bidding document - web.pgcb.gov.bd
TRANSCRIPT
B I D D I N G D O C U M E N T for
Plant Design, Supply and Installation of Package 5
132/33kV Substations at Shariatpur,Chowddagram, Benapole & Rajshahi-2
and bay extension at Existing Jessore & Madaripur Substations on Turnkey Basis.
(Bid Identification No.: PGCB/JICA/BD-P70/P5)
Volume 3 of 3
Employer: Power Grid Company of Bangladesh Limited Country: The People’s Republic of Bangladesh
Project: National Power Transmission Network Development Project
Loan No.: BD P70
February 2016
BF-ii
Table of Contents
VOLUME 1 OF 3
Invitation for Bids: Without Prequalification .......................................................................... IFB-1
PART 1 - Bidding Procedures Section I. Instructions to Bidders ........................................................................................... ITB-1 Section II. Bid Data Sheet ..................................................................................................... BDS-1 Section III. Evaluation and Qualification Criteria (Without Prequalification) .................... EQC-1 Section IV. Bidding Forms ...................................................................................................... BF-1 Section V. Eligible Source Countries of Japanese ODA Loans ............................................ ESC-1
PART 2 - Employer’s Requirements Section VI. Employer’s Requirements ................................................................................... ER-1
PART 3 - Conditions of Contract and Contract Forms Section VII. General Conditions (GC) ................................................................................... GC-1 Section VIII. Particular Conditions ........................................................................................ PC-1 Section IX. Contract Forms .................................................................................................... CF-1
VOLUME 2 OF 3
Scope of Work Technical Specification Drawings forming part of Specifications
VOLUME 3 OF 3
Bidding Forms Price Schedules
Section IV. Bidding Forms
BF-1
Table of Forms Letter of Technical Bid BF-1
Letter of Price Bid BF-2
Price Schedules BF-P-1
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country Schedule No. 3. Design Services Schedule No. 4. Installation and Other Services Schedule No. 5. Provisional Sums Schedule No. 6. Grand Summary Schedule No. 7. Recommended Spare Parts Schedule A Supplemental Information of Price Schedule
A1.Brief Description of the Works A2. Description of the Works for Price Schedule A3. Schedule of Technical Requirements
Technical Proposal BF-T-1 Schedule T1: Technical Particulars and Guarantees Schedule T2: Site Organization Schedule T3: Method Statement Schedule T4: Mobilization & Construction Schedule Schedule T5: Manufacturer’s Name & Nationality and Place of Testing Schedule T6: Plant(Drawings and Documents to be submitted with Bid) Schedule T7: Safety Plan Form FUNC: Functional Guarantee Form PER -1: Proposed Personnel Form PER -2: Resume of Proposed Personnel Form EQU: Equipment Form MAN: Manufacturer's Authorization
Bidder’s Qualification BF-Q-1 Form ELI - 1: Bidder Information Form ELI - 2: Bidder’s Party Information Form CON: Historical Contract Non-Performance Form FIN - 1: Financial Situation Form FIN - 2: Average Annual Turnover Form FIR - 1: Financial Resources Form FIR - 2: Current Contract Commitments Form EXP - 1: General Experience Form EXP - 2(a): Specific Experience Form EXP - 2(b): Experience in Key Activities
Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under Japanese ODA Loans BF-C-1
Form of Bid Security (Bank Guarantee) ...................................................................................... BF-S-1
Section IV. Bidding Forms
BF-2
Letter of Technical Bid Date: [insert date of Bid submission] Loan Agreement No.: BD P70 IFB No.: [insert number]
To: [insert full name of Employer], We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum];
(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet the eligibility
requirements in accordance with ITB4 and ITB 5; (c) We, including any Subcontractors/manufacturers, for any part of the Contract, have no conflict of
interest in accordance with ITB4; (d) We offer to the plant design, supply and installation of substation(s) for [insert the Package
number(s) to offer in this Bid] in conformity with the Bidding Documents for Package-3under the National Power Transmission Network Development Project;
(e) Our Bid shall be valid for a period of [specify the number of calendar days]from the date fixed
for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(f) Weare not participating, as a Bidder or as a Subcontractor/manufacturers,inmore than one Bid in
this bidding process in accordance with ITB4.2 (c), other than alternative Bids submitted in accordance with ITB 13; and
(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in any type of fraud and corruption. Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder**[insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid[insert complete title of the person signing the Bid] Signature of the person named above[insert signature of person whose name and capacity are shown above] Date signed [insert date of signing] day of[insert month], [insert year] *: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.
Section IV. Bidding Forms
BF-3
Letter of Price Bid Date: [insert date of Bid submission] Loan Agreement No.:[insert number] IFB No.: [insert number]
We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB8): [insert the number and issuing date of each Addendum];
(b) We offer to the plant design, supply and installation of substation(s) for [insert the Package
number(s) to offer in this Bid] in conformity with the Bidding Documents for the Package-3under the National Power Transmission Network Development Project;
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
In case of only one package, total price of the Bid[insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies] [insert the total price of eachpackage] [insert the total price of all packages (sum of all packages)];
(d) The discounts offered and the methodology for their application are:
The discounts offered are:[specify in detail each discount offered] The exact method of calculations to determine the net price after application of discounts is shown below:[specify in detail the method that shall be used to apply the discounts];
(e) Our Bid shall be valid for a period of [specify the number of calendar days]days from the date
fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding
Documents; (g) We understand that this Bid, together with your written acceptance thereof included in your Letter
of Acceptance, shall constitute a binding Contract between us, until a formal Contract is prepared and executed; and
(h) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you
may receive. Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder**[insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid[insert complete title of the person signing the Bid] Signature of the person named above[insert signature of person whose name and capacity are shown above] Date signed [insert date of signing]day of[insert month], [insert year] *: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.
Section IV. Bidding Forms- Price Schedules
BF-P-1
Price Schedules
Notes on Prices Schedules
General
1. The Price Schedules are divided into separate Schedules as follows: Schedule No. 1: Plant (including Mandatory Spare Parts) Supplied from Abroad Schedule No. 2: Plant (including Mandatory Spare Parts) Supplied from Within the
Employer’s Country Schedule No. 3: Design Services Schedule No. 4: Installation and Other Services Schedule No. 5: Provisional Sums Schedule No. 6: Grand Summary Schedule No. 7: Recommended Spare Parts (Spare parts for Operation and
Maintenance) Schedule A: Supplemental Information of Price Schedule
2. The Price Schedules and Schedule A (Supplemental Information of Price Schedules) do not generally give a full description of the Plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with ITB 7 prior to submitting their Bid.
Pricing 4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc.,
shall be initialed by the Bidder. As specified in the Bid Data Sheet and Particular Conditions of Contract, prices shall be fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement.
5. Bid Prices shall be quoted on turn-key basis in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Documents. For each item, Bidders shall complete each appropriate column in the respective Schedules, giving the price breakdown as indicated in the Schedules. Prices given in the Schedules against each item shall be for the scope covered by that item as detailed in Section VI (Employer’s Requirements) or elsewhere in the Bidding Documents.
6. Payments will be made to the Contractor in the currency or currencies indicated under each respective item.
7. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules.
Price Schedule - Shariatpur S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
1 Shariatpur New Substation
1A 145kV Outdoor Switchgear (AIS) and Associating Equipment
1A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
1A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
1A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
1A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
1A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
1A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
1A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
1A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
1A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
1A10 Single phase current transformer,5-core, for line bays 6 Nos
1A11 Nil Nil set
1A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
1A13 Nil Nil set
1A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos
1A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
1A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1A19 Steel structures & cable tray
Unit Price2
Qty.(1)
Code1
BF-P-2
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
1B 132/33kV main transformer
1B1 132/33kV, 80/120(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
1B2 Fire Protection System 1 lot
Sub-Total of B.
1C 36kV outdoor switchgear equipment
1C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
1C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
1C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
1C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
1C5 Single phase current transformer, post type,3-core 6 Nos
1C6 Single phase voltage transformer, post type, 2-core 12 Nos
1C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
1C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
BF-P-3
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
1D Station srvice transformer
1D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
1E Control, protection, metering, SAS system
132kV Circuits
1E1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
1E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
1E3 Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
1E4Busbar protection system for complete 132kV bus
1 Lot
1E5Tarrif metering for two line bays and two transformer bays
1 Lot
33kV Circuits
1E6 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
1E7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
1F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
1G Earthing & Lightning Protection
BF-P-4
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
1G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
1G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
1H Batteries, cargers and DC distribution
1H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
1I LV AC distribution
I11 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
1I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
1J Civil Works, Control Building and Foundation
1J1 N/A
1J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
BF-P-5
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
1J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
1K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of L
1L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
BF-P-6
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
Sub-Total of L
1M Fibre optic multiplexer equipment for teleprotection and communication
1M1Fibre Optic Multipexer Equipment for communication & protection
1 Set
1M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
1M3MDF 1 Lot
1M4Optical distribution frame (ODF) 1 Lot
1M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
1NIntegration with existing SCADA, NLDC system
1N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
1O Mandatory spare parts and test equipment
1O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole)
2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
BF-P-7
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
xii)IVT, single phase, 2-core 1 nos.
xiii)deleted
xiv) deleted
xv) Space heater (10% of acual use) 1 lot
xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
1O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
1O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil 10000 Litre
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
1O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
BF-P-8
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
1O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
1O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
TOTAL (to Schedule No.6. Grand Summary)
Country
BF-P-9
Price Schedule - Shariatpur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
BF-P-10
Price Schedule - Shariatpur S/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
1 Shariatpur New Substation1A 145kV Outdoor Switchgear (AIS) and Associating Equipment
1A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
1A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
1A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
1A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
1A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
1A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
1A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
1A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
1A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
1A10 Single phase current transformer,5-core, for line bays 6 Nos
1A11 Nil Nil set
1A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
1A13 Nil Nil set
1A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos
1A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
1A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1A19 Steel structures & cable tray
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-10
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
1B 132/33kV main transformer
1B1 132/33kV, 80/120(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
1B2Fire Protection System
1 lot
Sub-Total of B.
1C 36kV outdoor switchgear equipment
1C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
1C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
1C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
1C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
1C5 Single phase current transformer, post type,3-core 6 Nos
1C6 Single phase voltage transformer, post type, 2-core 12 Nos
1C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
1C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
BF-P-11
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
1D Station service transformer
1D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
1E Control, protection, metering, SAS system
132kV Circuits
1E1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
1E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
1E3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
1E4Busbar protection system for complete 132kV bus
1 Lot
1E5Tarrif metering for two line bays and two transformer bays
1 Lot
33kV Circuits
1E6Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
1E7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
1F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
1G Earthing & Lightning Protection
1G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
BF-P-12
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
ii) _Lighting Protection System for complete substation 1 Lot
1G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
1H Batteries, cargers and DC distribution
1H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
1I LV AC distribution
1I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
1I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
1J Civil Works, Control Building and Foundation
1J1 N/A
1J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
BF-P-13
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
1J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
1K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
1L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
1M Fibre optic multiplexer equipment for teleprotection and communication
1M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
BF-P-14
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
1M2Telephone facilities including IP Phone sets with Switch and threeadministrative telephone sets
1 Lot
1M3MDF 1 Lot
1M4Optical distribution frame (ODF) 1 Lot
1M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
1NIntegration with existing SCADA, NLDC system
1N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
1O Mandatory spare parts and test equipment
1O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole) 2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)deleted 1 lot
xiv) deleted 1 lot
xv) Space heater (10% of acual use) 1 lot
xvi) Humidity stat and thermostat 2 nos
BF-P-15
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
1O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
1O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil 10000 Litre
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
1O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
BF-P-16
Price Schedule - Shariatpur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
1O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
1O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-17
Price Schedule - Sariatpur S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
1 Shariatpur New Substation
1A 145kV Outdoor Switchgear (AIS) and Associating Equipment 1 Lot
1B 132/33kV main transformer1 Lot
1C 36kV outdoor switchgear equipment 1 Lot
1D Station srvice transformer 1 Lot
1E Control, protection, metering, SAS system1 Lot
1F Power cables and multi-core LV power and control cables1 Lot
1G Earthing & Lightning Protection1 Lot
1H Batteries, cargers and DC distribution1 Lot
1I LV AC distribution 1 Lot
1J Civil Works, Control Building and Foundation 1 Lot
1K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation 1 Lot
1L Outdoor switchyard Lighting, Small Power1 Lot
1M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
1N Integration with existing SCADA, NLDC system1 Lot
1O Mandatory spare parts and test equipment 1 Lot
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-18
Price Schedule - Shariatpur S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
1 Shariatpur New Substation
1A 145kV Outdoor Switchgear (AIS) and Associating Equipment
1A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
1A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
1A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
1A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
1A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
1A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
1A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
1A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
1A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
1A10 Single phase current transformer,5-core, for line bays 6 Nos
1A11 Nil Nil set
1A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
1A13 Nil Nil set
1A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
1A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos1A17 Flexible Conductor, clamps & connectors for busbar,
Jackbus,Jumper & equipment Connection i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lotii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot1A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
Unit Price1 Total Price1
Qty.
(1)
BF-P-19
Price Schedule - Shariatpur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
1B 132/33kV main transformer
1B1 132/33kV, 80/120(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
1B2 Fire Protection System 1 lot
Sub-Total of B.
1C 36kV outdoor switchgear equipment
1C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
1C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
1C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
1C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
1C5 Single phase current transformer, post type,3-core 6 Nos
1C6 Single phase voltage transformer, post type, 2-core 12 Nos
1C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
1C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
1C9 Steel structures & cable tray
BF-P-20
Price Schedule - Shariatpur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
1D Station srvice transformer
1D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
1E Control, protection, metering, SAS system
132kV Circuits
1E1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
1E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
1E3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
1E4Busbar protection system for complete 132kV bus
1 Lot
1E5Tarrif metering for two line bays and two transformer bays
1 Lot
33kV Circuits
1E6 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
1E7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
1F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
BF-P-21
Price Schedule - Shariatpur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i)
_LV Control Cable1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
1G Earthing & Lightning Protection
1G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
1G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
1H Batteries, cargers and DC distribution
1H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
1I LV AC distribution
1I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
1I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
BF-P-22
Price Schedule - Shariatpur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)1J
Civil Works, Control Building and Foundation
1J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
1J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
1J3 Complete civil works for two storied control building
BF-P-23
Price Schedule - Shariatpur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
1K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
1L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
1M Fibre optic multiplexer equipment for teleprotection and communication
1M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
1M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
1M3MDF 1 Lot
1M4Optical distribution frame (ODF) 1 Lot
1M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
1NIntegration with existing SCADA, NLDC system
BF-P-24
Price Schedule - Chowddagram S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
2 Chowddagram2A 145kV Outdoor Switchgear (AIS) and Associating Equipment
2A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
2A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
2A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
2A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
2A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
2A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
2A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
2A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
2A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
18 Nos
2A10 Single phase current transformer,5-core, for line bays 12 Nos
2A11 Nil Nil set
2A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
2A13 Nil Nil set
2A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A16 Single phase Inductive Voltage Transformer(IVT) 24 Nos
2A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
2A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
Unit Price2
Qty.(1)
Code1
BF-P-25
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
2B 132/33kV main transformer
2B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
2B2 Fire Protection System 1 lot
Sub-Total of B.
2C 36kV outdoor switchgear equipment
2C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
2C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
2C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
2C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
2C5 Single phase current transformer, post type,3-core 6 Nos
2C6 Single phase voltage transformer, post type, 2-core 12 Nos
2C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
2C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
BF-P-26
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
Sub-Total of C.
2D Station srvice transformer
2D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
2E Control, protection, metering, SAS system
132kV Circuits
2E 1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
2E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
2E 3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
2E 4Busbar protection system for complete 132kV bus
1 Lot
2E 5Tarrif metering for four line bays and two transformer bays
1 Lot
33kV Circuits
2E 6Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
2E 7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
2F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
2G Earthing & Lightning Protection
2G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
2G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
BF-P-27
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
2H Batteries, cargers and DC distribution
2H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
2I LV AC distribution
2I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
2I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
2J Civil Works, Control Building and Foundation
2J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
2J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 604 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
BF-P-28
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
2J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
2K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of L
2L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
2M Fibre optic multiplexer equipment for teleprotection and communication
2M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
2M2Telephone facilities including IP Phone sets with Switch and threeadministrative telephone sets
1 Lot
2M3MDF 1 Lot
2M4Optical distribution frame (ODF) 1 Lot
2M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
2M6Modification of existing Fiber optic multiplexer and modification of ODF in Comilla (N) substation.
1 Lot
BF-P-29
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
2M7Modification of existing Fiber optic multiplexer and modification of ODF in Feni substation
1 Lot
Sub-Total of M.
2NIntegration with existing SCADA, NLDC system
2N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
2O Mandatory spare parts and test equipment
2O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole) 2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) deleted
xv) deleted
xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
2O2 33 kV SWITCHGEAR
BF-P-30
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
2O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil 10000 Litre
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
2O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
2O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
BF-P-31
Price Schedule - Chowddagram S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
viii) Partial discharge testing equipment including coupling capacitor ; ERA method for GCB and ONAN transformer
1 set
2O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
TOTAL (to Schedule No.6. Grand Summary)
Country
BF-P-32
Price Schedule - ChowddagramS/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
2 Chowddagram New Substation2A 145kV Outdoor Switchgear (AIS) and Associating Equipment
2A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
2A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
2A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
2A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
2A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
2A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
2A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
2A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
2A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
18 Nos
2A10 Single phase current transformer,5-core, for line bays 12 Nos
2A11 Nil Nil set
2A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
2A13 Nil Nil set
2A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A16 Single phase Inductive Voltage Transformer(IVT) 24 Nos
2A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
2A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-33
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
2B 132/33kV main transformer
2B1 132/33kV,50/75 (ONAN/ONAF) MVA,, three phase power transformer
2 Sets
2B2Fire Protection System
1 lot
Sub-Total of B.
2C 36kV outdoor switchgear equipment
2C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
2C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
2C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
2C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
2C5 Single phase current transformer, post type,3-core 6 Nos
2C6 Single phase voltage transformer, post type, 2-core 12 Nos
2C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
2C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
BF-P-34
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
2D Station srvice transformer
2D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
2E Control, protection, metering, SAS system
132kV Circuits
2E 1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
2E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
2E 3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
2E 4Busbar protection system for complete 132kV bus
1 Lot
2E 5Tarrif metering for four line bays and two transformer bays
1 Lot
33kV Circuits
2E 6Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
2E 7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
2F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
2G Earthing & Lightning Protection
2G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
BF-P-35
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
2G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
2H Batteries, cargers and DC distribution
2H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
2I LV AC distribution
2I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
2I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
2J Civil Works, Control Building and Foundation
2J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
2J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 604 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
BF-P-36
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
2J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
2K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
2L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
2M Fibre optic multiplexer equipment for teleprotection and communication
2M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
2M2Telephone facilities including IP Phone sets with Switch and threeadministrative telephone sets
1 Lot
BF-P-37
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
2M3MDF 1 Lot
2M4Optical distribution frame (ODF) 1 Lot
2M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
2M6Modification of existing Fiber optic multiplexer and modification of ODF in Comilla (N) substation.
1 Lot
2M7Modification of existing Fiber optic multiplexer and modification of ODF in Feni substation
1 Lot
Sub-Total of M.
2NIntegration with existing SCADA, NLDC system
2N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
2O Mandatory spare parts and test equipment
2O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole) 2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) deleted 1 lot
xv) deleted 1 lot
BF-P-38
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
2O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
2O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil of 15% of total oil supplied 1 Lot
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
2O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
BF-P-39
Price Schedule - ChowddagramS/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
2O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
viii) Partial discharge testing equipment including coupling capacitor ; ERA method for GCB and ONAN transformer
1 set
2O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-40
Price Schedule - Chowddagram S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
2 Chowddagram New Substation2A 145kV Outdoor Switchgear (AIS) and Associating Equipment
1 Lot
2B 132/33kV main transformer1 Lot
2C 36kV outdoor switchgear equipment 1 Lot
2D Station srvice transformer 1 Lot
2E Control, protection, metering, SAS system1 Lot
2F Power cables and multi-core LV power and control cables1 Lot
2G Earthing & Lightning Protection1 Lot
2H Batteries, cargers and DC distribution1 Lot
2I LV AC distribution 1 Lot
2J Civil Works, Control Building and Foundation 1 Lot
2K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation 1 Lot
2L Outdoor switchyard Lighting, Small Power1 Lot
2M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
2N Integration with existing SCADA, NLDC system1 Lot
2O Mandatory spare parts and test equipment 1 Lot
Name of Bidder
Signature of Bidder
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-41
Price Schedule - Chowddagram S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1
Qty.
(1)
Total Price1
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
BF-P-42
Price Schedule - Chowddagram S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
2 Chowddagram New Substation
2A 145kV Outdoor Switchgear (AIS) and Associating Equipment
2A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
2A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
2A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
2A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
2A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
2A6 Disconnector without earthswitch, 1250A, forTransformer bays 4 Sets
2A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
2A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
2A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
18 Nos
2A10 Single phase current transformer,5-core, for line bays 12 Nos
2A11 Nil Nil set
2A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
2A13 Nil Nil set
2A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
2A16 Single phase Inductive Voltage Transformer(IVT) 24 Nos
2A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
Unit Price1 Total Price1
Qty.
(1)
BF-P-42
Price Schedule - Chowddagram S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)2A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
2B 132/33kV main transformer
2B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
2B2 Fire Protection System 1 lot
Sub-Total of B.
2C 36kV outdoor switchgear equipment
2C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
2C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
2C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
2C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
2C5 Single phase current transformer, post type,3-core 6 Nos
2C6 Single phase voltage transformer, post type, 2-core 12 Nos
2C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
BF-P-43
Price Schedule - Chowddagram S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)2C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
2C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
2D Station srvice transformer
2D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
2E Control, protection, metering, SAS system
132kV Circuits
2E 1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
2E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
2E 3 Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
2E 4Busbar protection system for complete 132kV bus
1 Lot
2E 5Tarrif metering for four line bays and two transformer bays
1 Lot
33kV Circuits
2E 6 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
2E 7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
BF-P-44
Price Schedule - Chowddagram S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)2F Multicore, XLPE, LV Power & Control Cable for control,
protection, SAS, metering & power circuitsi)
_LV Control Cable1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
2G Earthing & Lightning Protection
2G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
2G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
2H Batteries, cargers and DC distribution
2H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
2I LV AC distribution
2I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
2I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
BF-P-45
Price Schedule - Chowddagram S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)2J Civil Works, Control Building and
Foundation2J1 Complete Land development with carried earthfilling 52,609 Cubic
Meter2J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 604 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
2J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
BF-P-46
Price Schedule - Benapole S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
3 Benapole New Substation
3A 145kV Outdoor Switchgear (AIS) and Associating Equipment
3A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
3A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
3A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
3A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
3A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
3A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
3A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
3A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
3A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
3A10 Single phase current transformer,5-core, for line bays 6 Nos
3A11 Nil Nil set
3A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
3A13 Nil Nil set
3A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos
3A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
3A19 Steel structures & cable tray
Unit Price2
Qty.(1)
Code1
BF-P-48
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
3B 132/33kV main transformer
3B1 132/33kV, 50/75 (ONAN/ONAF) MVA,, three phase power transformer
2 Sets
3B2 Fire Protection System 1 lot
Sub-Total of B.
3C 36kV outdoor switchgear equipment
3C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
3C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
3C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
3C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
3C5 Single phase current transformer, post type,3-core 6 Nos
3C6 Single phase voltage transformer, post type, 2-core 12 Nos
3C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
3C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
BF-P-49
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
3D Station srvice transformer
3D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
3E Control, protection, metering, SAS system
132kV Circuits
3E 1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
3E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
3E 3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
3E 4Busbar protection system for complete 132kV bus
1 Lot
3E 5Tarrif metering for two line bays and two transformer bays
1 Lot
33kV Circuits
3E 6Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
3E 7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
3F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
3G Earthing & Lightning Protection
3G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
BF-P-50
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ii) _Lighting Protection System for complete substation 1 Lot
3G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
3H Batteries, cargers and DC distribution
3H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
3I LV AC distribution
3I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
3I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
3J Civil Works, Control Building and Foundation
3J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
3J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
BF-P-51
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
3J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
3K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of L
3L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
3M Fibre optic multiplexer equipment for teleprotection and communication
3M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
BF-P-52
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
3M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
3M3MDF 1 Lot
3M4Optical distribution frame (ODF) 1 Lot
3M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
3NIntegration with existing SCADA, NLDC system
3N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
3O Mandatory spare parts and test equipment
3O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole) 2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) Indicator lamp cover (10% of actual use) 1 lot
xv) Space heater (10% of acual use) 1 lot
xvi) Humidity stat and thermostat 2 nos
BF-P-53
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
3O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
3O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil of 15% of total oil supplied 1 Lot
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
3O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
BF-P-54
Price Schedule - Benapole S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
3O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
3O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
TOTAL (to Schedule No.6. Grand Summary)
Country
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
BF-P-55
Price Schedule - Benapole S/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
3 Benapole New Substation
3A 145kV Outdoor Switchgear (AIS) and Associating Equipment
3A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
3A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
3A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
3A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
3A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
3A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
3A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
3A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
3A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
3A10 Single phase current transformer,5-core, for line bays 6 Nos
3A11 Nil Nil set
3A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
3A13 Nil Nil set
3A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos
3A17 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections
1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
3A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-56
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
3B 132/33kV main transformer
3B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
3B2 Fire Protection System 1 lot
Sub-Total of B.
3C 36kV outdoor switchgear equipment
3C1 36kV Circuit breaker(CB), live tank, gang operating , 2000A 2 Sets
3C2 Disconnector, single verticle break, 2000A, gantry mounted 5 Sets
3C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
3C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
3C5 Single phase current transformer, post type,3-core 6 Nos
3C6 Single phase voltage transformer, post type, 2-core 12 Nos
3C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections
1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
3C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
BF-P-57
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
3D Station srvice transformer
3D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
3E Control, protection, metering, SAS system
132kV Circuits
3E 1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
3E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
3E 3 Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
3E 4 Busbar protection system for complete 132kV bus 1 Lot
3E 5 Tarrif metering for two line bays and two transformer bays 1 Lot
33kV Circuits
3E 6 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
3E 7 Tariff metering for two Transformer bays 1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
3F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
3G Earthing & Lightning Protection
3G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
BF-P-58
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
3G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
3H Batteries, cargers and DC distribution
3H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
3I LV AC distribution
3I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
3I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
3J Civil Works, Control Building and Foundation
3J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
3J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
BF-P-59
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
3J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
3K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
3L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
3M Fibre optic multiplexer equipment for teleprotection and communication
3M1Fibre Optic Multipexer Equipment for communication & protection
1 Set
3M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
BF-P-60
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
3M3MDF 1 Lot
3M4Optical distribution frame (ODF) 1 Lot
3M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
3NIntegration with existing SCADA, NLDC system
3N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
3O Mandatory spare parts and test equipment
3O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole)
2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) Indicator lamp cover (10% of actual use) 1 lot
xv) Space heater (10% of acual use) 1 lot
xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
BF-P-61
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
3O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
3O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 75MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 75MVA Transformer) 2 nos.
iii) Spare transformer oil of 15% of total oil supplied 1 Lot
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
3O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
BF-P-62
Price Schedule - Benapole S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
ix) Trip Circuit Supervision relay, 3phase 1 set
3O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
3O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-63
Price Schedule -Benapole S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
3 Benapole New Substation
3A 145kV Outdoor Switchgear (AIS) and Associating Equipment 1 Lot
3B 132/33kV main transformer1 Lot
3C 36kV outdoor switchgear equipment 1 Lot
3D Station srvice transformer 1 Lot
3E Control, protection, metering, SAS system1 Lot
3F Power cables and multi-core LV power and control cables1 Lot
3G Earthing & Lightning Protection1 Lot
3H Batteries, cargers and DC distribution1 Lot
3I LV AC distribution 1 Lot
3J Civil Works, Control Building and Foundation 1 Lot
3K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation 1 Lot
3L Outdoor switchyard Lighting, Small Power1 Lot
3M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
3N Integration with existing SCADA, NLDC system1 Lot
3O Mandatory spare parts and test equipment 1 Lot
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-64
Price Schedule - Benapole S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
3 Benapole New Substation
3A 145kV Outdoor Switchgear (AIS) and Associating Equipment
3A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
3A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
3A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
3A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
3A5 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
3A6 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
3A7 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
3A8 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
3A9 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
12 Nos
3A10 Single phase current transformer,5-core, for line bays 6 Nos
3A11 Nil Nil set
3A12 Single phase current transformer, 4-core, for transformer bays 6 Nos
3A13 Nil Nil set
3A14 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A15 Single phase current transformer, 2-core, for bustie bay 3 Nos
3A16 Single phase Inductive Voltage Transformer(IVT) 18 Nos3A17 Flexible Conductor, clamps & connectors for busbar,
Jackbus,Jumper & equipment Connection i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3A18 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
3A19 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
Unit Price1 Total Price1
Qty.
(1)
BF-P-65
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
3B 132/33kV main transformer
3B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
3B2 Fire Protection System 1 lot
Sub-Total of B.
3C 36kV outdoor switchgear equipment
3C1 36kV Circuit breaker(CB), live tank, gang operating , 2000A 2 Sets
3C2 Disconnector, single verticle break, 2000A, gantry mounted 5 Sets
3C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
3C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
3C5 Single phase current transformer, post type,3-core 6 Nos
3C6 Single phase voltage transformer, post type, 2-core 12 Nos
3C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
3C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
BF-P-66
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)3C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
3D Station srvice transformer
3D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
3E Control, protection, metering, SAS system
132kV Circuits
3E 1 Control, Protection, metering and SAS for 132kV overhead line bays
2 Sets
3E 2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
3E 3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
3E 4 Busbar protection system for complete 132kV bus
1 Lot
3E 5Tarrif metering for two line bays and two transformer bays
1 Lot
33kV Circuits
3E 6 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
3E 7Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
BF-P-67
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)3F Multicore, XLPE, LV Power & Control Cable for control,
protection, SAS, metering & power circuitsi)
_LV Control Cable1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
3G Earthing & Lightning Protection
3G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
3G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
3H Batteries, cargers and DC distribution
3H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
3I LV AC distribution
3I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
3I2 Tariff metering for two station auxilliary Transformer 1 Lot
BF-P-68
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)Sub-Total of I.
3J Civil Works, Control Building and Foundation
3J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
3J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 580 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
BF-P-69
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)3J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
3K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
3L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
3M Fibre optic multiplexer equipment for teleprotection and communication
3M1Fibre Optic Multipexer Equipment for communication & protection 1 Set
3M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
3M3MDF 1 Lot
3M4Optical distribution frame (ODF) 1 Lot
3M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
Sub-Total of M.
BF-P-70
Price Schedule - Benapole S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)
3NIntegration with existing SCADA, NLDC system
3N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
3O N/A
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-71
Price Schedule - Rajshahi-2 S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
4 Rajshahi-2 New Substation
4A 145kV Outdoor Switchgear (AIS) and Associating Equipment
4A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
4A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
4A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
4A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
4A5 Circuit Breaker, SF6, 2000A, live tank, gang operating for two incomer bays of future 230/132kV transformer.
2 Sets
4A6 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
4A7 Disconnector with earthswitch, 2000A, for two incomer bays of future 230/132kV transformer.
6 Sets
4A8 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
4A9 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
4A10 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
4A11 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
24 Nos
4A12 Single phase current transformer,5-core, for line bays 12 Nos
4A13 Nil Nil set
4A14 Single phase current transformer, 4-core, for transformer bays 6 Nos
4A15 Single phase current transformer,5-core, for two incomer bays of future 230/132kV transformer.
6 Nos
4A16 Nil Nil set
4A17 Single phase current transformer, 3-core, for bustie bay 3 Nos
4A18 NIL
4A19 Single phase Inductive Voltage Transformer(IVT) 30 Nos
4A20 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
Unit Price2
Qty.(1)
Code1
BF-P-71
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4A21 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
4A22 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
BF-P-72
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
4B 132/33kV main transformer
4B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
4B2 Fire Protection System 1 lot
Sub-Total of B.
4C 36kV outdoor switchgear equipment
4C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
4C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
4C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
4C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
4C5 Single phase current transformer, post type,3-core 6 Nos
4C6 Single phase voltage transformer, post type, 2-core 12 Nos
4C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
4C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
BF-P-73
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
4D Station srvice transformer
4D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
4E Control, protection, metering, SAS system
132kV Circuits
4E1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
4E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
4E3Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
4E4 Control, Protection, metering and SAS for 132kV for two incomer bays of future 230/132kV transformer.
1 Sets
4E5Busbar protection system for complete 132kV bus
1 Lot
4E6Tarrif metering for four line bays and two transformer bays
1 Lot
4E7 Testing and commissioning of new two lines at Rajshahi substation
1 Lot
4E8 Testing and commissioning of new two lines at Chapainawabganj substation
1 Lot
33kV Circuits
4E9 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
4E10Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
BF-P-74
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
4F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
4G Earthing & Lightning Protection
4G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
4G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
4H Batteries, cargers and DC distribution
4H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
4I LV AC distribution
4I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
BF-P-75
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
4I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
4J Civil Works, Control Building and Foundation
4J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
4J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 560 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
BF-P-76
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
4J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
4K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of L
4L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
4M Fibre optic multiplexer equipment for teleprotection and communication
4M1 Fibre Optic Multipexer Equipment for communication & protection 1 Set
4M2 Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
4M3 MDF 1 Lot
4M4 Optical distribution frame (ODF) 1 Lot
4M5 Underground armoured fibre-optic approach cable (OPAC) 1 Lot
4M6 Modification of existing Fiber optic multiplexer and modification of ODF in Rajshihi substation.
1 Lot
BF-P-77
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
4M7 Modification of existing Fiber optic multiplexer and modification of ODF in Chapainawabganj substation.
1 Lot
Sub-Total of M.
4N Integration with existing SCADA, NLDC system
4N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
4O Mandatory spare parts and test equipment
4O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole)
2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
BF-P-78
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) Indicator lamp cover (10% of actual use) 1 lot
xv) Space heater (10% of acual use) 1 lot
xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
4O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
4O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 120MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 120MVA Transformer) 2 nos.
iii) Spare transformer oil of 15% of total oil supplied 1 Lot
iv) Winding temperature indicator 2 nos
BF-P-79
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
4O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
4O5 Test Equipment
BF-P-80
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
viii) Partial discharge testing equipment including coupling capacitor ; ERA method for GCB and ONAN transformer
1 set
4O6 Others
BF-P-81
Price Schedule - Rajshahi-2 S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
TOTAL (to Schedule No.6. Grand Summary)
Country
BF-P-82
Price Schedule - Rajshahi-2 S/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
4 Rajshahi-2 New Substation
4A 145kV Outdoor Switchgear (AIS) and Associating Equipment
4A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
4A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
4A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
4A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
4A5 Circuit Breaker, SF6, 2000A, live tank, gang operating for two incomer bays of future 230/132kV transformer.
2 Sets
4A6 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
4A7 Disconnector with earthswitch, 2000A, for two incomer bays of future 230/132kV transformer.
6 Sets
4A8 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
4A9 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
4A10 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
4A11 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
24 Nos
4A12 Single phase current transformer,5-core, for line bays 12 Nos
4A13 Nil Nil set
4A14 Single phase current transformer, 4-core, for transformer bays 6 Nos
4A15 Single phase current transformer,5-core, for two incomer bays of future 230/132kV transformer.
6 Nos
4A16 Nil Nil set
4A17 Single phase current transformer, 3-core, for bustie bay 3 Nos
4A18 NIL
4A19 Single phase Inductive Voltage Transformer(IVT) 30 Nos
4A20 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4A21 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-79
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)4A22 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
4B 132/33kV main transformer
4B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
4B2Fire Protection System
1 lot
Sub-Total of B.
4C 36kV outdoor switchgear equipment
4C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
4C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
4C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
4C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
4C5 Single phase current transformer, post type,3-core 6 Nos
4C6 Single phase voltage transformer, post type, 2-core 12 Nos
4C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
4C9 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
BF-P-80
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
4D Station srvice transformer
4D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
4E Control, protection, metering, SAS system
132kV Circuits
4E1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
4E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
4E3 Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
4E4 Control, Protection, metering and SAS for 132kV for two incomerbays of future 230/132kV transformer.
1 Sets
4E5Busbar protection system for complete 132kV bus
1 Lot
4E6Tarrif metering for four line bays and two transformer bays
1 Lot
4E7 Testing and commissioning of new two lines at Rajshahi substation
1 Lot
4E8 Testing and commissioning of new two lines at Chapainawabganj substation
1 Lot
33kV Circuits
4E9 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
4E10Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
4F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
i)_LV Control Cable
1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
4G Earthing & Lightning Protection
BF-P-81
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)4G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
4G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
4H Batteries, cargers and DC distribution
4H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
4I LV AC distribution
4I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
4I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
4J Civil Works, Control Building and Foundation
4J1 Complete Land development with carried earthfilling 52,609 Cubic Meter
4J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 560 meter
BF-P-82
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
4J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
Sub-Total of J.
4K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
4L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
4M Fibre optic multiplexer equipment for teleprotection and communication
4M1Fibre Optic Multipexer Equipment for communication & protection
1 Set
BF-P-83
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
4M2Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
4M3MDF 1 Lot
4M4Optical distribution frame (ODF) 1 Lot
4M5Underground armoured fibre-optic approach cable (OPAC) 1 Lot
4M6Modification of existing Fiber optic multiplexer and modification of ODF in Rajshihi substation.
1 Lot
4M7Modification of existing Fiber optic multiplexer and modification of ODF in Chapainawabganj substation.
1 Lot
Sub-Total of M.
