(1)bid package contract no. 1103114700-construction of 380kv ohtl for qassim-4 ss

52
r", Saudi Electricity Company CONTRACT No. 11031147/00 CONSTRUCTION OF 380KV OHTL FOR QASSIM -4 SIS Contents: 1. Instructions to Bidders (Commercial Proposal and Technical Proposal) 2. Bid Form and Pricing Attachments 3. Proforma Contract (Signature Pages, Schedules "A", "B", & "C"; and Pricing Attachments) 4. Scope of Work and Technical Specifications (PTS-10C0319)

Upload: lexcar69

Post on 09-Feb-2016

171 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

r", .I.i~,+,~j-.s~, ~ Saudi Electricity Company

CONTRACT No. 11031147/00

CONSTRUCTION OF 380KV OHTL FOR QASSIM - 4 SIS

Contents:

1. Instructions to Bidders (Commercial Proposal and Technical Proposal)

2. Bid Form and Pricing Attachments 3. Proforma Contract (Signature Pages, Schedules

"A", "B", & "C"; and Pricing Attachments) 4. Scope of Work and Technical Specifications

(PTS-10C0319)

Page 2: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

r'\ .I.i->f5:ll~'."....JI ~~I ~ Saudi Electricity Company

INSTRUCTIONS TO BIDDERS COMMERCIAL PROPOSAL

Page 3: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

----

...~~ ~.:a~l AS'~I

Saudi Electricity Company

INSTRUCTIONS TO BIDDERS COMMERCIAL PROPOSAL

CONTRACT NO. 11031147/00

1. BIDS TO BE CONSIDERED ~~ ~ ~ ~

Only firms or joint ventures prequalified and invited by the Saudi Electricity Company, ("COMPANY") to participate in the bidding may submit bids.

2. BASIS ON WHICH BIDS ARE REOUESTED

2.1 The form of Contract to be awarded and the basis on which payment will be made to CONTRACTOR is TURNKEY 1 LUMP SUM. Bids are requested on the above basis and any bid submitted on any other basis will be rejected. A bid with attachment of unsolicited terms or conditions may also be rejected.

2.2 COMPANY assumes no obligation or responsibility whatsoever to compensate or indemnify the bidder for any expense or loss that may be incurred by it in the preparation of its bid, nor does COMPANY guarantee that an award will be made under the Bid Documents.

2.3 COMPANY does not accept and will reject any Alternate Bid submitted, except when such Alternate Bid is requested in the Bid Form.

2.4 A Two-Stage bidding process will be used for this Tender. The First Stage will consist only of the bidder's sealed Technical Proposal without any reference to prices. SEC will evaluate all First Stage Bids (Technical Proposals) for compliance with the Bid Documents and will thereafter invite. in writing. only the bidders whose First Stage Bid (Technical Proposal) as clarified during the technical evaluation were determined to be acceptable to SEC. to submit a Second Stage Bid [Commercial Proposall.

3. PREPARATION OF BIDS

The bidding will be conducted in two (2) stages and the bidder shall prepare its First Stage Bid (Technical Proposal) separate from its Second Stage Bid [Commercial Proposall as follows:

3.1 Preparation of The First Stage Bid (Technical Proposal):

3.1.1 The bidders shall prepare their First Stage Bid (Technical Proposal) in accordance with the Instructions to Bidders for Technical Proposal.

3.1.2 l\Jo commercial or any price information shall be included in the Technical Proposals.

3.1.4 The bidder's deviations, clarifications and comments on the Proforma Contract [Schedules "A", "B" and "C"] and Instructions to Bidders for Commercial Proposal (if any) shall be furnished with the Technical Proposal for COMPANY review ( Refer to Instructions to Bidders For Technical Proposal).

IB-CP-1

Page 4: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~ y~ A:!.:l~l AS'~I

Saudi Electricity Company

3.2 Preparation of The Second Stage Bid (Commercial Proposal):

3.2.1 The bidders shall prepare their Second Stage Bid (Commercial Proposal) in accordance with this Instructions to Bidders for Commercial Proposal.

3.2.2 No technical information shall be included in the Commercial Proposals.

3.2.3 During the Preparation of the Second Stage Bid (Commercial Proposal), Bidders shall not be allowed to add or delete any :... : .. __-_ _: .. __ =- _k __---:---.&.-':--=-- ~:_~_ ... __ ~+-----:,----IJ.:II r~~~":~ ~_1 P~I"'.-~~-c...::LI' .t-h_:;II_f'

have been previously evaluated and accepted by COMPANY. Any such addition, deletion or change shall cause automatic disqualification,

3.2.3 ONLY THE COMPLETED BID FORM, PRICING ATTACHMENTS TO THE BID FORM, THE BID BOND INDICATED IN PARAGRAPH 4 BELOW AND THE APPENDICES INDICATED IN PARAGRAPH 16 BELOW SHALL BE SUBMITTED IN THE SECOND STAGE BID [COMMERCIAL PROPOSAL],

3.2.4 THE SECOND STAGE BID [COMMERCIAL PROPOSAL] WILL BE PREPARED AND FINALIZED WITHOUT ANY COMMERCIAL DEVIATION, ANY DEVIATION INCLUDED IN THE COMMERCIAL PROPOSAL WILL NOT BE ACCEPTED.

3.2.5 All Second Stage Bid (Commercial Proposal) shall be prepared using the attached Bid Form. The Bid Form shall be returned in its entirety with all blanks properly filled in. All bid prices shall be typewritten.

3.2.6 If a discount is offered, but is not specified to be applicable to the Main or Alternative bids, the COMPANY will apply the same discount to both the Main and Alternative bids. If the Bidder submits separate Bid Prices or discounts for each of the Main or Alternate make and/or model of eqUipment or material indicated in the Bidder's Technical Proposal, COMPANY shall only consider the lower Bid Price/lower discount price for evaluation. Therefore, the Bidder shall only submit one (1) Bid Price/discount which shall be applied for any make and/or model of any equipment or material indicated in the Bidder's Technical Proposal.

3.2.7 If any erasure or other changes appear, each such erasure or change shall be initialed by the same person who signed the bid. Modification of bids after the bids has been submitted and accepted by COMPANY is not allowed.

3.2.8 Each page of the Second Stage Bid [Commercial Proposal] shall be manually signed in ink by one duly authorized to do so and stamped with the bidder's Company Seal, if any.

3.2.9 The bidder shall furnish all information required under this Instructions to Bidders. No information received from the bidder after the bid opening will be considered, unless requested in writing by COMPANY.

3.2.10 All Second Stage Bids [Commercial Proposals] shall be submitted in duplicate (one marked Original and one marked Copy) in a sealed envelope clearly marked as follows:

IB-CP-2

Page 5: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

j;:.l:t~ ~.ll~1 4S'~1

Saudi Electricity Company

From:

(Name of Company)

To : The Manager Contracting Department ­ Central Operating Area Saudi Electricity Company

Attention: Ger T. Perez Contract Representative

Subject: Bid for Contract No.: 11031147/00~=-=---=c...='-=--''-''--'-''''::''''::'--------------il

Title: Construction of 380kV OHTL for Qassim-4 SIS

3.2.11 All bid prices shall be expressed in Saudi Riyals. Bids submitted in other currencies will not be accepted, unless when Alternate Bid in any foreign currency is requested in the Bid Form.

4. BID BOND

4.1 Each Second Stage bid [Commercial Proposal] shall be accompanied with a Bid Bond in an amount not less than two percent (2%) of the total bid price as a guarantee that the bidder, if successful, will enter into a contract with COMPANY.

4.2 In case the successful bidder fails for any reason to enter into a contract with COMPANY or to furnish the required Bank Guarantee for performance, its Bid Bond will be forfeited to COMPANY.

4.3 The Bid Bond shall be sealed in a separate envelope marked "Bid Bond" and shall be in a format complying with the Saudi Arabian Monetary Agency (SAMA) conditions and shall be valid for one hundred twenty (120) calendar days from Second Stage [Commercial Proposal] Bid Closing Date.

4.4 The Bid Bonds of all but the three (3) lowest bidders will be returned within seven (7) days after the opening of the Second Stage Bids [Commercial Proposal]. The remaining Bid Bonds will be returned after the successful bidder has submitted to COMPANY its Bank Guarantee for performance and has signed the Contract.

4.5 A Second Stage Bid [Commercial Proposal] which is not accompanied with a Bid Bond will be rejected outright during the opening of Commercial Proposals and Bid Bonds.

5. SUBMISSION OF BIDS

5.1 All sealed bids shall be submitted as follows:

5.1.1 First Stage Bids [Technical Proposals] shall be submitted [hand carried] directly to COMPANY at the place, date and time specified in the Invitation for First Stage Bids [Technical Proposals].

5.1.2 Second Stage Bids [Commercial Proposals] with satisfactory Bid Bonds, only of bidders with acceptable Technical Proposals and who were invited to submit a Commercial Proposal, shall be submitted [hand carried] directly to COMPANY at the place, date and time specified in the Invitation for Submission of Second Stage Bids [Commercial Proposals].

IB-CP-3

Page 6: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

6.

7.

8.

j:. L:t~ ~.:l~' 4S'~1 Saudi Electricity Company

5.2 COM PANY shall not accept any Technical Proposal submitted after the time specified in the Invitation for First Stage Bids [Technical Proposals] and the bidder shall not be allowed to attend the opening of Technical Proposals.

