1109_0001

download 1109_0001

of 10

Transcript of 1109_0001

  • 8/2/2019 1109_0001

    1/10

    ,-d.-t~ ~.l~t 4.S~1Saudi Electricity Company

    CONTRACTING DEPARTMENTGround Floorf SEC-West Headquarters Bldg.Tel. No. 02 653 8320 I Fax No. 02 651 8325Date: 2th February,2012To:Fax No:CC: Engineering & Design Div - WestSubject: Contract No. 20931115/00Contract Title: Construction of ET-2 Substation 110/13.8 k.v in JieddahDear Contractor,We would like to request your decision makers team to attend a meeting withEngineering & Design Div - West as follow:

    ilSate -~-~--rT:c"Cl~'m~e~-------"-1 ~Lo~c~a-ti:-o-n--~--c.-~-,r------------+--=-=:--::-'-=------------+--=--:--,--------~~---:March, 2012 09:00 am Engineering ,~Design Div-' - - - _ ~ - - - ' ' - - - ~ _ _ _ _ J ' _ H _ e _ a _ d _ < . q u _ a _ r t _ e r s - JEDD_AH~___;

    Thank you for your cooperation, and we looking for meeting you.

    \ . < \ " , 0 1 IJ I ~I'n~ +he q H u . c h e d\ 1 9 I'P ~ I ! ! . > F y A ~ r r e p (q1-/0 '1f clv' 1 - he. yj,1 e.(~ 'h ' \ - \ .J - - -

    Very truly yours,

    < ~ : -ucA,,~C" c.... _..._~.~ " ~)

    Abdu1rttma'n-AI;';;Serael1rDivision ~nager Power Transmission ContractContracting Department, SEC-WOA

  • 8/2/2019 1109_0001

    2/10

    Post Bid Clarification # 1fo r Mis ALG1HAZ Offer

    Post Bid Clarification # 1for Mis ALGIHAZ Offer

    ET-2 Substation

    General

    7s .I)

    1. Single line Diagrams and substation layouts are not available in the offer, Please ...submit the station Single line Diagram & layout and the same shall be as per PTSrequirement. Else the whole responsibility to get any approval from any SEC andgovernmental authority is the sole responsibility of the Contractor. In any case PTSrequirement shall be fulfilled.Please confirm that offered material fully comply the requirements of latest revisionof TMSS which have been issued by specifications department till date and submitthe TMSS's compliance statement for all equipment (clearly mentioning thedeviation (if any) in the format given in the tender documents along with reasons andsupporting documents.No deviation and deviation to PTS, TMSS and TES shall be accepted and referencedif not discussed and agreed. For any minor/major deviation to the TMSS, TES orTCS standard, the Contractor should get this deviation approved from thespecifications department, else/otherwise he should stick to Contract requirements.Please confirm that all the supplied material for the Subs.ation shall be from theapproved manufacturers. Any supplier ill your offer not approved is rejected.Submit the manufacturer warrantee letter as given in PTS.Provision of soft & hard copy of the applicable standards shall be provided as perspecified requirements stipulated in special conditions of Contract.Project equipment drawings shall be as per SEED I & II Protocol.The equipment/material testing shall be as per pre commissioning test procedure.All surplus material & Testing equipment shall be handled as per conditions ofContract.Any manufacturer's/ supplier's name without the technical information mentionedanywhere in the bid is unacceptable. Any material whose information is missing inthe bid shall be reviewed at design stage fulfilling the P ' . .S, tender specification,Manufacturer Prequalification list & relevant TMSS standard and shall be subject toengineer's approval.AMR System & Revenue Metering System should be as per PTS & specificationsrequirements.Substation Metering (SAS/Conventional) shall be as per PT~:;specifications .All switchgear trip/open/close coils should be monitored by separate MCBs in LCC.All the Substation basements shall be provided with emergency exit to the outside ofthe Switchgear building.Confirm the name of your design consultant.Any Comment/Deviation between you and supplier will not oond to SEC. Contractorshall be fully responsible for the provision of balance of equipment, execution andcompletion of project.Please Note, any deviation, hidden or documented find in any part of your offer andnot been discussed and not a part of this meeting does not have any value and can'tbe referred at execution stage.

