidder has to quote the price
inclusive of all taxes and duties but
exclusive of GST.
GENERAL Entry Tax and Other Local Taxes Please provide us the percentage of entry tax and other
Local taxes. The entry tax are credit in GST set off. Plz
confirm.
As per tender Specification.
GENERAL Drawings Please provide us all Structure & Equipment FND
drawings, Electrical Section Drawings of TBC & BC
bay.
All structures are standard structures
generally used in the GSSs. Some
standard drawings are enclosed. For
electrical section drawings please go
through the specification.
BoQ 1. 1.12
Wave trap
Structure & 11.08
As per the Given BoQ qty. of wave trap and wave trap
structure are mismatch. Plz correct the same.
As per BoQ.
Wave Trap
GENERAL Please provide us the LOT Qty. of BOQ items breakup. Quantity to be assessed by bidder as
per standard norms and site
requirements.
Technical
Specification
Annexure-II(A)
Approved Vendor List We are proposed another vender list, the vendors are
approval in other Power sector utility. Plz incorporate
the same. (herewith we attached vendor list)
Please follow the approved vendors
list given in the specification.
BoQ 1. 11.08
Wave trap
Equipment
As per the Given BoQ description of wave trap and
Specification of wave trap is mismatch with BOQ
description. Kindly confirm the same.
As per BoQ.
BoQ 1. 4.08, 4.09
,4.10,4.11 & 4.12
Conductor
&Earthwire
Technical Specification is not available for Earth wire
& Conductor. Plz. Give the same.
Please refer relevant Standards.
BoQ 1. 3.17
LTDB
Technical Specification is not available. Plz. Give the
same.
The details will be provided at the
time of work execution.
Technical
Specification
Section-II BoQ 1.
2.01 Power
Transformer
1.13: GUARANTEES:
1.13.1: The bidders are required to offer the
Transformers having „No Load‟ & „Load‟ losses
not exceeding the following values, without any
positive tolerance:
(i) No load losses at rated voltage, normal ratio
& rated freq. : 38 kW.
(ii) Load losses at rated current, normal ratio,
rated freq. & : 250 kW.
75 deg. C including auxiliary loss.
The bidders quoting losses more than the values
prescribed above in GTP shall be rejected. No
benefit shall be allowed to the bidders quoting
losses less than the above prescribed values.
However, as per following clause capitalization
shall be applicable for subject enquiry :
1.13.5: For the purpose of comparison of
tenders,
the quoted prices shall be capitalized for the
„No
Load‟ losses and „Load‟ losses in two windings
(HV+LV) including Auxiliary losses at the same
rate
Kindly confirm whether subject we should be quoted
with fixed losses or Capitalization shall be considered.
In case of capitalization, also explain its application, as
it is stated that there shall be rejection for high losses
and no benefit for low losses.
Bidder may quote lower losses than
the prescribed limit (clause 1:13:1).
If bidder doesn‟t prescribe any
tolerance limit in tender than limit as
prescribed (10% and 15%, as per
clause 1:13:3) will be considered.
If any bidder quotes less than the
prescribed limit then for evaluation
purpose, the capitalization is
required.
as given at clause No. 1.13.2 for the
penalty/recovery, on the basis of max.
guaranteed
losses figures including tolerance, if any. The
Auxiliary losses shall be the losses for two
groups of cooler fans. Losses for standby
arrangement will not be accounted for
penalty/capitalization
purpose.
ITB Cl. 40.0
CONTRACT
PERFORMANCE
GUARANTEE
and
Cl. 41.0
SECURITY
GUARANTEE
CONTRACT PERFORMANCE GUARANTEE
and
SECURITY GUARANTEE
As per the given clause successful bidder submit the
Contract Performance Guarantee of 10% of total
contract value, so why submit the 2% of Security
Guarantee of total contract value.
Plz modifying the clause. As per the standard biding
process.
As per tender Specifications.
GCC Cl. 24.0 CHANGE OF QUANTITY: Plz provide us the percentage of (+/-) for the Quantity. As per specification.
GENERAL Plz. Provide us the Pooling Sub-stations A, B, C & D
Co-ordinates. As per the given co-ordinates are
location only.
GENERAL Material Inspection We understand that the supply of all Electrical items
Inspected by RSDCL. Plz Confirm.
If any third part to be depute for Inspection, like
NABL, RITES, BIS….etc. Plz Clarify.
RSDCL as well as other also.
Technical St. Transformer For 33/0.4 KV, 250 KVA transformer- OEM having
type test reports of BIS Level-2 instead of BIS Level 3.
Plz confirm whether Level-2 type test report are
acceptable or not.
For 11/0.4KV, 100 KVA Transformer- As per the
technical specification offer transformer of BIS Level-
1 is obsoleted and is no longer manufactured, So we
offer BIS Level-2. Plz clarify.
Impulse Test of 100KVA BIS Level-2 Transformer is
conducted at B.I.L 75 KVp instead of 95 KVp. Plz
Confirm.
As per tender Specifications.
Equipment of better technical
parameters may be accepted.
M/s Blue Star Ltd.,
Mumbai.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
7
Item / Description Doc Ref. No / Page
no.
Remarks by Blue Star Ltd. Clarification from RSDCL
Last date of Deposit of Cost
of Tender Specification,
Processing Fee, Bid Security
including BG in original, in
physical form
Sl. No. II Important
Dates in NIT
We presume that only these documents mentioned under SL. no II of
NIT are to be submitted in Hard copy. Soft copies of rest all
documents (Cover 2 ) as mentioned under Cl. No 18 Documents
Comprising the Bid to be uploaded on website. Please Confirm.
Following items in original are to be
submitted in physical form in
Envelope upto due date and time in the
office of Director (Fin.), E-166,
Yudhishthir Marg,C-Scheme, RSDCL,
Jaipur:
1. Tender cost in the form of DD/ BC.
2. Bid Security as prescribed in tender
specification.
3. RISL processing Fee in the form of
DD/ BC
4. Joint Venture Agreement & Power
of Attorney for Joint Venture.
Confirmation of GTP Cl. No 10
Documents
Comprising of Bid
to be uploaded to e-
proc Portal - NIT
As concluded during the pre-bid conference, we shall submit a
declaration stating that all equipments /materials supplied shall be as
per tender specification and confirming to Guaranteed technical
parameters. Detailed GTP, Type test reports, Manufacturer's
Authorization etc. shall be submitted in the event of order and not as
part of bid. Please confirm.
Yes.
However, Loss figures of
Transformers and Reactor are to be
indicated in the Technical bid.
Estimated Value of project
as mentioned in Portal is
INR 241 Cr
e-procurement
portal
We presume that the Estimated value of project i.e. INR 241 Cr is
excluding GST since the prices being asked by bidders are also
excluding GST. please confirm
Bidder has to quote the price inclusive
of all taxes and duties but exclusive of
GST.
Bid Security Sl. No 2, (Note) NIT 1. We have noted that 20% of the Bid security need to be deposited
in DD/Banker's cheque. Please review and accept 100% of Bid
Security in the form of Bank Guarantee.
2. Tender specification is having specific requirement of submission
of EMD in Bank guarantee executed in Rajasthan state Non Judicial
stamp paper. Please review and allow bidders to submit the Bank
guarantee executed in Non Judicial stamp paper of any state.
As per tender Specification.
Pre-Dispatch inspection of
Equipment/Materials
Sl. No 11, NIT Kindly provide the list of major materials /equipment for which
Factory inspection test / Pre-dispatch inspection test shall be carried
out so that we can estimate the Traveling, and lodging cost for such
materials
All the material shall be supplied after
due inspection.
Qualifying Requirement of
Bidder : Technical Criteria
Cl. No 2.1 The technical PQ criteria asks bidders experience of 220 kV or
above class Grid S/s with Supply, Installation Testing and
commissioning of Major Equipment such as Transformer, circuit
breakers, switch yard structures, CTs, PTs, CVTs, LAs, Isolators,
Control & Relay panels. We wish to highlight the fact that many of
the SEBs / power utilities have standard practice of awarding the
construction of Substation work with Power transformers as a Free
issue item, eventually the scope related Power transformer is
Erection testing and comissioning only. We request you to review
the technical criteria of qualification and consider the Substation
construction experience with supply of all other major equipment
and ETC of Power transformer
As per tender Specification.
The quoted prices shall be
„FIRM‟ only. Cl. No 16 ITB Please review the subject tender clause and allow for variable prices
as per IEEMA indices applicable for entire contract
As per tender Specification.
Award of Contract Cl. No 35 ITB, page
23 of 607
Confirm whether the contract prices shall be inclusive of GST or
excluding GST?
Further also explain the modality of GST transaction, since the
bidder's prices are being quoted excluding GST.
Bidder has to quote the price exclusive
of GST.
The Modality of GST transaction shall
be as per applicable provisions of
CGST Act and rules thereon.
Taking over of Pooling
substations
Cl. No 31. Terms
ofPayment, Part - II
GCC, Page 42/607.
In case upon the completion of Pooling Substation, If solarpark is
still under construction and 33 kV Line feeders not available at
Substation level, the substation to be charged from 220 kV line and
entire substation deemed to be commissioned. Please confirm
As per tender specifications.
Payment of Taxes and
Duties
Cl. No 34.7. Terms
ofPayment, Part - II
GCC, Page 45/607.
Tender specification is not clarifying regarding the payment of GST
for the bills submitted during progressive payment of Supply and
installation portions (i.e. 60%/70% of Supply payment and
80%/90% of Installation Testing and commissioning & Civil
payment). We assume that 100% taxes and duties shall be
reimbursed along with above progressive payments Please confirm.
Tender Specification is already clear
about payment mechanism of
progressive payment and there will be
no bifurcation for taxes and duties.
The rate of progressive payment
which is given in tender shall be
applicable for payment of taxes as
well.
Handholding charges : 100%
payment of Handholding
charges shall be released
after the successful
completion of 12 months
period from the date of
taking over certificate and
issue of certificate by the
incharge of Pooling Sub-
station (s) regarding
satisfactory performance of
handholding.
Cl. No 34.7.5 Terms
ofPayment, Part - II
GCC, Page 47/607.
We request you please review the payment terms for handholding
charges and kindly consider its payment towards Monthly running
bills instead of yearly payment.
As per tender Specification.
Water supply at proposed
project sites
Cl. No 14.3
WATER Part IV
ECC page no 74 of
607
1. Please confirm the status of availability of water at all 4 PSS
locations. 2. What is the prevailing rates if the same is provided by
RSDCL.3. Establishment of tube well/Water pipeline is not included
in BOQ. Hence, incase if the source of water supply is established
by contractor at PSS same should be reimbursed at actuals.
The Contractor shall make his own
arrangements for power, water and
other facilitiesnecessary for the
construction/erection of Pooling Sub-
stations at his own cost.
Geo technical Investigation,
Soil resistivity Test,
Contour Survey
Annexure 12,
Volume III Civil
Works
1. Please provide the Geo technical Investigation Reports (Soil
report) for design and estimation of civil works also provide contour
drawing with indication of area to be developed with mentioning the
levels both NGL and FGL.
2. Referring to Earth mat layout design drawings in page no 603 of
607, we presume that the quantity of Earth Electrodes /Raisers/MS
Rounds are to be considered as per drawing provided for tender
purpose only.
If the design of earthing grid is in bidder‟s scope, please provide
substation wise soil resistivity report.
Soil Report and contour map of the
area are enclosed.
Details of Boundary Wall Sl. No 11. Volume 3
Specification of
Civil works
Please provide the drawing of Boundary wall along with the details
of Stone masonary, Brick work etc.
Kindly refer the clause no. 11 of Civil
section (Volume III) of Tender
Specification.
33 kV Feeder
interconnection at
Substations
Tender drawings (
PDF Pg. No.602)
Section drawings
1. Since the substations are Park Pooling Substation, the 33 kV
Feeders marked should be Incomers instead of O/G as in Drawing.
Please confirm whether the understanding is correct.
2. We presume that the scope of cables and LAs for 33 kV Line
feeders are not included in subject tender. Please confirm.
3. Please confirm the size of the Outdoor Kiosks (NTPCScope) as
mentioned in the Tender layout.
1. No matter.
2. Yes.
3. CT/PT set for measurement of
energy input on each 33kv Feeder
shall not be in the scope of bidder.
Inspection path Tender drawings
(PDF Pg. No. 602)
Section drawings
Kindly confirm the 3M wide inspection path/road within the 220KV
Switch yard shall be suitable for vehicle movement or not. If yes,
then please refer to the enclosed Sectional details as prepared (viz.
220KV Section AA, BB, CC, DD & EE) and confirm suitability.
Also, even if the inspection path is not intended for vehicle
movement, the above equipment level bus shall be of IPS Tube.
Please confirm.
All roads shall be suitable for vehicle
movement.
33 kV Aux. Bus Tender drawings (
PDF Pg. No. 602)
Section drawings
33KV Sectional Drawings as shown has the Aux.Bus configured by
Twin Tarantula Conductor but in the TS the same has been
mentioned as Single Tarantula Conductor. Please confirm the actual
requirement.
Single Tarantula Conductor
220 kV Spare Bay Structures Tender drawings (
PDF Pg. No.600)
Structural Layout
Plan for PSS-2&3
For 220KV Spare Bay at PSS-2&3 ( right hand side ), 3Nos Beam
Type AB2 to be considered for stringing of main Bus -1 & 2 and
Aux.Bus, which is not labeled in the said layout drawing. Please
confirm its requirement.
As per tender Specification.
Structures/Beams with Nuts,
Bolts & Washers etc.
Complete.
Sl. No. 1.12, 1.13,
1.17 Supply part
BOQ 1
Please provide the weight of these structures (Bifurcation of weight
of structure, Nut and Bolts and Washers).
As per Standards.
Details of Cable Trenches :
Type Ax, A, C, D.
Sl.No 28 to 31,
BOQ 3 Civil Part
Please provide the cross section drawings of these type of trenches
so as to estimate the cost according to depth and width of each type
of cable trench.
Drawing enclosed.
PLCC Equipment with
associated equipment &
accessories
Sl. No 11 of BOQ 1
& 2 Supply part and
Installation part
We presume that the transmission line contractor shall terminate the
220 kV Lines at respective gantries in substation. Kindly Confirm.
Yes.
33Kv CT/PT Junction Box Sl. No 2.16 Tender
BOQ, Schedule A
Quantity of Junction box which is 24 nos is not matching with the
total quantity of 33 kV CT/PT. please confirm the quantity
As per tender Specification.
30 KV Lightning Arrester Sl. No 2.17 Tender
BOQ, Schedule A
Looking at the quantity of 30 KV LAs we presume that supply and
installation of LAs for 33 kV Line Feeders are excluded from subject
project scope. Please confirm.
Supply of 33 kV LAs of 33 kV lines
shall be in the scope of project
developer.
33 KV Marshaling Kiosk Sl. No 2.18 Tender
BOQ, Schedule A
33kV side Marshaling Kiosk's quantity as per the scheme provided
should be be 78 Nos in place of 48 Nos in total. Please confirm.
As per tender Specification.
Equipment Level Bus Sl. No. 4.08, 4.09 &
4.10 Schedule A
Tender BOQ
Can we use IPS Tube in place of AAC/ACSR in Equipment Level to
avoid sag for maintaining necessary ground clearance. Please
confirm.