5.3 Similarly, COMPANY shall not accept any Commercial Proposal and Bid Bonds submitted after the time specified in the Invitation for Submission of Second Stage Bids [Commercial Proposals] and the bidder shall not be allowed to attend the opening of Commercial Proposals.

--~~_~~-;:-:-::-:::-:--_-_----_-_-f--~-:-:7"'!--=-----=!-_--;:-_-----~~--:-~---=-=-:-----_~~; :::~:_;_:_::"---:::~_-_~-~-~---~_~-----_~~----:L_~_:'---~-:-;:~--J-:--""-- _.-._._. ... :_....J-"'" ~n_"'Jtt·tl\_l\_tV u •. iJJ_ ~_ .. -_., _. _._- -, ... --- .. _. --_.. -. ------ -- --- -".- --"

not assume responsibility whatsoever for delay due to late mail delivery or for any prematurely opened bids that are not properly marked.

WITHDRAWAL OF BIDS

No bid can be withdrawn for any reason whatsoever after it has been submitted and accepted by COMPANY even if it is to be re-submitted before the time set for the opening of bids.

BIDDERS RESPONSIBILITY

7.1 The bidder shall carefully examine all the Bid Documents, including any clarifications and addenda, and shall attest to having fully informed itself as to all conditions, local or otherwise affecting the performance of the WORK. Failure to do so will be at the bidder's own risk.

7.2 It shall be the sole responsibility of the bidder to determine and to satisfy itself by such means as it consider necessary or desirable as to all matters pertaining to the PROJECT, including the location of the WORK, the nature and condition of the terrain, geological conditions at the site, availability of water and electric power, roads, availability of transportation, the location of sand, marl and other natural material to be used in the WORK, and all other factors that may affect the cost (including ,but not limited to, the cost of COMPANY issued identification cards to contractor's employees and the fines imposed for the loss of the said identification cards), duration and execution of the WORK. The bidder, by the act of submitting a bid acknowledges that it has considered using locally manufactured materials in its bid and that it has inspected the WORK SITE and determined the general characteristics and scope of the WORK and all the conditions stated above.

7.3 COMPANY will not assume any responsibility regarding any interpretation made by the bidder from the information furnished by COMPANY. No verbal agreement or conversation with any officer, employee or agent of COMPANY shall affect or modify any of the terms or obligations of COMPANY and CONTRACTOR contained in the Bid Documents.

INTERPRETATION OF BID DOCUMENTS

If a bidder notes any omission or discrepancy in any of the Bid Documents or should there be any doubt as to the true meaning of any part of the Bid Documents, or if a bidder has any question or inquiry about the Bid Documents, the bidder should submit a written request for a clarification or an interpretation to COMPANY allOWing sufficient time for a reply to be made by COMPANY and provided to all the bidders before the Bid Closing Date.

IB-CP-4

Page 7: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~ 1.:'~ ~~~t AS.;i1t1 Saudi Electricity Company

9. LAWS

9.1 By submitting a bid, the bidder acknowledges that it has become familiar, and is ready to comply with all laws, acts and regulations of Saudi Arabia that in any manner may affect or apply to the operations and activities of the bidder (if awarded the Contract), under the Contract. The bidder further acknowledges that it shall be the employer of the personnel it will utilize for the performance of the WORK and that it shall be obliged to comply with the Labor Laws of Saudi Arabia.

'::J •L o-rr-I~---uluu-~-I-----~i~u~-~~r:.:il5=;;~~~Y~5 t~~ici-iii---f~-05~i-ig-~~~~---t ~~---S:a~~:~ ------~~~ -2~-~-~~~~-~--;-;=-~-:~-:-;::-t-:-~-~~­

to provide a Saudi National representative (or Supervisor) to be present at all times during the performance of any work under the Contract, within or around the vicinity of restricted areas (Power Plants and mqjor Substations).

10. CONFLICT OF INTEREST

A Bidder shall not have a conflict of interest. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, in any of the cases shown below:

10.1 Bidder has an interest in another bidder in the same bid, or if during the submission and opening of bids it appears that the Bidder own or is an owner of another bidder in this bid, SEC shall have the right to reject such bids (totally or partially).

10.2 Bidder has received any information that directly or indirectly affects bids from any bidders in this bid.

10.3 Bidder is represented by the same legal representative as other bidders for purposes of this bid.

lOA Bidder has a direct relationship with other bidders, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of COMPANY regarding this bidding process.

10.5 Bidder participates in more than one bid as a principal bidder in this bidding process. SEC shall have the right to totally or partially reject all Bids in which such Bidder is involved. Exception shall be the inclusion of the same subcontractor in more than one bid, and a Bidder may submit a subcontract bid or quote prices on materials or equipment to other Bidders and also submit a bid as principal bidder for the CONTRACT either by itself, or as a partner in a joint venture or consortium.

10.6 Bidder participated as a consultant in the preparation of the design or technical specifications of this bid, or the Bidder is associated or affiliated with the firm or organization that participated in the preparation of the design or technical specifications of this bid.

11. RECEIVING AND OPENING OF BIDS

11.1 Technical Proposals which must be sealed and placed in separate envelopes I packages I boxes, shall be submitted and opened on the date, time and place specified in the Invitation for First Stage Bids [Technical Proposals] or subsequent notice to Bidders related to bid closing extension (if any).

11.2 Only those Bidders (or their designated representatives), who submitted a First Stage [Technical Proposal] bid, will be allowed to attend and witness the opening of Technical Proposals.

IB-CP-5

Page 8: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

j:.L:s~ ~.:l~1 ~~I

Saudi Electricity Company

11.3 After complete evaluation of the First Stage Bids [Technical Proposals], only those Bidders whose Technical Proposals were determined to be acceptable, shall be invited in writing to submit their Second Stage Bids [Commercial Proposals] based strictly on their accepted First Stage Bids [Technical Proposals],

11.4 Commercial Proposals and Bid Bonds, which must be sealed in separate envelopes, shall be submitted and opened on the date, time and place specified in the Invitation for Submission of Second Stage Bids [Commercial Proposals].

11.5 Only those bidders (or their designated representatives) with acceptable First Stage Bid (Technical Proposal) and who have submitted their Second Stage Bids (Commercial Proposals) and Bid Bonds will be allowed to attend and witness the opening of the Commercial Proposals.

11.6 First Stage Bids (Technical Proposals), and Second Stage Bids (Commercial Proposals) and Bid Bonds delivered by mail or courier that are not received by COM PANY on the date and time specified in the Invitation for First Stage Bids (Technical Proposal) [or in the subsequent notice of bid closing extension] and the Invitation for Submission of Second Stage Bids (Commercial Proposal) shall not be opened and shall be returned to the bidder unopened indicating the time and date that the First Stage Bids (Technical Proposals), and the Second Stage Bids (Commercial Proposals) and Bid Bonds were actually received by COMPANY.

12, EVALUATION OF BIDS

12.1 Evaluation of First Stage Bids [Technical Proposals]

12.1.1 Promptly after the opening of the First Stage bids [Technical Proposals], COMPANY shall evaluate First Stage Bids [Technical Proposals] to determine compliance with the Scope of Work and Technical Specifications, Instructions to Bidders for Technical proposals, the Proforma Contract and all other requirements in the Bid Package.

12.1.2 During the evaluation of the First Stage Bids [Technical Proposals], COrvIPAI\lY may require technical clarifications from Bidders through meetings and letters, in order to fUlly understand and properly evaluate their Technical Proposals.

12.1.3 During the evaluation of First Stage Bids [Technical Proposals], Bidders may, when requested by COMPANY in writing, be allowed to withdraw or change any information, provision or stipulation in their Technical Proposals, in order to put them on the same level of acceptability and equality as with the other Bidders, based on the Scope of Work and Technical Specifications.

12.1.4 During the evaluation of First Stage Bids [Technical Proposals], COMPANY shall evaluate and resolve the Commercial and/or Techno-Commercial deViations, clarifications and comments submitted by Bidders along with their Technical Proposal.

12.1.5 After complete evaluation of all Technical Proposals, COMPANY shall advice the Bidders about the result of evaluation.

12.1.6 Only bidders with acceptable First Stage Bid (Technical Proposal) will be invited to submit a Second Stage Bid (Commercial Proposal).

IB-CP-6

Page 9: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~~~~~~IAS"~1

Saudi Electricity Company

12.2 Evaluation of Commercial Proposals

12.2.1 Promptly after the opening of the Second Stage Bids [Commercial Proposals], COMPANY will undertake a detailed study and appraisal of all such Proposals submitted.

12.2.2 In evaluating the Second Stage bids [Commercial Proposals], COMPANY will not be bound to award the Contract to the lowest bidder determined during the opening of Commercial Proposals, but will take into consideration the J~lcJ~~[c's~-cpric~c--ct;'>rngJj:;>J'l<;,e--t:?---cr;gJ\'cT])"£\,GT_",,,~~s--,,~:d-:"'~·~~:"::":~~-~C:T~··=:C~

provisions, and all other relevant factors that may affect the successful completion of the PROJECTS.

12.2.3 During the evaluation of Second Stage Bids [Commercial Proposals], COMPANY may require commercial clarifications from bidders through meetings and letters in order to fully understand and properly evaluate their Second Stage Bids [Commercial Proposals].

