1. - dtl.gov.in

30

Upload: others

Post on 19-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1. - dtl.gov.in
Page 2: 1. - dtl.gov.in

Clarifications pursuant to Pre-bid meeting for Gopalpur Tender No.T15P070082 Sr. No Clause Description Queries of bidders DTL Clarifications

1. Section: project, Cl.no.3.0 ( XVI), page 4 / 17

We understood that CCTV cameras shall only be provided for entrance of GIS halls & main gate only. Kindly confirm.

As per cl. 3.0 (XVI) of section: project and Section: CCTV. CCTV cameras should be installed at GIS Halls, Entrance of main gate, Battery Charger room, LT room, Outdoor cameras for monitoring of Transformers and switchyard equipments. The cameras should be installed in such a way that the complete substation should be visible from remote for unmanned operation. The provision of Online viewing of camera from remote substation should be made by contractor.

2. Section: GIS, Page 18 of 31 and page 19 of 31, Clause 12.10 & 13.13, Safety ground switches and High Make proof Grounding Switches

Please provide the electrical endurance class for Safety ground switches and High Make proof Grounding Switches.

The electrical endurance class shall be E1.

3. Section: GIS, Page 23 of 31, Surge Arrestors

Please provide the minimum energy discharge capability of 245kV, 72.5kV and 36 kV Surge Arrestors

It shall be as per Class-III in line with latest applicable IEC. Pressure relief shall be as per system fault current mentioned in NIT.

4. Section: Power Transformer, Page 35 of 45, Clause. No. 3.16(e).

As per the referred clause, we understand that it is sufficient to submit calculation in support of short circuit withstand capacity of Transformer only and repetition of short circuit test is not envisaged. Kindly confirm our understanding.

Refer the Technical Specification of 160MVA Power Transformers. As per clause 2.2.2.3 of this section, the short circuit test certificate within last five years of similar type/design and capacity of transformer that offered should be submitted along with the bid.

5. Section: Battery Design factors (ageing factor, design margin, temp. correction factors) for sizing of VRLA battery shall be considered as per relevant IEC standard. Please confirm.

As per relevant IS/IEC with latest amendment.

6. Section: LT transformer- cl.no. 7.2 & 7.3- Type tests

As per the referred clause it is mentioned to carry out all the type tests including additional tests on one transformer of each rating. However there is no item in BPS schedule - 5 (a) / 5 (b) for type test charges for LT Transformers. In this regard, please confirm the requirement of type testing on LT Transformer

Being a turnkey project, bidder is required to quote the price of LT transformer inclusive of Type test charges as per technical specification.

Page 3: 1. - dtl.gov.in

and accordingly include the same as separate line item in BPS schedule - 5.

7. Sec: Switchyard erection, cable laying

Please note that indoor cable trenches shall have cables laid on cable trays whereas outdoor cable trenches shall have cables laid on angles for LT power & control cables. Kindly confirm.

Acceptable.

8. Sec: Civil Works, Page 1 of 33, - Clause. No 1.1.4.(5).

As per the referred cl. It is mentioned as "Cable trenches for 220KV, 66kV & 33KV outgoing feeders from GIS building up to the boundary wall of the substation, as per approved drawing shall be in the scope of the Bidder". In this regard we presume that the required cable trench shall be buried type (i.e. directly laid in ground with earth back filling without any RCC & steel structures). Kindly confirm.

The outgoing feeders from GIS building up to the boundary wall of the substation shall be in buried cable trench. However, the details shall be finalised during detailed engineering.

9. Sec: Civil Works, cl.no. 13.4.h.(a), Page 17 of 33

As per the referred clause, 35 Mtr height, High Mast are to be provided for Lighting cum Lightning protection of switchyard & Mounting of Lighting fixtures shall be decided during detail engineering based on lighting requirement. We propose to provide, High mast with integral motor technology which shall bring down the Light fixture for ease of maintenance & hence separate platform of 25 Mtr height for accessing the light fixtures is not required. Kindly confirm your acceptance

Acceptable. However, the bidder shall maintain the lux level as per NIT and provision of lightning protection of switchyard.

10. Sec: Substation automation system, Page 1 of 30, Clause. No 1.2 & 1.6

As per referred clause. we understand that SAS shall be communicating with RCC/ALDC on IEC 60870 protocol. Kindly clarify the number of ports required for 101 & 104.

Communication with RCC/ALDC shall be on 104 system with redundancy provision.

11. Sec: Substation automation system, Page 3 of 30, Clause. No 1.8

We understand that 61850 protocol does not require RTU Panel. Kindly clarify the requirement of RTU Panel under the subject package.

RTU /SIC is not envisaged in bidder’s scope. Suitable gateway and other provision as per NIT Section:14 shall be in Bidder’s scope.

Page 4: 1. - dtl.gov.in

12. Sec: Substation automation system, Page 3 of 30, Clause. No 1.8

Kindly clarify the requirement of SIC Panel in SAS. Also provide the specification for SIC Panel.

RTU /SIC is not envisaged in bidder’s scope. Suitable gateway and other provision as per NIT Section:14 shall be in Bidder’s scope.

13. Sec: C&R Panel, Page 3 of 39, Clause. No 2.2

As per the referred clause we understood that CRP panels shall be placed in local control room which is adjacent to the GIS hall. The same is also defined under section -2 GIS cl. no. 4.17, page 5/31. Kindly confirm our understanding.

Acceptable

14. Sec: project, Pg. 09 of 17, Cl. 12.6

As the interconnection between 66kV and 33kV GIS and transformers is by means of XLPE cables, kindly clarify whether suitable cable trenches allowing for the specified bending radius of cables can be provided or whether separate cable cellar or pull pit is required to be provided

Cable shall be laid with arrangement of cellar and pull pit. Further, the formation and the other details shall be finalized during detailed engineering.

15. Sec: Price Schedule 2, Section D - Item 09

In the referred item of BPS, the steel structures are said to be payable on Tonnage and it is mentioned that the bidder has to estimate his quantities and fill accordingly. Kindly confirm whether any variation in quantities quoted here shall be payable as per actual tonnage based on the quoted unit rates. Further, in order to bring all bidders at par, we request you to indicate a quantity to be considered by all the bidders.

The bidder shall quote the price of this item on Lumpsum basis and payment shall be made accordingly.

16. Sec: SAS Clause no 4.3, Page 15 of 30

Kindly confirm the requirement of standby units in Air conditioning system.

Standby units in Air conditioning shall be provided as per NIT and A/C system shall be synchronised for round the clock operation.

17. Sec: SAS Clause no 4.3 Page 15 of 30.

Kindly confirm whether the hot & cool mode is required in split AC or not. If the same is required, please note that such split AC system will not come under star rating. Kindly confirm the requirement

Cool mode is required in split AC.

18. Sec: ITB, Clause number 24.6-(d), Page 17 of 28 Cost of incidental services

As per the referred clause, we understand that type test charges have to be quoted as part of the price schedule and have to be carried out in case insisted by M/s DTL during execution. We would like to

The following clauses have been amended as under: Price Schedule 5A, 5B and Clause 24.6 (d); Sec-ITB, Clause no. 12.2 Sec-Project, clause no. 9.3 & 9.3.1: Sec-GTR shall be read as NOT APPLICABLE.

