Está en la página 1de 200

MINISTRY OF ELECTRICITY REPUBLIC OF IRAQ GENERAL DIRECTORATE OF ELECTRICAL TRANSMISSION PROJECTS

TENDER DOCUMENTS
TENDER NO. S/S 78/NT/2014
DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT. 1) AMMARA WEST. 2) AL-ESKAN INDUSTRIAL. 3) AL-ABASEA. 4) AL-DEAR. 5) AL-SOARH NORTH. 6) KIRKUK NORTH. 7) AL-SALAHEA.

`Page | 1

TABLE OF CONTENTS
INSTRUCTIONS TO TENDERERS ...................................................................................8
1.1 1.2 DEFINITIONS ......................................................................................................................8 GENERAL ............................................................................................................................8
1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 1.2.6 Scope of the Tender .................................................................................................................. 8 Eligible Tenderers...................................................................................................................... 9 Eligible Plant& Services ............................................................................................................. 9 One Tender per Tenderer .......................................................................................................... 9 Mission facilitate ........................................................................................................................ 9 Origin of material ....................................................................................................................... 9

1.3

TENDER DOCUMENT ......................................................................................................10


1.3.1 1.3.2 1.3.3 Contents of Tender Document ................................................................................................ 10 Clarifications of Tender Document, Site Visits, Pre-Tender Meeting ....................................... 10 Amendment of Tender Document............................................................................................ 11

1.4

PREPARATION OF TENDER PROPOSALS ....................................................................11


1.4.1 1.4.2 1.4.3 1.4.4 1.4.5 1.4.6 1.4.7 1.4.8 1.4.9 1.4.10 1.4.11 1.4.12 1.4.13 1.4.14 Cost of Tendering .................................................................................................................... 11 Language of Tender Proposal ................................................................................................. 11 Documents Comprising the Tender Proposal .......................................................................... 11 Letters of Tender Proposal and Schedules ............................................................................. 12 Alternative Tender Proposals .................................................................................................. 12 Documents Establishing the Eligibility of Plant and Services .................................................. 13 Documents Establishing the Eligibility and Qualifications of the Tenderer .............................. 13 Documents Establishing Conformity of the Plant and Services ............................................... 13 Technical Proposal, Subcontractors ........................................................................................ 13 Tender Prices and Discounts .................................................................................................. 14 Currencies of Tender and Payment ......................................................................................... 16 Period of Validity of Tender Proposals .................................................................................... 16 Tender Security (Bid Bond) ..................................................................................................... 16 Format and Signing of Tender Proposals ................................................................................ 16

1.5

SUBMISSION AND OPENING OF TENDER PROPOSALS .............................................17


1.5.1 1.5.2 1.5.3 1.5.4 Submission, Sealing and Marking of Tender Proposals .......................................................... 17 Deadline for Submission of Tender Proposals ........................................................................ 17 Late Tender Proposals ............................................................................................................ 18 Tender Opening....................................................................................................................... 18

1.6

EVALUATION AND COMPARISON OF TENDERS..........................................................19


1.6.1 1.6.2 1.6.3 1.6.4 1.6.5 1.6.6 Confidentiality .......................................................................................................................... 19 Clarification of Tenders ............................................................................................................ 19 Deviations, Reservations, and Omissions ............................................................................... 19 Preliminary Examination of Technical Proposals ..................................................................... 20 Responsiveness of Technical Proposal ................................................................................... 20 Non-material Non-conformities ................................................................................................ 21

`Page | 2

1.6.7 1.6.8 1.6.9 1.6.10 1.6.11 1.6.12 1.6.13 1.6.14

Detailed Evaluation of Technical Proposals ............................................................................ 21 Eligibility and Qualification of the Tenderer ............................................................................. 21 Correction of Arithmetical Errors.............................................................................................. 22 Conversion to Single Currency ................................................................................................ 22 Margin of Preference ............................................................................................................... 22 Evaluation of Financial Proposal ............................................................................................. 22 Comparison of Tenders ........................................................................................................... 23 Employers Right to accept any Tender, and to reject any or All Tenders ............................... 23

1.7

AWARD OF CONTRACT ...................................................................................................23


1.7.1 1.7.2 1.7.3 1.7.4 Award Criteria .......................................................................................................................... 23 Notification of Award................................................................................................................ 23 Signing of Contract .................................................................................................................. 24 Performance Security .............................................................................................................. 24

TENDER DATA SHEET ..................................................................................................25 TECHNICAL PROPOSAL FORMS .................................................................................30


1.8 1.9 LETTER OF TECHNICAL PROPOSAL .............................................................................30 TP 1 TENDERERS INFORMATION ..............................................................................31

1.10 TP 2 JOINT VENTURE INFORMATION ........................................................................31 1.11 TP 3 SITE ORGANISATION ...........................................................................................33 1.12 TP 4 APPROACH AND METHODOLOGY .....................................................................33 1.13 TP 5 MOBILIZATION SCHEDULE .................................................................................33 1.14 TP 6 CONSTRUCTION SCHEDULE ..............................................................................33 1.15 TP 7 PROJECT PERSONNEL & RESUME ...................................................................34
1.15.1 1.15.2 TP 7/1 Project Personnel....................................................................................................... 34 TP 7/2 Resume of Proposed Personnel ................................................................................. 34

1.16 TP 8 EQUIPMENT ...........................................................................................................35 1.17 TP 9 PROPOSED SUBCONTRACTORS.......................................................................36

FINANCIAL PROPOSAL FORMS ...................................................................................38


1.18 LETTER OF FINANCIAL PROPOSAL ..............................................................................38 1.19 PRICE SCHEDULES .........................................................................................................40 1.20 SCHEDULE NO. 1: PLANT & EQUIPMENT, MANDATORY SPARE PARTS .................41
1.20.1 Schedule No. 1/1: Plant and Equipment for (AMMARA WEST, AL-ESKAN INDUSTRIAL, AL-ABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND AL-SALAHEA) 132/33 KV GIS Substation) ................................................................................................................. 41 Schedule No. 1/2: Communication Equipment Requirement for (AMMARA WEST 132/33kV GIS). ........................................................................................................................................ 56 Schedule No. 1/3: Communication Equipment Requirement for (AL-ESKAN INDUSTRIAL 132/33kV GIS). ........................................................................................................................ 64 Schedule No. 1/4: Communication Equipment Requirement for (AL-ABASEA 132/33kV GIS). ........................................................................................................................................ 72 Schedule No. 1/5: Communication Equipment Requirement for (AL-DEAR 132/33kV GIS). .. 80 Schedule No. 1/6: Communication Equipment Requirement for (AL-SOARH NORTH 132/33kV GIS). ........................................................................................................................ 86 `Page | 3

1.20.2 1.20.3 1.20.4 1.20.5 1.20.6

1.20.7 1.20.8 1.20.9

Schedule No. 1/7: Communication Equipment Requirement for (KIRKUK NORTH 132/33kV GIS). ........................................................................................................................................ 94 Schedule No. 1/8: Communication Equipment Requirement for (AL-SALAHEA 132/33kV GIS). ...................................................................................................................................... 102 Schedule No. 1/9: Mandatory Spare Parts and test equipment for one GIS substation ........ 110

1.20.10 Schedule No. 1/10: Mandatory Spare Parts and test equipment for all contract ................... 115 1.20.11 Schedule No. 1/11: Country of Origin Declaration Form Substation Plant & Equipment .... 117 1.20.12 Schedule No. 1/15: Country of Origin Declaration Form Communication Equipment ......... 122

1.21 SCHEDULE NO. 2: DESIGN SERVICES ........................................................................123 1.22 SCHEDULE NO.3: INSTALLATION AND OTHER SERVICES .......................................125
1.22.1 1.22.2 1.22.3 1.22.4 1.22.5 1.22.6 1.22.7 1.22.8 Schedule 3/1-Civil Works (Construction) For AMMARA WEST 132/33kV GIS SUBSTATIONS ..................................................................................................................... 125 Schedule 3/2-Civil Works (Construction) For AL-ESKAN INDUSTRIAL 132/33kV GIS SUBSTATIONS ..................................................................................................................... 128 Schedule 3/3-Civil Works (Construction) For AL-ABASEA 132/33kV GIS SUBSTATIONS .. 131 Schedule 3/4-Civil Works (Construction) For AL-DEAR 132/33kV GIS SUBSTATIONS ....... 134 Schedule 3/5-Civil Works (Construction) For AL-SOARH NORTH 132/33kV GIS SUBSTATIONS ..................................................................................................................... 137 Schedule 3/6-Civil Works (Construction) For KIRKUK NORTH 132/33kV GIS SUBSTATIONS ..................................................................................................................... 140 Schedule 3/7-Civil Works (Construction) For AL-SALAHEA 132/33kV GIS SUBSTATIONS 143 Schedule 3/8 supervising of electrical, mechanical and communication work ....................... 146

1.23 SCHEDULE NO. 4: STAFF TRAINING AND FACTORY ACCEPTANCE TESTS ..........147
1.23.1 1.23.2 Schedule No. 4/1: Staff Training ............................................................................................ 147 Schedule No. 4/2: Factory Acceptance Tests (FAT).............................................................. 149

1.24 SCHEDULE NO. 5: GRAND SUMMARY ........................................................................150 1.25 SCHEDULE NO. 6: RECOMMENDED SPARE PARTS FOR ONE SUBSTATION ........152

EMPLOYERS REQUIREMENTS .................................................................................. 153


1.26 TECHNICAL SPECIFICATIONS FOR GIS SUBSTATIONS ...........................................153
1.26.1 1.26.2 1.26.3 TECHNICAL GENERAL CONDITIONS ................................................................................. 153 BASIC DESIGN CRITERIA ................................................................................................... 155 SECONDARY BASIC DESIGN (Protection Systems) ........................................................... 159

1.26.3.1 General for Protection Cubicles ............................................................................................. 159 1.26.3.2 Control Devices (IEDs) ......................................................................................................... 159 1.26.3.3 Protection Devices (IEDs) ..................................................................................................... 159 1.26.3.4 132kV Overhead Line Feeder Protection & Metering ............................................................ 160 1.26.3.5 132kV Cable Feeder.............................................................................................................. 162 1.26.3.6 132/33kV Transformer Feeder .............................................................................................. 163 1.26.3.7 132kV Bus Coupler................................................................................................................ 165 1.26.4 33kV Feeders ........................................................................................................................ 167

1.26.4.1 Protection System ................................................................................................................. 167 1.26.4.2 Control System ...................................................................................................................... 168 1.26.4.3 Bay Interlocking ..................................................................................................................... 168

`Page | 4

1.26.4.4 Bay Intertriping ...................................................................................................................... 168 1.26.4.5 Instrumentation ...................................................................................................................... 168 1.26.4.6 Metering ................................................................................................................................ 170 1.26.4.7 Load shedding ....................................................................................................................... 170 1.26.4.8 Parallel operation of transformers.......................................................................................... 170 1.26.4.9 Panel ..................................................................................................................................... 170

1.27 SPECIFICATIONS FOR CIVIL WORKS& BUILDINGS ...................................................170 1.28 TECHNICAL SCHEDULES..............................................................................................171 1.29 GENERAL CONDITION ...................................................................................................171 1.30 DRAWINGS .....................................................................................................................176

Quality ASSURANCE SCHEDULEFOR TYPE & PERFORMANCE ofequipment substation 182 SPECIAL CONDITIONS OF CONTRACT ..................................................................... 187 CONTRACT FORMS ..................................................................................................... 188
1.31 NOTIFICATION OF AWARD ...........................................................................................188 1.32 CONTRACT AGREEMENT .............................................................................................189 1.33 APPENDIX 1 -TERMS AND PROCEDURES OF PAYMENT .........................................193
1.33.1 1.33.2 1.33.3 1.33.4 1.33.5 1.33.6 Appendix 2 - Price Escalation ................................................................................................ 194 Appendix 3 - Insurance Requirements .................................................................................. 194 Appendix 4 - Time Schedule ................................................................................................. 195 Appendix 5 - Major Items of Plant & Services / Subcontractors ............................................ 195 Appendix 6 - Scope of Works and Supply by the Employer .................................................. 196 Appendix 7 - List of Documents for Approval or Review........................................................ 196

1.34 BANK GUARANTEE FORMS ..........................................................................................197


1.34.1 1.34.2 Bank Guarantee Form for Advance Payment ........................................................................ 197 Bank Guarantee Form for Performance Security .................................................................. 198

`Page | 5

LETTER OF TENDER My Ref: 78/NT/2014

Date : Republic of iraq Baghdad Ministry of electricity General directorate of Electrical transmission projects IRAQ- BAGHDAD- AL-MUSTINSIRIA SQ. E-mail: 71_dg@moelc.gov.iq CC: 71_commercial.dept.mgr@moelc.gov.iq; 71_comms.dept.staff@moelc.gov.iq Dear Sir,

LETTER OF TENDER
i. The General Directorate for Electrical Transmission Projects (GDETP) of the Ministry of Electricity (MOE), Government of Iraq has initiated the implementation of several electricity sector development projects in order to improve electricity supply reliability and availability of the country by enhancing the capacity of supply in the Iraq National Grid. The GDETP / MOE invites sealed tenders from eligible tenderers for DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT (AMMARA WEST, AL-ESKAN INDUSTRIAL, AL-ABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND AL-SALAHEA). The tenderers must submit the prices for all 7#substations as shown in the Schedule No. 5. The tenderer must be priced and GDETP/MOE has the right to choose the appropriate one after studying the technical and commercial offers. The GDETP/MOE intends to finance these projects through funds received from the Government of Iraq, for which this Letter of Tender is issued. MOE wishes to effect the contract payments by irrecoverable. Two envelope tendering procedure will be adopted. Tenderer are required to submit simultaneously two sealed envelopes, one containing the Technical Proposal and the other containing the Financial Proposal. the technical and commercial proposals are opened on the same time . Technical and commercial proposals which are not substantially responsive will be rejected. The substantially responsive technical and commercial proposals will be considered for further evaluation and discussion. Tenderers are requested to fully aware of local conditions and take them into account in preparing the proposals. Tenders containing Technical and Financial Proposals must be delivered to the address given in the Tender Data Sheet on or before12.00Noon (Baghdad, Iraq local time) on XX/XX/2014. Tenders received after this time and date shall not be considered and will be returned un-opened. Technical and commercial Proposals will be opened immediately thereafter in the presence of tenderers representatives who choose to attend.

ii.

iii.

iv.

v. vi.

vii.

viii.

ix.

`Page | 6

x.

Please note that (i) the costs of preparing the proposals and of negotiating the contract, including a visit to the MOE, are not reimbursable as a direct cost of the tender; and (ii) the MOE is not bound to accept any of the proposals submitted. The Tender Document containsfollowing sections; Letter of Tender Section 1 Instructions to Tenderers Section 2 Tender Data Sheet Section 3 Technical Proposal Forms Section 4 Financial Proposal Forms Section 5 Employers Requirements Section 6 Special Conditions of Contract Section 7 Contract Forms

xi.

Yours Sincerely, Director General - Electricity Transmission Projects General Directorate of Electricity Transmission Projects Ministry of Electricity Al Mustinsiria Square Baghdad Republic of Iraq Tel: +964 Email: 71_commercial.dept.mgr@moelc.gov.iq; 71_dg@moelc.gov.iq

`Page | 7

INSTRUCTIONS TO TENDERERS
1.1 DEFINITIONS i. Employer means the General Directorate of Electricity Transmission Projects (GDETP) or the Ministry of Electricity (MOE). Contract means the Contract signed by the Parties and all the attached documents listed in the General Conditions of Contract (GC), the Special Conditions of Contract (SC), and the Appendices. Tender Data Sheet means such part of the Instructions to Tenderers used to reflect specific country and tender conditions. Day means calendar day. Government means the Government of Iraq (GOI). Instructions to Tenderers (Section 1 of the Tender Document) means the document which provides short-listed Tenderers with all information needed to prepare their Tender Proposals. Personnel means professionals and support staff provided by the Tenderer and assigned to execute the tender scope or any part thereof; Foreign Personnel means such professionals and support staff who at the time of being so provided had their domicile outside Iraq; Local Personnel means such professionals and support staff who at the time of being so provided had their domicile inside Iraq. Proposal or Tender Proposal means the Technical Proposal and the Financial Proposal.

ii.

iii.

iv. v. vi.

vii.

viii.

1.2

GENERAL 1.2.1 i. Scope of the Tender In connection with the Letter of Tender indicated in the Tender Data Sheet, the Employer, as indicated in the Tender Data Sheet, issues this Tender Document for the procurement of plant and services as specified in Section 5 (Employers Requirements). The name, identification, and number of lots (contracts) of the Tendering Process are provided in the Tender Data Sheet. The successful Tenderer will be expected to complete the overall scope of works, within the delivery period indicated in the Tender Data Sheet. The GDETP / MOE invites sealed tenders from eligible tenderers for DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT (AMMARA WEST, AL-ESKAN INDUSTRIAL, ALABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND ALSALAHEA).

ii.

iii.

iv. The tenderers must submit the prices for all 7# substations as shown in the Schedule No. 5. The tenderer must be priced and GDETP/MOE has the right to choose the appropriate offer after studying the technical and commercial offers.
`Page | 8

v.

Unloading of materials and equipment arrived to each substation site mentioned Item 1.2.1.i under the responsibility of the contractor

vi. Source of Funds The Employer intends to finance these substations development projects through funds received from the Government of Iraq, for which this Letter of Tender is issued. 1.2.2 Eligible Tenderers

This tender to tender is open only to the short listed prospective tenderers for substation construction projects in MOE, Iraq. 1.2.3 i. Eligible Plant& Services The plant and servicesto be supplied under the Contract shall have their origin clearly indicated in the tender proposal. At the Employers request, tenderers may be required to provide evidence of the origin of plant and services.All major plantand equipment shall be from Europe, Japan, USA and South Korea. Employer reserves the rights to accept or reject other countries of origin of major plant and equipment, after careful evaluation based on the details provided in the Tender proposal. For purposes of Clause 1.2.4.i above, origin means the place where the plant, or component parts thereof are mined, grown, produced or manufactured, and from which the services are provided. Plant components are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that is substantially in its basic characteristics or in purpose or utility from its components. In this case, the Services means, tasks covered under the scope of work and all project related services including design services. One Tender per Tenderer

ii.

iii.

1.2.4

Each tenderer shall submit only one tender proposal either by itself, or as a partner in a joint venture. A tenderer who submits or participates in more than one tender will cause all those tenders to be rejected. 1.2.5 Mission facilitate i. Thesecond party should ask for (mission facilitate) letter from the first party within a period not less than (45) days prior to arrival of shipment to the Iraqi border, otherwise employer will not be responsible for delay in custom. Materials and equipment's shall exclusively ship from the north Iraqi borders/ Ibraheem Al-Khaleel (Zakho) or from the southern custom / Um Qasar.

ii.

1.2.6

Origin of material

All certification of origin should be issued from the commercial and industrial chambers in the country of manufactured company and certified from the Iraqi commercial attach (in that country) not from supplier country and shall be submitted by the contractor to ETP before entering of material to the Iraqi border taking in consideration that certification of origin issued from one of the Arabic, market cooperation and officially certified in country of origin are accepted.
`Page | 9

1.3

TENDER DOCUMENT 1.3.1 i. Contents of Tender Document The Tender document contains the sections stated below, and should be read in conjunction with any Addenda issued in accordance with Clause 1.3.3. Section 1 Instructions to Tenderers Section 2 Tender Data Sheet Section 3 Technical Proposal Forms Section 4 Financial Proposal Forms Section 5 Employers Requirements Section 6 Special Conditions of Contract Section 7 Contract Forms ii. The tenderer is expected to examine carefully the contents of the Tender documents. Failure to comply with the requirements of tender submission will be at the tenderers own risk. Pursuant to Clause 1.6.3, tenders which are not substantially responsive to the requirements of the tender document will be rejected. Clarifications of Tender Document, Site Visits, Pre-Tender Meeting A prospective tenderer requiring any clarification of the Tender Document shall contact the Employer in writing at the Employers address indicated in the Tender Data Sheet or raise his enquiries during the pre-tender meeting if provided for in accordance with Clause 1.3.2.iv. The Employer will respond to any request for clarification, provided that such request is received no later than seven (07) days prior to the deadline for submission of tenders. The Employers response shall be in writing with copies to all tenderers who have received the tender document, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the tender document as a result of a request for clarification, it shall do so following the procedure under Clause 1.3.3 and Clause 1.5.2.ii. The tenderer is advised to visit and examine the site where the plant is to be installed and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the tender proposal and entering into a contract for the provision of plant and services. The costs of visiting the site shall be at the tenderers own expense. The tenderer and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the tenderer, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection. The tenderer is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the pre-tender meeting.
`Page | 10

1.3.2 i.

ii.

iii.

iv.

v.

Answers for the clarifications of any one of the tenderer, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all tenderers who have received the tender document. Any modification to the tender document that may become necessary as a result of the clarification shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 1.3.3 and not through an answer to a clarification. Non-attendance at the pre-tender meeting will not be a cause for disqualification of a tenderer. Amendment of Tender Document At any time prior to the deadline for submission of tenders, the Employer may amend the tender document by issuing addenda. Any addendum issued shall be part of the tender document and shall be communicated in writing or by email to all tenderers who received the tender documents. Tenderers shall acknowledge receipt of each addendum by email to the Employer. To give prospective tenderers reasonable time in which to take an addendum into account in preparing their tender proposals, the Employer may extend the deadline for submission of tenders, in accordance with Clause 1.5.2.

vi.

1.3.3 i.

ii.

iii.

1.4

PREPARATION OF TENDER PROPOSALS 1.4.1 Cost of Tendering

The tenderer shall bear all costs associated with the preparation and submission of its tender proposal and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process. 1.4.2 Language of Tender Proposal

The tender proposal, as well as all correspondence and documents relating to the tender proposal exchanged by the tenderer and the Employer, shall be written in the English language. Supporting documents and printed literature that are part of the tender proposal may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the tender proposal, such translation shall govern. 1.4.3 i. Documents Comprising the Tender Proposal The tender proposal shall comprise two envelopes submitted simultaneously, one called the Technical Proposal containing the documents listed in Clause 1.4.3.ii and the other the FinancialProposal containing the documents listed in, Clause 1.4.4, both envelopes enclosed together in an outer single envelope. The Technical Proposal submitted by the tenderer shall comprise the following: a. Letter of Technical Proposal;

ii.

`Page | 11

b.

Alternative tender proposals, if permissible, in accordance with Clause 1.4.5; Written confirmation authorizing the signatory of the Tender Proposal to commit the tenderer, in accordance with Clause 1.4.14; Documentary evidence establishing in accordance with Clause 1.4.6. that the plant and services offered by the tenderer in its tender proposal or in any alternative proposals, if permitted, are eligible; Documentary evidence in accordance with Clause 1.4.7 establishing the tenderers eligibility and qualifications to perform the contract if its proposal is accepted; Technical Proposal in accordance with Clause 1.4.9; Documentary evidence establishing in accordance with Clause 1.4.8 that the plant and services offered by the tenderer conform to the tender document; in the case of a proposal submitted by a Joint Venture (JV), JV agreement, or letter of intent to enter into a JV including a draft agreement, indicating at least the parts of the Plant to be executed by the respective partners; List of subcontractors, in accordance with Clause 1.4.9.ii; and Any other document required in the Tender Data Sheet.

c.

d.

e.

f. g.

h.

i. j. iii.

The Financial Proposal submitted by the tenderer shall comprise the following: a. b. Letter of Financial Proposal; Completed schedules as required, including Price Schedules, in accordance with Clause 1.4.4 and Clause 1.4.10; Electronic version of the price schedules (Excel format in a CD included in the Price Proposal envelop); and Any other document required in the Tender Data Sheet. Company registered in Iraq and license of the tenderer.

c.

d. e. 1.4.4

Letters of Tender Proposal and Schedules

The Letters of Technical Proposal and Financial Proposal, and the Schedules, and all documents listed under Clause 1.4.3, shall be prepared using the relevant forms furnished in Section 3 and 4 (Tender Proposal Forms). The forms must be completed without any alterations to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested. 1.4.5 i. Alternative Tender Proposals Alternative tender proposal shall not be considered in this tender.

`Page | 12

ii.

