NO. 1 - CLARIFICATIONS ON MAMALAKA MAUNGU AND...
Transcript of NO. 1 - CLARIFICATIONS ON MAMALAKA MAUNGU AND...
NO. 1 - CLARIFICATIONS ON MAMALAKA MAUNGU AND BAHATI TENDERS
Item QUERRY CLARIFICATION
1 Can we bid for more than one lot
NO. In Bid Data Sheet, ITB 1.1 has been clarified to read “Bidders shall bid for only ONE Lot. Bidding who submit more than one Lot will be disqualified.”
2 The transformer for Maungu
132/33KV substation MAU-001 has been removed. Are power transformers removed from the scope of supply? Please clarify who will supply and install
The transformer (15MVA 132/33KV) will be provided by KPLC . The contractor will be required to do the rest of the works from civil works associated with it upto commissioning. The contractor will also be responsible for the transformer transportation from Mombasa KPLC stores to Maungu substation site.
3 MAM 201B See the attached route for the underground 66Kv cable for Mamlaka.
4 Drawing for the 15MVA Transformer is not given with the tender
Attached
5 The single line diagrams fro
the three lots are not given in volume 3 of the bidding document
Attached
6 What is the tentative 66Kv
cable route for Mamalaka road?
Attached
7 In Prg 4.2.24 of Vol2
mentioned Maungu-Juja and Maungu-Rabai Transmission Line but they are not contained in price schedule. Can you clarify? How is the 132Kv supply of 132KV/33Kv maungu substation?
Breaking of the Juja-Rabai 1332KV line As in the attached SLD and site visit clarifications
8 Kindly clarify the Bid Security Amount for Maungu 132/33KV substation as its different in SPN from that specified in Bid Data Sheet? Is it 100000USD or 70,000USD
The amount shall be USD 70,000 for Maungu Substation
9
MAM-012 .What are the number of feeders for Mamlaka substation?
Receive the proposals for 11kV feeders from Mamlaka Rd s/stn. Note that with 7 feeders already identified and 2x23MVA Tx`s, we should have an 11kV board with a total of 10 feeders with the 3 for future.
10 What is the current rating for
the 11kv feeders? See technical specifications for 11KV board/switchgear.
11 Is this bid tax exempted Bidders shall quote for all taxes including the newly introduced railway development Levy. Change the terms from CIP to DDP
12 What do you mean by 30% payment on schedule 1 materials after delivery to site and installation?
This means that 30% of the Material cost of Major items of schedule No.1 will be paid upon delivery to site and installation. I.e full payment of major materials will NOT be paid upon shipment only. Read terms of payment for clarity.
13 Is letter of credit applicable in this tender?
ONLY for Schedule No.1.
14 Is alternate bid/offer acceptable?
NO., ITB 13.1 “Alternative bids are not permitted.”
15 In Bahati, 3No Circuit breakers are required. Do we offer VCB or SF6 circuit breakers
As per specifications
16 Kindly clarify the difference between, MAM-016, MAM-RD 203
MAM 016-INCREASE LENGTH FROM 1200M TO 5000M MAM-RD-203- DELETE THIS ITEM
17 Are there mandatory spares for Mamlaka substation
NB BIDDER TO INCLUDE ALL THE NECESSARY SPARES FOR MAMLAKA GIS EQUIPMENT IN SCHEDULE No.6 The rest of the spares are attached below
18 What is the quantity for MAM 201 48 core fibre ADSS/OPGW. Do we quote for design length?
Qoute for the quantity in the B.O.Q- i.e 10km. This is total for inside and outside substation.
Bid Submission Extension Due to tight schedule from Site
EXTENDED TO 01/10/2013
Inspection Date, we would like to ask for an extension time of the Bid Submission date for Two (2) Weeks. We thank you for your consideration.
19 ITB 20.1 Is a bid security given by a bank outside Kenya acceptable by Kenya Power?
NO
20 ITB 18.1 and BDS State acceptable currencies as USD and KES only. Is it allowed to quote Schedule 1, plant and mandatory spares parts from Abroad in EUR instead of USD?
NO. Only USD and KES shillings are allowed.
21 In Schedule 1 of rates and prices to Maungu substation, items from MAU-035 onwards re mixed with items to Bahati substation. Kindly correct
For Maungu substation, Delete all items after item MAU-035
22 Kindly provide the price schedule for overhead lines
For Bahati Schedule No.3, Design Services, Include item No BAH-502- Line Design, QTY 27KM (i.e 15km qty 33KV and 12km qty 11KV) For Maungu Schedule No.3, Design Services, Include item No MAU-502- Line Design 33KV, QTY 75KM For Bahati Schedule No.4, Installation Services,, Include item No BAH-109- Line installation, QTY 27KM (i.e 15km qty 33KV and 12km qty 11KV) For Maungu Schedule No.4, Installation Services,, Include item No MAU-109- Line installation 33KV, QTY 75KM For Mamlaka Schedule No.4, Installation Services,, Include item No MAM-111- Line installation 5Km for 11KV, For Mamlaka Schedule No.4, Installation Services,, Include item No MAM-112- 66KV Cable installation 4.5Km for 66KV Cable, For Mamlaka Schedule No.4, Installation Services,, Include item No MAM-113- Other Proposed Works, i.e as proposed in feeder schedule for Mamlaka
23 Is there cable in Lot 2? Is all the 33KV transmission line cable
In Lot2 there are 11KV cables for take-off. There are No 33KV cables for Lot2. The transmission line is overhead 33kv line.
