standard tender document

374
KENYA PORTS AUTHORITY TENDER NO. KPA/169/2010-11/EE UPGRADING OF INCOMING POWER FROM 11KV TO 132KV - SUPPLY, INSTALLATION AND COMMISSIONING OF 132KV/11KV SUBSTATION AND ASSOCIATED EQUIPMENT TENDER DOCUMENT June 2011

Upload: sabill-arasyid

Post on 22-Jul-2016

87 views

Category:

Documents


0 download

DESCRIPTION

tender

TRANSCRIPT

Page 1: Standard Tender Document

KENYA PORTS AUTHORITY

TENDER NO. KPA/169/2010-11/EE

UPGRADING OFINCOMING POWER FROM 11KV TO 132KV

- SUPPLY, INSTALLATION AND

COMMISSIONING OF 132KV/11KV SUBSTATION AND ASSOCIATED

EQUIPMENT

TENDER DOCUMENT

June 2011

Page 2: Standard Tender Document

2SECTION IV: GENERAL CONDITIONS OF CONTRACT

TABLE OF CONTENTSTABLE OF CONTENTS.............................................................................................2

ABBREVIATIONS AND ACRONYMS.....................................................................4

SECTION I: INVITATION FOR TENDERS (IFT)...................................................5

VISION, MISSION, & CORE VALUES......................................................................7

HEALTH, SAFETY AND ENVIRONMENT POLICY STATEMENT....................8

SECTION II: INSTRUCTIONS TO TENDERERS (ITT).......................................91. Scope of Tender................................................................................................102. Source of Funds.................................................................................................103. Eligible Tenderers.............................................................................................104. One Tender per Tenderer..............................................................................115. Alternative Tenders by Tenderers..............................................................116. Cost of Tendering.............................................................................................117. Site Visit and Pre-Tender Meeting..............................................................11

A. Tendering Documents...........................................................................128. Content of Tendering Documents..............................................................129. Clarification of Tendering Documents......................................................1310. Amendments of the Tendering Documents............................................13

B. Preparation of Tenders..........................................................................1311. Language of Tender.........................................................................................1312. Documents Constituting the Tender.........................................................1313. Documents Establishing Eligibility and Qualifications of the Tenderer.......................................................................................................................1414. Form of Tender..................................................................................................1515. Tender Prices......................................................................................................1516. Tender Currencies............................................................................................1517. Tender Validity Period.....................................................................................1518. Tender Security and Tender Securing Declaration..............................1619. Format and Signing of Tender.....................................................................17

C. Submission of Tenders..........................................................................1720. Sealing and Marking of Tenders.................................................................1721. Deadline for Submission of Tenders..........................................................1822. Late Tenders.......................................................................................................1823. Modification, Substitution and Withdrawal of Tenders.......................18

D. Opening and Evaluation of Tenders.................................................1924. Opening of Tenders.........................................................................................1925. Confidentiality....................................................................................................1926. Clarification of Tenders..................................................................................2027. Preliminary Examination of Tenders.........................................................2028. Correction of Errors..........................................................................................2129. Conversion to Single Currency....................................................................2130. Comparison of Tenders..................................................................................2131. National Preference.........................................................................................2232. Determination of the winning evaluated Tender..................................2233. Post-qualification of Tenderer......................................................................22

E. Award of Contract...................................................................................2234. Criteria of Award...............................................................................................2235. Clarifications.......................................................................................................2236. Procuring Entity’s Right to Accept any Tender and to Reject any or all Tenders....................................................................................................................23

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 2 of 280

Page 3: Standard Tender Document

3SECTION IV: GENERAL CONDITIONS OF CONTRACT

37. Procuring Entities Right to Vary Quantities at the Time of Award.2338. Notification of Award.......................................................................................2339. Signing of Contract..........................................................................................2340. Performance Security......................................................................................2441. Advance Payment.............................................................................................2442. Adjudicator..........................................................................................................24

F. Review of Procurement Decisions....................................................2443. Right to Review.................................................................................................2444. Time Limit on Review......................................................................................2545. Submission of Applications for Review by the Public Procurement Administrative Review Board................................................................................2546. Decision by the Public Procurement Administrative Review Board

2547. Appeal on the decision of the Review Board.........................................25

SECTION III: TENDER DATA SHEET................................................................26

SECTION IV: GENERAL CONDITIONS OF CONTRACT................................36

PART I – GENERAL CONDITIONS......................................................................37PREAMBLE TO GENERAL CONDITIONS..............................................................38

PART II – SPECIAL CONDITIONS OF CONTRACT..........................................41

SECTION V: TECHNICAL SPECIFICATIONS...................................................44

SECTION VII: DRAWINGS.................................................................................235

SECTION VIII: BILLS OF QUANTITIES...........................................................241

SECTION IX: TENDER FORMS.......................................................................249A. Form of Tender.......................................................................................250B. Tender-Securing Declaration (Mandatory)..................................254C. Confidential Business Questionnaire.............................................255ntegrity Declaration........................................................................................258D. Letter of Acceptance............................................................................260E. Contract Data Sheet.............................................................................261

SECTION X: FORMS OF SECURITY................................................................265A. Tender Security (Bank or Insurance Guarantee).......................266B. Performance Bank or Insurance Guarantee [Unconditional]267C. Bank or Insurance Guarantee for Advance Payment..............268

SECTION XI: APPLICATION TO PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD...........................................................269

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 3 of 280

Page 4: Standard Tender Document

4SECTION IV: GENERAL CONDITIONS OF CONTRACT

ABBREVIATIONS AND ACRONYMS

CDS Contract Data Sheet

GCC General Conditions of Contract

IFT Invitation for Tender

ITT Instruction to Tenderers

PE Procuring Entity

PM Project Manager

PPDA 2005 Public Procurement and Disposal Act, 2005

PPDR 2006 Public Procurement and Disposal Regulations, 2006

PPOA Public Procurement Oversight Authority

STD Standard Tender Documents

SOR Statement of Requirements

SP Service Provider

TDS Tender Data Sheet

VAT Value Added Tax

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 4 of 280

Page 5: Standard Tender Document

5SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION I: INVITATION FOR TENDERS (IFT)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 5 of 280

Page 6: Standard Tender Document

6SECTION IV: GENERAL CONDITIONS OF CONTRACT

Invitation for TendersTender No.KPA/169/2010-11/EE

Tender Name: UPGRADING OF INCOMING POWER FROM 11KV TO 132KV - SUPPLY, INSTALLATION AND COMMISSIONING OF 132kV/11kV SUBSTATION AND ASSOCIATED EQUIPMENT

June 2011

1.1 The Kenya Ports Authority now invites sealed tenders from eligible suppliers of high voltage electrical switchgear and electrical contractors registered with Ministry of Energy’s ERC Class A for carrying out the proposed UPGRADING OF INCOMING POWER FROM 11KV TO 132KV - SUPPLY, INSTALLATION AND COMMISSIONING OF 132kV/11kV SUBSTATION AND ASSOCIATED EQUIPMENT

1.2 The Procuring Entity has set aside funds for use during the financial year(s) [2010-11-12]. It is intended that part of the proceeds of the fund will be used to cover eligible payments under the contract for the PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132KV -SUPPLY, INSTALLATION AND COMMISSIONING OF 132kV/11kV SUBSTATION AND ASSOCIATED EQUIPMENT

1.3 Tendering will be conducted through the National Competitive (NCB) Bidding procedures specified in the Public Procurement and Disposal Act, 2005 and the Public Procurement and Disposal Regulations, 2006 and is open to all Tenderers as defined in the Regulations.

1.4 Interested eligible Tenderers may obtain further information from and inspect the Tendering Documents at the offices of the Procurement & Supplies Manager located on the 4th floor of office Block 3 at the Kenya Ports Authority Headquarters, Kilindini Kipevu from MONDAY TO FRIDAY (BETWEEN 0800 HOURS AND 1600 HOURS inclusive) except on public holidays.

1.5 A complete set of tender documents may be obtained by interested candidates upon payment of non-refundable fees of KShs.5, 000.00 in the form of a Bankers Cheque payable to Kenya Ports Authority. The document can also be viewed and downloaded from the website www.kpa.co.ke and payment evidence MUST be submitted with the tender document. Bidders who download the tender document from the website must forward their particulars immediately for records and communication of any further tender clarifications or addenda and will be required to pay a discounted fee of Kshs 3,000. Enquiries can be made via email address: [email protected] fax number +25422 2226721.

1.6 There shall be a pre-planned site visit on Thursday, 23nd June, 2011 starting from 1000 Hours. Interested and eligible candidates shall be required to gather at the Conference room on the 6 th floor of Kipevu Block III HQ at 1000 Hours. All bidders shall be required to sign an attendance register as evidence of having participated in the site visit. Bidders who shall not turn up for the pre – planned site visit shall make their own arrangements to visit the site.

1.7 All Tenders in one original plus [two-2 copies], properly filled in, and enclosed in plain envelopes must be delivered to the address below:

Tender Box No. 7 located at the BUS TERMINUS, PORT MAIN PEDESTRIAN GATE NO.8, KILINDINI, MOMBASA BEFORE 0900 HOURS ON TUESDAY, 26TH JULY, 2011

Bulky tenders shall be submitted at the office of Procurement & Supplies Manager located on the 4th floor of office Block III at the Kenya Ports Authority Headquarters, Kipevu, Kilindini Mombasa.

1.8 Tenders will be opened promptly thereafter in the presence of Tenderers’ representatives who choose to attend the opening at the New Conference Room, 6th Floor Finance Block III Kipevu Headquarters, Kenya Ports Authority, Mombasa.

1.9 Late Tenders, incomplete Tenders, Tenders not opened at the Tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

1.10Canvassing or lobbying for the tender shall lead to automatic disqualification.

Yobesh OyaroPROCUREMENT AND SUPPLIES MANAGER

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 6 of 280

Page 7: Standard Tender Document

7SECTION IV: GENERAL CONDITIONS OF CONTRACT

VISION, MISSION, & CORE VALUES

Vision

World class seaports of choice.

Mission

To facilitate and promote global maritime trade through the provision of competitive port services.

Values

Customer Focus: Service excellence is key to our operations and we endeavour to exceed customer

expectations.

Integrity: We uphold fairness, honesty, professionalism and transparency in all our undertakings.

Teamwork: We embrace team spirit in all that we do.

We Care: We care for our staff, the communities around us and are sensitive to the environment.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 7 of 280

Page 8: Standard Tender Document

8SECTION IV: GENERAL CONDITIONS OF CONTRACT

HEALTH, SAFETY AND ENVIRONMENT POLICY STATEMENT

The Kenya Ports Authority recognizes and appreciates the importance of Health, Safety and Environment in the organization.

The Authority therefore places Health, Safety and Environment matters as important Boardroom Agenda.

To translate this commitment into actions, the Authority shall adopt a health, safety and environment policy that shall ensure:1. Compliance with all relevant statutory instruments in all matters of Health, Safety and

Environment.2. Appropriate consideration of relevant international conventions and recommendations.3. Formulation and compliance with rules, regulations and guidelines on matters of Health,

Safety and Environment.4. All reasonably practicable precautions are taken to safeguard the safety and health of all

employees and Port users.5. Appropriate systems for providing adequate information and instructions to all cadres of

employees on risks to their health and safety are in place.6. That all work places and equipment/plant are safe and regularly inspected. 7. All employees and Port Users assume defined responsibilities in matters of health, safety

and environment in conformity with this policy.8. Appropriate training for all employees to enhance their performance is provided.9. That all Suppliers comply with Health, Safety and Environment rules, regulations and

guidelines.10. Adequate provision for prevention and control of fires and proper use of Fire fighting

appliances.11. Adequate provision for prevention and control of environmental pollution.12. That Environmental Impact Assessment is carried out for all projects likely to have an

impact on the environment.13. Provision and promotion of First Aid services and activities.14. Contravention of the Health, Safety and Environment Management System attracts severe

disciplinary action including dismissal and/or prosecution.15. Review of the Health, Safety and Environment Management System to conform to

changing trends.

(Signed)GICHIRI NDUA MANAGING DIRECTOR

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 8 of 280

Page 9: Standard Tender Document

9SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION II: INSTRUCTIONS TO TENDERERS (ITT)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 9 of 280

Page 10: Standard Tender Document

10SECTION IV: GENERAL CONDITIONS OF CONTRACT

Introduction

1. Scope of Tender

1.1

The Procuring Entity indicated in the Tender Data Sheet (TDS) invites Tenders for the construction of works as specified in the Tender Data Sheet and Sections V (Technical Specifications) and VII (Drawings).

1.2

The successful Tenderer will be expected to complete the works by the required completion date specified in the Tender Data Sheet.

1.3

The objectives of the works are listed in the Tender Data Sheet. These are mandatory requirements. Any subsequent detail is offered to support these objectives and must not be used to dilute their importance.

2. Source of Funds

2.2

Payments will be made directly by the Procuring Entity (or by financing institution specified in the Tender Data Sheet upon request of the Procuring Entity to so pay) and will be subject in all respects to the terms and conditions of the resulting contract placed by the Procuring Entity.

3. Eligible Tenderers

3.1

A Tenderer may be a natural person, private or public company, government-owned institution, subject to sub-Clause 3.4 or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, unless otherwise specified in the Tender Data Sheet, all parties shall be jointly and severally liable.

3.2

The Invitation for Tenders is open to all suppliers as defined in the Public Procurement and Disposal Act, 2005 and the Public Procurement and Disposal Regulations, 2006 except as provided hereinafter.

3.3

A Tenderer shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with one or more parties in this Tendering process, if they:a) Are associated or have been associated in the past directly or

indirectly with employees or agents of the Procuring Entity or a member of a board or committee of the Procuring Entity;

b) Are associated or have been associated in the past, directly or indirectly with a firm or any of its affiliates which have been engaged by the Procuring Entity to provide consulting services for the preparation of the design, specifications and other documents to be used for the procurement of the works under this Invitation for Tenders;

c) Have controlling shareholders in common; or d) Receive or have received any direct or indirect subsidy from any

of them; or e) Have the same legal representative for purposes of this Tender;

orf) Have a relationship with each other, directly or through common

third parties, that puts them in a position to have access to information about or influence on the Tender of another Tenderer, or influence the decisions of the Procuring Entity regarding this Tendering process; or

g) Submit more than one Tender in this Tendering process. However, this does not limit the participation of subcontractors in

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 10 of 280

Page 11: Standard Tender Document

11SECTION IV: GENERAL CONDITIONS OF CONTRACT

more than one Tender, or as Tenderer and subcontractor simultaneously.

3.4

A Tenderer will be considered to have a conflict of interest if they participated as a consultant in the preparation of the design or technical specification of the project and related services that are the subject of the Tender.

3.5

Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Kenya in accordance with GCC sub-Clause 3.2.

3.6

Government owned enterprises in Kenya may participate only if they are legally and financially autonomous, if they operate under commercial law, are registered by the relevant registration board or authorities and if they are not a dependent agency of the Government.

3.7

Tenderers shall provide such evidence of their continued eligibility satisfactory to the Procuring Entity, as the Procuring Entity shall reasonably request.

4. One Tender per Tenderer

4.1

A firm shall submit only one Tender, in the same Tendering process, either individually as a Tenderer or as a partner in a joint venture pursuant to ITT Clause 5.

4.2

No firm can be a subcontractor while submitting a Tender individually or as a partner of a joint venture in the same Tendering process.

4.3

A firm, if acting in the capacity of subcontractor in any Tender, may participate in more than one Tender but only in that capacity.

4.4

A Tenderer who submits or participates in more than one Tender (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the Tenders in which the Tenderer has participated to be disqualified.

5. Alternative Tenders by Tenderers

5.1

Tenderers shall submit offers that comply with the requirements of the Tendering documents, including the basic Tenderer’s technical design as indicated in the specifications and Drawings and Bill of Quantities. Alternatives will not be considered, unless specifically allowed for in the Tender Data Sheet. If so allowed, sub-Clause 5.2 and 5.3 shall govern.

5.2

When alternative times for completion are explicitly invited, a statement to that effect will be included in the Tender Data Sheet as will the method of evaluating different times for completion.

5.3

If so allowed in the Tender Data Sheet, Tenderers wishing to offer technical alternatives to the requirements of the Tendering documents must also submit a Tender that complies with the requirements of the Tendering documents, including the basic technical design as indicated in the specifications. In addition to submitting the basic Tender, the Tenderer shall provide all information necessary for a complete evaluation of the alternative by the Procuring Entity, including technical specifications, breakdown of prices, and other relevant details. Only the technical alternatives, if any, of the winning evaluated tenderer conforming to the basic technical requirements shall be considered by the Procuring Entity.

6. Cost of Tendering

6.1

The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and the Procuring Entity shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 11 of 280

Page 12: Standard Tender Document

12SECTION IV: GENERAL CONDITIONS OF CONTRACT

7. Site Visit and Pre-Tender Meeting

7.1

The Tenderer, at the Tenderer’s own responsibility and risk, is advised to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Tenderer’s own expense.

7.2

The Procuring Entity may conduct a site visit and a pre-Tender meeting. The purpose of the pre-Tender meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

7.3

The Tenderer’s designated representative is invited to attend a site visit and pre-Tender meeting which, if convened, will take place at the venue and time stipulated in the Tender Data Sheet.

7.4

The Tenderer is requested as far as possible, to submit any questions in writing or by electronic means to reach the procuring Entity before the pre-Tender meeting. It may not be practicable at the meeting to answer all questions, but questions and responses will be transmitted in accordance with sub-Clause 7.5.

7.5

Minutes of the pre-Tender meeting, including the text of the questions raised and the responses given together with any responses prepared after the pre-Tender meeting will be transmitted within the time stated in the Tender Data Sheet to all purchasers of the Tendering documents. Any modification of the Tendering documents listed in sub-Clause 8.1 that may become necessary as a result of the pre-Tender meeting shall be made by the Procuring Entity exclusively through the issue of an Addendum pursuant to ITT sub Clause 10.2 and not through the minutes of the pre-Tender meeting.

7.6

Non attendance during the site visit or pre-Tender meeting will not be a cause for disqualification of a Tenderer unless specified to the contrary in the Tender Data Sheet.

A.Tendering Documents8. Content of

Tendering Documents

8.1 The works required, Tendering procedures, and contract terms are prescribed in the Tendering Documents. In addition to the Section I Invitation for Tenders, Tendering documents which should be read in conjunction with any addenda issued in accordance with ITT sub Clause 10.2 include:

Section II Instructions to TenderersSection III Tender Data Sheet Section IV General Conditions of Contract Section V Technical Specifications Section VII Drawings Section VIII Bill of Quantities Section IX Forms of Tender

Form of Tender Appendix to Tender Confidential Business Questionnaire Integrity Declaration Letter of Acceptance Contract Data Sheet

Section X Forms of Security Tender Security Form Tender Securing Declaration Performance Bank or Insurance Guarantee Advance Payment Guarantee

Section XI Form RB 1 Application to Public Procurement KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 12 of 280

Page 13: Standard Tender Document

13SECTION IV: GENERAL CONDITIONS OF CONTRACT

Administrative Review Board

8.2 The number of copies to be completed and returned with the Tender is specified in the Tender Data Sheet.

8.3 The Invitation for Tenders (Section I) issued by the Procuring Entity is not part of the Tendering Documents and is included for reference purposes only. In case of discrepancies between the Invitation for Tenders and the Tendering Documents listed in sub-Clause 8.1 above, the said Tendering Documents will take precedence.

8.4 The Procuring Entity is not responsible for the completeness of the Tendering Documents and their addenda, if they were not obtained directly from the authorized staff of the Procuring Entity.

8.5 The Tenderer is expected to examine all instructions, forms, terms and specifications in the Tendering documents. Failure to furnish all information required by the Tendering Documents or to submit a Tender substantially responsive to the Tendering documents in every respect will be at the Tenderer’s risk and may result in the rejection of its Tender.

9. Clarification of Tendering Documents

9.1 A prospective Tenderer requiring any clarification of the Tendering documents may notify the Procuring Entity in writing, e-mail or facsimile at the Procuring Entity's address indicated in the Tender Data Sheet.

9.2 The Procuring Entity will within the period stated in the Tender Data Sheet respond in writing to any request for clarification provided that such request is received no later than the period indicated in the Tender Data Sheet prior to the deadline for the submission of Tenders prescribed in sub-Clause 22.1.

9.3 Copies of the procuring entity's response will be forwarded to all Purchasers of the Tendering documents, including a description of the inquiry, but without identifying its source.

9.4 Should the Procuring Entity deem it necessary to amend the Tendering documents as a result of a clarification, it shall do so following the procedure under ITT Clause 10.

10.Amendments of the Tendering Documents

10.1 Before the deadline for submission of Tenders, the Procuring Entity may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Tenderer, modify the Tendering documents by issuing addenda.

10.2 Any addendum issued shall be part of the Tender documents pursuant to sub-Clause 8.1 and shall be communicated in writing, by e-mail or facsimile to all who have obtained the Tendering documents directly from the Procuring Entity.

10.3 In order to allow prospective Tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Procuring Entity at its discretion shall extend, as necessary, the deadline for submission of Tenders, in accordance with sub-Clause 22.2

B.Preparation of Tenders

11.Language of Tender

11.1 The Tender, and all correspondence and documents related to the Tender exchanged by the Tenderer and the Procuring Entity shall be written in the Tender language stipulated in the Tender Data Sheet. Supporting documents and printed literature furnished by

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 13 of 280

Page 14: Standard Tender Document

14SECTION IV: GENERAL CONDITIONS OF CONTRACT

the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages in the above stated language, in which case, for purposes of interpretation of the Tender, the translation shall prevail.

12.Documents Constituting the Tender

12.1 The Tender submitted by the Tenderer shall consist of the following components:

a) The Form of Tender (in the format indicated in Section IX) completed in accordance with ITT Clause 15, 16 and 17;

b) Information requested by Instructions to Tenderers ITT sub-Clause 13.2; 13.3 and 13.4;

c) Tender Security or Tender Securing Declaration in accordance with Instructions to Tenderers ITT Clause 19;

d) Priced Bill of Quantities;e) Qualification Information Form and Documents; f) Alternative offers where invited in accordance with Instructions

to Tenderers ITT Clause 5; g) Written confirmation authorizing the signatory of the Tender to

commit the Tenderer in accordance with Instructions to Tenderers ITT sub Clause 19.2; and

h) Technical schedules duly filled in details as requested.i) And any information or other materials required to be

completed and submitted by Tenderers, as specified in the Tender Data Sheet.

13.Documents Establishing Eligibility and Qualifications of the Tenderer

13.1 Pursuant to ITT Clause 13, the Tenderer shall furnish, as part of its Tender, documents establishing the Tenderer’s eligibility to Tender and its qualifications to perform the contract if its Tender is accepted.

13.2 Tenders submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated in the Tender Data Sheet:

a) The Tender shall include all the information listed in the Tender Data Sheet pursuant to sub-Clause 13.3 above for each joint venture partner;

b) The Tender shall be signed so as to be legally binding on all partners;

c) One of the partners will be nominated as being in charge, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners;

d) The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of a joint venture and the entire execution of the Contract, including payment, shall be done exclusively with the partner in charge;

e) All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms and a statement to this effect shall be

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 14 of 280

Page 15: Standard Tender Document

15SECTION IV: GENERAL CONDITIONS OF CONTRACT

included in the authorization mentioned under (c) above as well as in the Tender and in the Agreement (in case of a successful Tender); and

f) A copy of the joint venture agreement entered into by all partner shall be submitted with the Tender. Alternatively, a Letter of Intent to execute a joint venture agreement in the event of a successful Tender shall be signed by all partners and submitted with the Tender, together with a copy of the proposed Agreement.

g) The Tender Security and Tender Securing Declaration as stated in accordance with ITT Clause 19, and in case of a successful Tender, the Agreement, shall be signed so as to be legally binding on all partners.

14.Form of Tender

14.1 The Tenderer shall fill the Form of Tender furnished in the Tendering Documents. The Form of Tender must be completed without any alterations to its format and no substitute shall be accepted.

15.Tender Prices

15.1 The Contract shall be for the whole Works, as described in sub-Clause 1.1, based on the priced Bill of Quantities submitted by the Tenderer.

15.2 The Tenderer shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items for which no rate or price is entered by the Tenderer will not be paid for by the Procuring Entity when executed and shall be deemed covered by the other rates and prices in the Bill of quantities.

15.3 All duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 15 days prior to the deadline for submission of Tenders, shall be included in the rates, prices and total Tender price submitted by the Tenderer.

16.Tender Currencies

16.1 The unit rates and prices shall be quoted by the Tenderer in the currency as specified in the Tender Data Sheet.

16.2 Tenderers shall indicate details of their expected foreign currency requirements in the Tender, if any. The rates of exchange to be used by the Tenderers in arriving at the local currency equivalent shall be the selling rates for similar transactions established by the authority specified in the Tender Data Sheet prevailing on the date 28 days prior to the latest deadline for submission of Tenders. These exchange rates shall apply for all payments so that no exchange risk will be borne by the Tenderer. In any case, payments will be computed using the rates quoted in the Tender.

16.3 Tenderers may be required by the Procuring Entity to clarify their foreign currency requirements and to substantiate that the amounts included in the rates and prices and in the Contract Data Sheet are reasonable and responsive to sub-Clause 17.1.

17.Tender Validity Period

17.1 Tenders shall remain valid for the period specified in the Tender Data Sheet after the Tender submission deadline prescribed by the Procuring Entity, pursuant to ITT Clause 22. A Tender valid for a shorter period shall be rejected by the Procuring Entity as non responsive.

17.2 In exceptional circumstances, prior to expiry of the original Tender validity period, the Procuring Entity may request that the Tenderers extend the period of validity for a specified additional period. The request and the Tenderers' responses shall be made in writing or by cable. A Tenderer may refuse the request without

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 15 of 280

Page 16: Standard Tender Document

16SECTION IV: GENERAL CONDITIONS OF CONTRACT

forfeiting its Tender Security or causing to be executed its Tender Securing declaration. A Tenderer agreeing to the request will not be required or permitted to otherwise modify the Tender, but will be required to extend the validity of its Tender Security or Tender Securing declaration for the period of the extension, and in compliance with ITT Clause 19 in all respects.

17.3 In the case of fixed price contracts, if the award is delayed by a period exceeding sixty (60) days beyond the expiry of the initial Tender validity period, the contract price will be increased by a factor specified in the request for extension. The Tender evaluation shall be based on the Tender price without taking into consideration on the above correction.

18.Tender Security and Tender Securing Declaration

18.1 Pursuant to ITT Clause 12, where required in the Tender Data Sheet, the Tenderer shall furnish as part of its Tender, a Tender Security in original form and in the amount and currency specified in the Tender Data Sheet.A Tender Securing Declaration as specified in the Tender Data Sheet in the format provided in section X shall be provided as a mandatory requirement.

18.2 The Tender Security or Tender Securing Declaration is required to protect the Procuring Entity against the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to ITT sub-Clause 19.9.

18.3 The Tender Security shall be denominated in the currency of the Tender and shall be in one of the following forms:a) Cash;b) A Bank Guarantee;c) An Insurance Bond issued by an insurance firm approved by the

PPOA located in Kenya;d) An irrevocable letter of credit issued by a reputable bank.

18.4 The Tender Security shall be in accordance with the Form of the Tender Security included in Section X or another form approved by the Procuring Entity prior to the Tender submission.

18.5 The Tender Security shall be payable promptly upon written demand by the Procuring Entity in case any of the conditions listed in sub-Clause 19.8 are invoked.

18.6 Any Tender not accompanied by a Tender Security in accordance with sub-Clauses 19.1 or 19.3 shall be rejected by the Procuring Entity as non-responsive, pursuant to ITT Clause 28.

18.7 The Procuring Entity shall immediately release any Tender Security if:a) The procuring proceedings are terminated;b) The Procuring Entity determines that none of the submitted

Tenders is responsive;c) A contract for the procurement is entered into.

18.8 The Tender Security shall be forfeited and the Tender Securing Declaration executed if the Tenderer:a) Withdraws its Tender after the deadline for submitting Tenders

but before the expiry of the period during which Tenders must remain valid;

b) Rejects a correction of an arithmetic error pursuant to sub-Clause 29.2;

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 16 of 280

Page 17: Standard Tender Document

17SECTION IV: GENERAL CONDITIONS OF CONTRACT

c) Refuse to enter into a written contract in accordance with ITT Clause 40;

d) Fails to furnish the Performance Security in accordance with ITT Clause 41.

18.9 The Tender Security and Tender Securing Declaration of a joint venture must be in the name of the joint venture submitting the Tender.

18.10

A Tenderer shall be suspended from being eligible for Tendering in any contract with the Procuring Entity for the period of time indicated in the Tender Securing Declaration:a) If the Tenderer withdraws its Tender, except as provided in ITT

sub-Clauses 18.2 and 29.2; orb) In the case of a successful Tenderer, if the Tenderer fails within

the specified time limit to:(i) Sign the contract; or(ii) Furnish the required Performance Security.

19.Format and Signing of Tender

19.1 The Tenderer shall prepare one original of the documents comprising the Tender as described in ITT Clause 12 of these Instructions to Tenderers, with the Form of Tender, and clearly marked “ORIGINAL”. In addition, the Tenderer shall submit copies of the Tender, in the number specified in the Tender Data Sheet, and clearly marked as “COPIES”. In the event of discrepancy between them, the original shall prevail.

19.2 The original and all copies of the Tenders shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written confirmation as specified in the Tender Data Sheet and shall be attached to the Tender. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Tender, except for un-amended printed literature, shall be initialled by the person or persons signing the Tender.

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

19.4 The Tenderer shall furnish information as described in the Form of Tender on commissions or gratuities, if any, paid or to be paid to agents relating to this Tender and to contract execution if the Tenderer is awarded the contract

C. Submission of Tenders

20.Sealing and Marking of Tenders

20.1 The Tenderer shall seal the original and each copy of the Tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be sealed in an outer envelope securely sealed in such a manner that opening and resealing cannot be achieved undetected.

20.2 The inner and outer envelopes shall:a) Be addressed to the Procuring Entity at the address given in the

Tender Data Sheet; andb) Bear the Project name indicated in the Tender Data Sheet, the

Invitation for Tenders (IFT) title and number indicated in the Tender Data Sheet, and a statement: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the Tender Data Sheet, pursuant to ITT sub-Clause 22.1.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 17 of 280

Page 18: Standard Tender Document

18SECTION IV: GENERAL CONDITIONS OF CONTRACT

20.3 In addition to the identification required in sub-Clause 21.2, the inner envelopes shall also indicate the name and address of the Tenderer to enable the Tender be returned unopened in case it is declared late, pursuant to sub-Clause 22.1 and for matching purpose under ITT Clause 23

20.4 If the outer envelope is not sealed and marked as required by ITT sub clause 21.2, the Procuring Entity shall assume no responsibility for misplacement or premature opening of the Tender.

21.Deadline for Submission of Tenders

21.1 Tenders shall be received by the Procuring Entity at the address specified under ITT sub-Clause 21.2 no later than the date and time specified in the Tender Data Sheet.

21.2 The Procuring Entity may, in exceptional circumstances and at its discretion, extend the deadline for the submission of Tenders by amending the Tendering documents in accordance with ITT Clause 9, in which case all rights and obligations of the Procuring Entity and Tenderers previously subject to the deadline will thereafter be subject to the new deadline.

21.3 The extension of the deadline for submission of Tenders shall not be made later than the period specified in the Tender Data Sheet before the expiry of the original deadline.

22.Late Tenders

22.1 The Procuring Entity shall not consider for evaluation any Tender that arrives after the deadline for submission of Tenders, in accordance with ITT Clause 22.

22.2 Any Tender received by the Procuring Entity after the deadline for submission of Tenders shall be declared late, rejected and returned unopened to the Tenderer

23.Modification, Substitution and Withdrawal of Tenders

23.1 A Tenderer may modify or substitute or withdraw its Tender after it has been submitted, provided that written notice of the modification, including substitution or withdrawal of the Tender, is received by the Procuring Entity prior to the deadline prescribed for submission of Tenders prescribed under ITT sub-Clause 22.1.

23.2 The Tenderer’s modification or substitution or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of ITT Clauses 20 and 21 with the outer and inner envelopes additionally marked “MODIFICATION” or SUBSTITUTION or “WITHDRAWAL” as appropriate. The notice may also be sent by electronic mail and facsimile, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of Tenders.

23.3 No Tender may be withdrawn, replaced or modified in the interval between the deadline for submission of Tenders and the expiration of the period of Tender validity specified by the Tenderer on the Tender Form. Withdrawal of a Tender during this interval shall result in the Tenderer’s forfeiture of its Tender Security or execution of Tender Securing Declaration, pursuant to the ITT sub-Clause 19.9.

23.4 Withdrawal of a Tender between the deadline for submission of Tenders and the expiration of the period of Tender validity specified in the Tender Data Sheet or as extended pursuant to sub-Clause 22.2 shall result in the forfeiture of the Tender Security and execution of Tender Securing Declaration pursuant to ITT sub-

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 18 of 280

Page 19: Standard Tender Document

19SECTION IV: GENERAL CONDITIONS OF CONTRACT

Clause 19.9. 23.5 Tenderers may only offer discounts to, or otherwise modify the

prices of their Tenders by submitting Tender modifications in accordance with this Clause, or included in the original Tender submission.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 19 of 280

Page 20: Standard Tender Document

20SECTION IV: GENERAL CONDITIONS OF CONTRACT

D.Opening and Evaluation of Tenders24.Opening of

Tenders24.1 The Procuring Entity will open all Tenders including modifications,

substitution or withdraw notices made pursuant to ITT Clause 24, in public, in the presence of Tenderers or their representatives who choose to attend and other parties with legitimate interest and Tender proceedings, at the place on the date and at time specified in the Tender Data Sheet. The Tenderers’ representatives who are present shall sign a register as proof of their attendance.

24.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Tenders for which an acceptable notice of withdrawal has been submitted pursuant to ITT Clause 24 shall not be opened but returned to the Tenderer. If the withdrawal envelope does not contain a copy of the “Power of Attorney” confirming the signature as a person duly authorized to sign on behalf of the Tenderer, the corresponding Tender will be opened. Subsequently, all envelopes marked "MODIFICATION" shall be opened and the submissions therein read out in appropriate detail. Thereafter all envelopes marked or "SUBSTITUTION" opened and the submissions therein read out in appropriate detail.

24.3 All other envelopes shall be opened one at a time. The Tenderers' names, the Tender prices, the total amount of each Tender and of any alternative Tender (if alternatives have been requested or permitted), any discounts, the presence or absence of Tender security, and such other details as the appropriate tender opening committee may consider appropriate, will be announced by the Secretary of the Tender Opening Committee at the opening.

24.4 Tenders or modifications that are not opened and not read out at Tender opening shall not be considered further for evaluation, irrespective of the circumstances. In particular, any discount offered by a Tenderer which is not read out at Tender opening shall not be considered further.

24.5 Tenderers are advised to send in a representative with the knowledge of the content of the Tender who shall verify the information read out from the submitted documents. Failure to send a representative or to point out any un-read information by the sent Tenderer’s representative shall indemnify the Procuring Entity against any claim or failure to read out the correct information contained in the Tenderer’s Tender.

24.6 No Tender will be rejected at Tender opening except for late Tenders which will be returned unopened to the Tenderer, pursuant to ITT Clause 23.

24.7 The Secretary of the appropriate tender opening committee shall prepare minutes of the Tender opening. The record of the Tender opening shall include, as a minimum: the name of the Tenderers and whether or not there is a withdrawal, substitution or modification, the Tender price per Lot if applicable, including any discounts and alternative offers and the presence or absence of a Tender Security or Tender Securing Declaration.

24.8 The Tenderers’ representatives who are present shall be requested to sign the record. The omission of a Tenderer’s signature on the record shall not invalidate the contents and affect the record.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 20 of 280

Page 21: Standard Tender Document

21SECTION IV: GENERAL CONDITIONS OF CONTRACT

24.9 A copy of the minutes of the Tender opening shall be furnished to individual Tenderers upon request.

25.Confidentiality

25.1 Information relating to the examination, clarification, evaluation, and comparison of Tenders and recommendations for the award of a Contract shall not be disclosed to Tenderers or any other persons not officially concerned with such process until the award to the successful Tenderer has been announced.

25.2 Any effort by a Tenderer to influence the Procuring Entity’s processing of Tenders or award decisions may result in the rejection of his Tender.

25.3 Notwithstanding sub-Clause 26.2, from the time of Tender opening to the time of Contract award, if any Tenderer wishes to contact the Procuring Entity on any matter related to the Tendering process, it should do so in writing.

26.Clarification of Tenders

26.1 To assist in the examination, evaluation, comparison of Tenders and post-qualification of the Tenderer, the Procuring Entity may, at its discretion, ask a Tenderer for clarification of its Tender including breakdown of prices. Any clarification submitted by a Tenderer that is not in response to a request by the Procuring Entity shall not be considered.

26.2 The request for clarification and the response shall be in writing. No change in the prices or substance of the Tender shall be sought, offered, or permitted except to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of Tenders in accordance with ITT Clause 29.

26.3 From the time of Tender opening to the time of Contract award if any Tenderer wishes to contact the Procuring Entity on any matter related to the Tender it should do so in writing.

27.Preliminary Examination of Tenders

27.1 Prior to the detailed evaluation of Tenders, the Procuring Entity will determine whether:a) The Tender has been submitted in the required format; b) Any Tender Security submitted is in the required form, amount

and validity period;c) The Tender has been signed by the person lawfully authorized

to do so;d) The required number of copies of the Tender have been

submitted;e) The Tender is valid for the period required;f) All required documents and information have been submitted;

andg) Any required samples have been submitted.

27.2 The Procuring Entity will confirm that the documents and information specified under ITT Clause 12 and ITT Clause 13 have been provided in the Tender. If any of these documents or information is missing, or is not provided in accordance with the Instructions to Tenderers, the Tender shall be rejected.

27.3 The Procuring Entity may waive any minor informality, nonconformity, or irregularity in a Tender which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Tenderer

27.4 A substantially responsive Tender is one which conforms to all KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 21 of 280

Page 22: Standard Tender Document

22SECTION IV: GENERAL CONDITIONS OF CONTRACT

the terms, conditions, and specifications of the Tendering documents, without material deviation or reservation. A material deviation or reservation is one that:a) Affects in any substantial way the scope, quality, or execution

of the Works; b) Limits in any substantial way, inconsistent with the Tendering

documents, the Procuring Entity's rights or the Tenderer’s obligations under the Contract; or

c) If rectified, would affect unfairly the competitive position of other Tenderers presenting substantially responsive Tenders.

27.5 If a Tender is not substantially responsive, it will be rejected by the Procuring Entity, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

28.Correction of Errors

28.1 Tenders determined to be substantially responsive will be checked by the Procuring Entity for any arithmetic errors. Errors will be corrected by the Procuring Entity as follows:a) If there is a discrepancy between unit prices and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the decimal point in the unit price, in which the total price as quoted shall govern and the unit price shall be corrected;

b) 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; and

c) Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.

28.2 The amount stated in the Tender will, be adjusted by the Procuring Entity in accordance with the above procedure for the correction of errors and, with, the concurrence of the Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not accept the corrected amount, its Tender will then be rejected, and the Tender Security may be forfeited and the Tender Securing Declaration may be executed in accordance with sub-Clause 19.9.

29.Conversion to Single Currency

29.1 To facilitate the evaluation and comparison, the Procuring Entity will convert all Tender prices expressed in the amounts in various currencies in which the Tender prices are payable to Kenya Shillings at the selling exchange rate established for similar transactions by the Central Bank of Kenya ruling on the date specified in the Tender Data Sheet.

30.Comparison of Tenders

30.1 The Procuring Entity shall evaluate and compare only the Tenders determined to be substantially responsive in accordance with ITT Clause 28.

30.2 In evaluating the Tenders, the Procuring Entity will determine for each Tender the evaluated Tender price by adjusting the Tender price as follows:Making any correction for errors pursuant to ITT Clause 29;Excluding provisional sums and the provision, if any for contingencies in the Bill of Quantities, but including Day work , where priced competitively ; and Making appropriate adjustments to reflect discounts or other price modifications offered in accordance with sub-Clause 24.5.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 22 of 280

Page 23: Standard Tender Document

23SECTION IV: GENERAL CONDITIONS OF CONTRACT

30.3 The Procuring Entity may waive any minor informality or non-conformity, which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative standing of any Tenderer. Variations, deviations, and alternative offers and other factors, which are in excess of the requirements of the Tendering documents or otherwise result in unsolicited benefits for the Procuring Entity will not be taken into account in Tender evaluation.

31.National Preference

31.1 There will be no national preference except to the effect and substance as contained in the Tender Data Sheet.

32.Determination of the winning evaluated Tender

32.1 The Tender with the highest combined technical and financial score evaluated from among those which are eligible, compliant and substantially responsive shall be the winning evaluated Tender.

33.Post-qualification of Tenderer

33.1 If specified in the Tender Data Sheet, post-qualification shall be undertaken.

33.2 The Procuring Entity will determine to its satisfaction whether the Tenderer that is selected as having submitted the winning evaluated responsive Tender is qualified to perform the contract satisfactorily, in accordance with the criteria listed in sub-Clause 13.3.

33.3 The determination will take into account the Tenderer’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the Tenderer’s qualifications submitted by the Tenderer, pursuant to sub-Clause 13.3, as well as such other information as the Procuring Entity deems necessary and appropriate. Factors not included in these Tendering documents shall not be used in the evaluation of the Tenderer’s qualifications.