12.2.4 Price changes after the opening of the Second Stage Bids [Commercial Proposals] or after clarifications are not acceptable to COMPANY and may cause disqualification.

12.2.5 In evaluating the Second Stage Bids [Commercial Proposals], COMPANY shall apply the following rules strictly and no plea of error by any bidder shall be considered:

12.2.5.1 In case of discrepancy between the lump sum price and the sum of the corresponding breakdown, the lower price shall govern.

12.2.5.2 In case of discrepancy between the unit price and its extension [unit price multiplied by the estimated quantity], the lower total price shall govern.

12.2.5.3 In case of any discrepancy between the Original and the Copy of the bid, the bid containing the lower price shall govern.

13. AWARD OF CONTRACT

13.1 COMPANY normally awards the Contract to the complying bidder whose bid, in COMPANY's opinion, represents the least overall cost to COMPANY. COMPANY nevertheless reserves the right to reject any or all bids for any reason whatsoever.

13.2 COrvlPANY also reserves the right to award the Contract either in Saudi Riyals or in the foreign currency quoted by the bidder as Alternate Bid if so requested in the Bid Form.

14. BANK GUARANTEE FOR PERFORMANCE

14.1 The successful bidder shall, prior to or at the time of signing the Contract, submit to COMPANY an unconditional Bank Guarantee in the amount of not less than five percent (5%) of the estimated Contract Value.

14.2 The Bank Guarantee shall be issued by a Saudi Bank in a format complying with the Saudi Arabian Monetary Agency (SAMA) conditions.

IB-CP-7

Page 10: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

j:.~~ ~.ll~1 AS'~I

Saudi Electricity Company

14.3 The Bank Guarantee shall be valid throughout the duration of the Contract and until the end of the warranty period indicated in Schedule "A" of the Contract. In the event that the PROJECT Warranty exceeds the indicated warranty period, the Bank Guarantee must be extended for the duration of the entire Warranty period.

14.4 Failure by any successful bidder to post the Bank Guarantee within the stipulated period may cause COMPANY to cancel the Contract and award the Contract to the next lowest qualified bidder.

14.5 The t:510 t:5ono oT any ~uc-ce;~llll UILHjt::l VVIIV 1<:1,,::> LV 5UUIIlIL ':0i·;i';'i~·'- ~i;,- • '-'-1'-"';::'~LV

Bank Guarantee will be forfeited in favor of COMPANY.

15. CUSTOMS DUTIES

Bid prices shall include all customs duties and taxes including all fees of any kind and nature for all imported materials and equipment (including spare parts and tools) to be incorporated into the PROJECT and for all imported CONTRACTOR's equipment (including spare parts and tools) to be used in performing the WORK.

16. DOCUMENTS TO BE SUBMITTED TOGETHER WITH THE SECOND STAGE BIDS [COMMERCIAL PROPOSAL]

Each Second Stage bid [Commercial Proposal] shall also be accompanied with all the documents listed below. Any Commercial Proposal that is not accompanied with any of these documents may be rejected.

16.1 BID APPENDIX I. A statement indicating the bidder's understanding and full compliance with the provisions of Paragraph 15 of this Instructions to Bidders.

16.2 BID APPENDIX II. A list of all items to be incorporated into the PROJECT that are manufactured in Saudi Arabia. Such items include but are not limited to those items enumerated in the "Local Manufactured Material List" issued by the Ministry of Commerce and Industry. Any bid that proposes the importation of materials and equipment (including spare parts and tools), which are manufactured in Saudi Arabia, may not be considered unless such importation is specifically requested by COMPANY.

16.3 BID APPENDIX III. A statement indicating that in the event of award, all items listed in BID APPENDIX II, as being manufactured in Saudi Arabia and which meet COMPANY specifications shall be procured locally under the contract and that a copy of all purchase orders to be issued by the successful bidder for such items shall be submitted to the COMPANY REPRESENTATIVE.

16.4 BID APPENDIX IV. A statement indicating that items identified by COMPANY as being manufactured in Saudi Arabia but not listed in BID APPENDIX II shall be procured locally under the contract at no increase whatsoever in the bidder's quoted price to COMPANY.

17. COMPANY POLICY ON CONTRACTOR'S PERFORMANCE

17.1 For the information of all bidders, it is the policy of COrvlPANY to evaluate periodically the performance of all its CONTRACTORS throughout the duration of a contract.

17.2 If a CONTRACTOR is given an Unsatisfactory Performance rating, the COI'.JTRACTOR may be prohibited to bid for a certain period of time on future COMPANY contracts.

IB-CP-8

Page 11: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~ L:t~ ~.)~I 4S'~1

Saudi Electricity Company

17.3 The evaluation of a CONTRACTOR's performance, the determination of the period of prohibition to bid and the type of contract that a CONTRACTOR may be prohibited to bid are done solely by COMPANY. However, any unsatisfactory performance rating or any CONTRACTOR's deficiency for that matter is normally discussed with the CONTRACTOR during the performance of the WORK.

17.4 The above policy does not in any way jeopardize or waive any of COMPANY's rights under the contract or as may be provided by law.

_,-_-. _-_0_--. ~--_-__- __-- --__--__ -- --~--__- __ ~~-_-~:_ •. - - __ -- -_- , __--__ -__ -__- __

~;.,J .JoT I .;:JUUIIIILLIII~ IL.::J lJIU, LIT';;:;; lJIUU';;:;;1 .;::JtJ'I;;;;'-11 ''-Uti Y U\..oI'.IIVVY I\';""U~\';;;;.;::J UlJ\JV,- .............. 1-11 i-U";I

policy.

18. RESTRICTION ON EMPLOYMENT OF COMPANY EMPLOYEES

18.1 Bidder shall not, under any circumstances, offer employment or employ any COMPANY employee who has relation with proposed contract without prior written consent of the Contracting Department of COMPANY during the preparation of its bids.

18.2 Bidder is strictly prohibited from seeking any assistance from any COrvlPANY employee in the preparation of its bids.

18.3 Violation of the restrictions indicated in Paragraphs 18.1 and 18.2 of this Instructions to Bidders may cause outright rejection of the bids by COMPANY.

19. CLARIFICATIONS TO THIS INSTRUCTIONS TO BIDDERS FOR COMMERCIAL PROPOSAL

19.1 The word "bid" or "bids" as used in this Instructions to Bidders means either the Technical Proposal and/or the Commercial Proposal, whichever is applicable.

End of Instructions to Bidders for Commercial Proposal

IB-CP-9

I

Page 12: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

INSTRUCTIONS TO BIDDERS FOR TECHNICAL PROPOSAL

CONTRACT NUMBER: 11031147/00

CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SIS

(Name of the Bidder)

IB-TP-l

Page 13: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

F~~~-,,~l;;>...s:~.

Saudi EI~C1:,..icity COJ'Tlpany

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

TABLE OF CONTENTS

PageDESCRIPTIONSECTION

IB-TP-3

II

I Preparation of Technical Proposal

IB-TP-4Contents of Technical Proposal

IB-TP-4A. PROJECT Management

.... _1_-n.-_I}-,--q~-~J_~_~_~_fl_I':'\_~CV_LU"'.oC ____ - n - -- -- -- --- IB_~IE'~A

-~

~ -IB-TP-SC. Major Equipment / Materials

IB-TP-6D. Drawings and Technical Information / Data

IB-TP-6E. Pre-Bid Clarifications (Q & A)

IB-TP-6

ATIACHMENTS

Annexure I

F. Techno-Commercial Deviations

TP-I-1

Proposed IVlaterial Procurement and Delivery

CONTRACTOR'S KEY Personnel

TP-II-1Annexure II Schedule

Annexure III TP-III-1

Annexure IV

Proposed Sub-Contracting Plan

TP-IV-1

Annexure V

Purchase Order Compliance

TP-V-1

Annexure VI

Compliance Statement

TP-VI-1

Annexure VII

TMSS/ SMSS Compliance Statement

TP-VII-1

Annexure VIII

Manufacturer Responsibility Statement

TP-VIII-1

Annex A

Pre-Bid Clarification Statement

TP-Annex A-1

Folder II - Summary of Equipment/Material

Folder II - Equipment/Material Manufacturers

TP-Annex B-1 Annex B Submittals & Summary of Proposed Protective Relays

IBTP-2

Page 14: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~~~~ ...~.=~. Saudi Electricity Cornpan.y

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

I: PREPARATION OF THE TECHNICAL PROPOSAL

1. The Bidder shall prepare the Technical Proposal separate from Commercial Proposal. No pricing information shall be included in the Technical Proposal.

2. The bidder shall prepare the Techno-Commercial Proposal deviations in Folder V, since this project will be tendered for two stage bidding.

3. The bidder shall submit in a duly filled separate folder Annexure A­Equipment/Material Manufacturers, Annexure B- Summary of Equipment/Material

--~~::!~-=;-;-~~~~;~~~-------;;;;;~:-~~-:~_~~~ ~~ -==;;;';~:6 ....-;-..;;" -~~~..;,. -_~~-_6 ;66~ n;'LL~' 'ii' -L"C '-'GLIIII'~·i:I'~

Proposal. If Bidder fails to submit all aforesaid Annexures in a separate folder, then the COMPANY has the right to reject the Technical offer.