No.2 CLARIFICATIONS 1 The lines scope is not matching in Price schedule. Ex 33kv
line is 102 km. Here it reads 15km.SOW in lines Distribution For Mamlaka Schedule No.1, Include
TX -5nos & 1no.Price schedule missing. Schedule no 1 does not have for supply of 33kv Line -102km wheras in Installation MAU 109 now given in clarification. All the items in scope of works MAU-200a,MAU -201,MAU-203,MAU-203 REPEATED BUT DIFFERENT DIST.TX.Clarification not clear.
items MAM-024- Lot/km of 11KV Line in 150mm2 ACSRS Conductor, QTY 5KM MAM-025- Lot/km of 66KV U/G Cable , QTY 4.5KM For Bahati Schedule No.1, Include items BAH-028- Lot/km of 33KV Line in 150mm2 ACSRS Conductor , QTY 15KM BAH-029- Lot/km of 11KV Line in 150mm2 ACSRS Conductor , QTY 12KM For Maungu Schedule No.1, Include items MAU-036- Lot/km of 33KV Line in 150mm2 ACSRS Conductor , QTY 75KM For Bahati Schedule No.4, Installation Services,, Include item No BAH-109- Line installation, QTY 27KM (i.e 15km qty 33KV and 12km qty 11KV) For Maungu Schedule No.4, Installation Services,, Change item No MAU-109- Line installation 33KV, QTY to read 75KM instead of 102km For Mamlaka Schedule No.4, Installation Services,, Include item No MAM-111- Line installation 5Km for 11KV, For Mamlaka Schedule No.4, Installation Services,, Include item No MAM-112- 66KV Cable installation 4.5Km for 66KV Cable. NB-
1. Delete in scope of works the 5No Distribution transformers.
2. For Maungu Schedule No.4,
Installation Services, Include item No MAU-110- 630KVA 33/11kv transformer installation , QTY 1 . the transformer will be provided by KPLC while the contractor will carry out all associated works. NB KPLC will transport the 630KVA 33/11KV transformer to site
2 MAU -022,MAU-025,MAU-026 33KV Indoor panels .This station is outdoor ss and 33kv CB,CT,VTs are covered.where are the specs and scope is not clear.
Delete the Indoor panels items
3 Vol 2,Clause 4.2.7 Aux TX for 132kv SS is not given with its vector group. Scope reads 33/0.4 200KVA
Dyn11
5 VOL 2,SECTION VI,SOW FOR LINES Clause 5.2.3.3 Maungu 132/33kv MAU-200A,MAU-201 TO MAU-203 are missing in price schedule
Follow the clarification for additional items or what has been deleted.
6 VOL 2,Protection of HV system. Clause 4.1.2.9.8.Protection system given is for 66kv & 33kv ss.FOR 132kv ss is not given
The protection shall employ tele-protection scheme to be approved by the project manager and shall in addition comply with the requirements set out under clause 4.1.2.9.2.1
7 maungu Price schedule Schedule No 4,CR-003 Now being Kplc supplying TX , the FAT and Training is not in bidders scope.Item to be deleted.
DELETE the item
8 MAU-009,MAU-010 Protection panel if done for line, what is the protection panel for 132KV CB,SCOPE NOT CLEAR and qty is not matching with 132KV CB being 3nos.
Amend MAU 010 to read : 132KV Control panels for two lines and one transformer complete with all functional requirements.
9 Scope of works on lines MAU-202 33kv ABS, are they covered in MAU -014 .
Not Required
10 maungu Schedule no 1 MAU -013,MAU-016,MAU-017 QTY please reconfirm because as SLD issued, it is not tallying.
Follow the B.O.Q
11 VOLUME II SECTION VI SCOPE OF WORK Overhead Lines 5.2.3.3 MAUNGU 132/33KV . In this sheet, it mentioned “102km 3Nox33kV feeder”, kindly clarify the route of the overhead transmission line, such as the start and end position of the Line. Pease confirm whether the poles and foundations of the Line will be constructed by the contractor or not, if so, please supply the counts in Price Schedule.
Change the total length to 75km from 102km. the line lengths are as follows; Maungu to Voi- Subbstation site 45km, Maungu Substation to KPC Tx Location-15km. Maungu substation to Bachuma Rd-15km, Total of 75km. All works involving the line is responsibility of contractor. Added in the price schedule(see clarifications above)
12 NO. 1 - CLARIFICATIONS ON MAMALAKA MAUNGU AND BAHATI TENDERS. In answer of Question 22, added the design and installation of the 102km-Line to Price schedules, kindly clarify whether add the 102km-Line to “Schedule No.1. Plant and Mandatory Spare Parts Supplied from Abroad” or “Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country”.
It is added to Schedule No.1. Bidders can decide to have it in Schedule No.1 or in Schedule No.2. If Bidders put it in Schedule No.2 they should delete it in Schedule No.1 to avoid repetition.
13 After checking the Instruction to Bidders (ITB 12) and
Bid data sheet, the bid submission procedure is not
clear. Kindly clarify, if we should submit the bid in
single stage bidding or two stage bidding. And which
format of letter of bid shall we use?