Page 5: 1. - dtl.gov.in

inform you that types testing of GIS equipment have to be conducted in abroad testing laboratories since no testing facilities are available in India. This is a time consuming process & the cost involved for the same is huge. Considering the stringent time schedule of the subject package, conducting type tests on GIS equipment may not be feasible. Also it may lead to Bidders quoting the unbalanced prices for equipment & its type tests. Hence, we request you to not to consider the type test estimates for evaluation of bids in case valid type test report are available as per the tender conditions. Kindly confirm acceptance.

However, bidder shall conduct type tests on other equipments as specified in their respective section.

19. Sec: CC, Clause number 14, Page 10 of 48, Taxes & Duties

In case of introduction of new taxes/ duties like GST, the same shall be paid extra at actual for all items including bought out finished goods which will directly be dispatched from our sub-vendors work, please confirm.

In case of Bought –out items, the impact of GST shall be borne by bidder themselves.

20. Sec: CC, Clause number 14, Taxes & Duties

We understand that 1% BOCW cess shall be applicable only for Civil & Installation works. Please confirm.

It is acceptable. Bidder is required to quote their rate inclusive of BOCW cess.

21. Sec: Price Schedule -1, 2 & 3

In the referred price schedule, the items "1.1 kV grade PVC power cables & control cables" have to be quoted in "per km" basis and the items "Steel structures - Lattice structures & Pipe structures" have to be quoted in "per MT" basis. However, the quantity is not given & the bidder needs to estimate the same as per own assessment. However, in the absence of layout details & equipment arrangement which shall be decided during detailed engineering, we request you to modify the unit of measurement into "Lump Sum" for the present scope of works for both 1.1 kV

The unit of measurement shall be "Lump Sum" for the present scope of works for both 1.1 kV grade PVC power cables & control cables and the Steel structures.

Page 6: 1. - dtl.gov.in

grade PVC power cables & control cables and the Steel structures

22. Price Schedule 5A-5B

TYPE TEST OF 220/66/11kV, 160MVA POWER Transformer as per latest IS/IEC. TYPE TEST OF 220/33/11kV, 100MVA POWER Transformer as per latest IS/IEC.

As per understanding, Special Type Test Charges i.e., Short-Circuit Test etc. need not to quote in Schedule 5 . Only Type- test charges as per IEC need to quote.

The following clauses have been amended as under: Price Schedule 5A, 5B and Clause 24.6 (d); Sec-ITB, Clause no. 12.2 Sec-Project, clause no. 9.3 & 9.3.1 of Sec-GTR shall be read as NOT APPLICABLE. Therefore, No prices shall be quoted by the bidder in Price Schedule 5A & 5B However, the bidder is required to conduct the type tests as per requirement in the technical specification of Power Transformer without any cost implication to the Purchaser . Further, Short Circuit test report shall be submitted as per technical specification of Power Transformer.

23. Sec: Project, Clause No 3.0 Scope of Work

We understand that our scope of work for 33kV and 66kV GIS feeder bays is upto the cable termination at respective GIS and 33kV and 66kV outgoing cables from the respective outgoing bays shall not be in bidder's scope of work.

Acceptable.

24. Section 13 Civil Works, Clause No 15.0

Please clarify if we have to provide cable cellar room in 33 kV, 66 kV and 220 kV GIS building.

Cable cellar room in 66kV GIS building shall be provided.

25. Section 13 Civil Works , Clause 17.1 (10)

As per the said clause, the FGL to be considered is 100.20 meter. Kindly confirm.

As per clause 3.3 (Section:-Project), the bidders are advised to visit the substation site and acquaint themselves with the topography, infrastructure and also the design philosophy. The required ground and FGL shall be provided at the time of detailed engineering.

26. Section - 3 General Technical Requirement Clause 9.2, Pg. 9 of 39

We request you to please amend the said clause as below; The type test reports submitted shall be of the tests conducted within last 10 (ten) years prior to the date of bid opening.

Clause no. 9.2 has been amended by changing time period from five (5) years to ten (10) years as follows: The reports for all type tests and additional type tests as per technical specification shall be furnished by the Contractor alongwith equipment / material drawings. The type tests conducted should have either been conducted in accredited laboratory (accredited based on ISO / IEC Guide 25 / 17025 or EN 45001 by the national accreditation body of the country where laboratory is located) or witnessed by the representative(s) of DTL or Utility. The test reports submitted shall be of the tests

Page 7: 1. - dtl.gov.in

conducted within last 10 (ten) years prior to the date of bid opening. In case the test reports are of the test conducted earlier than 10 (ten) years prior to the date of bid opening, the contractor shall repeat these test(s) at no extra cost to the purchaser. In the event of any discrepancy in the test reports i.e. any test report not acceptable due to any design / manufacturing changes (including substitution of components) or due to non-compliance with the requirement stipulated in the Technical Specification or any/all additional type tests not carried out, same shall be carried out without any additional cost implication to the Purchaser.

27. General, Section-CC, Clause 14, Taxes and duties

Issuance of Form C

We understand that Form C will be issued by DTL for all interstate Transactions. Please confirm our understanding.

Acceptable in the event of interstate sale of goods.

28. Appendix-1 ( Terms and Procedures of payments)/ / clause no 1.7 / Pg 18 of 66 & Type test charges Schedule 5(a) and 5(b)

Type Test Charges for Type Tests to be conducted

Since the Time for Completion is a constraint, we request you to accept the Type Test Reports for GIS, Transformers, HT & LT cables & battery charger for evaluation purpose. We will submit the reports which are not older the 10 (Ten) years prior to bid opening. we request you to exclude the evaluation of Type Test Charges for Type Tests to be conducted on GIS Equipment on 220 kV, 66 kV & 33 kV , Transformers, Cables and battery Chargers.

Please refer S.No.22 and 26 above. However bidder shall conduct type tests on equipments as specified in their respective sections In Technical Specification Vol-II without any cost implication to the purchaser.

29. Section -1/ Project / Clause 3.0 ( VII) & Price Schedule

NIFPES System We understand that NIFPES system to be provided for 100 MVA and 160 MVA Transformers only and there is no requirement of emulsifier as same is mentioned in the price schedule. Please confirm our understanding.

NIFPES is envisaged for Power Transformers.

30. Section 2 / GIS / Cl 11.2.1 Page 16 of 31 Section 2 / GIS / Cl 12.1 Page 18 of 31

The three pole group operated disconnectors shall be operated by electric motor… Three-pole group operated, safety grounding switches shall be operated by electric motor…

The proposed disconnector with combined earthing switch are single pole group operated.(ie, one common operating mechanism for all three poles).

Acceptable.

Page 8: 1. - dtl.gov.in

31. Section 2 / GIS / Cl 12.11

Mechanical position indication shall be provided locally at each switch and remotely at each bay module control cabinet/ substation automation system.

Mechanical position indication shall be provided with operating mechanism. LED position indication shall be provided in local control cubicle.

Acceptable. Indication shall be available in SAS also.

32. Section 2 / GIS / Cl 14.1.4.1,(i)

Current transformers: One minute power frequency withstand voltage between secondary terminal & earth - 5kVrms

One minute power frequency withstand voltage shall be 3 kVrms as per IEC.

As per relevant IEC.

33. Section 3 - General Technical Requirement(GTR)/Cl 9.2, Page 09 of 39

The test reports submitted shall be of the tests conducted within last 5 (five) years prior to the date of bid opening. In case the test reports are of the test conducted earlier than 5 (five) years prior to the date of bid opening, the contractor shall repeat these test(s) at no extra cost to the purchaser.