4. Bidder shall submit in a pdf format (CD) copies of the Technical Proposal in Folder wise together with the Original copy & Duplicate copy of the Technical Proposal.

5. The Original & copies of the Technical Proposal (Hard copies) as listed below shall also be submitted in seven (7) Folders, marked as Folder I, lA, IB, II, IV and V as applicable. Each folder shall consist of all the documents mentioned in Sections 11.A & 11.B, 11.C, II.D and 11.E of these Instructions to Bidders.

Item No.

Folder No. Folder Title No. of Copies

1. Folder-I PROJECT Management 1 original + 3 copies

2. Folder-IA QA/QC Plan 1 original + 3 copies

3. Folder-IB Annexures 1 original + 3 copies

4. Folder-II Major Equipment/Materials 1 original + 3 copies

5. Folder-III Drawings & Technical Information / Data 1 original + 3 copies

6. Folder-IV Pre-Bid Clarifications (Q & A) 1 original + 3 copies

7. Folder-V Tech-Commercial Deviations 1 original + 3 copies

6. The Technical Proposal shall be in strict compliance with the Proforma Contract, Scope of Work and Technical Specifications, Instructions to Bidders for Commercial and Technical Proposals. Deviation on Technical Specifications of EqUipment, if any, shall be furnished in the Compliance Statement for each SMSS [Please use the format of Annexure VI of these Instructions to Bidders] for SEC review. However, any deviation on the Scope of Work will not be considered.

7. Each folder of the Technical Proposal shall be submitted in sealed envelope clearly marked as follows:

From (\\lame of Bidder)

Attention Gerry T. Perez (Contract Representative)

Subject Technical Proposal for the Contract No.: 11031147/00

Project Title : CONSTRUCTION OF 380KV OHTL FOR OASSIM-4 SIS

Folder No.

IBTP-3

Page 15: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

--- --------------

.=-4~ ~..:lI~t AS'~1

Saudi Elec::;1:ricity COfTlpany

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

7. Each page of every document submitted by the Bidder shall bear his signature, date and Company Stamp.

8. Incompleteness, non-compliance to these Instructions to Bidders and/or deviations from the Scope of Work and Technical Specifications can be used as grounds for rejection of the Technical Proposal completely.

9. Bidder shall indicate "N/A" for items not applicable for the PROJECT.

II: CONTENTS OF THE TECHNICAL PROPOSAL

A. FOLDER I - PROJECT MANAGEMENT

Bidder shall provide the following documents in Folder I for complete implementation of the PROJECT. The documents shall be prepared specific to this PROJECT and arranged in the same sequence with a Table of Contents:

a. Proposed Overall Organization Chart

The Proposed Organization Chart shall be for the complete management of the PROJECT, indicating names of all key personnel. Bidders shall propose, as minimum, the personnel indicated in Annexure I, Minimum Qualifications of Contractor's Key Personnel, of these Instructions to Bidders.

b. Proposed Time Scaled Bar Chart Schedule (Gantt chart)

The Proposed Time Scaled Bar Chart Schedule (Gantt chart) for the complete implementation of the PROJECT. Each major activity coming under Engineering, Equipment/Material Procurement, Installation/Construction and Testing & Commissioning shall be segregated and shall be shown separately. All Milestone Events shall be indicated and shown separately in the Bar Chart Schedule.

c. Proposed Sub-contracting Plan

The Proposed Subcontracting Plan shall indicate proposed SUB-CONTRACTOR(s) for each portion of WORK proposed to be sub-contracted. (Please use the format given in Annexure III of these Instructions to Bidders).

B. 1. FOLDER IA - QAfOC PLAN

Bidder shall provide QA/QC Plan for the complete PROJECT indicating all phases of Design Engineering, Equipment Manufacturing, Factory Testing, Equipment/Material Procurement, Installation/Construction and Testing & Commissioning, Data Schedules and Type Test Reports of all Equipment/Material in Folder IA.

2. FOLDER IB - ANNEXURES

a. TMSSfSMSS Clause-By-Clause Compliance Statement

The TSMS/SMSS Clause-By-Clause Compliance Statement shall certify that the bidder fully complies with Scope of Work and Technical Specifications and adhere to all Terms and Conditions of the Proforma Contract, except for the deviations, if any, listed in Annexure VI. (Please use the format given in Annexure V of these Instructions to Bidders).

b. Purchase Order Compliance Statement

The Purchase Order Compliance Statement shall include all the relevant terms and conditions specified in Schedule "A", General Terms and Conditions of the Proforma Contract, in the corresponding Purchase Order(s) to the equipment manufacturers/suppliers. (Please use the format given in Annexure IV of these Instructions to Bidders).

IBTP-4

Page 16: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

-- - - ---- ---- ----- - ------------ ----- ------------ - - - - - - -

~4~~..>~'=~' Saudi Electricity Company

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

c. Proposed Materials Procurement and Deliverv Schedule

The Proposed Materials Procurement and Delivery Schedule shall list all major Equipment and Material that will be necessary for the PROJECT. Schedule times in weeks shall be indicated for the following (Please use the format given in Annexure II of these Instructions to Bidders):

i. Purchase Orders placed.

ii. Expected time of arrival at the construction and installation site.

III. L.lCll'C: I C4U11 CU lUI L.UII::>lI UL.lIUII CIIU III:JlClIIOUUII.

C. FOLDER II - MAJOR EOUIPMENT{MATERIALS

Bidder shall propose all equipment and materials from the List of SEC Technically Acceptable Manufacturers.

The documents for the proposed equipment/material for transmission lines pertaining to PTS­09C0328 shall be prepared in Folder II and shall consist, as follows:

Bidder shall provide the following documents:

1. Schedule of Equipment/Materials Manufacturers

The Schedule of Equipment and Material Manufacturers shall provide giVing all details of proposed manufacturers for all major equipment/material using the format given in Annex A of these Instructions to Bidders.

2. Table of Contents

Table of Contents shall be provided for the proposed equipment/materials arranged in the same sequence as Annexure A of this document.

3. Documents for each Proposed Major Equipment and Material shall include the following:

a. Completely filled-in Data Schedules: given in Appendix I of the SOW & TS, duly signed, stamped & dated by the respective Equipment and Material Manufacturer and the Bidder.

b. Compliance Statement: for each applicable SMSS/TMSS and for 01-TMSS-01 separately, duly signed, stamped & dated by the Equipment/Material Manufacturer and the Bidder (Please use the format given in Annexure VI of these Instructions to Bidders).

c. Manufacturer's Technical Catalogues: with adequate cross-reference to item II.B.3.a above highlighting the specific model/type proposed.

d. Vendor Drawings.

e. Certified Type (Design) Test Reports.

f. List of users: for at least five (5) years, as applicable, in similar service conditions.

g. Manufacturer's Responsibility Statements: as per Clause 36.1 of Schedule "Au of the Contract (Only for the material marked with (*) in Annexure A of these Instructions to Bidders). Please use the format of Annexure VII of these Instructions to Bidders.

h. The documents shall be arranged in the same sequence as listed above.

4. Following documents, in case more than one make and/or model is proposed for any equipment/materials:

IBTP-5

Page 17: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

a. All documents mentioned above in the same sequence for alternative make and/or model proposed highlighting as "Alternative".

b. A comparison table comparing the salient features of the "Main" and "Alternative" make and/or model proposed.

c. Documents of equipment, for the "Main" proposal shall be attached first, followed by documents for the "Alternative" proposal.

d. Bidder shall not propose more than one alternative make and/or model for a given Equipment/Materials listed in FOLDER II. Alternate offer will not be considered for acceptance unless the Main offer is rej~cted by COMPANY on technical grounds.

e. The quoted lump sum Contract Price indicated in Bidder's Commercial Proposal (Bid Form) shall remain the same for providing the "Main" or "Alternate" make and/or model of equipment/materials, whichever is accepted by COMPANY. If the Bidder submits separate Bid Prices or discounts for each of the Main and Alternate make and/or model of any equipment or material, the provisions of Paragraph 3.2.6 of the Instructions to Bidders for Commercial Proposal shall apply.

5. Summary of Equipment/Materials Submittals: For the proposed major equipment and material (Please use the format given in Annex A and B of these Instructions to Bidders).

D. FOLDER III: DRAWINGS AND TECHNICAL INFORMATION / DATA

Bidder shall provide the following in Folder III:

1. Adequate number of drawings related to layout plans/COMPANY (complete dimensional details) to give sufficient details for the Technical Proposal. Moreover, drawings and other technical information & data sheets of various equipment/materials shall be included relevant to equipment/material folders described above.

2. Equipment details, deviations, etc. shall not be furnished in Folder IV. They shall be furnished in the corresponding Folders along with respective equipment.

E. FOLDER IV: PRE-BID CLARIFICATIONS (O&A)

Bidder shall provide in a separate folder for all Pre-Bid Clarifications received from Contracting Department.

F. FOLDER V: TECHNO-COMMERCIAL DEVIATIONS

1. Bidder shall provide in a separate folder for all deviations, clarifications and comments on the Proforma Contract [Schedules "A'~ "B" and "C"] and Instructions to Bidders for Commercial Proposal (if any).