    -t ,

    io.

    1 1 ..I-~.

    1 ~ - ,

    ! ( ) .

  • 8/2/2019 1109_0001

    3/10

    Post Bid Clarification # Ifor MIs ALGIHAZ Offer

    1 8 . Changing the manufacturer against appendix -1 is the NG right and shall be withcost impact as per NG decision.ALGIHAZ shall withdraw any technical/General comments vide folder 1 else youroffer does not earn the merit to be considered for evaluation.Only the main and alternate offer shall be considered and the sw itching of the mainoffer to alternate offer shall be based only if the main offered equipment is rejectedand the decision in this regard shall be the sole discretion of'-JG.Is your QAlQC plan ISO certified. Submit your ISO certifications.Manufacturer equipment wise comments are not in line with the PIS. Withdraw allthe comments found in any part of the tender document.

    21.')"1

    Al:-110kV Gas Insulated Switchgear1. Finalize only one manufacturer; submit the evidence thai they are prequalified. The

    following GIS confirmation should be applicable to any selected manufacturer from theshort listed names

    2. Quoted manufacturer for EI -2 are not acceptable. Finalise the one which fulfill the PISrequirement.

    3. Please confirm that offered material fully comply the requirements of latest revision ofTMSS. Any deviation to TMSS/TES for HV switchgear & control system should bewithdrawn.

    4. Each closing coil shall be rated for 125 VDC and shall be operable satisfactory between90 VDC to 140 VDC instead of offered 110 V rated and 93.5 V to 126.5 V in item # 24of technical data Schedule.

    5. Each trip coil shall be rated for 125 VDC and shall be operable satisfactory between70VDC to 140 VDC instead of offered rating of 1 10 VDe rated and 77 VDe to 126.5VDC against item # 25 of technical data schedule.

    6. Motor compressed spring operated mechanism shall employ a motor rated 125 VDC forspring charging instead of 110 VDC as offered in item # 29 of technical data schedule.7. Rated operating voltage of isolator drive motor shall be 125 VDe instead of 110 VDC asoffered in item # 5 of technical data schedule.

    8. Rated operating voltage of Earthing switch drive motor shall be 125 VDC ..9. Both Bus bar disconnecting switches shall be 3-position D.S/E.S module against only

    D.S indicating in SLD for B/B-2.10. Please confirm that GIS bus link section will be provided for future extension of GIS

    buses to avoid de-gassing of the existing buses.11. Please confirm that the offered GIS meets with the requirement of pressure limiting

    devices as per clause 4.4.3 of specifications.12. Please confirm that GIS shall meet respective TMSS & Tecl.nical Specification part

    5.1.L13. Please note and confirm that Isolators current rating is as specified in contract scope of

    work.14. Please note and confirm that maximum temperature rise at rated normal current is 55 0C

    as specified.15. Crane capacity shall be of 5 Ton.16. Two numbers of each early make, late break contacts for 110 KV Bus bar disconnector

    switches shall be provided. Please confirm.17. VT isolator shall be motor operated.18. Please confirm that interlock should be through auxiliary switches and not through limit

    Switches.19. The switchgear should be capable of accommodating BV cable up to 2.500mm2 conductor

    Cross section as per Clause 4.15.5 of the 32-TMSS-02 RO.2

  • 8/2/2019 1109_0001

    4/10

    Post Bid Clanfscauon # Ifor Mis ALGrHAZ Offer

    20. Type Test certificate in respect of short circuit test duties carried on the offered type ofSwitchgea r d o not f ul fill t he r equir ement s tipula te d i n th e p ro je ct te chnic al s pe cif ic atio ns .21. A yellow color LED shall be provided on LCC for each C.B to indicate protection trip.

    Refer to clause of31 TMSS-Ol.22. All metering/devices for the switchgear/substation component shall be from the NOapproved manufacturer list.