As per IEC standards, type tests are carried out once to establish the design of the GIS. Same is not required to be repeated unless the design is changed. Hence, we request you not to insist on repetition of type tests based on the age of the type test report. We have not envisaged any repetition of type test in offer

Please refer S.No.22 and 26 above.

34. Section 3 - General Technical Requirement(GTR)/Cl 18.9

All control switches shall be of rotary switch type and Toggle/piano switches shall not be accepted.

Control switches are Spring return type actuator switch for ON/Off control.

Acceptable.

35. Section 1 / Project/ Cl 2.2. Page 01 of 17

Hydraulic piping for control devices with pumps. SF6 gas piping, SF6 ducts

Hydraulic operating mechanism is not applicable as we offer spring operating mechanism. Our design has no piping arrangement. SF6 ducts are not the scope requirement as cable termination end offered for all the feeder bays.

Acceptable.

36. Section 1 / Project/ II.A & D Page 02 and 03 of 17

Three, 3-core, single phase voltage transformers/PTs.

We propose one no. 3 phase encapsulated voltage transformer.

As per Section: GIS technical specification of NIT, both single phase as well as three phase encapsulated PT are acceptable.

37. Section 1 / Project/ II.A,B,C & D Page 02 and 03 of 17

One/Two 3-phase, single pole, group operated isolator/disconnector with one 3-phase, single pole, group operated earthing switch…

We propose 3 phase, 3 pole, combined disconnector/earthing switch with common operating mechanism.

Acceptable.

38. Section 1 / Project/ II.B,C & D,Page 3 of 17

Three 3/4-core, single phase current transformers.

We propose one no. 3 phase encapsulated current transformer.

Acceptable. Cores shall remain same.

Page 9: 1. - dtl.gov.in

39. Section 1 / Project/ II.C & D Page 03 of 17

Three single phase SF6 / XLPE cable terminations.

We propose one no. 3 phase encapsulated cable termination box.

Acceptable

40. Section 1 / Project/ II.C & D Page 03 of 17

Three SF6 type Surge Arrester (single phase).

We propose one no. 3 phase encapsulated surge Arrester.

Acceptable

41. Section 1 / Project/ II.C & D, Page 03 of 17

one high speed fault make 3-phase, single pole, group operated earthing switch, complete with manual and motor driven operating mechanisms.

We propose 3 phase, 3 pole, High speed earthing switch with operating mechanism.

Acceptable

42. Section 2 / GIS/ Cl 10.0 Page 09 of 31

The circuit breakers shall be designed for high speed single and three phase reclosing with an operating sequence and timing as specified.

We offer 3-phase encapsulated circuit breaker with common operating mechanism which will have 3-phase auto-reclosing facility.

Acceptable.

43. Section 2 / GIS/ Cl 10.5.4 Page 13 of 31

Hydraulically operated mechanism

We offer Spring operating mechanism for CBs. Hence not applicable.

Acceptable.

44. Section 2 / GIS/ Cl 12.11 & 13.5 Page 18 &19 of 31

Mechanical position indication shall be provided locally at each switch and remotely at each bay module control cabinet/ substation automation system. ...mechanical indicator together with position indicator on the bay module control cabinet…

Mechanical position indication shall be provided with operating mechanism. LED position indication shall be provided in local control cubicle.

Acceptable. Indication shall be provided in SAS also.

45. Section 2 / GIS/ Cl 13.5 Page 19 of 31

High speed Make proof Grounding switches: Single phase switches shall be provided with operating mechanism suitable for operation from 220V DC

The proposed high speed earthing switch is three phase group operated with common operating mechanism.

Acceptable

46. Section 3 / GTR/ Cl 9.2

The test reports submitted shall be of the tests conducted within last 5 (five) years prior to the date of bid opening. In case the test reports are of the test conducted earlier than 5 (five) years prior to the date of bid opening, the contractor shall repeat these test(s) at no extra cost to the purchaser.

As per IEC standards, type tests are carried out once to establish the design of the GIS. Same is not required to be repeated unless the design is changed. Hence we request you not to insist on repetition of type tests based on the age of the type test report. We have not envisaged any repetition of type test in offer.

Please refer S.No.22 and 26 above.

Page 10: 1. - dtl.gov.in

47. Section 3 / GTR/ Cl 18.9

All control switches shall be of rotary switch type and Toggle/piano switches shall not be accepted.

Control switches are Spring return type actuator switch for ON/Off control.

Acceptable.

48. Price Schedule-2 (III.Mandatory Spares)/ A.1

Cable Connection Enclosure with the main circuit (1 no. of each type) – 1 set

Cable connection enclosure without male & female part of cable termination shall be offered.

Cable Connection Enclosure with female part.

49. Price Schedule-2 (III.Mandatory Spares)/ C 1 to 5

72.5kV, single ph., Disconnecting Switch internal parts. 72.5kV, single ph., Grounding Switch internal parts…

Providing internal parts of GIS is not recommended to assemble at site. Hence we propose 1no each assembled disconnector/earthing switch and high speed earthing switch

Acceptable.

50. Price Schedule-2 (III.Mandatory Spares)/ D.1

single phase current transformer of each rating – three each type

We propose 1 no each three phase encapsulated current transformer.

Acceptable

51. Price Schedule-2 (III.Mandatory Spares)/ E. 1

Single phase VT complete with all gaskets and mounting hardware - 3 nos

We propose 1 no three phase encapsulated voltage transformer.

Acceptable.

52. Price Schedule-2 (III.Mandatory Spares)/ F. 1&2

Complete LA including insulating base with surge counter & accessories : GIS type - 3 nos Surge counter/monitor - 3 nos

We propose 1 no three phase encapsulated Surge arrester with counter.

Acceptable

53. Section 17 / Power and Control cables /Cl -4.0 / Type Tests / Pg 5 to 7 of 14 & Section 17 / Power and Control cables /Cl -2.9.1 / Type Tests Pg 13 of 14

Since the Time for Completion is a constraint, we request you to accept the Type Test Reports for, Cables, for evaluation purpose. We will submit the reports which are not older the 10 (Ten) years prior to bid opening we request you to exclude the evaluation of Type Test Charges for Type Tests to be conducted on cables

Please refer S.No. 26 above. However, bidder shall conduct type tests on 1.1kV Power and Control cables as specified in their respective section without any cost implication to the Purchaser .

54. Cl. no. 10.2 of Section XV (CRP) Cl. no. 10.17 (b) of Section XV (CRP)

All main protective relay shall be numerical type and communicable on IEC 61850 protocol… The relay shall be suitable for supporting IEC 103 and IEC 61850 protocol

We have considered all main protective relay as numerical type with IEC 61850 protocol for communication. IEC 103 protocol not envisaged in numerical relays. Please confirm.

Acceptable.

55. Cl. no. 10.3 of Section XV (CRP)

All relay shall have time synchronization facility and shall be connected to existing time synchronizing

We understand that supply of GPS time synchronizing equipment is not in bidder’s scope. Please confirm our understanding.

Supply of GPS time synchronizing equipment is in bidder’s scope.

Page 11: 1. - dtl.gov.in

equipment available with DTL….

Also, please inform the location of existing GPS time synchronizing equipment.