Alternatives to the project Time Schedule shall not be considered in this tender. Documents Establishing the Eligibility of Plant and Services

1.4.6

To establish the eligibility of the plant and services in accordance with Clause 1.2.4, tenderers shall complete the country of origin declarations in the Price Schedule Forms included in Section 4 (Financial Proposal Forms). 1.4.7 Documents Establishing the Eligibility and Qualifications of the Tenderer

As specified in Clause 1.2.3, this tender is open only to the Employers short listed substation plant manufacturing and construction companies. Tenderers shall not be required to provide detailed documents for this purpose. 1.4.8 i. Documents Establishing Conformity of the Plant and Services The documentary evidence of the conformity of the plant and services to the Tender Document may be in the form of literature, drawings and data, and shall furnish: a. a detailed description of the essential technical and performance characteristics of the plant and services, including the functional guarantees of the proposed plant and services, in response to the Specification; a list giving full particulars, including available sources, of all spare parts, special tools etc., necessary for the proper and continuing functioning of the plant for the period named in the Tender Data Sheet, following completion of plant and services in accordance with provisions of contract; and a commentary on the Employers Specification and adequate evidence demonstrating the substantial responsiveness of the plant and services to those specifications. Tenderers shall note that standards for workmanship, materials and equipment designated by the Employer in the Tender Document are intended to be descriptive (establishing standards of quality and performance) only and not restrictive. The tenderer may substitute alternative standards, brand names and/or catalogue numbers in its proposal, provided that it demonstrates to the Employers satisfaction that the substitutions are substantially equivalent or superior to the standards designated in the Specification.

b.

c.

ii.

In order to facilitate evaluation of Technical Proposals, deviations, if any, from the terms and conditions or Specification shall be listed as indicated in Clause 1.4.10.ii. Technical Proposal, Subcontractors The tenderer shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section 3 (Technical Proposal Forms), in sufficient detail to demonstrate the adequacy of the tenderers proposal to meet the work requirements and the completion time. For major items of plant and services, which the tenderer intends to purchase or subcontract, the tenderer shall give details of the name and nationality of the proposed Subcontractors, including manufacturers, for each of those
`Page | 13

1.4.9 i.

ii.

items. In addition, the tenderer shall include in its proposal information establishing compliance with the requirements specified by the Employer for these items. Tenderers are free to list more than one Subcontractor against each item of the plant and services. Quoted rates and prices will be deemed to apply to whichever Subcontractor is appointed, and no adjustment of the rates and prices will be permitted. iii. The tenderer shall be responsible for ensuring that any Subcontractor proposed complies with the requirements Clause 1.2.4, and that any plant or services to be provided by the Subcontractor comply with the requirements of Clause 1.2.4 and Clause 1.4.7.

1.4.10 Tender Prices and Discounts i. Unless otherwise specified in the Tender Data Sheet and/or Section 5 (Employers Requirements), tenderers shall quote for the entire plant and services on a single responsibility basis such that the total tender price covers all the Contractors obligations mentioned in or to be reasonably inferred from the tender document in respect of the design, manufacture, including procurement and subcontracting (if any), delivery, construction, installation and completion of the plant. This includes all requirements under the Contractors responsibilities for testing, pre-commissioning and commissioning of the plant and, where so required by the tender document, the acquisition of all permits, approvals and licenses etc.; the operation, maintenance and training services and such other items and services as may be specified in the Tender Document, all in accordance with the requirements of the General Conditions. Items against which no price is entered by the tenderer will not be paid for by the Employer when executed and shall be deemed to be covered by the prices for other items. Tenderers are required to quote the price for the commercial, contractual and technical obligations outlined in the Tender Document. If a tenderer wishes to make a deviation, such deviation shall be listed in the relevant form in Section 4 (Tender Proposal Forms). The tenderer shall also provide the additional price if any, for withdrawal of the deviation. Tenderers shall give a breakdown of the prices in the manner and detail called for in the Price Schedules included in Section 4 (Financial Proposal Forms).Separate numbered Schedules included in Section 4 (Financial Proposal Forms) shall be used for each of the following elements. The total amount from each Schedule (1 to 5) shall be summarized in a Grand Summary (Schedule 6) giving the total tender price(s) to be entered in the Letter of Tender Proposals. Schedule No. 1: Schedule No. 2: Schedule No. 3: Schedule No. 4: Schedule No. 5 Schedule No. 6: Plant and equipment, including Mandatory Spare Parts Design Services Installation Supervision and Other Services Staff Training and Factory Acceptance Tests Grand Summary (Schedule Nos. 1 to 4) Recommended Spare Parts

ii.

iii.

Tenderers shall note that the plant and equipment required for one 132/33kV substation are included in Schedule No. 1aboveandexcludes materials used

`Page | 14

for civil, building and other construction works. All such materials shall be included and priced under Schedule No. 3 - Installation and Other Services. iv. In the Schedules, tenderers shall give the required details and a breakdown of their prices as follows: a. Plant and equipment to be supplied for one substation (Schedule No. 1), including mandatory spare parts: all inclusive prices of plant and equipment, all inclusive prices of communication equipment, mandatory spare parts required for one substation; and the total price for the plant and equipment. b. Design Services (Schedule No. 2): Electrical works design; Mechanical works design; Civil works design; and The total price for design works. c. Installation supervision and other Services shall be quoted separately (Schedule No. 3) and shall include rates or prices for local transportation, insurance and other services incidental to delivery of the plant, all supervision charges, temporary works, materials, consumables and all matters and things of whatsoever nature, including operations and maintenance services, where applicable, the provision of operations and maintenance manuals, training, etc., where identified in the Tender Document, as necessary for the proper execution of the installation supervision, civil works construction and other services, including all taxes, duties, levies and charges payable in the Employers country as of twenty-eight (28) days prior to the deadline for submission of tender proposals. Staff training and Factory acceptance tests (FAT) shall be quoted separately in the Schedule No. 4 as per the requirements given. Grand Summary shall be given in Schedule 5, which gives the total contract price for all (7#) substations Recommended spare parts shall be quoted separately (Schedule No. 6) as specified in either subparagraph (a) above in accordance with the origin of the spare parts.

d.

e.

f.

v.

The prices shall be either fixed or adjustable as specified in the Tender Data Sheet. a. In the case of Fixed Price, prices quoted by the Tenderer shall be fixed during the tenderers performance of the contract and not subject to variation on any account. A tender proposal submitted

`Page | 15

with an adjustable price quotation will be treated as non-responsive and rejected. 1.4.11 Currencies of Tender and Payment i. The currency (ies) of the proposal shall be, as specified in the Tender Data Sheet. Tenderers shall indicate in the Schedule of Prices and the Letter of Tender Proposal the portion of the Tender Price that corresponds to expenditures incurred in the currency of the Employers country.

ii.

1.4.12 Period of Validity of Tender Proposals i. Tender Proposal shall remain valid for the period specified in the Tender Data Sheet after the tender submission deadline date prescribed by the Employer. A tender valid for a shorter period shall be rejected by the Employer as nonresponsive. In exceptional circumstances, prior to the expiration of the tender validity period, the Employer may request tenderers to extend the period of validity of their tenders. The request and the responses shall be made in writing. If a Tender Security is requested in accordance with Clause 1.4.13, it shall also be extended for a corresponding period. A tenderer may refuse the request without forfeiting its Tender Security. A tenderer granting the request shall not be required or permitted to modify its proposal.

ii.

1.4.13 Tender Security (Bid Bond) As the tender is open only for the selected tenders by the Employer, the tenderers are required to furnish a Tender . - Tender security (1%) is applicable. 1.4.14 Format and Signing of Tender Proposals i. The tenderer shall prepare one original of the Technical Proposal and one original of the Financial Proposal comprising the Tender Proposal as described in Clause 1.4.3 and clearly mark it ORIGINAL - TECHNICAL PROPOSAL and ORIGINAL FINANCIAL PROPOSAL. In addition, the tenderer shall submit copies of the Tender Proposal, in the number specified in the Tender Data Sheet and clearly mark each of them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail. The original and all copies of the Tender Proposal shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the tenderer. This authorization shall consist of a written confirmation as specified in the Tender Data Sheet and shall be attached to the Tender Proposal. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Tender Proposal where entries or amendments have been made shall be signed or initialled by the person signing the Tender Proposal. A Tender Proposal submitted by a JV shall be signed so as to be legally binding on all partners.

ii.

iii.

`Page | 16

iv.

Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the Tender Proposal.

1.5

SUBMISSION AND OPENING OF TENDER PROPOSALS 1.5.1 i. Submission, Sealing and Marking of Tender Proposals Tenderers may submit their tender proposals by mail or by hand. When so specified in the Tender Data Sheet, tenderers shall have the option of submitting their tender proposals electronically. Procedures for submission, sealing and marking are as follows: a. Tenderers submitting tender proposals by mail or by hand shall enclose the original and each copy of the Tender proposal, in separate sealed envelopes, duly marking the envelopes as ORIGINAL, and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with Clauses 1.5.1 and 1.5.2. Tenderers submitting tender proposals electronically shall follow the electronic tender proposal submission procedures specified in the Tender Data Sheet.

b.

ii.

The inner and outer envelopes shall: a. b. c. bear the name and address of the Tenderer; be addressed to the Employer in accordance with Clause 1.5.2; and bear the specific identification of this tender process indicated in the Tender Data Sheet1.2.1.i.

iii.

The outer envelopes and the inner envelopes containing the Technical Proposal shall bear a warning not to open before the time and date for the opening of Technical Proposal, in accordance with Clause 1.5.5.i. The inner envelopes containing the Financial Proposal shall bear a warning not to open until advised by the Employer in accordance with Clause 1.5.5.vii. If all envelopes are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the tender proposal. Deadline for Submission of Tender Proposals Tender Proposals must be received by the Employer at the address and no later than the date and time indicated in the Tender Data Sheet. The Employer may, at its discretion, extend the deadline for the submission of Tenders by amending the Tender Document in accordance with Clause 1.3.3, in which case all rights and obligations of the Employer and tenderers previously subject to the deadline shall thereafter be subject to the deadline as extended.

iv.

v.

1.5.2 i.

ii.

`Page | 17

1.5.3

Late Tender Proposals

The Employer shall not consider any Tender Proposal that arrives after the deadline for submission of tender proposals, in accordance with Clause 1.5.2. Any tender proposal received by the Employer after the deadline for submission of tender proposals shall be declared late, rejected, and returned unopened to the tenderer. 1.5.4 i. Tender Opening The Employer shall conduct the opening of technical and financial Proposals in the presence of tenderers` designated representatives who choose to attend, and at the address, date and time specified in the Tender Data Sheet. All envelopes holding the Technical Proposals shall be opened one at a time, and the following read out and recorded: a. b. c. the name of the Tenderer; whether there is a modification or substitution; and any other details as the Employer may consider appropriate.

ii.

Only Technical Proposals read out and recorded at tender opening shall be considered for evaluation. No Tender shall be rejected at the opening of Technical Proposals except for late tenders, in accordance with Clause 1.5.3. iii. The Employer shall prepare a record of the opening of Technical Proposals that shall include, as a minimum: the name of the tenderer and the presence or absence of a tender security or a tender securing declaration, if one was required. The tenderer representatives who are present sh all be requested to sign the record. The omission of a tenderers signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all tenderers who submitted tenders in time, and posted online when electronic tendering is permitted. At the end of the evaluation of the Technical Proposals, the Employer will invite Tenderers who have submitted substantially responsive Technical Proposals and who have been determined as being qualified for award to attend the opening of the Financial Proposals. The date, time, and location of the opening of Financial Proposals will be advised in writing by the Employer. Tenderers shall be given reasonable notice of the opening of Financial Proposals. The Employer will notify tenderers in writing who have been rejected on the grounds of their Technical Proposals being substantially non-responsive to the requirements of the Tender Document and return their Financial Proposals unopened. The Employer shall conduct the opening of Financial Proposals of all tenderers who submitted substantially responsive Technical Proposals, in the presence of tenderers` representatives who choose to attend at the address, date and time specified by the Employer. The tenderers represent atives who are present shall be requested to sign a register evidencing their attendance. All envelopes containing Financial Proposals shall be opened one at a time and the following read out and recorded: a. the name of the tenderer;

iv.

v.

vi.

vii.

`Page | 18

b.

the Tender Prices, including any discounts and alternative offers; and any other details as the Employer may consider appropriate.

c.

Only tender prices, discounts, and alternative offers read out and recorded during the opening of Financial Proposals shall be considered for evaluation. No tender shall be rejected at the opening of Financial Proposals. viii. The Employer shall prepare a record of the opening of Financial Proposals that shall include, as a minimum: the name of the tenderer, the Tender Price (per lot if applicable), any discounts, and alternative offers. The tenderers representatives who are present shall be requested to sign the record. The omission of a tenderers signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all tenderers who submitted tenders in time, and posted online when electronic tendering is permitted.

1.6

EVALUATION AND COMPARISON OF TENDERS 1.6.1 i. Confidentiality Information relating to the evaluation of tenders and recommendation of contract award, shall not be disclosed to tenderers or any other persons not officially concerned with such process until information on Contract award is communicated to all tenderers. Any attempt by a tenderer to influence the Employer in the evaluation of the tenders or Contract award decisions may result in the rejection of its tender. Notwithstanding Clause 1.6.1.ii, from the time of tender opening to the time of Contract award, if any tenderer wishes to contact the Employer on any matter related to the tendering process, it should do so in writing. Clarification of Tenders To assist in the examination, evaluation, and comparison of the Technical and Financial Proposals, and qualification of the tenderers, the Employer may, at its discretion, ask any tenderer for a clarification of its tender. Any clarification submitted by a tenderer that is not in response to a request by the Employer shall not be considered. The Employers request for clarification and the response shall be in writing. No change in the substance of the Technical Proposal or prices in the Financial Proposal shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the tenders, in accordance with Clause 1.6.9. If a tenderer does not provide clarifications of its tender by the date and time set in the Employers request for clarification, its tender may be rejected. Deviations, Reservations, and Omissions

ii.

iii.

1.6.2 i.

ii.

1.6.3

During the evaluation of tenders, the following definitions apply: a. Deviation is a departure from the requirements specified in the Tender Document;

`Page | 19

b.

Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Tender Document; and Omission is the failure to submit part or all of the information or documentation required in the Tender Document.

c.

1.6.4 i.

Preliminary Examination of Technical Proposals The Employer shall examine the Technical Proposal to confirm that all documents and technical documentation requested in Clause 1.4.3.ii have been provided, and to determine the completeness of each document submitted. If any of these documents or information is missing, the tender may be rejected. The Employer shall confirm that the following documents and information have been provided in the Technical Proposal. If any of these documents or information is missing, the offer shall be rejected. a. b. c. d. Letter of Technical Proposal; written confirmation of authorization to commit the tenderer; Tender Security, if applicable; and Technical Proposal in accordance with 1.4.9.

ii.

1.6.5 i.

Responsiveness of Technical Proposal The Employers determination of a tenders responsiveness is to be based on the contents of the tender itself, as defined in Clause 1.4.3. A substantially responsive Technical Proposal is one that meets the requirements of the Tender Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that, a. if accepted, would: affect in any substantial way the scope, quality, or performance of the plant and services specified in the Contract; or limit in any substantial way, inconsistent with the Tender Document, the Employers rights or the tenderers obligations under the proposed Contract; or

ii.

b.

if rectified, would unfairly affect the competitive position of other tenderers presenting substantially responsive tenders.

iii.

The Employer shall examine the technical aspects of the tender submitted in accordance with Clause 1.4.9, Technical Proposal, in particular to confirm that all requirements of Section 5 (Employers Requirements) have been met without any material deviation or reservation. If a tender is not substantially responsive to the requirements of the Tender Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

iv.

`Page | 20

1.6.6 i.

Non-material Non-conformities Provided that a tender is substantially responsive, the Employer may waive any nonconformity in the tender that do not constitute a material deviation, reservation or omission. Provided that a tender is substantially responsive, the Employer may request that the tenderer to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the tender related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the Financial Proposal. Failure of the tenderer to comply with the request may result in the rejection of its tender. Provided that a tender is substantially responsive, the Employer shall rectify nonmaterial nonconformities related to the Tender Price. To this effect, the Tender Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. Detailed Evaluation of Technical Proposals The Employer will carry out a detailed technical evaluation of the tenders not previously rejected as being substantially non-responsive, in order to determine whether the technical aspects are in compliance with the Tender Document. In order to reach such a determination, the Employer will examine and compare the technical aspects of the tenders on the basis of the information supplied by the tenderers, taking into account the following: a. overall completeness and compliance with the Employers Requirements; deviations from the Employers Requirements; conformity of the plant and services offered with specified performance criteria; suitability of the plant and services offered in relation to the environmental and climatic conditions prevailing at the site; and quality, function and operation of any process control concept included in the tender. The tender that does not meet minimum acceptable standards of completeness, consistency and detail will be rejected for non-responsiveness; and Type, quantity and long-term availability of mandatory and recommended spare parts and maintenance services.

ii.

iii.

1.6.7 i.

b.

ii.

Where alternative technical solutions have been allowed in accordance with Clause 1.4.5, and offered by the tenderer, the Employer will make a similar evaluation of the alternatives. Where alternatives have not been allowed but have been offered, they shall be ignored. Eligibility and Qualification of the Tenderer Pursuant to Clause 1.2.3 and Clause 1.4.7, only selected tenderers shall be invited the eligibility and qualifications of the tenders have already been completed pursuant to Clause 1.2.3 and Clause 1.4.7. An affirmative determination shall be a prerequisite for the opening and evaluation of a tenderers Financial Proposal. A negative determination shall result into the disqualification of the tender, in which event the Employer shall return the unopened Financial Proposal to the tenderer. The capabilities of the manufacturers and subcontractors proposed in its tender to be used by the tenderer will also be evaluated. Their participation
`Page | 21

1.6.8 i.

ii.

iii.

should be confirmed with a letter of intent between the parties, as needed. Should a manufacturer or subcontractor be determined to be unacceptable, the tender will not be rejected, but the tenderer will be required to substitute an acceptable manufacturer or subcontractor without any change to the Tender price. Prior to signing the Contract, the corresponding Appendix to the Contract Agreement shall be completed, listing the approved manufacturers or subcontractors for each item concerned. 1.6.9 i. Correction of Arithmetical Errors During the evaluation of Financial Proposals, the Employer shall correct arithmetical errors on the following basis: a. where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly; where there are errors between the total of the amounts of Schedule Nos. 1 to 4 and the amount given in Schedule No. 5 (Grand Summary), the former shall prevail and the latter will be corrected accordingly; and If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetical error, in which case the amount in figures shall prevail subject to (a) and (b) above.

b.

c.

ii.

If the tenderer who has submitted the lowest evaluated tender, does not accept the correction of errors, its tender shall be disqualified and the tender shall be awarded to next eligible tenderer. Further legal measures shall be taken against the tenderer.

1.6.10 Conversion to Single Currency For evaluation and comparison purposes, the currency (ies) of the tender shall be converted into a single currency as specified in the Tender Data Sheet. 1.6.11 Margin of Preference Unless otherwise specified in the Tender Data Sheet, a margin of preference shall not apply. 1.6.12 Evaluation of Financial Proposal The Employer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted. i. To evaluate a Financial Proposal, the Employer shall consider the following: a. the tender price, excluding provisional sums and the provision, if any, for contingencies in the Price Schedules; price adjustment for correction of arithmetical errors in accordance with Clause 1.6.9.i; price adjustment due to discounts offered in accordance with Clause 1.4.10.vii;

b.

c.

`Page | 22

d.

converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with Clause 1.6.10; and The evaluation factors indicated in Section 3 (Evaluation and Qualification Criteria).

e.

ii.

If price adjustment is allowed in accordance with Clause 1.4.10.vi, the estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in tender evaluation. If the tender, which results in the lowest evaluated tender price, is seriously unbalanced or front loaded in the opinion of the Employer, the Employer may require the tenderer to produce detailed price analyses for any or all items of the Price Schedules, to demonstrate the internal consistency of those prices with the methods and time schedule proposed. After evaluation of the price analyses, taking into consideration the terms of payments, the Employer may require that the amount of the performance security be increased at the expense of the tenderer to a level sufficient to protect the Employer against financial loss in the event of default of the successful tenderer under the Contract.

iii.

1.6.13 Comparison of Tenders The Employer shall compare all substantially responsive tenders to determine the lowest evaluated tender, in accordance with Clause 1.6.12.ii. 1.6.14 Employers Right to accept any Tender, and to reject any or All Tenders The Employer reserves the right to accept or reject any tender, and to annul the tender process and reject all tenders at any time prior to contract award, without thereby incurring any liability to tenderer. In case of annulment, all tenders submitted and specifically, tender securities (if any), shall be promptly returned to the tenderers. 1.7 AWARD OF CONTRACT 1.7.1 i. Award Criteria The Employer shall award the Contract to the tenderer whose offer has been determined to be the lowest evaluated tender and is substantially responsive to the Tender Document, provided further that the tenderer is determined to be eligible and qualified to perform the Contract satisfactorily. The Employer reserves the right to accept any of the deviations submitted in accordance with Clause 1.4.10.ii by the lowest evaluated tenderer, at the price shown for the deviation in the tender. Notification of Award Prior to the expiration of the period of tender validity, the Employer shall notify the successful tenderer, in writing, that its tender has been accepted. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the Letter of Acceptance) shall specify the sum that the Employer will pay the Contractor in consideration of the execution and completion of the plant and services (hereinafter and in the Conditions of Contract and Contract Forms called the Contract Price).

ii.

1.7.2 i.

`Page | 23

ii.

Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract. The Employer shall promptly respond in writing to any unsuccessful tenderers who, after notification of award in accordance with Clause 1.7.2, requests in writing the grounds on which its tender was not selected. Signing of Contract Promptly after notification, the Employer shall send the successful tenderer the Contract Agreement. Within fourteen (14) days of receipt of the Contract Agreement, the successful tenderer shall sign, date, and return it to the Employer. Performance Security Within fourteen (14) days of the receipt of notification of award from the Employer, the successful tenderer shall furnish the performance security in accordance with the conditions of contract, subject to Clause 1.7.5, using for that purpose the Performance Security Form included in Section 8 (Contract Forms), or another form acceptable to the Employer. If the institution issuing the performance security is located outside the country of the Employer, it shall have a correspondent financial institution located in the country of the Employer to make it enforceable. In the case of the failure of the successful tenderer to submit the abovementioned Performance Security and signing the contract in aforesaid 14 days period, employer shall extend a period of another 14 days to fulfil the same requirement with the notice of annulment of the award on further failure of submitting the Performance Security and signing the contract. After the extended period of 14 days the employer shall nullify the award and the tender shall be awarded to the next eligible tenderer. In such event the employer may also take legal action to black list the tenderer who has failed in fulfilling the requirements. The above provision shall also apply to the furnishing of a domestic preference security if so required.

iii.

1.7.3 i.

ii.

1.7.4 i.

ii.

iii.

`Page | 24

TENDER DATA SHEET

1.2General 1.2.1.i Tender Number : 78/NT/2014 The Employer : MINISTRY OF ELECTRICITY, REPUBLIC OF IRAQ NAME OF TENDER :DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT (AMMARA WEST, AL-ESKAN INDUSTRIAL, AL-ABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND AL-SALAHEA). Substation Site Locations:Substation Name 1) AMMARA WEST 2) AL-ESKAN INDUSTRIAL 3) AL-ABASEA 4) AL-DEAR 5) AL-SOARH NORTH 6) KIRKUK NORTH 7) AL-SALAHEA). Dim 100x100 90x100 250x150 100x100 70x180 100x200 100x200 Coordinates North East 31 48 0.62 47 7 22 31 0 37 46 16 43 32 02 15.9 45 15 58.00 30 47 57 47 34 14 32 54 32 44 51 39.20 35 32 45.47 44 21 56.57 31 57 22.3 44 33 18.70

The number of Lots (contracts) : One

1.2.1.ii

Overall contract Period : 485 day from the Contract Effective Date

1.2.1.iii

Supply of materials Period : 365 day from the Contract Effective Date liquidated damages per each day delay will be applied according to PCC 26.2

1.2.1.iv

According to Schedule No. 2 "Design Services" Design Period: 240 day from the Contract Effective Date for the items No. 1, 2 and 3. Item No. 4 "As Built Drawings" should be submitted during contract period. liquidated damages per each day delay will be applied according to PCC 26.2

1.2.1.v

supervising Period :120 day start from the date of receiving civil work

1.2.1.vi

Civil work construction Period : 365 day from the Contract Effective Date liquidated damages per each day delay will be applied according to PCC 26.2

`Page | 25

1.2.1.vii

Unloading of materials and equipment arrived to each substation site mentioned Item 1.2.1.i under the responsibility of the contractor

1.2.2

Source of Fund : Government of Iraq

1.2.3

The Tender is open only to the MOEs short listed tenderers for substation construction projects in Iraq.

1.2.4.i

All major plant & equipment shall be from Europe, Japan, USA and South Korea.

1.3Tender Document

1.3.2

For clarification purposes the Employers address is: Mohammed Fawzi AL-Zaidi Director General Electrical Transmission Projects General Directorate of Electrical Transmission Projects Ministry of Electricity Al Mustinsiria Sq. Baghdad Republic of Iraq Telephone: +964 ______________ Facsimile number: +964 ______________ Electronic mail address: : 71_dg@moelc.gov.iq

1.3.2.ii

Site visits will be organised at the request of Tenderers.