33.4 An affirmative determination will be a prerequisite for award of the contract to the Tenderer. A negative determination will result in rejection of the Tenderer’s Tender, in which event the Procuring Entity will proceed to the next highest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.

E. Award of Contract34.Criteria of

Award 34.1

Subject to ITT Clause 35 and 36, the Procuring Entity will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tendering documents and who has offered the winning evaluated tender Price, provided that such Tenderer has been determined to be: a) Eligible in accordance with the provisions of ITT Clause 3; b) Is determined to be qualified to perform the Contract

satisfactorily; c) Successful negotiations have been concluded.

35.Clarifications 35.1 Clarifications may be undertaken with the winning evaluated

tenderer relating to the following areas: a) A minor alteration to the technical details of the statement of

requirements;b) Reduction of quantities for budgetary reasons, where the

reduction is in excess of any provided for in the Tendering documents;

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 23 of 280

Page 24: Standard Tender Document

24SECTION IV: GENERAL CONDITIONS OF CONTRACT

c) A minor amendment to the Contract Data Sheet;d) Finalizing payment arrangements;e) Mobilization arrangements;f) Agreeing final delivery or work schedule to accommodate

any changes required by the Procuring Entity;g) The methodology or staffing; orClarifying details that were not apparent or could not be finalized at the time of Tendering.

35.2

Clarifications shall not change the substance of the tender.

36.Procuring Entity’s Right to Accept any Tender and to Reject any or all Tenders

36.1

Notwithstanding ITT Clause 35, the Procuring Entity reserves the right to accept or reject any Tender, and to cancel the Tendering process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer or Tenderers.

36.2

Notice of the rejection of all Tenders shall be given promptly within 14 days to all Contractors that have submitted Tenders.

36.3

The Procuring Entity shall upon request communicate to any Tenderer the grounds for its rejection of its Tenders, but is not required to justify those grounds.

37.Procuring Entities Right to Vary Quantities at the Time of Award

37.1

The Procuring Entity reserves the right at the time of contract award to increase or decrease the quantity of goods or related services originally specified in these Tendering documents (schedule of requirements) provided this does not exceed by the percentage indicated in the Tender Data Sheet, without any change in unit price or other terms and conditions of the Tender and Tendering documents.

38.Notification of Award

38.1

The Tenderer whose Tender has been accepted will be notified of the award by the Procuring Entity prior to expiration of the Tender validity period by e-mail or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Procuring Entity will pay the Contractor in consideration of the provision and maintenance of the Work(s) as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

38.2

The notification of award will constitute the formation of the Contract, subject to the Tenderer furnishing the Performance Security in accordance with ITT Clause 41 and signing the Contract in accordance with sub-Clause 40.2At the same time as the person submitting the successful Tender is notified, the Procuring Entity will notify each unsuccessful Tenderer, the name of the successful Tenderer and the Contract amount and will discharge the Tender Security and Tender Securing Declaration of the Tenderer pursuant to ITT sub Clause 19.7

38.4

If, after notification of award, a Tenderer wishes to ascertain the grounds on which it’s Tender or application for pre-qualification was unsuccessful, it should address its request to the secretary of the Tender Committee that authorized the award of contract. The secretary of the Tender Committee shall, within fourteen days after a request, provide written reasons as to why the Tender, proposal or application to be pre-qualified was unsuccessful. However, failure to take this opportunity to clarify

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 24 of 280

Page 25: Standard Tender Document

25SECTION IV: GENERAL CONDITIONS OF CONTRACT

the grounds for rejection does not affect the Tenderer’s right to seek immediate review by the Public Procurement Administrative Review Board under Clause 45.

39.Signing of Contract

39.1

Promptly, and in no case later than 14 days, after notification, Procuring Entity shall send the successful Tenderer the Agreement and Contract Data Sheet, incorporating all agreements between the parties obtained as a result of Contract negotiations.

39.2

Within the period specified in the notification or Tender Data Sheet but not earlier than fourteen (14) days since notification of award of contract, the successful Tenderer shall sign and date the contract and return it to the Procuring Entity.

40.Performance Security

40.1

Within thirty (30) days but after 14 days after receipt of the Letter of Acceptance, the successful Tenderer shall deliver to the Procuring Entity a Performance Security in the amount and in the form stipulated in the Tender Data Sheet and the Contract Data Sheet, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the Conditions of Contract.

40.2

If the Performance Security is provided by the successful Tenderer in the form of a Bank Guarantee or Insurance Bond, it shall be issued either:a) At the Tenderer’s option, by a bank or insurance firm located

in Kenya, or a foreign bank or insurance firm through a correspondent bank or insurance firm located in Kenya;

b) With the consent of the Procuring entity, directly by a foreign bank acceptable to the Procuring entity.

40.3

Failure of the successful Tenderer to comply with the requirement of sub-Clause 41.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Tender Security, in which event the Procuring Entity may make the award to the next winning evaluated tenderer or call for new Tenders.

41.Advance Payment

41.1

The Procuring Entity will provide an Advance Payment as stipulated in the Conditions of Contract, subject to a maximum amount, as stated in the Tender Data Sheet.

41.2

The Advance Payment request shall be accompanied by an Advance Payment Security (Guarantee) in the form provided in Section X. For the purpose of receiving the Advance Payment, the Tenderer shall make an estimate of, and include in its Tender, the expenses that will be incurred in order to commence work. These expenses will relate to the purchase of equipment, machinery, materials, and on the engagement of labour during the first month beginning with the date of the Procuring Entity’s “Notice to Commence” as specified in the Contract Data Sheet.

42.Adjudicator 42.1

The Procuring Entity proposes the person named in the Tender Data Sheet to be appointed as Adjudicator under the Contract. If the Tenderer disagrees with this proposal, the Tenderer should so state in the Tender. If, in the Letter of Acceptance, the Procuring Entity has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the Contract Data Sheet at the request of either party.

F. Review of Procurement Decisions43.Right to 43.1 A Tenderer who claims to have suffered or risk suffering, loss or

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 25 of 280

Page 26: Standard Tender Document

26SECTION IV: GENERAL CONDITIONS OF CONTRACT

Review damage or injury as a result of breach of a duty imposed on a Procuring Entity or an Approving Authority by the Public Procurement and Disposal Act, 2005 and the Public Procurement and Disposal Regulations 2006, the procurement proceedings or processes, may seek administrative review as prescribed by the Act. The following matters, however, shall not be subject to the administrative review:a) The choice of procurement method;b) a decision by the Procuring Entity to reject all Tenders,

proposals or quotations;c) Where a contract is signed in accordance to Section 68 of the

Public Procurement and Disposal Act,2005;d) Where an appeal is frivolous.

44.Time Limit on Review

44.1 The Tenderer shall submit an application for review in the number of copies and pay fees as prescribed by the Public Procurement and Disposal Regulations 2006 within fourteen (14) days of the time the Tenderer became or should have become aware of the circumstances giving rise to the complaint or dispute.

45.Submission of Applications for Review by the Public Procurement Administrative Review Board

45.1 Any application for administrative review shall be submitted in writing to the Secretary, Public Procurement Administrative Review Board on Form RB 1 at the address shown in the Tender Data Sheet. The secretary to the review board shall immediately after filing of the request, serve a copy thereof on the Procuring Entity or Director-General as the case may be.

45.2 The application for administrative review shall be in accordance with the requirements of Regulation 73 of the Public Procurement and Disposals Regulations, 2006, including:a) Reasons for the complaint ,including any alleged breach of the

Act or Regulations;b) An explanation of how the provisions of the Act and or

Regulation has been breached or omitted, including the dates and name of the responsible public officer, where known;

c) Statements or other evidence supporting the complaint where available as the applicant considers necessary in support of its request;

d) Remedies sought; e) Any other information relevant to the complaint.

46.Decision by the Public Procurement Administrative Review Board

46.1 The Administrative Review Board shall within thirty days after receipt of an application for administrative review deliver a written decision which shall indicate:a) Annulling anything the Procuring Entity has done in the

procurement proceedings, including annulling the procurement proceedings in their entirety;

b) Giving directions to the Procuring Entity with respect to anything to be done or redone in the procurement proceedings;

c) Substituting the decision of the Review Board for any decision of the Procuring Entity in the procurement proceedings;

d) Order the payment of costs as between parties to the review.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 26 of 280

Page 27: Standard Tender Document

27SECTION IV: GENERAL CONDITIONS OF CONTRACT

46.2 The decision made by the Review Board shall, be final and binding on the parties unless judicial review thereof commences within fourteen (14) days from the date of the Review Board’s decision.

47.Appeal on the decision of the Review Board

47.1 Any party to the review aggrieved by the decision of the Review Board may appeal to the High Court and the decision of the High Court shall be final.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 27 of 280

Page 28: Standard Tender Document

28SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION III: TENDER DATA SHEET

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 28 of 280

Page 29: Standard Tender Document

29SECTION IV: GENERAL CONDITIONS OF CONTRACT

Tender Data Sheet (TDS)

Instructions to Tenderers Clause Reference

TDS Reference Number

ITT Clause Number

Amendments of, and Supplements to, Clauses in the Instruction to Tenderers

A. Introduction

1.1

1.1 The Procuring Entity is: The Kenya Ports Authority (KPA).

2.2

1.1 Name of Project is: UPGRADING OF INCOMING KPLC SUPPLY FROM 11KV TO 132KV

3.3

1.2 The expected completion date of the works is 16 months. However bidders may suggest their own timelines

4.4

1.3 The Objectives of the Project are : UPGRADING OF INCOMING KPLC SUPPLY FROM 11KV TO 132KV

5.7

3.1 a) This invitation to tender is open to Registered Electrical Contractors who shall demonstrate the require technical and financial capability to undertake the envisaged project.

b) Tender Security shall be in the amount of Kenya Shillings Five Million (Kshs5,000,000) in the form of a Bank Guarantee in the format provided in the tender document

6.8

5.2 Alternative time for completion tenderers shall be expected to submit their work programs and may propose alternative completion periods

7. 7.3 Pre-Tender meeting will take place at KPA Kipevu Headquarter Kilindini Mombasa Venue 6th Floor Finance Block III at 1000hoursOn Thursday, 23rd June, 2011Starting at 1000Hours

8.1

7.5 The minutes of the pre-Tender meeting will be transmitted within [five(5 days)]

9. 7.6 Non-attendance at the pre-tender meeting will not result in disqualification

B. Tendering Documents

10. 8.2 The number of copies to be completed and returned with the Tender is 2 i.e. One ORIGINAL and Two (2) COPIES

11. 8.1 Address for clarification of Tendering Document is The Secretary,Corporation Tender Committee,Kenya Ports Authority,Mombasa, KENYATel +254 041 2113600/999Fax: +254-041-2226721Email: [email protected]

12. 8.2 Period to Respond to request for clarification by the Procuring Entity [2- days]Period Prior to deadline for submission of Tenders for Tenderers to request

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 29 of 280

Page 30: Standard Tender Document

30SECTION IV: GENERAL CONDITIONS OF CONTRACT

clarification [ten (10) days]C. Preparation of Tenders

13. 11.1 Language of Tender and all correspondence shall be English14. 12.1 Other information or materials required to be completed and submitted by

Tenderers :

Tenders shall be submitted in a two envelope systems (Envelope A Technical Submission and Envelope B financial Submission) the two sealed envelopes shall then be sealed in an outer envelope bearing the tender number and name and a statement ‘ DO NOT OPEN BEFORE 0900HOURS ON TUESDAY, 26TH JULY, 2011

Envelope A shall contain the Technical submission and shall be clearly marked “Envelope A – Technical Submission”. Envelope A shall contain NO indication of the tender price or other financial information of the bid and: -

a. Shall have a table of contents pages clearly indicating Sections and Page Numbers clearly indicated. The various sections shall be highlighted and arranged in the format below

b. Shall have pages in the whole document numbered in the correct sequence and all pages MUST be initialed. THIS IS A MANDATORY REQUIREMENT AND TENDERS WITHOUT PAGE NUMBERS SHALL BE DISQUALIFIED.

Section Requirements1. Profile Particulars of Tendering Company including

the Company background, statutory registration documents e.g. VAT & PIN Certificate, and a Valid /Current Tax Compliance certificate(TCC3) (MANDATORY)

Duly filled and signed Confidential Business questionnaire and Anti-Corruption Declaration Commitment/ Pledge(MANDATORY)

A Valid and Current Ministry of Energy, Energy Regulatory Commission (ERC) Class A Certificate (MANDATORY)

2. Manufacturer’s Authorization

Original Manufacturer’s Authorization Form in the format provided in the tender document for the transformers and switchgear - where the bidder is not the manufacturer (MANDATORY)

3. Tender Security

Original Tender Security of Kshs.5 million in form of a bank Guarantee in the format provided in the Tender Document valid for a period of 120 days from date of tender opening (MANDATORY)

4. Experience The main material and equipment to be supplied must have proven experience of at least five (5) years, up to bid submission, of safe operation in power system network.

Provide evidence to demonstrate that the bidder and the bidder’s proposed Sub-contractor(s), if any, have previously erected distribution system of the type specified and

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 30 of 280

Page 31: Standard Tender Document

31SECTION IV: GENERAL CONDITIONS OF CONTRACT

have adequate technical knowledge and practical experience. The bidder shall furnish with its bid details of having completed or being in the process of completing the supply and installation of at least one (1) turnkey contract of a similar size and complexity of 7.5 MVA, 132/11 kV Substation or a Substation of a higher Transformer rating and/or higher voltage rating in the last 5 years.

The Manufacturer must have minimum 5 years operating experience with transformers and High Voltage Switchgear systems. Proof including site details, technical brochures must be included with the tender.

Tenderers Experience In Similar works- List and contact details of sites where the bidder has installed similar equipment. Complete with brief description of project scope, contract value, and Contract period. Site Visit may be requested to prove the same. (use the table format provided)

Qualifications and Experience of Key Projects Staff proposed for the Project (Team Leader, Co-Team Leader, other Engineers) Provide a list attach Curriculum Vitae in the format provided and attach certified copies of professional and academic certificates.

Key equipment proposed for the works and evidence of ownership or lease (Provide a list and attach evidence of ownership or lease)

5. Technical Specifications and Technical schedules

The Manufacturers of all the major equipment to be supplied must have ISO 9001 or equivalent quality assurance Certification and the tenderer to provide manufacturer’s authorisation

The bidder shall return all the Technical schedules duly filled in the format provided

Detailed information on the Transformers and high Voltage Switchgear systems including specifications and Manuals, Information Brochures of the items quoted for and details of their country of origin, CE conformity certificate etc.

ISO CERTIFICATION for items imported from overseas (MANDATORY)

KEBS certification for local items (MANDATORY)

*This should be in form of a clause-by-clause commentary on the Procuring Entity’s Technical Specifications demonstrating substantial responsiveness of the transformers and HV Switchgear to those specifications, or a statement of deviations and exceptions

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 31 of 280

Page 32: Standard Tender Document

32SECTION IV: GENERAL CONDITIONS OF CONTRACT

to the provisions of the Technical Specifications.Tenderer’s Technical Specifications shall not be a reproduction of the Procuring Entity’s specifications. ( refer to clause 13 of the ITB) The schedule of deviations should be accompanied by a commentary of how they enhance the operational efficiency, cost effectiveness, maintainability, and durability, environmental and economic advantages.

Training proposal for KPA Engineers /Technical (provide details of the training areas to be covered)- MANDATORY

6. Methodology and work plan Work plan for design, building, shipping, delivery,

testing and commissioning in descriptive Gantt chart format.

7. Under-takings (i) A written undertaking:(a) of ability to supply spares for at least 15

years after handing over which includes upgrading of any software and hardware proposed by the bidder in the Tender (MANDATORY)

(b) to supply the Transformers and high Voltage Switchgear accompanied by a Computer based Maintenance Program for execution of maintenance schedules, should the tenderer be awarded the contract(MANDATORY)

(c) to supply the Switchgear accompanied by all necessary manuals from the original manufacturer of each major component to be of good quality, plastic covered, and in the English language required to operate and maintain the Transformers and high Voltage Switchgear and in three (3) copies for each of the following categories:-Operation, -Maintenance and Parts

(MANDATORY)(ii) Details of how the bidder intends to carry

out their part of the obligations during the duration of Warranty (defects liability) period - 24 months after commissioning (MANDATORY)

8. Major Component Manufacturer Documentation Form

This should list the major components used on the installation and their manufacturers’ details to include name, address & location, contacts and name of the contact person and be should be submitted in the format provided in the tender document (MANDATORY)

9. Defects liability period support plan

(NOTE: The manufacturer’s engineer shall give a minimum 4 months on site technical support as long as the Procuring entity has given notice to

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 32 of 280

Page 33: Standard Tender Document

33SECTION IV: GENERAL CONDITIONS OF CONTRACT

require their presence. Thereafter, the manufacturer’s engineer shall be availed on site within 48 hours of notification) (MANDATORY)

10.Spare Parts Recommended list of Spares to be supplied with the Transformers and high Voltage Switchgear for three year's preventive maintenance consumption after the 24 months Defect Liability period (MANDATORY)

11.Financial Capacity

That the bidder shall have adequate financial stability and status to meet the financial obligations pursuant to the scope of the works. In particular the bidder shall submit audited financial statements for the last 4 years i.e. 2007, 2008, 2009 and 2010. The bidder shall demonstrate access to, or availability of financial resources such as liquid Assets, lines of credit, unencumbered real assets, and other financial means other than any contractual advance payments to meet the following cash flow requirement : a) Cash flow

Capacity to have a cash flow of amount of Kshs 90,Million and

Evidence of access to credit lines (eg letter from Bankers)

The overall cash flow for this contract and current commitments.

Annual Turnover of Kshs 300Million in the last three(3) year

12.Accompanying technical documents

Operator manuals, Maintenance manuals etc Any other item and information which the Tenderer considers may support his technical proposal.(MANDATORY)

13.Information regarding litigation,

(Litigation history in the last ten years in the format provided)(MANDATORY)

Envelope B shall contain:

i. Form of Tender.

ii. Priced Bill Of quantities

iii. Cost of spare parts to be used during the warranty period as provided in the technical specifications

iv. Cost of spare-parts to be used for one year’s preventive maintenance after warranty period.

v. Priced list of major spare parts, listed tools(clause 1.13 of technical specifications) Accessories and consumables in the format provided in the tender document

vi. Optional extras and cost, if any.

15 13.3 Minimum qualifying criteria shall be 75% of the marks in the technical evaluation (Envelope A)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 33 of 280

Page 34: Standard Tender Document

34SECTION IV: GENERAL CONDITIONS OF CONTRACT

The marks shall be distributed as follows:Qualification requirements for bidders, including members of joint ventures, subcontractors or vendors:-

The Bidder and his proposed sub-contractors, if any, shall supply documentary evidence to establish to the Procuring Entity’s satisfaction that the bidder has the Financial, Technical, Production, and capacity necessary to perform the contract, including capacity in terms of personnel for the purpose of performing the servicesBidders qualification will be evaluated on the basis of the following criteria:

A. TENDERER’S TECHNICAL CAPACITY AND EXPERIENCE A1. Technical Capacity of the Contractor

The bidder shall provide evidence of ownership or ability to access tools, test equipments and heavy equipment (age of heavy equipment items should be given) required for timely completion of the Contract. The list of such tools and heavy equipment shall be Listed (verification shall be done where required)

Major Construction & Transportation Equipment, for carrying out Civil Works, including loading and unloading equipment

Substation Erection Tools & Equipment Test Equipment for Plant and Switchgear and for Protection & Control

Equipment and Schemes. - A2. CV of key personnel-a) The following key staff of the Bidder for the proposed project shall be

Registered professionals by the domicile professional National body or a recognized International professional body (Attach Registration certificates of the professionals) with at least 5 years of relevant experience:-

Project Manager should have completed at least one (1) project of similar complexity of 15 MVA, 132/11 KV Substation or a Substation of a higher Transformer rating and/or higher voltage rating in the last 5 years

Construction Engineer (Registered Engineer). The construction Engineer shall have a minimum of five (5) years experience in similar works - (The Construction Engineer shall only be engaged in one Lot for the whole project duration)

Safety Officer (Minimum formal Education- a Diploma in Electrical Engineering with training in safety and experience in safety) Detailed CVs (Including the telephone contact and email address) shall be provided listing the projects and relevant roles played in the project (to be verified where necessary) for each of the three (3) key staff shall be provided. A signed letter from the three (3) key staff confirming their commitment and availability to the project if awarded shall also be provided. No replacement of the key staff of the proposed project Organization shall be allowed without prior approval from the Procuring Entity. Where replacement is necessary the staff`s qualification shall be the same as above.

B. ADHERENCE TO TECHNICAL SPECIFICATIONS AND TECHNICAL SCHEDULES

B1. Performance Guarantees and technical schedules. Bidders’ Satisfactory completion of technical schedules for

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 34 of 280

Page 35: Standard Tender Document

35SECTION IV: GENERAL CONDITIONS OF CONTRACT

outdoor switchgear will be assessed. The technical schedules forms are listed under Technical guarantees schedule for outdoor switchgear and will be evaluated as hereunder:

a) Schedule 1a b) Schedule 1b c) Schedule 2a d) Schedule 2b e) Schedule 3a f) Schedule 3b g) Schedule 4a h) Schedule 5 i) Schedule 6a j) Schedule 6b k) Schedule 7a l) Schedule 7b m) Schedule 8a n) Schedule 8b

B2. Performance Guarantees and technical schedules. Bidders’ Satisfactory completion of technical schedules for 11kV switchgear will be assessed.

The technical schedules forms are listed under Technical schedule for 11kV switchgear and will be evaluated as hereunder:

i. Schedule A ii. Schedule B iii. Schedule C iv. Schedule D v. Schedule E vi. Schedule F vii. Schedule Gviii. Schedule H ix. Schedule I x. Schedule J xi. Schedule K xii. Schedule L xiii. Schedule M

B3. Ability to arrange timely Supplies as per the specification & Timely Completion

The bidder will provide committal letters from proposed planned suppliers showing that the major materials and equipment in the quantities specified in the contract document will be delivered for timely completion of the Contract on time and as specified in the respective technical specifications and as detailed in the technical schedules:

a) 132 kV switchgear. b) 11 kV switchgear.

c) Bidders Gantt Chart and Critical Path Method (CPM) Programme for Execution of the Facilities. The Programme provided must be detailed showing all the stages of Execution of the Project from Start to Completion of the project. The Programme should be made using Microsoft Office Projects or any other equivalent programme. C. TRAININGDetails of training schedules for KPA engineers and technicians as requied in the technical schedules

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 35 of 280

Page 36: Standard Tender Document

36SECTION IV: GENERAL CONDITIONS OF CONTRACT

D. FINANCIAL CAPACITY Evidence of financial capability Audited accounts for the last three(3) yearCash flow as specifiedAdequate Turnover

EVALUATION SUMMARYEvaluation item Marks /

PointsA. Adherence to Technical Specifications and technical

schedules (55 points)(Only bids that meet a score of 80% in this criteria shall be considered)

55

B. Tenderer’s technical capacity and experience (i) Equipment capacity (10 points)

(ii) Personnel capability (10points)(iii) Similar experience- List and evidence of similar contracts i n

the last 5 years for both manufacturer and bidder (10points) use format provided

30

C. Training 5D. Financial capacity of the Tenderer: Tenderer’s financial performance based on Certified Audited Accounts for 2007, 2008 and 2009/10

10

TOTAL MARKS 100 POINTS

Pass Mark 75 pointsThe Authority shall carry out a site visit to the factory/ reference site visits to the reference sites and manufacturing plant prior to opening of financial submission “Envelope B” so as to establish whether the information provided in the technical submission is accurate.Where site visits are conducted, the Evaluation Criteria shall be based on:

Quality of workmanship Reliability of the switchgear equipment Availability of spare parts and service response Cost of Maintenance

The Bidder(s) whose site(s) is/are visited MUST score a minimum of 15 out of 20 points of the site visit criteria so as to be considered financial opening

16 13.4 In the case of joint venture each partner shall submit information required under Clause ITT Clause 13.4.

17 16.4 The price shall be fixed 18 17.1 The currency in which the prices shall be quoted shall be: Kenya Shilling

or United States Dollars19 17.2 The authority for establishing the rates of exchange shall be Central Bank of

Kenya.The applicable date for exchange rates for tendering and evaluation purposes is 28 days earlier than the final deadline for the submission of tenders.

20 18.1 The Tender validity period shall be 90 days .21 19.1 The amount of Tender Security shall be KShs 5 Million in the form of a

bank Guarantee in the format provided22 20.1 In addition to the original of the Tender, the Tenderer should submit Two

copies of the Tender KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 36 of 280

Page 37: Standard Tender Document

37SECTION IV: GENERAL CONDITIONS OF CONTRACT

23 20.2 Written confirmation of authorization are Sealed Power of Attorney authorising the signatory to commit the tenderer

D. Submission of Tenders

24 21.2 a) Tenders shall be submitted toTender Box No. 7 located at the BUS TERMINUS, PORT MAIN PEDESTRIAN GATE NO.8, KILINDINI, MOMBASA BEFORE 0900 HOURS ON TUESDAY, 26TH JULY, 2011 Bulky tenders shall be submitted at the office of Procurement & Supplies Manager ( door no 3.4.3) located on the 4th floor of office Block III at the Kenya Ports Authority Headquarters, Kipevu, Kilindini Mombasa

25 21.2 b) Project name UPGRADING OF INCOMING KPLC SUPPLY FROM 11KV TO 132KVTender number KPA/169/2010-11/EETime and date for submission 0900 HOURS ON TUESDAY, 26TH JULY, 2011

26 22.1 The deadline for Tender submission is 0900 HOURS ON TUESDAY, 26TH JULY, 2011

27 22.3 The extension of the deadline for submission of Tenders shall be made not later than 7days; normally not more than seven days] before the expiry of the original deadline.

28 24.4 Expiry of Tender validity is 90 days from tender opening date

E. Opening and Evaluation of Tenders

29 25.1 The Tender opening shall take place at:New Conference Room, 6th Floor Finance Block III Kenya Ports Authority, Kipevu Headquarters, Kilindini 0900 HOURS ON TUESDAY, 26TH JULY, 2011

33 34.1 Post- qualification will be undertaken where KPA deems it necessary

35 38.1 Percentage for quantities increase or decrease is [15 percent]

F. Award of Contract36 41.1 The amount of Performance Security shall be [10% of the

contract price]in the form of a Bank guarantee for an equivalent amount in the format provided

37 42.1 The Advance Payment shall be limited to a maximum of fifteen (15) percent of the Contract Price] and in any event shall be covered by a Bank guarantee for an equivalent amount in the format provided.

38 43.1 The proposed adjudicator for the project is: The chairman Chartered Institute of Arbitrators Kenya Branch

G. Review of Procurement Decisions

39 46.1 The address for submitting appeals to Administrative Review Board :The Secretary,Public Procurement Administrative Review Board ,The Public Procurement Oversight Authority,10th Floor ,National Bank House,

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 37 of 280

Page 38: Standard Tender Document

38SECTION IV: GENERAL CONDITIONS OF CONTRACT

P.O. Box 58583-00200, NAIROBI, Kenya.Tel: +254 (0) 20 3244000Email: [email protected]: www.ppoa.go.ke

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 38 of 280

Page 39: Standard Tender Document

39SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 39 of 280

Page 40: Standard Tender Document

40SECTION IV: GENERAL CONDITIONS OF CONTRACT

The Conditions of Contract shall be :

A: MAIN ELECTROMECHANICAL WORKS

CONDITIONS OF CONTRACT (Including erection on site)PART I – GENERAL CONDITIONS

PART I – General Conditions, shall be those forming Part I of the “Conditions of Contract for Electrical and Mechanical Works – Including Erection on Site, Third Edition 1987, re-printed 1988 with Editorial Amendments” prepared by the Federation International des Ingenieurs – conseils (FIDIC). The Conditions are subject to variations and additions set out in Part II hereof entitled “Special Conditions”.

i. The Special Conditions take precedence over the General Conditions of Contract.

ii. Copies of the FIDIC Conditions of Contract can be obtained from:

FIDIC SecretariatP.O.Box 861000 Lausanne 12

SwitzerlandFax: 41 21 653 5432Telephone 41 21 653 5003

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 40 of 280

Page 41: Standard Tender Document

41SECTION IV: GENERAL CONDITIONS OF CONTRACT

PREAMBLE TO GENERAL CONDITIONS

This Preamble, the General Conditions, the Special Conditions, Technical Specification, Employer’s and Contractor’s Drawings and Technical Literature, Schedules and Bills of Quantities and other documents constitute the Contract documents.The clauses and sub-clauses mentioned here are from the FIDIC conditions of Contract for Mechanical and Electrical Works.

Commencement Date

Sub-Clause 1.1.1 (i)The date for commencement of the works is 14 days from the date of letter of notification by the employer subject to receipt of a letter of acceptance

The Employer Sub Clause 1.1.12The employer is:KENYA PORTS AUTHORITY P.O. Box 95246-80104 Mombasa

The Engineer

The Engineer’s Representative

Sub-Clause 1.1.15Technical Services ManagerKenya Ports Authority P.O. Box 95009-80104 Mombasa

M&E Consulting EngineersP.O. Box 43224-00100Nairobi

Time for Completion

Sub-clause 1.1.35The Time for Completion from the Commencement Date will be agreed at the time of tender award

Contractor’s Profit Sub-Clause 1.6The percentage to cover profit entitlement, where appropriate, is 18%.

Ruling Language Sub-Clause 5.1The version in English language (ruling language) shall prevail.

Day to day Communications

Sub-Clause 5.2The language for day to day communications is English.

Programme to be Furnished

Sub-Clause 12.1The Programme must be submitted in the form of GANTT Chart and Method Statement.

Electricity, Water, Gas and Other Services

Sub-Clause 14.3Supplies on the site are:a. Electricity: Shall be supplied by the Employerb. Water: Shall be supplied by the Employerc. Other Services: The Employer shall not provide any other services.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 41 of 280

Page 42: Standard Tender Document

42SECTION IV: GENERAL CONDITIONS OF CONTRACT

Employer’s Equipment

Sub-Clause 14.4The Employer will not avail for use by the Contractor any equipment

Working Hours Sub-Clause 18.3The normal working hours are 0800Hours to 1700Hours Monday to Friday

Delay in Completion

Sub-clause 27.1Failure to meet the Time for Completion entitles the Employer to reduction in Contract Price as follows: Kshs. 100,000.00 per dayMaximum Kshs. NO LIMIT

Prolonged Delay Sub-Clause 27.2 Maximum amount recoverable from the Contractor by the Employer: 110% of the value of uncompleted work.

Terms of Payment Sub-Clause 33.1In addition to the provisions under Clause 33, the terms of payment shall be on the basis of payment Schedule (if any) annexed to this Preamble.

Payment in Foreign Currencies

Sub-Clause 35.1Payment in foreign currencies shall be arranged as follows: Shall be in US DOLLARS or equivalent

Rates of Exchange Sub-Clause 35.3The rates of Exchange for the purpose of the Contract are: Not Applicable.

Payment against Provisional Sums

Sub-Clause 36.4 (b)The percentage to be applied to Provisional. Nil

Minimum Liability Sub-Clause 42.2 The maximum liability of the Contractor to the Employer shall be Contract sum.

Insurance of Works Sub-Clause 43.1The deductible limits in the insurance cover of the Works shall not exceed 10%Sub-Clause 43.1 (a)The additional risks to be insured are:110% of the value of loss of damage

Third Party Liability

Sub-Clause 43.3The amount of insurance against third party liability taken out by the Contractor shall not be less than: Kshs. 200,000.00

Payment on Termination for Employer’s Default

Sub-Clause 46.3The additional amount payable by the Employer on termination shall not exceed : Kshs.100,000.00

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 42 of 280

Page 43: Standard Tender Document

43SECTION IV: GENERAL CONDITIONS OF CONTRACT

Labour, Materials and Transport

Sub-Clause 47.1The method of Calculating adjustments for changes in costs shall be: Adjustments for changes in the cost of labour, materials, transport or other costs shall not be allowed.

Notices to Employer and Engineer

Sub-Clause 49.2The address of the Employer for notices is:

THE SECRETARY, CORPORATION TENDER COMMITTEEKENYA PORTS AUTHORITYP. O. BOX 95246-80104TEL: +254-41-2113999/3600, FAX: +254-41-2226721E-MAIL: [email protected]

Applicable Law Sub-Clause 51.1The applicable law is the laws of the Republic of Kenya.

Procedural Law for Arbitration

Sub-Clause 51.2The Procedural Law for arbitration is the laws of the Republic of Kenya.

Language and place of Arbitration

Sub-Clause 51.3The language of arbitration is English language. The place of arbitration is Mombasa Kenya.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 43 of 280

Page 44: Standard Tender Document

44SECTION IV: GENERAL CONDITIONS OF CONTRACT

PART II – SPECIAL CONDITIONS OF CONTRACT

The Conditions of Contract comprise the “General Conditions of Contract” and the following “Special Conditions of Contract” which include amendments and additions to the “General Conditions of Contract” and the Special Conditions of Contract.

The provisions in the “General Conditions of Contract” shall apply unless modified in Sub-Section 3.3: special Conditions of Contract”.

(The Clauses referred to in Part II – Section A are those where the provision in the General Conditions (Part I) refer to an alternative solution to be stated in Part II. The provisions in the General Conditions will apply unless an alternative solution is given in Part II – Section A.)

Table 3.1Serial No.

General Conditions Clause No.

Brief Description

Modification

01 1.1.12 Employer The Employer shall be:Kenya Ports AuthorityP. O. Box 95009-80104Tel. No. +245-41-2311867Fax No. +254-41-2226721Email: [email protected]

02 1.1.15 Engineer The Engineer shall be:Technical Services ManagerP. O. Box 95246-80104Tel. No. +245-41-2311867Fax No. +254-41-2226721Email: [email protected]

03 1.1.16 Engineer’s Representative

M&E Consulting EngineersP.O. Box 43224-00100, Nairobi

04 1.1.11 Defects Notification Period

The Defects Notification Period shall be 24 months.

05 4 (Sub-clause 6.6.)

Operation and Maintenance Manuals

Operation and Maintenance Manuals shall be in English language.

06 9.0 Price Variation

9.1 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)

9.2 Where contract price variation is allowed, the variation shall not exceed 15% of the original contract price.

9.3 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request.

07 10.1 Performance Security

Performance Security shall be 10% of the Contract sum in the form of a bank guarantee in the format provided

08 Invitation Tender Validity Period

The Tender shall remain valid for a period of 90 days from the date of submission.

09 25.1 Time for completion

The time for completion shall be agreed at the time of Tender Award.The scope of work shall include:

1. This part of the contract shall comprise the KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 44 of 280

Page 45: Standard Tender Document

45SECTION IV: GENERAL CONDITIONS OF CONTRACT

supply delivery, erection, testing, commissioning and setting to work of all electrical engineering installation works as detailed in these specifications and the accompanying contract drawings.

2. The contractor shall include all apparatus and appliances not particularly called for in this specification or on the contract drawings but which are necessary for completion and satisfactory function of the contract works. No claim for extra payment shall be entertained from the contractor due to his failure to adhere to the above requirement.

10 26.3 Earlier Completion

There will be no extra sum paid for partial or full completion earlier than the stated Time for Completion.

11 - Currency of Payments

Shall be Kenya Shillings or US Dollars.

12 - Sufficiency of Contract Prices, Materials, Labour, Programme etc

a) The Contractor shall be deemed to have obtained all necessary information as to the conditions of working at the site in KENYA PORTS AUTHORITY and have obtained all necessary information on all matters and things that may in any way influence them in making his Tender and completing the Schedules and to have satisfied himself as to the risks, obligations and responsibilities to be undertaken in entering into the Contract.b) The Contractor is deemed to have inquired into and satisfied himself as the sources of supply, the sufficiency of and the means of obtaining and transporting all plant, materials, labour, fuel, water, electricity and other things required for or in connection with the work and to have considered all matters as possible contingencies affecting the execution and completion of the work

13 - Bribery Any commission, advantage, gift, gratuity, reward or bribe given, promised or offered by or on behalf of the contractor or his agent or servant or any other person on his or their behalf to any officer, servant, representative or agent of the Employer shall be in addition to any criminal liability which may be thereby incurred subject to the Contractor to the cancellation of this and all other contracts which he may have entered into with the Employer of any loss or damage resulting from such cancellationThe Employer shall be entitled upon a certificate in writing of the Engineer to deduct the amounts so certified from any monies otherwise due to the Contractor recover the said amounts as a debt due or partly the one and partly the other as the Employer shall deem advisable.

14 - First Aid Facilities

The Contractor shall provide and maintain on the Site adequate and easily accessible first aid facilities for treatment of all personnel and work-people in case of accidents during the execution of the works under the Contract and such equipment as may be required in

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 45 of 280

Page 46: Standard Tender Document

46SECTION IV: GENERAL CONDITIONS OF CONTRACT

any relevant laws and regulations for the time being in force.

The places where these items are kept shall be prominently marked.A sufficient number of the Contractor’s employees shall be fully qualified in first aid so that a person so qualified is immediately available in case of accident at any time and at any place and the persons so designated shall be made known to all employees by the posting of their names and designation in a prominent position on the Site. Any order from the engineer as to extensions of or alterations to such first aid facilities or services shall be promptly carried out. The Contractor shall provide, maintain and at all times carry a suitable first aid kit in each of his supervisory transport vehicles.

15 - Fire Prevention and Fire Fighting

The Contractor shall take necessary precautions to prevent any damage due to fire. The precautions shall include but not limited to the installation and maintenance of fire extinguishers in key positions in or near the buildings. Such arrangements shall be subject to the approval of the appropriate fire service officer.

16 - Regulations and site Discipline

The Contractor shall obey all Government of Kenya, Local authority and Kenya Ports Authority regulations and all other regulations which may from time to time require his observance and he shall instruct his agents, servants and other employees to obey such regulations; the Contractor shall be responsible for keeping discipline of the Site.

17 - Register of Employees

The Contractor shall keep on the site a detailed register in the form required by the Engineer of all persons employed upon the Works, including Sub-contractors and their employees, containing the names, usual and temporary address, trade and rate of pay of each such person. The register shall be available for inspection by the Engineer whenever required.

18 - Disorderly Conduct etc

The Contractor shall at all times take all reasonable precautions to prevent any unlawful riotous or disorderly conduct by or amongst his employees and for the preservation of peace and protection of persons and property in the neighbourhood of the Works against the same and shall not interfere with members of any authorized Police Force who shall have free and undisputed access at all times to any part of the Works in the performance of their duties.

19 - Consent by Authorities

The contractor shall obtain and fill in all notices and forms required by the Authorities and shall obtain all consents where necessary for the various works being executed and shall pay all fees in connection therewith.

20 - Declaration Against Waiver

The condonation by the Employer of any breach or breaches by the contractor or an authorized Sub-Contractor of any of the stipulations and conditions

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 46 of 280

Page 47: Standard Tender Document

47SECTION IV: GENERAL CONDITIONS OF CONTRACT

contained in the Contract shall in no way prejudice, or effect or be construed as a waiver of the Employer’s rights, powers and remedies under the Contract in respect of any breach or breaches aforesaid.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 47 of 280

Page 48: Standard Tender Document

48SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION V: TECHNICAL SPECIFICATIONS

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 48 of 280

Page 49: Standard Tender Document

49SECTION IV: GENERAL CONDITIONS OF CONTRACT

TECHNICAL SPECIFICATIONS FOR 132KV SWITCHGEAR, CONTROL, PROTECTION AND COMMUNICATIONS EQUIPMENT

SCOPE OF WORKS:

This specification covers: The manufacturing, supplying, testing before shipment, painting, packing for transport,

insuring, shipping, delivering to the Port of Mombasa Kenya, landing, customs clearing, transporting from the port to the site, erecting, constructing, installing, site testing and commissioning of the plant as generally described below.

Training of KPA personnel so as to equip them with the necessary knowledge for the operation and maintenance of the equipment after installation, and handing over.

The proposed substation will be at the Port of Mombasa, adjacent to Substation M and the tee-off will be at Kipevu power generation plant.

