Download as pdf or txt
Download as pdf or txt
You are on page 1of 15

Singe Stage-Two Envelope

THE BIDDER/CONTRACTOR/SUPPLIER

Subject: INVITATION LETTER TO BID (ILTB)


SUPPLY AND DELIVERY OF UNIVERSAL CALIBRATOR AND INSULATION RESISTANCE TESTER

Reference Number: TSSD-ARP-2020-089


PR Number/s: 10049838R

Gentlemen:

The National Grid Corporation of the Philippines (NGCP) is inviting you to participate as one of the bidders for the subject reference requirement.

Please acknowledge receipt of this Invitation Letter to Bid by sending your intent/regret confirmation thru email at arpasagui@ngcp.ph.

Note: For vendors who can't participate, please state the reasons why you are declining to participate and if you still wish to be invited in NGCP's future
requirements. Failure to acknowledge the invitation may result to removal of the name of such recipient from the NGCP’s Accredited Vendors list for the type of
goods covered by this ILTB.

The proposal shall be in accordance with the requirement/s of the Bidding Documents which you can access and download at http://www.ngcp.ph. Bids offered
must be the best proposal and any unsolicited discount shall not be accepted.

The schedule of procurement activities are as follows:

Deadline for Submission of Bids December 2, 2020 Ground Floor, Quezon Avenue, Cor BIR Road, Diliman, Quezon
5:00 PM City

INFORMATION FOR THIS BID:


Basis of Award: Item Basis
Delivery Period: 60 Calendar Days
Bid Security: N/A

Failure to adhere to the requirements of the ILTB may be grounds for disqualification of the Bidder.

Bids in sealed envelopes must be delivered and should reach the following address no later than the bid submission date and time. Late bids shall be rejected.
Please take into sufficient consideration for shipping the documents. Note: Bid proposal may also be submitted thru email.

Procurement Operations Department - Supply Chain Management Group


NATIONAL GRID CORPORATION OF THE PHILIPPINES
Ground Floor, Quezon Avenue, Cor BIR Road, Diliman, Quezon City

Should you have any inquiries about the requirement, please coordinate with ARNIEL R. PASAGUI (buyer) of Technical & Strategic Sourcing Department through
telephone at 8637100/7221- loc. 4094 or email at arpasagui@ngcp.ph.

Very truly yours,

ELOISA V. LACHICA
O&M Account Division Manager
Technical Strategic and Sourcing Department

Invitation Letter to Bid


INSTRUCTIONS TO BIDDERS (ITB):
A. Introduction
1. General: The National Grid Corporation of the Philippines (NGCP) wishes to receive bids for the above named project/requirement based on Terms of Reference (TOR).
2. Both Accredited and non-Accredited SUPPLIERs are allowed to participate in this Bidding. SUPPLIERs who wish to be accredited shall coordinate with the Systems & Standards Division thru email:
eprocurement@NGCP.ph.

B. Bidding Documents
1. Examination of Bidding Documents: The Bidder should examine the bid proposal form, plans, specifications, and specified work locations before submitting a bid. Submitting a bid will be construed that the Bidder
has performed this examination.
2. Clarification of Bidding Documents: From the date of receipt of this ITB until instructed otherwise, all written or verbal communications by the Bidder with NGCP or any party connected with this procurement
activity must be directed exclusively to the NGCP Buyer identified in Invitation Letter to Bid (ILTB) as the contact person.
3. Amendments of Bidding Documents: NGCP may amend the Bidding documents, if necessary, due to any clarification requested by a prospective Bidder, error in Bidding Documents, changes in the requirement
or NGCP’s initiative.

C. Bid Preparation
1. Language All brochures, correspondence, documents and bid offer shall be written in English
2. Documents To be prequalified, the Bid submission shall comprise the following annexes below:
Comprising the Bid Sealed Envelope # of Copies Annex/es
First (1st) One (1) Annex A: Accomplished Bid Price Schedule (BPS) in accordance with NGCP’s BPS Form.
original only
Annex B: Notarized Copy of Non-Disclosure Undertaking
Annex C: Notarized Copy of Authority of Signatory or Special Power of Attorney (For SOLE PROPRIETORSHIP)
Secretary's Certificate (For CORPORATIONS)
Second (2nd) One (1) Annex D: Technical Proposal in the format provided in the Technical Data Sheet (TDS)/SUPPLIER’s Technical Quotation Form (STQF). If applicable, Bidder
original only needs to attach a copy of Certificate of Distributorship issued by Manufacturer.
With attached Original Brochures (if applicable)
Note: Bids submitted will be 1. Failure to submit the data required in BPS, TDS/STQF and other required documents.
rejected and consider as non-
2. TDS contains any commercial terms.
complying if:
3. Bid Offer Quotation: All quoted items shall be brand new. The Bidder shall indicate on the appropriate Bid Price Schedule Form the unit prices (where applicable) and total Bid Price of the
goods/services it proposes to supply under the requirement. The quotation shall include Loading and Unloading, Stockpiling, Insurance and Delivery to Site.
Offer: Offshore: a. Foreign SUPPLIER: Price quotation shall include the cost for Load Port Survey Report (LPSR) for Break Bulk Shipment or Certificate of Inspection for
Containerized Shipment for all importations by NGCP through its approved Cargo Surveyor. Original copy of complete Shipping Documents shall be provided not
later than four (4) days after departure in the Port of Origin use to facilitate the release of shipment in Bureau of Customs. The Bidder is required to secure 21
calendar days guaranteed free time demurrage and storage from the shipping line, plus seven (7) days guaranteed free time detention. Otherwise, all incurred
charges resulting from demurrage, storage and detention will be for the account of SUPPLIER.