4NIntegration with existing SCADA, NLDC system
4N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
4O Mandatory spare parts and test equipment
4O1 145 kV SWITCHGEAR
i) Complete SF6 gas, livetank type, Circuit Breaker, single pole operted,1250A
1 set
ii) Complete 145 kV disconnector with earthswitch, 1250A 1 set
iii) Moving contacts for Disconnector and Earth switch(for three pole)
2 sets
iv) Fixed contacts for Disconnector and Earth switch(for three pole) 2 sets
v) Current Transformer, single phase 5-core, (same as line bay) 2 nos.
vi) Closing coils for CB 3 nos.
vii) Tripping coils for CB 4 nos.
viii) Motor for 145 kV circuit breaker operating mechanism 1 nos.
ix) Coils for Blocking magnet in disconnector drive 2 nos.
x) Motor for 145kV offered type disconnector switch 2 nos.
xi) Surge Arrester, single phase 3 nos.
xii)IVT, single phase, 2-core 1 nos.
xiii)Indicator lamp (20% of actual use) 1 lot
xiv) Indicator lamp cover (10% of actual use) 1 lot
xv) Space heater (10% of acual use) 1 lot
BF-P-84
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)xvi) Humidity stat and thermostat 2 nos
xvii) Gas pressure monitor 2 nos
xviii) Gas pressure switch 2 nos
xix) Gas pressure gauge 2 nos
4O2 33 kV SWITCHGEAR
i) Current Transformer, single phase 3-core, 2 nos.
ii) Closing coils for CB 2 nos.
iii) Tripping coils for CB 2 nos.
iv) Motor for 33 kV circuit breaker operating mechanism 1 no.
v) Surge Arrester, single phase 2 nos.
vi) 36kV 10A outdoor power fuse element 6 nos
4O3 TRANSFORMERS
i) Transformer 132 kV bushings (For 120MVA Transformer) 1 no.
ii) Ttransformer 33 kV bushings (For 120MVA Transformer) 2 nos.
iii) Spare transformer oil of 15% of total oil supplied 1 Lot
iv) Winding temperature indicator 2 nos
v) Buchholtz relay unit 2 nos
vi) Oil temperature indicator 2 nos
vii) Silica gel 100% spare 1 Lot
viii) Set of special tools, gauges and spanners 1 Set
ix) Transformer oil treatment plant, 6000 Liters per hour 1 Set
4O4 PROTECTION, CONTROL, METERING
i) Line distance relay with complete protection elements 1 set
ii) Transformer differential relay with complete REF function 1 set
iii) overcurrent and earth fault relay 1 set
iv) Tripping relay (electrical reset) 1 set
v) Bay control unit 1 set
vi) Relay test block & plug 2 sets
vii) Lump bulbes for indicator LED lamp (20% of actual use) 1 lot
BF-P-85
Price Schedule - Rajshahi-2 S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)viii) LV power fuse for control circuit in the panel (20% of actual use) 1 lot
ix) Trip Circuit Supervision relay, 3phase 1 set
4O5 Test Equipment
i) Portable vacuum pump suitable for SF6 circuit breaker 1 set
ii) Contact resistance measurement test set (suitable for measurement down to 1 µ ohm at 200A d.c.)
1 set
iii) 5 kV insulation resistance test set (range 0.5 –1.0 - 2.5 - 5 kV) 1 set
iv) Earth resistance test set (range 10-100-1000 ohm: min scale division 0.01 ohm)
1 set
v) Clip-on mA meter (for spill current) 1 set
vi) AVO Meter, digital 1 set
vii) Oil breakdown voltage tester 1 set
viii) Partial discharge testing equipment including coupling capacitor ; ERA method for GCB and ONAN transformer
1 set
4O6 Others
i) Logging printer paper for SAS (for 3 years operation) 1 lot
ii) Printer Ink for SAS (for 3years operation) 1 lot
Sub-Total of O
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-86
Price Schedule - Rajshahi-2 S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
4 Rajshahi-2 New Substation
4A 145kV Outdoor Switchgear (AIS) and Associating Equipment1 Lot
4B 132/33kV main transformer1 Lot
4C 36kV outdoor switchgear equipment 1 Lot
4D Station srvice transformer 1 Lot
4E Control, protection, metering, SAS system1 Lot
4F Power cables and multi-core LV power and control cables1 Lot
4G Earthing & Lightning Protection1 Lot
4H Batteries, cargers and DC distribution1 Lot
4I LV AC distribution 1 Lot
4J Civil Works, Control Building and Foundation 1 Lot
4K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation 1 Lot
4L Outdoor switchyard Lighting, Small Power1 Lot
4M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
4N Integration with existing SCADA, NLDC system1 Lot
4O Mandatory spare parts and test equipment 1 Lot
Name of Bidder
Signature of Bidder
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-87
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1
Qty.
(1)
Total Price1
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
BF-P-88
Price Schedule - Rajshahi-2 S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
4 Rajshahi-2 New Substation
4A 145kV Outdoor Switchgear (AIS) and Associating Equipment
4A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
4 Sets
4A2 Disconnector with earthswitch, 1250A, for line bays 4 Sets
4A3 Disconnector without earthswitch, 1250A, for line bays 8 Sets
4A4 Circuit Breaker, SF6, 1250A, live tank, gang operating for Transformer bay
2 Sets
4A5 Circuit Breaker, SF6, 2000A, live tank, gang operating for two incomer bays of future 230/132kV transformer.
2 Sets
4A6 Disconnector with earthswitch, 1250A, for Transformer bays 2 Sets
4A7 Disconnector with earthswitch, 2000A, for two incomer bays of future 230/132kV transformer.
6 Sets
4A8 Disconnector without earthswitch, 1250A, for Transformer bays 4 Sets
4A9 Circuit Breaker, SF6, 3000A, live tank, gang operating for bus-coupler bays
1 Set
4A10 Disconnector without earthswitch, 3000A, for buscoupler bays 2 Sets
4A11 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
24 Nos
4A12 Single phase current transformer,5-core, for line bays 12 Nos
4A13 Nil Nil set
4A14 Single phase current transformer, 4-core, for transformer bays 6 Nos
4A15 Single phase current transformer,5-core, for two incomer bays of future 230/132kV transformer.
6 Nos
4A16 Nil Nil set
4A17 Single phase current transformer, 3-core, for bustie bay 3 Nos
4A18 NIL
4A19 Single phase Inductive Voltage Transformer(IVT) 30 Nos
4A20 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4A21 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
4A22 Steel structures & cable tray
Unit Price1 Total Price1
Qty.
(1)
BF-P-88
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
4B 132/33kV main transformer
4B1 132/33kV, 50/75(ONAN/ONAF) MVA,, three phase power transformer
2 Sets
4B2 Fire Protection System 1 lot
Sub-Total of B.
4C 36kV outdoor switchgear equipment
4C1 36kV Circuit breaker(CB), live tank, gang operating , 2500A 2 Sets
4C2 Disconnector, single verticle break, 2500A, gantry mounted 5 Sets
4C3 36kV outdoor fuse disconnecting switch for station transformer feeder (3phase, 3pole gang manual operated, 10A power fuse, t t t)
2 Sets
4C4 Single phase, post type, metal oxide surge arrester, 30kV 12 Nos
4C5 Single phase current transformer, post type,3-core 6 Nos
4C6 Single phase voltage transformer, post type, 2-core 12 Nos
4C7 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
4C8 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
4C9 Steel structures & cable tray
BF-P-89
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of C.
4D Station srvice transformer
4D1 33/.415kV, 200kVA, three phase auxilliary transformer 2 Sets
Sub-Total of D.
4E Control, protection, metering, SAS system
132kV Circuits
4E1 Control, Protection, metering and SAS for 132kV overhead line bays
4 Sets
4E2 Control, Protection, metering and SAS for 132kV Transformer bays
2 Sets
4E3 Control, Protection, metering and SAS for 132kV Bus coupler bay
1 Sets
4E4 Control, Protection, metering and SAS for 132kV for two incomer bays of future 230/132kV transformer.
1 Sets
4E5Busbar protection system for complete 132kV bus
1 Lot
4E6Tarrif metering for four line bays and two transformer bays
1 Lot
4E7 Testing and commissioning of new two lines at Rajshahi substation
1 Lot
4E8 Testing and commissioning of new two lines at Chapainawabganj substation
1 Lot
33kV Circuits
4E9 Control, Protection, metering and SAS for 33kV Transformer bays
2 Sets
4E10Tariff metering for two Transformer bays
1 Lot
Sub-Total of E.
Power cables and multi-core LV power and control cables
4F Multicore, XLPE, LV Power & Control Cable for control, protection, SAS, metering & power circuits
BF-P-90
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)i)
_LV Control Cable1 Lot
ii)_LV Power Cable
1 Lot
Sub-Total of F.
.
4G Earthing & Lightning Protection
4G1 Earthing and Lightning Protection System
i) _Earthing system for complete substation 1 Lot
ii) _Lighting Protection System for complete substation 1 Lot
4G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
4H Batteries, cargers and DC distribution
4H1 Complete 110V Battery Bank with chargers and DC Distribution Board
i) _Battery Banks 2 Sets
ii) _Charger 2 Sets
iii) _110V DC Distribution panel 1 Set
iv) _110V/48V DC DC Converter,1kVA 2 Sets
v) _48V DC Distribution Panel 1 Set
vi) _UPS system for SAS panels, 3kVA 2 sets
Sub-Total of H.
4I LV AC distribution
4I1 Complete LVAC Distribution System with necessary DB, MCB, Meters etc
1 Lot
4I2 Tariff metering for two station auxilliary Transformer 1 Lot
Sub-Total of I.
4J Civil Works, Control Building and Foundation
BF-P-91
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)4J1 Complete Land development with carried earthfilling 52,609 Cubic
Meter4J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor gantry foundation 33kV switchyard 1 Lot
iii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iv) _Outdoor equipment foundation 33kV switchyard 1 Lot
v) _Transformer foundation including oilpit & carrage way 1 Lot
vi) _Blast wall 1 Lot
vii) _Security Boundary Wall 560 meter
viii) _Substation Main gate 1 Lot
ix) _Barbed Wire Fencing 1 Lot
x) _Approach raod 1 Lot
xi) _Internal road 1 Lot
xii) _Surface drain 1 Lot
xiii) _Cable Trench 1 Lot
xiv) _Switchyard surface finishing 1 Lot
xv) _Gravel laying 1 Lot
xvi) _Septic tank, sowak way 1 Lot
xvii) _Pump house including deep tubewell, motor, pump, water reservaoir, water pipe line etc.
1 Lot
xviii) _Gurd house, sentry post, car port 1 Lot
4J3 Complete civil works for two storied control building
i) _Foundation works 1 Lot
ii) _Super structures 1 Lot
iii) _All finish works 1 Lot
BF-P-92
Price Schedule - Rajshahi-2 S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)Sub-Total of J.
4K Building Indoor Lighting, Small Power, Air Conditioning & Ventilation
i) _Building Small power 1 Lot
ii) _Building Lighting & emergency DC lighting 1 Lot
iii) _Building airconditioning & ventilation system 1 Lot
Sub-Total of K
4L Outdoor switchyard Lighting, Small Power
i) _OutdoorSmall power 1 Lot
ii) _Outdoor Lighting 1 Lot
Sub-Total of L
4M Fibre optic multiplexer equipment for teleprotection and communication
4M1 Fibre Optic Multipexer Equipment for communication & protection
1 Set
4M2 Telephone facilities including IP Phone sets with Switch and three administrative telephone sets
1 Lot
4M3 MDF 1 Lot
4M4 Optical distribution frame (ODF) 1 Lot
4M5 Underground armoured fibre-optic approach cable (OPAC) 1 Lot
4M6 Modification of existing Fiber optic multiplexer and modification of ODF in Rajshihi substation.
1 Lot
4M7 Modification of existing Fiber optic multiplexer and modification of ODF in Chapainawabganj substation.
1 Lot
Sub-Total of M.
4N Integration with existing SCADA, NLDC system
4N1 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
4O N/A
TOTAL (to Schedule No.6. Grand Summary)
BF-P-93
Price Schedule - Madaripur S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
5 Madaripur Existing Substation Extension
5A 145kV Outdoor Switchgear (AIS) and Associating Equipment
5A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
5A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
5A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
5A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
5A5 Single phase current transformer,5-core, for line bays 6 Nos
5A6 Nil Nil set
5A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
5A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
5A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
5A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
5E Control, protection, metering, SAS system
132kV Circuits
5E1 Control and metering panel for 132kV overhead line bays 2 Sets
Unit Price2
Qty.(1)
Code1
BF-P-94
Price Schedule - Madaripur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
5E2 Protection panel for 132kV overhead line bays 2 Sets
5E3 Modification and extension of existing bus protection 1 Lot
5E4 Modification of the existing 132kV synchronising scheme 1 Lot
5E5 Tarrif metering for two line bays 1 Lot
Power cables and multi-core LV power and control cables
Sub-Total of E.
5F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i) _LV Control Cable 1 Lot
ii) _LV Power Cable 1 Lot
Sub-Total of F.
BF-P-95
Price Schedule - Madaripur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
5G Earthing & Lightning Protection
5G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
5G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
5H DC distribution
i) Modification of DCDB 1 Lot
Sub-Total of H.
5I LV AC distribution
i) Modification of ACDB 1 Lot
Sub-Total of I.
5J Civil Works, Control Building and Foundation
5J1 N/A
5J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iii) _Internal road 1 Lot
iv) _Surface drain 1 Lot
v) _Cable Trench 1 Lot
vi) _Switchyard surface finishing 1 Lot
vii) _Gravel laying 1 Lot
Sub-Total of J.
5L Outdoor switchyard Lighting
5L1 Outdoor Lighting 1 Lot
Sub-Total of L
5M Fibre optic multiplexer equipment for teleprotection and communication
BF-P-96
Price Schedule - Madaripur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
5M1 Fibre Optic Multipexer Equipment for communication & protection (Detail described in schedule A and respective d i )
1 Lot
5M2 Optical Distribution Frame (ODF) 1 lot
5M3 Underground armoured fibre-optic approach cable (OPAC) 1 lot
5M4 Maintenance and Test Tools, including OTDR 1 set
Sub-Total of M.
5N Integration with existing SCADA, NLDC system
5N1 Modification and extension of existing RTU as required 1 Lot
BF-P-97
Price Schedule - Madaripur S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
5N2 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
Name of Bidder
Signature of Bidder
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
TOTAL (to Schedule No.6. Grand Summary)
Country
BF-P-98
Price Schedule - Madaripur S/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
5 Madaripur Existing Substation Extension
5A 145kV Outdoor Switchgear (AIS) and Associating Equipment
5A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
5A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
5A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
5A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
5A5 Single phase current transformer,5-core, for line bays 6 Nos
5A6 Nil Nil set
5A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
5A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
5A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
5A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-97
Price Schedule - Madaripur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)5E Control, protection, metering, SAS system
132kV Circuits
5E1 Control and metering panel for 132kV overhead line bays 2 Sets
5E2 Protection panel for 132kV overhead line bays 2 Sets
5E3 Modification and extension of existing bus protection 1 Lot
5E4 Modification of the existing 132kV synchronising scheme 1 Lot
5E5 Tarrif metering for two line bays 1 Lot
Power cables and multi-core LV power and control cables
Sub-Total of E.
5F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i)_LV Control Cable
1Lot
ii)_LV Power Cable
1Lot
Sub-Total of F.
5G Earthing & Lightning Protection
5G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
5G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
5H DC distribution
i) Modification of DCDB 1 Lot
Sub-Total of H.
5I LV AC distribution
i) Modification of ACDB 1 Lot
Sub-Total of I.
BF-P-98
Price Schedule - Madaripur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)5J Civil Works, Control Building and
Foundation5J1 N/A
5J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iii) _Internal road 1 Lot
iv) _Surface drain 1 Lot
v) _Cable Trench 1 Lot
vi) _Switchyard surface finishing 1 Lot
vii) _Gravel laying 1 Lot
Sub-Total of J.
5L Outdoor switchyard Lighting
5L1 Outdoor Lighting 1 Lot
Sub-Total of L
5M Fibre optic multiplexer equipment for teleprotection and communication
5M1 Fibre Optic Multipexer Equipment for communication & protection (Detail described in schedule A and respective d i )
1 Lot
5M2 Optical Distribution Frame (ODF) 1 lot
5M3 Underground armoured fibre-optic approach cable (OPAC) 1 lot
5M4 Maintenance and Test Tools, including OTDR 1 set
Sub-Total of M.
5N Integration with existing SCADA, NLDC system
5N1 Modification and extension of existing RTU as required 1 Lot
5N2 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-99
Price Schedule - Madaripur S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
BF-P-100
Price Schedule - Madaripur S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)5 Madaripur Existing Substation Extension
5A 145kV Outdoor Switchgear (AIS) and Associating Equipment1 Lot
5E Control, protection, metering, SAS system1 Lot
5F Power cables and multi-core LV power and control cables1 Lot
5G Earthing & Lightning Protection1 Lot
5H DC distribution1 Lot
5I LV AC distribution 1 Lot
5JCivil Works, Control Building and Foundation 1 Lot
5L Outdoor switchyard Lighting1 Lot
5M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
5N Integration with existing SCADA, NLDC system1 Lot
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-100
Price Schedule - Madaripur S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
5 Madaripur Existing Substation Extension
5A 145kV Outdoor Switchgear (AIS) and Associating Equipment
5A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
5A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
5A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
5A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
5A5 Single phase current transformer,5-core, for line bays 6 Nos
5A6 Nil Nil set
5A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
5A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
5A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
5A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
5E Control, protection, metering, SAS system
132kV Circuits
Unit Price1 Total Price1
Qty.
(1)
BF-P-101
Price Schedule - Madaripur S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)
5E1 Control and metering panel for 132kV overhead line bays 2 Sets
5E2 Protection panel for 132kV overhead line bays 2 Sets
5E3 Modification and extension of existing bus protection 1 Lot
5E4 Modification of the existing 132kV synchronising scheme 1 Lot
5E5 Tarrif metering for two line bays 1 Lot
Sub-Total of F.
Power cables and multi-core LV power and control cables
5F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i) _LV Control Cable 1 Lot
ii) _LV Power Cable 1 Lot
Sub-Total of F.
5G Earthing & Lightning Protection
5G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
5G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
5H DC distribution
i) Modification of DCDB 1 Lot
Sub-Total of H.
5I LV AC distribution
i) Modification of ACDB 1 Lot
Sub-Total of I.
5J Civil Works, Control Building and Foundation
5J1 Land levelling, cutting,compacting etc. 1 Lot
5J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor equipment foundation 132kV switchyard 1 Lot
BF-P-102
Price Schedule - Jessore S/S
Schedules of Rates and PricesSchedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Price2
Item Description CIP(2) (3) (1) x (3)
6 Jessore Existing Substation Extension
6A 145kV Outdoor Switchgear (AIS) and Associating Equipment
6A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
6A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
6A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
6A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
6A5 Single phase current transformer,5-core, for line bays 6 Nos
6A6 Nil Nil set
6A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
6A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
6A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
6A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
6E Control, protection, metering, SAS system
132kV Circuits
6E1 Control and metering panel for 132kV overhead line bays 2 Sets
Unit Price2
Qty.(1)
Code1
BF-P-104
Price Schedule - Jessore S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
6E2 Protection panel for 132kV overhead line bays 2 Sets
6E3 Modification and extension of existing bus protection 1 Lot
6E4 Modification of the existing 132kV synchronising scheme 1 Lot
6E5 Tarrif metering for two line bays 1 Lot
Power cables and multi-core LV power and control cables
Sub-Total of E.
6F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i) _LV Control Cable 1 Lot
ii) _LV Power Cable 1 Lot
Sub-Total of F.
6G Earthing & Lightning Protection
6G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
6G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
6H DC distribution
6H1 Modification of DCDB 1 Lot
6H2 Replacement of existing Batteries and their Chargers 1 Lot
Sub-Total of H.
6I LV AC distribution
i) Modification of ACDB 1 Lot
Sub-Total of I.
6J Civil Works, Control Building and Foundation
6J1 N/A
6J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
BF-P-105
Price Schedule - Jessore S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
ii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iii) _Internal road 1 Lot
iv) _Surface drain 1 Lot
v) _Cable Trench 1 Lot
vi) _Switchyard surface finishing 1 Lot
vii) _Gravel laying 1 Lot
viii) _Security Boundary Wall 160 m
Sub-Total of J.
6L Outdoor switchyard Lighting
6L1 Outdoor Lighting 1 Lot
Sub-Total of L
6M Fibre optic multiplexer equipment for teleprotection and communication
6M1 Fibre Optic Multipexer Equipment for communication & protection (Detail described in schedule A and respective d i )
1 Lot
6M2Optical Distribution Frame (ODF) 1 lot
6M3 Underground armoured fibre-optic approach cable (OPAC) 1 lot
6M4 Maintenance and Test Tools, including OTDR 1 set
Sub-Total of M.
6N Integration with existing SCADA, NLDC system
6N1 Modification and extension of existing RTU as required 1 Lot
6N2 Integration with existing SCADA/NLDC system. 1 Lot
Sub-Total of N.
Name of Bidder
Signature of Bidder
TOTAL (to Schedule No.6. Grand Summary)
BF-P-106
Price Schedule - Jessore S/S
Total Price2
Item Description CIP(2) (3) (1) x (3)
Unit Price2
Qty.(1)
Code1
1 Bidder shall enter a code representing the country of origin of all imported plant and equipment.2
Country of Origin Declaration FormItem Description Code
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
Country
BF-P-107
Price Schedule - Jessore S/S
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
6 Jessore Existing Substation Extension
6A 145kV Outdoor Switchgear (AIS) and Associating Equipment
6A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
6A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
6A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
6A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
6A5 Single phase current transformer,5-core, for line bays 6 Nos
6A6 Nil Nil set
6A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
6A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
6A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
6A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
Local Currency (in BDT)Foreign Currency
Qty.
(1)
BF-P-107
Price Schedule - Jessore S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)6E Control, protection, metering, SAS system
132kV Circuits
6E1 Control and metering panel for 132kV overhead line bays 2 Sets
6E2 Protection panel for 132kV overhead line bays 2 Sets
6E3 Modification and extension of existing bus protection 1 Lot
6E4 Modification of the existing 132kV synchronising scheme 1 Lot
6E5 Tarrif metering for two line bays 1 Lot
Power cables and multi-core LV power and control cables
Sub-Total of E.
6F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i)_LV Control Cable
1Lot
ii)_LV Power Cable
1Lot
Sub-Total of F.
6G Earthing & Lightning Protection
6G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
6G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
6H DC distribution
6H1 Modification of DCDB 1 Lot
6H2 Replacement of existing Batteries and their Chargers 1 Lot
Sub-Total of H.
6I LV AC distribution
i) Modification of ACDB 1 Lot
BF-P-108
Price Schedule - Jessore S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1)Sub-Total of I.
6J Civil Works, Control Building and Foundation
6J1 N/A
6J2 Complete outdoor civil works
i) _Outdoor gantry foundation 132kV switchyard 1 Lot
ii) _Outdoor equipment foundation 132kV switchyard 1 Lot
iii) _Internal road 1 Lot
iv) _Surface drain 1 Lot
v) _Cable Trench 1 Lot
vi) _Switchyard surface finishing 1 Lot
vii) _Gravel laying 1 Lot
viii) _Security Boundary Wall 160 m
Sub-Total of J.
6L Outdoor switchyard Lighting
6L1 Outdoor Lighting 1 Lot
Sub-Total of L
6M Fibre optic multiplexer equipment for teleprotection and communication
6M1 Fibre Optic Multipexer Equipment for communication & protection (Detail described in schedule A and respective d i )
1 Lot
6M2 Optical Distribution Frame (ODF) 1 lot
6M3 Underground armoured fibre-optic approach cable (OPAC) 1 lot
6M4 Maintenance and Test Tools, including OTDR 1 set
Sub-Total of M.
6N Integration with existing SCADA, NLDC system
6N1 Modification and extension of existing RTU as required 1 Lot
6N2 Integration with existing SCADA/NLDC system. 1 Lot
BF-P-109
Price Schedule - Jessore S/S
Item DescriptionEXW Unit
PriceEXW Total
PriceEXW Unit
PriceEXW Total
PriceVAT on EXW
(2) (3)=(2)*(1) (4) (5)=(4)*(1) (6)
Local Currency (in BDT)Foreign Currency
Qty.
(1) Sub-Total of N.
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
TOTAL (to Schedule No.6. Grand Summary)
BF-P-110
Price Schedule - Jessore S/S
Schedule No. 3. Design Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
6 Jessore Existing Substation Extension
6A 145kV Outdoor Switchgear (AIS) and Associating Equipment1 Lot
6E Control, protection, metering, SAS system1 Lot
6F Power cables and multi-core LV power and control cables1 Lot
6G Earthing & Lightning Protection1 Lot
6H DC distribution1 Lot
6I LV AC distribution 1 Lot
6J Civil Works, Control Building and Foundation1 Lot
6L Outdoor switchyard Lighting1 Lot
6M Fibre optic multiplexer equipment for teleprotection and communication 1 Lot
6N Integration with existing SCADA, NLDC system1 Lot
Name of Bidder
Signature of Bidder
1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid.
Unit Price1
Qty.
(1)
TOTAL (to Schedule No.6. Grand Summary)
Total Price1
BF-P-110
Price Schedule - Jessore S/S
Schedule No. 4. Installation and Other Services
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
6 Jessore Existing Substation Extension
6A 145kV Outdoor Switchgear (AIS) and Associating Equipment
6A1 Circuit Breaker, SF6, 1250A, live tank, single pole operating for line bays
2 Sets
6A2 Disconnector with earthswitch, 1250A, for line bays 2 Sets
6A3 Disconnector without earthswitch, 1250A, for line bays 4 Sets
6A4 Single phase surge arrestor, 120kV, 10kA Discharge Current, Class III, gapless metaloxide
6 Nos
6A5 Single phase current transformer,5-core, for line bays 6 Nos
6A6 Nil Nil set
6A7 Single phase Inductive Voltage Transformer(IVT) 6 Nos
6A8 Flexible Conductor, clamps & connectors for busbar, Jackbus,Jumper & equipment Connection
i) _Flexible Conductor for jackbus, jumper, equipment connections 1 Lot
ii) _Flexible Conductor for main bus 1 Lot
iii) _Clamps & Connectors 1 Lot
6A9 Insulator & Fittings
i) _Insulator 1 Lot
ii) _Fittings 1 Lot
6A10 Steel structures & cable tray
i) _Gantry Column including nut&bolts 1 Lot
ii) _Gantry beam including nut&bolts 1 Lot
iii) _Equipment support structures including nut&bolts 1 Lot
iv) _Cable tray including fitting, fixing accessories 1 Lot
Sub-Total of A.
Unit Price1 Total Price1
Qty.
(1)
BF-P-111
Price Schedule - Jessore S/S
Item DescriptionForeign Currecy Portion
Local Currecy Portion
Foreign Currecy Portion
Local Currecy Portion
(2) (3) (1) x (2) (1)x(3)
Unit Price1 Total Price1
Qty.
(1)6E Control, protection, metering, SAS system
132kV Circuits
6E1 Control and metering panel for 132kV overhead line bays 2 Sets
6E2 Protection panel for 132kV overhead line bays 2 Sets
6E3 Modification and extension of existing bus protection 1 Lot
6E4 Modification of the existing 132kV synchronising scheme 1 Lot
6E5 Tarrif metering for two line bays 1 Lot
Sub-Total of F.
Power cables and multi-core LV power and control cables
6F Multicore, XLPE, LV Power & Control Cable for control, protection, metering & power circuits
i) _LV Control Cable 1 Lot
ii) _LV Power Cable 1 Lot
Sub-Total of F.
6G Earthing & Lightning Protection
6G1 Earthing and Lightning Protection System
i) _Extension of Earthing system 1 Lot
ii) _Extension of Lighting Protection System 1 Lot
6G2 Portable Earthing Equipment devices with connectors and telescopic glass fiber operating pole suitable for plant supplied.
1 Set
Sub-Total of G
6H DC distribution
6H1 Modification of DCDB 1 Lot
6H2 Replacement of existing Batteries and their Chargers 1 Lot
Sub-Total of H.
6I LV AC distribution
i) Modification of ACDB 1 Lot
Sub-Total of I.
BF-P-112
Price Schedule - All Substations
Schedule No. 5. Provisional Sums (for all Substations)
Item
Foreign Local
Cost of Dispute Board1
Name of Bidder
Signature of Bidder
1
AmountDescription
TOTAL (to Schedule No.6. Grand Summary)
One-half of the Employer's cost estimate of the Dispute Board shall be included in the Provisional Sums. Contractor's overhead and profits shall not be included in this amount.
BF-P-114
Price Schedule - All Substations
Schedule No. 6. Grand Summary
1
(1)
(2)
(3)
(4)
2
(1)
(2)
(3)
(4)
3
(1)
(2)
(3)
(4)
4
(1)
(2)
(3)
(4)
5
(1)
(2)
(3)
(4)
DescriptionLocal
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from AbroadTotal Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
ForeignTotal Price1
Item
Total Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Shariatpur New Substation
Total Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Chowddagram New Substation
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Total Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's CountryTotal Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Sub-total of Benapole Substation = [ (1) + (2) + (3) + (4) ]
Benapole New Substation
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from Abroad
Total Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Total Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Rajshahi-2 New Substation
Sub-total of Shariatpur New Substation = [ (1) + (2) + (3) + (4) ]
Sub-total of Chowddagram New Substation = [ (1) + (2) + (3) + (4) ]
Sub-total of Rajshahi-2 existing Substation = [ (1) + (2) + (3) + (4) ]
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from Abroad
Madaripur Existing Substation Extension
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from AbroadTotal Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's Country
Total Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Sub-total of Madaripur existing Substation = [ (1) + (2) + (3) + (4) ]
BF-P-115
Price Schedule - All Substations
6
(1)
(2)
(3)
(4)
7
(1)
(2)
(3)
(4)
(5)
Name of Bidder
Signature of Bidder
1
GRAND TOTAL [7(1) + 7(2) + 7(3) + 7(4) + 7(5)] to Bid Form
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-stage Bid, or ITB 34.1 in Two-stage Bid. Create and use as many columns for Unit Price and Total Price as there are currencies.
Total of Schedules of all Substations
Total Schedule No.1. ( =[1(1) + 2(1) + 3(1) + 4(1)+ 5(1)+ 6(1)] )
Total Schedule No.2. ( =[1(2) + 2(2) + 3(2) + 4(2) + 5(2)+ 6(2)] )
Total Schedule No.3. ( =[1(3) + 2(3) + 3(3) + 4(3)+ 5(3)+ 6(3)] )
Total Schedule No.5. Provisional Sums (for all Substations)
Total Schedule No.4. ( =[1(4) + 2(4) + 3(4) + 4(4)+ 5(4)+ 6(4)] )
Jessore Existing Substation Extension
Total Schedule No.1. Plant and Mandatory Spare Parts Supplied from AbroadTotal Schedule No.2. Plant and Mandatory Spare Parts Supplied from within the Employer's CountryTotal Schedule No.3. Design Services
Total Schedule No.4. Installation Services
Sub-total of Jessore existing Substation = [ (1) + (2) + (3) + (4) ]
BF-P-116
Price Schedule - All Substations
Schedule No. 7. Recommended Spare Parts
Total Price
CIF or CIP EXW
(foreign parts) (local parts)(2) (3) (1)x(2) or (1)x(3)
Name of Bidder
Signature of Bidder
Unit Price
Qty.
(1)
Item Description
BF-P-117
Section IV. Bidding Forms- Price Schedules
BF-P-118
Schedule A
Supplemental Information of Price Schedule
A1. BRIEF DESCRIPTION OF THE WORKS
The Contractor is responsible for ensuring that all and any items of work required for the safe, efficient
and satisfactory completion and functioning of the works, are included in the Bid Price whether they be
described in the Specification or not.
This Bid is for the design, manufacture, quality assurance, inspection and testing, packing for export,
insurance and shipment & transport to site, complete construction and installation, jointing, terminating,
bonding, earthing, painting, setting to work, site testing and commissioning for all the Plant, including
all civil works.
The scope of works under the Contracts (Package5) is summarized below:
- Shariatpur new substation will be constructed to receive the power to be fed from the existing
Madaripur substation through 132kV new double circuit transmission line to be constructed by
another contractor for Package 10 under this project. The scope of works for this package is to
include design, supply and installation of a new substation at Shariatpur with 145kV outdoor AIS
equipment, 36kV outdoor AIS equipment, associated substation automation control system (SAS),
SCADA, protection, communication and fibre optic multiplexer equipment, two sets of 132/33kV
80/120MVA three-phase transformers, two sets of 33/415-240V 200KVA station transformer, LV and
DC power supply system, associated equipment and civil works including a new control & relay
building, guard house, fence, access road, etc.
- Chowddagram new substation will be constructed to receive the power to be fed by new four-circuit
transmission line connected by LILO from the existing 132kV Feni-Comilla(N) transmission line to
be constructed by another contractor for Package 10. The scope of works for this package is to
include design, supply and installation of a new substation at Chowddagram with 145kV outdoor AIS
equipment, 36kV outdoor AIS equipment, associated substation automation control system (SAS),
SCADA system, protection, communication and fibre optic multiplexer equipment, two sets of
132/33kV 50/75MVA three-phase transformers, two sets of 33/415-240V 200KVA station
transformer, LV and DC power supply system, associated equipment and civil works including a new
control & relay building, guard house, fence, access road, etc.
- Benapole new substation will be constructed to receive the power to be fed from the existing Jossore
substation through 132kV new double circuit transmission line to be constructed by another contractor
for Package 10 under this project. The scope of works for this package is to include design, supply
and installation of a new substation at Benapole with 145kV outdoor AIS equipment, 36kV outdoor
AIS equipment, associated substation automation control system (SAS), SCADA, protection,
communication and fibre optic multiplexer equipment, two sets of 132/33kV 50/75MVA three-phase
transformers, two sets of 33/415-240V 200KVA station transformer, LV and DC power supply
system, associated equipment and civil works including a new control & relay building, guard house,
fence, access road, etc.
- Rajshahi-2 new substation will be constructed to receive the power to be fed by new four-circuit
Section IV. Bidding Forms- Price Schedules
BF-P-119
transmission line connected by LILO from the existing 132kV Rajshai-Chapainawabganj transmission
line to be constructed by another contractor for Package 10. The scope of works for this package is to
include design, supply and installation of a new substation at Rajshahi with 145kV outdoor AIS
equipment, 36kV outdoor AIS equipment, associated substation automation control system (SAS),
SCADA system, protection, communication and fibre optic multiplexer equipment, two sets of
132/33kV 50/75MVA three-phase transformers, two sets of 33/415-240V 200KVA station
transformer, LV and DC power supply system, associated equipment and civil works including a new
control & relay building, guard house, fence, access road, etc.
- Madaripur existing substation will be modified to add the two (2) transmission line bays to feed the
power to Shariatpur new substation by 132kV transmission line. The land elevation and formation for
the expansion of these transmission line bays shall be carried out by the Contractor. The scope of
works for this package is to include design, supply and installation of extended 132kV busbars,
switchgear of two 132kV transmission line bays and its telecommunication, SCADA and protection
system in the existing 132/33kV substation (double bus) at Madaripur.
- Jessore existing substation will be modified to add the two (2) transmission line bays to feed the
power to Benapole new substation by 132kV transmission line. There is a pond in the prospective
construction site for extension of this substation, in which the land elevation and formation at the
construction site shall be carried out by the Contractor. The scope of works for this package is to
include design, supply and installation of extended 132kV busbars, switchgear of two 132kV
transmission line bays and its telecommunication, SCADA and protection system in the existing
132/33kV substation (double bus) at Jessore.
Required DC power (Battery) for new equipment at both existing substations of Madaripur and
Jessore shall be taken from the existing auxiliary power distribution system. If the existing Battery
capacity is insufficient for new equipment, the modification/reinforcement work for power supply
shall be made by Contractor under this project without extra cost.
The scope of work comprises the following:-
1. SHARIATPUR NEW SUBSTATION
145 kV Outdoor Type Air Insulated Switchgear (AIS)
Outdoor type 145kV AIS for two transmission lines (Madaripur No.1 & No. 2 Lines), two 132/33kV
three-phase transformer circuits, and one bus-coupler circuit, as shown on the bid drawing No. PCK-
5S-G001.
132/33 kV Three-phase transformers
Two 80/120MVA outdoor three phase transformer units shall be supplied and installed, as shown on
the bid drawing No. PCK-5S-G001.
36kV Outdoor Type Air Insulated Switchgear (AIS) including33kV/415-240V Station service
transformers
Outdoor type 36kV AIS and two 200KVA outdoor three phase transformer shall be supplied and
installed, as shown on the bid drawing No. PCK-5S-G002
Section IV. Bidding Forms- Price Schedules
BF-P-120
LV AC power distribution and DC power distribution system
400V-230V AC power is required for substation control and auxiliary system. The power is received
from the station service transformer (200KVA, 34.5kV/400-230V, Outdoor). The power is distributed
by duplicated system application with required feeders in the MCC panels.
DC 110V and 48V are also for 132kV control & protection scheme and communication scheme
respectively. DC power is taken from the battery system composing of AC/DC battery charger and
the storage battery. MCC panel shall also be applied for DC distribution.
UPS shall be provided for SAS control power source.
They are shown on the bid drawing No. PCK-5S-G002 to 004.
Control, Protection, Metering, SAS & SCADA system for Telemetering &Telecontrol
Control panels, metering panels, protection equipment and substation automation system (SAS) for
two (2) 132/33kV transformers (Tap changer), five (5) 132kV AIS feeders (for two (2) 132kV
transmission lines to Madaripur substation including two (2) 132/33kV transformers and 132kV Bus
coupler) and two (2) 33kV AIS feeders (for secondary bay of two (2) 132/33kV transformers
including one (1) isolator for 33kV Bus coupler), as shown on the bid drawings.
Status of the switchgear and metering data regarding the new control and protection panels necessary
for SAS shall be transferred to the existing National Load Dispatching Center (NLDC) in Aftabnagar
(Dhaka) and back up station at Biddut bhaban through gateway equipment (SAS) and multiplexer
equipment using IEC 60870-5-104 protocol. All necessary modification works in the software of
master station of NLDC and back up station at Biddut bhaban are to be carried out.
Fiber Optic Multiplexer Equipment for Communication and Protection
One set indoor type Fiber-Optic Multiplexer Equipment for communication and protection shall be
newly installed and all materials and equipment offered shall be brand new, from the manufacturer’s
normal and standard construction, designed and manufactured according to the latest technological
methods. This equipment is linked to the corresponding Madaripur existing S/S. Considering the
connectivity of operating performance, offered new equipment and facilities shall be compatible with
the existing ones which are operated in the existing NLDC system.
Civil Works
Land formation and elevation of approximate 2.5m height, and construction of access road from the
main road to the gate of substation are included in the scope of works.
The complete foundations necessary for all the Plant shall be included. Interfacing for connection
shall be made if any. The complete switchyard areas including roadways, cable ducts, boundary wall
(surrounding switchyards), surface treatment, drainage and site services. Included are the 132/33 kV
transformer and 33 kV earthing compounds, 132kV outdoor AIS area, and the control building. The
control building shall be one and half storied, with basement floor for a cable gallery and 1st floor for
control room to install SAS facilities (console desk mounting HMI including data logger and event
recorder etc.) and duplex type control/ protection relay panels, battery room, AC/DC distribution panel
room, tele-communication room and office room etc.
The scope of works shall include all civil works of complete switchyard areas including cable ducts,
and earthing connection. This civil work shall also include a guardhouse, internal service roads, etc.
Section IV. Bidding Forms- Price Schedules
BF-P-121
2. CHOWDDAGRAM NEW SUBSTATION
145 kV Outdoor TypeAir Insulated Switchgear (AIS)
Outdoor type 145kV AIS for four transmission lines (Feni No.1 & 2 and Comilla(N) No.1 & No.2
Lines), two 132/33kV three-phase transformer circuits, and one bus-coupler circuit, as shown on the
bid drawing No. PCK-5C-G001.
132/33 kV Three-phase Transformers
Two 50/75 MVA outdoor three phase transformer units shall be supplied and installed, as shown on
the bid drawing No. PCK-5C-G001.
