Download as pdf or txt
Download as pdf or txt
You are on page 1of 303

VIETNAM ELECTRICITY

Vietnam Electricity Power Projects Management Board No.1

Project code: EVNA01.D20M.20003

Project

220KV NAM MO (LAOS) – TUONG DUONG TRANSMISSION LINE


(SECTION IN VIETNAM TERRITORY)

BIDDING DOCUMENTS
PACKAGE NO. 1TB-DZ220NM
SUPPLY OF OPTICAL CABLES, INSULATORS
AND ACCESSORIES
Publication date: ……/……/2021
Published together with Decision No.: /QĐ-……… dated on /…/2021

THE CONSULTANT THE PURCHASER

POWER ENGINEERING VIETNAM ELECTRICITY POWER


CONSULTING JOINT STOCK PROJECTS MANAGEMENT
COMPANY 4 BOARD NO.1
PP. GENERAL MANAGER DIRECTOR
DEPUTY GENERAL MANAGER

TRẦN CAO HỶ
- PHÓ TỔNG
GIÁM ĐỐC
2021.09.01 13:
12:15+07'00'
Trần Cao Hỷ Bùi Phương Nam
220kV Nam Mo (Laos) – Tuong Duong transmission line
(Section in Vietnam territory) Bidding Documents – Package No.1TB-DZ220NM

CONTRIBUTORS

No. Full Name Title – Task Sign


1. Le Nguyen Tri Design Manager

Chief designer of transmission line


2. Le Hoang Thuong
electrical part

Civil designer of transmission line


3. Nguyen Duc Tan
electrical part

Contributors i
TABLE OF CONTENTS

PART 1 - BIDDING PROCEDURES


CHAPTER I. INSTRUCTIONS TO BIDDERS
CHAPTER II. BID DATA SHEET
CHAPTER III. EVALUATION AND QUALIFICATION CRITERIA
CHAPTER IV. BIDDING FORMS
PART 2 - SUPPLY REQUIREMENTS
CHAPTER V.1 GENERAL REQUIREMENTS
CHAPTER V.2. TECHNICAL REQUIREMENTS OF OPTICAL GROUND
CABLES (OPGW) AND ACCESSORIES
CHAPTER V.3. TECHNICAL REQUIREMENTS OF INSULATORS
CHAPTER V.4. TECHNICAL REQUIREMENTS OF ACCESSORIES OF
CONDUCTORS, GROUND WIRE AND INSULATORS
CHAPTER V.5. TECHNICAL REQUIREMENTS OF LINE SURGE
ARRESTERS
CHAPTER V.6. APPENDICES
APPENDIX 1. SCOPE OF SUPPLY
APPENDIX 2. PERFORMANCE SCHEDULE
APPENDIX 3. TABLE OF TECHNICAL SPECIFICATIONS
APPENDIX 4. TABLE OF TEST REPORTS
APPENDIX 5. CACULATION TABLE OF STRESS AND SAG
APPENDIX 6. STATISTICAL TABLE
APPENDIX 7. DRAWINGS OF INSULATORS AND ACCESSORIES
(FOR REFERENCE)
PART 3 - CONDITIONS OF CONTRACT AND CONTRACT FORMS
CHAPTER VI. GENERAL CONDITIONS OF CONTRACT
CHAPTER VII. SPECIAL CONDITIONS OF CONTRACT
CHAPTER VIII. CONTRACT FORMS
ABBREVIATIONS

ITB Instructions to Bidders

BDS Bid Data Sheet.

GCC General Conditions of Contract

SCC Special Conditions of Contract

VND Vietnamese dong

USD US Dollar

EUR Euro
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Part 1. BIDDING PROEDURES


CHAPTER I. INSTRUCTIONS TO BIDDERS (ITB)

1. Scope of Bid 1.1. The Purchaser indicated in the BDS, issues these Bidding
and contract Documents for the supply of Goods and Related Services incidental
duration thereto as specified in Part 2 - Supply Requirements.
1.2. The name, identification, and number of lots (if the procurement
is divided into independent lots) of the procurement are provided in
the BDS.
1.3. Contract duration shall comply with the BDS.
2. Sources of Sources of Funds (or capital-raising methods) to be used for the
Funds procurement are specified in the BDS.
3. Fraud1.1. and 3.1. Corrupt practice.
Corruption
1.2. 3.2. Take advantage of positions, powers aiming to interfere illegally
in a procurement process or the execution of a contract.
1.3. 3.3. Collusive practice, including the following acts:
1.4. a) Agreeing on bidding withdrawal or withdrawal of Bid Submission
Form already been submitted so that one party or parties in agreement
win bid;
1.5. b) Agreeing that one party or parties jointly prepare(s) Bidding
Documents so that one party may win bid;
1.6. c) Agreeing on refusal for supply of Goods, refusal for concluding
contracts with subcontractors, or other difficulties to parties which
refuse to participate in agreement.
1.7. 3.4. Fraudulent practice, including the following acts:
1.8. a) Providing a wrong presentation intentionally or falsifying
information, documents of a Bidder with the aim to obtain financial
benefits or other benefits or with the aim to avoid any obligation;
1.9. b) Individuals who directly assess the Bidding Documents and results
of Bidder selection provide wrong reports or untrue information
falsifying the results of Bidder selection;
1.10. c) Bidders intentionally provide dishonest information in the Bidding
Documents falsifying the result of Bidder selection.
1.11. 3.5. Interference, including the following acts:
1.12. a) Destroying, cheating, changing, hiding proof or reporting contrary
to the truth; threatening, disturbing or suggesting with any Bidder
with the aim to prevent the clarification of corrupt, fraudulent or
conclusive practice with authorities in charge of supervisions,
inspections and audit;
Chapter I Page 1/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.13. b) Impeding Bidders, authorities in charge of supervision, inspection


and audit.
1.14. 3.6. Inequality and intransparency, including the following acts:
1.15. a) The Purchaser makes a Bid as a Bidder or perform tasks of a
Bidder for its own Invitation for bids.
1.16. b) Formulating and engaging in evaluation of the Bidding Documents
of the same procurement;
1.17. c) Engaging in evaluation of the Bidding Documents and assessing
the results of Bidder selection of the same procurement;
1.18. d) Any individual of the Purchaser directly participates in the Bidder
selection process, or participates in an expert groups or evaluation
groups for results of Bidder selection, or a Head of the Purchaser has
procurements of which his or her natural parent, parent-in-law,
spouse, natural child, adopted child, son or daughter-in-law or sibling
is a Bidder or a legal representative of the Bidder;
1.19. e) The Purchaser make a bid for the procurement of Goods for which
it provided consultancy services;
1.20. f) Any individual makes a bid in his/her name for the procurement of
a project whose Purchaser or Investor is his/her workplace within 12
months, from the date on which he/she quits his/her job from such
workplace;
1.21. g) Applying a method of Bidder selection other than National
Competitive Bidding upon the unsatisfaction of requirements
prescribed in the Law on bidding No. 43/2013/QH13;
1.22. h) Specifying detailed requirements pertaining to trademarks and
origin of Goods in the Invitation for Bids;
1.23. i) Dividing a project or an estimate into procurements contrary to the
provisions in the Law on Bidding No. 43/2013/QH13 with the aim to
apply Sole-source Contract or Bidder limitations.
1.24. 3.7. Disclosing or receiving the following documents in terms of the
Bidder selection process, other than the cases prescribed in Point b
Clause 7 of Article 73, Clause 12 of Article 74, Point I Clause 1 of
Article 75, Clause 7 of Article 76, Clause 7 of Article 78, Point d
Clause 2 of Article 92 of the Law on Bidding No. 43/2013/QH13:
1.25. a) Contents of the Invitation for Bids before the issuing time as
prescribed;
1.26. b) Contents of Bidding Documents, notebooks and minutes of bid
consideration meetings, comments and assessments regarding each
Bidding Documents prior to the announcement of the results of
Bidder selection;

Chapter I Page 2/25 9/2021


Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.27. c) Contents of Requests for clarification of Bidding Documents made


by the Purchaser and responses of the Bidder during the process of
assessment of Bidding Documents prior to announcement of the
results of Bidder selection;
1.28. d) Reports of the Purchaser and expert groups, evaluation reports,
reports of consulting Bidder, reports of relevant specialized agencies
during the Bidder selection process prior to announcement of the
results of Bidder selection;
1.29. e) Results of Bidder selection prior to the stipulated time for
announcement;
1.30. f) Other documents during the Bidder selection process which are
stamped "confidential" as prescribed by law.
1.31. 3.8. Bid transfer, including the following acts:
1.32. a) Any Bidder transfers to another Bidder a part of work under
procurement at value of 10% or more or under 10% but greater than
VND 50 billion (after deducting part of work under responsibilities of
subcontractors) calculated on the Contract Price;
1.33. b) The investment owner or supervision advisory accepts for the
Bidder to transfer work under their duties, deducted part of work
under duties of sub-contractors as stated in contract.
1.34. 3.9. Holding selection of Bidder when the Sources of Funds for the
procurement has not yet been determined, resulting in insolvency of
the Bidder.
4. 1.35.
Eligible 4.1. The Bidder has been granted a Certificate of Enterprise
Bidders registration, an Establishment Decision or equivalent document issued
by a competent authority of the country in which the Bidder is
operating1;
1.36. 4.2. The Bidder is keeping independent accounting records;
1.37. 4.3. The bidder is not undergoing dissolution process, is not thrown
into bankruptcy, and does not incur bad debts as prescribed by law;
1.38. 4.4. Competitiveness in bidding is ensured as prescribed in the BDS;
1.39. 4.5. The Bidder is not banned from bidding as prescribed in law on
bidding;
1.40. 4.6. The Bidder has been registered on national bidding network as

1
In case a short list has been selected, this provision shall be replaced as follows:
“4.1. Having a Certificate of Enterprise registration, an Establishment Decision or equivalent
document issued by a competent authority of the country in which the Bidder is operating;
having names in the shortlist”.

Chapter I Page 3/25 9/2021


Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

prescribed in BDS.
1.41. 4.7. Having consortium member(s) or subcontractor is/are the
Vietnamese bidders as specified in the BDS.
5. Eligible
1.42.
Goods 5.1. All the Goods and Related Services to be supplied under the
and Related Contract may be considered eligible if they have clear and lawful
Services origin.
1.43. 5.2 For purposes of this Clause, the term “goods” includes raw
material, machinery, equipment, spare parts; commodities; medical
supply used in the health facilities.
1.44. The term “origin” means the country or territory where a product is
wholly obtained or produced completely; or the place where the last
substantial transformation took place for a product which has been
produced in more than one country.
1.45. “Related Services” includes services such as warranty, maintenance,
repair, provision of spare parts or other after-sale services such as
training, technology transfers, etc.
1.46. 5.3. To demonstrat the validity of related goods and services as
prescribed in ITB Section 5.1, the Bidder must specify the origin,
symbols and trademarks of Goods and enclosed documents to prove
the eligibility of Goods and Related Services prescribed in ITB and
BDS.
6. Contents
1.47. of 6.1. The Bidding Documents consist of Parts 1, 2, and 3 in
Bidding conjunction with any Addendum issued in accordance with ITB
Documents Section 8. (if any), which include all the Chapters indicated below:
Part 1. Bidding Procedures:
- Chapter I. Instructions to Bidders (ITB);
- Chapter II. Bid Data Sheet (BDS);
- Chapter III. Evaluation and Qualification Criteria;
- Chapter IV. Bidding Forms.
Part 2. Supply requirements:
- Chapter V. Scope of supply.
Part 3. Conditions of Contract and Contract Forms:
- Chapter VI. General Conditions of Contract (GCC);
- Chapter VII. Special Conditions of Contract (SCC);
- Chapter VIII. Contract Forms.
1.48. 6.2. The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.
1.49. 6.3. The Purchaser is not responsible for the completeness of the
Bidding Documents and their addenda, minutes of pre-bidding
Chapter I Page 4/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

meeting (if any) or documents on amendments to Bidding Documents


as specified in ITB Section 8 if they were not obtained directly from
the Purchaser. If documents received by the Bidder and documents
issued by the Purchaser are different, the later shall apply.
1.50. 6.4. The Bidder shall to examine all instructions, forms, terms, and
specifications in the Bidding Documents to furnish all information or
documentation required by the Bidding Documents.
7. Clarification
1.51. 7.1. A prospective Bidder requiring any clarification of the Bidding
of Bidding Documents shall contact the Purchaser in writing or ask questions in
Documents the pre-bidding convention (if any). The Purchaser will respond in
writing to any request for clarification, provided that such request is
received no later than a given days prior to the bid closing time as
specified in BDS. The Purchaser shall forward copies of its response
to all those who have acquired the Bidding Documents directly from
it, including a description of the inquiry but without identifying its
source. Should the Purchaser deem it necessary to amend the
Bidding Documents as a result of a clarification, it shall do so
following the procedure under ITB Section 8 and ITB Section 22.2.
1.52. 7.2. The Purchaser may hold a pre-bidding convention to discuss any
clarification required by Bidders where necessary. The discussion
shall be recorded by the Purchaser in writing, made in the form of
Clarification of Bidding Documents and forward to every Bidder that
acquires the Bidding Documents. Should the Purchaser deem it
necessary to amend the Bidding Documents as a result of a pre-
bidding convention, it shall do so following the procedure under ITB
Section 8, the minutes of the pre-bidding convention is different from
the addendum of Bidding Documents. Absence from the pre-bidding
convention is not a reason for disqualifying the Bidder.
8. Amendment
1.53. 8.1. At any time prior to the bid closing time, the Purchaser may
of Bidding amend the Bidding Documents by issuing addendum.
Documents
1.54. 8.2. Any addendum issued shall be part of the Bidding Documents
and shall be communicated in writing to all who have obtained the
Bidding Documents directly from the Purchaser.
1.55. 8.3. Each addendum shall be sent to all Bidders who have obtained
the Bidding Documents directly from the Purchasers within a given
time as specified in the BDS. To give prospective Bidders reasonable
time in which to take an addendum into account in preparing their
bids, the Purchaser may extend the bid closing time, pursuant to ITB
Section 22.2. The Bidder must notify the Purchaser of the receipt of
the addendum in writing, by post, by fax or email.
9. Cost of The Bidder shall bear all costs associated with the preparation and
Chapter I Page 5/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Bidding submission of its bid. The Purchaser shall not be responsible or liable
for those costs, regardless of the conduct or outcome of the bidding
process.
10. Language of The Bid, as well as all correspondence and documents relating to the
Bid bid exchanged by the Bidder and the Purchaser, shall be written in the
language prescribed in the BDS.
11. Documents The Bid includes Technical Proposal and Financial Proposal, which
comprising the comprise the following:
Bid 11.1. Technical Proposal includes administrative documents, legal
documents, qualification documents, technical proposals of the Bidder
as required by Bidding Documents. In particular:
a) Bid Submission Form of Technical Proposal in accordance with
ITB Section 12 ;
b) Consortium agreement (for any Bidder in a consortium) using form
03 Chapter IV - Bidding Forms;
c) Bid Security, in accordance with ITB Section 19;
d) Written confirmation of eligible Bidder, in accordance with ITB
Section 4;
e) Written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB Section 20.3;
f) Documentary evidence in accordance with ITB Section 17
establishing the Bidder’s qualifications to perform the contract if its
bid is accepted;
g) Documentary evidence in accordance with ITB Section 16 that the
Goods and Related Services conform to the Bidding Documents.
11.2. Financial Proposal shall include the following:
a) Bid Submission Form of Financial Proposal in accordance with
ITB Section 12;
b) Price Proposal and Tables, in accordance with ITB Section 12 and
Section 14.
11.3. Alternative Proposals, in accordance with ITB Section 13; in
conjunction with Financial Proposal related to the Alternative
Proposals (if any);
11.4. Any other document specified in the BDS.
12. Bid The Bidder shall submit the Bid Submission Forms of Technical
Submission Proposal and Financial Proposal, and equivalent Tables using the
Form and Price forms furnished in Chapter IV - Bidding Forms.
Schedules
13. Alternative
1.56. 13.1. If the Bidder may make Alternative Proposals as prescribed in
Chapter I Page 6/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Proposals the BDS of the Bidding Documents, the new Proposal shall be
considered.
1.57. 13.2. The Alternative Proposals shall only be considered if it satisfies
requirements and the Bidder is ranked the first. In this event, the
Bidder must provide all essential information about: description,
drawings, technical specifications, delivery schedule and other
relevant information in order the Purchaser to evaluate the Alternative
Proposals. The evaluation of Alternative Proposals in the Bid shall
comply with Section 6 of Chapter III - Evaluation and Qualification
Criteria.
14. Bid 1.58.
Prices 14.1. Bid price means the price to be quoted in the Bid Submission
and Discounts Form of Financial Proposal, including the total price of the bid
(excluding any discounts offered), in accordance with Part 2 – Supply
requirements.
1.59. 14.2. The Bidder shall submit the Bid with all lots and items specified
in ITB Section 1.1. and the Bid unit price and amount of all lots and
items shall be stated in columns “List of Goods” and “Description of
services using the forms prescribed in Chapter IV - Bidding forms.
1.60. In case Good or Service is not priced (leave blank or insert “0”) in the
columns “Unit Price” and “Total Price”, it’s price deem to be
allocated to another Good or Service of the procurement, the Supplier
is obligated to provide Good or Service as required by the Bid without
any payment by the Purchaser in the course of contract performance.
The prices and discounts quoted by the Bidder shall conform to the
BDS.
1.61. 14.3. Discount offered by the Bidder shall be written directly on the
Bid Submission Form or on a separate Letter of Discount. The Bidder
shall specify the discounting method and discounted items mentioned
in Columns “List of Goods” and “Description of Services”. If
discounting method is not specified, it will be understood all items
mentioned in the columns “List of Goods” and “Description of
Services” receive equal discounts. The Letter of Discount may be
submitted separately or together with the Financial Proposal as long
as it is received by the Purchaser before the bid closing time. Any
Letter of Discount separately submitted shall comply with ITB
Sections 21.1 and 21.3. The Letter of Discount shall be preserved as
part of the Financial Proposal and opened together with the Bid.
1.62. 14.4. The Bidder shall be held accountable for their Bid Price to
perform task as required by the Bid, if the Bid Price is not unusual,
the Purchaser may request the Bidder to clarify the proportion of unit
price in accordance with ITB Section 26.

Chapter I Page 7/25 9/2021


Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.63. The Bid Price quoted by the Bidder shall include all taxes, fees and
charges (if any) determined at 28 days prior the bid closing time. In
case the Bid Price is not inclusive of taxes, fees and charges (if any),
the Bid of the Bidder shall be rejected.
1.64. 14.5. In the event that the procurement is divided into independent
lots and each lot is eligible for bid, the Bidder may make a Bid for
one or multiple lots of the procurement. The Bidder is obligated to
make a Bid for all work items of its selected lot(s). If the Bidder
proposes a discount, the discounting method and discounted items
shall be specified in accordance with ITB Section 14.3.
1.65. 14.6. If the Bidder detect the inaccuracy in quantity of the items
mentioned in columns “List of Goods” and “Description of Services”
in comparison with the design or requirements prescribed in Section 1
of Part 2 – Supply Requirements, the Bidder may notify the Purchaser
of making a separate Price Schedule of the inaccurate quantity for
consideration. The Bidder may not include the price of above
inaccurate quantity in the Bid Price.
15. Bid currency
1.66. The Bid currency and Payment currency are prescribed in BDS.
and Payment
currency
16. Documents
1.67. 16.1. To establish the conformity of the Goods and Related Services
Establishing the to the Bidding Documents, the Bidder shall furnish as part of its Bid
Conformity of the documentary evidence that the Goods conform to the technical
the Goods and specifications and standards specified in Chapter V – Scope of
Related Services Supply.
1.68. 16.2. The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance characteristics
of the Goods and Related Services, demonstrating substantial
responsiveness of the Goods and Related Services to the technical
specification, and if applicable, a statement of deviations and
exceptions to the provisions of Chapter V - Scope of Supply.
1.69. 16.3. The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts, special
tools, etc., necessary for the proper and continuing functioning of the
Goods during the period specified in the BDS following
commencement of the use of the goods by the Purchaser.
1.70. 16.4. Standards for workmanship, process, material, and equipment,
as well as references to brand names or catalogue numbers specified
by the Purchaser in Chapter V - Scope of Supply, are intended to be
descriptive only and not restrictive. The Bidder may offer other
Chapter I Page 8/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

standards of quality, brand names, and/or catalogue numbers,


provided that it demonstrates, to the Purchaser’s satisfaction, that the
substitutions ensure substantial equivalence or are superior to those
specified in Chapter V - Scope of Supply.
17. Documents
1.71. 17.1. The Bidder shall fill essential information in the forms
Establishing the mentioned in Chapter IV – Bidding Forms to establish the Bidder’s
Qualifications of qualifications to perform the contract in accordance with Chapter III -
the Bidder Evaluation and Qualification Criteria. The Bidder shall prepare
original documents for verification at the request of the Purchaser. In
case of application of the prequalification, if there is any change to the
information about the Bidder’s qualification between the Bid and the
application for prequalification, the new information shall be updated;
if not, the Bidder shall issue a commitment to satisfy all the
procurement’s criteria.
1.72. 17.2. Documentary evidence of the Bidder’s qualifications to perform
the contract if its bid is accepted shall comply with the BDS.
18. Period
1.73. of 18.1. The Bid including Technical Proposal and Financial Proposal
Validity of Bids shall remain valid for the period which is not shorter than the period
specified in the BDS. The Technical Proposal or Financial Proposal
valid for a shorter period shall be rejected by the Purchaser as non
responsive.
1.74. 18.2. In exceptional circumstances, prior to the expiration of the bid
validity period, the Purchaser may request bidders to extend the
period of validity of their bids (including the period of validity of
Technical Proposal and Financial Proposal). If a Bid Security is
requested, it shall also be extended for a corresponding period
(equivalent to the extended validity period plus 30 days). If the
Bidder refuse the request, its Bid shall not be kept considering and the
Bid Security shall be returned. The Bidder accepting the request may
not change any content of the Bid. The request and the responses
shall be made in writing.
19. Bid Security
1.75. 19.1. When submitting a bid, the Bidder shall furnish a Bid Security
before the bid closing time in the form of either a letter of credit or a
bank guarantee from a bank or credit institution lawfully operating in
Vietnam or a deposit in cheque as prescribed in ITB Section 19.2.
The bank guarantee shall comply with form 04(a) and 04 (b) of
Chapter VI – Bidding Forms or in another form provided that it
contains essential contents. In the event that the validity period of the
bid is extended as prescribed in ITB Section 18.2, the Bid Security is
also extended with the same validity period.
1.76. If a consortium make a bid, it may perform the Bid Security following
Chapter I Page 9/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

one of two methods below:


1.77. a) Every member in consortium may perform separate Bid Security
provided that total value of the Bid Security is not lower than that
mentioned in ITB Section 19.2; if the Bid Security is not valid, the
Bid of the consortium shall be rejected as non-responsive. If any
member in consortium violates law on bidding leading its Bid
Security is not returned as prescribed in ITB Section 19.5, and the Bid
Security of all members in consortium shall not be returned.
1.78. b) If all consortium members conclude an agreement in which one
member will be responsible for its Bid Security or for Bid Security of
other members in consortium. The Bid Security shall be in the name
of the consortium or the consortium member in charge provided that
the total value is not lower than that mentioned in ITB Section 19.2. If
any member in consortium violates law on bidding leading its Bid
Security is not returned as prescribed in ITB Section 19.5, and the Bid
Security shall not be returned.
1.79. 19.2. Value, currency and validity period of the Bid Security shall be
specified in the BDS.
1.80. 19.3. A Bid Security shall be not considered valid if it have lower
value, shorter validity period as required in ITB Section 19.2,
inaccurate the Purchaser’s name (beneficiary), non-original paper and
invalid signature and accompanying of disadvantaged conditions to
the Purchaser.
1.81. 19.4. The unsuccessful Bidder shall be either returned or released the
Bid Security within the deadline as prescribed in the BDS, from the
date on which the notification of the Bidder selection is sent. With
regard to the successful Bidder, the Bid Security shall be returned or
released after the Bidder performs Performance Security.
1.82. 19.5. The Bid Security shall not be returned in one of the following
cases:
1.83. a) The Bidder withdraws its bid (including Technical Proposal or
Financial Proposal) after the bid closing time and during the period of
bid validity;
1.84. b) The Bidder violates law on bidding which leads to be cancelled bid
as prescribed in ITB Section 41.1 (d);
1.85. c) The Bidder fails to conduct the Performance Security as prescribed
in ITB Section 43;
1.86. d) The Bidder fails or refuses to negotiate and finalize the contract,
within a period of 5 days from the date of receipt of notification of
contract negotiation except for force majeure cases;
1.87. e) The Bidder fails or refuses to negotiate and finalize the contract,
Chapter I Page 10/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

within a period as mentioned in the notification of contract award sent


by the Purchaser except for force majeure cases.
20. Format
1.88.and 20.1. The Bidder shall prepare the documents comprising the bid
Signing of Bid including one original copy of Technical Proposal and one original
copy of Financial Proposal as described in ITB Section 11 and a
number of photocopies of the Bid as prescribed in the BDS. The cover
of the documents comprising the bid shall be clearly marked
“TECHNICAL PROPOSAL ORIGINAL”, “FINANCIAL
PROPOSAL ORIGINAL”, “TECHNICAL PROPOSAL
PHOTOCOPY”, “and FINANCIAL PROPOSAL PHOTOCOPY”.
1.89. If there any amendments to or replacement for Technical Proposal or
Financial Proposal, the Bidder shall prepare one original and a
number of photocopies of the Bid as prescribed in the BDS. The cover
of documents shall be clearly marked “MODIFIED TECHNICAL
PROPOSAL ORIGINAL”, “MODIFIED TECHNICAL PROPOSAL
PHOTOCOPY”, “MODIFIED FINANCIAL PROPOSAL
ORIGINAL”, “MODIFIED FINANCIAL PROPOSAL
PHOTOCOPY”, “SUBSTITUTE TECHNICAL PROPOSAL
ORIGINAL”, “SUBSTITUTE TECHNICAL PROPOSAL
PHOTOCOPY”, “SUBSTITUTE FINANCIAL PROPOSAL
ORIGINAL”, and “SUBSTITUTE FINANCIAL PROPOSAL
PHOTOCOPY”.
1.90. If there is an Alternative Proposals in the Bid as prescribed in ITB
Section 13, the Bidder shall prepare one original and a number of
photocopies of documents as prescribed in the BDS. The cover of
documents shall be clearly marked “ORIGINAL OF ALTERNATIVE
PROPOSALS”, “COPY OF ALTERNATIVE PROPOSALS”
1.91. 20.2. The Bidder shall be responsible for the discrepancy between the
original and the copies. In the event of any discrepancy between the
original and the copies does not lead to any change to the rank of the
Bidder, the original shall prevail. In the event of any discrepancy
between the original and the copies leading change to the rank of the
Bidder, the Bid shall be rejected.
1.92. 20.3. The original of Technical Proposal and Financial Proposal shall
be typed or written in indelible ink and have page numbers. Bid
Submission Form, Letter of Discount (if any), additional documents,
clarifying documents, Price Schedule and other forms prescribed in
Chapter IV - Bidding Forms must bear the signature and seal of the
Bidder’s legal representative or authorized representative (if any).
The authorized representative must obtain a Power of Attorney using
form 02 of Chapter IV – Bidding Forms or a copy of the Company
Charter, a certified Decision on Establishment of branch or other
Chapter I Page 11/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

documents proving the competence of the authorized representative,


and it shall be submitted together with the bid.
1.93. 20.4. If the Bidder is a consortium, the Bid must bear the signatures of
legal representatives or all consortium members or the member that
represents the consortium according to the consortium agreement. In
order to ensure that all consortium members are legally bound, the
consortium agreement must bear the signatures of legal
representatives of all consortium members.
1.94. 20.5. Any interlineations, erasures, or overwriting shall be valid only
if they are signed or initialed by the person signing the Bid.
21. Sealing
1.95.and 21.1. The Technical Proposal envelope contains the original and the
Marking of Bids copies and clearly mark it “TECHNICAL PROPOSAL”. The
Financial Proposal envelope contains the original and the copies and
clearly mark it “FINANCIAL PROPOSAL”
1.96. If there is any revision or replacement of Technical Proposal or
Financial Proposal, the modified or alternative documents (including
the original and the copies) shall be put into separate envelopes and
clearly mark it “MODIFIED TECHNICAL PROPOSAL”,
“SUBSTITUTE TECHNICAL PROPOSAL”, “MODIFIED
FINANCIAL PROPOSAL”, “SUBSTITUTE FINANCIAL
PROPOSAL”.
1.97. If the Bidder has an Alternative Proposals which conclude technical
proposal and financial proposal, it shall be put into a separate
envelope and clearly mark it “ALTERNATIVE TECHNICAL
PROPOSAL”.
1.98. These envelopes, including Technical Proposal, Financial Proposal,
Modified Technical Proposal, Modified Financial Proposal, Substitute
Technical Proposal, Substitute Financial Proposal (if any); Alternative
Proposals (if any), shall be sealed. The sealing of envelopes shall
comply with regulations provided by the Bidder.
1.99. 21.2. The outer envelopes shall:
1.100. a) Bear the name and address of the Bidder;
1.101. b) be addressed to the Purchaser in accordance with ITB Section 22.1;
1.102. c) bear the name of the procurement in accordance with ITB Section
1.2; and
1.103. d) bear a warning “not to open before the time and date for Technical
Proposal opening” in accordance with ITB Section 32.1 regarding
envelopes of Technical Proposal, Modified Technical Proposal, or
Substitute Technical Proposal (if any); bear a warning “Do not to
open before the time and date of Financial Proposal opening”

Chapter I Page 12/25 9/2021


Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

regarding envelopes of Financial Proposal, Modified Financial


Proposal, or Substitute Financial Proposal (if any).
1.104. 21.3. If the envelopes are not sealed or the seals thereof are lost
during the process they are transferred to the Purchaser, or they are
not marked as required in ITB Sections 21.1. and 21.2, the Bidder
shall be responsible for those violations. The Purchaser will assume
no responsibility for the confidentiality of the bid if the Bidder fails to
comply with above regulations.
22. Deadline
1.105.for 22.1. Bids must be received by the Purchaser at the address and no
the submission later than the bid closing time specified in the BDS. The Purchaser
of bids shall receive Bids of all Bidders submitted before the bid closing
time, including those who have bought or received the Bidding
Documents from the Purchaser. Any Bidder that has not bought the
Bidding Documents must pay the Purchaser an amount equal to the
selling price for a set of Bidding Documents before their Bid
envelopes are received.
1.106. 22.2. The Purchaser may extend the bid closing time by amending the
Bidding Documents in accordance with ITB Section 8, in which case
all rights and obligations of the Purchaser and Bidders previously
subject to the deadline shall thereafter be subject to the deadline as
extended.
23. Late Bids The Purchaser shall not consider any bid that arrives after the deadline
for submission of bids. Any bid received by the Purchaser after the
deadline for submission of bids shall be declared late, rejected and
returned unopened to the Bidder.
24. Withdrawal,
1.107. 24.1. A Bidder may withdraw, substitute, or modify its Bid after it has
Substitution, and been submitted by sending a written notice in accordance with ITB
Modification of Clause 10, duly signed by a legal representative or an authorized
Bids representative, and shall include a copy of the Power of Attorney in
accordance with ITB Section 20.3. The corresponding substitution or
modification of the bid must accompany the respective written notice.
All notices must be:
1.108. a) submitted in accordance with ITB Sections 20 and 21, and in
addition, the respective envelopes shall be clearly marked
“MODIFIED TECHNICAL PROPOSAL” OR “MODIFIED
FINANCIAL PROPOSAL” or “SUBSTITUTE TECHNICAL
PROPOSAL” or “SUBSTITUTE FINANCIAL PROPOSAL”, or
“WITHDRAWAL”; and
1.109. b) received by the Purchaser prior to the deadline prescribed for
submission of bids, in accordance with ITB Section 22.
1.110. 24.2. Bids requested to be withdrawn in accordance with ITB Section
Chapter I Page 13/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

24.1 shall be returned unopened to the Bidders.


1.111. 24.3. No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the
Bid Submission Form or any extension thereof.
25. 1.112. 25.1. Information relating to the evaluation of bids, and
Confidentiality recommendation of contract award, shall not be disclosed to bidders
or any other persons not officially concerned with such process until
publication of the Contract Award. No information mentioned in the
bid of the successful Bidder is disclosed to any other bidders, except
for information disclosed at the Technical Proposal and Financial
Proposal opening.
1.113. 25.2. Except for case of the bid clarification prescribed in ITB
Section 26 and the negotiation of contract, the Bidder is not permitted
to contact to the Purchaser on any matter related to its bid and the
procurement from the bid opening time until the publication of
Contract Award.
26. Clarification
1.114. 26.1. After opening Technical Proposal and Financial Proposal, the
of Bids Bidder is responsible for clarifying Technical Proposal and Financial
Proposal at the request of the Purchaser. Any request for clarification
of the Purchaser and any response of the Bidder shall be in writing. In
the event that there is no documentary evidence establishing the
Bidder’s qualifications (including the sale permit issued by the
Producer or the certification of consortium relationship or any other
equivalent documents, if required by the Bidding Documents) in the
Bidding Documents, the Purchaser shall request the Bidder to clarify
and supplement that documentary evidence. Regarding technical and
financial proposals mentioned in Technical Proposal and Financial
Proposal, the clarification may not change essential information about
the Bidder, bid and bid price. The Bidder notify the Purchaser of the
receipt of the addendum in writing, by post, by fax or email
1.115. 26.2. The Clarification of Bids between the Bidder and the Purchaser
shall be in writing.
1.116. 26.3. During the period prescribed in the BDS, in the event that there
is no documentary evidence establishing the Bidder’s qualifications
(including the sale permit issued by the Producer or the certification
of consortium relationship or any other equivalent documents, if
required by the Bidding Documents) in the Bidding Documents, the
Bidder may supplement that documentary evidence. The Purchaser
shall receive the Clarification of Bids sent by the Bidder;
documentary evidence establishing the Bidder’s qualifications shall
Chapter I Page 14/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

be an integral part of the Bid. The Purchaser shall notify of receipt of


Clarification of Bids in writing in writing, by post, by fax or email.
1.117. 26.4. The Clarification of Bids shall only be made between the Bidder
and the Purchaser having the bid that needs clarifying. The contents
of the Clarification of Bids shall be treated as an integral part of the
Bid by the Purchaser. Regarding clarification in terms of the Bidder’s
qualification, technical requirements or financial requirements, if the
deadline for clarification expires, but the Bidder fails to send any
clarification or the clarification does not satisfy requirements of the
Purchaser, the Purchaser shall evaluate the Bid sent prior to the bid
closing time by the Bidder.
1.118. 26.5. If necessary, the Purchaser shall request possibly successful
Bidders to clarify their Bids. The Clarification of Bids shall be kept
record. The Clarification of Bids shall be provided objectively and
transparently .
27. Deviations, During the evaluation of Bids, the following definitions apply:
Reservations, 27.1. “Deviation” means a departure from the requirements specified
and Omissions in the Bidding Documents;
27.2. “Reservation” means the setting of limiting conditions or
withholding from complete acceptance of the requirements specified
in the Bidding Documents;
27.3. “Omissions” means the failure to submit part or all of the
information or documentation required in the Bidding Documents.
28. 1.119. 28.1. The Purchaser shall determine a bid’s responsiveness as
Determination of prescribed in ITB Section 11.
Responsiveness
1.120. 28.2. A substantially responsive bid means one that meets all the
requirements of the Bidding Documents without material deviation,
reservation, or omission. A material deviation, reservation, or
omission is one that,
1.121. a) if accepted, would affect in any substantial way the scope, quality,
or performance of the Goods and Related Services; or limit in any
substantial way, inconsistent with the Bidding Documents, the
Investor's rights or the Bidder’s obligations under the proposed
Contracts; or
1.122. b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.
1.123. 28.3. The Purchaser shall examine all technical aspects of the bid
submitted in accordance with ITB Sections 16 and 17, in particular, to
confirm that all criteria prescribed in Part 2 – Supply requirements,
have been met without any material deviation, reservation or
Chapter I Page 15/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

omission.
1.124. 28.4. If a bid is not substantially responsive to the requirements of the
Bidding Documents, it shall be rejected and may not subsequently be
made responsive by correction of the material deviation, reservation,
or omission.
29. Nonmaterial
1.125. 29.1. Provided that a bid is substantially responsive, the Purchaser
Nonconformities may waive any nonconformity in the bid that do not constitute a
material deviation, reservation or omission.
1.126. 29.2. Provided that a bid is substantially responsive, the Purchaser
may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the bid related to documentation
requirements. Requesting information and documentation on such
nonconformities shall not be related to any aspect of the price of the
bid. Failure of the Bidder to comply with the request may result in
the rejection of its bid.
1.127. 29.3. Provided that a bid is substantially responsive, the Purchaser
shall rectify nonmaterial nonconformities related to the Bid Price. To
this effect, the Bid Price shall be adjusted, for comparison purposes
only, to reflect the price of a missing or nonconforming item or
component.
30. 1.128. 30.1. The Contractor is entitled to enter into agreements with
Subcontractor subcontractors mentioned in the list as prescribed in Form 15(a) of
Chapter IV – Bidding Forms. There is no change to the
responsibilities of the primary Contractor in spite of employment of
any subcontractor The Contractor shall be responsible for quantity,
quality, schedule and other responsibilities performed by the
subcontractor. The subcontractor’s qualifications shall be considered
during the contractor’s bid evaluation (excluding special
subcontractors). The Contractor is required to meet all qualification
requirements (not considering qualification of subcontractors).
1.129. If the Contractor does not propose any subcontractor for any task, the
whole procurement shall under responsibilities of the Contractor. If
any subcontractor is employed during the performance of the contract,
the Contractor shall be accused of “Contract transfer” as prescribed in
ITB Section 3.
1.130. 30.2. The Contractor may not subcontract other tasks mentioned in
the Bid; any subcontractor other than those mentioned in the Bid shall
not be replaced or added without a reasonable and legitimate reasons
and the Investor’s consent; if not, the Contractor shall be accused of
“Contract transfer”.
Chapter I Page 16/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.131. 30.3. The Investor may permit the Contractor to employ special
subcontractor as prescribed in the BDS. The Contractor shall make a
list of special subcontractors with qualifications and work experience
using form 15(b) of Chapter IV – Bidding Forms. The Bidder shall
evaluate the special subcontractor’s qualifications according to the
criteria prescribed in Section 2.3 Chapter III - Evaluation and
Qualification Criteria. If the subcontractor and the Contractor fail to
satisfy the criteria of the Bidding Documents, the bid shall be
considered as non responsive.
31. Incentives
1.132. in 31.1. Rules for preferential treatment:
bidder selection
1.133. The Bidder shall receive preferential treatment upon their provision
of goods whose domestic-production cost are at least 25%.
1.134. 31.2. The preferential treatment shall apply during the bid’s
evaluation for the comparison purposes as follows:
1.135. Any good to be received incentives shall be proven that it contains at
least 25% of domestic production cost by the Bidder. The rate of
domestic production cost shall be determined by using the formula
below:
1.136. D (%) = G*/G (%)
1.137. Where:
1.138. - G*: domestic production cost which equal (=) quoted price of the
goods mentioned in the Bid minus (-) taxes and import costs,
including fees and charges (if any);
1.139. - G: quoted price of the goods mentioned in the Bid minus (-) taxes;
1.140. - D: rate of domestic production cost of the goods. D ≥ 25%, the
goods shall received preferential treatment as prescribed in this
Section.
1.141. 31.3. The method for determining preferential treatment shall comply
with the BDS.
1.142. 31.4. If all goods quoted by all bidders are not given incentives, the
Purchaser shall not carry out the evaluation and determination of
preferential value.
32. Technical
1.143. 32.1. Except for cases prescribed in ITB Sections 23 and 24, all
Proposal Technical Proposals received prior to the bid closing time shall be
Opening opened and read out information prescribed in ITB Section 32.3 the
Purchaser. The Technical Proposal opening shall be held in public at
the address, date and time specified in the BDS in the witness of
participants being Bidders’ representatives and relevant agencies and
organizations. The Technical Proposal opening shall be conducted
regardless of the absence of any Bidder’s representative.
Chapter I Page 17/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.144. 32.2. First, envelopes marked “WITHDRAWAL” shall be opened and


read out and the corresponding bid shall not be opened, but returned
to the Bidder. No bid withdrawal shall be permitted unless the
corresponding withdrawal notice contains a valid authorization to
request the withdrawal and is read out at the bid opening.
1.145. Next, envelopes marked “SUBSTITUTE TECHNICAL PROPOSAL”
shall be opened and read out and exchanged with the corresponding
Technical Proposal being substituted; The initial Technical Proposal
envelope shall not be opened and returned to the Bidder as is. No
Technical Proposal Substitution shall be permitted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out at the bid opening.
1.146. Envelopes marked “MODIFIED TECHNICAL PROPOSAL” be
opened and read out with the corresponding Technical Proposal. No
Modified Technical Proposal shall be permitted unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out at the bid opening. Only
envelopes that are opened and read out at the Technical Proposal
opening shall be considered further.
1.147. 32.3. The bid opening shall be conducted to every Technical Proposal
or Substitute Technical Proposal according to the alphabet order of
the Bidders’ names and following procedures:
1.148. a) The seals shall be checked and the envelopes marked
“TECHNICAL PROPOSAL”, “MODIFIED TECHNICAL
PROPOSAL” (if any) or “SUBSTITUTE TECHNICAL
PROPOSAL” (if any) shall be opened;
1.149. b) All other envelopes, including original, modified or substitute bid
(if any) shall be opened and reading out: the name of the Bidder, the
validity period of Technical Proposal, the performance period and the
value and validity period of the Bid Security and other details as the
Purchaser may consider appropriate.
1.150. c) Number of photocopies of Technical Proposal and relevant
information, including Alternative Proposals of the Bidder (if any)
shall be read out;
1.151. d) The representative of the Purchaser shall countersign original copy
of Bid Submission Form of Technical Proposal, Power of attorney (if
any), Consortium Agreement (if any), and Bid Security. No Bid shall
be rejected at Bid opening except for late bids, in accordance with
ITB Section 23.
1.152. e) The Purchaser and bidders shall reach a consensus on how to seal
the envelopes marked “FINANCIAL PROPOSAL”, “MODIFIED
Chapter I Page 18/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FINANCIAL PROPOSAL”, “SUBSTITUTE FINANCIAL


PROPOSAL”. After sealing, the Purchaser shall preserve envelopes
in conformity with management regime of confidential document
until Financial Proposals are opened as prescribed in ITB Section 34.
1.153. 32.4. The Purchaser shall prepare a record of the Bid opening that
shall include prescribed in ITB Section 32.3. The record of Technical
Proposal opening shall be countersigned by the representative of the
Ministry of Trade and the Bidders participating in the Technical
Proposal opening. If any signature of the Bidders is left in the record,
it shall be invalid. A copy of the record shall be distributed to all
Bidders who participate in the bid opening.
33. Technical
1.154. 33.1. The Purchaser shall apply criteria mentioned in this Section and
Proposal method for evaluation prescribed in BDS to evaluate the Technical
Evaluation Proposals. Any other criterion or method other than those mentioned
above shall not be permitted to apply.
1.155. 33.2. Inspection and evaluation the validity of the Technical Proposal:
1.156. a) The inspection and evaluation of the validity of the Technical
Proposal shall comply with Section 1 of Chapter III - Evaluation and
Qualification Criteria;
1.157. b) The bidders having valid Technical Proposal shall be considered
further.
1.158. 33.3. Qualification evaluation:
1.159. a) The evaluation of Bidder’s qualification shall comply with Section
2 of Chapter III - Evaluation and Qualification Criteria
1.160. b) The bidders satisfying qualification requirements shall be
considered further.
1.161. 33.4. Technical evaluation:
1.162. a) The Technical evaluation shall comply with Section 3 of Chapter
III - Evaluation and Qualification Criteria;
1.163. b) The bidders satisfying technical evaluation shall be considered
further as prescribed in Section 4 of Chapter III - Evaluation and
Qualification Criteria.
1.164. 33.5. If the procurement is divided into independent lots as prescribed
in ITB Section 14.5, the bid evaluation shall comply with Section 6 of
Chapter III - Evaluation and Qualification Criteria equivalent to the
lot in which the Bidder participates.
1.165. 33.6. List of bidders satisfying technical requirements shall be
approved in writing. The Purchaser shall send the List of bidders
satisfying technical requirements to all bidders, which contains
invitations of bidders satisfying technical requirements to open
Chapter I Page 19/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Financial Proposal, together with time and location of opening


Financial Proposal.
34. Financial
1.166. 34.1. The Financial Proposal opening shall be held in public at the
Proposal address, date and time specified in the Notification of List of bidders
Opening satisfying technical requirements, in the witness of participants being
Bidders’ representatives and relevant agencies and organizations. The
Financial Proposal opening shall be conducted regardless of the
absence of any Bidder’s representative.
1.167. 34.2. At the Financial Proposal opening, the Purchaser shall announce
List of bidders satisfying technical requirements and then check seals
of the envelopes marked “FINANCIAL PROPOSAL”, “MODIFIED
FINANCIAL PROPOSAL”, and “SUBSTITUTE FINANCIAL
PROPOSAL”.
1.168. 34.3. First, envelopes marked “SUBSTITUTE FINANCIAL
PROPOSAL” shall be opened and read out and exchanged with the
corresponding Substitute Financial Proposal, and the Substitute
Financial Proposal shall not be opened, but returned to the Bidder. No
Financial Proposal substitution shall be permitted unless the
corresponding substitution notice contains a valid authorization to
request the substitution.
1.169. Envelopes marked “MODIFIED FINANCIAL PROPOSAL” shall be
opened and read out with the corresponding Financial Proposals. No
Financial Proposal modification shall be permitted unless the
corresponding modification notice contains a valid authorization to
request the modification. Only envelopes that are opened and read out
at the Financial Proposal opening shall be considered further.
1.170. 34.4. The Financial Proposal opening shall be conducted to every
Financial Proposal according to the alphabet order of the Bidders’
names and following procedures:
1.171. a) All other envelopes, including original, modified or substitute bid
(if any) shall be opened and reading out: the name of the Bidder,
validity period of Financial Proposal, Bid Prices of Bid Submission
Form in the Financial Proposal, the Bid Prices mentioned in the Table
of bid price, value of discounts (if any), validity period of Financial
Proposal and other details as the Purchaser may consider appropriate.
If the procurement is divided into independent lots, the prices and
discounts (if any) thereof shall be read out. Only discounts read out at
the Financial Proposal opening shall be considered further;
1.172. b) Quantity of photocopies of Financial Proposal and other details
shall be read out;
1.173. c) Representative of the Purchaser shall countersign original copy of
Chapter I Page 20/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Financial Proposal and Letter of Discount (if any). No Financial


Proposal of a bidder whose name mentioned in the List of bidders
satisfying technical requirements shall be rejected at Financial
Proposal opening.
1.174. 34.5. The Purchaser shall prepare a record of the Financial Proposal
opening that shall include information prescribed in ITB 34.2, 34.3
and 34.4. The record of Financial Proposal opening shall be
countersigned by the representative of the Purchaser and bidders
participating in the Financial Proposal opening. If any signature of
the Bidder is left in the record, it shall be invalid. A copy of the record
shall be distributed to all Bidders who satisfy technical requirements.
35. Financial
1.175. 35.1. The Purchaser shall apply criteria mentioned in this Section and
Proposal method for evaluation prescribed in BDS to evaluate the Financial
Evaluation and Proposals. Any other criterion or method other than those mentioned
Ranking of above shall not be permitted to apply.
bidders 1.176. 35.2. Inspection and evaluation the validity of the Financial
Proposals:
1.177. a) The inspection and evaluation of the validity of the Financial
Proposals shall comply with Section 4 of Chapter III - Evaluation and
Qualification Criteria;
1.178. b) The bidders having valid Financial Proposals shall be considered
further and ranked.
1.179. 35.3. Detailed evaluation of Financial Proposal and ranking of
bidders:
1.180. a) Detailed evaluation of Financial Proposals shall comply with
Section 5 Chapter III - Evaluation and Qualification Criteria.
1.181. b) After carrying out detailed evaluation of Financial Proposal, the
Purchaser shall submit a List of ranking of bidders for the Investor’s
approval. The first-ranking bidder shall be invited to enter into
negotiation. The ranking of bidders shall comply with the BDS.
1.182. 35.4 If the procurement is divided into independent lots as prescribed
in ITB Section 14.5, the Financial Proposal evaluation shall comply
with Section 7 of Chapter III - Evaluation and Qualification Criteria
equivalent to the lot in which the Bidder participates.
36. Negotiation
1.183. 36.1. According to the decision on approval for the List of ranking of
bidders, the Purchaser shall invite the first-ranking bidder to enter into
negotiation. The contract negotiation is based on:
1.184. a) Bid evaluation report;
1.185. b) The Bid and Clarification of Bids (if any) submitted by the Bidder;
1.186. c) Bidding Documents.
Chapter I Page 21/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.187. 36.2. Contract negotiation rules:


1.188. a) The bidder’s proposals that are conformable with Bidding
Documents shall not be negotiated;
1.189. b) The contract negotiation shall not lead to any change in Bid Price
of bidders after correction, deviation adjustment and discount
deduction (if any). During the negotiation process, if any item or
component mentioned in the “Chapter V - Scope of Supply” is not
stated in the design documents, the Purchaser shall request the Bidder
to supplement the missing item or component according to the quoted
unit price; if there is no unit price in the Bid, the Purchaser shall
request the Investor to consider either applying the unit price
mentioned in the approved estimate for the missing item or
component or the unit price of another bidder passing the technical
evaluation provide that the latter price is smaller than the former
price;
1.190. c) When the deviation is negotiated, if the Financial Proposal of the
Bidder has no unit price in proportion to the deviation, the lowest unit
price of a Financial Proposal of another bidder shall be used provided
that the Bid satisfies technical requirements or the unit price in the
approved estimates whose bidder is the only one bidder passing the
technical evaluation shall prevail; if there is no procurement estimate,
the deviation adjustment shall be based on unit price of the
procurement.
1.191. 36.3. Contract negotiation contents:
1.192. a) Negotiating nonclarification or nonconformities between the
Bidding Documents and the Technical Proposal, Financial Proposal,
between different contents in the Technical Proposal or Financial
Proposal possibly leading dispute or affecting the duties of
contracting parties during the performance of the contract;
1.193. b) Negotiating deviation detected in the Financial Proposal (if any) by
the Bidder, including alternative bids or alternative technical
proposals provided by the Bidder if permitted by the Bidder;
1.194. c) Negotiating issues incurring from the bidder selection (if any) to
complete the detailed contents of the procurement;
1.195. d) Negotiating nonmaterial nonconformities prescribed in ITB Section
29;
1.196. e) Negotiating other essential contents.
1.197. 36.4. During the contract negotiations, both parties shall make a draft
contract; terms and conditions, and contract appendices, including
detailed lists of Scope of Supply, Price Schedule and Delivery
Schedule.
Chapter I Page 22/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

1.198. 36.5. If the negotiation is not successful, the Purchaser shall request
the Investor to invite the bidder ranked next to contract negotiation; if
the negotiation with the next bidder is not successful, the Purchaser
shall request the Investor to consider canceling the bidding as
prescribed in ITB Section 41.1(a).
37. Conditions A bidder shall be proposed for contract award when following
for successful conditions are satisfied:
bidder 37.1. The bidder has a valid bid;
37.2. The bidder is qualified as required in Section 2 of Chapter III -
Evaluation and Qualification Criteria;
37.3. The bidder has a satisfactory technical proposal as prescribed in
Section 3 of Chapter III - Evaluation and Qualification Criteria;
37.4. The deviation is not more than 10% of the bid price;
37.5. The bidder meets requirements as prescribed in the BDS;
37.6. The successful bid (including taxes, fees and charges (if any))
does not exceed the approved procurement price. If the estimate of the
approved procurement is more or less than the approved price of the
procurement, the estimate shall be based to consider successful bidder
instead of the procurement price.
38. Publishing
1.199. of 38.1. Before the deadlines prescribed in the BDS, the Purchaser shall
bidder selection send notifications of bidder selection result to related bidders by post
result or fax and post it on national bidding network or the Vietnam Public
Procurement Review Journal as prescribed. Contents of the
notification of bidder selection result:
1.200. a) Name and number of procurement;
1.201. b) Name of the successful bidder;
1.202. c) Address of the successful bidder;
1.203. d) Successful bid;
1.204. e) Type of contract;
1.205. f) Contract duration;
1.206. g) List of unsuccessful bidders and brief explanation for each of them.
1.207. 38.2. Regarding bidding cancellation prescribed in Point an ITB
Section 41.1, the explanation for the bidding cancellation shall be
provided in the notification of bidder selection result.
1.208. 38.3. Upon the receipt of notification of the bidder selection result
prescribed in ITB Section 38.1, if any unsuccessful bidder requests
explanation, the Purchaser shall, within 5 working days from the date
on which the notification of bidder selection result is published, give
explanation.
Chapter I Page 23/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

39. Change in When the contract is awarded, the Purchaser may increase or decrease
quantity of quantity of Goods and Services mentioned in Chapter V – Scope of
Goods and Supply provided that it does not exceed the rate specified in the BDS
Services and there is no change to unit price, other conditions or terms of the
Bidding Documents or the Bid.
40. Letter of Together with the notification of bidder selection result, the Purchaser
Acceptance and shall send Letter of Acceptance and Contract Award, including
Contract Award requirements pertaining to performance security, time for completion
and conclusion of contract prescribed in form 19 of Chapter VIII –
Contract Forms to the successful bidder, provided further that the
Bidder is determined to be qualified to perform the Contract
satisfactorily. The Letter of Acceptance and Contract Award shall be
an integral of the Contract documents. In the event that the successful
bidder fails to complete and conclude the contract or pay Performance
Security before the deadline mentioned in the Letter of Acceptance
and Contract Award, such bidder shall be rejected without Bid
Security return as prescribed in Point dd ITB Section 19.5.
41. 1.209.
Bidding 41.1. The Purchaser shall notify the bidding cancellation in the
cancellation following cases:
1.210. a) All Bids fail to meet requirements mentioned in the Bidding
Documents;
1.211. b) The Purchaser changes objectives and scope of investment
specified in the Bidding Documents;
1.212. c) Bidding Documents fail to comply with law on bidding or other
regulations of relevant law provisions leading the nonsatisfaction of
the successful bidder.
1.213. d) There is any evidence for corrupt, fraudulent or conclusive
practice, or taking advantage of positions, powers aiming to interfere
illegally in a procurement process to falsify results of bidder selection.
1.214. 41.2. Any organization or individual violating law on bidding leading
bidding cancellation (as prescribed in Point c and Point d of ITB
Section 41.1) must compensate relevant contracting parties and face
penalties as prescribed.
1.215. 41.3. Regarding bidding cancellation prescribed in ITB Section 41.1,
within 5 working days, the Purchaser shall return or release Bid
Security to bidders, excluding bidding cancellation prescribed in Point
d of ITB Section 41.1.
42. Conditions
1.216. 42.1. The Bid of the Bidder shall remain valid at the time of signing
for signing of of contract.
contract 1.217. 42.2. At the time of signing of contract, the successful Bidder shall be
Chapter I Page 24/25 9/2021
Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

determined to have technical and financial qualification to perform


the contract. In case the Bidder is no longer qualified as prescribed in
the Bidding Documents, the Investor shall refuse to conclude the
contract with the Bidder. Then, the Investor shall cancel the decision
on approval for bidder selection result and send Letter of Acceptance
and Contract Award to the next ranked bidder.
1.218. 42.3. The Investor shall ensure condition related to advance and
payment capital and other essential conditions to perform the contract
on schedule.
43. Performance
1.219. 43.1. Before the effective date of the contract, the successful bidder
Security shall furnish the Performance Security in the form of a Bank
Guarantee issued by a bank or a credit institution lawfully operating
in Vietnam or a Deposit in cheque as prescribed in SCC Section 6.
The Bidder shall, if applicable, use the Bank Guarantee form
prescribed in form 21 of Chapter VIII - Contract Forms or another
form which is approved by the Investor.
1.220. 43.2. The Bidder shall be not returned the Performance Security in
one of the following cases:
1.221. a) Refuse to perform the contract on the effective date of the contract.
1.222. b) Violate terms and conditions of the contract;
1.223. c) Perform the contract behind the schedule and refuse to extend the
validity period of the Performance Security.
44. Handling Bidders are entitled to file complaints against the bidder selection
complaints in progress and result to the Investor, competent persons, advisory board
bidding at the address prescribed in the BDS when they found their lawful
rights and interests are infringed. The complaints in bidding shall be
handled as prescribed in Section 1 of Chapter XII of the Law on
Bidding No. 43/2013/QH13 and Section 2 of Chapter XII of Decree
No. 63/2014/ND-CP.
45. Monitoring
1.224. When any act or content unaccordant with law on bidding is detected,
bidder selection the Bidder shall notify organizations or individuals of monitoring
progress bidder selection progress as prescribed in the BDS.

Chapter I Page 25/25 9/2021


Instructions to Bidders
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Chương II. BID DATA SHEET (BDS)

ITB 1.1 The Purchaser is: Vietnam Electricity Power Projects Management
Board No.1 (EVNPMB1).
ITB 1.2 The procurement’s name: Package No. 1TB-DZ220NM “Supply of
optical cables, insulators and accessories”.
The project’s name: 220kV Nam Mo (Laos) - Tuong Duong
transmission line project (Section in Vietnam territory).
The quantity and number of the lots comprising the procurement: Not
applicable.

ITB 1.3 Duration of Contract: 06 months.

ITB 2 Sources of Funds (or capital-raising methods): Construction


investment capital shall be arranged by the investor (EVN itself).
ITB 4.4 Assurance of competitiveness in bidding shall be prescribed as
follows:
- The Bidder and Vietnam Electricity (EVN) – Investor, address: No.
11 Cua Bac Street, Truc Bach Ward, Ba Dinh District, Ha Noi City,
Vietnam and Vietnam Electricity Power Projects Management Board
No.1 (EVNPMB1) – Purchaser, address: 7th floor, Tower B, EVN
Building, No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh District,
Ha Noi City, Viet Nam do not hold more than 30% of shares or stakes
of each other, unless the Investor, the Purchaser and the Bidder are in
the same state-owned economic corporation and the product of the
procurement is the input of the Investor and the Purchaser and the
output of the Bidder and the primary business line of the corporation.
- The Bidder and the solicitation consulting documents units do not
hold stake of each other; the Bidder and another organization or
individual do not hold more than 20% stake of each other. In
particular:
+ Consulting company on making and designing documents and
estimates: Power Engineering Consulting Joint Stock Company 4
(PECC4), add: 11 Hoang Hoa Tham Street, Loc Tho Ward, Nha Trang
City, Khanh Hoa Province, Vietnam.
+ Consulting company on examining designing documents and
estimates: Power Engineering Consulting Joint Stock Company 1
(PECC1), add: km9+200 Nguyen Trai Road, Thanh Xuan district, Ha
Chapter II Page 1/9 9/2021
Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Noi, Vietnam.
+ Consulting company on making the Bidding Documents: Power
Engineering Consulting Joint Stock Company 4 (PECC4) located at 11
Hoang Hoa Tham Street, Loc Tho Ward, Nha Trang City, Khanh Hoa
Province, Vietnam.
+ Consulting unit on evaluating the Bid: Purchaser.
+ Consulting unit on appraising the Bidding Documents and the results
of bidder selection: Investor.
The Bidder who participates in the bid as a non-business unit does not
belong to the same agency directly managed by Vietnam Electricity
(EVN) – Investor and Vietnam Electricity Power Projects Management
Board No.1 (EVNPMB1) – Purchaser.
ITB 4.6 The Bidder must be registered on national bidding network:
Applicable.
All members of the Consortium must meet this requirement.
ITB 4.7 A foreign bidder participating in an international bidding in Vietnam
shall have to associate, either in form of a consortium or
subcontracting, with domestic bidders. In case of using subcontractors,
in the Bid, the bidder may suggest expected scope of work for
Vietnamese subcontractors without specifically declare the names of
subcontractors1;
In the Bid, the foreign bidder must submit the commitments attached to
the Bids with the content that in case of awarding the contract, the
bidder would have Vietnam subcontractors do the work proposed in
the bid.
The evaluation of subcontractor’s qualification and experience will be
specified during contract negotiation.
ITB 5.3 Documentary evidence establishing the validity of Goods:
- Commitment on the origin of goods: Goods shall have a clear and
legal origin, shall be allowed to circulate and be imported to
Vietnam. Certificate of Origin (CO) must be issued by the
competent authority (Chamber of Commerce or equivalent) of the
country in which the origin of the goods is certified.
- Commitment on the quality of goods: All goods shall be 100%

1
It is unnecessary to have an agreement or contract with a subcontractor while participating in bidding
Chapter II Page 2/9 9/2021
Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

(unused) brand-new, and tropicalized to the specific climate in


Vietnam. Certificate of Quality (CQ) shall be issued by the
manufacturer together with full testing results.