Notes: a. Bidder shall not propose more than one alternative make and/or model for a given equipment

/material against Items Band C.

b. Bidder shall indicate clearly the main and alternative make and/or model of equipment/material in the Technical Proposal.

c. The quoted lump sum Contract Price indicated in Bidders' Commercial Proposal (Bid Form) shall remain the same for providing the "Main" or "Alternative" make and/or model of equipment/material, whichever is accepted by COMPANY. If the Bidder submits separate Bid Prices or discounts for each of the Main and Alternate make and/or model of any equipment or material, the provisions of Paragraph 3.2.6 of the Instructions to Bidders for Commercial Proposal shall apply.

d. The Alternate offer will not be considered unless the Main offer is rejected by COMPANY on technical grounds.

IBTP-6

Page 18: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

.. L:>.......,s:u ~-"~. :a..s-~, Saudi Elec1:r-ic.ity Company

Contract No. 11031147/00 Instructions to Bidders for Technical Proposal

e. Bidder shall not propose anv Equipment/Material included in COMPANY List of Technically Acceptable Manufacturers and Manufacturinq Plants with a condition that those Equipment/Material shall be Type Tested in the presence of COMPANY Enqineers and Independent Inspector approved by COMPANY. Refer to attached COMPANY List of technically Acceptable Manufacturers and Manufacturinq Plants.

-~~-~-~j~-~~-~~~-';~~~--- ------------------------ -------­

g. All Pre-Bid Clarifications shall be in the Format indicating Bidder's Letter Reference/Date (Hard copy and soft word copy) given in Annexure-VIII.

h. In discussions or clarifications pertaining to any Major Equipment/Material, the bidder shall ensure the presence of respective Manufacturer's Specialist representative/s related to each Major Equipment/Material.

"End of Instruction to Bidders for Technical Proposals"

IBTP-7

Page 19: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

CJ ~l:t~ ~~~I 4\S'~1

Saudi Electricity Company

Annexure -I

CONTRACTOR'S KEY PERSONNEL ,

CONTRACT NO. 11031147/00 ,

CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION TITLE: ;

Nos.Key Personnel Education and experience requiren:lents

Irequired

Project Manager BS degree in Engineering with 15 years relevant experience. 1. 1

Project Engineer BS degree in Electrical Engineering with 10 years relevant experienc,. :.12. I

BS degree in Electrical Engineering with 10 years relevant experienc,::. QA/QC Electrical Engineer 13.

BS degree in engineering or equivalent with 15 years relevant experil. ace. Site Manager 14.

BS degree in Electrical Engineering with 10 years relevant experieno .. Site Electrical Engineer 15. ,

BS degree in Electrical Engineering with 10 years experience in protc'~tion.Protection Engineer 16. ,I

I

BS degree in Civil Engineering with 10 years relevant experience. Site Civil Engineer 17.

BS degree in Civil Engineering with 10 years relevant experience. QA/QC Civil Engineer 18. ,

BS degree in Mechanical Engineering with 10 years relevant experien;ce. Site Mechanical Engineer 19. I

BS degree in Engineering with 10 years relevant experience. Safety Supervisor 110. ,

1 1BS degree in Electrical Engineering with 10 years relevant experienc •Testing and Commissioning Engineer 11.

BS degree in Engineering with 10 years relevant experience. Planning and Scheduling Engineer 112.

l-Electrical/1-Civil/l-Mechanical- BS degree in Engineering witb 110 years relevant experience. Design Engineering Coordinator 313. ,

Page 20: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

l"-'-:l~ :a:p~t :as~t

Saudi Electricity Company

ANNEXURE II

MATERIAL PROCUREMENT & DELIVERY SCHEDULE CONTRACT NO. 11031147/00

TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

. J_ ._________1 1.._1

51. No. Material/ equipment Purcnase

Order

Expected Time

of Arrival at Site

Time Required

at Site (In Weeks) (In Weeks) (In Weeks)

BIDDER: _

SIGNATURE: _

NAME: _

Company Stamp

Page 21: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

---- - ---- - - -- - - ---- - --------------- -- --- - - -- -- -- - - -- - - - -- -- - - - - -- - - - -------- --

~ '-='~ ~~~I 4l.S~1

Saudi Electricity Company

ANNEXURE III

SUB-CONTRACTING PLAN

CONTRACT NO. 11031147/00

TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

__ ~--:::_-:-:-- ____:-~_:-~~~-:-:-. ___~..r_~_~_'~_~~--"- ___L ____~._._L ____ -'- .L _____ ____ .1 -~----r----- -~ .-- ----­·81. No. -

- ­

. Name & Adress of Sub-Contractor· C. R. Number Contracted

BIDDER: _

SIGNATURE: _

!'JAME: _

Company Stamp & Date: _

Page 22: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

!'-'-:l~ ~~~I as'~1

Saudi Electricity Company

ANNEXURE IV

PURCHASE ORDER COMPLIANCE

CONTRACT NO. 11031147/00- -­ - ----­

TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

WE HEREBY CONFIRM THAT ALL THE RELEVANT TERMS &

CONDITIONS SPECIFIED IN SCHEDULE "A", SPECIAL TERMS &

CONDITIONS OF THE PROFORMA CONTRACT, AND ALL THE

RELEVANT CLAUSES SPECIFIED IN THE PTS-10C0319 WILL BE

INCLUDED IN OUR PURCHASE ORDER(S) TO THE EQUIPMENT

MANUFACTURER(S) I SUPPLlER(S).

BIDDER:

SIGNATURE:

NAME:

Company Stamp & Date

Page 23: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

- - --- --- ------- ------ ------

~1.,J~~~~I~~t

Saudi Electricity Company

ANNEXURE V

COMPLIANCE STATEMENT

COMPLIANCE TO SCOPE OF WORK & TECHNICAL SPECIFICATIONS

CONTRACT NO. 11031147/00

TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION -----_.. _-- --- ------ -------- ----------- --------------- ­

This Technical Proposal includes all the work and services required to complete the Project.

Having been properly represented during the Job Explanation Meeting and having investigated the WORK SITE, and examined in their entirety the Scope of Work and Technical Specifications, the Proforma Contract and all the documents referred to therein, and all the instructions to bidders, the undersigned offers to design, engineer, procure and deliver all equipment and materials to the WORK SITE, construct, install, test and commission the above project in accordance with the above documents and agree to adhere to all terms and conditions of the Proforma Contract.

The undersigned also undertake to maintain confidentiality of all correspondence with SEC, both in pre-award and post-award phases of the contract, and no correspondence of any kind will be relayed to a third party without the express permission of SEC in writing.

BIDDER: _

SIGNATURE: _

NAME: _

COMPANY STAMP & DATE:

Page 24: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

----------------------

---------- -----------------------------

j:.l.:'~ a:~~1 as~1

Saudi Electricity Company

ANNEXURE VI

Contract No. 11031147100

TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

Equipment1 Material: _ ·SMfS-N~

TMSS/SMSS CLAUSE-BY-CLAUSE COlVIPLIANCE STATEMENT

E/ClauseNo·1 Deviation I

Justification I

Having been properly read and understood, we, the undersigned certify that the equipment / material offered is strictly in compliance with the applicable TRANSMISSION/SEC Material Standard Specification, except for the deviations mentioned in the table above.

Manufacturer Bidder Signature: Signature: Name: Name: Stamp: Stamp:

Page 25: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

,..4~~.:l~1~~1

Saudi Electricity Company

ANNEXURE VII

MANUFACTURER'S RESPONSIBILITY STATEMENT

CONTRACT NO. 11031147/00

TITLE: CONSTRUCTION OF 380kV OHTL FOR QASSIM-4 SUBSTATION

WE HEREBY CONVEY OUR INTEREST TO ASSOCIATE WITH THE ABOVE PROJECT AND SUPPLY THE FOLLOWING EQUIPMENT:

EQUIPMENT NAME: _

IN THE EVENT OF PLACEMENT OF PURCHASE ORDER ON US, WE WILL COMPLY WITH THE SEC TERMS & CONDITIONS OF "MANUFACTURER'S RESPONSIBILITIES" SPECIFIED IN SCHEDULE "A" OF THE PROFORMA CONTRACT.

MANUFACTURER: _ BIDDER: _

SIGI\JATURE: _ SIGNATURE: _

NAME: _ NAME: _

COMPANY STAMP & DATE: COMPANY STAMP & DATE:

Page 26: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

--------- -- - - -- --- -- -- --

.,.l:>~ ~~~I ~~I

Saudi Electricity COITlpany

ANNEXA Page 10/9

Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER Il- EQUIPMENTIMATERlAL MANUFACTURERS

No. Description of Type/ Manufacturer Country of Tech. Info. in _______o_~~_~_._" ~?~~~-~_~_~ __---__ - ­EouinmentLMJ'lteri,,' Mod..J -- ­

~- . ~~

------- JJ~ ~ -

A. SUBSTATION EQPTIMATL.

1 Power Transformer

380/230kV

230/69kV

115/13.8kV

Shunt Reactor2

3 Circuit Breaker

380kV

230kV

115kV

GIS Equipment

380kV

230kV

115kV

4

CCVTICVTIVT

380kV

230kV

115kV

5

Free Standing Current Transformer

380kV

230kV

115kV

7 Relav & Control Panels

8

6

Metalclad Switchgear

34.5kV

13.8kV

Disconnect Switch

380kV

230kV

115kV 10 Surge Arrester

360kV

230kV

115kV

9

Note: Strike-offitems which are not applicable to this project.

