Beruflich Dokumente
Kultur Dokumente
From. To.
S. Akshaya Kumar, B.E.M.B.A, All the Pre-bid Tenderers.
Director/Transmission Projects
144, Anna salai
Chennai- 600 002
Yours faithfully,
Director/Transmission Projects.
Tender specification No. T- 1599
The modified Bid Qualification Requirement shall be as follows:
`The bidder shall become eligible to bid on satisfying the following BQR. The
Bidder shall produce required documentary evidence in support of fulfillment of
BQR along with the tender.
1.1.1 The bidder should be a manufacturer of 220 kV or above Voltage grade
XLPE cable. The manufacturer should have minimum 2 years experience in
manufacturing 220 kV or above Voltage grade XLPE cable.
1.1.2 The bidder should have successfully supplied and laid atleast 8Kms of 220
kV or higher Voltage grade XLPE cable which should be in successful operation
for a minimum period of two years. The cable should have been supplied by the
same source from where bidder is proposing to supply the tendered cable.
Necessary documentary evidence such as copy of purchase order and
performance certificate shall be furnished along with the offer.
1.1.3 The Bidder or his Sub-vendor should have designed, manufactured, tested
and supplied 220kV or above Voltage cable accessories (i.e. joints and
terminations) which should have been erected, commissioned and in successful
operation for more than two years. Necessary documentary evidence and end
user certificate for the same should be furnished with the offer.
1.1.4 The bidder shall submit Type test reports as per IEC 62067/ 2001 for
220KV or higher Voltage grade of 1200 sq.mm or above size XLPE cable and
accessories obtained from any of the following test laboratories.
1. CPRI, Bangalore
2. KEMA, Holland
3. EDF, France
4. Hydro Qubec, Canada
5. CESI, Italy
6. IPH, Germany
7. CRIEPI, Japan
8. STRI, Sweden
The type tests should have been conducted on the cable manufactured at the
same source/unit from where the bidder is proposing to supply the tendered
cable.
The type tests should have been conducted within 5 years prior to the date of
opening of techno commercial bid. Separate Type test reports for cable and
accessories are acceptable.
In case the type test reports furnished is not for the quoted cable but for the
cable with higher voltage class and/or higher conductor size, then type test
reports shall be furnished for the quoted cable before offer of inspection of the
cable.
1.1.5 End user certificate is to be produced for the above quantity of cable and
accessories claimed to have been manufactured and supplied in the past along
with the corresponding copy of purchase order placed by the end user, along
with relevant English translation wherever such documents are not in English,
attested by the Indian High Commissioner / Ambassador of the respective
country where the manufacturing is done. In case of local manufacturers the
same should be got attested by Notary Public or Commissioner of Oaths. Before
price bid opening, such of the original Purchase orders and other documents may
be referred if felt necessary to the authority who had placed the order to get the
genuineness of the claim made by the bidder verified.
1.2 Annual turnover of the Bidder shall be more than Rs.45 Crores or USD 10
Million during any one of last three financial years (i.e. 2007 - 2008, 2008-2009
and 2009-2010). The audited annual statement of Accounts for above three
financial years shall be enclosed.
1.3 The Bidding is also open to consortium (Maximum three Members). The
Consortium members shall individually or together meet the above mentioned
qualifying requirements. Consortium is permitted subject to the following
conditions:
1.3.3 The bid and the contract agreement between PURCHASER and Consortium
shall be signed by all members of the consortium.
1.3.5 The signatory of the consortium agreement shall be only those holding
valid power of attorney. A certified copy by the company secretary to the
respective members of the consortium shall be attached as evidence for
authentication.
1.3.6 Any one member of the consortium shall be nominated as leader of the
consortium with proper authorization submitting a power of attorney signed by
legally authorised signatories of all the members of consortium.
1.3.7 The leader of the consortium shall abide by the general terms and
conditions specified by the purchaser or his authorised representatives.
1.3.8 The leader of the consortium shall be the only one who will be authorised
to receive the instructions for and on behalf of the consortium. The leader of the
consortium is primarily responsible for the total execution of the contract including
all contractual obligations and receipt of the payment due in accordance with the
provision of the contract.
1.3.9 All the members of the consortium shall be liable jointly and severally for the
execution of the contract in accordance with the terms and conditions of the
contract and a statement to this effect shall be included in the consortium
agreement as well as in the contract document. All the consortium partners are
severely and jointly responsible for everything i.e design, manufacture and supply
of cable, quality of the cable and accessories, erection etc.