56. Item no. C.2 ( e) & C.3.(d): Price Schedule-2

Other common equipment pertaining to relay and protection system

Please furnish the detailed BOM of other common equipment which are required pertaining to relay and protection system under the referred line item.

To be incorporated by Bidder as per his design to meet functional requirement.

57. General Auxiliary SLD for LT Boards

We request you to provide following as same is not enclosed with tender documents:

1) Auxiliary SLD for 415 V main Switch board / MLDB/ELDB

2) Auxiliary SLD for DCDB

It is in Bidder’s scope.

58. General PLCC & 48V system requirement

Since no mention of any kind of PLCC is there either in specification or Price Schedule, we presume that PLCC along with 48V battery system is excluded from our scope. Kindly confirm.

PLCC is not envisaged. Designing the battery system is in bidder’s scope to meet NIT requirements fully.

59. Section-1/Project/ Cl. No. 4.2 & Section-2/GIS/Cl. No. 1.0/ (i) & 10.7.3/e

Rated continuous current at an ambient temperature for 220/66/33KV GIS

As per Section-1/Project/Cl. No. 4.2, design ambient temperature shall be considered as 50 Deg.C. However, in GIS specification there is an ambiguity regarding rated continuous current as below: a). Cl. No. 1.0 of GIS specification calls for rated continuous current at an ambient temperature of 50 Deg.C. b). Cl. No. 10.7.3 of GIS specification calls for rated continuous current at an ambient temperature of 40 Deg.C. However, we have envisaged for rated continuous current at an ambient temperature of 40 Deg.C. for 220/66/33KV GIS. Kindly confirm that our understanding is correct.

It is to be designed for ambient temperature of 50 deg C.

60. Price Schedule -2/ item no: D(7) /Section 1: Project/ CL.No 3 (II) / Page No.3 of 17

The Line item for 66kV Indoor cable End Termination Kit is NOT included in Schedule-2 The Quantity of Termination kits for 1. 8 Nos. Feeder bay Modules shall be 30 Nos (6 x 3 +2 x 2 x 3) 2. 2 Nos. of Transformer Bay

66kV Indoor cable End Termination Kit for incomer bays of Transformer is in bidder’s scope and included in price schedule.

Page 12: 1. - dtl.gov.in

Module shall be 12 Nos (2x2x3). Kindly confirm / clarify and revise Schedule-2 accordingly.

61. Section-1: Project , Clause 3.0 (II ) 66kV System/page no. 3 of 17.

We understand the following. 1. Termination on 66kV side of 160MVA trafo shall be by oil/cable termination. 2. Termination on 33kV side of 100MVA trafo shall be by oil/cable termination. Kindly confirm / clarify.

It shall be through oil to air bushing and XLPE cable on transformer secondary side.

62. General Please confirm / clarify the following 220kV Side: Transformer Bay Module Termination : SF6 / Air Terminations Feeder bay Module Termination : SF6 / XLPE Indoor Cable Termination 66kV Side: Transformer Bay Module termination : SF6 / XLPE Indoor Cable Termination Feeder bay Module Termination: SF6 / XLPE Indoor Cable Termination. 33kV Side: Transformer Bay Module termination : SF6 / XLPE Indoor Cable Termination Feeder Bay Module Termination: SF6 / XLPE Indoor Cable Termination.

Acceptable

63. Price Schedule 2 /item no : D

We understand that 48V battery & battery Charger / DCDB are not in the Scope of Bidder. Please confirm / clarify.

Designing the battery system is in bidder’s scope to meet NIT requirements fully.

64. General We understand that 220kV, 66kV and 33kV LAs on all Feeders are GIS enclosed type.

Acceptable

65. Section 2 GIS /Table-1 /Pg. no 30 of 31

We understand that the Current ratings mentioned in Table 1B can be considered for 66kV CT s. Kindly confirm / clarify.

Acceptable

66. Section 2 GIS /Table-II /Pg. no 31 of 31

We understand that Bidder to consider the Voltage transformer details for 220kV and 66kV as mentioned in Table IIA & B. Kindly confirm and clarify.

Acceptable

67. Schedule 2/Item no : D(4)(a) and Section 5 :

We understand that following are NOT in bidder’s scope 1. Fire detection & alarm

Fire detection & alarm system is in bidder’s scope

Page 13: 1. - dtl.gov.in

Fire Protection system. 2. Water based fire protection system (indoor/outdoor)

68. Section-1 : Project ,Clause no 3.0 Scope of work (pg no:2 of 17) II. 66kV System: A (b)

Manufacturer’s 72.5kV GIS is a Three phase Encapsulated design. Please note that 72.5kV GIS VT is a three phase encapsulated type as the three phases (R, Y & B) are enclosed in common (single) enclosure.

Acceptable

69. Section-1 : Project ,Clause no 3.0 Scope of work (pg no:2 of 17) II. 66kV System : B( c)

Manufacturer’s 72.5kV GIS is a Three phase Encapsulated design. Please note, the Earth switch, Disconnector, Circuit breaker & VT, all are Three phase enclosed design; (i.e.,) the three phases (R, Y & B) are enclosed in common (single) enclosure.

Acceptable

70. Section-1 : Project ,Clause no 3.0 Scope of work (pg no:3 of 17) II. 66kV System : C (f)

72.5kV GIS Surge Arrester is a three phase design. We would like to inform you that as per manufacturer’s design Surge Arrester for 72.5kv GIS is Three phase encapsulated.

Acceptable

71. Section-2, GIS Clause no : 4.General Design and safety requirement (pg no:7 of 31) Point no: 4.35.2. Operating System

1) We would like to inform you that loss of heater power is not applicable to offered GIS. 2) We would like to inform you that as per manufacturer’s design 72.5kV GIS is three phase encapsulated design, so the pole discordance is not applicable. Kindly accept

As applicable Acceptable.

72. Section-2, GIS, Clause no : 10.Circuit Breaker, (pg no:9 of 31) General

We would like to inform you that as per manufacturer’s design for 72.5kV GIS single phase reclosing is not applicable. Only three phase reclosing is applicable. For 245kV design both Single phase and three phases design is applicable.

Acceptable

73. Section-2, GIS, Clause no : 10.5.2 (b) ,Control ( page no:11 of 31)

We would like to inform you that pressure switches, valves are applicable only for Hydraulic Operating Mechanism in 420kV GIS & not applicable to 245kV & 72.5kV GIS. Kindly Clarify/Confirm

As applicable.

Page 14: 1. - dtl.gov.in

74. Section-2, GIS, Clause no : 4.29.General Design and safety requirement , (pg no:6 of 31)

These Documents shall be provided during detailed engineering. kindly confirm/Clarify

Acceptable.

75. Section-2, GIS, Clause no : 10.6, (pg no:13 of 31) ADDITIONAL DATA TO BE FURNISHED ALONGWITH THE OFFER Point No. b)

We would like to inform you that these documents shall be provided during Detailed engineering. kindly confirm/Clarify

Acceptable.

76. Section-2, GIS, Clause no : 12.12, Safety grounding switch, (pg no: 18 of 31)

It is applicable only to High speed earthing switch. Kindly Confirm/Clarify

As per IEC.