Page 27: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

.. l:t~ ~.:J.~I AS~I

Saudi Electricity Company

ANNEXA Page 2 0/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS

Manuacturer Tech.lnfo. in Description of Country ofNo. Type 1 Section #EquipmentlMaterial OriginModel

____1 1 _Illl('",~' D ~r-- ,~ -- -- - ----- - - - ­--~ - - - -~-.. '!~-~- .. ~:~-- -~~~~~~-:::-~-------

12

13 14 15 16

17

18

380kV 230kV

115kV Wall Bushing

380kV 230kV 115kV

Battery Charger Batteries Annunciator System

Fire Protection & Signalling System

XLPE or LPOF U/G Cable 380kV 230kV

115kV Fiber Optic Terminal

Equipment

Low Density SDH

19 SCADARTU 20 21

B.

1

Dig. Trans. Fault Recorder Sequence o(Event Recorder

UNDERGROUND TRANSMIS­SION LINE MATERIAL

XLPE or LPOF U/G Cable

380kV 230kV 115kV

Note: Strlke-off Items which are not applicable to thiS proJect.

Page 28: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

... l:'~ ~~~I AIS~1

Saudi Electricity Company

ANNEXA Page 3 0/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EOUIPMENTIMATERlAL MANUFACTURERS

Description of Tech. Info. in

EquipmentlMaterial Section # ,

-- .. ---­ I I I i IIvon-melUuici'iiiei v{Jlle LuiJie

Pilot Cable. 19 pairs Link Box for U/G Power

Cable

Sheath Voltage Limiter

OIH TRANSMISSION LINE EQUIPMENTIMATERIAL

Overhead Line Conductor

Overhead Ground Wire Tubular Steel Pole

ILattice Steel Structure

Wood Pole Disconnect Switch

380kV

230kV 115kV

Line Post Insulator

380kV 230kV

JJ5kV Suspension Insulator

380kV 230kV 115kV

Composite Overhead Optical Fiber Ground Wire(OPGW)

Fiber Optic Joint Box

Fiber Optic Terminal

Equipment

Low Density SDH

Note: Strike-off items wllich are not applicable to this project.

No.

,

Type 1 Manuacturer Country of

Model Origin

~

3

4

5

C.

1 2 3

4 5 6

7

8

9

10 11

Page 29: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~ l,1~ ~~~l ~~l

Saudi Electricity Company

ANNEXA Page 4 0/9

Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS

No. Description of

EquipmentlMaterial

Type/

Model

Manufacturer Country of

Origin

Tech. Info. in

Section #

L J J 12. Relay & Control Panel

13. Feeder Protection

a. Distance Relay

Set 1(21P)

Set 2(21S)

b. Directional Comparison Earth

Fault Relay

Set 1(67NP)

Set 2(67NS)

c. LongitudinallPilot Wire

Differential Relay

Set 1(87LP)

Set 2(87LS)

d. Back-up Inverse Time

Overcurrent Relay with

Instantaneous Unit

Phase (50/51) Neutral(50/51N)

e. Back-up Directional Overcur­

rent Relay with Instantaneous

Unit

Phase(50/51)

Neutral(67N)

f. Synchrocheck Relay(25)

g. Auto Reclosing Relay(79)

h. PT Fuse Failure Relay

Note: Strike-ojfltems which are not applicable to this proJect.

Page 30: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

-------- - ------ ------- -- - - ----- - -- - - -------------

... L:o~ ~~,.......sj AS~I

Saudi Electricity COITlpany

ANNEXA PageS 0/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS

Tech.Info. in

Origin

Manuacturer Country of Section #

~____._7_____________________._ -

No. Description of Type/

EquipmentlMaterial Modelo _ _~':: ."= '-""'-'...... iA' •••

14. Power Transformer Protection

a. OLTC Control Panel b. Differential Relay (87T)

c. Restricted Earth Fault Relay HV Side (87REF-HV)

LVSide (87REF-HV) d. Back-up HV Side Overcurrent

Relay with or without Inst. Unit Phase (50/51)

Neutral (50/51N) Ground (50/51G)

e. Back-up Secondary side Directional Overcurrent Relay with or without Inst. Unit Phase (67)

Neutral (67G)

f. Back-up LV Side Neutral Overcurrent Relay with or without Instantaneous Unit

g. Tertiary Winding Inverse Time Overcurrent Relay with or without Instantaneous Unit (50/51TW)

h HV side Over Fluxing Relay (99T)

I Note: Strike-off items which are not applicable to this project.

Page 31: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

,..~~ ~.:o,..........rl AS'~I

Saudi Electricity Company

ANNEXA Page 60/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EOUIPMENTIMATERlAL MANUFACTURERS

No. Description of

EquipmentIMaterial

Type/

Model

Manuacturer Country of

Origin

Tech. Info. in

Section # 1 I-C'I o_,_'l _ __L __ _ n __' ­ u __L____ __

15. Grounding Transformer Protection

a. Restricted Earth Fault Relay (87GT)

b. Inverse Time Overcurrent Relay with/without Intantaneous Unit Phase(50/5iGT) Neutral(50/5iGGT)

16. Station Service Transformer Protection

a. Inverse Time Overcurrent Relay with Instantaneous Unit(50/5i)

17. Bus Bar Protection a. Bus Bar Differential Relay(87B)

b. Bus Bar Differential Check Relay(87B)

c. CT Open Circuit Supervision Relay 18. Bus Sectionalizing and/or Bus

Coupler Breaker Protection

a. Inverse Time Overcurrent Relay with or without Instantaneous Unit Phase (5iBT) Neutral (5iNBT)

Note: Strike-off items which are not applicable to this project.

Page 32: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

.,.I.,a~ a.".':'~1 AS'~I

Saudi Electricity COlTlpany

ANNEXA Page 70/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EOUIPMENTIMATERIAL MANUFACTURERS

No. Description of Type/ Manufacturer Country of Tech. Info. in

EquipmentlMaterial Model Section # Origin

19.

a.

b.

c.

d.

20.

a.

b. c.

Breaker and Protection

Circuit Failure Supervision

Breaker Failure Relay(50BF)

DC Supervision Relay

Set 1

Set 2

Trip Circuit Supervision Relay Set]

Set 2

Trip Coil Supervision Relay

Set 1

Set 2

Reactor Protection

Differential Relay

Restricted Earth Fault Relay Inverse Time Overcurrent Relay with Instantaneous Unit

Phase(50/51)

Neutral(50/51N)

Note: Strike-ojfltems which are not applicable to this proJect.

Page 33: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~I.,t~ ~~~I4\S~1

Saudi Electricity Company

ANNEXA Page 80/9 Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EOUIPMENTIMATERIAL MANUFACTURERS

No. Description of

EquipmentlMaterial I i

-\..-UOl U ... i

Type/

Model

Manuacturer Country of Tech.Info. in

Origin Section # i I I I

21. Capacitor Bank Protection

a. Hannonic Desensitized Instantaneous Overcurrent Relay Phase Set 1 (50P) Phase Set 2 (50S)

Neutral Set 1(50NP)

Neutral Set 2 (50NS)

b. Short Time Overcurrent Relay Phase Set 1 (51P)

Phase Set 2 (51S)

Neutral Set 1 (51NP)

Neutral Set 2 (51NS)

c. Overcurrent Relay with Hannonic Filter for Mid-point Unbalance

Set 1 (59P) Set 2 (59S)

d. For Neutral Point Unbalance Set 1 (59NP)

Set 2 (59NS)

e. Bus Over Voltage Relays Set 1 (59BP)

Set 2 (59BS)

f. Bus Under Voltage Relay Set 1 (27BP)

Set 2 (27BS) Note: StrIke-off Items which are not appltcable to tillS project.

Page 34: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

.. 4~ ~~~l 4S'~1

Saudi Electricity Company

ANNEXA Page 90/9

Contract No. 11031147/00

Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS

No. Description of

EquipmentlMaterial

Type 1

Model

Manuacturer Country of

Origin

Tech. Info. in

Section # 1 L~_._._.,___ _ __L_ _ _ _L_ . _ J _L. __

Note: Strike-off items which are not applicable to this project.

22. Protection Signalling! Communication Interface Equipment

a. For Distance Protection b. For Pilot Wire Differential

Protection Breaker Failure Scheme c. For Longitudinal Differential Protection

d.

Other Relays 23.

a. Under frequency Relay(81)

b. Lockout Relay(86)

c. Timers (62)

d. Tripping Relay(94)

e. Tripping & Lockout Relay Supervision

f. DC Supply Supervision Relay(74)

g. Test Switches

24. Bidder to SpecifY and List other Relays and Devices

Page 35: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

,...l.:'~~~~las~1

Saudi Electricity Company

ANNEXB Page 10/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of Statement of Data Manufacturer's Type Test List of

EquipmentlMaterial Compliance Schedule Catalogs Reports Users

_1~._LsLTRSTATlQN~DYTLMATL._ - I I-----------­-, - I I - I -­

1 Power Transformer 380/230kV

23O/69kV

115/13.8kV

2 Shunt Reactor 3 Circuit Breaker

380kV 230kV

115kV

4 GIS Equipment 380kV 230kV

115kV

5 CCVTICVTIVT 380kV

230kV

115kV

6 Free Standing Current Transformer

380kV 230kV

115kV

7 Relav & Control Panels 8 Metalclad Switchgear

34.5kV 13.8kV

9 Disconnect Switch 380kV

230kV

115kV

Note: Strike-off items which are not applicable to this project.