NB: It is to be noted that these technical specifications and attached drawings are provided as a guideline for the tenderers to be able to quote for the supply of equipment and services necessary to achieve a working substation that meets the specified requirement.Tenderers are expected to perform detailed calculations to arrive at equipment specifications provide detailed designs based on these specifications and to ascertain that equipment supplied will meet the performance requirements as indicated in these specifications.Additionally, they are expected to include any other items not listed in these specifications, but which in their opinion, is necessary to complete the installation and enable the equipment to work successfully and meet these technical specifications. It is the responsibility of the contractor to provide proper designs, materials, workmanship and all the accessories necessary for the proper execution of the project.The works will include but not limited to the following:

Tee off at Kipevu

Establish a tee-off substation at Kipevu with

a) Nine (9 No.) 132 kV cable sealing ends. Two sets (6 No.) 132 kV surge diverters Two (2 No.) 132 kV Air break switches One (1 No.) 132 kV circuit breaker One set (3 No.) 132 kV current transformers. Cabling : One Lot Structures and Civil Works including cable trenches, drainage and landscaping.

b) Laying approximately 1.5 km of 3 No. 132 kV S/C copper cables in 400mm2 from

Hilltop substation to KPA HQ site as indicated in the drawings. This will involve: Excavation of cables trench along the trace line Laying the 132kV single core cables plus terminations at both ends Reinstatement of trenches after laying of cable and bottom sand layer. Laying of approximately 1.5 km 48 strand fibre optic cable.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 49 of 280

Page 50: Standard Tender Document

50SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA Substation at the PortEstablish a 132V Substation at Mombasa Port with

Four (4No.) 132kV circuit breakers- one gang-operated mechanism Three (3No.) 132kV line isolator assembly with an integral earth switch Three (3No.) 132kV isolators(without integral earth switch) Three sets (9 No.) of 132kV current transformers One sets (3No.) of 132kV Line surge arrester One set (3No.) 132kV Capacitive Voltage Transformer Two sets (6No.) of 132kV transformer surge arresters Two sets (3No.) of 11kV transformer surge arresters 2x 15MVA , 132/11kV Transformer Busbar protection panel with high impedance differential numeric relay Line differential protection using OPGW Line distance protection relays (132kV line) Line back up protection, over current & earth fault, over voltage (132 kV line). Line metering cubicle with meters of Cl. 0.2 accuracy (for 1 incomer 132kV line). 1x 200kVA, 11/0.433 kV substation transformer, on the 11kV busbar. Substation and equipment earthing – one lot Cabling : One Lot Structures and Civil Works including cable trenches, drainage and landscaping –One Lot Substation Illumination System- One Lot One Lot of 132kV bus bar materials Safety Appliances Build a new control building of an approved design as given in drawing with a floor area

of at least 384m². Provide medium voltage cable of appropriate capacity to link the new

substation to existing substation M

1.1 DETAILED DESCRIPTIONKPA 132/11kV SUBSTATION(1) Protection and controlThe following equipment shall be provided and installed for the purposes of protection, control and monitoring.

Line differential protection using OPGW as first main Overcurrent relays as backup protection and independent of the distance relay. Busbar protection covering the 132 kV bays. Annunciator relay (with audible alarm) Transformer differential protection relay Transformer LV overcurrent (independent) Transformer HV overcurrent ( independent) Transformer LV restricted earth fault Transformer tap changer regulating relay(tap changer panel)

(2) 132kV protection panel

Two 132kV protection panels shall include but not limited to: Line differential protection Overcurrent Other accessories to ensure full protection functionality

The other panels shall include Overvoltage Other accessories to ensure full protection functionality

(3) 132 kV Metering and control equipment panel.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 50 of 280

Page 51: Standard Tender Document

51SECTION IV: GENERAL CONDITIONS OF CONTRACT

This shall accommodate the controls for 132kV lines, the transformer circuit breaker controls, mimic diagram (with approved colour codes) and shall also incorporate the following but not limited to: Substation control unit Line annunciator relay 1 Ammeter per phase MW and MVAR Meters Energy meter Trip/close control switch Circuit Breaker ON/OFF indication Voltage meter with selector switch. Transducer for MW and MVAR to be interfaced with SCADA. Other accessories to ensure full functionality

(4) 132 kV Circuit Breaker PanelsThe circuit breaker panel shall include but not limited to:

Breaker fail protection relay Pole discrepancy Trip circuit supervision (both trip coils) Tripping relay with visible flag Annunciation relay for breaker functions(gas pressure alarm, block, breaker fail, pole

discrepancy, dc supply failure) Other accessories to ensure full protection functionality

(5) Transformer protection panelEach transformer protection panel shall include but not limited to: Transformer differential Restricted earth fault HV overcurrent Annunciation relay and transformer function Master Trip relay LV trip relay Other accessories to ensure full protection functionality

(6) Tap-changer panelEach transformer tap-changer panel shall include but not limited to: Voltage regulation relay Selector switch Auto on/off Manual switch raise/lower Tap-changer function Local /remote Other accessories to ensure full functionality

(7) Battery One set of 110 V dc battery and battery charger shall be provided. One set of 48V dc battery and battery charger shall be provided

(8) Communications and ScadaFibre optic STM-1 terminal equipment to transmit voice and data to the KPLC Regional control centre at Kipevu. The OLTE shall be equipped with a fast Ethernet port capable of handling at least 10 Mb/s. SCADA data shall be collected and transmitted to the RCC via IEC 60870-5-104 protocol. The contractor shall parameterise offered substation control/RTU to operate seamlessly with existing KPLC system.

(9) i.) Control buildingThe new control building shall be of an approved design as given in drawing and shall accommodate the new equipment. It shall house: KPLC metering room housing 132kV Control Panel and KPLC communication centre. 11kV Switchgear and controls (see 11 kV switchgear specifications)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 51 of 280

Page 52: Standard Tender Document

52SECTION IV: GENERAL CONDITIONS OF CONTRACT

132kV Circuit breaker controls and protection relay panels room Battery room Battery chargers and distribution boards SCADA and Communication equipment for KPA A washroom, WC, Urinal and Hand Wash Basin Equipment/utility store

2 GENERAL SPECIFICATIONS2.1 ELECTRICAL CONTROLS AND AUXILIARIES

a) Responsibility for electrical control and auxiliaries.The contractor shall provide all control, indication, alarm and protection devices and all auxiliary equipment with wiring and interconnecting cable which are integral parts of or are directly associated with or mounted on the equipment to be supplied under this contract.

b) Operation and control.The operations, control procedures, monitoring and protective devices for the plants are described in Equipment Technical Specifications.The Contractor shall take all measures and furnish all requirements necessary for effecting the intended method of operation and control.The station functional control shall be possible in a hierarchic structure as follows:

Supervisory Control from a Supervisory Control and Data Acquisition (SCADA) System. This will be connected to KPA Local Control Centre at the Port and to the KPLC Regional Control Centre (RCC) at Kipevu.

132kV equipment at the station shall also be under direct Supervisory Control from the RCC at Kipevu whereas the MV line breakers shall be controlled from the LCC at the Port. Indications shall be available both at LCC and RCC.

Local Control from the local relay and protection panels or from the instrument sections on MV switchboards.

Direct Control/Emergency Control from the apparatus itself.

The stations shall function without interruptions even if connection to higher levels fails. A local/remote switch shall be accommodated on each control position blocking remote operation but not indication. The position of this switch shall be indicated in the higher levels of operation.The control shall include operation of all circuit breakers and motorised disconnectors. Status indication shall be available in the supervisory system for all HV and MV breakers in the system as well as busbar voltages, line and transformer load in MVA (plus MW and MVAr for the 132 kV. For on-load tap changers position indication and raising/lowering of the tap changer position shall be possible supervisory and remotely. Direct control of all station switchgear at the respective switchyards/panels shall be possible.Interlocking devices and automatic change-over systems shall be incorporated in the control circuits in the quantity needed to guarantee non-interruption and correct sequence of operation of the equipment. Protective devices shall be supplied in accordance with the Particular Technical Specifications, and the particular needs of such equipment furnished with the aim of ensuring a safe and reliable operation of the plants in the event of electrical and mechanical disturbances or in case of mal-operation by the plant personnel shall be taken into consideration. The signals and command to be transmitted are given in Particular Technical Specifications.All equipment, instruments and devices in the substation necessary for supervisory, remote and local control as well as for protection, signalling and indication shall be included in the Bid and hence the Contract, it being understood so that the enumeration found in Scope of Works, in this respect is indicative but not limiting. Interlocking devices

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 52 of 280

Page 53: Standard Tender Document

53SECTION IV: GENERAL CONDITIONS OF CONTRACT

shall be incorporated in the control circuit to ensure proper sequence and correct operation of the equipment (breaker, isolator and earth switch).

2.2 DESIGN DATA FOR LOW VOLTAGE EQUIPMENTLow voltage installation shall be in accordance with EMC directives. The rating and design criteria for low voltage equipment shall be as follows:

2.2.1 AC systemParameter Value

1 Rated voltage between phase 415V 3ph 4wire2 Rated voltage between phase to earth 240V3 Grounding system PME4 Frequency 50hz5 Voltage variation +/-6%6 Frequency variation +/-5%7 Power frequency Test Voltage 1 min 3 kV8 Thermal rating of conductors 120 % of load9 Max short-circuit Current 31.5 kA

The three-phase supply shall be used for power circuit and the single-phase supply for lighting, indication, motor controls and similar small power circuits. The single phase supply within, cubicles and panels shall be transformed down to 110 Volt AC if necessary.Unless otherwise specified, the equipment provided under this contract is to be capable of reliable operation at voltages as low as 85% of the rated voltage, and to withstand continuously up to 110% supply voltage above the rated value of 240V or 415V AC.AC LV equipment can, after the Principal Electrical Engineer’s approval, be rated for lower short circuit current if calculation demonstrates that lower values are applicable at the place of installation. DC equipment shall be adapted to the actual values at sites as shown in calculations.

2.2.2 DC systemParameter Value

1 Rated voltage between phase 110V DC- 2 wire2 Voltage variation +/-6%3 Thermal rating of conductors 120 % of load4 Max short-circuit Current 31.5 kA

DC equipment shall be adapted to the actual values at sites as shown in calculations. The 110Volt, 2-wire will be used for essential controls indication, alarm, protection relays, emergency lighting, circuit breaker tripping and closing circuit. All equipment and apparatus except the electrical protective relays and electronic equipment shall be capable of satisfactory operation at 80% to 125% of the rated supply voltage. The electrical protective relays and electronic equipment shall be capable of satisfactory operation of 85% to 120% of the rated supply voltage. All devices on DC operating circuit for the circuit breakers shall also be capable of satisfactory operation even at 130% of the rated working voltage, considering equalizing charge of storage battery.DC loads to be supplied from battery and/or battery charger shall be calculated by the contractor and lists of those loads shall be submitted. The rating of the Station Auxiliary DC supply will be such that the station DC supply controlled operations will function normally for at least 10 hours following the loss of Auxiliary AC supply to the Battery Charger.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 53 of 280

Page 54: Standard Tender Document

54SECTION IV: GENERAL CONDITIONS OF CONTRACT

2.2.3 230 V AC Un-interrupted supply (UPS)If specified DC/AC UPS shall supply dedicated computer and measuring equipment.The supply shall be 230 V – IT.

2.3 MOTORS2.3.1 General

As far as possible and if nothing else is specified, motors shall be three phase squirrel cage motors complying with IEC 60034 and with dimensions according to IEC 60072. Such motors shall have the following data:

Parameter Value1 Continuous rating 130 % of mechanical

load2 Frequency band for continuous rated

operation without exceeding temperature class

47 – 57 Hz

3 Voltage band for continuous rated operation without exceeding temperature class

-15 % - +10 %

4 Maximum start current with direct start:-(a) Motors above 75 kW 5 x In(b) Motors between 35 and 75 kW 6x In

5 Insulation class F6 Temperature rise B7 Direct starting range 75 – 110 % of Un

Motors shall have sealed ball or roller bearings. If the bearing is not sealed for life it shall withstand two years of operation before refill of lubricants.

Outdoor motors and motors erected in moist environment shall be equipped with still-stand heaters controlled from the starter. The heater shall be so dimensioned that maximum temperature is not reached even if the heater remains connected under operation.Motors shall withstand three consequent starts without overheating. Motors over 20 kW shall be equipped with thermistor based temperature protection.The three line connections of AC motors shall be brought out to a terminal box sealed from the motor. The terminal arrangement shall be suitable for the reception of aluminium and copper cable. A permanently attached diagram or instruction sheet shall be provided giving the connections for the required direction of rotation. If only one direction of rotation is permitted, this shall be clearly marked.Motors to be connected to variable speed drives shall be specially adapted to this.

2.3.2 Special MotorsOther types of motors shall only be used where squirrel cage motors are inconvenient to use (and even then only after approval by the Principal Electrical Engineer) or if DC motors are specified. Such motors shall as far as possible follow the requirements set above.Brushes shall be designed with a constant brush pressure and shall withstand at least 5000 hours of operation before they have to be replaced. It shall always be at least two brushes in parallel and the brush-holders shall not touch the commutators when the brushes wear out. The press fingers shall not carry the current and each brush shall be separately adjustable.Where single phase motors are used the motors shall be grouped so as to form, approximately, a balanced three phase load.

2.3.3 Motor control gear

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 54 of 280

Page 55: Standard Tender Document

55SECTION IV: GENERAL CONDITIONS OF CONTRACT

Control gear shall comply with the requirements of IEC 60947, the control gear being rated according to the duty imposed by the particular application. No replacement of equipment shall be necessary after short circuit (ref. IEC 60947) Motor contactors shall comply with IEC 60947 class of intermittent duty 0-3 and utilisation category AC4. The contactors and their associated apparatus shall be capable of switching the stalled current, and shall have a continuous current rating of at least 50% greater than the full load current of the motors they control.The operating currents of overload trips fitted to motor contactors shall be substantially independent of ambient temperature conditions, including the effect of direct sunlight on the enclosure in which the contactors are installed. Where small motors are connected in groups, the group protection shall be arranged so that it will operate satisfactorily in the event of a fault occurring on a single motor. Each motor or group of motors shall be provided with control gear for starting and stopping by hand and automatically. Overload and single-phasing protection shall be provided. Facilities for padlocking the supply in off position shall be provided.

2.4 COMPUTER BASED CONTROLLERS

Computer Based Controllers inclusive Programmable Logical Controllers (PLC) can be used for individual control functions. Such equipment shall be designed for industrial environment and application in high voltage plants. The control equipment must be fed from the general station DC supply. The control equipment must be equipped with internal “watchdog” function giving external potential free alarm by internal fault. The operational status shall be frozen by fault or un-normal function so it can be re-established after restart. The process must be shut down to a safe stage if fatal faults occur in the controller. Analogue and digital in- and out puts must be galvanic isolated and potential free and must, together with the enclosure, screen against disturbance from electromagnetic field occurring by short-circuit, switching over voltages or lightning discharges. The control equipment shall be tested according IEC 60255 and fulfil relevant EMC requirements for Industrial Environment.Digital in- and outputs shall be tested and approved for switching of DC voltages supplied by the main plant battery (AC values are irrelevant).Programmes shall be stored in “flash ram” or similar storage medium and shall not be destroyed or changed by power failure (i.e. Separate backup battery shall not be used). The memory shall contain the last program version. All programming of control sequences shall be documented in a self-explanatory way not requiring special program knowledge for understanding (function block programming or similar) Communication between various controllers (and the main control system) can be over fibre optical cable provided agreement between the contractors. Such communication must use open protocols to be approved by the Principal Electrical Engineer (P.E.E). The Bidder shall in any case present a verification of transmission quality.The Controllers shall be delivered with software and software licences needed for testing, setting and reconfiguration. If hardware other than laptop is required for this such shall be included in the supply.

2.5 DESIGN DATA FOR HIGH VOLTAGE EQUIPMENTThe rating and design criteria for the HV and MV plant and equipment shall be as follows:-Item Parameters SYSTEM PARAMETER

132 kV 11kV1 System description 50 Hz, 3 phase,

3 wire50 Hz, 3 phase, 3 wire

2 Neutral point earthing Solid earthed Solid earthed3 Nominal voltage of networks 132 kV 11 kV4 Highest system voltage as defined by

IEC-60038 *1145 kV 12 kV

5 Short circuit and earth fault current, 31.5 kA 31.5 kA

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 55 of 280

Page 56: Standard Tender Document

56SECTION IV: GENERAL CONDITIONS OF CONTRACT

symmetrical r.m.s value (main breaking current) not less than *2

6 Thermal short-circuit current, not less than 1 second

31.5 kA 31.5kA

7 Dynamic peak current (min making current) not less than

80 kA 78 kA

8 Rated current of busbars and bus coupler if not given in Scope of Works, for each individual substation.

2,000 A 1500 A

9 Minimum rated current of isolating switches and circuit breakers if not given in Scope of Works

1,250 A 630A

10 Insulation level according IEC 60071: *310(a)

Switching surge withstand voltage

Phase-to-earth N/A N/ALongitudinal impulse component of combined test

N/A N/A

10(b)

Lighting impulse withstand voltage (1.2/50 µs K peak)

650 kV 95 kV

10(c)

Test voltage at power frequency 1 min dry and wet. To earth and between phases.

275 kV 38 kV

11 For the design and erection of the conductors in the switchyard the following minimum clearances shall be observed.

11(a)

Phase to earth [mm] 1270 300

11(b)

Phase to phase [mm] 1475 250

11(c)

Bus bars phase to phase [mm] 3000 *1 1400

11(d)

Height to live parts above ground [mm] 5000 2900

11(e)

Lowest part of insulators above ground [mm]

3500 2500

12 Maximum temperature rise of conductors above ambient temperature (400C)

400C 400C

13 Maximum wind pressure on conductors and cylindrical objects

430 N/m2 430 N/m2

14 Maximum wind pressure on flat surfaces 820 N/m2 820 N/m2

15 Minimum nominal creepage distance as defined in IEC 60815 Table II

25mm kV 25mm/ kV

Note *1)Ref IEC 60038)Note *2)For all current carrying parts the permissible short circuit duration shall be at least 1 second. Indoor equipment shall be arc tested in accordance with IEC 60298 amendment 2. The dynamic or momentary short circuit current on which the equipment design shall be based shall be computed by multiplying the r.m.s value of the symmetrical short circuit current by the factor 1.8 x 2^0.5Note *3)Ref IEC 60071)2.6 CLIMATIC CONDITIONS

Unless otherwise specifically stated in Equipment Technical Specifications or Scope of Works, any equipment, component and assembly shall be designed for the following service conditions:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 56 of 280

Page 57: Standard Tender Document

57SECTION IV: GENERAL CONDITIONS OF CONTRACT

Parameter Max MinAmbient air temperatureOutdoor +40°C -1°CIndoor +40°C -1°C24 hour average maximum +30°C -1°CAmbient temperature for cables in the ground

+40 °C -1°C

Relative humidity 90% 65% 90% 65%Height above sea level 100 m Below

1100mCooling water temperature N/A N/AEMC Class (IEC 61000) Industrial environments

Seismic coefficient 0.16Wind pressure on project area of conductors and cylindrical objects , N/m²

430 383

Maximum wind pressure on steel members on 1.5 times projected area

820 N/m²

Rainfall conditionsAverage, mm/year 1500-2500Maximum, mm in 24 Hrs 160Annual mean isokeraunic level Max 180 daysEnvironmental Pollution Medium to HighMaximum Wind Velocity 120 km/hr (33.3 m/s)

Wherever any of these maximum or 24 hour average temperatures exceed the normal service condition temperatures of the IEC Recommendations for the relevant equipment, or of such other standard which is approved to be applied, the permissible temperature rises of the IEC Recommendations or the standard shall be reduced by the same amount as the difference between the above figures and the normal service condition temperatures. The Contractor shall guarantee these reduced temperature rises.All air cooled equipment shall be cooled with convection (i.e. without fans) provided other cooling methods are not explicitly allowed for in the specifications.

2.7 SEISMIC COEFFICIENTThe seismic coefficient shall be taken as 0.16

2.8 TROPICALIZATIONIn choosing materials and their finishes, due regard shall be given to the humid tropical conditions under which the plant will be called upon to work. The contractor shall submit details of his usual practice which have proven satisfactory and which he recommends for application to the parts of the work, which may be affected by tropical conditions. The materials and finishes used shall be approved by the Employer. All switchgear and control cubicles shall also be rodent and vermin proof.

2.9 EARTHINGThe earthing grid comprising earthing bus and stub under the outdoor switchgear and the control building shall be installed by the contractor. The depth shall be 600mm. wiring for earthing and connections from the equipment, including for all ancillary equipment, control boards, steel structures, etc shall be installed under this contract. Conductor size used for main earthing network will be 95mm² copper. Main equipment shall be connected with 95mm² copper wire. Auxiliary equipment shall be connected with at least 35mm² copper wire main to main earthing network.

2.10 UNIT OF MEASUREMENT AND LANGUAGE

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 57 of 280

Page 58: Standard Tender Document

58SECTION IV: GENERAL CONDITIONS OF CONTRACT

In all correspondence, in all technical schedules and on all drawings prepared by the Contractor, the metric units of measurement shall be used. On drawings or printed pamphlets where other units have been used, the equivalent metric measurements shall be added. All documents, correspondence, drawings, reports, schedules instructions, and nameplate readings of the equipment shall be in the language stated in the Bid Data sheet.

2.11 WORKING STRESS AND DESIGN(1) General

The design, dimensions and materials of all parts shall be such that they will not suffer damage under the most adverse conditions nor result in deflections and vibrations, which might adversely affect the operation of the equipment. Mechanisms shall be constructed to avoid sticking due to rust or corrosion.The equipment and apparatus shall be designed and manufactured in the best and most substantial and workmanlike manner with materials best suited to their respective purpose and generally in accordance with up-to-date recognized standards of good practice.All parts which will or might have to be dismantled for the purpose of serving or replacement shall be assembled with anti-corrosive fasteners. The type, material and size of all fasteners shall be selected to safely withstand the maximum superimposed direct, alternating, kinetic and all loads induced by workmen when installing or removing the fasteners during the life of the equipment.Suitable structural steel bases or frames shall be provided where necessary to transmit to the concrete foundations all loads imposed by the various parts of the equipment. Such bases or frames shall be supplied complete with suitable anchor bolts and shall be so proportioned that the bearing loads imposed on the concrete foundations will not exceed 50 Kg per square centimetre.The equipment should be designed to cope with 0.16 G acceleration of seismology on the centres of gravity.Whenever possible, all similar parts, including spare parts, shall be made interchangeable. Such parts shall be of the same materials and workmanship and shall be constructed to such tolerances as to enable substitution or replacement by spare parts easily and quickly.All equipment shall be designed to minimize the risk of fire and consequential damage, to prevent ingress of vermin, dust and dirt, and accidental contact with electrically energized or moving parts. The plant shall be capable of continuous operation with minimum attention and maintenance in the exceptionally severe conditions likely to be obtained in a tropical climate.Upon request by the Employer complete information regarding the design assumptions, loading and operating conditions, deflections and unit stresses used in the design shall be provided by the Contractor.The Contractor shall be deemed to have examined the specification and drawings herewith, and unless stated specifically to the contrary in the schedule of proposed conditions and /or deviations from the specification to have concurred with the design and layout of the applicable project features as being sufficient to insure reliability and safety in operation, freedom from undue stresses, adequate drainage and other essentials for a satisfactory working plant.

(2) Strength and qualityAll steel castings and weldings and all site weldings shall be stress-relieved by heat treatment before machining, and castings shall be stress-relieved again after repair by welding.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 58 of 280

Page 59: Standard Tender Document

59SECTION IV: GENERAL CONDITIONS OF CONTRACT

Liberal factors of safety shall be used throughout, especially in the design of all parts subject to alternating stresses or shocks.

2.12 MATERIALS AND WORKMANSHIPMaterials shall be new; the best of their respective kinds and such as are usual and suitable for work of like character. All materials shall comply with the latest issues of the specified standard unless otherwise specified or permitted by the Employer.Workmanship shall be of the highest class throughout to ensure reliable and vibration- Operations. The design, dimensions and materials of all parts shall be such that the stresses to which they may be subjected shall not cause distortion, undue wear, or damage under the most severe conditions encountered in service. All parts shall conform to the dimensions shown on and shall be built in accordance with approved drawings. All joints, datum surfaces and meeting components shall be machined and all castings shall be spot faced for nuts. All machined finished shall be shown on the drawings. All screw, bolts, studs and nuts and threads for pipe shall conform to the latest standards of the International Organization for Standardization covering these components and shall all conform to the standards for metric sizes.The Contractor shall never incorporate any standards or size system by his own account, regardless of that accepted and incorporated in this Contract. All materials and works that have cracks, flaws or other defects or inferior workmanship will be rejected by the Employer. All defective materials shall be promptly removed from the site by the Contractor, and inferior workmanship shall be cut out and replaced.

(1) Standard Specifications

The design, materials, manufacture, testing, inspection and performance shall, unless otherwise specified in the Special requirements of these Specifications, conform to the authorized standards of the International Electrotechnical Commission (IEC) or equivalent national standards. The Contractor shall include a statement of the standards, intended to be used.

(2) Assembly

Necessary items of equipment shall be assembled in the factory prior to shipment and type tests shall be performed by the contractor as may be required to demonstrate to the satisfaction of the Employer the adequacy of equipment and its component parts. All tests should simulate normal operating conditions as closely as possible. All dismantled parts shall be properly match marked and doweled to ensure correct assembly in the field.

(3) Casting

Casting shall be true to pattern, of workmanlike finish and of uniform quality and condition, free from blowholes, porosity, hard spots, shrinkage defects, cracks or other injurious defects, shall be satisfactorily cleaned for their intended purpose.Major defect on castings shall not be repaired, plugged, or welded without permission of the Employer. Such permission will be given only when the defects are small and do not adversely affect the Strength, use or merchantability of the castings. The Contractor will give the distinction between major and minor defects. Excessive segregation of impurities or alloys at critical points in a casting will be a cause for its rejection. The largest fillets compatible with the design shall be incorporated wherever a change in section occurs. All castings shall be stress-relieved before machining and again after repair by welding.Plates to be joined by welding shall be accurately cut to size and rolled by pressure to the proper curvature, which shall be continuous from the edges.Flattening in the curvature along the edges with correction by blows will not be allowed. The dimensions and shape of the edges to be jointed shall be such as to allow thorough

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 59 of 280

Page 60: Standard Tender Document

60SECTION IV: GENERAL CONDITIONS OF CONTRACT

fusion and complete penetration, and the edges of plates shall be properly formed to accommodate the various welding conditions.

(4) Forging

The ingots from which the forgings are made shall be cast in metal moulds.The workmanship shall be first-class in every respect and the forgings shall be free from all defects affecting their strength and durability, including seams, pipes, flaws, cracks, scales, fins, porosity, hard spots, excessive non-metallic inclusions and segregations.The largest fillets compatible with the design shall be incorporated wherever a change in section occurs. All finished surfaces of forgings shall be smooth and free from tool marks.The forging shall be clearly stamped with the heat number in such locations to be readily observed when the forging is assembled in a completed unit.

(5) Welding

Wherever welding is specified or permitted, a welding process, including stress relieve treatment as required if necessary, conforming to an appropriate and widely recognized professional standard shall be used. All welders and welding operators shall be fully qualified by such a standard. After the welding process has been approved by the Employer, the Contractor shall record it on a special drawing, which shall thereupon become one of the drawings of the Contract.Radiograph inspection shall be carried out by the Contractor when required by the standards, Specifications, or the design criteria employed. All welds which, in the opinion of the Employer, may be subject to the full stress induced in the adjacent plate, or which in the opinion of the Employer, do not appear to conform to the welding standard shall be radiographed when required.All defects in welds shall be chipped out to sound metal and such areas shall be magnetically or ultrasonically tested to ensure that the defect has been completely removed before repair welding.Plates to be joined by welding shall be accurately cut to size and rolled by pressure to the proper curvature, which shall be continuous from the edge.Flattening in the curvature along the edges with correction by blows will not be allowed. The dimensions and shape of the edges to be jointed shall be such as to allow through fusion and complete penetration, and the edges of plates shall be properly formed to accommodate the various welding conditions.The surfaces of the plates adjacent to the edges to be welded shall be thoroughly cleaned of all rust, grease and scale to bright metal. All important weldings shall be stress-relieved by heat treatment before machining.

(6) Galvanizing

Unless specifically mentioned to the contrary, iron and steel shall be galvanized in the factory after fabrication. The zinc coating shall be uniform, clean, smooth and as free from spangle as possible. Galvanizing shall be applied by the hot dip process for all parts other than steel wires. All steel wires shall be galvanized by a recognized trade standard.The minimum quantities of zinc coating shall be 350 gram/m2 for bolts and nuts and 550 gram/m2 for all other parts except steel wires, unless otherwise specified in the Contract Documents. The uniformity of zinc coating, tested by dipping surface shall not be exposed until the surface has been dipped four times for bolts and nuts, and six times for all parts.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 60 of 280

Page 61: Standard Tender Document

61SECTION IV: GENERAL CONDITIONS OF CONTRACT

The preparation for galvanizing and the galvanizing itself shall not distort or adversely affect the mechanical properties of the materials.Special treatment during galvanizing to prevent the formation of “White rust” during shipment or storage is required. The Tenderer shall state in his Tender the treatment to be used.

(7) Colour Standard

Each item of equipment shall be painted in accordance with the Clause 3.7.21.The final colour of each item shall be decided by the employer after contract.

(8) Nameplate

To facilitate operation and maintenance it is very important that all equipment, valves, instruments, switches, pipeline, etc., shall be clearly identified by nameplates showing the function and proper use of each item. Such identification shall be in English and must be intelligently and carefully designed to minimize errors and to avoid mal-operation in operation or maintenance.The nameplates shall be permanently legible, clearly worded, weather proof when outdoors and securely mounted in conspicuous and logical locations.A table showing materials, dimensions, location, mounting and wording shall be submitted to the Employer for approval.

(9) Cabling and Wiring

The conductor used in substation and switching station shall be continuous between outlets, and no junction shall be made except within outlets or junction boxes. The conductor shall be drawn through ducts or conduits after they have been cleaned. Oil or grease shall not be used as a lubricant for the drawing operation, but an approved compound may be used for this purpose.Joints in wiring shall be compressed and insulated with PVC tape or approved connectors may be used.

(10) Conduits

Rigid steel conduit shall be galvanized inside and outside, or enamelled inside.It shall be of a minimum thickness of 2.3mm and have a minimum inside diameter of 16mm.

(11) Conduits Installation

Conduits shall be concealed within the walls, ceilings and floors where possible. Exposed runs of conduit shall be supported within a space of not more than 150cm. It shall be installed perpendicular to walls, structural members and ceilings.Only threaded joints shall be used. Conduit, which were crushed or deformed, shall not be used in the works.Conduit shall be installed in such a manner as to ensure that the inside remains in a dry condition. Conduit shall be securely fastened to all sheet-steel outlets, junction and pull boxes with galvanized locknuts and bushings.Exposed conduits shall be finished with the same colour paints as the finished colour of the wall or ceiling against which the conduits are placed.All joints and terminations shall comply with the weatherproof or explosion proof requirements as applicable.

2.13 BASIC REQUIREMENTS FOR ELECTRICAL EQUIPMENT(1) Corona and radio interference

Switchgear shall electrically be designed to avoid local corona formation and discharge likely to cause radio interference, and shall be designed to mechanically endure short-circuit current without thermal and mechanical failure for one (1) second.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 61 of 280

Page 62: Standard Tender Document

62SECTION IV: GENERAL CONDITIONS OF CONTRACT

The design of all line conductor fittings, vibration dampers, insulator fittings, etc. shall avoid sharp corners or projections which would produce high electrical stress in normal operation.The design of adjacent metal parts and melting surfaces shall be such as to prevent corrosion of the contact surfaces and to maintain good electrical contact under service conditions.Particular care shall be taken during manufacture of conductors and fittings and during subsequent handling to ensure smooth surface free from abrasion.

(2) Insulators and FittingsAll porcelain insulators and bushings for outdoor equipment shall be brown grazed.The resin insulators for indoor equipment may be of the inherent colour of the resin.All fittings shall be malleable iron hot-dipped galvanized alloy.All the insulators and bushings shall have impressed thereon, before firing the glaze, the name, initial or trade mark of the manufacturer, the year of manufacture and the mechanical strength.

(3) Enclosure

The enclosures for switchgear, control and relaying equipment shall be dead-front, floor-standing or wall-mounting, rigid welded steel frames, completely enclosed by metal sheets and suitable for indoor or outdoor installation.The completed sections shall have provisions for lifting and ample strength to withstand all stresses incidental to shipping, installation and operation without distortion or other damage.The floor-standing type enclosure shall be bolted at the bottom to suitable steel channel and shall be of vermin-proof construction.Suitable terminal blocks shall be provided for all outgoing power and control cables.All cable terminals shall generally be located for bottom entry and connections.The enclosure shall be painted in conformity with the requirements specified in Clause 3.7.21.The degree of protection of the enclosures shall be IP 41 for indoor switchgear, IP 54 for outdoor switchgear and IP 51 for indoor control and relaying equipment conforming to IEC 529 and IEC 144.Interior illumination lamps operated by door switches shall be provided for each enclosure as much as applicable. At least one 240V convenience outlet of Kenya use shall be provided for each enclosure at convenient location.Space heaters for 240-volt A.C. shall be provided inside the enclosures to prevent moisture condensation. A manual switch to control the heaters shall be provided in the enclosures.

(4) Measuring InstrumentsAll measuring instruments shall be of flush-mounted, back-connected, dust-proof and heavy-duty switchboard type. Each measuring instrument shall have a removable cover, either transparent or with a transparent window. Each instrument shall be suitable for operation with the instrument transformers shown on the drawing under both normal and short-circuit conditions.For analog type instruments, scale plates shall be of a permanent white circular or rectangular finish with black pointer and markings. The scale range shall be determined from the current transformer and voltage transformer ratios.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 62 of 280

Page 63: Standard Tender Document

63SECTION IV: GENERAL CONDITIONS OF CONTRACT

All measuring instruments of analog type shall be approximately 110mm² enclosures and shall be provided with clearly readable long scale, approximately 240 degrees.The maximum error shall be not more than one and a half (1.5) percent of full-scale range.

(5) Indicating Lamp AssembliesIndicating lamp assemblies for the enclosures shall be of the switchboard type, insulated for 110-volt D.C. service, with appropriately coloured lens and integrally mounted resistors for 110-volt service. The lens shall be made of a material, which will not be softened by the heat from the lamps.Red indicating lamps shall be used for “ON” position and green lamps for “OFF” position.

(6) Nameplates and Escutcheon PlatesEach cubicle, panel, meter, switch and device shall be provided with a nameplate or escutcheon plate for identification. Each equipment shall be provided with a rating plate containing the necessary information specified in the relevant IEC standards.The plates shall be made of weatherproof and corrosion-proof materials and shall not be deformed under the service conditions at the site. The entries on the plates shall be indelibly marked by engraving to black letter on a white background. The language of all plates shall be English.

(7) Wiring(a) GeneralAll wiring inside the switchboards shall be done with PVC insulated wire, not less than 2.5mm2 except for electronic devices. A suitable wiring duct system shall be installed for all inter-panel and front-to-rear panel wiring which will provide easy access for inspection and replacement. As far as possible all wiring shall be installed in wiring ducts.All wiring from hinged door panels to the fixed panels shall be done with flexible conductor of equivalent size.All multicore cables shall be steel armoured.Wiring between terminals of the various devices shall be point to point. Splices or tee connection will not be acceptable. Wire runs shall be neatly tucked or clamped.Exposed wiring shall be kept to a minimum, but where used shall be formed into compact groups suitably bound together and properly supported.Instrument transformer secondary circuits shall be grounded only at the first panel entered, and shall not be grounded at any point or outside of the enclosures.Cable supports and clamp type terminal lugs shall be provided for all incoming and outgoing power wiring terminated at each panel. All wire shall be marked near each terminal end with circuit or wire designation. These markers shall be of an approved type and permanently attached to the conductor insulation.

(b) Phase arrangementThe standard phase arrangement when facing the front of the panel shall be R-S-T-N, and R-N-S from the left to right, from top to bottom, and front to back for A.C three-phase and single-phase circuits and N-P from left to right, P-N from top to bottom and front to back for D.C polarity. All relays, instruments, other devices, buses and equipment involving three-phase circuit shall be arranged and connected in accordance with the standard phase arrangement where possible.

(c) Wiring colour codeAll wires shall have ferrules at all terminations to distinguish each terminal.

(d) Phase and polarity colour code

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 63 of 280

Page 64: Standard Tender Document

64SECTION IV: GENERAL CONDITIONS OF CONTRACT

Following coloured ferrules shall be provided on each wire in order to identify phase and polarity.

Phase and Polarity ColourA.C., three-phase, First phase Red

Second phase YellowThird phase Blue

A.C., single-phase, First line RedSecond line YellowNeutral BlackGrounded Green with yellow stripe

Auxiliary Supply Positive RedNegative Black

High and medium voltage versus control and measuring cables 800 mm Low voltage power cables versus control and measuring cables 400 mm

Necessary EMC consideration shall be taken in accordance with EMC standards.Additionally, cables for extra low power, i.e. mA and mV circuits and cables connected to low power solid state electronic circuits, shall be laid in separate sheet steel trays with covers. The DC trip and AC voltage supplies and wiring to main protective gear shall be segregated from those for back-up protection to the greatest extent possible.Single-phase power cables shall be run in trefoil configuration, single-phase DC power cables shall be run in parallel. Special care shall be taken so that closed magnetic circuits do not form around single phase cables.Cables below 25 mm² cross section shall be copper. Larger cross sections may be aluminium. Minimum cross sections shall be as follows:

Measuring cables for current 4.0 mm² Control and other measuring cables 2.5 mm² Power cables according 120 % max load current

All cross section must be checked against max load current, allowable burden on measuring transformers, short circuit values, voltage drop, protection requirements and selectivity.The cables shall be marked with item designation in both ends as well as by entrances in enclosures. The cable marking shall be fire proof.Cables shall be laid in full runs and not spliced unless approved by Project Manager.Termination of multi-stranded conductor ends shall be with a suitable crimped thimble as specified above. All other cable lugs or similar shall be of crimped type adapted to the cable type and cross-section used. The tools used should be special approved for the lugs and cable type used.The cable supplier’s instructions regarding handling and bending radius shall be followed.Fibre optic cables shall not contain metallic material and be so laid that they have proper mechanical protection. I.e. cables not constructed for embedding shall be laid in protective tubes.

2.14 SAFETY PRECAUTIONSPrior to any of the work being energized, the Contractor shall be responsible for supplying and fixing in prominent positions near to each item of the work concerned, large temporary signs giving clear warning of danger in areas which might previously have been regard as safe.During erection and tests the Contractor shall provide all temporary scaffolding ladders, platforms with toe boards and handrails as required for safe and convenient access of workmen, inspectors and other authorized persons. All dangerous opening or holes shall be provided with handrails or covers. Measures shall be taken to protect workmen from falling. The maximum possible safety shall be afforded to personnel directly engaged on this Contract or to those who frequent the working area or to those who in the normal course of their occupation find it necessary to utilize temporary works erected by the Contractor.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 64 of 280

Page 65: Standard Tender Document

65SECTION IV: GENERAL CONDITIONS OF CONTRACT

The Contractor shall demonstrate that he has facilities for conducting a safety programme commensurate with the works on the site. He shall submit in writing a proposed comprehensive safety programme to the Employer for approval prior to the start of construction operation on the site. The Contractor shall designate a competent supervisory employee to carry out his safety programme.

2.15 PROTECTION, CLEANING AND PAINTING(1) Embedded Steelwork

All parts to ultimately be buried in concrete shall be cleaned and protected before leaving the manufacturer’s plant by cement wash or other approved method. Before being installed they shall be thoroughly desiccated and cleared of all rust and adherent matter, or be treated according to a method approved by the Employer. Such cleaning or treatment shall not detrimentally affect the strength or final operation and function of the equipment.

(2) Steel exposed to atmosphereAll machined parts or bearing surfaces shall be cleaned and protected from corrosion before leaving the manufacturer’s plant by the application of an approved rust preventive coating, or a peelable plastic film. Where the latter is impracticable, such parts shall be heavily covered with high melting point grease. After erection such parts shall be cleaned with solvent and lapped or polished bright.All parts, other than machined parts, which will be exposed after erection shall be thoroughly cleaned and galvanized or given with two coats of best quality approved primer and one coat of best quality approved finish paint before leaving the manufacturer’s plant and a further one coat of paint of an approved quality and colour after erection and touching up on the site, except such apparatus as panels and instruments which shall be finished painted under approved procedures.All outside panel surfaces shall be primed, filed where necessary, and given not less than two coats of synthetic undercoat. The finishing coat for the outdoor installations shall be gloss paint and for the indoor installations shall be a semi-gloss paint.The inside surface of the enclosures shall have two prime coats and one finishing coat of light cream colour.Primer shall be applied to surfaces prepared in accordance with the plant manufacturer’s instructions. The surface shall be wiped clean immediately prior to applying the paint. The primer and finish coats of paint shall be applied using the methods and equipment recommended by the manufacturer.The internal surface of all pipelines shall be cleaned out by the approved methods before installation and again prior to commissioning, to ensure freedom from dirt, rust, scale, welding slag, etc. All exposed pipes shall be painted with an identifying colour after erection is completed. The colour code system shall be approved by the Employer.All steel surfaces, which are in permanent contact with oil, shall be given three coats of approved oil resistant.No painting or protection is required for finished or unfinished stainless steel parts.The final colour of all equipment, frames for meters and relays, and switch handle shall be approved by the Employer but the Contractor shall propose a colour scheme for the equipment and devices and shall submit colour chips or paint samples. A colour chip shall be included with the approved colour schedule for each type of finish to be applied at the site.The humid and tropical conditions shall be taken into account on selection of the paints and painting procedure.

2.16 EMBEDDED METAL WORK, OPENING, ETC

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 65 of 280

Page 66: Standard Tender Document

66SECTION IV: GENERAL CONDITIONS OF CONTRACT

The Contractor shall supply and install all enters, fasteners, embedded metalwork’s, piping, conduit and sleeves associated with and required for the equipment being provided and installed under this Contract, except as otherwise provided in the specifications.The Contractor shall indicate the location and details of foundations, openings, blockout and all embedded components on his drawings and shall be responsible for the completeness and accuracy of his drawings and the information supplied to others.The Contractor shall be responsible for the adequacy and accuracy of location of all embedded components supplied by him.The foundation bolts, embedded steel parts, anchors, braces, posts, supports, shims, etc., and all metal works as may be required for temporary or final support of anchorage of the equipment shall be provided and installed by the Contractor as part of this contract.Any metal work, which is to be built into the concrete foundations, shall not be painted nor coated unless otherwise approved.

