Professional Documents
Culture Documents
Construction of New 132/33 KV Gis Substation at Kuli, District - Murshidabad. (Package-12)
Construction of New 132/33 KV Gis Substation at Kuli, District - Murshidabad. (Package-12)
Bid documents for both Packages shall be on sale from 09.04.2012 to 20.04.2012 & bids shall be
received up to 2-00 PM on 30.05.2012 and shall be opened on 30.05.2012 at 3-00 PM.
WBSETCL intends to finance these packages through Loan/Bond.
Interested bidders shall obtain detailed NIT and bidding documents for individual/both the
packages
from A.C.E. & Nodal Officer, Procurement, 10th.Floor, B Block,Vidyut
Bhavan,Block-DJ ,Sector-II,Salt Lake,Kolkata-91,Tel:033-23197713,FAX:033-23591894, on
payment of prescribed cost of bidding documents separately for each Package. Detailed NITs
for both the Packages are also available at WBSETCL website (www.wbsetcl.in) and can be
downloaded from the website for bidders information.
1.0 West Bengal State Electricity Transmission Company Limited herein referred to as
WBSETCL invites sealed bids through Domestic Competitive Bidding(DCB) from eligible
bidders for design, engineering, civil construction, supply & delivery (Power Transformers
to be supplied by WBSETCL), erection, testing and commissioning including
transportation & insurance, storage in respect of Kuli 132 KV GIS and their associated
works as defined in the bid document on Turn-key Basis against NIT No. CE
(Procurement)/WBSETCL/TransProject/Sub-Stn./Package 12 (Kuli) & Package 13
(Khejuria)/2012-13/01
Dated 09.04.2012 as per the scope of work mentioned
hereinafter.
Interested eligible bidders may obtain further information on the bidding documents from
the Office of the Chief Engineer(Procurement) , WBSETCL at the address given
below:Vidyut Bhavan, 10th. Floor
B Block,
Salt Lake, Block DJ
Sector II, Kolkata-91.
2.1 Schedule of Work and Completion period:
Sl
no
1.
12
Kuli
132/33
KV GIS
Status
Completion
of Sub- time.
station
(i) 2 nos 132 KV GIS Feeder Bays
New
16 Months
(ii) 2 nos 132 KV GIS Bays for 50
from
the
MVA, 132/33 KV Transformer.
Date
of
(iii) 1 no 132 KV GIS Bus Coupler
LOA.
Bay with Main Bus PTs.
(iv) 33 KV Indoor Draw out type
SF6 switchgear assembly complete
comprising of 10 nos outgoing
Feeder bays, 2 nos Incoming
Transformer Bays, 1 nos Bus
Coupler Bay and 1 no Bus
sectionalizing bay including 2 set of
Bus PTs.
(v) 2 nos 315 KVA, 33/0.4 KV
Station Service Transformer.
(vi) 2 nos 100KVA, 33/0.4 KV
Earthing Transformer.
The above scope shall also include supply, delivery, erection, testing and commissioning of
PLCC works at linking substation viz Gokarna and Sainthia.
3.0 WBSETCL intends to finance this package through Loan/Bond.
4.0 Detailed Specification , scope of work and conditions are given in the bidding documents,
which are available for sale at the address given below as per the following schedule :
Bidding document No
:
:
:
CE(Procurement)/WBSETCL/Trans.
Project/Sub-Stn/Package-12(Kuli)/201213/01 Dtd 09/04/12
From 09.04.2012 to 20.04.2012(except
holidays Monday to Friday)
From 11-00 AM.to3-00 PM
27.04.2012 by 3.00 P.M.
The bidder should own or should have assured access to the manufacturing
facilities for supplying of 132 KV and above class major equipment e.g.
Transformer, Circuit Breakers, Surge Arrestors, CVTs, C&R Panels, Isolators,
PLCC terminals, Wave Trap and 33 KV Indoor Switchgear panel.
ii)
The bidder shall supply 132 KV and above KV class GIS equipment from any
national/internationally reputed manufacturer against which minimum 3(three)
nos. complete GIS bays comprising of one no. underground cable circuit for
feeder bay, one no. underground cable circuit for transformer bay and one no.