Offer must be submitted net of any taxes or customs duties. The quotation shall include Loading and Unloading, Stockpiling, Insurance and Delivery to Site.

Note: The Foreign SUPPLIER shall nominate a Local SUPPLIER for the delivery.
In the event that Foreign SUPPLIER will nominate their Local PARTNER SUPPLIER, they should refer to the list D- LIST OF APPROVED
SUPPLIERS/CONTRACTORS/HAULERS/FORWARDERS via this link (https://www.ngcp.ph/pmd_document_viewer/accreditation.aspx). If NOT FOUND, kindly
refer them to the list A - NGCP E-REGISTRATION & ACCREDITATION SYSTEM.
Onshore: b. Local SUPPLIER: The quotation shall include Loading and Unloading, Stockpiling, Insurance and Delivery to Site.
Bid Security: N/A
(1) All Bids shall be accompanied by a Bid Security, payable to the NGCP. The Bid Security shall guarantee that the Bidder will comply with the terms and conditions under the
Bidding Documents. Bid Security shall serve as a guarantee that, after receipt of the, Notice of Award, the winning bidder shall enter into contract with the Owner within the
prescribed time and furnish the securities required under the Bidding Documents.
(2) The Bid Security shall be in the form of cash, manager's check or Surety Bond issued by a bonding company accredited by the Owner. This shall be based on the Exchange
Rate Bulletin from the Treasury Department of the Bangko Sentral ng Pilipinas ten (10) days before the Bid Opening Date.
(3) The Bid Security shall be forfeited in any fo the following cases:
(a) The Bidder has withdrawn its Bid after Bid Opening or prior to expiry date;
(b) The Bidder did not accept the correction of the Bid Price;
(c ) The Bidder failed to sign the Contract awarded to him;
(d) The Bidder failed to provide the Securities required within the period stated in the Bidding Documents
(e) The Bidder submitted a Bid that contains false information, falsified documents, or concealed such information in the Bid at any stage of the bidding in order to
influence the outcome thereof.fs
(f) The Bidder, without proper authority, allowed the use of one’s name or used the name of another person for purposes of the bidding;
(g) Modification or amendment of any of the terms of Joint Venture, Consortium, Partnership or Association or withdrawal of any of its member, after Bid opening or prior to
issuance of notice of award.
(h) The Bidder refused to enter into contract with the Owner without justifiable cause after being notified of the award of Contract;
(i) The Bidder attempted to unduly influence the outcome of the Bidding to his favour/advantage; or
(j) The Bidder failed to perform and observe all due terms, conditions, and provisions stipulated in the bidding documents and the amendments thereto.
(4) The Bid Security shall be valid for a period of Two Hundred Ten (210) days from the deadline of submission of Bids and any period of extension, if requested
(5) Any Bid not accompanied by an acceptable Bid Security shall be rejected by the Owner.
(6) Bid Securities shall be returned to the bidders after the Contract for the project has been signed and the Securities required under the Bidding Documents has been
Delivery Period: Indicated on the Invitation Letter to Bid (ILTB)
Delivery Site: Indicated in Bid Price Schedule (BPS)
w/o Warranty w/ Warranty
100% Full Payment (30 days upon delivery) 15% Advance Payment and Partial Payment based on partial delivery / completion
Terms of (30 days upon delivery)
Payment: 10% Retention
For Advance/Initial Milestone Payment : 15% of the PO amount.
Note: This applies for the PO with Performance Security. No accceptable and valid Performance Security, No payment.
Warranty Period: not applicable At least 1 year
*The obligation for the warranty shall be covered by retention money equivalent to Ten Percent (10%) of the Total
Contract Price (refer to K. Payment with warranty security).
4. Period of Bids shall remain valid for 180 calendar day/s or more from the deadline of Bid Submission. A Bid valid for a shorter period may be rejected and considered as nonresponsive.
Validity of Bids Note: In exceptional circumstances, prior to the expiration of the Bid Validity period, NGCP may request Bidders to extend the period of validity of their Bids. The request and the responses shall be
made in writing. The Bid of the Bidder who refuses the request shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be permitted to modify its Bid.