ITB 7.1 The Purchaser must receive the request for clarification of Bidding
Documents no later than 5 working days prior to the deadline for
submission of bids.

ITB 8.3 The Amendment of Bidding Documents shall be sent no later than 15
days prior to the deadline for submission of bids.
If the Purchaser fails to send the Amendment of Bidding Documents
within the period as specified as above, the Purchaser shall extend the
deadline for submission of Bids.

ITB 10 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Purchaser, shall be written in
English. Supporting documents and printed writings that are part of the
Bid may be in another language provided that they are accompanied by
accurate translations of the relevant passages into the English. In case
of the translation missing, if necessary, the Purchaser may request the
Bidder to submit additional the following documentations, including
but not limited to:
 Test reports
 Similar contracts (including contract agreement; price schedule;
acceptance certificate; consortium agreement (if any); others).
 Complete and independently audited separate Financial
statements.
 Other documents (if required in the bid evaluation process).
The English translation without notarization or authentication of the
above documents shall not be considered for further evaluation.
In case the Vietnamese bidder is awarded the contract, the contract
will be written in English and/or Vietnamese. The applicable language
will be agreed during contract negotiations.

ITB 11.1 The Bidder must pay attention to ensuring the appropriateness and
logic in chronological order to sign documents as the basis for
evaluating the validity of the Technical Proposal, such as the Power of
attorney (if any), the Consortium Agreement, the Bid Submission
Form.
ITB 11.4 The Bidder shall submit the following documents in conjunction with
the Bid:
(a) The detailed description of the essential technical and
operational characteristics of Goods in accordance with the

Chapter II Page 3/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Technical Specifications.
(b) Type test reports, test report as usual and special test report (if
any).
(c) Certificate of Accereditation of Laboratories and other
documents that fully meets Part II - Supply requirements of the
Bidding document.
(d) Technical data sheets in the required Form that fully meets the
requirements of Part II - Supply requirements of the Bidding
document.
(e) Bid drawings.
(f) ISO 9001 or equivalent certificate of the bidders/manufacturers
/sub-contractors for Goods offered in the Bid.
(g) If Bidder does not manufacture or produce Goods, Technical
services and/or “Related Services” it offers to supply, the Bidder
shall submit the Manufacturer’s Authorization using the form
included in Chapter IV – Bidding Forms to demonstrate that it has
been duly authorized by the manufacturer or producer of the Goods
and/or Technical services to supply these Goods, Technical services
and/or “Related Services” in the Purchaser’s country.
(h) In order to facilitate evaluation of bids, deviations, if any, from
the term and conditions in the Bidding Documents will be listed in
the Form “Declared conditions/deviations” - Chapter IV “Bidding
forms”.
(i) Original manufacturer’s catalogues of the Goods to be supplied
in this package.
(k) End User's certificates and/or notarized copies of contract to
demonstrate that the Bidder fully meets the requirements of
experience as prescribed in Chapter III.
All the above documents are original or must be notarized or
authenticated.
* Other documents:
- Bidder wishing to participate in the Pre-Bidding Conference must
send a Letter of Registration to attend together with the list of
attendees and questions for clarification of the Bidding Documents 03
days before the organization date (through the National Bidding
network system http://muasamcong.mpi.gov.vn).
- The Purchaser will hold a pre-bidding conference at 9:00 a.m. on
…/…/2021 at the Purchaser’s headquarters: Meeting Room 703, 7th
floor, Tower B, EVN Building, No. 11 Cua Bac Street, Truc Bach
Ward, Ba Dinh District, Hanoi City, Viet Nam.

Chapter II Page 4/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

ITB 13.1 Alternative Technical Proposal shall not be considered.

ITB 14.2 In the Price Schedule, the Bidder shall quote prices according to the
following requirements:
- For goods manufactured from abroad: The Bidder shall quote the
Price of DDP at the “Place of delivery” including unloading and
unloading insurance at the “Place of delivery” on Form No.17 (a1) and
Form No.17 (a1.1) of Chapter IV. Bidding forms. All taxes, fees and
chagers (if any) will be quoted in column (9), Form No.17 (a1) in
Chapter IV. Bidding forms.
- For the goods are manufactured in Vietnam and the goods
manufactured outside Vietnam but are available in Viet Nam: The
Bidder shall quote the price to be shipped to the “Place of delivery”
including unloading and unloading insurance at the “Place of delivery”
and separate all taxes, fees and charges (if any) on Form 17 (a2) and
Form No.17 (a2.1) of Chapter IV. Bidding forms. All taxes, fees and
chagers (if any) will be quoted in column (9), Form No.17 (a2) in
Chapter IV. Bidding forms.
Note:
- “Place of delivery” is the purchaser’s warehouse on the site at the
220kV Nam Mo - Tuong Duong transmission line project (section in
Vietnam territory) on the territory of Ky Son and Tuong Duong
Districts, Nghe An Province.
- Corporate Income Tax (CIT), other related taxes, fees and duties shall
be calculated in accordance with Circular No. 103/2014/TT-BTC
issued by the Ministry of Finance on 06/08/2014 and others current
Vietnamese Law.
- DDP price is regulated under Incoterms 2020.

ITB 14.5 The lots of the procurement: Not applicable.

ITB 15 The currency(ies) of the bid and the payment currency(ies) shall
comply with the current foreign exchange management regulations as
follows:
- Costs incurred oversea borne by the Purchaser related to the execution of
the package including Goods manufactured abroad and related services:
currency(ies) of the bid and the payment currency(ies) are Euro (EUR)
and/or United State Dollar (USD) and/or Vietnamese Dong (VND).
- Costs incurred within the Purchaser’s country related to the execution of
the package borne by the Purchaser including Goods manufactured in
Vietnam or Goods manufactured outside Vietnam but are available on
Chapter II Page 5/9 9/2021
Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Vietnam market and related services: currency of the bid and the payment
currency shall be Vietnamese Dong (VND).
The bidder proves the content of the work using foreign currency together
with a list detailing the content of the work and the corresponding foreign
currency value. The payment currency for the item of work must
correspond to the currency(ies) of Bid for that item of work.
The currency used for converting all the bid prices in multiple currencies
into a single currency (known as conversion currency) for the purpose of
evaluating and comparing the bids shall be VND. Other currencies will be
converted to VND according to the selling rate of VietcomBank announced
at website address
https://portal.vietcombank.com.vn/Corporate/TG/Pages/ty-gia.aspx at the
time of 28 days prior to the date of bid closing (or the latest date before if
the determined date has no exchange rate announcement).
ITB 16.3 Expected period of time the Goods are put into use (for the purpose of
spare parts): are described specifically in Chapter V - Supply
requirements of the Bidding document.

ITB 17.2 Documentary evidence of the Bidder’s qualifications to perform the


contract if its bid is accepted contains:
(a) Business registration license of the agent or the Bidder's
representative in Vietnam to prove that the Bidder is capable of
performing the bidder's obligations such as warranty, maintenance,
maintenance and repair, supply of spare parts or providing after-
sales services (if any).
The above document(s) is/ are original or must be notarized or
authenticated.

ITB 18.1 The validity period of bid (the Technical Proposal and the Financial
Proposal) shall be: ≥ 180 days, from the date of bid closing.

ITB 19.1 Revise the form of bid security as follows:


Form of Bid security is an unconditional, irrevocable bank guarantee
(Demand guarantee) issued by a bank or foreign bank branch lawfully
operating in Vietnam using the form prescribed in Chapter IV- Bidding
Forms.
ITB 19.2 a) Value and currency of the Bid Security:
- For domestic Bidders: The bid security value and currency are:
1.000.000.000 VND (One billion Vietnam Dong).

Chapter II Page 6/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

- For foreign Bidders: The bid security value and currency are
1.000.000.000 VND (One billion Vietnam Dong) or 43.000 USD
(Fourty-three thousand US dollars) or 35.000 EUR (Thirty-five
thousand Euros).
- If a Bidder submits a Bid Security in more than one currency, the
conversion to VND must be made at the exchange rate specified in ITB
15 of this Chapter. In such case, the total value of Bid Security, after
being converted, must be no less than ≥ 1.000.000.000 VND.
b) The validity period of the Bid Security shall be: ≥ 210 days, from
the bid closing time.
ITB 19.3 Add the following contents to ITB 19.3:
Bid security is considered invalid when the form of bid security is not
an unconditional or irrevocable bank guarantee.

ITB 19.4 Bid security of unselected bidders will be refunded and released within
a maximum period of 20 days from the date of notification of bidder
selection results.

ITB 20.1 The number of copies of the Bid (the Technical Proposal and the
Financial Proposal) is: 5 (five) and
- One (01) USB recorded all Technical Proposal: (i) Bid Forms; (ii)
Documents proving Bidder’s experience and qualifications
(Bidder/Manufacturer); (iii) Specifications, technical data and
operation data of the equipment and services; (iv) Bid drawings; (v)
the catalog (if any); (vi) Certificate … formatted using MS Word and/
or PDF and the entire original of the Technical Proposal formatted
using PDF.
- One (01) USB recorded all Financial Proposal: (i) Prices schedules
formatted using MS Excel software and the entire original of the
Financial Proposal formatted using PDF.
In case of modification, the number of copies of the Technical
Proposal or Financial Proposal and the number of copies of modified
or substitute Technical Proposal or Financial Proposal, or Alternative
Proposals are the same.

ITB 22.1 For bid submission purposes, the Purchaser’s address is:
Attention: Vietnam Electricity Power Projects Management Board
No.1 (EVNPMB1).
Address: Room 701, 7th floor, Tower B, EVN Building, No. 11 Cua
Bac Street, Truc Bach Ward, Ba Dinh District, Ha Noi City, Viet Nam.

Chapter II Page 7/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Tel: +84 242148183


Bid closing time is: .....h.... (am/pm) (Hanoi time), …./ ..../ 2021

ITB 26.3 The Bidder may send request for Clarification of Bids to the Purchaser
within 10 days, from the bid closing time.
ITB 30.3 Special subcontractor: Not permitted.

ITB 31.3 Incentives: The good not eligible for incentive shall be added 7.5% of
the Bid Price after error correction and adjustment of deviation, minus
(-) the discount (if any) of such Bidder for the purpose of comparison
and ranking.
ITB 32.1 The bid opening shall take place at: ..... h.... (am/pm) (Hanoi time), …./
..../ 2021 at Vietnam Electricity Power Projects Management Board
No.1 (EVNPMB1) head office
Address: Room 703, 7th floor, tower B, No. 11 Cua Bac Street, Truc
Bach Ward, Ba Dinh District, Hanoi City, Vietnam.

ITB 33.1 Method for evaluating Technical Proposals:


a) Qualification and experience evaluation: pass/fail.
b) Technical evaluation: pass/fail.

ITB 35.1 Method for evaluating Financial Proposals: Lowest bid selection.

ITB 35.3 (b) Ranking of bidders: The Bidder having the lowest Bid Price after error
correction and adjustment of deviation, and minus (-) its discount shall be
ranked the first Bidder.

ITB 37.5 The Bidder having the lowest Bid Price after error correction and
adjustment of deviation, and minus (-) its discount (if any).

ITB 38.1 Deadline for sending notification of results of bidder selection is 05


working days, since the date on which the bidder selection result is
approved by the Investor.

ITB 39 - Maximum rate of quantity increase: 15%.


- Maximum rate of quantity decrease: 15%.
ITB 44 - Address of the Investor:
Vietnam Electricity (EVN)
Address: No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh District,
Ha Noi City, Viet Nam.

Chapter II Page 8/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Tel: 84-024-6694 6789 - Fax: 84-024-6694 6666


- Address of the competent person:
Chairman of the Vietnam Electricity (EVN)
Address: No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh District,
Ha Noi City, Viet Nam.
Tel: +84 222 04444 - Fax: 84-024-3824 9461
- Address of the Standing division assisting the Advisory board:
Vietnam Electricity (EVN)
Address: No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh District,
Ha Noi City, Viet Nam.
Tel: +84 222 04444 - Fax: 84-024-3824 9461
ITB 45 Address of the organization or individual in charge of the monitoring
task: Procurement Management Department - Vietnam Electricity
(EVN).
Address: No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh District,
Ha Noi City, Vietnam
Tel: 84-024-3824 9508 - Fax: 84-024-3824 9461

Chapter II Page 9/9 9/2021


Bid Data Sheet
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

CHAPTER III. EVALUATION AND QUALIFICATION CRITERIA

Section 1. Inspection and evaluation of validity of the Technical Proposal


1. 1. Inspecting the validity of the Technical Proposal
a) Inspect the quantity of photocopies of the Technical Proposal.
b) Inspect the composition of the Technical Proposal, including Letter of Bid of
Technical Proposal, Consortium agreement (if any), power of attorney to sign the
Letter of Bid (if any); Bid Security; documents proving the Bidder’s eligibility,
qualifications and experience; technical proposal; and other documents of the Bid as
prescribed in ITB Clause 11.1.
c) Inspect the consistency between the original copy and photocopies to serve the
thorough evaluation of the Technical Proposal.
1.2. Evaluating the validity of the Technical Proposal
A Technical Proposal is considered valid when all of the conditions below are
satisfied:
a) There is an original copy of the Technical Proposal.
b) There is a Bid Submission Form of Technical Proposal bearing the signature and
stamped (if any) by the legal representative of the Bidder as required by the Bidding
Documents. Regarding Consortium, the Bid Submission Form shall be signed and
stamped (if any) by legal representative of every consortium member or signed by
the head of the Consortium according to the Consortium agreement.
c) The duration of the contract mentioned in the Bid Submission Form shall conform to
the technical proposal and the Bidding Documents.
d) The validity period of the Technical Proposal satisfies requirements as prescribed in
ITB Clause 18.1.
dd) Bid Security is valid complying with Clause 19.3 of ITB and BDS.
e) The Bidder shall not have its name included in multiple Bids as a primary Bidder (an
independent Bidder or a Consortium member) for the same procurement.
g) The Consortium agreement shall be signed and stamped (if any) by the legal
representative of each consortium member and specify detailed tasks and value
thereof performed by each consortium member using the Form 03 of Chapter IV –
Bidding Forms.
h) The Bidder meets the eligibility requirements specified in ITB Clause 4.
Any Bidder having valid Technical Proposal shall be considered further.

Chapter III Page 1/16 9/2021


Evaluation and qualification criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION
CROSSING THE TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART I – BIDDING PROCEDURES
Section 2. Evaluation criteria for Qualification and Experience
Qualification and experience of a consortium shall be total qualifications and
experience of all consortium members, provided that each member is qualified to
perform their tasks in the consortium; if any member is not qualified to perform their
tasks in the consortium, the consortium shall be considered not qualified.
The subcontractors’ qualifications and experience shall not be evaluated when
the Technical Proposal of the Bidder is evaluated. The Bidder is required to satisfy all
qualification and experience criteria (regardless of the subcontractor’s qualification).
The Bidder’s qualification and experience shall be evaluated as follows; the
qualified Bidder is the one satisfying all criteria.

Chương III Page 2/16 7/2021


Evaluation and qualification criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
2.1. Evaluation criteria for qualification and experience:
Bidder’s experience and qualifications shall be evaluated with criteria specified hereunder:
TABLE OF EVALUATION CRITERIA FOR QUALIFICATION AND EXPERIENCE
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members
1 History of Non- From January 1st, 2018 to the bid Must meet Not Must meet Not Form No. 06
Performance closing time, the Bidder did have any the applicable the applicable and
1
Contracts non-performance contracts . requirement2 requirement supporting
documents
2 Pending All pending litigation, if any, shall be Must meet Not Must meet Not Form No. 07
Litigation treated as resolved against the Bidder the applicable the applicable and
and so shall in total not represent requirement requirement supporting
more than 50 % of the Bidder’s net documents
worth.
(Net Worth = Total Assets - Total
Liabilities)

1
Non-performance contract includes: (i) Contracts concluded by the Investor that the Bidder has not completed and the Bidder has no objection;
and (ii) The Contract is concluded by the Investor to be incomplete and the Bidder does not approve, but has been concluded by an arbitration or
court against the Bidder.
Non-performance contracts do not include contracts where the Investor’s decision has been overruled by the dispute resolution mechanism. Non-
performance contracts shall be based on all information that the dispute or litigation is resolved in accordance with respective contract’s dispute
resolution mechanism and when the Bidder no longer has opportunities to complain.
2
These requirements also apply to Consortium member Bidders.
Chapter III Page 3/16 9/2021
Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members

3 Financial Capacity
3.1 Financial The independent audited separate Must meet Not Must meet Not Form No. 09
Performance financial statements for the last 3 the applicable the applicable and
years (2018-2020) shall be submitted requirement requirement supporting
to prove bidder’s healthy financial documents
situation.
In which, the audit unit must show
no disclaimer opinion in the audited
separate financial statements of the
legal entity participating in the bid
for the years 2018, 2019, 2020.
The bidder’s net worth in the latest
year (2020) must be positive.
Profit after CIT on the income
statement of the latest fiscal year
must be positive (>0).

Chapter III Page 4/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members

3.2 Annual average The average annual revenue from Must meet Must meet Must meet Not Form 09 and
revenue from production and business activities is the the the applicable supporting
business at least 75 billion VND3, within the requirement requirement requirement documents
last 3 (three) years (2018 ÷ 2020). in relation
* For companies operating in the to the
form of Parent-Subsidiary companies, percentage
the Bidder is required to submit the of work in
individual financial statements of the the
Bidders participating in the bidding Consortium
(not calculated according to the agreement.
integrated financial statements).

3.3 Financial The Bidder shall prove that it has Must meet Must meet Must meet Not Forms No.
resource for the highly liquid assets 4 (excluding the the the applicable 10, No. 11
bidding package advance payment mentioned in the requirement requirement requirement
3
The exchange rate for bid evaluation is the selling rate of VietcomBank announced at the website address
https://portal.vietcombank.com.vn/Corporate/TG/Pages/ty-gia.aspx on the last day of the fiscal year (or the most recent date before that if the last
day of the fiscal year is not annouced).
4
Highly liquid assets are cash and/or commitment to provide credit for this bidding package from a credit institution lawfully operating in
Vietnam or the Bidder’s country.
Chapter III Page 5/16 9/2021
Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members
contract) to meet the requirements in relation
pertaining to the financial resource to to the
perform the contract with the value is percentage
10,000,000,000 VND5 of work in
the
Consortium
agreement.
4 Experience to Minimum number of similar Must meet Must meet Must meet Not Form 08 and
perform contracts in which the Bidder has the the the applicable supporting
contracts of completed all or the majority (80%) requirement requirement requirement documents
provision of as the primary Bidder (independent in relation
similar Goods or as a consortium member) within to the
the last 5 years (from 01/01/2016 to percentage
the time of bid closing), satisfying: of work in
The minimum number of contracts is the
2, at least 01 contract has a minimum consortium
value of 25 billion VND and the total agreement.

5
The exchange rate for bid evaluation is the selling rate of VietcomBank announced at the website address
https://portal.vietcombank.com.vn/Corporate/TG/Pages/ty-gia.aspx at 28 days before the date has a bid closing date (or the nearest day before that
if the date is determined without an exchange rate announcement).
Chapter III Page 6/16 9/2021
Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members
value of all contracts ≥ 50 billion
VND.
* Similar contract is a contract with
scope of supply including OPGW
optical cables, insulators, line surge
arresters and line accessories
(including or excluding
transportation) for power
transmission line works with voltage
level from 220kV or higher.
Note:
(1) The exchange rate for bid
evaluation the value of similar
contracts is the selling rate of
VietcomBank announced at the
website
https://portal.vietcombank.com.vn/
Corporate / TG / Pages / ty-gia.aspx
at the signing date of similar
Chapter III Page 7/16 9/2021
Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members
contracts.

5 Qualification in - The Bidder shall have or must Must meet Must meet Must meet Not Commitment,
warranty, commit to establish (submitted to the the the applicable Supporting
maintenance, Purchaser for approval before signing requirement requirement requirement documents
repair, provision the contract) agent or representative (Equivalent
of spare parts or in Vietnam which is capable of to the part
other after-sale performing obligations of the Bidder of the work
services such as warranty, maintenance, to take)
repair, and provision of spare parts or
other after-sale services according to
the following requirements:
- During the warranty period, the
Bidder is responsible for checking,
retaining and maintaining the
equipment periodically as prescribed.
In case of equipment malfunction,
incidents not due to operating errors,

Chapter III Page 8/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Qualification and Experience Criteria Requirements
Consortium Bidder
Each
Required
Independent All At least
No. Description Requirement Documents
bidder consortium consortium one of
members member consortium
members
the Bidder is responsible for
repairing, supplying and replacing as
soon as possible but no later than 24
hours in urgent cases.

6 Reputation of In 2020, there are no contracts Must meet Not Must meet Not Not
the Bidder assessed by EVN as non-responsive the applicable the applicable applicable
or there are not two (02) or more requirement requirement
contracts assessed by EVN as
Warning.

2.2. Evaluation criteria for key personnel: Not applicable


2.3. Special subcontractors: Not applicable

Chapter III Page 9/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Section 3. Criteria for technical evaluation


Use Pass/Fail criteria to evaluate bids. For the overall evaluation criteria, only
Pass/Fail criteria are used; for detailed non-essential criteria in the overall criteria, in
addition to the Pass/Fail criteria, additional acceptable criteria may be applied.
The overall evaluation criteria is assessed “Responsive” when all the essential
detailed criteria are assessed as “Responsive” and non-essential detailed criteria are
assessed as “Responsive” or “Acceptable”.
The overall evaluation criteria are as follows:
Using
Responsive/Non-
Criteria
Responsive
criteria
1. Technical characteristics of goods
- Have the characteristics and
mandatory technical parameters
of the main goods (marked with
(*) in the column “Compelled
parameters”) in Appendix 3.
Table of technical
specifications, Chapter V.6, Part
2 – Supply requirements of the
1.1. Characteristics,
Bidding Documents assessed as
specifications of goods,
“Responsive”(1).
production standards, Responsive
And
manufacturing standards and
- The remaining characteristics
technology as prescribed in
and technical parameters
Part 2 – Supply requirements
specified in Appendix 3. Table
of the Bidding Documents
of technical specifications,
Chapter V.6, Part 2 – Supply
requirements of the Bidding
Documents assessed as
(1)
“Responsive” or
“Acceptable”(2).
Does not meet the above
Non-responsive
requirements.
2. Technical solutions, measures to organize the supply of goods (including
manufacturing, testing, import, quality control, transportation, storage, …)

2.1. Technical solutions, There are reasonable and


measures to organize the feasible technical solutions and
supply of goods are measures to organize the supply
Responsive
reasonable and feasible and of goods, meeting the
meet the requirements in Part requirements in Part 2 – Supply
2 – Supply requirements of requirements and Form

Chapter III Page 10/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Using
Responsive/Non-
Criteria
Responsive
criteria
the Bidding documents Measures to organize the supply
of goods in Chapter IV. Bidding
forms of the Bidding
Documents.
Does not meet the above
Non-responsive
requirements.
3. Schedule for providing goods and performing technical services
Have a Schedule of Goods
Supply meeting the
requirements of Bidding
3.1. Schedule of supply of Document and Technical
goods and performance of Service Performance that is
technical services that is reasonable, feasible and
reasonable and feasible in consistent with the Technical Responsive
accordance with the technical Proposal, meeting the
proposal and meet the requirements in Part 2 - Supply
requirements in Part 2 – Requirements and Performance
Supply Requirements of the Schedule Form in Chapter IV.
Bidding Documents Bidding forms of the Bidding
Documents.
Does not meet the above
Non-responsive
requirements.
4. Manufacturer’s capacity and experience
4.1. Up to the time of bid
closing, the manufacturer has Provides documentation proving
at least 10 years of experience that the manufacturer meets the Responsive
in the field of manufacturing requirements.
OPGW optical cables,
insulators, line surge arresters
and line accessories for power
Does not meet the above
transmission line projects with Non-responsive
requirements.
voltage level of 220kV or
higher.
4.2. Quantity of End User's - Have at least 02 Certificates,
Certificate confirming that the And
optical cables, insulators, line - Provide documents proving Responsive
surge arresters and line that the manufacturer meets the
accessories offered by the requirements.
bidder have operated safely on
power transmission lines of
Does not meet the above
220kV or higher for a Non-responsive
requirements.
minimum period of 02 years
(up to the time of bid closing).
Chapter III Page 11/16 9/2021
Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Using
Responsive/Non-
Criteria
Responsive
criteria
Have a valid ISO 9001
Certificate or equivalent and
have an environmental
4.3. ISO 9001 certificate or Responsive
commitment which is suitable
equivalent, commitment to
for Part 2 – Techincal
environment protection. requirements.
Does not meet the above
Non-responsive
requirements.
- Provide a full range of tests as
required in Part 2 – Supply
Requirements of the Bidding
4.4. Tests to demonstrate the Document,
Responsive
ability to meet the And
specifications of the goods - Test results prove the ability to
offered for bid as required meet the specifications of the
goods offered for the bid.
Does not meet the above
Non-responsive
requirements.
4.5. Authorization (or Provide sufficient documents to
equivalent) from the prove compliance with the
Manufacturer to the Bidder to requirements of the Bidding
supply the manufacturer's Documents and the Responsive
goods for the contract (if the manufacturer's Authorization
Bidder is not a manufacturer). form in Chapter IV. Bidding
(For main goods only: OPGW forms of Bidding Documents.
optical cables; Insulators; Does not meet the above
Non-responsive
Line surge arresters) requirements.
5. Warranty
Meet the requirements stated in
Chapter V.1, Part 2 – Supply
Responsive
requirements of the Bidding
Warranty period
Documents.
Does not meet the above
Non-responsive
requirements.
6. Intellectual property rights
Supplier's commitment that
there is no infringement of There is a commitment Responsive
intellectual property rights in
respect of the Goods or any
part thereof which the Bidder Does not meet the above
Non-responsive
supplies to the Purchaser. requirements.

Chapter III Page 12/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Conclusion: The bid is evaluated as meeting the technical requirements when all
the overall criteria are evaluated as Responsive. If the Bidder's bid is evaluated as
Responsive, Financial Proposal will be considered and evaluated by Purchaser.
Note:
(1): An item of equipment or a part/ component of equipment will be evaluated as
“Responsive” if it fully meets the technical requirements.
(2): An item of equipment or a part/ component of equipment will be evaluated as
“Acceptable” if it has minor nonbasic deviations in the technical requirements of
parameters, material characteristics, standards, … that do not impact the function,
operation, performance and the life of this item of equipment or this part/ component of
equipment as well as related item/part/ component of equipment.
Section 4. Inspection and Evaluation of the Validity of Financial Proposal
4.1. Inspecting of the validity of Financial Proposal:
a) Inspect quantity of photocopies of Financial Proposal.
b) Inspect composition of the original copy of Financial Proposal, including Bid
submission form of Financial Proposal; Table of bid price and other documents of
Financial Proposal as prescribed in ITB Clause 11.2.
c) Inspect the uniformity of contents between original copy and photocopies to serve the
detailed evaluation of Financial Proposal.
4.2. Evaluating the validity of the Financial Proposal:
A Financial Proposal is considered valid when all of the conditions below are satisfied:
a) There is an original copy of Financial Proposal.
b) There is a Bid Submission Form of Financial Proposal bearing the signature and
stamped (if any) by the legal representative of the Bidder. Regarding Consortium, Bid
Submission Form shall be borne the signature and stamped (if any) by the legal
representative of every consortium member or signed by the head of the consortium
according to the regarding consortium agreement.
c) The Bid Price mentioned in the Bid Submission Form must be specified in both
number and words, and in conformity with the total Bid Price mentioned in the Table
of Bid Price. There must be only one Bid Price, which does not cause any
disadvantage condition to the Investor or the Purchaser.
d) The validity period of Financial Proposal satisfies requirements as prescribed in ITB
Clause 18.1.
The Bidder having valid Financial Proposal shall be considered for further evaluations.

Chapter III Page 13/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Section 5. Financial evaluation criteria (Lowest price method):
Steps to determine the lowest price as follows:
Step 1. Determination of bid price
Step 2. Correction of errors
In case of a substantially responsive Bid, arithmetic errors and other errors shall be
corrected on the following basis:
a) Arithmetic errors include incorrect addition, subtraction, multiplication and division
when the Bidder calculates quoted prices. If there is a discrepancy between the unit price
and the total price in line item, the unit price shall prevail. Where the unit price is wrong
by the fault of decimal system (10 times, 100 times, 1,000 times), then the total price will
prevail in the correction of arithmetic errors. If the Bidder does not fill a specific value or
fill “0” or “-” at columns “Unit price” and “Total price”, then it is regarded as the Bidder
offered the price of these goods and related services of the others of the package. The
Bidder must be responsible for supply of these goods, related services to meet the
requirements in the Bidding Document and such goods and related services shall not be
paid by the Purchaser during contract performance.
b) Other errors
- If the column of total price in line item has been entered but without availability of
corresponding unit price, the unit price will be determined by dividing the total price by the
corresponding quantity; if the unit price has been entered but without availability of
corresponding total price, the total price will be determined by multiplying the unit price
and the corresponding quantity together; if the unit price and the total price have been
entered but without availability of corresponding quantity, the quantity will be determined
by dividing the total price by the corresponding unit price. In this case, if the corrected
quantity is different from the quantity required in the Bidding Documents, such
discrepancy is considered as a deviation in scope of supply and shall be adjusted as
specified in Step 3.
- Errors of wrong physical units: correction to meet the requirements of the Bidding
Documents.
- Errors of wrong signs: in case of using "," (comma) instead of the "." (dot) and
contrast, they are corrected accordingly in the way of written Vietnamese. When the
Purchaser determines that comma or dot in unit price was clearly misplaced, the total price
of such item shall prevail, and the unit price shall be corrected.
- If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail, and the total shall be corrected.

Chapter III Page 14/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
- If there is a discrepancy between figures and words, the words shall be taken as
legal basis for error correction. If the words are wrong, the figures after error correction
shall be taken as legal basis.
Step 3. Adjustment of deviations
a) In case there is a deviation in scope of supply, then the insufficient value shall be added
or the excess value shall be deducted in accordance with the same unit prices in the
Financial proposal of the bidder within deviation.
If the Financial proposal of the bidder within insufficient deviation (missing work item
than the requirements of scope of supply) has not related unit price in the Financial
proposal then carry out as follows:
- Take the highest offering unit price of that content in Financial proposal of other bidders
technically responsive as basic for adjustment of deviations; in case the Financial proposal
of the bidders passed technically responsive have not unit price of this content, then take
the unit price in approved cost estimated of the package as basic for adjustment of
deviations; in case there is no cost estimated of the package, then take the price elements
formation package’s price as a basic for deviation adjustment.
- If there is only one bidder technically responsive, then carry out adjustment of deviations
by take the corresponding unit price in the Financial proposal of this bidder; in case the
Financial proposal of the bidder has not related unit price, then take the price in approved
cost estimated of the package as basic for adjustment of deviations; in case there is not cost
estimated of the package, then take the price elements formation package’s price as a
basic for deviation adjustment.
b) If the bidder has discount letter, the correction of errors and adjustment of
deviations are carried out the bid price without discounts. Rate (%) of the insufficient
deviation is determined based on the bid price in Bid Submission Form.
Step 4. Determination of bid price after error correction, deviation adjustment and
deducts of discount (if any);
Step 5. Determination of preference value (if any) as specified in ITB 31.
Step 6. Ranking of bidders:
The bid shall be ranked based on the bid prices after error correction, deviation
adjustment, deducts of discount (if any) and plus preference value (if any). Evaluated price
will be excluded Taxes, fees, duties (if any) in Form 17 (a1), Form 17 (a2).
GR = G – T + (ΔUD)
In which:

Chapter III Page 15/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
- GR: Prices for evaluation, comparison, and raking bidders.
- G = (bid price ± amount of error correction ± amount of deviation adjustment) -
discounts (if any);
- T: Taxes, fees, duties (if any) as specified in Form 17 (a1), Form 17 (a2).
- ΔUD: is amount which shall be added to the subjects without preference as specified in
ITB 31 (if any).
Section 6. Alternative technical solution in Bids: Not applicable.
Section 7. In case the package is divided into separate lots: Not applicable.

Chapter III Page 16/16 9/2021


Bid evaluation criteria
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Chapter IV. BIDDING FORMS

TABLE OF CONTENTS

A. BIDDING FORMS OF TECHNICAL PROPOSAL ............................................................ 3

FORM NO.01 - BID SUBMISSION FORM (1) .............................................................................. 3

FORM NO.02 - POWER OF ATTORNEY (1) ................................................................................ 5

FORM NO.03 – CONSORTIUM AGREEMENT (1)...................................................................... 7

FORM NO.04(A) - BID SECURITY (1) ....................................................................................... 10

FORM NO.04 (B) - BID SECURITY (1)....................................................................................... 12

FORM NO.05(A) - BIDDER INFORMATION FORM ............................................................... 14


FORM NO.05 (B) - CONSORTIUM MEMBER’S INFORMATION FORM(1) ......................... 15

FORM NO.06 - HISTORY OF NON-PERFORMANCE CONTRACTS (1)................................ 16

FORM NO.07 – PENDING LITIGATIONS(1) ............................................................................. 17

FORM NO.08 - SIMILAR CONTRACTS PERFORMED BY BIDDER(1)................................. 18

FORM NO.09 - FINANCIAL SITUATION OF BIDDER (1) ...................................................... 19

FORM NO.10 - FINANCIAL RESOURCES(1)............................................................................ 21

FORM NO.11 - MONTHLY FINANCIAL RESOURCES FOR CONTRACTS BEING


EXECUTED(1) ............................................................................................................................... 23

FORM NO.12 - TABLE OF PROPOSED KEY EMPLOYEES .................................................. 24

FORM NO.13 - CURRICULUM VITAE OF KEY EMPLOYEES ............................................. 25

FORM NO.14 - WORK EXPERIENCE ....................................................................................... 26

FORM NO.15(A) - SCOPE OF WORK PERFORMED BY SUBCONTRACTOR(1)................. 27

FORM NO.15 (B) - LIST OF SPECIAL SUBCONTRACTORS (NOT APPLICABLE) ........... 28

FORM - MEASURES TO ORGANIZE THE SUPPLY OF GOODS.......................................... 28

FORM - TIME SCHEDULE......................................................................................................... 28

FORM – MANUFACTURER'S AUTHORIZATION.................................................................. 29

FORM - DECLARED CONDITIONS/DEVIATIONS ................................................................ 30

B. BIDDING FORMS OF FINANCIAL PROPOSAL ............................................................ 31

FORM NO.16(A) - BID SUBMISSION FORM (1) ...................................................................... 31


Chapter IV Page 1/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
FORM NO.16 (B) - BID SUBMISSION FORM (1) .................................................................... 33

FORM NO.17 – GRAND SUMMARY OF BID PRICE.............................................................. 35

FORM NO.17(A) - TABLE OF BID PRICE OF GOODS (NOT APPLICABLE) ...................... 35

FORM NO.17 (A1) - TABLE OF BID PRICE OF OVERSEAS-PRODUCED GOODS ........... 36

FORM NO.17 (A1.1) - TABLE OF BID UNIT PRICE OF OVERSEAS-PRODUCED GOODS


....................................................................................................................................................... 38

FORM NO.17 (A2) - TABLE OF BID PRICE OF DOMESTICALLY-PRODUCED GOODS OR


OVERSEAS-PRODUCED GOODS WHICH ARE IMPORTED AND SOLD IN VIETNAM .. 40

FORM NO.17 (A2.1) - TABLE OF BID UNIT PRICE OF DOMESTICALLY-PRODUCED


GOODS OR OVERSEAS-PRODUCED GOODS WHICH ARE IMPORTED AND SOLD IN
VIETNAM .................................................................................................................................... 42

FORM NO.17 (B) - TABLE OF BID PRICE FOR RELATED SERVICES (NOT APPLICABLE)
....................................................................................................................................................... 43

FORM NO.17 (C) - RECOMMENDED SPARE PARTS ........................................................... 43

FORM NO.18 - TABLE OF DOMESTICALLY-PRODUCED COSTS OF GOODS ELIGIBLE


FOR INCENTIVES(1) ................................................................................................................... 44

Chapter IV Page 2/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

A. BIDDING FORMS OF TECHNICAL PROPOSAL

FORM No.01 - BID SUBMISSION FORM (1)

(of Technical Proposal)


Date: ___[insert date of signing of Bid Submission Form]
Procurement’s name: ____[insert the procurement’s name according to the Invitation to
Bid]
Project’s name: ____[insert the project’s name]
Invitation to Bid No. ___[insert the number of the Invitation to Bid regarding selective
bidding]
To: Vietnam Electricity Power Projects Management Board No.1 (EVNPMB1).
After carefully studying the Bidding Documents and revisions thereof number ____[insert
the number of the revisions (if any)], we, ____[insert the Bidder’s name], pledge
ourselves to perform _____[insert the procurement’s name] in accordance with
contract execution period is ____[insert period of time for performing all tasks required
by the procurement] (2).
Our Bid include Technical Proposal and Financial Proposal separately sealed.
We hereby declare that:
1. We only participate in this Bid as primary bidder.
2. We are not undergoing dissolution process, are not thrown into bankruptcy, and do not
incur bad debts as prescribed by law.
3. We do not commit violations against regulations on assurance of competitiveness in
bidding.
4. We are not involved in corrupt, fraudulent or conclusive practice and other violations
against law on bidding.
5. Every information provided herein is truthful to be best of our knowledge.
If the our Bid is accepted, we shall provide the Performance Security as prescribed in
Section 43 - Instructions to Bidders of the Bidding Documents.
This Bid takes effect within ____(3) days, from __________[date](4).

Legal representative of bidder


[Full name, position, signature and seal] (5)

Chapter IV Page 3/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Purchaser and the Bidder, effective period of the Bid, which bears the signature of and
stamped (if any by the bidder’s legal representative.
(2) The contract execution period mentioned in the Bid Submission Form must conform to
the technical proposal and schedule for goods furnished and services performed in the Bid.
(3) Insert number of validity days prescribed in ITB Section 18.1. Effective period of the
Bid is from the bid closing time to its expiration date as prescribed in the Bidding
Documents. The period of time from the deadline time for the submission of bids to the
end of 24 hours of the bid closing time is considered 01 day.
(4) Insert the bid closing time as prescribed in Section 22.1 of the BDS.
(5) If the bidder’s legal representative authorizes his/her subordinate to sign the Bid
Submission Form, a Power of Attorney (Form 02 provided in this Chapter) must be
enclosed. If the company’s charter or another document permits such subordinate to sign
the Bid Submission Form, such document shall be enclosed (In this case, the Power of
Attorney is not required). Regarding consortium, the Bid Submission Form shall be signed
by legal representative of every consortium member, unless the head of the consortium
may sign the Bid Submission Form according to the consortium agreement as mentioned
in Form 03 of this Chapter. Each consortium member may give authorization similarly to
an independent bidder. If the successful bidder must present certified true copies of these
documents to the Investor before contract conclusion. If information provided is found
inaccurate, the bidder will be considered fraudulent as prescribed in ITB Section 3.
(6) If a foreign bidder has no stamp, there must be a certification issued by a competent
agency that the signature in the Bid Submission Form and any other documents of the Bid
belongs to its legal representative.

Chapter IV Page 4/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.02 - POWER OF ATTORNEY (1)

[Location and date]_______________

I am __________[insert name, ID/passport number, position of bidder’s legal


representative], the legal representative of _______ [insert name of bidder] at
_____________ [insert address of bidder] hereby authorizes _____________ [insert
name, ID/passport number, position of authorized person] to perform the following tasks
during the participation in the process of bidding for ____________ [insert name of the
procurement] of _____________ [insert name of the project] held by ____________
[insert name of the Purchaser]:
[- Sign the Bid Submission Forms of Technical Proposal and Financial Proposal;
- Sign the Consortium agreement (if any);
- Sign documents with the Purchaser during the short listing processing, including
the request for Clarification of Bidding Documents and Bids; sign requests for bid
withdrawal, modification or substitution of Technical Proposal or Financial Proposal;
- Participate in contract negotiation and conclusion;
- Sign complaint letter (if any);
- Sign contract with the Investor if the bidder is successful] (2).
The authorized person only performs the tasks within the area of competence of a
legal representative of __________ [insert name of bidder]. ____________ [insert name
of bidder’s legal representative] is totally responsible for the tasks performed by
___________ [name of authorized person] within the authorization scope.
The Power of Attorney is effective from __________ [date] to _________ [date](3) and is
made into _______ copies with equal value. _____ copies are kept by the authorizer, and
_______ copies are kept by the authorized person.

Authorized person Authorizer


[Full name, position, signature and seal (if [Full name, position, signature and seal of
any)] the legal representative]
Notes:
(1) The original copy of the Power of Attorney shall be sent to the Purchaser in
conjunction with the Bid Submission Form as prescribed in ITB Section 20.3. The
Bidder’s legal representative may authorize their deputies, subordinates, directors of
branches, and heads of representative offices of the Bidder to perform the tasks on behalf
of the Bidder. The authorized person may use the stamp of the Bidder or their stamp. The
authorized person may not authorize another person.
(2) The area of competence of authorization shall include one or multiple tasks above.
Chapter IV Page 5/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
(3) Insert the effective date and expiration date of the Power of Attorney in conformity
with the bidding process.

Chapter IV Page 6/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.03 – CONSORTIUM AGREEMENT (1)

[Location and date]_______________


Procurement: ______[insert name of the procurement]
Project’s name: ____[insert the project’s name]
Pursuant to(2) __________ [the Law on Investment No. 43/2013/QH13 dated
November 26, 2013];
Pursuant to(2)____ [the Government's Decree No. 63/2014/NĐ-CP dated June 26,
2014 on implementation of some Articles on contractor selection of the Law on Bidding];
In response to Bidding Documents for _______________ [insert name of
procurement] dated __________ [insert date written on the Bidding Documents];
Representatives of signatories to the consortium agreement include:
Name of consortium member ____[insert name of each consortium member]
Mr./Ms. ___________________________________________________
Position: ___________________________________________________
Address: ___________________________________________________
Phone number: ______________________________________________
Fax: ______________________________________________________
Email: _____________________________________________________
Account: ___________________________________________________
TIN: ______________________________________________________
Power of Attorney No. ___________ dated ___________ (in case of
authorization).
The members have reached a consensus on entering into a consortium agreement
with the following contents:
Article 1. General rules
1. Members voluntarily establish this consortium to participate in the process of bidding
for __________ [insert name of procurement] of _______________ [insert name of
project].
2. Official name of the consortium used in every transaction related to the procurement:
______________ [insert the agreed name of the consortium].
3. Every member is committed not to unilaterally participate or establish a consortium
with another member to participate in this procurement. If awarded the contract, no
member is entitled to refuse to fulfill the duties and obligations prescribed in the contract.
Any member of the consortium that refuses to perform their duties as agreed must:
- Pay damages to other parties in the consoritum;
Chapter IV Page 7/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
- Pay damages to the Investor as prescribed by the contract;
- Incur other disciplinary actions __________ [specify the action].
Article 2. Assignment of duties
All members unanimously to undertake joint and separate responsibility to execute
__________ [insert name of procurement] of _______________ [insert name of project]
as follows:
1. Head member of the consortium:
All parties unanimously authorize ________ [insert name of a party] as the head member
of the consortium who represents the consortium to perform the following tasks (3):
[- Sign the Bid Submission Form of Technical Proposal or Financial Proposal;
- Sign documents with the Purchaser during the short listing processing, including the
request for Clarification of Bidding Documents and Bids; sign requests for bid
withdrawal, modification or substitutions;
- Provide Bid Security for the consortium;
- Participate in contract negotiation and conclusion;
- Sign complaint letter (if any);
- Perform other tasks except for contract conclusion: _______________ [specify other
tasks (if any)].
2. Tasks of consortium members are specified in the table below(4):
Proportion of total
No. Name Tasks
bid
1 Name of head member - ___ - ___%
- ___ - ___%
2 Name of second member - ___ - ___%
- ___ - ___%
.... .... .... ......
All tasks of the
Total 100%
procurement
Article 3. Effect of Consortium agreement
1. The consortium agreement takes effect from the day on which it is signed.
2. The consortium agreement expires in the following cases:
- All parties have fulfilled their duties and finalize the contract;
- The agreement is unanimously terminated by all parties;
Chapter IV Page 8/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

- The consortium is not awarded the contract;


- The bidding for ____________ [insert name of the procurement] of ___________
[insert name of the project] is cancelled as notified by the Purchaser.
The consortium agreement is made into _______ copies with equal legal value,
each party keeps _________ copies.

LEGAL REPRESENTATIVE OF HEAD MEMBER


[Full name, position, signature and seal]

LEGAL REPRESENTATIVE OF CONSORTIUM MEMBER


[Full name, position, signature and seal of each member]

Notes:
(1) According to the scope and nature of the procurement, this consortium agreement may
be amended. If the procurement is divided into independent lots, the consortium
agreement shall specify names and numbers of lots in which the consortium participates,
and clarify common and private responsibilities of every consortium member.
(2) Update legislative documents in force.
(3) Area of authorization includes one or multiple tasks above.
(4) The Bidder shall specify detailed tasks and estimate equivalent value of tasks
performed by every consortium member, common and private responsibilities of member,
including the head member.

Chapter IV Page 9/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.04(a) - BID SECURITY (1)


(applicable to independent bidder)

Beneficiary: Vietnam Electricity Power Projects Management Board No.1


(EVNPMB1).
Date of issue: ________[insert date of issue]
BID GUARANTEE No. ___[insert number of the Bid Guarantee]

Guarantor: ___[insert name and address of issuing bank, if it is not written in the
title]
We have been informed that __________________________ [name of the Bidder]
(hereinafter called "the Bidder") has submitted to participate in the bid for the execution of
________________ [name of procurement] of _____[name of project] under Invitation to
Bid No. [number of the Invitation to Bid].
We hereby act as a guarantee for the Bidder to participate in the bid for this
procurement with an amount of _________[amount in figures, in words and currency].
This Guarantee takes effect within ____(2) days, from __________[date](3).
At the request of the Bidder, we, as the Guarantor, hereby undertake
unconditionally, irrevocably and does not require the bidder to preview payment for
beneficiary any sum or sums not exceeding in total an amount of ___________ [amount in
figures] (____________) [amount in words] upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Bidder is in breach of its
obligation(s), because the Bidder:
1. has withdrawn its Bid after the bid closing time and during the period of bid
validity;
2. has violated law on bidding leading bid cancellation as prescribed in Point d of
Section 41.1 – Instruction to Bidder of the Bidding Documents;
3. fails or delay or refuses to negotiate the contract within 5 working days, from the
date on which the notification of contract negotiation sent by the Purchaser is received,
excluding force majeure events;
4. fails or delay or refuses to complete the contract within 20 working days, from
the date on which the notification of bid acceptance sent by the Purchaser is received, or
refuses to conclude the contract after the contract completion excluding force majeure
events;
5. fails to furnish the Performance Security as prescribed in Section 43.1 -
Instructions to Bidders of the Bidding Documents.
Chapter IV Page 10/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
If the Bidder has option: this Guarantee shall expire when the Bidder conclude the
contract and furnish the Performance Security to the beneficiary as agreed.
If the Bidder has no option: this Guarantee shall expire upon our receipt of a
photocopy of notification of bidder selection result sent by the beneficiary; within 30 days
after the expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.

Legal representative of Bank


[Full name, position, signature and seal]
Notes:
(1) Applicable to Bid Security in the form of Bid Guarantee issued by a credit institution or
a branch of foreign bank established under Vietnamese law.
(2) Insert as prescribed in Section 19.2 of the BDS.
(3) Insert the deadline date as prescribed in Section 22.1 of the BDS.

Chapter IV Page 11/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.04 (b) - BID SECURITY (1)


(applicable to consortium)

Beneficiary: Vietnam Electricity Power Projects Management Board No.1


(EVNPMB1).
Date of issue: ________[insert date of issue]
BID GUARANTEE No. ___[insert number of the Bid Guarantee]

Guarantor: ___[insert name and address of issuing bank, if it is not written in


the title]

We have been informed that __________________________ [name of the


Bidder](2) (hereinafter called "the Bidder") has submitted to participate in the bid for the
execution of ________________ [name of procurement] of _____[name of project] under
Invitation to Bid.
We hereby act as a guarantee for the Bidder to participate in the bid for this
procurement with an amount of _________[amount in figures, in words and currency].
This Guarantee takes effect within ____(3) days, from __________[date](4).
At the request of the Bidder, we, as the Guarantor, hereby undertake
unconditionally, irrevocably and does not require the bidder to preview payment for
beneficiary any sum or sums not exceeding in total an amount of ___________ [amount in
figures] (____________) [amount in words] upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Bidder is in breach of its
obligation(s), because the Bidder:
1. has withdrawn its Bid after the bid closing time and during the period of bid
validity;
2. has violated law on bidding leading bid cancellation as prescribed in Point d of
Section 41.1 - Instruction to Bidder of the Bidding Documents;
3. fails or delay or refuses to execute the contract within 5 working days, from the
date on which the notification of contract negotiation sent by the Purchaser is received,
excluding force majeure events;
4. fails or delay or refuses to complete the contract within 20 working days, from
the date on which the notification of bid acceptance sent by the Purchaser is received, or
refuses to conclude the contract after the contract completion excluding force majeure
events;
Chapter IV Page 12/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
5. fails to furnish the Performance Security as prescribed in Section 41.1 -
Instructions to Bidders of the Bidding Documents.
If any member in the _____[insert complete name of the consortium] violates
regulations of law leading ineligible for Bid Security return as prescribed in Section 19.5
–Instructions to Bidder, the Bid Security of all consortium members shall not be returned.
If the Bidder has option: this Guarantee shall expire when the Bidder conclude the
contract and furnish the Performance Security to the beneficiary as agreed.
If the Bidder has no option: this Guarantee shall expire when the Bidder receives
the photocopy of notification of bidder selection result sent by the beneficiary; within 30
days after the expiration date of the Bid.
Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.

Legal representative of Bank


[Full name, position, signature and seal]

Notes:
(1) Applicable to Bid Security in the form of Bid Guarantee issued by a credit institution or
a branch of foreign bank established under Vietnamese law. The bank is recommended to
use this Form, if another form is used and the bank violates one of the following
regulations: the Bid Security’s value is lower and its validity period is shorter than the
required Bid Security as prescribed in ITB Section 19.2, incorrect the Purchaser’s name
(the Beneficiary’s name), non-original copy and no valid signature or accompanying of
disadvantaged conditions for the Purchaser, the Bid Security shall be considered invalid.
(2) The Bidder may have one of the following names:
- Name of the consortium, for example A bidder and B bidder enter into a consortium to
make a bid, their name shall be “Nhà thầu liên danh A + B” (“A + B consortium”);
- Name of the member in charge of the Bid Security for the consortium or another member
in the consortium, for example, A + B + C consortium makes a bid, if their consortium
agreement assign A bidder to furnish Bid Security for the consortium, the consortium’s
name shall be (“A bidder (on behalf of A + B + C consortium)”); in case the consortium
agreement assign bidder B to perform bid security for bidders B and C, the name of the
bidder shall be “B bidder (on behalf of B and C)”;
- Name of every consortium member separately furnishing the Bid Security.
(3) Insert as prescribed in Section 19.2 of the BDS.
(4) Insert the deadline date as prescribed in Section 22.1 of the BDS.

Chapter IV Page 13/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Form No.05(a) - BIDDER INFORMATION FORM
Date: __________________
Number and name of procurement: __________
Page _____/____

Bidder’s name: ___[insert Bidder’s name]

In case of consortium, name of each party: __

Place of business registration and operation: ____[insert province/city where the


Bidder registers and operate business]

Year of establishment: ___[insert year of establishment]

Bidder’s legal address: ____[insert the registered address]

Bidder’s legal representative information


Name: ___________________________________
Address: _________________________________
Telephone/Fax: __________________________
Email Address: _________________________________

1. Attached are copies of original documents of: Certificate of Enterprise registration,


Establishment Decision or equivalent documents issued by competent agencies in the
country where the Bidder operates.
2. Diagram of organizational structure of the Bidder.

Chapter IV Page 14/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.05 (b) - CONSORTIUM MEMBER’S INFORMATION FORM(1)


Date: ____________________
Number and name of procurement: __________
Page: _____/_____
Bidder’s name:

Consortium's Party name:

Consortium's Party Country of Registration:

Consortium's Party Year of Establishment:

Consortium's Party Legal Address in Country of Registration:

Consortium's legal representative information


Name: ___________________________________
Address: _________________________________
Telephone/Fax: __________________________
Email Address: _________________________________

1. Attached are copies of original documents of: Certificate of Enterprise registration,


Establishment Decision or equivalent documents issued by competent agencies.
2. Diagram of organizational structure.
Notes:
(1) In case of consortium, each consortium's Party shall fill in this form.

Chapter IV Page 15/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.06 - HISTORY OF NON-PERFORMANCE CONTRACTS (1)


Bidder’s name: ______________
Date:_____________________
Name of consortium member (if any): ______________________

Unfinished contracts prescribed in Section 2.1 of Chapter III - Evaluation and


Qualification Criteria
□ No concluded contract without execution from January 1, ___[year] prescribed in
criterion 1 in the Table of qualification criteria evaluation in Section 2.1 of Chapter III -
Evaluation and Qualification Criteria.
□ No concluded contract without execution from January 1, ___[year] prescribed in
criterion 1 in the Table of qualification criteria evaluation in Section 2.1 of Chapter III -
Evaluation and Qualification Criteria.
Total value of
contract (current
Unfinished
value, currency unit,
Year tasks in the Description of contract
exchange rate,
contract
equivalent value in
VND)
Description of contract
Investor’s name:
Address:
Reasons for unfinished tasks in the
contract

Notes:
(1) The Bidder must declare accurately and truthfully history of unfinished contracts; any
non-performance contract being not declared shall be considered “fraudulent” and
rejected.
Regarding consortium, each consortium member shall declare information using this
Form.

Chapter IV Page 16/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.07 – PENDING LITIGATIONS(1)


Bidder’s name: ______________
Date:_____________________
Name of consortium member (if any): ______________________

Involved lawsuits
Choose one of two information below:
□ No pending litigation.
□ Description of pending litigation in which the Bidder is a litigant (or each consortium
member is a litigant regarding consortium).
Value of
Ratio of value of
pending
Year Dispute pending litigation
litigation in
to net asset value
VND

Notes:
(1) The Bidder must declare accurately and truthfully pending litigation; any pending
litigation being not declared shall be considered “fraudulent” and rejected.
Regarding consortium, each consortium member shall declare information using this
Form.

Chapter IV Page 17/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.08 - SIMILAR CONTRACTS PERFORMED BY BIDDER(1)


[Location and date]_______________
Bidder’s name: ______[insert name of the Bidder]
Required information of each contract:

Name and number [complete name and number of the contract]


Date of signing [insert date]
Finish date [insert date]
[insert total Contract price in Equivalent _____VND
Contract Price contractual amount and
currency]
[insert rate of [insert Equivalent _____VND
Regarding consortium
contract price contractual
member, insert value of
in the total amount and
contract in charge
contract price] currency]
Project’s name: [complete name of the contract]
Investor’s name: [complete name of the Investor]
Address: [complete address of the Investor]
Phone number/Fax: [insert phone number, fax including, zip code, email
Email: address]

Description of similar characteristics prescribed in Section 2.1 of Chapter III(2) -


Evaluation and Qualification Criteria(2).
1. Type of Good [suitable information]
2. Value [amount in VND]
3. Scope [scope of contract]
4. Other characteristics [insert other characteristics if necessary]
The Bidder shall enclose photocopies of related literature and documents on those
contracts (certified that those contracts are completed in conformity with the above
requirements, etc. by the Investor).
Notes:
(1) Regarding consortium, each consortium member shall declare information using this
Form.
(2) The Bidder only declare information similar to the procurement’s requirements.

Chapter IV Page 18/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.09 - FINANCIAL SITUATION OF BIDDER (1)

Bidder’s name: ______________


Date:_____________________
Name of consortium member (if any): ______________________

Financial figures in the last 3 years (2) [VND]


First year: Second year: Third year:

Information about the Balance sheet

Total assets

Liabilities

Net asset value

Short-term assets

Short-term liabilities

Working capital

Information about income statement

Total revenues

Annual average
revenue from
(3)
business

Pre-tax profits

Post-tax profits

Enclose photocopies of financial statements (the Balance sheets including relevant


description, income statements) in the last 3 years (4) (2018, 2019, 2020), which satisfy the
following conditions:

Chapter IV Page 19/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
1. The financial statement only includes financial situation of the Bidder or consortium
members (regarding consortium) but not of an associate entity such as parent company or
subsidiary companies or associate companies and the Bidder or consortium members.
2. Financial statements shall be audited as prescribed.
3. Financial statements must be complete and adequate as prescribed.
4. Financial statements must be complete and audited corresponding to the accounting
periods. Attached are certified true photocopies of audit report.

Notes:
(1) Regarding consortium, each consortium member shall declare information using this
Form.
(2), (4) The period of time above is the same of the period of time prescribed in Section 2.1
of Chapter III - Evaluation and Qualification Criteria.
(3) Annual average revenues from business shall be determined by dividing total revenue
from the mentioned years by the number of years.

Chapter IV Page 20/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.10 - FINANCIAL RESOURCES(1)

Expected financial resources, for example liquid assets(2), credit limit and other
financial resources (other than advance payment of the contract) that are available and
satisfy requirements pertaining to financial resources prescribed in Form 11 of this
Chapter.