As per tender Specification.
Land Acquisition Status General 1. The co-ordinates of proposed PSS locations as provided in tender
are:
PPS-1 27o 32‟ 36.68” N 72o 14‟ 30.52” E
PPS-2 27o 34‟ 10.15” N 72o 13‟ 10.70” E
PPS-3 27o 35‟ 15.41” N 72o 13‟ 53.23” E
PPS-4 27o 36‟ 1.16” N 72o 14‟ 23.65” E. Please confirm whether the land of the proposed Substation project
sites under this package are already occupied by RSDCL and ready
for construction.
Yes, the land of the proposed
Substation project sites under this
package is already acquired by
RSDCL.
Land Acquisition Status General We understand that after award of the contract, incumbent free land
will be handed over by RSDCL to the successful bidder for
construction of substations.
Yes, off course.
Land Acquisition Status General Please confirm that the scope of necessary approvals from Forest
Department, Highway Authorities, Pollution board and other
statutory authorities if required during construction of the project,
shall be excluded from the scope of the bidder.
All clearance shall be in the scope of
bidder.
Mandatory Spare and
Recommended Spares
General 1. Mandatory spares are not asked in BOQ 1 Supply schedule as well
as in Equipment Specific specifications. We presume that bidders
dont have to include the prices of spares in their quoted price. please
confirm.
2. Incase if the rates of spares are to be quoted, request RSDCL to
provide the equipment wise list of spares along with Quantity so that
all bidders are through and in parity with RSDCL Requirement.
As per tender Specification.
Process for registering New
Makes for approval
General 1. We request you to kindly allow the bidders to source the
Equipment / Materials from Reputed makes other than the list of
approved makes provided with tender specification, who shall meet
the Manufacturers qualification criteria as per Tender.
Equipment / Materials from such reputed makes shall be supplied
only after taking prior approval from RSDCL.
As per tender Specification.
Drawings General Requesting for following drawings since same are not provided in
Tender specifications
1. Contour Map
2. Boundary Wall
3. Equipment Foundations, Structure Foundations
4. Internal Road and Approach road Drawings.
Enclosed.
Technical Specifications
required
BoQ 1 Supply
Schedule
1. Sl. No. 2.29 33 kV HG Fuse.
2. Sl. No 2.30 11 kV HG Fuse
3. Sl. No. 3.17 Lighting Distribution Board
4. Sl. No. 3.18 Outdoor AC Distribution Box:(i) For 220kV Bays: 1
I/C 100A & 12 O/G 16A
5. Sl. No. 3.19 Outdoor AC Distribution Box:(ii) For 33kV Bays: 2
I/C 100A & 24 O/G 16A
6. Bus Bar Materials - Clamps and connectors and Hardware
accessories
7. AL-59 conductor, ACSR Panther Conductor, AAC Tarantula
conductor
8. Sl. No. 6 LT Power Cable (Aluminum)
9. Sl. No 11.05 48 V, 50/100 Amp, SMPS based battery charger
with N+1 configuration suitable for VRLA maintenance free
batteries.
10. Sl. No 11.07 48 V DCDB
Conductors specification enclosed.
Other material shall be supplied as per
standards.
M/s L&T Contruction,
Chennai.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
8
Clause Ref. Bidder’s Query RSDCL’s Comments
Vol. I
IFB 2.ii
Bid Security clause is mentioned as 80% in BG form & 20% in DD form or
bidder may furnish entire Bid Security in DD Form/Banker's Cheque.
We request to amend the clause to submit the Bid Security in BG form for the
complete value, which is generally accepted by all Central/State utilities. Kindly
consider our request.
As per tender specification.
Annexure VIII Please confirm that Bid security in form of BG shall be printed on non-judicial
Stamp Paper of Rajasthan Government of worth INR 100.00. Please confirm.
As per the applicable norms of Rajasthan Stamp
Authority.
General Kindly share the existing soil strata reports as Civil items are lumpsum basis &
to assess the soil condition on principle basis
Soil report enclosed.
General Kindly provide the Bank details, IFSC Code etc of RSDCL for availaing Bank
Guarantee
RSDCL Bank Details are as under:
Bank: Oriental bank of Commerce
Branch: RSAMB, Jaipur
Account No.: 11331131000550
IFSC code: ORBC0101133
General Kindly confirm the both BG Mode (Normal & SFMS) is acceptable by RSDCL Both modes are acceptable.
GCC 34.7.3
Annexure II
Advance BG shall be valid upto 90 days beyond Schedule commissioning/TOC
Date.
We request to kindly consider the BG Liquidation plan on pro-rata
basis/advance adjustment on every quarter.
As per the tender specification.
GCC 34.7.3 In case, the Contractor opts for this interest bearing advance, the same shall be
paid to the Contractor on fulfillment of above conditions and an interest on
monthly outstanding amount will be charged at the rate of 9.5 % per annum.
We request to amend the clause for interest rate as equal to SBILR which is
followed by PGCIL & other utilities. Kindly confirm
It will remain same as per the tender specification.
GCC 13 The contract shall be considered as having come into force from the date of the
Notification of Award unless otherwise provided in the Notification of Award.
We request you to consider the effective date as only from the date of complete
handing over of encumbrance free land to the Successful bidder/Contractor.
It will remain same as per the tender specification
GCC 13 We request M/s. RSDCL to provide the four corners of location of the land and
coordinates of the proposed substation locations.
Coordinates of all four pooling stations are available
in tender document.
ITB 15.6 We understand that 1% BOCW cess shall be applicable only on the Civil &
Installation works. Please confirm.
It will be deducted as per the applicable norms of
Rajasthan State and BOCW Cess Act.
GCC 20 We presume that the amount of aggregate liability of the bidder to PGCIL shall
be 100% of the contract price. Kindly confirm
As per the tender specification.
GCC 33 Price Variation "Firm" for all items.
We request to consider Price variation for major items like Transformer,
Reactor, Cables, Structures, Civil concrete, and Reinforcement & Installation
items. Kindly confirm
It will remain same as per the tender specification.
SCC 11.0 Quantity variation is applicable to any extent on individual items.
Kindly restrict the limit of Quantity Variation for this contract and which is
followed in PGCIL as 15% limit or kindly provide the modality for variation of
more than proposed percentage.
It will remain same as per the tender specification.
General Kindly provide the details & status of Incoming lines/outgoing Lines for the
Substations (PPS -1,2,3& 4)
Already given in Tender Specification.
Vol. II
Annexure II A
List of Apprved Vendors as per RVPN for Major SS Equipments
We request M/s RSDCL that to consider PGCIL/State utilities approved vendors
for supplying the major equipments. Kindly confirm
As per tender specification.
Vol. II
General
Kindly clarify the scope limit between EPC contract for Park pooling SS &
Solar Contract (Interface, if any)
The scope shall be as per tender specification.
Bid price schedule
sl.no. 2.16
As per referred item, 24Nos. 33kV CT/PT junction boxes are mentioned.
However, as per sl.no. 2.14, 2.15 & 2.21, the quantity of 33kV single phase CT
is 204Nos. (96+138) & 33kV single phase PT is 72 Nos. Accordingly, CT
Junction Box - 68 Nos& PT Junction Box - 24 Nos are required. Kindly check
& confirm the requirement.
As per BOQ.
Bid price schedule sl.no.
2.17
As per referred item, 36 Nos. of 30kV Lightning Arrester are mentioned.
However, as per SLD of PSS-1, 2, 3 & 4, 30kV LA is required for all
transformer incomer bays & station transformer bays. Accordingly each PSS
will have 12# of 30kV LA & hence total, 48 # of 30kV LA's are required.
Kindly check & confirm.
As per BOQ.
Bid price schedule sl.no.6 i) As per referred item, only two power cable sizes i.e., 3.5 core x 300 sq.mm &
3.5 core x 35 sq.mm are mentioned. Please check and include other cable sizes if
required.
ii) And also, there is no detailed specification for LT Power cables in the tender
document. Kindly check & furnish the same by including the type of insulation,
inner & outer sheath and armour.
Power cables shall be only of two types as mentioned
in the specifications.
Bid price schedule sl.no.
3.15
As per referred item, it is mentioned that 220V DCDB (with 2 Nos. I/C & auto
change over facility) shall be provided. We understand that that each
distribution board shall be provided with 2 incomer (1 each from battery and
charger). Please confirm.
As per tender specifications.
Bid price schedule sl.no.
4.01 & 4.02
As per referred item, it is mentioned that
i) Single tension hardware for AL-59 Eq. wt. zebra (bolted type)
ii) Single / Double tension hardware for AL - 59 Eq. wt. zebra (bolted type)
However, In Section-I, clause no.2.0, II, AL-59 conductor (Moose equivalent)
is mentioned.
As there is a discrepancy in the above mentioned clauses, Kindly confirm the
requirement.
Please refer the BOQ.
Bid price schedule sl.no.
3.18 & 3.19
Kindly clarify the purpose of Outdoor AC distribution box given for 220kV &
33kV bays & provide the detailed specification for the same.
It is as per site requirement.
Bid price schedule sl.no.
11.06
As per referred clause, the rating of 48V battery is mentioned 360/600AH.
Please clarify the rating to be supplied under this package i.e. 360AH or 600AH.
Further, if 600AH is required, please furnish technical specification for the same
as in the tender documents specification is available only for 360AH.
The rating of 48V battery will be 360 AH.
Bid price schedule
sl.no. 2.01
As per referred clause, 5% spare oil shall be provided for each 220/33kV,
100MVA Power transformer. However, in Section-II, transformer specification,
clause no. 1.18.3, the quantity of spare oil shall be 10%. As both the clauses are
contradicting, please confirm the actual spare requirement.
5% spare oil shall be supplied for each 220/33kV,
100MVA Power transformers and reactors.
Bid price schedule
Line item for 220kV CT/PT Junction box is not appearing in the bid price
schedule. Please check & include the same in the revised the bid price schedule.
As per tender Specification.
Vol. II Section I Pg No:5,
Cl.2.0, System Short
circuit current
Please specify the short circuit duration for both 220kV & 33kV system.
As per tender Specification.
Volume - II, Section-II,
CRP specification Pg
No:52, cl.no. 9.5.7.1 &
9.5.7.2
We understand the following from the referred clause & BPS line item No. 11 &
12:
a) For remote end tripping of each line the Main Protection-1 shall be through
FOTE whereas the Main Protection-2 shall be through PLCC.
b) Speech & Data shall be through PLCC & FOTE
Please confirm.
As per tender Specification.
Volume - II, Section-I,
scope Pg No:133, cl.no.
15, Annexure-I, Sl.no. 11
As per the referred clause, 4 sets of PLCC equipment shall be supplied at the
remote end stations. As there are 10No. 220kV lines (in 4 substations together),
please clarify the availability of remote end PLCC for the balance lines. If the
PLCC at remote end is already existing, please furnish the make & model
number of the existing PLCC.
As per tender Specification.
Volume - II, Section-I,
scope Pg No:133, cl.no.
15, Annexure-I, Sl.no. 11
As per the referred clause, we understand that 4sets of PLCC equipment shall be
supplied at the remote end stations. We presume that the existing 48V DCDB
shall have adequate spare feeders for extending DC supply to the PLCC panels.
Further the power cables from the existing DCDB to the PLCC panels shall be
All required material for completion of substations
shall be in the scope of bidder only.
in other's scope. Please confirm whether Bidder's understanding is in order.
Volume - II, Section-I,
scope Pg No:133, cl.no.
15, Annexure-I, Sl.no. 12
As per the referred clause, we understand that 4sets of FOTE equipment shall be
supplied at the remote end stations. We presume that the existing 48V DCDD
shall have adequate spare feeders for extending DC supply to the FOTE panels.
Further the power cables from the existing DCDB to the FOTE panels shall be
in other's scope. Please confirm whether Bidder's understanding is in order.
All required material for completion of substations
shall be in the scope of bidder only.
Volume - II, Section-I,
scope Pg No:133, cl.no.
15, Annexure-I, Sl.no. 12
The number of teleprotection cards as given in the BPS for the respective
pooling stations & remote end stations are not matching with the number of
220kV lines. Please check and confirm.
As per tender Specification.
Volume - II, Section-I,
scope Pg No:133, cl.no.
15, Annexure-I, Sl.no. 11
& 12
As per referred clause, PLCC & FOTE shall be provided at remote end
substation. Hence, please provide the distance between proposed Nokh Park
substation to each remote end substation.
The distance between pooling stations shall vary
from 1.8 Km to 6.5 Km
Volume - II, Section-II,
CRP specification
Pg No:27, cl.no.
5.2
As per referred clause, it is stated that combined bay protection and control unit
shall not be acceptable.
However, as per item no.13, Page no,70, BCPU shall be provided for 33kV twin
feeder. In this regard, we understand that combined BCPU is not acceptable
only for 220kV system. Please confirm.
Yes.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-
S1-1, Item No. 7
As per referred clause,
i) Bay protection unit - 1 No.
ii) Bay protection unit (Main Protection as per cl.no.9.4) (Main-II) -1No.
iii) Back up protection i.e. directional overcurrent & earth fault protection as per
cl.no. 9.4.4 of specification -1 set shall be provided for reactor protection.
However, under cl.no. 9.4, only specification for transformer protection is
mentioned. Kindly check & provide the Protection requirements for reactor bay.
As per tender Specification.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-
S1-1, Item No. 12
As per referred clause, peripheral unit ¢ral unit shall be provided for 9 Bays
+ 1 future bay. This is not matching with the number of bays as shown in the
Single Line diagram. Further, there are no future bays shown in the SLD &
layout drawing. Hence we understand that bay units shall be provided only for
present bays under this package.
As per tender Specification.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-S1-1,
Item No. 12
(applicable for all stations)
Since all control & relay panels are located in the control building, We propose
centralized busbar protection. Please confirm acceptance.
As per tender Specification.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-
S1-1, Item No. B
As per referred clause, accuracy class of Multifunction meter shall be 0.5.
However, as per bid price schedule, sl.no.2.09, accuracy of CT shall be 0.2. As
there is a mismatch in the accuracy class, please check & confirm the accuracy
required for both CT & Meters.
As per tender Specification.
Volume - II, Section-II,
CRP specification
As per referred clause, In 220kV system, accuracy class of energy meter shall be
0.2s for Transformer & Line feeder bay and accuracy class of energy meter
As per tender Specification.
Annexure-V2-P3-
S1-1, Item No. B
shall be 0.5S for buscoupler bay. However, as per bid price schedule,
sl.no.2.09, accuracy of CT is given as 0.2. As there are mismatches in the
accuracy class, please check & confirm the accuracy required for both CT &
Meters.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-
S1-1, Item No. 13
As per referred clause, In 33kV system, accuracy class of energy meter shall be
0.2s for Transformer & Line feeder bay and accuracy class of energy meter
shall be 0.5S for buscoupler bay. As there is a mismatch in the accuracy class,
please check & confirm the accuracy required for both CT & Meters.
As per tender Specification.
Volume - II, Section-II,
CRP specification
Annexure-V2-P3-
S1-1, Item No. B
As it is a SAS based system, we do not envisage separate control panels with
mimic, switches & alarms. Only BCU based relay panels shall be provided for
control & protection. Please confirm.
As per tender Specification.
Volume - II, Section-II,
CRP specification
clause no.
9.7.3.2.xv
As per referred clause, built in LBB protection for each feeder shall be provided.