A Foreign Corporation established abroad intending to participate in the Bidding without a business registration in the Philippines shall secure a business registration and establish a local branch or partner in the
Philippines before a Foreign Corporation can enter into contract. The Foreign Corporation may establish a local agent who shall post performance and warranty securities for the account of and in behalf of the Foreign
Corporation.

D. Bid Submission
1. Format and Signing of Bid: The Bidder shall only use the Bid Price Schedule and Technical Quotation Form provided by NGCP. A Bid shall contain no erasures, or overwriting except, as necessary to correct
errors made by the Bidder, in which case only the authorized person or persons signing the bid shall initial such corrections.
2. Sealing and Marking the Bid: Only sealed Bids with proper markings will be accepted during the bid submission. If the outer envelope is not sealed and marked, NGCP shall not be held liable for the Bid’s
misplacement.
3. Deadline for Submission: Bids must be provided to the office on or before the date and time specified in the Letter of Invitation of these Bidding Documents. Any Bid received by NGCP after the Deadline for Bid
Submission will be rejected.

E. Forfeiture of Bid
1. Committing any unethical act such as collusion, bid rigging, corruption, fraud, falsification, and improper or unsolicited attempt to unduly influence the outcome of bid.
2. Delayed posting of Performance Security.

F. Suspension or Delisting of SUPPLIER


1. Any unethical actions or attempt by a Bidder to influence the Owner in the evaluation of bids or Contract award decisions.
2. Withdrawal of Bid without any justifiable reason.
3. Refusal to accept an Award without any justifiable reason.
4. Refusal to enter into a Contract with NGCP after having accepted an Award of Contract without any justifiable reason.
5. Refusal to mobilize after issuance of the award without any justifiable reason.
6. Non-posting of Performance Security (if required).

Rev. 09 as of 26 SEPT 2019


1 of 3
INSTRUCTIONS TO BIDDERS (ITB):

G. Award
1. The basis of Award is either per Lot or Per Item basis to the bidder with the Most Advantageous Bids.
2. For purposes of evaluation and comparing the offers, the amounts in various currencies in which the price quotation is expressed, will be converted to Philippine Peso at the exchange rates officially prescribed for
similar transactions as established by the Bangko Sentral ng Pilipinas on the date of submission of offers.

H. Purchase Order
1. Upon award of NGCP, NGCP shall issue a Purchase Order indicating the items to be ordered, the delivery period, the delivery point/site, and the total cost thereof based on the contracted unit price. Delivery of the
items shall be made within the delivery period at the place specified in the P.O.
2. Should NGCP requires additional quantity for items previously purchased, NGCP has the option to use the contracted unit price in the Purchase Order for the additional quantity requirement.
3. The winning Bidder shall submit the signed Purchase Order (PO) within three (3) days from receipt of the PO from the respective Sender. PO is deemed to have been received by SUPPLIER three (3) days from
the date of email of NGCP. Failure of the winning bidder to submit the signed PO within the prescribed period may cause cancellation of PO, forfeiture of bid security, if any, and imposition of sanctions and penalties
in accordance with NGCP Policy.
4. For OFFSHORE Offer: Upon receipt of Purchase Order, the SUPPLIER must provide the estimated shipping information fifteen (15) days before delivery date using the Shipping Information template indicated in ITB
K-10 of Shipment instructions.

I. Safety Passporting (for Contractors & Subcontractors)


1. In full compliance with DOLE Safety Training Requirements, under Department Order 198, series of 2018 RA11058, ALL workers or employees of Contractors and SubContractors working in any NGCP projects or
activities shall comply with the following requirements:
a. Mandatory 8-hour workers OSH Seminar. The workers OSH Seminar shall be conducted either by the DOLE-Certified Safety Officer of the Contractor or Subcontractor
Company or any of the DOLE-accredited Safety Training Organization (STO).
b. Specialized instructions and trainings for personnel engaged in the operation, erection and dismantling of equipment and scaffolds, structural erections, excavations,
blasting operations, demolitions, confined spaces, hazardous chemicals, welding and flame cutting activities. Such trainings shall include among others, topics on safety
and specialized PPE requirements for said high risk work activities including the use, application and handling of the same, which can be provided by DOLE, DOLE
accredited Training Organizations or PPE manufacturers.
c. Upon completion of these trainings, the Contractor or Subcontractor shall submit the copies of Training Certificates to the Regional Quality, Safety & Environmental
(QSE) office for evaluation and issuance of the NGCP Safety Passport.
d. For queries or clarifications, you may contact Mr. Ernesto Villaroman, Safety Manager at esvillaroman@ngcp.ph