Financial resources of Bidder

No. Financial resource Amount (in VND, USD, EUR)

Total financial resources of Bidder

Notes:
(1) Every bidder or consortium member shall provide information about their
financial resources enclose with documentary evidence.
Expected financial resources shall be determined by the following formula:
NLTC = TNL - ĐTH
Where:
- NLTC means expected financial resources mobilized to perform the contract by
the Bidder;
- TNL means total financial resources of Bidder (prescribed in this Form);
- DTH means all required monthly financial resources for contracts being executed
(prescribed in Form 11).
A bidder shall be considered responsive to financial resources requirements if its
mobilized expected financial resources ≥ value of financial resources prescribed criterion
3.3. Section 2.1 of Chapter III - Evaluation and Qualification Criteria.
If the Bidder encloses a credit commitment issued by a credit institution lawfully
operating in Vietnam or bidder's country, which promises to lend to the commitment
holder (the Bidder) to perform the considered procurement with minimum amount

Chapter IV Page 21/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

equivalent to the required value prescribed in criterion 3.3 Section 2.1. Chapter III –
Evaluation and Qualification Criteria during the contract duration, the Bidder shall be
considered satisfying financial requirements for the procurement and still declare
information using this Form and Form 11.
(2) Highly liquid assets are cash and/or commitment to provide credit for this
bidding package from a credit institution lawfully operating in Vietnam or the Bidder’s
country.

Chapter IV Page 22/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.11 - MONTHLY FINANCIAL RESOURCES FOR CONTRACTS


BEING EXECUTED(1)

Contact person Unpaid Required


Number of
of the Investor Finish contract monthly
Name of remaining
No. (address, date of value, financial
contract months of
phone number, contract including resources
contracts (A)(2)
fax) taxes (B)(3) (B/A)

All required monthly financial resources for contracts being executed.

Notes:
(1) Each bidder or consortium member shall provide information below to calculate
all required financial resources, which is all value of: (i) current commitments of the
Bidder (or each consortium member) in all contracts being executed or to be executed; (ii)
required financial resources of the considered contract by the Investor. In addition, the
Bidder shall provide information about any other financial obligation likely substantially
affecting the execution of the considered contract if the Bidder is awarded the contract.
(2) Number of remaining months of contract at 28 days prior to the bid closing
time.
(3) Unpaid value of contract at 28 days prior to the bid closing time.

Chapter IV Page 23/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.12 - TABLE OF PROPOSED KEY EMPLOYEES

- Regarding every position prescribed in this Form, the Bidder shall declare
detailed information according to Forms 13 and 14 of this Chapter.
- The Bidder shall declare key employees having qualifications satisfying
requirements prescribed in Section 2.2 of Chapter III - Evaluation and Qualification
Criteria and be ready to perform the procurement; no employee being in charge of another
procurement with the same working time is declared in this Table. If the declaration is not
truthful, the Bidder shall be considered fraudulent.

1 Position: [detailed position in the procurement in charge]


Name: [insert name of key employee]

2 Position: [detailed position in the procurement in charge]

Name: [insert name of key employee]

3 Position

Name

4 Position

Name

5 Position

Name

…. Position

Name

Chapter IV Page 24/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.13 - CURRICULUM VITAE OF KEY EMPLOYEES

The Bidder shall provide adequate information required below and enclose certified true
photocopies of relevant qualifications.

Position

Information Name Date of birth:


of employee

Qualifications

Present Name of employer


position

Address of employer

Phone number: Contact person (Chief/officer in


charge of personnel)

Fax Email

Position Years of experience working for


present employer

Chapter IV Page 25/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.14 - WORK EXPERIENCE

Summary of work experience in sequence from the current time backwards.


Detailed working experience in management of specific procurements

Company/Project/Position/Relevant work and


From To
management experience

The Bidder must enclose the Purchaser’s confirmation for the jobs that have been
undertaken according to the relevant contents in the table above ...).

Chapter IV Page 26/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.15(a) - SCOPE OF WORK PERFORMED BY SUBCONTRACTOR(1)

Contract or agreement
Name of Scope of Quantity of Estimated
No. (2) concluded with
subcontractor tasks(3) tasks(4) rate (%)(5)
subcontractor(6)

Notes:
(1) This Form is used in case of employment of subcontractors.
(2) The Bidder specifies names of subcontractors. In case names of subcontractors are not
determined, this column may be leaved blank and only the column “Scope of tasks” is
filled. Any subcontractor who is selected to perform the tasks shall be approved by the
Investor.
(3) The Bidder specifies names of work items performed by subcontractors.
(4) The Bidder specifies quantities of work items performed by subcontractors.
(5) The Bidder specifies ratio of tasks performed by the subcontractor to the bid price.
(6) The Bidder specifies number of contracts or agreements, enclose with original copies
or certified true photocopies of those documents.

Chapter IV Page 27/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.15 (b) - LIST OF SPECIAL SUBCONTRACTORS (Not applicable)


(NOT APPLICABLE)

FORM - MEASURES TO ORGANIZE THE SUPPLY OF GOODS


The Bidder shall demonstrate measures for organizing the supply of the Goods for
the procurement to demonstrate that the supplied goods meet the requirements specified in
Part 2 of the Bidding Documents, including as a minimum:
(a) The specifications of the supplied goods;
(b) Quality management process;
(c) Manufacturing process;
(d) Testing, Factory release testing work;
(e) Import of work, transportation, handover and management.
(f) Delivery Schedule.

FORM - TIME SCHEDULE


The Bidder shall provide a time schedule to demonstrate he will attain the key dates
for supply the equipment and technical documents as specified in Section 2. The Bidder
can freely propose time schedule in table or in a chart form.

Chapter IV Page 28/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM – MANUFACTURER'S AUTHORIZATION

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be signed by a person with the
proper authority to sign documents that are binding on the Manufacturer.]

Date: [insert date (as day, month and year)]


To: Vietnam Electricity Power Projects Management Board No.1 (EVNPMB1).
WHEREAS
We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are
official manufacturers or agent authorized by the manufacturer of [insert type of goods,
manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is
to provide the following goods, manufactured by us [insert name and or brief description
of the goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 25 of the
Conditions of Contract, with respect to the goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]


Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]


Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]

Chapter IV Page 29/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM - DECLARED CONDITIONS/DEVIATIONS

Decriptions (and refer to Clause, item Reason and details of Price Adjustment for
in Bidding Document) deviations deviations

Date: .........................................................................................

Name: .......................................................................................

Signature:..................................................................................

Chapter IV Page 30/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

B. BIDDING FORMS OF FINANCIAL PROPOSAL

FORM No.16(a) - BID SUBMISSION FORM (1)

(of Financial Proposal)


(applicable to the Bidder who has no discount offer or has discount offer submitted in a
separate Letter of Discount)

Date: ___[insert date of signing of Bid Submission Form]


Procurement’s name: ____[insert the procurement’s name according to the
Invitation to Bid]
Project’s name: ____[insert the project’s name]

To: Vietnam Electricity Power Projects Management Board No.1


(EVNPMB1).
After carefully studying the Bidding Documents and revisions thereof number
____[insert the number of the revisions (if any)], we, ____[insert the Bidder’s name],
pledge ourselves to perform _____[insert the procurement’s name] in accordance with the
Bidding Documents. In conjunction with Technical Proposal, we hereby enclose Financial
Proposal with the total amount ____[insert the amount in figures, in words, and currency]
(2)
together with the Table of bid price.
This Financial Proposal takes effect within ____(4) days, from __________[date](5).

Legal representative of bidder


[Full name, position, signature and seal] (6)

Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Purchaser and the Bidder, effective period of the Financial Proposal, which bears the
signature and seal (if any) and of the bidder’s legal representative.
(2) The Bid Price mentioned in the Bid Submission Form must be specified in both
number and words, and in conformity with the total Bid Price mentioned in the Table of
Bid Price. There must be only one Bid Price which does not cause any disadvantage
condition to the Investor or the Purchaser. In case the procurement is divided into
independent lots, the Bidder shall provide bid price for each lot and total bid price for the
Chapter IV Page 31/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
lots for which the Bidder make bids. If permitted, the Bidder may offer the Bid price in
other currencies and clarify the price in words and figures in respect of each currency.
(3) Insert number of validity days prescribed in ITB Section 18.1. Effective period
of the Bid is from the deadline for the submission of bids to its expiration date as
prescribed in the Bidding Documents. The period of time from the deadline time for the
submission of bids to the end of 24 hours of the bid closing date is considered 01 day.
(4) Insert the deadline date as prescribed in Section 22.1 of the BDS.
(5) If the bidder’s legal representative authorizes his/her subordinate to sign the Bid
Submission Form, a Power of Attorney (Form 02 provided in this Chapter) must be
enclosed. If the company’s charter or another document permits such subordinate to sign
the Bid Submission Form, such document shall be enclosed (In this case, the Power of
Attorney is not required). Regarding consortium, the Bid Submission Form shall be signed
by legal representative of every consortium member, unless the head of the consortium
may sign the Bid Submission Form according to the consortium agreement as mentioned
in Form 03 of this Chapter. Each venture member may give authorization similarly to an
independent bidder. If the successful bidder must present certified true copies of these
documents to the Investor before contract conclusion. If information provided is found
inaccurate, the bidder will be considered fraudulent as prescribed in ITB Section 3.
(6) If a foreign bidder has no stamp, a certification must be issued by a competent
agency that the signature in the Bid Submission Form and any other documents of the Bid
belongs to its legal representative.

Chapter IV Page 32/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.16 (b) - BID SUBMISSION FORM (1)

(of Financial Proposal)


(applicable to the Bidder who has discount offer in the Bid Submission Form)

Date: ___[insert date of signing of Bid Submission Form]


Procurement’s name: ____[insert the procurement’s name according to the
Invitation to Bid]
Project’s name: ____[insert the project’s name]

To: Vietnam Electricity Power Projects Management Board No.1


(EVNPMB1).
After carefully studying the Bidding Documents and revisions thereof number
____[insert the number of the revisions (if any)], we, ____[insert the Bidder’s name],
pledge ourselves to perform _____[insert the procurement’s name] in accordance with the
Bidding Documents. In conjunction with Technical Proposal, we hereby enclose Financial
Proposal with the total amount ____[insert the amount in figures, in words, and currency]
(2)
together with the Table of bid price.
In addition, we voluntarily offer a discount of bid price with an amount ____[insert
the discount amount in figures, in words and in currency].
The bid price after deducting discount is: ________[insert the amount in figures, in
words and in currency] (3).
This Financial Proposal takes effect within ____(4) days, from __________[date](5).

Legal representative of bidder(6)


[Full name, position, signature and seal]

Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Purchaser and the Bidder, effective period of the Bid, which bears the signature and stamp
(if any) and of the bidder’s legal representative.
(2) The Bid Price mentioned in the Bid Submission Form must be specified in both
number and words, and in conformity with the total Bid Price mentioned in the Table of
Bid Price. There must be only one Bid Price which does not cause any disadvantage
condition to the Investor or the Purchaser. In case the procurement is divided into
Chapter IV Page 33/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
independent lots, the Bidder shall provide bid price for each lot and total bid price for the
lots for which the Bidder make bids. If permitted, the Bidder may offer price in other
currencies and clarify the price in words and figures in respect of each currency.
(3) The discount is whether applicable to the procurement or one or several work
items (specifying the work items eligible for discounts).
(4) Insert number of validity days prescribed in ITB Section 18.1. Effective period
of the Bid is from the deadline for the submission of bids to its expiration date as
prescribed in the Bidding Documents. The period of time from the deadline time for the
submission of bids to end of 24 hours of the bid closing time is considered 01 day.
(5) Insert the deadline date as prescribed in Section 22.1 of the BDS.
(6) If the bidder’s legal representative authorizes his/her subordinate to sign the Bid
Submission Form, a Power of Attorney (Form 02 provided in this Chapter) must be
enclosed. If the company’s charter or another document permits such subordinate to sign
the Bid Submission Form, such document shall be enclosed (In this case, the Power of
Attorney is not required). Regarding consortium, the Bid Submission Form shall be signed
by legal representative of every consortium member, unless the head of the consortium
may sign the Bid Submission Form according to the consortium agreement as mentioned
in Form 03 of this Chapter. Each venture member may give authorization similarly to an
independent bidder. If the successful bidder must present certified true copies of these
documents to the Investor before contract conclusion. If information provided is found
inaccurate, the bidder will be considered fraudulent as prescribed in ITB Section 3.
(7) If a foreign bidder has no stamp, there must be a certification issued by a
competent agency that the signature in the Bid Submission Form and any other documents
of the Bid belongs to its legal representative.

Chapter IV Page 34/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.17 – GRAND SUMMARY OF BID PRICE

(applicable to international bidding)

No. Content Bid Price

1 Overseas-produced Goods (M1)

Domestically-produced Goods or overseas-produced


2 (M2)
Goods which are imported and sold in Vietnam

Total bid price including taxes, fees and charges (if


any) (M1) + (M2)
(Transfer to Bid Submission Form)

Legal representative of Bidder


[full name, position, signature and seal]

FORM No.17(a) - TABLE OF BID PRICE OF GOODS (Not applicable)

(applicable to domestic bidding)

(NOT APPLICABLE)

Chapter IV Page 35/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.17 (a1) - TABLE OF BID PRICE OF OVERSEAS-PRODUCED GOODS

(applicable to international bidding)

The Bidder is responsible for researching the bidding documents, design documents, climate conditions, specifications and information
of goods, related materials and accessories to ensure the full implementation of the scope of work of the bidding package, including but not
limited to the following items:

Unit Price excluding Unit DDP Price


Total price excluding Total price DDP
taxes, fees and charges including taxes, fees and Taxes, fees, charges
Origin, taxes, fees and including taxes, fees
List of Physical (if any) related to charges (if any) related (if any)
No. Quantity symbol, import duty, VAT tax to import duty, VAT tax charges (if any) and charges (if any)
Goods unit
label
Foreign Local Foreign Local Foreign Local Foreign Local
Local currency
currency currency currency currency currency currency currency currency
(1) (2) (3) (4) (5) (6) (7) (8)=(4)*(6) (9) (10)=(8)+(9) =(4)*(7)
A1 B1
First C1 (Foreign C1 (Local D1 (Foreign D1 (Local A1 (Local B1 (Local
1 (Foreign T1 (Foreign
Good currency) currency) currency) currency) currency) currency)
currency) currency)
A2 B2
Second C2 (Foreign C2 (Local D2 (Foreign D2 (Local A2 (Local B2 (Local
2 (Foreign T2 (Foreign
Good currency) currency) currency) currency) currency) currency)
currency) currency)
…. … … … … … … … … …
An Bn
Nth Cn (Foreign Cn (Local Dn (Foreign Dn (Local An (Local Bn (Local
n (Foreign Tn (Foreign
Good currency) currency) currency) currency) currency) currency)
currency) currency)
Total bid price of Goods excluding taxes, fees and charges (if any) A=A1+A2+…+An
Total value of taxes, fees and charges (if any) T=T1+T2+…+Tn

Chapter IV Page 36/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Total bid price of Goods including taxes, fees and charges (if any)
M1=A+T=B B=B1+B2+…+Bn
(Transfer to Grand summary of bid price)

Legal representative of Bidder


[full name, position, signature and seal]

Notes:
- The offer currency (ies) complies (y) with ITB 15, Chapter II. Bid Data Sheet.
- Place of delivery: According to ITB 14.2, Chapter II. Bid Data Sheet.
- Columns (1), (2), (3), and (4): the Purchaser shall insert information in conformity with the List of Goods prescribed in Part 2 – Supply
requirements.
- Columns (5), (6), (7), (8), (9) and (10): the Bidders insert information.
- The Unit Prices in the column (6), (7) are offered in conformity with Form 17 (a1.1) and the rules in BDS 14.2, Chapter II. Bid data
sheet.
- Column (9) includes all taxes, fees and charges (if any). When participating in a bid, the Bidder is responsible for learning, calculating
and quoting adequate taxes, fees and charges (if any) with rates thereof at 28 days prior the bid closing time as prescribed. If the Bidder declares
that the Bid Price does not include taxes, fees and charges, its Bid shall be rejected.
- Total value of taxes, fees and charges (if any) shall not be considered during the comparison and ranking of the Bidder. The successful
Bid Price and the Contract Price shall include taxes, fees and charges (if any).

Chapter IV Page 37/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.17 (a1.1) - TABLE OF BID UNIT PRICE OF OVERSEAS-PRODUCED GOODS

(applicable to international bidding)

Unit Price of imported goods Transportation


excluding taxes, fees and charges (ifTotal unit cost and Total price Total price
any) related to import duty for a unit Price of Unloading transportation excluding taxes, including taxes,
of goods imported cost, Taxes, fees insurance cost fees and charges fees and charges
goods Unloading and to “Place of (if any) related to (if any) related to
excluding insurance charges (if delivery”, import duty, VAT VAT tax Taxes, fees, import duty, VAT
taxes, fees cost, storage any) unloading cost tax for a unit of for a charges (if tax for a unit
International and charges cost (if any) related to and unloading goods = Unit Price unit of any) for a goods = Unit DDP
List of International
No. Unit freight (if any) excluding the import insurance cost excluding taxes, goods unit of goods Price including
Goods freight
Price of shipping related to VAT tax for of a unit of at “Place of fees and charges taxes, fees and
shipping of
goods insurance of import duty a unit of goods delivery” (if any) related to charges (if any)
goods
goods for a unit of goods excluding VAT import duty, VAT related to import
goods tax for a unit of tax duty, VAT tax
goods
Foreign Foreign Foreign Foreign Local Local Local currency Foreign Local Local Local Foreign Local
currency currency currency currency currency currency currency currency currency currency currency currency
(12)=(8)+(
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)=(6)+(7)+(9) (11) (13)=(10)+(12)
11)
1 First C1 C1 D1 D1
Good (Foreign (Local T’1 (Foreign (Local
currency) currency) currency) currency)
2 Second C2 C2 D2 D2
Good (Foreign (Local T’2 (Foreign (Local
currency) currency) currency) currency)
…. … … … … …

Chapter IV Page 38/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

n Nth Cn Cn Dn Dn
Good (Foreign (Local T’n (Foreign (Local
currency) currency) currency) currency)
Legal representative of Bidder
[full name, position, signature and seal]

Note:
- The offer currency (ies) complies (y) with ITB 15, Chapter II. Bid Data Sheet.
- Columns (1), (2): the Purchaser shall insert information in conformity with the List of Goods prescribed in Part 2 – Supply requirements.
- Columns (3), (4), (5), (6), (7), (8), (9), (10), (11), (12) and (13): the Bidders insert information.
- Column (3): the Bidders insert FOB price, which is regulated under Incoterms 2020.
- Column (4): the Bidders insert International freight shipping of goods, which is regulated under Incoterms 2020.
- Column (5): the Bidders insert International freight shipping insurance of goods.
- Column (8): the Bidders insert Import duty is calculated on the dutiable value which is the total of Unit price of the goods and the
International freight shipping of goods and the international freight shipping insurance of goods

Chapter IV Page 39/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Form No.17 (a2) - TABLE OF BID PRICE OF DOMESTICALLY-PRODUCED GOODS OR OVERSEAS-PRODUCED
GOODS WHICH ARE IMPORTED AND SOLD IN VIETNAM
(applicable to international bidding)

The Bidder is responsible for researching the bidding documents, design documents, climate conditions, specifications and information
of goods, related materials and accessories to ensure the full implementation of the scope of work of the bidding package, including but not
limited to the following items:

Origin, Unit Price at the Unit Price at the


Physical “Place of Delivery” “Place of Delivery” Total price Total price including
No. List of Goods Quantity symbol, VAT Taxes
unit excluding VAT including VAT excluding VAT taxes VAT taxes
label taxes taxes
(1) (2) (3) (4) (5) (6) (7) (8) = (4)*(6) (9) (10)=(8)+(9)=(4)*(7)
1 First Good C1 D1 A1 T1 B1
2 Second Good C2 D2 A2 T2 B2
…. … … … … …
n Nth Good Cn Dn An Tn Bn
Total bid price of Goods excluding taxes, fees and charges (if any) A=A1+A2+…+An
Total value of taxes, fees and charges (if any) T=T1+T2+…+Tn
Total bid price of Goods including taxes, fees and charges (if any)
M2 =A+T=B B=B1+B2+…+Bn
(Transfer to Grand summary of bid price)

Legal representative of Bidder


[full name, position, signature and seal]

Chapter IV Page 40/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
Notes:
- The offer currency is the local currency; in compliance with ITB 15, Chapter II. Bid Data Sheet.
- Place of delivery: According to ITB 14.2, Chapter II. Bid Data Sheet.
- Columns (1), (2), (3), and (4): the Purchaser shall insert information in conformity with the List of Goods prescribed in Part 2 – Supply
requirements.
- Columns (5), (6), (7), (8), (9) and (10): the Bidders insert information.
- The Unit Prices in the column (6), (7) are offered in conformity with Form 17 (a1.1) and the rules in BDS 14.2, Chapter II. Bid data
sheet.
- Column (9) includes all taxes, fees and charges (if any). When participating in a bid, the Bidder is responsible for learning, calculating
and quoting adequate taxes, fees and charges (if any) with rates thereof at 28 days prior the bid closing time as prescribed. If the Bidder declares
that the Bid Price does not include taxes, fees and charges, its Bid shall be rejected.
- Total value of taxes, fees and charges (if any) shall not be considered during the comparison and ranking of the Bidder. The successful
Bid Price and the Contract Price shall include taxes, fees and charges (if any).
- In case the Bidder declares the unit price in column (7) included taxes, fees and charges (if any), the Bidder must bear a disadvantage
when comparing prices due to the separation of costs from taxes. fees and charges (if any). The Purchaser shall base on unit prices in column (7)
to evaluate, compare and rank bidders.
- In case the Bidder declares the goods manufactured or processed outside country of the Purchaser and not yet imported to Vietnam in
this Form, the Bid will be rejected.

Chapter IV Page 41/44 9/2021


Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

Form No.17 (a2.1) - TABLE OF BID UNIT PRICE OF DOMESTICALLY-PRODUCED GOODS OR


OVERSEAS-PRODUCED GOODS WHICH ARE IMPORTED AND SOLD IN VIETNAM

(applicable to international bidding)

Transportation cost and


transportation insurance cost Total price excluding VAT
Total price including VAT
Ex-factory unit price to “Place of delivery”, taxes for a unit of goods = VAT Taxes
taxes for a unit of goods = Unit
No. List of Goods excluding VAT for a unit unloading cost and unloading Unit Price at the “Place of for a unit of
Price at the “Place of Delivery”
of goods insurance cost at “Place of Delivery” excluding VAT goods
including VAT taxes
delivery” excluding VAT tax taxes
for a unit of goods
(1) (2) (3) (4) (5)=(3)+(4) (6) (7) = (5)+(6)
1 First Good C1 T’1 D1
2 Second Good C2 T’2 D2
…. … … …
n Nth Good Cn T’n Dn

Legal representative of Bidder

[full name, position, signature and seal]


Ghi chú:
- The offer currency is the local currency; in compliance with ITB 15, Chapter II. Bid Data Sheet.
- Place of delivery: According to ITB 14.2, Chapter II. Bid Data Sheet.
- Columns (1), (2): the Purchaser shall insert information in conformity with the List of Goods prescribed in Part 2 – Supply
requirements.
- Columns (3), (4), (5), (6) and (7): the Bidders insert information.
Chapter IV Page 42/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES

FORM No.17 (b) - TABLE OF BID PRICE FOR RELATED SERVICES (Not
applicable)

(NOT APPLICABLE)

FORM No.17 (c) - RECOMMENDED SPARE PARTS 1

(To be proposed by Bidder and selected by the Purchaser)

Local currency Foreign currency 2

Unit price +
Unloading + Unit price
Unloading DDP +
No Description C.O Unit Qty
insurance Amount Unloading Amount
price + price
+ Taxes, fees Unloading
and charges insurance
(if any)

1 2 3 4 5 6 7=5x6 8 9=5x8

Total

Notes:
- Place of delivery: According to ITB 14.2, Chapter II. Bid Data Sheet.
- The Unit Price in the column (6) as prescribed in ITB 14.2 of the BDS
Legal representative of Bidder
[full name, position, signature and seal]

1
: Recommended spart parts will not be included in the Grand Summary Sheet for evaluation
2 : The offered currency is in accordance with ITB Clause 15.1 of BDS.
Chapter IV Page 43/44 9/2021
Bidding Forms (BDF)
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN
VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART I – BIDDING PROCEDURES
FORM No.18 - TABLE OF DOMESTICALLY-PRODUCED COSTS OF GOODS
ELIGIBLE FOR INCENTIVES(1)

No. Name of Good Value

1 Name of first Good

Bid price in the Bid (I)

Value of taxes (including import duty


imposed on spare parts or component
(II)
constituting imports, VAT and other taxes
payable to the Good)

Cost of import of Goods including fees and


(III)
charges (if any)

Domestic production cost G* = (I) - (II) - (III)

D (%) = G*/G (%)


Rate (%) of domestic production cost
Where G = (I) - (II)

2 Name of second Good

Legal representative of Bidder


[full name, position, signature and seal]
Notes:
(1) If the Good is not eligible for incentives, the Bidder shall not declare this Form.

Chapter IV Page 44/44 9/2021


Bidding Forms (BDF)
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.1. GENERAL REQUIREMENTS


TABLE OF CONTENTS

1. PROJECT OVERVIEW ................................................................................................ 2


1.1. Project name: .......................................................................................................... 2
1.2. Type, level of the project ........................................................................................ 2
1.3. Construction site ..................................................................................................... 2
1.4. Investment and construction object ........................................................................ 2
1.5. The Investor ............................................................................................................ 2
1.6. Design consultant: .................................................................................................. 2
1.7. Appraisal consultant: .............................................................................................. 2
1.8. Project progress ...................................................................................................... 3
1.9. Main information about the transmission line ........................................................ 3
1.10. Main technical characteristics of the project: ..................................................... 3
2. PACKAGE OVERVIEW .............................................................................................. 4
2.1. Name of bid package .............................................................................................. 4
2.2. Scope of work of the bid package .......................................................................... 4
2.3. Completion time of the bid package:...................................................................... 4
2.4. Requirements on main personnel of the Supplier................................................... 4
2.5. Interface of the bid package with other bid packages ............................................ 4
2.6. Supplier's responsibilities for the interfaces ........................................................... 5
2.7. Reports of the supply schedule ............................................................................... 5
2.8. The warranty........................................................................................................... 5
3. TECHNICAL SPECIFICATIONS, SPECIFICATIONS, CALCULATION
CONDITIONS ...................................................................................................................... 6
3.1. Air temperature....................................................................................................... 6
3.2. Wind pressure ......................................................................................................... 6
3.3. Other climatic conditions: ...................................................................................... 6
3.4. Level of environmental pollution ........................................................................... 6
3.5. Mechanical properties of conductors and ground wires ......................................... 7
4. STANDARDS ............................................................................................................... 8
5. PACKING AND CODE OF GOODS ........................................................................... 8
6. TEST REGULATION ................................................................................................... 8

Chapter V.1. General requirements Page 1/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.1. GENERAL REQUIREMENTS

1. PROJECT OVERVIEW
1.1. Project name:
220kV Nam Mo - Tuong Duong transmission line project (Section in Vietnam
territory).
1.2. Type, level of the project
Energy Industrial Constructions, grade I, group B.
1.3. Construction site
The 220kV Nam Mo (Laos) – Tuong Duong transmission line project
(Transmission line in Vietnam territory) will be invested to build on 2 districts Ky Son
and Tuong Duong, Nghe An province, Vietnam
1.4. Investment and construction object
The 220kV Nam Mo (Laos) – Tuong Duong transmission line project
(Transmission line in Vietnam territory) will be invested to build about 74.4km, the
220kV dual-circuit transmission line from the G1 tower on the territory of Vietnam
(bout 230m from the Vietnam-Laos border in the direction of the route) to the end point
at the 220kV Tuong Duong substation. The 220kV transmission line in the territory of
Nghe An province with the following main tasks:
- Implementation of bilateral commitments on cooperation relations between the
Governments of Vietnam and Laos in the field of energy development;
- Connecting to the 220kV line in the Laos territory to perform the task of
importing power from the Nam Mo Hydropower Power Plant cluster (Laos) with a total
capacity of 505 MW to Vietnam according to the Power Purchase Agreement signed on
January 4, 2020 between the Government of Vietnam and Laos, in accordance with the
official dispatch No. 1490/TTg-CN dated November 5, 2019 of the Prime Minister on
the import and connection plan for the Nam Mo Hydropower Power Plant cluster
(Laos);
- Supplying electricity for national economic development and connecting the
power grids of countries in the region
1.5. The Investor
Vietnam Electricity (EVN); Representative of the Investor/ Purchaser: Project
Management Board 1, Branch of Vietnam Electricity.
1.6. Design consultant:
Power Engineering Consulting Joint Stock Company 4.
1.7. Appraisal consultant:

Chapter V.1. General requirements Page 2/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Power Engineering Consulting Joint Stock Company 1.


1.8. Project progress
The main progress of the Project are as follows
- Commencement of the project : 4th quarter of 2021
- Energizing the project : 4th quarter of 2022.
1.9. Main information about the transmission line
The 220kV Nam Mo (Laos) – Tuong Duong transmission line project (section in
Vietnam territory) will be invested to build about 74.456km, the 220kV dual-circuit
transmission line from Vietnam - Laos border to the 220kV Tuong Duong substation.
1.10. Main technical characteristics of the project:
- Nominal voltage : 220kV;
- Number of circuits : 02 circuits;
- The starting point (DD) : At the G1 tower located on the territory of Vietnam,
about 230m from the Vietnam-Laos border in the direction of the route. At
the area of Boo Mu Border Guard checkpoint (Na Ngoi commune, Ky Son
district)
- The ending point (DC) : Pooc tich 220kV at 220kV Tuong Duong
substation;
- Length of the transmission line : 74.456 km;
- Line corridor : 22.6 m (each side 11.3 m);
- Construction site and length of transmission line passing:
 Ky Son district, Nghe An province : 19.302 km.
 Toung Duong district, Nghe An province : 55.154 km.
- Conductor type : 2xACSR-330/43 (2 wire/phase);
- Groundwire type : 01 ground wire PHLOX-75 and 01 optical ground wire
OPGW-81 (48 cores)
- Insulators : Insulators of glass or porcelain with types 70kN, 120kN,
2x160kN comply with IEC;
- Tower type : Hot-dip galvanized steel towers;
- Foundation type : Steel concrete casted in site;
- Grounding:
 Grounding at the base of the column: Using combined ray and pile-ray
grounding types, areas with high resistivity use more grounding wells and or use

Chapter V.1. General requirements Page 3/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

chemicals to reduce resistivity in accordance with electricity. resistivity of the


land the line passes through.
 Grounding to prevent electrical induction: Grounding of metal structures and
structures inside and outside the corridor according to the provisions of Decree
No. 14/2014/ND-CP dated February 26, 2014 of the Government, Decree No.
Decree No. 51/2020/ND-CP dated April 21, 2020 of the Government and
Circular 31/2014/TT-BCT dated October 2, 2014 of the Ministry of Industry and
Trade.”
2. PACKAGE OVERVIEW
2.1. Name of bid package
Package No.1TB-DZ220NM “Supply of optical cables, insulators and
accessories”.
2.2. Scope of work of the bid package
Scope of work of the bid package: Supply of optical cables, insulators and
accessories:
- Optical cable and accessories (including: Optical cable; suspension and
tension string, joint box, vibration damper, … for optical cable);
- Insulators and accessories of conductors (including: suspension and tension
string, yoke plate, link plate, … of insulators)
- Accessories of conductors and ground wires (including: Jumper spacer of
conductors, vibration damper, mid span joint, repair sleeve of conductors and
ground wires)
- Surge Arrester.
2.3. Completion time of the bid package:
- Within 06 months, in which the completion time for specific milestones is
shown in Appendix 2, Chapter V.6. Appendices
2.4. Requirements on main personnel of the Supplier
The Supplier needs to arrange main personnel positions to meet the requirements
in Chapter III. Evaluation and qualification criteria, the bidding documents.
In addition, with its experience, the Supplier needs to arrange other personnel to
ensure the qualifications and experience according to the current regulations, including
but not limited to the necessary positions to ensure the completion of the bid package
2.5. Interface of the bid package with other bid packages
The entire project consists of many individual contracts and is performed by the
other Suppliers. For the purpose of this bid package is performed well the works, the
Supplier must strictly comply with the following general regulations on the interface
Chapter V.1. General requirements Page 4/9 9/2021
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

with other related bid packages in accordance with the technical requirements,
standards and current regulations. The detailed requirements are specified in the
“Technical Requirement” chapters of Part 2 - Supply requirements. The Bid packages
with related interfaces include:

Package No.2XL- DZ220NM: Construction of transmission line from Laos border


to G8 tower
Package No.3XL- DZ220NM: Construction of transmission line from G8 tower to
G16 tower
Package No.4XL- DZ220NM: Construction of transmission line from G16 tower to
G23 tower
Package No.5XL- DZ220NM: Construction of transmission line from G23 tower to
220kV Tuong Duong Substation
Interface for equipment connection: the interface for connection of fiber optic
cables, insulators and accessories is at the G1 tower located in the territory of Vietnam,
about 230m from the Vietnam-Laos border in the direction of the route and the end
point at the 220kV Pooctich of 220kV Tuong Duong substation
The interface with the construction and installation packages (XL Packages) is at
the insulator strings. the Supplier can pack each component, part of the Insulator string
separately or according to packing specifications of manufacturer.
2.6. Supplier's responsibilities for the interfaces
The Supplier must fully supply the Goods, ensuring that the Goods meet the
technical requirements in Part 2 - Supply requirements. These goods will be supplied to
the Bidder’s construction of the 2XL- DZ220NM, 3XL- DZ220NM, 4XL- DZ220NM,
5XL- DZ220NM bid packages to perform the installation work.
The Supplier must ensure that all components and parts constituting this Insulator
string must be delivered in the same shipment so that the construction and installation
contractors can perform the combination of these components into a fully assembled
Insulator string immediately after receiving from the Supplier.
2.7. Reports of the supply schedule
The Supplier must submit the Report of the supply schedule on a monthly basis
and in the form, which are required by the Purchaser. The reports shall detail the
production, inspection, testing and delivery status of all Goods covered by this bid
package.
2.8. The warranty

Chapter V.1. General requirements Page 5/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

The supplier is responsible for providing a warranty for the goods within 24
months from the complete energizing or no more than 30 months from the date of
delivery of the last shipment, whichever comes first but must not be less than the
warranty period of the manufacturer. For materials and equipment are repaired or
replaced by the Supplier during the warranty period, the warranty period for these
devices is 24 months from the completion date of the repairs or replacements.
3. TECHNICAL SPECIFICATIONS, SPECIFICATIONS, CALCULATION
CONDITIONS
3.1. Air temperature
- Minimum temperature : 20 C
- Yearly average temperature : 240C
- Maximum temperature : 420C
- Coincident with maximum wind : 250C
- Coincident with thunderstorm : 200C
3.2. Wind pressure
The maximum wind pressure at base altitude is taken according to TCVN 2737-
95, National Technical Regulation on data of natural conditions used in construction -
QCVN 02:2009/BXD and Regulation 11TCN 19-2006 electrical equipment, varies
according to the areas the line passes through but not less than 60daN/m2. As follows:
- Maximum wind pressure: Qo = 60daN/m2 (wind I.A).
- Wind pressure during thunderstorms is equal to: 0.1Qo = 6,25daN/m2.

3.3. Other climatic conditions:


Other climatic conditions include relative humidity of the air, precipitation,
number of days of thunderstorms:
- Annual average relative humidity: 83 %.
- Average annual rainfall : 1.307 mm.
Density of lightning strikes (Tuong Duong district - Nghe An province):10,9
times/km2/year..
3.4. Level of environmental pollution
The selected pollution level for line insulation design is as follows:
- From G1 to G25 & G26 to End Point is about 72.13 km: the insulator shall be
designed with a mildly polluted environment, equivalent to standard creepage
distance d=20 mm/kV. Total creepage distance of string insulator ≥ 4,840
mm

Chapter V.1. General requirements Page 6/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- From G25 to G26 is about 2.33 km: The route near Tam Dinh Quarry, the
insulator shall be designed with the pollution level being a polluted
environment, equivalent to the standard creepage distance d=25 mm/kV.
Total creepage distance of string insulator ≥ 6,050 mm
3.5. Mechanical properties of conductors and ground wires
Mechanical and physical calculations are performed in accordance with 11 TCN
19 - 2006 2006 standard
3.5.1. ACSR 330/43 conductors
- When the external load is maximum or when the air temperature is lowest:
max = 45%.  đ = 12.45 daN/mm².
- When passing the house, the building exists in the corridor:
σmax = 40%.σđ = 11.07daN/mm2.
- When the average annual air temperature:
tb = 25%.  đ = 6.92 daN/mm².
3.5.2. PHLOX-75.5 Ground wire
- When the external load is maximum or when the air temperature is lowest:
max ≤ 40%đứt = 29.57 daN/mm2, calculated value max = 29.57
daN/mm2.
- When the average annual air temperature:
tb ≤ 25%đứt = 18.48 daN/mm2, calculated value tb = 18.48 daN/mm2.
3.5.3. OPGW-81 Optical ground wire
- When the external load is maximum or when the air temperature is lowest:
max ≤ 40%đứt = 45.93 daN/mm2, calculated value max = 36.0 daN/mm2.
- When the average annual air temperature:
tb ≤ 25%đứt = 28.70 daN/mm2, calculated value tb = 26.41 daN/mm2.
The stress of conductors, ground wire, and optical cables must be calculated in
equivalent with the sag in each column span, see details in Appendix 6 and Appendix 5.
in Chapter V.6: Appendices”:
These parameters are provided to the Bidder to calculate the following:
- Calculation of vibration damper for conductors, ground wire, optical
cables;
- Calculation of jumper spacer for conductors;
- Calculation of stress for OPWG-81;

Chapter V.1. General requirements Page 7/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Check the safety condition of accessories;


4. STANDARDS
The equipment featured in this profile must comply with the latest version of
Vietnamese standards, International Electrotechnical Commission (IEC) Standards
and/or recognized international standards.
All materials and equipment to be supplied must be new, unused and shall
incorporate all recent improvements in design and materials unless otherwise specified
in the contract.
Wherever these specification references are made to standards or codes to be met
by the goods and materials will be supplied or tested, the regulations of the latest
current version or modifying the relevant standards will be applied, unless otherwise
specified in the contract. When such standards and codes are national or related to a
particular country or region, other authoritative standards that guarantee substantial
equivalence to the specified standards and codes will be accepted.
5. PACKING AND CODE OF GOODS
The Goods must be carefully packed, suitable for long-distance transport,
according to each type of goods as specified in the "Technical Requirements" chapters
of Part 2 - Supply requirements. When packing goods for delivery, the Bidder must
attach QR codes (when scanning the QR code, we know all information about the
package such as: Project, Contract, detailed list of goods in the package, goods quantity
of each type of goods, basic technical specifications of goods, accompanying technical
documents....) into each package to facilitate the delivery and receipt of goods, quality
inspection, equipment management in particular and project management in general.
The code of each accessory shall be embossed or deeply imprinted with grease, in
accordance with each goods specified in the "Technical Requirements" chapters of Part
2- Supply requirements.
6. TEST REGULATION
All goods should be tested to confirm that they meet the specifications required in
Appendix 4. Table of test reports, Chapter V.6. Appendices. The tests will be conducted
at laboratories certified in accordance with ISO/IEC 17025: 2017 standards, the details
of the test content for each goods will be specified in the technical requirements for
each type of goods from Chapter V.2 to Chapter V.5
Test reports are required with the Bid to list in Appendix 4 - Table of test reports,
Chapter V.6 - Appendices. The reports must be made on products from the same
manufacturer, country of manufacture, and presented showing the following
information.

Chapter V.1. General requirements Page 8/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Name, adress, signature/stamp of the lab, number of the certificate comply


with ISO/IEC 17025;
- Testing product, item of test, applying standard, customer, date of testing,
publish date of testing, Place of testing, detail of testing, method of testing,
result of testing…
- Type, Manufacturer, origin of testing.
Other test reports are specified for each type of goods, not required to be
submitted with the Bid, the Supplier must submit together with the delivery documents
before delivering the goods to the construction site or monthly in the requirements of
the Puchaser.

Chapter V.1. General requirements Page 9/9 9/2021


220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.2. TECHNICAL REQUIREMENTS OF OPTICAL GROUND WIRE


CABLES (OPGW) AND ACCESSORIES

TABLE OF CONTENTS

1. GENERAL REQUIREMENTS AND APPLICABLE STANDARDS............................. 2


1.1. General requirements ................................................................................................. 2
1.2. Applicable standards .................................................................................................. 2
2. STRUCTURAL REQUIREMENTS AND TECHNICAL COMPONENTS ................... 3
3. MECHANICAL REQUIREMENTS ................................................................................ 4
4. ELECTRICAL REQUIREMENTS ................................................................................... 5
5. REQUIREMENTS ON OPTICAL FIBERS ..................................................................... 5
6. REQUIREMENTS ON TEST AND INSPECTION ......................................................... 6
6.1. Type Test .................................................................................................................... 6
6.2. Routine and Sample Test............................................................................................ 7
6.3. Other requirements ..................................................................................................... 8
7. REQUIREMENTS ON ACCESSORIES OF OPTICAL GROUND WIRE .................... 9
7.2. Suspension set (suspension string) of OPGW ............................................................ 9
7.3. Vibration damper........................................................................................................ 9
8. REQUIREMENTS ON PACKAGING AND LABELING ............................................ 14
9. REQUIREMENTS ON TRANSPORTATION .............................................................. 15
10. REQUIREMENTS ON MAINTENANCE ..................................................................... 15
11. REQUIREMENTS ON DOCUMENTARY ................................................................... 15
12. OTHER REQUIREMENTS ............................................................................................ 15

Chapter V.2. Technical requirements of Page 1/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Chapter V.2. TECHNICAL REQUIREMENTS OF OPTICAL GROUND WIRE


CABLES (OPGW) AND ACCESSORIES

1. GENERAL REQUIREMENTS AND APPLICABLE STANDARDS


1.1. General requirements
- Ground wire combined with optical cable OPGW including structure, mechanical,
electrical and optical properties, designed and manufactured using materials and
technologies that ensure to meet the regulations and standards of Vietnam,
electricity industry, IEC and suitable for the climate of Vietnam. In the event of
inconsistencies between standards, compliance with the IEC standard is preferred.
- Ground wire combined with optical cable:being used for the 220kV transmission
lines is OPGW-81, 48 optical fibers, thermal stability  50 (kA2s).
- The detailed parameters of the conductors are shown in Appendix 3. Table of
Technical Specifications, Chapter V.6.
1.2. Applicable standards
- ITU G652 - Charateristics of a single mode optical fibre and cable.
- IEC 60794 - Optical Fibre Cables.
- IEC 7/505/CDV - Electrical, mechanical and physical requirements and test
methods for OPGW.
- IEC 1395 - Creep test for stranded conductors.
- IEC 60104 - Aluminium-magnesium-silicon Alloy Wire for Overhead Line
Conductors.
- IEC 60865-1 - Short-circuit Currents - Calculation of Effects.
- IEC 60889 - Hard Drawn Aluminium Wire for Overhead Line Conductors.
- IEC 60949 - Calculation of Thermally Permissible Short-circuit Currents, Taking
into Account Non-adiabatic Heating Effects.
- IEC 61089 - Round Wire Concentric Lay Overhead Electrical Stranded
Conductors.
- IEC 61232 Aluminium- clad Steel Wires for Electrical Purposes.
- IEC 61597 - Overhead Electrical Conductors - Calculation Methods for Stranded
Bare Conductors.
- IEEE 1138-1994 - IEEE standard construction of composite fiber optic overhead
ground wire (OPGW) for use on electric utility power lines.
- IEC 60793-1 - Measurement methods and test procedures.
- ANSI/TIA/EIA-598-B –Optical fiber cable color coding.

Chapter V.2. Technical requirements of Page 2/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

2. STRUCTURAL REQUIREMENTS AND TECHNICAL COMPONENTS


OPGW cable consists of an optical fiber core tightly wrapped externally by
aluminum alloy or steel strands. OPGW cable has the dual function of lightning
protection wire on power transmission lines and the ability to transmit information by
optical fibers. The optical core consists of two basic components, a protective metal tube
and a buffer tube containing optical fibers:
- Protective metal tubes made of aluminum, stainless steel or aluminum coated
stainless steel designed and manufactured to protect optical fibers from external
influences such as compression, impact, bending stress forces and moisture.
- Protective metal tubes and outer braided layers must be a uniform block to protect
optical fibers from damage caused by impacts such as vibration, wind pressure, changing
ambient temperature, thunderstorms and fault current.
- Protective metal tubes should be continuous and should not have any mechanical
joints and be capable of being subjected to compressive forces that deform the OPGW
cable generated by the outer layer of braided wire.
- Buffer tubes containing groups of optical fibers are loose tubes, made of special
plastic materials and filled with non-toxic waterproof compounds. Where there are many
buffer tubes, between them will be covered with a layer of grease to avoid abrasion
during operation.
- The residual of OPGW optical fibers must be at least 0.4% of the cable length or
4m per 1000m to avoid reducing the characteristics of optical fibers due to tension acting
on the OPGW cable. The Bidder must demonstrate by the test results that determine the
maximum residual fiber.
- OPGW cable has a concentric braided structure consisting of bare metal strands.
The outermost strands must be braided in the Right-hand (Z) style. The fibers in the outer
layer must be made of uniformly structured material. Protective metal tubes containing
optical fibers shall not be load-bearing components and shall not be included in the
calculation of mechanical and physical properties of cables. The outer layer of metal
stranded wire must meet the technical requirements of ground wires used for power
transmission lines.
- The outer braided wire of the OPGW cable must be round and braided in a
continuous reversing layer. Braided wire can be made of aluminum-coated steel (ACS),
aluminum alloy (AY) or use AY wire combined with ACS wire and must meet the
mechanical, thermal and electrical requirements of OPGW cable. The winding length of
the braided wire must be 9 to 14 times the diameter outside the OPGW cable. The tension
Chapter V.2. Technical requirements of Page 3/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

of optical fiber cable in the design calculation is applied with a safety factor of 2.5.
- OPGW cable must withstand lightning current, short-circuit current, current and
induced voltage from the conductor and external abnormal effects as well as other normal
working conditions without impairing the transmission of optical signals or degrading the
specifications of optical fibers.
- OPGW cable must be manufactured so that the rope clamping force and axial
tension generated by suspended, tensioned and other auxiliary operations on the wire do
not affect or cause damage to the operation of optical fibers.
- Thermal stability of OPGW cable (kA2 s) is according to IEC 60865-1.
- In this case, only single-mode optical fiber with or without dispersion signal will
be considered. Buffer layer is usually made of one or more types of plastic materials,
composite materials or materials that protect the fiber in the process of manufacture,
transportation and usage.
- Optical fibers manufactured from different manufacturers may not be mixed in the
same OPGW cable or in any order in the same OPGW cable unless specified by the
Investor. In a continuous piece of OPGW cable no optical fiber joint is allowed.
- Optical fibers and groups of optical fibers must be distinguished (identified) by the
color-coded system marking for each fiber. Color coding according to EIA/ TIA -598-B
(color code for fiber optic). The colors must be clear throughout the design life of the
OPGW cable.
- OPGW cable must maintain the shape of the braided cross section when cross-
cutting the wire.
3. MECHANICAL REQUIREMENTS
- Optical cables shall have the parameters of sags, the stress of OPGW optical cable
to the installation of OPGW cable.
- When the minimum breaking load of OPGW cables are calculated, metal braided
wires must be taken into account.
- the OPGW optical cable must be constructed so that clamping pressure and axial
tension generated by hanging, anchoring and other auxiliary operations do not adversely
affect the operation of the optical cable.
- Cables must be suitable for hang on the tower of high-voltage line with a span of up to
1000m under the influence of pulling force during installation, the stress in normal
operating conditions, when there is wind, fluctuation, …
Chapter V.2. Technical requirements of Page 4/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

4. ELECTRICAL REQUIREMENTS
The short-circuit current (at initial temperature T0 = 40oC, t=0.35s) of OPGW-81
optical cable is 50kA2s according to the manufacturer's applicable standards and IEC
60865-1 with:
Conductor temperature before short circuit current : +40oC
Maximum short-circuit current withstand temperature : +200oC
When a 1-phase short-circuit current is distributed on the ground wire and the
OPGW optical ground wire. The distribution ratio depends on the resistance of the
OPGW optical cable and the ground wire. The accepted short-circuit current of OPGW-
81 optical wire is 50kA2s specified in this Bidding document and calculated based on
short-circuit current withstand test on the optical ground wire, with maximum 1-phase
short-circuit current flowing on the optical ground wire is 8.04kA
When the bidder selects OPGW-81 cable to put in the bid with the DC resistance
value of OPGW-81 at 20oC different with the specifications in the bidding document, the
bidder must recalculate and check the short-circuit current capacity of the OPGW-81
cable of the bidder.
The optical fiber shielding metal tube is a conductive part of the OPGW optical
cable, the bidder shall show the conduction zone by the fiber core for the entire
conductive area of the optical cable.
The OPGW optic cable must be electrically connected at the top of the transmission
line for the purpose of connecting the OPGW to the grounding structure of the
transmision line. This connection shall meet to the requirements of mechanical and
electrical forces that may occur in the event of a fault.
The Bidder shall provide the drawings of proposed interconnection
5. REQUIREMENTS ON OPTICAL FIBERS
No. Characteristics Parameters

1 Standards ITU-T G.652


2 Type of fibers Single mode
3 Number of fibers 48
4 Mode field diameter
+  = 1310nm 9.2m  0.4m
+  = 1550nm 10.4m  0.5m
5 Core concentricity error ≤ 0.5 µm
Chapter V.2. Technical requirements of Page 5/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Characteristics Parameters

6 Cladding diameter 125 µm ± 0.7 µm


7 Buffer coating diameter 242 µm ± 5 µm
8 The effective refractive index Neff
+  = 1310nm 1.4676
+  = 1550nm 1.4682
9 Cut-off wavelength (λcc) ≤ 1260nm
10 Dispersion wavelength 1310 nm - 1324 nm
11 Numerical Aperture (NA) ≤0.14
12 Attenuation coefficient
+  = 1310nm  0.36 dB/km
+  = 1550nm  0.22 dB/km
13 Dispersion:  = 1285nm ÷ 1330nm ≤ 3.5 ps/nm.km
14 Dispersion :  = 1550nm ≤ 18 ps/nm.km
15 Dispersion gradient ≤ 0.092 ps/nm2.km
16 Polarazation mode dispersion coefficient PMD ≤ 0.2 ps/km1/2
Color code: The fibers shall be marked by a colored coating with 48 different colors
according to EIA/ TIA -598-B and use rings to recognize. The optical fiber color shall be
stable during temperature cycling and not subject to fading or smearing onto each other
or into the gel filling material. Colors shall not cause fibers to stick together.
6. REQUIREMENTS ON TEST AND INSPECTION
6.1. Type Test
Type tests are carried out by laboratories that are certified to conform to the
specified ISO/IEC 17025:2017. These tests must meet the technical requirements of IEC
60793; 60794; ITU-T or equivalent standards for testing contents including:
Test on fiber (fibers):
+ Mode field diameter.
+ Fibre cut-off wavelength.
Tested on OPGW:
+ Short circuit test (kA2s).
+ Water ingress test
+ Aeolian vibration test
+ Ultimate tensile strength test (UTS).

Chapter V.2. Technical requirements of Page 6/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

+ DC resistance test (DC).


+ Fiber strain test
+ Compression test
+ Impact test.
+ Creep test
+ Lightning arc test.
+ Destruction load test (continue the stress /tension test, gradually increase the
tension until the OPGW cable or hanging accessories and are destroyed. Record each
time a cable or an attachment is destroyed during the test).
The OPGW optic cables used for type tests must have the same specifications as the
OPGW optic cables offered by the Bidder.
The type tests shall be provided by the Bidder with the Bid. The Bidders may be
refused if they do not provide the test reports as required by the bidding document.
6.2. Routine and Sample Test
1. Fibres of optical cable
Testing the attenuation due to wavelength at 1310 nm and 1550 nm (OTDR).
+ The optical attenuation factor will be verified at the operating wave length over
the entire length of the cable (this test is in accordance with IEC 60793 or equivalent
standard).
+ Fiber continuity.
The Bidder shall submit a list of routine tests carried out during manufacture.
Dimension checks will be conducted on at least 10% of optical fiber protective tubes. If
the tube containing optical fiber is a part of OPGW's durable and conductive bearing
elements, the tests of tensile strength, electrical strength, and elongation on an optical
unit in addition to the dimension check.
2. Lightning of optical cable:
The following tests shall be carried out on both lightning and reinforced wires,
which comply with the specified standard. Regular tests according to appropriate
standards include the following:
+ Check the fiber diameter dimension.
+ Check the maximum tension.
+ Check the percentage elongation.
+ Check the ability to wrap, braid.
+ Conductivity (fiber resistivity).
Chapter V.2. Technical requirements of Page 7/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

+ Thickness coated with aluminum (for ACS fiber).


+ Test torsion resistance.
+ Check the coating, weight, adhesion and thickness (if possible).
3. Sample tests on OPGW:
+ Test the quality of OPGW cable surface;
+ Test cable diameter;
+ Test the buffer tube diameter,
+ Twisted step length;
+ Mass of grease;
+ Test placement of strands.
+ Test the continuity of the signal inside the fiber optic cable.
Sample tests with complete OPGW cables are carried out according to IEC, IEEE
or equivalent standards. The minimum number of samples is 10%. Fiber optic properties
(transmission loss and continuity) for each fiber length of each roll will be measured and
recorded before delivery. Measurement is carried out using a method that is readily to use
in the field, OTDR methods are available. The results of that test will be provided to the
Investor in a graphical format (if possible) as a basis for comparison for subsequent tests.
That test must be repeated at delivery to ensure that it is not degraded or damaged during
transport. The results will be recorded for each roll, roller length, date of test, type of test,
environmental conditions at the test, test results, and tester name.
Tests (Routine and Sample Test) must be conducted by independent laboratories
or witnessed by independent laboratories. These laboratories must be certified in
accordance with ISO / IEC 17025: 2017 certification standards as prescribed.
6.3. Other requirements
Optical cables must be manufactured in compliance with IEC 60794 or equivalent.
Because the fiber optic tube is a conductive part of the OPGW cable, the Bidder
must specify the conductive area generated from the fiber core for the entire conductive
area of the optical cable
- The Bidder shall specify in the Bid the maximum continuous length of OPGW that
can be supplied per drum.
- The Sample test at the Bidder's warehouse to acceptance and delivery may be
performed to determine a number of important parameters covered by type or sample
tests. The cost for the whole process of sampling and testing will be borne by the bidder
and included in the bid price. The method and details of this test will be agreed upon by
the Puchaser and the Supplier during contract negotiation.

Chapter V.2. Technical requirements of Page 8/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Routine and Sample Test reports must be submitted with the delivery document
before delivering the goods to the site.
7. REQUIREMENTS ON ACCESSORIES OF OPTICAL GROUND WIRE
7.1. Tension set (tension string) of OPGW
The Bidder will have to provide full OPGW cable fittings to serve OPGW
connection with columns and earthing connections.
This fitting must be designed so that 95% of the OPGW rated damage load can be
achieved and the vibration damping effect on the ground wire and the fittings itself can
be minimized. The Bidder will have to provide full details on the design of the crossbar.
The Bidder must provide complete details on the design of the crossbar.
The strings of optical ground wire has the breaking load of ≥ 120kN.
The strings of optical ground wire shall winstand a short circuit current of 8.04kA
for 0.35s.
7.2. Suspension set (suspension string) of OPGW
The Bidder shall have to provide full OPGW cable suspension accessories to serve
OPGW connection with towers and earthing connections.
The suspension string is designed to minimize vibration effects on the ground wire
and on the accessory itself. The Bidder will have to provide the detailed design of the
suspension string.
The suspension set contains rubber lining, outer protective torison bar, inside
protective torison bar, and other necessary accessories to attach to the tower. Suspension
set must withstand vertical forces, horizontal sliding forces.
The suspensions of optical ground wire has the breaking load of ≥ 70kN.
The suspensions of optical ground wire shall winstand a short circuit current of
8.04kA for 0.35s
7.3. Vibration damper
The number of vibration dampers in the span for the optical ground wire is not less
than 2 dampers, 1 damoer on the pole space is not acceptable.
About the damping characteristics of the vibration damper. The bidder will ensure
that at the position close to the vibration damper and suspension clamp, wind and
vibration amplitudes are kept within acceptable limits over the entire frequency range.
The Bidder shall ensure by the corresponding calculations that the bending stress of

Chapter V.2. Technical requirements of Page 9/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

the optical cable will be limited to a maximum of 150 micrometers per meter and that the
expected life of the optical cable is at least 100 years. The life of the optical cable shall be
demonstrated by the CIGRE method and the vibration recorder according to the IEEE
recommendation for the standards of optical cable vibration measurements.
The bidder shall submit all data and calculations relating to the characteristics,
quantity and location of vibration dampers to be used on the optical cable for different the
spans.
Vibration clamps in direct contact with wire shall be of aluminum alloy and shall be
designed to ensure that no damage is done to the wire.
The required distance between the first vibration damper and the suspension shall
be dimensioned with or without cord lining.
The clamping bolts shall be of steel with a minimum tensile strength of 800N/mm2
and shall be designed to easily vibration damper installation. Fasteners must be locked in
an approved document. The washers must be made of stainless steel.
If Elastomers or other non-metallic materials are used in the project, that will have
good aging resistance and be able to withstand temperatures between +1oC and +80oC
without changing the required properties. The materials must be sufficiently resistant to
the effects of ozone, ultraviolet radiation and air pollution over the entire temperature
range.
Vibration damper shall be designed so that there is no standing water. If this is not
possible, they will have drainage holes with a minimum diameter of 6mm.
Vibration damper will have no corona and no radio noise.
The number of vibration damper must be calculated and based on the Special
Software using the vibration damper and the Effectiveness Verification Model of
vibration damper according to the spans and other input information (air condition,
conductor specifications, type of vibration damper). The results and details of the
calculation and analysis will be submitted with the Bid to demonstrate responsive
proposals. Any calculations based on experience formula are not accepted.
7.4. Ground wire
Ground wire is aluminum or aluminum alloy wire of equivalent size to OPGW
cable, which is fastened with OPGW cable by specialized clamps (parallel groove clamps
or screw clamps).
7.5. Down lead clamps

Chapter V.2. Technical requirements of Page 10/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

The cleats shall be dimensioned to fit the steel bar of towers. Further, the clamps
used to fix the fiber optic cable to the cleats shall be dimensioned not to damage the fiber
optic cable.
The clamps shall be dimensioned order to fix the OPGW types.
Both the clamps and the cleats shall be well protected against aging caused by the
environmental circumstances in the towers.
The cleats shall be galvanised steel.
7.6. Belt link clamp
The cleats shall be dimensioned to fit the steel bar of towers. Further, the clamps
used to fix the residual fiber optic cable reel to the cleats shall be dimensioned not to
damage the fiber optic cable.
The clamps must be strong, firmly hold, have shock absorption, reduce vibration,
fix the fiber optic cable, to reduce the fiber optic cable coil hitting the tower and
damaging the wire
Necessary distance between the clamp and the joint box so that in adverse weather
conditions the fiber optic coil is not affected leading to damage
The bidder needs to provide the method and height to install the clamp so that it is
convenient to use the redundant fiber optic cable when repairing, replacing, and
reconnecting the fiber optic cable at the joint box.
The clamps shall be dimensioned order to fix the OPGW types.
Both the clamps and the cleats shall be well protected against aging caused by the
environmental circumstances in the towers.
The cleats shall be galvanised steel.
7.7. Requirements on Joint box
Joint box are designed to connect OPGW/OPGW cables along the power
transmission lines arranged in crossbones and connect OPGW/NMOC (non-metallic
optical cable) at the station gate post, OPGW cable will be brought down from inside the
side bar of the tower to the joint box above the ground about (45) m.
The Bidder will have to provide the attached Joint box and accessories to create a
protective environment for OPGW/OPGW connection and OPGW/NMOC connection.
Joint box must be suitable for mounting on steel poles.
Joint box must be fully protected against corrosion, dust and water.