2.17 SPARE PARTSThe Contractor shall furnish spare parts as listed in the bill of quantities.The spare parts supplied shall be packed or treated in such a manner as to be suitable for storage under the climate conditions at the Site for a period of not less than two years, and each part shall be clearly marked with the description and purpose on the Spare parts so provided shall be delivered into such stores as may be designated by the Employer. Delivery of spare parts will not be deemed to be complete until the packages have been opened by the Contractor, their contents checked by a representative of the Employer and the articles reprotected and repacked by the Contractor to the satisfaction of the Employer, or assembled into units at the employer’s option. The method of package and package materials shall be suitable for the satisfactory re-package.

2.18 PACKINGEach item shall be packed properly or protected for shipment from the place of manufacture to the site.Each crate of package shall contain a packing list in a waterproof envelope and a copy in triplicate shall be forwarded to the Employer prior to dispatch. All items of material shall be clearly marked for easy identification against the packing list.All cases, packages, etc, shall be clearly marked on the outside to indicate the total weight, to show where the weight is bearing and the correct position of the slings and shall bear an identification mark relating them to the appropriate shipping documents. Cases, which cannot be marked as above, shall have metal tags with the necessary marking on them. The metal tags shall be securely attached to the package with strong steel wire or equivalent.Long pieces of steel angles shall be packed in bundles and properly tied together by an approved method and care taken to ensure that they are robust and not of excessive length and weight for handling in transit.Short pieces of steel angles and steel plates shall be bolted or wired together through holes and packed in stout timber cases.Bolts, nuts, washers and fillers shall be bagged in sealed vinyl and packed in steel cans. The cans shall bear the contents and be crated together.Packing together of components of dissimilar metals shall not be acceptable.Conductors and overhead earth wire shall be packed on drums stoutly constructed of good quality steel. Drums shall be securely battened around the perimeter to give maximum protection to the conductor and the earth wire and correct direction of rolling indicated with an arrow in a manner not easily removable.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 66 of 280

Page 67: Standard Tender Document

67SECTION IV: GENERAL CONDITIONS OF CONTRACT

The first layer of conductors or earth wire on drums shall be secured to the hub in manner avoiding damage to subsequent layers.All drums shall be protected from deterioration on site by termite or fungus attack by an approved impregnation treatment at the works before dispatch.The Employer shall reserve the right to inspect and approve the equipment and the packing before the items are dispatched. The Contractor shall be entirely responsible for ensuring that the packing is suitable for transit and such inspection will not relieve the Contractor from responsibility for any loss or damage due to faulty packing.It shall be the responsibility of the Contractor to improve and to reinforce the road facilities when the weight and dimension of the cargo exceed the above specification.All packing materials shall remain the property of the Contractor and shall be removed from the Site at the earliest opportunity and disposed off to the satisfaction of the Employer.The following information must be clearly stencilled or printed on each packing case, crate, cask, drum, bundle or loose piece, care being taken that the number and other particulars on each package agree with those entered in the packing list accompanying the Invoice:

Employer's Identity Supplier's Identity Destination Contract No. Package No. Item Code Weight, dimensions Sub-Project (Plant Identity).

The marking shall be durable. The marking shall be upon the body of the package.Marking upon a batten fastened on the case, etc. shall not be used.

2.19 DELIVERYThe Contractor shall deliver all materials and equipment including Contractor’s equipment supplied under the Contract to the site in adequate time for its preparation and erection according to the Schedule.Each notification shall include a complete shipping list of the contents of each package to be delivered and shall indicate the anticipated date of delivery and the serial number for each component to be used for identification and evidence of the insurance cost arranged for it.The Contractor shall be responsible for the reception on Site of all deliveries for the purpose of the Contract.

2.20 CLEANING AND MATERIAL DISPOSALThe Contractor shall at all times during the course of the work prevent the accumulation on the premises of debris caused by the Works. Whenever it is necessary, in the opinion of the Employer and in all events upon completion of the Works, the Contractor shall remove from the premises all temporary buildings and facilities, tools, scaffolding, surplus materials, debris and all work and materials condemned by the Employer and shall leave the premises in a clean, safe and sanitary condition. The Contractor shall prevent at any time unnecessary accumulation and scattering of debris, materials, tools and equipment around the premises, and shall conduct the work in an orderly manner. In case the Contractor fails to comply with the above provision, or in case of dispute, the employer shall have the right to order removal by others of debris, materials, tools or equipment, and to charge the cost of such removal and/or repairs to the Contractor.

2.21 PROGRAMME AND PROGRESS

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 67 of 280

Page 68: Standard Tender Document

68SECTION IV: GENERAL CONDITIONS OF CONTRACT

Within one month after the Date of Commencement, the Contractor shall prepare his construction programme in a Software form covering the design, manufacture, delivery, erection testing and commissioning of the Works, in sufficient detail to define the various sections of the Works, including parts to be supplied by the Contractor. A hard copy shall be submitted to the Employer for approval.Upon approval of the programme by the Employer, it should thereafter be referred to as the approved Construction Programme and shall become a part of the Contract.Monthly progress reports shall be provided by the Contractor, indicating the actual state of progress of all items during the course of manufacture and work at the Site, in the form given by the Employer.A brief weekly report on the construction work at the Site shall also be submitted by the Contractor to the Employer.From time to time during the execution of Contract, the Employer is empowered to call meetings, either in his home office or at the manufacturer’s offices or Employer’s Nairobi office or at the Site, as he deems necessary, for the purpose of co-ordination and control. If required by the Employer, responsible representatives of the Contractor shall attend such meetings at his own expense.In executing the Approved Construction Programme of this Contract, the Contractor shall co-operate with the Employer and other contractors on the Site in order to effect the timely completion of the Project as a whole.The Progress Plans shall at least contain the following milestones:

Essential information delivered from Employer Documentation for approval from Contractor to Employer Release of factory documentation Factory Tests Shipment Site ready for erection Start erection Ready for pre-commissioning Ready for commissioning Test run Taking over Submittal of final documentation

2.22 DRAWINGS AND DATA TO BE SUPPLIED BY THE CONTRACTORBefore starting manufacture of the equipment, dimensioned drawings and data showing all significant details of the equipment and materials to be used shall be submitted to the Employer for approval, at least 2 weeks before the commencement of the manufacturing process.These drawings shall be submitted within the times mentioned hereunder, measured in calendar month from the Date of commencement. The drawings shall be modified as necessary if requested by the Employer, and resubmitted for final approval.When the Contractor prepares his construction schedule, as required herein, he shall make allowance for the drawing approval time and indicate it on the schedule. A period of at least six weeks should be allowed for such approval after receipt by the Employer. Claims or extensions of time will not be approved if they are related to the late submission of drawings to the Employer or if they involve delays caused by drawings not being approved by the Employer.After approval of drawings by the Employer, the Contractor shall supply the approved drawings to the Employer according to the details given below.It is to be understood, however, that approval of the drawings will not relieve the Contractor of any responsibility in connection with the work.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 68 of 280

Page 69: Standard Tender Document

69SECTION IV: GENERAL CONDITIONS OF CONTRACT

All drawings submitted for approval or sent to the Employer for any other reason shall be sent by courier.After items of the work have been manufactured and erected, complete sets of prints and negatives of the finally corrected drawings shall be furnished according to the following table.The following number of drawings to be submitted to the Employer shall be as follows:To the Employer, during the work:Drawing for approval 5 copiesApproved drawings 3 copiesAfter completion of the work (final drawings):AutoCAD (latest version) 2 CDs with AutoCAD Licensed softwareComplete set of bound prints (as built) 6 setsAll Protection and Control drawings shall be done on A4 paper. The function of each drawing shall be clearly indicated. Related drawings shall be arranged sequentially, have the same drawing number but different sheet numbers. The drawings shall include the following;

AC Schematics DC Schematics Functional Drawings Layout Drawings Panel equipment wiring and cable terminations and schedules. Relays and accessories list.

Protection and Control Software drawings shall be done in the latest AutoCAD release edition.Additional copies of particular drawings are to be provided if required, at the Contractor’s expense.

2.23 OPERATING AND MAINTENANCE INSTRUCTIONSThe Contractor shall submit to the Employer for approval, general instructions concerning the correct manner of assembling, operating and maintaining the work.This instruction manual shall be submitted immediately following final approval of the drawings.When finally approved, six (6) copies of the instruction manual shall be furnished to the Employer. The contractor shall ensure that his erection supervisor has a copy in his office at the Site.The instruction manual shall describe in detail the erection procedure and use of all erection equipment and measurement devices. The method for assembling, adjusting, operating and dismantling of each device, system and machine shall be described and illustrated. The maintenance details of each component shall also be described, including the frequency of inspections and lubrication.The instruction manual shall include a separate and complete section describing the normal and emergency operating procedures for the control of the switching equipment, and shall include explanatory diagrammatic drawings of equipment to facilities understanding the description.The Contractor shall, in preparing the instruction manual, take into account the lack of experience and familiarity of the operators with this type of equipment.The manual shall give specific information as to oil, grease, or any other materials needed for maintenance operations. This information shall include brand names and manufacturer’s numbers or designations, for at least two brands available in Kenya, preferably manufactured in Kenya.The manual shall include a complete list of all drawings prepared for the Contract, spare parts list, and a parts list for each component of the equipment. The parts list shall apply only to the equipment supplied and shall not include general reference or

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 69 of 280

Page 70: Standard Tender Document

70SECTION IV: GENERAL CONDITIONS OF CONTRACT

description of similar equipment which is of the same model but different only in detail. The manual shall be prepared on the English language.

2.24 TEST PROCEDURE INSTRUCTIONS2.24.1Electrical equipment:

(1) The manufacturer shall be responsible for performing or for having performed all the required tests specified in this specification. Tenderer shall confirm the manufacturer’s capabilities in this regard when submitting tenders. Any limitations shall be clearly specified.

(2) Tender documents shall be accompanied by copies of Type test and Routine test reports & certificates for similar rated equipment for the purpose of tender evaluation. Type test reports & certificates shall be certified by the National Standards and Testing Authority (NSTA) of the country of origin. Where a body other than NSTA is used to certify the type-test reports, a copy of the certificate of accreditation shall be attached. Current contact information of the testing and certification authority shall be provided.Tenderer should note that this requirement is mandatory.

(3) Upon completion of the manufacturing process, routine tests shall be carried out as per the specified standard for each equipment. In addition to these tests, Impulse, temperature rise and short-circuit tests (where applicable) shall be carried out and the results endorsed by the NSTA of the country of manufacture.

(4) Routine test reports shall be completed for equipment and made available before the inspection by KPA representatives.

(5) A detailed list & contact addresses of previous customers shall be submitted with the tender. The manufacturer shall indicate the monthly & annual production capacity and experience in the production of the type and size of equipment he is offering. List of workshop tools and equipment shall also be appended.

(6) The Contractor shall prepare and execute a testing program which will establish that specified requirements have been met and that the items furnished and installed will perform as specified and required.

(7) The Contractor shall submit to the Employer for approval, during or immediately following the submission of drawings, testing programmes describing each test to be performed during commissioning and performance tests. The programme shall

establish the sequence of the test, the equipment preparation and operation procedures to be followed and the detailed procedure for conducting each test. The programme shall also contain performance guarantees, design values, technical particulars, or other criteria and distributed in the same manner as the drawings.

(8) A file containing a list of all the Commissioning Tests carried out and the results obtained for all the Protection and Control schemes and the primary equipment, including system balanced and unbalanced fault analysis for relay coordination and scheme settings shall be submitted to the Employer prior to the commissioning of the project. It is mandatory that these group tests shall be witnessed by the Employer’s representative.

(9) Three copies of the Commissioning Report shall be submitted to the Employer.

2.25 ATTENDANCE OF EMPLOYER’S REPRESENTATIVE AT FACTORY TEST AND TRAINING

The Contractor shall arrange for two Employer’s staff members to witness tests of major items of equipment listed below in the manufacturer’s plant. All routine tests shall be carried out in the presence of the Employer’s representatives. The representatives shall approve shipment of the equipment if they are satisfied that the requirements of the specification are fully met. An engineer from KPLC will also be invited to witness the tests for equipment that will be handed over to KPLC.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 70 of 280

Page 71: Standard Tender Document

71SECTION IV: GENERAL CONDITIONS OF CONTRACT

It is anticipated that the visit shall not exceed five (5) days(1) 132 kV and 11 kV circuit breakers(2) 132 kV and 11kV outdoor isolators and earth switches(3) Control and Protection panels(4) 132 kV Current transformers(5) 132 kV Capacitive Voltage Transformers and 132 kV voltage transformers.(6) 132/11 kV Power Transformers(7) OPGW conductor(8) Communication terminal equipment.During the attendance, the Contractor shall give the Employer’s persons a brief explanation on design, manufacture, operation and maintenance of the materials and equipment. Protection Schemes philosophy and settings shall be explained.

TRAINING(1) High voltage switchgear equipment(2) Control and protection equipment(3) Telecommunication EquipmentThe training on the operation of the high voltage switchgear equipment, control, protection and communication equipment shall be conducted for 2 Employer’s staff for duration of not less than 5 days.

2.26 PHOTOGRAPHSThe Contractor shall keep photographic records of the progress of each phase of the work. Upon completion of the work, the Contractor shall submit three sets of colour photographs with explanatory description adequately edited in book form to the Employer’s satisfaction. The Contractor shall provide himself with necessary access to the work and temporary facilities to photograph his part of the work at any stage of construction or manufacture.

3 TECHNICAL SPECIFICATIONS FOR THE SUBSTATION3.1 SWITCHGEAR AND CONTROL EQUIPMENT

Scope

This subsection covers the design, manufacture, testing before shipment, delivery to site, erection and testing at the site of the following:

3.2 132kV CIRCUIT BREAKERS:3.2.1 SCOPE

This specification is for three pole operated outdoor 132kV circuit breaker together with controls and ancillary equipment.

3.2.2 REFERENCESThe following documents were referred to during the preparation of this specification, and may be referred to, in case of conflict, the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments shall apply.IEC 56: High – Voltage alternating current circuit breakers.IEC 144: Degree of protection of enclosures for low – voltage switchgear and control gear.BS 5311: Specification for A.C circuit breakers of rated voltage above 1 kV.

3.2.3 CONSTRUCTIONThe circuit breakers shall be single pole operated, out-door type, SF6 gas insulated and shall comply with the requirements of IEC 56 and/or BS 5311.The circuit breaker shall be live tank type.All the three poles of circuit breakers shall be operated by local electrical and remote/electrical from the mechanism in the housing.The circuit breaker shall have SF6 gas for electrical interrupting medium.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 71 of 280

Page 72: Standard Tender Document

72SECTION IV: GENERAL CONDITIONS OF CONTRACT

The SF6 gas shall comply with the requirement of IEC 376 and be suitable for use in the circuit breaker when it is operated under the service and system conditions.Sufficient gas shall be provided for filling the circuit breaker at installation with additional 20% for any losses.When the circuit breaker is in closed position a rapid fall in the SF6 gas pressure, to a level below that at which safe operation is possible shall not result in tripping the circuit breaker.A remote alarm indication to signal this condition shall be provided. A second stage drop in gas shall block closing and tripping of the circuit breaker.Insulation creepage distance shall not be less than 25mm per kV of rated voltage between phases.

3.2.4 OPERATING MECHANISMThe operating mechanism shall be suitable for mounting at the circuit breaker supporting structure, and below the circuit breaker in a weather-proof, dust-proof, vermin-proof and well ventilated housing.The degree of protection shall be class IP 54 as per the requirement of IEC 144.Operating duty shall be standard and operating mechanism shall be trip free during the entire closing sequence.Operating mechanism shall be provided with either motor wound spring or pressure actuated mechanism with provision for hand charge.Motor operating voltage shall be 110 Volts D.C.A set of at least ten normally closed and ten normally open spare potential free contacts shall be provided for remote electrical indication as well as electrical interlocking and shall be wired to a terminal block in the housing.Potential free contacts shall be provided for alarming spring charge failure or control oil pressure low. Potential free contacts shall be provided for alarms for SF6 gas low and SF6 Trip Block.A minimum of twenty (20) spare terminals shall be provided for connection to the current and voltage transformers.The circuit breaker shall be provided with Local/Remote selector switch. The selection of local operation shall inhibit the operation of the circuit breaker from any remote source and selection of remote inhibits operation from local operation.The circuit breaker shall be provided with a local switch for Open/Neutral/Close Operation.Mechanically operated indication to show the status of the circuit breaker operations (open/close and springs charged/discharged) shall be provided.The circuit breaker shall be provided with suitable terminals for connecting clamps for up to 3” outside diameter copper tubes.The circuit breaker shall be provided with means to prevent contact pumping while the closing circuit remains energized, should be circuit breaker either fail to latch or be tripped during closing due to operation of the protective relays.Mechanical interlock key arrangement shall be provided on the mechanism such that it will not be possible to withdraw the interlock key with circuit breaker in closed position.For the 132 kV line circuit breakers, the mechanical interlock keys from each pole shall be such that they will be closed in a block of 4 keys so that the 4th key only come out when the other three are on in the block. That 4th key will be used to inter lock the 2 separately. For the 132kV transformer circuit breaker, the mechanical interlock key will come out only when the circuit breaker is off and this key will be used to operate the 132kV transformer bay disconnectors.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 72 of 280

Page 73: Standard Tender Document

73SECTION IV: GENERAL CONDITIONS OF CONTRACT

Circuit breaker shall be provided with duplicate trip coils in order to facilitate duplication of protection tripping, where required.The circuit breaker shall have separate operating mechanism for each pole.From local position (only on middle phase) the operation of all the 3 poles should be possible with CLOSE/NEUTRAL/TRIP Switch.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 73 of 280

Page 74: Standard Tender Document

74SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.2.5 RATINGSThe circuit breaker shall be of the following ratings:

Nominal System Voltage 132 kVHighest Voltage of equipment 145 kVFrequency 50 HzRated normal current 2000 AmpsRated short-time withstand current 40kARated duration of short circuit 3 Sec.

Rated short circuit making current 80kAFirst pole to clear factor 1.5Operating sequence 0-0.3 sec – CO – 3 min - COAuxiliary D.C Voltage for closing & tripping coils 110 V d.c.Auxiliary A.C Voltage 415/240 V, 50 HzImpulse withstand voltage 750 kV peak (1.2/50µs, dry)One minute power frequency withstand voltage 325 kV r.m.s. (50Hz 60s, wet)Creepage distance of insulator 3625 mmMinimum clearance between phases 1475mmMinimum clearance to earth 1270mm

3.2.5 TESTSThe manufacturer shall be responsible for performing or for having performed all the required tests specified in this specification. Tenderers shall confirm the manufacturer’s capabilities in this regard when submitting tenders. Any limitations shall be clearly specified.Type and routine tests shall be carried out as per the requirement of IEC 56.Test certificates issued by a recognized short-circuit testing station, certifying the operation of the circuit breaker at duties corresponding to the rated breaking capacities of the circuit breaker shall be submitted.Tender documents shall be accompanied by copies of Type test and Routine test certificates for similar rated equipment. These certificates shall be certified by the National Testing or the National Standards Institute of the country of origin.A detailed list & contact addresses of previous customers shall be submitted with the tender.The manufacturer shall indicate the monthly & annual production capacity and experience in the production of the equipment he is offering.

3.2.6 DRAWING AND MANUALS

Two sets of operational manuals and drawing detailing dimensions, panel layout, wiring and schematic shall be provided.

3.2.7 PACKING AND INFORMATION

The circuit breaker and associated components shall be packed in a manner as to protect it from any damage in transportation and repeated handling.Each assembly and package of items associated with the circuit breaker shall be suitably marked.Where an item includes a number of components to form a complete assembly, all component parts shall be included in one composite package which shall be firmly strapped and bound together.Draft design and construction drawings shall be submitted to KPA before the manufacturing of circuit breakers commence. KPA undertake to submit their comments or approval for the drawings within three weeks of receiving the draft copies.Sufficient relevant technical details and drawings shall be submitted for the purpose of Tender Evaluation. Tenders which do not meet this requirement will be considered nonresponsive.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 74 of 280

Page 75: Standard Tender Document

75SECTION IV: GENERAL CONDITIONS OF CONTRACT

To facilitate comprehensive technical evaluation of the tenders, a clause by clause statement of compliance with the specification shall be submitted with relevant manufacturer’s specification sheets, catalogues and brochure.

3.2.8 TECHNICAL SCHEDULESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.3 132 kV THREE POLE DISCONNECTORS:3.3.1 SCOPE

This specification is for 132kV, 1600 Amps Isolator for use on line disconnection, isolation of substation apparatus.This specification covers both the 132 kV isolators with and without earth switch.

3.3.2 REFERENCESThe following documents were referred to during the preparation of this specification, and may be referred to in case of conflict; the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments shall apply IEC 129: Alternating current disconnectors (isolators) and earthing switches.IEC 144: Degree of protection of enclosures for low - voltage switchgear and control gearIEC 60273: Characteristic of indoor and outdoor post insulators for systems with nominal voltages greater than 1000VBS 729: Hot dip galvanized coating on iron and steel articles.

3.3.3 CONSTRUCTION3.3.3.1The isolator shall be horizontal side opening, double side break rotating post type for

use on a 132kV, 50 Hz, 3 - phase system.3.3.3.2The isolator shall be complete with supporting base, phase coupling details, operating

rod, unions and guides.3.3.3.3The operating mechanism shall be provided with a universal joint to allow for a

reasonable degree of out-of alignment of the operating rod.3.3.3.4The isolator shall be motorised and also fitted with manual operation facility. There

should be a remote selection to allow for operation of the isolator from the control room. The remote selection should block any local electrical or manual operation.

3.3.3.5The supporting under-base shall be hot dip galvanized steel as per the requirement of BS 729. The under-base shall be suitable for mounting on a steel structure.

3.3.3.6All the three switches shall be arranged so that the phase units are mounted independently and then finally interconnected with coupling tubes so as to ensure simultaneous operation of all switches by drive rods and operating handle for both manual and motor operation.

3.3.3.7The operating mechanism shall be fixed at the base frame, in a weather proof, vermin proof and dust proof housing. The degree of protection shall be class IP 54 as per IEC 144.

3.3.3.8Auxiliary dry contacts, five normally open and five normally closed shall be provided for electrical interlocks such that the isolator and associated 132 kV circuit breaker can be interlocked with each other. The contacts shall be rated to continuously carry at least 10Amps at voltages up to 500V dc/ac

3.3.3.9Each phase shall be mounted on a spiral type solid core post insulator conforming to IEC 60273, and shall be fitted with clamp connector for the suitable conductor/connector.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 75 of 280

Page 76: Standard Tender Document

76SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.3.3.10 The isolator shall be designed such that in fully open position, it shall provide adequate electrical isolation between the contacts on all the three switches.

3.3.3.11 All current carrying parts shall be made of electrolytic hard drawn copper with switch contacts silver plated.

3.3.3.12 The earth switch shall consist of a hinged type earthing switch fixed at the base frame. The earth switch shall have the same rating as the isolator.

3.3.3.13 The isolator shall be provided with both mechanical and electrical interlocking devices between the isolator and earth switch so that during operations, it is only possible to operate the earth switch with the isolator in the open position and the isolator with the earth switches in the open position.

3.3.3.14 Ten normally open and ten normally closed auxiliary contacts shall be provided on the switch for future use.

3.3.3.15 Five normally open and five normally closed auxiliary contacts shall be provided on the earth switch for future use.

3.3.3.16 The isolator and earth switch shall be provided with a padlocking facility such that the mechanism can be locked in OPEN or CLOSED position.

3.3.4 RATINGThe ratings of the isolator, including its operating devices and auxiliary equipments shall be as indicated below.

Nominal Voltage and frequency 132 kV, 50HzHighest Voltage 145 kVNormal current 1600 AmpsRated short circuit withstand current & time 31.5 kA, 3s

Rated short circuit making current 80 kAAuxiliary Voltage A.C. 415/240 V, 50 Hz

D.C. 110±10%Lightning impulse withstand voltage

With contacts closed 750 kV peakAcross open contacts 870kV peak

One minute power frequency withstand voltage

With contacts closed 325 kV r.m.s.

Across open contacts 370kV

Minimum creepage distance of insulator 4495mmMinimum clearance phase-to-phase 2900mmMinimum clearance phase-to-earth 2900mmMechanical endurance (number of close-open cycles without using spare parts)

2000 (minimum)

3.3.5 TESTS3.3.5.1The isolator shall be inspected and routine tested in accordance with the requirement of

IEC 129.3.3.5.2Certified type test certificates issued by the relevant National Testing Authority

confirming compliance of the isolators on offer with the specifications shall be submitted.

3.3.6 TECHNICAL SCHEDULESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.4 132kV CAPACITOR VOLTAGE TRANSFORMERS (CVTs):3.4.1 SCOPE3.4.1.1This specification is for voltage transformers for use with electrical instruments and

electrical protective devices on system with maximum operating voltage up to 145kV.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 76 of 280

Page 77: Standard Tender Document

77SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.4.2 SYSTEM CHARACTERISTICS3.4.2.1The voltage transformers will be connected to overhead system operating at a nominal

voltage of 132kV and a maximum voltage of 145kV which are generally of earthed construction.

3.4.2.2The voltage transformer will be connected between line and earth of a 3-phase 3-wire system with the neutral point solidly earthed.

3.4.3 CONSTRUCTION3.4.3.1The voltage transformer shall be out-door oil-immersed capacitor type and shall comply

with the requirement of IEC 186.3.4.3.2The voltage transformer shall be suitable for installation on steel structure. The voltage

transformer shall be fitted with lugs.3.4.3.3The porcelain portion of the voltage transformer shall be made of high-grade brown

glazed porcelain. All other external parts shall be either inherently resistant to atmospheric corrosion or hot-dip galvanized.

3.4.3.4The voltage transformer shall have primary, secondary and earth terminals.3.4.3.5The primary terminal shall be tin-plated, suitable for both copper and aluminum

connectors. The secondary terminal shall be brought out to a separate terminal box, complete with protection MCB. The MCB should have auxiliary contacts for indication, alarm and distance relay input.

3.4.4 RATINGSThe voltage transformer shall be capable of continuously carrying 50% burden above the rated capacity without damage. The rating of the voltage transformer shall be as indicated herein:-

Parameter Value1 Rated primary voltage 132000/√3 Volts2 Rated secondary voltage 110/√3 Volts3 Rated frequency 50 Hz4 Minimum creepage distance of

insulator3988 mm

5 Lightning impulse withstand voltage 685kV at 1500M above sea level6 Power frequency withstand voltage 6 290kV7 Rated burden 100 VA(a) Rated voltage factor 1.5 for 30 seconds (1.2 continuous)(b) Accuracy class 1.0(c) No. secondary out put 2 (metering, protection)

3.4.5 MARKINGThe voltage transformer shall be fitted with a rating plate indicating the following:-

The manufacturer’s name or identification mark. The voltage transformer serial number or designation. The rated primary and secondary voltage. The rated frequency. The burden and accuracy class of each secondary output. The highest system voltage (e.g. 145kV). The insulation level. The rated voltage factor and corresponding rated time.

The terminals shall be marked clearly and indelibly.The marking shall be in accordance with IEC 186.

3.4.6 TESTType and routine tests shall be carried out as per the requirement of IEC 186.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 77 of 280

Page 78: Standard Tender Document

78SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.4.7 REFERENCESThe following documents were referred to during the preparation of this specification, and may be referred to. In case of conflict, the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments shall apply.IEC 186: Voltage transformers.BS 3941: Specification for voltage transformers.

3.4.8 TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.5 132 kV CURRENT TRANSFORMERS:3.5.1 SCOPE

This specification is for current transformers for use with electrical instruments and electrical protective devices on systems with maximum operating voltage of 145kV.

3.5.2 SYSTEM CHARACTERISTICS

The current transformer will be connected to overhead system operating at a nominal voltage of 132 kV and maximum voltage of 145kV (with aerial earth wire) construction.

3.5.3 CONSTRUCTIONThe current transformer shall be outdoor, oil-filled, hermetically sealed and shall comply with the requirement of IEC 185. The current transformer shall be suitable for vertical installation on steel structure.

3.5.3.1The porcelain portion of the current transformer shall be made of high-grade brown-glazed porcelain. All external ferrous portions shall be hot-dip galvanized.

3.5.3.2The current transformer shall have primary, secondary and earth terminals.The primary terminal shall be tin-plated, suitable for both copper and aluminium connectors.The secondary terminal shall be covered with removable plate. The terminal box shall be capable of accommodating up to 12 secondary terminals suitable for conductor of up to 4.0mm2.

3.5.3.3The current transformer shall have four cores. The protection cores shall be suitable for conventional over current requirements and for true transformation of the fully asymmetrical fault currents.Measuring cores shall have high accuracy (low loss) and low saturation levels.

3.5.4 RATINGSThe short circuit rating of the current transformers shall be 31.5kA.The current transformers shall be capable of passing rated primary current without damage with the secondary open circuited.The rating of the current transformers shall be as indicated herein:-Parameter Values1 Rated primary current (Amps) 600/400/2002 Rated secondary current 1 AMP3 Rated frequency 50Hz4 Minimum Creepage distance of insulator 3988 mm5 Lightning impulse withstand voltage 685kV6 Power frequency withstand voltage 290kV7 Rated burden and accuracy class

Core No. 1 20VA, 5P20Core No. 2 20VA, 0.2Core No. 3 20VA, XCore No. 4 20VA, 5P20

The knee point voltage shall not be less than 250 Volts at 8mA.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 78 of 280

Page 79: Standard Tender Document

79SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.5.5 MARKINGThe current transformers shall be fitted with a rating plate indicating the following:-

The manufacturer’s name or identification mark. The current transformer serial number or designation. The primary and secondary currents. The insulation level. The highest system voltage (e.g. 145kV). The output and accuracy class of the cores. The rated frequency.

The terminals shall be marked clearly and indelibly.The marking shall consist of letters followed by numbers.The letters shall be in block capitals.

3.5.6 TESTSType and routine tests shall be carried out as per the requirement of IEC 185.

3.5.6 REFERENCESThe following documents were referred to during the preparation of this specification, and may be referred to. In case of conflict, the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments shall apply.IEC 185: Current Transformers.BS 3938: Specification for current transformers.

3.5.7 TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.6 132 kV SURGE ARRESTERS:3.6.1 SCOPE

This specification is for 132kV metal-oxide type surge arresters without spark gaps for a.c. system.

3.6.2 CONSTRUCTION3.6.2.1The surge arrester shall be metal-oxide type without spark gaps and constructor as per

the requirement of IEC 99-4.3.6.2.2The metal-oxide used shall be of quality to ensure thermal stability under service duty

of the surge arrester.3.6.2.3The completed surge arrester shall be housed in a silicone rubber. The silicone rubber

insulator shall be dimensioned to provide a leak free interface with the end caps. The housing shall withstand the lighting impulse voltage of the arrester.

3.6.2.4The surge arrester shall be sealed (end caps) with a controlled permanent seal to ensure no moisture absorption or deterioration of the metal-oxide element for the surge arrester.

3.6.2.5The surge arrester shall be supplied with fixing accessories and fitted with pad type clamp connectors suitable for both copper and aluminium tubes of up to 76.2mm diameter.The steel plates or straps shall be galvanized as per the requirement of BS 729.The mounting brackets shall be suitable for both horizontal and vertical mounting on a steel channel.

3.6.3 RATINGThe rating of the surge arrester shall be as indicated herein:-Parameter Rating

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 79 of 280

Page 80: Standard Tender Document

80SECTION IV: GENERAL CONDITIONS OF CONTRACT

1 Rated Voltage………………………………. 108 kV2 Nominal discharge current……………… 10 kA3 Long duration discharge class……....…. 34 Creepage distance of insulator………… 3630 mm5 Continuous operating voltage…………. 84 kV6 Rated frequency………………………….. 50 Hz

3.6.4 MARKINGThe surge arrester shall be fitted with a rating plate indicating the following:-

The manufacturer’s name or identification mark. The surge arrester serial number or designation. The nominal discharge current. The insulation level. The continuous operating voltage The rated voltage The rated frequency.

3.6.5 TESTSType, routine and acceptance tests shall be carried out as per the requirement of IEC 99-4.

3.6.6 REFERENCESThe following documents were referred to during the preparation of this specification. In case of conflict, the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments shall apply.IEC 99: Surge Arrester.Part 4: Metal-oxide surge arresters without gaps for a.c. systems.IEEE Std.:C62.22 – 1991IEEE Guide for application of metal-oxide surge arresters for alternating – current systems.

3.6.7 TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.7 132/11 kV POWER TRANSFOMERS:3.7.1 SCOPE

This specification is for newly manufactured outdoor oil type power transformer as described below:15 MVA, 132/11kV, 50 Hz, ONAN/ONAF three phase power transformer.The specification also covers inspection and test of the transformer as well as schedule of Guaranteed Technical Particulars to be filled, signed by the manufacturer and submitted for tender evaluation.The specification stipulates the minimum requirements for 15MVA, 132/11kV power transformer acceptable to the Kenya Power and Lighting Co. for use by the Authority and it shall be the responsibility of the manufacturer to ensure adequacy of the design and good engineering practice in the manufacture of the transformer for KPA.The specification does not purport to include all the necessary provisions of a contract.

3.7.2 REFERENCESThe following standards contain provisions which, through reference in this text constitute provisions of this specification. Unless otherwise stated, the latest editions (including amendments) apply.ISO 1461: Hot dip galvanized coatings on fabricated iron and steel articles –Specifications and test methods.IEC 60076: Power transformers.IEC 60044: Instrument transformers.IEC 60296: Specification for unused mineral insulating oil for transformers and switchgear.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 80 of 280

Page 81: Standard Tender Document

81SECTION IV: GENERAL CONDITIONS OF CONTRACT

IEC 60354: Loading guide for oil – immersed power transformers.BS 171: Power transformersBS 381C: Specification for colours for identification coding and special purposes

3.7.3 TERMS AND DEFINITIONSThe terms and definitions given in the reference standards shall apply.

3.7.4 SYSTEM CHARACTERISTICSa) The primary HV system is 132,000 Volts, 3 phase, 3 wire, 50Hz, with neutral point solidly earthed.b) The secondary MV system is 11,000 Volts, 3 phase, 3 wire, 50Hz, with neutral point solidly earthed.c) The Transformer shall be operated at a high loading factor.

3.7.5 GENERAL REQUIREMENTS3.7.5.1The transformer shall be outdoor, oil-immersed, of ONAN/ONAF classification and core

type (lamination stackings). All offers shall comply with the requirements of IEC 60076. Any deviations/additional requirements shall be as stated in this specification.

3.7.5.2The transformer shall be a two winding type three-phase integral unit.3.7.5.3The transformer shall be of the free breathing type. A dehydrating cobalt free breather

of approved design shall be provided.3.7.5.4The transformer and accessories shall be designed to facilitate operation, inspection,

maintenance and repairs. All apparatus shall be designed to ensure satisfactory operation under such sudden variations of load and voltage as may be met with under working conditions on the system, including those due to short circuits.

3.7.5.5The design shall incorporate every reasonable precaution and provision for the safety of all those concerned in the operation and maintenance of the equipment keeping in view the regulatory requirements in Kenya.

3.7.5.6 All material used shall be of the best quality and of the class most suitable for working under the conditions specified and shall withstand the variations of temperatures and atmospheric conditions arising under working conditions without undue distortion or deterioration or the setting up of undue stresses in any part, and

also without affecting the strength and suitability of the various parts for the work which they have to perform.

3.7.5.7Corresponding parts liable to be replaced shall be interchangeable.3.7.5.8All outdoor apparatus, including bushings insulators with their mountings, shall be

designed so as to avoid pockets in which water can collect.3.7.5.9All connections and contacts shall be of ample section and surface for carrying

continuously the specified currents without undue heating and fixed connections shall be secured by bolts or set screws of ample size, adequately locked. Lock nuts shall be used on stud connections carrying current. All leads from the winding to the terminals and bushings shall be adequately supported to prevent injury from vibration including a systematical pull under short circuit conditions.

3.7.5.10 All apparatus shall be designed to minimize the risk or accidental short-circuit caused by animals, birds or vermin.

3.7.5.11 In tank on-load-tap changers shall be located such that the space above the diverter switch chamber will be free of inter-connecting pipes etc. for lifting the diverter switch unit for inspection and maintenance purposes.

3.7.5.12 Galvanizing shall be applied by the hot-dipped process to ISO 1461 and for all parts other than steel wires shall consist of a thickness of zinc coating equivalent to not less than 610g of zinc per square meter of surface. The zinc coating shall be smooth, clean and of uniform thickness and free from defects. The preparation of galvanizing and the galvanizing itself shall not adversely affect the mechanical properties of the coated material. The quality will be established by tests as per ISO 1461.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 81 of 280

Page 82: Standard Tender Document

82SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.5.13 All bolts, nuts, and washers exposed to atmosphere and in contact with non-ferrous parts which carry current shall be of phosphor bronze.

3.7.5.14 If bolts and nuts are placed so that they are inaccessible by means of ordinary spanners, suitable special spanners shall be provided by the supplier.

3.7.5.15 Except for hardware, which may have to be removed at site, all external surfaces shall receive at least four coats of paint. The total dry film thickness shall be between 100 and 130 microns.

3.7.5.16 Descriptive labels for mounting indoors or inside cubicles and kiosks shall be of material that will ensure permanence of the lettering. A matt or satin finish shall be provided to avoid dazzle from reflected light. Labels mounted on dark surface shall have white lettering on a black background. Danger notices shall have red lettering on a white background.

3.7.5.17 All interior surfaces of chambers or kiosks that are in contact with air shall receive at least three coats of paint, of which the topcoat shall be of a light shade.

3.7.5.18 The design and all materials and processes used in the manufacture of the transformers shall be such as to reduce to a minimum the risk of the development of acidity in the oil.

3.7.5.19 Every care shall be taken to ensure that the design and manufacture of the transformers and auxiliary plant shall be such to have minimum noise and vibration levels following good modern manufacturing practices. The maximum noise levels shall be stated in the bid

3.7.6 Ratings 3.7.6.1The windings of the transformer shall be rated at 15MVA (ONAF), with a minimum ONAN

rating of 11 MVA. These ratings shall be for the operating conditions stated in clause 2.6.The rating specified in this clause shall be the continuous rating at the maximum ambient temperature and altitude given in clause 2.6

3.7.6.2(a) The transformer shall be capable of carrying its full normal rating continuously at any tap under the conditions stated in clause 2.6 without undue stress, overheating, or the temperature rise in the hottest region exceeding 55ºC and 60ºC in oil and windings respectively.(b) The loading capabilities shall be demonstrated by a temperature – rise test. This test shall be done in the presence of KPA Representatives during factory visit.

3.7.6.3The transformer shall be capable of withstanding the maximum fault level at its rated voltage and impedance for 2 seconds. The design should cater for the expected lifetime of the transformer.

3.7.7 Winding and connections3.7.7.1The transformer shall be wound Dyn11 with respect to the 132 kV and 11 kV windings

as per IEC 60076.3.7.7.2The transformers shall be capable of operation without danger on any particular tapping

at the rated MVA when the voltage may vary by ± 10% of the voltage corresponding to the tapping.

3.7.7.3 The windings and connections as well as the insulating material shall not soften, ooze, shrink or collapse during service. The materials shall be non-catalytic and chemically inactive in transformer oil during service.

3.7.7.4 No strip conductor wound on edge shall have a width exceeding six times its thickness. The conductors shall be transposed at sufficient intervals to minimize eddy currents and equalize the current and temperature distribution along the windings.

3.7.7.5The windings and connections shall be properly braced to withstand shocks during transportation or due to short circuit and other transient conditions during service.

3.7.7.6 Adequate pre-shrinkage of the coil assembly using pre-compressed press board material having low moisture content for the radial spacer blocks shall be ensured by

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 82 of 280

Page 83: Standard Tender Document

83SECTION IV: GENERAL CONDITIONS OF CONTRACT

the manufacturers so that there is no displacement of the radial spacer blocks due to frequent short circuits on the transformers.

3.7.7.7All windings after being wound and all fibrous hygroscopic materials used in the construction of the transformer shall be dried under vacuum and impregnated with hot oil.

3.7.7.8The coil clamping rings wherever used shall preferably be of flat insulated steel laminations.

3.7.7.9The radial spacer blocks must be made of pre-compressed pressboard material, which will not soften while in contact with oil or fray out into fibres or edges. The slots should be so dimensioned that the blocks will not come out of the slots.

3.7.7.10 All joints shall be brazed/crimped considering the vibrations due to short circuits and load fluctuations.

3.7.7.11 KPA will inspect built-up winding for its quality, weight of copper, insulation and overall weight of coil assembly. The size of conductor used for different windings shall also be checked during stage inspection to check the current density.

3.7.7.12 The transformer shall be designed with particular attention to the suppression of harmonic voltage, especially the third and fifth, so as to eliminate wave-form distortion and from any possibility of high frequency disturbances, inductive effects or of circulating currents between the neutral points at different transforming stations reaching such a magnitude as to cause interference with communication circuits.

3.7.7.13 The windings shall be designed to reduce to a minimum the out-of-balance forces in the transformer at all voltage ratios.