Single Stage Bidding is applicable
14 In instruction to bidders, item 22 “Submission, sealing
and Marking of bids”, there is no indication whether
the commercial offer should be sealed and submitted
separately from the technical offer. Kindly clarify.
Shall not be sealed separately
15 Concerning the Bid security, kindly clarify which
format should be submitted. “Form of Bid Security
Form of Bid Security( Bank Guarantee)
(Bank Guarantee)” or “Form of Bid-Securing
Declaration”
16 The single line diagram of Mamlaka SS is missing
from the tender book we have. Kindly send it to enable
us work on the same.
Sent in earlier clarification above
17 The site layout and dimensions of Mamlaka SS is
missing from the tender book we have. Kindly send it
to enable us work on the same.
The approved size is one acre at the location
shown during prebid meting.
18 BOQ Item MAM-014: “MV power cable between
transformer and switchgear S/C 630 mm2”. Is it
required to be copper or Aluminum?
Copper
19 BOQ Item MAM-016: “MV power cables between
indoor switchgear and line termination tower inclusive
of termination kits on both ends (11KV 3/c cables,
300mm2)”. Is it required to be copper or Aluminum?
Aluminium
20 In the BOQ Item MAM-201 is: “48 core fiber
ADSS/OPGW qty=10Km”. In the scope of work it is
indicated as Item “MAM-201a telecommunication
system ADSS fiber qty=10Km”. Could you please
clarify this difference and specify the exact quantity for
the OPGW and ADSS required.
The 10km is ADSS
21 BOQ Item MAM-RD-203 “ 11KV lines in 300sq mm
3/c Al cables qty=5 km”.
Is the 5 Km the total quantity of cables we have to
quote?
Yes. NB , The 5km is not continuous but total length of cables to be laid
22 BOQ Item MAM-201b “underground section:
connection between arboretum to cathedral via
Mamlaka substation qty=4Km”. Please clarify what
this item is about.
Noting that in the scope of work it is indicated as Item
“MAM-201b telecommunication system for
underground section: connection between arboretum to
cathedral via Mamlaka substation qty=4Km”.
This is Underground fibre optic cable
23 BOQ Item MAM-RD-203 “11KV lines in 300sq mm
3/c Al cables qty=5 km”. Please send us the routing of
these cables
To be determined by design
24 BOQ Item MAM-RD 202 “ I. 400mmsq copper S/C
66KV cable link at start of Aboretum Rd to s/stn , II.
400 mmsq copper S/C 66KV cable link from cathedral
s/stn qty=5Km.” Please send us the routing of these
cables
Sent in earlier clarification
25 BOQ Item MAM-201b “underground section:
connection between arboretum to cathedral via
Mamlaka substation qty=4Km”. Is the 4 Km the
distance required per phase? or it is the total quantity of
cables we have to quote?
This refers to item 22 above. This is the length of fibre optic cable-4km
26 BOQ item MAM-RD 202 “I. 400mmsq copper S/C
66KV cable link at start of Aboretum Rd to s/stn , II.
400 mmsq copper S/C 66KV cable link from cathedral
This is distance required is per phase for the 66KV cable.
s/stn qty=5Km.”
Is the 5 Km the distance required per phase? or it is the
total quantity of cables we have to quote?
27 BOQ Item MAM-RD-204 “11kV 150mm2 ACSR from
interconnection of feeders, qty=5km”.
Is the 5km the total line routing means 3x5=15km of
11kV 150mm2 ACSR, or total of 5km of 11kV
150mm2 ACSR?
5km the total line route which means
3x5=15km of 11kV 150mm2 ACSR
28 BOQ Item MAM-201b “underground section:
connection between arboretum to cathedral via
Mamlaka substation qty=4Km”.
Is this underground section is a 66KV s/c 400mm2
copper cable?
No. This is fibre optic Cable. See 22 above
29 Kindly specify the difference between Item MAM-
201b and item MAM-RD 202 in the BOQ.
MAM 201b is fibre Optic Cable MAM-RD 202 is 66KV Cable
30 For Lot 2 and Lot 3, the list of mandatory spares and
tools is listed within the schedule rates and prices,
while it is not listed for Lot 1. Kindly advise the list
that has to be supplied or confirm that it is not required.
Provided in No.1 Clarification above
31 For lot 1: Is there any 66kV Overhead line to be
supplied and installed?
None
32 For lot 1: Kindly clarify whether the 66KV and 11KV
poles are required to be concrete.
Only 11KV poles
33 For lot 1: Kindly confirm that for the 11KV SWGR
the number of outgoing feeders is: 4 feeders +3 spares
All the seven feeders will be connected. There will no spare.
34 Kindly confirm that the substations are not located in
industrial areas in order to define the correct creepage
distance.
The substations are located at sites shown to bidders during pre-bid. The attitude for the various substations are also provided in specifications.
35 At first when I went to buy the bidding document, I
registered that our company wants to bid for the Lot 1
Mamlaka(66KV GIS and 11KV AIS) substations.
Now we hope to bid for Lot 2 Maungu 132/33KV
susbstaion and won't bid for Lot 1.
Should I come to you to change our registry
information? Or what should I do?