77. Section-2, GIS, Clause no : 14.1.4.1 (pg no: 22 of 31) Current Transformer, point no: h ,i & j.

h) We would like to inform you that radio interference is not applicable for GIS CT’s. kindly Confirm/Clarify i)We would like to inform you that as per IEC power frequency for GIS CT is 3kV.Kindly Confirm/Clarify j) We would like to inform you that PD is not applicable for CT of 245kV GIS. Kindly Confirm/Clarify

As per IEC. As per IEC. As applicable.

78. Section-2, GIS, Clause no : 14.1.4.2 Voltage Transformer , (pg no: 22 of 31) Point no: g)

We would like to inform you that radio interference is not applicable for GIS VT’s. Kindly Confirm/Clarify

As per IEC.

79. General The Govt of India is planning to introduce a new clause GST which may affect the contract's price during the execution of the contract. We request to clarify that any additional tax impact on Self manufactured/bought out goods(domestic and imported) and services that will arise because of GST appropriate13on shall be mutually discussed for appropriate tax adjustments. Kindly Clarify.

In case of Bought –out items, the impact of GST shall be borne by Bidder themselves.

Page 15: 1. - dtl.gov.in

80. Validity of Type Test Reports– Clause 9.2 Section : GTR (page No : 09 of 39)

The test reports submitted shall be of the tests conducted within last 5 (five) years prior to the date of bid opening. In case the test reports are of the test conducted earlier than 5 (five) years prior to the date of bid opening, the contractor shall repeat these test(s) at no extra cost to the purchaser.

The type tests are conducted only when there is a change in design by manufacturer or change in IEC standard(s) for one or more of the type test(s) specified by IEC. In view of the same, the manufacturer ensures conducting the type test in case of change necessitating a fresh type test to be done. In view of the same, different utilities (including PGCIL) demand for type test reports to be available not older than 10 years prior to the due date of bid opening. In view of the above, please confirm acceptability that the type test reports to be available not older than 10 years prior to the due date of bid opening.

Please refer S. No.26 above.

81. ITB, Clause 10.3 & Price Schedule 1: Plant and Equipment (including Mandatory Spares Parts) to be supplied from Abroad, including Type Test to be conducted in Abroad. & Price Schedule 2 : Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test to be conducted in India

Type Test Charges as part of bid evaluation .

We request you to consider the following in place of Type Test Charges being part of bid evaluation: The type tests should have been conducted on the equipment manufactured at the same source from where the bidder is proposing to supply the product under the bid. In case the product offered is not type tested, the required type tests have to be completed before commencement of Ex-Works Supply. Type Test charges shall not be a part of bid evaluation as the preceding point ensures the liability with the manufacturer to provide valid type test reports not older than 10 years prior to the due date of bid opening or provide the same before commencement of Ex-Works supply and an undertaking to this affect from the GIS manufacturer to be submitted along with the bid confirming that the type tests shall be conducted & reports to be made available before commencement of Ex-Works supply.

Please refer S. No.22 and 26 above.

Page 16: 1. - dtl.gov.in

Reasoning: The completion timeline is inadequate in case conducting the Type Test is included. Furthermore, conducting the type test is dependent upon the availability of the Laboratory cum Test Slot which is uncertain and has an effect both on the price and time line of the contract.

82. Building & Construction Welfare Cess (BOCW) applicability

Building & Construction Welfare Cess (BOCW) applicability

Please clarify whether BOCW tax is applicable of ETC & Civil Works only. Furthermore, the BOCW@1% of price of ETC & Civil Works shall be included in "Column 6 - Unit Charges" & "Column 8 - Unit Charges" in SCHEDULE-4 of Price Schedule.

BOCW tax shall be inclusive in schedule-4.

83. Price Schedules, Schedule 1, Supply from Abroad and Volume I, Section – III Condition of Contract (CC), Clause 14.4 & 14.5 and Volume III, Section I : Bid Forms, Clause 4.1

Price Schedule, Schedule 1 mentions ""Taxes & Duties for Direct Transaction (Not included in CIF Price Component" and CC, Clause 14.4 mentions "In case of CIF Contacts, any Indian Customs duties or levies including the Stamp Duty and Import License Fee levied by the Government of India or any State Government in India on the equipment and materials covered in the Contract to be imported in to India against employer’s Import License and which will become the property of the Employer under the Contract, shall be to the Employer’s account and shall be paid directly by the Employer to Government of India or concerned authorities . and CC, Clause 14.5

a. Columns "9-16" of Price Schedule asks for "Taxes & Duties for Direct Transaction (Not included in CIF Price Component". However, CC, Clause 14.4 & Bid Forms, Clause 4.1 mentions that all import duties under the contract shall be paid by the Employer. Please clarify that in case of import of Bought-out equipment(s) also, Customs Duty shall be paid by the Employer & has to be mentioned by the bidder in Column 9 & 10 of Price Schedule-1. b. Furthermore, referring CC, Clause 14.5, Octroi & Entry Tax shall be paid by Employer for all items separately. Therefore, bidder shall mention the same in Column 11, 12, 13 & 14 for Bought-out equipment(s) as well. Please reply to all points separately.

a. In case of import of Bought-out equipment(s), Customs Duty shall not be paid by the Employer & need not be mentioned by the bidder in Column 9 & 10 of Price Schedule-1. b. Acceptable.

Page 17: 1. - dtl.gov.in

mentions "Octroi/entry tax as applicable for destination site/state on all items of supply including bought-out finished items, which shall be dispatched directly from the sub-vendor’s works to the owners site (sale-in-transit) are not included in the Contract price. The applicable octroi/entry tax in respect of all the items of supply would be reimbursed to the Contractor separately by the owner subject to furnishing of documentary proof." and Volume III, Section I : Bid Forms mentions "We understand that notwithstanding 4.0 above, in case of award on us, you shall bear and promptly pay/reimburse all custom and import duty imposed; on the Plant & Equipment including Mandatory Spare Parts specified in Schedule No.1 to be incorporated into the Facilities, by the Indian Laws."

84. Price Schedules, SCHEDULE -3 - Local Transportation, Insurance and other Incidental Services (including port clearance etc.)

Service Tax in Total Charges

We understand that Service Tax @ 14% shall be included by bidder in the Total Charges. Please confirm.

Part pertaining to Service Tax in Cl. 14.5 of CC shall be read as: Employer would not bear any liability on account of Service Tax. In case the service tax on transactions between employer and the contractor is covered under the Reverse Charge provisions of service tax law, full service tax (i.e. including both for service provider and service receiver) is to be included by the bidder in the quoted prices/bid and the necessary deductions relatable to the service tax liability of Receiver of services shall be deducted and deposited by Receiver of services with Service Tax Deptt. Rate of service tax considered by the bidder in its bid shall be indicated in respective price schedule.

Page 18: 1. - dtl.gov.in

85. Price Schedules, SCHEDULE -4 - Installation Charges and Volume I, Section: IV – Forms and Procedure (F&P), Clause 1.5 Price Component for Installation (including Civil Works) and Services

Portion in Foreign Currency and Service Tax in Total Charges

We understand that as Installation is a Local Activity to be conducted (in India) and also, payments for Installation Works are deemed to provided in INR only & not any foreign currency, under Price Schedule- Schedule - 4, "Portion in Foreign Currency & Column 5, 6 & 7 shall not be applicable".

It shall be quoted in INR.

