bidding document - web.pgcb.gov.bd

366
BIDDING DOCUMENT 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 Peoples Republic of Bangladesh Project: National Power Transmission Network Development Project Loan No.: BD P70 February 2016

Upload: others

Post on 06-Feb-2022

7 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 2: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 3: BIDDING DOCUMENT - web.pgcb.gov.bd

Section IV. Bidding Forms

Page 4: BIDDING DOCUMENT - web.pgcb.gov.bd
Page 5: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 6: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 7: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 8: BIDDING DOCUMENT - web.pgcb.gov.bd
Page 9: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 10: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 11: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 12: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 13: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 14: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 15: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 16: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 17: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 18: BIDDING DOCUMENT - web.pgcb.gov.bd

Price Schedule - Shariatpur S/S

Total Price2

Item Description CIP(2) (3) (1) x (3)

Unit Price2

Qty.(1)

Code1

BF-P-10

Page 19: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 20: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 21: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 22: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 23: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 24: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 25: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 26: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 27: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 28: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 29: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 30: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 31: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 32: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 33: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 34: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 35: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 36: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 37: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 38: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 39: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 40: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 41: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 42: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 43: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 44: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 45: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 46: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 47: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 48: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 49: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 50: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 51: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 52: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 53: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 54: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 55: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 56: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 57: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 58: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 59: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 60: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 61: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 62: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 63: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 64: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 65: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 66: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 67: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 68: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 69: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 70: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 71: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 72: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 73: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 74: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 75: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 76: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 77: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 78: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 79: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 80: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 81: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 82: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 83: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 84: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 85: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 86: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 87: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 88: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 89: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 90: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 91: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 92: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 93: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 94: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 95: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 96: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 97: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 98: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 99: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 100: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 101: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 102: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 103: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 104: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 105: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 106: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 107: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 108: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 109: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 110: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 111: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 112: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 113: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 114: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 115: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 116: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 117: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 118: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 119: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 120: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 121: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 122: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 123: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 124: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 125: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 126: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 127: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 128: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 129: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 130: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 131: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 132: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 133: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 134: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 135: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 136: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 137: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 138: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 139: BIDDING DOCUMENT - web.pgcb.gov.bd

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.)

Page 140: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 141: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 142: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 143: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 144: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 145: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 146: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 147: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 148: BIDDING DOCUMENT - web.pgcb.gov.bd

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:-

Page 149: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 150: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 151: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 152: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 153: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 154: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 155: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 156: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 157: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 158: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 159: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 160: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 161: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 162: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 163: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 164: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 165: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 166: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 167: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 168: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 169: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 170: BIDDING DOCUMENT - web.pgcb.gov.bd

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.)

Page 171: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 172: BIDDING DOCUMENT - web.pgcb.gov.bd

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,

Page 173: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 174: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 175: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 176: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 177: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 178: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 179: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 180: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 181: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 182: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 183: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 184: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 185: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 186: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 187: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 188: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 189: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 190: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 191: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 192: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 193: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 194: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 195: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 196: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 197: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 198: BIDDING DOCUMENT - web.pgcb.gov.bd

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 .

Page 199: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 200: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 201: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 202: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 203: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 204: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 205: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 206: BIDDING DOCUMENT - web.pgcb.gov.bd

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 %

Page 207: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 208: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 209: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 210: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 211: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 212: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 213: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 214: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 215: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 216: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 217: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 218: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 219: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 220: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 221: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 222: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 223: BIDDING DOCUMENT - web.pgcb.gov.bd

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

% % %

Page 224: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 225: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 226: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 227: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 228: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 229: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 230: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 231: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 232: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 233: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 234: BIDDING DOCUMENT - web.pgcb.gov.bd
Page 235: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 236: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 237: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 238: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 239: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 240: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 241: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 242: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 243: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 244: BIDDING DOCUMENT - web.pgcb.gov.bd

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.)

Page 245: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 246: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 247: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 248: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-14

PART-8 DIGITAL FAULTAND DISTURBANCE RECORDER (N/A)

Page 249: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 250: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 251: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 252: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-18

Schedule T2: Site Organization

[Insert Technical Proposal for Site Organization.]

Page 253: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 254: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-20

Schedule T4: Mobilization and Construction Schedule

[Insert Bar Chart Showing Major Key Activities]

Page 255: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 256: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 257: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 258: BIDDING DOCUMENT - web.pgcb.gov.bd

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:-

Page 259: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 260: BIDDING DOCUMENT - web.pgcb.gov.bd

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).

Page 261: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 262: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 263: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 264: BIDDING DOCUMENT - web.pgcb.gov.bd

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

E-mail

Job title

Years with present employer

Page 265: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 266: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 267: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 268: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 269: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 270: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 271: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 272: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 273: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 274: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 275: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 276: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 277: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 278: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 279: BIDDING DOCUMENT - web.pgcb.gov.bd

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”]

Page 280: BIDDING DOCUMENT - web.pgcb.gov.bd

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

E-mail

[indicate street/number/town or city/country]

[insert telephone/fax numbers, including country and city area codes]

[insert E-mail address, if available]

Page 281: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 282: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 283: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 284: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 285: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 286: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 287: BIDDING DOCUMENT - web.pgcb.gov.bd

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 %

Page 288: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 289: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 290: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 291: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 292: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 293: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 294: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 295: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 296: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 297: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 298: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 299: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 300: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 301: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 302: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 303: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 304: BIDDING DOCUMENT - web.pgcb.gov.bd

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

% % %

Page 305: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 306: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 307: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 308: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 309: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 310: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 311: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 312: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 313: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 314: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 315: BIDDING DOCUMENT - web.pgcb.gov.bd
Page 316: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 317: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 318: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 319: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 320: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 321: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 322: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 323: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 324: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 325: BIDDING DOCUMENT - web.pgcb.gov.bd

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.)

Page 326: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 327: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 328: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 329: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-14

PART-8 DIGITAL FAULTAND DISTURBANCE RECORDER (N/A)

Page 330: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 331: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 332: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 333: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-18

Schedule T2: Site Organization

[Insert Technical Proposal for Site Organization.]

Page 334: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 335: BIDDING DOCUMENT - web.pgcb.gov.bd

BF-Q-20

Schedule T4: Mobilization and Construction Schedule

[Insert Bar Chart Showing Major Key Activities]

Page 336: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 337: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 338: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 339: BIDDING DOCUMENT - web.pgcb.gov.bd

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:-

Page 340: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 341: BIDDING DOCUMENT - web.pgcb.gov.bd

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).

Page 342: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 343: BIDDING DOCUMENT - web.pgcb.gov.bd

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)

Page 344: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 345: BIDDING DOCUMENT - web.pgcb.gov.bd

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

E-mail

Job title

Years with present employer

Page 346: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 347: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 348: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 349: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 350: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 351: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 352: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 353: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 354: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 355: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 356: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 357: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 358: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 359: BIDDING DOCUMENT - web.pgcb.gov.bd

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

Page 360: BIDDING DOCUMENT - web.pgcb.gov.bd

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”]

Page 361: BIDDING DOCUMENT - web.pgcb.gov.bd

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

E-mail

[indicate street/number/town or city/country]

[insert telephone/fax numbers, including country and city area codes]

[insert E-mail address, if available]

Page 362: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 363: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 364: BIDDING DOCUMENT - web.pgcb.gov.bd

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]

Page 365: BIDDING DOCUMENT - web.pgcb.gov.bd

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.

Page 366: BIDDING DOCUMENT - web.pgcb.gov.bd

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.