Not Necessary. All you are required is to submit bid for one LOT
36 Amend 2.3.2 Average turn over to be 2 M USD for lot 1,2,3 to be in line with clause 2.4.2
Amend turnovers to read Lot 1 USD 9million Lot 2 USD 5.5million Lot 3 USD 2million
37 Amend 2.4.1 a reduce to 5 years
NO
38 Amend 2.4.3 Limit transformer rating to 5MVA for lot 1, 2 and 3
NO
39 Amend 2.5 Engineering manager and contractors rep make specific requirement for substation to be 5 years
NO
40 Kindly confirm the tender has exclusive preference for local citizen companies as per amendment on procurement act
The tender follows set out procurement procedures in the financial agreement. Local preference is not applicaple
41 Confirm 33 kV line will have OPGW and exiting lines to Lanet will have ADSS
Amend the schedules to include a section of 8km of ADSS and 15km of OPGW.
42 Advice length of existing lines to Lanet after the 2 different T Offs so as to get ADSS fittings and ADD cabel lengths
T OFF one to substation 9km T OFF two to substation 6km
43 Provide drawing with existing lines covering are to Lanet and marking the TEE offs
Detailed design issue
44 In the BOQ Item BAH-202- It requests for either OPGW or ADSS. Since they are different systems, Clarify which is to be used, and/or Quantities of each.
Specified in 41 above
45 On the same item above, the 33 KV TOFF is about 10 Kms to Lanet. Will the OPGW/ADSS extended beyond the TOFF to Lanet.
See above clarifications
46 At both the 33 KV TOFF, will there be Isolators, and if so
include in the BOQ.
For Maungu we shall have 3No line isolators though not at the tee-off. For bahati we shall have 1No line isolator though not at the tee-off.
48 There are several 11 KV and LV Line crossings/Transfers
along the new 33 KV Lines. Can they be included in the BOQ
or are they out of the scope of works.
The scope shall include all the necessary works to transfer existing 11KV and LV lines including distribution transfomers
49 Has the issue of NCA Registration determined for Local and
Foreign Contractors
Follow statutory requirements.
50 Maungu substation 132KV connection The bidders shall include item No. MAU 032b: Materials required for rearrangement of existing line for connection to and out of the substation (steel structures insulators, busbar materials for rearrangement, all the necessary materials for completeness works) Item No. MAU 501b: design for rearrangement. Item No. MAU107b: All the necessary works for Erection and commissioning for rearrangment.
51 Please provide drawings for rearrangement Bidders shall provide the necessary drawings adequate for evaluation and comparison of bids. Shall include layout of all the structures.
52 Routing of 11kV Cable and Lines: We request you to please
issue us the key map plan showing the route of the lines
and cables indicating the road crossing, other lines crossing,
turning point etc.., so that we can estimate the required
bill of material and submit our offer accordingly.
Design Issue. This will be determined by the bidder at design stage
53 Busbar Protection for 66kV Mamlaka Substation: Include
Technical Specification & Scope of work - Specification
clause : 4.1.2.9.2.6 (page VI-4.1.2 - 45) &clause no: 4.2.4.3
(page VI-4.2 – 4) mentions about busbar protection.
However, no mention of this is made in the price schedule.
Please clarify, whether this protection is required or not? If
required please include busbar protection in the price
schedule.
54 Bushing CT’s: Refering to Clause 4.1.3.2.2.6 & 7. bushing
CT's are required for power transformers. Single line
diagram shows CT between circuit breaker and power
transformer. Please clarify whether the above is bushing CT
in power transformers.
The transformers will have bushing CTs. The CTS on SLD are separate set of CTs
55 Electrical data for GIS Switchgear , Circuit breaker, Isolators
and Grounding Switch:
Referring to clause 3.1.1 in page VI 3-1, lightning impulse
withstand voltage is 325 kV peak and power frequency 1
minute dry and wet to earth is 140 kV rms. Latest IEC
62271-1-Common specification for HV switchgear and
controlgear (which supersedes IEC 60694) specifies the
same values for upto 1000 m altitude. Referring to clause
4.1.2.2 in page VI 4.5-4, lightning impulse withstand voltage
is 350 kV peak and power frequency 1 minute dry and wet
to earth is 140 kV rms. The value of lightning impulse
withstand voltage are different in the above referred
clauses. (325 kV peak and 350 kV peak).
Please confirm whether lightning impulse withstand voltage
of 325 kV peak can be considered in our offer which is in
line with IEC 62271-1.
Follow the specification provided
56 Control Building:
There is no Control Building and GIS switchgear room
drawing along with Tender Documents. Please provide the
same.
This is design issue
57 11kV NCT & Neutral Link:
As per Scope of work and SLD the required 11kV NCT and
Neutral links are 2 numbers each for both the power
transformers, whereas in Price schedule item no: MAM-
007 & 008 calls for (1) one number only. Please revise the
quantity accordingly
Increase the number from one to two
58 66kV Power Cable:
As per Specification & Price schedule, the proposed 66kV
Follow the B.O.Q provided
1C x 400 sqmm XLPE Copper cable is 5 km length, but while
visiting the site during pre-bid meeting, we found the route
distance between Kileleshwa substation to Mamlaka Road
is approximately 2 km,
Aboretum road to Mamlaka road distance shall be 3 km,
and Cathatral road to Mamlaka road substation distance is
2 km; hence the total route length is 7 km.