1.3.2.iv

A Pre-Tender meeting shall not take place for this tender.

1.4 Preparation of Tender Proposals

1.4.3.ii

The Tenderer shall submit with its Technical Proposal the following additional documents: 1. Schedule of manufacturers, place of manufacture and testing 2. Schedule of technical particulars and guarantees 3. Schedules of departures from specifications 4. Schedule of manufacturers and subcontractors statement of experience.

`Page | 26

5. Schedule of other documents and drawings to be submitted with the tender. 6. Schedule of major items of construction equipment proposed for carrying out the contract. 7. Any other material required to be completed and submitted by tenderers in accordance with these instructions to tenderers. 8. Tenders shall include the details of their local agent. 1.4.5.i Alternative tender proposals are not permitted in this tender.

1.4.5.ii

Alternatives to the Time Schedule shall not be permitted.

1.4.8.i.(b)

The period following completion of plant and services in accordance with provisions of contract shall be 10 years.

1.4.10.i

Tenderers shall quote for the entire plant and services on a single responsibility basis. The prices quoted by the tenderer shall be fixed prices. The prices shall be quoted either in Euro or in United States Dollars (USD). For purposes of payment: a. A Tenderer shall identify the portion of the tender price that corresponds to expenditures incurred in the currency of the Employers country, which shall be paid in this currency If some of the contract expenditures related to Design, civil construction and Other Services are to be incurred in the Employer's country, such expenditures shall be quoted depending upon the currency in which the costs are to be incurred.

1.4.10.v

1.4.11.i

b.

1.4.12.i 1.4.13 1.4.14.i

The tender validity period shall be 120 days. Tender security (1%) is applicable for this tender. In addition to the original of the Tender Proposal, the number of hard and soft copies required is: Three (03) Marking the envelopes of Tenders as ORIGINAL, FIRST COPY, SECOND COPY and THIRD COPY

1.4.14.ii

The written confirmation of authorization to sign on behalf of the tenderer shall consist of notarized Power of Attorney.

`Page | 27

1.5 Submission and Opening of Tender Proposals 1.5.1.i 1.5.1.ii Tenderers shall not have the option of submitting their tenders electronically. If tenderers shall have the option of submitting their tenders electronically, the electronic tendering submission procedures shall be: Not applicable 1.5.2.i For tender submission purposes, the Employers address is; Commercial Department General Directorate of Electrical Transmission Projects Ministry of Electricity Al Mustinsiria Sq. Baghdad Republic of Iraq Telephone: +964 ______________ Facsimile number: +964 ______________ Electronic mail address:71_commercial.dept.mgr@moelc.gov.iq

The deadline for tender submission is; Date: XX/XX/2014 Time: 12.00 Noon 1.5.5.i The tender opening of Technical Proposals shall take place at: General Directorate of Electrical Transmission Projects Ministry of Electricity Al Mustinsiria Sq. Baghdad Republic of Iraq Date: On the date of submission as same as in Clause 1.5.5.i Time: Immediately after the time in Clause 1.5.2.i

1.5.5.ii

If electronic tender submission is permitted in accordance with Clause 1.5.1.i, the specific tender opening procedures shall be: Not applicable

`Page | 28

1.6 Evaluation, and Comparison of Tenders 1.6.10 The currency that shall be used for tender evaluation and comparison purposes to convert all tender prices expressed in various currencies into a single currency is: UNITED STATES DOLLARS (USD) The source of exchange rate shall be: Central Bank of Iraq The date for the exchange rate shall be:Date of closing of the tender

1.6.11

A margin of preference shall not apply for this tender.

1.7Award of Contract 1.7.3 Signing of contract: 14 days from the receipt of Notification of Award and Contract Agreement

1.7.4

Performance Security: 5% of the tender (contract) price Shall be from any reliable bank via the Trade Bank of Iraq (TBI) and to be submitted to the Employer within 14 days of from the contract award, before signing the co contract agreement.

`Page | 29

TECHNICAL PROPOSAL FORMS


1.8 LETTER OF TECHNICAL PROPOSAL [Tenderers Letterhead] Date: Tender No. S/S 78/NT/2014 To: Director General Electric Transmission Projects General Directorate of Electric Transmission Projects Ministry of Electricity Al Mustinsiria Sq. Baghdad Republic of Iraq Dear Sir, We, the undersigned, declare that: i. We have examined and have no reservations to the Tender Documents, including Addenda issued in accordance with Instructions to Tenderers We offer to DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT (AMMARA WEST, AL-ESKAN INDUSTRIAL, ALABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND ALSALAHEA). Our Tender consisting of the Technical Proposal and the Financial Proposal shall be valid for a period of 120 days from the date fixed for the tender submission deadline in accordance with the Tender Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; We hereby confirm that we are not participating, as a Tenderer or as a subcontractor, in more than one tender in this tender process; Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible, under the Employers country laws or official regulations.

ii.

iii.

iv.

v.

Yours sincerely, Name. In the capacity of Signed .. Duly authorized to sign the Tender for and on behalf of Date .

`Page | 30

1.9

TP 1 TENDERERS INFORMATION
Tenderers Information

Tenderers legal name

In case of JV, legal name of each partner

Tenderers country of constitution

Tenderers year of constitution

Tenderers legal address in country of constitution Tenderers authorized representative (name, address, telephone
numbers, fax numbers, e-mail address)

Signature of Tenderer: _____________________________

Name of Tenderer: ________________________________

1.10

TP 2 JOINT VENTURE INFORMATION [Each member of a JV must fill in this form]


`Page | 31

JV Information

Tenderers legal name

JV Partners legal name

JV Partners country of constitution

JV Partners year of constitution

JV Partners legal address in country of constitution

JV Partners authorized representative information (name, address, telephone


numbers, fax numbers, e-mail address)

Signature of Tenderer: _____________________________

Name of Tenderer: ________________________________

`Page | 32

1.11

TP 3 SITE ORGANISATION

<To be completed by the Tenderer>

1.12

TP 4 APPROACH AND METHODOLOGY

<To be completed by the Tenderer>

1.13

TP 5 MOBILIZATION SCHEDULE

<To be completed by the Tenderer>

1.14

TP 6 CONSTRUCTION SCHEDULE

<To be completed by the Tenderer>

`Page | 33

1.15

TP 7 PROJECT PERSONNEL & RESUME The Tenderer must demonstrate that it has the personnel for the key positions that meet the following requirements: Total Work Experience [years] 15 15 05 05 Experience In Similar Work [years] 08 08 05 05

No. 1 2 3 4

Position Project Manager Design Engineers Site Engineers Construction supervisors

1.15.1 TP 7/1 Project Personnel Tenderers should provide the names of suitably qualified personnel to meet the requirements specified in above table. The data on their experience should be supplied using the Form below for each candidate. 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name

1.15.2 TP 7/2 Resume of Proposed Personnel


Position

`Page | 34

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

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.
From To Company / Project / Position / Relevant technical and management experience

1.16

TP 8 EQUIPMENT The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Tenderer.

`Page | 35

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 tenderer. 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

1.17

TP 9 PROPOSED SUBCONTRACTORS The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Tenderers are free to propose more than one for each item

`Page | 36

Major Items of Plant and Services

Proposed Subcontractors/Manufacturers

Nationality

`Page | 37

FINANCIAL PROPOSAL FORMS


1.18 LETTER OF FINANCIAL PROPOSAL [Tenderers Letterhead] Date: Tender No: XX/NT/2014 To: Director General Electric Transmission Projects General Directorate of Electric Transmission Projects Ministry of Electricity Al Mustinsiria Sq. Baghdad Republic of Iraq Dear Sir, We, the undersigned, declare that: i. We have examined and have no reservations to the Tender Document, including Addenda issued in accordance with Instructions to Tenderers We offer to DESIGN, SUPPLY OF PLANT & EQUIPMENT, CIVIL WORKS CONSTRUCTION, TRAINING AND SUPERVISION OF (7) NEW 132/33KV GIS SUBSTATIONS AT (AMMARA WEST, AL-ESKAN INDUSTRIAL, ALABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND ALSALAHEA). The total price of our Tender, excluding any discounts offered in item (iv) below is the sum of: Schedule 5. The discounts offered and the methodology for their application is: ; Our tender shall be valid for a period of 120 days from the date fixed for the submission deadline in accordance with the Tender Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; If our tender is accepted, we commit to obtain a performance security in accordance with the Tender Document; We have paid, or will pay the following commissions, gratuities, or fees with respect to the tendering process or execution of the Contract:1

ii.

iii.

iv. v.

vi.

vii.

If none has been paid or is to be paid, indicate none `Page | 38

Name of Recipient

Address

Reason

Amount

viii.

We understand that this Tender, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and we understand that you are not bound to accept the lowest evaluated tender or any other tender that you may receive.

Yours sincerely, Name. In the capacity of Signed .. Duly authorized to sign the Tender for and on behalf of Date .

`Page | 39

1.19

PRICE SCHEDULES i. The Price Schedules are divided into separate Schedules as follows: Schedule No. 1: Schedule No. 2: Schedule No. 3: Schedule No. 4: Schedule No. 5: Schedule No. 6: ii. Plant and equipment, including Mandatory Spare Parts Design Services Installation Supervision and Other Services Staff Training and Factory Acceptance Tests Grand Summary (Schedules 1 to 4) Recommended Spare Parts

The Schedules do not generally give a full description of the plant to be supplied and the services to be performed under each item. Tenderers shall be deemed to have read the Employers Requirements and other sections of the Tender Document 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. If Tenderers are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with Clause 1.3.2 prior to submitting their tender. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialled by the Tenderer. As specified in the Tender Data Sheet and Special Conditions of Contract, prices shall be fixed and firm for the duration of the Contract. Tender prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Tenderers in the Tender Document. For each item, Tenderers 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 5 (Employers Requirements) or elsewhere in the Tender Document. Payments will be made to the Contractor in the currency or currencies indicated under each respective item. When requested by the Employer for the purposes of making payments or part 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.

iii.

iv.

v.

vi.

vii.

viii.

ix.

x.

`Page | 40

1.20

SCHEDULE NO. 1: PLANT & EQUIPMENT, MANDATORY SPARE PARTS Note: specified in this tender are assumed to be identical configuration. Therefore, are prepared under Schedules 1, 2, 3 and 4 1.20.1 Schedule No. 1/1: Plant and Equipment for(AMMARA WEST, AL-ESKAN INDUSTRIAL, AL-ABASEA, AL-DEAR, AL-SOARH NORTH, KIRKUK NORTH AND AL-SALAHEA) 132/33 KV GIS Substation)
Unit Price Total Price USD or EURO

S#

Description

Unit

Quantity per Unit

Total Quantity USD or EURO

Al-MAHAWEEL 132/33kV GIS SUBSTATIONS


1 Supply indoor equipment (132KV -40KA, 1SEC) GIS type according to drawing and associated equipment, computer control system SCS and metering boards as mention in the 132/33 single line diagram. The details mentioned below. Complete material for 132 kV transformer feeder which include the following items Bay 1 3

1.1

1.1.1

Three phase Power transformer 132/34.5 kV, 90MVA, vector group (Ynd1) Inhabited Oil with 10% extra quantity for item No. 1.1.1 according to technical specification. Note:Oil should be mixed with any amount with Niynas and diyalasheel un inhabited and inhabited oil 145 kV, three phases bus-bar disconnectors,2000 A, with earth switch

PIC

1.1.2

SET

1.1.3

SET

1.1.4

145 kV three phases circuit breaker, 2000 A 145 kV three phases current transformer, 400/5/5/5/5A, for differential protection, O/C, E/F protection and metering etc. 3200/5 for bus bar protection

SET

1.1.5

SET

`Page | 41

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
1.1.6 Bus-Duct connectors between the GIS equipment's & power transformers LS 1 1

Total Price USD or EURO

1.1.7

145 KV three phases High speed earth switch, 2000 A

SET

1.1.8

Neutral Current transformer 400/5A for REF (Rated Voltage 72 KV min)

SET

1.1.9

120 kV 10 kA, outdoor AIS type surge arrester

SET

1.1.10

145 kV bay control board (LCC with BCU and mimic)

SET

1.1.11

80 kV 10 kA, outdoor neutral point surge arrester

SET

1.1.12

110 kV-800 A earthing switch (outdoor type)

SET

1.1.13

All necessary indoor and outdoor ancillaries, connections, support and structures

SET

1.1.14

Control Panel - On Load Tap Changer with paralleling, and master follower facilities etc. Complete material for 132 kV indoor equipment's (OH) Line Feeder which include the following items 145KV outdoor AIS Type Capacitive voltage transformer , 132/3:0.11/3:0.11/3kV

SET

1.2

Bay

1.2.1

SET

18

1.2.2

120 kV 10 kA, outdoor AIS type surge arrester

SET

18

`Page | 42

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
1.2.3 145 kV, three phases O/H line disconnector,2000 A, with earth switch SET 1 6

Total Price USD or EURO

1.2.4

145 KV three phases High speed earth switch, 2000 A 145 kV three phases current transformer, 2000/5/5/5/5, for distance protection with permissive under reach, O/C, E/F protection and metering etc. 3200/5 for bus bar protection. 145 kV three phases circuit breaker 2000 A

SET

1.2.5

SET

1.2.6

SET

1.2.7

145 kV three phases bus-bar disconnector, 2000 A with earth switch

SET

12

1.2.8

145 kV bay control board (LCC with BCU and mimic)

SET

1.2.9

145 kV VT MCB box outdoor

SET

1.2.10

Bus-Duct s connectors between the GIS equipment's & overhead line outdoor equipment's

LS

1.2.11

All necessary indoor and outdoor ancillaries, connections, support and structures Complete material for 132 kV indoor equipment's Cable Feeder which include the following items 145 KV, outdoor cable sealing end porcelain type, suitable for cable 1*800 mm

LS

1.3

Bay

N/A

1.3.1

SET

1.3.2

145 KV, three phases, cable box suitable for 132 KV cable 3*1*800 mm

SET

`Page | 43

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
1.3.3 132 KV three phases Cable Box With all the necessary accessories (socket and plug) require to connect three phase 132KV XLPE Cable to GIS equipment (one set 3 phase) 145KV three phasesoutdoor AIS Type Capacitive voltage transformer , 132/3:0.11/3:0.11/3kV 120 kV 10 kA, outdoor AIS type surge arrester SET 2

Total Price USD or EURO

1.3.4

SET

1.3.5

SET

1.3.6

145 kV three phases cable feeder disconnector,2000 A

SET

1.3.7

145 KV three phases high speed earth switch 145 kV three phases current transformer, 2000/5/5/5/5, for distance protection with permissive under reach, O/C, E/F protection and metering etc. 3200/5 for bus bar protection. 145 kV three phases circuit breaker, 2000 A

SET

1.3.8

SET

1.3.9

SET

1.3.10

145 kV three phases bus-bar disconnector, 2000 A, with earth switch

SET

1.3.11

145 kV bay control board (LCC with BCU and mimic)

SET

1.3.12

145 kV VT MCB box Indoor

SET

1.4

Complete material for 132 kVBus Coupler equipment which include the following items

Bay

1.4.1

145 kV three phases disconnector, 3150 A, with earth switch

SET

`Page | 44

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
1.4.2 145 kV three phases current transformer, 3200/5/5 /5/5 A for O/C and E/F back up protection, backup distance protection and bus bar protection. 145 kV three phases circuit breaker, 3150 A SET 1 1

Total Price USD or EURO

1.4.3

SET

1.4.4

145 kV bay control board (LCC with BCU and mimic)

SET

1.4.5

All necessary ancillaries for indoor switch gear and all support structures

SET

1.5

132 kV Inductive Bus Bar Voltage Transformers

Bay

1.5.1

145 kV three phases disconnector, 800A with earth switch 145KV three phases Inductive voltage transformer, 132/3:0.11/3:0.11/3kV

SET

1.5.2

SET

1.5.3

145 kV bay control board (LCC)

SET

1.5.4

145 kV bay control board (LCC with BCU and mimic) Supply indoor equipment's (33KV /31.5 KA, 3SEC) GIS type according to drawing and associated equipment, control, protection and metering boards as mention in the 33 kV single line diagram. The details mentioned below. 33 kV fixed type breaker systems may have the different philosophy to achieve the functions required. Interlocks shall be provided for a fail safe operation. Three phase bus bars, 2500 A 31.5 kA, 3 SEC, sectionalized to three zones

SET

Bay

2.1

LOT

2.2

33 kV Outgoing Feeder inclusive of the following

Bay

15

`Page | 45

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
2.2.1 One set of three phase earth switch facility One three phase Circuit Breaker 1250 A, 31.5 kA

Total Price USD or EURO

2.2.2

2.2.3

Three single phase CT 300-600 /5/5/5 A

2.2.4

Surge Arrester 24 KV , 10 KA One set of three phase disconnector switch facility

2.2.5

2.3

33 kV Incoming from main Transformer Feederinclusive of the following One set of three phase earth switch facility One three phase Circuit Breaker 2000 A, 31.5 kA Three single phase CT 2000 /5/5/5 A Three phase voltage transformers

Bay

2.3.1

2.3.2

2.3.3 2.3.4

2.3.5

Surge Arrester 24 KV , 10 KA One set of three phase disconnector switch facility

2.3.6

`Page | 46

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
2.4 33 kV Aux. Grounding Transformer Feeder inclusive of the following One set of three phase earth switch facility One three phase Circuit Breaker 1250 A31,5 kA Three single phase CT 300-600/5 A Outdoor grounding transformer neutral CT 150-300/5 A Outdoor grounding lightning arrester 24kV 10 kA One set of three phase disconnector switch facility Bay 1 3

Total Price USD or EURO

2.4.1

2.4.2

2.4.3

2.4.4

2.4.5

2.4.6

2.5

33 kV Capacitor Bank Feeder inclusive of the following One set of three phase earth switch facility One three phase Circuit Breaker 1250 A Three single phase CT300-150 /5/5/5 A Three phase Isolator outdoor 2000 A

Bay

2.5.1

2.5.2

2.5.3

2.5.4

`Page | 47

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
2.5.5 Surge Arrester 39 KV , 10 KA One set of three phase disconnector switch facility

Total Price USD or EURO

2.5.6

2.6

33 kV Bus Section and bus coupler inclusive of the following two set of three phase earth switch facility One three phase circuit breaker 2500A, 31.5 kA two set of three phase disconnector switch facility Three single phase CT 2500 /5/5 A

Bay

2.6.1

2.6.2

2.6.3

2.6.4

2.7

33 kV VT Feeder with fuse switch One set of three phase earth switch facility

Bay

2.7.1

2.7.2

One set of three phase disconnector switch facility

Supply Substation Control System (SCS) and the protection relay panels shall be provided for each 132/33 kV substation. According to the general specification shown in the above BASIC DESIGN Substation Automation System SET 1 1

3.1

`Page | 48

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
3.2 Remote work Stations SET 1 1

Total Price USD or EURO

3.3

132 kV Protection & Control Facilities control and protection panels for 132 kV Cable Feeder include digital data analyser (WVAR-A-V) Note:Line differential for remote side should be included control and protection panels for 132 kV OH Feeder include digital (W-VAR-A-V)

SET

3.4

SET

N/A

3.5

SET

3.6

control and protection panels for 132 kV Transformer Feeder include digital (W-VAR-A-V)

SET

3.7

control and protection panels for 132 kV Bus Coupler Feeder and Bus Bar V.T include (A-V)

SET

3.8

Control and protection 132 kV Bus bar Protection

SET

3.9

Control and protection 33 kV Switchgearfor the bays from 2.1 to 2.6 above. Signalling Panel Common Signals, annunciators and voltage and frequency relay panel Supply Intelligent metering device for 132 and 33 kV according to drawing and associated equipment The details mentioned below. 132 kV intelligent metering device KWH, KVARH export and import

SET

3.10

SET

4.1

SET

4.2

33 kV intelligent metering device KWH, KVARH

SET

18

`Page | 49

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
4.3 Intelligent metering device KWH, KVARH for Aux. Transformer installed in low voltage side. Supply of 132 kV ACSR conductors for outdoor equipment's and OH conductors. The details mentioned below. Lightning protection conductors and Active lighting rods LS 1 1 SET 1 3

Total Price USD or EURO

5.1

5.2

ACSR conductors for line feeders and transformer feeders

LS

5.3

Clamps for all 132kV and 33kV equipment's and conductors

SET

5.4

Tension and suspension disc insulators

SET

Supply of Steel structure for outdoor 132 KV equipment's The details mention below

6.1

Steel structure for overhead ACSR conductor

SET

6.2

Steel structure for outdoor HV and MV equipment's

SET

6.3

Overhead Crane , capacity (5 Ton)

SET

6.4

Railway for Power Transformers Anchor bolts, role bolts and chemical bolts for steel structures, railway, marshalling boxes, indoor switchgear, control panels, protection panels, communication panels, AC/DC panels, Auxiliary earthing transformers and capacitor bank.

SET

6.5

SET

`Page | 50

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
7 Supply MV cables and CSE termination for 36 kV ,31.5 KA /3 SEC The details mentioned below HV cable, 145 kV, 1x800 mm 145 KV, 40 KA/3 SEC Note: 1- Cable feeder:- the number of cables 2(3*single core 800mm) Indoor CSE Termination suitable for 145 kV, 1x800 mm, 40 KA/3 SEC Cable feeder MV cable, 36 kV, 1x400 mm Note: 1- Transformer feeder the number of cables 6(3*single core 400mm) 2- Aux. Transformer 1(3*single core 400mm) 3- Capacitor bank 1(3*single core 400mm) Outdoor CSE Termination suitable for Transformer feeder Meter N/A

Total Price USD or EURO

7.1

7.2

SET

N/A According to design with addition 10 % extra quantities

7.3

Meter

7.4

SET

18

54

7.5

Outdoor CSE Termination suitable for Aux. Transformer feeder

SET

7.6

Outdoor CSE Termination suitable for Capacitor bank feeder Indoor CSE Termination suitable for Transformer feeder Note:Insulation cap should be submitted for un using termination Indoor CSE Termination suitable for Aux. Transformer feeder Note:Insulation cap should be submitted for un using termination Indoor CSE Termination suitable for Capacitor bank feeder Note:Insulation cap should be submitted for un using termination Indoor CSE termination suitable for Outgoing feeders GIS type Note:Insulation cap should be submitted for un using termination All other auxiliary equipment, wiring, labels, glands and other necessary material for marking and fixing

SET

7.7

SET

18

54

7.8

SET

7.9

SET

7.10

SET

30

90

7.11

LOT

`Page | 51

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
8 Supply low voltage 0.6/1 KV cables, termination, and all other necessary material for marking, fixing, auxiliary equipment, wiring, labels, glands and ferrules for cable core numbering. Supply of LV AC and 110 V DC Distribution Board, battery chargers for two set Batteries 110V, Battery Equipment with capacity can operate the substation for 8 hour without charging LV AC Distribution board LOT 1 1

Total Price USD or EURO

9.1

SET

9.2

110 V DC Distribution Board for two set Batteries

SET

9.3

110 V battery equipment's with fuse box

SET

9.4

Charging panel

SET

10

Substation Earthing and Lightning Protection Material

10.1

Stranded soft drawn copper conductor (according to the Design)

Meter

10.2

Ground rod (according to the Design) Lugs, terminals, cad weald materials and other fixing material set As required (according to the Design) Lightening protection

LOT

10.3

LOT

10.4

LOT

11

MV and LV cable ladder

`Page | 52

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
11.1 Outdoor and indoor MV cable ladder with all accessories and anchor bolts (according to the Design) Outdoor and indoor LV cable ladder with all accessories and anchor bolts (according to the Design) Cable rack for Main transformers, Aux. transformers and MV switchgear SET 1 1

Total Price USD or EURO

11.2

SET

11.3

SET

12

Lighting, LV AC power supply equipment, air conditioning and Miscellaneous Lighting and LV AC power supply equipment distribution board with associated equipment( indoor and outdoor type) Small power equipment (sockets, switches, distribution boxes, connecting boxes and associated equipment) and installation material and accessories Indoor and outdoor lighting equipment

12.1

SET

12.2

SET

12.3

SET

12.4

Indoor and outdoor Lighting (fitting) work with photo cell.