J. Performance Security (if required)


1. To guarantee the faithful performance of its obligations under the Contract, the SUPPLIER shall post a Performance Security (P.S.) within thirty (30) calendar days from the acceptance of the Purchase Order in the
form of surety bond callable on demand, issued by a bonding company accredited by NGCP, in the amount equivalent to thirty percent (30%) of the total contract price. The Performance Security shall cover
Advance Payment Security for contracts with Advance Payment.
2. For infrastructure projects, the Performance Security shall cover the period from the date of confirmation of receipt of the PO or signing of the contract until the final acceptance of the project, plus thirty (30) days.
3. For the procurement of goods and services, the Performance Security shall be valid from the date of confirmation of receipt of the PO until the lapse of thirty (30) days after the date of acceptance of the goods and
services.
4. The Performance Security shall be forfeited in favor of NGCP in the event that the SUPPLIER violates or is in default of any of its obligations under the Contract, including failure to satisfactorily perform the Works
within the period/s specified in the Contract.
5. The SUPPLIER shall extend the validity of Performance Security corresponding to the period of approved extension of the delivery date or intended completion date, until the acceptance of the Project.
6. The Performance Security shall be submitted directly to Ms. Nanette Nancy G. Bugnosen, Chief Finance Officer, together with the following documents:
a. Official Receipt issued by the bonding company accredited by NGCP;
b. Original Policy of Performance Security;
c. Copy of Purchase Order/ Contract signed by the SUPPLIER; and
d. Copy of NGCP Standard Terms & Conditions of the PO
7. SUPPLIER is required to post Performance Security if the total contract price is PhP300,000.00 and above (vat-inc).
8. Performance Security is not required on the following requirements:
a. Subscription e. Preventive/Corrective Maintenance Services for Vehicles
b. Insurance f. Meals/Events/Venues
c. Training/Seminars g. Right-of-Way clearing services
d. Office/Medicine Supplies

K. Payment
Payment OFFSHORE ONSHORE
Mode of Payment Telegraphic Transfer (TT) or Letter of Credit (LC) Check
All charges incurred for payment through LC shall be for the account of the SUPPLIER
Payment With Warranty (Retention amount equivalent to Ten (10) percent of the total PO amount shall be deducted and retained by NGCP)
Advance/ Initial 15% of the PO amount shall be paid upon submission of SUPPLIER's signed invoice and Certificate of Acceptance of Performance Security issued by NGCP.
Milestone Payment Note: This applies for the PO with Performance Security. No acceptable and valid Performance Security, No payment. Expired Performance Security must be renewed or extended.

Partial delivery Initial delivery of the PO shall be paid upon submission of SUPPLIER's Invoice, Initial delivery of the PO shall be paid upon receipt of the complete and correct invoices and documents for
complete set of Shipping documents, Copy of Purchase Order and Certificate of the accepted Goods or Services.
Acceptance of Performance Security
Upon Completion Remaing amount shall be paid upon submission of SUPPLIER’s invoice, complete set Remaining PO amount shall be paid upon receipt of the complete and correct invoices and documents for
of required Shipping Documents, Copy of Purchase Order and Certificate of the accepted Goods or Services.
Acceptance of Performance Security
Terms 30 days upon receipt of invoice and complete set of Shipping documents, Copy of 30 days upon receipt of complete and correct invoices and documents for the accepted Goods or Services.
Purchase Order and Certificate of Acceptance Performance Security.
Payment without 100% of the PO shall be paid within thirty (30) calendar days from the acceptance of the Goods listed in the PO and upon receipt of the complete and correct invoices and documents for the
Warranty accepted Goods or Services.

L. Warranty Security
1. The SUPPLIER warrants that the goods supplied or the works performed shall be free from defects due to faulty materials and workmanship. The warranty period shall be twelve (12) months from the actual date of
acceptance indicated in the Certificate of Acceptance or as may be specified by NGCP.
2. The warranty period shall be covered by either retention money equivalent to ten percent (10%) of the total contract price or surety bond callable on demand equivalent to ten percent (10%) of the Total Contract
Price issued by a bonding company accredited by NGCP. During the warranty period, the SUPPLIER may replace the retention money with a surety bond.
Note: This is applicable for items that were identified with warranty security.
3. The warranty security shall remain effective during the warranty period and shall only be returned after the lapse of the warranty period, provided that the goods supplied, or the works performed are free from patent
and latent defects and all conditions imposed under the contract have been fully met.
4. For warranty period of more than one (1) year, the SUPPLIER may request for the release of the retention money after the first year. The remaining warranty years will be covered by the Manufacturer’s Warranty
Certificate.
5. The Warranty Security shall be submitted directly to the Treasury Department together with the following documents:
a. Official Receipt issued by the bonding company accredited by NGCP;
b. Original Policy of Warranty Bond;
c. Copy of Purchase Order/Contract signed by the SUPPLIER;
d. Copy of Standard Terms & Conditions of the PO
e. Certificate of Final Completion/Acceptance (issued by End User for services rendered)

M. Offsetting of Outstanding Obligations of Supplier


Any and all payments due to the SUPPLIER under this PO may, at the discretion of NGCP, be offset or charged against any or all outstanding obligations of the SUPPLIER to NGCP under any or all other contracts with
NGCP or other business transactions between the SUPPLIER and NGCP, subject to the usual pre-audit requirement.