3.7.8 Tapping3.7.8.1 Tapping Range

The transformers shall be provided with tapping on the 132 kV winding for a variation of no load primary voltage for parallel operation, with Tap No. 1 having the highest voltage assignment, as follows:

132000 Volts +8*1.67%-8*1.67%

3.7.8.2Tapping MethodTapping shall be carried out by means of an on-load tap changer as described in clause 3.7.14 below.

3.7.9 Core and flux densitya) Core

3.7.9.1The core shall be constructed from the laminations of high grade cold rolled non-aging, grain oriented silicon steel known as M4 High B Grade or superior grade CRGO steels of maximum 0.27mm or less lamination thickness especially suitable for transformer core. The grade of CRGO shall be stated in the bid.

3.7.9.2 The design of the magnetic circuit shall be such as to avoid static discharges, development of short-circuit paths within itself or to the earthed or to the clamping structure and the production of flux components at right angles to the plane of the laminations which may cause local heating.

3.7.9.3 Every care shall be exercised in the selection, treatment and handling of core steel to ensure that as far as practicable, the laminations are flat and the finally assembled core is free from distortion.

3.7.9.4 Adequate oil ducts shall be provided in the core for cooling. Tinned copper strip bridging pieces shall be used for maintaining electrical continuity wherever the magnetic circuit is provided into pockets by such ducts or insulating material thicker than 0.25mm.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 83 of 280

Page 84: Standard Tender Document

84SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.9.5 There shall be no movement of the core assembly relative to the tank during transport, installation as well as in service due to sudden jerks caused by short circuits and fluctuating loads.

3.7.9.6 All steel sections used for supporting the core shall be thoroughly sand blasted or shot blasted after cutting, drilling and welding. Any non-magnetic or high resistance alloy shall be of established quality.

3.7.9.7 Adequate lifting lugs shall be provided to enable core and winding to be lifted.3.7.9.8 Supporting framework of the Cores shall be so designed as to avoid the presence of

pockets which would prevent complete emptying of the tank through the drain valve, or cause trapping of air during filling.

3.7.9.9The insulation structure for the core to bolts and core to clamp plate shall be such as to withstand a voltage of 2kV AC for one minute.

(b) Flux Density

3.7.9.10 The primary voltage variation, which may affect the flux density at every tap, shall be kept in view while designing the transformer.

3.7.9.11 The transformer shall be so designed that the working flux density shall not exceed 1.6 Tesla at normal voltage, frequency & ratio. Tenders with higher flux density than specified shall not be considered.

3.7.9.12 Tenderers shall indicate the continuous allowable maximum flux for one minute and five seconds.

3.7.9.13 The limit of flux density at which core material used saturates shall also be stated in the tender. The name and grade of core material shall be stated in the tender.

3.7.9.14 The successful tenderer shall be required to furnish magnetization curve of the core material, design calculations and such other data/documents deemed fit by the purchaser for being satisfied that flux density is as desired.

NOTE: The above flux density has been specified to meet with the over fluxing of the core due to temporary over voltage of the orders of 25% for one minute and 40% for five seconds that may appear in abnormal conditions such as the one obtained following sudden loss of large loads.

3.7.10Losses, Regulation and Impedance3.7.10.1 Losses of the transformer shall be stated and shall be subject to tolerances in

accordance with IEC 60076. The fixed losses shall be as low as is consistent with good design, reliability and economical use of materials.

3.7.10.2 Voltage regulation from no-load to continuous rated output at unity power factor, at 0.8 lagging and 0.8 leading power factor with constant voltage across the higher voltage windings shall be stated in the bid.

3.7.10.3 The impedance voltage at extreme tappings and at principal tapping shall be stated and shall be subject to tolerances in accordance with IEC 60076.

3.7.10.4 Terminals: Arrangement & Bushings3.7.10.5 The 11kV and 132kV windings shall be brought out separately through open bushings

of outdoor, weatherproof design in accordance with the latest IEC standard.3.7.10.6 Bushings for 132kV terminals shall be of oil-filled condenser type construction, draw-

out type and shall each have a capacitance test point. Bushings for 11kV terminals shall be of the solid porcelain type.

3.7.10.7 The neutral bushing of the transformer shall be identical to the corresponding phase terminal bushings for 11kV Bushings.

3.7.10.8 Spacing and air clearances shall be so co-ordinated as to render the probability of a flashover from the terminal of one winding to the terminal of another winding negligible.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 84 of 280

Page 85: Standard Tender Document

85SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.10.9 Leakage distance of bushings shall not be less than 25mm/kV, based on operating phase to phase voltage.

3.7.10.10 Bushing terminals shall be clamp type suitable for both copper and aluminium Bus bars of sizes up to 76mm diameter.

3.7.10.11 Each bushing of the 132kV windings shall be mounted on a turret. Each turret shall be suitable for accommodating at least two sets of current transformers.

3.7.10.12 Each bushing of the 11kV windings shall be mounted on a turret. Each turret shall be suitable for accommodating at least three sets of current transformers.

3.7.10.13 Terminal arrangement on the HV and LV sides shall be A, B, C and n, a, b, c respectively.

3.7.11Current Transformers to be fitted3.7.11.1 Current transformers shall be installed in the bushing turrets and shall be of the

following quantities, ratios, ratings and class:

(a) 132 kV Phase Bushings CTs

CORE 1HV side-line - ph 1A ; 15VA, 100/1A, cl.3 - for winding thermocopy.HV side-line - ph 1B ; 15VA, 100/1A, cl.0.5 – for measurements.HV side-line - ph 1C ; 15VA, 100/1A, cl.3 – for winding thermocopy

CORE2HV side-line - ph 1A ; 15VA, 100/1A, Class X, Vk >250V – for differential protection.HV side-line - ph 1B ; 15VA, 100/1A, Class X, Vk >250V – for differential protection.HV side-line - ph 1C ; 15VA, 100/1A, Class X, Vk >250V – for differential protection.

CORE 3HV side-line - ph 2A ; 15VA, 100/1A, 5P20 – O/C.HV side-line - ph 2B ; 15VA, 100/1A, 5P20 – O/C.HV side-line - ph 2C ; 15VA, 100/1A, 5P20 – O/CCORE 4HV side-line - ph 2A ; 15VA, 300/1A, 5P20 – Bus prot.HV side-line - ph 2B ; 15VA, 300/1A, 5P20 – Bus ProtHV side-line - ph 2C ; 15VA, 300/1A, 5P20 – Bus Prot

(b) 11 kV Phase Bushings CTsCore 1MV side-line - ph 2A ; 15VA, 1000/1A, Class X, Vk >250V – Differential.MV side-line - ph 2B ; 15VA, 1000/1A, Class X, Vk >250V – Differential.MV side-line - ph 2C ; 15VA, 1000/1A, Class X, Vk >250V – Differential.Core2MV side-line - ph 2A ; 15VA, 1000/1A, cl.3 - for winding thermocopyMV side-line - ph 2B ; 15VA, 1000/1A, cl.3– for AVR supplyMV side-line - ph 2C ; 15VA, 1000/1A, cl.3 - for winding thermocopy.Core3MV side-line - ph 2A ; 15VA, 1000/1A, 5P20 – O/C.MV side-line - ph 2B ; 15VA, 1000/1A, 5P20 – O/C.MV side-line - ph 2C ; 15VA, 1000/1A, 5P20 – O/CCore 4MV side-line - ph 2A ; 15VA, 1000/1A, CL X – REFMV side-line - ph 2B ; 15VA, 1000/1A, CL X – REFMV side-line - ph 2C ; 15VA, 1000/1A, CL X – REF33kV NEUTRALCore 1Neutral side -; 15 VA 1000/1 cl. X - for Restricted Earth fault.Core 2

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 85 of 280

Page 86: Standard Tender Document

86SECTION IV: GENERAL CONDITIONS OF CONTRACT

Neutral side -; 15 VA 1000/500/1A cl. x - for Earth fault Protection.3.7.11.2 Current transformers of suitable rating and class for winding temperature indicators shall be installed to adequately cover the transformer as indicated above for guidance.3.7.11.3 Current transformers shall comply with the requirements of IEC 60044.3.7.11.4 Full technical particulars of current transformers offered, including type test results from an International reputable Testing Authority or a National Standards and Testing Authority, shall be submitted with tender.

3.7.12AIR CLEARANCE

3.7.12.1 When totally assembled, as in service, electrical clearances in air shall be adequate to withstand the assigned impulse withstand test voltages.

3.7.12.2 Care shall be taken to ensure that all fittings are suitably positioned so as not to interfere with the external connection to the bushing terminals.

3.7.12.3 Minimum external air clearances shall be as shown under.

NOMINAL SYSTEM VOLTAGE BETWEEN PHASES

11 kV 132 kV

Minimum clearance phase-to-earth and phase-to-neutral

mm 485 1270

Minimum clearance phase-to-phase between phases of the same winding

mm 485 1475

Minimum clearance between a line terminal of the high voltage winding and a line terminal of a lower voltage winding

mm 485 1475

Minimum clearance from live metal to oil pipework including conservator and pressure relief device

mm 480 1630

3.7.13INSULATION LEVELS

The complete transformer arranged for service, shall be capable of withstanding the following voltages and shall comply fully with the requirements of IEC 60076 Part 3, including the latest amendments.

Nominal system voltage(kV, rms)

Highest system voltage (kV, rms)

Lightning Impulse withstand voltage (kV, peak)

Power frequency withstand voltage (kV, rms)

11 12 70 63132 145 685 290

3.7.14ON LOAD TAP CHANGER AND MECHANISM BOX3.7.14.1 The transformer shall be complete with vacuum type on-load, electrically driven tap

changing mechanism of the high-speed resistor transition type, and shall comply with the requirements of IEC 214 and 512. The equipment shall be suitable for remote operation from a control panel supplied with the transformer as well as `for local operation from the Motor Drive Unit (MDU) mounted on the transformer body.

3.7.14.2 The mechanism shall be so designed as to ensure that when a tap change operation is in progress, it shall be able to complete the task independently irrespective of operation of any relays or switches.

3.7.14.3 Adequate means shall be provided to safeguard the transformer and its auxiliary circuits from damage should a failure of the auxiliary supply or any other mal-operation occur during the progress of tap changing that may prevent it from completing its task.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 86 of 280

Page 87: Standard Tender Document

87SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.14.4 Means shall be provided in the marshalling kiosk for mechanical isolation of the supply to the Motor Drive Unit, and a suitable thermal overload device (details to be submitted with tender) shall be provided in the MDU for the protection of the motor.The possibility of over-running the mechanism at each end of the voltage range shall be prevented by means of limit switches and mechanical stops. Other techniques used to prevent tap changer runaway shall be indicated.

3.7.14.5 A mechanically operated device shall be provided to indicate the tap position locally, and a suitable tap position transmitter shall be provided for the remote tap position indication.

3.7.14.6 A counter shall be provided on the tap changing mechanism box to indicate the total number of operations completed by the equipment.

3.7.14.7 Contactors and associated equipment for the control circuit for local/remote and manual operations of the tap changer mechanism shall be housed in the mechanism box.

3.7.14.8 The tap changer (diverter switch) shall be housed in a separate compartment and shall be Vacuum Type. Sufficient documentation for the vacuum switch in form of manuals, instructions, drawings, technical characteristics, certified type test certificates and reports (from an International Testing/ Standards Laboratory), manufacturing and export experience of the supplier shall be submitted with the tender for technical evaluation.

3.7.14.9 The Motor Drive Unit shall have the following in addition to what has been stated above:(a) Isolating switch in the transformer marshalling box for the supply to the tap changer Motor Drive Unit,(b) Raise/lower contactors for tap changer motor operation, and associated single phase protection/overload relay,(c) Switch for selection of local/remote tap changer control,(d) Switch or switches for local tap changer operation,(e) Provisions shall be made available for hand operation in the mechanism box.

3.7.14.10 The tap changer shall be of internationally reputable manufacture and proven reliability in service. Detailed documentation and copies of certificates shall be submitted with the tender for evaluation.

3.7.15Remote Tap Changer Control PanelThe remote tap changer control panel shall contain the following devices:

Automatic Voltage Regulating Relay (to be of proven design and technical details submitted with tender).

Off/Manual/Automatic switch for the Relay. Raise /Lower control switch. Raise , Lower, ‘out of step’ and tap change in progress indication lamps Dial type Tap position indicator (technical details to be submitted with the

tender). Master/Follower/Independent Scheme and selector switch. The Tap Changer shall

employ, negative reactance or circulating current principle scheme for parallel operation with other three similar transformers but of different rating.

Local /Remote switch kV meter (technical details to be submitted with the tender) Door operated lamp and anti-condensation heater. Heater switch ON/OFF to control anti-condensation heater Various control circuits controlled by Miniature Circuit Breakers

3.7.16AUTOMATIC VOLTAGE REGULATING RELAY

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 87 of 280

Page 88: Standard Tender Document

88SECTION IV: GENERAL CONDITIONS OF CONTRACT

The relay shall be of proven design and shall incorporate the following features;

Rated voltage 110V AC. Rated Current 1 Amp. Initial time delay range 5-100 seconds, and ability to select Integrated delay or

Definite time delay. Inter-tap delay 1-80 seconds Relay voltage setting, adjustable in steps of 1V from 85 - 130V Line drop compensation 0-20 V at rated current for both reactive and resistive

setting Under voltage inhibit range 70%-90% & over current inhibit range 150%-250% Bandwidth range 0.5-5 % of voltage level Over voltage inhibit The AVR should have a selector switch with OFF/Manual/Auto Should be of Numeric Design. The Relay shall be Designed to employ both Circulating Current Compensation

or Negative (Reverse) Reactance compounding to minimize circulating current for Parallel Transformer Operation.

Tap changer Maintenance, by maintaining Tap Operation count. Tap Changer Mechanism Failure.

Sufficient documentation in form of instruction manuals, drawings, technical characteristics and test certificates from international/national testing/standards laboratory of the country of manufacture shall be submitted with the tender to facilitate technical evaluation.

3.7.17PARALLEL OPERATION3.7.17.1 A scheme for operating this transformer in parallel with other similar units of different

rating shall be provided and wired in the marshalling kiosk (box) by the manufacturer ready for inter-phasing.

3.7.17.2 scheme shall maintain the transformers in stable parallel operation and limit circulating current to a minimum.

3.7.17.3 In the event of this transformer being disconnected from the system, its reconnection shall not result in its tap changer failing to operate automatically because of tapping discrepancy.

3.7.17.4 Suitable selector switch shall be provided, so that any one transformer of the group can at a time be selected as “Master”, “Follower” or “Independent”.

3.7.17.5 Necessary interlock blocking independent control when the units are in parallel shall be provided.

3.7.17.6 The scheme shall be such that only one transformer of a group can be selected as “Master”.

3.7.17.7 An out –of- step device shall be provided for each transformer which shall be arranged to prevent further tapchanging when transformers in a group operating in “Parallel control” are one tap out-of-step.

3.7.18MARSHALLING KIOSK (Box)The marshalling kiosk shall be of outdoor, IP 55, weatherproof, vermin-proof type with a hinged, lockable door fitted with a glass panel to facilitate reading of oil and winding temperature gauges without opening the door. The kiosk shall be mounted so that its window is approximately 1600mm above ground level; and shall accommodate at least the following items:-

a) Winding temperature indicator for both HV and MV with a maximum pointer drag hand type with a resetting knob and three separately adjustable mercury contacts for alarm, trip and operation of cooler control circuits as required.

b) Oil temperature indicator with a maximum pointer drag hand type with a resetting knob and two separately adjustable mercury contacts for alarm and trip.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 88 of 280

Page 89: Standard Tender Document

89SECTION IV: GENERAL CONDITIONS OF CONTRACT

c) Mechanical isolating switch for the incoming 3 phase, 4 wire, 415V 50Hz supply to the marshalling kiosk. 415 volts and 240 volts socket outlets (square pins) shall also be provided in the kiosk.

d) A mechanical isolating switch for the outgoing 3 phase 4-wire 415V 50Hz supply to the OLTC Motor drive unit.

e) Suitable starters for the cooling fan motors complete with thermal overload/single phase protection relay and normally-closed electrical auxiliary contacts for motor failure alarm/trip circuits.

f) A selector switch with ‘OFF’, ‘HAND’ and AUTO positions for cooling fan motorsg) An internal standard screw type illumination lamp and heater for the kiosk with

respective switches. The lamp shall be door switch operated.h) Wiring, fuses, links, terminal boards and cable glands for bottom entry of multicore

cablesi) Anti-condensation heater with a switch.j) Thermostat for anti-condensation heater control.k) Hygrostat for anti-condensation heater control.l) MCB control for each of the circuits.m) Phase sequence relay for detection of wrong phase rotation for the supply to the fans

and the OLTC Motor Drive Unit.Detailed technical details, drawings, and schematics shall be submitted with the tender documents for evaluation.

3.7.19AUXILIARY SUPPLIESEquipment shall be rated for the following auxiliary power supplies:(a) Cooler control circuits: 240 V, single phase, 50Hz(b) Tap changer control: 240 V, single phase, 50Hz(c) Cooling fan motors: 415 V, three phase, 50Hz(d) Tap changer motor: 415 V, three phase, 50Hz

3.7.20TRANSFORMER TANK AND TANK COVER3.7.20.1 The tank shall be constructed of mild steel plates of sufficient thickness and strength

and shall be complete with all accessories. It shall be designed so as to allow the complete transformer when filled with oil to be lifted by crane or jacks, transported by road, rail or on water without overstraining any joints and without causing subsequent leakage of oil.

3.7.20.2 The base of the tank shall be so designed that it shall be possible to move the complete transformer unit in any direction without injury when using rollers, and/or plates

3.7.20.3 The tank and its accessories shall be so designed as to prevent collecting or trapping of gases.Where this cannot be avoided, pipes shall be provided to vent the gas into the main expansion pipe. The vent shall have a minimum outside diameter of 19mm except for short pipes which may be 6.35mm minimum inside diameter.

3.7.20.4 All joints, other than those that may have to be broken shall be welded. Caulking of unsatisfactorily welded joints is forbidden.

3.7.20.5 The main tank body shall be pressure tested and a certificate issued by the national standards and testing laboratory ascertaining the soundness of all welded joints. A certified copy of the certificate shall be submitted with the tender for evaluation.

3.7.20.6 Tank shall be provided with lifting lugs suitable for lifting the complete transformer with oil. Furthermore, a minimum of four accessible jacking positions shall be provided to enable the complete transformer to be raised or lowered using jacks.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 89 of 280

Page 90: Standard Tender Document

90SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.20.7 The transformer tank and all attachments normally under oil shall be capable of withstanding full vacuum. The oil conservator shall withstand at least 35% full Vacuum.

3.7.20.8 Tank cover shall be of such a design and construction as to prevent accumulation of water and shall be bolted to the flange on the tank top to form a weatherproof joint.

3.7.20.9 Inspection openings shall be provided as necessary to give easy access to bushings, tapping switch and for testing or general inspection.

3.7.20.10 Tank cover and inspection covers shall be provided with suitable lifting arrangements. Inspection covers shall not weigh more than 25 kg apiece.

3.7.20.11 The tank cover shall be fitted with isolated pockets for oil and winding temperature instrument bulbs. Protection shall be provided where necessary for each capillary tube. The pocket shall be fitted with a captive screwed cap to prevent the ingress of water. Detailed drawings shall be provided.

3.7.20.12 The pocket shall be located in a position of maximum oil temperature at continuous maximum rating and it shall be possible to insert and remove the instrument bulbs without lowering the oil in the tank.

3.7.20.13 Gaskets for weather and oil-tight joint faces shall be of synthetic rubber-and-cork composition and shall have a minimum thickness of 5mm, except that where jointing faces are precision-machined thinner gaskets may be used.

3.7.21PAINT WORKCleaning and painting shall be in accordance with the following requirements. Any deviations in methodology shall be stated and may only be those that will produce demonstrably superior results.A test report issued by the national standards and testing laboratory shall be produced at the time of acceptance testing of the transformer.

3.7.21.1 Tanks and Accessories(a) External and internal surfaces of all transformer tanks and chambers and other

fabricated steel items shall be cleaned of scale, rust and surface dirt by blast cleaning or other suitable approved method. After cleaning, these surfaces should be immediately covered with paint.

(b) The exterior shall be thoroughly cleaned by shot blasting or other approved method and given priming coat followed by two coats of contrasting colours of durable weather-resisting paint. The final coat shall be high gloss of shade No. 632 (Admiralty Grey) according to BS 381C.

(c) The interior of all transformer tanks and other oil-filled chambers shall be cleaned of all scale and rust by shot blasting or other approved method. Hot oil resistant varnish on white synthetic enamel/proxy paint is to be used for painting the inside of all oil filled chambers, including transformer tanks. The final coat shall be of a light-coloured anti-condensation finish.

3.7.21.2 Radiators(a) Radiators shall be thoroughly degreased and treated externally by phospating

and/or other rust-inhibiting process.(b) Radiators shall be flood-painted with a primer and two coats of durable weather

and oil resisting paint. The final external coat shall be high gloss of shade No. 632 (Admiralty Grey) according to BS 381C. The total paint thickness shall not be less than 80μm at any point.

3.7.22COOLING SYSTEM3.7.22.1 Radiators shall be supplied in banks as suitable. Each bank shall be fitted with gate

valves with legible labelling for OPEN/CLOSED positions and used for full isolation from the main tank. Each radiator shall have a top and bottom isolating butterfly valve. The radiator design shall exclude accumulation of rainwater.

3.7.22.2 Radiator banks shall be mounted directly to the transformer main tank for best use of space.

3.7.22.3 Each radiator shall have a bleeding facility (to allow escape of air) on top.KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 90 of 280

Page 91: Standard Tender Document

91SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.7.22.4 Separately mounted a-c motor driven fans fitted with wire mesh guards shall be provided for the radiators. The fan motors shall be totally enclosed, weatherproof, outdoor type suitable for continuous operation and shall be fitted with terminal boxes and glands to accommodate multicore electric supply cables. Technical details of the fan motor shall be supplied with the tender.

3.7.22.5 Suitable starters, protection/warning devices, contactors and switches for the motors shall be provided as stipulated in clause 2.3.3 above.

3.7.22.6 Suitable lifting lugs shall be provided for removal and assembly of radiators.3.7.22.7 The complete cooling system and the fittings shall be fully co-ordinated. Where

necessary, the cooling fan motors shall be fired in designed groups and in such sequence as to achieve the desired control at maximum efficiency and safety.

3.7.23FITTINGS3.7.23.1 Conservator

The transformer shall be provided with a conservator having a filling orifice, an isolating valve, a drain valve and a cobalt free dehydrating breather (with oil seal) which shall be accessible from ground level. The drain pipe shall be located at the lowest point in the conservator in its final installed position and welded such that it can drain all the sludge in the conservator.The conservator shall be partitioned proportionately to separate the main tank oil and the tap changer oil. Each compartment to be fitted with a breather and an oil level indicator with electrical contacts for alarms. The conservator complete with drain valve shall be in such a position as not to obstruct the electrical connections to the transformer. An oil gauge shall be provided at one end of the conservator marked with oil levels that can be read by a person standing on the ground. Expansion joints may be provided in the inlet and outlet pipes to the transformer as necessary.

3.7.23.2 Gas and Oil Actuated Relay (Transformer main tank)Transformers shall be provided with a gas and oil actuated relay (Buchholz relay) of double float type with tripping contacts to detect accumulation of gas and sudden changes of oil pressure. Shut off valves and flange couplings shall be provided to facilitate easy removal of the relay without lowering oil level in the main tank. A bleed valve for gas venting, a test valve and a terminal box suitably wired to the marshalling kiosk shall also be provided. The gas venting pipe shall be brought down to a height reachable from ground level and shall be fitted with a gas sampling device at the end. Provision should be made on the relay for simulation of gas and oil surge for testing purposes.

3.7.23.3 Gas and Oil Actuated Relay (Tap changer compartment)Tap changer compartment shall be provided with a gas and oil actuated relay (Buchholz relay) of double float type with tripping contacts to detect accumulation of gas and sudden changes of oil pressure. Shut off valves and flange couplings shall be provided to facilitate easy removal of the relay without lowering oil level in the tap changer compartment. A bleed valve for gas venting, a test valve and a terminal box suitably wired to the marshalling kiosk shall also be provided. The gas venting pipe shall be brought down to a height reachable from ground level and shall be fitted with a gas sampling device at the end. Provision should be made on the relay for simulation of gas and oil surge for testing purposes.

3.7.23.4 Pressure Relief DeviceA pressure relief device shall be provided for the main tank, complete with trip contacts suitably wired to the marshalling kiosk. The device shall be resettable after an operation. Details of the device shall be submitted with the offer.

3.7.23.5 Winding Temperature Indicator(a) The transformer shall be provided with winding temperature indicator, maximum

indicator and associated current transformer. The temperature indicator shall have a scale ranging from 20°C to 150°C, preferably uniformly divided and its

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 91 of 280

Page 92: Standard Tender Document

92SECTION IV: GENERAL CONDITIONS OF CONTRACT

type to be stated in the bid. The indicator shall have two sets of independently adjustable contacts as follows:

(i) Alarm Adjustable setting: 70°C to 150°CFixed differential: Not more than 5°C

(ii) Trip Adjustable setting: 70° to 150°CFixed differential: Not more than 5°C

(b) All contacts shall be adjustable to a scale and shall be accessible on removal of the cover for dial type devices. For purposes of (i) and (ii) above, the contacts shall be suitable for making or breaking 150VA between the limits of 30 and 250 V a.c. or d.c., and making 500 VA between the limits of the 110 and 250 V d.c.

(c) Isolating and test links shall be provided in a control cubicle to allow for measuring the oil temperature and testing the heater coil.

(d) The current transformer providing winding temperature indication shall be located at the discretion of the manufacturer, in the best position for the duty.

(e) Calibration of indicator shall be related to the winding having the maximum temperature rise.

(f) If the value on the winding temperature indicator varies by more than 3°C from the values derived from the tests specified in clause 5, then adjustments shall be made to the equipment to achieve these limits.

3.7.23.6 Oil Temperature IndicatorTransformers shall be provided with an oil temperature indicator with a maximum pointer and contacts for alarm and trip signals, similar to winding temperature indicator above.

3.7.24ACCESSORIES

The following shall be provided:3.7.24.1 Valves with blank flanges fitted at the top and bottom for oil filtration purposes,

having the following features:(a) The valve located at the bottom of the tank shall also be suitable for draining oil from the transformer tank.(b) All valves shall close with a clockwise rotation. The main inlet and outlet valves shall be provided with “open” and “closed” position indicators, visible from ground level.(c) All valves shall have provision for padlocking in the open and closed position for operation purposes. The hole for the padlock shall have a clearance of not less than 8mm and not more than 10mm. Locking pin shall be of anti-rattle design to limit noise emissions. The locking padlocks shall be provided.(d) Closed/Open positions of all valves must be clearly marked.

3.7.24.2 Oil sampling device appropriately located to obtain samples of transformer oil from the top and bottom of the tank.

3.7.24.3 Two earthing terminals located at diagonally opposite corners of the tank.3.7.24.4 Air release valves or plugs for the main tank, suitably located.3.7.24.5 Non-deteriorating detailed diagram and rating plates.3.7.24.6 Other Fittings/accessories

Diagram platePlate of valves and oil piping.Motor drive electrical and protection diagram.Cooling control electrical and protection diagram.Electrical scheme for operating this in parallel with other similar units.Detailed list of the transformer equipment & fittings including their drawings, brochures & instruction manuals.Shipping dataDetailed erection, installation, operation and maintenance manuals in English language.Testing Plan.Impact recorder for the whole duration of transit and a report provided afterwards.2 Sets of keys for padlocking devices.(all control boxes as well as valves to be padlocked)

3.7.25TRANSFORMER OIL

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 92 of 280

Page 93: Standard Tender Document

93SECTION IV: GENERAL CONDITIONS OF CONTRACT

The transformer and all associated oil immersed equipment shall be supplied oil filled. The oil shall comply with all the requirements of IEC 296 (class 1: un-inhibited oil). Tenderer shall provide the chemical composition and properties of the oil and the replacement cycle over the expected life of the transformer.

3.7.26CAPITALIZATION3.7.26.1 Transformer losses shall be capitalized at the following rates to facilitate

evaluation and comparison of tenders.Load (copper) losses US$ 2577 per kWNo load (Iron) losses US$ 4339 per kWNB:- Where tenders are being compared, losses will be capitalized at the above rate and added to the bid evaluated price of the transformer.

3.7.27QUALITY MANAGEMENT SYSTEM3.7.27.1 The supplier shall include a quality assurance programme (QAP) that will be used to

ensure that the transformer design, material, workmanship, tests, service capability, maintenance and documentation, will fulfil the requirements stated in the contract documents, standards, specifications and regulations. The QAP shall be based on and include relevant parts to fulfil the requirements of ISO 9001:2000.

3.7.27.2 The Manufacturer’s Declaration of Conformity to reference standards and copies of quality management certifications including copy of valid ISO 9001: 2000 certificate shall be submitted with the tender for evaluation.

3.7.28TESTS AND INSPECTION3.7.28.1 The transformer shall be inspected and tested in accordance with the requirements

of IEC 60076 and this specification. It shall be the responsibility of the manufacturer to perform or to have performed all the tests specified. Tenderers shall confirm the manufacturer’s capabilities in this regard when submitting tenders. Any limitations shall be clearly specified.

3.7.28.2 Certified true copies of previous Type Test Certificates and Type Test Reports issued by the relevant International or National Testing/ Standards Authority or ISO/IEC 17025/ILAC accredited laboratory shall be submitted with the offer for evaluation (all in English Language). A copy of the accreditation certificate for the laboratory shall also be submitted. Any translations of certificates and test reports into English language shall be signed and stamped by the Testing Authority.Copies of type test certificates and reports for the transformer to be submitted shall include:

Dielectric tests to IEC 60076 (Lightning Impulse and Power Frequency Withstand Tests).

Short circuit withstand test to IEC 60076. Temperature rise test to IEC 60076.

3.7.28.3 The transformer shall be subject to acceptance tests at the manufactures’ works before dispatch. Acceptance tests shall be witnessed by two Engineers appointed by The Kenya Ports Authority (KPA) and shall include the following:

3.7.28.4 Routine tests to IEC 60076 (to be done during acceptance testing at factory) Measurement of winding resistance Ratio test Vector group Separate source voltage withstand test Induced over-voltage Insulation resistance Oil leakage test on fully assembled transformer for 12 hours Measurement of impedance voltage Magnetic balance Measurement of no-load loss and current Measurement of load loss (at normal & extreme taps)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 93 of 280

Page 94: Standard Tender Document

94SECTION IV: GENERAL CONDITIONS OF CONTRACT

Tests on on-load tap-changer Tests on on-load tap-changer remote control panel Efficiency at 50%, 75%, 100% loading at unity p.f and rated terminal voltage

(Corrected to 75°C) Lightning impulse withstand test

3.7.28.5 Type Tests to IEC 60076 (to be done during acceptance testing at factory)Temperature rise test – To be performed on the two units during acceptance testing.

3.7.28.6 Additional tests (to be done during acceptance testing at factory) Measurement of power taken by the fans Insulation dissipation factor Condenser bushing capacitance and tan delta DGA (dissolved gas analysis) of the insulating oil.- To be performed before

and after temperature rise test Acoustic and sound level Sweep Frequency Response Analysis Insulation tests on the auxiliary wiring in the marshalling boxes Measurement of zero sequence impedance Measurement of harmonics no-load current CT ratio and polarity Measurement of zero phase sequence impedance Paint thickness Tank pressure test

3.7.28.7 Testing FacilityThe manufacture shall provide current e-mail address, fax and telephone numbers and contact person at the International or National Standards and Testing Facility of the country where the transformer is manufactured and tested.

3.7.28.8 Test reports for each transformer (including its individual components) shall be submitted to The Kenya Ports Authority for approval before shipment.

3.7.28.9 On receipt of the transformer KPA will inspect it and may perform or have performed any of the relevant tests in order to verify compliance with the specification. The manufacturer shall replace/rectify without charge to KPA, equipment which upon examination, test or use fail to meet any or all of the requirements in the specification.

3.7.29MARKING, LABELLING AND PACKING3.7.29.1 The transformer and associated components shall be packed in a manner as to

protect it from any damage in transportation and handling.3.7.29.2 Each assembly and package of items associated with the transformer shall be suitably

marked.3.7.29.3 In addition to markings and labels required elsewhere in the specification, each

equipment and component shall be marked in accordance with the relevant IEC standard. Each transformer shall be provided with a rating plate of weatherproof material, fitted in a visible position, showing the appropriate details listed in IEC 60076. The entries on the plate shall be indelibly marked (either by etching, engraving or stamping).

3.7.29.4 In addition, the name plate shall include load and no load losses for the highest, lowest and principle tap positions, temperature class of insulation, connection diagram and the inscription ‘PROPERTY OF KPA.' all marked indelibly.

3.7.30TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 94 of 280

Page 95: Standard Tender Document

95SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.8 SUB STATION LOCAL TRANSFORMER3.8.1 SCOPE

This specification is for a 200kVA, 11000/433 volts three phase distribution transformer for substation auxiliary supply.A changeover control panel shall be installed in the control room to enable supply changeover from either of the station transformer to the distribution boards.

3.8.2 GENERAL3.8.2.1The transformer shall be outdoor, oil immersed core type and shall be manufactured

and tested as per IEC 76.3.8.2.2 The complete transformer shall be painted and the final colour shall be Dark Admiralty

Grey colour No.632 as per BS 381C. The inside of the tank shall be coated with oil resisting varnish or paint so that oil cannot come into contact with tank or metal at any point.

3.8.2.3The 200kVA transformers shall be fitted with skids and provided with 40.0mm diameter axle hole for jacking lugs and suitable for concrete plinth mounting.

3.8.3 CONSTRUCTION3.8.3.1The transformer tank shall be constructed of corrugated mild steel plates fabricated by

pressing or rolling.The transformer tank shall be sealed by means of suitable gasket or welding and be fitted with dial type thermometer and earth terminals.

3.8.3.2The cores shall be constructed of high quality low loss grain oriented electrical steel laminations. The design shall ensure no hot sections due to overfluxing or circulating currents. The flux density at any point shall not exceed 1.65 tesla.

3.8.3.3The windings shall be of electrolytic copper wires capable of sustaining short circuit forces on the transformer.

3.8.3.4 The high voltage winding shall have tappings at ±2 X 2.5% operated by an off-circuit switch with marked position indicators.

3.8.3.5 The three-phase transformer shall be wound to IEC vector reference Dyn11.3.8.3.6 Outdoor weatherproof bushings, provided with screwed stem and nuts shall be

mounted on the tank cover, arranged to be changed without opening transformer. The high voltage bushing shall be fitted with adjustable double-gap arcing horns set at 2 X 55mm gaps.The minimum creepage distance of the bushing shall not be less than 990mm for 11kV.

3.8.3.7Cooling of the transformer shall be by natural circulation of oil and natural circulation of air (ONAN).

3.8.3.8 The transformer shall be filled with oil as per IEC 296.3.8.3.9 The transformer shall be provided with a metallic name plate giving the required rating

and other particulars.3.8.4 STANDARD SIZES

The standard size for the Substation local supply transformers shall be 200kVA; three phase 11000/433 Volts.

3.8.5 RATINGS3.8.5.1The transformer shall be capable of carrying its full normal rated current continuously

under the tropical conditions stated, and at any tappings without the temperature rise in the hottest region exceeding 60°C and 65°C in oil and winding respectively.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 95 of 280

Page 96: Standard Tender Document

96SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.8.5.2 Transformer shall be capable for sustaining a three-phase symmetrical short circuit on the low voltage side with power maintained on the high voltage side without damage or distress for 2 seconds.

3.8.5.3 The impedance voltage measured at the normal tap shall not exceed the value indicated in the following table.

RATING (kVA) PHASE HIGHEST SYSTEM VOLTAGE (kV)

Maximum % IMPEDANCE

200 3 12 4.0

The guaranteed losses shall be as indicated in the following tables, subject to a tolerance of 10% on total losses.

RATING (kVA) PHASE HIGHEST SYSTEM VOLTAGE (kV)

NO LOAD LOSSES $/kW

FULL LOAD LOSSES $/kW

200 3 12 2577 4339

NB:- Where tenders are being compared, losses will be capitalized at the above rate and added to the bid evaluated price of the transformer.3.8.6 TESTS3.8.6.1Type and routine tests shall be carried out as per IEC 76.3.8.6.2All transformers shall be subjected to inspection and routine tests.3.8.6.3Test reports shall be completed for each transformer and made available after the tests

have been carried out.The following spare parts shall be supplied for the transformer:

1 – bushing of each type with conductor and terminals 1 – set of gaskets 1 – dial type thermometer.

All other accessories necessary for full installation and maintenance shall be provided for the Transformer.

3.8.7 TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.9 11kV UNIT SPECIFICATIONS (Refer to part B. of this section for the Technical Specifications for 11kV switchgear )

3.10 CONTROL, MEASURING AND PROTECTIVE RELAYING EQUIPMENT3.10.1SCOPE

This subsection covers the design, detailing, manufacture testing before shipments, packing, transport to site, erection and tests at the site of the following equipment:Set of Protective relays, controls and accessories for 132kV switchgear

3.10.2Requirements for DesignThe equipment for the control system shall be highly reliable, durable and suitable for continuous operation.The equipment shall be designed to be fail – safe for the possible failure of any major circuit during the operation and shall provide a safe guard against possible surges, fail – safe against disrupted surges against disrupted signals due to outside interference that

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 96 of 280

Page 97: Standard Tender Document

97SECTION IV: GENERAL CONDITIONS OF CONTRACT

would normally be associated with the cable communication lines and any other provisions necessary for the efficient operation of the equipment.All instrument scales, coils, relay contacts and other features shall be suitable for the apparatus controlled or the purpose intended.The control and relay panels provided under this subsection shall be located in the control rooms of the substation.It shall be the contractor’s responsibility to properly design the electrical control, protective relaying, alarm and indication schemes related to all equipment to be provided under this contract and to co-ordinate with the existing control and relaying system.The Contractor shall prepare arrangement and detailed drawings, equipment lists and wiring diagrams based on the requirements for meters, relays, control switches, indicating lamps and other devices including those to be supplied under other subsections.

3.10.3Protection and AlarmGeneralProtection against electrical faults and abnormal conditions on 132kV switchgear shall be conducted by the protective relays and switches.

3.11 ELECTRICAL PROTECTIVE RELAYS AND PANELS3.11.1General

The electrical Measuring protective relays for the 132 kV line shall be of Numeric Design type suitable for operation with the current transformer secondary of 1A and the voltage transformer secondary of 110V, as shown on the single line diagrams.Auxiliary relays of Static or ELECTROMECHANICAL DESIGN are acceptable.The protective relays and their auxiliary relays shall operate successfully for any value of the DC supply voltage between 85% and 120% of the rated voltage of 110V without exceeding the temperature rise limits for the operating coils.The protective relays and necessary auxiliaries shall be housed in the metal – enclosed cubicle.Each protective relay shall be of the flush mounted, back connected, dustproof switch board type with rectangular case. Each relay shall have a removable transparent cover or cover with a transparent window, with provision for sealing. It is preferred that each measuring relay shall be of a withdrawable type from the front of the panel with sliding contacts, without opening the current transformer secondary circuits, disturbing external circuits or requiring disconnection of leads on the rear of the panels. Each protective relay shall be equipped with a red operation indicator and contacts for operation on 110 Volt DC for each phase, and external, front operated, manual-resetting device.Each protective relay shall be equipped with adequate electrically independent contacts of adequate rating for trip and alarm functions. Test facilities shall be provided as an integral part of each protective Switchgear relay panel for testing of current and voltage transformer secondary circuits and trip circuit using secondary injection test equipment.

3.12 DETAILED SPECIFICATIONS FOR RELAYS, ENERGY METER, TRIP BATTERY & CHARGER.These specifications indicate the required performance characteristics.

3.12.1PROTECTION RELAYS.This must satisfy the requirements for distance, Three Phase Overcurrent and Earth Fault Relay and Sensitive Earth Fault Relay.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 97 of 280

Page 98: Standard Tender Document

98SECTION IV: GENERAL CONDITIONS OF CONTRACT

NB: See detailed specifications for each of the above protection functions, below.