86. Price Schedule -7: Grand Summary (Page 2)

B Applicable Taxes & Duties and other levies, payable additionally, in respect of the transaction between the Owner and the Contractor.i. Excise duty Estimated at the rate of ………………………………………..ii. Custom Duty Estimated at the rate of ………………………………………..iii. Sales Tax Estimated at the rate of ………………………………………..iv. Other levies a. Octroi : …………………….. estimated @ ______ b. Entry Tax : …………………….. estimated @ ______ c. Others (please specify) : …………………….. estimated @ ______ i. ii.v) Total taxes & duties(i+ii+iii+iv) : ……………………..

We understand that the following clause shall include the taxes & duties as follows for correct bid evaluation:B Applicable Taxes & Duties and other levies, payable additionally, in respect of the transaction between the Owner and the Contractor.i. Excise duty (Total Amount to be mentioned) Estimated at the rate of ………………………………………..ii. Custom Duty (Total Amount to be mentioned) Estimated at the rate of ………………………………………..iii. Sales Tax (Total Amount to be mentioned) Estimated at the rate of ………………………………………..iv. Other levies a. Octroi : (Total Amount to be mentioned) estimated @ ______ b. Entry Tax : (Total Amount to be mentioned) estimated @ ______ c. Others (please specify) : (Total Amount to be mentioned) estimated @ ______ i. ii.v) Total taxes & duties(i+ii+iii+iv) : ……………………..Please confirm as part of the original tender requirement.

Acceptable.

87. Price Schedule 8, (Taxes & Duties Not Included In Bid

Applicability of Schedule 8

We understand that as Grand Summary covers all taxes & duties for direct as well as Bought Out transactions,

Bidder is free to mention it as “not applicable” if all taxes are covered in schedule-7.

Page 19: 1. - dtl.gov.in

Price) Schedule 8 shall be Not Applicable. Please confirm.

88. Price Schedule-10, Details of recommended spare parts & recommended test equipment (in line with Technical specifications) is furnished below:-

Schedule-10 applicability

We understand that it shall be prerogative of the bidder to recommend any spare parts & test equipment under Schedule-10. As these can be different for different bidders & as principally agreed in the pre-bid meeting, Schedule -10 shall not be part of bid evaluation. Please confirm.

Acceptable.

89. Volume I, Section – III Condition of Contract (CC), Clause 14.5

Owner would not bear any liability on account of Service Tax. In case the service tax on transactions between owner and the contractor is covered under the Reverse Charge provisions of service tax law and the full service tax (i.e. including both for service provider and service receiver) is to be included in the quoted prices/bid, the necessary deductions relatable to the service tax liability of Receiver of services to be deposited with Service Tax Deptt.

Please clarify Reverse Charge provisions under the subject clause.

Please refer Vol-1 Sec-III, CC, Cl. 14.5.

90. SECTION : 15 CONTROL & RELAY PANELS, Clause No: 10.17

b) The relay shall have suitable communication facility for future connectivity to SCADA. The relay shall be capable of supporting IEC 870-5-103 and IEC 61850 protocol.

The relays shall either support IEC 103 or IEC 61850. For this project we are considering relays on IEC 61850 protocol. Please confirm.

The relay shall be IEC 61850 protocol compliant.

91. SECTION : 15 CONTROL & RELAY PANELS, Clause No : 14.3

SECTION : 15 CONTROL & RELAY PANELS 14.3 Numerical Restricted Earth Fault Protection

We are considering HV REF as inbuilt of 87 relays and a separate REF relay for LV REF. Pls confirm.

Separate independent REFs for HV and LV each are required as per NIT (Section:15 Relay and Protection Panel With Automation)

92. General Scope Please clarify the scope of 11kV Protection IED's, its integration with SCADA.

It shall be taken up during detailed engineering. However, integration with SCADA is required.

93. General Scope Please clarify whether ACDB, DCDB & Battery Charger are communicable & whether these are to be integrated with SCADA.

Yes.

Page 20: 1. - dtl.gov.in

94. Vol II ,Section 2 : GIS, SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR, Clause 1.0, Page 1 of 31.

It should be designed for indoor/outdoor (as specified) application with meteorological conditions at site as per Section Project.

Both 220 kV and 66 kV GIS will be for indoor application. Please confirm.

GIS shall be designed for location in GIS room.

95. Vol II Section 2: GIS, SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR, Clause 2.0, Page 1 of 31.

IEC 60044-1 Current transformers IEC 60044-2 Voltage transformers

Revised reference standard for Instrument Transformers IEC 61869-2 Current transformers IEC 61869-3 Voltage transformers Kindly confirm.

As per latest applicable IEC.

96. Vol II Section 2: GIS ,SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR, Clause 4.31, Page 6 of 31

The ladders and walkways shall be provided wherever necessary for access to the equipment.

The access to the operating mechanism is possible through ladder & thus walkways are not required.

Acceptable.

97. Vol II Section 2: GIS ,SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR, Clause 10.7.1, Page 13 of 31

In accordance with the requirements stipulated under Section GTR the circuit breaker along with its operating mechanism shall conform to the type tests as per IEC-62271-100.

a. The switchgear is type tested in line with IEC 62271-203, Please confirm. b. Type test reports are valid & shall be provided not older than 10 years prior to the date of bid opening. Please confirm. C. No repetition of type test is envisaged. Please confirm. Please reply to all points separately.

a. As per relevant IEC with latest amendments. b. Please refer S.No. 26 above. c. Please refer S.No. 26 above.

98. Volume II, Section 1 : Project, Clause 3.0 SCOPE OF WORK.

GIS duct with gas monitoring devices, barriers, pressure switches, etc. as required.

As line feeder circuit breaker bays are connected through cables, GIS ducts shall not be applicable. Please confirm.

Acceptable.

99. Section Project ,Vol-II, Cl 3-II 66kV System-C- (h)

GIS Cable(s) termination enclosure suitable for connecting 66kV XLPE cable (The cable shall be designed by the bidder considering 110% continuously loading of 66kV side of the 160MVA Transformer).

We understand there will be direct cable termination to 66kV side of transformer on the cable boxes. Please confirm.

Termination on 66kV side of transformer shall be through transformer oil to air bushing and 66kV XLPE Cable.

Page 21: 1. - dtl.gov.in

100. Volume II, Section 1 : Project, Clause 3.0 SCOPE OF WORK, II 66kV SYSTEM C (h) and Price Schedule, Schedule 2: (I)(D)(7)

Section Project mentions "Three single phase SF 6/ XLPE cable terminations." while Price Schedule mentions "Power cable with termination kit/bus duct on 66kV side for connecting 2 nos. Transformers to 66kV GIS (Double Run)"

a. Please clarify the type of terminations required at GIS end i.e. Three Single Phase (1 run/phase) or Double Run. B. Also, as connection is through cable, bus duct shall not be applicable. Please confirm. Please reply to both points separately.

It shall be two run per phase for 66kV transformer incomer bay. Acceptable

101. SECTION-IV, PRICE SCHEDULE-2 , Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India.- D - LT Switchgear& other items, 11- Tertiary loading equipments for one 160 MVA transformer

a) 33kV, O/D type Isolator with Earth switch MOM type b) 33kV, O/D type CT, ratio 25/1-1 A c) 33kV, O/D type 630A, circuit breaker

We understand the subject requirement shall be for 11kV equipments considering tertiary loading of 100MVA transformer.