SET

12.5

Emergency Indoor and outdoor lighting and lighting switches Socket Outlets (16A, 1 ph.), (32A, 3ph), (64A, 3ph.) and 3 set AC supply bored for oil treatment device (250 A, 3ph.), (16A, 1ph.). the outdoor AC boards should be galvanize and weather prove Cables and PVC pipes Ventilation and Air conditioning system (cooling and heating) according to basic design and technical specification

SET

12.6

SET

12.7

SET

12.8

LOT

`Page | 53

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
12.9 PC Lap top PIC 2 2

Total Price USD or EURO

13

furniture

13.1

Control Room (desk for operator and chairs approved by MOE engineer)

LOT

13.2

Office (complete office furniture approved by MOE engineer)

LOT

13.3

Kitchen (complete kitchen furniture approved by MOE engineer)

LOT

13.4

Guard house (complete guard house furniture approved by MOE engineer)

LOT

14

Aux. /Earthing Transformer 33/0.4 kV and Neutral point equipment

14.1

Aux. /Earthing transformer 33/0.4 kV, 250 kVA

PIC

14.2

33 KV Neutral point Earthing equipment

PIC

15

33 kV, 5 MVAr Capacitor Bank

15.1

33 kV, 5 MVAr capacitor bank 33 kV, 10 MVAr capacitor bank with 5th Harmonic filter

SET

15.2

SET

`Page | 54

Unit Price S# Description Unit Quantity per Unit Total Quantity USD or EURO
15.3 33 kV, 10 MVAr capacitor bank with 7th Harmonic filter

Total Price USD or EURO

SET
PIC

15.4

33 kV disconnector outdoor

15.5

All necessary support structures

SET

15.6

All necessary connections

SET

Sub-Total for Substation Plant & Equipment

`Page | 55

1.20.2 Schedule No. 1/2: Communication Equipment Requirement for (AMMARA WEST 132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO (Ammara West) SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type . The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 2 PCS 6

Total Price USD or EURO

PCS

PCS

PCS

`Page | 56

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 pcs 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 57

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS 2 pcs

2 5 10

7.

- 2 wire interface exchange side

- 2 wire interface subscriber side

- Data transmission

- E1 ( 2 Mb/s).

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each MUX 8 interfaces in each MUX 8 interfaces in each

`Page | 58

Unit Price S# Description Unit


MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit) 2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

8.

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ).

PCS

9.

ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux

pcs

(Cabinet type). (96 optical interfaces)


10. 10.1 48 V DC Power Supply Should include the following: - Charger: D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. System PCS 1 2

`Page | 59

Unit Price S# Description


- Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown inannex 2) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications : 1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration.

Total Price USD or EURO

Unit
PCS

Qty USD or EURO


2

10.2 10.3

PCS

11.

PCS

12.

System

`Page | 60

Unit Price S# Description


- 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 13.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision ( - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber

14. 15. 16. 17. 17.1

Communication room: Refer to annex 3 for dimension and arrangement of equipment in communication room for 132 kV substation. Training: with all expenses to cover all communication systems ( PLC, PABX, MUX and Micro SCADA) as shown in (Annex no. 4). Person to witness equipment as shown in (Annex 5). Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m m m 250 500 700 2000

17.2 17.3

Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq.

`Page | 61

Unit Price S# Description Unit Qty USD or EURO


17.4 AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CCVT (1x95) mm cable between DC battery and charger 17.5 18. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 20.2 20.3 m m m m m m Lot Lot 200 200 200 250 250 300 1 1

Total Price USD or EURO

19. 20. 20.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistivity).- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test

PCS PCS

1 1

20.4

PCS

`Page | 62

Unit Price S#
20.5 20.6

Total Price USD or EURO

Description
Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers , software and free license should be provided if needed .

Unit
PCS PCS

Qty USD or EURO


1 2

20.7 21.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

`Page | 63

1.20.3 Schedule No. 1/3: Communication Equipment Requirement for (AL-ESKAN INDUSTRIAL 132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO AL Eskan IND. SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type . The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs PCS 2 PCS 6

Total Price USD or EURO

PCS

4 5

PCS PCS

2 2

`Page | 64

Unit Price S# Description


plus two PSEs and should be the same PLC manufacturing. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge pcs 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 65

Unit Price S# Description


. IEC810 and IEC1000 . 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS pcs

2 5 10

7.

- 2 wire interface exchange side

- 2 wire interface subscriber side

- Data transmission

- E1 ( 2 Mb/s).

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each MUX 8 interfaces in each MUX 8 interfaces

`Page | 66

Unit Price S# Description Unit


in each MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit)

2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

8.

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ).

pcs 2

9.

ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux

pcs

(Cabinet type). (96 optical interfaces)


10. 10.1 48 V DC Power Supply Should include the following: - Charger: D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. System PCS 1 2

`Page | 67

Unit Price S# Description


- Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown inannex 2) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications : 1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration.

Total Price USD or EURO

Unit
PCS

Qty USD or EURO


2

10.2 10.3

PCS

11.

PCS

12.

System

`Page | 68

Unit Price S# Description


- 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 13.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m m m m m m 250 500 700 2000 200 200 200

( -

14. 14.1

14.2 14.3 14.4

Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq. AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger

`Page | 69

Unit Price S# Description Unit Qty USD or EURO


(1x16) mm ground cable. (1x50) mm cable between LMU and CCVT (1x95) mm cable between DC battery and charger 14.5 15. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 17.2 17.3 m m m Lot Lot 250 250 300 1 1

Total Price USD or EURO

16. 17. 17.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistively).- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port).

PCS PCS

1 1

17.4 17.5 17.6

PCS PCS PCS

1 1 2

`Page | 70

Unit Price S#
17.7 18.

Total Price USD or EURO

Description
DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers, software and free license should be provided if needed.

Unit
PCS System

Qty USD or EURO


1 1

Sub-Total for Communication Requirements of Substation

`Page | 71

1.20.4 Schedule No. 1/4: Communication Equipment Requirement for (AL-ABASEA132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO (Ammara West &Abasea) SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type . The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 2 PCS 6

Total Price USD or EURO

PCS

PCS

PCS

`Page | 72

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 pcs 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 73

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS 2 pcs

2 5 10

7.

- 2 wire interface exchange side

- 2 wire interface subscriber side

- Data transmission

- E1 ( 2 Mb/s).

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each MUX 8 interfaces in each MUX 8 interfaces in each

`Page | 74

Unit Price S# Description Unit


MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit) 2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

8.

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ).

PCS

9.

ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux

pcs

(Cabinet type). (96 optical interfaces)


10. 10.1 48 V DC Power Supply Should include the following: - Charger: D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. System PCS 1 2

`Page | 75

Unit Price S# Description


- Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown inannex 2) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications : 1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration.

Total Price USD or EURO

Unit
PCS

Qty USD or EURO


2

10.2 10.3

PCS

11.

PCS

12.

System

`Page | 76

Unit Price S# Description


- 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 13.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber Communication room: Refer to annex 3 for dimension and arrangement of equipment in communication room for 132 kV substation. Training: with all expenses to cover all communication systems ( PLC, PABX, MUX and Micro SCADA) as shown in (Annex no. 4). Person to witness equipment as shown in (Annex 5). Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m m m 250 500 700 2000

( -

14. 15. 16. 17. 17.1

17.2 17.3

Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq.

`Page | 77

Unit Price S# Description Unit Qty USD or EURO


17.4 AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CCVT (1x95) mm cable between DC battery and charger 17.5 18. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 20.2 20.3 m m m m m m Lot Lot 200 200 200 250 250 300 1 1

Total Price USD or EURO

19. 20. 20.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistivity).- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test

PCS PCS

1 1

20.4

PCS

`Page | 78

Unit Price S#
20.5 20.6

Total Price USD or EURO

Description
Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers , software and free license should be provided if needed .

Unit
PCS PCS

Qty USD or EURO


1 2

20.7 21.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

`Page | 79

1.20.5 Schedule No. 1/5: Communication Equipment Requirement for (AL-DEAR132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO AL Dear SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type . The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 4 PCS 6

Total Price USD or EURO

PCS

PCS

PCS

`Page | 80

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 pcs 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 81

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. 48 V DC Power Supply Should include the following: - Charger: D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. - Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room.

Total Price USD or EURO

Unit

Qty USD or EURO

7. 7.1

PCS PCS PCS System PCS

2 5 10 1 2

PCS

7.2 7.3

PCS

8.

PCS

9.

System

`Page | 82

Unit Price S# Description


- All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown inannex 2) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications : 1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration. - 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 10.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered

( -

`Page | 83

Unit Price S# Description


the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber 11. 11.1 Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. 11.2 11.3 11.4 Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq. AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CCVT (1x95) mm cable between DC battery and charger 11.5 12. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery) should be provided in English. Instruments & Commissions equipment: m m m m m m m m m m Lot Lot 250 500 700 2000 200 200 200 250 250 300 1 1

Total Price USD or EURO

Unit

Qty USD or EURO

13. 14.

Copy

`Page | 84

Unit Price S#
14.1

Total Price USD or EURO

Description
- Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories.

Unit
PCS

Qty USD or EURO


1

14.2 14.3

-Digital multimeter (Amp, voltage & resistivity).- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX)programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers, software and free license should be provided if needed.

PCS PCS

1 1

14.4 14.5 14.6

PCS PCS PCS

1 1 2

14.7 15.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

`Page | 85

1.20.6 Schedule No. 1/6: Communication Equipment Requirement for (AL-SOARH NORTH 132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO (Al-Soarh North )SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type. The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 2 PCS 12

Total Price USD or EURO

PCS

12

PCS

PCS

`Page | 86

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 Set 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 87

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Optical Fiber OFAC (optical fiber approach cable) duct type with 36 fiber type ITU-T G655 single mode none zero dispersion shifted. Optical fiber accessories (including non metallic protective pipes) Dura Line. Dura Line - Outer diameter = 40 (mm) - Inner diameter = 34 (mm) - Minimum pressure 15 bar Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The line distance between (25 km- up to 120 km). The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS 1 km

2 5 10

7.

1 km

8.

2 pcs

9.

- 2 wire interface exchange side

- 2 wire interface subscriber side

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each

`Page | 88

Unit Price S# Description Unit


MUX 8 interfaces in each MUX 8 interfaces in each MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Data transmission

- E1 ( 2 Mb/s).

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit)

2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

10.

11. 12. 12.1

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ). ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux (Cabinet type). (96 optical interfaces) 48 V DC Power Supply Should include the following: - Charger:

2 pcs

System PCS

1 2

`Page | 89

Unit Price S# Description


D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. - Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown in annex 2a) (The Data structure to be shown annex 2b) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications :

Total Price USD or EURO

Unit

Qty USD or EURO

SET

12.2 12.3

PCS

13.

Set

14.

System

`Page | 90

Unit Price S# Description


1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration. - 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 15.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber Communication room: Refer to annex 3 for dimension and arrangement of equipment in communication room for 132 kV substation. Training: with all expenses to cover all communication systems ( PLC, PABX, MUX and Micro SCADA) as shown in (Annex no. 4). Person to witness equipment as shown in (Annex 5). Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m 250 500

( -

16. 17. 18. 19. 19.1

`Page | 91

Unit Price S# Description Unit Qty USD or EURO


19.2 19.3 19.4 Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq. AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CVT (1x95) mm cable between DC battery and charger 19.5 20. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 22.2 m m m m m m m m Lot Lot 700 2000 200 200 200 250 250 300 1 1

Total Price USD or EURO

21. 22. 22.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistivity).-

PCS

`Page | 92

Unit Price S#
22.3

Total Price USD or EURO

Description
- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers , software and free license should be provided if needed .

Unit
PCS

Qty USD or EURO


1

22.4 22.5 22.6

PCS PCS PCS

1 1 2

22.7 23.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

`Page | 93

1.20.7 Schedule No. 1/7: Communication Equipment Requirement for (KIRKUK NORTH 132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO (Kirkuk North)SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type. The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 2 PCS 12

Total Price USD or EURO

PCS

12

PCS

PCS

`Page | 94

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 Set 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 95

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Optical Fiber OFAC (optical fiber approach cable) duct type with 36 fiber type ITU-T G655 single mode none zero dispersion shifted. Optical fiber accessories (including non metallic protective pipes) Dura Line. Dura Line - Outer diameter = 40 (mm) - Inner diameter = 34 (mm) - Minimum pressure 15 bar Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The line distance between (25 km- up to 120 km). The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS 1 km

2 5 10

7.

1 km

8.

2 pcs

9.

- 2 wire interface exchange side

- 2 wire interface subscriber side

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each

`Page | 96

Unit Price S# Description Unit


MUX 8 interfaces in each MUX 8 interfaces in each MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Data transmission

- E1 ( 2 Mb/s).

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit)

2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

10.

11. 12. 12.1

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ). ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux (Cabinet type). (96 optical interfaces) 48 V DC Power Supply Should include the following: - Charger:

2 pcs

System PCS

1 2

`Page | 97

Unit Price S# Description


D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. - Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown in annex 2a) (The Data structure to be shown annex 2b) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications :

Total Price USD or EURO

Unit

Qty USD or EURO

SET

12.2 12.3

PCS

13.

Set

14.

System

`Page | 98

Unit Price S# Description


1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration. - 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 15.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber Communication room: Refer to annex 3 for dimension and arrangement of equipment in communication room for 132 kV substation. Training: with all expenses to cover all communication systems ( PLC, PABX, MUX and Micro SCADA) as shown in (Annex no. 4). Person to witness equipment as shown in (Annex 5). Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m 250 500

( -

16. 17. 18. 19. 19.1

`Page | 99

Unit Price S# Description Unit Qty USD or EURO


19.2 19.3 19.4 Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq. AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CVT (1x95) mm cable between DC battery and charger 19.5 20. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 22.2 m m m m m m m m Lot Lot 700 2000 200 200 200 250 250 300 1 1

Total Price USD or EURO

21. 22. 22.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistivity).-

PCS

`Page | 100

Unit Price S#
22.3

Total Price USD or EURO

Description
- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers , software and free license should be provided if needed .

Unit
PCS

Qty USD or EURO


1

22.4 22.5 22.6

PCS PCS PCS

1 1 2

22.7 23.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

`Page | 101

1.20.8 Schedule No. 1/8: Communication Equipment Requirement for (AL-SALAHEA132/33kV GIS).
Unit Price S# Description Unit Qty USD or EURO (Al-Salahea )SUBSTATIONS132/33kV GIS
Wave Traps 1 0.5 mH, 1600A, 40 kA 1sec, hanging type. The blocking impedance shall be minimum of 800 ohm over the required band of frequencies. To be connected phase to phase on (R & S) for each line. The blocking bandwidth should be (40 500) kHz. Line Matching Unit (L.M.U) To be connected phase to phase (R & S) for each line. Power Line Carrier (PLC) Digital Transmission type. Single side band with suppression carrier ( SSBSC). The frequency band for PLC should be 8 kHz for Tx and 8 kHz for Rx separately. The band could be adjusted as required i.e. 2 kHz, 4 kHz & 8 kHz PLC should be operating as analogue and digital at the same time (i.e. all analogand digital cards should be provided). Power Line Carrier would be used for telephone & data transmission plus tele-protection & shall confirm to IEC Recommendation 60495 3 For DPLC :Internal Mux card providing 2x4 W E&M interface , 1x2 W voice interface (for each link ,1 side will be exchange side and other will be subscriber side) , 4 RS232 data 1200 baud for IEC 101. For APLC :- 4 W with E&M card - Exchange side card& subscriber side card for each PLC link. - 1200 baud RS232 data channel via integrated modem. License:Free license for all above interfaces and cards. Protection Signalling Equipment (PSE) For each 132 kV line with four independent commands. Cabinet should be provided for the PLC s and other equipment in the station as well as in opposite stations to accommodate all PLC links. Cabinets could be used fully i.e. commanding two PLCs plus two PSEs and should be the same PLC manufacturing. PCS 2 PCS 12

Total Price USD or EURO

PCS

12

PCS

PCS

`Page | 102

Unit Price S# Description


Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth . 6 Private Automatic Exchange (PABX) Electronic Digital type of capacity 220 Subscriber Type and manufacture of PABX should be mentioned clearly. The PABX should containing all the up to date features System Management The characteristics & configuration is : ( FOR 1 SET) - Duplicated vital parts (CPU & Power supply). - Digital subscribers interface. - Analogue subscribers cards (analogue users). - 2Mbps Q - SIG cards for 4 directions. - 4W with E&M tie lines. - Analogue trunk lines. - Operator console. - IP Gateway: . 4, 8 or 30 channels . G.711, G.723.1, G.729 .Extension Interfaces : The following extension interface characteristics shall be supported: - Analogue Interfaces - Digital Interfaces - Wireless Interfaces - Data Interfaces - Auxiliary Interfaces - DC Protection - External port 5V DC . Technical data - Power Supply: 48 V DC (-15% + 20%) - Ground Resistance: max 8 - Electro-Static Discharge . IEC810 and IEC1000 Set 1

Total Price USD or EURO

Unit

Qty USD or EURO

Interfaces Interfaces Interfaces Interfaces PCS

8 64 32 16 2

`Page | 103

Unit Price S# Description


. 12TR21, 25 26, 27,30 - Over-voltage Protection: ITU-T K.20 - Safety . Conforms to the European directive 73/23/EEC . EN41003 . EN60950 - Quality . ISO9001 certified . Telephones: - Digital telephone - Outdoor telephone (Weather proof type) - Normal analogue type. Optical Fiber OFAC (optical fiber approach cable) duct type with 36 fiber type ITU-T G655 single mode none zero dispersion shifted. Optical fiber accessories (including non metallic protective pipes) Dura Line. Dura Line - Outer diameter = 40 (mm) - Inner diameter = 34 (mm) - Minimum pressure 15 bar Multiplexer : To be used for transmitting speech , data signal and protection signals of 2 Mbps transmission rate. The line distance between (25 km- up to 120 km). The Multiplexer should have the capability to operate on pilot cable and optical fiber (single mode non-zero dispersion shifted fiber according to ITU-T G655). i.e. equipped with all necessary interfaces to be connected to copper wire and optical fiber, at the same time . 1- The Multiplexer should include the following interfaces : - 4 wire interface E&M

Total Price USD or EURO

Unit

Qty USD or EURO

PCS PCS PCS 1 km

2 5 10

7.

1 km

8.

2 pcs

9.

- 2 wire interface exchange side

- 2 wire interface subscriber side

16 interfaces in each MUX 12 interfaces in each MUX 12 interfaces in each

`Page | 104

Unit Price S# Description Unit


MUX 8 interfaces in each MUX 8 interfaces in each MUX 4 interfaces in each MUX 1 piece in each MUX 1 piece in each MUX 2 pcs 8 port in each MUX 4 port in each MUX

Total Price USD or EURO

Qty USD or EURO

- Data transmission

- E1 ( 2 Mb/s).

- Ethernet / TCP / IP modules

- Hot line with telephone SDH (equipment or card) with STM-1 S1+1 optical interface and 21x2 Mb/s tributaries.

2-Protection Signalling Equipment's (PSE) to be operate with : 1.DigitalProtection relays, G.703 (64 kbit)

2.Analog Protection relays,4 teleprotection commands(PSE should be internal card)

10.

11. 12. 12.1

The supplier should guarantee that the signal transmitted on HDSL will be able to be received on the other side within the allowed margin of attenuation - All accessories required for installation and connecting the MUX to MDF should be provided . Cabinet for Multiplexer: should be provided for the Multiplexers in the station as well as in opposite stations to accommodate all Multiplexer links. Cabinets could be used fully i.e. commanding two Multiplexers. Cabinet specification: (Internal swing door, Front door should not contain glass, plate thickness is 2 mm , 42 U height, Fan unit, Internal light, AC plug with fuse and Cabinet dimension : 2 mt height , 80 cm width and 60 cm depth ). ODF: Optical Distributed Frame to distribute and connect the big tails with all connectors required to connect the ODF to the Mux (Cabinet type). (96 optical interfaces) 48 V DC Power Supply Should include the following: - Charger:

2 pcs

System PCS

1 2

`Page | 105

Unit Price S# Description


D.C. output current = 100 A D. C. output voltage = 48 V Input voltage = 380 V, 50 Hz, 3 phase Battery capacity: 460 Amp. h. - Battery ALKALINE type with steel racks and fuses boxes, maintenance free, All relevant information and curves related to the type afford should be given.(Each battery set contain 42 cells) .The design of 48V DC system should be as shown annex 1. - D.C distribution panel with miniature circuit breaker 20 of 10 Amp, 10 of 20Amps and 5 of 30 Amp, with automatic changeover switch in control panel. Silicon dropper or other arrangement to ensure the load supply stays 48 v 10 % Main Distribution Frame (MDF) Cabinet type, 500 pair with steel frame with necessary fittings and should be provided with fuses & surge arresters. Cabinet specification:(Cabinet dimension 2 mt height , 80 cm width and 60 cm depth . Front door should not contain glass, Plate thickness is 2 mm). Micro SCADA Micro SCADA shall be designed to achieve a high level of availability , reliability and safety in operation, and provided to enable the substation Plant to be monitored and controlled remotely from the substation control room. - All IEDs should be connected together by redundant O.F ring topology under IEC61850 protocol. - Intelligent energy metering should be provided and operate under IEC 61850 protocol and connected directly to Micro SCADA ring without any intermediate devices . - All signals (Protection, control, alarms, measurements and energy metering) should be connected directly with Micro SCADA by redundant ring topology and operate under IEC 61850 protocol. - Micro SCADA should have redundant.hardware and software - Micro SCADA system should have two ports to communicate with Regional Control Centre (RCC) and two ports to communicate with National Dispatch Centre (NDC) based on serial protocol IEC standard 870.5.101. - The ports for Micro SCADA are: (4 ports type RS232, 2 ports type RS422, 2 ports type RS485, 1 Ethernet port). - Additional I/O points which not equipped with the IED's should be connected to the Micro SCADA with additional I/O modules. - One 21 LCD monitor for each HMI computer and two 52 LCD monitor as mimic. ( The Design as Shown in annex 2a) (The Data structure to be shown annex 2b) - The Micro SCADA should power from UPS system ( inverter ) with the following specifications :

Total Price USD or EURO

Unit

Qty USD or EURO

SET

12.2 12.3

PCS

13.

Set

14.

System

`Page | 106

Unit Price S# Description


1- Inverter ( - 48 V DC + 230 V AC / 230V AC ) 2- AC output power is 4600 VA , 20 Amp. - GPS timing receiver. - Laptop for relays maintenance. - Laptop for MicroSCADA configuration. - 500 GByte hard disk with all software and HMI used in case of Workstation hard disk failure( as an image for the main hard disk). 15.

Total Price USD or EURO

Unit

Qty USD or EURO

CCTV System:
The system should be with the following specifications: - Heavy duty - DVR Recorder capacity 30 days. - UPS / 5 KVA - Outdoor type , Indoor type. - Zoom in/out, remotely controlled. - Motorized pan & tilt movement, remotely controlled, with a number of pre-set positions. - Auto-focusing. - Day and night vision - Pole mounted and wall mounted. - The cameras shall not require any regular maintenance - The numbers indoor and outdoor cameras should be covered the station area including buildings with the CCTV system - Computerized control and management system should be provided. - The connection cables in CCTV should be optical fiber Communication room: Refer to annex 3 for dimension and arrangement of equipment in communication room for 132 kV substation. Training: with all expenses to cover all communication systems ( PLC, PABX, MUX and Micro SCADA) as shown in (Annex no. 4). Person to witness equipment as shown in (Annex 5). Communication Cables : Telephone cable:(0.6mm x2x20) for indoor connection to MDF. (0.9mm x2x5) armoured for outdoor connection. m m 250 500

( -

16. 17. 18. 19. 19.1

`Page | 107

Unit Price S# Description Unit Qty USD or EURO


19.2 19.3 19.4 Jumper wires: (0.6mm x 2) twisted pairs for connections on the MDF. Coaxial cable: impedance 75 ohm, armoured, losses less than 0.5db per 100 m at 500 kHz freq. AC & DC cables: (2 x 4) mm cable as AC source. (2 x 4) mm cable as DC between communication equipment & charger (4 x 10) mm cable as AC 3 phase between AC source & charger (1x16) mm ground cable. (1x50) mm cable between LMU and CVT (1x95) mm cable between DC battery and charger 19.5 20. Micro SCADA cables: All cables for Micro SCADA system required to be supplied by the tendered Spare parts: for (PLC, PSE, PABX, Micro SCADA, Battery charger, MUX and Fire alarm system). List of All recommend spare parts are to be provided with break down prices (minimum one spare card for each card in all those equipment). Maintenance, commission, installation manuals for all equipment's (PLC, PSE, PABX, Micro SCADA, Fire alarm system, Charger and Battery, MUX) should be provided in English. Instruments & Commissions equipment: - Digital Level generator: Carrier Frequencies from (30 500) kHz Digital Level meter: Carrier Frequencies from(30500) kHz To be combined in one portable case with all the accessories. 22.2 m m m m m m m m Lot Lot 700 2000 200 200 200 250 250 300 1 1

Total Price USD or EURO

21. 22. 22.1

Copy

PCS

-Digital multimeter (Amp, voltage & resistivity).-

PCS

`Page | 108

Unit Price S#
22.3

Total Price USD or EURO

Description
- Communication Test Set similar to ASE2000-PCM-RS with all accessories required (PC Laptop, pcmica communication card, pcmica/dual RS232 cable, null modem adapter, software, documents) to perform IEC Protocol analysis such that (IEC 870-5-101, IEC 870-5-103, IEC 870-5-104, IEC 61850 or any other protocols used in the plant) - Portable Current injector multi-meter DC range ( 0 24 mA) similar to specification of fluke 787 Process meter with all accessories used for test Secondary Current injector (5 Amp, 110V, 3 phase, 50 Hz) - Laptop Computer Pentium 4 High version including software packages for ( PLC, PABX and MUX ) programming ( Laptop specification: 2.0 GHz core 2 Due Intel CPU, 4GB RAM, 250GB Hard disk, RS232 serial port). DC load bank for Battery discharge testing. - Fire Alarm system:addressable type, with all its accessories required (cables, sensors, break glass, horns,etc.) according to the design, with 20 pieces of extinguishers , software and free license should be provided if needed .