However, Annexure-V2-P3-S1-1, configuration of C&R Panels, separate LBB
Protection for each feeder is required. Please confirm the actual requirement.
As per tender Specification.
Volume - II, Section-II,
Power transformer
specification GTP
Please confirm the type of Power transformer i.e. Constant percentage
impedence or Constant ohmic impedence type.
Impedance type.
Volume - II, Section-II,
Power transformer
specification
As there is no requirement of online DGA, Fiber optic temperature sensing unit,
Digital RTCC, Automatic Voltage regulating relay (AVR) mentioned in
Specification/ Bid price schedule, we are not envisaging these items in our scope
of supply. Please confirm.
As per tender Specification.
Volume - II, Section-II,
Power transformer
specification cl.no.
1.26.4 & 1.33.1
As per referred clause, Type test & short circuit test report of 220kV transformer
shall not be older than 7 years. We understand that if Valid type test reports are
submitted then the repetition of type tests on the first unit of transformer as
mentioned in clause No. 1.26.4 is not required. Please confirm.
As per tender Specification.
Volume - II, Section-II,
25MVAR reactor
specification cl.no.
5.2.3
As per referred clause, Type test report shall be carried out on first unit of shunt
reactor. We propose that if Valid type test reports are submitted then the
repetition of type tests as mentioned in cl.no. 5.2.3 is not required. Please
confirm.
As per tender Specification.
Volume - II, Section-II,
Power transformer
specification cl.no.
1.23.6
As per referred clause, For 220kV bushing, condenser oil filled type (OIP) shall
be provided. However, in annexure-3, Page 143 given in reactor specification,
RIP Bushing for transformer application is mentioned. We presume that the
above mentioned application is typographic error and OIP bushing shall be
followed for 220kV Bushing of 220/33kV Power transformer. Please confirm.
As per tender Specification.
Volume - II, Section-II,
Reactor specification
cl.no. 3.4.1
As per referred clasue, un-used uninhibited insulating oil shall be provided for
25MVAr bus reactor. However, for 100MVA Power transformer, type of oil is
not mentioned. We presume the same shall also be uninhibited type similar to
reactor. Please confirm.
As per tender Specification.
Volume - II, Section-II, As per referred clause, it is mentioned that reports for the type test & short It shall be of same rating.
Power transformer
specification cl.no.
1.26.4
circuit test conducted on the equipment similar to those proposed transformer to
be supplied. We understand that 'similar' shall refer to the test reports of same or
higher rating (voltage & capacity) transformers. Please confirm.
Volume - II, Section-II,
Power transformer
specification cl.no.
1.26.4.b
As per referred clause, it is mentioned that in case of short circuit test report for
transformer is not available, then bidder may submit data to prove the thermal &
dynamic ability of its transformer to withstand short circuit. We propose to
prove the thermal & dynamic withstand capability of the offered transformers
through calculations only. Please confirm acceptance.
As per tender Specification.
Volume - II, Section-II,
CT & PT specification
Kindly provide the following details for 36kV PT :
i) Type of 36kV PT design (i.e., Live / Dead Tank)
ii) Type of Insulator
Live Tank
Porcelain
Volume - II, Section-II,
245kV CVT specification
cl.no. 5.5
Kindly specify the winding material to be considered for 245kV CVT (i.e.
Copper or Aluminium).
Copper
Volume - II, Section-II,
Outdoor Insulators (2 x
24kV) cl.no. 4
Kindly specify the cantilever strength to be adopted for 33kV Bus post
insulators.
As per relevant IS.
Volume - II, Section-II,
AC & DC LT switchgear
specification
Kindly provide the following details :
i) Tentative AC / DC SLD
ii) As there is no future feeders, we are not envisaging AC & DC feeders for
future bays.
iii) short circuit level & its duration for LT AC & DC boards.
As per standards.
Volume - II, Section-II,
250kVA, 33/0.415kV
station transformer
specification
The losses as mentioned in the specification for distribution transformers are not
in line with the revised loss figures issued in Gazette vide Amended notification
to (IS-1180) dated 16-Dec-2016. In this regard, please clarify whether the losses
as per the above notification are to be followed or the losses shall be followed as
per specification.
Losses mentioned in the Specification or of better
figures shall be accepted.
Volume - II, Section-II,
Technical specification for
Ball & Socket type 11kV
45kN,70kN & 120kN Disc
insulators
We propose Polymer type long rod insulators for 220kV & 33kV tension &
suspension strings in place of disc insulators. Please confirm acceptance.
As per tender Specification.
General Kindly furnish Plot boundary with all corner co-ordinates for Nokh solar park
220/33kV PPS-1, 2, 3 & 4.
Co-ordinates for PPS-1, 2, 3 & 4 are provided in the
Specification.
Single Line diagram for
Nokh solar park 220/33kV
PPS-1 ,2, 3 & 4
Kindly provide following for 220kV & 33kV system for pooling stations-1, 2, 3
& 4.
i) Main busbar current rating
ii) Main busbar short circuit duration
As per tender Specification and relevant standards.
Electrical Layout plan for
Nokh solar park 220/33kV
PPS-1 ,2, 3 & 4
As there are certain discrepancies in the room dimensions between the overall
layout & control building layout, we presume that the dimensions as per control
building layout (Drg. No. RSDCL/MCL/C39A/GSS-I/007) shall be followed for
Yes.
& Control room ground
floor plan for GSS-1
control building. Please confirm.
Electrical Layout plan for
Nokh solar park 220/33kV
PPS-1 ,2, 3 & 4
& Control room ground
floor plan for GSS-1
In the layout drawing a Note stating "33kV CT-PT & LAs for 33kV feeders in
outdoor kisoks are in NTPC scope" is indicated. We understand that Line side
CT & PT (for tariff purpose) & LA for each feeder are in NTPC scope. The CT
required for bay metering & protection is in the scope of this package. Please
confirm.
Yes.
Electrical Layou Section-
33kV Feeder bay (typical)
In the section view, 33kV CT for bay protection and kiosk with 33kV CT, PT &
LA (NTPC scope) are not shown. We request RSDCL to provide a revised
section incorporating all the bay equipment.
ELP provide in the Specification.
Electrical Layout plan for
Nokh solar park 220/33kV
PPS-1 ,2, 3 & 4
Kindly furnish the dimensions of the following facilities:
i) Parking area
ii) Garden
iii) Store shed
iv) Meter room
iv) Guard Hut
v) U/G Water tank
As per Specification.
Structural Layout plan for
Nokh solar park 220/33kV
PPS-1 ,2, 3 & 4
In the structural layout plan, C-type, D-type & Ax-type cable trenches are
shown. Please provide the cross-section view for each of these trench types.
Enclosed.
Section-III
Work of Laying of
substation earthing
Annexure-A sl.no. v.a
As per referred clause, it is mentioned that earthing conductor in outdoor areas
shall be buried at least 600mm below finished ground level. However, in Page
no. 382, B. Earthing procedure, it is mentioned that the Laying of Earth Mesh of
MS rod shall be at a depth of 800mm. As both the clauses are contradicting with
each other, please confirm the actual requirement.
As per Specification and site requirement.
Volume - II, Section-II,
220V & 48V Battery
specification cl.no. 3.0
As per referred clause, Back up duration for 220V & 48V battery shall be
provided for 8, 24 or 48 hours. Normally it is 3 hours as followed by major
utilities like PGCIL. Please check and clarify the actual back up duration to
check the adequacy
As per Specification.
Volume - II, Section-II,
Control cable
For LT Power and control cables please specify whether any Fire retarding
properties are required. If required, please confirm whether FR (or) FRLS type
is required.
As per Specification.
Volume - II, Section-II,
Power transformer
specification cl.no. 1.13.1
As per the referred clause, the following loss figures are mentioned for
transformer:
No load loss - 38kW (Max)
Load Loss - 250kW (Max)
However, as per CEA guidelines ref.no. CEA/PSE& TD/218/3056-4028, dated
01.03.19, Losses for 100MVA, 220/33kV Power transformer shall be as
follows:
No load loss - 43kW (Max)
Load Loss - 245kW (Max)
As per Specification.
Auxiliary loss - 5kW(Max)
We request RSDCL to follow the transformer losses as per CEA guidelines &
issue suitable amendments.
Volume - II, Section-II,
Power transformer
specification cl.no. 1.13.1
As per the referred clause, the following loss figures are mentioned for
transformer:
No load loss - 38kW (Max)
Load Loss - 250kW (Max)
However, Auxiliary loss is not mentioned in specification for Power
transformer. Kindly provide the same.
As per Specification.
Volume - II, Section-II,
Reactor specification
cl.no. 2.7
As per referred clause, loss capitalization for 25MVAR reactor is indicated.
However, there is no maximum losses mentioned in reactor specification. But
for transformer, maximum losses are mentioned. Please clarify the following
w.r.t transformer & reactor:
a) Whether loss capitalization is required for transformer & reactor?
b) If required, please provide the loss capitalization figures for transformer also
c) If not required, please provide the maximum loss values for reactor
As per Specification.
Volume - II, Section-II,
Reactor specification
cl.no. 3.3.7
As per referred clause, fiber optic sensors shall be embedded in each phase of
the winding located at hottest spot of 25MVAR reactor. In this regard, we are
not envisaging any FO sensors for Power transformer as there is no requirment
for the same in Power transformer specification. Please confirm. If required for
transformer, please furnish detailed specification for the same.
As per Specification.
Volume - II, Section-II,
Reactor specification
cl.no. 3.3.7
As per referred clause, fiber optic sensors shall be embedded in each phase of
the winding located at hottest spot of 25MVAR reactor. In this regard, please
clarify/furnish the following:
a) Requirement of Fiber optic temperature monitoring system.
b) Number of sensors to be embedded in each reactor
c) Technical specification for Fiber optic temperature sensing system
As per Specification.
Part-II, General conditions
of contract cl.no. 34.7.8
As per referred clause,it is mentioned that the type test certificates should not be
older than 7 years as on the date of Technical bid opening for which the date of
conducting of test shall be considered. However no separate type test charges
shall be paid to the bidders.
However, the reactor specification does not calls for submission of test reports.
As per cl. no. 5.2.3 of reactor specification, type test shall be carried out on first
shunt reactor. Please check and clarify whether type tests need to be repeated for
reactor or only type test reports are sufficient.
No separate type test charges shall be paid to the
bidders.
Type test reports are required to be submitted for
reactors and type tests shall be carried out on first
shunt reactor as per specification.
Volume-II, Section-III
Work of Laying of
substation earthing
Annexure-A sl.no.6
As per referred clause, it is mentioned that each riser to the structures be bolted
by two bolts to the structure leg. In this regard, we propose welded connections
for structure earthing as followed by all major state and central utilities. Please
confirm acceptance.
It may be discussed at the time of work execution.
Volume-II, Section-III
Work of stringing of bus
As per referred clause, it is mentioned that 45/70kN disc insulators shall be used
for 33kV suspension string. In the Bid price schedule there is no line item
As per BoQ.
bar and earth wire and
jumpering sl.no. I.c
Table
available for 45kN disc insulators. Hence we understand that 70kN shall be
followed for 33kV suspension string insulators. Please confirm.
Volume-II, Section-I,
Annexure-II(A) sl.no. 11
As per referred clause, the approved relay makes are ABB/ SIEMENS/
AREVA/ GE. But as per Section-II (Tehnical specification for 220kV & 33kV
control & protection panels), ANNEXURE –V2-P3-S1-1, in the approved make
and model of relays, ABB, Siemens, GE, Schneider, SEL, Sifang and ERL are
also mentioned. Hence, we presume that Bidder can choose from the makes
indicated in the Section-II, technical specification. Please confirm.
As per Specification.
Volume - I
Bid price schedule sl.no.
4.07
In the referred line item of BPS, 70/90kN disc insulators are mentioned. But in
specification, Volume-2, Section-III, sl.no.I.c, 90kN insulators are not specified.
Please check and confirm the application for the same.
Bidder may also use 90KN disc insulator against
70KN.
Section-II
800A LT Switchgear
Panel specification sl.no.
1.2
As per referred clause, the configuration of LT switchgear shall be as follows:
i) Incomer circuit shall be with one 800 ACB
ii) Outgoing circuit of fuse switch unit 200 Amps
However, in Bid price schedule sl.no. 3.16, 2# of 800A Incomer, 1#
Buscoupler, 2# Outgoing 400A, 6#Outgoing 32A are mentioned. As there are discrepancies in the above mentioned clauses, we presume that the
configuration as per Bid price schedule shall be followed. Please confirm.
As per BoQ.
Section-I
Scope sl.no. 2.0
As per Section-II, Outdoor Insulator specification, Page No.201, sl.no. 4.1,
minimum creepage distance of each 24kV insulator unit shall be 430mm. As
33kV BPI shall be provided with 2Nos. 24kV insulator stacks the total creepage
distance will be 860mm only.
But the Creepage Distance of 33kV system is 900mm (i.e. 25mm/kV).
Please check and confirm the creepage distance of each 24kV insulator.
Creepage distance for 33 kV insulator shall be
900mm and the same shall be followed for 24kV
insulator unit.
Control building layout
(Drg. No.
RSDCL/MCL/C39A/GSS-
I/007)
In the referred layout, LT switchgear room is not shown. In this regard, we
presume Bidder can modify the layout to accommodate the necessary facilities
without changing the overall dimensions of the building. Please confirm.
LT switchgear panel shall be provided in control
room.
Volume III, Section Civil,
Page no: 11& Schedule
BOQ-3(Civil part) Cl. No.
6
As per referred clause, The approach road is in scope of bidder.
However in technical specification the approach road type, length, width &
Detail specification not speicifed.
kindly provide the above details for approach road in order to estimate the
quantum of work. also include the separate item for the same in price schedule.
All the roads shall be of 3m and 4m wide.
Volume III, Section Civil,
Page no: 11 Cl. No: 5,
Point (9)
As per referred clause, It is mentioned that, "Invert of the drainage system shall
be decided in such a way that the water can easily be discharged above in High
flood level(HGL) outside substation boundary at suitable location upto a
maximum 50M beyond boundary wall of substation or actual whichever occurs
earlier and approved by Owner". Since the drain item is paid as LOT item.
Please furnish the HFL, to estimate the drain quantity.
The drainage system shall be developed in the
substation premises as per site location along the
outer road of switchyard.
Volume III, Section Civil, In technical specification it is not mentioned that, Drain shall be provided on One side of outer road of switchyard.
Page no: 11 Cl. No. 5 both side of road (or) one side of road.
We propose to provide the drain on one side of substation road. Please confirm.
Price schedule, Schedule –
3 Sl.no : 2
Based on price schedule, the site levelling is in bidders scope.
We trust that, the site levelling is to be done for the entire area with in plot
boundary.
please confirm.
Yes.
Price schedule, Schedule -
3 Sl. no : 2
Please provide the proposed FGL Level of Each SS since this item is mentioned
as Lot basis in Price schedule
FGL is generally maintained about 100mm to
150mm above the level of approach road.
Volume III, Section Civil,
Page no: 24 & Schedule
BOQ-3(Civil part)
18.8
In technical specification & price schedule, the RCC Grade is mentioned as
M20.
We propose to use RCC M25 instead of RCC M20, to optimize the design
requirement.
Please clarify.
As per specifications.