Chapter V.2. Technical requirements of Page 11/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

The cable leading to the joint box must be from one side to facilitate the installation
and storage. Joint box must have hinged and lockable doors.
Each joint box will include complete hardware for assembly, cable inserts, heat
shrink tube to protect optical fiber junction and other accessories for fixed connection..
7.8. Test requirements
The type test shall be performed and issued by the independent testing laboratories,
such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA, POWER TECH
LAB – Canada, STL, JSTC, A2LA, UKSA ; or the LAB belong to G8, EUROPE; or
equivalent laboratories which are considered and approved by the Purchaser. These
laboratories shall comply with ISO/IEC 17025:2017.
In the case of the type test performed by the manufacturer, then this testing
laboratory must:
i) The Lab of manufaturer must comply with ISO/IEC 17025:2017;
ii) The testing results must be witnessed and confirmed by one of the independent
testing laboratories (such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF,
STLNA, POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LABs belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser).
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The reports of type test must carry on the product, which are the same manufacturer
and country of origin.
The reports of type test must include information below:
i) Name, adress, sign/stamp of the lab, number of gain the standard certificate
complying with ISO/IEC 17025:2017;
ii) Testing product, part of test, applying standard, customer, date of testing,
publishing date of testing, Place of testing, detail of testing, method of testing, result of
testing…
iii) Type, Manufacturer, origin of testing.
Accessories of OPGW cable must have a minimum mechanical strength greater

Chapter V.2. Technical requirements of Page 12/15 9/2021


Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

than 95% of the critical strength of the OPGW cable without affecting the OPGW. The
resistance of the accessories shall be greater than that of a bare conductor of equivalent
length. The Bidder shall notify the tests that will be carried out to verify the functionality
of the accessories
1. Type test
Type test conforms to IEC or ANSI standard. Type test for fiber optic accessories
includes:
a. Accessories of optical cable (IEC 61284)
- Size test;
- Galvanized layer thickness;
- Breaking force;
- Short circuit current tolerance.
b. Vibration damper (IEC 61897)
- Testing of wire clamp strength;
- Testing resistance to corrosion;
- Testing properties of dampers;
- Corona voltage and RIV test.
This type test reports will be attached by the bidder as part of the Bid.
2. Rountine test
When delivery good, The bidder must give the rountine test to the Puchaser.
Rountine test reports made by manufacture on each product which is made at the Factory
to certificate the good is suitable with the technical information of contract. This type test
reports shall comply with requiremens according to IEC 61284, 61897 and at least the
tests below
a. Accessories of optical cable
- Size test;
- Galvanized layer thickness;
- Breaking force.
b. Vibration damper
- Routine visual inspection;
- Dimention and marterial checking;
Chapter V.2. Technical requirements of Page 13/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Gavalnizing test.
8. REQUIREMENTS ON PACKAGING AND LABELING
- OPGW cable is packed in wooden (cable drums) with steel frame and each roll is
packed in a separate drum.
- The drum diameter must be large enough to prevent damage when winding and
discharging OPGW cables. In all cases, the drum diameter must be 40 times greater than
or equal to the outer diameter of the OPGW cable.
- The drum must be durable during storage and designed to avoid damage during
transportation and handling of the OPGW cable.
- OPGW cable drum shielding with non-conductive material or other suitable
materials to prevent cable damage during transport and storage. The pins and staples used
to close the drum must be closed in positions that do not damage the OPGW cable.
- The rollers used to wrap OPGW cable must be reinforced with support to measure
the parameters of OPGW cable during transportation and construction. For the
convenience of testing, about 4-5 meters of the last cable is arranged so that it can be
manipulated to serve measuring OPGW cable parameters.
- The end of OPGW cable must be sealed with the cable cap and tightened so that
the head does not expand. The outer layer of the coil must have 01 protective layer, the
protective layer must withstand heat and must not be removed until the wire is spread
during installation. When OPGW cable of a drum is used for sample test, the Bidder is
responsible for sealing the OPGW cable end with protective coating in accordance with
the Manufacturer's regulations after the end of the test process.
OPGW drums must have the following information:
+ Type and dimension of OPGW cable.
+ OPGW Cable length in meters.
+ Total weight.
+ Roll number.
+ Manufacturer's name.
+ Year of manufacture.
+ Name and code of project, construction.
+ The arrow determines the direction of cable rotation.
+ Position of load crane hook.
Chapter V.2. Technical requirements of Page 14/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

+ Identification signs related to appropriate transport documents.


9. REQUIREMENTS ON TRANSPORTATION
When transporting, each roll must be packed separately and put in the right
direction according to the manufacturer's instructions. Packages must be tied tightly with
wires to avoid shaking and pushing when being transported.
10. REQUIREMENTS ON MAINTENANCE
- OPGW cables must be packed in a neatly arranged cable drum on the bearing
surface with inserts, avoids rolling and is stored in a covered warehouse or yard.
- When handling, loading and unloading must not be tossed or rolled, the crane or
forklift must be used and fixed with rope lots.
11. REQUIREMENTS ON DOCUMENTARY
The Supplier must provide all documents required by the Bidding Documents
specified in this section, including:
- Table of technical specifications of the goods to be tendered as specified in
Appendix 3 – Table of Technical Specifications, Chapter V.6;
- Catalogue of goods;
- Valid quality management certificate (ISO) of the manufacturer of the offered
product;
- Other documents proving the conformity of the goods offered for tender in
accordance with the provisions of the Bidding Documents;
- List of Test Reports as specified in Appendix 4, Chapter V.6;
- Minutes and test reports to prove that the Goods proposed by the Supplier meet the
requirements specified in this Chapter;
- General drawings with dimensions, section drawings, structural drawings, detailed
structural drawings and related accessories of the goods, enclosed with calculation
appendices as required in this Chapter and in Appendix Table 3 – Table of Technical
Specifications, Chapter V.6;
- Other technical information (if any) is specified in this Chapter.
12. OTHER REQUIREMENTS
The requirements which are not mentioned in “Specification of basic specifications
of OPGW cables on transmission grids”, it shall apply with TCVN, IEC standard or
equivalent.
Chapter V.2. Technical requirements of Page 15/15 9/2021
Optical ground wire cables (OPGW) and accessories
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.3 - TECHNICAL REQUIREMENTS OF INSULATORS


TABLE OF CONTENTS

1. APPLICABLE STANDARDS .............................................................................................. 2


2. GENERAL REQUIREMENTS ............................................................................................ 2
3. BASIC PARAMETERS OF INSULATOR TYPES .......................................................... 3
4. STRUCTURE REQUIREMENTS ....................................................................................... 3
5. DESIGN AND TEST REQUIREMENTS ........................................................................... 4
5.1. Type test ................................................................................................................................... 4
5.2. Routine test .............................................................................................................................. 5
5.3. Sample test, Factory acceptance test .................................................................................... 6
6. OTHER TECHNICAL REQUIREMENTS ........................................................................ 6
7. REQUIREMENTS FOR PACKING .................................................................................... 6
8. REQUIREMENTS FOR TRANSPORTING ...................................................................... 7
9. REQUIREMENTS FOR MAINTENANCE ....................................................................... 7
10. REQUIREMENTS FOR DOCUMENTS ............................................................................ 7
11. OTHER REQUIREMENTS .................................................................................................. 8

Chapter V.3. Technical requirements of Page 1/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.3 - TECHNICAL REQUIREMENT OF INSULATORS

1. APPLICABLE STANDARDS
- BS 137 – Insulators of ceramic material or Toughened Glass for overhead lines
with nominal greater than 1000V..
- IEC 60305 (1995-12) – Insulators for overhead lines with a nominal voltage
above 1000 V - Toughened Glass or ceramic insulator units for a.c. systems -
Characteristics of insulator units of the cap and pin type.
- IEC 60383-1 (1993-04) - Insulators for overhead lines with a nominal voltage
above 1000 V - Part 1: Ceramic or Toughened Glass insulator units for a.c.
systems - Definitions, test methods and acceptance criteria.
- IEC 60383-2 (1993-04) – IEC 60383-2 (1993-04): Insulators for overhead lines
with a nominal voltage above 1000 V - Part 2: Insulator strings and insulator sets
for A.C. systems - Definitions, test methods and acceptance criteria.
- IEC 60120 (1984-01) Dimensions of ball and socket couplings of string insulator
units.
- IEC/TR 60575 (1977-01) Testing of thermomechanical and mechanical
properties of insulating string.
- IEC/TR 60797 (1984-01) Residual strength of string insulator units of glass or
ceramic material for overhead lines after mechanical damage of the dielectric.
- IEC/TR 61211 Ed.2 (2004-11) Insulators of ceramic material or Toughened
Glass for overhead lines with a nominal voltage greater than 1000V-Puncture
testing.
- IEC 60815 – Guide for the selection of insulators in respect of polluted
conditions.
- IEC/TR 61467 (Ed.1.0 2008-08) Insulators for overhead lines with a nominal
voltage above 1000V-A.C power arc tests on insulator sets.
- IEC 60437 Ed.2 (1997-09) RIV tests on high voltage insulators.
- TCVN 11 TCN 19-2006 : the Vietnam electricity standard.
2. GENERAL REQUIREMENTS
Suspension insulators put into operation on the power transmission grid are glass
or ceramic insulators, are designed, manufactured using materials and technologies that
have been tested, inspected, supplied and deliveried to ensure the compliance with
regulations and standards of Vietnam, electricity industry, IEC and suitable to the
climatic conditions of Vietnam.

Chapter V.3. Technical requirements of Page 2/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Insulators in the form of a hood, designed for outdoor use, suitable for operation
in humid tropical climates, coastal areas, hoarfrost, industrial polluted areas, areas with
high thunderstorm density.
Insulator parameters are detailed in Appendix 3. Table of Technical
Specifications, Chapter V.6.
3. BASIC PARAMETERS OF INSULATOR TYPES
Types of glass, ceramic insulators are suspended insulators including types with
symbols according to IEC 60305 standard as follows: U70BS; U70BLP; U120B;
U120BP; U160BS; U160BLP.

Basic parameters of several types of glass and ceramic bowl insulators:


+ Type of insulators: outdoor, hanging type, glass and porcelain materials
+ Insulator type number: Normal type/anti-pollution type
+ Type of coupling: Ball and socket.
+ Size of coupling for assembly connection (Pin): d (mm)
+ Minimum breaking strength (kN)
+ Max nominal diameter of insulating part D (mm)
+ Nominal spacing H (mm)
+ Minimum nominal creepage distance Lr (mm)
+ Zinc sleeve on pin
+ Min power frequency withstand voltage – Dry one minute (kV)
+ Min power frequency withstand voltage – Wet one minute (kV)
+ Dry lightning impulse withstand voltage (kV)
+ Minimum puncture voltage (kV)
+ Weight of unit P (kg)
+ Type of bolt to link the assembly hook: W or R
+ Colors of insulators
4. STRUCTURE REQUIREMENTS
Insulators have cap type according to IEC 60305 and IEC 60120, the upper part
of insulator is cylinder, out door type, and proper with tropical and temperate zone, fog,
heavy duty, and lightning zone.
Cap and pin will not be oxygenated, deformated when they applied the
mechanical load, making change of distance of each insulator or rising the pressure on
insulator.
Chapter V.3. Technical requirements of Page 3/8 9/2021
Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Cap made by cast iron or alloy and hot-dip galvanized. Cap should round, in and
outside part should concentric, no breaking, no roll up, no pock-marked, outside
boundary will not rough to reducing electromagnetic concentration and making the
interference of radio wave.
Insulator made by toughned Toughened Glass or ceramic. The head of insulator
where It will connect to pin should be designed in cylinder shape, this make the equal
of electrical and mechanical stresses in insulator. Toughened Glass insulator have no
fault as impurities, air bubbles and the surface of insulator should identical.
Pin made by forged steel and hot-dip galvanized. Zinc sleeve on pin should
comply with IEC 61325 standard.
Cement to adhesive between cap and insulator as well as insulator and pin is
Aluminous cement type comply with EN 14647 standard.
To avoid gap between cap and Toughened Glass insulator for reducing corona,
this slot must adhesive (can be insert by synthetic) and linked by electrical paint, with
the purpose when operation will not cause pock-marked in this boundary and occur
corona and interference.
Cotter pin made by stainless steel, no rust and corrosive during the operation
time.
Hot-dip galvanize and mark comply with IEC 60380-1 standard,
Insulators to be designed to easily for checking, cleanning and repairing.
Insulator performance must stable during operation time on the power transmission
line. Insulator strings will be designed guarantee normal operation in case of fault of
system and short circuit occur suddenly force.
Electrical and mechanical characteristics of insulators comply with minimum
creepage distance must follow Viet nam standard (11TCN-19-2006, part II) and IEC
60815 standard.
5. DESIGN AND TEST REQUIREMENTS
5.1. Type test
This test is made only for the insulation from the first batch of product. The tests
include the following:
- Verification of the dimensions, according to IEC 60383-1 standard.
- Dry lighting impulse withstand voltage, according to IEC 60383-1 standard.
- Wet Power frequency withstand voltage, according to IEC 60383-1 standard.
- Electromechanical failling load test, according to IEC 60383-1 standard (only for
ceramic inulator).
- Mechanical failling load test, according to IEC 60383-1 standard. (only for
Toughened Glass inulator).

Chapter V.3. Technical requirements of Page 4/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Thermal-mechanical performance test, according to IEC 60383-1 standard.


- RIV test, according to IEC 60383-1 standard (for insulator strings).
- Residual strength test, according to IEC 60797 standard.
- Impulse voltage puncture test, according to IEC 61211 standard.
- Artificial pollution test, according to IEC 60797 standard.
- Power arc tests, according to IEC 61467 standard (for insulator strings).
The type test shall be performed and issued by the independent testing
laboratories (such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB – Canada, STL, JSTC, A2LA, UKSA; or the testing laboratories
belong to G8, EURO; or equivalent laboratories which are considered and approved by
the Purchaser. These testing laboratories are be certificated comply with ISO/IEC
17025.
In the case of the type tests performed by the manufacturer, then this testing
laboratory must:
i) The Lab of manufaturer must comply with ISO/IEC 17025;
ii) The testing results must be witnessed and confirmed by one of the
independent testing laboratories ( such as: KEMA, PEHLA, CESI, STLA,
ASTA, SATS, ESEF, STLNA, POWER TECH LAB – Canada, STL,
JSTC, A2LA, UKSA; or the LABs belong to G8, EUROPE; or equivalent
laboratories which are considered and approved by the Purchaser).
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The type test must carry on the product which are the same manufacturer and
country of origin.
Type test must include information as:
i) Name, adress, signature/stamp of the lab, number of the certificate comply
with ISO/IEC 17025;
ii) Testing product, item of test, applying standard, customer, date of testing,
publish date of testing, Place of testing, detail of testing, method of testing,
result of testing…
iii) Type, Manufacturer, origin of testing
The type tests shall be provided by the Bidder with the Bid. The Bidders may be
refused if they do not provide the test reports as required by the bidding document.
5.2. Routine test
Chapter V.3. Technical requirements of Page 5/8 9/2021
Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Routine tests are intended to eliminate defective units and are carried out during
the manufacturing. Rountine test are carried out on every insulator. Routine tests shall
comply with IEC 60383-1, including the tests below:
- Visual inspection.
- Mechanical test.
- Electrical test.
Tests of this type will be validated and marked (take mark) on the finished
product.
5.3. Sample test, Factory acceptance test
Sample tests are carried out to verify characteristics of an insulator which can vary
the manufacturing process and the quality of component materials of the insulator.
Sample tests are used as acceptance tests on a sample of insulators taken at random
from a lot which has met the requirements of the relevant routine tests.
Sample tests shall comply with IEC 60383-1. After passed routine tests, the test of
components of the insulators shall be tested as follows:
- Verification of the dimensions.
- Electro-mechanical failing load test (only for Ceramic insulator)
- Mechanical falling load test. (only for Toughened Glass insulator)
- Verification of the locking system
- Temperature cycle test. (only for Ceramic insulator)
- Thermal shock test. (only for Toughened Glass insulator)
- Porosity test
- Puncture withstand test.
- Galvanizing test
- Verification of the axial, radial and angilar displacements.
Routine and Sample Test reports must be submitted with the delivery document
before delivering the goods to the site.
6. OTHER TECHNICAL REQUIREMENTS
When performing a contract to provide materials and equipment for the project,
the bidder providing the insulation chain is responsible for calculating and providing a
detailed spreadsheet according to the technical requirements of the bidding documents.
The minimum distance of the gap of the string insulators is suitable for the pollution
conditions of each area, according to the voltage level and must not be less than the
specified distance to serve the construction and installation work.

7. REQUIREMENTS FOR PACKING

Chapter V.3. Technical requirements of Page 6/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Insulators and accessories shown in the Drawings attached to the Bidding


Document are the fully assembled Insulator string. In order to facilitate packaging and
minimize damage during transportation, the Supplier can pack each component, part of
the Insulator string separately or according to packing specifications of manufacturer.
The Supplier must ensure that all components and parts constituting this Insulator string
must be delivered in the same shipment so that the Installer Unit can perform the
combination of these components into a fully assembled Insulator string immediately
after receiving from the Supplier.
All packing etc… used to pack the good must have clearly information : total
weight, center of load... and have identification associated with the appropriate
transport documents.
- All of good must pack carefully then they can move by seaway, airway, railway,
overland and make sure that the insulator is protected against bad weather conditions
during the transport or storage.
- Each packing has a list with information about materials on the packing and the
list will be put on the water-roof envelope. All good will register for easily checking
purpose.
8. REQUIREMENTS FOR TRANSPORTING
Goods must be packed in bales of wooden crates and be design according to the
manufacturer's regulations to prevent insulators from being damaged by impact during
transportation. Packages must be secured with ropes to avoid shaking and shifting,
ensure safety during transportation.
9. REQUIREMENTS FOR MAINTENANCE
Insulators is packed in the bales of wooden crates or neatly stacked on industrial
iron racks and stored in closed warehouses. Technical specifications of insulators and
other maintenance requirements shall be in accordance with the manufacturer. The
Supplier must provide together with the Shipment Record, the guide documents of the
storage and preservation of the equipment manufacturer
10. REQUIREMENTS FOR DOCUMENTS
The Supplier must provide all documents required by the Bidding Documents
specified in this section, including:
- Table of technical specifications of the goods to be tendered as specified in
Appendix 3 – Technical Specifications, Chapter V.6
- Catalogue of goods;

Chapter V.3. Technical requirements of Page 7/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Valid quality management certificate (ISO) of the manufacturer of the offered


product;
- Other documents proving the conformity of the goods offered for tender in
accordance with the provisions of the Bidding Documents;
- List of Test Reports as specified in Appendix 4, Chapter V.6;
- Minutes and test reports to prove that the Goods proposed by the Supplier meet
the requirements specified in this Chapter;
- General drawings with dimensions, section drawings, structural drawings,
detailed structural drawings and related accessories of the goods, instructions for the
assembly of components of a fully assembled insulator string enclosed with calculation
appendices as required in this Chapter and in Appendix Table 3 – Technical
Specifications, Chapter V.6;
- Other technical information (if any) is specified in this Chapter.
11. OTHER REQUIREMENTS
The requirements are not mentioned in this document, they shall apply with
TCVN, IEC standard or equivalent.

Chapter V.3. Technical requirements of Page 8/8 9/2021


Insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.4 - TECHNICAL REQUIREMENTS OF ACCESSORIES OF


CONDUCTORS, GROUND WIRE AND INSULATORS
TABLE OF CONTENTS

1. APPLICABLE STANDARDS ....................................................................................... 2


2. GENERAL REQUIREMENTS ..................................................................................... 2
3. TECHNICAL REQUIREMENT OF ACCESSORIES OF CONDUCTORS AND
GROUND WIRE................................................................................................................... 3
3.1. Tension Clamp ............................................................................................................... 3
3.2. Suspension clamp ........................................................................................................... 5
3.3. Mid span joint for conductor and ground wire ............................................................... 7
3.4. Repair sleeves for conductor and ground wire ............................................................... 8
3.5. Vibration dampers for conductor and ground wire ........................................................ 9
3.6. Jumper spacers ............................................................................................................. 10
4. REQUIREMENTS FOR INSULATOR STRING ACCESSORIES ........................... 12
4.1. Technical requirements ................................................................................................ 12
4.2. Requirements for testing .............................................................................................. 13
4.3. Other requirements ....................................................................................................... 14
4.4. Requirements for labeling and packaging .................................................................... 14
4.5. Requirements for transporting ...................................................................................... 15
4.6. Requirements for maintenance ..................................................................................... 15
4.7. Requirements for documents ........................................................................................ 15
4.8. Other requirements ....................................................................................................... 16

Chapter V.4. Technical requirements of Page 1/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.4 - TECHNICAL REQUIREMENT OF ACCESSORIES OF


CONDUCTORS, GROUND WIRE AND INSULATORS

1. APPLICABLE STANDARDS
[1] National Technical Regulation on Electrical Safety: 12/2008/QD-BCT

[2] Norms of electrical equipment 11TCN -19 - 2006. Part II: Electricity
transmission system.
[3] Regulation of the electricity transmission system was issued in accordance
with the Circular No. 25/2016 TT-BCT dated November 30, 2016 of the Ministry of
Industry and Trade.
[4] IEC 61284 (1997-09): Overhead power lines - Overhead lines - Requirements
and tests for Fittings.
[5] IEC 61854 (1998-09): Aerial power lines - Overhead lines - Requirements
and tests for spacers.
[6] IEC 61897 (1998-09): Overhead lines - Requirements and tests for Overhead
lines - Requirements and tests for Stockbridge type aeolian vibration dampers.
[7] IEC 60120 (1984-01): Dimensions of ball and socket coupling of string
insulator units.
[8] IEC 60372 (1984-01): Locking devices for ball and socketoupling of string
insulator units-Amendment Nr.1 (1991-09): Dimensions and tests.
[9] IEC CISPR / TR 18-3 Ed.3.0en 2017: Radio interference characteristics of
overhead power lines and high-voltage equipment – Part 3: Code of practice for
minimizing the generation of radio noise.
[10] BS 729: 1971: Hot-Dip Galvanized Coating on Ion & Steel Articles standard
[11] Decision No. 2016 EVN / KTLĐ-KTAT dated August 27, 2001
promulgating the Procedures for operation and repair of 110 and 220 kV aerial
transmission lines of Vietnam Electricity Corporation (now Vietnam Electricity
Corporation).
[12] Decision No. 20 / QD-EVNNPT dated March 8, 2018 of the National Power
Transmission Corporation on promulgating the Ministry of Procedures for operation
and repair.
2. GENERAL REQUIREMENTS
Accessories are designed are designed for outdoor type, suitable for operation in
tropical climates, sea area, salt-fog, industrial polluted area, high lightning-storm
density.

Chapter V.4. Technical requirements of Page 2/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Accessories are designed, tested, manufactured and manufactured using materials


and technologies that ensure to meet the standards and standards of Vietnam, the
electricity industry, IEC and suitable for the climate of Vietnam.
Accessories in this regulation include: Accessories for conductors and ground
wire; accessories for suspension and tension string insulators.
Types of line accessories include:
- Tension clamp.
- Suspension clamp.
- Mid span joint.
- Repair sleeve.
- Vibration damper.
- Twin jumper spacers
- Accessories for suspension and tension string insulators.
Tension and suspension string insulator accessories include detailed
components designed to be assembled together with the insulator to make a string
insulator. The detailed main components of the accessories of string insulators
according to the design include: Tower hingh; U Bolt; Adjustable link plate; link plate;
Ball link; Socket eye; arcing horn; anchor shackle; yoke plate;…
Accessories shall be subjected to type tests and routine tests as specified in the
sections of this bidding document. In which, the type test results must be attached as
part of the bid.
3. TECHNICAL REQUIREMENTS OF ACCESSORIES OF
CONDUCTORS AND GROUND WIRE
3.1. Tension Clamp
a. Requirements on structure and technical:
Tension clamp put into operation is the type of outdoor and compression. Each
tension clamp including Aluminium tube for compression Aluminium conductor, Steel
tube for compression steel core conductor, Jumper terminal and bolt for tension clamp
connecting:
- Aluminium tube for compression Aluminium conductor made by aluminium
or aluminium alloy, connected to terminal jumper with bolts included tension clamp.
Inside of tension clamp, there is available electrical compound, anti-rust and anti-
corrosive.
- Steel tube for compression steel core of conductor made by high strength steel
and hot-dip galvanized. The shackle detail of clamp has shape of ball or clevis hook to
assembly string and casting integral (no welding) with steel tube.
- Jumper terminal includes tension clamp and is made by aluminium or
aluminium alloy with well conducting, the title of jumper terminal between 0-30o.

Chapter V.4. Technical requirements of Page 3/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Jumper terminal has at least two (2) bolts M16 or three (3) bolts M14/M16 or four (4)
bolts M14 (depend on design), contact surface make sure well conducting. Inside of
Jumper terminal, there is available clamp, available electrical compound, anti-rust and
anti-corrosive.
Tension Clamp must suitable with conductor, do not break conductor during the
installation process, well conducting, do not occur arc and can withstand fault current
of 3 phases short circuit.
Breaking strength of tension clamp after compression not less than 90%
minimum breaking strength of ACSR/PHLOX conductor. The resistance of tension
clamp after compression is not higher than 1,2 time of conductor resistance.
On each component of tension clamp must have product sign and technical
information. On each tube must imprint (not blurred) information as below:
- Name or logo of manufacture;
- Sign of tension clamp, Jumper terminal;
- Conductor type;
- Sign of Compression area;
- Marked the arrow and show the direction of compression;
Each tension clamp must include the documents of dimension and detail
technical information, Instruction manual of tension clamp and type of compression
area.
b. Requirements for testing:
Requirements for testing, product acceptance must follow IEC 61284 standard
or equivalent.
b.1) Type test:
This test must follow IEC 61284 standard, at least including:
- Tension breaking test;
- Heating cycle test.
The type test shall be performed and issued by the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL-Short circuit Testing Liaison Laboratory, JSTC, A2LA,
UKSA or the LAB belong to G8, EUROPE or equivalent laboratories which are
considered and approved by the Purchaser. These laboratories shall comply with
ISO/IEC 17025.
In the case of the type tests performed by the manufacturer, then this testing
laboratory must: i) the Lab of manufaturer must comply with ISO/IEC 17025; ii) the
testing results must be witnessed and confirmed by one of the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LABs belong to G8,

Chapter V.4. Technical requirements of Page 4/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

EUROPE; or equivalent laboratories which are considered and approved by the


Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
Type test must include information below: (i) name, adress, sign/stamp of the
lab, certificate number comply with ISO/IEC 17025:2017; (ii) Testing product, testing
items, testing standard, customer, date of testing, publish date of testing, Place of
testing, detail of testing, method of testing, result of testing… (iii)Type, Manufacturer,
country of origin.
b.2) Rountine test:
When delivery goods, the Bidder supply rountine test reports to the Purchaser
on each product to certificate goods are suitable with the technical specifications of the
contract. These test reports shall comply with IEC 61284, and at least test items as
below:
- Visual inspection.
- Verification dimension and material.
Beside tension clamp assembly with completed insulator string also tested as
specified requirements.
3.2. Suspension clamp
a. Requirements on structure and technical:
The suspension clamp is designed to synchronize with the insulator string to support
the wire according to each type of wire as required.
The suspension clamp is designed and manufactured with specifications to be suitable
for each type of ACSR conductor, PHLOX wire has the corresponding cross section.
The suspension clamp should be lightweight and have a structure that reduces
vibration. The suspension clamp shall withstand the electromechanical destructive
force equivalent to the corresponding supporting insulation sequence. The support lock
is constructed as a joint to support the wire. Clamp body can rotate around one axis
and this axis coincides with the center of the conductor.
The Clamp body can rotate at least 45 degrees in the direction of up or down
vertically. The suspension clamp should be made of a material that withstands the
destructive load corresponding to the insulator string. The Bidder shall ensure that the
calculations and designs are in accordance with the corresponding specific wire type
and ensure that in operation, avoid resonance between the Clamp and the conductor or
ground wire when being vibrated by the wind.

Chapter V.4. Technical requirements of Page 5/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Clamp body must be labeled on. The labeling is specified in the Technical
specification offered.
b. Requirements on test and inspection:
Requirements for testing, product acceptance must follow IEC 61284 standard
or equivalent.
b.1) Type test:
This test must follow IEC 61284 standard, at least include:
- Failure load test.
- Slip test.
The type test shall be performed and issued by the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA ; or the LAB belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser. The laboratories shall comply with ISO/IEC 17025:2017.
In the case of the type tests performed by the manufacturer, then this testing
laboratory must: i) the Lab of manufaturer must comply with ISO/IEC 17025; ii) the
testing results must be witnessed and confirmed by one of the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LABs belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The type test must carry on the product which are the same manufacturer and
country of origin.
Type test must include information below: (i) name, adress, sign/stamp of the
lab, number of gain the standard certificate comply with ISO/IEC 17025 (ii) Testing
product, part of test, applying standard, customer, date of testing, publish date of
testing, Place of testing, detail of testing, method of testing, result of testing… (iii)
Type, Manufacturer, origin of testing..
b.2) Routine test:
When delivery good, The Supplier must give the Purchaser the routine test.
Routine test reports make by manufacture on each product which is made at the
Factory to certificate the good is suitable with the technical information of contract.
This type test reports shall comply with requirements according to IEC 61284, and at
least the tests below:
- Visual inspection.

Chapter V.4. Technical requirements of Page 6/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Verification dimension and material .


In addition to the above tests, when the suspension clamp is assembled
synchronously with the insulator string, it is required to test the insulator string as
prescribed.
3.3. Mid span joint for conductor and ground wire
a. Requirements on structure and technical:
The Mid span joint are for outdoor use, pressed-in structure. Each set of unit
includes the following components:
- Outside aluminium or aluminium alloy pipe for compressing aluminium wire
of ACSR conductor or PHLOX ground wire.
- The inner steel pipe for compressing the steel core of ACSR conductor or
PHLOX wire which is made of hot-dip galvanized steel.
The inside of the sleeve must be pre-filled with conductive contact grease for
corrosion and oxidation protection.
Main technical requirements for Mid-span joint:
- The Mid span joint must be suitable for ACSR conductor or PHLOX wire
with corresponding section, must not damage the wire during installation, good
conductivity will not cause arcing and must withstand 3 phases short-circuit current
when happening.
- Mid span joint are made for outdoor use, pressed type. The breaking force of
the connecting pipe after pressing shall not be less than 90% of the minimum break
force of ACSR conductor or PHLOX wire with the corresponding cross section. The
connecting pipe must have good conductivity, ensuring that the resistance of the
connecting pipe after pressing the wire is not greater than 1.2 times the resistance of
the string of the same length.
On each component of the connecting pipe, it must be labelled with the main
specifications as required.
The manufacturer must provide technical documents include dimensions and
parameters, connecting instruction drawings.
b. Requirements on test and inspection:
Requirements for testing, product acceptance must follow IEC 61284 standard
or equivalent.
b.1) Type test:
This test must follow IEC 61284 standard, at least include:
- Tension breaking test;
- Heating cycle test.
The type test shall be performed and issued by the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,

Chapter V.4. Technical requirements of Page 7/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

POWER TECH LAB, STL, JSTC, A2LA, UKSA ; or the LAB belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser. The laboratories shall comply with ISO/IEC 17025:2017
In the case of the type test performed by the manufacturer, then this lad must: i)
the Lab of manufacturer must comply with ISO/IEC 17025 ii) The result must issue by
the independent testing laboratories or witnessed by the independent testing
laboratories such as KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LAB belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The type test must carry on the product, which are same manufacturer and
country of manufacture.
Type test must include information below: (i) name, address, sign/stamp of the
lab, number of gain the standard certificate comply with ISO/IEC 17025:2017 (ii)
Testing product, part of test, applying standard, customer, date of testing, publish date
of testing, Place of testing, detail of testing, method of testing, result of testing…
(iii)Type, Manufacturer, origin of testing.
b.2) Routine test:
When delivery good, The Bidder must give the purchaser the routine test.
Routine test reports make by manufacture on each product which are made at the
Factory to certificate the good is suitable with the technical information of contract.
This type test reports shall comply with requirements according to IEC 61284, and at
least the tests below:
- Routine visual inspection.
- Dimension and material checking.
Beside of these test, when the tension clamp install with the insulator string
then the string must suitable with string test as specified.
3.4. Repair sleeves for conductor and ground wire
a. Requirements on structure and technical:
Each repair sleeve consists of 2 halves made of aluminum or aluminum alloy
with good electrical conductivity to compress, protect and restore conductivity of
damaged ACSR and PHLOX wires.
The inside of the repair sleeve must be pre-filled with conductive grease for
corrosion resistance and oxidation resistance.

Chapter V.4. Technical requirements of Page 8/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

The repair sleeve must be suitable for ACSR conductor and PHLOX wire with
the corresponding cross section, must not damage the wire during installation, and will
not generate arcs when operating.
Repair sleeve are made for outdoor use, pressed type and must have good
conductivity.
On the body of the repair sleeve, the main specifications must be labeled as
required. The manufacturer must provide technical documents include dimensions and
parameters, connecting instruction drawings.
b. Requirements on test and inspection:
Requirements for testing, product acceptance must follow IEC 61284 standard
or equivalent.
When delivery item, The Supplier shall provide the FAT, Routine test reports
make by manufacture on each product which are made at the Factory to certificate the
item is suitable with the technical requirements of the contract. This test reports shall
comply with requirements as following:
- Routine visual inspection.
- Dimension and material checking.
3.5. Vibration dampers for conductor and ground wire
a. Requirements on structure and technical:
The vibration damper is designed and manufactured with technical
characteristics suitable for each type of ACSR conductor, PHLOX wire with the
corresponding cross section and is installed at the position near the support and cross-
string on the conductor and lightning protection wire. . The manufacturer must provide
a vibration damping calculation by software which shows the distance for installing
the vibration dampers in the bid and must be approved by the design consultant and
the Owner.
The manufacturer shall demonstrate in the calculation of the effect of anti-
vibration when installed on the wire that the bending deformation of the wire per meter
must be within the permissible limits in order to achieve a wire life of at least 30 years.
The service life of the conductor will be demonstrated by the method and results of
anti-vibration measurement in accordance with the applicable standards.
b. Requirements on test and inspection:
Acceptance test, acceptance test must meet requirements of IEC 61897 or
equivalent standards.
b.1) Type test:
Test reports comply with IEC 61897 standard including the following items:
- Testing of wire clamp strength.
- Testing resistance to corrosion.

Chapter V.4. Technical requirements of Page 9/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Damper Characteristics test IEC 61897.


- Corona voltage and RIV test: IEC 61897.
The type test shall be performed and issued by the independent testing
laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA ; or the LAB belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser. These laboratories shall comply with ISO/IEC 17025:2017.
In the case of the type test performed by the manufacturer, then this testing
laboratory must: i) the Lab of manufacturer must comply with ISO/IEC 17025:2017;
ii) the testing results must be witnessed and confirmed by one of the independent
testing laboratories such as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF,
STLNA, POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LABs belong to G8,
EUROPE; or equivalent laboratories which are considered and approved by the
Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The type test must carry on the product which are the same manufacturer and
country of origin.
Type test must include information below: (i) name, address, sign/stamp of the
lab, number of gain the standard certificate comply with ISO/IEC 17025:2017 (ii)
Testing product, part of test, applying standard, customer, date of testing, publish date
of testing, Place of testing, detail of testing, method of testing, result of testing…
(iii)Type, Manufacturer, origin of testing.
b.2) Routine test:
When delivery good, The Supplier must give the Purchaser the routine test.
Routine test reports make by manufacture on each product which are made at the
Factory to certificate the good is suitable with the technical information of contract.
This type test reports shall comply with requirements according to IEC 61284, and at
least the tests below:
- Visual inspection.
- Verification dimension and material .
- Gavanizing test.
3.6. Jumper spacers
a. Requirements on structure and technical:
This technical requirement is applied for the jumper spacer suitable for the
cross-section of ACSR-330/43 conductor, installed on the line with 220kV voltage,

Chapter V.4. Technical requirements of Page 10/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

with 2-wire/1-phase conductor. The distance between conductors in 1 phase is 400mm.


The manufacturer provides a calculation by software, which shows the installation
distance of the jumper spacer in the bidding document and shall be approved by the
design consultant and the Purchaser.
On the body of the jumper spacer must be marked. The marking is specified in
the technical data sheet.
b. Requirements on test and inspection:
The inspection and test requirements must meet the requirements of IEC 61284,
61854 or equivalent standards.
b.1) Type test:
This report is made according to IEC 61854, 61284 standards.
- Clamp slip test (IEC 61854).
- Torsional slip test (IEC 61854).
- Clamp bolt-tightening test (IEC 61854).
- Corona voltage and RIV test (IEC 61284).
Type test must be performed by an independent International laboratory such
as: KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA, POWER TECH
LAB, STL, JSTC, A2LA, UKAS or G8 laboratories, Europe or equivalent laboratories
which are considered and approved by the Purchaser. These laboratories are certified
in accordance with ISO/IEC 17025:2017.
In the case of type test reports are performed by the manufacturer, therefore the
laboratory shall meet conditions as following: i) The manufacturer's laboratory shall
conform to ISO/IEC 17025:2017; ii) Test results must be witnessed and confirmed by
one of the international independent laboratories such as: KEMA, PEHLA, CESI,
STLA, ASTA, SATS, ESEF, STLNA, POWER TECH LAB, STL, JSTC, A2LA,
UKAS or G8 laboratories, Europe or equivalent laboratories which are considered and
approved by the Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
Type test reports must be made on products from the same manufacturer and
country of manufacture.
The type test report must present the following information: (i) Name, address,
signature/seal of the laboratory, ISO/IEC 17025:2017 certification number; (ii) Tested
product, test item, applicable standard, customer, test date, release date, test site, test
details, test method, test result, .; (iii) Type, manufacturer, and country of manufacture
of the test product.
b.2) Routine test:
Chapter V.4. Technical requirements of Page 11/16 9/2021
Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

When delivery, the Bidder shall provide the purchaser with a report of routine
tests performed by the manufacturer on each product supplied at the manufacturer's
factory to demonstrate that the delivered product conforms to technical specifications
of the contract. This test report is performed in accordance with IEC 61284, 61854 and
the content of the record must contain at least the following items:
- Visual inspection
- Verification dimension and material
- Check plating.
4. REQUIREMENTS FOR INSULATOR STRING ACCESSORIES
4.1. Technical requirements
The insulator strings include the following components:
- Tower hinge.
- U Bolt.
- Ball eye
- Adjustable Ext Link.
- Ball clevis.
- Arc Horn.
- Arc/ Corona Ring.
- Socket/ Clevis Eyes.
- Clevises tongue connectors.
- Yoke Plate.
- Compression/ suspension clamp.
- Insulator.
The insulator used in the project is the glass or ceramic insulator with the
technical requirements mentioned above in Appendix 3 - Table of technical
specifications, Chapter V.6 - Appendixes
The remaining components mentioned above (called insulator string
accessories) will have specific technical requirements as follows:
All insulator string accessories supplied by the Bidder shall be designed and
manufactured as shown in the drawings and requirements of the bidding documents.
Manufacture must supply calculate table of technical design, design drawings
which show the technical requirements of bidding and must approve by the owner and
designer.
Spit pin should make by stainless steel.
All accessories of string insulator must hot deep galvanized steel follow BS 729
standard or equivalent.
The surface of zinc coated must flat, clean, and uniform thickness and no fault.
The arcing horn and arcing ring must design for string and conductor protecting
when the electric discharge occur.
Chapter V.4. Technical requirements of Page 12/16 9/2021
Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

The arcing horn designed with heatproof capability at 600oC of short circuit
fault. The arcing horn make sure that in the normal condition they have not arcing on
the string and do not make the wave interference.
On the body of spacer clamp must have label. The label required on the
datasheet.
4.2. Requirements for testing
Requirements for testing, product acceptance must follow IEC 61284 standard
or equivalent.
a. Type test:
This test must follow IEC 61284 standard, at least include breaking load test.
The type test shall be performed and issued by the independent testing laboratories
such as KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA, POWER
TECH LAB, STL, JSTC, A2LA, UKSA; or the LAB belong to G8, EURO; or
equivalent laboratories which are considered and approved by the Purchaser. The
laboratories shall comply with ISO/IEC 17025:2017.
In the case of the type test performed by the manufacturer, then this lad must: i) the
Lab of manufacturer must comply with ISO/IEC 17025:2017 ii) The result must issue
by the independent testing laboratories or witnessed by the independent testing
laboratories such as KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA,
POWER TECH LAB, STL, JSTC, A2LA, UKSA; or the LAB belong to G8, EURO;
or equivalent laboratories which are considered and approved by the Purchaser.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
The type test must carry on the product which are same manufacturer and country of
manufacture.
Type test must include information below: (i) name, address, sign/stamp of the
lab, number of gain the standard certificate comply with ISO/IEC 17025:2017 (ii)
Testing product, part of test, applying standard, customer, date of testing, publish date
of testing, Place of testing, detail of testing, method of testing, result of testing…
(iii)Type, Manufacturer, origin of testing.
b. Routine test:
When delivery good, The Supplier must give the Purchaser the routine test.
Routine test reports make by manufacture on each product which are made at the
Factory to certificate the good is suitable with the technical information of contract.
This type test reports shall comply with requirements according to IEC 61284 and at
least the tests below:

Chapter V.4. Technical requirements of Page 13/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Routine visual inspection.


- Dimension and material checking.
- Zinc coated checking.
c. Sample test:
Accessories of string insulator will be used when they are installed on a
complete string and passably tested before put in to the operation. During the check
and acceptance inspection, the Purchaser and Supplier shall choose sample random
accessories to assembly string for test completed string. The test include:
- Corona test (IEC 60437)
- Radio interference test (IEC 60437)
- Dry lightning impulse withstand voltage test (IEC 60383-2)
- Wet power frequence withstand voltage test (IEC 60383-2)
- Power arc test (IEC 61467)
- Mechanical failing load test (IEC 61467)
The test shall be performed and issued by the independent testing laboratories
such as KEMA, PEHLA, CESI, STLA, ASTA, SATS, ESEF, STLNA, POWER
TECH LAB, STL, JSTC, A2LA, UKSA ; or the LAB belong to G8, EUROPE; or
equivalent laboratories which are considered and approved by the Purchaser. These
laboratories shall comply with ISO/IEC 17025:2017.
The Supplier must provide documents as a basis for Puchaser to evaluate the
responsiveness of equivalent laboratories including but not limited to: Certificate of
Accreditation of the laboratory; Documents proving the testing capacity and other
necessary documents (if any).
4.3. Other requirements
Galvanizing shall be performed in accordance with ISO standard or BS 729 or
equivalent and applied for hot deep galvanizing process to gain the thickness not less
than 610g/sp.m on the surface of steel pad... the coating thickness at saw-tooth will be
305g/sq.m.
4.4. Requirements for labeling and packaging
All of good must pack carefully then they can move by seaway, airway,
railway, overland and make sure that the insulator is protected against bad weather
conditions during the transport or storage.
All packing use to pack the good must have clearly information: total weight,
center of load… and have the sign of regular vouchers.
Each packing has a list with information about materials on the packing and the
list will be put on the water-roof envelope. All good will register for easily checking
purpose.
Information on the packing list must included:

Chapter V.4. Technical requirements of Page 14/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Type, product sign;


- Total weight;
- Manufacture;
- Year of manufacture;
- Name of project, construction;
- Hook Place
- Identification marks associated with appropriate transport documents.
4.5. Requirements for transporting
Goods must be packed in bales of wooden crates and be design according to the
manufacturer's regulations to prevent insulators from being damaged by impact during
transportation. Packages must be secured with ropes to avoid shaking and shifting,
ensure safety during transportation.
4.6. Requirements for maintenance
The accessories are packed in wooden crates or neatly stacked on industrial iron
racks and stored in closed warehouses.
On the construction site, when the accessories are not installed, it must be
temporarily stored in closed or open warehouses and neatly stacked higher than the
ground. Storage must follow the manufacturer's instructions. The Supplier must
provide together with the Shipment Record, the guide documents of the storage and
preservation of the equipment manufacturer
4.7. Requirements for documents
The Supplier must provide all documents required by the Bidding Documents
specified in this section, including:
- Table of technical specifications of the goods to be tendered as specified in
Appendix 3 – Table of Technical Specifications, Chapter V.6;
- Catalogue of goods;
- Valid quality management certificate (ISO) of the manufacturer of the offered
product;
- Other documents proving the conformity of the goods offered for tender in
accordance with the provisions of the Bidding Documents;
- List of Test Reports as specified in Appendix 4, Chapter V.6;
- Minutes and test reports to prove that the Goods proposed by the Supplier
meet the requirements specified in this Chapter;
- General drawings with dimensions, section drawings, structural drawings,
detailed structural drawings and related accessories of the goods, enclosed with
calculation appendices as required in this Chapter and in Appendix Table 3 – Table of
Technical Specifications, Chapter V.6;
- Other technical information (if any) is specified in this Chapter.
Chapter V.4. Technical requirements of Page 15/16 9/2021
Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

4.8. Other requirements


The requirements are not mentioned in this document, it shall apply with TCVN,
IEC standard or equivalent.

Chapter V.4. Technical requirements of Page 16/16 9/2021


Accessories of conductors, ground wire and insulators
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.5. TECHNICAL REQUIREMENTS OF LINE SURGE ARRESTERS

TABLE OF CONTENTS

1. GENERAL REQUIREMENTS ........................................................................................ 2


2. TECHNICAL REQUIREMENTS OF LINE SURGE ARRESTER................................. 2
2.1. Surge arrester ..................................................................................................................... 2
2.2. Accessories ........................................................................................................................ 3
3. TEST REQUIREMENT .................................................................................................... 3
3.1. Type Tests ......................................................................................................................... 3
3.2. Routine tests: ..................................................................................................................... 4
4. DATA AND DOCUMENTATION REQUIREMENTS .................................................. 4
4.1. General requirement .......................................................................................................... 4
4.2. Data and information to be submitted with the Bid .......................................................... 4

Chapter V.5. Technical requirements of Page 1/5 9/2021


Line surge arresters
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.5. TECHNICAL REQUIREMENTS OF LINE SURGE ARRESTERS

1. GENERAL REQUIREMENTS
The material will be new material to ensure the best quality for the intended use,
taking into account durability, flexibility, good bearing capacity for work purposes,
optimal design, and is produced with advanced technology the most recent unless
otherwise specified in the contract.
All materials will be suitable for installation and use at altitudes up to 1,000m
above sea level or lower in tropical environments with ambient temperatures up to 45oC
and relative humidity to 100% which is not subject to corrosion, or pitting of the material
properties degradation
Standard applies to the design, production, test equipment and accessories offered is
the latest version unless otherwise specified in the contract. Applicable standards relating
to specific countries, regions need to have a translation in English or Vietnamese notarized
to prove this standard equal to or better than the standard set out in the bidding documents.
2. TECHNICAL REQUIREMENTS OF LINE SURGE ARRESTER
2.1. Surge arrester
Surge arrester equipment installed directly parallel to the insulator string, with the
body structure is made of nonlinear material zinc oxide, and an external slot. Surge
arrester is designed to be able to protect insulators string when lightning. Surge arrester is
designed for external outside only operating discharge when lightning impulse and be
able to withstand over-voltage pulses by manipulating the voltage and power frequency.
Surge arrester must have sturdy construction and lightweight, suitable for installation on
transmission lines. During the fabrication process, the requirements for impact resistance
and mechanical vibration of Surge arrester have been fabricated and tested according to
IEC 60099-8.
The core of lightning protection device is made from the main material is zinc oxide
is welded integrally with the shell made of high-quality silicon rubber. ZnO nonlinear
resistors must be of good quality and reliability and are manufactured using the most
advanced technology.
All materials to be used under this Purchaser shall be new, the best of their
respective kinds and free from defects and imperfections. All materials shall comply with
the latest revisions or edition of the specified standards for each equipment specification
unless otherwise specified or permitted by the Purchaser. The metal-oxide material
should be made in G7 or equivalent. In case of the “equivalent” used, the Supplier must
provide the technical documents to compare and prove that it has the same/or better
technical specifications.
Chapter V.5. Technical requirements of Page 2/5 9/2021
Line surge arresters
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

Gap horn must be able to flexibly adjust the spacing so that when mounted on the
insulators strings have different lengths, the distance between Gap horns has not changed
is (1000 ÷ 1250) mm (distance accurately by bidder).
The detailed parameters of the Surge Protection Valve are shown in Appendix 3.
Table of technical Specifications, Chapter V.6.
2.2. Accessories
Adjustment rods: At the double tension composite will be installed Surge arrester,
ask for 02 adjustment rods to match with the existing string insulator.
The surge counter, the measured lightning: Two Surge arresters install in each
tower fitted by a surge counter, measured lightning. The surge counter, the measured
lightning ensure sensitivity to count all lightning current each Surge arrester work and
measured biggest intensity lightning run through the tower. The surge counter, the
measured lightning installed outboard beams convenience convenient to get data.
Ground wire and ground wire clamp: The surge counter and Surge arrester are
connected together through the ground wire. The ground wire is copper wire, insulated
wire, not less than 95 mm2 cross section.
Surge arrester bracket: Surge arrester will be installed directly on insulators strings,
in the former locations were installed gap horn. Surge arrester bracket must be designed
to match with the current status of each insulators string.
Bracket for the surge counter, the measured lightning: Bracket for surge counter, the
measured lightning will be designed to fit and easy to install in the tower.
3. TEST REQUIREMENT
3.1. Type Tests
The lightning experiments must be performed to follow the latest standard
IEC60099-8, includes
- Insulation withstand test on the SVU housing and on the EGLA with failed
SVU
- Residual voltage tests
- Standard lightning impulse spark-over test
- High current impulse withstand test
- Lightning discharge capability test
- Short-circuit test
- Follow current interrupting test
- Mechanical load test on the SVU
Chapter V.5. Technical requirements of Page 3/5 9/2021
Line surge arresters
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

• Bending test
• Vibration test
• Weatherproof test
Tests of surge arrester complied with IEC 60099-4
Type tests, special tests must be conducted by independent laboratories or witnessed
by independent laboratories. These laboratories must be certified in accordance with
ISO/IEC 17025: 2017 certification standards as prescribed.
Failure by the Bidder to completely provide above test documents or clarifications may
result in rejection of the Bid as non-responsive.
3.2. Routine tests:
The minimum requirement for routine test to be made by the manufacturer shall be
as follows IEC60099-8, including:
- Reference voltage measurement of SVU
- Internal partial discharge test
- Radio interference voltage (RIV) test
4. DATA AND DOCUMENTATION REQUIREMENTS
4.1. General requirement
Data and information supplied by the Bidder shall be the guaranteed information
and performance data, interface requirements and construction features of all Supplier’s
furnished equipment. The accuracy of such information and its compatibility with overall
performance requirements specified by Purchaser are the sole responsibility of the
Supplier.
4.2. Data and information to be submitted with the Bid
The following data shall be furnished together with the bid:
- Full Specifications of Surge arrester;
- Preliminary general assembly drawings indicating approximate overall
dimensions, cable entrances, weights, nameplates, location of accessories,
plans and section views, mounting and other details and clearances needed for
operation and maintenance;
- Brochures and catalogues;
- Descriptive material, including construction and features of the equipment
being proposed;
- Typical installation instructions;

Chapter V.5. Technical requirements of Page 4/5 9/2021


Line surge arresters
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Technical specification and description of equipment and device to be used;


- Type test report of equipment with summary of type test reports;
- Supplier shall furnish a list of recommended spare or replacement parts as
follows:
+ Identification (name of part);
+ Replacement time or parameters indicating the need to replace the above.
- List of test equipment and special tools;
- List of Test Reports as specified in Appendix 4, Chapter V.6.
- List of codes used.

Chapter V.5. Technical requirements of Page 5/5 9/2021


Line surge arresters
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

CHAPTER V.6 - APPENDICES


APPENDIX 1: SCOPE OF SUPPLY

The Supplier is responsible for studying the scope of supply of Package No. 1TB-DZ220NM " Supply of optical cables, insulators
and accessories ", Supply requirements, Bidding documents, Tables of bid price list under Chapter IV. Bidding forms to implement the
bidding package, including but not limited to the following contents:
1. SCOPE OF SUPPLY OF GOODS
Includes goods as listed below:

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
I Supply conductor accessories and ground wire accessories Chapter V.4
I.1 Accessories for Conductor ACSR-330/43
1 Mid-Span joint for conductors Pcs 456
2 Repair sleeve for conductors Pcs 136
3 Vibration damper for conductors Lot 01 *
4 Twin jumper spacers for a span Lot 01 *
5 Twin jumper spacers for jumper wire Lot 01 *
I.2 Ground wire accessories PHLOX-75.5
1 Mid-Span joint for ground wire Pcs 38
2 Repair sleeve for ground wire Pcs 10
3 Vibration damper for ground wire Lot 01 *
4 Suspension string for ground wire String 88

Chapter V.6. Appendices Page 1/8 9/2021


Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
5 Tension string for ground wire String 119
Chapter V.3
Supply insulators and insulator accessories for conductors ACSR-
II and Chapter
330/43
V.4
II.1 String accessroies of insulators for conductors
Jumper suspension insulator string for conductors: DL70-1x17 (type
1 string 156
U70BS)
Single suspension insulator string for conductors:
2 string 192
DD70-1x17 (type U70BS)
Double suspension insulator string for conductors: DK70-2x17 (type string
3 48
U70BS)
Single suspension insulator string for conductors: DD120-1x17 (type string
4 138
U120B)
Double suspension insulator string for conductors: DK120-2x17 (type string
5 48
U120B)
Single tension insulator string for conductors: string
6 8
ND160-1x17 (type U160BS)
Inverse single tension insulator string for conductors: NN160-1x17 (type string
7 6
U160BS)
Double tension insulator string for conductors: string
8 492
NK160-2x17 (type U160BS)
9 Tension insulator string for conductors, connect to bus bar: NKTC160- string 6
Chapter V.6. Appendices Page 2/8 9/2021
Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
2x17 (type U160BS)
Jumper suspension insulator string for conductors: DL70-1x18 (type
10 string 53
U70BS)
Single suspension insulator string for conductors:
11 string 24
DD70-1x18 (type U70BS)
Double suspension insulator string for conductors: ĐK70-2x18 (type
12 string 6
U70BS)
Single suspension insulator string for conductors: DD120-1x18 (type
13 string 30
U120B)
Double suspension insulator string for conductors: DK120-2x18 (type
14 string 18
U120B)
Single tension insulator string for conductors:
15 string 2
ND160-1x18 (type U160BS)
Inverse single tension insulator string for conductors: NN160-1x18 (type
16 string 2
U160BS)
Double tension insulator string for conductors:
17 string 156
NK160-2x18 (type U160BS)
Jumper suspension insulator string for conductors: DL70-1x14 (type
18 string 18
U70BLP)
Double suspension insulator string for conductors: DK70-2x14 (type
19 string 18
U70BLP)
20 Single suspension insulator string for conductors: DD120-1x14 (type string 6

Chapter V.6. Appendices Page 3/8 9/2021


Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
U120BP)
Double tension insulator string for conductors: NK160-2x14 (type
21 string 36
U160BLP)
II.2 Insulator and accessories
1 Insulator type 70kN (U70BS) Disk 9150
2 Insulator type 70kN (U70BLP) Disk 756
3 Insulator type 120kN (U120B) Disk 5166
4 Insulator type 120kN (U120BP) Disk 84
5 Insulator type 160kN (U160BS) Disk 22858
6 Insulator type 160kN (U160BLP) Disk 1008
7 Counter weight type of 100kgs (TB100) Set 18
8 Counter weight type of 200kgs (TB200) Set 24
9 Counter weight type of 400kgs (TB400) Set 24
10 Counter weight type of 500kgs (TB500) Set 12
11 Counter weight type of 700kgs (TB700) Set 6
12 Counter weight type of 800kgs (TB800) Set 6
III Ground wire combined with optical cable OPGW-81 and accessories Chapter V.2
Ground wire combined with optical cable OPGW-81 (type 48 optical
1 m 79.180
fibres)
- Fiber optic coil no. 1 (from VT.1 – VT.6) m 2810

Chapter V.6. Appendices Page 4/8 9/2021


Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
- Fiber optic coil no. 2 (from VT.6 – VT.11) m 2600
- Fiber optic coil no. 3 (from VT.11 – VT.15) m 3180
- Fiber optic coil no. 4 (from VT.15 – VT.19) m 3290
- Fiber optic coil no. 5 (from VT.19 – VT.23) m 2820
- Fiber optic coil no. 6 (from VT.23 – VT.29) m 2790
- Fiber optic coil no. 7 (from VT.29 – VT.36) m 4500
- Fiber optic coil no. 8 (from VT.36 – VT.41) m 2180
- Fiber optic coil no. 9 (from VT.41 – VT.45) m 2680
- Fiber optic coil no. 10 (from VT.45 – VT.53) m 3970
- Fiber optic coil no. 11 (from VT.53 – VT.58) m 3170
- Fiber optic coil no. 12 (from VT.58 – VT.61) m 3410
- Fiber optic coil no. 13 (from VT.61 – VT.66) m 3450
- Fiber optic coil no. 14 (from VT.66 – VT.71) m 1820
- Fiber optic coil no. 15 (from VT.71 – VT.76) m 2780
- Fiber optic coil no. 16 (from VT.76 – VT.79) m 2900
- Fiber optic coil no. 17 (from VT.79 – VT.85) m 2680
- Fiber optic coil no. 18 (from VT.85 – VT.92) m 3500
- Fiber optic coil no. 19 (from VT.92 – VT.99) m 3030
- Fiber optic coil no. 20 (from VT.99 – VT.107) m 4110
- Fiber optic coil no. 21 (from VT.107 – VT.114) m 2780
Chapter V.6. Appendices Page 5/8 9/2021
Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

No. Technical
Description of goods Unit Requirement Notes
Work Requirement
- Fiber optic coil no. 22 (from VT.114 – VT.120) m 2500
- Fiber optic coil no. 23 (from VT.120 – VT.125) m 2600
- Fiber optic coil no. 24 (from VT.125 – VT.130) m 2370
- Fiber optic coil no. 25 (from VT.130 – VT.137) m 4030
- Fiber optic coil no. 26 (from VT.137 – VT.142) m 2600
- Fiber optic coil no. 27 (from VT.142 – 220kV Substation Tuong Duong) m 630
2 Tension string for OPGW-81 string 115
3 Suspension string for OPGW-81 string 88
4 Clamp OPGW wire on tower Pcs 674
5 Clamp for OPGW (belt link clamp) Pcs 112
6 Vibration damper for OPGW-81 (included amarour) Lot 01 *
7 Joint box OPGW81/OPGW81 Pcs 27
8 Joint box NMOC/OPGW81 Pcs 1
IV Surge Arrester Chapter V.5
1 Surge Arrester Set 72
Note:
- All goods have to be tested (comply with IEC) and be suitable with tropicalization at Vietnam.
- The supplier shall calculate according to the calculated climatic conditions, the spans, specifications of conductors and Vibration
Dampers Efficiency Verification Model… and the exact quantity of goods lot shall be proposed in the bid (marked (*)). Calculations
must be calculated by specialized simulation software.
Chapter V.6. Appendices Page 6/8 9/2021
Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

- Details of the technical requirements of the Goods are described in Chapters V.1, V.2, V.3, V.4, V.5 and Chapter V.6 - Attached
the documents.
- Weight of each counterweight weighs: 25kgs/unit.