Rev. 09 as of 26 SEPT 2019


2 of 3
INSTRUCTIONS TO BIDDERS (ITB):
N. Shipment for CIF Offer:
1. Delivery of the items shall be made within the delivery period at the place specified in the PO.
2. Advise Logistic Division (logistics@ngcp.ph) of the Delivery schedule one (1) month prior to departure from port of origin
3. Pre-alert, proforma Invoice and Packing List shall be submitted to Logistics Division (logistics@ngcp.ph) one (1) month prior to schedule of vessel departure
for validation. Ensure that Invoice and Packing list details are the same with Purchase Order/Contract Price Schedule details especially for the following items:
a. Description of goods; b. Quantity; c. Unit of Measurement (UOM); d. Freight on Board (FOB), Insurance and Freight Amount; e. CIF Amount; f. CIP Amount
4. Submit advance copy (PDF File) of complete shipping documents to Logistics Division, within two (2) calendar days after the departure from port of origin for
filing of Duty Exemption at Department of Finance (DOF) if item has no Free Trade Agreement/ Certificate of Origin with Zero Rated Duty.
5. The SUPPLIER is required to secure twenty-one (21) days guaranteed free time demurrage from the shipping line, plus seven (7) days guaranteed free time detention. Otherwise, all incurred charges resulting from
demurrage and detention will be for the account of SUPPLIER.
6. The SUPPLIER shall provide Logistics Division one (1) set of “Original Shipping Documents (OSD)” for Telegraphic Transfer (TT) and Letter of Credit (LC) not later than four (4) calendar days after departure from
the Port of Origin for purposes of releasing at Bureau of Customs. The Shipping Documents are composed of the following:
a. Signed Clean-on-Board, TELEX or express release Bill of Lading/Airway Bill; (should indicate PO number, shipment number and number of free days applied for demurrage)
b. Commercial Invoice; (for CIF, with breakdown of insurance, freight, FOB value and total amount in the invoice)
c. Certificate of Origin (form D or E) for materials/goods
d. Detailed Packing List (Quantity per destination) ;
e. Seal Number (if FCL);
f. Insurance Certificate or Policy for CIF/CIP; and
g. Notice of arrival from shipping line or forwarder
h. Material Safety Data Sheet (if required)
i. PCB analysis ( if required)
NOTE: BOC clearance and shipment releasing process will only start once original shipping document is received from SUPPLIER.
7. For containerized shipment, SUPPLIER must provide Certificate of Inspection while for break bulk/bulk shipment, the Load Port Survey Report (LPSR) with Summary Report (SR) for all importations shall also be
submitted.
8. In the event the SUPPLIER fails to provide said Original Shipping Documents within four (4) calendar days after departure from the Port of Origin, all charges/fees, i.e., demurrage/storage/handling/ overtime/etc.,
that may be incurred by NGCP until the shipment is released from Custom custody, as a result of such delay in the submission of Shipping Documents so required, including corrections on any of the Shipping
Documents, shall be for the account of the SUPPLIER, which amount shall be deducted from its billings, retention money, any amount due to the SUPPLIER, or securities posted by the SUPPLIER, whichever is
convenient to NGCP. In case the demurrage and storage charges exceed the PO/Contract Price, retention money, any amount due to the SUPPLIER, or securities posted, the excess amount shall be billed
separately to the SUPPLIER.
9. In the event that NGCP, as consignee of the Goods, is made liable for the costs or charges in relation to the transportation and delivery of Goods at the place specified in the PO, NGCP may advance the payment of
the costs or charges and shall have the right to reimburse and/or deduct from the SUPPLIER’s billing, retention money, or any amount due to the SUPPLIER the actual costs and charges paid by NGCP.
10. Shipping Information:

SEA FREIGHT AIR FREIGHT


FCL/CY LCL/CFS BREAK BULK

1. ESTIMATED TOTAL WEIGHT (KGS):


2. ESTIMATED TOTAL VOLUME (CBM):

3. ESTIMATED DIMENSION/S: MTR. X MTR. X MTR.


4. TYPE OF PACKAGE/CONTAINER: PER CONTAINER
20FT. 40FT.
5. NUMBER OF PACKAGES/CONTAINER

I hereby acknowledge that I have read, understand and agree to the terms of this document

____________________________________________________
Signature over Printed name with date

Rev. 09 as of 26 SEPT 2019


3 of 3
Annex A: SUPPLIER’S BID PRICE SCHEDULE (1st Envelope)

Please provide the best price quote in the space provided. Kindly use this form to bid.
SUBJECT: SUPPLY AND DELIVERY OF UNIVERSAL CALIBRATOR AND INSULATION RESISTANCE TESTER
REFERENCE NUMBER: TSSD-ARP-2020-089
PR Number: 10049838R