Restricted Earth fault relay Relay must be of Numerical type Relay should reject harmonics produced by C.T saturation The offer should include the associated stabilising resistor and voltage

dependent resistor (metrosil) Current setting range 0.05-0.8In Operating time < 25ms at 5 times the setting

Three phase overcurrent and earth fault relayShould incorporate the following Features;

Relay must be of Numerical Type Current setting range for overcurrent relay 0.5In-2.4In Current setting range for earth fault relay 0.05In-0.8In I.D.M.T characteristics according to BS142 or IEC255 i.e. SI,VI,EI,LTI, including

definite time for the high-set Elements. Time setting multiplier 0.05 - 1.0 Broken conductor protection feature Negative sequence Protection Feature High set Element for both overcurrent and earth fault Protection, with a setting range of 1-30In. Thermal Protection Dedicated Breaker Fail Protection. Circuit Breaker Maintenance Fault records, Event Records and disturbance records. Configurable output relays with ability to output starting elements to control Tripping of

other upstream Protection relays. Drop off /pickup ratio >90% Low transient overreach < 10%

Earth Fault Relay.Should incorporate the following Features;

Relay must be of Numerical Type Current setting range 0.05In-0.8In I.D.M.T characteristics according to BS142 or IEC255 i.e. SI, VI, EI, LTI, including definite

time for the high-set Elements. Time setting multiplier 0.05 - 1.0 Highset Element with a setting range of 1-30In. Circuit Breaker Maintenance Fault records, Event Records and disturbance records. Configurable output relays with ability to output starting elements to control Tripping of

other upstream Protection relays. Drop off /pickup ratio >90% Low transient overreach < 10%

Sensitive Earth Fault Relay.Should incorporate the following Features;

Relay must be of Numerical Type Current setting range for earth fault relay 0.005In- 0.8In Definite time delay characteristic; setting range, 0- 30 Seconds. Circuit Breaker Maintenance Fault records, Event Records and disturbance records. Drop off /pickup ratio >90%

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 98 of 280

Page 99: Standard Tender Document

99SECTION IV: GENERAL CONDITIONS OF CONTRACT

Low transient overreach < 10%

Three- Phase Directional Overcurrent and Earth Fault Relay.Should incorporate the following Features;

Relay must be of Numerical design. Current setting range for overcurrent relay 0.5In-2.4In Current setting range for earth fault relay 0.05In-0.8In Quadrature connection for polarising voltage (Vn=110) Applicable on the LV side of a Dyn1 transformer High set Element, with a setting range of 1-32In The phase and earth directional elements should be individually selectable. I.D.M.T characteristics according to BS 142 or IEC 255 and Definite time characteristic The normal operating boundary shall be +/-90 degrees from relay characteristic angle

Relay sensitivity should be 1% of rated value of current and current polarising voltage at an angle equal to the relay characteristic angle.

Time setting multiplier 0.05 - 1.0 Broken conductor protection feature Negative sequence Protection Feature Highset Element for both overcurrent and earth fault Protection, with a setting range of

1-30In. Thermal Protection. Dedicated Breaker Fail Protection. Circuit Breaker Maintenance Incorporate Fault records, Event Records and disturbance records. Configurable output relays with ability to output starting elements to control Tripping of

other upstream Protection relays.

Trip relay High burden tripping relay, immune to capacitance discharge currents and leakage

currents At least 8 pairs of outputs contacts two of which should be normally closed (NC)

contacts Instantaneous operation, t <12ms Flag or target should be a red L.E.D or bulb and should be electrically reset

Trip circuit supervision Relay The relay should have the following features Continuous supervision of trip circuit for circuit breaker in both OPEN& CLOSE position Trip circuit fail - Red L.E.D Trip Circuit Healthy – Green L.E.D Contacts should be available to wired for annunciation and scada Two normally closed and three normally open output contacts NB: The relay L.E.Ds should be visible from the front of the panel without opening the

panel door(s).

Annunciator unit Should have Silence, Accept and Reset Accommodate 18 alarm Elements Relay output for audible alarm and self supervision Integrated event register to provide analysis of the latest five (5) events

Discrepancy switch for circuit breaker control At least 2 pairs of contacts for CB closing At least 2 pairs of contacts for CB tripping

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 99 of 280

Page 100: Standard Tender Document

100SECTION IV: GENERAL CONDITIONS OF CONTRACT

For operation up to 110 V dc

Semaphore for isolator and earth switch position indication Preferably with Red L.E.D for ON indication and Green L.E.D for OFF Indication.

Transducers: MW Transducer: Connection shall be 3-Phase 3or 4-Wire Inputs 110V AC and 1Amp Output shall be 0 - +/- 20 mA Auxiliary power supply shall be 110 V AC, separately connected. MVAr Transducer: Connection shall be 3-Phase 3 or 4-Wire Inputs 110V AC and 1Amp Output shall be 0 - +/- 20 mA Auxiliary power supply shall be 110 V AC, separately connected. Current Transducer: Input 0- 1Amp Output 0 – 20 mA Auxiliary power supply shall be 110 V AC iv)Voltage Transducer: Input 0- 110 Volts Output 0 – 20 mA

Auxiliary power supply shall be 110 V AC, separately connected.Breaker Failure Protection RelayThe breaker fail protection relay should have the following features:

Numeric design Circuit –breaker failure protection, single or three pole with or without current Three phase overcurrent detectors. Earth fault detector. 2 out of 4 check of current detectors Independently settable delay times for operation with and without current “No current” condition control using the circuit-breaker auxiliary contacts Two stage delay, hence two stages of operation Trip command input. Necessary logic to determine breaker fail condition. Operator keypad with display Display of line measured current values Serial Interface Annunciation and storage of previous events. Self monitoring Pole discrepancy Flush mounting LEDs to show phase and stage of operation.

Biased Differential protection for a two winding transformerThis should incorporate the following Features;

Relay Must be of Numerical design Pick up setting range, 0.1 to 0.5In Should incorporate a high-set Element with a setting range of up to 20In. Magnetising current inrush restraint Integral CT ratio compensation(0.1-2) and vector group compensation

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 100 of 280

Page 101: Standard Tender Document

101SECTION IV: GENERAL CONDITIONS OF CONTRACT

Measurement and indication on the MMI, of phase (HV&LV) ,differential and bias currents.

Storage of Fault records and Event records; the Fault flags should be accessible on the relay LCD screen without opening the relay cover.

Separate function that performs ovefluxing protection with alarm and trip functions. 5th harmonic restraint feature on the differential Element. Appropriate Dual Bias characteristic to ensure relay stability for heavy through faults Should incorporate a disturbance recorder feature. Red L.E.D to indicate Tripping Relay Self diagnostic and Alarm feature Ability to Latch output contacts to prevent Transformer re-energisation before carrying

out investigations.

Other specificationsi) TESTING FACILITIESSeparate Test facilities for each AC current, voltage and voltage transformer secondary circuit so as to give access for testing of each protective relay and its associated circuits. This may consist of either test terminals blocks for the front of the panel mounting with automatic short circuiting of the current secondary by means of movement of links from their normal operating position, or a relay test block mounted adjacent to each or any other suitable testing arrangement.Each current transformer circuit shall be earthed through a removable link at one point only. The common Protection trip and Alarm circuit for each Panel shall be provided with an isolation link to facilitate Testing and Breakdown Maintenance.ii) RELAYSAll measurement relays must be of Numeric design. Static relays can be offered where there are no equivalent relays of Numeric design.Electromechanical relays are acceptable only for use as Auxiliary relays and contactors, NOT as Measuring Relays.Relays contacts shall be suitable for making and breaking the maximum currents, which they may be required to control in normal service. Where contacts of the protective relays are unable to deal directly with the tripping currents, Auxiliary Trip relays shall be provided.Relays contacts shall make firmly without bounce and the whole of the relay mechanism shall be as far as possible unaffected by vibration or external magnetic fields.

Relays shall be provided with clearly inscribed labels describing their application and to include the (IEC) Device Function number. To minimize the effects of electrolysis, relay coils operating on DC shall be so connected that the coils are not continuously connected from the positive pole of the battery. Relays shall be suitable for operating on the station 110V DC supply without the use of dropping resistors or diodes.

The relay thermal rating should be such that the fault current clearance times on any combination of current and time multiplier setting shall not exceed the thermal withstand capability of the relay (Maximum Fault current=25 KA)The relays must be IEC 60255 and EMC 89/336/EEC compliant.iii) RELAY PROGRAMMING SOFTWARE AND CONNECTION CABLES:

Software must be provided for Programming and downloading Data for all Numerical Relays supplied. The software Users Guide shall also be supplied. The Numerical Relays will be equipped with an RS232 Communication Port on the front to facilitate connection to a Laptop. There shall be two extra ports on the back for communication to regional control and National control independently. The relevant communication cable, between the Relay and the Laptop shall also be provided (3 cables). Also communication facilities shall be provided on each Numerical Relay for Remote Interrogation and Programming of the Numerical Relays. The Relays will also

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 101 of 280

Page 102: Standard Tender Document

102SECTION IV: GENERAL CONDITIONS OF CONTRACT

have an MMI to facilitate manual Relay programming and Data access. Relay Operation due to system fault, shall be indicated by a RedL.E.D. and the fault details (flags) shall be displayed on the MMI. Both the RelayFault flags and Red L.E.D will be reset without opening the Relay Cover.

3.12.2ControlAny computer solution proposed shall be based on hardware and software well proven in HV installations. All data storage media shall be checked for internal faults and virus before delivery. All data and parameters specified to the individual distributed control units, shall be stored in a non-volatile memory so no local logic or information will be lost due to power supply failure.

Remote and Local ControlThe substations shall be provided with a microprocessor based substation control and signalling system (SCS). The system shall accommodate control, data acquisition, alarm handling and trend analysis. The figure below illustrates the main principles. However, the Employer wants to keep a conventional back up control facility with indication at bay level (local control). I.e. control of motorised breakers and switches, status indication of all breakers and switches, analogue or digital indication of measurands (I and Imax all phases),MW and MVAr) and alarm annunciation shall be presented by discrete components.The control of high and medium voltage circuit breakers, isolating switches and tap changers shall take place in a hierarchy with four levels as described in Project Specific Data Section.From each level one may block access from higher levels. The control units shall take auxiliary voltage form the station battery and be equipped with self-supervision systems giving alarm by internal faults.The system shall be fail-safe keeping all equipment in the last status by loss of communication to higher systems.The system shall be of the state-of-art based on IEC 61850 for operation under electrical conditions present in high-voltage substations, follow the latest engineering practice, and ensure long-term compatibility requirements and continuity of equipment supply and the safety of the operating staff.Maintenance, modification or extension of components may not cause a shut-down of the whole substation automation system. Self-monitoring of single components, modules and communication shall be incorporated to increase the availability and the reliability of the equipment and minimize maintenance.For safety and availability reasons the Substation Automation System shall be based on a decentralized architecture and on a concept of bay-oriented, distributed intelligence.Functions shall be decentralized, object-oriented and located as close as possible to the process. The main process information of the station shall be stored in distributed databases.The typical SA layout shall be structured in two levels, i.e. in a station and a bay level.To provide highest reliability the station HMI and the gateways shall work completely independent meaning retrieving the process data directly from the bay level devices.Mombasa Port 132kV Transmission line & substation project KPAAdditionally the gateway and the station HMI shall be configured fully redundant to ensure full functionality in case of single point of failure.The data concentrator and the station computer shall be connected to a redundant LAN.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 102 of 280

Page 103: Standard Tender Document

103SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.12.3Control StationsDistributed Control UnitsOutdoor switchgear shall have a control and relay panel in the control room with facilities for Local Control. The local control for indoor breakers can be located in the instrument cabinet.The protection and control functions can also be combined in one unit. Signals from protection equipment can alternatively be hardwired to bay control unit.The bay control unit shall handle position indications from circuit breakers, disconnectors, earthing switches and transformer tap changer. It shall control closing and opening of circuit breakers and receive time tag, store and display alarms and measurements.The position indication from the on load tap changer shall be taken from a potentiometer switch supplied and mounted on the transformer.The alarm handling capacity must be sufficient to handle all normal alarms from the switchgear, the protection, the transformer and the tap changer.All commands from the remote and supervisory control can be given to bay control unit, which execute the commands. Conventional interlocks should be retained.All microprocessor based control equipment such as bay control units shall be galvanic ally isolated from the environments outside panels, using opto couplers or interposing relays for signals, galvanic isolated measuring transducers for measurements and relays or contactors for commands.All data and parameters specified to the individual distributed control units, shall be stored in a non-volatile memory so no local logic or information will be lost due to power supply failure.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 103 of 280

Page 104: Standard Tender Document

104SECTION IV: GENERAL CONDITIONS OF CONTRACT

Editing and input of local data and parameters shall be performed locally by suitable programming equipment to be included in the supply. Preferably it should also be possible to edit any such local data at higher control level and download this information.

Interface with Supervisory Control and Data FacilitiesIn order to interface and achieve the desired functionality of the SCADA/EMS system, it should be noted that data concentrators at the substation shall be based on standard IEC 60870- 5-101 protocol. It should be noted that the following SCADA facilities shall be available from the substation.

Supervisory control of all circuit breakers and motorized line and bus bar isolators. Remote control of on-load tap changers.

Status Indications of all circuit breakers, isolators, positions of on-load tap changers and ‘local/remote’, ‘Automatic/ Manual’, Main/Follower mode of automatic voltage regulators where applicable. These shall be reported by exception, but system shall allow scan by demand.

Alarms; Bay alarms, Transformer alarms, Bus bar alarms, station alarms and warning shall be collected by the SCADA.

Measurements; bus bar voltages, frequency active & reactive power, 30, 48 & 110 V DC voltages and line currents.

Energy measurements, this shall be at interconnection points and feeders. Where data concentrators will capture and process data for transmission to the control

centres it is expected that the following functions shall be provided: Single command outputs, double command outputs for supervisory (on/off) control of

circuit breakers, isolators etc with check-before-execute function. Regulation command outputs e.g. raise/lower command outputs for transformer tap

changer control and set point transmission with validity check before execution. Single and double state digital inputs. Each status (open/closed) of two state devices

such as circuit breakers or isolator position should be acquired independent from each other and checked for validity. Undefined states like open and closed or neither open nor closed shall be alarmed with run-time monitoring adapted to the HV equipment operation parameters.

Transformer tap changer position indication should be processed as coded signals, by digital measurement input modules.

Analogue measured inputs with pre-processing including validity check, local limit supervision and measurement transmission on exception (only if a significant individually selectable change occurs).

Measurement transmission with a resolution of at least 10 bit plus sign as this is the most economical way to increase the overall accuracy of the measurements.

Metering pulse inputs for acquisition of energy values with internal storage to allow cyclic acquisition of meter readings.

Sequential event recording with time stamping of events (time stamp 10ms, resolution 1 ms)

Selectable priority levels for data acquisition to speed up the acquisition of circuit breaker status changes and important measurements.

The Contractor shall as part of his supply fill in I/O lists for each substation on the format specified by the SCADA supplier. The I/O lists will comprise the name tag, address tag (fitted to the SCADA Contractor's system of addressing the information), ASDU type in accordance with the agreed interoperability list and other information as required.

Protocols

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 104 of 280

Page 105: Standard Tender Document

105SECTION IV: GENERAL CONDITIONS OF CONTRACT

The Station Controller shall be set up for communication with the Control Centre over a serial interface with protocol IEC 60870-5-101 and network interface with protocol IEC 60870-5-101. Switching between the two must be allowed for at any time by changing software parameters.An international open and defined User Convention must be used (e.g. “Norwegian User Convention or similar) and the Contractor shall inform on which convention he intends to use.Internally between bay controllers and station controller the Contractor may use an open (not proprietary) protocol of his own choice. However, the station controller must be able to receive and transmit information from future extensions on an IEC 60870-5-101 protocol.CommunicationAll communication between bay units and between bay units and station controller/workstation shall be on a bus structure, preferably by fibre optic cable.Indicating and Metering Instruments and Metering Transducers (if used)Remote indication of measurands shall take place on the station controller’s VDU. Local instruments are used they shall be of the dial type which is easily legible, with black graduations and numerals on a white background. The instruments shall have a dimension of 96 x 96 mm. The error of the instruments shall be maximum 1.5% reckoned on the total length of the scale. All instruments shall be of a narrow frame type.Preferably the measurements shall be performed directly in the SCS or in the protection relays. However, if needed, the metering transducers (converters) shall be installed in the boards and shall be suitable for connection to the potential and current transformers. The cases shall be hermetically sealed against moisture and dust. Transducer output shall be an impressed DC current of 0-10 mA output. The maximum meter reading at the receiving end shall be equivalent to 30% overload of the source value. The permitted resistive load shall be Mat least 1000 ohms. The accuracy class shall be minimum 1%. The auxiliary voltage, if required (preferably not) shall be 110 V or 30 V DC. The W and VAr measurements shall be of the three-element (three-wattmeter) type when connected to primary systems with grounded neutral. W and VAr measurements for transmission lines, shall be such that the direction of the power flow is indicated by negative direction towards the substation and positive direction out of the substation. The voltage shall be measured phase-phase voltage, one reading is sufficient.The scale on the different types of instruments shall be proposed by the Contractor and be subject to approval by the Project Manager.Programming and Fault FindingEditing and input of local data and parameters shall be performed locally by suitable programming equipment to be included in the supply. Preferably it should also be possible to edit any such local data at higher control level and download this information.The programming equipment shall also be suitable for fault diagnostic.3.12.4THE ENERGY METERSPECIFICATIONS FOR CLASS 0.2S ELECTRONIC ENERGY METERS

1 The meters shall conform fully to IEC 687 for class 0.2S Energy Meters and any other relevant specifications.

2 The meters shall be programmable and relevant software and connection cable to laptop shall be provided. Meters complying with IEC 61334-4-4-1(DLMS Standard protocol) shall be preferred.

3 The meters shall have memory and be capable of storage of at least 12 months load profile and other data.

4 The meters shall be capable of bi-directional metering so as to record faithfully, both export and import quantities. The accuracy shall be as per IEC 687 in both directions.

5 The quantities to be displayed shall be determined by the user through use of software that shall be provided. The meters shall be configurable for use in three phase 3 /4-wire networks systems as follows:-

3x240/415 V, 10 (100) A3x240/415 V, /5 (1) A3x /110V, /5 (1) A

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 105 of 280

Page 106: Standard Tender Document

106SECTION IV: GENERAL CONDITIONS OF CONTRACT

6 The meters shall be usable on phase voltages of magnitudes ranging from 100V to 500V, 50 Hz. Meters shall be with voltage-surge protection that meets IEC 687 specifications.

7 The meters shall be for flush panel mounting8 The meters shall have a non-volatile memory so as to ensure no loss of data during

power failures. Security passwords and switches shall be provided to prevent unauthorized programming of the meter.

9 The meters shall be suitable for operation in any part of the Republic of Kenya where the climate varies largely from temperatures between -5 and 40 Degrees Celsius and relative humidity reaching 95% in some parts. Operating altitudes ranging from sea level to 2200 metres above sea level.

10 The meters shall support multi-tariff metering.11 The Meters shall incorporate instrumentation for the following measurands: MW, MVAR,

MVA, p.f., Phase Currents, Phase voltages and the angle between individual Phase Voltage and corresponding phase current. This measurands shall be visible on the Meter display.

12 The meters MUST have a capability of freezing billing readings on any selected date of the month.

13 The meters will measure maximum demand for MW, MVAR and MVA and these will be accessible on the Meter display. The Demand integration period will be programmable.

14 The CT and VT ratios shall be programmable.15 The meters shall have an accurate internal quartz controlled clock. It should be

possible to reset the clock without loss of billing data.16 The supplier shall show proof of ISO 9000 and ISO 14000 standards compliance.17 The meters shall be provided with adequate sealing facilities to prevent tampering.18 The nameplate and meter details shall be clearly marked using materials and colours

that are durable and indelible.19 In addition to requirements of IEC 687 the name-plate shall carry the following

particulars:(a) The inscription “The property of Kenya Ports Authority.”(b) Owner’s serial numbers as directed with a minimum 5mm figure height.(c) Year of manufacture.

20 The meter base cover shall be of non-metallic, non-hygroscopic, flame retardant, polished material having high impact-resilience and low dirt absorption properties.The front cover may be of translucent material with a clear transparent front.

21 The meter shall have a minimum of three sealing - provisions for the meter body, terminal cover and front cover (where applicable).

22 The meter terminal cover shall be the normal short length with provisions of easy bottom breakage for cable entry. The terminals shall be of bottom entry, and the arrangement shall be:-

L1 L 1: L2 L2: L3 L3: N orI1 V1 I1: I2 V2 I2: I3 V3 I3: N

23 The accuracy shall be Class 0.224 The meter errors shall comply with the requirement IEC 687 and shall be adjusted at

the manufacturer’s works to be within 0.2% between low and high load and shall exhibit good stability.

25 The meter shall have a warranty against any defects, which may develop due to faulty material, calibration, transportation or workmanship for a period of not less than eighteen months from the date of delivery. All defective meters shall be replaced at the supplier’s cost.

26 The following drawings and information shall be required with the tender:(a) Meter drawing giving all the relevant dimensions.(b) Wiring diagrams.(c) Description leaflet including details of programming of the meters(d) User’s and service manuals.

3.12.5BATTERIES & CHARGER (110 & 48 Volts)I) PROTECTION AND CONTROL BATTERIES.The Batteries should be Valve Regulated maintenance free with the following Specs:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 106 of 280

Page 107: Standard Tender Document

107SECTION IV: GENERAL CONDITIONS OF CONTRACT

1. Capacity 400 Ah at 10 hour discharge rate to 1.85V minimum @20°C.2. Cells should be complete with all corrosive resistant terminals, links fasteners and terminal

covers and cell record book and labels. Terminals also clearly indicated positive (+) and negative (-). Specifications data are to be attached to each cell.

3. 2.0 Volts nominal voltage per unit4. Cells should be capable of delivering 100% capacity at 20°C.

5. Container need not to be transparent.6. Each cell should be of robust construction all round, having fire and mechanical shock

resistant lid/cover assembly.7. Documentary evidence of the Design Service life at 20°C of the batteries must be attached.

Those under 12 years service life will not be considered.8. All cells of a bank should be of the same dimensions, weight, make,voltage and ampere

hour capacity.9. The Batteries to be used for protection and control in power stations whose standby

requirement is 10 hours minimum.10. The chargers to be used with the batteries are constant potential chargers.11. Supply should be accompanied by a set of detailed instruction manual on maintenance,

Design and operation in English and should include any special instructions. The manuals to include operational curves and data limits.

12. The Units should have low internal resistance which should be indicated in the manuals.13. The batteries should have low gas emission whose volume should be indicated in the

manual.14. A list of previous supply to power utilities with quantities for the same battery function

should be included in the tender as documentary proof.

II). BATTERY CHARGER 110 VOLTSTypeAutomatic constant voltage float/boost battery chargerInputi. Input Voltage – 240V Single phase +/- 13%ii. Frequency – 50 Hz +/- 5%.DC Outputi. Nominal – 110Vii. Current – 75A min.iii. Float setting – 129Viv. Boost setting – 156VDC Output Voltage Regulation (rms)i. Float mode: +/- 1%ii. Boost mode: +1%; -4%iii. For 0- 100% full load and within the input supply limitsiv. 7% of the battery capacityOperationi. Altitude: 0 – 100m a.s.lii. Temperature: 0 to 40°Ciii. Humidity: 20 – 90%iv. Natural air convectionFault Protectioni. AC mains input MCBii. DC output fuse for reverse polarity protectioniii. Automatic current-limiting into load fault conditionCurrent Limit

i. Set at 100% of full load current

Instrumentsi. DIN 72 flush mounting DC output ammeter scaled 0 – 75Aii. DIN 72 flush mounting DC voltmeter scaled 0 – 160Viii. DIN 72 flush mounting AC voltmeter scale 0 – 250 VControlsi. Illuminated AC on/off mains input MCB fitted on the front panelii. Manual float/boost selection switch fitted on the front panel

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 107 of 280

Page 108: Standard Tender Document

108SECTION IV: GENERAL CONDITIONS OF CONTRACT

iii. Alarm cancellation push buttonAlarmsi. Mains failureii. DC failureiii. Positive E/faultiv. Negative E/faultv. All the above to have LED indication fitted on the front panelDistributioni. At least 4 pairs of unfused terminals for the protection circuits.Generali. The charger should be of free standing typeii. Technical specifications data, and detailed instruction manual on erection, commissioning, operation, maintenance, trouble shooting, spares catalogue and including any special instructions shall be provided. The manual must be in English.

III) BATTERY CHARGER 48 VOLTSTypeAutomatic constant voltage float/boost battery chargerInputi. Input Voltage – 240V Single phase +/- 13%ii. Frequency – 50 Hz +/- 5%.DC Outputi. Nominal – 48Vii. Current – 45A min.iii. Float setting – 54Viv. Boost setting – 60VDC Output Voltage Regulation (RMS)i. Float mode: +/- 1%ii. Boost mode: +1%; -4%iii. For 0- 100% full load and within the input supply limitsiv. 7% of the battery capacityOperationi. Altitude: 0 – 1500m a.s.lii. Temperature: 0 to 40°Ciii. Humidity: 20 – 90%iv. Natural air convectionFault Protectioni. AC mains input MCBii. DC output fuse for reverse polarity protection

ii. Automatic current-limiting into load fault condition

Current Limiti. Set at 100% of full load currentInstrumentsi. DIN 72 flush mounting DC output ammeter scaled 0 – 55Aii. DIN 72 flush mounting DC voltmeter scaled 0 – 75Viii. DIN 72 flush mounting AC voltmeter scale 0 – 250 VControlsi. Illuminated AC on/off mains input MCB fitted on the front panelii. Manual float/boost selection switch fitted on the front paneliii. Alarm cancellation push buttonAlarmsi. Mains failureii. DC failureiii. Positive E/faultiv. Negative E/faultv. All the above to have LED indication fitted o the front panelDistributioni. At least 4 pairs of unfused terminals for the communication circuits.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 108 of 280

Page 109: Standard Tender Document

109SECTION IV: GENERAL CONDITIONS OF CONTRACT

Generaliii. The charger should be of free standing typeiv. Technical specifications data, and detailed instruction manual on erection, commissioning, operation, maintenance, trouble shooting, spares catalogue and including any special instructions should be provided. The manual must be in English.

3.12.6TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

3.13 TELECOMMUNICATION EQUIPMENTIt is proposed to have a 48 fibre OPGW on the line its associated Terminal equipment, RTU for SCADA and a telephone extension.

3.13.1OPGW, COMMUNICATION EQUIPMENT AND SCADA REQUIREMENTSThe Scope will include Supply and Installation of communications, telephones, teleprotection and SCADA equipment for the efficient supervision, control, operation and maintenance of the transmission system.

3.13.2SCOPE OF WORKThe Scope will include Supply and Installation of communications, telephones, teleprotection and SCADA equipment for the efficient supervision, control, operation and maintenance of the transmission system. Optical fibre communication link with its associated terminal equipment is required from the Kipevu Substation to the new Mombasa Port Substation. The contractor shall include detailed system design, manufacture, supply, installation, testing, commissioning, remedying of defects, maintaining the works during the defects liability period and any incidental work necessary for the proper completion of the work in accordance with this contract.FATs shall be carried out for fibre, OLTE and RTU as per cls 1.24. Training shall be carried out for RTU and SDH equipment.Detailed requirements are as follows:-System design – The system design and preparation of contractor's drawings to approval of the EngineerSupply and installation of fibre optic lead-in cables including mounting hardware and splicing.Supply and installation of lead in cables to the equipment terminalsSupply and installation of fibre optic terminal and multiplexingSupply and installation of supervisory management system and cabling to the relevant distribution frame(s)Supply and installation of DC power supplies to the new substation.Factory testing of the terminal equipment and supervisory prior to delivery.Testing and commissioning of the systems up to the terminal equipment and integration to existing SCADA system. The OLTEs shall be incorporated in the existing network management system.Multiplexed signals for permissive and direct inter-trips for the 132 circuits

3.13.3OPTICAL GROUND WIRE (OPGW)The transmission line earth wire integrating optical fibres shall be of design and construction to ensure long service with high economy and low maintenance costs. It shall be suitable in every respect for continuous operation at nominal parameters as well as in transient operating conditions under the climatic conditions peculiar to the site.The OPGW shall incorporate at least 48 optical fibres. The OPGW constitution shall be of stranded aluminum-clad steel (ACS) wires or Galvanized steel wires (GS). Other OPGW types are acceptable if the required performance characteristics are met.All materials used shall be of the best quality and workmanship, and shall be of the highest class throughout with the designs and dimensions of all parts such that the stresses to which the OPGW are subjected to shall not render them liable to distortion or damage under the most severe conditions encountered during installation as well as in service.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 109 of 280

Page 110: Standard Tender Document

110SECTION IV: GENERAL CONDITIONS OF CONTRACT

Special attention shall be paid to the OPGW stranding process to ensure the necessary tightness between different layers in order to avoid slippage or relative movement of strands or cage formation during stringingStranding tolerances as well as inspection and testing shall be as per IEC 61089 as far as applicable, and to the respective manufacturing standards.The OPGW manufacturer shall have ISO 9000 quality assurance system certified and shall prove a minimum experience in successful supply of similar OPGW in the last 5 years.The OPGW installation shall include all cable fittings (tension and suspension spirals, vibration dampers, earth connection etc.), joint boxes, termination boxes, fibre connectors and other accessories required for a complete working fibre link.

3.13.3.1 Optical fibre parameter and performance

The OPGW, access cables and underground cables shall have at least 48 (forty-eight) single mode optical fibres with following characteristics:

Transmission wavelength: 1310 nm and 1550 nm Mode field diameter: 9.0 to 11.5 micrometers (mm), including tolerances Optical cladding diameter: 125 mm ± 2.4% Cable Attenuation: not greater than 0.38 dB/km for every fibre in every drum at

optical wavelength of 1310 nm; and not greater than 0.25 dB/km for every fibre in every drum at optical wavelength of 1550 nm

Joint attenuation: not greater than 0.1 dB at optical wavelength of 1310 nm and not greater than 0.2 dB at 1550 nm for every fibre, measured on the fully installed joint

Total dispersion: not greater than 3.5 ps/km.nm at optical wavelength of 1310 nm and not greater than 19.0 ps/km.nm at optical wavelength of 1550 nm

Core numerical aperture: less than 0.23 Life span: greater than 30 years

The Contractor is required to supply a graph of attenuation versus wavelength over the range of 1200 nm to 1600 nmNo joints shall be allowed in any fibre in any drum length.Discontinuities will be acceptable if:

Less than 0.10 dB in magnitude measured at 1310 nm, and OTDR traces from both ends of the cable at 1310 and 1550 nm wavelength show

a difference of less than 0.05 dB/km for every fibre in every drum. Power Meter & Light source. The test shall be used to verify that the measured

loss is in average equal or less than the calculated link budget.

The Contractor shall state the refractive index of the optical fibres at 1310 nm and 1550 nm.

3.13.3.2 Splice BoxesThe OPGW shall generally be cut and jointed at angle towers, but not at all angle points. It shall be continuously strung with OPGW sections as long as possible. At all angle points the prescribed minimum bending radius shall be observed. If necessary, special tandem or multiple stringing blocks have to be used for stringing the OPGW at angle points.Bidders shall supply detailed information, including physical dimensions and weights, of joint, gantry and termination boxes that they propose using. Joint boxes shall be used to join sections of the OPGW together along the route.The joint boxes shall be of the 'hood' type with encapsulated cable entry and they shall be mounted within the framework of the transmission towers not less than 8 m above the base.Note: All fibre jointing and testing shall be carried out at ground level, after which the joint box shall be lifted into position and the cable loops carefully secured to the tower

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 110 of 280

Page 111: Standard Tender Document

111SECTION IV: GENERAL CONDITIONS OF CONTRACT

members in such a manner that there is no risk of damage to the cable from persons climbing the towers.

3.13.3.3 Cable AccessoriesContractors shall provide detailed specifications for all types of cable accessories (anchor and suspension spirals, vibration dampers, earth connections and clamps, etc.) used in the installation of the OPGW.Optical ground wire suspension and tension assemblies shall be based on pre-formed spiral armatures according to the OPGW cable manufacturer's specification so as to assure the required minimum bending radius of the ground wire and to avoid concentrations of mechanical stresses applied to the cable.The suspension assemblies (armor grip suspension) shall be based on helical rods made of high-tensile, corrosion-resistant aluminum alloy. For the tension assemblies the helical rods shall be of aluminum clad steel for the ACS type OPGW.It is understood that all other small parts, for instance for fixing the OPGW along the tower structure from the earth wire peak up to the OPGW joint box and cable accessories are supplied under the contract.The safety factors for the OPGW suspension and tension assemblies shall be at least equal to those prescribed for the earth wire as per VDE 0210.The manufacturer of the spiral armatures shall have experience of at least 5 years successful production of the offered type of fittings.Fibre standard ITU-T G.652 – D

3.13.4TERMINAL EQUIPMENTThe terminal equipment shall be the type SDH STM-1 optical terminal equipment.Communication equipment in Mombasa Port Substation:SDH (STM-1) multiplexer shall be installed in racks that are EMC compatible and suitable to work in HV system environments.The multiplexer shall be based on the SDH technology, working on the basic transmission BitRate of 155.520 Mbit/s (STM-1). It shall be in accordance with the latest ITU-T SDH recommendations such as: G.703, G.704, G774, G.783, G.784, G.785, G.811, G.812, G.813, G.823, G.825, G.826 and M.3010.The equipment shall be able to perform both, multiplexing and line terminating functions.The SDH Equipment (Terminal Equipment, Add/Drop Multiplex, Synchronous Digital Cross- Connect) to be offered shall meet the following requirements:

It shall have at least all the functions outlined in ITU-T G.783. The PDH electrical tributary interfaces to the SDH equipment shall conform to

ITU-T G.703. The SDH electrical and optical interfaces shall conform to ITU-T G.703 and G.957. The cross-connect offered shall be capable of providing non-blocking connection

between virtual containers. The Optical Power to be offered shall be such that under normal operating condition,

the BER of the system at the receiver is better than 1x10-10. Error performance versus the receive signal shall be verified during the factory acceptance tests.

The multiplex structure shall conform to ITU-T G.707. Details of the Multiplex structure for the offered equipment including the usage of the overhead bits shall be detailed with the offer.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 111 of 280

Page 112: Standard Tender Document

112SECTION IV: GENERAL CONDITIONS OF CONTRACT

The synchronous optical interface protection shall be achieved by having 1+1 protection.The laser shall automatically cut-off when the link is disturbed. Redundant cross connect, where failure on either one shall not cause link outage, and path protection on the traffic interface and the 2 Mbit/s levels shall also be provided.Timing and synchronization shall conform to ITU-T G. 783, G.811, G.812 and G.813.Timing references, number of timing references available, switching time to a different timing reference, type and level of clocks shall be stated in the offer.The equipment shall automatically switch to another clock if the reference timing is lost and automatically revert back upon restoration. The accuracy of the internal clock as well as the details of the clock signal distribution shall also be stated in the offer.The equipment shall be capable of diverting timing references between the STM-1, 2 Mbit/s and a G.703 tributary interfaces.The SDH equipment shall be wired for the full STM-1 capacity, however equipped under the scope of this specification to receive at least four (4) PCM tributaries as specified below.However, if higher PDH signals other than the 2 Mbit/s are required to be routed through, the same shall be possible just by adding the respective interface cards and no extra wiring needed.It shall have 2 Mbit/s outputs where it can directly be connected to digital telephone exchanges or teleprotection equipment.The jitter and wander tolerance for PDH and SDH interfaces shall conform to ITU-T G.823 and G.825. Jitter and wander characteristics of SDH multiplex and line equipment shall conform to ITU-T G.783.The Contractor shall submit the details of the power budget calculations stating the following (based on 0.25 dB/km optical fibre attenuation at 1550 nm): Transmitter Power Minimum receive Signal @ BER 1x10-10 Connector Loss Repair Splice Loss Power Penalty (Chromatic dispersion and LD reflection Loss) Maintenance Margin (> 2dB) Other Loss System Margin The SDH equipment to be offered shall provide the followings: A data communication channel to the Telecommunication Management Network, in

accordance with ITU-T G.773 for the purpose of integration of the new equipment into the Telecommunication Network Management System.

A Craft interface in accordance with ITU-T G.773 to allow a local terminal to access the network element.

An engineer order–wire which shall have conference and selective calling features. Performance monitoring in accordance with ITU-T G.784 and G.826. Optical safety as per ITU-T G.783.

The alarm functions shall include but not limited to: Alarms classified as critical, major, minor, and information. Indications of loss of incoming signal. Visual and audible indication of alarms. Test function of alarm indicators to ensure workability of alarm indicators.

Alarm functions shall be detailed by the Contractor, e.g. if implemented in Telecommunication Network Management System.Test functions of the equipment shall include as a minimum:

Transmit output Receive Sensitivity

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 112 of 280

Page 113: Standard Tender Document

113SECTION IV: GENERAL CONDITIONS OF CONTRACT

BER Protection switching Engineer Order-wire Alarms Supply Voltages Test loops

The Contractor shall give details of all other functions available on the equipment / system.The equipment shall have a proven record by submitting a reference list, that it has been installed and operated in similar environment.

The power supply voltage and range shall comply with the characteristics of the DC system, the rated voltage being 48 Volt DC ±15.SCADA and voice communications, including all necessary interface cards. This will provide for new protection. SCADA and voice signals installed under this project as well as any existing services which the client required to be carried on the optical fibre.

Lead in cable shall be provided at the new Substation to connect the OPGW to the terminal equipment.DC power supplies will be provided at the new substation.Optical Distribution Flames (ODF)Each Optical Line Terminal Equipment (OLTE) or SDH multiplexer shall include an optical distribution frame, installed in a own wall mounted fixed cubicle.Assignment between station fibre cable and OLTE's shall be made by using patch cords between the termination box and the optic distribution frame. Capacity of the optic distribution frame shall allow free assignment between each individual fibre of the station fibre optic cables and the relevant optical I/O ports of the OLTE's.The optic distribution frame shall be equipped with low loss optical connectors (< 0.3 Db including the loss in the bulk head, loss in the connector splice & the loss in the pig tail) of the screw-on type. Auxiliary connectors shall be provided to facilitate testing and maintenance of the fibres/equipment. All spare fibres shall be properly terminated and spliced on connectors of the same type within the frame.

3.13.5SPEECH EQUIPMENTIt’s proposed to connect two remote extensions from this exchange to each of the new substation through the proposed communication Link. Seller shall provide the Telephone sets at the new substations

3.13.6REMOTE TERMINAL UNITSRemote Terminal Units (RTUs) shall be installed at the new substation, purposes of Control/supervisory of the substation. New RTUs shall be equipped with a 25% spare capacity.The following signals if available, shall be collected via SCADAControl of circuit breakers and isolators Supervisory control of all 132 kV, Circuit Breakers (CBs) Supervisory control of all

132 kV motorised line and busbar isolators.Voltage control / voltage regulation: Remote control of all on-load tap changers for all 132/11 kV transformers

Status Indications: Status indication of 132 kV circuit breakers at substations equipped with RTUs. For

acquisition of and 132 kV CB status indications the auxiliary contracts of only one pole shall be wired for CB closed position and for open position. · Status indication of all 132 kV and line and busbar isolators Position indication of on-load tap changers of 132/11 kV transformers,

Status indication of "Local / Remote", "Automatic / Manual" and "Master / Follower" mode of automatic voltage regulators where applicable

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 113 of 280

Page 114: Standard Tender Document

114SECTION IV: GENERAL CONDITIONS OF CONTRACT

Alarms:Bay Alarms: For each bay, the following protection signals shall be acquired individually if available:

"Main Protection 1 Trip" (MP1) "Main Protection 2 Trip" (MP2) "Backup Protection Trip" (BPT) "Permissive Trip Signal A Send" (PAS) "Permissive Trip Signal A Received" (PAR) "Permissive Trip Signal B Send" (PBS) "Permissive Trip Signal B Received" (PBR) "Blocking Signal Send" (BSS) "Blocking Signal Received" (BSR) "Direct Transfer Trip Send" (DTS) "Direct Transfer Trip Received" (DTR) "PT Fail A" (PTA) "PT Fail B" (PTB) "Trip Circuit Faulty" (TCF) "Protection A Faulty" (PAF) "Protection B Faulty" (PBF) "SF6 Low 1st Step (SF1) "SF6 Low 2nd Step (SF2) "CB Failure Protection Operated" (FPO) "CB Spring Charging Failure" (SCF) "Local Control Position of Selector Switch" (LCP) "CB Pole discrepancy protection" (CBD)

Depending on the type of bay (line, transformer, bus coupler), the voltage level and the respective protection philosophy, the Main and Back-up Protection Alarms may be a "Distance Protection 1 trip", "Distance Protection 2 trip", "Differential Protection trip", "Overcurrent Protection trip", "Overload protection trip", "Directional earth fault protection trip" etc.Other alarms generated for the individual bays or circuit breakers shall be grouped at the station level and then transmitted to the respective Control Centre· "Circuit Breaker Faulty" (CBF) as one common (grouped) alarm for other failures that do affect the operation of the circuit breaker and need immediate attention / repair. · "Bay faulty" (BFY) as one common (grouped) alarm for all other failures that do not affect the operation of the circuit breaker.

Transformer alarms: "Temperature Alarm" (TTA) oil and winding temperature as grouped alarm "Temperature Trip" (TTT) oil and winding temperature as grouped alarm· "Buchholz

Alarm" (TBA) tank and OLTC as grouped alarm "Buchholz Trip" (TBT) tank and OLTC as grouped alarm "Transformer Oil Level (Low and High)" (TOL) "Transformer Cooling fan Trouble" (TCT) "Transformer Bank out of Step" (TBS) "Transformer Bank Independent" (TBI) "Transformer OLTC Control/Supply Failure" (TCC) "Transformer OLTC Loss of Sensing to HS" (TCS) "General Alarm" (TGA) all other alarms except the above as one grouped alarm "General Trip" (TGT) all other trip signals except the above as one grouped alarm

Busbars Alarms: Busbar differential protection trip (BDT) Busbar voltage status (BVS)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 114 of 280

Page 115: Standard Tender Document

115SECTION IV: GENERAL CONDITIONS OF CONTRACT

Busbar supervision operated

Station alarms and warnings: 110 V DC alarm (DA1) 110 V Battery Charger Trouble (BCT) 48 V DC alarm 48 V Battery Charger B Trouble Protection Panel Under voltage (PPU) Protection Panel DC Supply Trip (PPS) Auxiliary supply fault (AUX) Smoke detected in Control room (SCR) Station Control Disabled (SCD) RTU alarm (RTU) Communication alarm (COM)

The RTU shall be synchronised by use of a GPS.The new RTU shall be programmable, with real time clock, synchronised by an external source, process Input and Output (I/O) modules, CPU, memory and data transmission equipment.The new RTU to be supplied and installed under the project shall provide at least the following functions: single command outputs, double command outputs regulation command outputs e.g. raise/lower command outputs for transformer tap

changer control analog setpoint transmission and output single, double and multiple state digital inputs analogue measured inputs metering pulse inputs for acquisition of energy meter values Sequential Event Recording (SER) with time stamping of events at the RTU RTU time synchronization self testing and diagnostic functions for detection and reporting of any error automatic re-starting function

Mombasa Port 132kV Transmission line & substation project KPA database and parameter setting by menu-controlled dialogues from a local PC and

remotely from the corresponding control centre with downloading function.