Chapter V.6. Appendices Page 7/8 9/2021


Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

2. SCOPE OF SUPPLY OF TECHNICAL SERVICES


The Supplier is responsible for performing the related services listed below. The
performing cost of related services is included in the bid price. Related Services include
but are not limited to
1) Transportation and insurance transport of equipment from the Supplier's
warehouse and/or destination port to the Purchaser's site/warehouse, including
unloading at the warehouse of the Purchaser on the Site.
2) Instructions for storages, maintenances and troubleshooting of equipment defects.
3) The warranty service of equipment is performed according to the provisions of the
Contract.
4) Organizing, participating in joint meetings and providing services to the Purchaser
including but not limited to: Sampling and testing of input materials, routine test,
sample test, proof test, acceptances, goods delivery.
5) Prepare and correct errors (if any) at the requirements of the Purchaser and hand
over the following documents: Design calculations and Design Drawings, Catalog
of materials and equipment, Test reports , Quality management records, As-built
records, Delivery records, Reports, Minutes of acceptance and other relevant
documents (if any)
6) Packing and declare the package information using the QR code as specified in
Chapter V.1. General requirements.
7) Scan, edit and hand over all the Documents mentioned in Clause 5) of this section
under the Purchaser's instructions

Chapter V.6. Appendices Page 8/8 9/2021


Appendix 1. Scope of supply
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM PART II

APPENDIX 2. PERFORMANCE SCHEDULE


1. SUPPLY SCHEDULE OF GOODS AND TECHNICAL SERVICES
The Supplier shall schedule manufacturing and delivering of the equipment to
ensure that this equipment is delivered according to the respective schedule below, in
calendar days, from the effective date of the Contract
Delivery
No. Description Unit Quantity Schedule
(days)
I. Goods and technical services
Stage 1: 70% the corresponding goods
quantity to each item of supplies
mentioned in Section 1 – Scope of
1 supply of goods, Appendix 1, Chapter 150
V.3 and all technical services
corresponding to the quantity of this
goods.
Stage 2: 30% the corresponding goods
2 quantity and all technical services 180
corresponding to this quantity of goods.
2. SUPPLY SCHEDULES OF DOCUMENTS

Delivery Schedule
No. Description
(days)
Detailed drawings of goods, calculation appendices,
1 30
installation manuals and Catalog of the goods

Note: The Supplier shall submit 03 sets of detailed design drawings, the calculation
Appendix and other relevant documents (if any) of the Goods for submission to the
Purchaser for consideration and agreement before performing the supply and
manufacturing works. After reviewing, the Purchaser will issue the comment dispatch for
the Supplier to correct, complete or give appropriate explanations (if any). The comment
period is specified in the Specific Terms of the Contract. After the design has been agreed
by the parties, the Supplier will submit 07 sets of design drawings, the calculation
Appendix and other relevant documents (if any) for the Purchaser’s approval and as a
basis for the procurement and manufacturing schedule.

- All design drawings, technical documents, installation manuals and Catalogs of goods
of the bidding package shall be digitized by the Supplier, these documents are the final
version and sent to the Purchaser.

Chapter V.6. Appendices Page 1/1 9/2021


Appendix 2. Performance schedule
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

APPENDIX 3. TABLE OF TECHNICAL SPECIFICATIONS


TABLE OF CONTENTS

1. ACCESSORIES OF CONDUCTORS AND GROUND WIRE ..........................................2


1.1. Table 1: Tension string for Phlox-75,5 ground wire ........................................................2
1.2. Table 2 Suspension string of Phlox-75,5 ground wire......................................................2
1.3. Table 3: Tension clamp with jumper terminal for conductor ...........................................3
1.4. Table 4: Tension clamp for ground wire...........................................................................4
1.5. Table 5: Suspension clamp for conductor/groundwire .....................................................6
1.6. Table 6: Mid-Span joint for conductor/groundwire ..........................................................8
1.7. Table 7: Repair sleeve for conductor/groundwire ............................................................9
1.8. Table 8: Vibration damper for conductor/groundwire ....................................................11
1.9. Table 9: Jumper spacers for conductors..........................................................................12
1.10. Table 10: Amour rod for conductors and ground wires ..............................................13
2. STRING INSULATOR OF CONDUCTORS ....................................................................15
2.1. Table 11: Technical specification of insulation bowls made according to IEC-60305 ..15
2.2. Technical specification of insulation bowls made according to IEC-60305 ..................17
2.3. Table 13: Suspension and tension string insulator of conductors ...................................19
2.4. Table 14: Suspension and tension string insulator of conductors ...................................35
3. ACCESSORIES OF STRING INSULATOR ....................................................................39
3.1. Table 15: Accessories of string insulator ........................................................................39
3.2. Table 16: Arcing horn and corona ring of insulators ......................................................41
4. OPGW -81 OPTICAL GROUND WIRE AND ACCESSORIES .....................................42
4.1. Table 17: OPGW -81 Optical ground wire and accessories ...........................................42
5. SURGE ARRESTER..........................................................................................................48
5.1. Table 18: Surge Arrester .................................................................................................49

Chapter V.6. Appendices Page 1/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

APPENDIX 3. TABLE OF TECHNICAL SPECIFICATIONS

1. ACCESSORIES OF CONDUCTORS AND GROUND WIRE


1.1. Table 1: Tension string for Phlox-75,5 ground wire

Compelled
No. Description Unit Requirement Offered
parameters
1 Type of ground wire PHLOX-75.5 *
2 Minimum breaking strength kN 70 *
3 String type Single tension *
Length (including lock and mm Provided by
4
connector) Bidder
Weight of unit kg Provided by
5
Bidder
All bolts, nuts, washers, Yes
6 washers.. are made of stainless *
steel or hot dip galvanized stee
All steel parts must be hot-dip Yes
7 *
galvanized
Scales provide of a string is yes
8 *
listed in the attached drawing
9 Attached reference drawing NCS *
Manufacturer's detailed Submitted with
10 drawings/catalogues and the bid *
technical data

1.2. Table 2 Suspension string of Phlox-75,5 ground wire

Compelled
No. Description Unit Requirement Offered
parameters
1 Type of ground wire PHLOX-75.5 *
2 Minimum breaking strength kN 70 *
3 String type Single
*
suspension
4 Length (including lock and mm Provided by
*
connector) Bidder
5 Weight of unit kg Provided by *

Chapter V.6. Appendices Page 2/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Bidder
6 All bolts, nuts, washers, Yes
washers. are made of stainless *
steel or hot dip galvanized steel
7 All steel parts must be hot-dip Yes
*
galvanized
8 Scales provide of a string is yes
*
listed in the attached drawing
9 Attached reference drawing DCS *
10 Manufacturer's detailed Submitted with
drawings/catalogues and the bid *
technical data

1.3. Table 3: Tension clamp with jumper terminal for conductor

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country of
1
origin
2 Code
3 Applied standard IEC 61284 or equivalent *
Manufacturer’s reference
4
+ ACSR-330/43 *
Standards of quality ISO 9001:2015
5 *
management
Type Tension clamp with jumper
tension clamp with 4 holes shall
be of outdoor use, compression
type. Each clamp consists of as
follows:
- Tension clamp and jumper
clamp made of high strength,
6 high conductivity aluminum *
or aluminum alloy for
conductor.
- Steel clamp made of high
strength, hot dip galvanized
steel for the steel core.
- 4 bolts, nuts, spring washers,
etc… made of stainless steel

Chapter V.6. Appendices Page 3/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
or hot dip galvanized steel.
- The filler holes of the sleeves
pre-filled with electric joint
compound.
Make sure the contact surface of
the clamp is high and conducts
electricity well.
Overall diameter [mm]
7
+ ACSR-330/43 25.2 *
Internal diameter of
Aluminium (Tension
clamp and jumper
8 compression clamp)
[mm]
+ ACSR-330/43 yes *
Internal diameter of stee
(steel tension clamp)
9 [mm]
+ ACSR-330/43 yes *
Min. Breaking strength
10 [kN]
+ ACSR-330/43 95%UTS *
Markings: Manufacturer’s identification.
Each clamp shall have Type of the conductor.
11 the range of permanent Nominal cross section area and *
embossed markings overall diameter of the
listed below: conductor.
Manufacturer’s Submitted with the bid
drawings/catalogue with
12 *
detailed dimensions and
technical data
The sample of the Supplied along with the bid
13 *
offered products

1.4. Table 4: Tension clamp for ground wire

Chapter V.6. Appendices Page 4/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
4 reference
+ PHLOX-75,5 *
Standards of quality ISO 9001:2015
5 *
management
Type Tension clamp shall be
of outdoor use,
compression type.
Each clamp consists of
as follows:
- Tension clamp made
of high strength,
high conductivity
aluminum or
aluminum alloy for
conductor.
- Steel clamp made of
high strength, hot dip
galvanized steel for
6 the steel core. *
- Bolts, nuts, spring
washers, etc… made
of stainless steel or
hot dip galvanized
steel.
- The filler holes of
the sleeves pre-filled
with electric joint
compound.
Make sure the contact
surface of the clamp is
high and conducts
electricity well.
Overall diameter [mm]
7
+ PHLOX-75.5 11.25 *
Internal diameter of
Aluminium (Tension
8
clamp) [mm]
+ PHLOX-75.5 Yes *

Chapter V.6. Appendices Page 5/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
Internal diameter of
steel (steel tension
9
clamp) [mm]
+ PHLOX-75.5 yes *
Min. Breaking strength
10 [kN]
+ PHLOX-75,5 95%UTS *
Markings: Manufacturer’s
Each individual clamp identification.
shall have the range of Type of the conductor.
11 permanent embossed Nominal cross section *
markings listed below: area and overall
diameter of ground
wire
Manufacturer’s Submitted with the bid
drawings/catalogue
12 with detailed *
dimensions and
technical data
The sample of the Supplied along with
13 *
offered products the bid
1.5. Table 5: Suspension clamp for conductor/ground wire

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
reference
4
+ ACSR-330/43 *
+ PHLOX-75.5 *
Standards of quality ISO 9001:2015
5 *
management
Type Suspension clamp shall
6 be of outdoor use, *
bolted type with two U-

Chapter V.6. Appendices Page 6/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
bolts. Each clamp
consists of as follows:
- Body and keeper
made of high
strength, high
conductivity
aluminum or
aluminum alloy for
conductor and protect
against deforming
and loosening of
individual conductor
strand and armour
rod.
- Bolts, nuts, spring
washers, etc… made
of stainless steel or
hot dip galvanized
steel.
Spit pin made of
stainless steel.
Overall diameter [mm]
7 + ACSR-330/43 25.2 *
+ PHLOX-75.5 11.25 *
Min. Breaking strength
[kN]
8
+ ACSR-330/43 70, 120 *
+ PHLOX-75,5 70 *
Markings: Manufacturer’s
Each individual clamp identification.
shall have the range of Type of the conductor.
9 *
permanent embossed Nominal cross section
markings listed below: area and overall
diameter.
Manufacturer’s Submitted with the bid
10 drawings/catalogue
with detailed *
dimensions and
technical data
11 The sample of the Supplied along with the *

Chapter V.6. Appendices Page 7/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
offered products bid

1.6. Table 6: Mid-Span joint for conductor/ground wire

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
4 reference
+ ACSR-330/43 *
+ PHLOX-75.5 *
Standards of quality ISO 9001:2015
5 *
management
Type Mid-span joints shall
be of high strength,
conductivity, two-
piece, compression
sleeve type, consists of
hot dip galvanized
steel inner sleeve for
the steel core and
aluminum alloy outer
6 sleeve for the *
complete conductor.
The filler holes of the
sleeves shall be pre-
filled with electric
joint compound.
The contact surface of
the clamp insures
excellent contact and
full conductivity.
7 Overall diameter [mm]
+ ACSR-330/43 25.2 *

Chapter V.6. Appendices Page 8/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
+ PHLOX-75.5 11.25 *
Internal diameter of
Aluminium (mid span
8 aluminium joint) [mm]
+ ACSR-330/43 Yes *
+ PHLOX-75.5 yes *
Internal diameter of
steel (mid span
9 aluminium joint) [mm]
+ ACSR-330/43 Yes *
+ PHLOX-75.5 yes *
Min. Breaking
strength [kN]
10
+ ACSR-330/43 95%UTS *
+ PHLOX-75.5 95%UTS *
Markings: Manufacturer’s
Each individual clamp identification.
shall have the range of Type of the conductor.
11 *
permanent embossed Nominal cross section
markings listed below: area and overall
diameter.
Manufacturer’s Submitted with the bid
drawings/catalogue
12 with detailed *
dimensions and
technical data
The sample of the Supplied along with
13 *
offered products the bid

1.7. Table 7: Repair sleeve for conductor/ground wire

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code

Chapter V.6. Appendices Page 9/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
reference
4
+ ACSR-330/43 *
+ PHLOX-75,5 *
Standards of quality ISO 9001:2015
5 *
management
Type Repair sleeve shall be
used for restoring
conductivity to
damaged conductors.
It is of compression
sleeve type, made of
high conductivity
aluminum or
6 aluminum alloy. *
The sleeves shall be
prefilled with electric
joint compound.
Make sure the contact
surface of the clamp is
high and conducts
electricity well.
Overall diameter [mm]
7 + ACSR-330/43 25.2 *
+ PHLOX-75.5 11.25 *
Internal diameter of
aluminium (Repair
sleeve) [mm]
8
+ ACSR-330/43 Yes *
+ PHLOX-75.5 yes *
Min. Breaking strength
[kN]
9
+ ACSR-330/43 95%UTS *
+ PHLOX-75.5 95%UTS *
10 Markings: Manufacturer’s

Chapter V.6. Appendices Page 10/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
Each individual clamp identification.
shall have the range of Type of the conductor.
permanent embossed Nominal cross section
markings listed below: area and overall
diameter.
Manufacturer’s Submitted with the bid
drawings/catalogue
11 with detailed *
dimensions and
technical data
The sample of the Supplied along with
12 *
offered products the bid

1.8. Table 8: Vibration damper for conductor/ground wire

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
reference
4
+ ACSR-330/43 *
+ PHLOX-75.5 *
Standards of quality ISO 9001:2015
5 *
management
6 Type Stockbridge *
Overall diameter [mm]
7 + ACSR-330/43 25.2 *
+ PHLOX-75.5 11.25 *
Weight [kg]
8 + ACSR-330/43 To be specified *
+ PHLOX-75,5 To be specified *

Chapter V.6. Appendices Page 11/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
All bolts, nuts, Yes
washers, spring
9 washers, etc… made *
of stainless steel or hot
dip galvanized steel
All ferrous parts shall Yes
10 *
be hot dip galvanized
Scope of supply for yes
each unit as specified
11 *
in the attached
drawing
The sample of the Supplied along with
12 *
offered products the bid

1.9. Table 9: Jumper spacers for conductors

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
2 Code
Applied standard IEC 61284 or
3 *
equivalent
Manufacturer’s
4 reference
+ ACSR-330/43 *
Standards of quality ISO 9001:2015
5 *
management
Distance between two 400
6 conductors in 1 phase *
[mm]
Overall diameter [mm]
7
+ ACSR-330/43 25.2 *
8 Weight [kg] To be specified *
All bolts, nuts, Yes
9 washers, spring *
washers, etc… made

Chapter V.6. Appendices Page 12/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
of stainless steel or hot
dip galvanized steel
All ferrous parts shall Yes
10 *
be hot dip galvanized
Scope of supply for Yes
each unit as specified
11 *
in the attached
drawing
12 Reference drawing *
The sample of the Supplied along with
13 *
offered products the bid

1.10. Table 10: Amour rod for conductors and ground wires

Compelled
No. Description Requirement Offered
parameters
Manufacturer/Country
1
of origin
Manufacturer’s
reference
2
+ ACSR-330/43 *
+ PHLOX-75.5 *
Standards of quality ISO 9001:2015
3 *
management
4 Type
Overall diameter [mm]
5 + ACSR-330/43 25.2 *
+ PHLOX-75.5 11.25 *
6 Material of rods Aluminum alloy *
Slip strength [N]
7 + ACSR-330/43 *
+ PHLOX-75.5 *
8 Direction of lay Right hand *
9 Length of rod [mm]

Chapter V.6. Appendices Page 13/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM
TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No. Description Requirement Offered
parameters
+ ACSR-330/43 *
+ PHLOX-75,5 *
Diameter of rod [mm]
10 + ACSR-330/43 *
+ PHLOX-75,5 *
Weight per set [kg]
11 + ACSR-330/43 *
+ PHLOX-75,5 *
Number of rods for
each suspension clamp
12
+ ACSR-330/43 *
+ PHLOX-75,5 *
The sample of the Supplied along with
13 *
offered products the bid

Chapter V.6. Appendices Page 14/52 9/2021


Appendix 3. Table of technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

2. STRING INSULATOR OF CONDUCTORS


2.1. Table 11: Technical specification of insulation bowls made according to IEC-60305

(with lightly polluted environment d = 20 mm/kV):

Requirement Offered Compelled


No. Description Unit
70kN 120kN 160kN 70kN 120kN 160kN parameters
1 Materials Toughened glass or porcelain
Insulator type number (IEC
2 U70BS U120B U160BS *
60305)
3 Type of coupling Ball and socket *
4 Size of coupling, d mm 16 16 20 *
5 Minimum breaking strength kN 70 120 160 *
Max nominal diameter of
6 mm 255 255 280
insulating part, D
7 Nominal spacing, h mm 127 146 146
Minimum nominal creepage
8 mm 295 295 315 *
distance, Lr
9 Zinc sleeve on pin Yes Yes Yes *
Min power frequency
withstand voltage with 50 Hz
10 kV 70 70 75
- Dry in one minute
40 40 45
- Wet in one minute

Chapter V.6. Appendices Page 15/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Requirement Offered Compelled


No. Description Unit
70kN 120kN 160kN 70kN 120kN 160kN parameters

Lightning impulse withstand


11 kV 100 100 110
voltage
12 Minimum breakdown voltage kV 130 130 130
13 kg 3,8 4,0 6,0
Weight

Chapter V.6. Appendices Page 16/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

2.2. Technical specification of insulation bowls made according to IEC-60305

(with polluted environment d = 25 mm/kV):

Requirement Offered Compelled


No. Description Unit parameters
70kN 120kN 160kN 70kN 120kN 160kN
1 Materials Toughened glass or porcelain
Insulator type number (IEC
2 U70BLP U120BP U160BLP *
60305)
3 Type of coupling Ball and socket *
4 Size of coupling, d mm 16 16 20 *
5 Minimum breaking strength kN 70 120 160 *
Max nominal diameter of
6 mm 280 280 330
insulating part, D
7 Nominal spacing, h mm 146 146 170
Minimum nominal creepage
8 mm 440 440 525 *
distance, Lr
9 Zinc sleeve on pin Yes Yes Yes *
Min power frequency
withstand voltage with 50 Hz
10 kV 80 85 90
- Dry in one minute
50 50 55
- Wet in one minute
11 Lightning impulse withstand kV 100 125 140

Chapter V.6. Appendices Page 17/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Requirement Offered Compelled


No. Description Unit parameters
70kN 120kN 160kN 70kN 120kN 160kN
voltage
12 Minimum breakdown voltage kV 130 130 130
13 Weight kg 4,0 4,6 8,9

Chapter V.6. Appendices Page 18/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

2.3. Table 13: Suspension and tension string insulator of conductors

(with lightly polluted environment d = 20 mm/kV)

Compelled
No Description Unit Requirement Offered
parameters
1 - Jumper suspension string insulator for conductors (DL70-1x17 with U70BS)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 70 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U70BS)
Number of insulation
6 bowls for an string Bowls 17 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be Yes
11 *
hot dip galvanized
Scope of supply for each yes
12 string as specified in the *
attached drawing
13 Reference drawing DL70-1x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

Chapter V.6. Appendices Page 19/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
2 - Single suspension string insulator for conductors (DD70-1x17 with U70BS)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 70 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U70BS)
Number of insulation
6 bowls for an string Bowls 17 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DD70-1x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

3 - Double suspension string insulator for conductors (DK70-2x17with U70BS)


1 Nominal system voltage kV 220 *

Chapter V.6. Appendices Page 20/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 140 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U70BS)
Number of insulation
6 bowls for an string Bowls 34 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DK70-2x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

4 - Single suspension string insulator for conductors (DD120-1x17 with U120B)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *

Chapter V.6. Appendices Page 21/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Minimum breaking
3 kN 120 *
strength
Minimum breaking
4 kN 120 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U120B)
Number of insulation
6 bowls for an string Bowls 17 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DD120-1x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

5 - Double suspension string insulator for conductors (DK120-2x17 with U120B)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 240 *
strength

Chapter V.6. Appendices Page 22/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Minimum breaking
4 kN 120 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U120B)
Number of insulation
6 bowls for an string Bowls 34 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DK120-2x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

6 – Single tension string insulator for conductors (ND160-1x17 with U160BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 160 *
strength
Minimum breaking
4 kN 160 *
strength of accessories

Chapter V.6. Appendices Page 23/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 17 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing ND160-1x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

7 - Inverse single tension string insulator for conductors (NN160-1x17 with U160BS)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 160 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)

Chapter V.6. Appendices Page 24/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Number of insulation
6 bowls for an string Bowls 17 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NN160-1x17 *
Manufacturer’s
drawings/catalogue with Submitted to the
14
detailed dimensions and bid
technical data

8 - Double tension string insulator for conductors (NK160-2x17 with U160BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 320 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 34 *
insulator
Chapter V.6. Appendices Page 25/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NK160-2x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

9 – Double tension string insulator for conductors, connect to bus bar (NKTC160-2x17 with
U160BS)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 320 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 34 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Chapter V.6. Appendices Page 26/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Weight of string Submitted to the
8 kg *
insulator bid
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NKTC160-2x17
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

10 – Jumper suspension string insulator for conductors (DL70-1x18 with U70BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 70 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U70BS)
Number of insulation
6 bowls for an string Bowls 18 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder

Chapter V.6. Appendices Page 27/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be Yes
11 *
hot dip galvanized
Scope of supply for each Yes
12 string as specified in the *
attached drawing
13 Reference drawing DL70-1x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

11 - Single suspension string insulator for conductors (DD70-1x18 with U70BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 70 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U70BS)
Number of insulation
6 bowls for an string Bowls 18 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 28/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DD70-1x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

12 - Double suspension string insulator for conductors (DK70-2x18 with U70BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 140 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U70BS)
Number of insulation
6 bowls for an string Bowls 36 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 29/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DK70-2x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

13 - Single suspension string insulator for conductors (DD120-1x18 with U120B)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 120 *
strength
Minimum breaking
4 kN 120 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U120B)
Number of insulation
6 bowls for an string Bowls 18 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 30/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DD120-1x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

14 - Double suspension string insulator for conductors (DK120-2x18 with U120B)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 240 *
strength
Minimum breaking
4 kN 120 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U120B)
Number of insulation
6 bowls for an string Bowls 36 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 31/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DK120-2x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

15 – Single tension string insulator for conductors (ND160-1x18 with U160BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 160 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 18 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 32/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing ND160-1x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

16 - Inverse single tension string insulator for conductors (NN160-1x18 with U160BS)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 160 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 18 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 33/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NN160-1x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

17 - Double tension string insulator for conductors (NK160-2x18 with U160BS)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 320 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BS)
Number of insulation
6 bowls for an string Bowls 36 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 34/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 made of stainless steel Yes *
or hot dip galvanized
steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NK160-2x18
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

2.4. Table 14: Suspension and tension string insulator of conductors

(with polluted environment d = 25 mm/kV)

Compelled
No Description Unit Requirement Offered
parameters
1 - Jumper suspension string insulator for conductors (DL70-1x14 with U70BLP)
1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 70 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U70BLP)
Number of insulation
6 bowls for an string Bowls 14 *
insulator
Length of string
7 mm ≤ 3000 *
insulator

Chapter V.6. Appendices Page 35/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 Yes *
made of stainless steel or
hot dip galvanized steel
All ferrous parts shall be Yes
11 *
hot dip galvanized
Scope of supply for each Yes
12 string as specified in the *
attached drawing
13 Reference drawing DL70-1x14
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

2 - Double suspension string insulator for conductors (DK70-2x14 with U70BLP)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 140 *
strength
Minimum breaking
4 kN 70 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U70BLP)
Number of insulation
6 bowls for an string Bowls 28 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *

Chapter V.6. Appendices Page 36/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All bolts, nuts, washers,
spring washers, etc…
10 Yes *
made of stainless steel or
hot dip galvanized steel
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DK70-2x14
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

3 - Single suspension string insulator for conductors (DD120-1x14 with U120BP)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 120 *
strength
Minimum breaking
4 kN 120 *
strength of accessories
Glass or porcelain
5 Insulation material mm *
(U120BP)
Number of insulation
6 bowls for an string Bowls 14 *
insulator
Length of string
7 mm ≤ 3000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 Yes *
made of stainless steel or
hot dip galvanized steel
Chapter V.6. Appendices Page 37/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
All ferrous parts shall be
11 Yes *
hot dip galvanized
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing DD120-1x14
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

4 – Double tension string insulator for conductors (NK160-2x14 with U160BLP)


1 Nominal system voltage kV 220 *
2 Conductor type 2xACSR-330/43 *
Minimum breaking
3 kN 320 *
strength
Minimum breaking
4 kN 160 *
strength of accessories
Glass or porcelain
5 Insulation material *
(U160BLP)
Number of insulation
6 bowls for an string Bowls 28 *
insulator
Length of string
7 mm ≥ 4000 *
insulator
Weight of string Supplied by
8 kg *
insulator Bidder
9 Min. Striking distance mm 1800 *
All bolts, nuts, washers,
spring washers, etc…
10 Yes *
made of stainless steel or
hot dip galvanized steel
All ferrous parts shall be
11 Yes *
hot dip galvanized

Chapter V.6. Appendices Page 38/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
Scope of supply for each
12 string as specified in the Yes *
attached drawing
13 Reference drawing NK160-2x14
Manufacturer’s
drawings/catalogue with Submitted to the
14 *
detailed dimensions and bid
technical data

3. ACCESSORIES OF STRING INSULATOR


3.1. Table 15: Accessories of string insulator

No Description Unit Requirement Offered Compelled


parameters
General data and
1
information
Manufacture - -
Applicable standard - IEC 61284 *
Materials and structures -
Safety factor (Minimum - 2,5
breaking strength is
*
applied for maximum
forces)
All steel accessories - yes
2 *
shall be galvanized
Minimum zinc weight:
All components g/m2 610 *
2
Bolts, nuts and washers g/m 305 *
Galvanized Type - Hot dipped
*
galvanized
Tests and properties - ISO 9001:2015
*
conform to
3 Specific data:
Materials
Ball eye - forged steel *
Chapter V.6. Appendices Page 39/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
Ball clevis - forged steel *
Tower hinge
U Bolt -
Link plate -
Adjustable link plate -
Socket/ Clevis Eyes -
Clevises tongue -
connectors
Yoke Plate -
Bolts and nuts -
Split pins for bolts -
Minimum breaking Minimum
4
strength breaking strength
of accessories will
Ball eye kN
be applied for each
Ball clevis kN type of string
Tower hinge kN insulator

U Bolt kN
Link plate kN
Adjustable link plate kN
Socket/ Clevis Eyes kN
Clevises tongue kN
connectors
Yoke Plate kN
Bolts and nuts kN
Split pins for bolts kN
Minimum breaking kN
strength for each of
fully suspension string
insulator
Minimum breaking kN
strength for each of
fully tension string
insulator

Chapter V.6. Appendices Page 40/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
Attached accessiorie yes
5 *
drawings

3.2. Table 16: Arcing horn and corona ring of insulators

No Description Unit Requirement Offered Compelled


parameters
General data and
information
Design corresponds to - yes
*
technical requirements
1
Applicable standard
Electrical design - IEC 61284 *
Materials and - steel
*
structure
Specific data (for
conductors):
Type
above - Arcing horn
under - Corona ring
Material -
Arcing devices are - hot dip
galvanizing
Quality and tests - -
correspond with
2
Diameter and
thickness of corona
ring
Diameter mm -
thickness mm -
Diameter and
thickness of arcing
horn
Diameter mm -
thickness mm -
Chapter V.6. Appendices Page 41/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

4. OPGW -81 OPTICAL GROUND WIRE AND ACCESSORIES


4.1. Table 17: OPGW -81 Optical ground wire and accessories

No Description Unit Requirement Offered Compelled


parameters
I. OPGW-81
1 General requirement
Manufacturer The Bidder shall
2 *
state in detail
Manufacture place The Bidder shall
3 *
state in detail
Manufacture country The Bidder shall
4 *
state in detail
5 Code *
Year of first
commercial operation
6 *
of the material type
offered
Properties of fibre
7 *
optical
8 Applicable Standards ITU-T G.652 *
Type of optical fiber Single mode
9 *
cable
10 Number of fibre 48 *

Mode field diameter


11  = 1310nm m 9.2  0.4 *
 = 1550nm 10.4  0.5
Core concentricity
12 m  0,5 *
error
13 Cladding diameter m 125  0.7 *
Buffer coating
14 m  242  5 *
diameter
The effective
refractive index Neff
15 at : 1.4676 *

 = 1310nm 1.4682
Chapter V.6. Appendices Page 42/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
 = 1550nm
Cut-off wavelength
16 nm  1260 *
cc
Chromatic dispersion
17 nm 1310 - 1324 *
coefficient
Numerial appature
18  0,14 *
(NA)
Attenuation
19
coefficient at
 = 1310nm dB/km  0.36 *
 = 1550nm dB/km  0.22 *
Wavelength
20 dispersion coefficient ps/nm.km ≤ 3.5 *
1285nm-1330nm
Wavelength
21 dispersion coefficient ps/nm.km ≤ 18 *
1550nm
Chromatic dispersion
22 ps/nm2.km ≤ 0.092 *
coefficient S0max
Polarazation mode
23 dispersion coefficient ps/km1/2 ≤ 0.2 *
PMD
24 Sợi ACS
Standard IEC 61232 or *
The number and equivalent
*
diameter standards
Tolerance of diameter Comply *
Comply
Minimum tensile
strength Comply

Minimum elongation
-
at fracture
Minimum
-
conductivity at 200C
Minimum thickness
Comply
of aluminium

Chapter V.6. Appendices Page 43/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
AY wires or
Aluminium Wires
25 (belonging to
Manufacturer’s
design)
IEC 60889 and/or
Standard *
IEC 60104
The number and
diameter
Tolerance of diameter Comply
Minimum tensile
Comply
strength
Minimum elongation
-
at fracture
Minimum
-
conductivity at 200C
Loose tube buffer
Comply
design
Mechanical
properties
Outer diameter of
mm ≤ 13.2 *
cable
Overall diameter mm²  81 *
Overall weight kg/km  605 *
Rated conductor
daN  9300 *
tensile strength (UTS)
Winding direction of
Z or S Z *
outer layer
Modulus of elasticity daN/mm²  13.000 *
Coefficient of linear 0
1/ C  14.3x10-6 *
expansion
Short circuit current
carrying capacity
kA2.sec  50 *
(Initial temperature t
= 40C)
Allowable operating °C -20 to +85 *
Chapter V.6. Appendices Page 44/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
temperature
Maximum
temperature during °C +200 *
short circuit
Embedding of optical
-
fibres
Optical fiber core
unit: -
- Diameters
- Materials -
DC resistance at 20
/km  0.57 *
°C
Minium bending
mm -
radius before installed
Minium bending
mm -
radius after installed
Drawing of cross-
Comply
section attached
Type test for optical
fibres of same offered
type shall be included Comply
in the Bidding
Proposal
Type test for
completed OPGW of
same offered type Comply
shall be included in
the Bidding Proposal
Short circuit current
calculation shall be
Comply
included in the
Bidding Proposal
Cross-section drawing
and technical
Comply
description document
attached.
Vibration dampers Comply *
and extra amour rods
Chapter V.6. Appendices Page 45/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
calculation shall be
included in the
Bidding Proposal.
The vibration damper
calculation shall be
based on simulation
software.
List of standards are
used to design,
Comply *
manufacture and test
the offered products.

II. SUSPENSION STRING OF OPTICAL GROUND WIRE


The Bidder shall
1 Manufacturer
state in detail
Country and Place of The Bidder shall
2
Manufacture state in detail
Accordance with
3 Designation
OPGW
Year of first
commercial operation
4 -
of material type
offered
5 General Properties
List of Type Tests
which have
successfully been
completed and -
certificates for
suspension
performance test
6 Line Guard -
Winding direction of
Z or S -
line guard
Length of line guard mm -
Technical
7
specifications

Chapter V.6. Appendices Page 46/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
Weight kg - *
Minimum breaking
kN  70 *
load of string

III. TENSION STRING OF OPTICAL GROUND WIRE


Manufacturer The Bidder shall
1
state in detail
Country and Place of The Bidder shall
2
Manufacture state in detail
Designation Accordance with
3
OPGW
Year of first
commercial operation
4 - *
of material type
offered
5 General Properties
List of Type Tests
which have
successfully been
completed and - *
certificates for
suspension
performance test
6 Line Guard
Winding direction of
Z or S -
line guard
Length of line guard mm - *
Technical
7
specifications
Weight kg - *
Minimum breaking
kN  120 *
load of string

IV. VIBRATION DAMPER


1 Manufacturer

Chapter V.6. Appendices Page 47/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No Description Unit Requirement Offered Compelled


parameters
Country and Place of
2
Manufacture
Designation Accordance with
3 *
OPGW
Year of first
commercial operation
4 -
of material type
offered
5 Counter weight kg *
6 Total weight per set - *
List of Type Tests
which have
7 successfully been *
completed and
certificates

V. JOINT BOX
1 Manufacturer
Country and Place of
2
Manufacture
Designation Accordance with
3
OPGW
Year of first
commercial operation
4
of material type
offered
5 Applicable Standards
Include accessories to
6 Yes *
install
Method of sealing
7 joint boxes against
intrusion of hydrogen
8 Size mm
9 Locking facility yes *

5. SURGE ARRESTER
Chapter V.6. Appendices Page 48/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

5.1. Table 18: Surge Arrester

Compelled
No Description Unit Requirement Offered
parameters
1 Manufacturer -
Country of -
2
Manufacture
3 Code -
Quality management -
4 *
standards
Maximum System kV 242
5 *
Voltage
Lightning impulse kV 1050
6 withstand voltage *
(BIL)
7 Frequency Hz 50 *
Working mode Direction Neutral
8 *
grounding
Installation height m Up to 1000
9 *
(from sea level)
10 Testing standard IEC 60099-8 *
11 Material ZnO *
Type of surge Have gap
12 *
arrester
Lightning protection Class Y3
13 level according to *
IEC

Outdoors, on
specific types of
string insulators
are shown in
Insulation
drawings and
14 Installation location accessories tại *
“Part IV:
Appendices”:
Surge arrester
consists of 2
parts installed on
two ends of the
Chapter V.6. Appendices Page 49/52 9/2021
Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
insulating string
(one part is
installed on the
beam side and
one part is
installed on the
line side).
15 Nominal voltage (Ur) kV 192 *
Continuous operating
16 voltage max kV 158 *
(Uc/MCOV)
Nominal discharge
17  10kA *
current In
Maximum discharge
18  25kA *
current Imax
Maximum residual
voltage with
19 lightning wave: kVp 525kVp *
+ 10kA 2/20 μs
600kVp
+ 25kA 2/20 μs
Short circuit at high
20 kArms ≥ 65 *
current 0.2s
Short circuit at low
21 Arms ≥ 400 *
current 2s (A)
Heat energy absorbed
22 kJ ≥ 350 *
energy E
Withstand voltage of
23 external series gap at kVp ≥ 521 *
Swithching surge
Lightning impulse
withstand voltage
24 kV ≥ 700 *
(1.2/50μs) for arrester
insulation
Length of external
25 mm 1000 ÷ 1250 *
gap
Standard creepage
26 20mm/kV *
distance
27 Material of arrester Silicone rubber *

Chapter V.6. Appendices Page 50/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

Compelled
No Description Unit Requirement Offered
parameters
housing
Supplied accessories Full set of
accessories for
installation and
operation but not
limited to the
following
accessories:
+ Adjustable
connecting rod
or link plate
+ Measured
lightning set
28 + Surge counter *
set
+ Earthing wire
+ Earthing wire
clamp
+ Holder for
EGLA
+ Holder for
measured
lightning
+ Holder for
surge counter.
Manufacturer's
drawing/catalog with
Supplied by
29 detailed dimensions *
Bidder
and specifications;
Installation diagram

Note:
- The parameters of the Requirement column with the symbol (*) are the
parameters that the Bidder must calculate and propose.
- The parameters in the compelled parameters are marked with (*), that are the
compelled parameters. The Goods of the Supplier must meet these
specifications.
- The parameters in the compelled parameters are not marked with (*), these
parameters shall be proposed by the Supplier for the Purchaser to consider and
evaluate.

Chapter V.6. Appendices Page 51/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (THE SECTION CROSSING THE
TERRITORY OF VIETNAM)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

- In addition to the specification parameters mentioned in this appendix, the


regulations in other Chapters of Part II will also be considered and evaluated.
- The Supplier must provide technical documents, Catalogs, etc. to demonstrate
that the proposed characteristics and specifications of the Goods are in
accordance with the Manufacturer's documents.

Chapter V.6. Appendices Page 52/52 9/2021


Appendix 3. Technical specifications
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

APPENDIX 4: TABLE OF TEST REPORTS


The Supplier will complete the table of Test Reports in the form of the Table below and submit it with the Bid

No. Description Type of the tests Sample of test Applied standard Test report
Mode field diameter
Fibre cut-off wavelength
Short circuit test
Water ingress test
Aeolian vibration test
Ultimate tensile strength test
IEC 60793; 60794;
1 Optical cable DC resistance test
ITU-T
Fiber strain test
Compression test
Impact test
Creep test
Lightning arc test
Destruction load test
Size test IEC 61284
Accessories of optical
2 Galvanized layer thickness IEC 61284
cable
Breaking force IEC 61284

Chapter V.6. Appendices Page 1/4 9/2021


Appendix 4. List of test reports
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No. Description Type of the tests Sample of test Applied standard Test report
Short circuit current tolerance IEC 61284
Testing of wire clamp strength IEC 61897

Vibration damper of Testing resistance to corrosion IEC 61897


3
optical cable Testing properties of dampers IEC 61897
Corona voltage and RIV test IEC 61897
Verification of the dimensions IEC 60383-1
Dry lighting impulse withstand voltage IEC 60383-1
Wet Power frequency withstand voltage IEC 60383-1
Electromechanical failling load test IEC 60383-1
Mechanical failling load test IEC 60383-1
4 Insulators Thermal-mechanical performance test IEC 60383-1
RIV test IEC 60437
Residual strength test IEC 60797
Impulse voltage puncture test IEC 61211
Artificial pollution test IEC 60797
Power arc tests IEC 61284
Tension Clamp of Tension breaking test IEC 61284
5 conductors and ground
wires Heating cycle test IEC 61284

Chapter V.6. Appendices Page 2/4 9/2021


Appendix 4. List of test reports
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No. Description Type of the tests Sample of test Applied standard Test report
Suspension Clamp of Failure load test IEC 61284
6 conductors and ground
wires Slip test IEC 61284

Mid span joint of Tension breaking test IEC 61284


7 conductors and ground
wires Heating cycle test IEC 61284

Testing of wire clamp strength IEC 61897


Vibration dampers for Testing resistance to corrosion IEC 61897
conductors and ground
8 Damper Characteristics test IEC 61897
wire
Corona voltage and RIV test IEC 61897
Clamp slip test IEC 61854
Torsional slip test IEC 61854
9 Jumper spacers
Clamp bolt tightening test IEC 61854
Corona voltage and RIV test IEC 61284
10 Insulator string accessories Breaking load test IEC 61284
Insulation withstand test on the SVU housing and on
IEC 60099-8
the EGLA with failed SVU

11 Line surge arrester Residual voltage tests IEC 60099-8


Standard lightning impulse spark-over test IEC 60099-8
High current impulse withstand test IEC 60099-8
Chapter V.6. Appendices Page 3/4 9/2021
Appendix 4. List of test reports
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE 1TB-DZ220NM PART II

No. Description Type of the tests Sample of test Applied standard Test report
Lightning discharge capability test IEC 60099-8
Short-circuit test IEC 60099-8
Follow current interrupting test IEC 60099-8
Mechanical load test on the SVU IEC 60099-8

Chapter V.6. Appendices Page 4/4 9/2021


Appendix 4. List of test reports
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
APPENDIX 5: CALCULATION TABLE OF STRESS AND SAG
A. Calucation table of stress and sags ACSR 330/43 (Wind 60daN/mm2, T=57 degree), Htb = 35m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m) 10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 375.1 0.0252 19.4 7050 12.45 6.92 0.00342 0.00424 0.00544 0.00061 0.00347 0.00517 0.00391 0.00383 0 304.1 0

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 9.70 9.30 8.82 8.38 8.03 7.78 7.59 7.45 7.35 7.28 7.22 7.18 7.14 7.11 7.09 7.07 7.05 7.04 7.03 7.02 7.01
f (m) 0.28 0.90 1.94 3.45 5.45 7.94 10.90 14.33 18.23 22.57 27.37 32.61 38.31 44.45 51.04 58.07 65.55 73.48 81.85 90.66 99.92
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 82
s 7.35 8.03 8.61 9.08 9.44 9.72 9.94 10.12 10.26 10.37 10.46 10.53 10.59 10.64 10.68 10.72 10.75 10.77 10.80 10.82 10.83
f (m) 0.59 1.66 3.16 5.07 7.38 10.11 13.25 16.82 20.81 25.24 30.10 35.40 41.13 47.31 53.93 60.99 68.49 76.43 84.82 93.65 102.92
o 2
3, Mode 3: Avarage temperature T ( C) = 24 Q (daN/m ) = 0
s 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92
f (m) 0.40 1.21 2.47 4.18 6.32 8.92 11.96 15.44 19.37 23.74 28.56 33.82 39.53 45.68 52.27 59.32 66.80 74.73 83.11 91.92 101.19
4, Mode 4: Over atmospheric voltage T ( o C) = 20 Q (daN/m 2 ) = 8.2
s 7.42 7.35 7.28 7.22 7.17 7.14 7.12 7.10 7.09 7.08 7.07 7.06 7.06 7.06 7.05 7.05 7.05 7.04 7.04 7.04 7.04
f (m) 0.37 1.16 2.39 4.07 6.20 8.78 11.81 15.28 19.20 23.57 28.39 33.65 39.35 45.50 52.10 59.13 66.62 74.55 82.92 91.74 101.01
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 3.62 4.43 5.01 5.43 5.74 5.97 6.14 6.28 6.38 6.46 6.53 6.58 6.62 6.66 6.69 6.71 6.73 6.75 6.77 6.78 6.79
f (m) 0.76 1.89 3.41 5.32 7.63 10.34 13.47 17.03 21.01 25.43 30.28 35.57 41.30 47.47 54.09 61.14 68.64 76.58 84.96 93.79 103.06
6, Mode 6: Standard wind pressure T ( o C) = 25 Q (daN/m 2 ) = 75
s 7.27 7.87 8.38 8.80 9.12 9.36 9.56 9.71 9.82 9.92 9.99 10.06 10.11 10.15 10.18 10.22 10.24 10.26 10.28 10.30 10.31
f (m) 0.57 1.61 3.08 4.97 7.26 9.97 13.10 16.65 20.64 25.05 29.91 35.20 40.93 47.11 53.72 60.78 68.27 76.21 84.60 93.43 102.70
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 82
s 6.95 7.18 7.39 7.56 7.68 7.78 7.85 7.90 7.94 7.97 8.00 8.02 8.03 8.05 8.06 8.07 8.07 8.08 8.09 8.09 8.10
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 75
s 6.93 7.13 7.31 7.46 7.56 7.64 7.70 7.75 7.78 7.81 7.83 7.85 7.86 7.88 7.88 7.89 7.90 7.91 7.91 7.91 7.92

PL-2
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
B. Calucation table of stress and sags ACSR 330/43 (Wind 60daN/mm2, T=90 degree), Htb = 35m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m)10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 90 2 24 60 375.1 0.0252 19.4 7050 12.45 6.92 0.00342 0.00424 0.00544 0.00061 0.00347 0.00517 0.00391 0.00383 0 304.1 0

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 9.70 9.30 8.82 8.38 8.03 7.78 7.59 7.45 7.35 7.28 7.22 7.18 7.14 7.11 7.09 7.07 7.05 7.04 7.03 7.02 7.01
f (m) 0.28 0.90 1.94 3.45 5.45 7.94 10.90 14.33 18.23 22.57 27.37 32.61 38.31 44.45 51.04 58.07 65.55 73.48 81.85 90.66 99.92
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 82
s 7.35 8.03 8.61 9.08 9.44 9.72 9.94 10.12 10.26 10.37 10.46 10.53 10.59 10.64 10.68 10.72 10.75 10.77 10.80 10.82 10.83
f (m) 0.59 1.66 3.16 5.07 7.38 10.11 13.25 16.82 20.81 25.24 30.10 35.40 41.13 47.31 53.93 60.99 68.49 76.43 84.82 93.65 102.92
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92
f (m) 0.40 1.21 2.47 4.18 6.32 8.92 11.96 15.44 19.37 23.74 28.56 33.82 39.53 45.68 52.27 59.32 66.80 74.73 83.11 91.92 101.19
4, Mode 4: Over atmospheric voltage T ( o C) = 20 Q (daN/m 2 ) = 8.2
s 7.42 7.35 7.28 7.22 7.17 7.14 7.12 7.10 7.09 7.08 7.07 7.06 7.06 7.06 7.05 7.05 7.05 7.04 7.04 7.04 7.04
f (m) 0.37 1.16 2.39 4.07 6.20 8.78 11.81 15.28 19.20 23.57 28.39 33.65 39.35 45.50 52.10 59.13 66.62 74.55 82.92 91.74 101.01
o 2
5, Mode 5: Highest temperature T ( C) = 90 Q (daN/m ) = 0
s 2.16 3.17 3.93 4.50 4.94 5.29 5.55 5.77 5.94 6.08 6.19 6.28 6.36 6.42 6.48 6.52 6.56 6.60 6.63 6.65 6.68
f (m) 1.27 2.64 4.35 6.42 8.85 11.68 14.90 18.52 22.57 27.04 31.93 37.26 43.02 49.21 55.85 62.92 70.44 78.39 86.78 95.62 104.90
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 75
s 7.27 7.87 8.38 8.80 9.12 9.36 9.56 9.71 9.82 9.92 9.99 10.06 10.11 10.15 10.18 10.22 10.24 10.26 10.28 10.30 10.31
f (m) 0.57 1.61 3.08 4.97 7.26 9.97 13.10 16.65 20.64 25.05 29.91 35.20 40.93 47.11 53.72 60.78 68.27 76.21 84.60 93.43 102.70
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 82
s 6.95 7.18 7.39 7.56 7.68 7.78 7.85 7.90 7.94 7.97 8.00 8.02 8.03 8.05 8.06 8.07 8.07 8.08 8.09 8.09 8.10
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 75
s 6.93 7.13 7.31 7.46 7.56 7.64 7.70 7.75 7.78 7.81 7.83 7.85 7.86 7.88 7.88 7.89 7.90 7.91 7.91 7.91 7.92

PL-3
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
C. Calucation table of stress and sags PHLOX-75.5 (Wind 60daN/mm2, T=57 degree), Htb = 47m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m)10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 75.5 0.0113 15.3 10800 29.57 18.48 0.00468 0.01084 0.01181 0.00155 0.00493 0.01098 0.00391 0.00383 0 250.7 512.2

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 22.06 21.95 21.79 21.59 21.37 21.13 20.90 20.67 19.23 17.78 16.64 15.77 15.10 14.58 14.17 13.84 13.58 13.36 13.18 13.03 12.90
f (m) 0.17 0.52 1.07 1.83 2.80 4.00 5.42 7.08 9.54 12.65 16.25 20.31 24.79 29.67 34.94 40.59 46.60 52.99 59.73 66.85 74.32
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 87
s 19.22 20.64 22.24 23.83 25.35 26.78 28.11 29.33 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57
f (m) 0.49 1.40 2.66 4.19 5.96 7.96 10.17 12.58 15.65 19.19 23.08 27.33 31.95 36.92 42.25 47.94 53.99 60.40 67.17 74.30 81.79
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 18.48 18.48 18.48 18.48 18.48 18.48 18.48 18.48 17.42 16.34 15.51 14.86 14.37 13.98 13.67 13.41 13.21 13.04 12.90 12.78 12.67
f (m) 0.20 0.62 1.27 2.14 3.24 4.57 6.13 7.91 10.53 13.76 17.44 21.55 26.06 30.96 36.23 41.88 47.90 54.28 61.03 68.14 75.62
4, Mode 4: Over atmospheric voltage T ( o C) = 20 2
Q (daN/m ) = 8.7
s 19.15 19.16 19.18 19.20 19.22 19.24 19.26 19.28 18.22 17.13 16.28 15.63 15.11 14.71 14.39 14.12 13.91 13.73 13.58 13.46 13.35
f (m) 0.21 0.63 1.29 2.17 3.28 4.62 6.19 7.99 10.61 13.83 17.50 21.60 26.10 30.99 36.26 41.90 47.92 54.30 61.04 68.15 75.62
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 13.20 13.52 13.91 14.32 14.73 15.10 15.44 15.75 15.18 14.56 14.08 13.71 13.41 13.18 12.99 12.83 12.71 12.60 12.51 12.43 12.36
f (m) 0.28 0.85 1.68 2.76 4.07 5.59 7.33 9.29 12.08 15.44 19.21 23.37 27.91 32.83 38.12 43.78 49.80 56.19 62.94 70.05 77.53
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 79
s 19.08 20.32 21.75 23.18 24.56 25.86 27.06 28.17 28.30 28.20 28.11 28.04 27.98 27.92 27.88 27.84 27.80 27.77 27.75 27.73 27.71
f (m) 0.46 1.32 2.52 4.00 5.72 7.66 9.82 12.17 15.20 18.70 22.57 26.80 31.39 36.34 41.66 47.33 53.37 59.77 66.53 73.65 81.13
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 87
s 18.56 19.00 19.57 20.19 20.81 21.41 21.98 22.50 22.01 21.38 20.88 20.46 20.12 19.84 19.61 19.42 19.26 19.12 19.00 18.90 18.81
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 79
s 18.52 18.90 19.39 19.93 20.48 21.00 21.50 21.96 21.40 20.73 20.18 19.73 19.37 19.07 18.83 18.63 18.46 18.31 18.19 18.08 17.99

PL-4
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
D. Calucation table of stress and sags OPGW81 (Wind 60daN/mm2, T=57 degree), Htb = 47m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m) 10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 81 0.0132 14.3 13000 36 26.41 0.00747 0.01087 0.01319 0.00155 0.00763 0.01244 0.00391 0.00383 0 294.3 577

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 30.43 30.30 30.10 29.86 29.60 29.32 29.05 28.79 28.54 27.59 26.53 25.64 24.91 24.32 23.82 23.41 23.07 22.78 22.54 22.33 22.15
f (m) 0.20 0.60 1.24 2.11 3.23 4.60 6.22 8.11 10.26 13.01 16.28 19.94 23.99 28.40 33.17 38.30 43.78 49.59 55.75 62.25 69.08
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 87
s 26.79 27.77 28.98 30.25 31.51 32.69 33.80 34.82 35.75 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00
f (m) 0.39 1.16 2.28 3.68 5.36 7.28 9.44 11.84 14.46 17.60 21.17 25.08 29.31 33.87 38.76 43.98 49.53 55.41 61.62 68.16 75.03
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 26.41 26.41 26.41 26.41 26.41 26.41 26.41 26.41 26.41 25.76 24.98 24.33 23.80 23.37 23.00 22.70 22.45 22.23 22.05 21.89 21.75
f (m) 0.23 0.69 1.41 2.39 3.62 5.11 6.84 8.84 11.09 13.94 17.29 21.01 25.11 29.56 34.36 39.50 44.99 50.82 56.99 63.50 70.33
4, Mode 4: Over atmospheric voltage T ( o C) = 20 2
Q (daN/m ) = 8.7
s 27.15 27.14 27.13 27.12 27.11 27.10 27.09 27.07 27.06 26.39 25.59 24.92 24.37 23.92 23.54 23.23 22.97 22.74 22.55 22.39 22.24
f (m) 0.22 0.69 1.41 2.38 3.60 5.08 6.82 8.81 11.05 13.89 17.24 20.96 25.04 29.49 34.29 39.43 44.92 50.74 56.91 63.41 70.25
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 20.46 20.80 21.23 21.69 22.15 22.58 22.97 23.33 23.64 23.37 22.96 22.61 22.33 22.09 21.89 21.73 21.59 21.47 21.36 21.27 21.19
f (m) 0.29 0.88 1.76 2.91 4.32 5.97 7.87 10.01 12.39 15.36 18.81 22.61 26.76 31.26 36.10 41.27 46.79 52.64 58.82 65.33 72.18
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 79
s 26.70 27.54 28.59 29.72 30.83 31.88 32.87 33.77 34.60 34.75 34.66 34.59 34.52 34.47 34.42 34.37 34.34 34.30 34.27 34.25 34.23
f (m) 0.37 1.11 2.18 3.54 5.17 7.05 9.16 11.51 14.10 17.21 20.75 24.63 28.84 33.38 38.26 43.46 49.00 54.87 61.07 67.60 74.47
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 87
s 26.37 26.65 27.02 27.44 27.88 28.30 28.70 29.07 29.40 29.07 28.57 28.14 27.79 27.49 27.23 27.01 26.83 26.67 26.53 26.41 26.31
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 79
s 26.35 26.58 26.90 27.26 27.64 28.00 28.35 28.67 28.96 28.59 28.04 27.59 27.21 26.89 26.62 26.39 26.19 26.02 25.88 25.75 25.64

PL-5
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
E. Calucation table of stress and sags ACSR 330/43 (Wind 60daN/mm2, T=57 degree), Htb = 70m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m)10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 375.1 0.0252 19.4 7050 12.45 6.92 0.00342 0.00480 0.00589 0.00069 0.00349 0.00557 0.00391 0.00383 0 268.6 0

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 9.70 9.30 8.82 8.38 8.03 7.78 7.59 7.45 7.35 7.28 7.22 7.18 7.14 7.11 7.09 7.07 7.05 7.04 7.03 7.02 7.01
f (m) 0.28 0.90 1.94 3.45 5.45 7.94 10.90 14.33 18.23 22.57 27.37 32.61 38.31 44.45 51.04 58.07 65.55 73.48 81.85 90.66 99.92
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 93
s 7.49 8.29 8.98 9.53 9.96 10.30 10.57 10.78 10.95 11.09 11.20 11.29 11.37 11.43 11.48 11.53 11.57 11.60 11.63 11.66 11.68
f (m) 0.63 1.74 3.28 5.22 7.57 10.32 13.49 17.07 21.09 25.53 30.40 35.71 41.45 47.64 54.26 61.33 68.83 76.78 85.17 94.00 103.28
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92
f (m) 0.40 1.21 2.47 4.18 6.32 8.92 11.96 15.44 19.37 23.74 28.56 33.82 39.53 45.68 52.27 59.32 66.80 74.73 83.11 91.92 101.19
4, Mode 4: Over atmospheric voltage T ( o C) = 20 Q (daN/m 2 ) = 9.3
s 7.42 7.36 7.29 7.23 7.19 7.16 7.14 7.13 7.11 7.10 7.10 7.09 7.09 7.08 7.08 7.08 7.08 7.07 7.07 7.07 7.07
f (m) 0.38 1.16 2.39 4.07 6.21 8.79 11.82 15.29 19.22 23.58 28.40 33.66 39.36 45.51 52.11 59.15 66.63 74.56 82.94 91.75 101.02
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 3.62 4.43 5.01 5.43 5.74 5.97 6.14 6.28 6.38 6.46 6.53 6.58 6.62 6.66 6.69 6.71 6.73 6.75 6.77 6.78 6.79
f (m) 0.76 1.89 3.41 5.32 7.63 10.34 13.47 17.03 21.01 25.43 30.28 35.57 41.30 47.47 54.09 61.14 68.64 76.58 84.96 93.79 103.06
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 85
s 7.39 8.10 8.71 9.20 9.58 9.88 10.12 10.30 10.45 10.56 10.66 10.74 10.80 10.86 10.90 10.94 10.97 11.00 11.03 11.05 11.07
f (m) 0.60 1.68 3.19 5.11 7.43 10.17 13.31 16.89 20.89 25.32 30.18 35.48 41.22 47.40 54.02 61.08 68.58 76.53 84.91 93.74 103.02
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 93
s 6.99 7.27 7.53 7.73 7.88 8.00 8.08 8.15 8.20 8.24 8.27 8.29 8.31 8.33 8.35 8.36 8.37 8.38 8.38 8.39 8.39
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 85
s 6.96 7.21 7.43 7.60 7.74 7.84 7.91 7.97 8.01 8.04 8.07 8.09 8.11 8.12 8.13 8.14 8.15 8.16 8.17 8.17 8.18

PL-6
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
F. Calucation table of stress and sags ACSR 330/43 (Wind 60daN/mm2, T=90 degree), Htb = 70m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m)10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 90 2 24 60 375.1 0.0252 19.4 7050 12.45 6.92 0.00342 0.00480 0.00589 0.00069 0.00349 0.00557 0.00391 0.00383 0 268.6 0

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 9.70 9.30 8.82 8.38 8.03 7.78 7.59 7.45 7.35 7.28 7.22 7.18 7.14 7.11 7.09 7.07 7.05 7.04 7.03 7.02 7.01
f (m) 0.28 0.90 1.94 3.45 5.45 7.94 10.90 14.33 18.23 22.57 27.37 32.61 38.31 44.45 51.04 58.07 65.55 73.48 81.85 90.66 99.92
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 93
s 7.49 8.29 8.98 9.53 9.96 10.30 10.57 10.78 10.95 11.09 11.20 11.29 11.37 11.43 11.48 11.53 11.57 11.60 11.63 11.66 11.68
f (m) 0.63 1.74 3.28 5.22 7.57 10.32 13.49 17.07 21.09 25.53 30.40 35.71 41.45 47.64 54.26 61.33 68.83 76.78 85.17 94.00 103.28
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92 6.92
f (m) 0.40 1.21 2.47 4.18 6.32 8.92 11.96 15.44 19.37 23.74 28.56 33.82 39.53 45.68 52.27 59.32 66.80 74.73 83.11 91.92 101.19
4, Mode 4: Over atmospheric voltage T ( o C) = 20 Q (daN/m 2 ) = 9.3
s 7.42 7.36 7.29 7.23 7.19 7.16 7.14 7.13 7.11 7.10 7.10 7.09 7.09 7.08 7.08 7.08 7.08 7.07 7.07 7.07 7.07
f (m) 0.38 1.16 2.39 4.07 6.21 8.79 11.82 15.29 19.22 23.58 28.40 33.66 39.36 45.51 52.11 59.15 66.63 74.56 82.94 91.75 101.02
o 2
5, Mode 5: Highest temperature T ( C) = 90 Q (daN/m ) = 0
s 2.16 3.17 3.93 4.50 4.94 5.29 5.55 5.77 5.94 6.08 6.19 6.28 6.36 6.42 6.48 6.52 6.56 6.60 6.63 6.65 6.68
f (m) 1.27 2.64 4.35 6.42 8.85 11.68 14.90 18.52 22.57 27.04 31.93 37.26 43.02 49.21 55.85 62.92 70.44 78.39 86.78 95.62 104.90
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 85
s 7.39 8.10 8.71 9.20 9.58 9.88 10.12 10.30 10.45 10.56 10.66 10.74 10.80 10.86 10.90 10.94 10.97 11.00 11.03 11.05 11.07
f (m) 0.60 1.68 3.19 5.11 7.43 10.17 13.31 16.89 20.89 25.32 30.18 35.48 41.22 47.40 54.02 61.08 68.58 76.53 84.91 93.74 103.02
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 93
s 6.99 7.27 7.53 7.73 7.88 8.00 8.08 8.15 8.20 8.24 8.27 8.29 8.31 8.33 8.35 8.36 8.37 8.38 8.38 8.39 8.39
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 85
s 6.96 7.21 7.43 7.60 7.74 7.84 7.91 7.97 8.01 8.04 8.07 8.09 8.11 8.12 8.13 8.14 8.15 8.16 8.17 8.17 8.18