Unit
PCS

Qty USD or EURO


1

22.4 22.5 22.6

PCS PCS PCS

1 1 2

22.7 23.

PCS System

1 1

Sub-Total for Communication Requirements of Substation

Signature of Tenderer: ______________________________________ Name of Tenderer: ________________________________________

`Page | 109

1.20.9 Schedule No. 1/9: Mandatory Spare Parts and test equipment for one GIS substation NOTE: - The specification for the spare part materials for each substation shall be complied with the specification and rating of the substation
Total Quantity Unit Price USD or EURO Total Price USD or EURO

S# 1 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17

Description
132 KV Switchgear & other equipment spares 132 kVAir/oil bushings for power Transformer 33 kV Air/oil bushings for power Transformer Neutral Air/oil bushings Set of power transformer gaskets, complete Fans with motors for Transformer radiators

Unit

SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET

3 3 1 1 12 2 2 2 2 2 3 5 2 2 2 1 1

Gas/oil relay for main unit (Bokhlus)


Gas/oil relay for tap changer Oil level gauges if similar type otherwise one of eachtype. Winding temperature indicators if similar type otherwiseone of each type. Dehydrating breathers Set of tap changer spares: details of spares offeredincluding diverter switch, motor drive etc to be specified Tap position indicators AVC relay Fan motor protection relays Pressure relief device Contactors of each type MCBs complete with bases and holders of each rating

`Page | 110

S# 1.18 1.19 1.20 1.21 1.22 1,23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 1.38 1.39

Description
Cubicle heaters Thermostats Mechanism for 132 KV GIS Disconnector with earth switch 120 kV 10 kA, outdoor AIS type surge arrester 80 kV 10 kA, outdoor neutral point surge arrester Surge Arrester 24 KV , 10 KA 145KV outdoor AIS Type Capacitive voltage transformer , 132/3:0.11/3:0.11/3kV 145KV Inductive voltage transformer, 132/3:0.11/3:0.11/3kV Protection relay of each type Auxiliary relays of each type Lockout trip relay Supervision trip coil Test plug Indicating instrument of each type Meters of each type Annunciator of each type Battery cells Battery electrolyte (powder and HO2) For maintenance : Provide us with necessary spare part list for the132kV & 33kV circuit breaker mechanism 100% of all main and auxiliary HV & LV fuses & fuse carriers

Unit
SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET LITER SET SET KG SET

Total Quantity
5 5 3 2 1 6 3 1 2 2 5 5 3 3 3 3 20 300 1 1 500 1

Unit Price USD or EURO

Total Price USD or EURO

(SF6) gases for switchgear supplied in sealed cylinder for long storages. 50 % of all lamps

`Page | 111

S# 1.40 1.41 1.42 1.43 1.44 1.45 1.46 1.47 1.48 1.49 1.50 1.51 1.52 1.53 1.54 1.55 2 2.1 2.1 2.2 2.3 2.4

Description
Earthing wire 2.5 mm2 O RINGS FOR (132 kV GIS Switchgear. and Power Transformer) Density switch for 132 kV GIS Switchgear 33 kV DS. mechanism Density switch for 33 kV O rings for 33 kV SWG 33 kV indoor cable sealing end Outdoor CSE Termination suitable for 145 KV Cable feeder (one set- 3 phases) Indoor CSE Termination suitable for 145 kV, 1x800 mm, 40 KA/3 SEC Cable feeder (one set- 3 phases) Bay control unit (BCU) for 132 KV Bay control unit (BCU& protection) for 33 KV Distance Relay Differential Relay O/C and E/F Relay Tapcon (260) Line Differential relay Workshop Equipment

Unit
M SET SET SET SET SET SET SET SET SET SET SET SET SET SET SET

Total Quantity
300 1 1 1 1 1 10 3 1 2 2 2 2 2 3 2

Unit Price USD or EURO

Total Price USD or EURO

Steel work benches of working surface. Distilled water plant.


Drill Press complete with 2 sets of assorted drills Bench Grinder, fine and coarse wheels,complete with spare wheels. Electric Welder, complete with assortedrods

SET SET SET SET SET

1 1 1 1 1

`Page | 112

S# 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7

Description
Moisture absorbing material drying oven Industrial vacuum cleaner. Assorted slings and lifting tackle. Vices Flat spanners, in sixessuitable for the equipment supplied. Socket spanners, in sizessuitable for the equipment supplied. Inspection lamps. Assorted screwdrivers. Electricians' knives. Hammers Hacksaws Pliers Blow torch Taps and dies, in sizes suitablefor the equipment supplied. Special Tools 132 kV Switchgear tools 33 KV GIS Switchgear tools including the required trucks 33 kV CB SF6 gas filling set (Reducer valve, coupling plug, 5 m hose and 40 kg bottle of SF6) SF6 gas handling unit filling( DILLO machine) All cables connections between the PC and the relays, metering,etc. Warning signs for safety regulations consisting of signs, stands, & other accessories necessary Wooden ladders - 4 meters

Unit
SET SET SET SET SET SET SET SET SET SET SET SET SET SET

Total Quantity
1 1 1 1 2 2 1 5 5 1 1 5 1 1

Unit Price USD or EURO

Total Price USD or EURO

SET SET SET SET SET SET SET

1 1 1 1 1 2 2

`Page | 113

S# 3.8 3.9 3.10 3.11 3.12 3.13 3.14 3.15 3.16 4 4.1 4.2 4.3 4.4

Description
Wooden ladders - 7 meters Self-supporting adjustable step ladder (4m ) fully extended Insulated rubber gloves. Certified insulated rubber shoes. Due point measuring equipment. Portable earthing 132 KV First aid kits. Polyester Round sling 2,3,4&5 ton Shackle 1,2,3,4 & 5 ton Test Equipment 5 KV, motor-driven Meggerinsulation tester. Meters to cover all tanks ofsubstation maintenance (V meter,Ammeter, W meter, AC and DC). AVO multi-meters, in ever-readycases with clamp meter ( Fluk type) Live conductor testers of high series resistor neon indicating Lamp pattern complete with all accessories for each HV. Voltage (132, 33) KV Sub-Total for Mandatory Spare Parts for a Substation

Unit
SET SET Pair Pair SET SET SET SET SET

Total Quantity
2 3 3 3 1 2 2 1 1

Unit Price USD or EURO

Total Price USD or EURO

SET SET SET SET

1 2 10 1

Signature of Tenderer: ______________________________________ Name of Tenderer: ________________________________________

`Page | 114

1.20.10 Schedule No. 1/10: Mandatory Spare Parts and test equipment for all contract Total Quantity Unit Price USD or EURO Total Price USD or EURO

S# 1 1.1 1.2 1.3

Description Test Equipment Automatic Oil Test Sets OTS60PB, VCM100, 100AF Oil Testing AV Primary injection test set 10 kV Insulation resistance testers (MIT1020/2)+ 3x3 M lead set insulated clips (MIT1020/2 only) 6220-811 +3x15 M medium insulated clips 1000-442+1 x 15 m, 10 kV screened un-insulated small clips 6220833 Time measurement :- Basic unit Complete withcables, GA-00160, GA-00170 Cable set for sequencer, GA-00082 Transport case, GD00190, BM-19090, Multi-cable sets GA-00160 and GA-00170 and cable set GA-00082 Micrometre :MJLNER 200 Extension cable set 10 m (current cables 2 x 10 m, 35 mm2 and sensing cables 2 x 13 m) GA-03208 AC Secondary injection test set. Double Beam oscilloscope, complete with trolley Test equipment for protection with necessary transformers, wires, tools, 3 Copy original software for energising and 2 copy software for calibration (OMICRON 356 - Universal ) 132 KV high voltage test devise with all accessories for 132 KV GIS Switchgear Three Phases Primary current injection test set 2500 A, Type (MEGGER ODEN) Three Phases Transformer turn Ratio Type (MEGGER TTR330) Three Phases Transformer ohmmeter (DC winding resistance) Type (MEGGER MTO 330)

Unit

SET SET SET

2 1 2

1.6

SET

1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15

SET SET SET SET SET SET SET SET

2 2 1 3 1 2 3 2

`Page | 115

1.16 1.17 1.18 119 2 2.1 2.2 2.3 2.4 2.5

CT Analyser Type (OMECRON) EARTH test Type (MEGGER) Power factor test device (Double) complete with trolley. Test equipment for protection (CPC 100) with all accessories (CP CU1,CP GB1, CT Analyser, CP SB2, CT SB1 and CP TC12) Special Tools Oil Treatment machine Electronic Theodolite type Top com with accessories Electronic Level type Top con with accessories Electronic Total station type Top con with accessories GPS instrument
Sub-Total for Mandatory Spare Parts for a Substation

SET SET SET SET

2 3 1 4

SET SET SET SET SET

3 3 3 3 3

Signature of Tenderer: ______________________________________ Name of Tenderer: ________________________________________

`Page | 116

1.20.11 Schedule No. 1/11: Country of Origin Declaration Form Substation Plant & Equipment

S# 1 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10

Description 132KV GAS INSULATED SWITCHGEAR Circuit breakers Current transformers Voltage transformers Surge arresters Circuit breaker operating mechanisms Circuit breaker operating mech. motors Disconnector/ earth switch drive motors Support insulators SF6 Gas handling plant SF6 Gas Local control cubicles GIS Switchgear room Crane 132KV AIS OUTDOOR SWITCHGEAR Capacitive Voltage Transformers Surge arresters Circuit breakers Current transformers Circuit breaker operating mechanisms Circuit breaker operating mech. motors Disconnector/ earth switch drive motors Local control cubicles Steel Structures Conductor

Manufacturer

Place of Factory

Place of Testing

`Page | 117

2.11 2.12 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 4 4.1 4.2 4.3 4.4 4.5 4.6 4.7 5 5.1 5.2 5.3 5.4 5.5 5.6 6 6.1 6.2 6.3

Support insulators Connectors 33 KV GIS SWITCHGEAR Circuit breakers Circuit breaker operating mechanisms Interrupters and cubical Current transformers Voltage transformers Earthing switches Low voltage equipment TRANSFORMERS AND AUXILIARY PLANT Power Transformer Transformer Vacuum Tap Changer Earthing/Auxiliary Transformer Neutral Earth Resistor Capacitors Transformer Oil
Control Panel - On Load Tap Changer

MR Germany

SERVICES EQUIPMENT
LV AC Distribution board 110 V DC Distribution Board

Battery cells Charging panels Earthing Materials UPS Equipment CABLES 132kV power cable 33kV power cable LV multicore / multipair cable

`Page | 118

6.4 6.5 6.6 6.7 6.8 7 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9 7.10 7.11 7.12 8 8.1 8.2 8.3 8.4 8.5 8.6 8.7 9 9.1

132 Cables Sealing Ends 33 Cables Sealing Ends Cable glands Cable trays Cable ladder racks SUBSTATION CONTROL AND PROTECTION SYSTEMS SCS Substation Computer SCS Operator Workstations / HMI Operator Desk and Chair SCS Colour Visual Display Units SCS Substation LAN SCS Printers SCS Bay Control Unit BCU SCS I/O Cards for BCU SCS Software Engineering SCS Database Engineering Protection Relays Metering Equipment.(Intelligent Digital F.O. Connection) SERVICES EQUIPMENT FOR BUILDING Lighting and LV AC power supply equipment Small power equipment (sockets, switches, distribution boxes, connecting boxes and associated equipment) Indoor and outdoor lighting,fitting and emergency lights Socket Outlets (16A, 1 ph.), (32A, 3ph), (64A, 3 ph.), (250 A, 3 ph.) Cables and PVC pipes Air conditioning system furniture TEST EQUIPMENT Automatic Oil Test Sets OTS60PB, VCM100, 100AF Oil Testing

`Page | 119

9.2 9.3

9.4

9.5

9.6 9.7 9.8 9.10 9.11 9.12 9.13 9.14 9.15 9.16 9.17 9.18 9.19 9.20 9.21 10 10.1

AV Primary injection test set 10 kV Insulation resistance testers (MIT1020/2)+ 3x3 M lead set insulated clips (MIT1020/2 only) 6220-811 +3x15 M medium insulated clips 1000-442+1 x 15 m, 10 kV screened un-insulated small clips 6220-833 Time measurement :- Basic unit Complete withcables, GA-00160, GA-00170 Cable set for sequencer, GA-00082 Transport case, GD00190, BM-19090, Multi-cable sets GA-00160 and GA-00170 and cable set GA-00082 Micrometre :MJLNER 200 Extension cable set 10 m (current cables 2 x 10 m, 35 mm2 and sensing cables 2 x 13 m) GA-03208 Meters to cover all types of substation maintenance (V meter, Ammeter, W meter, AC and DC). AC Secondary injection test set. Double Beam oscilloscope, complete with trolley AVO multimeters, in ever-ready cases. 500 Volt hand driven Type (MEGGER) insulation tester. 1000 Volt hand-driven Type (MEGGER) insulation tester. Test equipment for protection with necessary transformers, wires, tools, etc. (OMICRON) 132 KV high voltage test devise with all accessories for 132 KV GIS Switchgear Three Phases Primary current injection test set 2500 A, Type (MEGGER ODEN) Three Phases Transformer turn Ratio Type (MEGGER TTR330) Three Phases Transformer ohmmeter (DC winding resistance) Type (MEGGER MTO 330) CT Analyser Type (OMECRON) EARTH test Type (MEGGER) Power factor test device (Double) complete with trolley. Test equipment for protection (CPC 100) with necessary transformers, wires, tools, etc.

Special Tools
Oil Treatment machine

`Page | 120

10.2 10.3 10.4 10.5 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 12 13 14

Electronic Theodolite type Top com with accessories Electronic Level type Top con with accessories Electronic Total station type Top con with accessories GPS instrument TOOLES Workshop Equipment 132 kV Switchgear tools 33 KV GIS Switchgear tools Electronic Theodolite Electronic Level Electronic Total station GPS instrument Execution of civil work Supervision of Electrical Work Complete Civil, electrical, mechanical and communication Design

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 121

1.20.12 Schedule No. 1/15: Country of Origin DeclarationForm Communication Equipment


Nature of Manufacturing License Recommendation 2 Reference Number

No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12. 13. 14. 15. 16. 17. 18. 18.1 18.2 18.3 18.4 18.5 18.6 18.7

Description Wave Trap Line Matching Unit (LMU) PLC - Power Line Carrier PSE - Protection Signalling Equipment Cabinet of PLC Optical fiberapproach cable (OFAC) Durra line Multiplexer (MUX) ODF PABX MDF Chargers Batteries Micro SCADA system CCTV system Fire Alarm System

Type

Manufacturer

Country of origin

Coaxial cable :Impedance 75 ohm


Communication cables Instrument & commissioning equipment: Digital Clamp meter Digital level meter and level generator

Communication Test Set


Portable Current injector Laptop computer

Secondary Current injector

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 122

1.21

SCHEDULE NO. 2: DESIGN SERVICES


Unit Price Total Price USD or EURO
6=4x5

S#

Description

Unit

Qty. USD or EURO

1 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.7 1.8 1.9 1.10 1.11 1.12 1.13 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7

Electrical and Mechanical Design (Relies for construction) Single Line Diagram SLD HV, MV and LV Equipment Technical Specification Primary and secondary Basic Design Criteria CT and VT Calculation and Drawings Control and Protection system design and drawings Primary Drawing Secondary Drawing Earthing and Lightning Calculation and Drawings Lighting and AC Calculation Drawings Heating, Ventilation and Air conditioning Calculation and Drawings Manuals for test Equipment Training and FAT Program Manuals for Installation and maintenance Testing and Commissioning Plan Civil design (Relies for construction) Soil investigation reports and topographic survey General Layout drawing Buildings Calculation Foundation calculation Architectural drawings Building services Overhead Crane calculation and Drawings Lot Lot Lot Lot Lot Lot 1 1 1 1 1 1 Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot 1 1 1 1 1 1 1 1 1 1 1 1 1 1

`Page | 123

2.8 2.9 1.10 2.11 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 4 4.1 4.2 4.3

Roads Calculation and drawings Indoor and Outdoor Trench Drawings Draining System drawings Training and FAT Program

Lot Lot Lot Lot

1 1 1 1

Communication design (Relies for construction) Communication Equipment technical Specification (PABX) Design and Drawings (Multiplexer) design and drawings 48 V DC System Design and drawings Micro SCADA Design and Drawings Telephone Design and drawings SCS Drawing Fire Detection and Alarm System Drawings CCTV System Drawings Training and FAT Program Manuals for Installation and maintenance Testing and Commissioning Plan As Built Drawings As Built Drawings for electrical and mechanical As Built Drawings civil As Built Drawings communication Lot Lot Lot 1 1 1 Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot 1 1 1 1 1 1 1 1 1 1 1 1

Sub-Total for Substation Design Services

Signature of Tenderer: ______________________________________ Name of Tenderer: ________________________________________

`Page | 124

1.22

SCHEDULE NO.3: INSTALLATION AND OTHER SERVICES 1.22.1 Schedule 3/1-Civil Works (Construction)ForAMMARA WEST132/33kV GIS SUBSTATIONS
Unit Price Total Price USD or EURO 6=4x5

S#

Description

Unit

Qty. USD or EURO

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Item 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1

Item Item Item Item

1 1 1 1

`Page | 125

5.2 6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1

Guard house building Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services

Item

Item Item Item Item

1 1 1 1

Item Item Item

1 1 1

Item

Item Item

1 1

Item

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Item 1

`Page | 126

12.2 12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Site security with adequate number of civil guards etc. Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 127

1.22.2 Schedule 3/2-Civil Works 132/33kV GIS SUBSTATIONS

(Construction)ForAL-ESKAN

INDUSTRIAL

Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5

Total Price USD or EURO 6=4x5

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 128

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 129

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 130

1.22.3 Schedule 3/3-Civil Works (Construction) ForAL-ABASEA132/33kV GIS SUBSTATIONS


Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5 USD or EURO 6=4x5 Total Price

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 131

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 132

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 133

1.22.4 Schedule 3/4-Civil SUBSTATIONS

Works

(Construction)

ForAL-DEAR132/33kV

GIS

Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5

Total Price USD or EURO 6=4x5

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 134

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 135

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 136

1.22.5 Schedule 3/5-Civil Works (Construction)ForAL-SOARH NORTH132/33kV GIS SUBSTATIONS


Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5 USD or EURO 6=4x5 Total Price

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 137

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 138

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 139

1.22.6 Schedule 3/6-Civil Works (Construction)ForKIRKUK NORTH 132/33kV GIS SUBSTATIONS


Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5 USD or EURO 6=4x5 Total Price

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 140

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 141

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

`Page | 142

1.22.7 Schedule 3/7-Civil Works (Construction) ForAL-SALAHEA132/33kV GIS SUBSTATIONS


Unit Price S# Description Unit Qty. USD or EURO 1 2 3 4 5 USD or EURO 6=4x5 Total Price

1 1.1 1.2 2 2.1 2.2 2.3 3

Preliminary work Topographical site survey Soil investigation Site clearing and preparation Clearing and grubbing Stripping of topsoil Earth filling Fence & Gates Boundary wall & retaining walls (boundary wall should be of brick and surrounds the entire land allocated for the substation mentioned in the item 1.2.1.i.) Each Substation shall be provided with two double gates 5 m wide steel gates and two single personnel 1 m wide steel gates BRC Fence ( BRC fence should surround the entire substation and storage area) Watching towers (one in each corner) Foundations Pile foundations (or any solution required if necessary) for buildings and heavy equipment according to soil investigation and structural analyses done by the contractor and approved by ETP Foundations for switchgear & take off structures Transformersfoundations, oil containment bunds and fire walls Capacitor banks foundations with surrounding fence Auxiliary and Earthing Transformer foundations and bunds Buildings Main Building with 5Ton Over Head Crane Guard house building Item Item 1 1 Item Item Item 1 1 1 Item Item 1 1

3.1

Item

3.2 3.3 4

Item Item

1 1

4.1

Item

4.2 4.3 4.4 4.5 5 5.1 5.2

Item Item Item Item

1 1 1 1

`Page | 143

6 6.1 6.2 6.3 6.4 7 7.1 7.2 7.3 8 8.1 9 9.1 9.2 10 10.1 11 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 12 12.1 12.2

Roads and surface chippings Temporary and permanent access roads to the substation from public roads and structures Service roads inside the substation and parking area Shed for car parking Surface chipping (gravel layer) Water supply & drainage system Water supply system (with 5000L high level storage facility) Waste Water & Sewerage system Surface water drainage system Cable trenches and ducts Cable trenches, ducts & pipes Earthing and Lightning protection system Lightning protection system Earthing system Lighting & power supply services Lighting & power supply services Item 1 Item Item 1 1 Item 1 Item Item Item 1 1 1 Item Item Item Item 1 1 1 1

Building Services (Heating, Ventilation and Air Conditioning) Main building HV& MV Switchgear room Office Kitchen Communication Room Work- shop room Guard house building Fire Detection System and Portable Fire Extinguishers Internal Lighting & small power supply services Item Item Item Item Item Item Item Item Item 1 1 1 1 1 1 1 1 1

ETP Engineer's Site Office, Accommodation Facilities and mobilisation and demobilisation All mobilisation and demobilisation activities at site Site security with adequate number of civil guards etc. Item Item 1 1

`Page | 144

12.3 12.4 12.5 12.6 12.7 12.8 12.9 12.10

Fire extinguishers for the site and site offices / accommodations Site staff personnel safety equipment (helmets, safety cloths, safety boots, gloves, goggles etc.) Site first-aid facilities 2*250 KVA Diesel Generator and all accessories for electricity supply needs. Water supply facilities for site Communication / internet connection facilities and electrical power for ETP resident engineer office Laptop Computers for ETP resident engineer office 3 in 1 Laser Printer for ETP resident engineer office (3 x 12m) office caravans, each consists two office rooms completely furnished(according to ETP Approval) with toilet & bathroom facilities (3 x 12m) caravans with two bed rooms completely furnished (according to ETP Approval) (3 x 12m) caravans completely furnished as a kitchen. (3 x 12m) caravans completely furnished as a restaurant. (3 x 12m) toilet & bathroom facilities (according to ETP Approval) Miscellaneous Expenditure Temporary works Any other civil engineering and building works required to complete the substation and put it into operation

Item Item Item Item Item Item PIC PIC

1 1 1 1 1 1 6 6

12.11

PIC

12.12 12.13 12.14 12.15 13 13.1 13.2

PIC PIC PIC PIC

6 1 1 1

Item Item

1 1

Sub-Total for Civil Works

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 145

1.22.8 Schedule 3/8 supervising of electrical, mechanical and communication work


Unit Price S# Description Unit Qty USD or EURO
1 2 3 4 5

Total Price USD or EURO


6=4x5

A 1 2 3 4 5 6 7 8 9 10

SUBSTATION (132/33kV 3x63MVA GIS) 132kV GIS Switchgear (Assembly) 33kV Switchgear (Assembly) Power Transformer (Assembly) Protection and Control System and SCS (Assembly) Micro SCADA and communication system (Assembly) 132kV GIS Switchgear (Testing and Commissioning) 33kV Switchgear (Testing and Commissioning) Power Transformer (Testing and Commissioning) Protection and Control System and SCS (Testing and Commissioning) Micro SCADA and communication system (Testing and Commissioning) Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day Engineer Day 90 60 45 60 30 30 30 30 45 45 0

Sub-Total for Supervision of Installation and Testing

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 146

1.23

SCHEDULE NO. 4: STAFF TRAINING AND FACTORY ACCEPTANCE TESTS 1.23.1 Schedule No. 4/1: Staff Training These training programmes will aim to provide opportunity for the Employers technical staff to acquire better knowledge on the operation of new substation plant and equipment, which is going to be installed under this contract.