1.3.12 The following information shall be provided along with the Bid.
(a) Experience list of the consortium members and at least one end
user certificate in respect of 1.1.1, 1.1.2 and 1.1.3 which satisfy the Bid
Qualification Requirements specified.
(b) Consortium agreement.
THE OFFER OF BIDDERS NOT SATISFYING THE ABOVE “BID QUALIFICATION
REQUIREMENTS” WILL BE SUMMARILY REJECTED’.
Sl.No. Query Reply
M/s. BGR Energy Systems The latest version of IEC is also acceptable for Type tests.
1. Section –II – Clause .1.1.4 & Section- VI – Clause 3.0, The
latest standard for type test is IEC 62067, Version 2006-03,
which is in force. Please confirm that as per your tender
condition, the latest IEC shall govern for all qualification
requirements.
2 Section –III Clause 8.1 – We would request you to considered EMD through Bank Guarantee is not acceptable.
Earnest Money Deposit as a Bank Guarantee instead of Demand
Draft / Pay order.
3 Section –III – Clause 13.1.1, We request you to consider price Price variation Clause is not acceptable.
Variation Clause allowing variation price on the main item EHV
Cables, instead of calling for FIRM prices. Given the huge
volatile in the commodities prices, there could be significant
variation in the prices which could even be beneficial to TNEB.
For similar projects, other State Utilities like Delhi TRANSCO,
APTRANSCO etc., have floated EHV cable tenders with price
variation clause.
4 Section –III - Clause – 13.3.1, 13.3.2, 13.3.3 – Request you to This is not a Mega Power Project.
confirm whether this project is having status of Mega Power
Project, which would allow us to claim Deemed Export benefit
such as concessional rate of excise duty, etc, Please also
confirm whether you would issue Project Authority Certificate
(PAC) to avail the concession.
5 Section –III, Clause – 22 – Please confirm whether Single contract will be issued. However separate price
TANTRANSCO will place two separate orders for the above schedules available for supply and erection.
contract viz supply contract and services contract.
6 Section –III, Clause -19.2 and Annexure –A, Tender form – Para Validity is 180 days only.
3, Please clarify whether validity of the bid should be considered
as 180 days or 240 days.
7 Section-VI – Clause – Specification No.CAB/1- Cl.1 Please Route map already furnished in the specifications.
furnish us the proposed Route map for scheme 1 & II the carry
out the rout survey.
8 Section-VI – Clause – Specification No.CAB/3- Cl.2.B.4 Please Dry plug in type only required. Details available in price
furnish the breakup details for the following types of Indoor schedule.
terminations.
1. Dry plug in Type, 2 Wet type.
9 Section-VI – Clause – Specification No.CAB/3-Cl.2.B.11 &CAB/12 Specification is being enclosed.
Item No.12- Please furnish us the specification of Optic Fibre
Cable and Joints with number of Fibre counts.
13 Section –VI Specification No.CAB/3, Cl.1.B.2.2. CAB/12 items 2 a) Sheath separation kit required is 47 Nos
& b) length of cable to be supplied is as per the approved
3, CAB/7, Cl.4.1, & CAB/18, Cl.3.1 – drum lengths
a) Cl.2.B.2 states quantity of Sheath separation Kits as 47 Nos, c) The joints may be quoted as per the specification
whereas CAB/12 item 3 states the quantity of this item as 42 requirement.
Nos. Please clarify the correct quantity of sheath separation kits.
2. Tech. specifidation CAB/3 & CAB/12- Please specify the correct The correct quantity of Sheath separation kit is 47 Nos.
quantity of Sheath separation kit.
3. Schedule- CAB/10(C)- Please provide the detailed BOQ Lumpsum price for laying of cable per KM may be quoted.
specifying the break-up of cable laying in Soft soil, Hard rock, The BOQ for cable laying work will be furnished later.
Road crossing, Railway crossing and Bridge crossing.
4. Tech. specification CAB/18,Cl.4.5- Please advise whether copper Copper screen can be provided.
screen can be provided to enhance the short circuit rating of
Lead sheath.
5. Tech. specification CAB/18,Cl 4.2.2.3- Can we follow IEC- 60840 Relevant IEC may be followed.
for Shrinkage test requirements?
9. Requested to extend due date for bid submission by 4 weeks. Extension of time upto 15.09.2010 considered.
Amendment to Technical specification.
In respect of those who do not satisfy the requirement. The Test shall be
conducted on the cable, if they are the successful tenderer.