    23. Bottom of LCC panel shall be covered with three (03) mm steel plate as specified underClause 4.1.3 of 31 TMSS-Ol.24. The interior of Lee shall be painted conforming to RAL 9003.25. An emergency light (125 DC) shall be installed in the Lee and other panels.26. SF6 gas monitoring shall be as per tender specification.27. De supply for interlocking circuits shall be separately fed from independent out let from

    DCDB.28. Frequency measurement shall be provided on Lee for Bus Coupler bays.29. SF6 filling device shall be provided and equipped with gas cylinder.30. Monitoring/sampling of SF6 shall be as per tender specifications.31. Provide the information regarding Gas service cart with compressor and vacuum pumps.32. Spare for control unit shall include all types of MCB, Relays, contactors, switches, pushbutton etc. installed in the LCC for control, protection and measuring system.33. Any manufacturer/write-up for any material/component given in your technical packages

    but not in the prequalified list will not be acceptable.34. Metering should be as per metering assignment.35. Withdraw all the comments between you and your supplier and also the item dealing with

    the additional cost impact.36. Spare parts and tools list shall be as per PTS requirement.37. Ferro-Resonance Suppression device shall be provided.38. Commission of the remote end bays shall be as per PTS. Control and protection room and

    drawing shall be modified as per the geographical position and shall be as per theengineer approval.39. Control lED shall be provided as per PTS& SAS requirement.

    B. Power TransformerB1. 50/67MVA, nO/13.8kV Power Transformers

    1. Confirm the final manufacturer as every manufacturer has different loss table which mayaffect the ranking.2. The following confirmation should be applicable to any selected manufacturer from the

    short listed names3. Confirm, that the Power transformer shall be in full compliance to latest revision of 53-TMSSs and PTS. Any deviation to TMSS/TES should be withdrawn.

    4. Please provide Symmetrical and Asymmetrical Short Circuit Current value with duration.5. Please confirm the oil immersed type Power transformer.6. Please confirm that the proposed LV Neutral bushings installation locations shall be asper TMSS requirements.7. Transformer shall be provided with a conservator having two compartments or two

    independent conservators for the main tank oil and the OLTC diverter switch.8. All Type, Routine and special tests shall be carried out as per Specification 5.2. & 53-TMSS-01.9. Type test report of the short circuit test on identical transformer is to be provided.

  • 8/2/2019 1109_0001

    5/10

    Post Bid Clarification # Ifor M is A LGIH AZ Offer

    10. Please confirm that the HV IMV winding shall be as per specification, however HVwinding shall be uniform, interleaved disc type and confirm number of discs per group.

    11. Please note and confirm that percentage impedance voltages arc based on rated powerand not at delivered power.12. Please confirm the Power Transformer guaranteed parameters (Losses & short circuit

    impedance, % impedance, lEC Rating, HV/LV Current (delivered) & temperature rises).13. Maximum Symmetrical Short Circuit current for which windings are designed tothermally withstand shall be for 3 Sec. Please confirm.14. At least 25 % spare fans shall be provided.15. Termination for HV& LV neutral shall be as per PTS.16. Spare parts shall be provided as per Scope of work / PIS.17. Heat run test is to be carried out as per PTS contract requirement and confirm the losses

    will be injected during the heat run test.18. The noise level of transformer to be furnished for each stage of cooling and shall not

    exceed the limits specified in NEMA TR-I19. The guaranteed total losses of power transformer shall not exceed 0.5 % (max) ofONAN rating. Please confirm.