S# 1 1.1 1.2 1.3 1.4 2 2.1 2.2 3 3.1 3.2 3.3 3.4 3.4.1 3.4.2 4

Description Training for electrical and mechanical engineer 132KV GIS (Assembly, Routine Test & Maintenance) Control & protection system, covering protection settings, calculations and SCS system test. Power Transformer Assembly and Testing 33 KV GIS (Assembly, Routine Test & Maintenance)
Training for civil engineer Civil design and calculation Electronic Theodolite, Level and Total station for civil engineers

Unit 7 Persons for 10Working Days 7 Persons for 10Working Days 7 Persons for 10Working Days 7 Persons for 10Working Days 4 Persons for 10 Working Days 8 Persons for 10 Working Days 4 Persons for 7 Working Days 4 Persons for 10 Working Days 4 Persons for 7 Working Days 6 Persons for 15 Working Days 4 Persons for 10 Working Days 12 Persons for 10 Working Days

Total Price USD or EURO

Training for Telecommunication engineer PLC PABX MUX Micro SCADA Maintenance and database upgrading Training for Operators Local training for Operators

Sub-Total for Staff Training

Notes:1- Contractor shall send training and inspection program for approval and this program must be included training or inspection days, subjects and activities. The training should be theoretical and practical by using employer equipment or identical equipment .After completing training the equipment should be tested again from in the factory to make sure of the lack of damage. 1 The above costs shall include; 1.1 Inland transportation from Baghdad city to Bagdad international Airport. 1.2 International and inland transportation (out of Iraq) 1.3 Accommodation costs (including meals) for Employer's staff 1.4 Visa and insurance charges of Employer's staff 1.5 Daily allowance amounting to USD 200 per person for Employer's staff for period less than 10 days for countries in the group (A) 10.1.6 Daily allowance amounting to USD 150 per person for Employer's staff for period more than 10 days for countries in the group (A). 10.1.7 Daily allowance amounting to USD 250 per person for Employer's staff for period less than 10 days for countries in the group (B).

`Page | 147

1.8 Daily allowance amounting to USD 200 per person for Employer's staff for period more than 10 days for countries in the group (B). Group (A):- Syria, Palestine, Morocco, Jordan, Saudi Arabia, Kuwait, Bahrain, Oman, Yemen, Egypt, Sudan, Libya, Tunisia, Algeria, Djibouti, Somalia, Mauritania, Eritrea and Iran. Group (B):- Include other countries in the world not mentioned in the group A. 2 The training should be in the manufacturing factory. 3 The contractor should provide training course details for approval before one month from training date. 4 Schedule of training appointment should be sent at least 3 months before the training date.

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 148

1.23.2 Schedule No. 4/2: Factory Acceptance Tests (FAT)


Total Price S# Description Unit USD or EURO 1 2 3 4 5 6 7 8 9 132KV GIS Switchgear / Equipment 33kV GIS Switchgear / Equipment Steel Structures Power Transformers Control & protection system (Tests of relays should be done when the protection panels are complete and the test will be carry out on these panels) Communications - PLC Communications - PABX Communications - MUX Communications - Micro SCADA Sub-Total for FAT 3 Engineers for 5 Working Days 3 Engineers for 5 Working Days 3 Engineers for 5 Working Days 3 Engineers for 5 Working Days 3 Engineers for 5 Working Days 2 Engineers for 5 Working Days 2 Engineers for 5 Working Days 2 Engineers for 5 Working Days 2 Engineers for 5 Working Days 0

Notes: 1- Contractor shall send training and inspection program for approval and this program must be included inspection days, subjects and activities. 1 The above costs shall include; 1.1 Inland transportation from Baghdad city to Bagdad international Airport. 1.2 International and inland transportation (out of Iraq) 1.3 Accommodation costs (including meals) for Employer's staff 1.4 Visa and insurance charges of Employer's staff 1.5 Daily allowance amounting to USD 200 per person for Employer's staff for period less than 10 days for countries in the group (A) 1.6 Daily allowance amounting to USD 250 per person for Employer's staff for period less than 10 days for countries in the group (B). Group (A):- Syria, Palestine, Morocco, Jordan, Saudi Arabia, Kuwait, Bahrain, Oman, Yemen, Egypt, Sudan, Libya, Tunisia, Algeria, Djibouti, Somalia, Mauritania, Eritrea and Iran. Group (B):- Include other countries in the world not mentioned in the group A. 2- Schedule of training appointment should be sent at least 3 months before the training date. 3- Control and protection panels FAT should be done in factory of manufacture

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 149

1.24

SCHEDULE NO. 5: GRAND SUMMARY Based on the above Schedule 1 4, the total project cost TOTAL SUBSTATION PRICES USD or EURO AMMARA WEST 132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/2and 1/9

S#

Description

1 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.1 and 3.8 AL-ESKAN INDUSTRIAL132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/3and 1/9 2 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.2 and 3.8 AL-ABASEA132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/4and 1/9 3 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.3 and 3.8 AL-DEAR132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/5and 1/9 4 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.4 and 3.8 AL-SOARH NORTH132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/6and 1/9 5 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.5 and 3.8 KIRKUK NORTH 132/33 KV SUBSTATION 6 Supply materials and spare parts based on the above Schedules No. 1/1, 1/7and 1/9 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.6 and 3.8
`Page | 150

AND AL-SALAHEA132/33 KV SUBSTATION Supply materials and spare parts based on the above Schedules No. 1/1, 1/8and 1/9 Civil construction works and supervising electrical , mechanical and communication works based on the above Schedules No. 3.7 and 3.8 Mandatory Spare Parts and test equipment for all contract based on the above Schedule No. 1/10 Staff training and factory acceptance testbased on the above Schedules No. 4/1 and 4/2 Design services based on the Schedules No. 2 Unload equipment and materials at each substation

8 9 10 11

GRAND TOTAL (TENDER PRICE to be carried forward to Letter of Financial Proposal)

Total Tender Price in words: ______________________________________________________ Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________ Date: ____________________________

`Page | 151

1.25

SCHEDULE NO. 6: RECOMMENDED SPARE PARTS FOR ONE SUBSTATION

Unit Price S# Description Unit Qty USD or EURO

Total Price USD or EURO

Sub-Total

Signature of Tenderer: ______________________________________ Name of Tenderer: _________________________________________

`Page | 152

EMPLOYERS REQUIREMENTS
ORDER OF PREFERENCE Technical General Conditions shall supersede the Technical Specifications 132 kV GIS& AIS Volume 1.pdf, Volume 2.pdf, Volume 3.pdf and Tele-communication and SCADA System Specification pdf. 1.26 TECHNICAL SPECIFICATIONS FOR GIS SUBSTATIONS

Refer the TECHNICAL SPECIFICATION FOR SUBSTATION PLANT - January 2007 1.26.1 TECHNICAL GENERAL CONDITIONS a) Time period for electrical, mechanical, civil and communication design should be not more than 8 months started from the contract effective date. b) The substation operates with Substation Control System SCS with two human Inter-phase (HMI) for Control of entire substation equipment and monitoring, and extra stations shall be provided for relay setting and disturbance monitoring. The sub-station shall be without conventional control panels according to SCS single line diagram, all signals from substation (alarms, control, protection and metering) should be connected directly to IEDs and according to ETP standard specifications (Volume1). c) Tenderer should nominate (4) four inspection companies as third party inspection (SGS) inspection company not accepted, those nominated inspection companies should be members of international federal inspection Association (IFIA) and acceptable by us.. d) The Contractor shall carry out the Type tests stated in accordance with the conditions of the Specification mentioned in volume 1, 2, 3 and Tele-communication and SCADA System Specificationand, without extra charge, such additional tests as may be reasonably required to confirm that theContract Works comply with this Specification under either test whether in manufacturer's works. Type tests may be omitted at the discretion of the Engineer if satisfactory evidence is given of such tests already made on identical equipment. The principle of type testing shall be that, at tender stages. Tests shall be arranged to represent working conditions as closely as possible. e) Contractor should be submitting Reference manufacture list for all main equipment that will be supplied to employer. f) General layout submitted by ETPisfor estimation and the contractor has the right to design new layout in accordance with the dimensions of each substation separately.

g) 132 KV bay control unit & protection relays shall be separated. h) 132 KV Bus-bar protections shall include breaker failure protection. i) All steel lattice structure or solid structures as appropriate shall be suppled for 132 KV bays. (CVT, GANTRY, etc) with necessary, anchor bolt and accessories. All necessary items for outdoor and indoor lighting and power shall be supplied

j)

k) Under the above item all lamp fittings, street light and outdoor lighting mounting poles, distribution box, power distribution panels (3 phase250A) for oil filter, welding facility with cables and accessories, emergency indoor, outdoor lighting with 110 V D.C with its accessories etc to be supplied. l) All bi- metallic connectors required shall be supplied.
`Page | 153

m) Battery room shall be ventilated with special exhaust fan. n) Battery cell shall be suitable for 8 hours operation during failure of charger supply for 110 V DC and 48 V DC with two battery banks as duty and standby for each supply. SCS system shall be supplied by 48 VDC battery bank. o) Insulating oil for all transformers type has to be of a reputed origin and approved by Employer/Engineer prior to placing the order. p) On load tap-changers for power transformer shall be MR vacuum type Germany with MR, TAPCON voltage regulator. q) All control and power cables should be supply with whole accessories (terminals connection, flexible pipes, shrinkage, earth wire with its clamps, etc. and required tools. r) Main protection shall be supplied from reputed European manufacturer.

s) Railway track shall be supplied with its accessories for power transformer according to (ETP) requirement. t) Any deviation from the tender specification shall be clearly notified, in case of no deviation, it shall also be noted accordingly. Tenders without any indication of deviations shall be treated as exactly matching to the specifications.

u) Sub- station low voltage AC switchgear shall be with draw-out type ACBs for incomers and for the bus section circuit breakers. v) Current transformer metering core shall be of accuracy class 0.5 w) Contractor shall fill all the requirement mentioned in schedules of volume 3. x) 33 kV switchgear bay control unit & protection relay shall be in one unit and facilities shall be provided to control and monitor the same by the operator through the SCS (HMI). y) 110 & 48 V DC chargers shall including silicon dropper at AC input. z) The calculations & setting of the protection relays shall be carried out by the contractor at the stage of commissioning. aa) Operations and Maintenance Manual, Testing and Commissioning reports& installation guides should be provided in English (3 COPIES). bb) All the manuals shall be submitted by the Contractor before shipping of the equipment. The manuals shall contain all necessary information, descriptions and drawings for properly related equipment to be supplied to ensure the work carried out by ETP to Install, operation and maintenance. All the manuals shall be filed properly, be readable and shall be subjected to approval of ETP. cc) For 132 KV cable feeders, supply set of cable feeder differential protection for both sides. dd) Multifunction Relays (i.e. distance &o/c + e/f relay) is not acceptable ee) In case of the validity of type test for 132/33 KV transformer out of the accepted period according IEC sander, the contractor shall test one of the submitted transforms and guaranty that type test not effect this transformer by issuing factory certificate. ff) 90 MVA power transformer having on-load tap changer 17 steps on HV side 132 KV and off-load tap changer 5 steps on MV side 33 kV.

`Page | 154

1.26.2 BASIC DESIGN CRITERIA a) Bus bars, strain conductors & fittings Strain conductors for AIS equipment:The proposed type of conductors shall be as follows. All conductors to be supplied shall be in conformance with ASTM & DIN standards.
Feeder Line feeder Transformer feeder Lightning Screen Protection Conductor 2 x 340/30 1 x 340/30 1 x 152.8 Material of conductor Aluminium conductor Steel reinforced Aluminium conductor Steel reinforced Dorking Steel Wire

b) Disc Insulators & Tension Assemblies Proposed Disc Insulators to be used in the 132KV strain bus shall be of cap & pin type and shall have the following characteristics:
Material of Insulator Manufacturing standards Min Diameter of Insulator Min spacing Mechanical Strength of Insulators Coupling as per IEC 60120 Min total creepage Distance of tension /suspension Assemblies Number of Insulators/ string Type of dead end clamps Twin Conductor bundle spacing Porcelain IEC 60305 & IEC 60383 254mm 140 mm 100 kN 16 A 4495 mm 12 pcs Bolted type 200 mm

c) Earthing System Design parameters Earthing system calculation shall be carried out in accordance with IEEE 80-2000. For simulation of designed earthing system CYMGRID software would be used and Necessary reports would be submitted for ETP approval. The following parameters Shall be used in the design process:
Max. Earth Fault for design of earthing system Max. duration of fault Max. Grid temp. Max. Ambient temp. Surface layer resistivity (16mm granite/gravel) Use of shield wire reduction factor in design Type of Earthing conductor Min. size of earth rods Material of earth rods Proposed depth of underground mesh below FGL (Final Grading Level) Soil resistivity 40 kA 1 sec 1083 C 35 C 2500 -m Yes Soft Drawn standard copper 25 x 2000 mm Copper 0.6 m for middle & south region substations whereas 1m for north region 100 ohm .meter

Outdoor equipment grounding shall be done from diagonally opposite side of each steel structure that is two connections for each steel structure. Thermal welding type connectors shall be used for jointing of underground Mesh. Grounding pads shall be provided under the control cubicles of outdoor disconnecting switches And circuit breakers. Pads shall be made of galvanized iron strips and shall be supported on RCF foundations and shall be grounded from diagonally opposite points.
`Page | 155

d) Lightning System Design Lightning protection system is proposed by using overhead shield wire in line with VDE 0101, HD637 S1. In case if it is required one of the options stated below shall be adopted: Lightning rods (length 3 m and diameter 16) made of galvanized steel shall be installed on top of gantry structures. Use of active lightning rods on top of the building. e) Lighting and Power Systems Ac lighting system for indoor and outdoor switchyard lighting shall be designed to obtain illumination levels as follows and Indoor lighting should be fluorescent 1200 mm (4 feet) quick start type

Location Control & relay room GIS Halls 33kv Switchgear Room Telecommunication Room Battery Room Office Kitchen WC Waterhouse /store Guard House Corridors

Illumination Level 300 Lux 300 Lux 300 lux 300 lux 200lux 300 lux 100lux 100 lux 100 lux 200 lux 200 lux

All indoor shall be done through single core standard copper conductor to be laid on PVC and metallic trunk in the building. f) Outdoor lighting

Outdoor lighting shall be operated automatically using photo cell. Outdoor Lighting is fed from outdoor type panel installed in the switchyard area.
Location Transformer Area Outdoor Equipment Area Service Roads Building Entrances Illumination Level 75 Lux 35 lux 35 lux 50 lux

Lighting fixtures shall be flood light and/or street lighting pole mounted. Ratings of the fixtures shall be 400 W high pressure sodium vapour or halogen. g) Emergency lighting system Emergency lighting system shall be used in the event of complete AC supply failure to the substation. Emergency lighting system shall be fed from the station batteries for duration of 8 hours (max). The illumination levels to be provided in the design of the system shall be as follows:
Location Control/ relay room MV switchgear room Telecommunication Room Battery Room Transformer Area Outdoor Equipment Area Illumination Level 50 Lux 50 lux 50 lux 50 lux 30 lux 20 lux `Page | 156

At least one emergency light will be visible from every point in every room. 6 pcs of portable emergency lights shall be supplied as loose h) Outdoor switchyard AC distribution panel A.C dist. panel shall be provided in the outdoor switchyard at the following locations and ratings as specified:

Location Power transformers (for oil treatment plant ) Marshalling kiosk of each feeder (maintenance purposes & welding)

Ratings 250 A ,3 phases 4 wire,63 A , 3 phase 4 wire,16 A , 1 phase 25A, 3 phase 16A, 1 phase

i)

Basic parameters for surge arresters selection

The surge arresters to be used for this project shall have the following main characteristics:
System voltage (KV) Arresters rated voltage (kv) Max continuous operating voltage (kv) Nominal discharge current (kA) Discharge class Energy discharge capability (kj/kvr) Material of insulation Surge counters with discharge current meter 132 120 96 10 3 8 Porcelain Yes 132* 80 64 10 3 5 Porcelain Yes 33 24**/39*** 20**/36*** 10 1**/2*** 4**/5*** Porcelain/ silicon No

* 132 kV transformer neutral. ** 33kV aux- grounding transformer neutral. ** 33kV Outgoing Feeder. ** 33kV Incoming transformer feeder. *** 33 kV capacitor bank. j) Cables Basic Characteristics

HV & MV power cables shall be single-core and XLPE insulated. Cables shall be supplied for the following connections: - 132 kV single core cables from SF6 switchgear to overhead lines - Cables between power transformer 33 kV cable boxes and 33kV MV switchgear - Cables between 33kv MV switchgear and 33 kV capacitor banks - Cables between 33kV MV switchgear and 33kV zigzag / earthing transformer Basic characteristics of the cables proposed shall be as follows:

`Page | 157

Location Rated voltage (kV) Material of insulation Material of metallic screen Max permissible operating temp. Max. Permissible temp. during short circuit Duration of short circuit (s) Cable cross section (mm) Conductor material Number of cores Number of cables / phase Ambient temp assumed for cables Method of laying Type of bonding Laying formation of cable Min bending radius for design purposes Required current carrying capacity (A) Current carrying capacity of proposed cables (A)

Power transformer 26/45 XPLE Copper wires + copper binder tape 90 250 3 400 Copper 1 4 55 Cable trenches with cable tray Solid Trefoil 15XD 1102 1548

Capacitor banks 26/45 XPLE Copper wires + copper binder tape 90 250 3 400 Copper 1 1 55 Cable trenches with cable tray Solid Trefoil 15xD 88 294

Earthing transformer 26/45 XPLE Copper wires + copper binder tape 90 250 3 400 Copper 1 1 55 Cable trenches with cable tray Solid Trefoil 15xD 4.5 294

k) 33 KV indoor and outdoor cable terminations should be complied with technical specification for the MV cables. l) 132 KV Outdoor Termination insulators must be manufactured from Porcelain materials, all materials shall befully factory tested during production. The pollution severity shall be very heavy as defined in IEC 60815 and the cable terminations should be complied with technical specification for the HV cables.

m) Bus-duct and Basic Characteristics Basic characteristics of the BUS-DUCT and the cables proposed shall be as follows:

Location Rated voltage (KV) Material of insulation Max permissible operating temp. Max. Permissible short circuit temp. during

TR Feeder 145KV SF6 gas 90 250 1 Aluminium

Line Feeder 145KV SF6 gas 90 250 1 Aluminium

Duration of short circuit (s) cross section (mm) Conductor material Number of cores Ambient temp assumed for cables

55

55

n) LV control cables

`Page | 158

Insulation galvanized steel wire armoured, LSOH compound inner sheath and LSOH compound over sheath. Minimum cross- section of the cable cores would be 2.5 mm for inter wiring to outdoor cubicles. All LV cables shall be of standard copper core type. o) LV power cables Types of cables for the following locations shall be as follows: Type of cable 0,6/1 kV , 4*240 mm NYFGY 0,6/1kV ,2x70mm YBY Location Between zigzag transformers & 400V LV switchgear Between battery charger to battery fuse box & from fuse box to batteries

1.26.3 SECONDARY BASIC DESIGN (Protection Systems) 1.26.3.1 General for Protection Cubicles

All protection relays shall be mounted inside the protection panels .The protection panels are fixed

frame-types with cable entry from bottom with cable glands.

The protection panels are sheet steel, free standing type and will be protected in accordance with

Class IP 51 of IEC 60529.

Colour of the panels will be according to code RAL 7035.

The protection panel generally will have the following dimensions: Wide: 800 mm; Depth: 800 mm and Height: 2200 mm.

The following 132kV Feeder protection functions will be assembled in separate protection panels, such

as: 132kV OHL Feeder (Main & Backup Protection), 132kV Transformer Feeder (Main & Backup Protection), 132kV Bus Coupler Feeder (Main & Backup Protection),
The description given in the subsequent paragraphs shows the mounting per typical of protection

panel as described above: 1.26.3.2 Control Devices (IEDs)

Bay control units (BCU) shall be separately and mounted inside the LCC panels. Additionally conventional mimic diagram hard wire shall be provided on the LCC panels along with BCUs having dynamic mimic diagram on its HMI to provide Fail Safe Functionality of the system. Bay control units also shall provide synchrocheck(25) function for addition to relay 14 in the table.

1.26.3.3 Protection Devices (IEDs)

All protection devices shall be digital numerical protection relays. `Page | 159

All protection relays are supplied with Test Switches for testing purposes.
All relays are equipped with ports capable to communicate with Substation Control & Monitoring System (SCMS) through IEC 61850 Protocol and shall be connected with redundant fiber optic LAN in ring

topology. 1.26.3.4 132kV Overhead Line Feeder Protection & Metering

132kV Overhead Line Feeder shall be protected with the following protection relays: 1 x Main Distance Protection Relay (21) Quadrilateral and/or MHO Characteristics. 1 x Backup Directional Overcurrent & Earth fault Protection Relay (50-51-50N-51N-

67N). Bay control unit (BCU) should be separately. Lockout trip relay (3) three Pisces. Add point

Trip circuit supervision relay depended on No. coil trip.

One Relay Panel shall be supplied for each Overhead Line Feeder. Following table shows the

protection functions that shall be activated in each relay: ANSI Code 21/21N FL68 50HS 50 51 50N 51N 67 67N 79 50BF 87BB 25 Description Distance protection Fault Locator Trip Mode: 3 Pole Power Swing Detection Switch-onto-fault Protection Instantaneous phase overcurrent protection Time delayed phase overcurrent protection Instantaneous earth fault protection Time delayed earth fault protection Directional Over Current Protection Directional earth fault protection Autoreclosure Circuit breaker failure protection Busbar Protection Synchro-Check Open conductor Description Current differential protection Instantaneous phase overcurrent protection Time delayed phase overcurrent protection Instantaneous earth fault protection Time delayed earth fault protection Directional earth fault protection Check synchronising Circuit breaker failure protection Bus bar protection relay X X X Relay Type 1 X X X X X X X X X X X X X Relay Type 1 Relay Type 2 X Relay Type 3 X X X X X Relay Type 4 X X Relay Type 2 Relay Type 3 Relay Type 4

ANSI Code 87L 50 51 50N 51N 67N 25 50BF 87BB

The relay panel shall be also equipped digital multifunction meters to measure Amps, Volts, W and Var. In `Page | 160

addition each panel is also equipped with Energy meters of Active Class 0.5 and reactive class 2 for 4-quadrant

revenue metering to measure energy metering data kWH and kVarh

`Page | 161

1.26.3.5 132kV Cable Feeder 1.26.3.5.1 Protection System 132kV cable feeder shall be protected by a current differential relay and a combined directional/non-directional overcurrent and earth fault relay relays for the remote end of the cable feeder shall be supplied as loose. Communication link between two relays at both ends shall be through multiplexers as per the sample scheme below. One breaker management relay shall also be provided for breaker failure and synchrocheck functions. The communication protocol of these relays shall be IEC61850.

Following table shows the protection functions that shall be activated in each relay: Relay type 1 Relay type 2 X Relay type 3 X X X X X X X X Relay type 4

ANSI Code 87L 50 51 50N 51N 67N 25 50BF 87BB

Description Current differential protection Instantaneous phase overcurrent protection Time delayed phase overcurrent protection Instantaneous earth fault protection Time delayed earth fault protection Directional earth fault protection Check synchronising Circuit breaker failure protection Bus bar protection relay

1.26.3.5.2 Control System Bay control device. Thanks to its graphical LCD, local/remote selection keys, function keys, command buttons, digital inputs and outputs, etc,shall be used in order to execute all the necessary control, monitoring, interlocking, etc functions related to the feeder. bay control device shall be installed in the Local Control Cubicle (LCC) of the relevant GIS switchgear. Following are the control points of 132kV cable feeder: Local control from 132kV GIS switchgear Local control from LCC via bay control device Remote control from control room via SCS HMI Remote control from SCADA system in RCC/NCC (only control of circuit breaker)

Following are the monitoring points of 132kV cable feeder: Local monitoring from 132kV GIS switchgear Local monitoring from LCC via the graphical LCD of bay control device Remote monitoring from control room via SCS HMI Remote monitoring from SCADA system in RCC/NCC Aunnicators alarm shall be via for each RCP'S

`Page | 162

There shall be two 42 LCD on the wall and two PC monitors on the desk. Additionally one maintenance PC shall be supplied for relay setting and monitoring. 1.26.3.5.3 Bay Interlocking Both hardware and software interlocking functions shall be provided. Hardware interlocking shall be achieved via the secondary wiring, auxiliary relays, auxiliary contacts etc, while the software interlocking shall be achieved via the CFC (programmable logic) tool of bay control device and between bays(LCC&LCC) Goose massege for BCU. Hardware interlocking shall via secondary wiring between bays (between LCC&LCC) for mmic operation switching. For case maintance&testing operation switch selector and high light flashing. 1.26.3.5.4 Instrumentation One digital powermeter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

One digital powermeter shall be used in order to measure the following values: Active power (import, export) Reactive power (import, export)

One digital powermeter shall be used in order to measure the following values: Phase voltages (Va, Vb, Vc) Line voltages (Vab, Vbc, Vca)

One digital powermeter shall be used in order to measure the following values:

angle for three phase (A.B.C)

These parameters shall also be transferred to SCS and RCC/NCC through communication system, that is, no transducer shall be used for this purpose. 1.26.3.5.5 Metering One combined energymeter shall be used in order to meter at least the following values: Active energy (import, export) Reactive energy (import, export) Maximum demand

These values shall be transferred to SCS and RCC/NCC. 1.26.3.5.6 Panel One panel shall be provided for each 132kV cable feeder to accommodate all the protection, instrumentation and metering devices. 1.26.3.6 132/33kV Transformer Feeder

1.26.3.6.1 Protection System

`Page | 163

132/33kV transformer feeder shall be protected by a differential relay and a combined overcurrent and earth fault relay. Thermal overload protection function shall be supplied inside relay.One breaker management relay shall also be provided for breaker failure function. The communication protocol of these relays shall be IEC61850. Following table shows the protection functions that shall be activated in each relay: Relay type 1 Relay type 2 Relay type 3 X X X X Relay type 4 Relay type 5

ANSI Code 50 51 50N 51N 50BF 87T 49 25 87BB AVR

Description Instantaneous phase overcurrent protection Time delayed phase overcurrent protection Instantaneous earth fault protection Time delayed earth fault protection Circuit breaker failure protection Transformer differential protection Thermal overload protection Synro-Check Bus bar protection relay Automatic voltage regulator should be instated in separated panel and AVR type should be (Tapcon 260) Germany.