36kV Outdoor Type Air Insulated Switchgear (AIS) including 33kV/415-240V Station service
transformers
Outdoor type 36kV AIS and two 200KVA outdoor three phase transformer shall be supplied and
installed, as shown on the bid drawing No. PCK-5C-G002.
LV AC Power Distribution and DC Power Distribution system
400V-230V AC power is required for substation control and auxiliary system. The power is received
from the station service transformer (200KVA, 34.5kV/400-230V, Outdoor). The power is distributed
by duplicated system application with required feeders in the MCC panels.
DC 110V and 48V are also for 132kV control & protection scheme and communication scheme
respectively. DC power is taken from the battery system composing of AC/DC battery charger and
the storage battery. MCC panel shall also be applied for DC distribution.
UPS shall be provided for SAS control power source.
They are shown on the bid drawing No. PCK-5C-G002 to 004.
Control, Protection, Metering, SAS & SCADA system for Telemetering & Telecontrol
Control panels, metering panels, protection equipment and substation automation system (SAS) for
two (2) 132/33kV transformers (Tap changer), seven (7) 132kV AIS feeders (for four (4) 132kV
transmission lines to both Feni substation and Comilla(N) substation including two (2) 132/33kV
transformers and 132kV Bus coupler) and two (2) 33kV AIS feeders (for secondary bay of two (2)
132/33kV transformers including one (1) isolator for 33kV Bus coupler), as shown on the bid
drawings.
Status of the switchgear and metering data regarding the new control and protection panels necessary
for SAS shall be transferred to the existing National Load Dispatching Center (NLDC) in Aftabnagar
(Dhaka) and back up station at Biddut bhaban through gateway equipment (SAS) and
multiplexer equipment using IEC 60870-5-104 protocol. All necessary modification works in the
software of master station of NLDC and back up station at Biddut bhaban are to be carried out.
Testing and commissioning work of two (2) 132kV Chowddagram – Comilla North lines at Comilla
North substation, two (2) 132kV Cowddagram – Feni lines at Feni substation (In this project, the
existing 132kV Comilla North - Feni lines shall be cut on the way and shall be reconnected to the new
Chowddagram substation. i.e. The remote-end substation of the existing lines shall be changed to
Cowddagram substation.)
Section IV. Bidding Forms- Price Schedules
BF-P-122
Civil Works
Land formation and elevation of approximate 1.5m height are included in the scope of works.
The complete foundations necessary for the above equipment shall be included. Interfacing for
connection shall be made if any. The complete switchyard areas including roadways from main gate
to the switchyard, cable ducts, boundary wall (surrounding switchyards), surface treatment, drainage
and site services. Included are the 132/33 kV transformer and 33 kV earthing compounds, 132kV
outdoor AIS area, and the control building.
The control building shall be one and half storied, with basement floor for a cable gallery and 1st floor
for control room to install SAS facilities (console desk mounting HMI including data logger and event
recorder etc.) and duplex type control/ protection relay panels, battery room, AC/DC distribution panel
room, tele-communication room and office room etc.
The scope of works shall include all civil works of complete switchyard areas including cable ducts,
and earthing connection. This civil work shall also include a guardhouse, internal service roads, etc.
Fiber Optic Multiplexer Equipment for Communication and Protection
One set indoor type Fibre-Optic Multiplexer Equipment for communication and protection shall be
newly installed and all materials and equipment offered shall be brand new, from the manufacturer’s
normal and standard construction, designed and manufactured according to the latest technological
methods. This equipment is linked to the corresponding Comilla North S/S and Feni S/S. The existing
link (OPGW 32 fibre-optic cores) between the existing Comilla North S/S and Feni S/S shall be
divided at transmission line LILO point to Chowddagram and the part of the link, that is, 16 cores out
of 32 cores shall be used for the links between Chowddagram and Comilla North and between
Cowddagram and Feni, respectively, and the remaining 16 cores shall be through-connected at
Cowddagram S/S to serve and keep the existing link between Comilla North and Feni. Accordingly,
the existing telecommunication equipment and facilities, AREVA, France make MSE5001/MSE5010,
DXC5000 and DIP5000 both at the existing Comilla North S/S and Feni S/S shall be modified and
extended as well. The existing teleprotection equipment and facilities at both the existing Comilla
North S/S and Feni S/S shall be extended and modified so that one independent teleprotection
interface for each 132kV line shall be provided at both ends. Considering the connectivity of operating
performance, offered new equipment and facilities shall be compatible with the existing ones which
are operated in the existing NLDC system.
Section IV. Bidding Forms- Price Schedules
BF-P-123
3. BENAPOLE NEW SUBSTATION
145 kV Outdoor Type Air Insulated Switchgear (AIS)
Outdoor type 145kV AIS for two transmission lines (Jessore No.1 & No. 2 Lines), two 132/33kV
three-phase transformer circuits, and one bus-coupler circuit, as shown on the bid drawing No. PCK-
5B-G001.
132/33 kV Three-phase transformers
Two 50/75MVA outdoor three phase transformer units shall be supplied and installed, as shown on the
bid drawing No. PCK-5B-G001.
36kV Outdoor Type Air Insulated Switchgear (AIS) including33kV/415-240V Station service
transformers
Outdoor type 36kV AIS and two 200KVA outdoor three phase transformer shall be supplied and
installed, as shown on the bid drawing No. PCK-5B-G002
LV AC power distribution and DC power distribution system
400V-230V AC power is required for substation control and auxiliary system. The power is received
from the station service transformer (200KVA, 34.5kV/400-230V, Outdoor). The power is distributed
by duplicated system application with required feeders in the MCC panels.
DC 110V and 48V are also for 132kV control & protection scheme and communication scheme
respectively. DC power is taken from the battery system composing of AC/DC battery charger and
the storage battery. MCC panel shall also be applied for DC distribution.
UPS shall be provided for SAS control power source.
They are shown on the bid drawing No. PCK-5B-G002 to 004.
Control, Protection, Metering, SAS & SCADA system for Telemetering & Telecontrol
Control panels, metering panels, protection equipment and substation automation system (SAS) for
two (2) 132/33kV transformers (Tap changer), five (5) 132kV AIS feeders (for two (2) 132kV
transmission lines to Jessore substation including two (2) 132/33kV transformers and 132kV Bus
coupler) and two (2) 33kV AIS feeders (for secondary bay of two (2) 132/33kV transformers
including one (1) isolator for 33kV Bus coupler), as shown on the bid drawings.
Status of the switchgear and metering data regarding the new control and protection panels necessary
for SAS shall be transferred to the existing National Load Dispatching Center (NLDC) in Aftabnagar
(Dhaka) and back up station at Biddut bhaban through gateway equipment (SAS) and multiplexer
equipment using IEC 60870-5-104 protocol. All necessary modification works in the software of
master station of NLDC and back up station at Biddut bhaban are to be carried out.
Fiber Optic Multiplexer Equipment for Communication and Protection
One set indoor type Fiber-Optic Multiplexer Equipment for communication and protection shall be
newly installed and all materials and equipment offered shall be brand new, from the manufacturer’s
normal and standard construction, designed and manufactured according to the latest technological
methods. This equipment is linked to the corresponding Jessore existing S/S. Considering the
Section IV. Bidding Forms- Price Schedules
BF-P-124
connectivity of operating performance, offered new equipment and facilities shall be compatible with
the existing ones which are operated in the existing NLDC system.
Civil Works
Land formation and elevation of approximate 2.5m height, and construction of access road from the
main road to the gate of substation are included in the scope of works.
The complete foundations necessary for the above equipment shall be included. Interfacing for
connection shall be made if any. The complete switchyard areas including roadways, cable ducts,
boundary wall (surrounding switchyards), surface treatment, drainage and site services. Included are
the 132/33 kV transformer and 33 kV earthing compounds, 132kV outdoor AIS area, and the control
building. The control building shall be one and half storied, with basement floor for a cable gallery
and 1st floor for control room to install SAS facilities (console desk mounting HMI including data
logger and event recorder etc.) and duplex type control/ protection relay panels, battery room, AC/DC
distribution panel room, tele-communication room and office room etc.
The scope of works shall include all civil works of complete switchyard areas including cable ducts,
and earthing connection. This civil work shall also include a guardhouse, internal service roads, etc.
Section IV. Bidding Forms- Price Schedules
BF-P-125
4. RAJSHAHI-2 NEW SUBSTATION
145 kV Outdoor Type Air Insulated Switchgear (AIS)
Outdoor type 145kV AIS for four transmission lines (Rajshahi No.1 & 2 and Chapainawabganj No.1
& No.2 Lines), two 132/33kV three-phase transformer circuits, one bus-coupler circuit and two 132kV
incomer bay for upcoming 230/132kV transformer(Future 230kV substation to be constructed in a
separate contract as shown on the bid drawing No. PCK-5R-G001.)
132/33 kV Three-phase Transformers
Two 50/75 MVA outdoor three phase transformer units shall be supplied and installed, as shown on
the bid drawing No. PCK-5C-G001.
36kV Outdoor Type Air Insulated Switchgear (AIS) including 33kV/415-240V Station Service
Transformers
Outdoor type 36kV AIS and two 200KVA outdoor three phase transformer shall be supplied and
installed, as shown on the bid drawing No. PCK-5C-G002.
LV AC Power Distribution and DC Power Distribution System
400V-230V AC power is required for substation control and auxiliary system. The power is received
from the station service transformer (200KVA, 34.5kV/400-230V, Outdoor). The power is distributed
by duplicated system application with required feeders in the MCC panels.
DC 110V and 48V are also for 132kV control & protection scheme and communication scheme
respectively. DC power is taken from the battery system composing of AC/DC battery charger and
the storage battery. MCC panel shall also be applied for DC distribution.
UPS shall be provided for SAS control power source.
They are shown on the bid drawing No. PCK-5C-G002 to 004.
Control, Protection, Metering, SAS & SCADA system for Telemetering &Telecontrol
Control panels, metering panels, protection equipment and substation automation system (SAS) for
two (2) 132/33kV transformers (Tap changer), nine (9) 132kV AIS feeders consisting of four (4)
132kV transmission lines to both Rajshahi substation and Chapainawabganj substation, two (2)
132kV bay for 132/33kV transformers, two (2) 132kV bay for upcoming 230/132kV transformer
and 132kV Bus coupler and two (2) 33kV AIS feeders (for secondary bay of two (2) 132/33kV
transformers), as shown on the bid drawings.
One 230kV switchyard including 230/132kV transformers will be constructed under a separate
contract on the same premises and 132kV side of 230/132kV transformers will be interfaced with the
switchyard of this contract. Substation Automation system for this contract shall be such that, both
132/33kV substation (under this contract) and upcoming 230kV substation (Single line diagram
attached) can be incorporated under the same SAS of this contract. The contractor of upcoming 230kV
substation will supply, install test and commission only the required control & protection panel
including all necessary relay, IED, etc to integrate with Substation Automation System of this contract.
Status of the switchgear and metering data regarding the new control and protection panels necessary
for SAS shall be transferred to the existing National Load Dispatching Center (NLDC) in Aftabnagar
(Dhaka) and back up station at Biddut bhaban through gateway equipment (SAS) and multiplexer
equipment using IEC 60870-5-104 protocol. All necessary modification works in the software of
master station of NLDC and back up station at Biddut bhaban are to be carried out.
Section IV. Bidding Forms- Price Schedules
BF-P-126
Testing and commissioning work of two (2) 132kV Rajshahi-2 - Rajshahi lines at Rajshahi substation,
two (2) 132kV Rajshahi-2 – Chapainawabganj lines at Chapainawabganj substation (In this project,
the existing 132kV Rajshahi-Chapainawabganj lines shall be cut on the way and shall be reconnected
to the new Rajshahi-2 substation. i.e. The remote-end substation of the existing lines shall be changed
to Rajshahi-2 substation.)
Civil Works
Land formation and elevation of approximate 1.5m height are included in the scope of works.
The complete foundations necessary for the above equipment shall be included. Interfacing for
connection shall be made if any. The complete switchyard areas including roadways from main gate
to the switchyard, cable ducts, boundary wall (surrounding switchyards), surface treatment, drainage
and site services. Included are the 132/33 kV transformer and 33 kV earthing compounds, 132kV
outdoor AIS area, and the control building.
The control building shall be one and half storied, with basement floor for a cable gallery and 1st floor
for control room to install SAS facilities (console desk mounting HMI including data logger and event
recorder etc.) and duplex type control/ protection relay panels, battery room, AC/DC distribution panel
room, tele-communication room and office room etc.
The complete switchyard areas including cable ducts, and earthing connection. This civil work shall
also include a guardhouse, internal service roads, etc.
Fiber Optic Multiplexer Equipment for Communication and Protection
One set indoor type Fibre-Optic Multiplexer Equipment for communication and protection shall be
newly installed and all materials and equipment offered shall be brand new, from the manufacturer’s
normal and standard construction, designed and manufactured according to the latest technological
methods. This equipment is linked to the corresponding Rajshahi S/S and Chapainawabganj S/S. The
existing link (OPGW 24 fibre-optic cores) between the existing Rajshahi S/S and Chapainawabganj
S/S shall be divided at transmission line LILO point to Rajshahi-2 and the part of the link, that is, 12
cores out of 24 cores shall be used for the links between Rajshahi-2 and Rajshahi and between
Rajshahi-2 and Chapainawabganj, respectively, and the remaining 12 cores shall be through-
connected at Rajshahi-2 S/S to serve and keep the existing link between Rajshahi and
Chapainawabganj. Accordingly, the existing telecommunication equipment and facilities, AREVA,
France make MSE5001/MSE5010, DXC5000 and DIP5000 both at the existing Rajshahi S/S and
Chapainawabganj S/S shall be modified and extended as well. The existing teleprotection equipment
and facilities at both the existing Rajshahi S/S and Chapainawabganj S/S, with only one
teleprotection interface for two 132kV lines at each end, shall be modified so that one independent
teleprotection interface for each 132kV line shall be provided at both ends, newly adding one more
independent teleprotection interface each. Considering the connectivity of operating performance,
offered new equipment and facilities shall be compatible with the existing ones which are operated in
the existing NLDC system.
Section IV. Bidding Forms- Price Schedules
BF-P-127
5. MADARIPUR EXISTING SUBSTATION (EXPANSION)
145 kV Outdoor Type Air Insulated Switchgear (AIS)
Outdoor type 145kV AIS for two transmission lines (Shariatpur No.1 & 2 Line) and extension of
busbars, as shown on the bid drawing No. PCK-5M-G001.
Control, Protection, Metering & SCADA system for Telemetering &Telecontrol
Control panel, metering panel, protection panel for 132kV circuit bays of two (2) new 132kV
transmission lines to Shariatpur substation
Status of the switchgear and metering data regarding the new control and protection panels necessary
for remote control shall be transferred to the existing National Load Dispatching Center (NLDC) in
Aftabnagar (Dhaka) and back up station at Biddut bhaban through existing RTU and multiplexer
equipment. The existing RTU at the substation, AREVA MiCOM C 264, shall be modified and
extended.
Fibre Optic Multiplexer Equipment for Communication and Protection
The existing telecommunication equipment and facilities, AREVA, France make MSE5001 type,
DXC5000 type and DIP5000 type shall be modified and extended and especially, the existing SDH
equipment shall be replaced to brand-new equipment which has enough capability not only to work
well for the corresponding links to the existing four substations but also to add a new link to newly-
constructed Shariatpur S/S. Considering the connectivity of operating performance, offered new
equipment and facilities to be added to the existing equipment and facilities and to be provided as the
replacement shall be compatible with the existing ones which are operated in the existing NLDC
system.
Civil Works
The land formation of the expanded area is included in the scope of work.
The scope of works shall include all civil works of complete switchyard areas including cable ducts,
earthing connection and expansion of internal service roads.
The modification of control building may be needed in case the building expansion is required for
installation of new equipment.
Section IV. Bidding Forms- Price Schedules
BF-P-128
6. JESSORE EXISTING SUBSTATION (EXPANSION)
145 kV Outdoor Type Air Insulated Switchgear (AIS)
Outdoor type 145kV AIS for two transmission lines (Benapole No.1 & 2 Line) and extension of
busbars, as shown on the bid drawing No. PCK-5J-G001.
Control, Protection, Metering & SCADA system for Telemetering &Telecontrol
Control panel, metering panel, protection panel for 132kV circuit bays of two (2) new 132kV
transmission lines to Benapole substation
Status of the switchgear and metering data regarding the new control and protection panels necessary
for remote control shall be transferred to the existing National Load Dispatching Center (NLDC) in
Aftabnagar (Dhaka) and back up station at Biddut bhaban through existing RTU and multiplexer
equipment. The existing RTU at the substation, AREVA MiCOM C 264, shall be modified and
extended.
Fibre Optic Multiplexer Equipment for Communication and Protection
The existing telecommunication equipment and facilities, AREVA, France make MSE5001 type,
DXC5000 type and DIP5000 type shall be modified and extended and especially, the existing SDH
equipment shall be replaced to brand-new equipment which has enough capability not only to work
well for the corresponding links to the existing four substations but also to add a new link to newly-
constructed Benapole S/S. Considering the connectivity of operating performance, offered new
equipment and facilities to be added to the existing equipment and facilities and to be provided as the
replacement shall be compatible with the existing ones which are operated in the existing NLDC
system.
Civil Works
There is a pond in the prospective construction site for the above expansion beside the existing
substation premise. Hence, part of the existing pond must be reclaimed by the Contractor, and the
land elevation and leveling of the expanded area shall be included in the scope of work.
The scope of works shall also include all civil works of complete switchyard areas including cable
ducts, earthing connection and expansion of internal service roads.
The modification of control building may be needed in case the building expansion is required for
installation of new equipment.
Section IV. Bidding Forms- Price Schedules
BF-P-129
7. WITNESS OF FACTORY TESTS AND INSPECTION BY EMPLOYER
The Contract Price shall include all costs of factory tests and inspection by Employers.
Three (3) engineers in four visits nominated by the Employer shall participate in the inspection and
witnessing of factory acceptance tests at individual factories for 145kV switchgear (CB, DS and CT),
power transformers, SAS, control and protection. The period each visit for inspection of each item
shall be of at least seven (7) days excluding travel period from the Employer’s country to the
manufacturer’s country.
The Contractor shall bear all costs for the inspectors dispatched by Employer, including air fares,
accommodation, meal, healthcare, laundry, transportation, visa fees etc. together with payment of a
daily allowance of US$ 100 for each inspector.
8. Safety Measures to be taken by Contractor and Subcontractor (Common Requirements)
The Contract Price shall include the following safety measures (not limited to).
The Contractor shall submit to the Project Manager the work program including concrete safety plans
to be done by Contractor and Sub-Contractors.
The Contractor shall assign an “Accident Prevention Officer” in the project site throughout the
construction period.
In case power shutdown of existing facility of PGCB/PDB/REB is required for Contractor’s works,
the Contractor shall submit a concrete safety and work plan, and request the power outage at an
appropriate time subject to approval of the Project Manager/Employer.
The Contractor shall immediately notify to the Project Manager in case any fatal, major or other
accident, which may involve serious injuries, occurs during the period throughout implementation of
Project.
9. Coordination and Cooperation with other Contracts (Common Requirements)
The Contractor shall cooperate with the Employer and other contractors to ensure the satisfactory
completion of the Project.
The Contractor shall be responsible for design on the Plant interfacing with any item of equipment
which will be supplied by other contractor, when needed.
The Project Manager/Empolyer may call coordination meeting(s) with other contractors. The
Contractor shall dispatch qualified engineer(s) and settle all design parameters, interface conditions
and other matters by these coordination meetings. The necessary expenses such as round-trip
international air ticket, accommodation, inland travel charge, etc shall be borne by the Contractor, and
such a cost shall be deemed to be included in the Contract Price.
Section IV. Bidding Forms- Price Schedules
BF-P-130
A2. DESCRIPTION OF THE WORKS FOR PRICE SCHEDULE
The descriptions presented below outline the basic requirements for each Section of the Works.This
schedule is not intended to detail each and every item necessary to complete the works, but to outline
the facilities to be provided under the contract. The Contractor shall be responsible for ensuring that all
items necessary for the safe, efficient and complete functioning of the work incompliance with the
Specification are provided, whichever they described or not.
The following method of reference shall be used to identify the various items required.
ITEM PLANT or SERVICE DESCRIPTION
A 145 kV Outdoor Switchgear Equipment
B 132/33kV Power Transformers
C 36kV Outdoor Switchgear Equipment
D 33 kV/ 400V Outdoor Station Transformers
E Control, Protection, Metering and Substation Automation System
F Power Cable and Multi-core Control Cables
G Earthing and Lightning Protection
H Batteries, Chargers and DC Distribution
I LVAC Distribution including UPS
J Civil Works, Building Construction and Foundations
K Building Indoor Lighting, Small Power, Air Conditioning and Ventilation
L Outdoor Lighting in the Switchyard
M Fiber Optic Multiplexer Equipment for Communication and Protection
The Contractor shall carry out the works taking full account of the limitations imposed by existing sites
and the requirement to maintain all existing supplies during the construction works. Any temporary
works, structures, connections, etc, necessary to achieve this requirement are to be included in the bid
price.
The equipment to be supplied, installed and commissioned is shown on Bid Drawings in detail:-
Section IV. Bidding Forms- Price Schedules
BF-P-131
1. SHARIATPUR NEW SUBSTATION
Item Description
1A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
1A1 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
1A2 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
1A3 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for new line bay .
1A4 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
Transformer bays).
1A5 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch(for Transformer bays).
1A6 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switchfor transformer bay.
1A7 One(1) set of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
bus coupler bays).
1A8 Two(2) sets of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switchfor bus coupler bay.
1A9 Twelve(12) nos. of 120kV rated voltage, 102kV(rms) continuous operating voltage at
500c, 10kA nominal discharge current, 50Hz, Heavy duty station class, gapless metal
oxide type, single phase surge arresters.
1A10 Six (6) nos. of single phase, 5 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL, post type current transformer for line bay.
1A11 Nil
1A12 Six (6) nos. of single phase, 4 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for transformer bay.
1A13 Nil
1A14 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay.(One for metering, one for
protection)
1A15 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay. (two core for protection)
Section IV. Bidding Forms- Price Schedules
BF-P-132
1A16 Eighteen (18) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL,Inductive voltage transformer.
1A17 One (1) lot of flexible conductors[ACSR] for busbar & jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
145kV busbar and switchgear connection.
1A18 One (1) lot of insulators and fittings including all necessary accessories required to
complete 132kV switchyard.
1A19 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
132kV switchyard.
1B. 132/33kV Main Transformer
The main transformer shall comply with the particular requirements as detailed in the
Schedule of Technical Requirements included as Appendix A2 to this section and shall
comprise the following:
1B1 Two (2) sets of transformer (132/33kV three phase 80/120MVA, ONAN/ONAF, Dyn1,
with OLTC and including BCT) as shown on the relevant bid drawings.
1B2 Fire protection system (Nitrogen Injection Type) for two main transformers
1C 36kV Outdoor Switchgear Equipment
The 36kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply with
the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A3 to this section and shall comprise the following:
1C1 Two(2) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, outdoor Circuit
Breakers(CB) with spring-stored energy operating mechanism.
1C2 Five(5) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, single vertical break,
post type, disconnectors.
1C3 Two(2) sets of 36kV outdoor fuse disconnecting switch for station transformer
feeder (three phase, 3pole gang manual operated, 10A power fuse, structure mounted)
as shown on the relevant bid drawings.
1C4 Twelve(12) nos. of 30kV rated voltage, 10kA nominal discharge current, 50Hz, Heavy
duty station class, single phase surge arresters.
1C5 Six(6) nos. of single-phase, 3-core, multi ratio, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
post type current transformer.
1C6 Twelve(12) nos. of single-phase, 2-core, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
voltage transformers.
1C7 One (1) lot of flexible conductors[ACSR] for busbar&jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
36kV busbar and switchgear connection.
1C8 One (1) lot of insulators and fittings including all necessary accessories required to
complete 36kV switchyard.
Section IV. Bidding Forms- Price Schedules
BF-P-133
1C9 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
36kV switchyard.
1D Station Service Transformer
The station service transformer shall comply with the particular requirements as
detailed in the Schedule of Technical Requirements included as Appendix A4 to this
section and shall comprise the following:
1D1 Two (2) sets 33/0.415kV, 200kVA three phase outdoor type station auxiliary
transformers with associated steel support structures including all necessary
connections, insulators & fittings as shown on the relevant bid drawings.
1E Control, Protection, Metering and SAS system
All control, protection, alarm, substation automation system and metering panels are to
be basically installed in Main Control Building.
Control panel shall accommodate a complete 132kV AIS comprising two (2)
transmission line feeder bays, two (2) 132/33kV transformer bays and one (1) bus
coupler bay, and 33kV AIS comprising two (2) 132/33kV transformer bays .
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, Protection, metering & SAS
panel shall be carried out in this contract.
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawings
comprising the following.
1E1 Control, Protection, Metering & Substation Automation System including event
recording function for two (2) sets of overhead line circuits to Madaripur line 1&2.
1E2 Control, Protection, Metering & Substation Automation System including event
recording function for two(2) sets of 132/33 kV power transformer circuits including
transformer tap changer control.
1E3 Control, Protection, metering & Substation Automation System including event
recording function for one(1) set of bus coupler circuit.
1E4 Busbar protection system for complete 132kV bus; one(1) lot.
1E5 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II) and each line circuit to be installed
under this scope of work. For each feeder minimum two meters (main &
check).Software and connection cord for re-configuration are to be supplied. All Tariff
meters are to be integrated with the SAS.
Section IV. Bidding Forms- Price Schedules
BF-P-134
33 kV Circuits
1E6 Control, Protection, Metering & Substation Automation System including event
recording function for two sets of secondary bay of 132/33kV power transformer
circuits
1E7 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II). For each feeder minimum two
meters (main & check).
1F Power Cables and Multi-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identifiedindividual coresby colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
1G Earthing
Complete set of design, supply and installation of earthing system and lightning
protection screen including connections, connectors and clamps, to suit the substation
overall arrangement and provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
1H Batteries, Chargers and DC Distribution
1H1 110V substation NiCad batteries complete with chargers and distribution switchboard
to be supplied, installed and commissioned to provide all DC supplies to equipment
being supplied.
The system shall generally be as shown in bid drawing and shall include:
(a) Two (2) sets of 100% batteries complete, each capacity shall not be less than 300Ah at
the 5-hour rate of discharge.
(b) Two (2) sets of battery chargers complete, each charger shall not be less than 70A
rating.
(c) One (1) set of DC distribution board. The DC distribution board shall be with 50%
overall spare MCB’s for future use.
(d) Two(2) sets of online UPS, 3kVA for Substation Automation system panels.
(e) Two(2) sets of DC/DC Converter 110/48V, 1kVA for communication panels and
one(1) set 48V DC distribution board. The DC distribution board shall be with 50%
spare MCBs for future use.
The Batteries shall comply with the particular requirements as detailed in the Schedule
of Technical Requirements included as Appendix A5 to this section.
The Battery Charger shall also comply with the particular requirements as detailed in
the Schedule of Technical Requirements included as Appendix A6 to this section.
Section IV. Bidding Forms- Price Schedules
BF-P-135
1I LVAC Distribution
1I1 One lot of MCC type AC distribution panels for substation services to be supplied
installed and commissioned, to provide the 400/230V supplies to all equipment being
supplied under this Contract.
The system shall generally be as per Bid Drawings and shall include one 125A outdoor
weatherproof, 3-phase with neutral and earth switched socket outlet and plug to IEC
60309; to be installed, cabled and connected adjacent to the Power transformers.
1I2 One (1) lot of Tariff metering panel to accommodate programmable & recordable
digital 3-phase, 4-wire import and export MWh and MVArh meters (accuracy class
0.2) for two 33/0.415 kV station auxiliary transformer feeder circuits. For each feeder
minimum two meters (main & check).
1J Civil Works, Building construction and Foundations
1J1 Complete earth filling by imported carried earth free from foreign solid particles and
organic materials in addition to the earth recovered from digging of foundation, to
make the top of the final ground level of substation 0.5m high from highest flood level
and final compaction to be achieved 95% for total volume 52,609 cubic meter. The
volume of earth filling may be varied but the payment shall be as per actual
measurement of work done.
1J2 One (1) lot of complete design, supply and construction of all civil items required for
the outdoor works suitable for switchyard gantry & equipment foundations,
transformer foundations, blast walls, oil pit, entrance (access road) & internal roads,
cable trenches, septic tank, soak way, surfacing, gravel laying, drainage, security
fences, boundary wall, sentry post, guard house, car port, two (2) gates (a main gate
and an entrance gate) etc. The quantity of boundary wall mentioned on the price
schedule may be varied and finalized during detail engineering and the payment shall
be as per actual measurement of work done.
The civil works shall include the construction of access road from the public road to in
front of the entrance gate approaching to the substation yard, which will be used for
transportation of heavy equipment such as transformer.
1J3 Complete design supply and construction of all items and facilities required for the one
and half storied control building (Basement floor; Cable gallery, First floor; Central
monitoring &control room, Battery room, Tele-communication room AC/DC
distribution panel room, Office room etc., telephone/internet system, security ID
system, fire alarm system and lightning protection (rods) system.
1K Building indoor lighting, Small Power, Air conditioning and Ventilation
Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
(small DC battery/charger set included), LV power supply convenient outlet, air
conditioning system and ventilation system.
1L Outdoor lighting in the switchyard
Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post ;
hot dip galvanized) for security, road way and switchyard.
1M Fibre Optic Multiplexer Equipment for Tele-protection and Communication
Section IV. Bidding Forms- Price Schedules
BF-P-136
1M1 One complete set indoor type Fibre-Optic Multiplexer Equipment [compatible with the
existing Fibre-Optic Multiplexer Equipment] shall be supplied, installed,
commissioned including necessary works to interface with the existing system as
shown on the bid drawing. Required spare parts/modules for operation and
maintenance shall be listed up and provided as well.
1M2 Telephone Facilities including IP Phone sets with Switch for operational telephone
system and three telephone sets for administrative telephone system shall be provided
1M3 One set of MDF with 200 pairs shall be provided for the remote subscribers’ voice
signals and other signals
1M4 One lot of Optical Distribution Frame (ODF) shall be provided in control room for one
direction, that is, Mymensingh, as shown on the bid drawing
1M5 One lot of Underground armoured Fibre-Optic Approach Cable (48 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure to the
corresponding ODF in the control room.
1N SCADA system for Telecontrol and Telemetering 1N1 One (1) lot of complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol& telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of complete new 132/33kV substation. All required
electrical signals shall be transmitted to the NLDC through the Industrial Gateway of
the substation automation system. All HV breakers, motorized disconnectors, tap
changer, etc. shall be controlled form NLDC through the Gateway of the substation
automation system using IEC 60870-5-104 protocol. All necessary modification works
in the software of master station of NLDC and back up station at Biddut bhaban are to
be carried out.
1O Mandatory spare parts including test equipment
As listed in price schedule
Section IV. Bidding Forms- Price Schedules
BF-P-137
2. CHOWDDAGRAM NEW SUBSTATION
Item Description
2A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
2A1 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
2A2 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
2A3 Eight(8) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switchfor new line bay .
2A4 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
Transformer bays).
2A5 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch(for Transformer bays).
2A6 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switchfor transformer bay.
2A7 One(1) set of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
bus coupler bays).
2A8 Two(2) sets of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for bus coupler bay.
2A9 Eighteen (18) nos. of 120kV rated voltage, 102kV(rms) continuous operating voltage
at 500c, 10kA nominal discharge current, 50Hz, Heavy duty station class, gapless
metal oxide type, single phase surge arresters.
2A10 Twelve (12) nos. of single phase, 5cores, multi ratio, 145kV, 40kA/1sec, 50Hz,
650kVp BIL, post type current transformer for line bay.
2A11 Nil
2A12 Six (6) nos. of single phase, 4 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for transformer bay.
2A13 Nil
2A14 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay.(One for metering, one for
protection)
Section IV. Bidding Forms- Price Schedules
BF-P-138
2A15 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay. (two core for protection)
2A16 Twenty four(24) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL,Inductive voltage transformer.
2A17 One (1) lot of flexible conductors[ACSR] for busbar&jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
145kV busbar and switchgear connection.
2A18 One (1) lot of insulators and fittings including all necessary accessories required to
complete 132kV switchyard.
2A19 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
132kV switchyard.
2B. 132/33kV Main Transformer
The main transformer shall comply with the particular requirements as detailed in the
Schedule of Technical Requirements included as Appendix A2 to this section and shall
comprise the following:
2B1 Two (2) sets of transformer (132/33kV three phase 50/75MVA, ONAN/ONAF, Dyn1,
with OLTC and including BCT) as shown on the relevant bid drawings.
2B2 Fire protection system (Nitrogen Injection Type) for two main transformer.
2C 36kV Outdoor Switchgear Equipment
The 36kV outdoor type conventional AIS (Air Insulated Switchgear) shallcomply with
the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A3 to this section and shall comprise the following:
2C1 Two (2) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, outdoor Circuit
Breakers(CB) with spring-stored energy operating mechanism.
2C2 Five(5) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, single vertical break,
post type, disconnectors.
2C3 Two (2) sets of 36kV outdoor fuse disconnecting switch for station transformer
feeder (three phase, 3pole gang manual operated, 10A power fuse, structure mounted)
as shown on the relevant bid drawings.
2C4 Twelve (12) nos. of 30kV rated voltage, 10kA nominal discharge current, 50Hz, Heavy
duty station class, single phase surge arresters.
2C5 Six (6) nos. of single-phase, 3-core, multi ratio, 36kV, 31.5kA/1sec, 50Hz, 170kVp
BIL, post type current transformer.
2C6 Twelve (12) nos. of single-phase, 2-core, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
voltage transformers.
2C7 One (1) lot of flexible conductors [ACSR] for busbar & jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
36kV busbar and switchgear connection.
Section IV. Bidding Forms- Price Schedules
BF-P-139
2C8 One (1) lot of insulators and fittings including all necessary accessories required to
complete 36kV switchyard.
2C9 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
36kV switchyard.
2D Station Service Transformer
The station service transformer shall comply with the particular requirements as
detailed in the Schedule of Technical Requirements included as Appendix A4 to this
section and shall comprise the following:
2D1 Two (2) sets 33/0.415kV, 200kVA three phase outdoor type station auxiliary
transformers with associated steel support structures including all necessary
connections, insulators & fittings as shown on the relevant bid drawings.
2E Control, Protection, Metering, SAS and SCADA system
All control, protection, alarm, substation automation system and metering panels are to
be basically installed in Main Control Building.
A control panel shall accommodate a complete 132kV AIS comprising four (4)
transmission line feeder bays, two (2) 132/33kV transformer bays and one (1) bus
coupler bay, and 33kV AIS comprising two (2) 132/33kV transformer bays.
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, Protection, metering & SAS
panel shall be carried out in this contract.
Testing and commissioning work of two (2) 132kV Chowddagram – Comilla North
lines at Comilla North substation, two (2) 132kV Chowddagram – Feni lines at Feni
substation (In this project, the existing 132kV Comilla North - Feni lines shall be cut
on the way and shall be reconnected to the new Chowddagram substation. i.e. The
remote-end substation of the existing lines shall be changed to Cowddagram
substation.)
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawings
comprising the following.
2E1 Control, Protection, Metering & Substation Automation System including event
recording function for four (4) sets of overhead line circuits to Feni- 1&2 and
Hathazari-1 & 2.
2E2 Control, Protection, Metering & Substation Automation System including event
recording function for two(2) sets of 132/33 kV power transformer circuits including
transformer tap changer control.
2E3 Control, Protection, metering & Substation Automation System including event
recording function for one(1) set of bus coupler circuit.
Section IV. Bidding Forms- Price Schedules
BF-P-140
2E4 Busbar protection system for complete 132kV bus; one(1) lot.
2E5 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II) and each line circuit to be installed
under this scope of work. For each feeder minimum two meters (main
&check).Software and connection cord for re-configuration are to be supplied. All
Tariff meters are to be integrated with the SAS.
33 kV Circuits
2E6 Control, Protection, Metering & Substation Automation System including event
recording function for two sets of secondary bay of 132/33kV power transformer
circuits
2E7 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II). For each feeder minimum two
meters (main & check).
2F Power Cables andMulti-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identifiedindividual coresby colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
2G Earthing
Complete set of design, supply and installation of earthing system and lightning
protectionscreen including connections, connectors and clamps, to suit the substation
overall arrangement and provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
2H Batteries, Chargers and DC Distribution
2H1 110V substation NiCad batteries complete with chargers and distribution switchboard
to be supplied, installed and commissioned to provide all DC supplies to equipment
being supplied.
The system shall generally be as shown in bid drawing and shall include:
(a) Two (2) sets of 100% batteries complete, each capacity shall not be less than 300Ah at
the 5-hour rate of discharge.
(b) Two (2) sets of battery chargers complete, each charger shall not be less than 70A
rating.
(c) One (1) set of DC distribution board. The DC distribution board shall be with 50%
overall spare MCB’s for future use.
(d) Two(2) sets of online UPS, 3kVA for Substation Automation system panels.
Section IV. Bidding Forms- Price Schedules
BF-P-141
(e) Two (2) sets of DC/DC Converter 110/48V, 1kVA for communication panels and one
(1) set 48V DC distribution board. The DC distribution board shall be with 50% spare
MCBs for future use.
The Batteries shall comply with the particular requirements as detailed in the Schedule
of Technical Requirements included as Appendix A5 to this section.
The Battery Charger shall also comply with the particular requirements as detailed in
the Schedule of Technical Requirements included as Appendix A6 to this section.
2I LVAC Distribution
2I1 One lot of MCC type AC distribution panels for substation services to be supplied
installed and commissioned, to provide the 400/230V supplies to all equipment being
supplied under this Contract.
The system shall generally be as per Bid Drawings and shall include one 125A outdoor
weatherproof, 3-phase with neutral and earth switched socket outlet and plug to IEC
60309; to be installed, cabled and connected adjacent to the Power transformers.
2I2 One (1) lot of Tariff metering panel to accommodate programmable & recordable
digital 3-phase, 4-wire import and export MWh and MVArh meters (accuracy class
0.2) for two 33/0.415 kV station auxiliary transformer feeder circuits. For each feeder
minimum two meters (main & check).
2J Civil Works, Building construction and Foundations
2J1 Complete earth filling by imported carried earth free from foreign solid particles and
organic materials in addition to the earth recovered from digging of foundation, to
make the top of the final ground level of substation 0.5m high from highest flood level
and final compaction to be achieved 95% for total volume 52,609 cubic meter. The
volume of earth filling may be varied but the payment shall be as per actual
measurement of work done.
2J2 One (1) lot of complete design, supply and construction of all civil items required for
the outdoor works suitable for switchyard gantry & equipment foundations,
transformer foundations, blast walls, oil pit, entrance(access road) & internal roads,
cable trenches, septic tank, soak way, surfacing, gravel laying, drainage, security
fences, boundary wall, sentry post, guard house, car port, two (2) gates (a main gate
and an entrance gate)etc. The quantity of boundary wall mentioned on the price
schedule may varied and finalized during detail engineering and the payment shall be
as per actual measurement of work done.