Since single core cable has to be considered as per technical
specification, the total length of 66 kV cable shall be 7 km x
3 = 21 km. Please confirm the required length of cable
59 Soil Investigation & Resistivity Report:Please provide the
soil investigation report & Resistivity report for all
substations for above subject tender if available
Design Issue.
60 Please furnish the site plan indicating the overall
dimensions of KPLC acquired land for each substation and
also the dimensions of the area earmarked for the
substation portion. The above are essentially required for
us to estimate the cutting and filling, estimation of quantity
of the compound wall / fencing requirement. Besides, this
will also help us to check the adequacy of the space
available for accommodating all the outdoor switchgear
under present scope and future requirement as mentioned
in Specification.
Mamalaka- 1 Acre Maungu -5 Acres Bahati – 1 Acre As shown during site visit
61 Alternatively please inform us the length and width of the
substation, quantity of the fencing/compound wall required
for each substation.
As above
62 We presume that the way leave compensation including
tree cuttings, land acquisition, bush clearing, crop
compensation etc, will be the responsibility of the
employer. Please clarify
Correct
63 We would time extension for four weeks EXTENDED TO 01/10/2013
64 Item No. BAH-003 of Price Schedule (Page No. IV – 8), the quantity of 33 kV motorized isolator without earth switch mentioned is 4 pc. But while going through the SLD, the quantity should be 5 pc.PLEASE CLARIFY.
Follow the B.O.Q
65 Item No. BAH-015 of Price Schedule (Page No. IV – 8), the quantity of 11 kV Surge Arrestors given is 9 Nos. But while going through the specifications and SLD provided the quantity should be 21 Nos.PLEASE CLARIFY
Follow the B.O.Q
66 Item No. BAH-018b Price Schedule (Page No. IV – 8), MV Power Cable between Transformer and switchgear, S/C 630 mm sq.KV is not given. Please provide us the KV rating of the MV Power Cable.
11KV
67 Item No. SS-09 of Price Schedule (Page No. IV – 10), 66kV outdoor circuit breaker in 1 pc is required for spare.The circuit breaker required in the price Schedule is 33kV Outdoor type, the spare must also be 33 kV outdoor circuit breaker.PLEASE CLARIFY which one to be given as spare.
33KV circuit breaker
68 Item No. SS-17 of Price Schedule (Page No. IV – 10), Transformer Protection Unit for 66 kV transformer bay in 1 pc is required for spare.As the substation is of 33/11 kV, the Transformer Protection Unit for 33 kV transformer bay must be supplied as spare.PLEASE CLARIFY which one to be given as spare.
Transformer protection unit for 33KV transformer bay
69 Item No. SS-30 of Price Schedule (Page No. IV – 11), 11 kV cable termination sets for s/c 800 sq mm cable in 6 pc is required.But while going through the requirement, 11 kV s/c 800 sq mm cable is not used anywhere. PLEASE CLARIFY whether it is to supply or not.
11KV cable termination sets for 300mm2 3/c cables
70 Item No. SS-31 of Price Schedule (Page No. IV – 11), 11 kV cable jointing sets for s/c 800 sq mm cable in 3 pc is required.But while going through the requirement, 11 kV s/c 800 sq mm cable is not used anywhere. PLEASE CLARIFY whether it is to supply or not.
11KV cable Jointing sets for 300mm2 3/c cables
71 VOLUME II SECTION VI PARTICULAR SPECIFICATIONS SUBSTATION CIVIL WORK .In this part, some informations such as the design wind speed, seismic zone and seismic acceleration, flood level, water discharge point, are not mentioned for the Maungu substation design. Kindly clarify these informations.
REFER TO TECHNICAL SPECIFICATIONS
72 About the water reservoir tank for switchgear building, please clarify what is the capacity of the tank?
2000liters
73 pls Kindly clarify the length from new substation to the line junction of Maungu and Juja- Rabai Transmission Line.
The line passes within the boundaries of the substation plot. Not more than 500m
74 Further to the latest technical clarifications received from
your side, we hereby request extension of time to
incorporate the same information in the design. This
requires more time considering we have to offer practical
and functions system with competitive costing
implications. From the point of view of keen designing
we wish to request tendering period to be
extended by Three (3) weeks beyond the original
stipulated date. We request to submit our proposal in
form of bid by revised date of24th September 2013.
EXTENDED TO 01/10/2013
75 To which substation the new substation Maungu shall
be connected via fiber optic cable: to Voi, Rabai or
Mariakani?
All the substations lie along this line
76 The new substation Maungu is 132kV. Is it
Transmission substation or Distribution substation?
Shall it be connected for SCADA application only to
Rabai RCC or to NCC as well?
Transmission. To be connected to SCADA and to both Control centres
77 In order to prepare better design, we kindly ask for the
30 days’ extention of submission deadline.
EXTENDED TO 01/10/2013
78 The item No 21 advised that for Maungu Substation,
delete all items after item Mau 035, we would like to
clarify whether the line items are required considering
that the described items relating to the new 33KV lines
need to be included, civil works need to be included,
erection and stringing need to be included. Please
clarify if we only change BAH to MAU and retain the
line items description
Delete as above clarification. Works included in the above clarifications
79 Schedule No1 has been described as mandatory spare
parts from abroad. On all lots under the schedule 1
B.O.Q, there is an inclusion of works relating to civil
works and erection and stringing. Should these items
be included under schedule 4
Delete all civil works , erection and string in all schedules if any. These works included through clarifications above.