Bus Coupler bay have already been installed and commissioned in India under
Turn Key Contracts during last 10(ten) years from the date of NIT and the said
GIS equipments bays are under satisfactory operation for not less than 1(one) year
as on date of NIT (to be supported by authenticated documents).
iii)
The bidder may or may not be the manufacturer of 132 KV and above voltage
class Indoor GIS switchgear/modules. In case, the bidder is not the manufacturer,
they must obtain authorization from the manufacturer of GIS equipment meeting
the criteria (ii) above provided they furnish legally enforceable undertaking
jointly with the GIS manufacturer to guarantee quality, timely supply,
performance, service support, availability of spares during lifecycle of the offered
equipments and defect liability obligations as specified in the relevant technical
specification and General Condition of Contract. The same is also applicable if
bidders parent company (principals) is the supplier of GIS equipment.
iv)
v)
All equipment including GIS equipment offered for this package shall be type
tested. Copies of type test reports identical to the offered equipment including
GIS equipment, as per details given in technical specifications, shall be attached
with the bid document.
The bidder should submit history of past supply, clients certificate in support of
satisfactory operation of 132 KV or above KV class substation meeting the
criteria as mentioned in a (i) and 132 KV or above KV class GIS equipments
meeting the criteria as mentioned in a (ii) above.
c) Personnel Capability
i)
The bidder must have full-fledged set up for executing similar turnkey projects.
Details of execution set up to be deployed by the bidder shall be furnished in their
offer.
Project Management team shall be headed by a Project Manager (Engineering
Graduate) with at least 10(ten) years experience in execution of such contract of
comparable nature. He shall be stationed at work site. However, installation,
testing and commissioning of GIS equipments shall be done under direct
supervision of the original GIS equipment manufacturer.
Financial
i)
In order to qualify for this package, the bidder must be having Financial Net
Worth at the end of last financial year not less than Rs6.0 Crore(Rupees Six
Crore only).
ii)
Average Annual Turnover during last three financial years shall not be less than
Rs25.0 Crore (Rupees Twenty Five Crore only).
7.0 WBSETCL reserves the right to accept or reject any bid partly or fully or cancel the bidding
without assigning any reasons thereof and in such case no bidder/ intending bidder shall
have any claim arising out of such action.
9.0 West Bengal State Electricity Transmission Company Limited herein referred to as
WBSETCL invites sealed bids through Domestic Competitive Bidding(DCB) from eligible
bidders for design, engineering, civil construction, supply & delivery (Power Transformers
to be supplied by WBSETCL), erection, testing and commissioning including
transportation & insurance, storage in respect of Khejuria 132 KV GIS and their
associated works as defined in the bid document on Turn-key Basis against NIT No.
CE (Procurement)/WBSETCL/TransProject/Sub-Stn./Package12 (Kuli) & Package 13
(Khejuria)/2012-13/01 Dated 09.04.2012 as per the scope of work mentioned hereinafter.
10.0
SCOPE OF WORK
The brief scope of work is as under:
The work covered under this scope is for construction of Gas Insulated 132/33 KV (132 KV
Indoor type GIS & 33 KV Indoor type switchgear) substation at Khejuria, District:Malda
alongwith PLCC works at Khejuria substation and its linking substation at Malda 132/33
Substation in the District of Malda and Raghunathgunj 132/33 KV substation, Dhulian
132/33 KV Substation and M/s Ambuja Bulk Power Premises in the District of
Murshidabad on Turn-Key basis. This also includes the following but not limited to:
Preparation of Sub-station layout, detailed engineering, supply & delivery of all
Sub-stations structures including equipment structures, GIS equipments and associated
outdoor equipments conforming to technical specification and as per Schedule , civil
foundations, Integrated GIS buildings, utility buildings/quarters etc as applicable as
furnished in the Bid document and other civil works etc along with erection, testing and
commissioning of substation in all respects including Power Line Carrier Communication
through 132 KV lines.