The civil works shall include the construction of access road from the public road to in
front of the entrance gate approaching to the substation yard, which will be used for
transportation of heavy equipment such as transformer.
2J3 Complete design supply and construction of all items and facilities required for the one
and half storied control building (Basement floor; Cable gallery, Firstfloor; Central
monitoring &control room, Battery room, Tele-communication room AC/DC
distribution panel room, Office room etc., telephone/internet system, security ID
system, fire alarm system and lightning protection (rods) system.
2K Building indoor lighting, Small Power, Air conditioning and Ventilation Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
Section IV. Bidding Forms- Price Schedules
BF-P-142
(small DC battery/charger set included), LV power supply convenient outlet, air
conditioning system and ventilation system
2L Outdoor lighting in the switchyard
Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post ;
hot dip galvanized) for security, road way and switchyard
2M Fibre Optic Multiplexer Equipment for Tele-protection andCommunication
2M1 One complete set indoor type Fibre-Optic Multiplexer Equipment [compatible with the
existing Fibre-Optic Multiplexer Equipment] shall be supplied, installed,
commissioned including necessary works to interface with the existing system as
shown on the bid drawing. Required spare parts/modules for operation and
maintenance shall be listed up and provided as well.
2M2 Telephone Facilities including IP Phone sets with Switch for operational telephone
system and three telephone sets for administrative telephone system shall be provided
2M3 One set of MDF with 200 pairs shall be provided for the remote subscribers’ voice
signals and other signals
2M4 One lot of Optical Distribution Frame (ODF) shall be provided in control room for two
directions, that is, Comilla North and Feni, as shown on the bid drawing
2M5 One lot of Underground armoured Fibre-Optic Approach Cable (32 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure for
Comilla North and Feni to the corresponding ODF in the control room
2M6 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001/MSE5010 type, DXC5000 type and DIP5000 type)
including modification of ODF (Optical Distribution Frame) in Comilla North
existing substation. All necessary modification of facilities, modules, cards, cables,
etc. shall be included in the Contract. If necessary, required spare parts for operation
and maintenance shall be listed up and provided as well. Site investigation and check
of the available as-built drawing shall be made. Depending on the result, if necessary,
DC power supply system shall be expanded in the Contract.
2M7 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001/MSE5010 type, DXC5000 type and DIP5000 type)
including modification of ODF (Optical Distribution Frame) in Feni existing
substation. All necessary modification of facilities, modules, cards, cables, etc. shall
be included in the Contract. If necessary, required spare parts for operation and
maintenance shall be listed up and provided as well. Site investigation and check of the
available as-built drawing shall be made. Depending on the result, if necessary, DC
power supply system shall be expanded in the Contract.
2N SCADA system for Telecontrol and Telemetering 2N1 One (1) lot of complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol& telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of complete new 132/33kV substation. All required
electrical signals shall be transmitted to the NLDC through the Industrial Gateway of the substation automation system. All HV breakers, motorized disconnectors, tap
changer, etc. shall be controlled form NLDC through the Gateway of the substation
Section IV. Bidding Forms- Price Schedules
BF-P-143
automation system using IEC 60870-5-104 protocol. All necessary modification works
in the software of master station of NLDC and back up station at Biddut bhaban are to
be carried out.
2O Mandatory spare parts including test equipment
As listed in price schedule
Section IV. Bidding Forms- Price Schedules
BF-P-144
3. BENAPOLE NEW SUBSTATION
Item Description
3A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
3A1 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
3A2 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
3A3 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for new line bay .
3A4 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
Transformer bays).
3A5 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch(for Transformer bays).
3A6 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for transformer bay.
3A7 One(1) set of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
bus coupler bays).
3A8 Two(2) sets of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switchfor bus coupler bay.
3A9 Twelve(12) nos. of 120kV rated voltage, 102kV(rms) continuous operating voltage at
500c, 10kA nominal discharge current, 50Hz, Heavy duty station class, gapless metal
oxide type, single phase surge arresters.
3A10 Six (6) nos. of single phase, 5cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp BIL,
post type current transformer for line bay.
3A11 Nil
3A12 Six (6) nos. of single phase, 4 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for transformer bay.
3A13 Nil
3A14 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay.(One for metering, one for
protection)
3A15 Three (3) nos. of single phase, 2 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay. (two core for protection)
Section IV. Bidding Forms- Price Schedules
BF-P-145
3A16 Eighteen (18) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp BIL,
Inductive voltage transformer.
3A17 One (1) lot of flexible conductors[ACSR] for busbar & jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
145kV busbar and switchgear connection.
3A18 One (1) lot of insulators and fittings including all necessary accessories required to
complete 132kV switchyard.
3A19 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
132kV switchyard.
3B. 132/33kV Main Transformer
The main transformer shall comply with the particular requirements as detailed in the
Schedule of Technical Requirements included as Appendix A2 to this section and shall
comprise the following:
3B1 Two (2) sets of transformer (132/33kV three phase 50/75MVA, ONAN/ONAF, Dyn1,
with OLTC and including BCT) as shown on the relevant bid drawings.
3B2 Fire protection system (Nitrogen Injection Type) for two main transformer.
3C 36kV Outdoor Switchgear Equipment
The 36kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply with
the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A3 to this section and shall comprise the following:
3C1 Two(2) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, outdoor Circuit
Breakers(CB) with spring-stored energy operating mechanism.
3C2 Five(5) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, single vertical break,
post type, disconnectors.
3C3 Two(2) sets of 36kV outdoor fuse disconnecting switch for station transformer
feeder (three phase, 3pole gang manual operated, 10A power fuse, structure mounted)
as shown on the relevant bid drawings.
3C4 Twelve(12) nos. of 30kV rated voltage, 10kA nominal discharge current, 50Hz, Heavy
duty station class, single phase surge arresters.
3C5 Six(6) nos. of single-phase, 3-core, multi ratio, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
post type current transformer.
3C6 Twelve(12) nos. of single-phase, 2-core, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
voltage transformers.
3C7 One (1) lot of flexible conductors[ACSR] for busbar&jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
36kV busbar and switchgear connection.
3C8 One (1) lot of insulators and fittings including all necessary accessories required to
complete 36kV switchyard.
Section IV. Bidding Forms- Price Schedules
BF-P-146
3C9 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
36kV switchyard.
3D Station Service Transformer
The station service transformer shall comply with the particular requirements as
detailed in the Schedule of Technical Requirements included as Appendix A4 to this
section and shall comprise the following:
3D1 Two (2) sets 33/0.415kV, 200kVA three phase outdoor type station auxiliary
transformers with associated steel support structures including all necessary
connections, insulators & fittings as shown on the relevant bid drawings.
3E Control, Protection, Metering and SAS system
All control, protection, alarm, substation automation system and metering panels are to
be basically installed in Main Control Building.
Control panel shall accommodate a complete 132kV AIS comprising two (2)
transmission line feeder bays, two (2) 132/33kV transformer bays and one (1) bus
coupler bay, and 33kV AIS comprising two (2) 132/33kV transformer bays .
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, Protection, metering & SAS
panel shall be carried out in this contract.
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawings
comprising the following.
3E1 Control, Protection, Metering & Substation Automation System including event
recording function for two(2) sets of overhead line circuits to Jessore line 1&2.
3E2 Control, Protection, Metering & Substation Automation System including event
recording function for two(2) sets of 132/33 kV power transformer circuits including
transformer tap changer control.
3E3 Control, Protection, metering & Substation Automation System including event
recording function for one(1) set of bus coupler circuit.
3E4 Busbar protection system for complete 132kV bus; one(1) lot.
3E5 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II) and each line circuit to be installed
under this scope of work. For each feeder minimum two meters (main &
check).Software and connection cord for re-configuration are to be supplied. All Tariff
meters are to be integrated with the SAS.
Section IV. Bidding Forms- Price Schedules
BF-P-147
33 kV Circuits
3E6 Control, Protection, Metering & Substation Automation System including event
recording function for two sets of secondary bay of 132/33kV power transformer
circuits
3E7 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II). For each feeder minimum two
meters (main & check).
3F Power Cables and Multi-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identifiedindividual coresby colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
3G Earthing
Complete set of design, supply and installation of earthing system and lightning
protectionscreen including connections, connectors and clamps, to suit the substation
overall arrangement and provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
3H Batteries, Chargers and DC Distribution
3H1 110V substation NiCad batteries complete with chargers and distribution switchboard
to be supplied, installed and commissioned to provide all DC supplies to equipment
being supplied.
The system shall generally be as shown in bid drawing and shall include:
(a) Two (2) sets of 100% batteries complete, each capacity shall not be less than 300Ah at
the 5-hour rate of discharge.
(b) Two (2) sets of battery chargers complete, each charger shall not be less than 70A
rating.
(c) One (1) set of DC distribution board. The DC distribution board shall be with 50%
overall spare MCB’s for future use.
(d) Two(2) sets of online UPS, 3kVA for Substation Automation system panels.
(e) Two(2) sets of DC/DC Converter 110/48V, 1kVA for communication panels and
one(1) set 48V DC distribution board. The DC distribution board shall be with 50%
spare MCBs for future use.
The Batteries shall comply with the particular requirements as detailed in the Schedule
of Technical Requirements included as Appendix A5 to this section.
The Battery Charger shall also comply with the particular requirements as detailed in
the Schedule of Technical Requirements included as Appendix A6 to this section.
Section IV. Bidding Forms- Price Schedules
BF-P-148
3I LVAC Distribution
3I1 One lot of MCC type AC distribution panels for substation services to be supplied
installed and commissioned, to provide the 400/230V supplies to all equipment being
supplied under this Contract.
The system shall generally be as per Bid Drawings and shall include one 125A outdoor
weatherproof, 3-phase with neutral and earth switched socket outlet and plug to IEC
60309; to be installed, cabled and connected adjacent to the Power transformers.
3I2 One (1) lot of Tariff metering panel to accommodate programmable & recordable
digital 3-phase, 4-wire import and export MWh and MVArh meters (accuracy class
0.2) for two 33/0.415 kV station auxiliary transformer feeder circuits. For each feeder
minimum two meters (main & check).
3J Civil Works, Building construction and Foundations
3J1 Complete earth filling by imported carried earth free from foreign solid particles and
organic materials in addition to the earth recovered from digging of foundation, to
make the top of the final ground level of substation 0.5m high from highest flood level
and final compaction to be achieved 95% for total volume 52,609 cubic meter. The
volume of earth filling may be varied but the payment shall be as per actual
measurement of work done.
3J2 One (1) lot of complete design, supply and construction of all civil items required for
the outdoor works suitable for switchyard gantry & equipment foundations,
transformer foundations, blast walls, oil pit, entrance (access road) & internal roads,
cable trenches, septic tank, soak way, surfacing, gravel laying, drainage, security
fences, boundary wall, sentry post, guard house, car port, two (2) gates (a main gate
and an entrance gate) etc. The quantity of boundary wall mentioned on the price
schedule may varied and finalized during detail engineering and the payment shall be
as per actual measurement of work done.
The civil works shall include the construction of access road from the public road to in
front of the entrance gate approaching to the substation yard, which will be used for
transportation of heavy equipment such as transformer.
3J3 Complete design supply and construction of all items and facilities required for the one
and half storied control building (Basement floor; Cable gallery, First floor; Central
monitoring &control room, Battery room, Tele-communication room AC/DC
distribution panel room, Office room etc., telephone/internet system, security ID
system, fire alarm system and lightning protection (rods) system.
3K Building indoor lighting, Small Power, Air conditioning and Ventilation
Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
(small DC battery/charger set included), LV power supply convenient outlet, air
conditioning system and ventilation system.
3L Outdoor lighting in the switchyard
Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post ;
hot dip galvanized) for security, road way and switchyard.
3M Fibre Optic Multiplexer Equipment for Tele-protection and Communication
Section IV. Bidding Forms- Price Schedules
BF-P-149
3M1 One complete set indoor type Fibre-Optic Multiplexer Equipment [compatible with the
existing Fibre-Optic Multiplexer Equipment] shall be supplied, installed,
commissioned including necessary works to interface with the existing system as
shown on the bid drawing. Required spare parts/modules for operation and
maintenance shall be listed up and provided as well.
3M2 Telephone Facilities including IP Phone sets with Switch for operational telephone
system and three telephone sets for administrative telephone system shall be provided
3M3 One set of MDF with 200 pairs shall be provided for the remote subscribers’ voice
signals and other signals
3M4 One lot of Optical Distribution Frame (ODF) shall be provided in control room for one
direction, that is, Jessore, as shown on the bid drawing
3M5 One lot of Underground armoured Fibre-Optic Approach Cable (48 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure to the
corresponding ODF in the control room.
3N SCADA system for Telecontrol and Telemetering 3N1 One (1) lot of complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol& telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of complete new 132/33kV substation. All required
electrical signals shall be transmitted to the NLDC through the Industrial Gateway of
the substation automation system. All HV breakers, motorized disconnectors, tap
changer, etc. shall be controlled form NLDC through the Gateway of the substation
automation system using IEC 60870-5-104 protocol. All necessary modification works
in the software of master station of NLDC and back up station at Biddut bhaban are to
be carried out.
3O Mandatory spare parts including test equipment
As listed in price schedule
Section IV. Bidding Forms- Price Schedules
BF-P-150
4. RAJSHAHI-2 NEW SUBSTATION
Item Description
4A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
4A1 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
4A2 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
4A3 Eight(8) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for new line bay .
4A4 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
Transformer bays).
4A5 Two (2) sets of 145kV, 2000A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
future 230/132kV, 300 MVA incomer Transformer bays ).
4A6 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch(for Transformer bays).
4A7 Six (6) sets of 145kV, 2000A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for future 230/132kV, 300 MVA
incomer Transformer bays.
4A8 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for transformer bay.
4A9 One(1) set of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, gang
operated, SF6 gas circuit breaker with spring-stored energy operating mechanism (for
bus coupler bays).
4A10 Two(2) sets of 145kV, 3000A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for bus coupler bay.
4A11 Twenty four (24) nos. of 120kV rated voltage, 102kV(rms) continuous operating
voltage at 500c, 10kA nominal discharge current, 50Hz, Heavy duty station class,
gapless metal oxide type, single phase surge arresters.
4A12 Twelve (12) nos. of single phase, 5cores, multi ratio, 145kV, 40kA/1sec, 50Hz,
650kVp BIL, post type current transformer for line bay.
4A13 Nil
4A14 Six (6) nos. of single phase, 4 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for transformer bay.
Section IV. Bidding Forms- Price Schedules
BF-P-151
4A15 Six (6) nos. of single phase, 5 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for future 230/132kV, 300 MVA incomer
Transformer bays. (three cores for protection, two cores for metering).
4A16 Nil
4A17 Three (3) nos. of single phase, 3 cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp
BIL post type current transformer for bus coupler bay.(One for metering, one for
protection)
4A18 NIL
4A19 Thirty (30) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp BIL,
Inductive voltage transformer.
4A20 One (1) lot of flexible conductors [ACSR] for busbar & jack bus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
145kV busbar and switchgear connection.
4A21 One (1) lot of insulators and fittings including all necessary accessories required to
complete 132kV switchyard.
4A22 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
132kV switchyard.
4B. 132/33kV Main Transformer
The main transformer shall comply with the particular requirements as detailed in the
Schedule of Technical Requirements included as Appendix A2 to this section and shall
comprise the following:
4B1 Two (2) sets of transformer (132/33kV three phase 50/75MVA, ONAN/ONAF, Dyn1,
with OLTC and including BCT) as shown on the relevant bid drawings.
4B2 Fire protection system (Nitrogen Injection Type) for two main transformer.
4C 36kV Outdoor Switchgear Equipment
The 36kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply with
the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A3 to this section and shall comprise the following:
4C1 Two (2) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, outdoor Circuit
Breakers(CB) with spring-stored energy operating mechanism.
4C2 Five(5) sets of 36kV, 2500A, 31.5kA/1sec, 50Hz, 170kVp BIL, single vertical break,
post type, disconnectors.
4C3 Two (2) sets of 36kV outdoor fuse disconnecting switch for station transformer
feeder (three phase, 3pole gang manual operated, 10A power fuse, structure mounted)
as shown on the relevant bid drawings.
4C4 Twelve (12) nos. of 30kV rated voltage, 10kA nominal discharge current, 50Hz, Heavy
duty station class, single phase surge arresters.
Section IV. Bidding Forms- Price Schedules
BF-P-152
4C5 Six (6) nos. of single-phase, 3-core, multi ratio, 36kV, 31.5kA/1sec, 50Hz, 170kVp
BIL, post type current transformer.
4C6 Twelve (12) nos. of single-phase, 2-core, 36kV, 31.5kA/1sec, 50Hz, 170kVp BIL,
voltage transformers.
4C7 One (1) lot of flexible conductors[ACSR] for busbar&jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for completing
36kV busbar and switchgear connection.
4C8 One (1) lot of insulators and fittings including all necessary accessories required to
complete 36kV switchyard.
4C9 One (1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
36kV switchyard.
4D Station Service Transformer
The station service transformer shall comply with the particular requirements as
detailed in the Schedule of Technical Requirements included as Appendix A4 to this
section and shall comprise the following:
4D1 Two (2) sets 33/0.415kV, 200kVA three phase outdoor type station auxiliary
transformers with associated steel support structures including all necessary
connections, insulators & fittings as shown on the relevant bid drawings.
4E Control, Protection, Metering, SAS and SCADA system
All control, protection, alarm, substation automation system and metering panels are to
be basically installed in Main Control Building.
A control panel shall accommodate a complete 132kV AIS comprising four (4)
transmission line feeder bays, two (2) 132/33kV transformer bays and one (1) bus
coupler bay, two incomer bays (132kV portion) for future 230/132kV, 300MVA
transformer and 33kV AIS comprising two (2) 132/33kV transformer bays.
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension. Future
provision to integrate control protection for future 230kV switchyard shall be
incorporated under the scope of work.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, Protection, metering & SAS
panel shall be carried out in this contract.
Testing and commissioning work of two (2) 132kV Rajshahi-2 – Rajshahi lines at
Rajshahi substation, two (2) 132kV Rajshahi-2 – Chapainawabganj lines at
Chapainawabganj substation (In this project, the existing 132kV Rajshahi –
Chapainawabganj lines shall be cut on the way and shall be reconnected to the new
Rajshahi-2 substation. i.e. The remote-end substation of the existing lines shall be
changed to Rajshahi-2 substation.)
Section IV. Bidding Forms- Price Schedules
BF-P-153
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawings
comprising the following.
4E1 Control, Protection, Metering & Substation Automation System including event
recording function for four (4) sets of overhead line circuits to Chapainawabganj - 1&2
and Rajshahi-1 & 2.
4E2 Control, Protection, Metering & Substation Automation System including event
recording function for two(2) sets of 132/33 kV power transformer circuits including
transformer tap changer control.
4E3 Control, Protection, metering & Substation Automation System including event
recording function for one(1) set of bus coupler circuit.
4E4 Control, Protection, metering & Substation Automation System including event
recording function for two incomer bays (132kV side) of future 230/132kV, 300MVA
transformers.
4E5 Busbar protection system for complete 132kV bus; one(1) lot.
4E6 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II) and each line circuit to be installed
under this scope of work. For each feeder minimum two meters (main
&check).Software and connection cord for re-configuration are to be supplied. All
Tariff meters are to be integrated with the SAS.
33 kV Circuits
4E7 Control, Protection, Metering & Substation Automation System including event
recording function for two sets of secondary bay of 132/33kV power transformer
circuits
4E8 Tariff metering panel to accommodate programmable & recordable digital 3-phase, 4-
wire import and export MWh and MVArh meters (accuracy class 0.2) for two
transformer feeder circuits (Power X-former-I & II). For each feeder minimum two
meters (main & check).
4F Power Cables and Multi-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identified individual cores by colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
4G Earthing
Complete set of design, supply and installation of earthing system and lightning
protectionscreen including connections, connectors and clamps, to suit the substation
overall arrangement and provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
Section IV. Bidding Forms- Price Schedules
BF-P-154
4H Batteries, Chargers and DC Distribution
4H1 110V substation NiCad batteries complete with chargers and distribution switchboard
to be supplied, installed and commissioned to provide all DC supplies to equipment
being supplied.
The system shall generally be as shown in bid drawing and shall include:
(a) Two (2) sets of 100% batteries complete, each capacity shall not be less than 460Ah at
the 5-hour rate of discharge.
(b) Two (2) sets of battery chargers complete, each charger shall not be less than 120A
rating.
(c) One (1) set of DC distribution board. The DC distribution board shall be with 50%
overall spare MCB’s for future use.
(d) Two (2) sets of online UPS, 3kVA for Substation Automation system panels.
(e) Two (2) sets of DC/DC Converter 110/48V, 1kVA for communication panels and one
(1) set 48V DC distribution board. The DC distribution board shall be with 50% spare
MCBs for future use.
The Batteries shall comply with the particular requirements as detailed in the Schedule
of Technical Requirements included as Appendix A5 to this section.
The Battery Charger shall also comply with the particular requirements as detailed in
the Schedule of Technical Requirements included as Appendix A6 to this section.
4I LVAC Distribution
4I1 One lot of MCC type AC distribution panels for substation services to be supplied
installed and commissioned, to provide the 400/230V supplies to all equipment being
supplied under this Contract. The distribution board shall have the provision for future
extension to accommodate future auxiliary power for future 230 kV substations.
The system shall generally be as per Bid Drawings and shall include one 125A outdoor
weatherproof, 3-phase with neutral and earth switched socket outlet and plug to IEC
60309; to be installed, cabled and connected adjacent to the Power transformers.
4I2 One (1) lot of Tariff metering panel to accommodate programmable & recordable
digital 3-phase, 4-wire import and export MWh and MVArh meters (accuracy class
0.2) for two 33/0.415 kV station auxiliary transformer feeder circuits. For each feeder
minimum two meters (main & check).
4J Civil Works, Building construction and Foundations
4J1 Complete earth filling by imported carried earth free from foreign solid particles and
organic materials in addition to the earth recovered from digging of foundation, to
make the top of the final ground level of substation 0.5m high from highest flood level
and final compaction to be achieved 95% for total volume 52,609 cubic meter. The
volume of earth filling may be varied but the payment shall be as per actual
measurement of work done.
4J2 One (1) lot of complete design, supply and construction of all civil items required for the outdoor works suitable for switchyard gantry & equipment foundations,
transformer foundations, blast walls, oil pit, entrance(access road) & internal roads,
Section IV. Bidding Forms- Price Schedules
BF-P-155
cable trenches, septic tank, soak way, surfacing, gravel laying, drainage, security
fences, boundary wall, sentry post, guard house, car port, two (2) gates (a main gate
and an entrance gate)etc. The quantity of boundary wall mentioned on the price
schedule may varied and finalized during detail engineering and the payment shall be
as per actual measurement of work done.
The civil works shall include the construction of access road from the public road to in
front of the entrance gate approaching to the substation yard, which will be used for
transportation of heavy equipment such as transformer.
4J3 Complete design supply and construction of all items and facilities required for the one
and half storied control building (Basement floor; Cable gallery, Firstfloor; Central
monitoring &control room, Battery room, Tele-communication room AC/DC
distribution panel room, Office room etc., telephone/internet system, security ID
system, fire alarm system and lightning protection (rods) system.
4K Building indoor lighting, Small Power, Air conditioning and Ventilation
Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
(small DC battery/charger set included), LV power supply convenient outlet, air
conditioning system and ventilation system
4L Outdoor lighting in the switchyard Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post ;
hot dip galvanized) for security, road way and switchyard
4M Fibre Optic Multiplexer Equipment for Tele-protection and Communication
4M1 One complete set indoor type Fibre-Optic Multiplexer Equipment [compatible with the
existing Fibre-Optic Multiplexer Equipment] shall be supplied, installed,
commissioned including necessary works to interface with the existing system as
shown on the bid drawing. Required spare parts/modules for operation and
maintenance shall be listed up and provided as well.
4M2 Telephone Facilities including IP Phone sets with Switch for operational telephone
system and three telephone sets for administrative telephone system shall be provided
4M3 One set of MDF with 200 pairs shall be provided for the remote subscribers’ voice
signals and other signals
4M4 One lot of Optical Distribution Frame (ODF) shall be provided in control room for two
directions, that is, Rajshahi and Chapainawabganj, as shown on the bid drawing
4M5 One lot of Underground armoured Fibre-Optic Approach Cable (32 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure for
Rajshahi and Chapainawabganj to the corresponding ODF in the control room
4M6 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001/MSE5010 type, DXC5000 type and DIP5000 type)
including modification of ODF (Optical Distribution Frame) in Rajshahi existing
substation. All necessary modification of facilities, modules, cards, cables, etc. shall
be included in the Contract. If necessary, required spare parts for operation and
maintenance shall be listed up and provided as well. Site investigation and check of the
Section IV. Bidding Forms- Price Schedules
BF-P-156
available as-built drawing shall be made. Depending on the result, if necessary, DC
power supply system shall be expanded in the Contract.
4M7 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001/MSE5010 type, DXC5000 type and DIP5000 type)
including modification of ODF (Optical Distribution Frame) in Chapainawabganj
existing substation. All necessary modification of facilities, modules, cards, cables,
etc. shall be included in the Contract. If necessary, required spare parts for operation
and maintenance shall be listed up and provided as well. Site investigation and check
of the available as-built drawing shall be made. Depending on the result, if necessary,
DC power supply system shall be expanded in the Contract.
4N SCADA system for Telecontrol and Telemetering 4N1 One (1) lot of complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol& telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of complete new 132/33kV substation. All required
electrical signals shall be transmitted to the NLDC through the Industrial Gateway of
the substation automation system. All HV breakers, motorized disconnectors, tap
changer, etc. shall be controlled form NLDC through the Gateway of the substation
automation system using IEC 60870-5-104 protocol. All necessary modification works
in the software of master station of NLDC and back up station at Biddut bhaban are to
be carried out.
4O Mandatory spare parts including test equipment
As listed in price schedule
Section IV. Bidding Forms- Price Schedules
BF-P-157
5. MADARIPUR EXISTING SUBSTATION EXPANSION
Item Description
5A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
5A1 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
5A2 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
5A3 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for new line bay .
5A4 Six(6) nos. of 120kV rated voltage, 102kV(rms) continuous operating voltage at 500c,
10kA nominal discharge current, 50Hz, Heavy duty station class, gapless metal oxide
type, single phase surge arresters.
5A5 Six(6) nos. of single phase, 5cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp BIL,
post type current transformer for line bay.
5A6 Nil
5A7 Six(6) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp BIL, Inductive
voltage transformer.
5A8 One(1) lot of flexible conductors [ACSR] for busbar & jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for extension of
busbar to accommodate two line bays.
5A9 One (1) lot of insulators and fittings including all necessary accessories required to
complete 145kV switchyard.
5A10 One(1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
145kV switchyard.
5E Control, Protection, Metering system
Control, metering, protection panel shall accommodate a complete 132kV AIS
comprising two (2) transmission line feeder bays.
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, protection, metering and RTU equipment shall be carried out in this contract.
Section IV. Bidding Forms- Price Schedules
BF-P-158
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawing
comprising the following. Those are to be installed in the existing control building.
5E1 Control and metering panel for two (2) sets of overhead line circuits for two new line
bays Shariatpur line 1&2.
5E2 Protection panel for two (2) sets of overhead line circuits for two new line bays
Shariatpur line 1&2.
5E3 Modification and extension of the existing 132kV bus protection to accommodate the
new two (2) 132kV Shariatpur line bays
5E4 Modification of the existing 132kV synchronising scheme
5E5 Tariff metering to accommodate programmable & recordable digital 3-phase, 4-wire
import and export MWh and MVArh meters (accuracy class 0.2) for two(2) 132kV
line. For each feeder minimum two meters (main & check).
5F Power Cables and Multi-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identified individual core by colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
5G Earthing
Complete set of design, supply and installation of earthing system and lightning
protection screen including connections, connectors and clamps for the portion to be
extended under this turnkey bid and to suit the substation overall arrangement and
provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
5H DC Distribution
One complete new DCDB shall be supply, install, testing and commissioning by
replacing the existing DCDB. Necessary MCB (including 20% spare MCB) and all
other accessories shall be provided to meet all existing connection including
connection required for new two line bays. All necessary works deem to be included
for the connection of new DCDB with existing Battery Charger.
Old DCDB after dismantle shall be returned to respective divisional store of Grid
maintenance division.
5I LVAC Distribution
One complete new LVAC Distribution Board shall be supply, install, testing and
commissioning by replacing the existing ACDB. Necessary MCB (including 20%
spare MCB) and all other accessories shall be provided to meet all existing connection including connection required for new two line bays. All necessary works deem to be
included for the connection of new ACDB with existing Station Auxiliary transformer.
Section IV. Bidding Forms- Price Schedules
BF-P-159
Old ACDB after dismantle shall be returned to respective divisional store of Grid
maintenance division.
5J Civil Works, Building construction and Foundations
5J1 Land leveling of the area for extended switchyard as shown in the bid drawing, by
cutting, land filling, compacting up to the same level of existing substation.
5J2 One(1) lot of complete design, supply and construction of all civil items required for
the extended equipment of additional transmission line bay and buses suitable for
outdoor works such as, switchyard gantry & equipment foundations, internal roads,
cable trenches, surfacing, gravel laying, drainage, boundary walls etc.
The quantity of boundary wall (if required) mentioned on the price schedule may
varied and finalized during detail engineering and the payment shall be as per actual
measurement of work done.
5K Building indoor lighting, Small Power, Air conditioning and Ventilation
Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
(small DC battery/charger set included), LV power supply convenient outlet, new air
conditioning system and ventilation system for existing control building.
5L Outdoor lighting in the switchyard
Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post;
hot dip galvanized) for security, road way and for whole switchyard.
5M Fibre Optic Multiplexer Equipment for Tele-protection and Communication
5M1 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001type, DXC5000 type and DIP5000 type) with brand-
new replacement for the existing subracks of MSE5001 type newly provided. All
necessary modification of facilities, module, cards, cables, etc. shall be included in the
Contract. If necessary, required spare parts/modules for operation and maintenance
shall be listed up and provided as well. Site investigation and check of the available as-
built drawing shall be made. Depending on the result, if necessary, DC power supply
system shall be expanded in the Contract.
5M2 One lot of Optical Distribution Frame (ODF) shall be provided in control room for one
direction, that is, Shariatpur, as shown on the bid drawing
5M3 One lot of underground armoured Fibre-Optic Approach Cable (48 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure for
Shariatpur to the corresponding ODF in the control room. 5M4 Maintenance and Test Tools, including OTDR (Optical Time Domain Reflectometer),
one set.
5N SCADA system for Telecontrol and Telemetering 5N1 Modification and extension of the existing RTU panels (AREVA MiCOM C 264) and
existing MC panels to accommodate the new two (2) 132kV transmission line bays.;
One( 1) lot.
Section IV. Bidding Forms- Price Schedules
BF-P-160
5N2 One(1) lot of Complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol & telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of two new 132kV line bays. All required electrical
signals shall be transmitted to the NLDC through the Remote terminal units (RTU). All
HV breakers, motorized disconnectors etc. shall be controlled form NLDC through the
remote terminal units (RTU) using IEC 60870-5-104 protocol. All necessary
modification works in the software of master station of NLDC and back up station at
Biddut bhaban are to be carried out. The existing RTUs are AREVA, France made
MiCOM C264 type.
Section IV. Bidding Forms- Price Schedules
BF-P-161
6. JOSSORE EXISTING SUBSTATION EXPANSION
Item Description
6A 145 kV Outdoor Switchgear and Associating Equipment
The 145kV outdoor type conventional AIS (Air Insulated Switchgear) shall comply
with the particular requirements as detailed in the Schedule of Technical Requirements
included as Appendix A1 to this section and shall comprise the following:
6A1 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, live tank type, single
pole operated, SF6 gas circuit breaker with spring-stored energy operating mechanism
(for Transmission line bays).
6A2 Two(2) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors with manual earthing switch for new line bay .
6A3 Four(4) sets of 145kV, 1250A, 40kA/1sec, 50Hz, 650kVp BIL, post type, motor
operated disconnectors without earthing switch for new line bay .
6A4 Six(6) nos. of 120kV rated voltage, 102kV(rms) continuous operating voltage at 500c,
10kA nominal discharge current, 50Hz, Heavy duty station class, gapless metal oxide
type, single phase surge arresters.
6A5 Six(6) nos. of single phase, 5cores, multi ratio, 145kV, 40kA/1sec, 50Hz, 650kVp BIL,
post type current transformer for line bay.
6A6 Nil
6A7 Six(6) nos. of single phase, 2 cores, 145kV, 40kA/1sec, 50Hz, 650kVp BIL, Inductive
voltage transformer.
6A8 One(1) lot of flexible conductors [ACSR] for busbar & jackbus, jumper, equipment
connections, including all necessary clamps & connectors required for extension of
busbar to accommodate two line bays.
6A9 One (1) lot of insulators and fittings including all necessary accessories required to
complete 145kV switchyard.
6A10 One(1) lot of steel structures for gantry and equipment supports including nuts & bolts
and cable tray including all necessary fitting & fixing accessories required to complete
145kV switchyard.
6E Control, Protection, Metering system
Control, metering, protection panel shall accommodate a complete 132kV AIS
comprising two (2) transmission line feeder bays.
The sequence of the control panels and protection panels shall mirror the actual
switchyard layout. Space shall be provided adjacent to the control and relay suites for
each voltage level to accommodate sufficient panels for the future extension.
Control and auxiliary power supply cable connection shall be done by under this
Contract, and also testing and commissioning of control, protection, metering and RTU equipment shall be carried out in this contract.
Section IV. Bidding Forms- Price Schedules
BF-P-162
132 kV Circuits
The equipment to be supplied, installed and commissioned is shown on Bid Drawing
comprising the following. Those are to be installed in the existing control building.
6E1 Control and metering panel for two (2) sets of overhead line circuits for two new line
bays Benapole line 1&2.
6E2 Protection panel for two (2) sets of overhead line circuits for two new line bays
Benapole line 1&2.
6E3 Modification and extension of the existing 132kV bus protection to accommodate the
new two (2) 132kV Benapole line bays
6E4 Modification of the existing 132kV synchronising scheme
6E5 Tariff metering to accommodate programmable & recordable digital 3-phase, 4-wire
import and export MWh and MVArh meters (accuracy class 0.2) for two(2) 132kV
line. For each feeder minimum two meters (main & check).
6F Power Cables and Multi-core LV Power and Control Cables
For 400V low voltage auxiliary AC circuit and DC 110V/48V circuit, between all load
items of equipment supplied under the Contract shall be applied the XLPE power cable
as shown on the bid drawing. For control circuit, multi-core CVV (Control vinyl
sheath vinyl insulated) cable shall be adopted with necessary gland, terminated, and
identified individual core by colours & tags. The production of the overall substation
cable routing and core schedules shall also be provided.
6G Earthing
Complete set of design, supply and installation of earthing system and lightning
protection screen including connections, connectors and clamps for the portion to be
extended under this turnkey bid and to suit the substation overall arrangement and
provide supporting design calculations.
One (1) set of 3-phase portable (maintenance) earthing equipment devices with
connectors and telescopic glass fibre operating pole suitable for plant supplied.
6H Batteries, Chargers and DC Distribution
6H1 One complete new DCDB shall be supply, install, testing and commissioning by
replacing the existing DCDB. Necessary MCB (including 20% spare MCB) and all
other accessories shall be provided to meet all existing connection including
connection required for new two line bays. All necessary works deem to be included
for the connection of new DCDB with existing Battery Charger.
Old DCDB after dismantle shall be returned to respective divisional store of Grid
maintenance division.
6H2 Replacement of existing Batteries and their Chargers as followings;
i) China Set-1, 80AH
ii) China Set-2, 80AH
iii) Siemens, 165AH It is necessary to investigate the current condition of the equipment, and conduct the
replacement based on the work procedures approved by the client.
Section IV. Bidding Forms- Price Schedules
BF-P-163
6I LVAC Distribution
One complete new LVAC Distribution Board shall be supply, install, testing and
commissioning by replacing the existing ACDB. Necessary MCB (including 20%
spare MCB) and all other accessories shall be provided to meet all existing connection
including connection required for new two line bays. All necessary works deem to be
included for the connection of new ACDB with existing Station Auxiliary transformer.
Old ACDB after dismantle shall be returned to respective divisional store of Grid
maintenance division.
6J Civil Works, Building construction and Foundations
6J1 Land elevation and leveling of the area for extended switchyard as shown in the bid
drawing, by cutting, land filling, compacting up to the same level of existing substation.
Some portion of the existing pond near switchyard shall be filled by imported carried
earth free from foreign solid particles and organic materials in addition to the earth
recovered from digging of foundation, to make the top of the final ground level of
substation 0.5m high from highest flood level and final compaction to be achieved 95%
for total volume 4,000 cubic meter. The volume of earth filling may be varied but the
payment shall be as per actual measurement of work done.
6J2 One(1) lot of complete design, supply and construction of all civil items required for
the extended equipment of additional transmission line bay and buses suitable for
outdoor works such as, switchyard gantry & equipment foundations, internal roads,
cable trenches, surfacing, gravel laying, drainage, boundary chain-link fence, etc.
6K Building indoor lighting, Small Power, Air conditioning and Ventilation
Complete design and calculations, supply, installation and commissioning of
equipment, to provide indoor lighting (LED type lamp fixture), emergency lighting
(small DC battery/charger set included), LV power supply convenient outlet, new air
conditioning system and ventilation system for existing control building.
6L Outdoor lighting in the switchyard
Complete design and calculations, supply, installation and commissioning of
equipment, to provide outdoor lighting (Mercury lamp with highway type steel post;
hot dip galvanized) for security, road way and for whole switchyard.
6M Fibre Optic Multiplexer Equipment for Tele-protection andCommunication
6M1 Modification and extension of the existing Fibre-Optic Multiplexer Equipment
(AREVA, France make MSE5001type, DXC5000 type and DIP5000 type) with brand-
new replacement for the existing subracks of MSE5001 type newly provided. All
necessary modification of facilities, module, cards, cables, etc. shall be included in the
Contract. If necessary, required spare parts/modules for operation and maintenance
shall be listed up and provided as well. Site investigation and check of the available as-
built drawing shall be made. Depending on the result, if necessary, DC power supply
system shall be expanded in the Contract.
6M2 One lot of Optical Distribution Frame (ODF) shall be provided in control room for one
direction, that is, Benapole, as shown on the bid drawing
6M3 One lot of underground armoured Fibre-Optic Approach Cable (48 cores) shall be
provided and installed from the terminal splice box (SB) at the gantry structure for
Benapole to the corresponding ODF in the control room.
Section IV. Bidding Forms- Price Schedules
BF-P-164
6M4 Maintenance and Test Tools, including OTDR (Optical Time Domain Reflectometer),
one set.