SUPPLIER'S OFFER
OFFSHORE ONSHORE (PHP) - VAT EX
Warranty Delivery
Currency
(in months) Period
(USD,JPY,
etc): VAT EX Delivery VAT EX
Item Minimum Minimum Mftr. Charges
PR Number Description Specific Description Qty UOM Delivery Point Installation,
Number
Country of Brand Model Unit Price (inclusive of
Unit Price Total Price Testing,
Origin (exclusive of Loading and Training
Commisioning,
Delivery Charges) Unloading,
12 mo/s 60 CD etc.
Stockpiling,
Total Price
Insurance)

10049838R 10 UNIVERSAL CALIBRATOR Please see attached Technical 2 SET Araneta Ave., Quezon
Specifications City

10049838R 20 INSULATION RESISTANCE TESTER Please see attached Technical 6 SET Araneta Ave., Quezon
Specifications City

Total Amount in PHP


Bid Price Validity (minimum: 180 Calendar Days) (VAT EX)

NOTE: Prices quoted shall remain fixed and valid during its validity period and will not be subjected to variation on any account.
*Bidder is required to fill-up the delivery charges
This is to certify that this Supplier’s Quotation is in accordance with NGCP Standard Terms and Conditions of the Order and all Additional Conditions stated herein.

Supplier's Full Name:


Supplier's Position:
Supplier's Signature:
Date Signed:
Annex B: SUPPLIER’S TECHNICAL QUOTATION FORM (2nd Envelope)

Please provide the best price quote in the space provided. Kindly use this form to bid.

SUBJECT: SUPPLY AND DELIVERY OF UNIVERSAL CALIBRATOR AND INSULATION RESISTANCE TESTER
REFERENCE NUMBER: TSSD-ARP-2020-089
PR Number: 10049838R

NGCP'S REQUIREMENT SUPPLIER'S OFFER


Item Brochure
PR Number Description Specific Description Detailed Specification/Work Manufacturer Brand Model
Number Reference page
10049838R 10 UNIVERSAL CALIBRATOR Please see attached Technical Please see attached
Specifications Technical Specifications

10049838R 20 INSULATION RESISTANCE TESTER Please see attached Technical Please see attached
Specifications Technical Specifications

This is to certify that this Supplier’s Technical Quotation is in accordance with NGCP Standard Terms and Conditions of the Order and all Additional Conditions stated herein.

Supplier's Full Name:


Supplier's Position:
Supplier's Signature:
Date Signed:
Item No. 1

Material No. 2034010

O&M Technical Specifications : UNIVERSAL CALIBRATOR

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
The unit is for IEC61850 calibration testing and is capable for
metering, control and relaying, end-to-end simulation testing.

Specifications
1 Current generators modes
1.1 6 phase (L-N) AC @ 0-12.5A, 80VA each
1.2 2 DC @ 0-180A @ 235 W each
1.3 Resolution of 50uA
1.4 accuracy:
1.4.1 error < 0.04 % rd. + 0.01 % rg. guar. at 0 ... 12.5 A
1.4.2 error < 0.015 % rd. + 0.005 % rg.3 typ. at 0 ... 12.5 A"
1.4.3 Distortion (THD+N):< 0.025 % typ., < 0.07 % guar.
2 Voltage generators modes
2.1 4-phase AC (L-N) @ 0 ... 300 V @ 50 VA guar. at 85 ... 300 V

2.2 4-phase DC (L-N) @ 0 ... ±300 V @ total 360 W guar. at ±300 V


2.3 accuracy:
2.3.1 Error < 0.015 % rd.3 + 0.005 % rg.3 typ. At 0 ... 300 V
2.3.2 Error < 0.04 % rd. + 0.01 % rg. guar. At 0 ... 300 V
2.3.3 Distortion (THD+N): 0.015 % typ., < 0.05 % guar.
2.3.4 Resolution:5 mV / 10 mV in range 150 V / 300 V
3 Generator general characteristics
3.1 Frequency:
3.1.1 Range sine signals 10 ... 1000 Hz
3.1.2 Range harmonics / interharmonics: 10 ... 3000 Hz
3.1.3 Range transient signals: DC ... 3.1 kHz

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 1 of 5
Material No. 2034010

O&M Technical Specifications : UNIVERSAL CALIBRATOR

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
3.2 Phase:
3.2.1 Angle range:-360° ... +360°
3.2.2 Resolution:0.001°
3.2.3 Error at 50 / 60 Hz:< 0.02° guar.
3.2.4 Simulated power S, P: < 0.1 % rd. guar.
3.2.5 Temperature drift:< 0.005 % / °C guar.