Price schedule, Schedule -
3 Sl.no : 2
As per referred clause, it is mentioed that "Site preparation including cutting,
filling of earth and leveling, dressing of complete substation area as per the
contour maps, enclosed with volume- III".
However in tender document (volume III) the same is not enclosed.
please provide the same.
Enclosed.
Price schedule, Schedule -
3 Sl.no : 43
As per referred clause, it is mentioed that "Construction of store shed as per
drawing attached with the specification".
However in tender document the drawing of store shed is not attached.
kindly provide the same. Inorder to estimate the quantum of work.
Enclosed.
Volume III, Section Civil
cl.no : 10
As per referred clause, it is mentioed that "A security room (Guard hut) shall be
constructed at the entrance of each GSS. The minimum dimension of the room
and associated toilet and pantry etc. is given on the drawing.".
However in tender document the drawing of security room is not attached.
kindly provide the same in order to estimate the quantum of work.
Enclosed.
Electrical layout plan -
NOKH SOLAR PARK
220/33KV PSS 1,2,3 & 4
As per referred layout, the meter room is shown near the LT trafo. However in
price schedule and technical specification there is no item for meter room.
Please include the same if required.
Item already in BoQ.
General Please confirm the requirement of fire detection system for control room
building. If required please include the same in Price schedule and provide the
specification.
Not required.
General We presume that there is no requirement of water based fire protection system
for sub station. Please confirm.
Yes.
M/s Bajaj Electricals Ltd.,
Mumbai.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
9
Clause Ref. Bidder’s query/comment RSDCL’s Comments
General As per pre-bid meeting discussion, kindly provide Plot and orientation of
proposed substations to calculate land development cost.
Bidder may refer ELP.
General
As per pre-bid meeting discussion, kindly provide FGL criteria of proposed
substations to calculate land development cost.
FGL is generally maintained about 100mm to 150mm
above the level of approach road.
General
As per pre-bid meeting discussion, kindly provide Design (various loading)
& Drawings of structure in proposed substations for foundation design.
Enclosed.
"Price schedule sec-3,
Item no. 28,29,30,31"
As per pre-bid meeting discussion, kindly provide specification or drawing
of the trench types mentioned in the price schedule as Type Ax, A, C, D.
Enclosed.
General
As per pre-bid meeting discussion. kindly confirm construction of drainage
is as per design.
The drainage system shall be developed in the substation
premises as per site location along the outer road of
switchyard.
Civil Works Tech Spec-
7.1, sl.no. 4
Pg no.12
As per pre-bid meeting discussion. We are considering foundation plinth
400mm and 1000mm for building foundation (As per technical
specification) above FGL. Kindly confirm
Yes.
Civil Works Tech Spec-
v7.1, sl.no. 5
As per pre-bid meeting discussion. We are considering 150mm thick Lean
concrete M7.5(1:4:8) below foundation as per technical specification.
Kindly confirm
Yes.
Civil Works Tech Spec-
v7.1, sl.no. 5
As per pre-bid meeting discussion. We understand that 300mm thick quarry
rubbish/murrum under the underground structures, foundations and cable
trenches is only required if black cotton soil is identified during soil
investigation. Please confirm.
300mm thick quarry rubbish/murrum are required due to
loose soil.
Civil Works Tech Spec-
v7.1, s.no. 5
Please provide the level above the FGL of Internal substation road and
approach road.
FGL is generally maintained about 100mm to 150mm
above the level of approach road. Level of Internal road
shall be at the level of switchyard foundation.
Price schedule schedule-
C, Item no. 5,6,7
As per Pre-Bid meeting, we are considering given 4 meter wide road as Yes.
approach road and internal road. It also include earth filling. Kindly confirm
General Please confirm that the drainage if required outside proposed substation
area alongside approach road will be paid seperately.
The drainage system shall be developed in the substation
premises as per site location along the outer road of
switchyard.
General Please clarify the requirement of firewall between the transformers. If
required, please include the separate line item in the price schedule for the
same.
Not required.
Civil Works Tech Spec-
sl.no. 10
As per pre-bid meeting discussion, kindly provide drawing of security hut,
store shed and other standard drawings.
Enclosed.
Civil Works Tech Spec-
sl.no. 11
The thickness requirement for brickwork is mentioned 350mm in the
technical specification whereas generally 230mm is provided. Please
confirm that 230mm thickness of brickwork can be used for the boundary
wall.
As per specification.
Bid Price Schedule In BOQ, Sr.No-2.03 & 2.04, The Rated short circuit Current for 220 kV
SF6 Breaker & Isolator is mentioned as 40 KA for 3 Sec. But In Sr.No-2.09
, The Rated short circuit Current for 220 kV CT is mentioned as 40 KA for
1 Sec Current Transformer.
Kindly Clarify
As per specification.
Bid Price Schedule 20 No. of 33kV CT Junctions boxes and 6 No. of 33kV PT Junction Boxes
are Required for Per PSS.
But in BOQ, Sr.No- 2.16, 6 No. of 33kV CT/PT Junction boxes are
Provided per PSS
Kindly Clarify
As per BoQ.
Bid Price Schedule Junction Boxes for 33kV CT & PT are Provided in Price Schedule but for
220kV CT & CVT Junction boxes are not provided in Price Schedule
Kindly Add in Price Schedule
As per BoQ.
Bid Price Schedule In BOQ, Sr.No-2.22, 14 No.sof 33kV Isolators without Earth Blade
(2500A,31.5kA for 1 Second) are given Per PSS. But as per SLD, 12 No.s
of Isolators without Earth Blade are Required Per PSS.
Kindly clarify.
As per BoQ.
Technical Specification In Technical Specification of Page No-129 ,CL No-2 and Point No-II, It is
mentioned that 33kV Auxillary Bus Bar Arrangement shall be on Single
Tarantulla conductor but in sectional layout of Page no-602, for 33kV
Auxiliary Bus Bar Arrangement shall be on Twin Tarantulla condcutor.
Kindly confirm
Auxillary Bus Bar shall be of Single Tarantulla.
Bid Price Schedule&
Technical Specification
We understand that 33kV Outgoing Arrangement is not in our scope.
Kindly Clarify
Scope of work shall be as per specification.
Technical Specification In SLD , It is mentioned that 33kV CT-PT are in NTPC Scope but in
Electrical Layout, 33kV CT-PT Set & LA's for 12No.s 33kV Feeders in
Outdoor kisoks are mentioned in NTPC Scope.
Kindly Clarify the scope
Scope of work shall be as per specification.
Technical Specification Kindly Provide Technical Specification of conductor as required for this
tender.
Conductor specification enclosed.
Bid Price Schedule Quantity of PLCC & FOTE Equipments are mentioned for PGCIL 765kV
Bhadla II GSS.
Kinldy elobrate the scope of work involved for PGCIL 765kV Bhadla II
GSS
As per BoQ.
Bid Price Schedule In BOQ, Sr.No-1.12 , 8 No.s of Wave Trap Structure are Provided. But in
BOQ, Sr.No-11.08, 4 Nos of Wave Trap are Provided.
Kindly Clarify
As per BoQ.
Bid Price Schedule In BOQ Sr. No-4 (4.01 to 4.03) Hardware is mentioned as Zebra Equivalent
Weight where as Conductor is of AL-59 Equivalent Moose Kindly clarify.
Conductor is AL-59 Moose Equivalent and Equivalent
Weight Zebra
Bid Price Schedule In BOQ Sr. No-4 (4.04 to 4.05) Hardware is mentioned as Suitable Twin
Tarantulla conductor Where as in section -III 33KV Auxillary bus is of
Single Tarantulla. Kindly confirm if hardware suitable for Single Tarantulla
Conductor have to be considerd in Same Boq Item.
As per Bus arrangements.
Bid Price Schedule In BOQ Sr. No-11 (11.08) Wave trap Specification is of 0.5mH/1600A
Where as in technical Specifcation it is provided as 0.5mH/1250/2000A.
Kindly clarify the requirement
As per BoQ.
Layout/ EKD For 33KV Type of Structure Details not provided in Layout Drawing/
Section Drawing. Kindly provide.
Please refer ELP.
Technical Specification Technical Specifications of AL-59 Equivalnet Moose Conductor and
Tarantulla Conductor Specifications not provided in Technical
Specification.
Enclosed.
Earthing Kindly provide Soil Resisvity details of all 4 Substations Enclosed.
Volume I part 1
ITB Cls.no 15. 2
All taxes & other levies except GST in respect of the transactions between
the owner and the contractor under the contract.
As informed in Pre-Bid meeting, client will pay 100% GST at actual after
submission of invoice. Kindly confirm
As per Govt. provisions.
Volume I part 1
ITB Cls.no 2.1 (i)
As per pre-bid meeting discussion, contractor's can provide undertaking if
they want to introduce new vender who is meeting technical/qualifications
criteria of tender documents. Same can accept. Kindly confirm
Bidder has to meet the qualifying requirement as per the
specification.
Volume I part 1
SCC Cls.no 35.3 & 35.4
As per mentioned clause and confirmed in pre-bid meeting , contract will
award to only single contractor not to multiple contractors as mentioned in
said clause. kindly accept
As per specification.
General As confirmed in pre-bid meeting, we can charge the substation with 220KV
side for commissioning and taken over purpose. If solar energy is not ready
at the time of commissioning. Kindly accept.
We may charge substation from 220KV side for
commissioning purpose.
Volume I part 1
ITB Cls.no 23.3
As per mentioned clause, Bid Security (EMD) need to submit in form of
DD &BG. Kindly accept total EMD value in BG only.
It will remain same as per the tender specification.
Volume I part 1
ITB Cls.no 23.3
As per mentioned clause, EMD BG on the Rajasthan State Non Judicial
Stamp Paper of Rs.100/- (or as per GoR rules).
Kindly provide the exact value or else the GoRrules(document).
As per the applicable norms of Rajasthan Stamp Authority.
Volume I part 1
ITB Cls.no 23.3
To generate the BG, we required some more details as per recent changes in
banking sector to issue any BG. Following details required.
1. Bank name
2. Account number
3. IFSC code
RSDCL Bank Details are as under:
Bank: Oriental
bank of Commerce
Branch: RSAMB, Jaipur
Account No.: 11331131000550
IFSC code: ORBC0101133
Volume I part 1
ITB Cls.no 23.3 Kindly provide details of preferred bankers for bank guarantee.
Scheduled Banks of RBI.
Volume I part 1
ITB Cls.no 23.6
As per mentioned clause, it is mentioned bid security of the successful
bidder will discharge after execution of Contract Agreement and furnishing
of Security & Performance Guarantees. Kindly provide exact duration.
As per tender specifications.
Volume I Part 3
SCC Cls.no 11
As per metioned clause, owner indicated quantity may vary upto any
extent without any change in unit price. In pre-bid meeting, same was
discussed to make some limitation/capping of 5% of the total contract
value. Kindly confirm.
As per tender specifications.
Volume I Part 3
SCC Cls.no 11
As per mentioned clause, we understand this variation of quantity by owner
should be in contract period only. (15 months) kindly confirm.
Contract including variation, if any has to be completed
within the period mentioned in the specification.
Volume 1 Part 3
SCC
As per mentioned clause, contractor has to place 3 expert engineers in each
PPS who can handle initial operations and shall run the substation along
with RSDCL.
We presume scope is not including any periodic preventive maintenance
and security of those PPS. if such scope is included, given information is
not sufficient.
Kindly elaborate exact scope.
The scope shall be as per specification.
Volume 1 Part 2
GCC Cls.no 29.1
As per mentioned clause. If desired by RSDCL, the contractor shall
undertake to train free of cost. For the period and the nature of training for
the individual personnel shall be agreed upon mutually between the
contractor and the owner.
We presume that 4 no of engineers from RSDCL can be trained for 2 days
each for major equipments, kindly confirm. Otherwise it is difficult to
estimate.
As per specification.
Volume I part 1
ITB Cls.no 15.8
As per mentioned clause, All contracts/ contractors with the Govt. shall
require Registration of workers under the Building & other Construction
Workers (Regulation of Employment & Conditions of
Service) Act, 1996 and extension of benefit to such workers under the Act.
It will be deducted as per the applicable norms of Rajasthan
State and BOCW Cess Act.
Deductions of cess at source will be made as per provisions of the said
Act, in force from time to time.
From the above we understand that 1% will deduct from service portion of
the contract. kindly confirm
Volume I part 1
ITB Cls.no 38.1
As per mentioned clause, it is mentioned that signing of contract agreement
on Rajasthan State Non- judicial stamp paper of appropriate worth as per
stamp duty applicable in Govt. of Rajasthan along with copy of the order.
Value of those stamp papers is not clear and also as per past records it is
much expensive. so, kindly allow signing of contract agreement/documents
on stamp papers from other states/contractor location.
As per Rajasthan Govt. norms.
General
kindly provide details of limitation of liability & Arbitration clause.
As per arbitration rules.
Payment of lot item we presumed, that progressive payments for LOT items will be paid after
submission of detail BOQ. Kindly confirm
Yes.
M/s K. Ramachandra Rao Transmission & Projects Pvt. Ltd.,
Hyderabad.
Ref: Your e-mail dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
10
Clause Ref. Bidder’s query/ comment RSDCL’s Comments
Note – 2
Page No 2
Kindly notify the value of Non Judicial stamp papers which are to be purchased from
Rajasthan State for execution of a Bid Bond of INR 3,87,04,000/-
As per the applicable norms of Rajasthan Stamp
Authority.
2.1- Part –I
Instructions to
Bidders
Most of the EHV Turnkey Substation projects invited and executed by leading Utilities/
PGCIL have Contractual Provisions of Free Issue of Power Transformers and accordingly
bidder‟s experience of having Erected, Tested and Commissioning of Power Transformers besides undertaking Design, Supply ,Erection, Testing & Commissioning major
material/Equipments i.e. circuit breakers, switchyard structures, CTs, PTs, CVTs, LAs,
Isolators, Control & Relay panels including associated Civil Works would be considered as
part of meeting Qualification requirements.
As per specification.
As discussed and mutually agreed in principal during the pre bid meeting the Bidder‟s would need to furnish an Undertaking on a Non Judicial Stamp Paper of Rs 300/- that the Offered
substation equipment shall fully comply with RSPDCL Technical requirements & the
selected Vendors should have made supplies to PGCIL/ NTPC within stupid little time
frame.
In view of this UNDERTAKING there will not be any additional need for furnishing
separate Manufacturing Authorisation from individual substation equipment manufacturers.
Kind confirm.
As per specification. However, RSDCL may
accept the material from approved vendors of
PGCIL subject to furnishing of documentary
evidence in this respect and approved by RSDCL.
15.8 ROYALTY
Kindly clarify the details of Royalty payments to be made to Department of Mines at bidding
stage so that these are factored in the offered pricing.
It is applicable during execution of contract.
17.5 – Time
Schedule
Since the Package bidding requirement is on FIRM PRICE BASIS , deferment of Project
completion Schedule beyond the proposed schedule would entitle Project Executing
Contractor claim price variation AT THE SAME PENALTY RATES AS STIPULATED
vide Clause 14.0 DELAY IN DELIVERY/ COMPLETION. Pl confirm.
Price will be FIRM only.
39 Common for
all type of Bank
Guarantees
Keeping in view the large estimated value of the package, we request you to accept Separate
BGs for
(i) Supply (ii) Erection and (iii) Civil contracts. Kindly confirm.