    20. Please confirm, the core earthing shall be brought out of the tank through insulatedbushing and should have disconnected link with protector cover.21. All relevant curves as mentioned in the 53-TMSS-Ol Rev.O to be furnished.22. Bushing CTs shall be as per CT data.23. Please confirm the standard to which the transformer oil complies. Will it be inhibited or

    uninhibited? Confirm the manufacturer of oil is prequalified.24. Clause 42.9 of53-TMSS-Ol, will be fully complied for transformer.25. Confirm the full compliance to 5.2.1 of technical specification.26. Submit the safe value of impact withstand ability of your Power transformer during

    transportation in X, Y & Z direction.27. Hot spot measurement shall be through Optical Sensor and monitoring devices. These

    shall be provided as per relative PTSITMSS. Submit the detail of monitoring equipment.28. MUltiple Evaluation tables of losses in the offer is not acceptable. Confirm and select theone manufacturer out of these and resubmit the table duly signed by you andmanufacturer, which should be used for financial evaluation and withdraw all othersubmitted sheet from the offer. Also add the Auxiliary transformer Losses in the table.

    29. Guaranteed load loss shall be based on delivered power (67MVA at B.8KV bus voltage).Please confirm.

    30. Changing the manufacturer from main to alternate shall be considered only after priorapproval from NG and shall be with cost impact.l3.SKY Metal Clad Switchgear

    Following comments are applicable to either scheduled.L Any deviations to TMSSITESP under MV switchgear & control system should bewithdrawn.2. All CT & VT parameter shall be as per protection drawings.J. No. of Auxiliary contacts for NG usc shall be as per PTS requirements.4. MV switchgear current & voltage ratings shall be as per PTS requirements.5. Auxiliary contacts as well as wiping contacts shall be provided as per contractspecifications.6. IEEE/IEC standard shall also be explicitly applicable wherever rrentioned in the PTS.7. Please provide back to back capacitor switching and test report & certificates forcapacitor bank dedicated Cls.

    4

  • 8/2/2019 1109_0001

    6/10

    Pos t B i d Cl ar if ic a ti on # 1for Mis ALGfHA? Offer

    S. Confirm the Switchgear panel should meet the Control, metering and protectionrequirement.9. Submit the Type and technical catalogue of offered CT &VT

    10. Separate Lamp test facility on all switchgear shall be provided.11. Interlocking of all incorners, bus Sectionalizer, Aux, Transformer, Capacitor bank andoutgoing feeders with bus bar earth switch shall be provided such that no Trolley can beracked in if respective bus section earth switch is closed.12. Please confirm that your switchgear does not contain any non-standard arrangement andis in conformance with PTS and relevant TMSS.13. Clause 4.15.1 of specification with regard to supply ofS!S wiring shall be followed.

    14. Clause 4.17.1 (a) shall be followed and complied by the contractor to supply and installthe cable supporting arrangement in the basement under the MV Switchgear

    15. Outgoing cable feeder shall be of 630Amp rating.16. The enclosure panel shall be protection clause IP41.17. All type, routine and factory inspection test shall be performed as defined in the relevant

    TMSS and project PTS.IS. The witnessing protocol!schedule shall be as agreed!approved by the customer (SEC-WOA).19. Type test certificate for 13.8kV switchgear should be submitted in conformance withtechnical specifications in lieu performing type tests.

    20. Short time current withstand rating of switchgear shall be 25KA for 3 second21. Number of inspections free breaking operations of arcing contracts at normal current

    shall be not less than 10,000. Please confirm.22. Please submit letter for prequalification for all types of offered switchgear.23. How many cables per phase are considered for termination of cable feeder and what is its

    max. size. Please clarify.24. There are many comments!exclusions! limitations/exceptions included in your Bid whichwere declared by your vendor(s) regarding scope of supply, installation and testing &

    commissioning. Please withdraw all such deviations.25. Please indicate IEC standard according to which proposed switchgear/circuit breaker hasbeen manufactured and tested along with type test report. As well, temperature rise report

    at 3600A for l3.SkV should be submitted.26. Interlocking shall be as per SEC-WOA practice and cn & cable compartment door

    should be mechanically interlocked.27. Please highlight and discuss any issue regarding Switchgear which you feel necessary in

    order to avoid any post award dispute.2S. Separate Control lED's shall be provided for 13.8kV switchgear and it shall be fulfill allSAS requirement.