4 Auxiliary DC supply
4.1 Voltage ranges: 0 ... 264 VDC
4.2 Power:Max. 50 W
4.3 Accuracy: < 5 % guar.
5 Binary inputs
5.1 Number: 10
5.2 Input characteristics:potential-free
5.3 Time stamping accuracy:0.00015 % of rd.3 ±70 μs
5.4 Max. measuring time:Infinite
6 Binary outputs, relays
6.1 Type:Potential-free relay contacts,
6.2 Number:4
6.3 Break capacity DC:Vmax: 300 VDC / Imax: 8 A / Pmax: 50 W
7 Analog AC+DC measuring inputs
7.1 Type: AC + DC analog voltage inputs (current
measurement with external current
clamps and shunt resistors)"
7.2 Number:10, 5 galvanic groups
7.3 Nominal input ranges (RMS values):100 mV to, 600 V
7.4 Amplitude accuracy: < 0.15 % guar.
7.5 Amplitude accuracy: < 0.15 % guar.
7.6 Bandwidth:DC ... 10 kHz

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 2 of 5
Material No. 2034010

O&M Technical Specifications : UNIVERSAL CALIBRATOR

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
7.7 Sampling frequency:28.44 kHz,
7.8 Input impedance:500 kΩ // 50 pF
7.9 Measurement functions: I (AC + DC), V (AC + DC),
phase, frequency, power, harmonics,
transient recording, event recording, trend recording
7.10 Input overload indication:yes
7.11 Input protection:Yes
7.12 Timing accuracy:Error < 5 μs guar.
8 Additional capability:
8.1 Comtrade data playback
8.2 Comtrade data capture and analysis
8.3 Self check and field calibrate
8.4 IEC 61850 GOOSE Testing
8.5 IEC 61850-9-2 sampled values
8.6 IEC 61850 client Server
8.7 IEC 61850 IED Sniffer
8.8 IEC 61850 Sample Value Sniffer
8.9 Meter simulation/checker
8.10 Advance differential
8.11 State sequencer
8.12 Ramping/Pulse ramping
8.13 PQ signal generator (IEC 61000-4) and IEC 62586
8.14 Transducer calibrator (voltage)
8.14.1 Measuring range:0 ... ±10 V
8.14.2 Accuracy:Error: < 0.02 % rg. guar.
8.14.3 Input impedance:1 MΩ

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 3 of 5
Material No. 2034010

O&M Technical Specifications : UNIVERSAL CALIBRATOR

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
8.15 Transducer calibrator (current)
8.15.1 Measuring range:0 ... ±1 mA, 0 ... ±20 mA
8.15.2 Accuracy:Error: < 0.02 % rg. guar.
8.15.3 Input impedance:15 Ω
9 Connectors
9.1 Connection: 4 mm shrouded banana sockets
10 Supply
10.1 Nominal input voltage 2 100 – 240 VAC, 1-phase
10.2 Nominal frequency 50/60 Hz
10.3 Operation temperature: 0 ... +50 °C (+32 ... +122 °F)
10.4 Safety standards, electromagnetic compatibility
IEC 61326-1; IEC 61000-6-4; IEC 61000-3-2/3
IEC 61010-1 / UL 61010-1

ACCESSORIES
1 synchronization unit
1.1 antenna-integrated GPS controlled time reference
1.2 Ambient temp: 0 ... 50 °C (32 ... 122 °F)
1.3 Humidity range: 5 ... 95 % relative humidity; non-condensing
1.4 Position fault: < 5 m (16.4 ft) [1 σ]
2 Handheld Polarity checker
3 Rugged controller (CORE i5 minimum processor)
4 Grounding Cable
5 generator combination socket for current and voltage outputs
6 Current shunts 32 A and 12.5 A 4 each
7 Current clamps (10A to 80A) 4 pieces
8 Hard carry case with Sturdy transport case with hard-foam interior,
wheels, and extendable handle. Watertight, airtight, dustproof,
chemical resistant, and corrosion proof.

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 4 of 5
Material No. 2034010

O&M Technical Specifications : UNIVERSAL CALIBRATOR

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
9 Basic Test leads kit
10 6 red + 6 black flexible test lead adapters with retractable sleeve (5
cm/2 in long) for connections to non-safety sockets in combination
with the 2 m (6.6 ft) leads
11 4 flexible jumpers for paralleling current triples up to 32 A or
shorting neutrals of binary inputs
12 4 red + 4 black crocodile clips for contacting pins or screw bolts
13 12 flexible terminal adapters for screw-type terminals
14 20 cable lug adapters for M4 (0.15 in) screws
15 10 cable lug adapters for M5 (0.2 in) screws
16 10 cable ties (velcro fastener), 150 mm (5.9 in) long
17 1 accessory bag

Other Requirements:
1 Instruction and maintenance manual
2 Certificate of Authorized Distributorship from the Manufacturer
3 Calibration certificate traceable to international standard
4 Certificate of warranty for one (1) year
5 Local Training for 1 day for each delivery site for the operation
and basic troubleshooting of the equipment
6 With provision of local technical support and services after
sales

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 5 of 5
Item No. 2

Material No. 2031442

O&M Technical Specifications : Insulation Resistance Tester, up to 1kV

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)

Insulation Specifications
1 Measurement Range = 0.01 Mega-ohm to 10 Giga-ohm
2 Test Voltages = 50, 100, 250, 500, 1000 V (max.)
3 Test Voltage Accuracy = + 20 %, - 0 %
4 Short-Circuit Test Current = 1 mA nominal
5 Auto Discharge = Discharge time <0.5 second for C = 1
micro-Farad or less
6 Live Circuit Detection = Inhibit test if terminal voltage > 30 V
prior to initialization of test.
7 Maximum Capacitive Load = Operable with up to 1 micro-
Farad load.