As per NIT. However, the 33kV CT ratio shall be as under: Core-I Metering 50/1A Core-II PS class 400-200/1 A Core-III PS class 400-200/1 A

102. General General Please provide soil investigation data & soil resistivity value for proposed yard.

It is in bidder’s scope.

103. Transportation of equipments to site

Transportation of equipments to site

a. Considering the site location in the heart of city, please clarify on the restrictions on movement of trailers during Day/night time. B. Based on the restrictions (if any), M/S DTL to provide necessary approvals for transportation of equipments to site during any period of the day/night. Please confirm. Please reply to both points separately.

Bidder has to adhere to the prevalent rules and regulations of respective agencies in this regard as applicable in GNCTD region.

104. Noise & Dust Restrictions (if any) at Site

Noise & Dust Restrictions (if any) at Site

We understand that that the contractor does not have to take care of any noise & dust limitations (except as mentioned in technical specifications), due to the substation's location in the heart of city. Please confirm.

Bidder has to adhere to the prevalent rules and regulations of respective agencies in this regard as applicable in GNCTD region.

Page 22: 1. - dtl.gov.in

105. Section 13 - civil works - Clause 1.1.4 (1)

Section 13 - civil works - Clause 1.1.4 (1)

1) Additional floor loading to be considered for future – What is the load that needs to be considered additionally over and above the present scope of works in civil control room and GIS building?

As per applicable standard IS code/standard practices.

106. Volume II - General Technical Requirement, Clause 4.7.1.(8)(i/ii), Page 2 of 39

Clearances Clearances shall be as per IEC and type tested design

Clearances shall be as per relevant IEC/IS and shall adhere to safety guidelines.

107. Vol - II / Technical Specification / Section - I / Project / Annexure-II

Kindly provide the SLD Layout as per the said clause.

SLD and Layout are available in hard copy of tender document. Moreover soft copy is enclosed herewith.

108. Clause No. 3.2-(ii)-l Civil Works

Vol - II / Technical Specification / Section - I / Project / Section 1 / Project

As this is an extension project, we understand that the site surfacing and levelling Shall be considered only for present scope. Kindly confirm.

Acceptable

109. Clause 3.0 Vol - II / Technical Specification / Section - I / Project / Section 1 / Project

Kindly provide the details of the foundation of existing 100 MVA transformer which is to be replaced, so as to match with the new transformer. Also clarify if we have to consider complete dismantling of the existing foundation of only upto a certain depth.

Complete demolition of existing 100MVA transformer foundation has to be carried out and a fresh new foundation is required for 160MVA Power Transformer.

110. We understand, After Dismantling of 100 MVA Transformer, it will be kept in the premises of Substation Area & hence kindly provide the exact location for the same.

It shall be finalized during detail engineering.

111. Clause 3.0 (II), Section : Project & Clause2.1 (Sec-16)

Vol - II / Technical Specification/ Section 16 Special Equipment

Kindly specify whether the partial discharge measurement sensor is acoustic type or UHF type.

As per NIT.

112. Clause 3.0, Section : Project Page no : 02 of 17.

Vol - II / Technical Specification / Section 1 Project

As per he said clause, if UHF based partial discharge measurement sensor is required, please clarify if only provision is to be provided or sensors are to be provided.

As per NIT.

113. Clause 3.0 (II), Section : Project

Vol - II / Technical Specification / Section 1 Project

We presume that a shut down shall be taken up by the customer for phase II work of replacing the 100 MVA transformer and the

It shall be finalized during detail engineering.

Page 23: 1. - dtl.gov.in

schedule for the shut down shall be provided by the customer.

114. Clause 4.7 and Clause 11.2.18 Section: GIS

Vol - II / Technical Specification /Section 2 / SF6 gas Insulated metal enclosed Switchgear

Inspection window on disconnect switches is not envisaged and hence not offered in the GIS. Please confirm.

As per NIT.

115. Clause 6 (a) Vol - II / Technical Specification / Section 6B / 245 kV Isolators

We understand that the isolators are mechanically ganged. Kindly clarify.

As per NIT

116. Clause 1.1.9 Vol - II / Technical Specification / Section 13 Civil Works

Kindly clarify if any space is to be considered for future bays in 66 kV GIS building.

As per NIT

117. Clause 1.1.9 Vol - II / Technical Specification / Section 13 Civil Works

We understand that the entire control system including SAS, ACDB DCDB, etc. for 66 kV shall be housed in the existing control room only and no separate room is envisaged for the same

It shall be finalized during detail engineering.

118. Clause 7 Vol - II / Technical Specification / Section 13 Civil Works

As the switchyard is existing, please let us know if the approach road is to be considered in the present scope of work.

It shall be finalized during detail engineering. However actual requirement shall be finalized by joint site visit.

119. Clause 15.0 Vol - II / Technical Specification / Section 13 Civil Works

Please clarify if we have to provide cable cellar room in 66 kV GIS building.

Provision of Cable cellar room is to be provided for 66KV Cables with appropriate arrangement for restricting entry of rain water in the cellar room.

120. Clause 17.1 (10)

Vol - II / Technical Specification / Section 13 Civil Works

As per the said clause, the FGL to be considered is 100.20 meter. Kindly confirm.

As per clause 3.3 (Section:-Project), the bidders are advised to visit the substation site and acquaint themselves with the topography, infrastructure and also the design philosophy. The required ground and FGL shall be provided at the time of detailed engineering.

121. Clause 1.6 Vol - II / Technical Specification / Section 14 Substation Automation system

We understand that Fibre optic terminal equipment at remote end is not in Bidder’s scope of work. Kindly confirm.

Not applicable, as per NIT.

122. Clause 1.6 Vol - II / Technical Specification / Section 14 Substation Automation system

We understand that Supply Erection testing and commissioning of OPGW from Gopalpur Substation to remote end is not in bidder's scope of work. Kindly confirm

Not applicable, as per NIT.

123. Vol - II / Technical Specification / Scope of Work

Kindly provide the make of 220 kV existing SCADA to carry out the augmentation work.

The make of 220 KV existing SCADA is of M/s Alstom.

124. We understand that our scope of work for 66 kV GIS feeder bays is upto the cable

Acceptable.

Page 24: 1. - dtl.gov.in

termination at GIS. 125. Clause: 3.6 Vol - II / Technical

Specification / Section - V / Power Transformer

Impedance Voltage at Rated Current for the Principal Winding; HV to MV impedance (i.e. 16 % as per Specification) and MV to Tertiary Impedance (i.e. 12% as per Specification) are most important parameter. Hence to achieve the same, we offer our Transformer with HV to tertiary impedance as 30% instead of 24 %( as per Specification) as it will limit the fault current.

As per NIT specifications.

126. Section - III / Condition of Contract / 14.0 Taxes & Duties / 14.10

Tax Variation We understand that, Statutory Variation shall be payable on in-house / direct transactions only. Kindly confirm.

As per NIT.

127. Taxes & Duties GST Implementation Any additional tax impact on manufactured items / bought out goods/Service that will arise because of GST implementation / Any other new Taxes & Duties, shall be reimburse at actual by Employer. Please confirm the same.

In case of Bought –out items, the impact of GST shall be borne by bidder themselves.

128. Section - III / Condition of Contract / 27.0 Defect Liability / 27.2

The Defect Liability Period shall be five years from the date of Operational Acceptance of the facilities (or any part thereof)

We propose, defect liability period of 12 months from the date of Commissioning or 18 months from the date of readiness of materials for dispatch (ex-works), whichever is earlier.