PL-7
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
G. Calucation table of stress and sags PHLOX-75.5 (Wind 60daN/mm2, T=57 degree), Htb = 82m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m)10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 75.5 0.0113 15.3 10800 29.57 18.48 0.00468 0.01194 0.01282 0.00171 0.00498 0.01189 0.00391 0.00383 0 227.6 449.2

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 22.06 21.95 21.79 21.59 21.37 21.13 20.90 19.02 17.23 15.87 14.86 14.11 13.55 13.12 12.78 12.51 12.30 12.12 11.97 11.85 11.75
f (m) 0.17 0.52 1.07 1.83 2.80 4.00 5.42 7.69 10.65 14.17 18.20 22.70 27.63 32.98 38.74 44.89 51.45 58.40 65.74 73.48 81.61
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 95
s 19.39 21.03 22.84 24.62 26.31 27.89 29.36 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57 29.57
f (m) 0.53 1.49 2.81 4.40 6.24 8.30 10.57 13.55 17.00 20.84 25.07 29.69 34.70 40.10 45.89 52.07 58.64 65.60 72.95 80.69 88.82
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 18.48 18.48 18.48 18.48 18.48 18.48 18.48 17.05 15.71 14.71 13.96 13.41 12.98 12.65 12.39 12.19 12.02 11.88 11.76 11.66 11.58
f (m) 0.20 0.62 1.27 2.14 3.24 4.57 6.13 8.58 11.68 15.29 19.37 23.89 28.84 34.19 39.95 46.11 52.66 59.61 66.95 74.68 82.80
4, Mode 4: Over atmospheric voltage T ( o C) = 20 2
Q (daN/m ) = 9.5
s 19.15 19.17 19.20 19.23 19.27 19.30 19.34 17.92 16.58 15.57 14.81 14.23 13.79 13.45 13.18 12.96 12.78 12.63 12.51 12.40 12.32
f (m) 0.21 0.64 1.30 2.19 3.31 4.66 6.23 8.68 11.77 15.37 19.45 23.96 28.89 34.24 39.99 46.15 52.70 59.64 66.98 74.71 82.83
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 13.20 13.52 13.91 14.32 14.73 15.10 15.44 14.63 13.85 13.27 12.83 12.50 12.24 12.03 11.87 11.73 11.62 11.53 11.45 11.39 11.33
f (m) 0.28 0.85 1.68 2.76 4.07 5.59 7.33 10.00 13.25 16.95 21.08 25.64 30.60 35.96 41.72 47.88 54.43 61.38 68.72 76.45 84.58
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 87
s 19.23 20.67 22.29 23.90 25.44 26.87 28.21 28.29 28.17 28.08 27.99 27.92 27.87 27.82 27.77 27.74 27.71 27.68 27.66 27.64 27.62
f (m) 0.49 1.41 2.67 4.21 5.99 7.99 10.20 13.14 16.55 20.36 24.56 29.16 34.15 39.53 45.31 51.48 58.04 64.99 72.33 80.07 88.20
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 95
s 18.61 19.14 19.80 20.52 21.24 21.93 22.57 21.90 21.16 20.57 20.09 19.71 19.41 19.16 18.95 18.78 18.64 18.52 18.42 18.33 18.25
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 87
s 18.56 19.01 19.59 20.22 20.85 21.46 22.03 21.28 20.47 19.83 19.32 18.91 18.58 18.32 18.11 17.93 17.78 17.65 17.55 17.45 17.37

PL-8
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope
H. Calucation table of stress and sags OPGW81 (Wind 60daN/mm2, T=57 degree), Htb = 82m, terrain B
CLIMATE CONDITION CONDUCTOR SPECIFICATION CALCULATION SPECIFICATION
Tmax Tmin Ttb Qo F d a E smax stb g1 (daN/ g2 (daN/ g3 (daN/ g4 (daN/ g5 (daN/ gtc (daN/ gtt 45 (daN gtc 45 (daN L1k L2k L3k
Speciality o
( C) o
( C) o
( C) daN/m 2
(mm2 ) (m) 10-6/oC (MPa) daN/mm2 daN/mm2 m.mm2) m.mm2) m.mm2 ) m.mm2 ) m.mm2) m.mm2 ) / m.mm2) / m.mm2 ) (m) (m) (m)
Value 57 2 24 60 81 0.0132 14.3 13000 36 26.41 0.00747 0.01197 0.01411 0.00171 0.00766 0.01327 0.00391 0.00383 0 267.2 495.1

L (m) 80 140 200 260 320 380 440 500 560 620 680 740 800 860 920 980 1040 1100 1160 1220 1280
o 2
1, Mode 1: Lowest temperature: T ( C) = 2 Q (daN/m ) = 0
s 30.43 30.30 30.10 29.86 29.60 29.32 29.05 28.67 27.09 25.78 24.70 23.84 23.14 22.58 22.12 21.75 21.43 21.17 20.95 20.76 20.60
f (m) 0.20 0.60 1.24 2.11 3.23 4.60 6.22 8.14 10.81 13.93 17.48 21.45 25.82 30.59 35.73 41.24 47.12 53.36 59.97 66.93 74.25
o 2
2, Mode 2: Highest wind pressure T ( C) = 25 Q (daN/m ) = 95
s 26.90 28.06 29.46 30.92 32.34 33.69 34.94 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00 36.00
f (m) 0.42 1.23 2.39 3.86 5.58 7.56 9.77 12.25 15.36 18.83 22.65 26.83 31.36 36.24 41.47 47.05 52.99 59.28 65.93 72.92 80.27
3, Mode 3: Avarage temperature T ( o C) = 24 Q (daN/m 2 ) = 0
s 26.41 26.41 26.41 26.41 26.41 26.41 26.41 26.30 25.12 24.14 23.35 22.71 22.20 21.78 21.44 21.15 20.92 20.72 20.55 20.40 20.28
f (m) 0.23 0.69 1.41 2.39 3.62 5.11 6.84 8.87 11.66 14.87 18.49 22.51 26.92 31.71 36.87 42.40 48.29 54.54 61.15 68.12 75.44
4, Mode 4: Over atmospheric voltage T ( o C) = 20 2
Q (daN/m ) = 9.5
s 27.15 27.15 27.15 27.14 27.14 27.13 27.13 27.02 25.81 24.81 24.00 23.34 22.81 22.38 22.02 21.73 21.48 21.28 21.10 20.95 20.82
f (m) 0.23 0.69 1.41 2.39 3.61 5.10 6.84 8.86 11.64 14.84 18.46 22.47 26.88 31.66 36.82 42.34 48.23 54.48 61.09 68.06 75.38
o 2
5, Mode 5: Highest temperature T ( C) = 57 Q (daN/m ) = 0
s 20.46 20.80 21.23 21.69 22.15 22.58 22.97 23.24 22.57 22.02 21.58 21.22 20.93 20.70 20.50 20.33 20.20 20.08 19.98 19.89 19.82
f (m) 0.29 0.88 1.76 2.91 4.32 5.97 7.87 10.04 12.98 16.30 20.01 24.09 28.55 33.37 38.55 44.10 50.01 56.27 62.89 69.87 77.20
o 2
6, Mode 6: Standard wind pressure T ( C) = 25 Q (daN/m ) = 87
s 26.80 27.79 29.02 30.31 31.58 32.78 33.90 34.83 34.71 34.61 34.52 34.44 34.37 34.32 34.27 34.23 34.19 34.16 34.13 34.11 34.08
f (m) 0.40 1.17 2.29 3.70 5.38 7.30 9.47 11.90 14.98 18.42 22.21 26.37 30.87 35.74 40.96 46.53 52.46 58.74 65.37 72.36 79.71
o o 2
7, Mode 7: Highest wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 95
s 26.40 26.74 27.18 27.68 28.18 28.68 29.15 29.48 28.74 28.13 27.62 27.19 26.84 26.55 26.30 26.09 25.92 25.77 25.64 25.53 25.43
o o 2
8, Mode 8: Standard wind pressure (wind angle 45 ) T ( C) = 25 Q (daN/m ) = 87
s 26.37 26.66 27.04 27.46 27.90 28.33 28.74 29.01 28.22 27.55 27.01 26.55 26.18 25.86 25.60 25.38 25.20 25.04 24.90 24.79 24.69

PL-9
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope

APPENDIX 6:
STATISTICAL TABLES

PL-10
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

1 End tension with 63m TP222-63E 2T43-63/2TN43-63 16BLN-90 G1 P=38°15' 0 12NK160-2x18 6ĐL70-1x18 2 2 12 6 OPGW81/OPGW81 32 TĐ4x40HC-16
570 78 48 4 4 2810
2 Angle tension with 67m TP222-67D 4T45-49 16BLN-80 G2 P=44°03' 570 12NK160-2x18 6ĐL70-1x18 2 2 12 6 TĐ4x40HC-16
666 90 72 6 6
3 Straight tension with 58m TPL222-58A 3T37-45/1TN47-45 16BLN-64 666 12NK160-2x18 6ĐL70-1x18 2 2 12 TĐ4x50HC-8GK(30)
475 66 48 4 4
4 Straight suspension with 77m SP222-77B 2T41-41/2TN65-41 16BLN-64 6ĐĐ70-1x18 1 1 TĐ6x50-36 TB200
343 48 24 2 2
5 Straight suspension with 68m SP222-68B 2T41-41/2TN65-41 16BLN-64 6ĐĐ120-1x18 1 1 TĐ4x20-8GK(30) TB800
580 78 48 4 4
6 Angle tension with 48m TP222-48B 2T37-49/2TN57-49 16BLN-72 G3 P=18°41' 1398 12NK160-2x18 9ĐL70-1x18 2 2 12 OPGW81/OPGW81 24 TĐ6x50-36
520 72 48 4 4 2600
7 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x18 1 1 TĐ6x50-36 TB500
569 78 48 4 4
8 Straight tension with 36m TP222-36A 2T37-39/2TN57-41 16BLN-56 1089 12NK160-2x18 2 2 12 TĐ6x50-36
653 90 72 6 6
9 Straight suspension with 46m SP222-46A 2T33-35/2TN49-35 16BLN-48 6ĐĐ70-1x18 1 1 TĐ4x40HC-16
263 36 24 2 2
10 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ70-1x18 1 1 TĐ6x50-36
445 60 24 2 2
11 Angle tension with 48m TP222-48E 4T45-55 16BLN-90 G4 P=50°49' 1361 12NK160-2x18 6ĐL70-1x18 2 2 12 OPGW81/OPGW81 24 TĐ4x40HC-16
1137 150 96 8 8 3180
Phase reversal tension with cao 12NK160-2x18;
12 TPD222-53A 2T37-41/2T53-41 16BLN-64 1137 8ĐL70-1x18 2 2 12 TĐ4x20-8GK(30)
53m 2NĐ160-1x18/2NN160-1x18
258 36 24 2 2
13 Straight suspension with 65m SP222-65A 2T33-39/2TN49-39 16BLN-56 6ĐĐ120-1x18 1 1 TĐ6x50-36
524 72 48 4 4
14 Straight suspension with 68m SP222-68B 2T41-41/2TN61-41 16BLN-64 6ĐK120-2x18 1 1 TĐ6x50-36
1075 144 96 8 8
15 Straight tension with 66m TP222-66A 3T41-41/1T71-45 16BLN-64 1857 12NK160-2x18 2 2 12 OPGW81/OPGW81 33 TĐ4x20-4GK(30)
375 48 24 2 2 3290
16 Straight suspension with 77m SP222-77B 2T33-49/2TN63-49 16BLN-64 6ĐK120-2x18 1 1 6 TĐ6x30HC-24
950 126 96 8 8
17 Angle tension with 48m TP222-48B 2T37-49/2T61-49 16BLN-72 G5 T=19°49' 1325 12NK160-2x18 6ĐL70-1x18 2 2 12 6 TĐ4x40HC-16
836 114 72 6 6
18 Straight suspension with 46m SP222-46B 4T33-49 16BLN-56 6ĐK120-2x18 1 1 TĐ6x50-36 TB400
933 126 96 8 8
19 Angle tension with 60m TP222-60A 2T37-41/2TN67-45 16BLN-64 G5AP=02°32' 1769 12NK160-2x18 2 2 12 OPGW81/OPGW81 30 TĐ4x20-4GK(30)
339 48 24 2 2 2820
20 Angle tension with 57m TP222-57A 2T37-41/2T67-45 16BLN-64 G5BT=03°18' 339 12NK160-2x18 2 2 12 6 TĐ4x20-4GK(30)
1123 150 96 8 8
21 Angle tension with 60m TP222-60A 2T37-41/2TN61-41 16BLN-64 G5CP=00°47' 1123 12NK160-2x18 2 2 12 6 TĐ4x20-4GK(30)
334 42 24 2 2
22 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐK70-2x18 1 1 TĐ4x40HC-16 TB200
858 114 72 6 6
23 Angle tension with 42m TP222-42B 4T41-41 16BLN-64 G6 P=20°58' 1192 12NK160-2x18 6ĐL70-1x18 2 2 12 OPGW81/OPGW81 21 TĐ6x30HC-24
307 42 24 2 2 2790
24 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x18 1 1 TĐ4x20-8GK(15)
558 72 48 4 4
25 Straight suspension with 59m SP222-59A 2T33-39/2TN45-39 16BLN-56 6ĐĐ120-1x18 1 1 TĐ4x20-4GK(30)
522 72 48 4 4
26 Straight suspension with 55m SP222-55A 2T33-39/2T49-39 16BLN-56 6ĐĐ70-1x18 1 1 TĐ4x20-4GK(30)
358 48 24 2 2
27 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
442 60 24 2 2
28 Straight suspension with 43m SP222-43A 2T33-33/2TN45-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x50-20
449 60 24 2 2
29 Angle tension with 45m TP222-45C 4T45-45 16BLN-72 G7 T=30°19' 2636 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 23 TĐ6x50-36
510 66 48 4 4 4500
30 Straight tension with 73m TP222-73A 2T41-41/2T61-45 16BLN-64 510 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ6x50-36
1017 138 96 8 8
31 Straight tension with 66m TP222-66A 4T41-41 16BLN-64 1017 12NK160-2x17 2 2 12 TĐ4x50-20
264 36 24 2 2
32 Straight suspension with 53m SP222-53A 4T33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
560 72 48 4 4
33 Straight tension with 60m TP222-60A 2T37-41/2TN57-41 16BLN-64 824 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x20-4GK(15)
1030 138 96 8 8
34 Straight tension with 51m TP222-51A 3T41-41/1T53-45 16BLN-64 1030 12NK160-2x17 2 2 12 TĐ4x20-8GK(15)
612 84 72 6 6
35 Straight suspension with 58m SP222-58A 4T33-39 16BLN-56 6ĐK120-2x17 1 1 TĐ4x30-20
338 48 24 2 2
36 Angle tension with 36m TP222-36A 4T37-39 16BLN-56 G8 T=13°08' 950 12NK160-2x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
185 24 24 2 2 2180
37 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
335 42 24 2 2
38 Straight suspension with 52m SP222-52A 4T33-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
525 72 48 4 4
39 Straight suspension with 49m SP222-49A 2T33-35/2TN53-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
256 36 24 2 2
40 Straight suspension with 52m SP222-52A 2T33-35/2TN33-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB400
743 102 72 6 6
41 Angle tension with 48m TP222-48C 4T45-45 16BLN-72 G9 T=31°18' 2044 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ6x30HC-24

PL-2
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory) Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

311 42 24 2 2 2680
2T41-41/1T65-
42 Straight suspension with 65m SP222-65B 16BLN-64 6ĐK70-2x17 1 1 TĐ4x30-20
41/1TN65-41 TB100
940 126 96 8 8
43 Straight suspension with 40m SP222-40B 3T41-41/1TN41-41 16BLN-56 6ĐK120-2x17 1 1 TĐ4x30-20
753 102 72 6 6
44 Straight suspension with 40m SP222-40B 4T41-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
542 72 48 4 4
45 Angle tension with 32m TP222-32B 4T37-45 16BLN-64 G10 P=20°14' 2546 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 16 TĐ4x30-20
239 30 24 2 2 3970
46 Straight suspension with 40m SP222-40A 2T33-33/2TN45-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
621 84 72 6 6
47 Straight suspension with 49m SP222-49A 2T33-35/2TN49-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
344 48 24 2 2
48 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB100
458 60 48 4 4
49 Straight suspension with 43m SP222-43A 2T33-33/2TN33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
240 30 24 2 2
50 Straight suspension with 38m SP222-38A 1T33-29/3T45-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
511 66 48 4 4
51 Straight suspension with 43m SP222-43A 2T33-33/2T45-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
591 78 48 4 4
52 Straight suspension with 65m SP222-65B 1T41-41/3TN53-41 16BLN-64 6ĐK70-2x17 1 1 TĐ4x50-20
815 108 72 6 6
53 Angle tension with 36m TP222-36D 2T45-45/2T61-49 16BLN-80 G11 P=38°09' 3819 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
194 24 24 2 2 3170
54 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
662 90 72 6 6
55 Straight suspension with 46m SP222-46B 4T33-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-4GK(15) TB700
702 96 72 6 6
1T37-41/1T57-
56 Straight tension with 51m TP222-51A 16BLN-64 1558 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x50-20
41/2TN57-41
312 42 24 2 2
57 Straight tension with 51m TP222-51A 2T37-41/2TN57-41 16BLN-64 312 12NK160-2x17 6ĐL70-1x17 2 2 12 6 TĐ4x50-20
1152 156 96 8 8
1T45-45/1T65-
58 Angle tension with 45m TP222-45C 16BLN-72 G12 P=32°56' 1152 12NK160-2x17 6ĐL70-1x17 2 2 12 6 OPGW81/OPGW81 23 TĐ4x30-20
49/2TN65-49
1035 138 96 8 8 3410
G12A
59 Angle tension with 58m TPL222-58A 2T45-45/2TN45-45 16BLN-64 1035 12NK160-2x17 2 2 12 6 TĐ4x50-20
T=04°44'
960 126 96 8 8
60 Angle tension with 58m TP222-58C 2T39-55/2TN39-55 16BLN-72 G13 T=27°22' 960 12NK160-2x17 9ĐL70-1x17 2 2 12 6 TĐ4x50-20
1243 168 96 8 8
61 Angle tension with 58m TP222-58C 2T39-55/2T55-55 16BLN-72 G14 T=32°28' 1243 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 29 TĐ4x50-20
487 66 48 4 4 3450
62 Straight suspension with 49m SP222-49A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
480 66 48 4 4
63 Straight suspension with 50m SP222-50A 4T33-35 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
332 42 24 2 2
64 Straight suspension with 55m SP222-55A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
690 90 72 6 6
1T45-45/1T69-
65 Straight tension with 73m TP222-73A 16BLN-64 1989 12NK160-2x17 2 2 12 6 TĐ4x20-4GK(15)
45/2TN69-45
1276 168 96 8 8
66 Straight tension with 58m TPL222-58A 2T45-45/2TN60-45 16BLN-64 1276 12NK160-2x17 2 2 12 6 OPGW81/OPGW81 29 TĐ4x50-20
146 18 24 2 2 1820
67 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x50-20
374 48 24 2 2
68 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x50-36
250 36 24 2 2
69 Straight suspension with 55m SP222-55A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
379 48 24 2 2
70 Straight suspension with 77m SP222-77B 2T33-49/2T45-51 16BLN-64 6ĐĐ120-1x17 1 1 TĐ4x30-20
542 72 48 4 4
71 Angle tension with 36m TP222-36E 4T43-63 16BLN-90 G15 P=69°05' 1691 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
321 42 24 2 2 2780
72 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36 TB100
584 78 48 4 4
73 Straight suspension with 56m SP222-56B 4T33-49 16BLN-56 6ĐK120-2x17 1 1 TĐ6x50-36
904 120 96 8 8
74 Straight suspension with 40m SP222-40B 4T33-45 16BLN-56 6ĐK70-2x17 1 1 TĐ4x20-4GK(15)
496 66 48 4 4
75 Straight suspension with 58m SP222-58A 2T33-39/2TN49-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-8GK(15)
329 42 24 2 2
Phase reversal tension with cao 12NK160-2x17;
76 TPD222-47C 2T45-45/2T65-45 16BLN-72 G16 T=29°03' 2634 8ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ4x50-20
47m 2NĐ160-1x17/2NN160-1x17
614 84 72 6 6 2900
77 Straight suspension with 46m SP222-46B 2T33-49/2T43-49 16BLN-56 6ĐK70-2x17 1 1 TĐ4x50-20 TB500
910 120 96 8 8
78 Straight tension with 43m TP222-43A 2T37-45/2TN57-49 16BLN-64 1524 12NK160-2x17 2 2 12 TĐ4x50-20
1228 162 96 8 8
79 Straight tension with 43m TP222-43A 1T37-45/3T53-45 16BLN-64 1228 12NK160-2x17 2 2 12 OPGW81/OPGW81 22 TĐ4x30-20

PL-3
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory) Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

275 36 24 2 2 2680
80 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
303 42 24 2 2
81 Straight suspension with 38m SP222-38A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
350 48 24 2 2
82 Angle tension with 48m TP222-48C 2T39-51/2T55-55 16BLN-72 G17 P=69°03' 928 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x30-20
304 42 24 2 2
83 Straight tension with 57m TP222-57A 2T37-45/2T67-45 16BLN-64 304 12NK160-2x17 9ĐL70-1x17 2 2 12 TĐ4x50-20
1126 150 96 8 8
84 Straight tension with 66m TP222-66A 2T37-45/2T67-45 16BLN-64 1126 12NK160-2x17 2 2 12 TĐ6x30HC-24
163 24 24 2 2
1T43-63/1T73-
85 Angle tension with 63m TP222-63E 16BLN-90 G18 T=75°36' 163 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ8x40HC-40
63/2TN73-63
104 12 0 2 2 3500
86 Straight suspension with 59m SP222-59A 1T33-39/3T49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
519 72 48 4 4
87 Straight suspension with 59m SP222-59A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
534 72 48 4 4
88 Straight suspension with 55m SP222-55A 2T33-39/2TN45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ8x40HC-40
179 24 24 2 2
89 Straight suspension with 52m SP222-52A 2T33-35/2TN49-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x50-36
469 60 48 4 4
90 Angle tension with 48m TP222-48D 2T45-49/2TN75-55 16BLN-80 G19 P=46°27' 1805 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x20-4GK(15)
583 78 48 4 4
91 Straight tension with 66m TP222-66A 1T37-45/3T57-49 16BLN-64 583 12NK160-2x17 2 2 12 TĐ4x30-20
913 120 96 8 8
92 Angle tension with 63m TP222-63E 2T43-63/2T59-63 16BLN-90 G20 T=65°53' 913 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ4x20-4GK(15)
436 60 24 2 2 3030
93 Straight suspension with 65m SP222-65A 2T33-39/2T45-39 16BLN-56 6ĐK120-2x17 1 1 TĐ6x30HC-24
324 42 24 2 2
94 Angle tension with 48m TP222-48E 2T45-55/2TN65-55 16BLN-90 G21 P=53°58' 760 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x50-20
359 48 24 2 2
95 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
435 60 24 2 2
96 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
393 54 24 2 2
97 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
345 48 24 2 2
98 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
566 78 48 4 4
99 Angle tension with 43m TP222-43A 4T37-45 16BLN-64 G22 T=05°47' 2098 12NK160-2x17 2 2 12 OPGW81/OPGW81 22 TĐ4x20-8GK(15)
295 42 24 2 2 4110
100 Straight suspension with 50m SP222-50A 2T33-35/2T45-35 16BLN-56 6ĐK120-2x17 1 1 TĐ6x50-36
820 108 72 6 6
101 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐK70-2x17 1 1 TĐ4x30-20 TB400
153 18 24 2 2
102 Straight suspension with 52m SP222-52A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
331 42 24 2 2
103 Straight suspension with 58m SP222-58A 4T33-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x30-20
731 96 72 6 6
104 Straight suspension with 49m SP222-49A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
378 48 24 2 2
105 Straight suspension with 68m SP222-68B 4T33-49 16BLN-64 6ĐK120-2x17 1 1 TĐ4x30-20
895 120 72 6 6
106 Straight suspension with 59m SP222-59B 1T33-49/3T49-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
328 42 24 2 2
107 Angle tension with 48m TP222-48A 2T37-41/2T61-49 16BLN-64 G23 T=11°51' 3931 12NK160-2x17 2 2 12 OPGW81/OPGW81 24 TĐ4x50-20
532 72 48 4 4 2780
108 Straight suspension with 58m SP222-58A 2T33-39/2TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
189 24 24 2 2
109 Straight suspension with 58m SP222-58A 2T33-39/2TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
344 48 24 2 2
110 Angle tension with 51m TP222-51A 2T37-41/2TN57-41 16BLN-64 G24 T=07°42' 1065 12NK160-2x17 2 2 12 TĐ4x30-20
198 24 24 2 2
111 Straight suspension with 55m SP222-55A 2T33-39/2TN49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
506 66 48 4 4
112 Straight suspension with 61m SP222-61A 2T33-39/2TN45-39 16BLN-56 6ĐK120-2x17 1 1 TĐ4x20-8GK(15)
598 78 48 4 4
113 Straight suspension with 49m SP222-49A 2T33-35/2TN45-35 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20 TB200
250 36 24 2 2
114 Angle tension with 54m TP222-54D 2T45-49/2TN75-49 16BLN-80 G25 T=36°31' 1552 12NK160-2x14 6ĐL70-1x14 2 2 12 OPGW81/OPGW81 27 TĐ4x30-20
216 30 24 2 2 2500
G25.1
115 Angle tension with 54m TP222-54D 4T45-49 16BLN-80 216 12NK160-2x14 6ĐL70-1x14 2 2 12 TĐ4x30-20
P=39°57'
342 48 24 2 2
116 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20
302 42 24 2 2
117 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20
501 66 48 4 4
118 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ120-1x14 1 1 TĐ4x30-20
591 78 48 4 4

PL-4
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory) Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

G25.2
119 Angle tension with 63m TP222-63E 1T43-63/3TN67-63 16BLN-90 1736 12NK160-2x14 6ĐL70-1x14 2 2 12 TĐ4x30-20
P=62°*51'
373 48 24 2 2
120 Angle tension with 63m TP222-63E 2T43-63/2TN73-63 16BLN-90 G26 T=80°48' 373 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 32 TĐ4x20-8GK(30)
439 60 24 2 2 2600
121 Straight suspension with 64m SP222-64A 2T33-39/2TN57-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(30)
366 48 24 2 2
122 Straight suspension with 55m SP222-55A 1T33-39/3TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(30) TB200
261 36 24 2 2
123 Angle tension with 60m TP222-60A 2T37-45/2TN67-45 16BLN-64 G27 P=02°55' 1066 12NK160-2x17 2 2 12 TĐ4x20-4GK(30)
592 78 48 4 4
124 Straight suspension with 56m SP222-56B 1T33-49/3TN49-49 16BLN-56 6ĐK120-2x17 1 1 TĐ4x20-4GK(15)
768 102 72 6 6
125 Angle tension with 60m TP222-60B 4T37-49 16BLN-72 G28 P=22°32' 1360 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 28 TĐ4x50-20
366 48 24 2 2 2370
126 Straight suspension with 65m SP222-65A 2T33-39/2TN57-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(15)
296 42 24 2 2
127 Straight suspension with 64m SP222-64A 2T33-39/2TN33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
677 90 72 6 6
128 Straight suspension with 55m SP222-55A 2T33-39/2TN49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(30)
160 24 24 2 2
129 Straight suspension with 67m SP222-67A 2T33-41/2TN57-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-8GK(30)
703 96 72 6 6
130 Angle tension with 60m TP222-60A 3T37-45/1TN37-45 16BLN-64 G29 T=08°12' 2202 12NK160-2x17 2 2 12 OPGW81/OPGW81 34 TĐ4x20-8GK(30)
719 96 72 6 6 4030
131 Straight suspension with 56m SP222-56B 4T33-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
537 72 48 4 4
132 Straight suspension with 67m SP222-67A 4T33-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
597 78 48 4 4
133 Angle tension with 66m TP222-66A 4T37-49 16BLN-64 G30 P=10°15' 1853 12NK160-2x17 2 2 12 TĐ6x50-36
565 78 48 4 4
134 Straight suspension with 77m SP222-77B 2T33-49/2TN53-51 16BLN-64 6ĐK70-2x17 1 1 TĐ4x30-20
441 60 24 2 2
135 Straight suspension with 64m SP222-64A 2T33-39/2T57-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
618 84 72 6 6
136 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
370 48 24 2 2
137 Straight tension with 43m TP222-43A 4T37-45 16BLN-64 1994 12NK160-2x17 2 2 12 OPGW81/OPGW81 28 TĐ4x30-20
356 48 24 2 2 2600
138 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB400
607 78 72 6 6
139 Straight suspension with 67m SP222-67A 4T33-41 16BLN-56 6ĐK70-2x17 1 1 TĐ4x30-20
546 72 48 4 4
140 Straight suspension with 64m SP222-64A 4T33-39 16BLN-56 6ĐK70-2x17 1 1 TĐ6x50-36
398 54 24 2 2
141 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
180 24 24 2 2
12NK160-2x17;
142 Angle tension with 44m TP222-44E 3T49-63/1TN49-63 16BLN-90 G31 T=56°00' 2087 4ĐL70-1x17 2 2 12 OPGW81/OPGW81 22 TĐ4x50-20
6NĐ160-1x17/4NN160-1x17
75 12 0 2 2 630
143 Straight tension with 27m TP222-27E 2T37-41/2TN53-41 16BLN-80 75 12NK160-2x17 12ĐL70-1x17 2 2 12 TĐ4x50-20
256 36 24 2 2
144 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
82 12 0 2 2
145 End tension with 42m TPE222-42 3T43-63/1T59-63 16BLN-90 DC P=44°25' 338 12NK160-2x17 6ĐL70-1x17 4 2 12 TĐ6x50-36
124 18
146 Pooc-tich of 220kV Tương Dương substation OPY 6NKTC160-2x17 3 1 NMOC/OPGW81

PL-5
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing Note

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

1 End tension with 63m TP222-63E 2T43-63/2TN43-63 16BLN-90 G1 P=38°15' 0 12NK160-2x18 6ĐL70-1x18 2 2 12 6 OPGW81/OPGW81 32 TĐ4x40HC-16
570 78 48 4 4 2810
2 Angle tension with 67m TP222-67D 4T45-49 16BLN-80 G2 P=44°03' 570 12NK160-2x18 6ĐL70-1x18 2 2 12 6 TĐ4x40HC-16
666 90 72 6 6
3 Straight tension with 58m TPL222-58A 3T37-45/1TN47-45 16BLN-64 666 12NK160-2x18 6ĐL70-1x18 2 2 12 TĐ4x50HC-8GK(30)
475 66 48 4 4
4 Straight suspension with 77m SP222-77B 2T41-41/2TN65-41 16BLN-64 6ĐĐ70-1x18 1 1 TĐ6x50-36 TB200
343 48 24 2 2
5 Straight suspension with 68m SP222-68B 2T41-41/2TN65-41 16BLN-64 6ĐĐ120-1x18 1 1 TĐ4x20-8GK(30) TB800
580 78 48 4 4
6 Angle tension with 48m TP222-48B 2T37-49/2TN57-49 16BLN-72 G3 P=18°41' 1398 12NK160-2x18 9ĐL70-1x18 2 2 12 OPGW81/OPGW81 24 TĐ6x50-36
520 72 48 4 4 2600
7 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x18 1 1 TĐ6x50-36 TB500
569 78 48 4 4
8 Straight tension with 36m TP222-36A 2T37-39/2TN57-41 16BLN-56 1089 12NK160-2x18 2 2 12 TĐ6x50-36
653 90 72 6 6
9 Straight suspension with 46m SP222-46A 2T33-35/2TN49-35 16BLN-48 6ĐĐ70-1x18 1 1 TĐ4x40HC-16
263 36 24 2 2
10 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ70-1x18 1 1 TĐ6x50-36
445 60 24 2 2
11 Angle tension with 48m TP222-48E 4T45-55 16BLN-90 G4 P=50°49' 1361 12NK160-2x18 6ĐL70-1x18 2 2 12 OPGW81/OPGW81 24 TĐ4x40HC-16
1137 150 96 8 8 3180
Phase reversal tension with cao 12NK160-2x18;
12 TPD222-53A 2T37-41/2T53-41 16BLN-64 1137 8ĐL70-1x18 2 2 12 TĐ4x20-8GK(30)
53m 2NĐ160-1x18/2NN160-1x18
258 36 24 2 2
13 Straight suspension with 65m SP222-65A 2T33-39/2TN49-39 16BLN-56 6ĐĐ120-1x18 1 1 TĐ6x50-36
524 72 48 4 4
14 Straight suspension with 68m SP222-68B 2T41-41/2TN61-41 16BLN-64 6ĐK120-2x18 1 1 TĐ6x50-36
1075 144 96 8 8
15 Straight tension with 66m TP222-66A 3T41-41/1T71-45 16BLN-64 1857 12NK160-2x18 2 2 12 OPGW81/OPGW81 33 TĐ4x20-4GK(30)
375 48 24 2 2 3290
16 Straight suspension with 77m SP222-77B 2T33-49/2TN63-49 16BLN-64 6ĐK120-2x18 1 1 6 TĐ6x30HC-24
950 126 96 8 8
17 Angle tension with 48m TP222-48B 2T37-49/2T61-49 16BLN-72 G5 T=19°49' 1325 12NK160-2x18 6ĐL70-1x18 2 2 12 6 TĐ4x40HC-16
836 114 72 6 6
18 Straight suspension with 46m SP222-46B 4T33-49 16BLN-56 6ĐK120-2x18 1 1 TĐ6x50-36 TB400
933 126 96 8 8
19 Angle tension with 60m TP222-60A 2T37-41/2TN67-45 16BLN-64 G5AP=02°32' 1769 12NK160-2x18 2 2 12 OPGW81/OPGW81 30 TĐ4x20-4GK(30)
339 48 24 2 2 2820
20 Angle tension with 57m TP222-57A 2T37-41/2T67-45 16BLN-64 G5BT=03°18' 339 12NK160-2x18 2 2 12 6 TĐ4x20-4GK(30)
1123 150 96 8 8
21 Angle tension with 60m TP222-60A 2T37-41/2TN61-41 16BLN-64 G5CP=00°47' 1123 12NK160-2x18 2 2 12 6 TĐ4x20-4GK(30)
334 42 24 2 2
22 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐK70-2x18 1 1 TĐ4x40HC-16 TB200
858 114 72 6 6
23 Angle tension with 42m TP222-42B 4T41-41 16BLN-64 G6 P=20°58' 1192 12NK160-2x18 6ĐL70-1x18 2 2 12 OPGW81/OPGW81 21 TĐ6x30HC-24
307 42 24 2 2 2790
24 Straight suspension with 50m SP222-50A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x18 1 1 TĐ4x20-8GK(15)
558 72 48 4 4
25 Straight suspension with 59m SP222-59A 2T33-39/2TN45-39 16BLN-56 6ĐĐ120-1x18 1 1 TĐ4x20-4GK(30)
522 72 48 4 4
26 Straight suspension with 55m SP222-55A 2T33-39/2T49-39 16BLN-56 6ĐĐ70-1x18 1 1 TĐ4x20-4GK(30)
358 48 24 2 2
27 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
442 60 24 2 2
28 Straight suspension with 43m SP222-43A 2T33-33/2TN45-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x50-20
449 60 24 2 2
29 Angle tension with 45m TP222-45C 4T45-45 16BLN-72 G7 T=30°19' 2636 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 23 TĐ6x50-36
510 66 48 4 4 4500
30 Straight tension with 73m TP222-73A 2T41-41/2T61-45 16BLN-64 510 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ6x50-36
1017 138 96 8 8
31 Straight tension with 66m TP222-66A 4T41-41 16BLN-64 1017 12NK160-2x17 2 2 12 TĐ4x50-20
264 36 24 2 2
32 Straight suspension with 53m SP222-53A 4T33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
560 72 48 4 4
33 Straight tension with 60m TP222-60A 2T37-41/2TN57-41 16BLN-64 824 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x20-4GK(15)
1030 138 96 8 8
34 Straight tension with 51m TP222-51A 3T41-41/1T53-45 16BLN-64 1030 12NK160-2x17 2 2 12 TĐ4x20-8GK(15)
612 84 72 6 6
35 Straight suspension with 58m SP222-58A 4T33-39 16BLN-56 6ĐK120-2x17 1 1 TĐ4x30-20
338 48 24 2 2
36 Angle tension with 36m TP222-36A 4T37-39 16BLN-56 G8 T=13°08' 950 12NK160-2x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
185 24 24 2 2 2180
37 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
335 42 24 2 2
38 Straight suspension with 52m SP222-52A 4T33-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
525 72 48 4 4
39 Straight suspension with 49m SP222-49A 2T33-35/2TN53-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
256 36 24 2 2
40 Straight suspension with 52m SP222-52A 2T33-35/2TN33-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB400
743 102 72 6 6
41 Angle tension with 48m TP222-48C 4T45-45 16BLN-72 G9 T=31°18' 2044 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ6x30HC-24

PL-6
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory) Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing Note

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

311 42 24 2 2 2680
2T41-41/1T65-
42 Straight suspension with 65m SP222-65B 16BLN-64 6ĐK70-2x17 1 1 TĐ4x30-20
41/1TN65-41 TB100
940 126 96 8 8
43 Straight suspension with 40m SP222-40B 3T41-41/1TN41-41 16BLN-56 6ĐK120-2x17 1 1 TĐ4x30-20
753 102 72 6 6
44 Straight suspension with 40m SP222-40B 4T41-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
542 72 48 4 4
45 Angle tension with 32m TP222-32B 4T37-45 16BLN-64 G10 P=20°14' 2546 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 16 TĐ4x30-20
239 30 24 2 2 3970
46 Straight suspension with 40m SP222-40A 2T33-33/2TN45-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
621 84 72 6 6
47 Straight suspension with 49m SP222-49A 2T33-35/2TN49-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
344 48 24 2 2
48 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB100
458 60 48 4 4
49 Straight suspension with 43m SP222-43A 2T33-33/2TN33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
240 30 24 2 2
50 Straight suspension with 38m SP222-38A 1T33-29/3T45-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
511 66 48 4 4
51 Straight suspension with 43m SP222-43A 2T33-33/2T45-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
591 78 48 4 4
52 Straight suspension with 65m SP222-65B 1T41-41/3TN53-41 16BLN-64 6ĐK70-2x17 1 1 TĐ4x50-20
815 108 72 6 6
53 Angle tension with 36m TP222-36D 2T45-45/2T61-49 16BLN-80 G11 P=38°09' 3819 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
194 24 24 2 2 3170
54 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
662 90 72 6 6
55 Straight suspension with 46m SP222-46B 4T33-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-4GK(15) TB700
702 96 72 6 6
1T37-41/1T57-
56 Straight tension with 51m TP222-51A 16BLN-64 1558 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x50-20
41/2TN57-41
312 42 24 2 2
57 Straight tension with 51m TP222-51A 2T37-41/2TN57-41 16BLN-64 312 12NK160-2x17 6ĐL70-1x17 2 2 12 6 TĐ4x50-20
1152 156 96 8 8
1T45-45/1T65-
58 Angle tension with 45m TP222-45C 16BLN-72 G12 P=32°56' 1152 12NK160-2x17 6ĐL70-1x17 2 2 12 6 OPGW81/OPGW81 23 TĐ4x30-20
49/2TN65-49
1035 138 96 8 8 3410
G12A
59 Angle tension with 58m TPL222-58A 2T45-45/2TN45-45 16BLN-64 1035 12NK160-2x17 2 2 12 6 TĐ4x50-20
T=04°44'
960 126 96 8 8
60 Angle tension with 58m TP222-58C 2T39-55/2TN39-55 16BLN-72 G13 T=27°22' 960 12NK160-2x17 9ĐL70-1x17 2 2 12 6 TĐ4x50-20
1243 168 96 8 8
61 Angle tension with 58m TP222-58C 2T39-55/2T55-55 16BLN-72 G14 T=32°28' 1243 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 29 TĐ4x50-20
487 66 48 4 4 3450
62 Straight suspension with 49m SP222-49A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
480 66 48 4 4
63 Straight suspension with 50m SP222-50A 4T33-35 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
332 42 24 2 2
64 Straight suspension with 55m SP222-55A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
690 90 72 6 6
1T45-45/1T69-
65 Straight tension with 73m TP222-73A 16BLN-64 1989 12NK160-2x17 2 2 12 6 TĐ4x20-4GK(15)
45/2TN69-45
1276 168 96 8 8
66 Straight tension with 58m TPL222-58A 2T45-45/2TN60-45 16BLN-64 1276 12NK160-2x17 2 2 12 6 OPGW81/OPGW81 29 TĐ4x50-20
146 18 24 2 2 1820
67 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x50-20
374 48 24 2 2
68 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x50-36
250 36 24 2 2
69 Straight suspension with 55m SP222-55A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
379 48 24 2 2
70 Straight suspension with 77m SP222-77B 2T33-49/2T45-51 16BLN-64 6ĐĐ120-1x17 1 1 TĐ4x30-20
542 72 48 4 4
71 Angle tension with 36m TP222-36E 4T43-63 16BLN-90 G15 P=69°05' 1691 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 18 TĐ4x30-20
321 42 24 2 2 2780
72 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36 TB100
584 78 48 4 4
73 Straight suspension with 56m SP222-56B 4T33-49 16BLN-56 6ĐK120-2x17 1 1 TĐ6x50-36
904 120 96 8 8
74 Straight suspension with 40m SP222-40B 4T33-45 16BLN-56 6ĐK70-2x17 1 1 TĐ4x20-4GK(15)
496 66 48 4 4
75 Straight suspension with 58m SP222-58A 2T33-39/2TN49-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-8GK(15)
329 42 24 2 2
Phase reversal tension with cao 12NK160-2x17;
76 TPD222-47C 2T45-45/2T65-45 16BLN-72 G16 T=29°03' 2634 8ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ4x50-20
47m 2NĐ160-1x17/2NN160-1x17
614 84 72 6 6 2900
77 Straight suspension with 46m SP222-46B 2T33-49/2T43-49 16BLN-56 6ĐK70-2x17 1 1 TĐ4x50-20 TB500
910 120 96 8 8
78 Straight tension with 43m TP222-43A 2T37-45/2TN57-49 16BLN-64 1524 12NK160-2x17 2 2 12 TĐ4x50-20
1228 162 96 8 8
79 Straight tension with 43m TP222-43A 1T37-45/3T53-45 16BLN-64 1228 12NK160-2x17 2 2 12 OPGW81/OPGW81 22 TĐ4x30-20

PL-7
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing Note

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

275 36 24 2 2 2680
80 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
303 42 24 2 2
81 Straight suspension with 38m SP222-38A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ4x30-20
350 48 24 2 2
82 Angle tension with 48m TP222-48C 2T39-51/2T55-55 16BLN-72 G17 P=69°03' 928 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x30-20
304 42 24 2 2
83 Straight tension with 57m TP222-57A 2T37-45/2T67-45 16BLN-64 304 12NK160-2x17 9ĐL70-1x17 2 2 12 TĐ4x50-20
1126 150 96 8 8
84 Straight tension with 66m TP222-66A 2T37-45/2T67-45 16BLN-64 1126 12NK160-2x17 2 2 12 TĐ6x30HC-24
163 24 24 2 2
1T43-63/1T73-
85 Angle tension with 63m TP222-63E 16BLN-90 G18 T=75°36' 163 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ8x40HC-40
63/2TN73-63
104 12 0 2 2 3500
86 Straight suspension with 59m SP222-59A 1T33-39/3T49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
519 72 48 4 4
87 Straight suspension with 59m SP222-59A 2T33-39/2T45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x30HC-24
534 72 48 4 4
88 Straight suspension with 55m SP222-55A 2T33-39/2TN45-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ8x40HC-40
179 24 24 2 2
89 Straight suspension with 52m SP222-52A 2T33-35/2TN49-35 16BLN-56 6ĐĐ70-1x17 1 1 TĐ6x50-36
469 60 48 4 4
90 Angle tension with 48m TP222-48D 2T45-49/2TN75-55 16BLN-80 G19 P=46°27' 1805 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x20-4GK(15)
583 78 48 4 4
91 Straight tension with 66m TP222-66A 1T37-45/3T57-49 16BLN-64 583 12NK160-2x17 2 2 12 TĐ4x30-20
913 120 96 8 8
92 Angle tension with 63m TP222-63E 2T43-63/2T59-63 16BLN-90 G20 T=65°53' 913 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 24 TĐ4x20-4GK(15)
436 60 24 2 2 3030
93 Straight suspension with 65m SP222-65A 2T33-39/2T45-39 16BLN-56 6ĐK120-2x17 1 1 TĐ6x30HC-24
324 42 24 2 2
94 Angle tension with 48m TP222-48E 2T45-55/2TN65-55 16BLN-90 G21 P=53°58' 760 12NK160-2x17 6ĐL70-1x17 2 2 12 TĐ4x50-20
359 48 24 2 2
95 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
435 60 24 2 2
96 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
393 54 24 2 2
97 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
345 48 24 2 2
98 Straight suspension with 46m SP222-46A 2T33-35/2T45-35 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
566 78 48 4 4
99 Angle tension with 43m TP222-43A 4T37-45 16BLN-64 G22 T=05°47' 2098 12NK160-2x17 2 2 12 OPGW81/OPGW81 22 TĐ4x20-8GK(15)
295 42 24 2 2 4110
100 Straight suspension with 50m SP222-50A 2T33-35/2T45-35 16BLN-56 6ĐK120-2x17 1 1 TĐ6x50-36
820 108 72 6 6
101 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐK70-2x17 1 1 TĐ4x30-20 TB400
153 18 24 2 2
102 Straight suspension with 52m SP222-52A 2T33-35/2TN49-35 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
331 42 24 2 2
103 Straight suspension with 58m SP222-58A 4T33-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x30-20
731 96 72 6 6
104 Straight suspension with 49m SP222-49A 4T33-35 16BLN-48 6ĐĐ70-1x17 1 1 TĐ6x50-36
378 48 24 2 2
105 Straight suspension with 68m SP222-68B 4T33-49 16BLN-64 6ĐK120-2x17 1 1 TĐ4x30-20
895 120 72 6 6
106 Straight suspension with 59m SP222-59B 1T33-49/3T49-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
328 42 24 2 2
107 Angle tension with 48m TP222-48A 2T37-41/2T61-49 16BLN-64 G23 T=11°51' 3931 12NK160-2x17 2 2 12 OPGW81/OPGW81 24 TĐ4x50-20
532 72 48 4 4 2780
108 Straight suspension with 58m SP222-58A 2T33-39/2TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
189 24 24 2 2
109 Straight suspension with 58m SP222-58A 2T33-39/2TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(15)
344 48 24 2 2
110 Angle tension with 51m TP222-51A 2T37-41/2TN57-41 16BLN-64 G24 T=07°42' 1065 12NK160-2x17 2 2 12 TĐ4x30-20
198 24 24 2 2
111 Straight suspension with 55m SP222-55A 2T33-39/2TN49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x50-20
506 66 48 4 4
112 Straight suspension with 61m SP222-61A 2T33-39/2TN45-39 16BLN-56 6ĐK120-2x17 1 1 TĐ4x20-8GK(15)
598 78 48 4 4
113 Straight suspension with 49m SP222-49A 2T33-35/2TN45-35 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20 TB200
250 36 24 2 2
114 Angle tension with 54m TP222-54D 2T45-49/2TN75-49 16BLN-80 G25 T=36°31' 1552 12NK160-2x14 6ĐL70-1x14 2 2 12 OPGW81/OPGW81 27 TĐ4x30-20
216 30 24 2 2 2500
G25.1
115 Angle tension with 54m TP222-54D 4T45-49 16BLN-80 216 12NK160-2x14 6ĐL70-1x14 2 2 12 TĐ4x30-20
P=39°57'
342 48 24 2 2
116 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20
302 42 24 2 2
117 Straight suspension with 46m SP222-46A 4T33-35 16BLN-48 6ĐK70-2x14 1 1 TĐ4x30-20
501 66 48 4 4
118 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ120-1x14 1 1 TĐ4x30-20
591 78 48 4 4

PL-8
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Part II – Requirements of supply scope
Bidding documents - Package No.1TB-DZ220NM
Insulators Insulators Insulators Jumper spacer Vibration damper Coils (m) Clamp

Lighning arrester
Conductors Ground wire Optical ground wire Conductors

Conductor

(CSV)
K/néo Counter

Suspension

Suspension
No. Optical Optical
Type of tower Tower code Foundation code Steering angle Anchor bolt Span (m) Ground Earthing Note

Tension

Tension
(m) Ground Optical ground wire Ground weight
Suspension Tension Jumper Span Jumper wire
wire wire

G25.2
119 Angle tension with 63m TP222-63E 1T43-63/3TN67-63 16BLN-90 1736 12NK160-2x14 6ĐL70-1x14 2 2 12 TĐ4x30-20
P=62°*51'
373 48 24 2 2
120 Angle tension with 63m TP222-63E 2T43-63/2TN73-63 16BLN-90 G26 T=80°48' 373 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 32 TĐ4x20-8GK(30)
439 60 24 2 2 2600
121 Straight suspension with 64m SP222-64A 2T33-39/2TN57-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(30)
366 48 24 2 2
122 Straight suspension with 55m SP222-55A 1T33-39/3TN53-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-4GK(30) TB200
261 36 24 2 2
123 Angle tension with 60m TP222-60A 2T37-45/2TN67-45 16BLN-64 G27 P=02°55' 1066 12NK160-2x17 2 2 12 TĐ4x20-4GK(30)
592 78 48 4 4
124 Straight suspension with 56m SP222-56B 1T33-49/3TN49-49 16BLN-56 6ĐK120-2x17 1 1 TĐ4x20-4GK(15)
768 102 72 6 6
125 Angle tension with 60m TP222-60B 4T37-49 16BLN-72 G28 P=22°32' 1360 12NK160-2x17 6ĐL70-1x17 2 2 12 OPGW81/OPGW81 28 TĐ4x50-20
366 48 24 2 2 2370
126 Straight suspension with 65m SP222-65A 2T33-39/2TN57-41 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(15)
296 42 24 2 2
127 Straight suspension with 64m SP222-64A 2T33-39/2TN33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
677 90 72 6 6
128 Straight suspension with 55m SP222-55A 2T33-39/2TN49-39 16BLN-56 6ĐĐ70-1x17 1 1 TĐ4x20-8GK(30)
160 24 24 2 2
129 Straight suspension with 67m SP222-67A 2T33-41/2TN57-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x20-8GK(30)
703 96 72 6 6
130 Angle tension with 60m TP222-60A 3T37-45/1TN37-45 16BLN-64 G29 T=08°12' 2202 12NK160-2x17 2 2 12 OPGW81/OPGW81 34 TĐ4x20-8GK(30)
719 96 72 6 6 4030
131 Straight suspension with 56m SP222-56B 4T33-49 16BLN-56 6ĐĐ120-1x17 1 1 TĐ6x50-36
537 72 48 4 4
132 Straight suspension with 67m SP222-67A 4T33-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
597 78 48 4 4
133 Angle tension with 66m TP222-66A 4T37-49 16BLN-64 G30 P=10°15' 1853 12NK160-2x17 2 2 12 TĐ6x50-36
565 78 48 4 4
134 Straight suspension with 77m SP222-77B 2T33-49/2TN53-51 16BLN-64 6ĐK70-2x17 1 1 TĐ4x30-20
441 60 24 2 2
135 Straight suspension with 64m SP222-64A 2T33-39/2T57-41 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x50-20
618 84 72 6 6
136 Straight suspension with 55m SP222-55A 4T33-39 16BLN-56 6ĐĐ120-1x17 1 1 TĐ4x30-20
370 48 24 2 2
137 Straight tension with 43m TP222-43A 4T37-45 16BLN-64 1994 12NK160-2x17 2 2 12 OPGW81/OPGW81 28 TĐ4x30-20
356 48 24 2 2 2600
138 Straight suspension with 40m SP222-40A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20 TB400
607 78 72 6 6
139 Straight suspension with 67m SP222-67A 4T33-41 16BLN-56 6ĐK70-2x17 1 1 TĐ4x30-20
546 72 48 4 4
140 Straight suspension with 64m SP222-64A 4T33-39 16BLN-56 6ĐK70-2x17 1 1 TĐ6x50-36
398 54 24 2 2
141 Straight suspension with 43m SP222-43A 4T33-33 16BLN-48 6ĐĐ70-1x17 1 1 TĐ4x30-20
180 24 24 2 2
12NK160-2x17;
142 Angle tension with 44m TP222-44E 3T49-63/1TN49-63 16BLN-90 G31 T=56°00' 2087 4ĐL70-1x17 2 2 12 OPGW81/OPGW81 22 TĐ4x50-20
6NĐ160-1x17/4NN160-1x17
75 12 0 2 2 630
143 Straight tension with 27m TP222-27E 2T37-41/2TN53-41 16BLN-80 75 12NK160-2x17 12ĐL70-1x17 2 2 12 TĐ4x50-20
256 36 24 2 2
144 Straight suspension with 33m SP222-33A 4T33-29 16BLN-48 6ĐĐ120-1x17 1 1 TĐ6x50-36
82 12 0 2 2
145 End tension with 42m TPE222-42 3T43-63/1T59-63 16BLN-90 DC P=44°25' 338 12NK160-2x17 6ĐL70-1x17 4 2 12 TĐ6x50-36
124 18
146 Pooc-tich of 220kV Tương Dương substation OPY 6NKTC160-2x17 3 1 NMOC/OPGW81

PL-9
220kV Nam Mo (Laos) – Tuong Duong transmission line project (Section in Vietnam territory)
Bidding documents - Package No.1TB-DZ220NM Part II – Requirements of supply scope

APPENDIX 7:
DRAWINGS OF INSULATOR AND ACCESSORIES
(REFERENCE)

PL-11
LIST OF INSULATOR DRAWINGS

NO TYPE OF STRING INSULATOR CODE NOTE

A. STRING INSULATORS IN CONTAMINATED AREA = 2.0 cm/kV, WITH HEIGHT UNDER 1000m
1 JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43 DL70-1x17 Page : 1/27

2 SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD70-1x17 Page : 2/27

3 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x17 Page : 3/27

4 SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x17 Page : 4/27

5 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK120-2x17 Page : 5/27

6 SINGLE TENSION INSULATOR FOR 2xACSR 330/43 ND160-1x17 (NN160-1x17) Page : 6/27

7 DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 NK160-2x17 Page : 7/27

8 TENSION STRING INSULATOR FOR 2xACSR 330/43, CONNECT TO BUS BAR NKTC160-2x17 Page : 8/27

9 DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 WITH SURGE ARRESTER NK160-2x17 Page : 9/27

B. STRING INSULATORS IN CONTAMINATED AREA = 2.0 cm/kV, WITH HEIGHT ABOVE 1000m

10 JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43 DL70-1x18 Page : 10/27

11 SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD70-1x18 Page : 11/27

12 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x18 Page : 12/27

13 SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x18 Page : 13/27

14 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 WITH SURGE ARRESTER DK120-2x18 Page : 14/27

15 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK120-2x18 Page : 15/27

16 DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 WITH SURGE ARRESTER NK160-2x18 Page : 16/27

17 DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 NK160-2x18 Page : 17/27

18 SINGLE TENSION INSULATOR FOR 2xACSR 330/43 ND160-1x18 (NN160-1x18) Page : 18/27

C. STRING INSULATORS IN CONTAMINATED AREA = 2.5 cm/kV

19 JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43 DL70-1x14 Page : 19/27

20 DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x14 Page : 20/27

21 SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x14 Page : 21/27

22 DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 NK160-2x14 Page : 22/27

D. STRING INSULATORS OF GROUND WIRE

23 TENSION STRING FOR OPGW-81( WITHOUT JOINT BOX) NCQ-81 Page : 23/27

24 TENSION STRING FOR OPGW-81 ( WITH JOINT BOX) NCQH-81 Page : 24/27

25 SUSPENSION STRING FOR OPGW-81 DCQ-81 Page : 25/27

26 SUSPENSION STRING FOR PHLOX-75.5 D Page : 26/27

27 TENSION STRING FOR PHLOX-75.5 NCS Page : 27/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri INSULATOR DRAWINGS
Chief subject Bui Thanh Quang
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
CODE MATERIAL BREAKING BREAKING
NO DESCRIPTION STRENGTH NOTE CODE MATERIAL
QUANTITY NO DESCRIPTION QUANTITY STRENGTH NOTE
(daN) (daN)
1 U bolt Gal.steel 1 7000
1 U bolt Gal.steel 1 7000
2 Ball eye Gal.steel 1 7000
2 Ball eye Gal.steel 1 7000
3 Insulator U70BS 1x17 1x17
3 Insulator U70BS
4 Corona ring Gal.steel 2 Include Include
4 Corona ring Gal.steel 2
Socket clevis 1 bolts and bolts and
5 Gal.steel 7000 5 1 7000
nuts, zinc Socket clevis Gal.steel nuts, zinc
6 Yoke plate Gal.steel 1 7000 1 sleeve on
sleeve on 6 Yoke plate Gal.steel 7000
7 Eye link Gal.steel 2 7000 pin of 7 7000 pin of
Eye link Gal.steel 2
8 Clamp suspension 7000 insulator insulator
Aluminium alloy 2 8 Clamp suspension Aluminium alloy 2 7000
9 Arcing horn Gal.steel 2 9 Arcing horn Gal.steel 2
10 Link plate Gal.steel 2 7000 10 Link plate Gal.steel 2 7000
11 Clevis tounge Gal.steel 2 7000 11 Clevis tounge Gal.steel 2 7000
12 Armour rod Aluminium alloy 2 12 Armour rod Aluminium alloy 2
13 Counter weight Gal.steel 13 Counter weight Gal.steel
Clamp suspension suitable with conductors ACSR-330/43 Clamp suspension suitable with conductors ACSR-330/43
Min. breaking strength of suspension string 7000 daN Min. breaking strength of suspension string 7000 daN
All minimum nominal creepage distance of STRING 4840 mm All minimum nominal creepage distance of STRING 4840 mm
INSULATORs INSULATORs