AC/DC Voltage Measurement


1 Accuracy
Range = 600.0 V
Resolution = 0.1 V
50 Hz to 400 Hz ± (% of Rdg + Digits) = + (2 % + 3)
2 Input Impedance = 3 Mega-ohm (nominal), <100 pF
3 Common Mode Rejection Ratio/(1 kQ unbalanced) = >60 dB
at dc, 50 or 60 Hz
4 Overload Protection = 600 V rms or dc

Earth-bond Resistance Measurement


Range: 20 ohm
Resolution: 0.01 ohm
Accuracy: ± (1.5 % + 3)
Range: 200.0 ohm

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 1 of 4
Material No. 2031442

O&M Technical Specifications : Insulation Resistance Tester, up to 1kV

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
Resolution: 0.1 ohm
Accuracy: ± (1.5 % + 3)
Range: 2000 ohm
Resolution: 1 ohm
Accuracy: ± (1.5 % + 3)
Range: 20.00 K-ohm
Resolution: 0.01 k-ohm
Accuracy: ± (1.5 % + 3)
Accuracies apply from 0 to 100% of range.
Overload Protection = 2 V rms or dc
Open Circuit Test Voltage = > 4.0 V, < 8 V
Short Circuit Current = > 200.0 mA

General Specifications
1 Maximum Voltage Applied to any Terminal = 600 V ac rms
or dc
2 Storage Temperature = -40 °C to 60 °C (-40 °F to 140 °F)
3
Operating Temperature = -20 °C to 55 °C (-4 °F to 131 °F)
4 Temperature Coefficient = 0.05 x (specified accuracy) per
°C for temperatures < 18 °C or > 28 °C
(< 64 °F or > 82 °F)
5 Relative Humidity = Noncondensing
0 % to 95 % @ 10 °C to 30 °C (50 °F to 86 °F)
0 % to 75 % @ 30 °C to 40 °C (86 °F to 104 °F)
0 % to 40 % @ 40 °C to 55 °C (104 °F to 131 °F)
6 Vibration = Random, 2 g, 5-500 Hz per MIL-PRF-28800F,
Class 2 instrument

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 2 of 4
Material No. 2031442

O&M Technical Specifications : Insulation Resistance Tester, up to 1kV

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
7 Shock = 1 meter drop per IEC 61010-1 2nd Edition (1 meter
drop test, six sides, oak floor)
8 Electromagnetic Compatibility = In an RF field of 3 V/M,
accuracy = specified accuracy (EN 61326-1:1997).
9 Safety = Complies with ANSI/ISA 82.02.01 (61010-1) 2004,
CAN/CSA-C22.2 NO. 61010-1-04, and
IEC/EN 61010-1 2nd Edition for measurement category IV
600 V (CAT IV)
10
Certifications = CSA per standard CSA/CAN C22.2 No.
61010.1-04; TUV per standard IEC/EN 61010-1 2nd Edition
11 Batteries = Four AA batteries (NEDA 15A or IEC LR6)
batteries at room temperature
12 Size = 5.0 cm H x 10.0 cm W x 20.3 cm L (1.97 in H x 3.94
in W x 8.00 in L)
13 Weight = 550 g (1.2 lb.)
14 Battery Life = Insulation test use: Tester can perform at least
1000 insulation tests with fresh alkaline
15 IP Rating = IP40
16
Altitude = Operating: 2000 m CAT IV 600 V, 3000 m CAT III
600 V Non Operating (Storage): 12,000 m Over-Range
17 Capability = 110% of range
18 Compliance to EN 61557 = IEC61557-1, IEC61557-2,
IEC61557-4, IEC61557-10
19 Accessories = TL224 Leads
TP74 Probes
Clips PN 1958654 (red) and PN 1958646 (black)
Holster Remote Probe

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 3 of 4
Material No. 2031442

O&M Technical Specifications : Insulation Resistance Tester, up to 1kV

Owner's Requirements Supplier's Specification Supplier's Reference Remarks


(indicate page/section of
the brochure/manual)
Including:
1. Instruction and maintenance manual
2. Certificate of Authorized Distributorship from the
Manufacturer
3. Calibration certificate traceable to international standard
4. Certificate of warranty for one (1) year
5. Local Training for 1 day for each delivery site for the
operation and basic troubleshooting of the equipment
6. With provision of local technical support and services
after sales

CONFORME:
Name of Bidder: __________________________
Name Signature of Bidder's Representative: __________________________
Designation: __________________________ 4 of 4

You might also like