X X X X X X

1.26.3.6.2 Control System Bay control device. Thanks to its graphical LCD, local/remote selection keys, function keys, command buttons, digital inputs and outputs, etc, shall be used in order to execute all the necessary control, monitoring, interlocking, etc functions related to the feeder. bay control device shall be installed in the Local Control Cubicle (LCC) of the relevant GIS switchgear. Following are the control points of 132/33kV transformer feeder: Local control from 132kV GIS switchgear Local control from LCC via bay control device Remote control from control room via SCS HMI Remote control from SCADA system in RCC/NCC (only control of circuit breaker)

Following are the monitoring points of 132/33kV transformer feeder: Local monitoring from 132kV GIS switchgear Local monitoring from LCC via the graphical LCD of bay control device Remote monitoring from control room via SCS HMI Remote monitoring from SCADA system in RCC/NCC Aunnicators alarm shall be via for each RCP'S

There shall be two 42 LCD on the wall and two PC monitors on the desk. Additionally one maintenance PC shall be supplied for relay setting and monitoring. Automatic voltage regulator should be instated in separated panel and AVR type should be (Tapcon 260) Germany. 1.26.3.6.3 Bay Interlocking Both hardware and software interlocking functions shall be provided. Hardware interlocking shall be achieved via the secondary wiring, auxiliary relays, auxiliary contacts etc, while the software interlocking shall be achieved via the CFC (programmable logic) tool of bay control device and between bays(LCC&LCC) Goose massege for BCU.

`Page | 164

Hardware interlocking shall via secondary wiring between bays (between LCC&LCC) for mmic operation switching. . .For case maintance&testing operation switch selector and high light flashing. Hardware interlocking between 132&33 kV for closing and triping. 1.26.3.6.4 Instrumentation One digital powermeter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

One digital powermeter shall be used in order to measure the following values: Phase voltages (Va, Vb, Vc)

One digital powermeter shall be used in order to measure the following values: Active power (import) Reactive power (import)

One digital powermeter shall be used in order to measure the following values:

angle for three phase (A.B.C)

These parameters shall also be transferred to SCS and RCC/NCC through communication system, that is, no transducer shall be used for this purpose. 1.26.3.6.5 Metering One combined energymeter shall be used in order to meter at least the following values: Active energy (export) Reactive energy (export) Maximum demand

These values shall be transferred to SCS and RCC/NCC. 1.26.3.6.6 Panel One panel shall be provided for each 132kV transformer feeder to accommodate all the protection, instrumentation and metering devices. 1.26.3.7 132kV Bus Coupler

1.26.3.7.1 Protection System 132kV bus coupler shall be protected by a distance relay and a combined directional/nondirectional overcurrent and earth fault relay. One breaker management relay shall also be provided for Autoreclose, breaker failure and synchrocheck functions. 3-phase trip and 3-phase 1-shot autoreclose shall be applied. The communication protocol of these relays shall be IEC61850. Following table shows the protection functions that shall be activated in each relay:

`Page | 165

ANSI Code 21 50 51 50N 51N 67N 79 25 50BF 87BB

Description Distance protection Instantaneous phase overcurrent protection Time delayed phase overcurrent protection Instantaneous earth fault protection Time delayed earth fault protection Directional earth fault protection Autoreclosure Check synchronising Circuit breaker failure protection Bus bar protection relay

Relay type 1

Relay type 2 X

Relay type 3

Relay type 4

X X X X X X X X X

1.26.3.7.2 Control System Bay control device. Thanks to its graphical LCD, local/remote selection keys, function keys, command buttons, digital inputs and outputs, etc, can be used in order to execute all the necessary control, monitoring, interlocking, etc functions related to the bus coupler and BB VT feeders. bay control device shall be installed in the Local Control Cubicle (LCC) of the relevant GIS switchgear. Following are the control points of 132kV bus coupler and BB VTs: Local control from 132kV GIS switchgear Local control from LCC viabay control device Remote control from control room via SCS HMI Remote control from SCADA system in RCC/NCC (only control of circuit breaker) Aunnicators alarm shall be via for each RCP'S

Following are the monitoring points of 132kV bus coupler and BB VTs: Local monitoring from 132kV GIS switchgear Local monitoring from LCC via the graphical LCD of bay control device Remote monitoring from control room via SCS HMI Remote monitoring from SCADA system in RCC/NCC

There shall be two 42 LCD on the wall and two PC monitors on the desk. Additionally one maintenance PC shall be supplied for relay setting and monitoring.

1.26.3.7.3 Bay Interlocking Both hardware and software interlocking functions shall be provided. Hardware interlocking shall be achieved via the secondary wiring, auxiliary relays, auxiliary contacts etc, while the software interlocking shall be achieved via the CFC (programmable logic) tool of bay control device and between bays(LCC&LCC) Goose massege for BCU. Hardware interlocking shall via secondary wiring between bays (between LCC&LCC) for mmic operation switching. For case maintance&testing operation switch selector and high light flashing. 1.26.3.7.4 Bay Intertriping for all RCP panels Hardware intertriping shall via secondary wiring between bays panels(Between RCP&RCP) for breaker failure. 1.26.3.7.5 Instrumentation One digital powermeter shall be used in order to measure the following values:

`Page | 166

Phase-A current Phase-B current Phase-C current

One digital powermeter shall be used in order to measure the following values: Busbar-1 phase voltages (Va, Vb, Vc) Busbar-1 line voltages (Vab, Vbc, Vca) Busbar-1 frequency

One digital powermeter shall be used in order to measure the following values: Busbar-2 phase voltages (Va, Vb, Vc) Busbar-2 line voltages (Vab, Vbc, Vca) Busbar-2 frequency One digital powermeter shall be used in order to measure the following values:

angle for three phase (A.B.C)

These parameters shall also be transferred to SCS and RCC/NCC through communication system, that is, no transducer shall be used for this purpose. 1.26.3.7.6 Metering No combined energymeter shall be used in 132kV bus coupler. 1.26.3.7.7 Panel One panel shall be provided for each 132kV bus coupler to accommodate all the protection, and instrumentation devices. 1.26.4 33kV Feeders 1.26.4.1 Protection System 33kV feeders shall be protected by a combined overcurrent and earth fault relay. Autoreclose function for outgoing feeders, synchrocheck function for incoming feeders, and neutral earth fault protection function for auxiliary transformer feeders shall be supplied inside relay. Following table shows the protection functions that shall be activated for each type of feeder: ANSI Code 50 51 50N 51N 79 25 81U 27 46 59N

Description Inc. Out. X X Instantaneous phase overcurrent protection X X Time delayed phase overcurrent protection X X Instantaneous earth fault protection X X Time delayed earth fault protection X Autoreclosure X Check synchronising Underfrequency protection (Load shedding) Note:- For each section(3)Separatedrelay Undervoltage protection Unbalance protection Load shedding X Earth fault protection

Sec. X X X X X X

VT

Cap. X X X X

Aux. X X X X

X X X X

`Page | 167

Breaker failure Trip circuit supervision relay 1.26.4.2 Control System

50BF

X X

X X

relay is a multifunctional protection and control device. Thanks to its graphical LCD, local/remote selection keys, function keys, command buttons, etc, can be used as a bay control unit as well. Relays shall be installed in the LV compartment of the 33kV metalclad GIS switchgear. Following are the control points of 33kV feeders: Local control from 33kV switchgear Local control from 33kV switchgear via protection and control device Remote control from control room via SCS HMI Hardware mmic local control 33kV switchgear. High light operation fram cycle on case mmic. Aunnicators alarm shall be via for each panel's.

Following are the monitoring points of 33kV feeders: Local monitoring from 33kV switchgear Local monitoring from 33kV switchgear via the graphical LCD of protection and control device Remote monitoring from control room via SCS HMI Remote monitoring from SCADA system in RCC/NCC

There shall be two 42 LCD on the wall and two PC monitors on the desk. Additionally one maintenance PC shall be supplied for relay setting and monitoring. 1.26.4.3 Bay Interlocking

Both hardware and software interlocking functions shall be provided. Hardware interlocking shall be achieved via the secondary wiring, auxiliary relays, auxiliary contacts etc, while the software interlocking shall be achieved via the CFC (programmable logic) tool of protection and control device. Key with time delay 10 Minte required for opening door of capacitor bank 1.26.4.4 Bay Intertriping Hardware intertripingshall via secondary wiring between bays (Between INC. FDR_OUT FDR._AUX.FDR_CAP.FDR_BUS COPLER) for breaker failure. 1.26.4.5 Instrumentation 33kV Feeders One digital power meter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

One digital power meter shall be used in order to measure the following values: Active power (import) Reactive power (import)

One digital power meter shall be used in order to measure the following values:

`Page | 168

Phase voltages (Va, Vb, Vc) Indication flash for three phase (a,b,c)

33kV Incoming Feeders One digital powermeter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

One digital powermeter shall be used in order to measure the following values: Active power (import) Reactive power (import)

One digital powermeter shall be used in order to measure the following values: Phase voltages (Va, Vb, Vc) Line voltages (Vab, Vbc, Vca)

33kV Bus Sectionalizers One digital powermeter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

33kV Busbars One digital powermeter shall be used in order to measure the following values: Phase voltages (Va, Vb, Vc) Line voltages (Vab, Vbc, Vca) Frequency

33kV Capacitor Bank Feeders One digital powermeter shall be used in order to measure the following values: Phase-A current Phase-B current Phase-C current

One digital powermeter shall be used in order to measure the following values: Reactive power (export)

One digital powermeter shall be used in order to measure the following values: Phase voltages (Va, Vb, Vc)

These parameters shall also be transferred to SCS and RCC/NCC through communication system, that is, no transducer shall be used for this purpose.

`Page | 169

1.26.4.6 Metering

One combined energymeter shall be used for each 33kV incoming and outgoing feeders in order to meter at least the following values: Active energy (import) Reactive energy (import) Maximum demand

These values shall be transferred to SCS and RCC/NCC. 33kV energymeters shall be installed in separate metering panel. One voltage recorder shall be installed in the Metering Panel for recording the voltage changes on each 33kV busbar. 1.26.4.7 Load shedding

One relay shall be provided for each 33kV busbar section and this relay should be seperated. These relays shall be connected to the busbar VTs in order to detect unwanted frequency changes in each busbar. In each 7SJ80 relay, three elements shall be set as underfrequency protection so that three-stage underfrequency load shedding shall be executed. Each 7SJ80 will shed the loads connected to its own busbar regardless of the open or closed position of the 33kV bus section circuit breakers. Load shedding stage for a feeder shall be determined by using a three-position switch installed in the metalclad switchgear. 1.26.4.8 Parallel operation of transformers

After closing the 33kV bus section circuit breaker one of the 33kV incommers shall open after a settable time delay. For this reason synchrocheck function shall be provided for 33kV incommers and bus sectionalizers. Parallel operation mode of the transformers shall be selected as Manual or Automatic. 1.26.4.9 Panel

There shall be no conventional control panel for 33kV feeders. All the protection, control and instrumentation devices shall be installed in the LV compartment of the 33kV metalclad switchgears

1.27

SPECIFICATIONS FOR CIVIL WORKS& BUILDINGS All civil works shall be fully in accordance with the MoE Specifications (reference to VOLUME 2, CIVIL AND BUILDING WORKS, ANDBUILDING SERVICES, JANUARY 2007 ) and below given data. In case of contradictions between the specifications and the below given data, the below given data shall prevail. 1. The civil designshall comply in all respects with the requirements of the latest applicable American Standards. 2. The contractor should be responsible for construction all civil works except the following items which would be done by the employer (as marked in the schedule of civil works construction):

`Page | 170

a. Topographical site survey.


b. c. d. e. f. g. Soil investigation. Site clearing and preparation. Fence & Gates. Guard house building Roads and surface chippings Surface water drainage system

3. The contract is subjected to Conditions of contract for civil engineering work. File: conditions of contract for civil engineering work. PDF

1.28

TECHNICAL SCHEDULES Refer the TECHNICAL SCHEDULES FOR GIS SUBSTATIONS File: 132kV GIS - Volume 1 work. Pdf File: 132kV GIS - Volume 3 work. Pdf File: Tele-communication and SCADA System Specification Pdf Note: Tenderers are required to provide electronic copy of the technical schedules in Word Format, (CD) in addition to the signed copies included in Technical Proposal.

1.29

GENERAL CONDITION 1. The tenderer have to request the statistics directories in Iraq provinces where that project in carried out , and to provide them all the statistical information about project execution stages otherwise the final payment of contract shall not release until provide us approval from above mentioned directories. 2. The contract subjected the rules of Iraqi law that obtaining the government debts No. 56 for year 1977. 3. The tenderer have to submit us a letter of quit claim from retirement office and social insurance which located within the ministry of labour and social affairs. 4. The tenderer shall be responsible for (electrical, mechanical, and civil design), submit detailed and priced BoQ, technical specifications, standard and reference design according to contract items approved by employer to be the basis for the payments agreed upon. 5. The employer will not responsible to pay any amounts to the contractor for the increase in the amount of the quantities contained in the civil work schedule. 6. The employer has the right to deduct the cost of items that have not been implemented or quantities of less than reported at the civil work schedule.. 7. The employer is not responsible for pay any additional cost of the items or quantities not appear in the price schedule by mistake or deliberately, in case affect in the size or capacity or operation of the project and in a form contract, whether those items and quantities in the design or not. 8. The employer has the right to add new items resulting from new requirements were not required under the terms of contract, to be included in contract addendum. 9. The Contractor shall provide detailed schedules for Civil Works include quantities of concrete and rebar and all materials used in the construction process for all the substations, separately according to the design submit by the contractor.

`Page | 171

10. All data and information necessary and required for the completion and submitting as built drawings should be arranged by the contractor representative and transfer to contractor design consultant , the employer are not responsible for the processing of such information. 11. All operational and maintenance instructions and catalogues shall be provided in original form of the manuals with the final submission of O & M Manuals that should be submitted within the contract period, which provide: a) General Description. b) Feature of each device. c) Principle of operation and design selection criteria. d) Fire risk classification and assessment. e) Full specification and physical details. f) Battery sizing calculations. 12. Schedule No. 4 Staff training and FAT factory acceptance test. 12.1. Contractor shall send training and inspection program for approval and this program must be included training or inspection days, subjects and activities. The training should be theoretical and practical by using employer equipment or identical equipment .After completing training the equipment should be inspect the again from the factory to make sure of the lack of damage. a) The above costs shall include. b) Inland transportation from Baghdad city to Bagdad international Airport. c) International and inland transportation (out of Iraq). d) Accommodation costs (including meals) for Employer's staff. e) Visa and insurance charges of Employer's staff. f) Daily allowance amounting to USD 200 per person for Employer's staff for period less than 10 days for countries in the group (A). g) Daily allowance amounting to USD 150 per person for Employer's staff for period more than 10 days for countries in the group (A). h) Daily allowance amounting to USD 250 per person for Employer's staff for period less than 10 days for countries in the group (B). i) Daily allowance amounting to USD 200 per person for Employer's staff for period more than 10 days for countries in the group (B). Group (A):- Syria, Palestine, Morocco, Jordan, Saudi Arabia, Kuwait, Bahrain, Oman, Yemen, Egypt, Sudan, Libya, Tunisia, Algeria, Djibouti, Somalia, Mauritania, Eritrea and Iran. Group (B):- Include other countries in the world not mentioned in the group. 12.2. The training should be in the manufacturing factory. 12.3. The bidder should provide training course details in the offer. 12.4. Schedule of training appointment should be sent at least 3 months before the training date GCC.13. SUBCONTRACTING 13.1 The Appendix to the Contract Agreement titled List of Major Items of Plant and Installation Services and List of Approved Subcontractors, specifies major items of supply or services and a list of approved Subcontractors against each item, including manufacturers and Origin of each major item. Insofar as no Subcontractors are listed against any such item, the Contractor shall prepare a list of Subcontractors for such item for inclusion in such list. The Contractor may from time to time propose any addition to or deletion from any such list. The Contractor shall submit any such list or any modification thereto to the Employer for its approval in sufficient time so as not to impede the progress of work on the Facilities; provided, however, that such approval shall not be unreasonably withheld or delayed, subject to GC Sub-Clauses 17.3.2 through 17.3.7. The Employers approval for any of the Subcontractors shall not relieve the Contractor from any of its obligations, duties or responsibilities under the Contract. 13.2 The Contractor shall select and employ its Subcontractors for such major items from those listed in the lists referred to in GC Sub-Clause 13.1.

`Page | 172

13.3 For items or parts of the Facilities not specified in the Appendix to the Contract Agreement titled List of Major Items of Plant and Installation Services and List of Approved Subcontractors, the Contractor may employ such Subcontractors as it may select, at its discretion. 13.4 Each sub-contract shall include provisions which would entitle the Employer to require the sub-contract to be assigned to the Employer under GC 13.5 (if and when applicable), or in event of termination by the Employer under GC 42.2. 13.5 If a sub-contractors obligations extend beyond the expiry date of the relevant Defects Liability Period and the Project Manager, prior to that date, instructs the Contractor to As GCC 14. COMPLETION OF THE FACILITIES 14.1 As soon as the Facilities or any part thereof has, in the opinion of the Contractor, been completed operationally and structurally and put in a tight and clean condition as specified in the Employers Requirements, excluding minor items not materially affecting the operation or safety of the Facilities, the Contractor shall so notify the Employer in writing. 14.2 Within seven (7) days after receipt of the notice from the Contractor under GC SubClause 14.1, the Employer shall supply the operating and maintenance personnel specified in the Appendix to the Contract Agreement titled Scope of Works and Supply by the Employer for Pre-commissioning of the Facilities or any part thereof. Pursuant to the Appendix to the Contract Agreement titled Scope of Works and Supply by the Employer, the Employer shall also provide, within the said seven (7) day period, the raw materials, utilities, lubricants, chemicals, catalysts, facilities, services and other matters required for Pre-commissioning of the Facilities or any part thereof. 14.3 As soon as reasonably practicable after the operating and maintenance personnel have been supplied by the Employer and the raw materials, utilities, lubricants, chemicals, catalysts, facilities, services and other matters have been provided by the Employer in accordance with GC Sub-Clause 14.2, the Contractor shall commence Pre-commissioning of the Facilities or the relevant part thereof in preparation for Commissioning, subject to GC Sub-Clause 15.5.sign the benefits of such obligations to the Employer, then the Contractor shall do 14.4 As soon as all works in respect of Pre-commissioning are completed and, in the opinion of the Contractor, the Facilities or any part thereof is ready for Commissioning, the Contractor shall so notify the Project Manager in writing. 14.5 The Project Manager shall, within fourteen (14) days after receipt of the Contractors notice under GC Sub-Clause 14.4, either issue a Completion Certificate in the form specified in the Employers Requirements (Forms and Procedures), stating that the Facilities or that part thereof have reached Completion as of the date of the Contractors notice under GC Sub-Clause 14.4, or notify the Contractor in writing of any defects and/or deficiencies. If the Project Manager notifies the Contractor of any defects and/or deficiencies, the Contractor shall then correct such defects and/or deficiencies, and shall repeat the procedure described in GC Sub-Clause 14.4. If the Project Manager is satisfied that the Facilities or that part thereof have reached Completion, the Project Manager shall, within seven (7) days after receipt of the Contractors repeated notice, issue a Com pletion Certificate stating that the Facilities or that part thereof have reached Completion as of the date of the Contractors repeated notice. If the Project Manager is not so satisfied, then it shall notify the Contractor in writing of any defects and/or deficiencies within seven (7) days after receipt of the Contractors repeated notice, and the above procedure shall be repeated. 14.6 If the Project Manager fails to issue the Completion Certificate and fails to inform the Contractor of any defects and/or deficiencies within fourteen (14) days after receipt of the Contractors notice under GC Sub-Clause 14.4 or within seven (7) days after receipt of the Contractors repeated notice under GC Sub-Clause 14.5 then the Facilities or that part thereof shall be deemed to have reached Completion as of the date of the Contractors notice or repeated notice, or as of the Employers use of the Facilities, as the case may be. 14.7 As soon as possible after Completion, the Contractor shall complete all outstanding

`Page | 173

minor items so that the Facilities are fully in accordance with the requirements of the Contract, failing which the Employer will undertake such completion and deduct the costs thereof from any monies owing to the Contractor. 14.8 Upon Completion, the Employer shall be responsible for the care and custody of the Facilities or the relevant part thereof, together with the risk of loss or damage thereto, and shall thereafter take over the Facilities or the relevant part thereof. GCC 15. COMMISSIONING AND OPERATIONAL ACCEPTANCE 15.1 Commissioning 15.1.1 Commissioning of the Facilities or any part thereof shall be commenced by the Contractor immediately after issue of the Completion Certificate by the Project Manager, pursuant to GC Sub-Clause 14.5, or immediately after the date of the deemed Completion, under GC Sub-Clause 14.6. 15.1.2 The Employer shall supply the operating and maintenance personnel and all raw materials, utilities, lubricants, chemicals, catalysts, facilities, services and other matters required for Commissioning. 15.1.3 In accordance with the requirements of the Contract, the Contractors and Project Managers advisory personnel shall attend the Commissioning, including the Guarantee Test, and shall advise and assist the Employer. 15.2 Guarantee Test 15.2.1 Subject to GC Sub-Clause 15.5, the Guarantee Test and repeats thereof shall be conducted by the Contractor during Commissioning of the Facilities or the relevant part thereof to ascertain whether the Facilities or the relevant part can attain the Functional Guarantees specified in the Appendix to the Contract Agreement titled Functional Guarantees. The Employer shall promptly provide the Contractor with such information as the Contractor may reasonably require in relation to the conduct and results of the Guarantee Test and any repeats thereof. 15.2.2 If for reasons not attributable to the Contractor, the Guarantee Test of the Facilities or the relevant part thereof cannot be successfully completed within the period from the date of Completion specified in the PC or any other period agreed upon by the Employer and the Contractor, the Contractor shall be deemed to have fulfilled its obligations with respect to the Functional Guarantees, and GC Sub-Clauses 28.2 and 28.3 shall not apply. 15.3 Operational Acceptance 15.3.1 Subject to GC Sub-Clause 25.4 below, Operational Acceptance shall occur in respect of the Facilities or any part thereof when a. the Guarantee Test has been successfully completed and the Functional Guarantees are met; or b. the Contractor has paid the liquidated damages specified in GC SubClause 28.3 hereof; and c. any minor items mentioned in GC Sub-Clause 14.7 hereof relevant to the Facilities or that part thereof have been completed. 15.3.2 At any time after any of the events set out in GC Sub-Clause 15.3.1 have occurred, the Contractor may give a notice to the Project Manager requesting the issue of an Operational Acceptance Certificate in the form provided in the Employers Requirements (Forms and Procedures) in respect of the Facilities or the part thereof specified in such notice as of the date of such notice. 15.3.3 The Project Manager shall, after consultation with the Employer, and within seven (7) days after receipt of the Contractors notice, issue an Operati onal Acceptance Certificate. 15.3.4 If within seven (7) days after receipt of the Contractors notice, the Project Manager fails to issue the Operational Acceptance Certificate or fails to inform the Contractor in writing of the justifiable reasons why the Project Manager has not issued the Operational Acceptance Certificate, the Facilities or the relevant part thereof shall be deemed to have been accepted as of the date of the Contractors said notice. 15.4 Partial Acceptance 15.4.1 If the Contract specifies that Completion and Commissioning shall be carried out in respect of parts of the Facilities, the provision

`Page | 174

GCC 29 .As set forth in PC 29 GCC 37.1 See PC 37


GCC 16. EXTENSION OF TIME FOR COMPLETION 16.1 The Time(s) for Completion specified in the PC pursuant to GC Sub-Clause 8.2 shall be extended if the Contractor is delayed or impeded in the performance of any of its obligations under the Contract by reason of any of the following: a. any Change in the Facilities as provided in GC Clause 39 b. any occurrence of Force Majeure as provided in GC Clause 37, unforeseen conditions as provided in GC Clause 35, or other occurrence of any of the matters specified or referred to in paragraphs (a), (b) and (c) of GC Sub-Clause 32.2 c. any suspension order given by the Employer under GC Clause 41 hereof or reduction in the rate of progress pursuant to GC Sub-Clause 41.2 or d. any changes in laws and regulations as provided in GC Clause 36 or e. any default or breach of the Contract by the Employer, specifically including failure to supply the items listed in the Appendix to the Contract Agreement titled Scope of Works and Supply by the Employer, or any activity, act or omission of the Employer, or the Project Manager, or any other contractors employed by the Employer, or f. any delay on the part of a sub-contractor, provided such delay is due to a cause for which the Contractor himself would have been entitled to an extension of time under this sub-clause, or g. delays attributable to the Employer or caused by customs, or h. any other matter specifically mentioned in the Contract By such period as shall be fair and reasonable in all the circumstances and as shall fairly reflect the delay or impediment sustained by the Contractor. 16.2 Except where otherwise specifically provided in the Contract, the Contractor shall submit to the Project Manager a notice of a claim for an extension of the Time for Completion, together with particulars of the event or circumstance justifying such extension as soon as reasonably practicable after the commencement of such event or circumstance. As soon as reasonably practicable after receipt of such notice and supporting particulars of the claim, the Employer and the Contractor shall agree upon the period of such extension. In the event that the Contractor does not accept the Employers estimate of a fair and reasonable time extension, the Contractor shall be entitled to refer the matter for resolution, pursuant to GC Sub-Clause 46.1. 16.3 The Contractor shall at all times use its reasonable efforts to minimize any delay in the performance of its obligations under the Contract. 16.4 In all cases where the Contractor has given a notice of a claim for an extension of time under GC 16.2, the Contractor shall consult with the Project Manager in order to determine the steps (if any) which can be taken to overcome or minimize the actual or anticipated delay. The Contractor shall thereafter comply with all reasonable instructions which the Project Manager shall give in order to minimize such delay. If compliance with such instructions shall cause the Contractor to incur extra costs and the Contractor is entitled to an extension of time under GC 16.1, the amount of such extra costs shall be added to the Contract Price.