    CAPACITOR BANKSPlease submit the complete filled in data schedule and the PTS/TMSS compliance in acomprehensive documented format of the capacitors' offer.

    1. The following confirmation should be applicable to any selected manufacturer fromthe short listed names.

    2. Confirm the full compliance to 5.] .4 of technical specification.3. Capacitor banks should be Open Rack type.4. Confirm the equipment rating as (7MVAR0213.8kV bus, 50!125kV BIL)

    5

  • 8/2/2019 1109_0001

    7/10

    P ost B id C la rifica no n a Itor M is A LG IH AZ O ffer

    5. Confirm the technical requirement of Discharge Resistor.6. G ive the g rap hic al internal detail o f C ap acito r C an &Capacitor Bank .7 . Confirm the capacitor bank shall be in full compliance with PTS Clause 5.1.4 and

    TMSS.8. Please confirm that the proposed capacitor bank is from the SEC approved

    Manufacturer list, and submit the PTS data schedule complete.9. The bidder should ensure that the capacitor system should be designed to keep thesystem away from sth& illharmonics in any operating scenario.10. Confirm & submit all the dynamic simulation for capacitor tank for all the operating

    condition as mentioned in the PTS.11. Submit all the dynamic simulation of the capacitor bank for all the operatingconditions as mentioned in the PTS. Bring the manufacturer's representative alongwith computer and relevant software and the data file in the bid evaluation meeting.

    12. Capacitor bank area should be properly fenced and interlocked with the capacitor andsun shade as per PTS should be provided.

    13. Confirm that all the clearances between phases and phase to ground shall be as perTESP-119-08

    14. Indicate the bushing type of capacitor CAN (gasket or solder type). Gasket typebushings are not acceptable.1S. Clamps should be PG type.16. Complete data sheet should be brought during the meeting.17. Submit SLD and Layout drawing for the substation.18. Provide hand made and computer software calculations and should be submitted for

    the following:c Frequency scan analysis, in-rush / out-rush calculations. Series and Parallel resonance.

    19. Line discharge clause of L.A shall be 4 instead of 3 offered.20. All Routine and Factory acceptance tests shall be as per approved FAT I ITP

    protocol.21. All exclusions from the vendors shall be withdrawn from the offer.22. Submit the detail of surge arrester class. It should be Class=! and equipped with trip

    counter.23. Submit the location of surge arrester. Submit the layout of Shunt capacitor bank

    assembly24. Confirm EMTP study should be carried out for the correct dimension of surge

    arrester.25. Confirm the point where you will measure the background harmonics. We will prefer

    neighboring SIS.26. Submit the details of ACCS and confirm the compliance with TES 119.27. Clause 9.2.2 of Ol-TMSS-O: All drawings & document shall be Lnaccordance withSEED-I&1l Protocol.28. Only valid type test reports as specified will be acceptable in lieu of type test

    performing.29. The condition/deviation shall be withdrawn. Installation testing & commissioningshall be carried out under supervision of the manufacturer.

    Air Core Reactor1. Sh01t time withstand current rating shall be 3 sec.2. Sizing of reactor and Temperature rises should be as per FTS.3. Confirm the reactor rating.

    6

  • 8/2/2019 1109_0001

    8/10

    Post Bid Clarification # Ifor M is A LG IH AZ O ffer

    4. Only valid type test reports as specified will be accept.iblem lieu of type testperforming.

    SYNCHRONIZING IACCS/AVRlABTS EQUIPMENTA. Synchronizing equipment (synchro relays as per PTS/TMSS requirement) shall be

    provided separately and shall be integrated to SAS. Synchro function should also be madeavailable in the BCU/IED. Manual Synchronizing shall be made and autolmanual statusshall be the part of SAS. Synchronizing scheme subject to approval ofNG Engineer.B. ACeS, AVR and ABTS schemes shall be as per PTS/TESP-119-26 and shall beintegrated to SAS.e . Energy metering and summation shall be provided as per PTS.

    Civil, Architectural & Electro-Mechanical WorkYour have not given any detail for these items. CONFIRM THESE will be as per PTS/Technicalspecifications/Standards, and should be without any deviation.