As per specification.
Part – II-
GCC14.0
DELAY IN
DELIVERY/
COMPLETION
RSPDCL as a Project Developer has rights to impose Penalty in the event of delays in project
completion. However, we seek explicit time lines on the part of RSPDCL thereby ensuring
minimum loss of cycle time for overall project execution:-
Granting approval of Engineering drawings/ GTP-Maximum within 7 days of its submission.
Organizing inspections maximum within 7 days of inspection call and empowering
inspecting officer to accord Dispatch Instructions immediately upon successful completion of
inspection activities at the place of inspection if found all tests passed.
As mentioned in the specification.
34.3 Due date
for payment
Kindly define specific timelines for the release of payments in the overall interest of project's
quick completion within the stipulated time frame.
(i) Process of bills/Material Receipt at Site - within 3 days of its receipt of materials.
(ii) Release of payments from CPC -Maximum within 10 days from the date of its receipt at
Accounts.
As mentioned in the specification.
We further request you to provide the following;
1 Kindly provide Technical Specifications for Nitrogen Injection Fire Protection system 100
MVA transformer & for 25MVAR reactor.
It will be as per Manufacturer of transformer and
reactor.
2 Technical specification for the 220kv & 33kv CT/PT Junction Boxes required. As per standard.
3 Technical specifications of Street Lighting Poles required. As per standard.
4 Soil Resistivity report of all Four Propose substations is required if available. This is required
to design and arrive at the quantity of earthing material as it is a LOT item
Enclosed.
5 Kindly provide Soil Bearing capacity, Water table / Bore log / Contour drawing / FGL / GPS
coordinates of all 4 substations as these are required to design the Civil foundations of
Control Room & Road, Drain etc., if available. These are required to design foundation for
structures, PTR plinth, control room and other foundations.
Soil report and Contour map enclosed.
6 GTP formats of the Substation Equipments are missing. Kindly provide if available. Technical parameters of all major equipments are
given in the specification. Bidder has to furnish a
confirmation regarding supply of various
equipment/ material as per technical particulars
mentioned in the specification.
M/s Shyam Steel Industries Ltd.,
Kolkata.
Ref: Your e-mail dated 11.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
11
Query RSDCL’s Comments
In your given make list, name of many vendors are appeared either they are closed or not
working presently. We are requesting for acceptance of vendors for this package who are
already approved in others state utilities or PGCIL. Reactors make should be same make
of Transformer. Please confirm.
Approved vendors shall be as per specification. However, RSDCL may
accept the material from approved vendors of PGCIL subject to
furnishing of documentary evidence in this respect and approved by
RSDCL. Reactors makes may be same as of Transformer.
You have asked Value of Performance Guaranty – 1) Security Bank Guarantee -2%
valid up contract completion period ie, 15 months. And Performance Bank Guarantee-
10% till 12 months beyond actual date of taking over. ie, would be valid up to 27 months.
Please clarify.
As per specification.
In the Transformer specifications Voll-II (technical specification) clause no 1.40, you
have mentioned that “ Overall Guarantee period of Transformer & Reactor are 30 months from the date of commissioning or 36 months from the date of supply at site whichever is
earlier. For others items you have asked for 12 months from the date of commissioning or
18 months from the date of Supply whichever is earlier. Please clarify modus of
documents which are to be furnished.
Performance Bank Guarantee for relevant periods is to be furnished.
Detailed Technical Specification for Nitrogen Injection Base Fire Protection system for
100MVA Transformer and 25MVAR Reactors are required.
It will be as per Manufacturer of transformer and reactor.
Technical Specification for 220KV & 33KV CT/PT Junction Boxes are required. As per standard.
Technical Specification of Street Lighting Poles are required. As per standard.
Please arrange to give us Soil Resistivity data of all 4 proposed substations area. Soil report enclosed.
Please arrange to send us Soil Bearing Capacity, water table/bore log,/ contour
drawings/FGL/ GPS co-ordinate of all four substations etc. These are required to design
the civil parts like, foundations/control room/road /drain etc.
Soil report and Contour map enclosed. Coordinates are available in
specification.
ITB Cl. No XIV)-Confirmation of GTP–Please clarify if we have to furnish GTP of
Equipment. If so, please provide the Format of GTP (Only the GTP of Reactor is
available in Technical Specification).
Technical parameters of all major equipments are given in the
specification. Bidder has to furnish a confirmation regarding supply of
various equipment/ material as per technical particulars mentioned in the
specification.
Request for consideration of price variation clauses as per IEEMA instead of firm price
contract as asked.
As per specification.
Request for time extension further 3 weeks for submission of competitive bids after duly
site visits etc.
No, it will as per specification.
M/s Montecarlo Ltd.,
Jaipur.
Ref: Your email dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
12
Clause No. Brief Description mentioned in the Document Clarification Sought by MONTECARLO RSDCL’s Comments
Power
Transformer 1.13:
GUARANTEES:
1.13.1: The bidders are required to offer the Transformers
having „No Load‟ & „Load‟ losses not exceeding the following values, without any positive tolerance:
(i) No load losses at rated voltage, normal ratio & rated
freq.:38 kW.
(ii) Load losses at rated current, normal ratio, rated freq.
&:250 kW.
75 deg. C including auxiliary loss.
The bidders quoting losses more than the values prescribed
above in GTP shall be rejected. No benefit shall be allowed
to the bidders quoting losses less than the above prescribed
values.
1.13.5: For the purpose of comparison of tenders, the quoted
prices shall be capitalized for the „No Load‟ losses and „Load‟ losses in two windings (HV+LV) including Auxiliary losses at the same rate as given at clause No. 1.13.2 for the
penalty/recovery, on the basis of max. guaranteed losses
figures including tolerance, if any. The Auxiliary losses shall
be the losses for two groups of cooler fans. Losses for
standby arrangement will not be accounted for
penalty/capitalization purpose.
However, as per following clause
capitalization shall be applicable for subject
enquiry :
Please note above clauses are contradictory.
Kindly confirm whether subject enquiry should
be quoted with fixed losses or Capitalization
shall be considered. In case of capitalization,
also explain its application, as it is stated that
there shall be rejection for high losses and no
benefit for low losses.
Bidder may quote lower losses
than the prescribed limit (clause
1:13:1).
If bidder doesn‟t prescribe any
tolerance limit in tender than limit
as prescribed (10% and 15%, as
per clause 1:13:3) will be
considered.
If any bidder quotes less than the
prescribed limit then for
evaluation purpose, the
capitalization is required.
CONTROL &
RELAY PANEL
1. Please provide us the detailed specification
for Control & Relay Panel as Section-II
provided only shows the Type of CRP to be
considered. Details of protection requirement
are missing from the document.
2. Kindly provide the Protection SLD.
3. What will be the requirement of PMU for
220KV Line connected to the Grid side.
4. What will be the protection requirement for
Line feeder.
As per specification.
For short lines, RSDCL will
prefer to provide differential
Clause No. Brief Description mentioned in the Document Clarification Sought by MONTECARLO RSDCL’s Comments
Is it a distance protection or differential
protection?
5. Each PSS-1,2,3,4 has two 220kV Line
feeders, are both of these lines connected to the
Grid side?
6. Is there any requirement of Solar SCADA +
PPC Controller as well?
7. Is PQ meter required to be considered in
220KV Line feeders?
protection.
Details of feeders are available in
ELP. However, a copy of
internal/external lines map is
enclosed.
BOQ
In Supply BOQ (Sr no. 1.08, 1.12, & 1.14 to 1.18) Structure
& Equipment Quantities are mismatched with their
foundation Quantities which are mentioned in Civil BOQ. Kindly Correct & upload revised BOQ.
As per BoQ.
M/s Gupta Power Infrastructure Ltd.,
Kolkata.
Ref: Your e-mail dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
13
Query RSDCL’s Comments
Drawings & BOM is required for all equipment structure & equipment foundations as
same are not provided in tender documents.
BOM is available in specification. Drawings enclosed.
Drawings & dimensions of Dormitory building (item no. 51, BOQ 3) is required as same
is not given in tender documents.
Drawing available in specification. Ceiling height of Dormitory building
shall be 3300mm from FFL.
Contour map is required ( item no. 2, BOQ 3) Enclosed.
Layout & section drawings of Drainage system is required ( item no. 4, BOQ 3) The drainage system shall be developed in the substation premises as per
site location along the outer road of switchyard.
In tender documents you have mentioned that “Bank Guarantee of EMD will be on the Rajasthan State Non Judicial Stamp Paper of Rs. 100/- (or as per Govt. norms)”, Request you to clarify the amount of stamp paper required for Bank guarantee.
As per the applicable norms of Rajasthan State Govt.
In tender documents you have mentioned that 20% value of bid security will be paid
through DD/Banker‟s cheque. We request you to consider 100% Bank Guarantee against
bid security.
It will remain same as per tender specification.
In Price BOQ 1, S. No. 2.12, items S. No. 2.26, items S. No. 4.01 to S. No. 9.02, S.No.
12.11 are given in “Lot”. Request you to provide quantity break up of these items. Quantity break up of items will be provided at the time of work
execution.
Due to various holidays on Holi festival & various bank holiday & financial year closing
there is a very less working window; all of our vendors are demanding some more time to
submit their quotations. We request you to extend bid submission date at least 15-20 days
enable us to submit a most competitive bid.
No, it will be as per specification.
M/s Transrail Lighting Ltd.,
Nagpur.
Ref: Your e-mail dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
14
Query RSDCL’s Comments
We need structure Drawing of Switchyard items mentioned in BOQ Sr.no. 1.01 to
1.19 and 2.01 to 2.30.
These are standard structures generally used in EHV substations.
We also need foundation Drawing of Switchyard equipment, Tower etc. Enclosed.
SBC report for proposed substation area Soil report enclosed.
Kindly confirm which documents we need to submit in hard copy/physical form &
also in online mode
As mentioned in the specification.
Kindly confirm Beneficiary Bank Details (i.e., Name of the Bank, Account Number,
Branch IFSC Code and Bank Address) for issuing EMD BG through SFMS platform
RSDCL Bank Details are as under:
Bank: Oriental
bank of Commerce
Branch: RSAMB, Jaipur
Account No.: 11331131000550
IFSC code: ORBC0101133
M/s Kalpataru Power transmission Ltd.,
NOIDA.
Ref: Your e-mail dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
15
Clause reference Query RSDCL’s comments
General Kindly provide the X/R ratio of the system. It shall be provided at the time of work
execution.
As per Tender
Documents
Earthing:
i) Kindly provide tentative value of resistivity for estimating the earthing material quantity.
Enclosed.
As per Tender
Documents
Jack Bus & Dropper Conductor:
Line Side Condutor Name & Type: Kindly confirm the type of conductor entered in the
substation from TL side to consider the type of clamps and connectors suitable for them
accordingly in each substation
Hence,kindly Furnish conductors arrangement details for the scope Substations
As per specification.
As per Tender
Documents
Electrical Equipments: Cl. No.15 & Sl. No2.17 of TS: 30kV LA quantity mentioned are not
suffiecient to accommodate no. of Lines & Transformer Bays shown in the SLD. Please
clarify.
As per BoQ.
As per Tender
Documents
Cable Trench:
i) Kindly provide a typical standard Indoor and Outdoor Cable trench drawings for our
reference for the new substation.
ii) We under stand that Cable tray laying is not required in the outdoor trench. Kinldy confirm
our understanding else please furnish typical standard Cable Trays drawing to be laid in
different type of Trenches for our reference.
Enclosed.
As per Tender
Documents
Control & Power Cabling: Kindly Confirm the below Points:
i) Isolator, CT & CVT cabling will be provided in PVC pipe. There will not be any provision
of RCC trench. PVC pipes will be
ii) Power & Control cables in switchyard shall be laid on cable support angles only.
iii) Kinldy furnish standard Control & Power Cable termination Philosophy (if any).
Cabling will be in the trenches. Laying of
cables will be as per specification.
As per Tender
Documents, As per
Cl. 9, Specific
Requirement
sl.no.(m),
ACDB & DCDB Switchgears :
i) Referring "TECHNICAL SPECIFICATION FOR 220V DC CONTROL AND
DISTRIBUTION BOARDS", we understand that DC supply shall be looped from One
protection Panel to another Protection Panel rather than dedicated DC feeder coonection to
each Protection panel. Kindly Confirm our understanding to freeze the no. of DCDB Feeders.
ii) Kindly furnish a Typical Standard LT SLD for our reference to review the load list
indicating the practice of client .
iii) We are not considering feeders for future bays.
As per specification.
As per Tender
Documents
Firefighting System: –
From TS we understand that there is no provision of online gas monitoring system for
Transformer and 25MVAr Reactor. Kinldy confirm our understanding.
As per specification.
As per Tender
Documents
Illumination System: –
i) In TS there is no provision/quantity/type of Lighting Distribution Boards e.g. Main Lighting
DB & Emergency Lighting LDB.
Kindly furnish a Typical Standard Lighting SLD for our reference and to finalise the vendor.
ii) We have assumed that there won't be any work of solar lights in our scope. Kindly confirm.
As per specification.
As per Tender
Documents
Remote end PLCC/FOTE Aux. system requirement:
ii) We have excluded, if any, remote end PLCC/FOTE equipment power & control cabling.
As per specification.
As per Tender
Documents
CRP & SAS and Busbar Protection: Refering Cl. No.9.5, Type of 33kV Line protection i.e.
Main-I is not clear. Please specifiy clearly.
Type of 33kV Line protection is given in
the specification.
As per Tender
Documents
cl.No.15, page no.
137 of 607
The quantities provided in excel BOQ does not match with the qunatities provided in
Annexure of Clause no. 15, page no. 137 of Tender documents. We understand that we need to
follow excel BOQ.
As per BoQ.
Please refer cl. No.
15.8 of Tender
Documents
As per refered clause, we need to pay royalty to the Department of Mines, GoR. Kindly
confirm the percentage of royalty.
As per Govt. norms.
As per Tender
Documents
We need to submit EMD (BG) on Rs. 100 Stamp Paper of Rajasthan. Please confirm As per Govt. of Rajasthan Stamp Duty
rules.
Technical
Specification
We request to please provide the standrad structure and foundation drawing of substation for
reference purpose of BOQ estimation
Enclosed.
Hindrance
Register
Hindrance register shall be maintained by us at site which shall include the delays due to force
majures, natural calmaities etc. and extension/compensation shall be provided to us for the
same
Project has to be completed in the given
time period.
Galvanizing
Thickness
We understand that as per civil structural Technical specification provided with tender
documents 610 gm/m2 galvanization is required for the steel structure conforming IS-4759
As per IS and standard provisions.
Soil Report and
Soil Resistivity
Please provide, if possible complete soil physical and chemical properties report along with
soil resistivity report for estimation purpose only
Soil report enclosed.
Design/Estimation
of Foundation
Please provide contour plan if available of subject site and please confirm the FGL for
estimation purpose only
Contour map enclosed.
Boundary Wall
Design
Considering the technical specification and guidelines for civil work provided with tender
documents for design and construction of Boundary wall, We presume that there is no
requirement of Brickwork below plinth level for filling area, Please confirm
Yes.