6N SCADA system for Telecontrol and Telemetering 6N1 Modification and extension of the existing RTU panels (AREVA MiCOM C 264) and
existing MC panels to accommodate the new two (2) 132kV transmission line bays.;
One( 1) lot. 6N2 One(1) lot of Complete design, supply, delivery, installation, testing & commissioning
of hardware and software to provide the telecontrol & telemetering facilities required at
the existing National Load Despatch Center (NLDC) at Aftabnagar and back up station
at Biddut bhaban for integration of two new 132kV line bays. All required electrical
signals shall be transmitted to the NLDC through the Remote terminal units (RTU). All
HV breakers, motorized disconnectors etc. shall be controlled form NLDC through the
remote terminal units (RTU) using IEC 60870-5-104 protocol. All necessary
modification works in the software of master station of NLDC and back up station at
Biddut bhaban are to be carried out. The existing RTUs are AREVA, France made
MiCOM C264 type.
Section IV. Bidding Forms- Price Schedules
BF-P-165
A3. SCHEDULE OF TECHNICAL REQUIREMENTS
APPENDIX A1
SCHEDULE OF TECHNICAL REQUIREMENTS
145KV OUTDOOR SWITCHGEAR AND ASSOCIATING EQUIPMENT
Sl.No. Descriptions Unit Data
1. Site Condition
Max. Altitude above sea level
Max. ambient temperature , outdoor
Min. ambient temperature, indoor
Max. ambient relative humidity
Max. Seismic acceleration at floor level
- horizontal
- Vertical
m
℃
℃
%
g
g
not more than 1000
+45
+4
100
0.2
0.2
2. Circuit breaker: EQ No. A1, A4, A7
Type
Material of Contacts
No. of breaks per phase
Rated voltage
Rated continuous current at 40oC ambient temp
Rated short time breaking current (r.m.s)
Rated peak withstand current (peak)
Percentage d.c. component
First-pole-to-clear-factor
Rated breaking current, small capacitive currents
- line charging
Switching overvoltage
Operating mechanism:
Auto reclosure
Operating mechanism
- for closing
- for opening
Making coil
- number per operating mechanism
- rated power each
Tripping coil
- number per operating mechanism
- rated power each
- voltage tolerances
Rated motor voltage
Rated motor power
Auxiliary contacts
- number (NC/NO/wiping)
Pcs
kV
A
kA
kA
%
A
p.u
Pcs
W
Pcs
W
%
V d.c.
W
Pcs
Outdoor live tank,
puffer
Silver plated copper
1
145
1250, 2000, 3000
40
100
40
1.3
250
2.5
Single/three phase
Spring/Spring
Spring/Spring
1
2
-30/+10
110
9 / 9/ 2
Section IV. Bidding Forms- Price Schedules
BF-P-166
Sl.No. Descriptions Unit Data
Rated operating sequence
- t
- t’
Max. closing time
Max. dead time
Max. break time
Max. Arcing time
Gas compartment:
Gas quantity (3-pahse ) of circuit breaker
Type of gas monitoring
sec
min.
ms
ms
ms
ms
kg
O-t-CO-t’-CO
0.3
3
65
300
60
density monitor
3.
Disconnecting switch: EQ No. A2, A3, A5, A6,A8
Type
No. of breaks in series (per phase)
Rated voltage
Rated continuous current at 40oC ambient temp
Rated breaking current (capacitive)
Operating mechanism
- for closing
- for opening
Max. operating time
- for closing
- for opening
Auxiliary contacts
- number/(NC/NO)
Rated motor voltage
Rated motor power
Pcs
kV
A
A
Sec.
Sec.
pcs
V d.c.
W
Outdoor, motor operated,
horizontal three phase blade
gang operated
1
145
1250, 2000, 3000
2.0
motor
motor
less than 3.0
less than 3.0
6/6
110
4. Earthing switch associated with line disconnecting
switch: EQ No. A2
Type
Interlock mechanism
Auxiliary contacts
- number/(NC/NO)
pcs
Outdoor, three phase gang
operated by manual
Electrical and mechanical
3/3
5. Current Transformer: EQ No. A10 to A15
Type
Rated voltage
CT ratios, Class, and output
kV
A
Outdoor, Insulator type,
Oil immersed, 1 phase x 3
145
T/L bay ; 5 cores
3000-2000/1,Cl.X, 30VA
1600-800/1,Cl. 0.5, 30VA
Section IV. Bidding Forms- Price Schedules
BF-P-167
Sl.No. Descriptions Unit Data
A
A
A
A
1600-800/1,Cl. 0.2, 30VA
1600-800/1, 5P20 ,30VA
1600-800/1, 5P20 ,30VA
Bus Coupler 1; 2 cores
3000-2000/1,5P20, 30VA
3000-2000/1,Cl. X, 30VA
Bus Coupler 2; 2 cores
3000-2000/1,Cl. X, 30VA
3000-2000/1,Cl 0.2, 30VA
TR bay : 4 cores
3000-2000/1,
Cl. X,30VA,
800-400/1,
Cl. 0.2 , 30VA,
800-400/1,
5P20, 30VA(2 core)
As shown on the single line
diagram
6 Voltage Transformer: EQ No. A16
Type
Ratio
Total burden
Accuracy class
V
VA
Outdoor oil immersed,
3 phase
132,000/√3/110/√3/110/√3
50
3P/class 0.2
7 Surge Arresters: EQ No. A9
Rated Voltage
Nominal Discharge Current
Discharge Class
Type
kV
kA
120
10
Heavy duty class 3
Outdoor type,
Gapless metal oxide
Section IV. Bidding Forms- Price Schedules
BF-P-168
APPENDIX A2.1
SCHEDULE OF TECHNICAL REQUIREMENTS
132/33 kV MAIN TRANSFORMERS
Sl. No. Description Unit Requirement
1
Maximum continuous rating (MCR) for3 phase unit
at ONAN
at ONAF
MVA
MVA
50
75
2
Number of Phases
3
3
Number of windings
2
4
Normal ratio of transformation at no load and
at principle tap - HV/LV
kV
132/34.5
5.1
Corresponding highest system
Voltages HV/LV
kV
145/36
5.2
Corresponding lowest system frequency
Hz
48
6
Minimum withstand voltages:
Full wave impulse withstand
of windings
of line terminal bushings
Induced over voltage
Power frequency withstand of neutral
kVp
kVp
kV rms
kV rms
650/200
650/200
7
Type of cooling
ONAN/ONAF
8.
Service conditions:
External cooling medium
Altitude not exceeding
Max. ambient shade temperature
Min. ambient shade temperature
Max. daily average temperature
Annual average ambient temperature θay
Cooling medium temperatureθa
θa = θay + A sin(2πt)/(365x24) + B sin (2πt)/24
A: annual fluctuation of daily average ambient temperature
(oC)
B: daily fluctuation of ambient temperature (oC)
m oC
oC
oC
oC
oC
Air
150
45
4
35
25
30
Section IV. Bidding Forms- Price Schedules
BF-P-169
Sl. No. Description Unit Requirement
9.1 Maximum temperature :
- Top oil rise normal; = 50 – (30-25)
- Average ONAN winding rise; = 95 – 15-30
- Average ONAF winding rise; = 95 – 15-30
oC
oC
oC
45
50
50
9.2 Maximum hot spot temperature at the ambient air temperature as
equivalent constant temperature (θa) to get
30 years life expectation
oC
95
9.3
Winding hot spot temperature onemergency overload not
exceeding
oC
110
10
Phase connections:
(a) HV winding
(b) LV winding
(c) Vector group - HV/LV
Delta
Star
Dyn1
11
Short circuit withstand
fault level at terminals of:
132 kV busbars
33 kV busbars
kA
kA
40
31.5
12
Impedance voltage at 75 oC and at
normal tap and MCR between
windings (% on HV Base):
HV & LV % on HV base
%
10 12
13
Not applied
14
Total range of variation of on load
transformation ratio (on HV side) as sl. no. 4:
ratio
ratio
Size of steps
plus %
minus %
10
10
1.25
15.1
Type of control
On load local,
remote and
supervisory
electrical and hand
operation
15.2
Line drop compensation
Yes
16 Whether automatic control
required and referenced voltage
Yes, 110V, 50Hz
Section IV. Bidding Forms- Price Schedules
BF-P-170
Sl. No. Description Unit Requirement
17 Whether separate remote control
panel required
Yes
18
Estimated distance between remote control point and transformer
m
See drawings
19
DC supply:
Nominal
Maximum float voltage,
V
V
110
125
20
Whether provision for supervisory control required, including
AVR setting
Yes
21
Whether marshalling kiosk
required
Tankside
Cubicle
22
Number of transformers for which automatic control is to be
suitable
2 (and provision
for future 3rd)
23
TERMINATIONS
Terminals:
i) HV line
ii) LV line
iii) Neutral
Bushing (Brown)
Bushing (Brown)
Bushing (Brown)
24
BCT PARTICULARS
i) HV (132kV) Side:
Core 1 and Core 2:
ii) LV (33kV) Side:
Core 1, 2,3 &Core 4
A
A
Core-1:
400/1A,5P20,30VA,
Core-2:
Ratio, burden and
accuracy class
shall be matched
with WTI.
Core-1:
1600/1A, 5P20,
30VA, (87T)
Core-2:
1600/1A, 5P20,
30VA, (REF)
Core 3 &4: Ratio,
burden and
accuracy class
shall be matched
with WTI& Tap
changer.
Section IV. Bidding Forms- Price Schedules
BF-P-171
Sl. No. Description Unit Requirement
iii) Neutral Side:
Core 1 and Core 2
A
Core-1:
1600/1A,30VA,
5P20 for 51N
Core-2:
1600/1A, 30VA,
5P20 for REF
25 Accommodation on tank for LVneutralBCT No
26
Pollution category of outdoor
bushing insulators
(Not applied)
25 mm/kV
of system rated
(highest)
voltage
27
COOLING
Number of cooler banks required
per transformer
To suit
transformer design
28
Rating of each cooler bank as
percentage of total loss at CMR %
%
50
29
Standby cooling requirement
One fan in each
group
30
GENERAL
Type of oil preservation system
Air Seal Cell
31
Maximum acceptable noise level
78 dBA
Section IV. Bidding Forms- Price Schedules
BF-P-172
APPENDIX A2.2
SCHEDULE OF TECHNICAL REQUIREMENTS
132/33 kV, 80/120MVA MAIN TRANSFORMERS
Sl. No. Description Unit Requirement
1
Maximum continuous rating (MCR) for3 phase unit
at ONAN
at ONAF
MVA
MVA
80
120
2
Number of Phases
3
3
Number of windings
2
4
Normal ratio of transformation at no load and
at principle tap - HV/LV
kV
132/34.5
5.1
Corresponding highest system
Voltages HV/LV
kV
145/36
5.2
Corresponding lowest system frequency
Hz
48
6
Minimum withstand voltages:
Full wave impulse withstand
of windings
of line terminal bushings
Induced over voltage
Power frequency withstand of neutral
kVp
kVp
kV rms
kV rms
650/200
650/200
7
Type of cooling
ONAN/ONAF
8.
Service conditions:
External cooling medium
Altitude not exceeding
Max. ambient shade temperature
Min. ambient shade temperature
Max. daily average temperature
Annual average ambient temperature θay
Cooling medium temperatureθa
θa = θay + A sin(2πt)/(365x24) + B sin (2πt)/24
A: annual fluctuation of daily average ambient temperature
(oC)
B: daily fluctuation of ambient temperature (oC)
m oC
oC
oC
oC
oC
Air
150
45
4
35
25
30
Section IV. Bidding Forms- Price Schedules
BF-P-173
Sl. No. Description Unit Requirement
9.1
Maximum temperature :
- Top oil rise normal; = 50 – (30-25)
- Average ONAN winding rise; = 95 – 15-30
- Average ONAF winding rise; = 95 – 15-30
oC
oC
oC
45
50
50
9.2 Maximum hot spot temperature at the ambient air temperature as
equivalent constant temperature (θa) to get
30 years life expectation
oC
95
9.3 Winding hot spot temperature onemergency overload not
exceeding
oC 110
10 Phase connections:
(a) HV winding
(b) LV winding
(c) Vector group - HV/LV
Delta
Star
Dyn1
11 Short circuit withstand
fault level at terminals of:
132 kV busbars
33 kV busbars
kA
kA
40
31.5
12 Impedance voltage at 75 oC and at
normal tap and MCR between
windings (% on HV Base):
HV & LV % on HV base
%
10 12
13 Not applied
14 Total range of variation of on load
transformation ratio (on HV side) as sl. no. 4:
ratio
ratio
Size of steps
plus %
minus %
10
10
1.25
15.1 Type of control
On load local,
remote and
supervisory
electrical and hand
operation
15.2 Line drop compensation Yes
16 Whether automatic control
required and referenced voltage
Yes, 110V, 50Hz
17 Whether separate remote control
panel required
Yes
18 Estimated distance between remote control point and transformer m See drawings
19 DC supply:
Nominal
Maximum float voltage,
V
V
110
125
Section IV. Bidding Forms- Price Schedules
BF-P-174
Sl. No. Description Unit Requirement
20
Whether provision for supervisory control required, including
AVR setting
Yes
21 Whether marshalling kiosk
required
Tankside
Cubicle
22
Number of transformers for which automatic control is to be
suitable
2 (and provision
for future 3rd)
23
TERMINATIONS
Terminals:
ii) HV line
ii) LV line
iii) Neutral
Bushing (Brown)
Bushing (Brown)
Bushing (Brown)
24
BCT PARTICULARS
i) HV (132kV) Side:
Core 1 and Core 2:
ii) LV (33kV) Side:
Core 1, 2,3 &Core 4
A
A
Core-1:
600/1A,5P20,30V
A,
Core-2:
Ratio, burden and
accuracy class
shall be matched
with WTI.
Core-1:
2400/1A, 5P20,
30VA, (87T)
Core-2:
2400/1A, 5P20,
30VA, (REF)
Core 3 &4: Ratio,
burden and
accuracy class
shall be matched
with WTI& Tap
changer.
iii) Neutral Side:
Core 1 and Core 2
A Core-1:
2400/1A,30VA,
5P20 for 51N
Core-2:
2400/1A, 30VA,
5P20 for REF
Section IV. Bidding Forms- Price Schedules
BF-P-175
Sl. No. Description Unit Requirement
25
Accommodation on tank for LV neutral BCT
No
26
Pollution category of outdoor
bushing insulators
(Not applied)
25 mm/kV
of system rated
(highest)
voltage
27
COOLING
Number of cooler banks required
per transformer
To suit transformer
design
28
Rating of each cooler bank as
percentage of total loss at CMR %
%
50
29
Standby cooling requirement
One fan in each
group
30 GENERAL
Type of oil preservation system
Air Seal Cell
31
Maximum acceptable noise level
78 dBA
Section IV. Bidding Forms- Price Schedules
BF-P-176
APPENDIX A3
SCHEDULE OF TECHNICAL REQUIREMENTS
33kV OUTDOOR SWITCHGEAR AND ASSOCIATING EQUIPMENT
Sl. No.
Description
Unit
Requirement
1 Electrical data
Rated voltage
Rated frequency
Rated short time withstand current for 1 sec. (r.m.s)
Rated peak withstand current (peak)
Rated continuous current at 40ºC ambient temperature
-Bus section
-Incoming feeder
-Outgoing feeder
Insulation level
-Lightning impulse withstand voltage
-Power frequency withstand voltage
kV
Hz
kA
kA
A
A
A
kV
kV
36
50
31.5
80
2500
2500
-
170
70
2
Circuit breaker: EQ No. C1
Type
Rated voltage
Breaking time
Operation duty
Rated current and rupturing capacity
-Incoming feeder
Note) For outgoing feeder CB will be furnished by
the distribution power company under
his responsibility
kV
c/s
A/kA
Outdoor, SF6 gas or
vacuum type ,
Spring and motor
charged, Live tank
36
3
CO-15sec.-CO
-
3
LBS with power fuse (Fuse disconnecting switch) for
Station transformer feeder: EQ No. C3
Type
Rated voltage
Rated current and short time current
-Disconnecting SW
-Power fuse
kV
A/kA
A
Outdoor, 3poles manual
operated, structure
mounted
36
200/ 25
10
4 Disconnecting Switch for Incoming feeders and Bus
Section IV. Bidding Forms- Price Schedules
BF-P-177
Sl. No.
Description
Unit
Requirement
sector: EQ No. C2
Type
Rated voltage
Rated current
Rated breaking current (capacitive)
kV
A
A
Outdoor, vertical single
break three phase blade
gang manual operate,
Structure mounted
36
2500(Tr bay)
2500(Bus section)
2.0
5 Surge Arrester: EQ No. C4
Type
Rated Voltage
Nominal Discharge Current
Discharge Class
kV
kA
Outdoor, gapless
30
10
Heavy duty class 3
6 Current Transformer: EQ No. C5
Type
CT ratios, Class, and output
A
Outdoor, Insulator type,
Oil immersed,
1 phase x 3
Incoming feeder 3cores
2400-1600/1A, 30VA,
Class 0.2 (Core 1) for
metering
2400-1600/1A, 30VA,
5P20 (Core 2) for 50/51
2400-1600/1A, 30VA,
5P20 (Core 3) for ratio
87T,
7 Voltage Transformer: EQ No. C6
Type
Ratio
Total burden
Accuracy
kV
VA
Outdoor, Oilimmersed,
Threephase, One 2ry
33kV / 110V/110V
50
Class 0.2/3P
√3 √3 √3
Section IV. Bidding Forms- Price Schedules
BF-P-178
APPENDIX A4
SCHEDULE OF TECHNICAL REQUIREMENTS
STATION SERVICE TRANSFORMERS
Sl. No. Description Unit Requirement
1
Rated capacity
kVA
200
2 Number of Phases 3
3
Rated voltage
33kV±15%/415-240V
4
Rated frequency
Hz
50
5
Type
Outdoor,
Oil immersed, ONAN
6
Phase connections:
(a) HV winding
(b) LV winding
(c) Vector group - HV/LV
Delta
Star
Dyn11
Impedance voltage % 5
7 Neutral CT
A 400/1A, 5P20, x 1
Section IV. Bidding Forms- Price Schedules
BF-P-179
APPENDIX A5
SCHEDULE OF TECHNICAL REQUIREMENTS OF NI-CAD BATTERY DESCRIPTION :
1. Installation : Indoor
2. Cell type : Ni-cd
3. Voltage (Normal) : 1.2 volts per cell
4. Float voltage : 1.40-1.42 volt/cell
5. Equalizing voltage : 1.55 - 1.65 volt/cell
6. Capacity in AH at 20°C : 460 AH @ 5Hr ( for 110 V DC)
7. Ambient temperature : 45°C
8. Positive Plate : Tubular
9. Negative plate : Pasted
10. Type of container : SAN
11. Discharge voltage : 1.0 V/Cell
12. Sp. gravity of electrolyte : 1.19 ± 1%
13. Sp. gravity of electrolyte (Charged) : 1.23 ± .010 at 20°C
14. Vent plug : Anti-corrosive & fire proof
15. Cell condition : Pre-charged.
16. Battery stand : Steel frame of step type.
17. Standard : Applicable IEC standard
or Equivalent
Section IV. Bidding Forms- Price Schedules
BF-P-180
APPENDIX A6
SCHEDULE OF TECHNICAL REQUIREMENTS OF 110V BATERY CHARGER A) GENERAL
1. Installation : Indoor
2. Rectifier type : Thyristor controlled.
3. Rated D.C. voltage : 110V ±5%
4. Rated output current : 120 Amps
5. Charging mode Both constant current & constant
voltage
6. High Voltage Insulation : 1000 AC for 1 minute between
input to output and input to
ground.
7. Insulation resistance : 10 M with 500V D.C for 1
minute.
8. Cooling system : Self & natural air cooled.
9. Relative humidity : Upto 98%
10. Ambient temperature : 45°C (max.)
11. Noise level : 65 dB (max)
12. Altitude : 1000 m
13. Applicable Standard : IEC/BS or equivalent.
B) TECHNICAL DATA
A.C. INPUT
1. Voltage : 415 Volts
2. Phase : 3 Phase
3. Frequency : 50±5% Hz
4. Input AC voltage variation : ±5%
5. Power factor (Full range) : 0.8
6. Efficiency (Full load) : 85%
7. Charge Characteristics : Constant current /Constant
voltage (During float charge)
8. Current limitation : 110%
D.C. OUTPUT
1. Voltage : 110±5% volt
2. Ripple Voltage (Full load) : ±3%
3. Charge modes (3 level) : Charge, Float charge, Boost
charge.
4. Float Voltage (adjustable) : 1.42 volt/cell.
5. Boost Voltage (adjustable) : 1.53 volt/cell .
Section IV. Bidding Forms- Price Schedules
BF-P-181
APPENDIX A7
SCHEDULE OF TECHNICAL REQUIREMENTS OF
SUBSTATION AUTOMATION SYSTEM
1. General Requirement:
Standards to be complied with Substation Automation system
Test Ca. Damp heat steady state
Test Db and guidance; Damp heat cyclic
Digital I/O, Analogue I/O dielectric Tests
Digital I/O, Surge withstand test
Radio interference test
Transient fast burst test
Static Discharge
Electromagnetic fields
IEC 60068-2-3
IEC 60068-2-30
IEC 60870-3 class 2
IEC 60801-5/Class 2
IEC 60870-3/Calss 2
IEC 60801-4/4
IEC 60801-2/4
IEC 60801-3-3
Temperature range (min/max)
Relative humidity
Intelligent Electronic Devices (IED’s)
- serial communication interface included?
- Protection & Control IED’s connected same bus?
- self monitoring
- display of measured values
- remote parameterization
- disturbance record upload and analysis
Availability Calculation shall be furnished for each
equipments as well as for the entire system
ºC 0/50
% 93
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
2. Detailed Requirements:
Number of years of proven field experience of offered
system.
(Note: proof of experience should be furnished. The
components used in the offered system and those with
field experience should be the same)
Design life of substation Automation System
Manufacturers quality assurance system
Dimensions of cubicle
- Width
- Depth
- Height
- Floor load
5 Yrs.
20 Yrs
ISO 9001/9002 or equivalent
mm
mm
mm
N/m2 max.600
3. Station Level Equipment:
Station Controller
MTBF (Mean time between Failures)
MTTR (Mean time to repair)
Industrial PC
Hrs
Hrs
Section IV. Bidding Forms- Price Schedules
BF-P-182
Dual Station Computers Provided in redundant hot
standby
Hot standby take over time
Annunciator for Station PC system software
Number of years of proven field experience of offered
software
Operating System
All standard picture as per spec included in HMI
Process Status Display & Command Procedures
Event processing as per spec
Alarm processing as per spec
Reports as per spec
Trend Display as per spec
User Authority levels as per spec
System supervision & monitoring as per spec
Automatic sequence control as per spec
Yes
Seconds
16 Windows
5 Yrs
Windows
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
4. Gateway to National Load dispatch Center
Number of years of proven filed experience of offered
unit
Insulation tests
Fast disturbance tests
Industrial environment
Industrial grade hardware with no moving parts
(PC based gateway is not accepted)
Design life of offered equipment
Redundant communication channel
Redundant CPU
Redundant DC/DC Supply
MTBF (Mean time between Failures)
MTTR (Mean time to repair)
5Yrs
IEC 60255-5
IEC 61000-4-4,Calss 4
EN 50081-2 Class A
Yes
20 Yrs
Yes
Yes
Yes
Hrs
Hrs
5. Station Bus:
Physical Meduim Glass fibre optic
6. Interbay Bus
Physical Meduim Glass fibre optic
7. Printer server
MTBF Hrs
8. Event Printer
MTBF Hrs
9. Hard Copy colour Printer
MTBF Hrs
10. Master Clock – GPS (Global Positioning System) Receiver:
MTBF Hrs
Section IV. Bidding Forms- Price Schedules
BF-P-183
11. Bay control Unit - HV
Number of years of proven field experience of offered
unit
Separate Bay controller unit provided for each bay &
feeder
Type of bay controller offered HV/MV
Select Before Operate with Open Execute & Close
Execute
Single bit dependence
Interlocking, bay & Station wide
Synchrocheck function
- Maximum Voltage difference
- Maximum Frequency difference
- Maximum Phase difference
Double command blocking
Independent settable parameter groups
Local Display Unit
Sequence of event recorder
- Events
- Time resolution
Disturbance recorder function
Comprehensive self-supervision
Battery free backup of events and disturbance records
Insulation tests
Fast disturbance tests
MTBF
MTTR
Temperature range: IED’s
- Operation
- Transport and storage
Relative humidity:
- Operating max./min
- Transport and storage
5 Yrs
Yes
HV
Yes
No
Yes
Specify range
Specify range
Specify range
Yes
4
Yes
256
1 ms
Yes
Yes
Yes
IEC 60255-5
IEC 61000-4-4, Class 4
Hrs
Hrs
℃ -10 to +50
℃ -10 to +50
% 93
% 93
12. Back up control mimic -HV
Control functionality:
Control of breaker as well as all isolators/earthing
switch
(Control functionality should not be affected if bay
controller fails)
Key-Locked
Interlock override function
Separate backup control mimic provided for each bay
& feeder
Yes
Yes
Yes
Yes
Section IV. Bidding Forms- Price Schedules
BF-P-184
13. Bay Control Unit - MV
Number of years of proven field experience of offered
unit
Separate Bay controller unit provided for each bay &
feeder
Control functionality implementation in software:
Select before Operate with Open Execute & Close
Execute
Interlocking, Bay & Station Wide
Synchrocheck function
- Maximum Voltage difference
- Maximum Frequency difference
- Maximum Phase difference
Local Display Unit
Sequence of event recorder
- Events
- Time resolution
Disturbance recorder function
Comprehensive self-supervision
Insulation tests
Fast disturbance tests
MTBF
MTTR
Temperature range: IED’s
- Operation
- Transport and storage
Relative humidity:
- Operating max./min
- Transport and storage
5 Yrs
Yes
Yes
Yes
Specify range
Specify range
Specify range
Yes
Specify
1 ms
Yes
Yes
IEC 60255-5
IEC 61000-4-4, Class 4
Hrs
Hrs
ºC -10 to +50
ºC -10 to +70
% 93
% 93
14. Back up control mimic - MV
Control functionality:
Control of breaker as well as all isolators/earthing
switches
Separate backup control mimic provided for each bay
& feeder
Yes
Yes
15. System Performance:
Exchange of display (First reaction)
Presentation of a binary change in the process display
Presentation of an analogue change in the process
display
From order to process output
From order to updated of display
< 1 S
< 0.5 S
< 1 S
< 0.5 S
< 1.5 S
Section IV. Bidding Forms- Price Schedules
BF-P-185
APPENDIX A8
SCHEDULE OF TECHNICAL REQUIREMENTS OF
FIBRE OPTIC MULTIPLEXER EQUIPMENT FOR COMMUNICATION AND
PROTECTION
SL.No. DESCRIPTION UNIT REQUIRED
1.0 GENERAL:
1.1 Type of multiplexer SDH: ADM
1.2 Complying to ITU-T rec. Yes
1.3 Transmission Capacity Highest SDH
Supported SDH
Mbit/s
Mbit/s
STM-4: 622
STM-1: 155
1.4 Access capacity on 64 kbit/s channels Minimum 200
1.5 Access capacity on 2 Mbit/s channels Minimum 40
1.6 Redundant central processor Shall be available
1.7 Digital cross connect function Fully non-blocking
1.8 SDH cross connection capacity, high order Minimum 64 VC-4
1.9 SDH cross connection capacity, low order Minimum 1008 VC-12
2.0 Available AGGREGATES:
2.1 Optical aggregates (ITU-T G.957) STM-4
STM-1
L-4.1, L-4.2
L- 1.1, L- 1.2
3.0 Available TRUNK INTERFACES:
3.1 HDB3, 2 Mbit/s interfaces per module No. Minimum 8
3.2 Complying to ITU-T rec. G.703, transparent
G.704, selectable
3.3 HDSL, 2Mbit/s interface: no. of copper wires
Capacity on 2Mbit/s or on 1Mbit/s
Capacity selectable
No.
ch
ch / pair of wire
4 or 2
30 or 15
30/2 pairs
30/1 pair
15/1 pair
4.0 Available USER INTERFACES
4.1 Voice interfaces for trunk lines:
4.1.1 1 + 1 com path protection, available for all Yes
4.1.2 Analogue, 4wire with E&M: Input level
Output level
dBr +7.5..-16
+7.0..-16.5
4.1.3 Analogue, 2wire with E&M: Input level
Output level
dBr
+6.5..-12.5
-1.0..-20
4.1.4 Digital, 2Mbit/s CAS or PRI Yes
4.2 Voice interfaces for remote subscriber:
4.2.1 2 wire, subscriber side dBr -5..+4/-7.5..-1
4.2.2 2 wire, PABX side dBr -5..+4/-7.5..-3
4.3 Integrated teleprotection
4.3.1 Interface for Commands:
4.3.1.1 Number of independent commands No. 4
4.3.1.2 Transmission time max. ms 6
4.3.1.3 Signal voltage Vpeak 250
Section IV. Bidding Forms- Price Schedules
BF-P-186
SL.No. DESCRIPTION UNIT REQUIRED
4.3.1.4 1 + 1 com path protection Yes
4.3.2 Interface(s) for Differential Protection:
4.3.2.1 Electrical interface: G.703 kbit/s 64
4.3.2.2 Optical Interface IEC 60870-5-1 kbit/s Minimum 64
4.3.2.3 Optical Interface C37.94: Transmission rate
Payload for protection relay
Mbit/s
Kbit/s
2.048
64-768
4.4 Data: channels per module
4.4.1 1 + 1 com path protection, available for all Yes
4.4.2 V.24/V.28 (RS-232): up to 38.4kbit/s No. 4
4.4.3 V.11/X.24(RS-422): 64kbit/s No. 4
4.4.4 V.35: 64kbit/s No. 4
4.4.5 V.36 (RS-449): 64kbit/s No. 2
4.4.6 G.703: 64kbit/s No. 8
4.4.7 Ethernet: 10/100Base T
WAN capacity
Protocols
No.
Mbit/s
Min. 8
Min. 2x 2Mbit/s
Min.: IP
4.5 Integrated alarm gathering module:
4.5.1 Number of external alarms per module No. Min. 20
4.5.2 Auxiliary power supply for ext. contacts Yes
4.6 Network Management System
4.6.1 Type/Name of configuration tool
4.6.2 For fault / configuration management Yes/ yes
4.6.3 For local / remote operation Yes/ yes
4.6.4 Data communication network (DCN) Ethernet/IP or
Ethernet /OSI
4.7 Ambient Conditions:
4.7.1 Storage: ETS 300 019-1-1,class 1.2 ˚C / % hum -25..+ 55 /class 1.2
4.7.2 Transport: ETS 300 019-1-2, class 2.2 ˚C / % hum -25..+ 70 /class 2.2
4.7.3 Operation: ETS 300 019-1-3, class 3.1E ˚C / % hum -5 .. +45 / class 3. 1 E
4.8 Power Supply
4.8.1 Operation VDC 48 / 60 (-15/+20%)
4.8.2 Fully redundant power supply Yes
4.9 Engineering Order Wire (EOW) Yes
4.10 IP Phone Yes
BF-T-1
TECHNICAL PROPOSAL
Bidder shall furnish a Technical Proposal including all the following items in sufficient detail to demonstrate substantial responsiveness of the Bidder’s proposal. Failure to furnish any of the following Schedules and Forms with Bid will result rejection of the Bid as non-responsive.
Schedule T1: Technical Particulars and Guarantees
Schedule T2: Site Organization
Schedule T3: Method Statement
Schedule T4: Mobilization Schedule & Construction Schedule
Schedule T5: Manufacturer’s Name & Nationality and Place of Testing
Schedule T6: Plant (Drawings and Documents to be submitted with Bid)
Schedule T7: Safety Plan
Form FUNC: Functional Guarantee
Form RER-1: Proposed Personnel
Form RER-2: Resume of Proposed Personnel
Form EQU: Equipment
Form MAN: Manufacturer's Authorization
BF-T-2
Schedule T1 Technical Particulars and Guarantees
Bidder shall furnish the individual sheets of technical particulars and guarantees for all proposed ratings and types with Bid.
PART 1 – SWITCHGEAR
1.1 145kV OUTDOOR TYPE CIRCUIT BREAKER Sl.No. Descriptions Unit Bidder’s Data 1. Type designation, SF6 gas in the breaker body
Manufacturer’s name & address Applied Standard Type (outdoor, dead tank or live tank ? ) Material of contact Max. moisture content Max. permissible air content Max. SF6 gas leak per year SF6 gas filling pressure at 20 ambient temp. Min. SF6 gas service pressure at 40 ambient temp. Min. SF6 gas service pressure at -25 ambient temp. Type of gas monitoring Signal; “Loss of SF6 gas” at 20 ambient temp Signal; “Min. SF6 gas density” at 20 ambient temp Type of the pressure relief device Material of the pressure relief device Setting of the pressure relief device
p.pm Vol %
% bar bar bar
bar
Density monitor
2. Electrical data Rated Voltage Rated frequency Rated power frequency withstand voltage (r.m.s value 1 min.) - phase to earth - phase to phase - across open isolator - across open gap c.b.
kV Hz
kV kV kV kV
145 50
Rated lightning impulse withstand voltage (r.m.s value 1 min) - phase to earth - phase to phase - across open isolator - across open gap c.b.
kV kV kV kV
No. of breaks per phase Rated continuous current at 40oC ambient temp Rated short time breaking current Rated peak withstand current Percentage d.c. component First-pole-to-clear-factor Rated breaking current, small capacitive currents
Pcs A
kA kA %
BF-T-3
Sl.No. Descriptions Unit Bidder’s Data - line charging - cable charging - capacitor bank
Rated breaking current, small inductive currents - unloaded transformers - transformer loaded with reactor - Shunt reactors
Switching over voltage Max. leakage current between opening main contactors under nominal voltage charging (due to stray capacitance between contactors)
A A A
A A A
p.u mA
3 Operating mechanism:
Auto reclosure (single or three phase)
Operating mechanism
- for closing
- for opening
Making coil
- number per operating mechanism
- rated power each
Tripping coil
- number per operating mechanism
- rated power each
- voltage tolerances
Rated motor voltage
Rated motor power
Auxiliary contacts
- number (NC/NO/wiping)
Rated operating sequence
- t
- t’
Max. closing time
Max. dead time
Max. break time
Max. Arcing time
pcs
W
pcs
W
%
V d.c.
W
Pcs
sec.
min.
ms
ms
ms
ms
Spring/Spring
Spring/Spring
1
2
-30/+10
O-t-CO-t’-O
0.3
3
65
300
60
BF-T-4
1.2 145kV OUTDOOR TYPE DISCONNECTING SWITCH /EARTHING SWITCH
Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Material of contact No. of breaks in series (per phase) Operating mechanism
- for closing - for opening Max. operating time
- for closing - for opening Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 40 ambient temp. Rated breaking current (capacitive) Rated motor voltage Rated motor power Type of earthing switch Interlock mechanism Auxiliary contacts
- number (NC/NO)
sec sec
kV A A V W
Outdoor, motor operated, horizontal three phase blade
gang operated
1
DC/AC motor DC/AC motor
6/6 145
1250
Outdoor, three phase gang
operated by manual Electrical and mechanical
3/3
BF-T-5
1.3 132KV CURRENT TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage CT ratio, Class and Output
- for T/L bay
- for Bus coupler 1 (bus A side of bus CB)
- for Bus coupler 2
(bus B side of bus CB)
- for TR bay
Knee point voltage for the protection core Weight (without supporting structure) Overall height (without supporting structure) Materials for coil Colour of insulator
kV
V kg
mm
Outdoor, insulator type, oil immersed, 1phase
132 5 cores; 3000-2000/1A, Cl. X, 30VA 1600-800/1A, Cl. 0.5, 30VA 1600-800/1A, Cl. 0.2, 30VA 1600-800/1A, Cl. 5P20, 30VA 1600-800/1A, Cl. 5P20, 30VA 2 cores; 3000-2000/1A, Cl. X, 30VA 3000-2000/1A, 5P20, 30VA 2cores; 3000-2000/1A, Cl. X, 30VA, 3000-2000/1A, Cl. 0.2, 30VA 4 cores; 3000-2000/1A, Cl. X, 30VA 800-400/1A, Class 0.2, 30VA 800-400/1A, Cl. 5P20, 30VA 800-400/1A, Cl. 5P20, 30VA
Brown
BF-T-6
1.4 132KV VOLTAGE TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage Ratio Total burden Accuracy class Weight (without supporting structure) Overall height (without supporting structure) Material of coil Colour of insulator How to make VT 2ry protection ?
kV
VA
kg mm
sec
Outdoor, oil immersed, 1 phase
132 132kV /110V /110V
50
3P / Class 0.2
Brown
√3 √3 √3
BF-T-7
1.5 120KV SURGE ARRESTER Sl. No. Nominal System Voltage Unit Bidder’s Data 1 Manufacturer’s name &addres 2 Model Number 3 Type: 4 Continuous operating voltage kV rms 5 Rated voltage kV rms 6 Standard nominal discharge current kA 7 Reference current at ambient temperature mA 8 Reference voltage for above kV rms 9 Steep current impulse residual voltage kV pk 10 11
Lightning impulse residual voltage at 5kA 10kA 20kA Duty Class
kV pk kV pk kV pk
12 Discharge class 13 Pressure relief class 14 Nominal diameter of resistor blocks mm 15 Number of resistor blocks connected electrically in
parallel
16 Number of separately housed units per phase 17 Overall height of arrester (without supporting
structure) mm
18 Overall height of arrester including grading ring if applicable
mm
19 Clearances: phase to earth (from centre line) phase to phase (centre line to centre line)
mm mm
20 Overall Weight of arrester (without supporting structure)
kg
21 Maximum cantilever strength Nm 22 Maximum force due to wind (at maximum specified
gust speed) Nm
23 Minimum creepage distance over insulator housing mm 24 Insulator shed profile - Reference Document 25 Terminal palm details - Drawing No. 26 Earthing terminal - Drawing No. 27 Type & Description of surge monitoring device 28 Type test certificate ref/date 29 Number of the same type of surge arresters supplied
to date
BF-T-8
1.6 POST TYPE INSULATORS Sl. No. Nominal System Voltage Unit Bidder’s Data
1 Manufacturer’s name & address 2 Insulator material 3 IEC.60273 reference 4 Insulator type and manufacturer’s reference 5 Maximum working vertical load: tension
compression kN kN
6 Minimum failing load (tension) kN 7 Maximum bending working load kN 8 Minimum failing load (torsion) Nm 9 Minimum failing load (bending) kN 10 Shed profile (to be enclosed with Tender) Drawing
No.