Page 36: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

-- ---------- -- -- -- -- ------ ----- ------------ ----------- -

--

~l:'~ ~':;~I as~1

Saudi Electricity Company

ANNEXB Page 2 0/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of Statement of Data

EquipmentlMaterial Compliance Schedule __ _ -'_1),_ --.L:'f_--------.A__~________________________ -­ - -­ - --­ - -­ -----­

- ~ ...... -~ ;;'';---h~-"''~;; ;,::..:;;;.~.;

360kV 230kV 115kV

11 Station Post Insulator 380kV 230kV 115kV

12 Wall Bushing 380kV 230kV 115kV

13 Battery Charger 14 Batteries 15 Annunciator System

16 Fire Protection & Signalling System

17 XLPE OR LPOF U/G Cable

380kV 230kV 115kV

18 Fiber Optic Terminal Equipment

Low Density SDH

19 SCADARTU 20 Dig. Trans. Fault Recorder 21 Sequence o(Event Recorder B. UNDERGROUND TIL

MATERIAL

1 XLPE or LPOF U/G Cable 380kV

Note: Strike-off Items which are not applicable to this proJect.

Manuacturer's

Catalogs

Type Test List of

Reports Users

Page 37: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

--- --

""4~ ~..:o~' 4l.S~' Saudi Electricity Company

ANNEXB Page 3 of9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERlAL SUBMITTALS

Description of Manuacturer's Type Test List of

EquipmentIMaterial

No. Catalogs UsersReports

230kV -~I J

ii:Ji\.Y

2 Non-metallic Fiber Optic Cable

3 Pilot Cable. 19 pairs 4 Link Box for U/G Power

I

Cable 5 Sheath Voltage Limiter C om TRANSMISSION

LINE EQUIPIMA TERIAL 1 2

3

4 5 6

Overhead Line Conductor Overhead Ground Wire Tubular Steel Pole Lattice Steel Structure Wood Pole Disconnect Switch

380kV

230kV

115kV

7 Line Post Insulator 380kV

230kV

115kV

8 Suspension Insulator 380kV

230kV

115kV

9 Composite Overhead Optical Fiber Ground Wire(OPGW)

10 Fiber Optic Joint Box Fiber Optic Terminal Equipment

Low Density

11

SDH

Note: Strike-offitems which are not applicable to this project.

Page 38: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~'-:l~~.:l~las~,

Saudi Electricity Company

ANNEXB Page 4 0/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

Manufacturer's

Equi~aterial .. ... . Compliance Schedule

Description of [statement of Data

CatalOl!L

12. Relay & Control Panel

13. Feeder Protection a. Distance Relay

Set 1(21P) Set 2(21S)

b. Directional Comparison Earth Fault Relay

Set 1(67NP) Set 2(67NS)

c. Longitudinal/Pilot Wire Differential Relay

Set 1(87LP) Set 2(87LS)

d. Back-up Inverse Time Overcurrent Relay with Instantaneous Unit Phase (50/51) Neutral(50/51N)

e. Back-up Directional Overcur­rent Relay with Instantaneous Unit

Phase(50/51) Neutral(67N)

f. Synchrocheck Relay(25) g. Auto Reclosing Relay(79) h. PT Fuse Failure Relay

Note: Strike-off items which are not applicable to this project.

Page 39: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

s:.4~~.:l~I~~t

Saudi Electricity Company

ANNEXB Page 50/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of

EquipmentlMaterial L~ __IJCY ~_'_L n .~ nn ~

Statement of Data

Compliance Schedule __L __ __1_ _ L_

Manuacturer's

Catalogs

Type Test List of

Reports Users -,-_ Hun _L __J_

14. Power Transformer Protection

a. OLTC Control Panel b. Differential Relay (87T)

c. Restricted Earth Fault Relay HV Side (87REF-HV)

LVSide (87REF-HV)

d. Back-up HV Side Overcurrent Relay with or without Inst. Unit

Phase (50/51)

Neutral (50/51N)

Ground (50/51G)

e. Back-up Secondary side Directional Overcurrent Relay with or without Inst. Unit

Phase (67)

Neutral (67G)

f. Back-up LV Side Neutral Overcurrent Relay with or without Instantaneous Unit

g. Tertiary Winding Inverse Time Overcurrent Relay with or without Instantaneous Unit (50/51TW)

h HV side Over Fluxing Relay (99T)

I Note: Strike-off items which are not applicable to this project.

Page 40: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~l"l~ ;Y~~I 4\S~1

Saudi Electricity Company

ANNEXB Page 60/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of Statement of ata Schedt Manuacturer's Type Test List of

EquipmentlMaterial Compliance Catalogs Reports Users

Cont'd. .. ----------------------­ - -­ -­

-­15. Grounding Transformer

Protection a. Restricted Earth Fault Relay

(87GT)

b. Inverse Time Overcurrent Relay with/without Intantaneous Unit

Phase(50/51 GT)

Neutral(50/51GGT)

16. Station Service Transformer Protection

a. Inverse Time Overcurrent Relay with Instantaneous Unit(50/51)

17. Bus Bar Protection I a. Bus Bar Differential Relay(87B)

b. Bus Bar Differential Check

IRelay(87B)

c. CT Open Circuit Supervision Relay

18. Bus Sectionalizing and/or Bus Coupler Breaker Protection

a. Inverse Time Overcurrent Relay

with or without Instantaneous Unit

Phase (51BT)

Neutral (51NBT)

Note: Strike-off items which are not applicable to this project.

-

Page 41: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

s:-I.:t~ ~.:l~1 :as~1

Saudi Electricity Company

ANNEXB Page 70/9

Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of Statement of Data Manufacturer's Type Test List of

EquipmentlMaterial Compliance Schedule Catalogs Reports Users

Cont'd...

19. Breaker and Protection

Circuit Failure Supervision

a. b.

c.

d.

20.

Breaker Failure Relay(50BF)

DC Supervision Relay Set 1

Set 2

Trip Circuit Supervision Relay Set 1

Set 2

Trip Coil Supervision Relay Setl

Set 2

Reactor Protection

a. b.

c.

Differential Relay Restricted Earth Fault Relay Inverse Time Overcurrent

Relay with Instantaneous Unit Phase (50/51)

Neutral(50/51N)

Note: Strike-off items which are not applicable to this project.

Page 42: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

------ --

~L,1~ ~.:l~l ~~I

Saudi Electricity Company

ANNEXB Page 8 0/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II-SUMMARY OF EOUIPMENTIMATERIAL SUBMITTALS

No. Description of

- ~ ==~ =~~~= ---- - - ­-.­ ~

~!

Statement of

c o ~_"~==~~~ ­

2l.

a.

b.

c.

d.

e.

f.

Cant/d. ..

Capacitor Bank Protection

Harmonic Desensitized Instantaneous Overcurrent Relay Phase Set 1 (50P)

Phase Set 2 (50S)

Neutral Set 1(50NP)

Neutral Set 2 (50NS)

Short Time Overcurrent Relay Phase Set 1 (51P)

Phase Set 2 (51S)

Neutral Set 1 (51NP)

Neutral Set 2 (51NS)

Overcurrent Relay with Harmonic Filter for Mid-point Unbalance

Set 1 (59P)

Set 2 (59S)

For Neutral Point Unbalance Set 1 (59NP)

Set 2 (59NS)

Bus Over Voltage Relays Set 1 (59BP)

Set 2 (59BS)

Bus Under Voltage Relay Set 1 (27BP)

Set 2 (27BS)

Note: Stnke-off Items which are not applicable to this project.

Manuacturer's

~ ~ ~

Page 43: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~l:l~ ~~~, as~,

Saudi Electricity Company

ANNEXB Page 90/9 Contract No. 11031147/00

Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION

FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS

No. Description of ~----_.-.!.-_-

Manuacturer's ---:---:::=-=-=-~-=--=------=-=-=-=-=-_._----.~---'-----"--" -

I I i:..'j"ii'•••;,o"'i>'''~~~~~~~

Cont'd. ..

i ~-::';~":~r~~~~~~~ -i

22. Protection Signalling! Communication Interface Equipment

a. For Distance Protection b. For Pilot Wire Differential

Protection c. Breaker Failure Scheme d. For Longitudinal Differential

Protection 12. Other Relays

a. Under frequency Relay(81) b. Lockout Relay(86) c. Timers(62) d. Tripping Relay(94) e. Tripping & Lockout Relay

Supervision f. DC Supply Supervision

Relay(74) g. Test Switches

13. Bidder to Specifv and List other Relays and Devices

Note: Strike-off items which are not applicable to this project.

Page 44: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

C.NO.: 11031147/00

CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 'r:~.', .. ""'~~,)~tas~1\',-...JSUBSTATION Subject: PRE BID TECHNICAL CLARIFICATION #

Technical Queries: Commercial Queries: Techno-Commercial Queries: Author Of Response: TADD

Saudi Electricity Company

CONTRACTOR: REFERENCE:

Proponent Dept.: I ,

ITEM NO.