Water Drainage
system
We presume that there is no requirement of Drain along Boundary Wall and only drain will be
required for collection of storm water for switchyard area only, open brick drain will be
constructed by successful Bidder, Please confirm our understanding
The drainage system shall be developed in
the substation premises as per site location
along the outer road of switchyard.
M/s Stelmec Ltd.,
Mimbai.
Ref: Your e-mail dated 12.03..2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
16
Reference
Clause
Description Query raised by Stelmec Ltd, Mumbai Response by RSDCL
Tender Document
Section Civil-3.0
Site will be handed over in
“AS IS WHERE IS” condition.
We understand that with the description that Soil Investigation & Contour
levels are in Bidder's scope. However, we presumed that hassle free land
will be handed over to the bidder.
Yes.
GENERAL
Water for construction works
& Drinking Purpose
It is bidder's responsibility. However, we understand that Supply of water,
wherever available with the RSDCL, may be made available for the
construction purposes at the prevailing rates and the same shall be given
at an agreed single point at the site. Please confirm.
The Contractor shall make his
own arrangements for power,
water and other facilities
necessary for the
construction/erection of
Pooling Sub-stations at his own
cost.
GENERAL Electricity & Power supply
for construction works
It is bidder's responsibility. However, we understand that bidder's can get
the same by applying to local DISCOM (VVNL). RSDCL good office will
help to get continuous construction power at an early stage. Also, the
expenses for obtaining the connection and payment towards consumption
of electricity as per billing by the DISCOM (VVVNL) shall be born by
bidder. Please confirm.
Site Visit
GENERAL
Construction of Approach
road
It is bidder's responsibility. However, we understand that requirement is
for construction purpose only & the same is temporary approach road. If
"Pakka road" after charging is required shall be paid extra as actual. Please
confirm.
As mentioned in the
specification.
Tender Document
Section Civil-3.0
Site shall be graded to the
levels as per the FGL
(finished grade level) which
includes clearing the site area
free of bushes, trees including
removal of roots.
Please furnish the proposed Finished Ground level. FGL is generally maintained
about 100mm to 150mm above
the level of approach road.
Top of Switchyard
Foundations & Building
Plinths w.r.t to FGL
Section Civil-3.0,
Top of switchyard
foundations plinths and
building plinths shall be
minimum 400 mm and
1000mm above finished
ground level respectively.
We propose Switchyard foundations Top is 300mm in place of 400mm &
Building Plinth is 750mm in place of 1000mm w.r.t FGL level. Please
accept our proposal.
As per specification.
GENERAL
Grade of RCC &
Reinforcement steel
We understand as per Tender spec, Grade of Cement is OPC -43, Mini.
Grade of RCC is M20 & Grade of Reinforcement steel is Fe-415.
As per specification.
Grade of Lean concrete
(PCC) & Thickness
We understand with the tender specification that Grade of Lean Concrete
(PCC) is M7.5 & thickness is 150mm. Please confirm.
As per specification.
Thickness of Compacted
Layer i.e. Morrum/Rubbish
under lean concrete
We understand with the tender specification that Minimum 300mm thick
compacted layer of quarry rubbish/morrum shall be provided under lean
concrete. Please confirm.
As per specification.
Usage of PPC Cement and
Fly ash bricks
Please provide the confirmation on usage of PPC grade cement for work
below ground level & Fly as bricks.
As per specification.
Brick/Block Masonry have
mini. Compressive strength is
35kg/cm2
We proposed RSDCL to allow Fly ash Bricks or AAC blocks or Concrete
blocks along with Burnt clay Bricks, as there might be a shortage of Burnt
Clay bricks at this premises and work may get delayed. It is advisable to
have 2-3 options so that work shall not be hampered. Kindly Accept our
proposal.
As per specification.
Quantity variation We request to provide us the details on the maximum allowable quantity
variation in percentage.
As per specification.
The grade of Rail Section to
be used for Transformer
We presumed that the rails shall be of prime quality 52 kg/m medium
manganese steel as per Indian Railway specification T-12-96 (880 Grade)
and its subsequent revision. Please confirm.
As per specification.
Civil Price Bid-BOQ-3,
Sr No-15
Construction of Foundation of
PIS Type Structure
We understand Construction of PIS Type Structure Means BPI Structure.
Please confirm
PIS type structure.
Civil Price Bid-BOQ-3,
Sr No-27 to 30
Ferro Cement Cover Please brief in detail regarding Ferro cement cover and furnish the mini.
Thickness of cover slab.
Drawing enclosed.
Civil Price Bid-BOQ-3,
Sr No-27 to 30
Construction of Type Ax,
Type A, Type -C, Type-D
Cable Trenches
Please furnish mini. Clear dimension of Trench or GA of each type
Trench with mini. required details
Drawing enclosed.
GENERAL
Bore well for water supply We understand that bore well for water supply is not in Bidder's scope.
Please confirm.
The Contractor shall make his
own arrangements for power,
water and other facilities
necessary for the
construction/erection of
Pooling Sub-stations at his own
cost.
Power during charging We understand that Power during charging is not in Bidder's scope. Please
confirm
General Permanent water supply We understand that permanent water supply after charging/handing over is
Owner's responsibility. Please confirm
Civil Price Bid-BOQ-3,
Sr No-45
Construction of
Security/Guard Hut at Main
Gate
Please furnish the mini. Built up area for Security/Guard Hut or furnish
the Arch Plan.
Drawing enclosed.
M/s Stelmec Ltd.,
Mimbai.
Ref: Your e-mail dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
17
Clause No. Description as per Specifications /BOQ KEI
Submission/Queries
RSDCL’s Comments
SCC 10.0 Time
Schedule
For the purpose of Clause No. 17.0 of ITB, the schedule for completion of
supply of material/ equipment, successful erection, testing, commissioning
& execution of Civil Works of all four 220/33kV Park Pooling Sub-stations
and their handing over to RSDCL, complete in all respect as per
specification of entire work shall be 15 (Fifteen) months from the date of
issue of detailed purchase/work order(s). The completion period is inclusive
of monsoon period also.
The contractor will immediately mobilize its resources for development of
shop, sketches and proto assembly of structures (if required), selection of
vendors for other works, material/ equipments, placing orders on them and
opening of site offices etc. accordingly.
As the Sub-Station Sites
is located in the remote
location so we hereby
request you to ammend
the Completion Period
to 24 Months after
handing over of sites for
smooth and timely
completion of the
project.
No, it will be as per specification.
SCC 7.10 Terms
of Payment
7.1 The payments for the material/ equipment or erection work shall be
made as under only after execution of the Contract Agreement (CA) and
furnishing of Security Bank Guarantee of 2% of total contract value (valid
upto 90 days from the date of handing over of all the Pooling Sub- stations
after commissioning), Performance Bank Guarantee of 10% of total
contract value (valid upto one year from the date of handing over of all the
Pooling Sub-stations) and Project Implementation Schedule (L-2 Network)
and its approval as per the following relevant clauses.
All payments shall be made in accordance to Clause 34.3 of GCC from the
date of submission of duly verified bills & completion of all contractual
formalities as per requirement of contract.
We would like to submit
that Performance Bank
Guarantee of 10% of the
total contract value is a
normal practice of all
the utlilites in India. We
hereby request to
ammendent/remove the
clause of submission of
Security Bank guarantee
of 2% of the Total
Contract Value.
It will remain same as per tender
specifications.
Plot Size Plot Size Please provide us with
the details of Sub-
Station for further
Designing and preparing
competitive Bid.
As per ELP.
Soil
Invertigation
Report
Soil Investigation Report Please provide the soil
Investigation report of
all Sub-Station as it is
not available in the
tender documents.
Soil Report enclosed.
Approved
Vendor List
Approved Vendor List Please provide us with
the Approved Vendor
List for all
Equipments/Material.
As per specification.
Reactor Losses Reactor Losses of reactor is not
available in the tender
documents, please
provide us with the
same.
Bidder has to quote the losses of the reactor
and to be enclosed with the technical part of
its bid.
Foundation
Drawing
Foundation Drawing Please provide us with
the foundation drawing
of Sub-Stations as it is
not available in the
tender documents.
Enclosed.
M/s GE T&D India Ltd.,
Jaipur.
Ref: Your email dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
18
Query RSDCL’s Comments
With reference to the subjected NIT we are in process of reviewing the tender document and preparation of Pre-bid Queries
on the same.
Request you to please allow us time till 18th
of March to submit of queries.
No, it will be as per tender
Specifications.
M/s Suncity Enterprises Ltd.,
Jaipur.
Ref: Your letter dated 06.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
19
Clause Ref. Description Bidder’s clarification/ proposed amendment RSDCL’s Comments
PQR Clause
No. 2.4 (A) &
(B)
As per PQR Clause No. 2.4 (A) & (B) both
partners individually meet the qualification
criteria.
Both partners meet the qualification combined As per tender Specifications.
M/s Ashoka Buildcon Ltd.,
Nashik.
Ref: Your letter dated 29.02.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
20
Clause Ref. Description Bidder’s clarification/ proposed amendment RSDCL’s Comments
2.1 Technical
Criteria: For
Pooling Sub-
station work:
Experience:
Para 2 Page
No. 7
The aforesaid sub-stations or switchyards must
have at least two Nos. circuit breaker bays of
220kV class or above, out of which at least one
bay should be for controlling of a power
Transformer. Also, one sub-station or switchyard
must be in satisfactory operation for at least a
period of one year as on the date of Technical bid opening on turnkey basis within last seven
years immediately preceding the date of
Technical bid opening. A circuit breaker bay shall
mean the bay having at least one circuit breaker,
2 dis-connectors and 3 Nos. single phase CTs.
The aforesaid sub-stations or switchyards must have at
least two Nos. circuit breaker bays of 220kV class or
above, out of which at least one bay should be for
controlling of a power Transformer. Also, one sub-
station or switchyard must be in satisfactory
operation as on the date of Technical bid opening on turnkey basis within last seven years immediately
preceding the date of Technical bid opening. A circuit
breaker bay shall mean the bay having at least one
circuit breaker, 2 dis-connectors and 3 Nos. single
phase CTs.
No, it will be as per tender
Specifications.
M/s Kailash Devbuild (India) Pvt. Ltd.,
Jabalpur.
Ref: Your letter dated 12.03.2020.
Replies against the queries pertaining to the tender document [TN 03(2019-20)].
21
Query RSDCL’s Comments
Bid Security – The section 2(ii) of note to invitation of bids required bid security of Rs.
4,83,80,000/- of this 20% is required to be submitted in cash. This is contrary to prevailing
practice in other transmission utilities and will result in blockage of funds and difficulties in
cash flow.
We would request you to amend this and allow the entire bid security to be submitted in
form of bank guarantee in line with what is being assured for elsewhere.
As per tender Specifications.
Payment – During the course of pre-bid it was mentioned that payment would be released
within 30 days. Given the short completion period this will entail delays in execution and
difficulties in cash flow. We would request you to consider making payment within 7 days
as per terms of payment.
As per tender Specifications.
Entry Tax and Other Local Taxies- Please provide us the percentage of entry tax and other
Local taxes. The entry tax is credit in GST set off. Please confirm.
As per applicable provisions.
Drawings- Please provide us all Structure & Equipment FND drawings, Electrical Section
Drawings of TBC & BC bay.
Drawings enclosed.
Technical Specification Annexure-II(A)- Approved Vendor List-We are proposed another
vender list, the vendors are approval in other Power sector utility. Please incorporate the
same.
Approved vendors shall be as per specification. However, RSDCL
may accept the material from approved vendors of PGCIL subject to
furnishing of documentary evidence in this respect and approved by
RSDCL.
ITB Cl. 40.0 CONTRACT PERFORMANCE GUARANTEE and Cl. 41.0 SECURITY
GUARANTEE-CONTRACT PERFORMANCE GUARANTEE and SECURITY
GUARANTEE- As per the given clause successful bidder submit the Contract Performance
Guarantee of 10% of total contract value, so why submit the 2% of Security Guarantee of
total contract value. Please modify the clause. As per the standard bidding process.
As per tender Specifications.
Besides the above it shall be ensured by the successful bidder that:
1. Creepage distance for 220kV system/ equipment shall be 6125 mm.
2. Creepage distance for 33kV system/ equipment shall be 900 mm.
3. Creepage distance for tension string shall be 6125 mm.
4. Battery room shall have acid proof tiles and exhaust fan.
Max. daily average ambient air temperature and Max. yearly average ambient air temperature shall be 45 and 35 degree centigrade respectively.
TBM 7 ON STONE RL- 185.923X = 227236.469 Y = 3055584.554
TBM 9 ON WT RL- 172.746X = 225683.156 Y = 3054026.383
TBM 11 ON WT RL- 171.835X = 223794.552 Y = 3055401.714
TBM 10 ON STON RL- 172.856X = 224958.709 Y = 3055448.345
K.RASTA
B.T
. R
OA
DB
.T. R
OA
D
B.T
. R
OA
D
K. RASTA
K. RASTA
K. RASTA
K. R
ASTA
K. RASTA
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
TBM.ON KM STON RL- 188.667
TBM.NO.2 RL- 186.334
TBM.NO.1 ON KM STON RL- 183.929
TBM.NO.4 ON WT RL- 185.934
TBM.NO.3 ON BUILDING RL- 186.996 X = 228315.1515 Y = 3057344.0893
HUT
X = 226729.3050 Y = 3057440.0214
X = 228324.0645 Y = 3056432.9357
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
X = 227141.0670 Y = 3056370.1767
X = 227326.7875 Y = 3055973.2368
K.R
AS
TA
K.R
AS
TA
K.RASTA
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
TBM.ON KM STON RL- 184.193
TBM.ON KM STON RL- 184.193
WB
M.R
OA
D
X = 228359.7630 Y = 3054298.6963
X = 228884.1305 Y = 3055390.2483
TBM 8 ON KM STONE RL- 183.420X = 227797.007 Y = 3055100.972
TBM 3 ON WT RL- 172.207X = 226096.970 Y = 3051626.680
GODAWARI GREEN ENERGY LTD
SOLAR PLANT
SCHOOL
POLICE STATION
KABRISTHAN
VETERINARY HOSPITAL
MOTHERSA SCHOOL
HOSPITAL
TO
TA
LR
IYA
TO BO
DAN
A
TO DHELERI
TO D
HELE
RI
TO SAN
WAR
A GAO
N
MAINER
MAINER
MAINER
MAINER
MAINER
CA
NA
L
CAN
AL
CA
NA
L
CA
NA
L
CA
NA
L
CA
NA
L
CAN
AL
TBM 12 ON CULVERT RL- 177.474X = 224587.702 Y = 3051621.137
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.ROAD
B.T.R
OAD
B.T.ROAD
W.B
.M. R
OAD
W.B.M. R
OAD
W.B.M. R
OAD
W.B.M. R
OAD
W.B.M. R
OAD
W.B
.M. R
OAD
KATC
HA R
ASTA
KATCHA RASTA
KATC
HA R
ASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA R
ASTA
W.B.M. R
OAD
W.B.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
B.T
. RO
AD
B.T
. RO
AD
B.T. R
OAD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
C.C.ROAD
C.C.ROAD
C.C.ROADC.C.ROAD
C.C.ROAD
C.C
.RO
AD
C.C
.RO
AD
C.C
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KATCHA RASTA
KATCHA R
ASTA
KATCHA R
ASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
W.B.M
. ROAD
KATCHA RASTA
KATCHA RASTA
KA
TC
HA
RA
STA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA R
ASTA
KATCHA R
ASTA
KATCHA R
ASTA
KATCHA R
ASTA
KATCHA R
ASTA
KATCHA RASTA
KATCHA RASTA
B.T. ROAD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T. R
OAD
B.T. R
OAD
B.T. R
OAD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T
. RO
AD
B.T
. R
OA
D
B.T
. R
OA
D
KATC
HA R
ASTA
KATC
HA R
ASTA
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OA
D
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B
.M. R
OAD
W.B.M. ROAD
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KATC
HA R
ASTA
KATC
HA R
ASTA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
B.T
. R
OA
D
B.T
. R
OA
D
WBM.R
OAD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T
.RO
AD
B.T.R
OAD
B.T
.RO
AD
B.T.R
OAD
B.T.R
OAD
B.T.R
OAD
B.T
.RO
AD
B.T
.RO
AD
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
STA
KA
TC
HA
RA
STA
KATCHA RASTA
KATCHA RASTA
KATCHA RASTA
KATC
HA R
ASTA
KATC
HA R
ASTA
KATC
HA R
ASTA
KATC
HA R
ASTA
KATCHA RASTA
KATC
HA R
ASTA
KATC
HA R
ASTA
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
DW
BM
.RO
AD
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
WB
M.R
OA
D
W.B
.M.