Interested eligible bidders may obtain further information on the bidding documents from
the Office of the Chief Engineer(Procurement) , WBSETCL at the address given
below:Vidyut Bhavan, 10th. Floor
B Block,
Salt Lake, Block DJ
Sector II, Kolkata-91.
2.1 Schedule of Work and Completion period:
Sl Package Name of Sub Station
Brief Scope of works
Status of Completi
No
n
Subon
o
station
period
1
13
16
months
from the
date of
LOA
The above scope shall also include supply, delivery, erection, testing and commissioning of
PLCC works at linking substation viz Malda, Dhulian and Ragunathganj.
11.0
12.0 Detailed Specification , scope of work and conditions are given in the bidding documents,
which are available for sale at the address given below as per the following schedule :
Bidding document No
:
:
:
CE(Procurement)/WBSETCL/Trans.
Project/Sub-Stn/Package 13 (Khejuria) /
2012-13/01 Dtd 09/04/12
From 09.04.2012 to 20.04.2012(except
holidays Monday to Friday)
From 11-00 AM.to3-00 PM
27.04.4.2012 by 3.00 P.M.
The bidder should own or should have assured access to the manufacturing
facilities for supplying of 132 KV and above class major equipment e.g.
Transformer, Circuit Breakers, Surge Arrestors, CVTs, C&R Panels, Isolators,
PLCC terminals, Wave Trap and 33 KV Indoor Switchgear panel.
vii)
The bidder shall supply 132 KV and above KV class GIS equipment from any
national/internationally reputed manufacturer against which minimum 3(three)
nos. complete GIS bays comprising of one no. underground cable circuit for
feeder bay, one no. underground cable circuit for transformer bay and one no.
Bus Coupler bay have already been installed and commissioned in India under
Turn Key Contracts during last 10(ten) years from the date of NIT and the said
GIS equipments bays are under satisfactory operation for not less than 1(one) year
as on date of NIT (to be supported by authenticated documents).
viii)
The bidder may or may not be the manufacturer of 132 KV and above voltage
class Indoor GIS switchgear/modules. In case, the bidder is not the manufacturer,
they must obtain authorization from the manufacturer of GIS equipment meeting
the criteria (ii) above provided they furnish legally enforceable undertaking
jointly with the GIS manufacturer to guarantee quality, timely supply,
performance, service support, availability of spares during lifecycle of the offered
equipments and defect liability obligations as specified in the relevant technical
specification and General Condition of Contract. The same is also applicable if
bidders parent company (principals) is the supplier of GIS equipment.
ix)
x)
All equipment including GIS equipment offered for this package shall be type
tested. Copies of type test reports identical to the offered equipment including
GIS equipment, as per details given in technical specifications, shall be attached
with the bid document.
The bidder should submit history of past supply, clients certificate in support of
satisfactory operation of 132 KV or above KV class substation meeting the
criteria as mentioned in a (i) and 132 KV or above KV class GIS equipments
meeting the criteria as mentioned in a (ii) above.
f) Personnel Capability
ii)
The bidder must have full-fledged set up for executing similar turnkey projects.
Details of execution set up to be deployed by the bidder shall be furnished in their
offer.
Project Management team shall be headed by a Project Manager (Engineering
Graduate) with at least 10(ten) years experience in execution of such contract of
comparable nature. He shall be stationed at work site. However, installation,
testing and commissioning of GIS equipments shall be done under direct
supervision of the original GIS equipment manufacturer.
Financial
iii)
In order to qualify for this package, the bidder must be having Financial Net
Worth at the end of last financial year not less than Rs 6.0 Crore(Rupees Six
Crore only).
iv)
Average Annual Turnover during last three financial years shall not be less than
Rs28.0 Crore (Rupees Twenty Eight Crore only).
15.0 WBSETCL reserves the right to accept or reject any bid partly or fully or cancel the bidding
without assigning any reasons thereof and in such case no bidder/ intending bidder shall
have any claim arising out of such action.