1

CONTRACTOR'S CLARIFICATIONS I I

SEC'S RESPONI';SE I

2

3

4

5

6

7 II

Page 1 of 1

Page 45: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

'CJ .li~ ~,.-.rj ~~j , Saudi Electricity Company

BID FORM

Page 46: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

r~·~ ";::. ~~ ~~~l ;;J.S'~I ~ Saudi Electricity Company

BID FORM

CONTRACT NO. 11031147100

1. BASIC INFORMATION

Name of Company

MajJjulLAddress.

Telephone Number (s)

Fax Number (s)

E-Mail

Web Site Address

Name of Contact Individual

2. PRICES

2.1 Having examined in their entireties the Bid Documents and determined all factors that may affect the cost, duration and/or performance of the WORK, the undersigned bidder hereby submits a total lump sum price to perform and complete the WORK, in the amount of:

* Saudi Riyals: (In Words)

SR (In Figures)

DISCOUNT (If Any)

Total Discounted Bid Price:

Saudi Riyals: (In Words)

SR (In Figures)

Name in Print & Signature of Bidder

BF -1 June 2007 Replaces: January 2006

CD 014 B (TK/LS) * Denotes Change ** Denotes Addition

Page 47: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~l:'~~ ..~I6l.S~1

Saudi Electricity Company

2.2 The lump sum prices indicated above include, but are not limited to, compensation for all applicable taxes, fees of any kind, customs duties, insurances including Saudi Arab social insurance, fees, mobilization and demobilization, catering and accommodations, transportations to and from the WORK SITE, all overheads and profits, and all other direct and indirect costs incurred or to be incurred by the undersigned bidder.

') 1 Em DULOoses.._oLiu.Y:oiciulL.tbe.Jumnsllm__micesjndicated ..in.£aragranh_2.1..nf .this Bid are broken down as per Pricing Attachments I, II, III, IV, V, VI, VII and VIII hereto, which reflect the actual cost ofall items listed in these Pricing Attachments.

2.4 COMPANY reserves the right to verify the value of Engineering and Design WORK to be within reasonable percentage and may, if necessary, request CONTRACTOR to redistribute the percentages. CONTRACTOR shall abide by such request.

2.5 The lump sum prices indicated in Paragraph 2.1 of this Bid and broken down as per Pricing Attachments I, II, III, IV, V, VI, VII and VIII are not subject to escalation for any reason whatsoever.

3. VALIDITY

This Bid shall remain valid for a period of one hundred and twenty (120) calendar days following the Bid Commercial Closing Date.

4. ADDENDA

The following Addenda to the Bid Documents were received by the undersigned bidder and considered in the preparation of this bid:

Addenda No. Date Received

Name in Print & Signature of Bidder

BF-2 June 2007 Replaces: January 2006

CD 014 B (TK/LS) * Denotes Change ** Denotes Addition

Page 48: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

(~tb '\. -~\ ~,"=,~~..:o~l-as~f ~ Saudi Electricity Company

5. CONFLICT OF INTEREST

The undersigned Bidder acknowledges having read paragraph (2.11) "Conflict of Interest" of the General Terms and Conditions (Schedule "A") and paragraph 10 "Conflict of Interest" of the Instructions to Bidders for Commercial Proposal, and that no conflict of interest exists with the Saudi Electricity Company as per the above paragraphs, and shall avoid those situations where the bidder's interests conflict with those of the Saudi Electricity Company, and shall notify the Saudi Electricity Company in writing

bidder shall bear all consequences arising from a breach of the terms of the contract and shall compensate Company for damages, losses and additional costs incurred as a result of that breach.

6. SCOPE AND COMPLIANCE

This Bid includes all the work and services required to perform the WORK. Having been properly represented during the Job Explanation Meeting and having investigated the WORK SITE and examined in their entireties the Instructions to Bidders, Proforma Contract, Scope of Work, Drawings, Technical Specifications and all documents referred to therein, the undersigned bidder offers to:

Design, engineer, procure, supply and deliver all equipment and materials to WORK SITE, construct, install, test and commission and put into service the 380kV Overhead Transmission Line for Oassim - 4

strictly in accordance with the said Bid Documents, all for the lump sum prices indicated in Paragraph 2 of this Bid. The undersigned confirms having read both the above affidavits, and that there are no conditional terms or exceptions contained elsewhere in this Bid.

Name in Print & Signature of Bidder

Contractor Name CONTRACTOR SEAL

Authorized Signature

Name

Position

Date

BF-3 July 2009 Replaces: June 2007

CD 014 B (TK/LS) * Denotes Change ** Denotes Addition

Page 49: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

1<'-!..:'~ ~~~I as~1

Saudi Electricity Company

BID FORM CONTRACT NO. 11031147/00 PRICING ATTACHMENT "I"

LUMP SUM CONTRACT PRICE BREAKDOWN

ITEM NO.

PRICE COMPONENT

----­ --­ - ---­ - -­

AMOUNT

(Saudi Riyals)

1. Engineering and Design (Pricing Attachment "11")

2. Materials and Equipment (Pricing Attachment "111")

3. Installation (Pricing Attachment IIV")

4. Testing and Commissioning (Pricing Attachment "V")

5. Operational Spare Parts (Pricing Attachment "VI")

6.

7.

Special Tools & Test Equipment (Pricing Attachment "VII")

Training of Company Personnel (Pricing Attachment "VIII")

Not Required in this CONTRACT

Not Required in this CONTRACT

TOTAL LUMP SUM CONTRACT PRICE

End of Bid Form, Pricing Attachment "I"

Name in Print and Signature of Bidder

BF-PA-I-l

Page 50: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~l.:'~ ~..::o~t ~~1

Saudi Electricity Co~pany

BID FORM CONTRACT NO. 11031147/00 PRICING ATTACHMENT "II"

ENGINEERING AND DESIGN PRICE COMPONENT

ITEM AMOUNT

NO. ITEM DESCRIPTION

(Saudi Riyals)

1. Base Design

2. Final Design

TOTAL PRICE FOR ENGINEEERING AND DESIGN

End of Bid Form, Pricing Attachment "11"

Name in Print and Signature of Bidder

BF-PA-II-l

Page 51: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

f=.!.:'~~~~1:as~1

Saudi Electricity Company

BID FORM PRICING ATTACHMENT "III"

CONTRACT NO. 11031147/00

MATERIAL AND EQUIPMENT PRICE COMPONENT

(Material/Equipment Items Delivered to CONTRACTOR's Marshalling Yard(s) Nearest to the WORK SITE in Saudi Arabia)

l a L

NO.

1.

2.

ITEM DESCRIPTION

Stub Angles (380kV TIL)

1.1 SiN

1.2 TA2N

1.3 TA3N

1.4 DE

Latticed Steel Towers (Including Accessori es)

2.1 SiN

2.2 TA2N

2.3 TA3N

2.4 DE

UNIT

Set

Set

Set

Set

Set

Set

Set

Set

(Saudi Riyals) (Saudi Riyals)

Four (4) 795kcmil ACSR "condor" 3. conductors per phase in square KM

configuration

4.

5.

Two (2) 48-Core Non-Zero dispersion shifted single mode Optical Overhead Ground Wire (OPGW) including Hardware & accessories

Underground Non-Metallic Fiber Optic Cables (UjG NFOC)

KM

KM

Optical Fiber Cable Joint Boxes, 4-Way 6. including necessary hardwares and

accessories

6.1 OPGW-OPGW

6.2 OPGW-UjG I\IMFOC

6.3 UjG NIVIFOC-UjG NMFOC

7. Optical Fiber Management Rack

Each

Each

Each

Each

BF-PA-III-l Name in Print and Signature of Bidder

Page 52: (1)Bid Package Contract No. 1103114700-Construction of 380kv Ohtl for Qassim-4 Ss

~1.:1~ ~~~I as~1

Saudi Electricity Company

BID FORM CONTRACT NO. 11031147 tOO PRICING ATTACHMENT "III"

MATERIAL AND EOUIPMENT PRICE COMPONENT

(Material/Equipment Items Delivered to CONTRACTOR's Marshalling Yard(s) Nearest to the WORK SITE in Saudi Arabia)

I 1 ....I ..~_............~~i_ ~,,~_ • •• <II"!'IlL•• --=.!-__I

NO. ITEM DESCRIPTION UNIT QTY

(Saudi Riyals) (Saudi Riyals)

8. Porcelain or Glass Aero Form suspension type insulators String Assembly including Hardware & accessiories

9.

10.

8.1 SlN

8.2 TA2N

8.3 TA3N

8.4 DE

Armor Grip Suspension (AGS) Units

Grounding Materials including, but not limited to, Groundwire, Rods & connectors - complete

Set/Tower

Set/Tower

Set/Tower

Set/Tower

Each

Lot 1

11. Compression Deadend Suspension Clamps and conductor and OPGW

Clamps fittings

/ for Lot 1

12. Counterweights for conductors loop insulator idler strings

jumper Each

13. Anti-climbing Device Lot 1

14. Spacer Dampers for Main Conductor Each

15. Vibration Dampers for Shield Wires Each

16. Structure Identification & Warning Signs Each

17. Crash Barrier for Towers Lot 1

18. Warning Lights Lot 1

19. Others (CONTRACTOR to specify):

19.1

19.2

19.3

BF-PA-III-2 Name in Print and Signature of Bidder