RO
AD
W
.B.M
. R
OA
D
W.B
.M.
RO
AD
W
.B.M
. R
OA
D
W.B
.M.
RO
AD
W
.B.M
. R
OA
D
W.B.M. ROAD
W.B.M. ROAD
GSS 33/11 KV
DHANI
NOKH VILLAGE
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
KATC
HA R
ASTA
KATCHA RASTA
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
CH
TBM.ON-5 WT RL- 184.591 X = 228972.2540 Y = 3055774.8695
KA
TC
HA
RA
ST
A
KA
TC
HA
RA
ST
A
TBM 14 ON STONE RL- 179.698 X = 230863.728 Y = 3053720.245
TO
ME
GH
WA
LO
KI D
HA
NI
TO D
ADU K
A G
AO
N
TO BEETHE K
A GAON
TO B
EETH
E K
A G
AO
N
X = 223860.8895 Y = 3056151.5113
X = 223676.8604 Y = 3050859.0471
X = 226013.4064 Y = 3049332.4358
X = 226760.7067 Y = 3047787.7522
X = 228840.6983Y = 3049815.4065
X = 227351.8863 Y = 3052723.3141
X = 232510.0979 Y = 3053681.1548
X = 231049.6996Y = 3056724.3672
X = 226844.0629Y = 3057262.0815
X = 227753.3509Y = 3055236.5140
TO B
ODANA
TO NEWA
TO D
HELE
RI
TO
TH
AK
AR
BA
TO
ME
GH
WA
LO
KI D
HA
NI
TO B
EETHE K
A GAO
N
TO D
HELE
RI
PLOT - 2AAREA- 73.35 Hec.
PR
OP
OS
ED
SH
IFT
ED
GO
DA
WA
RI T
RA
NS
MIS
SIO
N L
INE
CA
NA
L
GODAWARI PLANT
TO
TA
LR
IYA
NOKH VILLAGE
TO BEETHE K
A GAON
SHIFTED GODAWARI
TRANSMISSION LINE
TO B
ODANA
PLOT - 1AAREA-210.14 Hec.
PLOT - 1BAREA-143.58 Hec.
PLOT - 1CAREA-114.88 Hec.
PLOT - 2AAREA- 73.35 Hec.
PLOT - 2BAREA-367.03 Hec.
PLOT - 3BAREA-122.38 Hec.
CA
NA
L
CA
NA
L
GODAWARI PLANT
TO BO
DAN
A
SHIFTED GODAWARI
TRANSMISSION LINE
CANNAL
RAW WATER RESERVOIR ANDTREATMENT PLANT
AREA-
5.00 Hec.
ROAD B- 7.5 M WIDE NEW
ROAD
ROAD A- NEW R
OAD
7.5
M W
IDE R
OAD
7.5 M WIDE ROAD
PLOT - 3AAREA-350.96 Hec.
P.P.S.( 3 )
+DOREMITORY
P.P.S.( 2 )
+DOREMITORY
P.P.S.( 1 )
+DOREMITORYP.P.S.(1)
4.5 Hec.
PLOT - 4CAREA- 60.23 Hec.
PLOT - 4DAREA- 62.80 Hec.
PLOT - 2CAREA-48.62 Hec.
X =
223849.3
069
Y =
3055343.1
035
PLOT - 4FAREA- 19.43 Hec.
P.P.S.(3)
4.5 Hec.
P.P.S.(2)
5.2 Hec.
PLOT - 4AAREA- 72.53 Hec.
PLOT - 4BAREA- 46.37 Hec.
P.P.S.( 4 )
+DOREMITORY
P.P.S.(4)
4.5 Hec.
PLOT - 4EAREA- 100.95 Hec.
X = 228387.4838
Y = 3053722.6070
X = 227544.5613Y = 3055775.0213
X = 227603.4810Y = 3055685.2561
SCALE :-
CONTRACTOR :-
CLIENT :-
PROJECT:-
TITLE:-
DRG No.
SCALE :-
DRAWN BY : RECOM. BY : CHECKED BY : APPROVED BY :
TREE
TELEPHONE POLE/T.B.
ELECTRIC POLE/E.B.
HOUSE/BLDS/STRUCTURE
TRANSFORMER
L.T.POLE
ESR
L E G E N D
WELL & WATER TANK
HAND PUMP
LAMP POST/ROAD LIGHT
BORING
SCHEME BOUNDARY
AIR VALE
KHASRA LINE
HT LINE
N
Ew
S
REVISED SURVEY CONTOUR PLAN
PDCOR
CANAL
W.B.M. ROAD
B.T. ROAD
KATCHA RASTA
FENSING
CULVERT
KM STONE
RSDCL
FIELD BOUNDARY
NOKH SOLAR PARK PROJECT
PPS 1- 4.5 Hec. PPS 2- 5.20 Hec.
PPS 3 - 4.5 Hec. PPS 4 - 4.5 Hec.
Water storage- 5.00 Hec.
PLOT - 1
AREA- 468.60 Hec.
PLOT - 2AREA- 489.00 Hec.
PLOT - 3AREA- 473.35 Hec.
PLOT - 4
AREA- 362.31 Hec.
Foandac'ipn Sqdton Boundarg Notl*.^_u"
ot
l600n|'fl
loon
6oonnnq
;!
''l
tlsorw
F6L
5 00n4vl
6 O -O$'r :
o <3 d) (|! I €! s fl S r.S + *3 + tr & !3 {! e\ {\ 1,,! ,iti} 11 i:
K ?50MM
-)t
Bv i e k fi o sooeyf (s"p* v "efx'reAt*€J(f
R.q: c(,, ry : 3) M-z&
tevo{
€lo.a.e lfiasoaat4r
Flb d 6mv*d
d*ved
$arc r4aJanaV
n*7,5
Vtttt QLt?trf, *u&&i#*'/v
iN .,.so
{1'*f"x !" fit'.
;oa(\le
+ t(); !Fop'
I
II
Nl*)\4
Htplz,
F
F"
H
eIr,loFzrt,?
2\
o\a
Ntso l+
oc
-cs
3E(r(e
F{l-< I
l=lthltblF- l:lr' IFnlioll\ i,li urtoqlzo,bni
1t-'-
iriYiRI
i--lXifi-
Er\
trsdtr*i\,FVr6$3l3B'x
h
e--F9t^TEYB;J^R
iq
'l)
3g
.}Foo+lB
ee
sl'xol:n Ap'F'>$nsll
:b
a
It
J-rl^$ict:rC|i,
€I
lg*{
ico
I0J{c*B
h
(1
cIfq
3on(
$
=o\o
I
I
I
I
l-{l-(i\lr,LtlrLtnr)HTp
Eor!
b"fY
vr
*.1
Nl"rtEf\
Hl-t\ll-lloIlP:lf" I
iniinll-t t
icIizs
t?\6
El4DtsS
hi, t,
f.F{,ief;'cg arr
il,?rr{
.S"eIit
"C-ts
3,3
a h:!^
aBt= PId; Fs
i$T$ 8s*q
,tl 6
vlo+€Jg.:b:sh013
;I
a\,&St4n|s,*, s
oife
\,1
.i
) a^
^ro' c6
i" o n
! otli" o'l',, b4
fo,
5$
I:ss
Geotechnical Assessment of the Site
The objectives of Geotechnical Survey were to assess soil profile of the site as well as
to find out electrical resistivity of the soil. Geotechnical investigation includes surface
& subsurface exploration, soil sampling, and laboratory analysis. Geotechnical
investigations have substantial importance in assessing requirement of foundation to be
laid down preventing human and material damage due to the earthquakes, foundation
cracks, and other catastrophes.
Soil resistivity is a measure of soil resistance to the flow of electricity. It is a critical
factor in design of the grounding system in an electrical substation, or for lightning
conductors. To attain the desired objectives, earlier there were 100 boreholes/trial
pits were drilled to assess the soil profile while 25 pits were drilled to assess electrical
resistivity of the soil. Subsequently, few more boreholes/trial pits were drilled to
assess the soil profile and electrical resistivity of the soil. In all, total of 142
boreholes/trial pits were drilled to assess the soil profile while 30 pits were drilled to
assess electrical resistivity of the soil. .
a. Borehole Investigation:
i) For geotechnical investigation work, auger boring used as per IS 1892-1979 clause
3.6.1.
ii) Drilling bore holes of size 100 mm/Nx size using auger boring up to refusal,
collecting necessary disturbed/undisturbed soil samples wherever strata changes.
iii) Standard penetration test was conducted in the bore holes at regular intervals of
1.5 m or at every change of strata, whichever is earlier as per IS 2131-1981.
iv) Disturbed and undisturbed samples were collected at different depths/wherever
strata changes as per IS 1892-1979.
v) Disturbed samples recovered were sealed in polythene labelled and sent to the
laboratory for laboratory test.
b. Standard Penetration Test:
Standard Penetration Test (SPT) was conducted as per IS: 2131 – 1981. SPT split spoon
sampler of standard dimensions was driven into the soil from the borehole bottom
using 63.5 kg hammer falling from 75 cm height. The SPT weight was mechanically
lifted to the specified height and allowed to fall freely on the anvil with the use of cat-
head winch with one to one and half turn of the drum. Blow counts for the penetration
of every 15 cm were recorded and the N is reported as the blow counts for 30 cm
penetration of the sampler leaving the first 15 cm penetration as seating drive.
When the number of blows exceeded 50 to penetrate the first or second 15 cm length
of the sampler, the SPT N is regarded as more than 100 as described in IS : 2131 - 1981.
The test is terminated in such case and a record of penetration of the sampler under
50 blows or more is made. SPT refusal is recorded when there is no penetration of the
sampler at any stage and also when a rebound of the sounding system is recorded. The
N values are appended in bore log sheet.
c. Trial Pits:
Fifty one Trial pits were excavated at various locations GPS coordinates as shown in the
coordinates tables Trial pits were excavated up to 4.0m depth from EGL. The soil
samples were collected and brought to laboratory for testing.
d. Laboratory Testing:
The following laboratory tests are carried out on soil samples collected at site as
applicable:
i) Grain size analysis
ii) Liquid limit, plastic limit and plasticity index
iii) Angle of repose and cohesion
iv) Sp. gravity
v) Bulk/dry density
vi) Natural moisture content
vii) Standard compaction test
viii) California bearing ratio (unsoaked & soaked)
ix) Chemical analysis of soil (PH, chloride, sulphate)
The test results of boreholes, trial pits, and chemical analysis of soil samples collected
at site are appended in below tables.
e. Findings of Soil Profile:
Soil properties in all 76 boreholes/trial pits is almost the same but in BH No. 1 to 5,
7,8,14,15,44,49 & 50 refusal strata met at 0.75 m depth and soil classified as sand with
gravel from EGL to 0.75 m depth. In this bore holes soil is non plastic and cohesion
less. In all bore holes % of silt & clay varied from 7 to 21 percent and gravels varied
from 13 to 29 percent and remaining part is sand. In BH No. 6, 9 to 13, 16 to 25, 29 to
31, 36, 38 to 41, 45 to 48 and 51 to 76 refusal strata met at 1.5 m, 3.0 m and 4.5 m
depth. Here Soil strata varied from medium to very dense 0.75 to 4.5 m. This soil is
also non plastic and cohesion less. In BH No. 26 to 28, 32 to 35, 37,42,43 soil strata
loose at 0.75 m medium from 1.5 to 3.0 m, dense at 4.5 m, and very dense below 4.5
m and BH no. 52 to 76 soil strata medium up to 1.5 m and dense below 1.5 to 4.5 m.
over all soil is classified in all Seventy six bore holes is sand. We have also conducted
Sixty six one trial pits from EGL to 3.0 m and one of trial pit is 4.0 m. soil strata of trial
pits is the same as bore holes and soil strata classified here also is sand. Some points
have been neglected because of transported dunes sand with height from 5 to 15 m.
Work could not be carried out there either by tripod or power shovel. Keeping this in
view, recommended safe bearing capacity as per shear criteria from 3.0 m to 6.0 m
depth as per IS 12070 with zero core recovery is 20 T/m².
Table Error! No text of specified style in document.-1: Safe Bearing Capacity Minimum of Fifty One Boreholes
Depth Meter
Safe Bearing Capacity Recommended
Safe Bearing Capacity T/m²
Shear
Criteria T/m²
25 mm settlement criteria
0.75 7.95 12.37 7.50
1.5 19.98 22.97 15.00
3.0 23.49 38.56 20.00
4.5 37.76 48.74 20.00
6.0 62.16 63.39 20.00
Soil properties up to 6.0 m depth are almost same in all seventy six bore holes. Soil
containing 6 to 24 % clay and silt is classified as sand. Soil is non-plastic and cohesion
less up to 6.0 m depth in all fifty one bore holes. Rock was not encountered at
different level of depth in seventy six bore holes. Keeping this in view recommended
safe bearing capacity as per general shear criteria at 6.0 m depth as per IS 12070 with
zero core recovery is 20 T/m².
Table Error! No text of specified style in document.-2: Safe Bearing Capacity Minimum of Fifty One TP Boreholes
Depth Meter
Safe Bearing Capacity Recommended
Safe Bearing Capacity t/m² General Shear Criteria t/m²
1.0 28.05 20.00
2.0 43.79 20.00
3.0 59.45 20.00
4.0 82.16 20.00
Soil strata were very hard so Excavation was not possible below 3.0 m by power shovel.
f. Electrical Resistivity Test:
Electrical resistivity test was conducted as per IS 7808: 1987 at thirty (30) locations by
Wenner four pin electrode configurations. The testing equipment passes a small, low
frequency AC current, of known value, through the ground via two current electrodes
(C1 and C2), and measures the potential difference between two additional voltage
electrodes (P1 and P2) at intermediate points.
The test is conducted by driving the four electrodes into the ground approximately
100mm to 200mm deep, in a line, such that the electrodes are symmetrical and equally
spaced. The soil resistivity measurements were recorded from the meter when the
readings stabilized in North-South direction and East-West direction. The depth of
influence on the test result was approximately 1/3 of the distance between C1 and C2.