80 In view of clarifications required, we kindly request fro
an extension of the submission date to 17th
September
2013
EXTENDED TO 01/10/2013
81 Is it obligatory providing LV station distribution board rated 1250 Amps? Based on our experience in similar project, 1250 A distribution board seems too high for such a substation please kindly clarify precise demandof switchyard AC consumption
Follow the specifications
82 As we checked volume I and II, the fire fighting equipment and facilities mentioned only in page 181 of volume II which limited to 6 extinguishers. However according to our experience in other similar projects there should be some automatic fire extinguishing system. Please clarify if these facilities are mentioned in other documents
Follow the specifications
83 We could not find volume II(Drawings) Please send us. Attached in No.1 clarifications above
ADDITIONAL CLARIFICATION
1 Clarification No.2 Cl. NO. 2, Control, Protection Panels for 33kV Switchgear. As mentioned in the clarification nos 2, the items MAU-022, MAU-024& MAU-026 are to be deleted from the Scope of work. However, these panels except MAU-026 are very much required as 33 KV system is an outdoor type switchyard . Please confirm the exact requirement.
33kV system is outdoor .
2 Clarification No.2 Cl. NO. 2. Requirement of Distribution Transformers. As mentioned in the Clarification, we have noted that 100kVA; 33/0.415kV (Qty-5 Nos)
Auxilliary Transformer in the station is required. See MAU 019. No other distribution transformer is required apart from the auxiliary one.
Transformers are removed from the scope of work. However, in the Section VI, Scope of work, there is requirement of Auxiliary transformer of rating 33/0.4kV 50kVA, (Qty-1Nos) . Please confirm the requirement of 50kVA, 33/0.415kV Transformer.
3 Section VIScope of Work Overhead Line. Cl. N0. 5.2.3.3132kV Section Tower In Scope of work, 132kV Section Tower requirement is specified. However, the same is not given in the price schedule. We presume that the supply and Installation of the tower is not scope of bidder. Only interconnection from Dead end towers to Substation incoming and outgoing gantry is under the scope. Please confirm the requirement and also specify the type of conductor required for interconnection.
The scope of the contractor will be to do re-arrangement of the 132KV line with all necessary requirements to have an in and out arrangement with all necessary bays.
4 Section VI, Cl. No.4.1.1.5.6 Line Trap, As specified in the Scope of Work, we find there are requirement of Line Trap. Please provide the specification and technical data sheet. Request you to confirm and provide revised price schedule incorporating the above requirement.
LineTraps not required
5 Section VI,Cl. No. 4.1.6.3 ADSS Cable As specified in the tender document, we have seen the requirement of ADSS in Maungu Substation Please let us know between which two sub station ADSS cable needs to be laid. Please confirm the requirement & arrange revised Price schedule incorporating the requirement.
The 132KV line next to the plot has OPGW. The rearrangement of the OPGW in and out of the substation will be responsibility of the contractor. This part of the fibre will be in ADSS.
6 In clarification N02, it is mentioned that the following
items should be included in MAMLAKA schedule
N01:
Item “MAM-024-lot/Km of 11KV line in
150mm2 ACSR conductor Qty=5Km”
Item “MAM-025-lot/km of 66KV U/G cable
qty=4.5Km”
Do we add the above items to the schedule N01 or they
are the same as “MAM-RD 202 “ and “MAM-RD
204” which are already included in BOQ?
Add to Schedule No.1 “MAM-024-lot/Km of 11KV line in 150mm2 ACSR conductor Qty=5Km- Means there will be a total of 5km of 11KV overhead line constructed using 150MM2 ACSR Conductor and concrete poles. This refers to all line materials(i.e all materials necessary for the line) MAM-025-lot/km of 66KV U/G cable qty=4.5Km” Means there will be a total of 4.5km of 66KV underground cable that will supply the Mamlaka substation. This refers to all cable materials(i.e all materials necessary for the cable implementation) The size of the cable is given in B.O.Q
NB
“MAM-RD 202 “ and “MAM-RD 204”
only refer the cable and conductor
materials respectively.
7 This has reference to the above tender kindly confirm the height above Mean Sea Level for 132/33 kV MAUNGU Substation. As per Clause No. 3.1.5 - Environment, SectionIV- Project Specific Data it is mentioned as Max: 2200m & Min: Below 1000m. It is once again requested to kindly confirm the height above Mean Sea Level for 132/33kV MAUNGU Substation.
1000m A.S.L
8 The SLD of MAMLAKA substation sent with the clarifications is not clear and it looks like it is for a conventional substation and not GIS. Also the quantity of 11KV feeders does not match the quantity indicated in the clarifications. Please try to get us a another more relevant SLD for MAMLAKA S/S.
The drawings issued in the clarification are indicative and may not show detailed concept of the GIS. Bidders are advice to read the specifications including related IEC standards, stated and submit a detailed SLD for the solution with the bid.
9 Volume 2, Section VI Cl. No. 4.1.1.6 132kV & 33kV Bus bar Material We presume busbar and equipment interconnections shall be with ACSR. Please confirm along with type of ACSR.