Bidders shall with their offer inform about the different types of data transmission protocols available and for the proposed type of RTU.Telecontrols

The RTU shall have the capability for the SCADA system master station to select and control specified power system devices. The following power system devices will be controlled by the RTU: two-state devices such as circuit breakers and isolators multi-state devices such as transformer tap changers

TelecommandsThe RTU shall ensure that only the correct output is selected for two state devices before command execution.Operation of control outputs shall be via a select-check-execute command sequence.The control sequence shall include the following:

The SCADA system shall transmit a command message addressing the proper RTU and the control point within the RTU, and indicate the control action desired.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 115 of 280

Page 116: Standard Tender Document

116SECTION IV: GENERAL CONDITIONS OF CONTRACT

The RTU shall initialize its control logic, reassemble the command message, and transmit the reassembled message to the SCADA system. The message sent to the SCADA system shall be generated by the RTU's point selection logic.

The SCADA system shall check the returned message for validity and, if valid, shall issue an execute command to the RTU.

The RTU shall operate the control point selected only after the execute command has been received.

The control action shall be executed only if the select-check-execute sequence is performed without error or interruption. The RTU shall reset its control logic upon any error in the sequence or if the execute command is not received within a pre-defined time after the command message is received at the RTU.The impedance of the output circuit shall be measured to detect jammed contacts.The point selection logic for the control output shall be designed to preclude operation of an unselected output under single component failure conditions. That is, no single component shall be capable of selecting and operating an output point by itself.In no case, any unwanted telecommand shall be given to the process in case of an RTU power failure.The RTU communications protocol shall also support "immediate execute" contact outputs (where an operation can be commanded without the validity check and execute message exchange) for control output types such as On Load Tap Changer (OLTC) raise / lower command outputs. TeleindicationsTeleindication refers to status information of operational equipment monitored by the system.Such teleindications include status information of switching devices, event information, alarms, etc.The RTU shall report teleindications by exception but shall also allow the SCADA system to demand - scan status data even if the data has not changed.Status indicationsThe status (open / closed) of two state devices such as circuit breakers or isolators shall be acquired by 2 independent, potential - free contacts or by 2 interposing relays, one for each position. Position indications shall be checked for validity and undefined states like open and closed (1 | 1) or neither open nor closed (0 | 0) shall be alarmed. The RTU shall provide for run-time-monitoring, adjustable to the HV equipment operation parameters, to avoid alarming of undefined states while the equipment (e.g. isolator) is operating.AlarmsAlarms shall be acquired as single indications via potential - free contacts which are either available at the initiating equipment or to be generated by paralleling relays to be provided under the project.Digital parallel inputThe RTUs shall have the ability to handle digital measurands, e.g. four digits BCD.Transformer tap position shall be coded by means of a diode matrix to a BCD code before connecting to the digital parallel inputs of the RTU. The Tender shall include complete functional and electrical specifications of possible input codes and input circuits in the tendered system.TelemeasurementsIn analogue measurands the information to the RTU is given in the form of an analogue current supplied by the output of an analog measuring transducer.The analog signals shall be converted to digital mode by an analog-to-digital converter, to which the inputs are connected. All inputs of a module shall be measured within one cycle,

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 116 of 280

Page 117: Standard Tender Document

117SECTION IV: GENERAL CONDITIONS OF CONTRACT

regardless of the number of inputs in use. Thus new points can be added to the RTU without reprogramming.Analog measurements shall be transmitted to the master station with 12 bits or 11 bits + sign bit.TelemeteringThe transmission of integrated totals refers to the transmission of measurable quantities which are integrated over a specified period of time. The integration shall take place before transmission.The measured quantity such as active or re-active energy (kWh, kVarh), which is presented as defined pulses which are read into an integrating register of the RTU from a pulse output or a closing contact of an energy meter.Transfers of the accumulated counts into a storage area shall be initiated every 1 minute by the RTU clock. In case of a failure to scan, e.g. due to failure of the telecommunication system, 1-minutes integrated totals over a period of not less than 1 day shall be stored at the RTUPulse accumulator data shall be assigned to a scan group for scanning of the accumulated values from the SCADA system.Sequence of Event Recording (SER)The RTU shall be capable of Sequence-of-Events (SER) data collection at a time resolution less than the operating speeds of the power system devices. Any digital input points in the RTU may be assigned, programmable as an SER data point. In general, a breaker position change and any alarm from a protection device that has initiated a trip signal is defined as an event for SER. Multiple transitions of a device, such as the tripping and subsequent reclosing of a breaker, shall be considered as a series of separate events. Each time an event is detected, the RTU shall time-tag the event and store it together with the time-tag of the event for transmission to the SCADA system with the next scan.The buffer shall be sized to store, as a minimum, a number of events equal to three times the number of SER points implemented in the RTU.The time-tag recorded with each event shall be generated from a clock internal to the RTU.Separating capabilityThe RTU shall be capable of correctly determining the sequence of events for which their occurrence is separated by >= 1 ms (separating capability class SP4 of IEC 60870-4)Time resolutionThe resolution of the time tag shall be 10 ms.Common time baseThe internal clock of each RTU shall be synchronized either from an internal, Contractor supplied and installed time synchronization source, such as a Global Positioning System (GPS) or an omega synchronizing signal.The synchronization shall be done periodically such that the time-tags in each RTU shall be within five milliseconds (5 ms) accuracy between all RTUs.Tenderers shall clearly indicate the method used for time synchronization and describe in detail how the required accuracy is achieved.In the RTU there shall be a digital output from which time synchronization messages can be forwarded to external devices. The frequency of the activation of the message shall be adjustable.Data transmissionThe data transmission network will consist of dedicated data channels and/or TCP/IP network utilizing fibre optic transmission media, power line carrier and radio transmission.The new RTUs shall be capable of “dual port function”, utilizing different protocols on at minimum 2 separate RTU communication ports simultaneously. Communication protocols shall be implemented by modifiable firmware in the RTU. Reconfiguration of the RTU database may be necessary when an RTU's communications protocol is changed due to the difference in the functions supported by the protocol.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 117 of 280

Page 118: Standard Tender Document

118SECTION IV: GENERAL CONDITIONS OF CONTRACT

The Contractor shall provide and implement RTUs with standard IEC 60870-5-101 communications protocol as well as IEC 60870-5-104 communications protocol. Both protocols shall be included and shall be selectable for each of the RTUs by parameterization.The interfaces to the different communication media for IEC 60870-5-101 and IEC 60870-5-104 shall be provided by the RTU hardware.The RTU protocol shall be non-proprietary for use within KPA. The Contractor shall provide all details and parameter settings used under the IEC 60870-5-101 and IEC 60870-5- 104 protocols. KPA shall be authorized to disclose the RTU protocol to third party suppliers.

3.13.6.1 Functional requirements for adaptation worksThis Section is dealing with the interfacing equipment and works to be performed at substations and power stations.Analogue and digital input data to RTUPower system analogue and digital input data shall be collected from the substation field instrumentation and provided to the RTUs. Interfacing shall be designed to minimize electromagnetic and electrostatic interference.Analogue measurementsThe interfacing shall consist of analogue transducers, isolating/test devices, wiring, cabling and terminations to the secondary PT/CT circuit in the control or relay cabinets. The output signal from the analogue transducer shall be transmitted to the appropriate input at the RTU.This refers i.e. to MW/MVAr, Current and Voltage measurements.Status indicationsThe interfacing shall use spare potential free contacts where available or auxiliary paralleling relays to be provided under the Contract, (one independent contact / relay for each position) actuated by the switchgear equipment, isolating and test devices, wiring, cabling and terminations to the digital input point at the RTU.AlarmsInput wiring to the RTU from alarm points shall use spare contacts available on the actuating device wherever possible. Where spare contacts are unavailable, auxiliary "contact multiplying" relays shall be supplied and wired to provide the required digital input signal to the RTU.Pulse accumulationThe pulse accumulation interfacing shall utilize potential-free pulse contacts or pulse outputs of electronic meters if available, isolation and test devices, wiring, cabling and terminations to the RTU. Where potential free pulse contacts or pulse outputs are not available, new meters shall be provided under the Contract.Supervisory control interfaceThe outstation adaptation works for device control will be required to take an output signal from the RTU, actuate an auxiliary control relay, and have a contact from the control relay to initiate a control action such as breaker trip/close, etc. on the substation equipment by the appropriate connections to the substations equipment control circuits.The supervisory control interface shall consist of outputs from the RTU, interposing relays, isolating/test devices, and wiring, cabling and terminations to the appropriate control circuits and control relays and switches in control cabinets.Each RTU control output shall drive an auxiliary control relay, which shall be located in the control panel or locally. The interposing relay shall be normally de-energized during normal operation. A normally open contact of these interposing control relays shall actuate a breaker tripping/closing coil. In no cases shall the relay contacts supplied in the RTU directly control any equipment.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 118 of 280

Page 119: Standard Tender Document

119SECTION IV: GENERAL CONDITIONS OF CONTRACT

In no case shall the closing commands for circuit breakers by-pass any station internal interlocking.For OLTC devices, appropriate latching relays shall be utilized.A key type selector switch shall be installed for each feeder equipped for remote control from the corresponding Control centre. The switch shall allow selection of control from the Control centre or from the substation and its position shall be indicated at the corresponding Control centre.The Contractor shall provide and install suitable test switches or isolating devices for all control points, to allow for proper control isolation, testing, safety procedures.Remote terminal units hardwareEnclosuresThe Contractor shall provide enclosures meeting the following requirements:

Swing racks supported by heavy gauge hinges shall be provided so that only front access to components and wiring is required for routine maintenance and troubleshooting.

Provisions for top and bottom cable entry. Cable entries shall be provided with protection against insect and animal entry, and sealed to prevent dust and sand contamination.

Protection class of the enclosures shall be for indoor cabinets IP52 minimum for outdoor cabinets IP64 minimum. Suitable signal and safety ground networks within the enclosure. Convenience outlets at 230 V AC, shall be provided.

Power supplyThe Contractor shall supply any hardware required to convert the 48 V battery voltage to the required internal voltages for the RTU hardware. The RTUs shall be capable of operating with ungrounded or grounded (either polarity) input power.In RTU DC distribution, Miniature Circuit Breakers (MCBs) with alarm contact shall be used, i.e. fuses are not accepted.InterconnectionsAll connections between the RTU's termination facilities and signal wiring shall be through barrier-terminal blocks with knife-switch isolation, mounted in the RTU panel or an adjacent marshalling cabinet, if not already exist in the Substation. Terminal blocks shall be screwtype, with full depth insulating barriers.Distributed RTUsRTUs shall have the capability to gather data from other smaller or distributed RTUs or local intelligent substation instrumentation using directly connected RS-232C- or RS 485- channels with or without modems. The distance between the different control locations may reach up to 500 m.Digital inputsThe digital inputs shall be opto-isolated, signal voltage 48 V DC. Other voltages shall also be possible by changing the matching resistor in the input circuit.Contact bouncing of the interposing relays shall be filtered. The bounce filtering time shall be 7 ms. Input circuits with selectable bounce filtering time setting are preferred.The indications shall preserve the chronological order of events inside the RTU.Oscillating inputs as a result of e.g. a faulty relay chattering shall be blocked locally at the RTU.Analogue inputs

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 119 of 280

Page 120: Standard Tender Document

120SECTION IV: GENERAL CONDITIONS OF CONTRACT

In analogue measurements, the information to the analog input modules of the RTU is given in the form of analog current supplied by the output of measuring transducers. Measuring transducers shall normally be installed in the switch/control gear.In analog input modules, the following current input ranges shall be available:

unipolar 0-5 mA, 0-10 mA, 4-20 mA bipolar +/- 5 mA. +/-10 mA, 4-20 mA.

It shall be possible to change the input range for each individual input, preferably by software means, instead of changing the input resistor.The analog input circuit shall have a precise DC impedance less than 200 ohms for current inputs. This impedance must not vary more than half of the accuracy of the Analog to Digital Converter (ADC) with influence values such as temperature, etc.In the input circuit galvanic isolation shall be provided from mechanical earth and electrical earth, and, preferably, between different inputs.The circuits of the analog input module shall be protected against disturbances caused by switching transients and against disturbances from power and radio frequencies present at outstations.The scanning of each input shall not introduce any error on the analog information.For each input it must be possible, without disturbing the other inputs,

to isolate the input from the ADC and close the analog circuit, to connect, on the ADC side, a test set for maintenance or adjustments, to measure the analog input value without disturbing the measurement (addition

of an mA meter over a link which is then disconnected).

The analog information shall be converted into digital value by the ADC which can be common for all inputs. Analog measurements shall be transmitted to the master station with at least 11 bits plus sign bit.The total accuracy must be better than 0.5% of the nominal range of a measurement calculated from RTU's analog input up to Control Centre. A calculation of the total accuracy in the wide sense as well as in the restricted sense as per IEC 870 - 4 shall be included in the Tender.The input circuits must withstand a permanent overload of 30% without any damage.In case of input overload the output message shall be either

the exact value corresponding to the input or the maximum value that is possible to code (with the correct sign).

Pulse inputsThe counter register shall be 16 bit. The maximum input frequency shall be 25 Hz.In practice, the pulses will be dimensioned in a way that max. frequency is less than 5 Hz.Interposing relays will not be used.RTU firmware requirementsThe RTUs shall meet the following characteristics of the firmware to support the functions of the RTUs. The Contractor shall use standard firmware as much as possible.All firmware shall be completely and consistently documented. It shall not be necessary to perform modification to firmware, logic, or data for expansion within the sizing parameters defined for the RTU.At the time the RTU is accepted, all firmware delivered must be up to date and in final form, including all standard firmware changes and field changes initiated by the

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 120 of 280

Page 121: Standard Tender Document

121SECTION IV: GENERAL CONDITIONS OF CONTRACT

Contractor or the Contractor's suppliers prior to acceptance. The firmware documentation must reflect these changes.Firmware shall be loadable by service notebook locally at minimum, download of firmware and parameter sets through SCADA system, using the data communication links will be referable. In any case changing of EPROMs or similar devices shall not be necessary when updating RTUs firmware.Initialization / restart programFirmware shall be provided to enable the RTU to restart itself upon manual request and automatically under the conditions of power restoration, memory parity errors, and hardware failures. The firmware shall initialize the RTU and begin execution of the RTU functions without intervention by the SCADA system. All RTU restarts shall be reported to the SCADA system.Fail safe processingIn the case of irrecoverable faults such as power supply failures, firmware malfunctions, or any other detected condition that may affect the security of indications and controls, the RTU shall place itself in a secure state that prohibits the transmission of false indications or the execution of erroneous control outputs. The detection of these error conditions shall be the responsibility of the RTUs self-test and operations monitoring firmware.Database maintenanceThe Contractor shall supply software to configure each RTU's database where this information is located in software and/or firmware at the RTU. The software shall completely generate or modify the database of the RTUs. The database software shall have error detection services and shall produce a printed listing of the input data and the resulting RTU database configuration.Down loading of database from SCADA systemThe RTU shall support the change of the RTU's configuration and processing parameters by messages from the SCADA system. These changes shall include, but not be limited to scan group definitions, analog limits, SER point allocation and buffer definitions.Diagnostic firmwareThe Contractor shall supply diagnostic firmware for both off-line local tests and on-line selfdiagnostic capability built into the RTU. The RTU shall enter an off-line state during the execution of off-line diagnostics, and this off-line state shall be reported to the SCADA system.The RTU shall include a remote diagnostics communication port and shall be capable of executing off-line diagnostics from an external computer terminal connected to this remote diagnostics port.A SCADA interface Marshalling cubicle shall be supplied to interface all power system data i.e. status indication alarms, analogues, interposing relays for control outputs etc. to the RTU.This cubicle shall also house transducers for analogue inputs and interposing relays for control outputs. 48 volts DC power supplies shall be supplied to power the RTU, interposing relays, telephones equipment

Special Tools and Measuring EquipmentSpecial tools and measuring equipment which are used to set up the equipment properly and which are essential for maintenance shall be provided. This includes service laptops Fibre Optic and RTU.

3.13.7TECHNICAL GUARANTEESThe appropriate Technical guarantees in appropriate Technical schedule section shall be completely filled

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 121 of 280

Page 122: Standard Tender Document

122SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.14 MISCELLANEOUS MATERIALS3.14.1SCOPE

This subsection covers the design, manufacture, testing before shipment, delivery to Site and erection and testing at Site of the following materials.(a) Electrical conductors, cables and fittings(b) Insulators and fittings(c) Steel structures(d) Earthing materials(e) Other material(f) Lighting facilities for outdoor switchyard.

3.14.2CABLES3.14.2.1 600V Cables

Low-tension circuit from station local transformer to AC distribution panel: 600V cable shall be copper conductor, polyvinyl chloride insulated PVC sheathed, 600V 300sqmm x 4-cores.Low-tension motor circuit from AC distribution panel to each motor:The sectional area of the 600V cables shall be ample for each motor capacity and shall be decided by the Contractor taking into account the voltage drop for starting current.

3.14.2.2 Control CablesControl cables shall be copper conductor, of jacket type, 600V, polyvinyl chloride insulated PVC sheathed, multi-cores copper. The cross-sectional area of core shall not be less than 2.5 mm². and the cables shall be armoured.The cross-sectional area of core for current transformer circuit control cables shall not be less than 4 sq mm and shall be armoured.

3.14.2.3 Insulated Wire600V PVC insulated wire shall be considered stranded copper conductors and used for power and heater for indoor wirings.

3.14.2.4 Cables Drawn into DuctsUnless otherwise specified, the Contractor shall provide ducts and pipes.Immediately before pulling the cables, the Contractor is to remove any loose material from the ducts and prove them by drawing through a material of slightly less diameter than the duct. The ducts shall be water and vermin proof sealed and for indoor installations fireproof.

3.14.2.5 Cables Installed in Concrete TrenchesIn substations concrete trenches and cable ducts shall be provided and installed by the Contractor. These trenches shall not be filled with sand. All cable duct entries to buildings, whether or not for cables, shall be protected against entry of water, oil and vermin with a suitable filling material supplied and installed by the Contractor on the approval of the Employer.All cable routes in concrete trenches shall be suitably supported by means of cleats or racks and raised from the trench floor by means of suitable spacers. All cables shall be run in a neat and orderly manner and the crossing of cables within the trench shall be avoided as far as possible.The Contractor shall be responsible for removing and replacing the trench covers free of charge during the execution of his work as directed by the Engineer.

3.14.2.6 Bus ConductorsFollowing conductors shall be provided as outdoor bus and jumper conductors:For 132 kV bus bar and jumper(i) Pipe bus: Copper pipe – 75mm (diameter) x 5mm (thickness)(ii) Jumper and droppers: AAC. 400 mm2

3.14.2.7 Galvanized Steel WiresGalvanized steel wires of 55 mm2 (7/3.2 mm) shall be used for overhead ground wires, of which ultimate tensile strength shall be more than 90 kg/.mm².

3.14.2.8 Fittings

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 122 of 280

Page 123: Standard Tender Document

123SECTION IV: GENERAL CONDITIONS OF CONTRACT

Suitable compression clamps and spacers for conductors, suitable terminals for the equipment to conductor, and suitable clamps for galvanized steel wire shall be supplied and installed.Connecting clamps shall be free from electrolytic corrosion and designed for bi-metal against the connection between aluminium and copper.The following tests, as applicable, shall be carried out at the Contractor’s plant:(a) Construction test(b) Tensile strength test(c) Elongation test(d) Resistance test(e) Insulation resistance test(f) Withstand voltage test(g) Characteristics

3.14.3INSULATORS AND FITTINGS3.14.3.1 Substation Disc Insulator Units

Each suspension and strain insulator string shall be of 12 units for 132kV circuits without arcing horn. The insulator unit shall be standard 254 mm porcelain, with ball and socket, and have a spacing of 146 mm between discs, complying with IEC publication 305-1974. The connection between units shall be such as to allow sufficient flexibility for freedom of movement, and to prevent the possibility of becoming separated accidentally either during or after the erection.The interlocking sockets shall be designed to allow easy passage of the ball into the socket and retaining or locking devices required to keep in the socket under all service conditions.The dimensions of socket and pin shall be in accordance with IEC. Recommendation 120, 16mm socket and pin.The insulator units shall be brown glazed porcelain.Each insulator unit shall have the following characteristics:

Withstand voltage:Power frequency, dry 70kVPower frequency, wet 40kVImpulse voltage 110kVPuncture voltage 110kVMinimum breaking load 70 kNMinimum creepage per unit 295mmMinimum creepage for insulator string shall be 3988mmMinimum breaking load of insulator string with fittings shall be 70 kN.

3.14.3.2 Station Post InsulatorsStation post insulators shall be provided for supporting the connecting lead wires of switchgear equipment to bus. The insulator shall be of brown coloured porcelain rated as follows:System voltage 145kVAC withstand voltage (wet, 1 min.) 290kVImpulse withstand voltage 685kVThe station post insulator shall comply with IEC.273-1968, IEC 720.

3.14.3.3 FittingsAll fittings shall be malleable iron hot dip galvanized to BS 729.Suspension and tension clamps shall be as light as possible and of approved types.All clamps shall be designed to avoid any possibility of deforming the stranded conductors and separating the individual strands. Tension clamps shall be bolted type, and shall not permit slipping off or damage to conductors or any part thereof.Suspension clamps shall be free to pivot in the vertical plane containing the conductor.Clamps shall not exhibit excessive heating by magnetization or otherwise.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 123 of 280

Page 124: Standard Tender Document

124SECTION IV: GENERAL CONDITIONS OF CONTRACT

U-bolts, ball hooks, socket-eyes and other necessary fittings required for the above insulators and clamps shall be provided.The following tests shall be carried out before shipment:(a) With stand and flashover voltage(b) Mechanical strength(c) Dimensions of insulators and fittings(d) Galvanizing

3.14.4STEEL STRUCTURES3.14.4.1 GeneralThe Contractor shall furnish all steel structures required, including framework of outdoor equipment.3.14.4.2 Details of DesignThe steel structures shall be designed in accordance with the following requirements:(a) Vertical loadingThe weight of the conductors, ground wires, insulator strings, workers, the structures themselves and equipment to be supported, if any, shall be considered.(b) Wind pressure:(i) On conductors and earth wires: 385 N/m² on projected area(ii) On insulators and all other circular: 385 N/m² on projected area section(iii) On lattice structures or beam structure: 590 N/m² on projected area(c) Working tensions of conductor and wire:(i) Conductors for 132kV buses-700kg per conductor and for 132kV lines700kg per conductor(ii) Overhead ground wire- 500kg per wire(d) Seismic co-efficient: 0.16(e) Factor of safety: 2.5The structures shall be designed so that no failure or permanent distortion shall occur when the load equivalent to 2.5 times the maximum simultaneous working loads are applied.(f) Slenderness ratio:The slenderness ratio shall not exceed 200 for main and web members and 250 for nominal members.(g) Member sizeNo leg members less than 5mm in thickness and 60mm in width of flange for main, and 4mm in thickness and 45mm in width of flange for web and nominal members shall be used.(h) Bolts and nutsAll the members shall be connected by bolts and nuts. The size of the connection bolts shall be not less than 16mm for leg member. The suitable anchor bolts shall be provided. The size of step bolts shall be 16mm.The Contractor shall submit full details and drawings for the steel structures to the Employer for approval prior to commencing fabrication.3.14.4.3 FoundationThe Contractor shall place the concrete foundation for steel structures and switchgear equipment on the switchyard.The Contractor shall supply installations drawing giving erection particulars.The foundation shall be anchor bolt type.Such members as to be buried in the foundation concrete block shall not be provided.Size of block-out hole for anchor bolts shall be indicated on the drawing so that the concerning work can be performed prior to the erection of supports.Safety factor of concrete for up lifting force shall not be less than 2.5. The allowable bearing strength of earth will be assumed to be 2.0 ton/m², however, it shall be confirmed by the Contractor. The weight of earth shall be assumed to be 1.6 ton/m³ and weight of concrete to be 2.3 ton/m³.If required, pile foundation shall be provided, and the cost of piling shall be deemed to be included in the Bid Price.The angle of repose will be reckoned as 10 degree.3.14.4.4 Materials

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 124 of 280

Page 125: Standard Tender Document

125SECTION IV: GENERAL CONDITIONS OF CONTRACT

All steel employed for the structures have high yield point and high ultimate tensile strength and shall be subject to the approval of the Employer.Diameter of both holes shall not be more than 1.5mm larger than the diameter of the bolts.All members shall be stamped or marked in an approved manner with numbers and/or letters corresponding to number and/or letters on drawings or material list approved by the Employer.The erection marks shall be stamped before galvanizing and shall be clearly legible after galvanizing.The following tests shall be carried out before delivery to site.(a) Mechanical strength of materials(b) Galvanized test(c) Shop assembly

3.14.5EARTHING MATERIALSIn addition to the conductors and fittings to be used for the works to be erected under the contract, the Contractor shall supply and install the following materials for the grounding system of each substation and complete the grounding system.The Contractor shall submit full details and drawings for grounding systems to the Employer for approval. Grounding resistance shall be 1-ohm at the maximum or the value calculated and the Contractor shall be responsible for preparing the specified value.(a) Bare annealed high conductivity copper stranded wire:95mm² for main grounding mesh, local transformer, arresters, etc. And 35.mm² for other equipment and materials.(b) Copper plates of 3mm thick, 1 meter by 1 meter size, equipped with copper lead conductor 95 mm², 3 meter long(c) Grounding rod of 25mm diameter, 3 meter long, copper clad steel rod equipped with copper led conductor, 35.mm², 3 meter long.(d) Clamps needed for connecting each conductor shall be provided.

3.14.6OTHER MATERIALSAll other miscellaneous materials, such as conduct pipes, steel plates, fabricated cable ducts, cables supporting brackets sand/or cable racks, pipe hangs, angle steels, channels steels, bolts and nuts and other items, required for putting into service the works to be covered under this Contract, shall be supplied and installed by the Contractor as required. These materials shall comply with the highest grade specified in the relevant standards.Coloured phase mark plates and bus identification marks shall be fitted on each beam of steel structures of incoming feeders, outgoing feeders, main buses and transformers buses.Colour of phase marks shall be red, yellow and blue.

3.14.7LIGHTING SYSTEMA complete lighting system for the switchyard at the KPA substation shall be supplied and installed by the Contractor.Station lighting components of approved type shall be supplied and installed. These shall include but not limited to:(a) Lighting Fixtures(i) Outdoor type mercury lighting fixtures for AC 240V shall be equipped with screwed base lamp holders, and shall be of high-power factor suitable for stable operation in tropical climate and weatherproof type.(ii) Outdoor type incandescent lighting fixtures for DC 110V for emergency use shall be complete with all fittings.(iii) The type of lighting fixtures used should be available locally.(b) Lighting supportsLighting supports shall be steel poles painted with suitable colour, which will be instructed by the Employer. Ballast, cut out, and terminals shall be equipped in the pole and other attachments necessary for wiring and fixing of the lighting fixtures shall also be provided with the pole. The ground level shall be marked on the support for easy installation.600-volt PVC insulated wires of 2.5 mm² in size shall be laid in the lighting pole for connection from the terminal box to the lighting fixtures.(c) Cabling and wiring shall be of approved type as well as all required installation materials.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 125 of 280

Page 126: Standard Tender Document

126SECTION IV: GENERAL CONDITIONS OF CONTRACT

(d) Lighting panel for outdoor lighting system shall be installed in each station or extended in the relevant stations. The lighting panel shall be indoor metal enclosed, wall mounting type, dust and vermin proof construction and shall contain the following equipment.

Identification name plate Twenty single pole moulded case circuit breakers 600 V, 30A Pole moulded case circuit breakers 600V, 100 A Magnet contactor for emergency lighting Internal wirings Neutral links Terminal boards

(e) Spare Parts.The following spare parts shall be supplied for the station- 3 sets of each type of complete lighting fixtures with all accessories.Lighting for outdoor switchyard and access roads constructed under this contract shall also be provided by the Contractor.The Contractor shall prepare and submit to the Employer for approval the calculation sheets, the facilities drawings, the installation drawings and wiring diagram.The power shall be supplied from the low tension AC distribution panel in the control building.The mean illumination level of each location for AC power shall be as follows:

Outdoor operating area 30 lux Outdoor switchyard 5 lux Street lighting 10 lux

3.14.8MARSHALLING BOXESMarshalling boxes shall be used for outdoor switch bays and control building for the stations.The boxes shall be of outdoor or indoor, metal enclosed, air insulated, self standing type, dust and vermin-roof construction and containing the terminal blocks, internal wiring, space heater with thermostat for moisture protection, and other necessary equipment. Those for outdoor use shall be of weather-proof construction.

3.14.9AC POWER OUTLETSAn AC power outlet shall be installed in the adjacent place of local service transformer. The AC power outlet shall be of outdoor, metal enclosed, air insulated, self standing or structure mounted type and dust, vermin and weather proof construction and containing a 3 pole moulded case circuit breaker, 600V, 100A power plug cable gland, and other necessary accessories.

3.15 CIVIL ENGINEERING AND BUILDING WORKS

3.15.1GENERALThe works comprise the topographical survey of site, subsoil investigations, detailed design, production of working drawings, provision of labour, plant and materials, and construction of the civil engineering and building works.The works include site clearance and earthworks; Cabro (Minimum 80mm or 49N/mm²) paved Substation and access road, surfaced water drainage, switchgear and structures, Drained indoor/outdoor cable trenches, perimeter fencing with 750mm razor wire on top and gates, etc. The framed structure control buildings will be completed with control and relay room, communications equipment room, office, washroom, drainage infiltration tanks, septic tank, water supply with minimum head 3m tower tank and ground storage tank with pumping boost . The new Control building at the KPA Substation shall have a minimum floor area shall be 384m².

3.15.2SITE SURVEY AND SUBSOIL INVESTIGATIONThe Bidder shall visit the site to satisfy himself that information given in the Bid

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 126 of 280

Page 127: Standard Tender Document

127SECTION IV: GENERAL CONDITIONS OF CONTRACT

Document is accurate and also to collect additional data, which he may require for preparation of his bid.

(A)Site SurveyThe Contractor shall survey the site of the switchyard associated with control building, to obtain the following:(1) Accurate volume of ground to be cut and levelled.(2) Accurate positions of switchgears, structures, ducts, drainage, buildings, fences, etc.(3) Drainage pattern of the siteA site survey plan shall be prepared in the scale of 1:500 showing the survey results and proposed layout of the work.

(B) Sub-soil InvestigationThe Contractor shall ascertain for himself the nature of the sub-soil conditions over the sites of the works for his design purposes, by means of sounding tester and trial excavations, etc. The following should be considered as a minimum requirement, but should be extended if many inconsistencies are encountered:(1) Depth of sounding tests shall be less than 5 metres unless rock is encountered; in which case the thickness shall be proved to be greater than 1.5 metres on two boreholes. Where weak soils are encountered, the test shall be taken down to a load bearing stratum and adequate thickness.(2) Test records shall describe and indicate level of all soils encountered and indicate the natural water table level. Rock core records should specify total core recovery, solid core recovery and quality of the rock cored.(3) Electrical resistivity of the soil shall be verified on four samples, in accordance with approved practice. (e.g. British Standard Code of Practice CP 1013-1965):

3.15.3DESIGN OF WORKSa) Design and Drawings

The Contractor shall design the civil engineering and building works and prepare design report complete with working drawings in size A3 as necessary for the construction of the works.The Contractor is required to produce full design calculations for the foundations, building structures, etc. and detailed working drawings. He shall be responsible for the detailed designs, strength and safety of the structures, to meet the structural, acoustic and environmental requirements of the buildings and other works. He shall be responsible for ensuring that the design satisfies the requirements of all authorized local and natural bodies. Design calculations and detailed drawings must be submitted to the Employer for approval before the relevant construction work is carried out. Design calculations shall be in accordance with an approved method of computation and should take into account the most unfavourable combination of dead load, live load and wind load.

b) Detail Requirements for Design(1) Calculations

Calculations shall clearly identify the subject of the calculations and shall include but not be limited to providing the following information:(2) (a) Assumption used for design purposes(b) Codes or standards used(c) Loading used(d) Calculation(e) Technical specification section and paragraph number(2) DrawingsDrawings and data sheets prepared by the Contractor shall include complete construction details.The drawings shall include but not be limited to the following information or detail as applicable: construction joints, reinforcement details and bar bending schedules, details for unusual or special items of architectural, form work, trenching, structural steel details, etc.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 127 of 280

Page 128: Standard Tender Document

128SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 128 of 280

Page 129: Standard Tender Document

129SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.15.4GENERAL SITE WORKSA. Setting-outThe Contractor shall be responsible for all setting-out, irrespective of any checking by the Employer. The accuracy of all setting-out is to be better than ±1part in 3,000.The Contractor shall advise the Employer within 24 hours whenever a new setting-out peg is established or an existing one destroyed, and shall regularly furnish the engineer with layout plans showing all current setting-out and survey stations.The tolerances shown below shall rule on site unless otherwise agreed upon by the Employer and the Contractor.

Block work(1) Position in plan

Fair-faced or specified side from the designed position ±15mm(2) Length

Up to and including 5m ±15mmOver 5m up to and including 10m ±20mmOver 10m ±25mm

(3) HeightUp to and including 3m ±15mmOver 5m up to and including 6m ±20mmOver 6m ±25mm

(4) ThicknessMore than one block ±15mm

(5) Level of bed jointsLength up to but not exceeding 5m ±10mmOver 5m but not exceeding 10m ±15mmOver 10m but not exceeding 20m ±20mmAdd for every 5m ±5mm

(6) StraightnessIn any 5m (not cumulative) ±10mm max

(7) VerticalityIn any 3m ±15mm

Permissible Deviation on In-site Concrete(1) Plant and other foundations(a) Position of centre line on plan from nearest building grid line ±10mm(b) Dimensions on plan -5mm + 20mm(c) Formation level ±25mm(d) Surface level -5mm + 0mm(e) Sleeved bolt location ±15mm(f) Sleeved bolt vertically 1 in 100(g) Cast-in bolt location ±2mm(h) Cast-in bolt vertically 1 in 300(i) Bolt levels 0mm + 20mmNB: Where tolerances (e) and (f) conflict with (g) and (h) the latter shall govern.(2) Components above foundation (excepting items in (c) below)(a) Position of centre line on plan fromNearest building grid line ±19mm(b) Verticality: Plumbers in height of up to 0.5m ±5mmOver 1.5m to 1.5m inclusive ±10mmOver 1.5m to 3m inclusive ±15mmOver 3m to 30m inclusive ±20mm(c)Cross section and linear dimensions of beams, slabs, columns and walls.Up to 300mm ±5mmOver 300 to 600mm ±10mmOver 600mm to 1.5m ±15mm

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 129 of 280

Page 130: Standard Tender Document

130SECTION IV: GENERAL CONDITIONS OF CONTRACT

Over 1.5mm to 3m ±20mmOver 3m ±30mm(d) Level of specified surface relative to the nearestBench Mark ±10mm(3) Overall dimensions of a concrete framed building(a) Length and width measured at external ground levelFor dimensions up to and including 15m ±15mmFor dimensions over 15m up to 30m ±50mmFor each subsequent 30m ±20mm(b) Height of structural roof level with reference to the transferredBench mark ±40mmThe Employer may at his discretion alter or specify new tolerances as necessary.The Contractor shall submit for the Employer’s approval, his proposed finished site levels, road levels and building floor levels. Following approval by the Employer the Contractor shall level the sites to suit.B. DrainageDrainage shall be designed in accordance with relevant Codes for Practice published by authoritative Standards Organization such as the British Institution, e.g. BS 8301, BS 6031 and CP 2005.A surface water drainage system covering the switchyard shall be installed. The number of runs and outfalls and pipe sizing must be sufficient to cope with the severest precipitation, with a factor of safety of 1.2. Within switchyard and other areas in which maintenance will be carried out the drainage must allow uninterrupted access.Embankments and cuttings are to have drainage facilities at their top or bottom. The formation level of switchyard areas is to be formed with uniform cross-falls of about 1 in 300 in the same direction as the natural drainage path of the surrounding country.Surface water from roofs of buildings shall be drained to down pipes, which connect with the site drainage system.C. Cable Ducts and TrenchesThe Contractor is responsible for all civil engineering works required for the cable runs between switchgear and buildings, in concrete cable trenches. Cable entries into buildings shall be through ducts or in concrete cable trenches. Trench covers outside buildings shall be of reinforced concrete, designed for the maximum likely imposed loads appropriate to their location. Concrete cable trenches shall be adequately drained to underground infiltration tanks of adequate capacity.Power cables and control cables shall be laid on suitable cable racks in trenches.Cable entries into buildings shall be sealed to prevent the entry of dust, vermin, etc., using suitable materials.D. Perimeter Security fencing and GatesThe perimeter of the site is to be fenced with galvanized chain link or equivalent fencing, 2.4 meters high above ground level, attached to reinforced concrete supporting posts and struts. The posts shall have three strands of galvanized barbed wire attached to cranked tops. Double leaf gates shall be provided at the entrance to the site.E. Station BuildingThe reinforced concrete framed structure control buildings will be completed with control and relay room, communications equipment room, furnished office , washroom, drainage infiltration tanks, . Control building minimum floor area shall be 384m² and a minimum height of 3.5m. Walls and partitions shall be dressed stone masonry with minimum compressive strength of 12N/mm². Control building floor layout shall be approved by the employer before detailed drawings production. The buildings shall have prefabricated steel roof, with walls of concrete block-work, rendered outside and plastered inside. All walls and roofs shall be fully insulated, to produce maximum thermal transmittance (U.) values of 1.14 (watts/m².) for walls and 0.57 for roofs. Architectural treatment of the buildings shall be in accordance with the Employer’s usual standard or preference.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 130 of 280

Page 131: Standard Tender Document

131SECTION IV: GENERAL CONDITIONS OF CONTRACT

The buildings will have been designed with ease of operation and maintenance as a major factor. Materials, workmanship and finish must be of an appropriately high standard. In considering the various materials, details, and construction methods, Contractors must investigate the availability, delivery and transportation to the site of all materials, plant, and labour, to enable the programme to be maintained.Internal partition walls shall be generally for concrete block work with emulsion painted smooth plastered finish. The equipment areas shall have screened floors finished with a surface hardener. All finishes shall be fireproof or flame retarding. Floor shall be sand-cement screed throughout. Room heights shall be governed by the criteria that there should be 1-meter clearance between the top of cubicles or panels and ceilings.Particularly, attention must be given in the design of the building to fire prevention and safety of the personnel at all times. Access doors and escape doors shall be provided and fitted with panic bolts where necessary, so that operating and maintenance staff can always exit safely from the buildings in fire emergencies of any nature or location.All windows shall be dustproof. A number of opening lights shall be provided in all rooms, including air-conditioned rooms. Internal doors shall be flush-faces, solid-core, timber doors, with painted timber frames and architraves. External doors shall be made of steel as appropriate.F. Site Clearance and ExcavationThe Contractor shall clear from all areas required for the works all unwanted materials, debris, etc., but shall take all reasonable precautions to prevent damage to existing road construction and to existing surfaces, buildings and other facilities in the area which do not need to be demolished.The whole of the excavations shall be carried out to the widths, lengths and depths shown on the approved drawings. No unlicensed or indiscriminate digging will be permitted.The Contractor may excavate by any method he considers suitable, subject to the Employer’s approval, and shall allow for the use of types of plant most suited for excavation in any location and at any time.The Contractor shall allow for risk of meeting and having to excavate through any sort of material, which may be encountered, including rock.Materials from the excavation may, if approved by the Employer, be used by the Contractor in the construction of the Works. Other excavated material shall be backfilled where required or deposited where directed anywhere on site. Surplus materials shall be removed from the site by the Contractor to the approved place. Backfill material shall not be borrowed from the site, site deterioration due to backfill borrowing on site shall be restored to Employer satisfaction with no additional cost. Whereas Employer acquired plot might be bigger than Substation site requirement, the Contractor shall only use the Substation site as will be in the approved Substation layout drawing, use of land outside this area will require Employer approval.The Contractor shall at all times keep the site free from all surplus materials, rubbish and offensive matter.In excavations for foundations, a bottom layer of excavation 150mm in thickness shall be left undisturbed and subsequently removed only when the concrete is about to be placed in order that softening or deterioration of the surfaces of the bottom of the excavated area by exposure may be avoided as far as possible.The bottom of all excavated areas shall be trimmed, levelled and well rammed. Concrete shall not be deposited thereon until the bottom has been inspected and approved by the Employer.All excavation works are to be kept dry and clean, in order that work is not affected or interfered with by water entering the excavations.The arrangements made for dealing with water in excavations must be approved by the Employer, and they must ensure that the de-watering of excavations can continue during the placing of concrete or the execution of any other works that could be affected by water in excavations. Adequate precautions must be taken against washing out of cement and concrete

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 131 of 280

Page 132: Standard Tender Document

132SECTION IV: GENERAL CONDITIONS OF CONTRACT

or to prevent the work being disturbed in any way. No concrete, masonry, brickwork or other materials shall be placed or built until the surfaces are properly drained.G. Filling and reinstatementFilling for trenches, excavations and leveling for the Site shall be deposited in layers not exceeding 250mm uncompacted thickness. Where excavations, whether in rock or other material, are made to a greater depth than detailed, the intervening space shall be brought up to the proper level in plain concrete.The Contractor shall be responsible for the stability of the embankments where formed either by cutting or filling, and precautions taken to protect the earthworks from deterioration under adverse weather conditions. Wherever applicable the recommendations contained in the following codes of practice shall be followed in calculations, detailing and performance of the earthworks and drainage:(1) Earthworks – British Standard Code of Practice BS 6031 – 1981(2) Civil Engineering Code of Practice No.2 on Earth Retaining Structures, Issued by institute of Structural Engineers, U.K.(3) Soils - British Code for Civil Engineering Soils BS 1377.Embankments shall not be formed over inclined ground surfaces without previously forming the founding surface, on which the fill material will be placed, to a benched profile.All earthwork top surfaces shall be finished off level and regular and the sides of cuttings and embankments shall be properly trimmed to the detailed slopes as they become consolidated.The Contractor is to allow for embankments and cutting slopes to be well forked, raked and stabilized as protection from erosion.H. ExplosivesExplosives may only used when specified. Their use shall comply with the following:(1) Approvals required by CAP 115 Laws of Kenya on Mining.(2) Blasting design to ensure controlled blasting as an excavation method.(3) All local bylaws and regulations.(4) The Contractor shall store explosives in a licensed store or magazine provided with a separate compartment for detonators.(5) Explosives shall be used in the quantities and manner recommended by the manufacturers. The written approval of the Employer shall be obtained for each location or series of locations where the Contractor wishes to use. Such approval shall not in any way relieve the Contractor of his liabilities under the Conditions of Contract.(6) When blasting is carried out, the Contractor shall ensure, by adherence to proper safety distances and by the use of heavy blasting mats where necessary, to prevent the dispersal of material, that no damage is caused to persons, animals or property on or off the Site. Special care shall be taken when blasting in wet ground to ensure that individual explosions are reduced to such a size as to preclude damage to any buildings or structures.3.15.5CONCRETING WORK SPECIFICATIONSGENERALAuthoritative Standards and Codes PracticeThe following authoritative standards are referred to hereinafter:B. S. Date TitleA 12 1989 Portland Cement (Ordinary and rapid hardening).B 812 Methods for sampling and testing of mineral aggregates, sand and fillersC 882 1983 Aggregates from natural source for concrete (including granolithic)D 1881 Methods of testing concreteE 5328 1981 Method of specifying concreteF 2499 1973 Hot applied joint sealants for concrete pavements(4) G 3148 1980 Tests for making concreteH 3921 1985 Clay bricksA 4251 1974(1980)Trunk type concrete mixersB 4449 1988 Carbon steel bars for the reinforcement of concreteC 4466 1981 Bending dimensions and scheduling of bars for the reinforcement of concrete (old edition )

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 132 of 280

Page 133: Standard Tender Document

133SECTION IV: GENERAL CONDITIONS OF CONTRACT

D 4483 1985 Steel fabric for the reinforcement of concreteE 5075 Concrete AdmixtureF 6073:Pt.1 1981 Precast concrete blocksG 8810.Pt. 1&2 1985 The structural use of concreteH 5950 The use of structural steel in buildingsI KS 95 2003 Specification for Natural Aggregates for use in ConcreteJ 8007 1987 The structural use of concrete for retaining aqueous liquidsK 3110 1972 Safe use of cranes (cranes, tower cranes and derrick cranes)MATERIALS AND SPECIFICATIONS(a) Concrete for concrete foundation and pile shall have the minimum required breaking

strengths as specified in the technical schedules.(b) Cement used shall be Portland or other approved composition obtained from an approved

maker. Portland cement shall conform in all respects to BS-12.(c) Aggregates shall be clean and free from dust, earthy or organic matter or salt. Coarse

aggregate shall be of approved grading to be retained on a mesh not less than 5mm², and of a maximum size to pass a mesh not more than 40mm², subject to KS 95:2003. Where specially approved in writing by the Employer, coarse aggregate of uniform size not larger than will pass a 25mm mesh may be used throughout. Fine aggregate shall be coarse, sharp, clean and free from dust, salt, clay, vegetable matter or other impurity and shall be screened through a mesh not more than 5mm in the clear. It shall be a well-graded mixture of coarse and fine grains from 5-mm gauge downwards.