Tests were conducted in two directions, and at different electrode spacing to provide
results applicable to a range of depths. This procedure may be standardized by taking a
set of reading at approximate pin spacing of 80, 165,320, 480 cm.
From the values obtained at field, the Qresistivity of the soil is calculated as follows:
Soil Resistivity (Ω) = 2π. A. R Where π = 3.142,
R = measured resistance between voltage electrodes, A = electrode spacing
C1 --- P1 --- P2 --- C2
A
A
A
Range of soil Resistivity (Ohm-m) Soil Classification
Less than 25 Severely corrosive
25-50 Moderately corrosive
50-100 Mildly corrosive
Above 100 Very mild corrosive
g. Findings of Electrical Resistivity of the Soil:
ERT Test Pit
Mean Resistivity Ω m
Soil Strata Soil Classification
1 74.19 Sand with gravel Mildly corrosive
2 82.40 Sand with gravel Mildly corrosive
3 80.48 Sand with gravel Mildly corrosive
ERT Test Pit
Mean Resistivity Ω m
Soil Strata Soil Classification
4 80.53 Sand with gravel Very mild corrosive
5 170.06 Sand with gravel Very mild corrosive
6 184.86 Sand with gravel Very mild corrosive
7 178.78 Sand with gravel Very mild corrosive
8 131.76 Sand with gravel Very mild corrosive
9 169.28 Sand with gravel Very mild corrosive
10 149.63 Sand with gravel Very mild corrosive
11 98.19 Sand with gravel Mildly corrosive
12 83.88 Sand with gravel Mildly corrosive
13 75.19 Sand with gravel Mildly corrosive
14 77.38 Sand with gravel Mildly corrosive
15 71.96 Sand with gravel Mildly corrosive
16 71.38 Sand with gravel Mildly corrosive
17 45.06 Sand with gravel Moderately corrosive
18 46.89 Sand with gravel Moderately corrosive
19 39.64 Sand with gravel Moderately corrosive
20 43.25 Sand with gravel Moderately corrosive
21 58.84 Sand with gravel Mildly corrosive
22 49.63 Sand with gravel Mildly corrosive
23 58.56 Sand with gravel Mildly corrosive
24 58.37 Sand with gravel Mildly corrosive
25 59.33 Sand with gravel Mildly corrosive
ERT Test Pit
Mean Resistivity Ω m
Soil Strata Soil Classification
26 57.00 Sand with gravel Mildly corrosive
27 59.25 Sand with gravel Mildly corrosive
28 55.56 Sand with gravel Mildly corrosive
29 62.25 Sand with gravel Mildly corrosive
30 54.00 Sand with gravel Mildly corrosive
From the above table it is observed that at most of the places the soil is mildly
corrosive and the soils’ resistivity varies from 39.64 Ohm meters to 184.86 Ohm
meters.
Nokh Solar Park falls under Seismic Zone – III which is considered as moderate risk zone
(MSK scale VII). It simply means if earthquake occurs it will be of 5.0 - 5.9 magnitudes
on rector scale.
Water table at Nokh and neaby area is quite deep (more than 40 meters) and
underground water is available in limited quantity. The water available is saline which
is neither potable nor useful in module washing. Its extraction is not advisable since
the levels of the aquifers will be affected resulting in drying of the soil.
The site is least prone to any potential geological hazard like landslide, flooding &
erosion, subsidence, primary ground rupture, strong ground motion & liquefaction etc.
Bearing capacity of the soil is suggested as 20 T/m2. Foundations for PV mounting
structure will require depth of approx 5 – 6 feet.
The site has undulation. Earthwork will require for levelling the undulations which can
be done easily as the soil is sandy desert. This will be done by the Developers.
1
RAJASTHAN SOLARPARK DEVELOPMENT COMPANY LIMITED (A Government of Rajasthan Undertaking)
CIN NO. U40102RJ2011SGC036861
Reg. Office: E-166, Yudhisthir Marg, C-Scheme, Jaipur-302001
Tel: 2225859, 2229341 email: [email protected]
No. RSDCL/Solar Park/ TN-03 (2019-20)/D-spl 2 Date 16.03.2020
Sub: Corrigendum No.2 in tender documents of TN-03 (2019-20) for the reference of
interested bidders. Corrigendum No. 2 is hereby issued for providing of technical specification of conductors to the bidders under TN-03 (2019-20) as per attached document. The bidders may go through the document before completing and uploading their tenders. Attachment: As above. --sd--
Director (Technical) RSDCL, Jaipur
AL-59 (MOOSE EQUIVALENT) CONDUCTOR:
The AL-59 (Moose Equivalent) 61/3.50 mm conductor shall comply in all respects except
herein otherwise stated with the Standard SS-4240813 & SS-4240814 with latest amendments, if any.
The material shall be new and of best quality & workmanship. The AL-59 (Moose Equivalent) 61/3.50 mm conductor shall be suitable for being installed directly in air on 220KV kV D/C and S/C transmission lines. It shall therefore, be suitable for satisfactory operation under the tropical climatic conditions mentioned in this specification. The climatic conditions are also prone to wide variations in ambient conditions. Heavy lightening may also occur during June to October Months.
PRINCIPAL PARAMETERS: Technical Specification for AL-59 conductor (Moose equivalent, Al-Mag-Si) is as under: ------------------------------------------------------------------------------------------------------------ S. No. Particulars AL-59 conductor (Moose equivalent)
------------------------------------------------------------------------------------------------------------ 1. Standard SS-4240813 & SS-4240814 2. No. of strands and nominal diameter in mm: Aluminium: 61/3.50
1. Diameter of Strand (in sq.mm): Nominal 3.50 Maximum 3.53 Minimum 3.47
4. Total sectional area (in Sq. mm) 587 5. Approximate overall diameter (in mm) 31.50 6. Approximate total mass (Kg/Km) 1618 7. DC resistance at 20 Degree C, 0.05070 whole conductor (Max. in Ohms/Km)
8. Approximate calculated breaking load (KN) 141.12 9. Lay ratio: (i) First layer Max. - 17 Min. - 10 (ii) Second layer Max. - 16 Min. – 10 (iii) Third layer Max. - 15 Min. – 10 (iv) Fourth layer Max. - 14 Min. – 10 10. Final Modulus of Elasticity 68000 MPA 11. Co-efficient of linear expansion/Deg. C. 23.0 x 10-6
12. Max. Continuous current rating at 95 1204 A Deg. C. (corresponding to Ambient Temp 40 Deg. C.) 13. Temp. rise for the above 55 Deg. C. 55 Deg. C. 13. Standard Length (Meters): 1500 + 5% Physical Constants of Materials
The AL-59 should be as per SS-4240814 & IS-9997 and their latest amendments. The material offered shall be of the best quality and workmanship. The AL-59 shall have accurate chemical composition of Alloy so as to offer excellent corrosion resistance, better strength to weight ratio and improved conductivity. The solution treatment shall be done in a very sophisticated and advanced technology furnace with automatic quenching system.
Resistivity:
The resistivity of AL-59 depends upon its purity and its physical condition. However, as per the
specified value of purity in this specification, the maximum value permitted is 0.02930 ohm Sq. mm/ mtr at 20 Deg. C and this value shall be used for calculation of the maximum permissible value of resistance. This value may be checked from the measured value of the resistance.
Materials (As per SS-42 40814 & IS-9997)
Aluminium alloy: The aluminium alloy wire shall be an aluminium alloy meeting the mechanical strength and resistance of the wire properties as mentioned in the GTP.
Freedom from Defects
The wires shall be smooth & free from all imperfections such as spills, splits, slag inclusion, die marks, scratches, fittings, blow-holes, projections, looseness, overlapping of strands, chipping of aluminium layers etc. and all such other defects which may hamper the mechanical &
electrical properties of the conductor as also the installation of the conductor at the site etc. Special care should be taken to keep away dirt, grit etc. during stranding.
Joints in Wires
Aluminium Wires: No joints shall be permitted in the Aluminium wires in the outermost layer of AL-59 (Moose Equivalent) conductor. However, joints shall be permitted in the aluminium wires in the inner layers of the AL-59 conductor but tensile strength of joint wire should be at least 90% of the value required for an un joint wire but no two such joints shall be less than 15 meter apart in the complete stranded conductor. Such joints shall be made by cold pressure butt-welding.
Stranding
The wires used in the construction of AL-59 conductor shall before stranding and after
stranding shall satisfy all the relevant requirements as per the standards indicated or any other standards with due justification. The lay ratio of the different layers shall be within the limits given in Table above.
Standard Length
The standard length of the conductor shall be 1500 meter. A tolerance of +/-5% on the standard length shall be permitted. All lengths outside this limit of tolerance shall be treated as random lengths.
Random lengths will be accepted provided no length is less than 70% of the standard length specified and the total quantity of such random lengths shall not be more than 5% of the total quantity ordered.
Inspection: No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected, tested by RSDCL’s nominated inspector(s) and necessary dispatch instructions are issued in writing, except for the cases where waiver of Inspection is granted by competent authority of RSDCL. Any dispatches before the issue of Dispatch Instructions in writing will be liable for rejection and non acceptance by the consignee. The acceptance of any quantity of material shall in no way relieve the Contractor of any of his responsibilities for meeting all requirements of the specification and shall not prevent subsequent rejection, if such material is later found to be defective. At least 5% of the total number of drums subject to minimum of two in any lot put up for inspection shall be selected at random to ascertain the length of conductor by following method:
"At the works of the manufacturer of the conductor, the conductor shall be transferred from one drum to another, at the same time, measuring its length with the help of a graduated pulley & Cyclometer. The difference in the average length thus obtained and as declared by the Supplier/
Contractor in the packing list shall be applied to all the drums, if the conductor is found short during checking." The sample cut off from any numbers of drums for carrying out any type of tests will be to the supplier’s/Contractor’s account. Marking on drum Each drum shall have the following information stenciled on it in indelible ink along with other essential data:
(a) Contract/Award letter / order number (b) Name and address of consignee (c) Manufacturer's name and address (d) Drum Number (e) Size of conductor (f) Length of conductor in meters (g) Gross weight of drum with conductor (h) Weight of empty drum with lagging (i) Arrow marking for unwinding.
Sag and Tension charts: The successful bidder shall be required to submit three copies of stringing charts showing initial & final sags and tensions for various temperatures & spans. One set of chart should be in ink drawn on tracing cloth.
1. Tarantulla conductor:
For 220kV GSS system, ACSR ZEBRA & AAC Tarantulla (Twin) shall be used. The
specification of AAC Tarantulla`is as under:-
S.No. Item Tarantulla
1. Type AAC
2. BIS to which material shall conform / comply IS:398 (Pt-V)
3. Resistance at 20 deg. ohms/km 0.0367
4. Approx. Current carrying capacity at 75 deg. C with peak ambient temp. of 50 deg. C and without solar heating, Amp.
1169
5. No. of wires
a) Aluminium 37/5.23mm
b) Steel size --
485mm2
6. Diameter of wire (mm)
a) Aluminium 5.23
b) Steel size --
7. Dia of conductor mm 36.61
8. Sectional area mm2 Total 778
Aluminium 778
9. Weight of conductor kg / km 2197
10. Breaking load of conductor 123
1.2 Workmanship 1.2.1 The finished conductor shall be smooth, compact, uniform and free from all
imperfections including spills, die marks, scratches, abrasions, scuff marks, kinks (protrusion of wires), dents, press marks, cut marks, wire cross over, over riding looseness (wire being dislocated by finger/ hand pressure and/ or unusual
bangle noise on tapping), material inclusions, white rust powder formation or black spots (on account of reaction with trapped rain water etc.) dirt, gril etc.
1.2.2 All the aluminium strands shall be smooth, uniform and free from all
imperfections, such as spills and splits, diemarks, scratches, abrasions and kinks after drawing.
1.3 Stranding 1.3.1 The wires used in manufacture of a stranded conductor shall before stranding,
satisfy all requirement of IS: 398 (Part I & V) or any other authorative standard as modified by this specification. For steel-reinforced aluminium conductors the lay ratio of the direct layers shall be within the limits given below:-
1.3.2 In all construction, the successive layers shall have opposite directions of lay, the outer-most layer being right handed. The wires in each layer shall be evenly and closely stranded.
1.3.3 In conductors having multiple layers of aluminium wires the lay ratio of any aluminium layer shall not be greater than the lay ratio of the aluminium layer immediately beneath its.
1.3.4 Lay Ratio: As per IS: 398 (Part I, II & V). 1.4 Joints in Wires
Aluminium Wires No joint shall, be permitted in the individual wires in the outermost layer of the finished
conductor. However, joints in the 12 wire and 18 wire inner layers of the conductor shall be allowed but these joints shall be made by cold pressure butt welding and shall be such that no such joints are within 15 meters of each other in the complete stranded
conductor. 1.5 Materials 1.5.1 Aluminium The aluminium strands shall be hard drawn from electrolytic aluminium rods having
purity not less than 99.5% and a copper content not exceeding 0.04%. 1.5.2 Zinc The zinc used for galvanising shall be electrolytic High Grade Zinc of 99.95% purity. It
shall conform to and satisfy all the requirements of IS: 209-1979 1.6 Standard Length
The Conductor shall be supplied in standard length of 1500 / 1800 meters as required. No joint shall be allowed within a single span of stringing.
1.7 Tests: 1.71 The following type, acceptance & routine tests and tests during manufacturing shall be
carried out on the conductor. 1.7.2 Type tests The following type tests shall be conducted on samples of conductor.
a) UTS test on stranded conductor The number of samples shall be
mutually agreed between Contractor and Purchaser
b) Corona extinction voltage test (dry)
As per IS/IEC
c) Radio interference voltage test (dry)
As per IS/IEC
d) DC resistance test on stranded conductor
As per IS/IEC
1.7.3 Acceptance Tests (As applicable):
a) Visual check for joints, scratches etc. and lengths of conductor
As per IS/IEC
b) Dimensional check on steel and aluminium strands
As per IS/IEC
c) Check for lay ratios of various layers
As per IS/IEC
d) Galvanising test on steel strands As per IS/IEC e) Torsion and Elongation test on
steel strands As per IS/IEC
f) Breaking load test on steel and aluminium strands
As per IS/IEC
g) Wrap test on steel and aluminium strands
IS: 398 (Part V) 1982 clauses 12.5.2, 12.7 & 12.8
h) DC resistance test on aluminium strands
---do--
i) UTS test on welded joint of aluminium strands
As per IS/IEC
Note: All the above tests except test mentioned at (i) shall be carried out on aluminium and
steel strands after stranding only.
1.7.4 Routine Tests a) Check to ensure that the joints are as per specification. b) Check that there are no cuts, fins etc. on the strands c) All acceptance test as mentioned in clause 2.7.3 above to be carried out on each coil. 1.7.5 Test During Manufacture (As applicable):
a) Chemical analysis of zinc used for galvanising
As per IS/IEC
b) Chemical analysis of aluminium used making aluminium strands
As per IS/IEC
c) Chemical analysis of steel used for making steel strands
As per IS/IEC
1.7.6 Sample Batch for Type Testing The Contractor shall offer material for selection of samples for type testing, only after
getting quality assurance plans approved from Purchaser. The sample shall be manufactured strictly in accordance with the Quality Assurance Plan approved by Purchaser.