Detailed design issue refer to technical spec
10 Volume 2, Section VI Cl. No. 4.1.1.15, 110V & 48V Battery The Tender document Specifies Nickel Cadmium Type battery for 110V DC system while for 48V DC system the battery type is mentioned as Lead acid type . Please reconfirm the requirement
Nickel cadmium
11 Volume 2 ,Section VI Cl. No. 4.1.2 Control, Protection & Metering We propose to supply Simplex type panel consisting of Control and Protection relays in the same panel.Please confirm
Detailed design Issue
12 Volume 2 , Section VI Cl. No. 4.1.2 Control, Protection & Metering . We propose to supply Main 1 and Main2 Protection relays from the same manufacturer. Please confirm
KPLC prefers different manufacturer
13 Volume 2 , Section VI Cl. No. 4.1.5 Cables In technical specification there is no mention of the material of conductor (whether Aluminum or Copper) and Insulation material ( PVC or XLPE ). Please clarify the exact requirement.
XLPE. Material for each provided in B.OQ description or above clarification
14 Clarification 1, Cl. No. 22 33kV Overhead Line portion 1) As per site visit approx length of three 33kV feeder is 52 kms , but per clarification no 22, MAU-109- Line installation 33kV, Qty is- 102kms. Please confirm the route length of 33kv feeder. 2) In Maungu Substation, As specified in the Clarification, In Schedule 3 (Design) & schedule 4(installation) LT overhead line is considered. However the same is not considered in Schedule 1(Supply). We presume that only design, Civil & Installation of this LT overhead Line is under scope of work of bidder & supply of theses equipments will be done by KPLC. Please confirm.
1.Total line length 75km. see above clarifications No.2 2. Included in clarifications No.2 3. Already included through clarifications No.2 above
15 Clarification 1, Cl. No. 22 & Site Visit Clarification 33kV Line Bay at Voi Substation. In Maungu Substation, One 33kV Feeder taken from Maungu Substation to Voi Substation. As clarified in the Site Visit, we have to construct 33kV Line bay at Voi Substation. We presume that all 33kV Outdoor equipments will be supplied by KPLC and the contractor has to carry out only civil and installation works .Please confirm
There will be no construction of bay at Voi substation
16 Clarification 1, Cl. No. 22 & Site Visit Clarification 33kV Line Bay at KPA . In Maungu Substation, One 33kV Feeder taken from Maungu Substation to KPA. As clarified in the Site Visit, we have to dismantle the existing set up and to provide new equipments to receive the 33kV Line & stepping down the same to 11kV by using 630KVA, 33/11kV Distribution Transformer being supplied by KPLC. However protection equipment for the same has to be provided by the bidder. We propose to use MV fuse cut outs for protection. Also there is no mention of supply of instrument Transformers, surge arresters etc. We presume these also will be supplied by KPLC. Also we do not find dismantling work in Price Schedule. Please confirm the requirement & provide revised price schedule
Include all other materials necessary for this solution except transformer
17 Price Schedule 33kV Surge Arrestors In Maungu Substation, we find there are requirement of 33kV Surge Arrestors on Transformer bay & three 33kV Line Bay. However, the requirement is not specified in the price schedule.
Include
18 Volume 2, Section VI Technical Schedule 33/0.4kV Distribution Transformer. We do not find Technical schedule for 33/0.4kV Outdoor Distribution Transformer which is required in Maungu Substation. Please provide Technical Schedules for the 33/0.4kV Distribution Transformer
Read the specifications
19 Fence Substation boundary wall The overall substation plot being 5 Acre area. Please confirm if the actual substation boundary wall can be of dressed natural stone where as rest of the plot can be fenced with chain link fence.
Substation area 1 acre to be fenced by masonry stone wall.. the other entire plot to be fenced with chain link and concrete poles.
20 Referring to VI 4.1.2 – 32, please clarify if the
stations are currently have LAN equipment (Switch,
Cabling and Sockets) installed, or the provision and
construction is in the scope of work for this project.
The Project is Turnkey and all specified equipment shall be supplied, installed and commissioned by contractor.
21 Since a fiber optic line is required, please provide the
necessary maps of the area, including the distance and
local terrain, and the preferred route for the fiber optic
line and current transmission line. Please note that in
order to calculate a realistic estimation of required
fiber optic cables, terminations, junctions and so, it is
essential to provide a profile of route including the
distances of source & destination of data exchange
Bidder is expected to do site assessment before bidding.
points for SCADA and telecom system.
22 Referring to VI 4.2 – 2, please clarify the existing
configuration of telecom equipment including
transmission (SDH) and Access (under E1 tributary
data units). Specially protection configuration (ASP,
MSP, SNCP, etc.) and traffic estimation of current
network.
Existing network backbone is based on STM-1/4 multiplexers type FOX 515/512 and has 1+1 protection. Details of required SDH equipment given in the specifications. It is estimated that existing system traffic estimation is between 50% to 99%.
23 Referring to VI 4.2 – 2, please clarify if
E1/PDH/PCM multiplexers are required in the project
or not.
Required Multiplexers are specified in the scope.
24 Referring to VI 4.2 – 9, please specify the existing
infrastructure of SCADA and telecom.
The existing SCADA Central system is based on ABBs Network Manager Rel 3.8. The system is installed in all Control Centers. (NCC/RCC).
25 Referring to VI 4.2 – 9, please note that in order to
provide link budget calculations and coverage plan for
VHF radio trunk, it is essential to specify the expected
coverage area, and provide an accurate path profile,
land map and GPS points (altitude and position) for
key points in coverage area.