11 Greatest diameter mm 12 Number of units in one insulator 13 Overall length per complete post mm 14 Weight of complete post kg Electrostatic capacity pF
16 Power frequency withstand voltage (dry) kV 17 Power frequency withstand voltage (wet) kV 18 Dry lightning impulse withstand voltage
1.2/50 micro sec. wave kV
19 Minimum creepage distance: (a) Specified, subject to acceptable
shed profile (b) Guaranteed
mm mm
20 Protected creepage distance mm
21 Radio influence voltage measured at Um/ 3 at 1 MHz
μV
BF-T-9
1.7 INSULATOR STRINGS Sl. No. Nominal System Voltage Unit Bidder’s Data
1 Manufacturer’s name & address 2 Insulator type and manufacturer’s reference 3 Insulation material 4 Number of units per string 5 Outside diameter mm 6 Distance between centres mm 7 Length of string overall mm 8 Maximum working load kN 9 Minimum failing load per unit kN
10 Mechanical routine load test kN 11 Electro-mechanical failing load kN 12 Mechanical failing load kN 13 Electrostatic capacity pF 14 Weight of complete string kg 15 50 Hz 1 minute withstand voltage of unit (dry) kV 16 50 Hz 1 minute withstand voltage of unit (wet) kV 17 Minimum 50 Hz puncture voltage kV 18 Dry lightning impulse withstand voltage
of string1.2/50 micro sec. wave kV
19 Minimum creepage distance per unit: (a) Specified, subject to acceptable
shed profile (b) Guaranteed
mm mm
20 Protected creepage distance per unit mm 21 Radio influence voltage measured at Um/ 3 at
1 MHz
μV
BF-T-10
1.8 BUSBARS AND CONNECTIONS
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
FLEXIBLE CONDUCTORS
1
Manufacturer’s name & address
2
Conductor material
3
Material specification
aluminium alloy steel
4
Minimum use of grease
g/m
5
Number of sub conductor per phase
6
Nominal diameter of conductor
mm
7
Rated current (site rating)
A
8
Temperature rise at rated current
oC
9
Short time withstand current for 1 sec
kA rms
10
Peak withstand current
kA pk
11
Conductor spacer type description reference:
12 Creep period of conductor years
1.9 CLAMPS AND FITTINGS
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
1 Manufacturer’s name & address 2 Types 3 Maximum working stresses
1.10 STEEL STRUCTURES
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
1 Manufacturer 2 Proposed standards for steel
BF-T-11
1.1136kV OUTDOOR TYPE CIRCUIT BREAKER Sl. No Nominal System Voltage Bidder’s Data
1. Type designation, SF6 gas/Vacuum arcing chamber Manufacturer’s name & address Applied Standard Type Material of contact Max. moisture content Max. permissible air content Max. SF6 gas leak per year SF6 gas filling pressure at 20ºC ambient temp. Min. SF6 gas service pressure at 40 ºC ambient temp. Min. SF6 gas service pressure at -25 ºC ambient temp. Type of gas monitoring Signal; “Loss of SF6 gas” at 20 ºC ambient temp. Signal; “Min. SF6 gas density” at ºC ambient temp. Type of the pressure relief device Material of the pressure relief device Setting of the pressure relief device
p.pm Vol %
% bar bar bar
bar
Outdoor, live tank, AC/DC motor spring charge,
Density monitor
2. Electrical data Rated Voltage Rated frequency Breaking time Operating duty (No auto reclosing funsion) Rated short time withstand current for 3 sec. (r.m.s) Rated peak withstand current Rated continuous current at 40 ºC ambient temp Insulation level
- Lightning impulse withstanding voltage - Power frequency withstand voltage
Overall height of arrester (without supporting structure) Weight (without supporting structure) Max. leakage current between opening main contactors under nominal voltage charging (due to stray capacitance between contactors)
kV Hz c/s
kA kA A
kV kV mm
kg
mA
36 50 3
CO – 15sec. - CO 31.5 80
2500
170 70
No. of breaks per phase Rated short time breaking current Percentage d.c. component First-pole-to-clear-factor Rated breaking current, small capacitive currents
- line charging - cable charging
PcsA kA %
A A
31.5
BF-T-12
Sl. No Nominal System Voltage Bidder’s Data
- capacitor bank Rated breaking current, small inductive currents
- unloaded transformers - transformer loaded with reactor - Shunt reactors
Switching over voltage
A
A A A
p.u
3 Operating mechanism: Operating mechanism - for closing - for opening Making coil - number per operating mechanism - rated power each Tripping coil - number per operating mechanism - rated power each - voltage tolerances Rated motor voltage Rated motor power Auxiliary contacts - number (NC/NO/wiping) Operating duty ( No auto-reclosing function) - t
pcs W
pcs W %
V d.c. W
Pcs
sec.
Spring/Spring Spring/Spring
-30/+10
CO – t - CO 15
BF-T-13
1.12 36kV OUTDOOR TYPE DISCONNECTING SWITCH /EARTHING SWITCH Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Material of contact No. of breaks in series (per phase) Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 400Cambient temp. Rated breaking current Dimension ( W x L x H ) Weight Detection method for incomplete contactor close Provision of the mechanical reliable interlock (Yes or No ?)
kV A
A mm kg
Outdoor, horizontal three phase blade gang manual
operated, structure mounted
1
36 2500
BF-T-14
1.13 36kV OUTDOOR TYPE FUSE DISCONNECTOR Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Material of contact No. of breaks in series (per phase) Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 40ºC ambient temp. Rated breaking current Power fuse rated current Rated duration of short time circuit Rated short time current Dimension ( W x L x H ) Weight Detection method for incomplete contactor close Provision of the mechanical reliable interlock (Yes or No ?)
kV A A A
sec kA mm kg
Outdoor, horizontal three phase 3 poles blade gang
manual operated, structure mounted, power
fuse mounted, spark arcing horns
1
36 200
10 3
more than 25
BF-T-15
1.14 33kV CURRENT TRANSFORMER
Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage CT ratio, Class and Output
- for Incoming feeder
Knee point voltage for the protection core Weight (without supporting structure) Overall height (without supporting structure) Materials for coil Colour of insulator
kV
V kg
mm
Outdoor, insulator type, oil immersed, 1phase
33
3cores; 1600-2400/1A, Class 0.2, 30VA 1600-2400/1A,5P20,30VA 1600-2400/1A,5P20,30VA
Brown
BF-T-16
1.15 33kV VOLTAGE TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage Ratio Total burden Accuracy Overall height (without supporting structure) Materials for coil Colour of insulator
kV
VA
V kg
mm
Outdoor, oil immersed, 1 phase, One 2ry winding
33 33kV / 110V / 110V
50
Class 3P/0.2
Brown
√3 √3 √3
BF-T-17
1.16 30kV SURGE ARRESTER Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Rated voltage Nominal discharge current Discharge class Residual voltage at flush over point Overall height (without supporting structure) Weight Colour of insulator
kV kA
V
mm kg
Outdoor, metal oxide gapless, 1phase
30 10
Heavy duty class 3
Brown
BF-T-18
PART 2 – TRANSFORMERS
2.1 132/33kV 50/75MVA, 3PHASE MAIN TRANSFORMER
Sl. No. Description Unit Bidder’s data
1.1
Name of the Manufacturer
1.2
Type/Model
2.1
Continuous Rating - ONAN
ONAF
MVA
50 75
2.2
Voltage ratio at no-load HV/LV
kV
132/34.5
Tap Changer
3 (A) HV Tap Changer (On load type)
Tapping Range (B) Size of tapping step (C) Number of steps
±10% 1.25% 16
4
Vector Group
Dyn1
5
On-load voltage control equipment:
(A) Type. (B) Manufacturer (C) Power frequency withstand test
voltage(BS.4571) - between first and last contacts of the
selector switch - between any two adjacent contacts of the
selector - between open diverter switch contacts
(D) Type test certificate reference
6
Type of cooling
7
Winding temperature riseat CMR under service conditions stated in Schedule of Technical Requirement
oC
8
Top oil temperature under service conditions stated in Schedule of Technical Requirement (A) CMR (B) ONAN rating
oC oC
BF-T-19
Sl. No. Description Unit Bidder’s data
9 Maximum hot spot temperature rise in core at rated power
oC
10
Maximum hot spot temperature rise in copper at rated power
oC
11
Temperature gradient at rating specified oC
12 Flux density in iron at normal voltage and frequency and at normal ratio- (no load) (A) Cores (B) Yokes (C) Volts/turn
Tesla Tesla V
13 Magnetising current (approx) at nominal ratio and at 0.9 x nominal voltage at 1.0 x nominal voltage at 1.1 x nominal voltage at 1.2 x nominal voltage
% % % %
14 Harmonic component of magnetising current at rated voltage as percentage of fundamental (A) Fifth harmonic (B) Seven harmonic
% %
*15 No-load loss (excluding cooling plant losses) at rated voltage, ratio and frequency
kW
*16 Copper loss ( excluding cooling plant losses)at 75oC and at rated voltage, ratio (nominal tap),frequency& at 75MVA.
kW
*17 Auxiliary loss at 75MVA(Total power input to fans for operation of total installed cooling capacity)
kW
18 Total loss at 75oC and normal ratio and 75MVA(Sl. No.15+16+17)
kW
19 Regulation at 75oC and normal ratio - (A) At unity power factor (B) At 0.8 lagging power factor
% %
20 (i) Impedance voltage at 75oC and CMR between HV & LV windings (A) at extreme minus tap normal tap extreme
plus tap (B) Maximum Impedance over tapping range.
Corresponding tap (C) Minimum Impedance over tapping range
Corresponding tap (ii) Impedance voltage at 75oC and CMR between HV
% % %
BF-T-20
Sl. No. Description Unit Bidder’s data
& LV at normal tap. %
21 Equivalent circuit zero sequence impedance:
HV-LV
%
22 Maximum current density in windings at C.M.R.
(A) HV winding
(B) LV winding
A/mm2A/mm2
24 Noise level dB
25 Types of transformers (shell or core)
26 Core steel
(a) Type
(b) Grade
27 Types of winding
(A) HV
(B) LV
28 Insulation of
(a) HV windings
(b) LV windings
29 Insulation of
(A) Yoke bolts
(B) Side plates
31 Safe working temperature of core plate insulation oC
32 Winding connections brazed or crimped
33 For fault with zero impedance external to the transformer and infinite system
(a) Maximum axial force
(b) Maximum tensile stress in winding
kN
N/m2
34 Is facility provided for adjustment of axial pressure on windings?
Yes/No
35 Thickness of transformer tank
BF-T-21
Sl. No. Description Unit Bidder’s data
(A) Sides
(B) Bottom
mm
mm
36 Material used for gaskets for oil tight joints
Radiators, Valves, Fans
37 Thickness of radiator plates mm
39 Valve type/material:
(A) 100mm and below
(B) Above 100mm
40 Equipment for ONAF + cooling state (A) - (A) Radiators on main tank
41 Number of coolers/radiator or cooler banks per transformer
42 Number of air blowers per transformer
43 Speed of air fans rpm
44 Rating of each air fans motor kW
Starting current of each air fan motor A
45 Oil Volumes and Weights litres
46 Total oil required including cooler system litres
47 Volume of oil to fill transformer to above the top yoke
litres
48 Total volume of conservator tonnes
49 Weight of active copper tonnes
50 Weight of active iron in core tonnes
51 Weight of core and winding assembly tonnes
52 Weight of each cooler bank complete with oil if mounted separately from transformer
tonnes
53 Total weights of complete transformers, including attached coolers, voltage regulating equipment, all fittings and oil
tonnes
54 Weight of transformer arranged for transport
Manufacture, type and class of oil to IEC 60296
55 Transformer Parts Subject To Short-circuit Test
BF-T-22
Sl. No.
Description
Unit
Bidder’s data
Transformer Bushing Insulators 132 kV 33 kV Neutral
56 Maker 57 Insulator material (solid,
oil-paper etc)
58 Maker's type reference and rated voltage
59 Rated current 60 BCT particulars
i) HV Side: -Core 1 -Core 2
ii) LV Side: -Core 1 -Core 2 -Core 3 -Core 4
iii) Neutral: Core 1:
61 Manufacturer of porcelain 62 Length of insulator (overall) mm
63 Weight of insulator kg 64 Electrostatic capacity of complete
bushings pF
65 Dry lightning impulse voltage withstand (1.2/50 wave)
kV
66 50Hz wet withstand voltage without arcing horns
kV
67 Total creep age distance of outdoor shedding
mm
68 Protected creepage distance of shedding
mm
*Guaranteed values subject to deduction from Contract Price
BF-T-23
2.2 132/33kV 80/120MVA, 3PHASE MAIN TRANSFORMER
Sl. No. Description Unit Bidder’s data
1.1
Name of the Manufacturer
1.2
Type/Model
2.1
Continuous Rating - ONAN
ONAF
MVA
80 120
2.2
Voltage ratio at no-load HV/LV
kV
132/34.5
Tap Changer
3 (A) HV Tap Changer (On load type)
Tapping Range (B) Size of tapping step (C) Number of steps
±10% 1.25% 16
4
Vector Group
Dyn1
5
On-load voltage control equipment:
(A) Type. (B) Manufacturer (C) Power frequency withstand test
voltage(BS.4571) - between first and last contacts of the
selector switch - between any two adjacent contacts of the
selector - between open diverter switch contacts
(D) Type test certificate reference
6
Type of cooling
7
Winding temperature rise at CMR under service conditions stated in Schedule of Technical Requirement
oC
8
Top oil temperature under service conditions stated in Schedule of Technical Requirement (A) CMR (B) ONAN rating
oC oC
9 Maximum hot spot temperature rise incore at rated power
oC
BF-T-24
Sl. No. Description Unit Bidder’s data
10 Maximum hot spot temperature rise in copper at rated power
oC
11
Temperature gradient at rating specified oC
12 Flux density in iron at normal voltage and frequency and at normal ratio- (no load) (A) Cores (B) Yokes (C) Volts/turn
Tesla Tesla V
13 Magnetising current (approx) at nominal ratio and at 0.9 x nominal voltage at 1.0 x nominal voltage at 1.1 x nominal voltage at 1.2 x nominal voltage
% % % %
14 Harmonic component of magnetising current at rated voltage as percentage of fundamental (A) Fifth harmonic (B) Seven harmonic
% %
*15 No-load loss (excluding cooling plant losses) at rated voltage, ratio and frequency
kW
*16 Copper loss (excluding cooling plant losses)at 75oC and at rated voltage, ratio (nominal tap),frequency& at 120MVA.
kW
*17 Auxiliary loss at 120MVA(Total power input to fans for operation of total installed cooling capacity)
kW
18 Total loss at 75oC and normal ratio and 120MVA(Sl. No.15+16+17)
kW
19 Regulation at 75oC and normal ratio - (A) At unity power factor (B) At 0.8 lagging power factor
% %
20 (i) Impedance voltage at 75oC and CMR between HV & LV windings (A) at extreme minus tap normal tap extreme
plus tap (B) Maximum Impedance over tapping range.
Corresponding tap (C) Minimum Impedance over tapping range
Corresponding tap (ii) Impedance voltage at 75oC and CMR between HV
& LV at normal tap.
% % % %
21 Equivalent circuit zero sequence impedance:
HV-LV
BF-T-25
Sl. No. Description Unit Bidder’s data
%
22 Maximum current density in windings at C.M.R.
(A) HV winding
(B) LV winding
A/mm2A/mm2
24 Noise level dB
25 Types of transformers (shell or core)
26 Core steel
(a) Type
(b) Grade
27 Types of winding
(A) HV
(B) LV
28 Insulation of
(a) HV windings
(b) LV windings
29 Insulation of
(A) Yoke bolts
(B) Side plates
31 Safe working temperature of core plate insulation oC
32 Winding connections brazed or crimped
33 For fault with zero impedance external to the transformer and infinite system
(a) Maximum axial force
(b) Maximum tensile stress in winding
kN
N/m2
34 Is facility provided for adjustment of axial pressure on windings?
Yes/No
35 Thickness of transformer tank
(A) Sides
(B) Bottom
mm
mm
36 Material used for gaskets for oil tight joints
Radiators, Valves, Fans
37 Thickness of radiator plates mm
BF-T-26
Sl. No. Description Unit Bidder’s data
39 Valve type/material:
(A) 100mm and below
(B) Above 100mm
40 Equipment for ONAF + cooling state (A) - (A) Radiators on main tank
41 Number of coolers/radiator or cooler banks per transformer
42 Number of air blowers per transformer
43 Speed of air fans rpm
44 Rating of each air fans motor kW
Starting current of each air fan motor A
45 Oil Volumes and Weights litres
46 Total oil required including cooler system litres
47 Volume of oil to fill transformer to above the top yoke
litres
48 Total volume of conservator tonnes
49 Weight of active copper tonnes
50 Weight of active iron in core tonnes
51 Weight of core and winding assembly tonnes
52 Weight of each cooler bank complete with oil if mounted separately from transformer
tonnes
53 Total weights of complete transformers, including attached coolers, voltage regulating equipment, all fittings and oil
tonnes
54 Weight of transformer arranged for transport
Manufacture, type and class of oil to IEC 60296
55 Transformer Parts Subject To Short- Circuit Test
BF-T-27
. Sl. No.
Description
Unit
Bidder’s data
Transformer Bushing Insulators 132 kV 33 kV Neutral
56 Maker 57 Insulator material (solid,
oil-paper etc)
58 Maker's type reference and rated voltage
59 Rated current 60 BCT particulars
i) HV Side: -Core 1 -Core 2
ii) LV Side: -Core 1 -Core 2 -Core 3 -Core 4
iii) Neutral: Core 1:
61 Manufacturer of porcelain 62 Length of insulator (overall) mm
63 Weight of insulator kg 64 Electrostatic capacity of complete
bushings pF
65 Dry lightning impulse voltage withstand (1.2/50 wave)
kV
66 50Hz wet withstand voltage without arcing horns
kV
67 Total creep age distance of outdoor shedding
mm
68 Protected creepage distance of shedding
mm
*Guaranteed values subject to deduction from Contract Price
BF-T-28
2.3 33/415V 200KVA, 3-PHASE STATION TRANSFORMER
Sl. No.
Description
Unit
Bidder’s Data
1
Name of Manufacturer& address
2
Type
Oil immersed, ONAN, manual off circuit tap changer
3
Current density of windings - Primary - Secondary
A/mm2
A/mm2
4
HV off circuit tap changer (manual handle operate) - Tapping range - No. of step
33kV 15% 6
5
Materials of coil -Primary -Secondary
6
Sound level
dB
7
Dimension and weight -Width -Depth -Height -Weight
mm mm mm ton
BF-
T-29
PAR
T 3 –
CA
BLE
S 3.
1 AU
XILI
ARY
POW
ER A
ND
MU
LTIC
OR
E C
ON
TRO
L C
ABLE
S (S
ched
ule
to b
e co
mpl
eted
if m
anuf
actu
re n
ot to
BS.
6346
)
Item
U
nit
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
Num
ber
of c
ore
Cor
e se
ctio
n
Cor
e di
amet
er
Con
duct
or in
sula
tion
Type
of f
iller
Type
of t
ape
Shea
th th
ickn
ess
Shea
th o
uter
dia
met
er
Arm
our w
ires
Arm
our w
ires d
iam
eter
Out
er c
over
ing
Out
er c
over
ing
thic
knes
s
Com
plet
ed c
able
:
diam
eter
wei
ght p
er m
etre
max
imum
dru
m le
ngth
Min
imum
inst
alle
d be
ndin
g
radi
us
Max
imum
con
duct
or te
mpe
ratu
re
mm
2
mm
mm
mm
mm
no.
mm
type
mm
kg
m
mm
C
BF-Q-1
PART 4 - DC EQUIPMENT
4.1 BATTERIES AND CHARGERS
Sl.No Description Unit Bidder's Data 4.1 Battery
1 Manufacturer’s name, address, and Type 2 Electrolyte 3 Nominal voltage V 4 Capacity at 5 hour rate Ah 5 Efficiency % 6 Number of cells 7 Float voltage per cell V 8 Battery voltage at end of the duty cycle V 9 Normal charging rate A 10 Maximum charging rate A 11 Ampere-hour efficiency at ten hour rate % 12 Ampere-hour efficiency at one hour rate % 13 Dimensions of cells mm 14 Dimensions of battery complete mm 15 Weight of cell complete with electrolyte kg 16 Internal resistance per cell when fully charged ohms 17 Material of battery case 4.2 Charger set 1 Manufacturer 2 Type 3 AC input voltage and range V 4 DC output of charger V 5 Efficiency % 6 Type of DC voltage control 7 Range of DC voltage V 8 Output current sharing facility (for parallel operation of
chargers)
9 Regulation % 10 Overall dimensions 11 Total weight
12 Protection degree for enclosure (IP)
4.3 D.C. distribution panel (MCC)
1 Manufacturer 2 Type of Construction
-Maximum No. of unit for indoor MCC panel -Single face or double (front & back side) face ? -Unit draw able or not
BF-Q-2
Sl.No Description Unit Bidder's Data 3 Main busbar (Horizontal):-
(a)Maximum current rating (b) Material Dimensions (c) Sectional area
A mm2
4 Dimension and weight for each panel -width -depth -height -weight
mm mm mm kg
5 Protection degree of enclosure (IP)
6 Rated short time withstand current for 1sec. kA
7 Cable entrance (top or bottom ? )
8 Number and rating of distribution circuits
9 Gross calorific value for a panel under working Joule
10 No. of spare unit
BF-Q-3
PART 5 - LVAC EQUIPMENT AND UPS 5.1 LV AC DISTRIBUTION PANELS (MCC)
Sl.No.
Description
Unit
Bidder's Data
1
Manufacturer name and address
2
Type of construction -Maximum No. of unit for indoor MCC panel -Single face or double (front & back side) face ? -Unit drawable or no
3 Main busbar (Horizontal):-
(a)Maximum current rating (b) Material Dimensions (c) Sectional area
A mm2
4 Dimension and weight for each panel
-width -depth -height -weight
mm mm mm kg
5
Protection degree of enclosure (IP)
6 Rated short time withstand current for 1sec. kA
7 Cable entrance (top or bottom ? )
8 Number and rating of distribution circuits
9 Gross calorific value for a panel under working Joule 10 No. of spare unit
5.2 UPS Sl.No. Descriptions Unit Bidder’s Data
1 2 3 4 5 6 7 8 9 10
Manufacturer and address Rated capacity Input Output Efficiency at 25%, 50%, 75% and full 100%load Supporting time Capacity of battery MTBF Protection degree of enclosure (IP) Dimension and weight -width -depth -height -weight
KVA
V V %
min. AH
mm mm mm kg
At least 3KVA
400V 3phase or 230V 1phase, 50Hz 240V 1phase 50Hz
BF-Q-4
PART 6 - SUBSTATION AUTOMATION SYSTEM Sl. No.
Description Unit Bidder’s Data
1 General Requirement: Standards to be complied with Substation Automation system Test Ca. Damp heat steady state Test Db and guidance; Damp heat cyclic Digital I/O, Analogue I/O dielectric Tests Digital I/O, Surge withstand test Radio interference test Transient fast burst test Static Discharge Electromagnetic fields Temperature range (min/max) oC Relative humidity % Intelligent Electronic Devices (IED’s) - serial communication interface included? - Protection & Control IED’s connected same bus? - self monitoring - display of measured values - remote parameterization - disturbance record upload and analysis
Availability Calculation shall be furnished for each equipments as well as for the entire system
2 Detailed Requirements: Manufacturer of Substation Automation System Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered system. (Note: proof of experience should be furnished. The components used in the offered system and those with field experience should be the same)
Yrs
Design life of substation Automation System Yrs Manufacturers quality assurance system Dimensions of cubicle:
- Width - Depth - Height - Floor load
mm mm mm N/
3 Station Level Equipment:
Station Controller MTBF (Mean time between Failures)
BF-Q-5
Sl. No.
Description Unit Bidder’s Data
MTTR (Mean time to repair) Dual Station Computers Provided in redundant hot standby
Hot standby take over time Annunciator for Station PC system software Number of years of proven field experience of offered software
Yrs
Operating System All standard picture as per spec included in HMI Process Status Display & Command Procedures Event processing as per spec Alarm processing as per spec Reports as per spec Trend Display as per spec User Authority levels as per spec System supervision & monitoring as per spec Automatic sequence control as per spec
4 Gateway to National Load dispatch Center Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven filed experience of offered unit Yrs Insulation tests Fast disturbance tests Industrial environment Industrial grade hardware with no moving parts (PC based gateway is not accepted)
Design life of offered equipment Yrs Redundant communication channel Redundant CPU Redundant DC/DC Supply MTBF (Mean time between Failures) MTTR (Mean time to repair)
5 Station Bus: Type of bus/protocol Physical Medium Transfer rate/bus speed
6 Interbay Bus Type of bus/protocol Physical Medium
BF-Q-6
Sl. No.
Description Unit Bidder’s Data
Transfer rate/bus speed 7 Printer server
Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer MTBF
8 Event Printer Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Print speed Paper feed/width Character set MTBF
9 Hard Copy colour Printer Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Print speed Colours Resolution Character set MTBF
10 Master Clock GPS (Global Positioning System) Receiver: Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Stability MTBF
11 Bay control Unit - HV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered unit Yrs SeparateBay controller unit provided for each bay & feeder
Type of bay controller offered HV/MV Select Before Operate with Open Execute & Close Execute
Single bit dependence
BF-Q-7
Sl. No.
Description Unit Bidder’s Data
Interlocking, bay & Station wide Synchrocheck function:
- Maximum Voltage difference - Maximum Frequency difference - Maximum Phase difference
Double command blocking Independent settable parameter groups Local Display Unit Sequence of event recorder:
- Events - Time resolution
Disturbance recorder function Comprehensive self-supervision Battery free backup of events and disturbance records Insulation tests
Fast disturbance tests MTBF MTTR Temperature range: IED’s
- Operation - Transport and storage
oC oC
Relative humidity: - Operating max./min. - Transport and storage
% %
12 Back up control mimic -HV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Control functionality: Control of breaker as well as all isolators/earthing switch (Control functionality should not be affected if bay controller fails)
Key-Locked Interlock override function Separate backup control mimic provided for each bay & feeder
13 Bay Control Unit - MV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered unit Yrs SeparateBay controller unit provided for each bay & feeder
BF-Q-8
Sl. No.
Description Unit Bidder’s Data
Control functionality implementation in software: Select before Operate with Open Execute & Close Execute Interlocking, Bay & Station Wide Synchrocheck function
- Maximum Voltage difference - Maximum Frequency difference - Maximum Phase difference
Local Display Unit Sequence of event recorder
- Events - Time resolution
ms
Disturbance recorder function Comprehensive self-supervision Insulation tests Fast disturbance tests MTBF MTTR Temperature range: IED’s
- Operation - Transport and storage
oC oC
Relative humidity: - Operating max./min. - Transport and storage
% %
14 Back up control mimic - MV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Control functionality: Control of breaker as well as all isolators/earthing switches Separate backup control mimic provided for each bay & feeder
15 System Performance: Exchange of display (First reaction) s Presentation of a binary change in the process display s Presentation of an analogue change in the process display s From order to process output s From order to updated of display S
16 Deviations Please state all deviations from specification
BF-Q-9
PART 7 – PROTECTION 7.1 132 kV LINE DISTANCE PROTECTION SL.No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Phase switched
4 Zone switched
5 Number of zones
6 Shape of impedance characteristic: Zone 1/Zone 2/Zone 3
7 Reverse looking element (blocking signal initiation)
8 Sensitivity:
8.1 Minimum operation current: Earth faults/Phase faults
A
8.2 Minimum necessary voltage for fault at Zone 1 reach point (if applicable): Earth faults/Phase faults
V
8.3 Minimum Zone 1 ohmic impedance to which relay can be set
ohms
8.4 Maximum Zone 1 ohmic impedance to whichrelay can be set and maintain accuracy
ohms
8.5 Minimum Zone 2 ohmic impedance to whichrelay can be set
ohms
8.6 Maximum Zone 2 ohmic impedance to whichrelay can be set and maintain accuracy
ohms
8.7 Maximum Xone 3 ohmic reach: Forward reach/Reverse reach
ohms
9 Arc forward and reverse reach setting independent of each other?
Yes/No
10 Can resistance and reactance reaches be set independent of each other
Yes/No
11 Directional sensitivity V
12 Current transformer requirements
13 Voltage transformer requirements
14 Back up Zone time ranges: Zone 2/ Zone 3 sec.
15 Method used to clear close-in faults:
which occur when line is already energized in service
which exist upon line energisation
BF-Q-10
16 Has distance protection previously been used in the type of blocking scheme offered for thiscontract? If yes: number of scheme in service/year first in service
Yes/No
17 Approximate number of years distance relay in service (A complete reference list should be submitted stating client, system voltage and year of going into service).
18 Zone 1 operating times on fault position:
Earth faults: 0, 50, 90% of relay setting ms (min./max.)
Phase to phase faults: 0, 50, 90% of relay setting ms (min./max.)
Three phase faults: 0, 50, 90% of relay setting ms (min./max.)
7.2 132/33kV TRANSFORMER BIASED DIFFERENTIAL PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Range of operating coil settings % of CT rating
4 Range of bias coil settings % of CT rating
5 Recommended operating coil setting % of CT rating
6 Recommended bias coil setting % of CT rating
7 Number of bias coils
8 Minimum sensitivity: Earth faults/Phase faults % of CT rating
9 Maximum through fault at which the protective equipment is stable with recommended settings: Earth faults/Phase faults
% of CT rating
10 Maximum time delay between initiation of fault and emerging of breaker trip circuit ms
11 Current transformer requirements
7.3 132/33kV TRANSFORMER RESTRICTED EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Operating principle, e.g. high impedance
4 Minimum relay setting A
5 Sensitivity of scheme (allowing for CT magnetizing current, etc.)
BF-Q-11
6 Maximum through fault current at which protection is stable
A
7 Current transformer requirements
8 Estimated magnetizing current at relay setting A
9 Operating time at twice relay minimum setting ms
10 Operating time at ten times relay minimum setting
ms
7.4 132 kV BUS-BAR PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Operating principle, e.g. high impedance
4 Minimum relay setting A
5 Sensitivity of scheme (allowing for CT magnetizing current, etc.)
6 Maximum through fault current at which protection is stable A
7 Current transformer requirements
8 Estimated magnetizing current at relay setting A
9 Operating time at twice relay minimum setting ms
10 Operating time at ten times relay minimum setting ms
7.5 INVERSED TIME OVER CURRENT/ EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Inversed time element
Range of current settings: Overcurrent/Earth Fault
A
Range of operating times at highest timing setting at ten times current setting
sec.
Range of operating times at highest timing setting at twice current setting
sec.
4 High set instantaneous element range of settings: Overcurrent/Earth Fault
A
BF-Q-12
5 Transient overreach at X/R=10
6 Operating time with Maximum offset current at five times current setting
ms
7 Burden of relay on minimum inverse time element current setting at a current ten times setting: Overcurrent/Earth fault
VA
7.6 DIRECTIONAL OVER CURRENT/ EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Current setting range: Forward element/Reverse element
A
4 Minimum polarizing quantity required for correct directional decision:
Voltage: Forward element/Reverse element V
Current: Forward element/Reverse element V
5 Characteristic angle degrees
6 Current transformer requirements
7.7 BREAKER FAILURE PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Setting of current elements: Phase faults/Earth faults
A
4 Timer setting range sec.
5 Burden of relay at minimum current setting at ten times CT secondary rated current during: Phase faults/Earth faults
VA
6 Operating time/Reset time ms
7.8 TRIPPING RELAYS SL. No. Description Unit Bidder’s Data
1 Manufacturer
BF-Q-13
2 Type designations
3 Nominal operating voltage V
4 Minimum operating voltage V
5 Operation indicator
6 Operating time at nominal voltage ms
7
Contact rating:
Make and carry continuously VA
Make and carry for 3 sec. VA
Break: resistive inductive
W VA
7.9 OVERALL FAULT CLEARANCE TIMES
SL. No. Description Unit Bidder’s Data
1 132/33 kV Transformer Faults:
Main protection relay operating time ms
Auxiliary and tripping relay time ms
Circuit breaker breaking time ms
Total including margin ms
2 132 kV Line Faults:
Distance protection maximum operating time + carrier signal receiving time
ms
Auxiliary relay time (where used) ms
Circuit breaker breaking time ms
Total including margin ms
3 130 kV Bus-bar Faults:
Main protection relay (87B) operating time + mal-operation confirm relay (UV, total bus 87B) operation time
ms
Auxiliary and tripping relay time ms Circuit breaker breaking time ms Total including margin ms
4. 132 kV Line Auto reclosing
Main protection relay operating time ms Auxiliary and tripping relay time (where used) ms Circuit breaker breaking time ms Circuit breaker breaking reclosing time
*Auto reclosing relay operation time is neglected due to its quick operation time
sec. 0.3 as per CB operating duty
Total ms
BF-Q-14
PART-8 DIGITAL FAULTAND DISTURBANCE RECORDER (N/A)
BF-Q-15
PART-9: FIBRE OPTIC MULTIPLEXER EQUIPMENT FOR COMMUNICATION AND PROTECTION
SI.No
Descriptions Unit
Bidder’s Data
1.
GENERAL
Manufacturer’s name and address
Type/ model name and No.
Origin of manufacturer
Number of years of proven field experience of offered equipment. ( Note; proof of experience used in substation environment should be furnished along with the list of substation projects)
Type of multiplexer
Complying to ITU-T rec.
Transmission capacity -Highest SDH: STM-4 -Supported SDH;STM-1
Mbit/s Mbit/s
Accesscapacity in 64 kbit/s channels
Access capacity in 2 Mbit/s channels
Redundant central processor
Digital cross connect function
SDH cross connection capacity, high order
SDHcross connection capacity, low order
2 AVAILABLE AGGREGATES:
Optical aggregates (ITU-T G.957) STM-4 STM-1
3 AVAILABLE TRUNK INTERFACES:
HDB3, 2Mbit/s interface per module No.
Complying to ITU-T rec.
HDSL, 2Mbit/s interface: -No. of copper wires -Capacity on 2Mbit/s or on 1Mbit/s -Capacity selectable
4 AVAILABLE USER INTERFACES
4.1 Voice Interfaces for Trunk Lines:
1+1 com path protection, available for all
Analogue, 4wire with E&M : Input level Output level
dBr dBr
BF-Q-16
SI.No
Descriptions Unit
Bidder’s Data
Analogue, 2wire with E&M : Input level Output level
dBr dBr
Digital, 2Mbit/s, CAS or PRI
4.2 Voice Interfaces for Remote Subscriber:
2 wire, subscriber side dBr
2 wire, PABX side dBr
4.3 Integrated Tele-protection:
4.3.1
Interface for Commands;
Number of independent commands No.
Transmission time max. ms
Signal voltage Vpeak
1+1 com path protection
4.3.2 Interface for Differential Protection
Electrical interface: G. 703 Kbit/s
Optical interface Kbit/s
Optical interface C37.94: Transmission rate Payload for protection relay
Mbit/s Mbit/s
4.4 Data; Channels per Module
1+1 com path protection, available for all No.
V.24/V.28(RS-232): up to 38.4 kbit/s No.
V.11/X.24(RS-422): 64 kbit/s No.
V.35: 64 kbit/s No.
V.36 (RS-449): 64kbit/s No.
G.703:64 kbit/s No.
Ethernet: 10/100Base T WAN capacity Protocols
No. Mbit/s
4.5 Integrated Alarm Gathering Module:
Number of external alarms per module No. Auxiliary power supply for ext. contacts
4.6 Network Management System
Type/ Name of configuration tool
For fault/ configuration management
For local/ remote operation
BF-Q-17
SI.No
Descriptions Unit
Bidder’s Data
Data communication network (DCN)
4.7 Ambient Condition
Storage: ETS 300 019-1-1, class 1.2 / %hum
Transport: ETS 300 019-1-2, class 2.2 / %hum
Operation: ETS 300 019-1-3, class 3.IE / %hum
4.8 Power Supply
Operation VDC
Fully redundant power supply
4.9 Engineering Order Wire (EOW)
4.10 IP Phone
BF-Q-18
Schedule T2: Site Organization
[Insert Technical Proposal for Site Organization.]
BF-Q-19
Schedule T3: Method Statement
[Insert Technical Proposal for Method of Statement in accordance with requirements stated in Clause 1.1.3 of Section III in Volume 1]
BF-Q-20
Schedule T4: Mobilization and Construction Schedule
[Insert Bar Chart Showing Major Key Activities]
BF-Q-21
Schedule T5: Manufacturer’s Name& Nationality and Place of Testing
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Bidders are free to propose more than one for each item.
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
...
1 132 kV SWITCHGEAR
Circuit-breakers CB Operating Mechanism Disconnectors Current transformers Voltage Transformers Lightning Arrester Busbar Conductor Flexible conductors EarthWire Connectors Insulator -Post -Disc Fittings Steel Structures
2
33 kV SWITCHGEAR
Circuit-breakers CB Operating Mechanism Disconnectors Current transformers Voltage Transformers
BF-Q-22
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
Lightning Arrester Busbar conductor Flexible conductors EarthWire Connectors Insulator -Post -Disc Fittings Steel Structures
3
132/33 kV POWER TRANSFORMERS
Complete
On load Tap Changer
HV bushings
LV bushings
Porcelain for insulators
Tap changers
Copper
Core plates
Tanks
Radiators
Fan motors
Temperature indicators
Oil valves
Pressure relief device
Motor control equip.
Gas/Oil actuated relay
Transformer oil
Remote control panel
Automatic Voltage Regulator
BF-Q-23
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
...
Indicating instruments
4 33/0.4 kV AUXILIARY TRANSFORMERS
5 PROTECTION METERING AND CONTROL
Control & Relay Panels
Protective relays
Substation automation System
Meters
Transducers
Energy meter
Tarrif metering Panel
6 DC EQUIPMENT
Batteries
Chargers
Distribution Boards 48V DC/DC converter
7 415 V SWITCH BOARD 8 MULTICORE CABLES
XLPE Insulated Cables
Cable trays
9 EARTHING Copper flatbar/ Copper conductor
Insulated copper Conductor Earthing Rod
10 FIBRE OPTIC MULTIPLEXER
BF-Q-24
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
EQUIPMENT
11
PABX System
12
SITE ERECTION AND COMMISSIONING BY CIVIL WORKS Design to be performed by:- Constructed by:-
BF-Q-25
Schedule T6: Plant (Drawings and Documents to be submitted with Bid)
The following drawings/documents shall be submitted with the Bid: 1. Typical single line diagram and equipment layout and section drawings of all 132/33kV
substations. 2. Drawings of 145kV and 36 kV equipment (circuit breaker, disconnector, arrester, current
transformer,voltage transformer, insulators, power cables), showing details of construction and dimensions.
3. Drawings of main power transformer and station service transformer, showing details of
construction 4. Manufacturer’s documents and drawings of gas injection type fire protection system, including
explanation of the principles (logic diagram) of gas injection fire protection for main power transformers
5. Typical arrangement drawing of control and relay cubicles,LVAC and DC distribution boards. 6. Plan and section of proposed substation building drawings. 7. Type test reports of the following items of equipment (at similar specifications with equal or
higher voltage rating) shall be submitted with Bid.
(1) Power Transformer
(a) Temperature rise test. (b) Dielectric tests (Induced over voltage test, Lightning impulse voltage
withstand test, Power frequency voltage withstand test). (c) Short circuit test (special test) / Calculation.
(2) 145kV Switchgear
(a) Circuit Breaker (i) Lightning impulse voltage withstand dry test. (ii) Power frequency voltage withstand dry test. (iii) Out of phase switching test. (iv) Short time withstand current test.