THE ARABIC VERSION OF CONTRACT SHELL BE ACCREDIT IF THERE IS ANY DIFFERENCE IN INTERPORTATION SUBMIT AQUIT-CLAIM FROM THE MINISTRY OF LABOR&SOCIAL AFFAIR/ RETIREMENT OFFICE& SOCIAL

`Page | 175

1.30

DRAWINGS

`Page | 176

`Page | 177

`Page | 178

`Page | 179

PTZ outdoor camera Fixed outdoor camera Indoor camera Layout Distribution for Camera Design

`Page | 180

`Page | 181

QUALITY ASSURANCE SCHEDULEFOR TYPE & PERFORMANCE OFEQUIPMENT SUBSTATION

No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

DESCRIPTION Wave Trap Line Matching Unit (LMU) PLC - Power Line Carrier PSE - Protection Signaling Equ. PABX Private Automatic Branch Exchange Optical fiberapproach cable (OFAC) Optical fiber accessories Durra line Multiplexer ODF Chargers Batteries Micro SCADA System CCTV system - Coaxial cable :Impedance 75 ohm Instrument & commissioning equipment

Type

Manufacturer

Country of origin

Nature of * manufacturing License

Recommendation * Reference number

* It is regarded compulsory for the supplier to fill this schedule . * All equipment should be from European, USA, Japanese or South Korea origin. * Recommendation reference Number: issued by the international body IEC ITU and the IEC'snumber should be mentioned in this column. * During packing all communication equipment (devices, cables and accessories) should be labelled with name" Communication" on the wooden boxes with bold letters.

`Page | 182

Annex (3)

Communication Room for132kV Substation Air handling unit Air handling unit

5.0 m 0.1 m 0.3 m 3.3 m 1.6 m

0.8 m 0.8 m 0.8 m 0.8 m 0.8 m 1 Panels 6 11 Panels 7 12 8 13 9 14 10 15 2 3 4 5 0.6 m 1.1 m 0.6 m 0.6 m 1.0 m 17 22 18 23 19 24 20 25 0.6 m 0.6 m 1.0 m 27 D 28 F 29 31 30 32 0.6 m 0.6 m 1.3 m 0.6 m 5.0 m 0.1 m

0.3 m 0.3 m 9.2 m 1.6 m 9.2 m

0.3 m 9.2 m 0.3 m

16 21 Panels

1.6 m

0.3 m 0.2 m 1.6 m

26 M

0.7 m 1.0 m 3.9 m

Air handling unit

Air handling unit

Cable tray scheme

Arrangement of equipment

`Page | 183

`Page | 184

ANNEX (2b) Data Structure for Data Transfer System 1. NDC Requirements : a. Link Address Length 1 byte b. ASDU Address Length 1 byte c. Information Object Address Length 2 byte Double points indication and single point indication d. 301 Address e. Analog points Address starting 10001 f. Accumulative points Address starting 2000 g. Control points starting 21000 2. RCC Requirement : a. Link Address Length 1 byte b. ASDU Address Length 2 byte c. Information Object Address Length 2 byte Double points indication and single point indication d. 1-99 Address e. Single points indications Address 2000-2999 e. Analog points Address starting 1000-1999 f. Accumulative pointsAddress 3000-3999 g. Control points 100-999

`Page | 185

`Page | 186

SPECIAL CONDITIONS OF CONTRACT


Refer the Particular Conditions of Contract (PCC).

File Name: PCC for Tender XX/NT/2013.pdf

`Page | 187

CONTRACT FORMS
This Section contains the Letter of Acceptance, the Contract Agreement and Appendices to the Contract Agreement which, once completed, will form part of the Contract. 1.31 NOTIFICATION OF AWARD

Notification of Award
[ Employer's letter head ]

Letter of Acceptance
[ date ] To: [ Name and address of the Contractor ] This is to notify you that your Tender consisting of the Technical and Financial Proposals dated [date] for execution of the [ name of the Contract and identification number, as given in the Contract Data ] for the Contract Price in the aggregate of [ amounts in numbers and words ] [ name of currency ], as corrected and modified in accordance with the Instructions to Tenderers is hereby accepted by the Ministry of Electricity, Republic of Iraq. You are requested to furnish the Performance Security within 14 days in accordance with the Conditions of Contract, using for that purpose one of the Performance Security Forms included in Section 8 (Contract Forms) of the Tender Document

[ Authorized Signature ] [ Name and Title of Signatory ] Ministry of Electricity Republic of Iraq

Attachment: Contract Agreement

`Page | 188

1.32

CONTRACT AGREEMENT

Contract Agreement
THIS AGREEMENT made the ________ day of ________________________, _____, BETWEEN (1) [name of Employer], a corporation incorporated under the laws of [country of Employer] and having its principal place of business at [ address of Employer] (hereinafter called the Employer), and (2) [name of Contractor ], a corporation incorporated under the laws of [ country of Contractor] and having its principal place of business at [ address of Contractor] (hereinafter called the Contractor). WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver, install, complete and commission certain Facilities, viz. [ list of facilities] (the Facilities) and the Contractor have agreed to such engagement upon and subject to the terms and conditions hereinafter appearing. NOW IT IS HEREBY AGREED as follows: Article 1: Contract Documents 1.1 Contract Documents The following documents shall constitute the Contract between the Employer and the Contractor, and each shall be read and construed as an integral part of the Contract: a. b. c. This Contract Agreement and the Appendices hereto Letter of Financial Proposal and Price Schedules submitted by the Contractor Letter of Technical Proposal and Technical Proposal submitted by the Contractor Special Conditions General Conditions Specification Drawings Other completed Tender Forms submitted with the Letters of Technical and Financial Proposals Any other documents part of the Employers Requirements Any other documents shall be added here

d. e. f. g. h.

i. j.

`Page | 189

1.2

Order of Preference In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence shall be the order in which the Contract Documents are listed in Article 1.1 (Contract Documents) above.

1.3

Definitions Capitalized words and phrases used herein shall have the same meanings as are ascribed to them in the General Conditions.

Article 2: Contract Price and Payment 2.1 Contract Price The Employer hereby agrees to pay to the Contractor the Contract Price in consideration of the performance by the Contractor of its obligations hereunder. The Contract Price shall be the aggregate of: [. . . amounts of foreign currency in words . . . ], [. . . amounts in figures. . . ] as specified in Price Schedule No. 5 (Grand Summary), [. . . amounts of local currency in words . . . ], [. . . amounts in figures. . . ], or such other sums as may be determined in accordance with the terms and conditions of the Contract.

2.2

Terms of Payment The terms and procedures of payment according to which the Employer will reimburse the Contractor are given in the Appendix (Terms and Procedures of Payment) hereto. The Employer shall instruct its bank to issue an irrevocable documentary credit made available to the Contractor in a bank in the country of the Contractor. The credit shall be for an amount of [. . . amount equal to the total named in Schedule 1 less the advance payment to be made for Plant and Equipment supplied from abroad. . . ]; and shall be subject to the Uniform Customs and Practice for Documentary Credits 1993 Revision, ICC Publication No. 500. In the event that the amount payable under Schedule No. 1 or with any of the other terms of the Contract, the Employer shall arrange for the documentary credit to be amended accordingly.

Article 3: Effective Date 3.1 Effective Date The Effective Date upon which the period until the Time for Completion of the Facilities shall be counted from is the date when all of the following conditions have been fulfilled: a. This Contract Agreement has been duly executed for and on behalf of the Employer and the Contractor; Opening letter of credit in favour of contractor from the issuing date of letter credit not from receiving by the second party's advising bank. The Employer will notpay the Contractor the advance payment. (advance payment not applicable in this tender) The Contractor has been advised that the documentary credit has been issued in its favour (from the issuing date of letter of credit not from receiving by the second party's advising Bank) Site hand over for the Turnkey project substations.
`Page | 190

b.

c.

d.

e.

Each party shall use its best efforts to fulfil the above conditions for which it is responsible as soon as practicable.

Article 4: Communications 4.1 The address of the Employer for notice purposes is: AL MANSOUR, P O BOX 55243, BAGHDAD, REPUBLIC OF IRAQ 4.2 The address of the Contractor for notice purposes is: [Contractor's address].

Article 5: Appendices 5.1 The Appendices listed in the attached List of Appendices shall be deemed to form an integral part of this Contract Agreement. Reference in the Contract to any Appendix shall mean the Appendices attached hereto, and the Contract shall be read and construed accordingly.

5.2

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly executed by their duly authorized representatives the day and year first above written. Signed by, for and on behalf of the Employer [Signature] [Title] in the presence of [Signature] [Title]

Signed by, for and on behalf of the Contractor [Signature] [Title] in the presence of [Signature] [Title]

`Page | 191

APPENDICES Appendix 1 Appendix 2 Appendix 3 Appendix 4 Appendix 5 Appendix 6 Appendix 7 Terms and Procedures of Payment Price Escalation Insurance Requirements Time Schedule List of Major Items of Plant and services and List of Approved Subcontractors Scope of Works and Supply by the Employer List of Documents for Approval or Review

`Page | 192

1.33

APPENDIX 1 -TERMS AND PROCEDURES OF PAYMENT In accordance with the provisions of (Terms of Payment), the Employer shall pay the Contractor in the following manner and at the following times. TERMS OF PAYMENT The Employer shall propose the payment facilities to be made according to the following payment. a. prices will be on basis of CIP warehouse according to Inco terms (2010) in USD or Euro. Details of payment terms are as follows. b. Once the contract is signed, the Employer shall open an irrevocable Letter of Credit (LC) according to facilities payment through the Trade Bank of Iraq (TBI) in favour of the Contractor at their nominated international bank through the Trade Bank of Iraq (TBI) as follows. - 10% advance payment against presentation of bank guarantee with the same amount of advance payment . - 5% will be paid after submitted designs being approved. - 35% will be paid after issuing the primary acceptance certificate (PAC). - 5% will be paid after issuing the final acceptance certificate (FAC). - 25% will be paid after (365) days from issuing the primary acceptance certificate (PAC). - 20% will be paid after (730) days from issuing the primary acceptance certificate (PAC).

the requirements of 35% payment as below :1- Document for Material plant & equipment including spare parts : original commercial invoice and two(2)copies. original CMR stamped by MOE representative at Iraqi border or bill of lading or multimodal . - original certificate of origin and one (1) copy . - original insurance certificate and one (1) copy. - Original , Packing List and Weight Certificate - original third partys inspection certificate and one (1) copy. Above original documents send through trade bank of Iraq (TBI) and approved the receiving of material compliance with employer specification in the site/ warehouse with a copy of above mentioned documents .

`Page | 193

2- Document for civil works. - submit commercial invoice with approved from site committee and manager of project and director general . 3- documents for Training and Witnessing - submit attendance sheet approved by employer delegations and director general . 4- documents for supervision - submit attendance sheet approved by employer and director general. 5- primary acceptance certificate (PAC) issue after complete supply and activities . 1.33.1 Appendix 2 - Price Escalation This is a fixed price contract and price escalation is not applicable 1.33.2 Appendix 3 - Insurance Requirements Insurances to be taken out by the Contractor In accordance with the Contractor shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurances set forth below in the sums and with the deductibles and other conditions specified. The identity of the insurers and the form of the policies shall be subject to the approval of the Employer, such approval not to be unreasonably withheld. a. Cargo Insurance Covering loss or damage occurring, while in transit from the suppliers or manufacturers works or stores until arrival at the Site, to the Facilities (including spare parts therefore) and to the construction equipment to be provided by the Contractor or its Subcontractors. b. Installation All Risks Insurance Covering physical loss or damage to the Facilities at the Site, occurring prior to completion of the Facilities, with an extended maintenance coverage for the Contractors liability in respect of any loss or damage occurring during the defect liability period while the Contractor is on the Site for the purpose of performing its obligations during the defect liability period. c. Third Party Liability Insurance Covering bodily injury or death suffered by third parties (including the Employers personnel) and loss of or damage to property (including the Employers property and any parts of the Facilities that have been accepted by the Employer) occurring in connection with the supply and installation of the Facilities. d. Automobile Liability Insurance

`Page | 194

Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them) in connection with the supply and installation of the Facilities. Comprehensive insurance in accordance with statutory requirements. e. Workers Compensation In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is executed. f. Employers Liability In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is executed. 1.33.3 Appendix 4 - Time Schedule -The Overall contract Period for 16 months from the Contract Effective Date. No alternative time schedules are acceptable. 1.33.4 Appendix 5 - Major Items of Plant & Services / Subcontractors A list of major items of plant and services is provided below. The following Subcontractors and/or manufacturers are approved for carrying out the item of the facilities indicated. Where more than one Subcontractor is listed, the Contractor is free to choose between them, but it must notify the Employer of its choice in good time prior to appointing any selected Subcontractor. the Contractor is free to submit proposals for Subcontractors for additional items from time to time. No Subcontracts shall be placed with any such Subcontractors for additional items until the Subcontractors have been approved in writing by the Employer and their names have been added to this list of Approved Subcontractors. Major Items of Plant and Services Approved Subcontractors/Manufacturers Nationality

`Page | 195

1.33.5 Appendix 6 - Scope of Works and Supply by the Employer The following personnel, facilities, works and supplies will be provided/supplied by the Employer. All personnel, facilities, works and supplies will be provided by the Employer in good time so as not to delay the performance of the Contractor, in accordance with the approved Time Schedule and Program of Performance pursuant. Unless otherwise indicated, all personnel, facilities, works and supplies will be provided free of charge to the Contractor. Personnel Nil Charge to Contractor (if any)

Facilities Nil

Charge to Contractor (if any)

Works Nil

Charge to Contractor (if any)

Supplies Nil

Charge to Contractor (if any)

1.33.6 Appendix 7 - List of Documents for Approval or Review Pursuant, the Contractor shall prepare, or cause its Subcontractor to prepare, and present to the Project Manager in accordance with the requirements of (Program of Performance), the following documents for; A. Approval 1. Construction drawings 2. Test reports, standards certificates, quality control reports etc. 3. Design reports 4. Method statements 5. Any other documents specified in the specification or as request by the Engineer B. Review 1. As built drawings 2. Operation and maintenance manuals 3. Any other documents specified in the specification or as request by the Engineer

`Page | 196

1.34

BANK GUARANTEE FORMS 1.34.1 Bank Guarantee Form for Advance Payment

ADVANCE PAYMENT GUARANTEE STANDARD WORDING We, Trade Bank of Iraq, are issuing this Advance Payment Guarantee to you (name of beneficiary of guarantee who is also the applicant of the connecting L/C) in connection with the contract dated XXX (the "Contract") between you and (name of beneficiary of L/C) (the "Customer") relating to (brief description of underlying transaction) pursuant to which are required to make an advance payment in the amount of (amount in numbers) (amount in words) (the "Advance Payment") and that in relation to the Advance Payment you require a Bank Guarantee. We hereby guarantee to pay to the Development Fund for Iraq for, your account, such amount as you may claim from us hereunder upon presentation of your first written demand at our counters purporting to be signed by your authorized signatory specifying the amount claimed hereunder, certifying that the Customer has failed to fulfil its obligations to you under the Contract and that accordingly you are entitled to receive payment of the Advance Payment, provided that: 1. 2. 3. 4. 5. 6. Only one demand may be made hereunder /more than one demand may be made hereunder prior to the Expiry Date (as defined below). The payment of any claim should be made on first demand regardless of any contestation between the parties concerned. We confirm to you that the necessary approval of the Foreign Exchange Authorities has been already obtained for issuing this Guarantee. The payment of any claim should be made according to the prevailing exchange rate at the actual date of payment. In case of dispute, the Guarantee is subject to Iraqi law. This Guarantee is not subject to any conditions other than those conditions stated above.

Let it be known that this letter of Guarantee being solely in your favour as beneficiary is not assignable or transferable to any third party, likewise it is not transferable by the principal to any other beneficiary or third party whom so ever is not permissible, as same being personal to all parties concerned. By this present letter of Guarantee, we undertake to pay to you any amount or claim not exceeding under any circumstances the above mentioned amount, provided the claim falls within the direct scope of the matter to be indemnified and is irrelevant to any matter even if these matters resulting from the subject to be indemnified or relevant thereto, when particular to any party, whatsoever its origin, since this letter of Guarantee is in your favour as the sole beneficiary and subject to our receipt of your claim in this office not later than the official working hours of day xxx of the month xxx in the year xxx (the "Expiry Date") otherwise, should we not receive any claim from you by that date our liability will cease and the present letter of Guarantee will become null and void and it will be removed from our records, in any event or for any reason our maximum liabilities under this letter of Guarantee will not exceed the sum to be indemnified shown here above. Yours faithfully, AUTHORISED SIGNATURE Please very urgently issue under our risk and responsibility your Advance Payment Guarantee/Performance Bond for an amount of xxxx(amount numbers) (amount in words) for

`Page | 197

account of xxxx In favour of xxxx, valid until xxxx, covering xxxxxx. Please issue the following text: QUOTE INSERT ONE OF THE FOLLOWING 1. 2. 3. 4. STANDARD WORDING FOR ADVANCE PAYMENT GUARANTEES; OR STANDARD WORDING FOR PERFORMANCE BONDS; OR TEXT OF ADVANCE PAYMENT GUARANTEE AS AGREED BETWEEN APPLICANTS & BENEFICIARY OF UNDERLYING L/C APPLICATION TEXT OF PERFORMANCE BOND AS AGREED BETWEEN APPLICANT & BENEFICIARY OF UNDERLYING L/C APPLICATION

UNQUOTE (ENC .l) Delivery Instructions: In consideration of you issuing your Payment Guarantee/Performance Bond as requested above we hereby open in your favour our Irrevocable Standby Letter of Credit number (xxxx) for an amount of (amount numbers) (amount in words) available against your authenticated SWIFT that you have duly issued your Advance Payment Guarantee/Performance Bond as requested by ourselves and that you have received a claim in accordance with the terms of the Advance Payment Guarantee/performance Bond. This Standby Letter of Credit expires on (date of expiry plus 15 days) and is subject to the Uniform Customs and Practice for Documentary Credits ( Revision) International Chamber of Commerce Publication No. 600 and any amendments thereto and revisions thereto. In the event of a drawing under this Advance Payment Guarantee/Performance Bond our maximum aggregate liability is restricted to (amount in numbers) (amount in words). We undertake to pay to the Development Fund for Iraq, for account of Trade Bank of Iraq on your first authenticated SWIFT /Tested Telex demand, any amount that you may claim not exceeding the total value of the said Guarantee/Bond provided that such demand is in accordance with Advance Payment Guarantee/Performance Bond Any payments made relative to the issuance of this Guarantee will draw down the Letter by Credit of by the same amount. 1.34.2 Bank Guarantee Form for Performance Security

Performance Bond STANDARD WORDING Please very urgently issue under our risk and responsibility your Performance Bond for an amount of (amount in numbers) (amount in words) for account of (the Customer) and in favor of [the Beneficiary), valid until (date) and covering (description). Please issue in the following forma: QUOTE To: (Beneficiary). Date: We Trade Bank of Iraq, are issuing this Performance Bond guarantee to you at the request of (name of Customer) (the "Customer") for a maximum aggregate amount of up to (amount in numbers) (amount in words) between you and' the Customer relating to (description)

`Page | 198

We hereby guarantee to pay to you such amount as you may claim from us hereunder upon presentation of your first written demand at our counters purporting to be signed by your authorized signatory specifying the amount claimed hereunder, certifying that the Customer has failed to fulfil its obligations to you under (the Contract and that accordingly you are entitled to receive payment under the Performance Bond provided that: 1. 2. 3. 4. 5. 6. Only one demand may be made hereunder/more than one demand may be made hereunder prior to the Expiry Date (as defined below). The payment of any claim should be made on first demand regardless of any contestation between the parties concerned. We confirm to you that the necessary approval of the Foreign Exchange Authorities has been already obtained for issuing this Performance Bond. The payment of any claim should be made according to the prevailing exchange rate at the actual date of payment. In case of dispute, (this Performance Bond is subject to Iraqi law. This Performance Bond is not subject to any conditions other than those conditions stated above.

Let it be known that this Performance Bond being solely in your favour as Beneficiaries is not assignable or transferable to any third party, (likewise it is not transferable by the principal to any other beneficiary or third party whom so ever is not permissible), as same being personal to all parties concerned. By this Performance Bond, we undertake to pay to you any amount or claim not exceeding under any circumstances the above mentioned amount, provided the claim falls within the direct scope of the matter to be indemnified and is irrelevant to any other matter even if these matters resulting from the subject to be indemnified or relevant thereto, when particular to any party, whatsoever its origin, since this Performance Bond is in your favour as the sole Beneficiary and subject to our receipt of your claim in this office not later than the official working hours of day xxx of the month xxx in the year xxx (the "Expiry Date"), otherwise, should we not receive any claim from you by that date our liability will cease and the present Performance Bond will become null and void and it will be removed from our records. In any event or for any reason our maximum liabilities under this Performance Bond will not exceed the sum to be indemnified shown here above. Yours faithfully, AUTHORISED SIGNATURE UNQUOTE In consideration of you issuing your Performance Bond as requested above we hereby open in your favour our Irrevocable Standby Letter of Credit number XXX for an amount of (amount in numbers) (amount in words) available against your claim transmitted by authenticated SWIFT / that you have duly issued your Performance Bond as requested by ourselves and that you have received a claim in accordance with the terms of the Performance Bond. This Standby Letter of Credit expires on (Performance Bond Expiry Date+15 days) and is subject to Uniform Customs and Practice for Documentary Credits ( Revision) International Chamber of Commerce Publication No, 600. In the event of a drawing under this Standby Letter of Credit our maximum aggregate liability is restricted to (amount in numbers) (amount in words). We undertake to pay to you on your first authenticated SWIFT / Tested Telex demand any amount that you may claim not exceeding the total value of the said Performance Bond provided that such demand is in accordance with our Standby Letter of Credit.

`Page | 199

`Page | 200

También podría gustarte