8 8

4 5 6 11 10 7 4 5 6 11 10 7

1 2 3 9 1 2 3 9

13 13

80

400
400
80

Min 12mm
Min 12mm

12
1800mm 12 1800mm

M20
M20

3000mm
3000mm

Note: The requirement shall has holes for Counter weight Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit) ( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43


DL70-1x17 EVN SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD70-1x17
(Contaminated area = 2.0 cm/kV, with height under 1000m) (Contaminated area = 2.0 cm/kV, with height under 1000m)
PECC4 Page : 1/27 PECC4 Page: 2/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
JUMPER AND SINGLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
CODE MATERIAL QUANTITY CODE MATERIAL QUANTITY
NO DESCRIPTION STRENGTH NOTE NO DESCRIPTION STRENGTH NOTE
(daN) (daN)
1 U bolt Gal.steel 1 14000 1 U bolt Gal.steel 1 12000
2 Yoke plate Gal.steel 1 14000 2 Ball eye Gal.steel 1 12000
3 Ball eye Gal.steel 2 7000 3 Insulator U120B 1x17
Include Include
4 Insulator U70BS 2x17 4 Corona ring Gal.steel 2
bolts and bolts and
5 Anchor shackle Gal.steel 1 14000 nuts, zinc 5 Socket clevis Gal.steel 1 12000 nuts, zinc
6 Socket clevis Aluminium alloy 2 7000 sleeve on 6 Yoke plate Gal.steel 1 12000 sleeve on
7 1 pin of 7 Eye link 12000 pin of
Yoke plate Gal.steel 14000 Gal.steel 2
insulator insulator
8 Eye link Gal.steel 2 7000 8 Clamp suspension Aluminium alloy 2 12000
9 Clamp suspension Aluminium alloy 2 7000 9 Arcing horn Gal.steel 2
10 Clevis tounge Gal.steel 2 7000 10 Link plate Gal.steel 2 12000
11 Link plate Gal.steel 2 7000 11 Clevis tounge Gal.steel 2 12000
12 Arcing horn Gal.steel 2 12 Armour rod Aluminium alloy 2
13 Corona ring Gal.steel 2 13 Counter weight Gal.steel
14 Armour rod Aluminium alloy 2 Clamp suspension suitable with conductors ACSR-330/43
15 Counter weight Gal.steel Min. breaking strength of suspension string 12000 daN
Clamp suspension suitable with conductors ACSR-330/43 All minimum nominal creepage distance of STRING 4840 mm
Min. breaking strength of suspension string 14000 daN INSULATORs
All minimum nominal creepage distance of STRING 4840 mm 8
INSULATORs
6 7 8
4 5 6 11 10 7
1 5 2 3 4 12 13 10 9
1 2 3 9

13
15

80

400
400
80

Min 12mm
Min 12mm

14
1800mm
12
11
M20

M20
3000mm
Note: The requirement shall has holes for Counter weight Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit) ( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x17 EVN SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x17
(Contaminated area = 2.0 cm/kV, with height under 1000m) (Contaminated area = 2.0 cm/kV, with height under 1000m)
PECC4 Page: 3/27 PECC4 Page: 4/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE AND SINGLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
CODE MATERIAL QUANTITY CODE
NO DESCRIPTION STRENGTH NOTE NO DESCRIPTION MATERIAL QUANTITY STRENGTH NOTE
(daN) (daN)
1 U bolt Gal.steel 1 24000 1 Tower hinge Gal.steel 1 16000
2 Yoke plate Gal.steel 1 24000 2 90 clevis tongues Gal.steel 1 16000
3 Ball eye Gal.steel 2 12000 3 Adjustable plate Gal.steel 1 16000
Include
4 Insulator U120B 2x17 4 Ball eye Gal.steel 1 16000 Include
bolts and
5 Anchor shackle Gal.steel 1 24000 nuts, zinc 5 Shocket eye Gal.steel 1 16000 bolts and
sleeve on nuts, zinc
6 Socket clevis Aluminium alloy 2 12000 6 Yoke plate Gal.steel 1 16000 sleeve on
7 1 pin of
Yoke plate Gal.steel 24000 7 Tension clamp Aluminium alloy 2 16000 pin of
insulator
8 Eye link Gal.steel 2 12000 8 Arcing horn Gal.steel 1 insulator
9 Clamp suspension Aluminium alloy 2 12000 9 Corona ring Gal.steel 1
10 Clevis tounge Gal.steel 2 12000 10 Insulator U160BS 1x17
11 Link plate Gal.steel 2 12000 11 Anchor shackle Gal.steel 2 16000
12 Arcing horn Gal.steel 2 12 Adjustable plate Gal.steel 2 16000
13 Corona ring Gal.steel 2 13 Tension jumper connector 2
Aluminium alloy
14 Armour rod Aluminium alloy 2 Clamp tension suitable with counductors ACSR-330/43
15 Counter weight Gal.steel Min. breaking strength of tension string 16000 daN
Clamp suspension suitable with conductors ACSR-330/43 All minimum nominal creepage distance of STRING 4840 mm
Min. breaking strength of suspension string 24000 daN INSULATORs
All minimum nominal creepage distance of STRING NOTE: - The accessory is made to be able to become a inverse string.
4840 mm
INSULATORs
6 7 8
1 5 2 3 4 12 13 10 9

9 5 6 12 11 7

1 2 3 4 8 10

15

20
400
80

160

400
Min 12mm
M27

20
14
11
1800 mm

11

Min 60mm
M20

13

Note: The requirement shall has holes for Counter weight


( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK120-2x17 ND160-1x17


(Contaminated area = 2.0 cm/kV, with height under 1000m) EVN SINGLE TENSION INSULATOR FOR 2xACSR 330/43 (NN160-1x17)
PECC4 Page: 5/27 (Contaminated area = 2.0 cm/kV, with height under 1000m)
PECC4 Page: 6/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE SUSPENSION AND SINGLE
Chief subject Bui Thanh Quang
TENSION STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE
(daN) (daN)
1 Tower hinge Gal.steel 2 16000 1 Shackle Gal.steel 1 000
2 90 clevis tongues Gal.steel 2 16000 2 Link plate Gal.steel 1 000
3 Adjustable plate Gal.steel 2 16000 3 Adjustable plate Gal.steel 1 000
Include Include
4 Ball eye Gal.steel 2 16000 bolts and 4 90 clevis tongues Gal.steel 1 000 bolts and
5 Shocket eye Gal.steel 2 16000 nuts, zinc 5 Ball eye Gal.steel 2 000 nuts, zinc
Yoke plate 1 sleeve on 6 2 000 sleeve on
6 Gal.steel 32000 Gal.steel
pin of pin of
7 Tension clamp Aluminium alloy 2 16000 insulator 7 Yoke plate Gal.steel 1 000 insulator
8 Arcing horn Gal.steel 2 8 Tension clamp Aluminium alloy 2 000
9 Corona ring Gal.steel 1 9 Arcing horn Gal.steel 1
10 Insulator U160BS 2x17 10 Corona ring Gal.steel 1
11 Anchor shackle Gal.steel 2 16000 11 Insulator U160BS 2x17
12 Adjustable plate Gal.steel 2 16000 12 Anchor shackle Gal.steel 2 000
13 Tension jumper connector Aluminium alloy 2 13 Adjustable plate Gal.steel 2 000
Clamp tension suitable with counductors ACSR-330/43 14 Tension jumper connector Aluminium alloy 2 000
Min. breaking strength of tension string 32000 daN 15 Yoke plate Gal.steel 1 000
All minimum nominal creepage distance of string insulators 4840 mm Clamp tension suitable with counductors ACSR-330/43
NOTE: - The accessory is made to be able to become a inverse string.
Min. breaking strength of tension string 32000 daN
All minimum nominal creepage distance of string insulators 4840 mm

9 10

2 4 8 10 5 6 5 9 11 6 7 13 12 8
1 3
15
20

1 2 3 4
160

M27
20

400

400
400

400
20
160

M27
20

1800mm
11 11
12
>1800mm
Min 60mm

M22
13
26

14

EVN DOUBLE TENSION INSULATOR FOR 2xACSR 330/43


NK160-2x17 EVN TENSION INSULATOR STRING FOR 2xACSR 330/43, NKTC160-2x17
CONNECT TO BUS BAR
(Contaminated area = 2.0 cm/kV, with height under 1000m)
PECC4 Page: 7/27 PECC4 (Contaminated area = 2.0 cm/kV, with height under 1000m)

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE TENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE
(daN)
1 Tower hinge Gal.steel 2 16000
2 90 clevis tongues Gal.steel 2 16000
3 Adjustable plate Gal.steel 2 16000
Include
4 Ball eye Gal.steel 2 16000 bolts and
5 Shocket eye Gal.steel 2 16000 nuts, zinc
6 Yoke plate 1 sleeve on
Gal.steel 32000
pin of
7 Tension clamp Aluminium alloy 2 16000 insulator
8 Arcing horn Gal.steel 2
9 Corona ring Gal.steel 1
10 Insulator U160BS 2x17
11 Twisted double clevis Gal.steel 2 16000
12 Adjustable plate Gal.steel 2 16000
13 Tension jumper connector Aluminium alloy 2
14 Yoke plate Gal.steel 1 32000
15 Assembly link Gal.steel 2 32000
16 Surge arrester (with surge counter) 1
17 Arcing horn of surge arrester 1
Clamp tension suitable with counductors ACSR-330/43
Min. breaking strength of tension string 32000 daN
All minimum nominal creepage distance of STRING 4840 mm
INSULATORs 9
1 2 3 4 8 10 5 6
20
160

M27
20

15 7

400
400
20
160

M27
20

16 17

1000 - 1250m

>1800mm
11 11
12

Min 60mm

13
14

EVN DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 WITH SURGE NK160-2x17
ARRESTER (Contaminated area = 2.0 cm/kV, with height under
PECC4 1000m) Page: 9/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE TENSION STRING
Chief subject Bui Thanh Quang
INSULATOR WITH SURGE ARRESTER
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE CODE MATERIAL QUANTITY NOTE
NO DESCRIPTION STRENGTH
(daN) (daN)
1 U bolt Gal.steel 1 7000
1 U bolt Gal.steel 1 7000
2 Ball eye Gal.steel 1 7000
2 Ball eye Gal.steel 1 7000
3 Insulator U70BS 1x18 1x18
3 Insulator U70BS
4 Corona ring Gal.steel 2 Include Include
4 Corona ring Gal.steel 2
Socket clevis 1 bolts and bolts and
5 Gal.steel 7000 5 1 7000
nuts, zinc Socket clevis Gal.steel nuts, zinc
6 Yoke plate Gal.steel 1 7000 1 sleeve on
sleeve on 6 Yoke plate Gal.steel 7000
7 Eye link Gal.steel 2 7000 pin of 7 7000 pin of
Eye link Gal.steel 2
8 Clamp suspension 7000 insulator insulator
Aluminium alloy 2 8 Clamp suspension Aluminium alloy 2 7000
9 Arcing horn Gal.steel 2 9 Arcing horn Gal.steel 2
10 Link plate Gal.steel 2 7000 10 Link plate Gal.steel 2 7000
11 Clevis tounge Gal.steel 2 7000 11 Clevis tounge Gal.steel 2 7000
12 Armour rod Aluminium alloy 2 12 Armour rod Aluminium alloy 2
13 Counter weight Gal.steel 13 Counter weight Gal.steel
Clamp suspension suitable with conductors ACSR-330/43 Clamp suspension suitable with conductors ACSR-330/43
Min. breaking strength of suspension string 7000 daN Min. breaking strength of suspension string 7000 daN
All minimum nominal creepage distance of STRING 4840 mm All minimum nominal creepage distance of STRING 4840 mm
INSULATORs INSULATORs

8 8

4 5 6 11 10 7 4 5 6 11 10 7

1 2 3 9 1 2 3 9

13
13

80

400
400
80

Min 12mm
Min 12mm

12
1800mm 12 1800mm

M20
M20

3000mm
3000mm

Note: The requirement shall has holes for Counter weight Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit) ( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43


DL70-1x18 EVN SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD70-1x18
(Contaminated area = 2.0 cm/kV, with height above 1000m) (Contaminated area = 2.0 cm/kV, with height above 1000m)
PECC4 Page : 10/27 PECC4 Page: 11/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
JUMPER AND SINGLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
DESCRIPTION CODE MATERIAL QUANTITY NOTE DESCRIPTION CODE MATERIAL QUANTITY NOTE
NO STRENGTH NO STRENGTH
(daN) (daN)
1 U bolt Gal.steel 1 14000 1 U bolt Gal.steel 1 12000
2 Yoke plate Gal.steel 1 14000 2 Ball eye Gal.steel 1 12000
3 Ball eye Gal.steel 2 7000 3 Insulator U120B 1x18
Include Include
4 Insulator U70BS 2x18 4 Corona ring Gal.steel 2
bolts and bolts and
5 90 clevis tongues Gal.steel 1 14000 nuts, zinc 5 Socket clevis Gal.steel 1 12000 nuts, zinc
6 Socket clevis Aluminium alloy 2 7000 sleeve on 6 Yoke plate Gal.steel 1 12000 sleeve on
7 1 pin of 7 12000 pin of
Yoke plate Gal.steel 14000 Eye link Gal.steel 2
insulator insulator
8 Eye link Gal.steel 2 7000 8 Clamp suspension Aluminium alloy 2 12000
9 Clamp suspension Aluminium alloy 2 7000 9 Arcing horn Gal.steel 2
10 Clevis tounge Gal.steel 2 7000 10 Link plate Gal.steel 2 12000
11 Link plate Gal.steel 2 7000 11 Clevis tounge Gal.steel 2 12000
12 Arcing horn Gal.steel 2 12 Armour rod Aluminium alloy 2
13 Corona ring Gal.steel 2 13 Counter weight Gal.steel
14 Armour rod Aluminium alloy 2 Clamp suspension suitable with conductors ACSR-330/43
15 Counter weight Gal.steel Min. breaking strength of suspension string 12000 daN
Clamp suspension suitable with conductors ACSR-330/43 All minimum nominal creepage distance of STRING 4840 mm
Min. breaking strength of suspension string 14000 daN INSULATORs
All minimum nominal creepage distance of STRING 4840 mm 8
INSULATORs
6 7 8
4 5 6 11 10 7
1 5 2 3 4 12 13 10 9
1 2 3 9

15 13

80

400
400
80

Min 12mm
Min 12mm

14
1800mm
12
11
M20

M20
3000mm
Note: The requirement shall has holes for Counter weight Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit) ( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x18 EVN SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x18
(Contaminated area = 2.0 cm/kV, with height above 1000m) (Contaminated area = 2.0 cm/kV, with height above 1000m)
PECC4 Page: 12/27 PECC4 Page: 13/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE AND SINGLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
DESCRIPTION CODE MATERIAL QUANTITY NOTE DESCRIPTION QUANTITY STRENGTH
NO STRENGTH NO CODE MATERIAL NOTE
(daN) (daN)
1 U bolt Gal.steel 1 24000 1 U bolt Gal.steel 1 24000
2 Yoke plate Gal.steel 1 24000 2 Yoke plate Gal.steel 1 24000
3 Ball eye Gal.steel 2 12000 3 Ball eye Gal.steel 2 12000
Include Include
4 Insulator U120B 2x18 4 Insulator U120B 2x18
bolts and bolts and
5 90 clevis tongues Gal.steel 1 24000 nuts, zinc 5 90 clevis tongues Gal.steel 1 24000 nuts, zinc
6 Socket clevis Aluminium alloy 2 12000 sleeve on 6 Socket clevis Aluminium alloy 2 12000 sleeve on
7 1 pin of 7 1 pin of
Yoke plate Gal.steel 24000 Yoke plate Gal.steel 24000
insulator insulator
8 Eye link Gal.steel 2 12000 8 Eye link Gal.steel 2 12000
9 Clamp suspension Aluminium alloy 2 12000 9 Clamp suspension Aluminium alloy 2 12000
10 Clevis tounge Gal.steel 2 12000 10 Clevis tounge Gal.steel 2 12000
11 Link plate Gal.steel 2 12000 11 Link plate Gal.steel 2 12000
12 Arcing horn Gal.steel 2 12 Arcing horn Gal.steel 2
13 Corona ring Gal.steel 2 13 Corona ring Gal.steel 2
14 Armour rod Aluminium alloy 2 14 Armour rod Aluminium alloy 2
15 Surge arrester (with surge counter) 1 15 Counter weight Gal.steel
16 Arcing horn of surge arrester 1 Clamp suspension suitable with conductors ACSR-330/43
17 Counter weight Gal.steel Min. breaking strength of suspension string 24000 daN
Clamp suspension suitable with conductors ACSR-330/43 All minimum nominal creepage distance of STRING 4840 mm
Min. breaking strength of suspension string 24000 daN INSULATORs
6 7 8
All minimum nominal creepage distance of STRING 4840 mm
1 5 2 3 4 12 13 10 9
INSULATORs 6 7 8
1 5 2 3 12 4 13 10 9

15

400
80
17

400
80

Min 12mm

Min 12mm
14
11
15 16

1000 - 1250m

14

M20
11
M20

Note: The requirement shall has holes for Counter weight


( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK120-2x18


(Contaminated area = 2.0 cm/kV, with height above 1000m)
PECC4 Page: 15/27
Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 WITH DK120-2x18 220kV NAM MO (LAO) - TUONG DUONG
SURGE ARRESTER (Contaminated area = 2.0 cm/kV, with height VIET NAM ELECTRICITY TRANSMISSION LINE
above 1000m) POWER ENGINEERING CONSULTING JOINT
PECC4 Page: 14/27 (Section in Vietnam territory)
STOCK COMPANY 4

Deputy directorVo Trong Son


Project Manager
Le Nguyen Tri
DOUBLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE
(daN) (daN)
1 Tower hinge Gal.steel 2 16000 1 Tower hinge Gal.steel 2 16000
2 90 clevis tongues Gal.steel 2 16000 2 90 clevis tongues Gal.steel 2 16000
3 Adjustable plate Gal.steel 2 16000 3 Adjustable plate Gal.steel 2 16000
Include Include
4 Ball eye Gal.steel 2 16000 bolts and 4 Ball eye Gal.steel 2 16000 bolts and
5 Shocket eye Gal.steel 2 16000 nuts, zinc 5 Shocket eye Gal.steel 2 16000 nuts, zinc
6 Yoke plate 1 sleeve on Yoke plate 1 sleeve on
Gal.steel 32000 6 Gal.steel 32000
pin of pin of
7 Tension clamp Aluminium alloy 2 16000 insulator 7 Tension clamp Aluminium alloy 2 16000 insulator
8 Arcing horn Gal.steel 2 8 Arcing horn Gal.steel 2
9 Corona ring Gal.steel 1 9 Corona ring Gal.steel 1
10 Insulator U160BS 2x18 10 Insulator U160BS 2x18
11 Twisted double clevis Gal.steel 2 16000 11 Anchor shackle Gal.steel 2 16000
12 Adjustable plate Gal.steel 2 16000 12 Adjustable plate Gal.steel 2 16000
13 Tension jumper connector Aluminium alloy 2 13 Tension jumper connector Aluminium alloy 2
14 Yoke plate Gal.steel 1 32000 Clamp tension suitable with counductors ACSR-330/43
15 Assembly link Gal.steel 2 32000 Min. breaking strength of tension string 32000 daN
16 Surge arrester (with surge cou nter) 1 All minimum nominal creepage distance of STRING 4840 mm
INSULATORs
17 Arcing horn of surge arrester 1 NOTE: - The accessory is made to be able to become a inverse string.
Clamp tension suitable with counductors ACSR-330/43
Min. breaking strength of tension string 32000 daN
All minimum nominal creepage distance of STRING 4840 mm 9
INSULATORs 9
1 2 3 4 8 10 5 6 1 2 3 4 8 10 5 6
20

20
160

160
M27 M27
20

20
15 7 7

400

400
400

400
20

20
160

160
M27 M27
20

20
16 17
>1800mm
1000 - 1250m 11 11
12

>1800mm
Min 60mm
11 11
12

Min 60mm 13

13
14

EVN DOUBLE TENSION INSULATOR FOR 2xACSR 330/43


NK160-2x18
EVN DOUBLE TENSION INSULATOR FOR 2xACSR 330/43 WITH SURGE
NK160-2x18
(Contaminated area = 2.0 cm/kV, with height above 1000m)
ARRESTER (Contaminated area = 2.0 cm/kV, with height above 1000m) PECC4 Page: 17/27
PECC4 Page: 16/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
DOUBLE TENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE
(daN)
1 Tower hinge Gal.steel 1 16000
2 90 clevis tongues Gal.steel 1 16000
3 Adjustable plate Gal.steel 1 16000
4 Ball eye Gal.steel 1 16000 Include
5 Shocket eye Gal.steel 1 16000 bolts and
6 Yoke plate Gal.steel 1 nuts, zinc
16000
sleeve on
7 Tension clamp Aluminium alloy 2 16000 pin of
8 Arcing horn Gal.steel 1 insulator
9 Corona ring Gal.steel 1
10 Insulator U160BS 1x18
11 Anchor shackle Gal.steel 2 16000
12 Adjustable plate Gal.steel 2 16000
13 Tension jumper connector Aluminium alloy 2
Clamp tension suitable with counductors ACSR-330/43
Min. breaking strength of tension string 16000 daN
All minimum nominal creepage distance of STRING 4840 mm
INSULATORs
NOTE: - The accessory is made to be able to become a inverse string.

9 5 6 12 11 7

1 2 3 4 8 10

20
160

400
M27

20
>1800 mm

11

Min 60mm

13

ND160-1x18
EVN SINGLE TENSION INSULATOR FOR 2xACSR 330/43 (NN160-1x18)
(Contaminated area = 2.0 cm/kV, with height above 1000m)
PECC4 Page: 18/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
SINGLE TENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE DESCRIPTION QUANTITY STRENGTH
NO CODE MATERIAL NOTE
(daN) (daN)
1 U bolt Gal.steel 1 7000
1 U bolt Gal.steel 1 14000
2 Ball eye Gal.steel 1 7000
2 Yoke plate Gal.steel 1 14000
3 Insulator U70BLP 1x14
3 Ball eye Gal.steel 2 7000
4 Corona ring Gal.steel 2 Include Include
4 Insulator U70BLP 2x14 bolts and
Socket clevis 1 7000 bolts and
5 Gal.steel 5 90 clevis tongues Gal.steel 1 14000 nuts, zinc
nuts, zinc
6 Yoke plate Gal.steel 1 7000 sleeve on sleeve on
6 Socket clevis Aluminium alloy 2 7000
Eye link pin of pin of
7 Gal.steel 2 7000 7 Gal.steel 1 14000
insulator Yoke plate insulator
8 Clamp suspension Aluminium alloy 2 7000 8 Eye link 2
Gal.steel 7000
9 Arcing horn Gal.steel 2 9 Clamp suspension Aluminium alloy 2 7000
10 Link plate Gal.steel 2 7000 10 Clevis tounge Gal.steel 2 7000
11 Clevis tounge Gal.steel 2 7000 11 Link plate Gal.steel 2 7000
12 Armour rod Aluminium alloy 2 12 Arcing horn Gal.steel 2
13 Counter weight Gal.steel 13 Corona ring Gal.steel 2
Clamp suspension suitable with conductors ACSR-330/43 14 Armour rod Aluminium alloy 2
Min. breaking strength of suspension string 7000 daN 15 Counter weight Gal.steel
All minimum nominal creepage distance of STRING 6050 mm Clamp suspension suitable with conductors ACSR-330/43
INSULATORs Min. breaking strength of suspension string 14000 daN
All minimum nominal creepage distance of STRING 6050 mm
8 INSULATORs
6 7 8
4 5 6 11 10 7
1 5 2 3 4 12 13 10 9
1 2 3 9

13
15

400
80
400
80

Min 12mm Min 12mm

14
1800mm 12
11

M20
M20

3000mm
Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)
Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)
EVN DOUBLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DK70-2x14
(Contaminated area = 2.5 cm/kV)
PECC4 Page: 20/27
EVN DL70-1x14
JUMPER SUSPENSION INSULATOR FOR 2xACSR 330/43
(Contaminated area = 2.5 cm/kV)
PECC4 Page : 19/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
JUMPER AND DOUBLE SUSPENSION
Chief subject Bui Thanh Quang
STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
BREAKING BREAKING
NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE NO DESCRIPTION CODE MATERIAL QUANTITY STRENGTH NOTE
(daN) (daN)
1 U bolt Gal.steel 1 12000 1 Tower hinge Gal.steel 2 16000
2 Ball eye Gal.steel 1 12000
2 90 clevis tongues Gal.steel 2 16000
3 Insulator U120BP 1x14
Include 3 Adjustable plate Gal.steel 2 16000
4 Corona ring Gal.steel 2 Include
bolts and Ball eye 2
4 Gal.steel 16000 bolts and
5 Socket clevis Gal.steel 1 12000 nuts, zinc
sleeve on 5 Shocket eye Gal.steel 2 16000 nuts, zinc
6 Yoke plate Gal.steel 1 12000 sleeve on
pin of 1
6 Yoke plate Gal.steel 32000 pin of
7 Eye link Gal.steel 2 12000 insulator
12000 7 Tension clamp Aluminium alloy 2 16000 insulator
8 Clamp suspension Aluminium alloy 2
8 Arcing horn Gal.steel 2
9 Arcing horn Gal.steel 2
10 12000 9 Corona ring Gal.steel 1
Link plate Gal.steel 2
11 Gal.steel 2 12000 10 Insulator U160BLP 2x14
Clevis tounge
12 Armour rod Aluminium alloy 2 11 Anchor shackle Gal.steel 2 16000
13 Counter weight Gal.steel 12 Adjustable plate Gal.steel 2 16000
Clamp suspension suitable with conductors ACSR-330/43 13 Tension jumper connector Aluminium alloy 2
Min. breaking strength of suspension string 12000 daN Clamp tension suitable with counductors ACSR-330/43
All minimum nominal creepage distance of STRING 6050 mm Min. breaking strength of tension string 32000 daN
INSULATORs All minimum nominal creepage distance of STRING 6050 mm
INSULATORs
8 NOTE: - The accessory is made to be able to become a inverse string.
4 5 6 11 10 7

1 2 3 9 9

1 2 3 4 8 10 5 6

20
160
13
80

400
M27

20
Min 12mm
7

400
400
20
160
1800mm
12
M27

20
>1800mm
11 11
12

Min 60mm
M20

13

3000mm
Note: The requirement shall has holes for Counter weight
( - Counter weight : 100kg - 800kg, weight of each unit: 25kg/unit)

EVN SINGLE SUSPENSION INSULATOR FOR 2xACSR 330/43 DD120-1x14 EVN DOUBLE TENSION INSULATOR FOR 2xACSR 330/43
NK160-2x14

(Contaminated area = 2.5 cm/kV) (Contaminated area = 2.5 cm/kV)


PECC4 Page: 21/27 PECC4 Page: 22/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
SINGLE SUSPENSION AND DOUBLE
Chief subject Bui Thanh Quang
TENSION STRING INSULATOR
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
WEIGHT (kg) WEIGHT (kg)
No. DETAILED NAME CODE MAIN MATERIAL Q.TY NOTE No. DETAILED NAME CODE MAIN MATERIAL Q.TY NOTE
UNIT TOTAL UNIT TOTAL
1 Anchor shackle 4 1 Anchor shackle 4
2 Shocket clevis 2 2 Shocket clevis 2
3 Adjustable plate 2 3 Adjustable plate 2 Include
Include bolts
4 90 clevis tongues 2 bolts and 4 90 clevis tongues 2 and
5 Preformed dead end 2 nuts 5 nuts
Preformed dead end 2
6 Protection rod 2 6 Protection rod 2
7 Parallel groove clamp 1 7 Parallel groove clamp 2
8 Bond wire (include clamp) 1 8 Bond wire (include clamp) 2
Suitable optical cable size of clamp OPGW-81 9 Clamp OPGW on tower 2
Min. breaking strength of string 12000 daN OPGW-81
Suitable optical cable size of clamp
Min. breaking strength of string 12000 daN

70
70 8080
M 18 8080

M 18
20

20
2 3 2
1 3 5 6
4 5 6 1 4

7
M1
6

6
M1
9

EVN TENSION STRING FOR OPGW-81 NCQ-81 EVN NCQH-81


TENSION STRING FOR OPGW-81
PECC4 (WITHOUT JOINT BOX) Page : 23/27 PECC4 (WITH JOINT BOX) Page : 24/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri TENSION STRING FOR OPGW-81
Chief subject Bui Thanh Quang
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
WEIGHT (KG)
No. DETAILED NAME CODE MATERIAL Q.TY NOTE
Unit Total
1 U bolt 1
2 Anchor shackle 1
3 90 clevis tongues 1
Include
4 Suspension clamp 1 bolts and
5 Neoprene insert 1 nuts

6 Protection rod 1
7 Parallel groove clamp 1
8 Bond wire (include clamp) 1
Suitable for optical cable size of clamp OPGW-81
Min.breaking of string 7000 daN

80 M16

12
1

3
4
7 5 6

F16

EVN DCQ-81
SUSPENSION STRING FOR OPGW-81
PECC4 Page : 25/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Section in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri SUSPENSION STRING FOR OPGW-81
Chief subject Bui Thanh Quang
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
WEIGHT (KG) WEIGHT (KG)
No. DETAILED NAME CODE MATERIAL Q.TY NOTE No. DETAILED NAME CODE MATERIAL Q.TY NOTE
Unit Total Unit Total
1 U Bolt Gal.steel 1 1 Anchor shackle Gal.steel 3
include
2 Ball eye Gal.steel 1 bolts and 2 Adjustable plate Gal.steel 1 Include
nuts bolts and
3 Suspension clamp Gal.steel 1 3 Link to execute Gal.steel 1 nuts
4 Bond wire (include clamp) Aluminium alloy 1 4 Tension clamp Aluminium alloy 1
5 Parallel connector Aluminium alloy 5 Bond wire (include clamp) 1
Suitable for groundwire size of clamp PHLOX-75.5 Suitable for groundwire size of clamp PHLOX-75.5

Min. breaking strength of string 7000 daN Min.breaking of string 7000 daN

80
M16

Min 10mm 1 2 3 1 4

20
2 18 L = 2,5m

3 5

17
5
L = 2,5m

EVN DCS EVN NCS


SUSPENSION STRING FOR PHLOX-75.5 TENSION STRING FOR PHLOX-75.5

PECC4 Page : 26/27 PECC4 Page : 27/27

220kV NAM MO (LAO) - TUONG DUONG


VIET NAM ELECTRICITY TRANSMISSION LINE
POWER ENGINEERING CONSULTING JOINT (Transimssion line in Vietnam territory)
STOCK COMPANY 4

Deputy director Vo Trong Son


Project Manager Le Nguyen Tri
SUSPENSION AND TENSION
Chief subject Bui Thanh Quang
STRING FOR PHLOX-75.5
Checked by Le Hoang Thuong TKKT - 2021
Designed by Nguyen Duc Tan TL 1:#
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Part 3. CONDITIONS OF CONTRACT AND CONTRACT FORMS

Chapter VI. GENERAL CONDITIONS OF CONTRACT (GCC)

1. Definitions The following words and expressions shall have the meanings
hereby assigned to them:
1.1. “Purchaser” means the organization specified in the
special conditions of contract (SCC);
1.2. “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated by
reference therein;
1.3. “Supplier” means the successful Bidder (independent
bidder or bidder in a consortium), as specified in the SCC;
1.4. “Subcontractor” means any natural person or
organization mentioned in the list of subcontractor proposed by
the Supplier in the Bidding Documents or who perform tasks as
required by the Supplier in the Bidding Documents; or to whom
any part or tasks mentioned in the Bidding Documents is
subcontracted by the Supplier and approved by the Purchaser;
1.5. “Contract Documents” means the documents listed in
the Contract Agreement, including any amendments thereto;
1.6. “Contract Price” means the price as specified in the
Contract in terms of supply of Goods and Related services. The
Contract Price includes expenses incurred from taxes, fees and
charges (if any);
1.7. “Day” means calendar day; month means calendar
month;
1.8. “Goods” means all of the machinery and equipment,
raw material, components; commodities; medical supplies;
1.9. “Related Services” means the services such as
warranty, maintenance, repair and supply of components or
spare parts as well as other relevant after-sale services,
including training and technology transfers;
1.10. “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract;
1.11. “The Project Site,” means the place named in the SCC.
2. Order of All documents forming the Contract shall be arranged

Chapter VI. Page 1/8 9/2021


General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

precedence according to the following order of precedence:


2.1. Contract Agreement, and Appendices thereof;
2.2. Notification of contract award;
2.3. Decision on approval for Bidder selection result;
2.4. SCC;
2.5. General conditions of contract (GCC);
2.6. Bidding Documents and guidelines for Bidding
Documents of the Supplier;
2.7. Invitation for Bid and amendments to Invitation for Bid
(if any);
2.8. Other documents specified in the SCC.
3. Governing Law The Contract shall be governed by the laws of Vietnam, the
and language language of the Contract shall be Vietnamese.
4. Authorization Unless otherwise prescribed by SCC, the Purchaser may give or
revoke authorization to any person upon the Notice sent to the
Supplier.
5. Notices 5.1. Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the SCC.
5.2. A notice shall be effective when received or on the
notice’s effective date, whichever is later.
6. Performance 6.1. The Supplier shall, before the deadline specified in the
Security Notification of contract award, provide a performance security
for the Purchaser. The performance security shall apply format,
value and effect as specified in the SCC.
6.2. The time limit for which the performance security is
returned shall be specified in the SCC.
7. Subcontractor 7.1. The Supplier is entitled to conclude agreements with
subcontractors mentioned in the list of subcontractors as
prescribed in SCC to perform part of tasks as specified in the
Bidding Documents. The employment of subcontractors shall not
change any duty or obligation of the Supplier. The Supplier shall
be accountable to the Purchaser for quantity, quality, schedule and
other obligations performed by the subcontractors.
Replacement and addition of subcontractors beyond the list
mentioned in this Section is subject to permission by the Purchaser
with appropriate reasons.
7.2. The Supplier may not employ the subcontractors for any task
other than those tasks performed by the subcontractors as

Chapter VI. Page 2/8 9/2021


General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

mentioned in the Invitation for Bid.


7.3. Other requirements pertaining to the subcontractors specified
in the SCC.
8. Settlement of 8.1. The Purchaser and the Supplier shall make every effort to
Disputes resolve by direct informal negotiation or conciliation any
disagreement or dispute arising between them.
8.2. If the disagreement or dispute cannot be settled by direct
informal negotiation or conciliation within the time limit
prescribed in the SCC from the date on which the disagreement
or dispute arise, any party may request the regime for dispute
settlement specified in the SCC.
9. Scope of supply The Goods and Related Services to be supplied as specified in the
Chapter V – Scope of Supply shall be prescribed in Appendix Price
schedules and be an integral part of the Contract, including goods
and services to be supplied by the Supplier and prices thereof.
10. Delivery of The Delivery of the Goods and Completion of the Related
Goods and Services (if any) shall be in accordance with Section 1 Chapter V
Completion of – Scope of supply The Supplier shall provide invoices and/or
Related Services other documents prescribed in the SCC.
(if any) and
Documents
11. Supplier’s The Supplier shall supply all the Goods and Related Services (if
Responsibilities any) included in the Scope of Supply in accordance with GCC
Section 9, and the Delivery and Completion Schedule, as per GCC
Section 10.
12. Type of 12.1. Type of contract: specified in SCC.
Contract and 12.2. The Contract price specified in the SCC is the total expenses
Contract Price incurred from fulfillment of provision of Goods and Related
services of the procurement mentioned in the Price Schedules
according to requirements pertaining to schedule and quality of
the procurement The Contract price includes total expense
incurred from taxes, fees and charge (if any).
12.3. The Price Schedules specified in the Appendix of Price
Schedules is an integral part of this Contract, including scope of
supply and amounts of items.
13. Adjustment of
Contract Price The adjustment of contract price and contract quantity shall be
and Contract specified in the SCC.
Quantity

Chapter VI. Page 3/8 9/2021


General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

14. Tax The tax adjustment shall be specified in the SCC.


Adjustment
15. Advance 15.1. The Purchaser shall provide the Supplier with an Advance
payment Payment as specified in the SCC against a Bank Guarantee for
equivalent advance payment. The Bank Guarantee for advance
payment must be issued by a bank or a credit institution lawfully
operating in Vietnam and remain valid until the advanced payment
is totally refunded; the value of the Bank Guarantee for advance
payment shall gradually decrease equivalent to the refunded
amount of advance payment by the Supplier. The advance
payment shall not be charged interest.
15.2. The Supplier may only use the advance payment for the
Contract execution. The Supplier is required to justify the proper
use of such advance by submitting copies of invoice and relevant
documents to the Purchaser. The Bank Guarantee for advance
payment shall be revoked from the Supplier upon their failure to
use the advance properly.
15.3. The amount of advance shall be refunded by deducting an
amount from the due payments with a given rate according to the
rate of task completion.
16. Terms of 16.1. The payment shall be specified in the SCC. In the event that
Payment the Purchaser fails to pay the Supplier any payment by its due
date, the Purchaser shall pay to the Supplier interest on the amount
of such delayed payment at the next payment. The rate, for the
period of delay until payment has been made in full, shall apply
the rate in force in terms of commercial loans in VND.
16.2. Payment currency: VND.
17. Copyright The Supplier shall totally take responsibility for any damage
incurring by complaints of a third party in terms of violations
against intellectual property copyright of goods furnished to the
Purchaser by the Supplier.

18. Confidential 18.1. The Supplier shall keep confidential and shall not, without
Information the written consent of the Purchaser hereto, divulge to any third
party unrelated to the performance of the Contract any content
of the Contract as well as an technical specifications, diagram,
drawings, model, or other information furnished the Purchaser
or the Purchaser’s representative. The Supplier may only
provide information for persons related to the performance of
the Contract in conformity with the confidential regime and
necessary scope for the performance of the Contract.
Chapter VI. Page 4/8 9/2021
General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

18.2. The Purchaser shall not, without the written consent of the
Purchaser, use any document or other information specified in
GCC Section 18.1 for any purpose other than the performance
of the Contract.
18.3. All documents prescribed in GCC Section 18.1 are under
ownership of the Purchaser. The Supplier shall, at the request of
the Purchaser, return above documents (including copies
thereof) upon the completion of the performance of the
Contract.
19. Specifications The Goods and Related Services supplied under this Contract
and Standards shall conform to the technical specifications and standards
mentioned in Section 2 of Chapter VI – Scope of supply; when
no applicable standard is mentioned, the standard shall be
equivalent or superior to the official standards whose
application is appropriate to the Goods’ country of origin.

20. Packing The Supplier shall provide such packing of the Goods during
transit to their final destination in conformity with each type of
vehicle as indicated in the SCC. The packing is required to
prevent their damage due to collision during material handling
or shipment process and other environmental factors. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness, vehicles, infrastructure, etc. from
the good’s departure point to the goods’ final destination.
21. Insurance The Goods supplied under the Contract shall be fully insured
against loss or damage incidental to manufacture,
transportation, storage, and delivery as specified in the SCC.
22. Delivery and Requirements pertaining to shipment and other requirements as
services specified in the SCC.
23. Inspections 23.1. The Supplier or its designated representative shall be
and Tests entitled to attend the tests and/or inspections to justify that the
Goods meet the specifications required by the Contract.
Contents, place and methods for tests and inspections shall be
specified in the SCC.
23.2. The Purchaser may reject any Goods or any part thereof
that fail to pass any test and/or inspection. The Supplier shall
either rectify or replace such rejected Goods or parts thereof or
make alterations necessary to meet the specifications. If the
Supplier fails to make alternations or rectify such rejected
Goods or parts thereof, the Purchaser shall be entitled to rectify
or make alternations when necessary at no cost and risk to the
Chapter VI. Page 5/8 9/2021
General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Purchaser.
23.3. Subject to regulations in GCC Section 23.1 and Section
23.2, the Supplier is not exempt from obligation to warranty or
other obligations under this Contract.
24. Liquidated Except for force majeure events provided under GCC Section 26,
Damages if the Supplier fails to deliver any or all of the Goods by the
Date(s) of delivery or perform the Related Services within the
period specified in the Contract, the Purchaser may deduct from
the Contract Price, as liquidated damages, a sum equivalent to
the percentage specified in the SCC of the delivered price of the
delayed Goods or unperformed Services for each week or part
thereof of delay until actual delivery or performance. The
Purchaser shall deduct up to a maximum deduction of the
percentage specified in those SCC. Once the maximum is
reached, the Purchaser may terminate the Contract pursuant to
GCC Section 29.
25. Warranty 25.1. The Supplier warrants that all the Goods are new, unused,
and that they incorporate all recent improvements in design and
materials, unless provided otherwise in the Contract. The
Supplier further warrants that the Goods shall be free from
defects under normal use in the conditions.
25.2. The requirements pertaining to warranty of goods shall be
specified in the SCC.
26. Force Majeure 26.1. For purposes of this Contract, “Force Majeure” means an
event or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable. Such events may include wars or
disturbances, strikes, fires, floods, epidemics, quarantine
restrictions.
26.2. If a Force Majeure situation arises, the suffering party
shall promptly notify the other in writing of such condition and
the cause thereof. Concurrently, a certification of such Force
Majeure situation issued by a competent agency where the
Force Majeure situation arises shall be sent to the other party.
During the period of failure to perform obligations due to the
Force Majeure event, the Supplier shall, under instructions of
the Purchaser, continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event. In this event, the Purchaser shall
consider refunding to the Supplier necessary and reasonable
additional fees borne by the Supplier.
Chapter VI. Page 6/8 9/2021
General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

26.3. The suffering party shall not be liable for forfeiture of its
Performance Security, liquidated damages, or termination for
default if the failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
In the event that any dispute between contracting parties due to
the occurrence or extent of the force majeure event, the dispute
shall be settled as prescribed in GCC Section 8.
27. Contract 27.1 The contract amendments may be made if there is any the
Amendments following change or supplement:
changes in drawings, designs, or specifications, where Goods to
be furnished under the Contract are to be specifically
manufactured for the Purchaser;
b) Supplement to work items, goods or service beyond the work
scope as prescribed in the Contract;
c) the method of shipment or packing;
d) the place of delivery;
dd) time for performance of the Contract; and
e) Other contents specified in the SCC.
27.2. Subject to the above, no variation in or modification of the
terms of the Contract shall be made except by written
amendment signed by the parties.
28. Extensions of The time for performance may only be adjusted in the following
Time cases:
28.1. In the event of force majeure events, without any violation or
mistake committed by any contracting party;
28.2 In case of changes to scope of supply, methods of supply upon
objective requirements that affect the time of performance;
28.3. In the event that the time for performance is adjusted not
resulting in extension of the project schedule, the contracting parties
shall agree the adjustment. In the event that the time for
performance is adjusted resulting in extension of the project
schedule, and it shall be reported to the competent persons for
consideration;
28.4. Other cases prescribed in the SCC.
29. Termination 29.1. The Purchaser or the Supplier may, in the event that any
party commit basic violations against the Contract, terminate
the Contract in whole or in part:
e) if the Supplier fails to perform any or all of obligations of
the Contract within the period specified in the Contract, or
Chapter VI. Page 7/8 9/2021
General conditions of contract
220KV NAM MO - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

within any extension thereof granted by the Purchaser;


f) if the Purchaser or the Supplier goes bankrupt or liquidate
assets for restructure or acquisition;
g) if the Supplier has engaged in fraud and corruption, as
defined in Article 89 of the Law on Bidding No. 43/2013/QH13
in competing for or in executing the Contract;
h) Other cases prescribed in the SCC.
29.2. In the event the Purchaser terminates the Contract in
whole or in part, pursuant to GCC Section 29.1(a), the Supplier
shall be liable to the Purchaser for any additional costs for such
similar Goods or Related Services. However, the Supplier
shall continue performance of the Contract to the extent not
terminated and be held accountable for warranty on such
performance.
29.3. In the event that the Purchaser terminate a the Contract as
specified in GCC Section 29.1 (b), the Purchaser shall not be
liable to any damage. All the rights of the Purchaser prescribed
in the Contract and regulations of law shall be reserved
regardless of the termination of the Contract.

Chapter VI. Page 8/8 9/2021


General conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Chapter 7. SPECIAL CONDITIONS OF CONTRACT

GCC 1.1 The Investor is: Vietnam Electricity, represented by Vietnam Electricity
Power Projects Management Board No.1 (EVNPMB1), Vietnam
Electricity branch hereinafter referred to as the Purchaser.
The Bidder is:______[Insert name of the successful Bidder] hereinafter
GCC 1.3
referred to as the Supplier.
GCC 1.7 Replace GCC Clause 1.7 as follows:
“Day” means a calendar day.
"Working days" means days from Monday to Saturday, except Sunday
and public holidays in accordance with the Law of Vietnam.
"Week" means 7 days.
“Year” means 365 days.

GCC 1.11 Project Site/Final delivery point/Place of delivery is: Purchaser’s


warehouse at the project site of Nam Mo 220kV Transmission Line
(Laos)- Tuong Duong (section in the territory of Vietnam) passing
through the territory of 02 districts of Ky Son and Tuong Duong, Nghe
An province.

GCC 1.12 Supplement: DDP is a commercial term describing the responsibilities


of the parties in accordance with the interpretation of Incoterms1 2020.

GCC 1.13 Supplement as follows:


“Inspection Agency” is an independent, prestige Inspection Agency
employed by the Purchaser to perform inspection on quantity, country
origin, quality and conditions of Goods upon arrival at the Project Site.

GCC 2 The documents constituting the Contract are specified in Article 2 of the
Contract Agreement.

GCC 3 Replace GCC Clause 3 as follows:


The governing law of the Contract is Vietnamese law, the language of
the Contract is English.
In case Vietnamese bidder wins the bid, the contract will be written in
English and/or Vietnamese. The applicable language will be agreed

1
Incoterms are Regulations, explaining commonly used terms in international trade, published by the Paris
International Chamber of Commerce.
Chapter VII Page 1/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

during contract negotiations.

GCC 4 The Purchaser may not delegate its obligations and responsibilities to
others

GCC 5.1 Any notice given by one party to the other pursuant to this Contract
must be made in writing or by telegram (email, phone, facsimile) at the
addresses of the Parties as specified in the Contract Agreement.

GCC 6.1 1. Method for performance security: Performance security in a form of


a Guarantee issued by a bank or a foreign bank branch lawfully
operating in Vietnam and must be an irrevocable and unconditional
guarantee (pay on request, according to Form 21. Performance
guarantee in Chapter VIII- Contract Form) and is paid in the
currency [Euro- US Dollar- Vietnam Dong]
2. The value of the Performance Security: 10% of the Contract Price as
stated in Article 5 of the Contract Agreement.
3. During the contract performance, the Supplier must guarantee the
performance security value of ten percent (10%) of the Contract
Price in all cases.
4. Deadline for submission of performance security: Within 28 days.
No later than the date specified in the Letter of Bid Acceptance and
Contract Award, the Supplier must submit a performance security to
the Purchaser. In case the Bidder submits the security later than the
above deadline, the Purchaser has the right to notify the cancellation
of the contract and forfeit the bid security.
5. Validity of the performance security: Performace security is
effective from the effective date of the issuance of guarantee or the
effective date of the contract (whichever comes first) until the end of
the 28th day after the Supplier completes all scope of work of the
contract and the Purchaser receives the Warranty Guarantee. In case
the Performance security expires before the date specified above but
the Supplier has not yet fulfilled its contractual obligations, the
Supplier will be responsible for extending the validity of the
Performance Security and paying the costs for this extension.
6. In case the Goods has defects that require the Supplier to remedy,
the Performance Security must be valid until all defects are rectified
and confirmed in writing by the Purchaser.
7. In case the Supplier is a Consortium bidder, each Consortium
member must submit a performance security to the Purchaser, the
Chapter VII Page 2/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

amount of security shall correspond to the part of the contract that


each member performs. If the Consortium has an agreement that the
leading member of the consortium shall submit the performance
security, the leading member of consortium shall submit the
performance security with the value of ten percent (10%) of the
contract price to Purchaser and each consortium member shall submit
performance security with value equivalent to the to be performed
part of contract to the leading member of the consortium.
8. The Purchaser has the right to confiscate the value of Performance
security to ensure performance security mentioned above in the
following cases:
- The Supplier refuses to perform the contract when the contract
has taken effect;
- The Supplier violates the agreement in the contract;
- The Supplier performs the contract behind schedule due to its
fault but refuses to extend the validity of the performance
security;
- The Purchaser has evidence that the Supplier used the payment
for this contract for the wrong purpose;
- The Supplier fails to extend the security on time according to the
provisions of the Contract;
- The Purchaser has the right to confiscate the performance security
of all members of the Consortium if any of the Consortium
violates the provisions of the contract.
9. If the Supplier has not fulfilled its contractual obligations at 28 days
before the expiry date of the Performance Security, the Supplier
must extend the validity of the Performance Security with the
appropriate value and validity in accordance with above provisions
and will pay fees for this extension and submit it to the Purchaser at
least 21 days before the expiration of the Performance Security.

GCC 6.2 Deadline for return of the Performance security: The Performance
Security will be discharged by the Purchaser and returned to the
Supplier, no later than 28 days since the Supplier fulfills the obligations
of the Contract, the Project is inspected, handed over and put into use
and the Purchaser receives a Warranty Security from the Supplier.

GCC 7.1 List of subcontractors/manufacturers:___[insert the list of


subcontractors in accordance with the list of subcontractors stated in
the bid]. In case the job has been declared using a

Chapter VII Page 3/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

subcontractor/manufacturer in the Bid but the name of the


subcontractor/manufacturer has not been specified, the Supplier must
comply with the provisions of GCC 7.3.

GCC 7.3 Other requirements on subcontractors/manufacturers:


1. In case more than one subcontractor/manufacturer is listed, the
Supplier must notify and obtain the Purchaser’s approval before
selecting subcontractors/manufacturers. If no subcontractors
/manufacturers are listed against any such item, the Supplier shall
prepare a list of subcontractors/manufacturers for such item for
inclusion in such list. The Supplier can propose to add or remove
the subcontractors/manufacturers in the list. The Supplier shall
submit any modification thereto to the Purchaser for its approval in
sufficient time so as not to impede the progress of the Contract. The
proposed subcontractor/manufacturer must have the same or better
experience.
2. The Supplier shall has not entitled to select
Subcontractors/manufacturers not included in the Appendix 4 “List
of Approved Subcontractors/Manufacturers” without the written
approval of the Purchaser. The Subcontractor shall not be allowed to
re-subcontract.
3. Any review and/or approval by the Purchaser for any of the
subcontractors/the manufacturers shall not relieve the Supplier from
any of its obligations, duties or responsibilities under the Contract.
4. In case of selecting the subcontractors/ manufacturers from the
Purchaser’s country, the Supplier must fulfill all procedures for On-
spot export and import in accordance with the Laws of the
Purchaser’s country.
5. The value of the work performed by the subcontractor shall not
exceed: 30% of the contract price. This value will be specified
during contract negotiation.

GCC 8.2 1. Time to settle disputes: The maximum number of days to settle
disputes is 28 days from the beginning of the negotiation. If after 28
days from the beginning of the negotiation, the Purchaser and the
Supplier do not reach an agreement on the settlement of disputes
under the Contract, either party may request the settlement of such
disputes in accordance with the provisions of item b) as follows:
2. Method to settle disputes:

Chapter VII Page 4/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

- If the Supplier is a foreign bidder: Any dispute, controversy or claim


arising out of or in connection with this Contract, or the breach,
termination or invalidity thereof, shall be settled by “Vietnam
International Arbitration Centre at the Vietnam Chamber of Commerce
and Industry” (http://www.viac.org.vn/) in accordance with its rules in
following the laws and language of the Purchaser’s country;
- If the Supplier is the bidder in the Purchaser's country: Any dispute,
controversy or claim arising out of or in connection with this Contract,
or the breach, termination, or invalidity thereof, shall be performed at
the People's Court where the Purchaser's head office is located in
accordance with law.
3. Notwithstanding any reference to arbitration herein,
- the parties shall continue to perform their respective obligations under
the Contract unless they otherwise agree; and
- the Purchaser will pay the Supplier any undisputed amount as
informed by the Supplier.

GCC 10 The Supplier must provide the following information and documents
regarding the delivery of goods:
1. The schedule of goods supply, the schedule for completion of
technical services and design documents must comply with the
provisions of Appendix 4 “Contract performance time schedule” of
the Contract Agreement.
2. Conditions and Place of delivery, notice and shipping documents:
2.1. Conditions and Place of delivery:
a. For Goods supplied from abroad: Conditions and place of delivery
is DDP at “Place of delivery” specified in GCC 1.11 plus
unloading and unloading insurance at place of delivery.
b. For goods supplied from the Purchaser's country:
- Delivery condition and delivery location is DDP at “Place of
delivery” specified in GCC 1.11 including unloading and
unloading insurance at place of delivery.
- The Supplier (if it is a foreign bidder) must bear responsibility and
costs to carry out export and import procedures on the spot
according to the provisions of current laws.
2.2. Notice and shipping documents:

Chapter VII Page 5/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

a. For goods supplied from abroad:


a.1. Delivery Notice: Seven (07) days before loading the goods on
board, the Supplier must notify the Purchaser and the Insurance
Company by Email all the details of the shipment. The Supplier must
notify the Purchaser of the weight and size of such package no later
than thirty (30) days before loading and undertake to deliver the
goods on a vessel capable of loading/unloading the goods.
The delivery notice shall include the following information:
- Contract No. And Name;
- Description of goods (type of materials);
- Package number and description;
- Net weight/ Tare weight (estimated);
- Quantity (estimated);
- Total volume (estimated);
- Dimensions (estimated);
- Port of departure, date of delivery;
- Port of destination, date of arrival (estimated);
- Name and address of Shipping Agent at the port of unloading;
- All other required information.
The Supplier must send the Purchaser the above delivery notice by post
no later than (03) days after sending by Email.
a.2. Delivery Documents: No later than seven (07) days by Email and
five (05) days by courier before the Goods arrive at the “Place of
delivery”, Purchaser must receive all of the following documents :
- Commercial Invoice: One (01) original and (05) copy signed by
Supplier showing description of Goods, quantity, unit price and
total amount.
- Bill of lading: One (01) original and five (05) copies of a bill of
lading marked “freight paid” to the port of [sea name], Vietnam,
or six (06) copies of Airline invoice to airport [airline name],
Vietnam;
- Detailed packing list (Packing list): One (01) original and five
(05) copies and one (01) software copy with detailed packing list
by MS Excel program, description of the Goods, contents,
Chapter VII Page 6/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

dimensions and net/gross weight of each package and gross/net


weight;
- Insurance Certificate/ Insurance Policy: One (01) original and
five (05) copies;
- Warranty Certificate of Manufacturer or Supplier: One (01)
original and five (05) copies;
- Manufacturer’s inspection report: One (01) original and five (05)
copies;
- Manufacturer’s certificate of quality and quantity of goods: One
(01) original and five (05) copies;
- Certificate of Origin issued by authorized agency of the “country
of origin”: One (01) original and five (05) copies.
- Set of customs clearance documents.
If the shipping documents are not received within the deadline specified
in item a.2, the Purchaser will refuse to receive the goods and the
Supplier is responsible for all costs incurred. Immediately after
receiving the above documents, the Purchaser must sign a confirmation
of documents receipt.
In case of delivery by Air, the Supplier must notify the Purchaser by
Email at least three (03) days before Departure and then on the same day
send all information and instructions Required for Air Freight:
- Name of Air transport company;
- Number and date of flight;
- AWB number and date, v.v.,
The Supplier shall send the Purchaser the necessary documents such as
the Air Waybill (AWB), immediately on the date of dispatch of the Air
Waybill (AWB) including dispatch of the Goods to ensure their safe
receipt of goods at the airport.
b. For goods supplied from the Purchaser’s country:
b.1. Delivery notice: No later than seven (07) days before each
shipment, the Supplier must notify and send to the Purchaser by
Email all the details of the shipment:
The delivery notice will include the following information:
- Contract No. and Name;

Chapter VII Page 7/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

- Description of goods, quantity and packing list;


- Package number and description;
- Dimensions of each package (LxWxH) (cm);
- Weight of each package Net/ Gross (kg).
- All other required information.
The Supplier must send the Purchaser the above delivery notice by post
no later than (03) days after sending by Fax/Telex and Email.
b.2. Shipping documents: No later than fifteen (15) days, the Supplier
must notify the Purchaser by Email of the shipping documents and
the Purchaser must receive 01 (one) original set and 04 (four) copies
of the shipping documents within three (03) days before the Goods
are delivered to the “Place of delivery”:
b.2.1. For goods originating outside Vietnam that the Purchaser
imports directly:
- Delivery notice;
- Commercial invoice describing characteristics, quantity, unit
price and total price;
- Bill of lading (B/L);
- Packing list of goods (P/L);
- Inland cargo insurance policy;
- Warranty certificate of Manufacturer or Supplier;
- Manufacturer’s factory inspection test record;
- Manufacturer’s certificate of quality and quantity of goods;
- Certificate of origin (C/O) issued by the Chamber of Commerce
and Industry or a competent agency;
- Customs declaration of imported goods: Electronic declaration
(no value shown);
- Records of quality management in the production/manufacturing
process;
- Instructions for operation, preservation and maintenance;
- Catalog of equipment: Original of Manufacturer or printed
version from electronic file.
b.2.2. For goods supplied from within the Purchaser's country:
Chapter VII Page 8/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

- Delivery notice;
- Commercial invoice describing characteristics, quantity, unit
price and total price;
- Goods packing list (P/L) and one software copy with detailed
packing list by MS Excel program;
- Certificate of origin for imported goods issued by the competent
authority in the country of origin;
- Manufacturer’s certificate of quality and quantity of the Goods;
- Warranty certificate of Manufacturer or Supplier;
- Inland cargo insurance policy;
- Manufacturer's factory test record;
- Records of quality management in the production/manufacturing
process;
- Instructions for operation, preservation and maintenance;
- Catalog of equipment: Original of Manufacturer or printed
version from electronic file.
If the shipping documents are not received by the deadline specified in
item b.2, the Purchaser will refuse to receive the goods and the Supplier
is responsible for all costs incurred. Immediately after receiving the
above documents, the Purchaser must sign a confirmation of documents
receipt.
3. Other information:
3.1. In case the goods purchased are not in accordance with
regulations or have differences, the Supplier is responsible for
replacing the goods mentioned above at its own expense
according to the contract price. The Purchaser will return the
goods that are not in accordance with the requirements of the
Bidding Documents at the expense of the Supplier.
3.2. During the performance of the Contract, the Supplier must
promptly notify the Purchaser of any change to the contents of
the Contract and indicate such change for the Purchaser to
consider, including during the technical documents approval
process specified in Part 2. Supply requirements and Appendix
4. Contract performance time schedule of the Contract.