(b) Disconnector & Earthing Switch (i) Lightning Impulse voltage withstand dry test. (ii) Power frequency voltage withstand dry test. (iii) Short time withstand current test.
(c) Current Transformer
(ii) Short-time current tests (iii) Temperature-rise test (iv) Impulse tests on primary winding
BF-Q-26
(d) Voltage Transformer (i) Temperature-rise test (ii) Short-circuit withstand capability test (iii) Lightning Impulse test (iv) Determination of errors
(3) 120kV & 30kV Surge arresters
(a) Power frequency voltage withstand and lightning impulse voltage withstand
tests on complete arrester housing. (b) Operating duty test. (c) Long duration current impulse withstand test. (d) Residual voltage test. (e) Pressure relief test. (f) Artificial pollution test.
(4) Insulators
For insulator units:
(i) Dry lightning impulse voltage withstand test; (ii) Wet power frequency voltage withstand test; (iii) Electro-mechanical failing load test; (iv) Thermal mechanical performance test; (v) Impulse voltage puncture test; (vi) Power arc test.
Note: The type test reports of the above item no. (1), (2) and (3) shall be issued by aSTL1Member testing organisation or laboratory in the manner as mentioned in the STL Guides. However type tests of power transformer can be performed in presence of STL member either in STL member’s testing organization/laboratory or manufacturer’s test laboratory or independent testing laboratory also acceptable. The type test reports of the above item no. (4)shall be issued by an international independent testing organisation or laboratory.
8. Quality Assurance Certificate ISO9001:2008 Certification (or equivalent) and Quality
Assurance Programme & Typical Quality Plan for the work from the manufacturers of the following equipment:
(i) Power transformers (ii) 145kV and 36kV circuit breakers (iii) 145kV and 36kV disconnectors (iv) Surge arresters (v) Relays and Substation Automation System (vi) Insulators (vii) 132kV current transformers and voltage transformers
9. Manufacturers’ brochure of major equipment listed in the above item 7 of Schedule T6 (this
Schedule).
1STL: Short-Circuit Testing Liaison (Refer to http://www.stl-liaison.org/web/02_About.php).
BF-Q-27
Schedule T7 : Safety Plan
[Insert Technical Proposal for Safety Plan in accordance with requirements stated in Clause 1.1.4 of Section III in Volume 1]
BF-Q-28
Form FUNC: Functional Guarantee
[The Bidder shall copy in the left column of the table below, the identification of each functional guarantee required in the Specification and stated by the Employer in para. 1.2.2 (c) of Section III. Evaluation and Qualification Criteria, and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and equipment.]
Required Functional Guarantee Value of Functional Guarantee of
the Proposed Plant and Equipment
1. Power transforms - No load loss (core-loss) (kW) - Load loss (copper-loss) (kW) - Total load of transformer cooling fans at
transformer maximum continuous rating (kW)
BF-Q-29
Form PER -1: Proposed Personnel Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insertfull name]
IFB No.: [insert number] Page [insert page number] of [insert total number]pages
[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1.]
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
*As listed in Section III.
BF-Q-30
Form PER -2: Resume of Proposed Personnel Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insertfull name]
IFB No.: [insert number] Page [insert page number] of [insert total number]pages
[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the form below.]
Name of Bidder
Position
Personnel information
Name
Date of birth
Professional qualifications
Present employment
Name of employer
Address of employer
Telephone
Contact (manager / personnel officer)
Fax
Job title
Years with present employer
BF-Q-31
[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.]
From To Company / Project / Position / Relevant technical and management experience
BF-Q-32
Form EQU: Equipment Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number] Page [insert page number]of [insert total number]pages
[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria, Clause 1.1.2. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.] Item of equipment Equipment information
Name of manufacturer
Model and power rating
Capacity
Year of manufacture
Current status
Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
Omit the following information for equipment owned by the Bidder. Owner Name of owner Address of owner
Telephone Contact name and title Fax Telex Agreements Details of rental / lease / manufacture agreements specific to the project
BF-Q-33
Form MAN: Manufacturer's Authorization [The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.]
Date: [insert date (as day, month and year) of Bid Submission] IFB No.: [insert number of bidding process]
To: [insert complete name of Purchaser] WHEREAS We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are official manufacturers of[insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following goods, manufactured by us[insert name and/or brief description of the goods], and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 27, Defect Liability, of the General Conditions of Contract, with respect to the goods offered by the above firm. Name: [insert complete name of person signing the Bid] In the capacity of [insert legal capacity of person signing the bid] Signed: [insert signature of person whose name and capacity are shown above] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing]
BF-Q-34
BIDDER’S QUALIFICATION (Bidder’s Qualification without Prequalification)
To establish its qualification to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder:
Form ELI - 1: Bidder Information
Form ELI - 2: Bidder’s Party Information
Form CON: Historical Contract Non-Performance
Form FIN - 1: Financial Situation
Form FIN- 2: Average Annual Construction Turnover
Form FIR - 1: Financial Resources
Form FIR - 2: Current Contract Commitments
Form EXP - 1: General Experience
Form EXP - 2(a): Specific Experience
BF-Q-35
Form ELI - 1: Bidder Information
Date: [insert day, month, year] IFB No.: [insert number]
Page [insert page number]of [insert total number] pages [The Bidder shall provide the following information.]
1. Bidder’slegalname:[insert full name]
2. In case of JV, legal name of the representative member and of each member:[insert full name of each member in the JV and specify the representative member]
3. Bidder’s actual or intended country of registration:[insert country of registration]
4. Bidder’s actual or intended year of incorporation: [insert year of incorporation]
5. Bidder’s legal address in country of registration:[insert street/number/town or city/country]
6. Bidder’s authorized representative information
Name:[insert full name]
Address:[inset street/number/town or city/country]
Telephone/Fax numbers:[insert telephone/fax numbers, including country and city codes]
Email Address:[insertE-mail address]
7. Attached are copies of original documents of: Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of legal entitynamed above, in accordance with ITB 4.3.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1. 8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
BF-Q-36
Form ELI - 2: Bidder’s Party Information
Date: [insert day, month, year] IFB No.: [insert number]
Page [insert page number] of [insert total number]pages [The following form is additional to Form ELI-1, and shall be completed to provide information
relating to each JV member (in case the Bidder is a JV) as well as anyspecialistSubcontractor proposed to be used by the Bidder for any part of the Contract resulting from this process.]
1. Bidder’s legal name:[insert full name]
2. Bidder's Party legal name:[insert full name of Bidder’s Party]
3. Bidder's Party country of registration:[insert country of registration]
4. Bidder’s Party year of incorporation:[insert year of incorporation]
5. Bidder’s Party legal address in country of registration: [insert street/number/town or city/country]
6. Bidder’s Party authorized representative information
Name: [insert full name]
Address: [insert street/number/town or city/country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address:[insert E-mail address]
7. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB 4.3.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
BF-Q-37
Form CON: Historical Contract Non-Performance
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
1. History of Non-Performing Contracts Non-Performing Contracts
Contract non-performance did not occur since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.
Contract(s) not performed since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, is(are) indicated below:
Year Non- performed portion of Contract
Contract Identification
Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year]
[insert amount and percentage]
Contract Identification: [indicate complete Contract name, number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non performance: [indicate main reason(s)]
[insert amount]
BF-Q-38
2. Pending Litigation
Pending Litigation
No pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:
Year of dispute
Amount in dispute
(currency)
Outcome as Percentage
of Net Worth
Contract Identification Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year] [insert amount] [insert percentage]
Contract Identification: [indicate complete Contract name, number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
BF-Q-39
3. Litigation History
Litigation History
No court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate.
Court/arbitral award decisions against the Bidder since 1st January [insert year],in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate, are indicated below: Year of award
Contract Identification Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year] Contract Identification:[indicate complete Contract name, number, and any other identification
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate “Employer” or “Contractor”]
Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
BF-Q-40
Form FIN - 1: Financial Situation
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
1. Financial data
Type of Financial information in (currency)
Historic information for previous [insert number]years (amount, currency, exchange rate, USD equivalent)
Year 1 Year 2 Year 3 Year4 Year 5
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
CurrentLiabilities (CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
2. Financial documents The Bidder and its Parties shall provide copies of thefinancial statements for [number of years] years pursuant to the Prequalification Criteria or Section III, Evaluation and Qualifications Criteria, Sub-factor 2.3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not
BF-Q-41
an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
Attached are copies of financial statements1for the three (3)years required above; and complying with the requirements.
1If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the
reason for this should be justified.
BF-Q-42
Form FIN - 2: Average Annual Turnover
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
Annual Turnover Data
Year Amount and Currency Exchange rate USD equivalent
[indicate year] [insert amount and indicate currency]
[insert applicable exchange rate]
[insert amount in USD equivalent]
Average Annual Turnover *
* Total USD equivalent for all years divided by the total number of years, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2, as appropriate.
BF-Q-43
Form FIR - 1: Financial Resources
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject Contract or Contracts as indicated in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2 (Following Prequalification) as appropriate.]
Financial Resources
No. Source of financing Amount (USD equivalent)
1
2
3
BF-Q-44
Form FIR - 2: Current Contract Commitments [The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Bidders and each member of a JV should provide information on their current commitments on all Contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for Contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued, in accordance with Section III, Evaluation and Qualification Criteria, Clause 2.2 (Following Prequalification), or Sub-Factor 2.3.3 (Without Prequalification), as appropriate.]
Current Contract Commitments
No. Name of Contract Employer’sContact Address, Tel, Fax
Value of Outstanding Work[Current USD
Equivalent]
Estimated Completion Date
Average Monthly Invoicing Over Last
Six Months [USD/month)]
1
2
3
4
5
BF-Q-45
Form EXP - 1: General Experience [The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Identify Contracts that demonstrate continuous work over the past [number] years pursuant to Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1.List Contracts chronologically, according to their commencement (starting) dates.]
General Experience
Starting Year
Ending Year Contract Identification Role of
Bidder
[indicate year]
[indicate year]
Contract name: [insert full name]
Brief description of the works performed by theBidder: [describe works performed briefly]
Amount of Contract: [insert amount, currency, exchange rate and USD equivalent]
Name of Employer: [indicate full name]
Address: [indicate street/number/town or city/country]
[insert "Prime Contractor”(Single
entity or JV member) or "Subcontractor” or "ManagementContrac
tor”]
BF-Q-46
Form EXP -2(a): Specific Experience [The following table shall be filled in for Contracts performed by the Bidder and by each member
of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and Qualification Criteria (Without Prequalification), Sub-Factor 2.4.2(a).]
Similar Contract No. [insert number] of [insert number of
similar Contracts required] Information
Contract Identification [insert Contract name and reference identification number, if applicable]
Award date [insert day, month, year, e.g., 15 June, 2015]
Completion date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract Prime Contractor Only
Total Contract Amount [insert Contract amount(s) and currency(ies)]
USD[insert exchange rate and total Contract amount in USD equivalent]
If member in a JV, specify participationin total Contract amount
[insert percentage of participation]
[insert amount(s) and currency(ies) of participation]
USD [insert exchange rate and amount of participation inUSD equivalent]
Employer's Name [insert full name]
Address
Telephone/fax number
[indicate street/number/town or city/country]
[insert telephone/fax numbers, including country and city area codes]
[insert E-mail address, if available]
BF-Q-47
Similar Contract No. [insert number of similar Contracts
required] Information
Description of the similarity in accordance with Sub-Factor 2.4.2(a) of Section III:
1. Physical size of required works items
[insert physical size of items]
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/technology involved in the Contract]
4. Other Characteristics [insert other characteristics as described in Section VI, Employer’s Requirements]
BF-Q-48
Form ACK Acknowledgement of Compliance with Guidelines for
Procurement under Japanese ODA Loans A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to execute this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information provided in the Bid submitted by the Bidder for [insert Loan No and name of the Project] is true, correct and accurate to the best of the Bidder’s and my knowledge and belief. I further certify, on behalf of the Bidder, that:
(i) the Bid has been prepared and submitted in full compliance with the terms and conditions set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the “Guidelines”); and
(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a
corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to any conflict of interest as stipulated in the relevant section of the Guidelines.
<If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence B).> B) I certify that the Bidder has NOT been debarred by the World Bank Group for more
than one year since the date of issuance of Invitation for Bids.1 <If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have passed since the date of such debarment decision, use the following sentence B’).> B’) I certify that the Bidder has been debarred by the World Bank Group for a
period more than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the date of such debarment decision. Details of the debarment are as follows:
name of the debarred firm
starting date of debarment
ending date of debarment
reason for debarment
C) I certify that the Bidder will not enter into a subcontract with a firm which has been
debarred by the World Bank Group for a period more than one year, unless on the date of the subcontract at least three (3) years have passed since the date of such debarment decision.
1 The starting date should be revisedto “request for price quotation,” if the Borrower is selected through the International Shopping”; to "appointment", if a contractor is selected through the Direct Contracting; or“Commencement of actual selection/bidding process, if the Borrower wishes to adopt procurement procedures other than ICB, Limited International Shopping, International Shopping, or Direct Contracting.
BF-Q-49
D) I certify, on behalf of the Bidder, that if selected to undertake services in connection
with the contract, the Bidder shall carry out such services in continuing compliance with the terms and conditions of the Guidelines.
E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or
indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate, at any time during a process of public procurement, negotiations, execution or implementation of contract (including amendment thereof), the Bidder shall report all relevant facts regarding such request to the relevant section in JICA (details of which are specified below) in a timely manner.
JICA’s information desk on fraud and corruption (A report can be made to either of the offices identified below.) (1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php Tel: +81-(0)3-5226-8850
(2) JICA Bangladesh office Tel: +880-(0)2-989-1897
The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in any way affect the Bidder’s responsibilities, obligations or rights, under relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or other information to any other person(s) or to take any other action, required to or allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved in or responsible for the procurement process in any way.
F) If any of the statements made herein is subsequently proven to be untrue or incorrect
based on facts subsequently determined, or if any of the warranties or covenants made herein is not complied with, the Bidder will accept, comply with, and not object to any remedies taken by the Employer and any sanctions imposed by or actions taken by JICA.
____________________________
_ Authorized Signatory [Insert name of signatory; title]
For and on behalf of [Insert name of the Bidder]
BF-Q-50
Form of Bid Security (Bank Guarantee)
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Employer to insert its name and address]
IFB No.: [Employer to insert number of Invitation for Bids]
Date: [insert date of issue]
BID GUARANTEE No.: [insert guarantee reference number]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called “the Applicant”) has submitted or will submit to the Beneficiary its Bid (hereinafter called “the Bid”) for the execution of [insert description of Contract] under Loan Agreement No. [insert Loan Agreement Number].
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported by a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words, (insert amount in figures)]upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter of Bid (hereinafter called “the Bid Validity Period”),or any extension thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract Agreement, or (ii) fails to furnish the Performance Security, in accordance with the Instructions to Bidders of the Beneficiary’s Bidding Documents.
This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Applicant and the Performance Security issued to the Beneficiary in relation to such Contract Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.
BF-Q-51
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 7581.
[signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the final product.]
1As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases,
modify the Publication number.
BF-T-1
TECHNICAL PROPOSAL
Bidder shall furnish a Technical Proposal including all the following items in sufficient detail to demonstrate substantial responsiveness of the Bidder’s proposal. Failure to furnish any of the following Schedules and Forms with Bid will result rejection of the Bid as non-responsive.
Schedule T1: Technical Particulars and Guarantees
Schedule T2: Site Organization
Schedule T3: Method Statement
Schedule T4: Mobilization Schedule & Construction Schedule
Schedule T5: Manufacturer’s Name & Nationality and Place of Testing
Schedule T6: Plant (Drawings and Documents to be submitted with Bid)
Schedule T7: Safety Plan
Form FUNC: Functional Guarantee
Form RER-1: Proposed Personnel
Form RER-2: Resume of Proposed Personnel
Form EQU: Equipment
Form MAN: Manufacturer's Authorization
BF-T-2
Schedule T1 Technical Particulars and Guarantees
Bidder shall furnish the individual sheets of technical particulars and guarantees for all proposed ratings and types with Bid.
PART 1 – SWITCHGEAR
1.1 145kV OUTDOOR TYPE CIRCUIT BREAKER Sl.No. Descriptions Unit Bidder’s Data 1. Type designation, SF6 gas in the breaker body
Manufacturer’s name & address Applied Standard Type (outdoor, dead tank or live tank ? ) Material of contact Max. moisture content Max. permissible air content Max. SF6 gas leak per year SF6 gas filling pressure at 20 ambient temp. Min. SF6 gas service pressure at 40 ambient temp. Min. SF6 gas service pressure at -25 ambient temp. Type of gas monitoring Signal; “Loss of SF6 gas” at 20 ambient temp Signal; “Min. SF6 gas density” at 20 ambient temp Type of the pressure relief device Material of the pressure relief device Setting of the pressure relief device
p.pm Vol %
% bar bar bar
bar
Density monitor
2. Electrical data Rated Voltage Rated frequency Rated power frequency withstand voltage (r.m.s value 1 min.) - phase to earth - phase to phase - across open isolator - across open gap c.b.
kV Hz
kV kV kV kV
145 50
Rated lightning impulse withstand voltage (r.m.s value 1 min) - phase to earth - phase to phase - across open isolator - across open gap c.b.
kV kV kV kV
No. of breaks per phase Rated continuous current at 40oC ambient temp Rated short time breaking current Rated peak withstand current Percentage d.c. component First-pole-to-clear-factor Rated breaking current, small capacitive currents
Pcs A
kA kA %
BF-T-3
Sl.No. Descriptions Unit Bidder’s Data - line charging - cable charging - capacitor bank
Rated breaking current, small inductive currents - unloaded transformers - transformer loaded with reactor - Shunt reactors
Switching over voltage Max. leakage current between opening main contactors under nominal voltage charging (due to stray capacitance between contactors)
A A A
A A A
p.u mA
3 Operating mechanism:
Auto reclosure (single or three phase)
Operating mechanism
- for closing
- for opening
Making coil
- number per operating mechanism
- rated power each
Tripping coil
- number per operating mechanism
- rated power each
- voltage tolerances
Rated motor voltage
Rated motor power
Auxiliary contacts
- number (NC/NO/wiping)
Rated operating sequence
- t
- t’
Max. closing time
Max. dead time
Max. break time
Max. Arcing time
pcs
W
pcs
W
%
V d.c.
W
Pcs
sec.
min.
ms
ms
ms
ms
Spring/Spring
Spring/Spring
1
2
-30/+10
O-t-CO-t’-O
0.3
3
65
300
60
BF-T-4
1.2 145kV OUTDOOR TYPE DISCONNECTING SWITCH /EARTHING SWITCH
Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Material of contact No. of breaks in series (per phase) Operating mechanism
- for closing - for opening Max. operating time
- for closing - for opening Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 40 ambient temp. Rated breaking current (capacitive) Rated motor voltage Rated motor power Type of earthing switch Interlock mechanism Auxiliary contacts
- number (NC/NO)
sec sec
kV A A V W
Outdoor, motor operated, horizontal three phase blade
gang operated
1
DC/AC motor DC/AC motor
6/6 145
1250
Outdoor, three phase gang
operated by manual Electrical and mechanical
3/3
BF-T-5
1.3 132KV CURRENT TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage CT ratio, Class and Output
- for T/L bay
- for Bus coupler 1 (bus A side of bus CB)
- for Bus coupler 2
(bus B side of bus CB)
- for TR bay
Knee point voltage for the protection core Weight (without supporting structure) Overall height (without supporting structure) Materials for coil Colour of insulator
kV
V kg
mm
Outdoor, insulator type, oil immersed, 1phase
132 5 cores; 3000-2000/1A, Cl. X, 30VA 1600-800/1A, Cl. 0.5, 30VA 1600-800/1A, Cl. 0.2, 30VA 1600-800/1A, Cl. 5P20, 30VA 1600-800/1A, Cl. 5P20, 30VA 2 cores; 3000-2000/1A, Cl. X, 30VA 3000-2000/1A, 5P20, 30VA 2cores; 3000-2000/1A, Cl. X, 30VA, 3000-2000/1A, Cl. 0.2, 30VA 4 cores; 3000-2000/1A, Cl. X, 30VA 800-400/1A, Class 0.2, 30VA 800-400/1A, Cl. 5P20, 30VA 800-400/1A, Cl. 5P20, 30VA
Brown
BF-T-6
1.4 132KV VOLTAGE TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage Ratio Total burden Accuracy class Weight (without supporting structure) Overall height (without supporting structure) Material of coil Colour of insulator How to make VT 2ry protection ?
kV
VA
kg mm
sec
Outdoor, oil immersed, 1 phase
132 132kV /110V /110V
50
3P / Class 0.2
Brown
√3 √3 √3
BF-T-7
1.5 120KV SURGE ARRESTER Sl. No. Nominal System Voltage Unit Bidder’s Data 1 Manufacturer’s name &addres 2 Model Number 3 Type: 4 Continuous operating voltage kV rms 5 Rated voltage kV rms 6 Standard nominal discharge current kA 7 Reference current at ambient temperature mA 8 Reference voltage for above kV rms 9 Steep current impulse residual voltage kV pk 10 11
Lightning impulse residual voltage at 5kA 10kA 20kA Duty Class
kV pk kV pk kV pk
12 Discharge class 13 Pressure relief class 14 Nominal diameter of resistor blocks mm 15 Number of resistor blocks connected electrically in
parallel
16 Number of separately housed units per phase 17 Overall height of arrester (without supporting
structure) mm
18 Overall height of arrester including grading ring if applicable
mm
19 Clearances: phase to earth (from centre line) phase to phase (centre line to centre line)
mm mm
20 Overall Weight of arrester (without supporting structure)
kg
21 Maximum cantilever strength Nm 22 Maximum force due to wind (at maximum specified
gust speed) Nm
23 Minimum creepage distance over insulator housing mm 24 Insulator shed profile - Reference Document 25 Terminal palm details - Drawing No. 26 Earthing terminal - Drawing No. 27 Type & Description of surge monitoring device 28 Type test certificate ref/date 29 Number of the same type of surge arresters supplied
to date
BF-T-8
1.6 POST TYPE INSULATORS Sl. No. Nominal System Voltage Unit Bidder’s Data
1 Manufacturer’s name & address 2 Insulator material 3 IEC.60273 reference 4 Insulator type and manufacturer’s reference 5 Maximum working vertical load: tension
compression kN kN
6 Minimum failing load (tension) kN 7 Maximum bending working load kN 8 Minimum failing load (torsion) Nm 9 Minimum failing load (bending) kN 10 Shed profile (to be enclosed with Tender) Drawing
No.
11 Greatest diameter mm 12 Number of units in one insulator 13 Overall length per complete post mm 14 Weight of complete post kg Electrostatic capacity pF
16 Power frequency withstand voltage (dry) kV 17 Power frequency withstand voltage (wet) kV 18 Dry lightning impulse withstand voltage
1.2/50 micro sec. wave kV
19 Minimum creepage distance: (a) Specified, subject to acceptable
shed profile (b) Guaranteed
mm mm
20 Protected creepage distance mm
21 Radio influence voltage measured at Um/ 3 at 1 MHz
μV
BF-T-9
1.7 INSULATOR STRINGS Sl. No. Nominal System Voltage Unit Bidder’s Data
1 Manufacturer’s name & address 2 Insulator type and manufacturer’s reference 3 Insulation material 4 Number of units per string 5 Outside diameter mm 6 Distance between centres mm 7 Length of string overall mm 8 Maximum working load kN 9 Minimum failing load per unit kN
10 Mechanical routine load test kN 11 Electro-mechanical failing load kN 12 Mechanical failing load kN 13 Electrostatic capacity pF 14 Weight of complete string kg 15 50 Hz 1 minute withstand voltage of unit (dry) kV 16 50 Hz 1 minute withstand voltage of unit (wet) kV 17 Minimum 50 Hz puncture voltage kV 18 Dry lightning impulse withstand voltage
of string1.2/50 micro sec. wave kV
19 Minimum creepage distance per unit: (a) Specified, subject to acceptable
shed profile (b) Guaranteed
mm mm
20 Protected creepage distance per unit mm 21 Radio influence voltage measured at Um/ 3 at
1 MHz
μV
BF-T-10
1.8 BUSBARS AND CONNECTIONS
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
FLEXIBLE CONDUCTORS
1
Manufacturer’s name & address
2
Conductor material
3
Material specification
aluminium alloy steel
4
Minimum use of grease
g/m
5
Number of sub conductor per phase
6
Nominal diameter of conductor
mm
7
Rated current (site rating)
A
8
Temperature rise at rated current
oC
9
Short time withstand current for 1 sec
kA rms
10
Peak withstand current
kA pk
11
Conductor spacer type description reference:
12 Creep period of conductor years
1.9 CLAMPS AND FITTINGS
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
1 Manufacturer’s name & address 2 Types 3 Maximum working stresses
1.10 STEEL STRUCTURES
Sl. No.
Nominal System Voltage
Unit
Bidder’s Data
1 Manufacturer 2 Proposed standards for steel
BF-T-11
1.1136kV OUTDOOR TYPE CIRCUIT BREAKER Sl. No Nominal System Voltage Bidder’s Data
1. Type designation, SF6 gas/Vacuum arcing chamber Manufacturer’s name & address Applied Standard Type Material of contact Max. moisture content Max. permissible air content Max. SF6 gas leak per year SF6 gas filling pressure at 20ºC ambient temp. Min. SF6 gas service pressure at 40 ºC ambient temp. Min. SF6 gas service pressure at -25 ºC ambient temp. Type of gas monitoring Signal; “Loss of SF6 gas” at 20 ºC ambient temp. Signal; “Min. SF6 gas density” at ºC ambient temp. Type of the pressure relief device Material of the pressure relief device Setting of the pressure relief device
p.pm Vol %
% bar bar bar
bar
Outdoor, live tank, AC/DC motor spring charge,
Density monitor
2. Electrical data Rated Voltage Rated frequency Breaking time Operating duty (No auto reclosing funsion) Rated short time withstand current for 3 sec. (r.m.s) Rated peak withstand current Rated continuous current at 40 ºC ambient temp Insulation level
- Lightning impulse withstanding voltage - Power frequency withstand voltage
Overall height of arrester (without supporting structure) Weight (without supporting structure) Max. leakage current between opening main contactors under nominal voltage charging (due to stray capacitance between contactors)
kV Hz c/s
kA kA A
kV kV mm
kg
mA
36 50 3
CO – 15sec. - CO 31.5 80
2500
170 70
No. of breaks per phase Rated short time breaking current Percentage d.c. component First-pole-to-clear-factor Rated breaking current, small capacitive currents
- line charging - cable charging
PcsA kA %
A A
31.5
BF-T-12
Sl. No Nominal System Voltage Bidder’s Data
- capacitor bank Rated breaking current, small inductive currents
- unloaded transformers - transformer loaded with reactor - Shunt reactors
Switching over voltage
A
A A A
p.u
3 Operating mechanism: Operating mechanism - for closing - for opening Making coil - number per operating mechanism - rated power each Tripping coil - number per operating mechanism - rated power each - voltage tolerances Rated motor voltage Rated motor power Auxiliary contacts - number (NC/NO/wiping) Operating duty ( No auto-reclosing function) - t
pcs W
pcs W %
V d.c. W
Pcs
sec.
Spring/Spring Spring/Spring
-30/+10
CO – t - CO 15
BF-T-13
1.12 36kV OUTDOOR TYPE DISCONNECTING SWITCH /EARTHING SWITCH Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Material of contact No. of breaks in series (per phase) Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 400Cambient temp. Rated breaking current Dimension ( W x L x H ) Weight Detection method for incomplete contactor close Provision of the mechanical reliable interlock (Yes or No ?)
kV A
A mm kg
Outdoor, horizontal three phase blade gang manual
operated, structure mounted
1
36 2500
BF-T-14
1.13 36kV OUTDOOR TYPE FUSE DISCONNECTOR Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Material of contact No. of breaks in series (per phase) Auxiliary contacts
- number (NC/NO) Rated voltage Rated continuous current at 40ºC ambient temp. Rated breaking current Power fuse rated current Rated duration of short time circuit Rated short time current Dimension ( W x L x H ) Weight Detection method for incomplete contactor close Provision of the mechanical reliable interlock (Yes or No ?)
kV A A A
sec kA mm kg
Outdoor, horizontal three phase 3 poles blade gang
manual operated, structure mounted, power
fuse mounted, spark arcing horns
1
36 200
10 3
more than 25
BF-T-15
1.14 33kV CURRENT TRANSFORMER
Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage CT ratio, Class and Output
- for Incoming feeder
Knee point voltage for the protection core Weight (without supporting structure) Overall height (without supporting structure) Materials for coil Colour of insulator
kV
V kg
mm
Outdoor, insulator type, oil immersed, 1phase
33
3cores; 1600-2400/1A, Class 0.2, 30VA 1600-2400/1A,5P20,30VA 1600-2400/1A,5P20,30VA
Brown
BF-T-16
1.15 33kV VOLTAGE TRANSFORMER Sl.No. Descriptions Unit Bidder’s Data 1. Manufacturer’s name & address
Applied Standard Type Rated voltage Ratio Total burden Accuracy Overall height (without supporting structure) Materials for coil Colour of insulator
kV
VA
V kg
mm
Outdoor, oil immersed, 1 phase, One 2ry winding
33 33kV / 110V / 110V
50
Class 3P/0.2
Brown
√3 √3 √3
BF-T-17
1.16 30kV SURGE ARRESTER Sl.No. Descriptions Unit Bidder’s Data
1. Manufacturer’s name & address Applied Standard Type Rated voltage Nominal discharge current Discharge class Residual voltage at flush over point Overall height (without supporting structure) Weight Colour of insulator
kV kA
V
mm kg
Outdoor, metal oxide gapless, 1phase
30 10
Heavy duty class 3
Brown
BF-T-18
PART 2 – TRANSFORMERS
2.1 132/33kV 50/75MVA, 3PHASE MAIN TRANSFORMER
Sl. No. Description Unit Bidder’s data
1.1
Name of the Manufacturer
1.2
Type/Model
2.1
Continuous Rating - ONAN
ONAF
MVA
50 75
2.2
Voltage ratio at no-load HV/LV
kV
132/34.5
Tap Changer
3 (A) HV Tap Changer (On load type)
Tapping Range (B) Size of tapping step (C) Number of steps
±10% 1.25% 16
4
Vector Group
Dyn1
5
On-load voltage control equipment:
(A) Type. (B) Manufacturer (C) Power frequency withstand test
voltage(BS.4571) - between first and last contacts of the
selector switch - between any two adjacent contacts of the
selector - between open diverter switch contacts
(D) Type test certificate reference
6
Type of cooling
7
Winding temperature riseat CMR under service conditions stated in Schedule of Technical Requirement
oC
8
Top oil temperature under service conditions stated in Schedule of Technical Requirement (A) CMR (B) ONAN rating
oC oC
BF-T-19
Sl. No. Description Unit Bidder’s data
9 Maximum hot spot temperature rise in core at rated power
oC
10
Maximum hot spot temperature rise in copper at rated power
oC
11
Temperature gradient at rating specified oC
12 Flux density in iron at normal voltage and frequency and at normal ratio- (no load) (A) Cores (B) Yokes (C) Volts/turn
Tesla Tesla V
13 Magnetising current (approx) at nominal ratio and at 0.9 x nominal voltage at 1.0 x nominal voltage at 1.1 x nominal voltage at 1.2 x nominal voltage
% % % %
14 Harmonic component of magnetising current at rated voltage as percentage of fundamental (A) Fifth harmonic (B) Seven harmonic
% %
*15 No-load loss (excluding cooling plant losses) at rated voltage, ratio and frequency
kW
*16 Copper loss ( excluding cooling plant losses)at 75oC and at rated voltage, ratio (nominal tap),frequency& at 75MVA.
kW
*17 Auxiliary loss at 75MVA(Total power input to fans for operation of total installed cooling capacity)
kW
18 Total loss at 75oC and normal ratio and 75MVA(Sl. No.15+16+17)
kW
19 Regulation at 75oC and normal ratio - (A) At unity power factor (B) At 0.8 lagging power factor
% %
20 (i) Impedance voltage at 75oC and CMR between HV & LV windings (A) at extreme minus tap normal tap extreme
plus tap (B) Maximum Impedance over tapping range.
Corresponding tap (C) Minimum Impedance over tapping range
Corresponding tap (ii) Impedance voltage at 75oC and CMR between HV
% % %
BF-T-20
Sl. No. Description Unit Bidder’s data
& LV at normal tap. %
21 Equivalent circuit zero sequence impedance:
HV-LV
%
22 Maximum current density in windings at C.M.R.
(A) HV winding
(B) LV winding
A/mm2A/mm2
24 Noise level dB
25 Types of transformers (shell or core)
26 Core steel
(a) Type
(b) Grade
27 Types of winding
(A) HV
(B) LV
28 Insulation of
(a) HV windings
(b) LV windings
29 Insulation of
(A) Yoke bolts
(B) Side plates
31 Safe working temperature of core plate insulation oC
32 Winding connections brazed or crimped
33 For fault with zero impedance external to the transformer and infinite system
(a) Maximum axial force
(b) Maximum tensile stress in winding
kN
N/m2
34 Is facility provided for adjustment of axial pressure on windings?
Yes/No
35 Thickness of transformer tank
BF-T-21
Sl. No. Description Unit Bidder’s data
(A) Sides
(B) Bottom
mm
mm
36 Material used for gaskets for oil tight joints
Radiators, Valves, Fans
37 Thickness of radiator plates mm
39 Valve type/material:
(A) 100mm and below
(B) Above 100mm
40 Equipment for ONAF + cooling state (A) - (A) Radiators on main tank
41 Number of coolers/radiator or cooler banks per transformer
42 Number of air blowers per transformer
43 Speed of air fans rpm
44 Rating of each air fans motor kW
Starting current of each air fan motor A
45 Oil Volumes and Weights litres
46 Total oil required including cooler system litres
47 Volume of oil to fill transformer to above the top yoke
litres
48 Total volume of conservator tonnes
49 Weight of active copper tonnes
50 Weight of active iron in core tonnes
51 Weight of core and winding assembly tonnes
52 Weight of each cooler bank complete with oil if mounted separately from transformer
tonnes
53 Total weights of complete transformers, including attached coolers, voltage regulating equipment, all fittings and oil
tonnes
54 Weight of transformer arranged for transport
Manufacture, type and class of oil to IEC 60296
55 Transformer Parts Subject To Short-circuit Test
BF-T-22
Sl. No.
Description
Unit
Bidder’s data
Transformer Bushing Insulators 132 kV 33 kV Neutral
56 Maker 57 Insulator material (solid,
oil-paper etc)
58 Maker's type reference and rated voltage
59 Rated current 60 BCT particulars
i) HV Side: -Core 1 -Core 2
ii) LV Side: -Core 1 -Core 2 -Core 3 -Core 4
iii) Neutral: Core 1:
61 Manufacturer of porcelain 62 Length of insulator (overall) mm
63 Weight of insulator kg 64 Electrostatic capacity of complete
bushings pF
65 Dry lightning impulse voltage withstand (1.2/50 wave)
kV
66 50Hz wet withstand voltage without arcing horns
kV
67 Total creep age distance of outdoor shedding
mm
68 Protected creepage distance of shedding
mm
*Guaranteed values subject to deduction from Contract Price
BF-T-23
2.2 132/33kV 80/120MVA, 3PHASE MAIN TRANSFORMER
Sl. No. Description Unit Bidder’s data
1.1
Name of the Manufacturer
1.2
Type/Model
2.1
Continuous Rating - ONAN
ONAF
MVA
80 120
2.2
Voltage ratio at no-load HV/LV
kV
132/34.5
Tap Changer
3 (A) HV Tap Changer (On load type)
Tapping Range (B) Size of tapping step (C) Number of steps
±10% 1.25% 16
4
Vector Group
Dyn1
5
On-load voltage control equipment:
(A) Type. (B) Manufacturer (C) Power frequency withstand test
voltage(BS.4571) - between first and last contacts of the
selector switch - between any two adjacent contacts of the
selector - between open diverter switch contacts
(D) Type test certificate reference
6
Type of cooling
7
Winding temperature rise at CMR under service conditions stated in Schedule of Technical Requirement
oC
8
Top oil temperature under service conditions stated in Schedule of Technical Requirement (A) CMR (B) ONAN rating
oC oC
9 Maximum hot spot temperature rise incore at rated power
oC
BF-T-24
Sl. No. Description Unit Bidder’s data
10 Maximum hot spot temperature rise in copper at rated power
oC
11
Temperature gradient at rating specified oC
12 Flux density in iron at normal voltage and frequency and at normal ratio- (no load) (A) Cores (B) Yokes (C) Volts/turn
Tesla Tesla V
13 Magnetising current (approx) at nominal ratio and at 0.9 x nominal voltage at 1.0 x nominal voltage at 1.1 x nominal voltage at 1.2 x nominal voltage
% % % %
14 Harmonic component of magnetising current at rated voltage as percentage of fundamental (A) Fifth harmonic (B) Seven harmonic
% %
*15 No-load loss (excluding cooling plant losses) at rated voltage, ratio and frequency
kW
*16 Copper loss (excluding cooling plant losses)at 75oC and at rated voltage, ratio (nominal tap),frequency& at 120MVA.
kW
*17 Auxiliary loss at 120MVA(Total power input to fans for operation of total installed cooling capacity)
kW
18 Total loss at 75oC and normal ratio and 120MVA(Sl. No.15+16+17)
kW
19 Regulation at 75oC and normal ratio - (A) At unity power factor (B) At 0.8 lagging power factor
% %
20 (i) Impedance voltage at 75oC and CMR between HV & LV windings (A) at extreme minus tap normal tap extreme
plus tap (B) Maximum Impedance over tapping range.
Corresponding tap (C) Minimum Impedance over tapping range
Corresponding tap (ii) Impedance voltage at 75oC and CMR between HV
& LV at normal tap.
% % % %
21 Equivalent circuit zero sequence impedance:
HV-LV
BF-T-25
Sl. No. Description Unit Bidder’s data
%
22 Maximum current density in windings at C.M.R.
(A) HV winding
(B) LV winding
A/mm2A/mm2
24 Noise level dB
25 Types of transformers (shell or core)
26 Core steel
(a) Type
(b) Grade
27 Types of winding
(A) HV
(B) LV
28 Insulation of
(a) HV windings
(b) LV windings
29 Insulation of
(A) Yoke bolts
(B) Side plates
31 Safe working temperature of core plate insulation oC
32 Winding connections brazed or crimped
33 For fault with zero impedance external to the transformer and infinite system
(a) Maximum axial force
(b) Maximum tensile stress in winding
kN
N/m2
34 Is facility provided for adjustment of axial pressure on windings?
Yes/No
35 Thickness of transformer tank
(A) Sides
(B) Bottom
mm
mm
36 Material used for gaskets for oil tight joints
Radiators, Valves, Fans
37 Thickness of radiator plates mm
BF-T-26
Sl. No. Description Unit Bidder’s data
39 Valve type/material:
(A) 100mm and below
(B) Above 100mm
40 Equipment for ONAF + cooling state (A) - (A) Radiators on main tank
41 Number of coolers/radiator or cooler banks per transformer
42 Number of air blowers per transformer
43 Speed of air fans rpm
44 Rating of each air fans motor kW
Starting current of each air fan motor A
45 Oil Volumes and Weights litres
46 Total oil required including cooler system litres
47 Volume of oil to fill transformer to above the top yoke
litres
48 Total volume of conservator tonnes
49 Weight of active copper tonnes
50 Weight of active iron in core tonnes
51 Weight of core and winding assembly tonnes
52 Weight of each cooler bank complete with oil if mounted separately from transformer
tonnes
53 Total weights of complete transformers, including attached coolers, voltage regulating equipment, all fittings and oil
tonnes
54 Weight of transformer arranged for transport
Manufacture, type and class of oil to IEC 60296
55 Transformer Parts Subject To Short- Circuit Test
BF-T-27
. Sl. No.