The envisaged scope for Radio is a Base Radio whose specifications are detailed in Technical Schedules.
26 Also please specify the number of users and
equipment types required in VHF radio trunk system,
e.g. hand radio, car radio and etc.
See 26 above
27 Please specify the current PLC equipment and their
configurations.
No PLCs foreseen in this scope.
28 Please clarify that does the current installed network
of fiber optic communication timing is synchronized
with external Synchronization Supply Unit (SSU) or
not. If not please specify the timing source used for
optical equipment.
Synchronization is internal from FOX equipment at Juja Road – NCC1.
29 Volume2 Cl. No. 3.1.1. Design Data, High & Medium Voltage Short Circuit and earth fault current & thermal short circuit current are specified as 42kA which are non standard. Please confirm whether we can supply equipments with Short circuit & Earth Fault current rating & thermal short circuit current of 40 KA. Also please let us have duration 1 sec or 3 Sec.
Follow the specification
30 Volume2 Cl. No. 4.2.4.3 Bus Bar Protection Panels
As per Cl. No. 4.2.4.3 it is required but in price
schedule it is not mentioned. Please confirm
whether bus bar protection panel is required and if
yes we presume it shall be only for 132 kV. Please
confirm.
Include
31 Volume2,Section VI Cl. No. 4.1.1.5.2. 132kV & 33kV Circuit Breakers As per tender specification, that all circuit breakers in line bay & transformer bays are
Follow the specification
suitable for three phase gang operation . Please confirm the requirement.
32 Volume2,Section VI Technical Schedule 132kV & 33kV outdoor Equipment Technical schedule for 132kV Outdoor Equipment are not enclosed with the tender document. Only 66kV Outdoor Equipment & 33kV/11kV Indoor Switchgear equipment Technical schedules are enclosed with tender document. Please issue Technical Data Schedules for the 132kV Equipments with Guaranteed Figure requirement.
Attached herewith
33 Volume 2, Section VI Cl. No. 4.1.1.6132kV & 33kV Bus bar Material We presume bus bar and equipment interconnections shall be with ACSR. Please confirm along with type of ACSR.
Design Issue
34 Volume 2, Section VI Cl. No. 4.1.1.15 110V & 48V
Battery The Tender document Specifies Nickel
Cadmium Type battery for 110V DC system while
for 48V DC system the battery type is mentioned
as Lead acid type . Please reconfirm the
requirement.
Nickel Cadmium
35 Volume 2 , Section VI Cl. No. 4.1.2Control,
Protection & Metering We propose to supply
Simplex type panel consisting of Control and
Protection relays in the same panel. Please
confirm.
Follow the specification
36 Volume 2 , Section VI Cl. No. 4.1.2Control,
Protection & Metering We propose to supply Main
1 and Main2 Protection relays from the same
manufacturer. Please confirm.
Follow the specifcation
37 Volume 2 , Section VI Cl. No. 4.1.5 Cables In
technical specification there is no mention of the
material of conductor (whether Aluminum or
Copper) and Insulation material ( PVC or XLPE ).
Please clarify the exact requirement.
All Cables are XLPE 1. For 132KV & 66KV should be copper 2. For 33KV & 11KV should be
Aluminium
38 Price Schedule LT Distribution Line Equipments As
per Scope of Work & Site Visit Clarification, we
have noted the requirement of 33kV overhead
lines. However the same is not included in the
price schedule Please provide revised price
schedule incorporating the same.
Included in then above clarifications
MAU-023 Price schedule-Transformer protection panel, Clarification no 2 gave the item MAU -010 and MAU-09 to read as Protection panels 2 for Lines and 1 for Tx . This item is repeating in price schedule. Please clarify this to be deleted.
Delete where duplicated
SS-015 Auxiliary relay-, 50nos
SS-016 Contactors-25nos
SS-017 Assorted MCBs-60nos
The spares for Bahati & Maungu are as attached below. For mamlaka are given above
The qty given seems to be for all stations
combined. Please review and confirm
MAU-016 Price schedule-33kv three phase voltage transformers -12nosThe qty given should read as for single phase or 4nos for three phase
MAU-016 to read single phase, quantity 12No.
MAU-018 33kv Neutral link Along with this the
NCT is required and not given in price schedule
.Please clarify.
Include
MAU-021 33kv metering and control panel -1no
The 33kv feeders are 3nos given. so qty is to be
3.Confirm
Change quantity to 3No.
We could not find revision III (drawings). Please send us
this volume The drawings attached above are supposed to be in Vol III
As we checked volume I and II, the firefighting equipment and facilities are mentioned only in page 181 of volume II which is limited to 6 extinguishers! However, according to our experience in other similar projects there should be some automatic fire extinguishing systems. Hence, please clarify if this facilities are mentioned in other documents
Follow the specification
Section 4.1.1.14.2 Distribution Board.Is it obligatory providing LV station distribution board rated 1250 Amps? Based on our experience in similar project, 1250 A distribution board seems too high for such a substation please kindly clarify precise demandof switchyard AC consumption
Follow the specification
According to received documents ,In the proposal documents has not been mentioned oil collection/ separator system and from other hand according to these documents should be used CO2 as firefighting device.
Therefore please kindly clarify that the substation need oil collection/ separator system or not
Read the specification. Oil collection pit is required.