Chapter VII Page 9/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

3.3. For technical documents provided by the Supplier:


a. All technical documents related to the design and manufacture of
the Supplier and other relevant documents must be provided to the
Purchaser according to the category, quantity, place of receipt and
delivery schedule as prescribed in Section 2. Supply Requirements
for the Purchaser's consideration. In case of failure to meet the
schedule and/or the Purchaser does not receive the technical
documents, the Supplier will be responsible for all costs incurred.
b. Within two (02) weeks after receiving the drawings and related
technical documents mentioned above, the Purchaser will send back
to the Supplier a written confirmation of “ACCEPTANCE” or
“MODIFICATION” with the Purchaser's proposed amendments of
comments (if any). Only drawings and documents approved by the
Purchaser are used for manufacturing.
c. Within one (01) week since the Supplier receives the Purchaser’s
comments, the Supplier must amend or give appropriate explanations
for all drawings with the requirement of "MODIFICATION". ” and
submit it to the Purchaser for consideration and approval. Any work
performed by the Supplier shall be at its own risk before the
documents relating to such work are accepted by the Purchaser.
d. Acceptance or approval of documents/drawings does not mean that
the Purchaser has completed the inspection and does not waive the
Supplier's responsibilities and obligations under the terms of the
contract, especially regarding the quality of the goods, technical
documents, schedule of contract performance, etc.…
e. The supplier shall be solely responsible for any delay in delivery
due to late submission of documents/drawings or unaccepted
documents/drawings.
f. If the Purchaser thinks that the Supplier is responsible for
submitting and/or providing additional documents and information
for the Purchaser to properly understand about the installation,
operation, coordination or other issues, the Purchaser must submit
such reference documents at the Supplier's request. If the amendment
is based on such references, the Purchaser may instruct the Supplier
to make the amendment and the Purchaser must submit such revised
documents for the Supplier's approval.
3.4. For technical documents provided by the Purchaser:
a. During the contract performance, at the request of the Supplier, the
Chapter VII Page 10/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Purchaser is responsible for providing the Supplier with technical


documents related to the manufacture of equipment. Quantity and
schedule of providing technical documents are specified in Appendix
4. Contract performance schedule.
b. Within two (02) weeks from the date the Purchaser receives the
written request for clarification, modification and adjustment of the
equipment design and manufacturing documents and technical
documents, the Purchaser is responsible for replying by document.
c. The Purchaser will issue the forms for inspection, acceptance,
payment, delivery and receipt of goods as a basis for the parties to
perform.
d. All technical documents (drawings, installation manuals, catalogs,
etc.) and release version of the shipping documents must be digitized
by the Supplier and must be sent to the Purchaser.

GCC 11.2 Supplement GCC Clause 11.2 as follows:


The Supplier agrees that the Contract performance will be based on the
accurate examination of the parameters related to this bidding package
twenty eight (28) days prior to the time of submission of the Bid,
including the parameters provided by the Purchaser, and based on
information obtained by the Supplier through self-inspection at the Site
(if possible to the Site) and other available parameters of the Works.
The Supplier accepts that, in the event that the Supplier fails to collect
the information due to the Supplier's fault, the Seller is still responsible
for any costs or difficulties arising during the contract performance.
GCC 11.3 Supplement GCC Clause 11.3 as follows:
The Supplier shall bear the costs and be responsible for obtaining the
necessary permits for the contract performance such as permits,
registrations, approvals from the local or central government in the
Country where the project is carried out. These types of papers include
but are not limited to entry visas, test papers, vaccinations, ... to ensure
epidemic prevention regulations for the Supplier's staff and
subcontractors.
GCC 11.4 Supplement GCC Clause 11.4 as follows:
The Supplier must strictly comply with the laws of the Purchaser's
Country, where the project is performed, including local laws, national

Chapter VII Page 11/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

laws or other laws affecting the contract performance and of mandatory


nature to the Supplier. The Supplier shall be liable to indemnify the
Purchaser for any legal obligations, damages, claims and expenses
arising out of or in consequence of any breach of the law by the
Supplier, its subcontractors or its employees.
GCC 12.1 Type of contract: Lump-sum

GCC 12.2 The Contract Price: As shown in Article 5 of the Contract Agreement in
which:
- Contract price: is the total expenses incurred from the Supplier’s
fulfillment of provision of Goods and Related services of the contract
as stated in the Contract Price Schedule on the basis of ensuring
progress and quality as required in the package, including all costs of
taxes (VAT, CIT), fees and charges (if any), the costs of
transportation and transportation insurance and the costs of unloading
and unloading insurance at the “Place of delivery”.
- The costs of taxes, fees and charges (if any) will comply with the
provisions of GCC 14.

GCC 13 Adjustment to contract scope and price:


The contract price is fixed and unchanged during the contract
performance, except for the following cases:
- Adjustment reduction: The scope of supply does not include:
completed manufacturing drawings, approved; described in Appendix
1. Scope of work or Part 2 Technical requirements of the Bidding
document and must be approved by the Purchaser.
- Cases of force majeure.
- Change of policy regime: Change of regulations on VAT at GCC 14.

GCC 14 1. Tax adjustment: During the performance of the Contract, if, at the
time of payment, there is a change in the tax policy (increase or
decrease), and in the contract, and there is a provision for tax
adjustment, and the Supplier can present documents specifying the
arising tax, the difference of the tax policies will be adjusted according
to the provisions of the Contract.
2. Tax regulations:
- In case the Supplier is a foreign Bidder:

Chapter VII Page 12/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

+ The Supplier shall bear all taxes and fees incurred outside the
territory of the Purchaser's country.
+ For goods manufactured or processed abroad: The declaration and
payment of import tax, VAT, CIT and customs fees is the responsibility
of the Supplier.
+ For goods manufactured or processed domestically or goods
manufactured or processed abroad but offered for sale in the
Purchaser's country: The Supplier must declare the import and export
procedures on the spot and submit the relevant documents and pay
relevant taxes and fees as prescribed.
+ The Supplier must declare and pay personal income tax for the
performance of Technical Services in the Purchaser's country.
- In case the Supplier is a domestic Bidder:
+ For goods manufactured or processed abroad: The declaration and
payment of import duties and customs fees and all related taxes and
fees is the responsibility of the Supplier.
+ For goods produced or processed domestically or goods
manufactured or processed abroad but offered for sale in the country by
the Supplier and Technical Services: The Supplier must bear all taxes
and fees (if any) until the delivery of the Goods and performance of the
Services to the Purchaser’s in accordance with the Conditions of the
Contract.
GCC 15.1 Advance payment:
1. The Purchaser pays in advance to the Supplier twenty percent
(20%) of the Contract Price excluding tax within sixty (60) days from
the effective date of the Contract and the Purchaser receives all the
following documents :
- The Supplier's written request for advance payment: 01 original
and 05 copies;
- Performance Security as prescribed in GCC 6.1;
- Advance payment guarantee as prescribed at item 2 of this
Section: 01 original and 05 copies.
2. Advance payment guarantee must be an unconditional and
irrevocable bank guarantee with an amount equal to amount advanced.
Advance payment guarantee shall be made in currency [Euro – US
Chapter VII Page 13/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Dollar- VND] in form prescribed in the Bidding Documents or in


Contract Agreement or other form accepted by the Purchaser. Advance
payment guarantee is issued by a bank or branch of a foreign bank
legally operating in Vietnam.
3. Method of advance payment: Transfer to the Supplier's account
according to the provisions of the Contract Agreement. If the Supplier
is a consortium bidder, the Purchaser will transfer funds to each
consortium member’s account or the leading consortium member in
accordance with the Contract Agreement.
4. Recovery of advance payment: Advance payment is gradually
recovered through payments of completed work (of each member of the
consortium if the Supplier is a consortium bidder) with the advance rate
on the principle that the Purchaser starts to recover from the first
payment and fully recover when the payment value reaches 80% of the
Contract price.
5. The advance payment guarantee is valid from the date of issuance
until the Purchaser recovers all the advance payment. If by 28 days
before the expiration of the Advance payment guarantee, the Purchaser
has not fully receovered the advance payment, the Supplier must extend
the validity of this Advance payment guarantee and submit it to the
Purchaser no later than 21 days before the date the Advance payment
guarantee expires. If the Supplier fails to furnish on time, the Purchaser
has the right to confiscate the entire value of the Advance payment
guarantee.
All costs related to the extension, value addition, and correction of
the Advance payment guarantee shall be paid by the Supplier.
6. The Purchaser has the right to deduct or confiscate the Advance
payment guarantee in case the Supplier breaches its contractual
obligations or refuses to extend the guarantee as prescribed at item 3 of
this Section.
7. During the performance of the contract, if the Purchaser chooses
to deduct any amount that the Supplier is obliged to pay under the
contract, then the Supplier is responsible for adding a corresponding
amount to the Advance payment guarantee to ensure the value of
Advance payment guarantee as specified at item 1 of this Section,
otherwise the Purchaser has the right to confiscate the Advance

Chapter VII Page 14/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

payment guarantee.
8. Confiscation of Advance payment guarantee: The Purchaser has
the right to confiscate the Advance payment guarantee in the following
cases:
a. The Purchaser has evidence that the Supplier uses the advance
money for improper purposes;
b. The Supplier does not extend the Advance payment guarantee 28
days before the Advance payment guarantee expires but the
Purchaser has not fully recovered the advance under item 5 of this
Section;
c. The Supplier fails to add the corresponding amount to the Advance
payment guarantee to ensure the value of the Advance payment
guarantee as prescribed at item 7 of this Section;
d. The Purchaser has the right to confiscate the advance payment
guarantee of all members of the consortium if any of the consortium
members violates the provisions of the contract.
9. The exchange rate for confiscation of Advance payment guarantee
is the selling rate of VietcomBank announced at the website address
https://portal.vietcombank.com.vn/Corporate/TG/Pages/ty-gia.aspx at
the confiscation of Advance payment guarantee time.

GCC 16.1 Payment methods:


1. Payment method: transfer to the Supplier's account according to
the provisions of the Contract Agreement.
1.1. In case the Supplier is a domestic consortium bidder, the
Purchaser will transfer funds to account of each member of the
consortium. Each consortium member is responsible for issuing VAT
invoices to the Purchaser during the payment process at the Purchaser's
address specified in the Contract Agreement.
1.2. In case the Supplier is a consortium bidder with a foreign
member, the Purchaser will pay the domestic bidder, or directly into the
account of each member of the consortium, the domestic bidder is
responsible for issuing a VAT invoice to the Purchaser at the
Purchaser's address specified in the Contract Agreement.
2. Payment method: Payment for goods supplied from abroad and
supplied from within the Purchaser’s country is as follows:

Chapter VII Page 15/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

2.1. Payment on delivery:


After the Supplier delivers the goods to the place of delivery, the
Purchaser pays the Supplier up to eighty percent (80%, including
20% of the advance payment) of the contract value of the goods
(including services) within sixty (60) days from the date the Purchaser
receives all the following valid documents:
- Party B's request for payment: Six (06) originals;
- Commercial invoice of 100% value for each lot of goods: One
(01) original and five (05) copies;
- Minutes of acceptance of completed work: Ten (10) originals;
2.2. The Purchaser pays up to ninety-five percent (95%) of the
Contract value (including services) after the project is inspected,
accepted and put into use and the Supplier turns to the warranty
obligation within 60 days from the date the Purchaser receives all the
following valid documents:
- Request for payment: Six (06) originals;
- VAT invoice for adjustment of commercial difference (if any):
One (01) original and five (05) copies;
- Minutes of acceptance of completed work: Ten (10) originals;
- Minutes of acceptance, handover and put into use: One (01)
original and six (06) copies;
- Dossier of performance of warranty obligations as prescribed in
SCC 25.2.
2.3. The Purchaser pays up to ninety-eight percent (98%) of the
Contract value (including services) after the end of the warranty
period and the Supplier is confirmed by the Purchaser to have
completed the warranty within 60 days from the date Party A receives
all of the following valid documents:
- Request for payment: Six (06) originals;
- Minutes of warranty termination: Two (02) originals and three (03)
copies.
2.4. The Purchaser pays up to one hundred percent (100%) of the
Contract value after the competent authority approves the finalization
of the completed project and the warranty period expires within 60 days

Chapter VII Page 16/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

from the date Party A receives all of the following valid documents:
- Request for payment: Six (06) originals;
3. Bank fees: If bank fees incurred for any Party, that Party will pay
by themselves.
GCC 16.2 The currency of payment for the Purchaser's expenses from abroad is
[USD or EUR or VND];
The currency of payment for expenses from within the Purchaser's
country is VND.
If the Supplier is of the same nationality as the Purchaser, the exchange
rate applied to pay expenses from abroad in foreign currency is the
selling rate of the Bank for Foreign Trade of Vietnam at the time of
issuing the VAT invoice published at address:
https://portal.vietcombank.com.vn/Corporate/TG/Pages/ty-
gia.aspx?devicechannel=default

GCC 16.3 Supplement GCC 16.4 as follows:


Late payment interest:
In case the Purchaser fails to pay the Supplier any payment after sixty
(60) days from the date on which the Purchaser receives all valid
documents according to GCC 16.1, the Purchaser will pay interest on
late payment corresponding to the currency of payment to the Supplier
according to the late payment amount with the interest rate announced
by VietcomBank at
https://portal.vietcombank.com.vn/Corporate/LSTC/Pages/lai-suat.aspx
at the time of payment, for a period of delay from the date of
commencement of the delinquency until payment is made in full,
whether before or after the decision of the arbitration.

GCC 20 Packing:
1. The Contract Goods will be packed in accordance with the
Standard Export Packing by Air and/or Sea and/or Road to meet all the
requirements of each individual cargo and climatic conditions of
Vietnam to avoid damage during the delivery of the Goods to the place
of final destination. The packing must ensure that the Goods can
withstand the dangers and risks of transportation, the collisions during
unloading as well as the wear and tear of the goods. In particular, the
Chapter VII Page 17/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

packaging of the goods must ensure safe delivery of the goods taking
into account the remoteness of the final destination, the place of
delivery and the limitations of the means of transport, the modes of
transport load at any point during transportation.
2. The Supplier must ensure that the packages are packed in a
way/package suitable for the characteristics and shape of the Goods and
must have an appropriate method to ensure that the goods are protected
from moisture, rain, rust and corrosion, and collision during
transportation.
3. Supplied cable must be packed in each cable reel or cable reel in
such a way that it is convenient and easily identifiable during
inspection by the Competent Authority and is easy to assemble during
the installation process.
4. Before packing, appropriate anti-rust and protective measures
must be taken for the goods, such as grease, coating, oil, oil paper
wrapping or polyethylene film wrapping, to protect them from damage
or corrosion during long transportation and storage in the field or in any
warehouse (06) months in tropical climates, in accordance with the
Supplier's storage instructions.
5. Goods supplied by Supplier must be securely fastened and
packaged to ensure safe arrival, against moisture, impact, rust or rough
handling, against possible corrosion due to exposure to saltwater spray,
moisture, rain, rust or other corrosive substances affecting nature and to
prevent damage during transportation.
6. The Supplier will bear all charges and expenses for packing the
shipment abroad (including but not limited to fees and charges for
marking, freight, port charges, port, shipping, transportation insurance,
unloading and unloading insurance, taxes on goods, customs clearance,
customs fees) to ensure the safety of goods when loading on vessel at
the Port of Loading / Place of departure, transportation to the Port of
destination / Place of destination, loading and unloading, storage (if
any), domestic transportation to "Delivery Point" including loading and
unloading at "Place of delivery" .
7. The dimensions and weight of each package must be in
accordance with the conditions of transportation as specified in the
Technical Conditions section

Chapter VII Page 18/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

8. If the weight of the package is over 3 tons or over one cubic meter
(1m3), the Supplier must mark the code in the center, on both sides of
each package in English with the appropriate shipping mark in
accordance with international trade practices such as “center of gravity”
and “points of slinging” in order to facilitate loading and unloading of
goods and different transportation requirements, packages shall be
marked legibly with words “Handle with Care”, “Right Side Up”,
“Keep Dry”, etc. and with other terms appropriate in international
trade.
9. The Supplier shall attach symbol at loose parts of accessories
inside packing case indicating the contract number, main equipment
number, name and number of accessory equipment and its position,
number in assembly drawing. Spare parts, repair/test equipment, test
instrument and special tools shall not only be marked as above
requirement, but also wording such as “spare parts”, “repair/test
equipment”, “instrument” or “special tools” should be marked. Except
spare parts, equipment, tools and consumables of different erection
should be packed separately.
10. The Supplier shall mark the following on the four adjacent sides
of each package with indelible paint in conspicuous English printed
words (Words and figures not less than 10cm in size if the dimension of
the package permits):
To Vietnam
a. Project
b. Contract Number;
c. Receipient;
d. Sender;
e. Sending address;
f. Shipping symbols;
g. Destination port location;
h. Number of packages/ total nuber of packages;
i. Item name/ item number;
j. Net weight Net/ Gross (kg);
k. Measurement (length x width x height) in cm
l. Shipping mark
Chapter VII Page 19/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Purchaser’s
Name

Supplier’s Name

Contract Number

Project Name

11. The Supplier must bear the costs incurred in the process of
transportation and storage of goods, damaged goods due to wrong
address due to incorrect or incomplete marking errors.
12. Other requirements specified in Section 2. Supply requirements.
GCC 21 Insurance:
At its own expense, the Supplier must purchase and maintain
policies of insurance during the Contract performance, as set forth
below:
1. For goods supplied under DDP terms and equipment supplied
from within the Purchaser's country (including backup equipment and
specialized equipment, if any): The Supplier must purchase insurance
under the Transportation Insurance Conditions in the currency of the
Contract for a value equal to one hundred and ten percent (110%) of the
contract price of the goods (including services) on “all risks” basis,
including the risk of war, disease and strike (including but not limited
to inland cargo insurance that extends to the entire process of the goods
being in storage and ending upon unloading of the goods at incoming
warehouse).
2. The Supplier must purchase insurance for the Goods [of an
Insurance company legally operating in Vietnam. The Supplier shall
provide the Purchaser necessary information of the Insurance Contract
for the Purchaser 's consideration.
3. When an insured event occurs, the Supplier is responsible for
requesting, urging and in charge of working with the insurance unit to
complete the compensation for the entire value of the insured goods
within 30 days. In the event of loss and/or damage to the goods, the
Supplier is responsible for claiming compensation with the Insurance
Company. Where loss and/or damage occurs below the deductible,

Chapter VII Page 20/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Supplier will bear all costs of such loss and/or damage. In case of loss,
the bidder must first have a solution to supply goods so as not to affect
the construction progress of the Project.
GCC 22.1 1. Freight requirements: The Supplier is responsible for transporting
the goods to the “Place of delivery” including the costs of
loading/unloading and loading/unloading insurance at the port of
destination, storage (if any), Loading the goods onto the means of
transport, inland transportation and transportation insurance including
loading and unloading at the “Place of delivery".
2. Other requirements are specified in Part 2. Supply requirements of
the Bidding Documents.
GCC 22.2 Supplement GCC 22.2 as follows:
Technical services:
1. Technical services include but are not limited to: Providing
technical documents and drawings; performing tests to deliver goods
that meet Part 2 Supply requirements; instructions on storage,
maintenance, maintenance and troubleshooting of equipment defects, ...
Details are specified in Part 2. Supply requirements of the Bidding
Documents. The cost of performing technical services is included in the
bid price.
2. The Supplier's personnel undertaking the Technical Services must
be experienced and competent in accordance with their duties under
this Agreement. In case the Supplier mobilizes personnel not included
in the List of key personnel in the Contract, the Supplier must ask the
Purchaser for consideration and approval. The proposed personnel must
have the similar or better experience than the personnel in the Contract.
The Supplier may only mobilize this Personnel after being approved by
the Purchaser.
The Purchaser may notify the Supplier in writing to refuse an
Employee of the Supplier during the Contract performance, if the
Purchaser has good reason that the employee acts inappropriately, is
not qualified or negligent in performing the work or in serious breach
of the Contract. The Purchaser shall provide proof of that, and at the
same time, the Supplier must withdraw such Employee from the Site
and promptly appoint a replacement if required and send CV of
employee to replace for the Purchaser’s consideration and approval
Chapter VII Page 21/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

before mobilizing that employee to the Site.


3. The Supplier must make an appropriate Technical Service
Implementation Plan and send it to the Purchaser for review and
approval before implementation. Any delay in the performance of these
services will be referred to GCC 24, except cases approved by the
Purchaser.
4. In case there is a restriction on entry from the Vietnamese
Government related to the Covid-19 epidemic, the Supplier must
comply with the requirements of the Vietnamese Government on
epidemic prevention and control and make appropriate plans to ensure
its employees are present at the Site on time as specified in the
Contract. The costs for entry, isolation and presence at the Site in this
case (if any) will be borne by the Supplier.
In case the Vietnamese Government bans entry due to the Covid-19
epidemic, the Supplier must be ready to perform Online Technical
Services via video call and/or send video recordings. Purchaser will be
considered paying for the cost of this part according to real situation
and ability to complete the work.
GCC 23.1 Goods inspection and testing:
1. General requirements for goods inspection and testing:
1.1. The supplier must bear all costs to carry out all inspections and
tests of all goods to confirm that they meet the specifications and the
requirements in Part 2. Supply Requirements
1.2. Upon arrival at the “Place of delivery”, the goods may be
inspected by an inspection agent if necessary. The Inspection
Certificate will be used for the purpose of claiming (if any) against the
Insurance Company and/or the Shipping Company and/or the Supplier.
Complaints with accompanying documents shall be forwarded by fax
or registered mail to the Supplier no later than forty-five (45) days after
conducting the inspection.
1.3. Expenses incurred due to inspection/testing due to Supplier's
fault shall be borne by Supplier.
1.4. The Purchaser’s acceptance of the goods or refusal to inspect or
witness the test (if any) does not release the Supplier from the
responsibility to deliver the goods as required by the Contract.

Chapter VII Page 22/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

1.5. In any event, the Purchaser has the right to request that the
inspection/retesting be carried out under the same Terms and
Conditions as the first inspection/test conducted by the Supplier, within
the period specified by the Purchaser. All costs for re-inspection shall
be borne by the Supplier.
2. Requirements for cargo testing:
Within 30 days from the effective date of the contract, the Supplier
will send the Purchaser a list of tests to be conducted by the Supplier.
From that list, the Purchaser will select and decide which inspections
and tests to witness.
No later than 30 days before the commencement of the
tests/inspections which have been confirmed needed to be witnessed by
the Purchaser, the Supplier shall notify the Purchaser in writing of the
date, time, and location. and the content of those tests/inspections.
No later than 15 days before conducting such tests/inspections, the
Purchaser shall reconfirm with the Supplier participation in
inspecting/witnessing tests.
The Purchaser's legal representatives may visit the Supplier's factory
at any time during business hours to inspect the goods supplied under
the contract and witness the testing. All inspection and witnessing work
is carried out without affecting the work of the Supplier. The Supplier
needs to notify and provide accurate data when requested by the
Purchaser's representatives.
All costs related to testing, training, witnessing the test including
travel expenses, accommodation, living expenses, costs related to
epidemic prevention and safety including but not limited to testing,
vaccination, isolation expenses ... as prescribed and other related costs
to complete the test witnessing service shall be borne by the Supplier.
The Supplier must notify the Purchaser of the work progress at least
15 days before the test schedule. At the same time, the Supplier shall
send five (05) copies of the certificate of quantity tested at the
manufacturing site according to the contract to the Purchaser.
In case the Purchaser is unable to arrange staff to participate in
inspection / witness testing for the jobs selected by the Purchaser due to
problems related to the Covid-19 epidemic or other force majeure
conditions, The Supplier is responsible for providing information
Chapter VII Page 23/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

(photos, live video recording) clearly showing the Supplier's


implementation process to clarify issues at the request of the Buyer, the
cost for this includes in the bid price.
3. Inspections before goods acceptance:
3.1. Quantity and condition of goods will be checked at “Place of
Delivery” by representatives of the Supplier, Purchaser, and consultant/
inspecting agent (if any). The Purchaser has the right to re-check at the
installation site the quantity and condition of the goods. The inspection
record will be made and signed by the parties and is the basis for the
Purchaser to complain to the Supplier if the goods are different.
3.2. In the event of a non-conformity or discrepancy, the Supplier is
responsible for providing replacement goods at its own expense,
including import duties, costs of storage, testing and inspection, and
related costs because of such replacement on a delivery basis at the
“Place of delivery” in accordance with the principles of ITB 14.2,
Chapter 2 within a reasonable period of time after receipt of the request
from the Purchaser and ensuring that the replacement does not affect
the project progress. The Purchaser shall return non-conforming Goods
upon request at Supplier's expense.
3.3. In case of disagreement, the parties may invite an independent
inspecting unit (invited by the Supplier and the Purchaser) at the
Supplier's expense. The conclusion of the independent inspecting unit
is the basis for complaints and supply of additional goods.
The costs related to the difference in quantity and quality of goods
including transportation, unloading, transportation insurance and
unloading insurance at the place of delivery shall be borne by the
Supplier.
The Purchaser has the right to attend the above-mentioned
inspections at its own expense.
4. The Purchaser's right in case of difference quantity and quality.
4.1. Purchaser's right in case of quantity difference: If the difference
has been notified to Supplier, the Purchaser has the right to:
a. Accept the delivered goods and request the Supplier to
immediately deliver the remaining goods, or
b. Accept the delivered goods and terminate the rest of the contract
on the basis of written notice to the Seller.
Chapter VII Page 24/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

c. Refuse the delivered goods and recover from the Supplier all
amounts paid to the Supplier as well as all costs and fees payable by the
Purchaser related to the shipment, insurance and preservation of the
goods.
4.2. Purchaser's rights in case of quality difference:
a. Differences in quality will be considered defects and will be
claimed under the warranty terms of GCC 25.
b. If there is an essential difference in quantity, the Purchaser has the
right to refuse delivery of the goods in whole or in part and recover
from the Supplier the entire amount paid for the unaccepted goods plus
the costs and fees payable by the Purchaser related to the shipment,
insurance or preservation of the goods. A refusal to accept the whole of
the goods shall be deemed to be the termination of the contract and the
refusal to accept a part of the goods shall be deemed to be the
termination of that part of the contract.
5. Determination of obligations for the quality of supplies and
equipment:
The Supplier is responsible for the quality of materials, products,
structures and equipment provided and manufactured by the Supplier.
Acceptance of the Purchaser's goods does not free the Supplier from
being responsible for the quality of materials, products, structures and
equipment provided and manufactured by the Supplier even after the
warranty period, unless the fault is not due to the Supplier or due to
objective or force majeure causes.
6. During the warranty period, if the goods being used are found to
have signs of damage or poor quality, the Purchaser has the right to
inspect or re-test. The Supplier is responsible for performing the
warranty obligations under GCC 25.1 and has the right to participate in
the inspection and acceptance test at its own expense.
GCC 24 The name of Clause is modified into Penalties for breach of Contract
1. The penalties shall be applied as follows:
1.1. Delay in Delivery of the Goods: Penalty for late delivery shall
be applied at an amount equal or equivalent to one percent (01%) of
price of delayed Goods per week of delay (for 04 first weeks) and two
percent (02%) price of delayed Goods for each subsequent week of
late delivery.
Chapter VII Page 25/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

1.2. Delay in handling the issues of the goods: In case the delay in
handling the issues of the goods exceeds 10 days from the date of the
Purchaser's notice of issues, which affects the progress of the Project,
the Supplier must bear a penalty of breach for an amount equal to or
equivalent to one percent (1%) of the value of the Goods under the
Contract with issues to be dealt with due to Supplier's fault for each
week of delay.
1.3. Delay in performing technical services as required in the
Bidding Document and requested by the Purchaser in writing during
the project implementation: The fine for violation is one hundred and
fifty thousand (150,000 USD) for each day of delay.
1.4. In addition to the penalties above, the Supplier must also
compensate the Purchaser and the third party (if any) in case the
Supplier's errors or violations lead to damage to the Purchaser and the
third party (if any) during the contract performance or warranty.
1.5. In addition to the penalty for breach of the contract completion
mentioned above: The bidder subject to a contract penalty will be taken
by the project management units of EVN as a basis for assessing the
bidder’s reputation when organizing other bidding packages (of EVN)
within 12 months from the date of notice of contract penalty. Notice of
contract penalty will be posted on the internal website of EVN as
reference for project management units of EVN. At the same time,
Vietnam Electricity will approve the bidder’s quality assessment results
as a basis for assessing the bidder’s reputation. Bidders can access legal
document section of the Procurement managemenr Information System
of Vietnam Electricity (EVN) at http://dauthau.evn.com.vn to obtain
the following information:
- Regulations of EVN when evaluating the contract implementation
process and updating the evaluation results.
- Regulations of EVN on the application of assessment results.
2. The maximum amount of Penalties shall be twelve percent (12%)
of the Contract Price.
Penalties for breach of the Contract mentioned above are deducted
from the Contract Price or Performance Security. Upon reaching the
maximum deduction equal to twelve percent (12%) of the Contract
Price, the Buyer may consider termination of the Contract in

Chapter VII Page 26/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

accordance with GCC 29.


3. The Supplier must compensate the Purchaser for all damages,
including all actual and indirect damages arising from the Supplier's
fault and/ or violations during contract performance.
GCC 25.1 Requirements for other guarantees of goods:
1. The Supplier must ensure that the goods supplied under the
contract are one-hundred percent (100%) new, unused, in accordance
with the specifications and origin as stated in the bid unless otherwise
stated differently in the contract.
2. The Supplier must also guarantee that the goods supplied under
the contract will be free from defects which may lead to disadvantages
during normal use of the goods in Vietnam.
3. The supplied goods must meet the technical requirements
specified in Part 2. Technical requirements of the Bidding Documents.
4. The Supplier undertakes to free the Purchaser from liability in the
event of a third party's claim on intellectual property rights to the goods
provided by the Supplier.
GCC 25.2 Requirements for warranty
1. Warranty period: In accordance with the provisions of Chapter
V.1. General requirements, Part 2 - Supply requirements.
2. Warranty method:
- The amount of warranty: three percent (3%) of the contract value.
- Warranty method is performed on the basis of agreement and is
considered and approved by the Purchaser for warranty in money or a
letter of guarantee from a bank with equivalent value.
In case the bidder is a consortium, each member of the consortium
shall guarantee a warranty obligation corresponding to the invoiced
value of each member.
3. In case the warranty method is Warranty Security, the provisions
are as follows:
Within fifteen (15) days from the date the Work is put into use and
accepted by the Purchaser to perform warranty obligations, the Supplier
shall furnish to the Purchaser a warranty security. The warranty
security that the Supplier sends to the Purchaser must be an irrevocable,
unconditional guarantee issued by a bank legally operating in Vietnam
Chapter VII Page 27/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

and has a value equal to three percent (3%) of the Contract value.
This warranty security will be returned to the Supplier twenty eight
(28) days after the expiry date of the warranty.
The proceeds of the warranty security shall be payable to the
Purchaser in case the Supplier fails to fulfill its warranty obligations
under the Contract.
Warranty Security shall be paid in the currency of [Euro/USD/VND]
in the form provided in the Contract or another form acceptable to the
Purchaser, Warranty Security shall be an irrevocable and unconditional
guarantee issued by a bank or foreign bank branch lawfully operating in
Vietnam.
The Warranty Security validity is [equal to the warranty period
stated in SCC Clause 25.1 plus 28 days]. In case of repair or
replacement of the Goods during the warranty period, the Supplier shall
extend the validity of this warranty corresponding to the new warranty
period.
The Purchaser has the right to deduct or confiscate the entire value
of the Warranty Security in case the Supplier breaches the warranty
obligations or refuses to extend the validity of the warranty guarantee
as prescribed above. If the Purchaser chooses to deduct any amount that
the Supplier is obliged to pay under the warranty liability, then the
Supplier must add a corresponding amount to the Warranty Guarantee
to ensure that the value of the Warranty Security equals 3% of the
Contract price.
No later than 28 days before the expiry date of the Warranty
Security, two Parties shall agree on the value and validity of the
Warranty Security corresponding to the new warranty period for the
repaired or replaced Goods during the previous warranty period (if
any).
In any case of extension, value addition or adjustment, the Supplier
shall extend the validity or replace the new Warranty Security and
submit it to the Purchaser no later than 21 days before expiry date of
the Warranty Security or the date requested by the Purchaser. If the
Supplier fails to submit on time, the Purchaser has the right to
confiscate the entire value of the Warranty.
Expenses for the warranty extension, value addition and adjustment
Chapter VII Page 28/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

shall be paid by the Supplier.


In case the Supplier is a consortium bidder, the Purchaser has the
right to confiscate the warranty security of all members of the
consortium if any member of the consortium violates the provisions of
the contract.
The Purchaser shall immediately notify the Supplier in writing of
any complaints arising under this warranty.
4. Mechanism to deal with damage and defects arising during the use
of goods within the warranty period:
4.1. The Supplier shall also be responsible for making good any
defect in or damage to any part of the Goods which may appear or
occur during the Warranty Period and the below defect/damages:
- Any defect of the Goods and/or materials resulting from the design
or workmanship in the Technical Services, or;
- Any errors during implementing Technical Services (either written
or verbal) given by the Supplier’s staff or;
- Any activities or shortcomings of the Supplier during the
performance of the Contract.
4.2. The Supplier’s warranty obligation under paragraph 3.1 of this
section shall not apply to any defect or damage of the supplied goods
caused by the fault of the Purchaser or Purchaser’s personnel or defects
and damage due to normal wear and tear.
4.3. The Supplier shall, at its own expenses, promptly repair defects
or damages as soon as possible and bear all costs of delivering the
Goods to the site within the Purchaser’s specified time period. Before
carrying out the repair, the Supplier must send the causes of defects and
damages and the warranty plan for the Purchaser to cooordinate in
implementation.
After receiving the Purchaser's notice, if the Supplier deliberately
delays the repair, the Purchaser has the right to hire other agents and
the Supplier must bear all these related costs. If the Supplier does not
pay the repair costs in this case, the Purchaser will deduct these repair
costs from the warranty of the works.
For project that has been energized, if the goods need to be repaired
or replaced during the warranty period, caused by the Supplier's fault,
the Supplier must work with the competent unit and bear all cost
Chapter VII Page 29/33 9/2021
Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

incurred (replacing new, repairing, re-testing, requestion a power


cut,…)
4.4. Time for defects’ repair:
- For optical cables, insulators, line surge arresters and line
accessories…:
+ In case the goods can be repaired on the spot: The time for
replacement or repair is no more than 30 days from the date of
Purchaser’s receipt of document or no later than the specific deadline
according to the written notice of Purchaser.
+ In case the goods cannot be repaired on the spot: The two parties
discuss and agree on the time to repair that does not exceed 90 days
from the date of Purchaser’s receipt of document or no later than the
specific deadline according to the written notice of Purchaser.
+ In case the goods have irreparable defects or damaged goods, the
Supplier shall bear all costs to compensate these goods to the
construction site to meet the installation schedule.
5. At the end of the warranty period, the Purchaser is responsible for
coordinating with the operation management unit to confirm that the
equipment and supplies provided by the Supplier do not have any
issues to carry out the procedures to end the warranty period.
In case the Purchaser or the operation management unit has not yet
accepted that the Supplier has fulfilled the warranty obligations for the
equipment and materials provided by the Supplier, the Supplier must
work with the Purchaser or the operation management unit to agree on
contents, time to repair. At the same time, the Supplier must extend the
warranty guarantee period in accordance with the time when the two
parties agree to overcome the shortcomings.
After the problems are resolved, the Supplier will re-implement the
procedure to request confirmation of warranty completion. At the same
time, the Purchaser shall carry out the procedures for releasing the
warranty guarantee for the Supplier. It is the responsibility of the
Purchaser to confirm the completion of the warranty for the delivery of
the goods in writing.
GCC 26.1 Revise GCC Clause 26.1 as follows
26.1. Force majeure is unusual events or circumstances which:

Chapter VII Page 30/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

a) Are beyond the control of a party;


b) The affected party is unable to make a reasonable provision prior
to the conclusion of the contract;
c) Has occurred and the party cannot reasonably avoid or remedy
and
d) Cannot be attributed to the other party in reality.
Force majeure may include, but is not limited to, the following: war,
riot, strike, fire, natural disaster, flood, epidemic, quarantine,...
For the Covid-19 event, the Purchaser will consider the force
majeure events according to the following principles: Particularly, the
Covid-19 epidemic in geographical areas and countries where the
epidemic status has been announced (at the time of 03 months before
the expected delivery time) is not considered a force majeure condition
in the implementation the Supplier's obligations, the Supplier is fully
responsible for any delay events during the contract performance
without taking into account the reasons of the Covid 19 epidemic,
except for cases of Covid 19 disease announced by Vietnamese
government have a direct impact on the Bidder's performance of the
Contract obligations. In the event that the material supply chain of
manufacturers and the transportation of goods for the bidding package
are affected by the Covid-19 epidemic, the Supplier must promptly
report and propose an appropriate implementation plan to submit to the
Purchaser for review.
For technical services, force majeure or proven to be due to the
impact of the Covid 19 epidemic, the Supplier will propose a
reasonable period in advance, for the Purchaser to consider and agree to
the plan to employ experts to perform installation and testing guidance
services online instead of in person. In this case, the
Bidder/Manufacturer still has to take full responsibility for the quality
and progress of the product in accordance with the provisions of the
contract.
GCC 27.1 Other contents in terms of Contract revisions: Not applicable
(e)

GCC 27.2 Supplement:


Principles of determining unit prices for additional jobs: The unit

Chapter VII Page 31/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

price for similar work is applied in Appendix 2 “Contract Price


Schedules”.
In case the unit price in the Contract is not applicable, the two
Parties shall negotiate on the basis of reference to the unit price of
similar work in the Bids of other Bidders or similar works that the
Supplier has performed.
GCC 28.4 Other cases of adjustment of contract performance schedule:
1. During the performance of the Contract, the Supplier or its
subcontractors encounter conditions affecting the progress of goods
delivery or completion of technical services in accordance with GCC
10, the Supplier will promptly notify the Purchaser in writing of such
delay, the estimated length of time, and the cause. Immediately after
receiving the Supplier's notice, the Purchaser will review the situation
and extend the Contract performance period; accordingly, the parties
will consider supplementing the Contract according to the provisions of
section 27 GCC.
2. Except in cases of Force Majeure, as specified in GCC 26.1, the
Supplier's delay in performance of the Contract will result in the
Supplier being liable for a penalty for breach of contract as provided
for in GCC 24, unless the Purchaser agrees extension as mentioned in
item 1 above.
GCC 29.1 Other acts:
(d)
- Penalties on the Supplier for breaching the Contract exceeds 12%
of the Contract Price.
- The Supplier fails to fulfill other obligations under the Contract.

GCC 29.2 Revise GCC Clause 29.2 as follows:


In case the Purchaser terminates the whole of the contract or a part
thereof per Item a, c and d of GCC Clause 29.1, the Supplier shall
compensate the Purchaser for any outstanding costs for performance of
the terminated component. However, the Supplier shall continue to
perform the non-terminated part of the Contract and bear responsible
for the warranty of the Contract performed by the Supplier.
GCC 29.4 Supplement GCC Clause 29.4 as follows:
Termination of Contract due to Purchaser's demand

Chapter VII Page 32/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

a. The Purchaser may, by giving notice to the Supplier, terminate the


performance of a part or the whole of the Contract at any time it deems
necessary for the Purchaser's needs. The notice of contract termination
will clearly state that the termination is due to the Purchaser's demand,
the scope of work to be terminated and the effective date of such
termination.
b. Goods which are completed and ready to be delivered within
twenty-eight (28) days since the Supplier receives the Purchaser's
notice of termination, shall be accepted by the Supplier under the
conditions and prices of the Contract. With respect to the remaining
Goods, the Purchaser may:
- Request the Supplier to complete and deliver the Goods according
to the Contract's terms and price; and/or
- Cancel the remainder of the Goods and Services and pay the
Supplier a mutually agreed amount for the parts of the Goods and
Services which have been performed and for the supplies which have
been purchased by the Supplier before its receipt of notice of Contract
termination.

Chapter VII Page 33/33 9/2021


Special conditions of contract
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Chapter VIII.
CONTRACT FORMS

This Chapter includes the forms that are integral parts of the Contract upon
completion. Forms of Performance Security and Bank guarantee for Advance
payment shall be filled by the successful Bidder after it awards the Contract.
Form 19. Notification of contract award
Form 20. Contract Agreement
Form 21. Performance Security (for Independent bidder)
Form 21 (a). Performance Security (for Consortium bidder)
Form 22. Bank guarantee for Advance payment

Chapter VIII Page 1/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Form 19
NOTIFICATION OF CONTRACT AWARD

[Location] ______,[date] ________


To: ______[insert name and address of the successful Bidder, hereinafter referred
to as “the Supplier”]
Re: Notification of contract award
Pursuant to Decision No._____ dated _________of the Purchaser [insert the
Purchaser’ name], (hereinafter referred to as “the Purchaser”] in terms of approval for
result of selection of bidder for ________[insert name of procurement], the Purchaser
accept the bidding documents and award the Contract to the Supplier for
_________[insert name and number of procurement. If the procurement is divided into
several parts, name and number of the selected part by the Supplier shall be stated] with
the Contract Price: ________insert the successful bid as specified in the Decision of
approval for the contract selection] and within: _______[insert the Contract duration as
specified in the Decision of approval for the contract selection].
Request the legal representative of the Supplier to complete and enter into the
Contract with the Purchaser according to the following plan:
- Time for the Contract completion: _________, in/at __________;
- Time for the Contract conclusion: _________, in/at __________; enclosed with
the Draft Contract.
Request the Supplier to carry out the Performance Security as prescribed in form
21 of Chapter VIII - Contract Forms included in the invitation for bid with an amount of
_______and valid time _____________[as specified in SCC Section 6.1 of the Invitation
for Bid].
This Notification is an integral part of the Contract. Upon the receipt of this
Notification, the Supplier must send us a Notification of acceptance of the Contract
conclusion and carry out the Performance Security as required at the current capacity of
the Supplier. The Purchaser shall reject the Contract conclusion with the Supplier if the
capacity of the Supplier fails to satisfy the requirements of the procurement.
If the Supplier fails to conclude or refuse to conclude the Contract or carry out the
Performance Security in conformity with the above requirements, the Supplier shall be
rejected and returned the bid security.

Legal representative of the purchaser


[full name, position, signature and seal]
Enclosed: Draft Contract.
Notes: (1) Enter the time in accordance with the time specified in the Bid Security Form
Template.

Chapter VIII Page 2/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Form 20
CONTRACT AGREEMENT

SOCIALIST REPUBLIC OF VIETNAM


Independence - Freedom - Happiness
Contract No. : ……./20…/HĐ-EVNPMB1-......
Implementation of Package No. 1TB-DZ220NM “Supply of optical cables,
insulators and accessories”- 220kV Nam Mo Transmission Line Project (Laos) – Tuong
Duong (Section in Vietnam territory)

Legal documents:
Commercial Law No. 36/2005/QH11 by 11th National Assembly of Socialist Republic of
Vietnam, 7th session, issued on June 14, 2005;
Construction Law No. 50/2014/QH13 by 13th National Assembly of Socialist Republic
of Vietnam, dated on June 18, 2014; Construction Law No. 62/2020/QH14 dated June 17, 2020
amending and supplementing a number of articles of the Law on Construction;
Bidding Law No. 43/2013/QH13 by the 13th National Assembly of Socialist Republic of
Vietnam, effective since July 01, 2014;
Decree No. 63/2014/ND-CP by the Government of Socialist Republic of Vietnam dated
on June 26, 2014, guiding the implementation of several articles in Bidding Law on the bidder
selection;
Civil Code No. 91/2015/QH13 by the 13th National Assembly of Socialist Republic of
Vietnam that takes effect from January 01, 2015;
Decree No. 15/2021/ND-CP dated March 3, 2021 by the Government detailing contents
on construction investment project management;
Decree No. 10/2021/ND-CP dated February 9, 2021 by the Government on the
management of construction investment costs;
Decree No. 37/2015/ND-CP dated 22/4/2015 by the Government of the Socialist
Republic of Vietnam on contracts in construction activities; and Decree No. 50/2021/ND-CP
dated April 1, 2021 by the Government amending and supplementing a number of articles of the
Government's Decree No. 37/2015/ND-CP dated April 22, 2015 regulating the construction’s
contract;
Decree No. 06/2021/ND-CP dated January 26, 2021 detailing a number of contents on
quality management, construction and maintenance of construction works;
Decision No. 156/QD-EVN dated May 24, 2018 of Vietnam Electricity, promulgating the
regulations on construction investment applicable to Vietnam Electricity;
Resolution No. 463/NQ-HDTV dated September 19, 2019 by the Member’s Council of
Vietnam Electricity on EVN as the investor of a number of important transmission grid projects
and assigning Power Project Management Units 1, 2.3 implementation of project management;
Document No. 5229/EVN-KH dated September 27, 2019 of the Vietnam Electricity on
assignment of management of transmission grid projects;
Chapter VIII Page 3/12 9/2021
Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Decision No. 1490/TTg-CN dated November 5, 2019 by the Prime Minister on the policy
of importing electricity and the connection plan of Nam Mo hydropower plant cluster (Laos);
Document No. 6120/EVN-KH dated 11/11/2019; No. 6240/EVN-TTD dated 18/11/2019;
No. 6448/EVN-DT dated November 26, 2019 of Vietnam Electricity on the implementation of
purchasing power policy and the connection plan from Nam Mo power plant clusters (Laos);
Decision No. 400/QD-EVN dated 30/3/2021 of Vietnam Electricity on approving the
220kV Nam Mo (Laos) transmission line Project - Tuong Duong (Section in the territory of
Vietnam);
Decision No. 927/QD-EVN dated 22/7/2021 of Vietnam Electricity on approving the
contractor selection plan phase 3 of 220kV Nam Mo (Laos) transmission line Project - Tuong
Duong (section on territory of Vietnam);
Decision No..../QD-EVN dated ....../...../2021 of Vietnam Electricity on approving
technical design documents for 220kV Nam Mo (Laos) transmission line Project - Tuong Duong
(section on the territory of Vietnam);
Decision No. ..../QD-EVN dated ....../...../2021 of Vietnam Electricity on approving the
estimate of bidding package No. 1TB-DZ220NM "Supply of optical cables , insulators and
accessories” - 220kV Nam Mo (Laos) transmission line Project - Tuong Duong (Section in the
territory of Vietnam);
Decision No. ..../QD-EVN dated ....../...../2021 of Vietnam Electricity on approving the
bidding documents for package No. 1TB-DZ220NM " Supply of optical cables, insulators and
accessories” - 220kV Nam Mo (Laos) transmission line Project - Tuong Duong (Section in the
territory of Vietnam);
Decision No..../QD-EVN dated ....../...../2021 of the Vietnam Electricity on approving of
bidder selection results for package No. 1TB-DZ220NM "Supply of optical cables, insulators
and accessories” - 220kV Nam Mo (Laos) transmission line Project - Tuong Duong (Section in
the territory of Vietnam) and announcing the results of contractor selection No. ......
../EVNPMB1-KTKH dated .../.../2021 of the Purchaser;
Records of contract negotiations and finalization, dated on .... /…;
THIS AGREEMENT made on the ________ day of ________________________, _____,
at the headquarter of Power Project Management Board No. 1 at No. 11 Cua Bac Street, Truc
Bach Ward, Ba Dinh District, Hanoi City, Vietnam, we are representatives to sign contract:
1. VIETNAM ELECTRICITY (Investor), represented by Vietnam Electricity
Power Projects Management Board No.1 (Hereinafter referred to as “the Purchaser”)
Representative : Mr. Bui Phuong Nam
Title : Director
Address : No. 11 Cua Bac Street, Truc Bach Ward, Ba Dinh
District, Hanoi, Vietnam
Telephone : +84 24 22148183

Fax : +84 24 35541371


Email : evnpmb1.dauthau@gmail.com

Chapter VIII Page 4/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

Bank : Joint Stock Commercial Bank for Investment and


Development of Vietnam – Trang An Branch
Account No. : 2611.000.226.8268
Tax : 0100100079-090
reference
number
2. NAME OF BIDDER (hereinafter referred to as “The supplier”):
Representative : …………………………...…………………………...
Title : …………………………...…………………………...
Address : …………………………...…………………………...

Telephone : …………………………...…………………………...

Fax : …………………………...…………………………...
Email : …………………………...…………………………...

Bank : …………………………...…………………………...

Account No. : …………………………...…………………………...


Tax : …………………………...…………………………...
reference
Number
Power of attorney to sign contract No. ___day ___month __ year ___(in case of
authorization).
Both parties agree to sign contract to supply goods with the following contents:
Article 1. Objective of Contract
Scope of works to be supplied by the Supplier under this Contract is goods stated in
details in Appendix of the Contract Agreement.
Article 2. Contract Documents
The documents forming the Contract shall be interpreted in the following order of
priority:
1. The Contract Agreement and Appendices of modification and supplementation
occurring in Contract performance process, if any:
2. Contract Appendices including:
(a) Appendix 1 - Scope of Works
(b) Appendix 2 – Price Schedules
(c) Appendix 3 – Contract Performance Time Schedule
(d) Appendix 4 – List of Approved Subcontractors/Manufacturers
(e) Appendix 5 – List of Key Personnel

Chapter VIII Page 5/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
(f) Appendix 6 - Manufacturers, origin of equipment; place of testing and
inspection
(g) Appendix 7 - Specifications and technical characteristics of the
Goods/Equipment.
3. Minutes of Contract Negotiation Meeting;
4. Decision on approval of the bidding result;
5. Special Conditions of Contract;
6. General Conditions of Contract;
7. Bidding documents and amendments (if any)
8. Supplier’s Bid and amendments (if any);
9. Other documents, (if any).
Article 3. Liability of the Purchaser
The Purchaser commits to pay the Supplier in according to the Contract Price as stated
in the Article 5 of this Contract in the manner prescribed by the General Conditions and
Special Conditions of the Contract.
Article 4. Liability of the Supplier
The Supplier commits with the Purchaser to provide the Goods and Related Services as
specified in the Article 1 of this Contract and commit to carry out the duties and liabilities in
conformity in all respects with the provisions of the General Conditions and Special
Conditions of the Contract.
The Supplier commits that the Supplier and the Main equipment manufacturer
participating in the supply of materials and equipment in this Contract will not impose any
constraints or limitations on the provision of technical consulting services, providing
spare/replacement materials and equipment after the warranty period of the Contract. This
commitment includes but not limited to regulations that impede the Purchaser's access to the
above-mentioned services and equipment in order to improve the operational reliability of
the equipment/system.
Article 5. Contract Price and Terms of Payment
5.1. Contract Price:
The Purchaser hereby agrees to pay to the Supplier the Contract Price in consideration
of the performance by the Supplier of its full obligations hereunder. The Contract Price shall
be the aggregate of: {amounts of foreign currency in words}, {amounts in figures},
{amounts of local currency in words}, {amounts in figures}, as specified in Appendix “Price
Schedules” or such other sums as may be determined in accordance with the terms and
conditions of the Contract.
The Contract Price excludes all taxes and duties as specified in the SCC 32 and
consists of the following elements:
(a) Price of Goods is: .................................. (in words and in numbers).
(b) Value Added Tax (Output VAT) is: ................ (in words and in numbers).
Chapter VIII Page 6/12 9/2021
Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
(c) Corporate Income Tax (CIT) is:........................( in words and in numbers).
5.2. Terms of Payment :
The terms and procedures of payment according to which the Purchaser will
reimburse the Supplier are given in the SCC Clause 16.
Article 6. Type of Contract: Lump sum. See SCC 12.1 for details.
Article 7. Time for Contract Performance: 06 months.
Article 8. Effective Date and Commencement Date
8.1. Effective Date
a) Conditions for the Effective Date of Contract include:
- The contract is signed by representatives of the Purchaser and the Supplier and
- The Purchaser receives the original Contract Performance Security.
b) The Contract expires after the two parties liquidate the contract according to the law.
8.2. Commencement Date
Within thirty (30) days after the Effective Date of the Contract, the Purchaser shall
make the advance payment to the Supplier after the Supplier furnished the Security of
Advance Payment.
Right after making the advance payment to the Supplier, the Purchaser shall give the
Supplier a notice of the Commencement Date, which shall be effective on date of its dispatch
or on the notice’s effective date, whichever is later.
The Contract performance schedules shall be determined from the Commencement
Date.
This Contract is signed on and executed in twelve (12) original copies which having
equal validity, the Purchaser shall keep ten (10) copies and the Supplier shall keep two (2)
copies.

LEGAL REPRESENTATIVE LEGAL REPRESENTATIVE OF


OF SUPPLIER PURCHASER
[Full name, position, signature and [Full name, position, signature and
seal] seal]

Chapter VIII Page 7/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
APPENDICES
(Finalized during Contract negotiation)

APPENDIX 1
SCOPE OF WORKS
(Attached to Contract: ……. /2020/HĐ-AĐ1-...... dated .../.../2020)
(In pursuant to Part 2 Chapter V “Scope of Supply”)
Including:
- Scope of Supply
- List of approved subcontractors/manufacturers

APPENDIX 2
PAYMENT SCHEDULE
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)

APPENDIX 3
CONTRACT PERFORMANCE TIME SCHEDULE
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)
(pursuant to Chapter IV “Bidding Forms” and Part 2 Chapter V “Scope of Supply”)
Including:
- Detailed schedule of submission of drawings, documents;
- Detailed schedule of supply of goods and services;
- Stipulations on documents attached to goods and services (SCC Clause 10).

APPENDIX 4
LIST OF APPROVED SUBCONTRACTORS/MANUFACTURERS
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)

APPENDIX 5
LIST OF KEY PERSONNEL
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)

Chapter VIII Page 8/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS

APPENDIX 6
MANUFACTURERS, ORIGIN OF EQUIPMENT; PLACE OF TESTING AND
INSPECTION
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)

APPENDIX 7
SPECIFICATIONS AND TECHNICAL CHARACTERISTICS OF THE
GOODS/EQUIPMENT
(Attached to Contract: ……./2020/HĐ-AĐ1-...... dated .../.../2020)

Chapter VIII Page 9/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Form No. 21
(1)
PERFORMANCE SECURITY
(For independent Bidders)

[Location]_____,[Date]________________
To: __________________[insert the Purchaser’s name]
(hereinafter referred to as the Purchaser)

At the request of the Supplier [insert name of Supplier] (hereinafter referred to as


Supplier) has been the successful Bidder of the procurement _____[the procurement’s
name] and commit to enter into contract of good supply for the aforesaid procurement
(hereinafter referred to as Contract); (2)
According to the Invitation for Bid (or contract), the Bidder must give a
Performance Guarantee issued by a bank with a given amount to ensure the their duties
and obligations in the performance of the contract;
We, _____[insert name of the bank], locates in _______[insert name of country
or territory], have registered headquarters at _________[the bank’s address(3)]
(hereinafter referred to as “Bank”), to undertake to guarantee the performance of the
contract by the Supplier with an amount of ________[insert equivalent value in figures
and words and currency as specified in GCC Section 6.1 of the Bidding Documents]. We
hereby unconditionally and irrevocably undertake to pay you any sum(s) not exceeding
___________[insert amount(s) in figures and words] upon receipt by us of your first
demand in writing declaring the Supplier to be in default within the effective period of
the performance security.
This guarantee comes into effect from the issue date until ____________[date] (4).
Legal representative of the Bank
[Full name, position, signature and seal]

Notes:
(1) Only applicable in case the contract performance security is a letter of guarantee
from a bank or financial institution.
(2) If the bank requires a signed contract to issue a guarantee, the Purchaser shall
report to the Investor for consideration and decision. In this case, the above paragraph can be
modified as follows:
“At the request of the Supplier [insert name of Supplier] (hereinafter referred to as
Supplier) has been the successful Bidder of the procurement _____[the procurement’s
name] and has signed the contract No.___ dated ____(hereinafter referred to as Contract)”
(3) Address of the bank: specify address, phone number, fax number, e-mail.
(4) Insert the time in accordance with the SCC Clause 6.1.

Chapter VIII Page 10/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Form 21(a)
(1)
PERFORMANCE SECURITY
(For Consortium Bidders)

[Location]_____,[Date]________________
To: __________________[insert the Purchaser’s name]
(hereinafter referred to as the Purchaser)

At the request of _____ [insert name of Consortium Member], a member of


Consortium Bidder ____ [insert name of all Consortium Members], (hereinafter referred
to as Supplier) has been the successful Bidder of package ____ [package’s
number]____[package’s name], ____ [project’s name] and has signed contract No.___
[insert contract number, date of contract signing] for the above bidding package
(hereinafter referred to as the Contract)
According to the provisions of the Bidding Documents (or contract), the Bidder
shall submit to the Purchaser a Bank Guarantee with a specified amount to secure its
obligations and responsibilities in the performance of the Contract;
We, _____[insert name of the bank], locates in _______[insert name of country
or territory], have registered headquarters at _________[the bank’s address(2)]
(hereinafter referred to as “Bank”), undertake to guarantee the performance of the
contract by the Consortium Bidder____[name of each member of Consortium] with an
amount of ________[insert equivalent value in figures and words and currency as
prescribed in the Bidding Documents]. We hereby unconditionally and irrevocably
undertake to pay you any sum(s) not exceeding ___________[insert amount(s) in figures
and words] as stated above, upon written notice from the Purchaser of any member of the
Consortium Bidder ____ [insert name of each member of the Consortium] violates the
Contract within the validity period of the Contract Performance Security.
This guarantee comes into effect from the issue date until ____________[date] (3).

Legal representative of the Bank


[Full name, position, signature and seal]

Notes:
(1) Only applicable in case the Contract performance security is a letter of
guarantee from a bank or financial institution.
(2) Bank address: Specify address, phone number, fax number, e-mail to contact.
(3) Indicate the date in accordance with the requirements specified in the Bidding
Documents.

Chapter VIII Page 11/12 9/2021


Contract Forms
220KV NAM MO (LAOS) - TUONG DUONG TRANSMISSION LINE PROJECT (SECTION IN VIETNAM TERRITORY)
BIDDING DOCUMENTS – PACKAGE No.1TB-DZ220NM
PART III– CONTRACT CONDITIONS AND CONTRACT FORMS
Form No. 22
BANK GUARANTEE FOR ADVANCE PAYMENT(1)

[Location]_____,[Date]________________
To: __________________[insert the Purchaser’s name]
(hereinafter referred to as the Purchaser)
[The name and number of the Contract Agreement]
According to conditions of SCC in the Contract, ___________[insert name and
address of the Supplier] (hereinafter referred to as the Supplier] is required a Bank
Guarantee for advance payment to ensure the proper use of an advance of _________
[insert amount(s) in figures and numbers and currency) by the Supplier;
We, _____[insert name of the bank], locates in _______[insert name of country or
territory], have registered headquarters at _________[the bank’s address(2)] (hereinafter
referred to as “Bank”), at the request of the Purchaser, hereby unconditionally
irrevocably and does not require a Contractor to pre-review to pay you any sum or sums
not exceeding in total an amount of ________[insert amount(s) in figures and words as
specified in SCC Section 15.1 of the Invitation for Bid].
In addition, we hereby agree that any change, supplement or adjustment to the
conditions of the Contract or any relevant document entered into between the Supplier
and the Purchaser shall not change any our duty or obligation under this guarantee.
The value of this guarantee shall gradually decrease in proportion to the advance
payment that the Purchaser recovers through progress payments prescribed in Article 5 of
the Contract together with the certification of advance payment recovery issued by the
Purchaser.
This Guarantee shall remain valid and in full effect from the date of the advance
payment received by the Supplier under the Contract until ______(3) [insert date] or upon
the full recovery of the advance, whichever is sooner.
Legal representative of the Bank
[Full name, position, signature and seal]

Notes:
(1) Based on the specific conditions of the package, the stipulations shall comply
with the requirements specified in SCC Clause 15.1.
(2) Address of the bank: specify address, phone number, fax number, e-mail.
(3) Delivery date specified in the contract. If the goods are delivered in part, the
advance payment guarantee may expire when the value of the goods delivered and
accepted is greater than or equal to the amount of the advance pyament. In case it is
necessary to extend the contract performance period, it is required to extend the validity
period of the advance payment guarantee.

Chapter VIII Page 12/12 9/2021


Contract Forms

You might also like