Description
Unit
Bidder’s data
Transformer Bushing Insulators 132 kV 33 kV Neutral
56 Maker 57 Insulator material (solid,
oil-paper etc)
58 Maker's type reference and rated voltage
59 Rated current 60 BCT particulars
i) HV Side: -Core 1 -Core 2
ii) LV Side: -Core 1 -Core 2 -Core 3 -Core 4
iii) Neutral: Core 1:
61 Manufacturer of porcelain 62 Length of insulator (overall) mm
63 Weight of insulator kg 64 Electrostatic capacity of complete
bushings pF
65 Dry lightning impulse voltage withstand (1.2/50 wave)
kV
66 50Hz wet withstand voltage without arcing horns
kV
67 Total creep age distance of outdoor shedding
mm
68 Protected creepage distance of shedding
mm
*Guaranteed values subject to deduction from Contract Price
BF-T-28
2.3 33/415V 200KVA, 3-PHASE STATION TRANSFORMER
Sl. No.
Description
Unit
Bidder’s Data
1
Name of Manufacturer& address
2
Type
Oil immersed, ONAN, manual off circuit tap changer
3
Current density of windings - Primary - Secondary
A/mm2
A/mm2
4
HV off circuit tap changer (manual handle operate) - Tapping range - No. of step
33kV 15% 6
5
Materials of coil -Primary -Secondary
6
Sound level
dB
7
Dimension and weight -Width -Depth -Height -Weight
mm mm mm ton
BF-
T-29
PAR
T 3 –
CA
BLE
S 3.
1 AU
XILI
ARY
POW
ER A
ND
MU
LTIC
OR
E C
ON
TRO
L C
ABLE
S (S
ched
ule
to b
e co
mpl
eted
if m
anuf
actu
re n
ot to
BS.
6346
)
Item
U
nit
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
Num
ber
of c
ore
Cor
e se
ctio
n
Cor
e di
amet
er
Con
duct
or in
sula
tion
Type
of f
iller
Type
of t
ape
Shea
th th
ickn
ess
Shea
th o
uter
dia
met
er
Arm
our w
ires
Arm
our w
ires d
iam
eter
Out
er c
over
ing
Out
er c
over
ing
thic
knes
s
Com
plet
ed c
able
:
diam
eter
wei
ght p
er m
etre
max
imum
dru
m le
ngth
Min
imum
inst
alle
d be
ndin
g
radi
us
Max
imum
con
duct
or te
mpe
ratu
re
mm
2
mm
mm
mm
mm
no.
mm
type
mm
kg
m
mm
C
BF-Q-1
PART 4 - DC EQUIPMENT
4.1 BATTERIES AND CHARGERS
Sl.No Description Unit Bidder's Data 4.1 Battery
1 Manufacturer’s name, address, and Type 2 Electrolyte 3 Nominal voltage V 4 Capacity at 5 hour rate Ah 5 Efficiency % 6 Number of cells 7 Float voltage per cell V 8 Battery voltage at end of the duty cycle V 9 Normal charging rate A 10 Maximum charging rate A 11 Ampere-hour efficiency at ten hour rate % 12 Ampere-hour efficiency at one hour rate % 13 Dimensions of cells mm 14 Dimensions of battery complete mm 15 Weight of cell complete with electrolyte kg 16 Internal resistance per cell when fully charged ohms 17 Material of battery case 4.2 Charger set 1 Manufacturer 2 Type 3 AC input voltage and range V 4 DC output of charger V 5 Efficiency % 6 Type of DC voltage control 7 Range of DC voltage V 8 Output current sharing facility (for parallel operation of
chargers)
9 Regulation % 10 Overall dimensions 11 Total weight
12 Protection degree for enclosure (IP)
4.3 D.C. distribution panel (MCC)
1 Manufacturer 2 Type of Construction
-Maximum No. of unit for indoor MCC panel -Single face or double (front & back side) face ? -Unit draw able or not
BF-Q-2
Sl.No Description Unit Bidder's Data 3 Main busbar (Horizontal):-
(a)Maximum current rating (b) Material Dimensions (c) Sectional area
A mm2
4 Dimension and weight for each panel -width -depth -height -weight
mm mm mm kg
5 Protection degree of enclosure (IP)
6 Rated short time withstand current for 1sec. kA
7 Cable entrance (top or bottom ? )
8 Number and rating of distribution circuits
9 Gross calorific value for a panel under working Joule
10 No. of spare unit
BF-Q-3
PART 5 - LVAC EQUIPMENT AND UPS 5.1 LV AC DISTRIBUTION PANELS (MCC)
Sl.No.
Description
Unit
Bidder's Data
1
Manufacturer name and address
2
Type of construction -Maximum No. of unit for indoor MCC panel -Single face or double (front & back side) face ? -Unit drawable or no
3 Main busbar (Horizontal):-
(a)Maximum current rating (b) Material Dimensions (c) Sectional area
A mm2
4 Dimension and weight for each panel
-width -depth -height -weight
mm mm mm kg
5
Protection degree of enclosure (IP)
6 Rated short time withstand current for 1sec. kA
7 Cable entrance (top or bottom ? )
8 Number and rating of distribution circuits
9 Gross calorific value for a panel under working Joule 10 No. of spare unit
5.2 UPS Sl.No. Descriptions Unit Bidder’s Data
1 2 3 4 5 6 7 8 9 10
Manufacturer and address Rated capacity Input Output Efficiency at 25%, 50%, 75% and full 100%load Supporting time Capacity of battery MTBF Protection degree of enclosure (IP) Dimension and weight -width -depth -height -weight
KVA
V V %
min. AH
mm mm mm kg
At least 3KVA
400V 3phase or 230V 1phase, 50Hz 240V 1phase 50Hz
BF-Q-4
PART 6 - SUBSTATION AUTOMATION SYSTEM Sl. No.
Description Unit Bidder’s Data
1 General Requirement: Standards to be complied with Substation Automation system Test Ca. Damp heat steady state Test Db and guidance; Damp heat cyclic Digital I/O, Analogue I/O dielectric Tests Digital I/O, Surge withstand test Radio interference test Transient fast burst test Static Discharge Electromagnetic fields Temperature range (min/max) oC Relative humidity % Intelligent Electronic Devices (IED’s) - serial communication interface included? - Protection & Control IED’s connected same bus? - self monitoring - display of measured values - remote parameterization - disturbance record upload and analysis
Availability Calculation shall be furnished for each equipments as well as for the entire system
2 Detailed Requirements: Manufacturer of Substation Automation System Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered system. (Note: proof of experience should be furnished. The components used in the offered system and those with field experience should be the same)
Yrs
Design life of substation Automation System Yrs Manufacturers quality assurance system Dimensions of cubicle:
- Width - Depth - Height - Floor load
mm mm mm N/
3 Station Level Equipment:
Station Controller MTBF (Mean time between Failures)
BF-Q-5
Sl. No.
Description Unit Bidder’s Data
MTTR (Mean time to repair) Dual Station Computers Provided in redundant hot standby
Hot standby take over time Annunciator for Station PC system software Number of years of proven field experience of offered software
Yrs
Operating System All standard picture as per spec included in HMI Process Status Display & Command Procedures Event processing as per spec Alarm processing as per spec Reports as per spec Trend Display as per spec User Authority levels as per spec System supervision & monitoring as per spec Automatic sequence control as per spec
4 Gateway to National Load dispatch Center Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven filed experience of offered unit Yrs Insulation tests Fast disturbance tests Industrial environment Industrial grade hardware with no moving parts (PC based gateway is not accepted)
Design life of offered equipment Yrs Redundant communication channel Redundant CPU Redundant DC/DC Supply MTBF (Mean time between Failures) MTTR (Mean time to repair)
5 Station Bus: Type of bus/protocol Physical Medium Transfer rate/bus speed
6 Interbay Bus Type of bus/protocol Physical Medium
BF-Q-6
Sl. No.
Description Unit Bidder’s Data
Transfer rate/bus speed 7 Printer server
Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer MTBF
8 Event Printer Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Print speed Paper feed/width Character set MTBF
9 Hard Copy colour Printer Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Print speed Colours Resolution Character set MTBF
10 Master Clock GPS (Global Positioning System) Receiver: Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Stability MTBF
11 Bay control Unit - HV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered unit Yrs SeparateBay controller unit provided for each bay & feeder
Type of bay controller offered HV/MV Select Before Operate with Open Execute & Close Execute
Single bit dependence
BF-Q-7
Sl. No.
Description Unit Bidder’s Data
Interlocking, bay & Station wide Synchrocheck function:
- Maximum Voltage difference - Maximum Frequency difference - Maximum Phase difference
Double command blocking Independent settable parameter groups Local Display Unit Sequence of event recorder:
- Events - Time resolution
Disturbance recorder function Comprehensive self-supervision Battery free backup of events and disturbance records Insulation tests
Fast disturbance tests MTBF MTTR Temperature range: IED’s
- Operation - Transport and storage
oC oC
Relative humidity: - Operating max./min. - Transport and storage
% %
12 Back up control mimic -HV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Control functionality: Control of breaker as well as all isolators/earthing switch (Control functionality should not be affected if bay controller fails)
Key-Locked Interlock override function Separate backup control mimic provided for each bay & feeder
13 Bay Control Unit - MV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Number of years of proven field experience of offered unit Yrs SeparateBay controller unit provided for each bay & feeder
BF-Q-8
Sl. No.
Description Unit Bidder’s Data
Control functionality implementation in software: Select before Operate with Open Execute & Close Execute Interlocking, Bay & Station Wide Synchrocheck function
- Maximum Voltage difference - Maximum Frequency difference - Maximum Phase difference
Local Display Unit Sequence of event recorder
- Events - Time resolution
ms
Disturbance recorder function Comprehensive self-supervision Insulation tests Fast disturbance tests MTBF MTTR Temperature range: IED’s
- Operation - Transport and storage
oC oC
Relative humidity: - Operating max./min. - Transport and storage
% %
14 Back up control mimic - MV Manufacturer Name and type of product in supplier’s catalogue Origin of manufacturer Control functionality: Control of breaker as well as all isolators/earthing switches Separate backup control mimic provided for each bay & feeder
15 System Performance: Exchange of display (First reaction) s Presentation of a binary change in the process display s Presentation of an analogue change in the process display s From order to process output s From order to updated of display S
16 Deviations Please state all deviations from specification
BF-Q-9
PART 7 – PROTECTION 7.1 132 kV LINE DISTANCE PROTECTION SL.No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Phase switched
4 Zone switched
5 Number of zones
6 Shape of impedance characteristic: Zone 1/Zone 2/Zone 3
7 Reverse looking element (blocking signal initiation)
8 Sensitivity:
8.1 Minimum operation current: Earth faults/Phase faults
A
8.2 Minimum necessary voltage for fault at Zone 1 reach point (if applicable): Earth faults/Phase faults
V
8.3 Minimum Zone 1 ohmic impedance to which relay can be set
ohms
8.4 Maximum Zone 1 ohmic impedance to whichrelay can be set and maintain accuracy
ohms
8.5 Minimum Zone 2 ohmic impedance to whichrelay can be set
ohms
8.6 Maximum Zone 2 ohmic impedance to whichrelay can be set and maintain accuracy
ohms
8.7 Maximum Xone 3 ohmic reach: Forward reach/Reverse reach
ohms
9 Arc forward and reverse reach setting independent of each other?
Yes/No
10 Can resistance and reactance reaches be set independent of each other
Yes/No
11 Directional sensitivity V
12 Current transformer requirements
13 Voltage transformer requirements
14 Back up Zone time ranges: Zone 2/ Zone 3 sec.
15 Method used to clear close-in faults:
which occur when line is already energized in service
which exist upon line energisation
BF-Q-10
16 Has distance protection previously been used in the type of blocking scheme offered for thiscontract? If yes: number of scheme in service/year first in service
Yes/No
17 Approximate number of years distance relay in service (A complete reference list should be submitted stating client, system voltage and year of going into service).
18 Zone 1 operating times on fault position:
Earth faults: 0, 50, 90% of relay setting ms (min./max.)
Phase to phase faults: 0, 50, 90% of relay setting ms (min./max.)
Three phase faults: 0, 50, 90% of relay setting ms (min./max.)
7.2 132/33kV TRANSFORMER BIASED DIFFERENTIAL PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Range of operating coil settings % of CT rating
4 Range of bias coil settings % of CT rating
5 Recommended operating coil setting % of CT rating
6 Recommended bias coil setting % of CT rating
7 Number of bias coils
8 Minimum sensitivity: Earth faults/Phase faults % of CT rating
9 Maximum through fault at which the protective equipment is stable with recommended settings: Earth faults/Phase faults
% of CT rating
10 Maximum time delay between initiation of fault and emerging of breaker trip circuit ms
11 Current transformer requirements
7.3 132/33kV TRANSFORMER RESTRICTED EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Operating principle, e.g. high impedance
4 Minimum relay setting A
5 Sensitivity of scheme (allowing for CT magnetizing current, etc.)
BF-Q-11
6 Maximum through fault current at which protection is stable
A
7 Current transformer requirements
8 Estimated magnetizing current at relay setting A
9 Operating time at twice relay minimum setting ms
10 Operating time at ten times relay minimum setting
ms
7.4 132 kV BUS-BAR PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Operating principle, e.g. high impedance
4 Minimum relay setting A
5 Sensitivity of scheme (allowing for CT magnetizing current, etc.)
6 Maximum through fault current at which protection is stable A
7 Current transformer requirements
8 Estimated magnetizing current at relay setting A
9 Operating time at twice relay minimum setting ms
10 Operating time at ten times relay minimum setting ms
7.5 INVERSED TIME OVER CURRENT/ EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Inversed time element
Range of current settings: Overcurrent/Earth Fault
A
Range of operating times at highest timing setting at ten times current setting
sec.
Range of operating times at highest timing setting at twice current setting
sec.
4 High set instantaneous element range of settings: Overcurrent/Earth Fault
A
BF-Q-12
5 Transient overreach at X/R=10
6 Operating time with Maximum offset current at five times current setting
ms
7 Burden of relay on minimum inverse time element current setting at a current ten times setting: Overcurrent/Earth fault
VA
7.6 DIRECTIONAL OVER CURRENT/ EARTH FAULT PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Current setting range: Forward element/Reverse element
A
4 Minimum polarizing quantity required for correct directional decision:
Voltage: Forward element/Reverse element V
Current: Forward element/Reverse element V
5 Characteristic angle degrees
6 Current transformer requirements
7.7 BREAKER FAILURE PROTECTION
SL. No. Description Unit Bidder’s Data
1 Manufacturer
2 Type designations
3 Setting of current elements: Phase faults/Earth faults
A
4 Timer setting range sec.
5 Burden of relay at minimum current setting at ten times CT secondary rated current during: Phase faults/Earth faults
VA
6 Operating time/Reset time ms
7.8 TRIPPING RELAYS SL. No. Description Unit Bidder’s Data
1 Manufacturer
BF-Q-13
2 Type designations
3 Nominal operating voltage V
4 Minimum operating voltage V
5 Operation indicator
6 Operating time at nominal voltage ms
7
Contact rating:
Make and carry continuously VA
Make and carry for 3 sec. VA
Break: resistive inductive
W VA
7.9 OVERALL FAULT CLEARANCE TIMES
SL. No. Description Unit Bidder’s Data
1 132/33 kV Transformer Faults:
Main protection relay operating time ms
Auxiliary and tripping relay time ms
Circuit breaker breaking time ms
Total including margin ms
2 132 kV Line Faults:
Distance protection maximum operating time + carrier signal receiving time
ms
Auxiliary relay time (where used) ms
Circuit breaker breaking time ms
Total including margin ms
3 130 kV Bus-bar Faults:
Main protection relay (87B) operating time + mal-operation confirm relay (UV, total bus 87B) operation time
ms
Auxiliary and tripping relay time ms Circuit breaker breaking time ms Total including margin ms
4. 132 kV Line Auto reclosing
Main protection relay operating time ms Auxiliary and tripping relay time (where used) ms Circuit breaker breaking time ms Circuit breaker breaking reclosing time
*Auto reclosing relay operation time is neglected due to its quick operation time
sec. 0.3 as per CB operating duty
Total ms
BF-Q-14
PART-8 DIGITAL FAULTAND DISTURBANCE RECORDER (N/A)
BF-Q-15
PART-9: FIBRE OPTIC MULTIPLEXER EQUIPMENT FOR COMMUNICATION AND PROTECTION
SI.No
Descriptions Unit
Bidder’s Data
1.
GENERAL
Manufacturer’s name and address
Type/ model name and No.
Origin of manufacturer
Number of years of proven field experience of offered equipment. ( Note; proof of experience used in substation environment should be furnished along with the list of substation projects)
Type of multiplexer
Complying to ITU-T rec.
Transmission capacity -Highest SDH: STM-4 -Supported SDH;STM-1
Mbit/s Mbit/s
Accesscapacity in 64 kbit/s channels
Access capacity in 2 Mbit/s channels
Redundant central processor
Digital cross connect function
SDH cross connection capacity, high order
SDHcross connection capacity, low order
2 AVAILABLE AGGREGATES:
Optical aggregates (ITU-T G.957) STM-4 STM-1
3 AVAILABLE TRUNK INTERFACES:
HDB3, 2Mbit/s interface per module No.
Complying to ITU-T rec.
HDSL, 2Mbit/s interface: -No. of copper wires -Capacity on 2Mbit/s or on 1Mbit/s -Capacity selectable
4 AVAILABLE USER INTERFACES
4.1 Voice Interfaces for Trunk Lines:
1+1 com path protection, available for all
Analogue, 4wire with E&M : Input level Output level
dBr dBr
BF-Q-16
SI.No
Descriptions Unit
Bidder’s Data
Analogue, 2wire with E&M : Input level Output level
dBr dBr
Digital, 2Mbit/s, CAS or PRI
4.2 Voice Interfaces for Remote Subscriber:
2 wire, subscriber side dBr
2 wire, PABX side dBr
4.3 Integrated Tele-protection:
4.3.1
Interface for Commands;
Number of independent commands No.
Transmission time max. ms
Signal voltage Vpeak
1+1 com path protection
4.3.2 Interface for Differential Protection
Electrical interface: G. 703 Kbit/s
Optical interface Kbit/s
Optical interface C37.94: Transmission rate Payload for protection relay
Mbit/s Mbit/s
4.4 Data; Channels per Module
1+1 com path protection, available for all No.
V.24/V.28(RS-232): up to 38.4 kbit/s No.
V.11/X.24(RS-422): 64 kbit/s No.
V.35: 64 kbit/s No.
V.36 (RS-449): 64kbit/s No.
G.703:64 kbit/s No.
Ethernet: 10/100Base T WAN capacity Protocols
No. Mbit/s
4.5 Integrated Alarm Gathering Module:
Number of external alarms per module No. Auxiliary power supply for ext. contacts
4.6 Network Management System
Type/ Name of configuration tool
For fault/ configuration management
For local/ remote operation
BF-Q-17
SI.No
Descriptions Unit
Bidder’s Data
Data communication network (DCN)
4.7 Ambient Condition
Storage: ETS 300 019-1-1, class 1.2 / %hum
Transport: ETS 300 019-1-2, class 2.2 / %hum
Operation: ETS 300 019-1-3, class 3.IE / %hum
4.8 Power Supply
Operation VDC
Fully redundant power supply
4.9 Engineering Order Wire (EOW)
4.10 IP Phone
BF-Q-18
Schedule T2: Site Organization
[Insert Technical Proposal for Site Organization.]
BF-Q-19
Schedule T3: Method Statement
[Insert Technical Proposal for Method of Statement in accordance with requirements stated in Clause 1.1.3 of Section III in Volume 1]
BF-Q-20
Schedule T4: Mobilization and Construction Schedule
[Insert Bar Chart Showing Major Key Activities]
BF-Q-21
Schedule T5: Manufacturer’s Name& Nationality and Place of Testing
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Bidders are free to propose more than one for each item.
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
...
1 132 kV SWITCHGEAR
Circuit-breakers CB Operating Mechanism Disconnectors Current transformers Voltage Transformers Lightning Arrester Busbar Conductor Flexible conductors EarthWire Connectors Insulator -Post -Disc Fittings Steel Structures
2
33 kV SWITCHGEAR
Circuit-breakers CB Operating Mechanism Disconnectors Current transformers Voltage Transformers
BF-Q-22
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
Lightning Arrester Busbar conductor Flexible conductors EarthWire Connectors Insulator -Post -Disc Fittings Steel Structures
3
132/33 kV POWER TRANSFORMERS
Complete
On load Tap Changer
HV bushings
LV bushings
Porcelain for insulators
Tap changers
Copper
Core plates
Tanks
Radiators
Fan motors
Temperature indicators
Oil valves
Pressure relief device
Motor control equip.
Gas/Oil actuated relay
Transformer oil
Remote control panel
Automatic Voltage Regulator
BF-Q-23
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
...
Indicating instruments
4 33/0.4 kV AUXILIARY TRANSFORMERS
5 PROTECTION METERING AND CONTROL
Control & Relay Panels
Protective relays
Substation automation System
Meters
Transducers
Energy meter
Tarrif metering Panel
6 DC EQUIPMENT
Batteries
Chargers
Distribution Boards 48V DC/DC converter
7 415 V SWITCH BOARD 8 MULTICORE CABLES
XLPE Insulated Cables
Cable trays
9 EARTHING Copper flatbar/ Copper conductor
Insulated copper Conductor Earthing Rod
10 FIBRE OPTIC MULTIPLEXER
BF-Q-24
ItemNo. Major Items of Plant and Installation Services
Proposed Subcontractors/Manufacturers
Nationality Place of Testing
and Inspection
EQUIPMENT
11
PABX System
12
SITE ERECTION AND COMMISSIONING BY CIVIL WORKS Design to be performed by:- Constructed by:-
BF-Q-25
Schedule T6: Plant (Drawings and Documents to be submitted with Bid)
The following drawings/documents shall be submitted with the Bid: 1. Typical single line diagram and equipment layout and section drawings of all 132/33kV
substations. 2. Drawings of 145kV and 36 kV equipment (circuit breaker, disconnector, arrester, current
transformer,voltage transformer, insulators, power cables), showing details of construction and dimensions.
3. Drawings of main power transformer and station service transformer, showing details of
construction 4. Manufacturer’s documents and drawings of gas injection type fire protection system, including
explanation of the principles (logic diagram) of gas injection fire protection for main power transformers
5. Typical arrangement drawing of control and relay cubicles,LVAC and DC distribution boards. 6. Plan and section of proposed substation building drawings. 7. Type test reports of the following items of equipment (at similar specifications with equal or
higher voltage rating) shall be submitted with Bid.
(1) Power Transformer
(a) Temperature rise test. (b) Dielectric tests (Induced over voltage test, Lightning impulse voltage
withstand test, Power frequency voltage withstand test). (c) Short circuit test (special test) / Calculation.
(2) 145kV Switchgear
(a) Circuit Breaker (i) Lightning impulse voltage withstand dry test. (ii) Power frequency voltage withstand dry test. (iii) Out of phase switching test. (iv) Short time withstand current test.
(b) Disconnector & Earthing Switch (i) Lightning Impulse voltage withstand dry test. (ii) Power frequency voltage withstand dry test. (iii) Short time withstand current test.
(c) Current Transformer
(ii) Short-time current tests (iii) Temperature-rise test (iv) Impulse tests on primary winding
BF-Q-26
(d) Voltage Transformer (i) Temperature-rise test (ii) Short-circuit withstand capability test (iii) Lightning Impulse test (iv) Determination of errors
(3) 120kV & 30kV Surge arresters
(a) Power frequency voltage withstand and lightning impulse voltage withstand
tests on complete arrester housing. (b) Operating duty test. (c) Long duration current impulse withstand test. (d) Residual voltage test. (e) Pressure relief test. (f) Artificial pollution test.
(4) Insulators
For insulator units:
(i) Dry lightning impulse voltage withstand test; (ii) Wet power frequency voltage withstand test; (iii) Electro-mechanical failing load test; (iv) Thermal mechanical performance test; (v) Impulse voltage puncture test; (vi) Power arc test.
Note: The type test reports of the above item no. (1), (2) and (3) shall be issued by aSTL1Member testing organisation or laboratory in the manner as mentioned in the STL Guides. However type tests of power transformer can be performed in presence of STL member either in STL member’s testing organization/laboratory or manufacturer’s test laboratory or independent testing laboratory also acceptable. The type test reports of the above item no. (4)shall be issued by an international independent testing organisation or laboratory.
8. Quality Assurance Certificate ISO9001:2008 Certification (or equivalent) and Quality
Assurance Programme & Typical Quality Plan for the work from the manufacturers of the following equipment:
(i) Power transformers (ii) 145kV and 36kV circuit breakers (iii) 145kV and 36kV disconnectors (iv) Surge arresters (v) Relays and Substation Automation System (vi) Insulators (vii) 132kV current transformers and voltage transformers
9. Manufacturers’ brochure of major equipment listed in the above item 7 of Schedule T6 (this
Schedule).
1STL: Short-Circuit Testing Liaison (Refer to http://www.stl-liaison.org/web/02_About.php).
BF-Q-27
Schedule T7 : Safety Plan
[Insert Technical Proposal for Safety Plan in accordance with requirements stated in Clause 1.1.4 of Section III in Volume 1]
BF-Q-28
Form FUNC: Functional Guarantee
[The Bidder shall copy in the left column of the table below, the identification of each functional guarantee required in the Specification and stated by the Employer in para. 1.2.2 (c) of Section III. Evaluation and Qualification Criteria, and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and equipment.]
Required Functional Guarantee Value of Functional Guarantee of
the Proposed Plant and Equipment
1. Power transforms - No load loss (core-loss) (kW) - Load loss (copper-loss) (kW) - Total load of transformer cooling fans at
transformer maximum continuous rating (kW)
BF-Q-29
Form PER -1: Proposed Personnel Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insertfull name]
IFB No.: [insert number] Page [insert page number] of [insert total number]pages
[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1.]
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
*As listed in Section III.
BF-Q-30
Form PER -2: Resume of Proposed Personnel Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insertfull name]
IFB No.: [insert number] Page [insert page number] of [insert total number]pages
[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the form below.]
Name of Bidder
Position
Personnel information
Name
Date of birth
Professional qualifications
Present employment
Name of employer
Address of employer
Telephone
Contact (manager / personnel officer)
Fax
Job title
Years with present employer
BF-Q-31
[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.]
From To Company / Project / Position / Relevant technical and management experience
BF-Q-32
Form EQU: Equipment Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number] Page [insert page number]of [insert total number]pages
[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria, Clause 1.1.2. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.] Item of equipment Equipment information
Name of manufacturer
Model and power rating
Capacity
Year of manufacture
Current status
Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
Omit the following information for equipment owned by the Bidder. Owner Name of owner Address of owner
Telephone Contact name and title Fax Telex Agreements Details of rental / lease / manufacture agreements specific to the project
BF-Q-33
Form MAN: Manufacturer's Authorization [The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.]
Date: [insert date (as day, month and year) of Bid Submission] IFB No.: [insert number of bidding process]
To: [insert complete name of Purchaser] WHEREAS We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are official manufacturers of[insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following goods, manufactured by us[insert name and/or brief description of the goods], and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 27, Defect Liability, of the General Conditions of Contract, with respect to the goods offered by the above firm. Name: [insert complete name of person signing the Bid] In the capacity of [insert legal capacity of person signing the bid] Signed: [insert signature of person whose name and capacity are shown above] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing]
BF-Q-34
BIDDER’S QUALIFICATION (Bidder’s Qualification without Prequalification)
To establish its qualification to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder:
Form ELI - 1: Bidder Information
Form ELI - 2: Bidder’s Party Information
Form CON: Historical Contract Non-Performance
Form FIN - 1: Financial Situation
Form FIN- 2: Average Annual Construction Turnover
Form FIR - 1: Financial Resources
Form FIR - 2: Current Contract Commitments
Form EXP - 1: General Experience
Form EXP - 2(a): Specific Experience
BF-Q-35
Form ELI - 1: Bidder Information
Date: [insert day, month, year] IFB No.: [insert number]
Page [insert page number]of [insert total number] pages [The Bidder shall provide the following information.]
1. Bidder’slegalname:[insert full name]
2. In case of JV, legal name of the representative member and of each member:[insert full name of each member in the JV and specify the representative member]
3. Bidder’s actual or intended country of registration:[insert country of registration]
4. Bidder’s actual or intended year of incorporation: [insert year of incorporation]
5. Bidder’s legal address in country of registration:[insert street/number/town or city/country]
6. Bidder’s authorized representative information
Name:[insert full name]
Address:[inset street/number/town or city/country]
Telephone/Fax numbers:[insert telephone/fax numbers, including country and city codes]
Email Address:[insertE-mail address]
7. Attached are copies of original documents of: Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of legal entitynamed above, in accordance with ITB 4.3.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1. 8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
BF-Q-36
Form ELI - 2: Bidder’s Party Information
Date: [insert day, month, year] IFB No.: [insert number]
Page [insert page number] of [insert total number]pages [The following form is additional to Form ELI-1, and shall be completed to provide information
relating to each JV member (in case the Bidder is a JV) as well as anyspecialistSubcontractor proposed to be used by the Bidder for any part of the Contract resulting from this process.]
1. Bidder’s legal name:[insert full name]
2. Bidder's Party legal name:[insert full name of Bidder’s Party]
3. Bidder's Party country of registration:[insert country of registration]
4. Bidder’s Party year of incorporation:[insert year of incorporation]
5. Bidder’s Party legal address in country of registration: [insert street/number/town or city/country]
6. Bidder’s Party authorized representative information
Name: [insert full name]
Address: [insert street/number/town or city/country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address:[insert E-mail address]
7. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB 4.3.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
BF-Q-37
Form CON: Historical Contract Non-Performance
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
1. History of Non-Performing Contracts Non-Performing Contracts
Contract non-performance did not occur since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.
Contract(s) not performed since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, is(are) indicated below:
Year Non- performed portion of Contract
Contract Identification
Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year]
[insert amount and percentage]
Contract Identification: [indicate complete Contract name, number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non performance: [indicate main reason(s)]
[insert amount]
BF-Q-38
2. Pending Litigation
Pending Litigation
No pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:
Year of dispute
Amount in dispute
(currency)
Outcome as Percentage
of Net Worth
Contract Identification Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year] [insert amount] [insert percentage]
Contract Identification: [indicate complete Contract name, number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
BF-Q-39
3. Litigation History
Litigation History
No court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate.
Court/arbitral award decisions against the Bidder since 1st January [insert year],in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate, are indicated below: Year of award
Contract Identification Total Contract Amount (current value, currency,
exchange rate and USD equivalent)
[insert year] Contract Identification:[indicate complete Contract name, number, and any other identification
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate “Employer” or “Contractor”]
Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
BF-Q-40
Form FIN - 1: Financial Situation
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
1. Financial data
Type of Financial information in (currency)
Historic information for previous [insert number]years (amount, currency, exchange rate, USD equivalent)
Year 1 Year 2 Year 3 Year4 Year 5
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
CurrentLiabilities (CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
2. Financial documents The Bidder and its Parties shall provide copies of thefinancial statements for [number of years] years pursuant to the Prequalification Criteria or Section III, Evaluation and Qualifications Criteria, Sub-factor 2.3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not
BF-Q-41
an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
Attached are copies of financial statements1for the three (3)years required above; and complying with the requirements.
1If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the
reason for this should be justified.
BF-Q-42
Form FIN - 2: Average Annual Turnover
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
Annual Turnover Data
Year Amount and Currency Exchange rate USD equivalent
[indicate year] [insert amount and indicate currency]
[insert applicable exchange rate]
[insert amount in USD equivalent]
Average Annual Turnover *
* Total USD equivalent for all years divided by the total number of years, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2, as appropriate.
BF-Q-43
Form FIR - 1: Financial Resources
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject Contract or Contracts as indicated in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2 (Following Prequalification) as appropriate.]
Financial Resources
No. Source of financing Amount (USD equivalent)
1
2
3
BF-Q-44
Form FIR - 2: Current Contract Commitments [The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Bidders and each member of a JV should provide information on their current commitments on all Contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for Contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued, in accordance with Section III, Evaluation and Qualification Criteria, Clause 2.2 (Following Prequalification), or Sub-Factor 2.3.3 (Without Prequalification), as appropriate.]
Current Contract Commitments
No. Name of Contract Employer’sContact Address, Tel, Fax
Value of Outstanding Work[Current USD
Equivalent]
Estimated Completion Date
Average Monthly Invoicing Over Last
Six Months [USD/month)]
1
2
3
4
5
BF-Q-45
Form EXP - 1: General Experience [The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Identify Contracts that demonstrate continuous work over the past [number] years pursuant to Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1.List Contracts chronologically, according to their commencement (starting) dates.]
General Experience
Starting Year
Ending Year Contract Identification Role of
Bidder
[indicate year]
[indicate year]
Contract name: [insert full name]
Brief description of the works performed by theBidder: [describe works performed briefly]
Amount of Contract: [insert amount, currency, exchange rate and USD equivalent]
Name of Employer: [indicate full name]
Address: [indicate street/number/town or city/country]
[insert "Prime Contractor”(Single
entity or JV member) or "Subcontractor” or "ManagementContrac
tor”]
BF-Q-46
Form EXP -2(a): Specific Experience [The following table shall be filled in for Contracts performed by the Bidder and by each member
of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name:[insert full name]
Joint Venture Party Legal Name:[insertfull name] IFB No.: [insert number]
Page [insert page number]of [insert total number]pages
[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and Qualification Criteria (Without Prequalification), Sub-Factor 2.4.2(a).]
Similar Contract No. [insert number] of [insert number of
similar Contracts required] Information
Contract Identification [insert Contract name and reference identification number, if applicable]
Award date [insert day, month, year, e.g., 15 June, 2015]
Completion date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract Prime Contractor Only
Total Contract Amount [insert Contract amount(s) and currency(ies)]
USD[insert exchange rate and total Contract amount in USD equivalent]
If member in a JV, specify participationin total Contract amount
[insert percentage of participation]
[insert amount(s) and currency(ies) of participation]
USD [insert exchange rate and amount of participation inUSD equivalent]
Employer's Name [insert full name]
Address
Telephone/fax number
[indicate street/number/town or city/country]
[insert telephone/fax numbers, including country and city area codes]
[insert E-mail address, if available]
BF-Q-47
Similar Contract No. [insert number of similar Contracts
required] Information
Description of the similarity in accordance with Sub-Factor 2.4.2(a) of Section III:
1. Physical size of required works items
[insert physical size of items]
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/technology involved in the Contract]
4. Other Characteristics [insert other characteristics as described in Section VI, Employer’s Requirements]
BF-Q-48
Form ACK Acknowledgement of Compliance with Guidelines for
Procurement under Japanese ODA Loans A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to execute this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information provided in the Bid submitted by the Bidder for [insert Loan No and name of the Project] is true, correct and accurate to the best of the Bidder’s and my knowledge and belief. I further certify, on behalf of the Bidder, that:
(i) the Bid has been prepared and submitted in full compliance with the terms and conditions set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the “Guidelines”); and
(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a
corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to any conflict of interest as stipulated in the relevant section of the Guidelines.
<If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence B).> B) I certify that the Bidder has NOT been debarred by the World Bank Group for more
than one year since the date of issuance of Invitation for Bids.1 <If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have passed since the date of such debarment decision, use the following sentence B’).> B’) I certify that the Bidder has been debarred by the World Bank Group for a
period more than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the date of such debarment decision. Details of the debarment are as follows:
name of the debarred firm
starting date of debarment
ending date of debarment
reason for debarment
C) I certify that the Bidder will not enter into a subcontract with a firm which has been
debarred by the World Bank Group for a period more than one year, unless on the date of the subcontract at least three (3) years have passed since the date of such debarment decision.
1 The starting date should be revisedto “request for price quotation,” if the Borrower is selected through the International Shopping”; to "appointment", if a contractor is selected through the Direct Contracting; or“Commencement of actual selection/bidding process, if the Borrower wishes to adopt procurement procedures other than ICB, Limited International Shopping, International Shopping, or Direct Contracting.
BF-Q-49
D) I certify, on behalf of the Bidder, that if selected to undertake services in connection
with the contract, the Bidder shall carry out such services in continuing compliance with the terms and conditions of the Guidelines.
E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or
indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate, at any time during a process of public procurement, negotiations, execution or implementation of contract (including amendment thereof), the Bidder shall report all relevant facts regarding such request to the relevant section in JICA (details of which are specified below) in a timely manner.
JICA’s information desk on fraud and corruption (A report can be made to either of the offices identified below.) (1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php Tel: +81-(0)3-5226-8850
(2) JICA Bangladesh office Tel: +880-(0)2-989-1897
The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in any way affect the Bidder’s responsibilities, obligations or rights, under relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or other information to any other person(s) or to take any other action, required to or allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved in or responsible for the procurement process in any way.
F) If any of the statements made herein is subsequently proven to be untrue or incorrect
based on facts subsequently determined, or if any of the warranties or covenants made herein is not complied with, the Bidder will accept, comply with, and not object to any remedies taken by the Employer and any sanctions imposed by or actions taken by JICA.
____________________________
_ Authorized Signatory [Insert name of signatory; title]
For and on behalf of [Insert name of the Bidder]
BF-Q-50
Form of Bid Security (Bank Guarantee)
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Employer to insert its name and address]
IFB No.: [Employer to insert number of Invitation for Bids]
Date: [insert date of issue]
BID GUARANTEE No.: [insert guarantee reference number]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called “the Applicant”) has submitted or will submit to the Beneficiary its Bid (hereinafter called “the Bid”) for the execution of [insert description of Contract] under Loan Agreement No. [insert Loan Agreement Number].
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported by a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words, (insert amount in figures)]upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter of Bid (hereinafter called “the Bid Validity Period”),or any extension thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract Agreement, or (ii) fails to furnish the Performance Security, in accordance with the Instructions to Bidders of the Beneficiary’s Bidding Documents.
This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Applicant and the Performance Security issued to the Beneficiary in relation to such Contract Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.
BF-Q-51
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 7581.
[signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the final product.]
1As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases,
modify the Publication number.