    Switchgear hall shall be as per TESP-119 Control and protection shall be as per TESP-119 Basement shall be under Switchgear halls or as per given Layout. Bidder to confirm thatunobstructed excess, and easy personals movement shall be provided to the remote

    points, sump pits, emergency exit and entrance from outside the Substation building tothe basement shall be provided.

    Civil work shali be as per requirements of scope of work for above referred tender according toP.T.S and site requirements.

    Architectural views of different options of Substation shall be as per SEC standard (attachedappendix.) For building and substation layout. clearances, all new approved standards including TE.S.P119.19 shall be appl icable and considered.

    Standards for structural calculations shall be as per STADD IIIand other programmers ifapproved in base design criteria.

    In case of any contradiction between bid offer and NO tender documents, best one shall befollowed and decision ofNG design Engineer will be finn and final in this regard.

    Deviations wi 1 1 be considered onIy if specially submitted on deviation form and accepted inwriting by SEC with financial impact if any.

    Electro-mechanical room for FM-200fNOVAC shall also to be provided on the groundfloor.

    Technical Data SheetsPlease note that any deviation not listed separately will be considered asaidden documentationand will not be accepted and the contract requirement shall be followed.K Battery and Battery Charger for new Substation

    1. Battery and Battery charger shall be from the approved manufacturer. Minimum sizeshall be 1200AH & 300A respectively. Sizing calculations of the battery and batterycharger shall be finalized during design review taking into consideration all

    7

  • 8/2/2019 1109_0001

    9/10

    P ost B id Clarification II 1for M Is ALGIHAZ Offer

    components of the Substation as mentioned in the PTS inclusive SAS and should be asp er relev ant ten der do curn ent/T ES -P -1 03. P lea se co nfirm .

    1 . Short time withstand current rating ofNER shall be 3 sec.2. NER will be preferably installed indoor.

    AUXILIARY TRANSFORMERS1. Pad mounted Transformers are not acceptable.2. Type test report for identical transformer to be submitted.3. Special test shall be carried out as per 51-TMSS-Ol Rev.O4. Mineral oil shall conform 54-TMSS-O 1.5. BIL for LV winding shall be 6 KV instead of 4KV as per 01-TMSS-Ol.6. Furnish clause wise compliance statement of 51-TMSS-O 1.

    G. MISSING MATERIAL1. Architectural work of Substation and should be coordinated2. E&Mwork.3. Power & LV cables.4. Overhead Crane.5. HVAC.6. Grounding & Lightning protection.7. Balance of material.8. FM200In case of award regarding all the A/M rmssmg material, confirm that all therequirement/material shall be supplied from approved manufacturer, without any deviation tothe scope of work and relevant standard and with subject to Engineer approval during detailengineering stage.

    Note:-Please highlight and discussed any issue regarding any technical issue whichyou feel necessary in order to avoid any post award dispute.

    1. Questionnaire regarding SAS & control and protection shall be followed.Final Remark & ConclusionAfter having the singing of this MOM, the bidder is required the readjust his offer by taking outall the irrelevant docum entation and resubm it. O nly the MOM and the a tta chm en t sh all beconsidered as the official document for any reference in future.

    8

  • 8/2/2019 1109_0001

    10/10

    Post Bid Clarifkation # 1fO T M is A LG IHAZ O IT er

    The Attachment should contain the following as a minimum for the final main equipment:1. Completely filled-in Data Schedules given in the SOW ITS, duly signed, stamped

    & dated by the respective Bidder/Contractor.11 . Compliance Statement for each applicable IMSS by th e Bidder/Contractor.Ill. Original Manufacturer's Technical Catalogs. makes, type and technicalparameters duly highlighted.IV. Certified Type (Design) Test Reports.v. Manufacturer's Responsibility Statements.

    - - - - - / / - - - - -

    Note:- Bidder is required to attend the meeting with fully prepared. The format of the MOMshall be MS-WORD.

    9