As per NIT

129. Section - III / Condition of Contract / 27.0 Defect Liability / 27.8

Upon correction of the defects in the Facilities or any part thereof by repair/replacement, such repair/replacement shall have the Defect Liability Period extended by a period of Sixty (60) months from the time such replacement/repair of the facilities or any part thereof.”

We presume that, The guarantee period for such repaired/replaced equipment shall be 60 Months from the date of such replacement/repair, maximum up to the original defect liability period of 60 months from the date of Operational Acceptance, whichever is later”. Kindly confirm.

As per NIT

130. Section - III / Condition of Contract / A. Contract & Interpretation / 1.0 / "Time for Completion"

Completion Period - 24 Months

We presume that, the completion period shall be 24 months from the date of receipt of Letter of Award or Handing over of Land whichever is later. Kindly confirm.

The completion period shall be 24 months from the date of issuance of LOA.

Page 25: 1. - dtl.gov.in

131. VOL - I / Section - IV / Price Schedule 5A-5B / F & G

TYPE TEST OF 220/66/11kV, 160MVA POWER Transformer as per latest IS/IEC.

We presume that, Special Type Test Charges i.e., Short-Circuit Test etc. need not to quote in Schedule 5.Only Type- test charges as per IEC need to quote.

Please refer S.No.22 above.

132. Section - II Instruction to Bidder (ITB) Page No. 9 of 33, Clause No. 11.1

Prices shall be quoted in Indian currency i.e. INR only.

Since, tender is on International Competitive Bidding basis, and participation will take place from outside India as well. In case of International Bidder/Equipments from outside India, most of the central/ state utilities use to pay in USD/EURO which in turn has been accepted globally. Therefore, we also request to accept the payment in USD/EURO for equipments being supplied from Abroad (outside India). Kindly confirm.

As per NIT.

133. Volume-I / Condition of Contract / Section - II / Inst. To Bidders / Qualification Requirement / Annexure-A / Part - A / 1.1.1 Experience for GIS Manufacturer(s) / 1.1.1 (c)

Have designed, manufactured, type tested and supplied 220 kV or higher voltage class Power Transformers which must be in satisfactory operation for last 2 (two) years, as on the date of bid opening, OR supply the said power transformer from such manufacturers who have designed, manufactured, type tested, and supplied 220 kV or higher voltage class Power Transformers which must be in satisfactory operation for last 2 (two) years, as on the date of bid opening.

We request you to please amend the said clause as follow, I) Have designed, manufactured, type tested and supplied 220 kV or higher voltage class Power Transformers which must be in satisfactory operation for 2 (two) years, as on the date of bid opening, OR ii) supply the said power transformer from such manufacturers who have designed, manufactured, type tested, and supplied 220 kV or higher voltage class Power Transformers which must be in satisfactory operation for 2 (two) years, as on the date of bid opening OR iii) from manufacturer(s) who have established production line in India for Power Transformers, provided, a) Such manufacturer(s) has/have designed, manufactured, type tested and supplied the 220 kV or above class respective equipment(s). b) the parent company

As per NIT

Page 26: 1. - dtl.gov.in

(Principals) or collaborator meets qualifying requirements mentioned above in (ii).

134. Volume-I / Section - II / Inst. To Bidders / Qualification Requirement / Annexure-A / Part - A / 1.1.2 Experience for Erection, Testing & Commissioning:

The erectors have successfully Supply, Erected, Tested & Commissioned not less than two (2) Outdoor Substations or Switchyards having cumulatively at least 2X100 MVA Transformers and 14(fourteen) 66 kV or higher voltage Circuit Breaker bays and the same should have been in successful operation for at least two (2) years, as on the date of bid opening, provided the erection, testing and commissioning of 66 kV GIS is executed under the supervision of the GIS manufacturer.

We request you to please amend the said clause as follow, The erectors have successfully Supply, Erected, Tested & Commissioned not less than two (2) Outdoor Substations or Switchyards having cumulatively at least 2X100 MVA Transformers and 14(fourteen) 10 (Ten) 66 kV or higher voltage Circuit Breaker bays and the same should have been in successful operation for at least two (2) years, as on the date of bid opening, provided the erection, testing and commissioning of 66 kV GIS is will be executed under the supervision of the GIS manufacturer.

As per NIT.

135. Volume-I / Condition of Contract / Section - II / Inst. To Bidders / Qualification Requirement / Annexure-A / Part - A, Clause No. 1.1(d) and 1.1.3

Each of the Partners of the Joint Venture/consortium must meet the minimum qualifying requirements given under clause 1.1.1and/ or 1.1.2. However, all the partners of Joint venture/consortium shall meet collectively, the requirements of Clauses 1.1.1 and 1.1.2 below. The Techno-commercial and legal arrangement between the Joint Venture/consortium partners shall be in line with the clause 1.1.3 below. All the documents/evidences as required should be submitted along with the Part-I, Techno Commercial bid.

We request you to please amend the said clause as follow, All the partners of Joint venture/consortium shall meet collectively, the requirements of Clauses 1.1.1 and / or 1.1.2 below. The Techno-commercial and legal arrangement between the Joint Venture / consortium partners shall be in line with the clause 1.1.3 below. All the documents / evidences as required should be submitted along with the Part-I, Techno Commercial bid.

As per NIT.

Page 27: 1. - dtl.gov.in

136. Volume-I / Condition of Contract / Section - II / Inst. To Bidders / 12.0 Bid Security / 12.7

In case the Bid is submitted by a Joint Venture, the Bid Security shall be in the name of the Joint Venture covering all partners of the Joint Venture and not in the name of the Lead Partner or any partner(s) of the Joint Venture alone.

We request you to please amend the said clause as follow, In case the Bid is submitted by a Joint Venture, the Bid Security shall be in the name of lead partner or any one partner of the Joint Venture.

As per NIT.

137. Vol - II / Technical Specification / Section - I / Project / Clause 3.0

The work is proposed to be carried out in phased manner: Phase-1 : Supply & ETC of one 160 MVA 220/66/11 KV Power transformer along with associate…… Phase-2 : Supply of another 160 MVA…….

We understand that, the completion Schedule is total 24 Months considering works of both the Phases and moreover we presume that Phase - II works will be commenced only after completion of Phase - I works. Kindly clarify.

As per NIT.

138. Kindly clarify that type test performed as per IEC only are acceptable to DTL of test performed with other standards are also acceptable.

As per NIT and latest IEC.

139. Type test report older than five year can be acceptable by DTL.

Please refer S.No.26 above.

140. We enclose herewith the complete list of type test as per IEC for your reference, kindly clarify that all the test listed in the attached list are required as per DTL specification or bidder have relaxation for some test.

As per NIT.

141. Is it acceptable to DTL to have repair and maintenance facility of GIS from EPC company or DTL wants the repair and maintenance facility from GIS manufacturer only.

As per NIT.

142. Generally for repair and maintenance facility it is necessary to have manufacturing facility. Kindly clarify DTL requirement about repair and maintenance facility that DTL need only repair facility with required tools and tackles or it is compulsory to have manufacturing facility in india.

As per NIT.

Page 28: 1. - dtl.gov.in
Page 29: 1. - dtl.gov.in
Page 30: 1. - dtl.gov.in