(d) Water shall be clean and free from all earth, vegetable or organic matter, salt, soil, oil acid and alkaline substances either in solution or in suspensions. Quality shall be confirmed by lab test.

(e) At least four weeks before commencing any concreting work; the Contractor shall make trial mixes using samples of cement and fine and coarse aggregates. The test specimens for the trial mixes shall be of cube type. Preliminary test specimens shall be taken from the proposed mixes as follows:For each proposed mix a set of 6 specimens shall be made from each of 3 consecutive batches. Three from each set of six shall be tested at an age of seven (7) days and three (3) at an age of 28 days. The test shall be carried out in a laboratory approved.Neither the mix proportions nor the source of supply of materials shall be altered without the prior approval of the Employer except that the Contractor shall adjust the proportions of mix as required, to take account of permitted variations in the materials, such approval shall be subject to the execution, to the Engineer’s satisfaction, of trial mix procedures set out herein.

(f) Concrete cubes are to be taken and tested to verify the concrete strength during the concreting works. The Contractor shall provide the cube moulds at site for the purpose, accordingly. The test specimens shall be 150mm cube and the mould shall be of metal with inner faces accurately machined in order that opposite sides of the specimen are plane and parallel. Each mould shall be provided with the metal base having a smooth machined surface. The interior surfaces of the mould and base should be lightly oiled before concrete is placed in the mould.

(g) Concrete strength Grade ‘35’, ‘30’, ‘25’, and ’20’ concrete shall have the minimum strengths as given by Works Cubes Tests shown below. The grade of concrete stated is concrete characteristic strength below which not more than 5% of the test results may fall, Concrete target mean strength Fcu.o = Grade in N/mm²+ 1.645ơ where Ơ = standard deviation of the strength tests, 1.645 is the probability factor and 1.645ơ is the design margin. Target mean strength shall exceed required characteristic strength by the design margin value, and concrete production shall aim to attain this mean,

Minimum Crushing StrengthsGrade 35 Grade 30 Grade 25 Grade 20

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 133 of 280

Page 134: Standard Tender Document

134SECTION IV: GENERAL CONDITIONS OF CONTRACT

7 Days 23.5 N/ mm² 20.0 N/ mm² 16.5 N/ mm² 13.5 N/ mm²28 days 35.0 N/ ² mm 30.0 N/ mm² 25.0 N/ mm² 20.0 N/ mm²

The average strength obtained from cube tests shall be 10 per cent higher than the Strength shown above. Subject to design the minimum grade for structural concrete shall be Grade 25, Grade 15 will be allowed for blinding concrete, precast concrete minimum grade shall be Grade 30.

(h) Tests required and Sampling Sampling of materials

Approved sources, graded aggregates, sampling and testing to BS 812, Workability

Fresh concrete slump test. Slump range 25 – 50mm, - mechanical vibration and maximum 1.5m fall method of placing.

Strength/durability Compression/cube (150mm) test, three after seven days and three at twenty-eight

days. Test to BS 1881.

Works cubes are to be made at intervals as required by the Employer. The cubes shall provide a continuous record of concrete work. The cubes shall be made in approved 150mm moulds in strict accordance with code of practice.Three cubes shall be made on each occasion from different batches, the concrete being taken from the point of deposit. Each cube shall provide a distinguishing number (numbers to run consecutively and the date, and a record shall be kept on site, giving the following particulars:-

(I) Cube number(II) Date made(III) Location in work(IV) 7 –day TestDate; ……………Strength ………………28 –day Test…………..Strength……………

Cubes shall be forwarded, carriage paid for, to an approved Testing Authority in time to be tested two at 7 days and one at 28 days and the remaining one at the discretion of the Employer. No cube shall be dispatched within 3 days of casting. Copies of all work CubeTest results shall be forwarded to the Employer within one week after test and one shall be retained on site office file.If the strength required above are not attained, and maintained throughout the carrying out of the contract, the contractor will be required to increase the proportion of cement and/or substitute better aggregate so as to give concrete which does comply with the requirements of the contract .The contractor may be required to remove and replace at his own cost any concrete which fails to attain the required strength as ascertained by Work Cube Tests.The contractor must allow in his rates for concrete test cubes for all expenses in connection with the preparation and conveyance to the Testing Laboratory and of test cubes and no claim in respect of his failure to do so will be entertained.Piling and Other Special works.Piling will be carried out using an approved procedure throughout. The actual length and numbers of piles required at any location will be approved by the Employer on the basis of the final agreed design data; and payment made for departures form the assumed tender design quantities on the basis of the difference of quantities times the schedule variation rates. Tender Prices shall include for all necessary casings, pumping, depreciation of piling machines, materials, transportation and others.Where special ground conditions exist which do not allow for any of the designs in an original or modified form special types of foundations may be employed which will be paid for on the basis of schedule rates where applicable. To this extent the schedule

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 134 of 280

Page 135: Standard Tender Document

135SECTION IV: GENERAL CONDITIONS OF CONTRACT

variation rates for concrete, steel and excavations shall apply throughout irrespective of special conditions.Where ordered by the Employer, the contractor shall carry out pile bearing and uplift test for all types of pile generally in accordance with the method given in the BSCP-2004. Such tests shall be carried out to determine the ultimate uplift and bearing values.Following special requirement shall additionally be considered:

(A)Construction JointsConstruction joints shall be permitted only at the position predetermined on the Drawings or as instructed on the site by the Employer. In general they shall be perpendicular to the lines of principal stresses and shall be located at points of minimum shear, viz. vertically at or near, mid-span of slabs, ribs and beams.Suspended concrete slabs are generally to be cast using alternate bay construction in bays not exceeding 15.000M in length. No two adjacent bays are to be cast within a minimum period of 48 hours of each other. The joints between adjacent bays are to positions agreed with the Employer.Joints shall be water tight and use of water bars and appropriate sealant shall be specified in all cases.

(B)Construction BaysThe Contractor shall agree with the Employer, prior to the commencement of concreting, upon the sequence of placing concrete and the positions of vertical and horizontal joints, whether shown or not on the drawings.In general, slabs in excess of 6 meters in length and/or width and walls exceeding 6 meters in length shall not be poured in one operation and subsequent adjacent shall not be concreted within 7 days. The maximum are of any pour shall be 100- mm².In the light of experience the Employer may consider the above pour size limits to be excessive and will have the authority to reduce them.Expansion joints shall be fully detailed on construction drawings for approval.Expansion joints shall be filled with bitumen-impregnated fiberboard to full depth and width. The infilling will be permitted to be used as permanent formwork only for the second casting. Where the fibreboard is exposed it shall be cutback for a depth of at least 2cm from the chambered edge, filled and pointed with a resilient liquid polysulfide polymer sealant to the manufactures instructions.Where dowel bars are indicated on the Drawings forming part of a joint, they shall be held securely horizontal and perpendicular to the joint during concreting.

(C) FormworkAll, “forms, falsework or shuttering” shall include all temporary moulds forming the concrete to the required shape and size together with any special lining that may be required to produce the concrete finish specified.A. All timber for formwork, falsework and shuttering shall be sound wood, well seasoned

and free from lose knots, shakes, large cracks, warping and other defects. Before use on the work, it shall be properly stacked and protected from injury from any source.Any timber which becomes badly warped or cracked prior to the placing of concrete shall be rejected.

B. If the contractor proposes to use steel shuttering, he shall submit to the Employer dimensioned drawings of all the component parts, and give details of the manner in which he proposes to assemble or use them. Steel shuttering will only be permitted if it is sturdy in construction and if the manner of its use is approved by the Employer.

C. Struts and props shall, where required by the Employer, be fitted with double hardwood wedges or other approved devices so that the moulds may be adjusted as required and

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 135 of 280

Page 136: Standard Tender Document

136SECTION IV: GENERAL CONDITIONS OF CONTRACT

eased gradually when required. Wedges shall be spiked in to position and any adjusting devices locked before the concrete is cast.

D. All forms shall be wood and shall be built grout- tight and of sufficient rigidity to prevent distortion due to the pressure of the concrete and other loads incidents to the construction operations. Forms shall be constructed and maintained so as to prevent warping and the opening of joints due to shrinkage of the timber.

E. All formwork shall be approved by the Employer before concrete is placed within it. The contractor shall if required by the Employer provide the latter with copies of his calculations of strength and stability of the formwork or false work but not withstanding the Employer’s approval of these calculations, nothing shall relieve the contractor of his responsibilities for the safety or adequacy of the formwork.

Form of construction jointsF. Where permanent or temporary joints are to be made in horizontal or inclined members,

stout stopping off boards shall be securely fixed across the mould to form a grouting joint The form of the permanent construction joints shall be as shown on the Drawings.

G. Where reinforcement or water stops pass through the face of construction joint the stopping off boards shall be drilled so that the bars or water stop can pass through or the board shall be made in section with a half round indentation in the joint faces for each bar so that when placed, the board is neat and accurate fit and not grout leaks from the stops.

H. The forms shall be restrained and unyielding and shall be so designed that the finished concrete will conform to the proper dimensions and contours. The design of the forms shall take into account the effect of vibration of concrete as it is placed.

I. All sharp edges inside the forms shall be provided with 25mm triangular fillets, unless otherwise shown on the drawings or directed by the Employer.

J. Openings for the inspection and cleaning of the inside of shuttering for walls, piers and columns shall be formed in such a way that they can be closed conveniently before commencing.

K. When concrete is to be deposited to a steeper slope than 45 deg. to the horizontal, top forms shall be used to enable the concrete to be properly compacted.

L. Form, clamps, tie bolts and anchors shall be used to fasten forms. The use of wire ties to hold forms in position during placing of concrete will not be permitted. Tie bolts and clamps shall be positive in action and of sufficient strength and number to prevent spreading or springing of the forms. They shall be of such type that no metal part shall be left within the specified concrete.

M. The cavities shall be filled with grout mortar and the surface left sound, smooth, even and uniform in colour, All forms form for outside surfaces shall be constructed with stiff wales at right angles to the studs and all form clamps shall extend through and fasten such wales.

N. The shapes, strength, rigidity, water tightness, and surface smoothness of re-used forms shall be maintained at all times. Any warped or bulged timber must be replaced. Forms, which are unsatisfactory in any respect, shall not be re-used.

O. All forms shall be treated with approved mould or similar oil or be soaked with water immediately before placing concrete to prevent adherence of concrete. Any materials which adhere to or discolour concrete shall not be used.

P. All forms shall be set and maintained true to the line designed until the concrete is sufficiently hardened. Forms shall remain in place for periods which shall be as specified hereinafter. When forms appears to be unsatisfactory in any way, either before or during the placing of concrete, the Employer shall order the work stopped until the defect have been corrected.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 136 of 280

Page 137: Standard Tender Document

137SECTION IV: GENERAL CONDITIONS OF CONTRACT

Release AgentQ. Only approved chemical release agents, mould creams (emulsions of water in oil) or oils

containing a proportion of surfactant not exceeding 2% will be permitted. Water-soluble emulsion and oils without surfactant shall not be used. Oil based release agents shall be applied at a ratio of 7m²/litre, 24 hours in advance of concreting, preferably by spray or roller. Chemical release agents shall be applied in accordance with the manufacturer’s recommendations.

R. The greatest care must be taken that all sawdust shavings, ships and debris is removed from the formwork before concrete is placed in position and the necessary arrangements must be made by leaving out a board in the bottom of the formwork or otherwise required.

S. The erection, easing, striking and removal of all formwork must be done under the personal supervision of a competent foreman, and any damage occurring through fault formwork or its incorrect removal shall be made good by the contractor at his own expense.

T. All projecting fins on the concrete surfaces after removal of formwork shall be chipped off, and any voids or honey combing to any surface made good to the requirements of the Employer.

U. No patching of the concrete is to be done before inspection of the concrete surfaces as stripped.

V. Traffic or loading must not be allowed on the concrete until the concrete is sufficiently matured and in no case shall traffic or loading be of such magnitude as to cause deflection or other movement in the formwork or damage to the concrete members. Where directed by the Employer props may be required to be left in position under slabs and other members for greater period than those specified hereinafter.

W. It shall be the Contractor’s responsibility that no distortion, damage overloading or undue deflection is caused to the structure by the striking of formwork, but the Employer reserves the right to delay the time of striking in the interest of the work. Formwork shall not be struck until the concrete has sufficiently hardened. Approval of the Employer shall not relieve the Contractor of his liability to make good any concrete damage by premature removal or collapse of forms. In no circumstances shall forms be struck until the concrete reaches cube strength of at least twice the stress to which the concrete may be subjected at the time of striking. The following times given in days (24 hours) are the absolute minimum that will permitted:-

Striking TimesForms Ordinary Portland

CementRapid Hardening Cement

Walls, Columns (unloaded Beam sides 2 2 Slabs – props left under 7 2Beams soffits – props left under 14 5Slabs – props 14 5Beams – props 18 8

The time for removal of forms as set out shall not apply to slabs and beams spanning more than 10 metres. For such spans appropriate times shall be recommended or advised by the Employer.The periods given above are based on the removal of all props and formwork using ordinary Portland Cement under average weather conditions. Adverse weather conditions or different cement may cause the above periods to be increased. Should the contractor wish to make use of reduced striking time then he must satisfy the Employer that the strength of the concrete at such time and the structural system is adequate to withstand the dead and imposed loads applied to it. Before making use of reduces striking times the Employer’s agreement must be obtained in writing.

Finishes

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 137 of 280

Page 138: Standard Tender Document

138SECTION IV: GENERAL CONDITIONS OF CONTRACT

Saw finish- The shuttering shall consist of saw boards, sheet metal or other materials to give a support to the concrete. Appearance is not of primary importance for this class of formwork. It shall be used for surface against which backfill or further concrete is to be placed. The treatment of the shuttering or concrete to provide a bond for the further surface treatment of the concrete shall be directed or approval by the Employer. Masonry or similar material used for facing concrete shall only be used as shuttering where directed by the Employer.The Employer’s approval shall be obtained to the use of blocks or slabs when used as permanent forms in foundation and other similar location.

A. Wrought finish.

The shuttering shall be wrought with boards arranged in a uniform pattern. Alternatively, plywood, metal panels or other approved materials may be used, subject to the Employer’s approval. Joints between boards or panel shall be horizontal or vertical unless otherwise directed. This shuttering shall give a good finish to the concrete and will normally be used for all faces where a high-class finish is not necessary.

B. Fair-faced finishing.

Standard steel panels, hardboard and boarding will not be permitted for the face of this shuttering. The shuttering shall be faced with resin-bonded plywood, faced with matt finished plastic or equivalent material in large sheets, which shall be arranged in an approved uniform pattern. Whenever possible, joints between sheets shall be arranged to coincide with features such as stills, jambs or changed in direction or the surface areas of formwork between features in walls, between beams in horizontal surface or other similar arrangement, shall where possible, be divided into panels of uniform dimensions, without the use of make-up pieces. All joint between panels on vertical or inclined surfaces shall be vertical or horizontal unless otherwise directed by the Architect; those on horizontal surfaces shall be at right angles and wherever possible they shall be parallel to walls and beams. The shuttering shall give a high class finish to the concrete with no lips, fins, or irregularities, and shall give a completely true and even surface, which will be prominently exposed to view where good alignment is of special importance. It is for use in both in-situ and pre-cast concrete.

C. Texture finish.This is an all-over finish of high quality as may be directed by the Employer. Sample panels may be constructed on site prior to commencement of the works, to compare different textures. The shuttering shall be such that the concrete finish give a surface that will be prominently exposed to view a good appearance and alignment are of special importance.

D. Where other finishes, apart from the above are specified, the contractor shall provide a sample panel at least 2.4m x 1.2m in vertical surface area including a typical horizontal and vertical joint in the shuttering. The sample panel shall be construction techniques that the contractor proposes for the actual works. This sample when approved will form the standard for the entire works. All unsuccessful samples shall be removed from the site.

Floor FinishE. Where “tamped finish” is specified it will be obtained by an edge board to the

Employer’s approval. Board works are so be made to a true pattern and will generally be at right angles to the traffic flow. Haphazard or diagonal tamping will not be accepted.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 138 of 280

Page 139: Standard Tender Document

139SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.15.6STRUCTURAL STEELQUALITY OF MATERIALS AND WORKMANSHIP(A) The quality of all materials and workmanship used in the execution of this contract shall

comply with the requirements of the most recent issues of the following British Standards and code of practice, including all amendments.

B.S 4 (part 1) Hot Rolled SectionsB.S 4 (part 2) Hot Rolled Hollow SectionsB.S 449 The use of Structural Steel in BuildingsB.S 638 Arc welding plant equipment and accessoriesB.S 639 Covered Electrodes for manual Metal Arch Welding of Mild Steel and Medium tensile steelB.S 916 Black Bolts, Screws and NutsB.S 1449 Steel plate, sheet and stripB.S 1775 Steel Tubes for mechanical, structural and General Engineering PurposesB.S 2994 Cold rolled Steel SectionsB.S 4190 ISO metric black hexagon bolts, screws and nutsB.S 4320 Metal washers for general engineering purposesB.S 4360 Weldable structural steelB.S 4848 Hot rolled structural steel sectionsB.S 4872 Approved testing of welds when welding

Procedures approval is not requiredB.S 5135 General requirements for the Metal Arc Welding of Structural steelB.S 5493 Protection of iron and steel structures from CorrosionBS 729 Specification for hot dip galvanized coatings on iron and steel.TOLERANCESAll members shall be fabricated with a tolerance in length of + 0mm and -3 mm, all shall not deviate from straightness by more than 1 in 400.The allowance for angular twist shall be (3 + 0.6L) in the length of the member under consideration in metres. Twist shall be measured by placing the member as fabricated against a flat surface measuring the differences between the two corners of the opposite end.The above tolerances shall be adhered to unless otherwise specified on the Engineer’s drawing.

(A) Materials

All metals and metal work components whether fabricated on or offsite shall conform to the requirements of the relevant British Standards and other standards to the approval by the Employer.Metalwork articles shall have a first class finish, and be free from scale, rust, damage or other defects.Components shall be properly assembled and joined in a neat and functional manner.Welded connections shall be ground off as necessary to present a clean smooth finish without detriment to the strength of the connection.Particular attention shall be given to the protection of metalwork from degradation caused by the environment in which it is to be used. This shall be accomplished by galvanizing, surface coating or such other treatment suitable for the metalwork under consideration.

(1) Mild Steel

Mild steel shall comply with the relevant standard and shall be galvanized for parts, which are not accessible, or in open air, or come in contact with moisture. All other parts, except reinforcement to concrete, shall be primed as described under the Clause for painting.

(2) Copper

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 139 of 280

Page 140: Standard Tender Document

140SECTION IV: GENERAL CONDITIONS OF CONTRACT

Copper and copper alloys shall comply with the British Standards and approved standards and approved standards relevant to the form and use for which the material is intended.Copper components shall be placed so that in no case shall they come in direct contact with aluminium nor shall it be possible for water or condensation to pass off copper on to aluminium.

(3) Zinc

Zinc sheet shall be of good colour, free from cracks, dross, overlaps, scales and any other defects, which might be detrimental to its working properties. All zinc shall be at least 0.8 mm thick. No iron or copper shall be used in contact with zinc.

(4) Aluminium Sheeting

Aluminium for profiled roof sheeting and flashing shall be manufactured from alloy in hard temper conforming to BS 1470 Ns3 Specification not less than 0.7 mm thickness and with a colour coasted surface finish. Profiled sheeting shall conform to BS CP 5427.Fastenings shall be by means of aluminium hook bolts or other approved fixes in accordance with BS CP 143 Part 1 and recommendations of the manufacturer.Laps shall be sealed as necessary.

(5) Galvanizing

Where steel members are specified to be galvanized they shall be so treated after all cutting, drilling, punching and removal of burrs has been carried out.Galvanizing shall be applied by the hot dip process and shall consist of a coating of zinc weighing not less than 610 g/m² of surface. The zinc coating shall be smooth, clean, of uniform thickness and free from defects. The preparation for galvanizing itself shall not adversely affect the mechanical properties of the steel.The testing of the zinc coating on galvanized articles shall be carried out in accordance with BS 729.

(B) Steel External Doors

Steel external doors shall be fabricated from steel sheet covering a framework of steel angles and galvanized after fabrication. Door frames shall also be galvanized steel. All external doors shall be insulated and fitted with panic latches, which are lockable from outside.External doors shall be effectively sealed to reduce the ingress of dust as far as practicable, using heavy duty seals which shall be guaranteed for a minimum period of five years from date of commissioning. Doors and seals shall be designed so that replacement of worn seals can be achieved easily on site.

(C) Workmanship

All plates and sections shall be true to form, free from twist and straightened before any fabrication work is started on them. Each piece of work shall be distinctly marked before dispatch in accordance with a marking diagram to be provided by the Contractor.

3.15.7BLOCK WORKA) Materials(1) Cement

Cement shall be Sulphate–resisting and of a quality as described in the section for concrete. The clause in that section referring to cement storage shall also apply.

(2) Sands an aggregatesFine and course aggregates for forming blocks shall be aggregates from natural sources of hard, durable material or other approved, free from deleterious substances. Sand shall be graded 2 mm down and coarse aggregate shall be as specified for concrete.

(3) LimeLime for mortar shall be hydrated gray-stone lime in accordance with BS 890 for hydrated calcium limes. Magnesia lime shall both be used in mortar for brickwork below the damp-proof course.The Contractor shall forward copies of Manufacturers certificates to the Employer, which in addition to certifying compliance with BS 890 shall give details of the type of lime. If

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 140 of 280

Page 141: Standard Tender Document

141SECTION IV: GENERAL CONDITIONS OF CONTRACT

lime is delivered as lime putty, the certificate shall state whether quicklime or hydrated lime was used in its manufacture.All lime shall be efficiently protected against deterioration during transport and whilst stored on site. Different type or brands of lime shall be stored separately in dry conditions in a manner that allows it to be used in the order of delivery.When lime putty is to be used the Contractor shall obtain the approval of the Employer of his arrangement for transport handling and storage. Precautions shall be taken to prevent contamination and drying out of lime putty stored on site. Lime putty made from quicklime should mature for at least 14 days before being used. Where it is made from hydrated lime (powder), lime putty should stand for at least sixteen hours before use.

(4) Concrete BlocksConcrete blocks shall be solid or hollow blocks to comply with the relevant standard as previously mentioned and shall be solid hard, true to size and shape and sharp arises in accordance with Ministry of Works Standard Specification for Metric sized concrete block for building dated September, 1972.They shall be obtained from an approved manufacturer or manufactured on site in approved block making machines. The mix used shall be less than (1:9) by volume and maximum size of aggregate shall be 12mm size. The blocks on removal from the machine shall be laid on edge or racks under sheds erected by the Contractor and left for 3 days during which period they shall be kept constantly wet.After this initial period they shall be placed on edge in the open racks and protected by sacking or other approved covering and kept wet for further 5 days.Thereafter the blocks shall be left in the same position without wetting for a further 20 days. No blocks shall be used in the works until 28 days old and until samples have been tested approved by the Employer.The Contractor shall ensure that the blocks are stocked separately in their respective categories in the structure in the position shown on the drawings.Any stone for walling shall be good hard local stone equal in standard and quality. Stone shall be squared, dressed and joints chisel dressed on the face. Stone to receive render, shall be so dressed to reduce dubbing-out to a minimum.The coursed stone shall both be less than 150mm deep and 305 mm long. All stone shall be laid on their natural or quarry bed lines.

Block LayingAll blocks shall be kept completely filled with mortar. The thickness of the horizontal mortar joints shall not exceed 40mm to every four joints. Where block work is to be plastered or rendered, joints shall be struck off and left rough to provide a key.Movement joints shall be provided where required. They shall incorporate a joint filling strip and sealant Gaps in movement joints shall be left free from debris and shall not be pointed with mortar.Block work shall be built with three courses to 600 mm in a uniform manner, in truly level courses and truly vertical or battered. Corners and other advanced work shall be racked back and not raised above the general level more than one meter. Toothing shall be used only where provision has to be made for a future extension. Both leaves of cavity shall be built up simultaneously. Galvanized flat twist wall ties of an approved pattern shall be bedded with a slight fall towards the outer face and shall be provided in alternate courses at intervals of 900mm and staggered horizontally. Additional ties shall be used near the sides of all openings at the rate of one for each 300mm of opening height. The cavity shall be kept clear of mortar droppings and rubbish, and the inside mortar joints shall be finished flush as the work proceeds. Cavities shall be 50-75 mm in width.Both holes shall be built into the external skin of cavity walls in the form of sand filled vertical joints at 1m centres and are to be racked out on completion. Weep holes shall be laced over all lintels.Walls shall be constructed with an approved metal reinforcement every second course.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 141 of 280

Page 142: Standard Tender Document

142SECTION IV: GENERAL CONDITIONS OF CONTRACT

Additional horizontal reinforcement shall be provided in bed joints in walls for each 2courses above and below all openings greater than 300mm wide. The reinforcement shall extend a minimum of 900mm beyond the opening on both sides.Below ground level and at the jambs of all openings, the hollow concrete blocks shall be filled with weak concrete, well taped down and carried from base slab to top of such openings. Cavities shall be kept clear of mortar droppings or other debris, by the use of lifting batters or other suitable means.Where external block work abuts concrete surfaces and where indicated elsewhere, the blocks shall be tied to the concrete every second course with adjustable galvanized steel ties fixed in slots cast into the concrete.Concrete abutting external block work shall be coated with two coats of bitumen paint.Holes and chases shall be cut out or left in the walls as required and provision shall be made for making good to the satisfaction of the Employer.On completion, all block work shall be cleaned down and mortar dropping and other marks removed. Defective blocks or workmanship shall be made good.(6) ReinforcementWhen required, vertical reinforcement for hollow concrete blocks shall be high yield deformed steel conforming to BS 4449 requirements. The minimum to be provided shall be 10mm diameter bars at 150mm centres.Lap lengths for vertical reinforcement shall be a minimum of 50 diameters.Horizontal bed joint reinforcement shall be made from hard drawn steel wire to BS4482 consisting of two wires with diameter a minimum of 5 mm and separated by cross wires welded at 304-mm centers. The main wires shall be at 50 mm centers and 160mm centers for 100 and 200mm block work respectively. Alternatively, approved expanded mesh reinforcement may be used.(7) LintelsThe block work over all openings in walls shall be supported on reinforced concrete grade 25 lintels.All lintels shall be the same width as the block work into which they are being built.Building in FramesOpenings in masonry for doors, widows, air conditioning units’ ventilators and fans etc. shall be properly marked out and built in as the work proceeds with approved anchors. The fittings shall be propped and strutted where required.The back surface of steel and galvanized fittings shall be coated with a bituminous paint before fixing.All fittings shall be bedded in 1:3 sand cement mortar 12mm thick.Precautions during Inclement WeatherNewly laid masonry work shall be protected from the harmful effects of sunshine, rain, drying wind, running or surface water and shocks. Any work that may be damaged shall be taken out and pointed as directed by the Employer. Any costs incurred in carrying out such remedial work shall be borne by the Contractor.Damp Proof Course (DPC)A damp proof course shall be laid in walls, above ground level so as to exclude rising moisture.Damp-proof courses shall be from one of the following materials:

(1) Lead and copper DPC complying with the requirements of BS 743.(2) Asbestos base bitumen DPC complying with the requirement of BS 743 Type C.(3) Asbestos base lead cored bitumen DPC complying with requirements of BS 743Type F.

Damp-Proof MembraneAn approved bitumen/PVC waterproof membrane shall be placed on the blinding under concrete floor slabs, to exclude rising moisture. The membrane shall be taken up walls and lapped with the wall DPC.All floor finishes shall be protected from damage by following trades and other causes and any damage, howsoever caused, shall be made good by the Contractor at his own expense to the satisfaction of the Employer.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 142 of 280

Page 143: Standard Tender Document

143SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.15.8FLOOR LAYING(A) Screeded BedsConcrete floors, which are required to be surfaced with screed, shall have a roughened surface, produced by hacking and wire brushing. The roughened concrete floor shall be cleaned, wetted preferably overnight, the surplus water removed and 1:1 cement/sand grout brushed into the surface, keeping just ahead of the screeded bed. The screeded bed shall be 40mm thick and shall be well compacted and leveled with a screeding board and steel trowelled smooth. If the screed is the finished surface, it should be treated with an approved silicate of soda solution hardener to prevent dusting. The screed shall be mixed in the proportions of 1:2:4 (cement, sand, and 10mm-pea shingle) by volume with the minimum quantity of water necessary to give a good hard smooth, steel trowelled finish.The section hereof concerning concrete applies, but the sand shall satisfy the requirements of BS 1199.Rigid screed battens shall be fixed on continuous beds of mortar to prevent movement when screeds are being laid and compacted. The screed batten shall be fixed to true lines and levels.The bay sizes shall not exceed 15 square meters and the length of any one bay shall be limited to 1.5 times the width. The bays shall be laid alternately, ie. in chequerboard fashion, a minimum of 24 hours being allowed to elapse between the laying of adjacent bays.The bays shall be separated by strips of hard plastic or other suitable material. Screeded beds shall be cured for at least seven days, using polythene sheeting or other approved method. Floor finish shall be terrazzo, granito tiles and ceramic tiles mixture as approved.

3.15.9CABLE DUCTS, DRAINAGE AND SEWERAGE DISPOSAL(A) Cable Ducts

Cable ducts may be constructed of in-situ concrete or pre-cast concrete duct. In each case, the material shall be in accordance with relevant sections of this Specification.All cable ducts shall be laid in straight lines and regular gradients between cable pits, as directed. All ducts shall be kept clear from earth, debris and other obstructions during and after laying.

(B) DrainageAll drainage shall be designed for common use with cable ducts, in accordance with approved standards and Codes of Practice.All drains shall be laid in straight lines and regular gradients as described or directed.Great care shall be exercised in setting out and determining the level of the drains. All drains shall be kept clear from earth, debris, superfluous cement and other obstructions during and after laying.Underground drains shall be provided with inspection well at appropriate sections and connected to common underground infiltration tank.

C) Sanitary FittingsWash hand basins shall be supported on cantilever brackets cut and pinned to the walls or screwed to 30mm timber chambered backboards, which shall be plugged and screwed to the walls. They shall be provided with 35mm bottle traps with brass cleaning eye and lining soldered on, or alternatively, a similar PVC fitting.Cistern supporting brackets shall be screwed to 30mm timber chambered backboards, which shall be plugged and screwed to the walls. Overflow pipes from WC cisterns shall be 20mm bore.Glazed ware shall be of best quality and type and manufacture approved by the Employer.Fittings shall be securely fixed in an approved manner. Cisterns shall be plastic wherever possible.

D) Overhead Reservoir water tankThe contractor shall provide for an overhead plastic water tank with a capacity of not less than 2,500 litres.

3.15.10 PAINTING AND DECORATING

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 143 of 280

Page 144: Standard Tender Document

144SECTION IV: GENERAL CONDITIONS OF CONTRACT

Paints for priming, undercoat and finishing shall be ready mixed paints of the best quality for the intended use and comply with BS 6150. Paint for use on concrete or block work shall be of a type specially prepared for this purpose.All work shall be properly cleaned and rubbed won between each coat in a way, and using materials, recommended by the manufacturers of the paints concerned. No coat shall be commenced until the Employer has passed the previous coat a dry, hard and satisfactory.Each coat shall be of a distinct colour from the preceding one and all colours shall be approved by the Employer. Spray painting will not be permitted except for internal faces of walls and ceiling. All other paint shall be thoroughly brushed into and completely cover the surface.All timber required to be built into bedded or fixed against brickwork, masonry or concrete shall be given two priming coats and one undercoat on the concealed surfaces.All woodwork shall have knots treated with two coats of a knotting solution and then painted with aluminium priming paint prior to priming the complete surface. The wood shall then be primed, stopped and painted with two undercoats and one high gloss-finishing coat.Hard wood, which is not required to be painted, shall be made perfectly smooth, prepared and oiled twice with linseed oil. Alternatively, it shall be stained and wash-polished, or treated with two coats of an approved varnish.Bitumastic painted surfaces and coated pipes shall be thoroughly cleaned to remove grease, dirt or other deleterious matter, and then painted with one coat of sealer, one coat of leafing aluminium, one coat of undercoating paint and one coat of high gloss finish.When so described or directed, internal surfaces of fair-faced block work, plastered walls and the soffits of concrete roofs shall be prepared and painted with one coat of antisuction primer, followed by one undercoat and two finishing coat of PVA based plastic emulsion paint.Exterior surfaces for fair faced block work walls and concrete columns at the new buildings shall be prepared and painted with two coats of an approved stone paint.At the completion of all works, the Contractor shall clean down the premises; wash paving and steps; wash and leather down wall tiling, etc. Clean all sanitary fittings; touch up paint work; examine all roofs and leave watertight; clean out all pipes and leave the whole of the premises in a clean, sound and perfect condition ready for immediate occupation.

3.15.11 SECURITY FENCING AND GATES(A) Security Fencing

Chain link gauge 8 or equivalent fences shall be constructed in accordance with BS 1722,Part 10 and shall be of such manufacture that when any one segment is cut, remaining segments within the pattern retain their rigidity. Overall height of the fencing shall be 2.4metrs above ground level, excluding barbed wire. Posts of the fences shall be of steel structure with concrete block foundations. The perimeter fences shall be earthed independently of the main switchyard earthing with an adequate earthing rod at every 5 supporting posts of the fences.The posts shall have cranked tops set at 45° to the posts, to which shall be attached three stands of galvanized barbed wire to BS 4102. Barbed wires shall be strained between straining posts with eyebolts and fixed to intermediate posts with stirrup wires. Intermediate posts shall be provided at centres not exceeding 3 meters. Corner posts and struts shall be provided at all ends, corners, adjacent to gate posts and at intervals not exceeding 35 meters.All fence fittings shall be galvanized.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 144 of 280

Page 145: Standard Tender Document

145SECTION IV: GENERAL CONDITIONS OF CONTRACT

(B) GateA gate shall comply with BS 1722, Part 10 and shall be constructed of galvanized chain link mesh on galvanized extension arms. Separate man gate shall be provided beside the main gate.The gate shall be fitted with a vertical drop bolt on each leaf, a sliding bar lock with padlock eyes and a padlock to prevent movement of the sliding bar lock. All these fittings shall be galvanized. The vertical drop bolts are to drop into galvanized steel tubes cast into the road, to secure the gate when in both closed and open positions. Gateposts shall be made from galvanized steel RHS or tubular section shall be capped and set in concrete in the ground.Gate hinges (pivots) shall be heavily galvanized.

3.15.12 ANCILLARY CIVIL ENGINEERING AND BUILDING WORKSGeneralThe ancillary civil engineering and building works for the Project are classified as follows:-(1) Air conditioning and ventilating works.(2) Fire safety facilities, and(3) Control room at KPA.(1) Air Conditioning and Ventilating services

Air ConditioningSupervisors’ office, Control room, Library, Communications equipment and battery room shall be air-conditioned.Air conditioning shall be provided in the form of self-contained air conditioning units, in a designed capacity for proper operation and maintenance of communications equipment proposed by the Contract.The air conditioning units shall be individually thermostatically controlled to maintain internal conditions at 20 to 22 degrees centigrade.Mechanical VentilationSupply and extract ventilation shall be provided to serve the toilet/wash rooms.Supply air handling plants shall consist of a fresh air intake louvers, insect screen, filter and fan.Extract ventilation shall be provided by means of wall mounted fans, roof extract units or ducted systems with louvered discharges to atmosphere.DesignAll air conditioning and ventilation systems shall be designed for continuous operation. Plant shall be arranged to facilitate maintenance and future replacement of equipment.The Contractor shall calculate heat gains and losses under the local conditions, taking into account solar radiation, thermal transmittance through roofs, walls, floors and windows, fresh air requirements, heat emission from installed electrical equipment and lighting, personnel, infiltration and any other sources.The Contractor shall be responsible for determining the heat transfer coefficients for all materials used in building construction. In the event of any change in materials, design or method of building construction, the Contract shall at all times be responsible for rechecking the design of all system to ensure that they are capable of meeting the specified design requirements.Self contained room air conditioners shall be of the through-the-wall pattern and complete with adjustable grilles, heavy gauze zinc coated stove enamelled sheet steel casing with single or two colour decorative finish.The casing and position shall be such as to protrude not more than 250mm into the conditioned space and not external projection beyond the building line will be permitted other than the fixing of the condenser cooling air grille.Compressors shall be of the fully hermetic type, fitted with resilient mountings and complete with thermal overload protection and starting relays.Evaporators shall be manufactured of copper tube with copper or aluminium fins mechanically bonded. The evaporator fan shall be of double inlet double width type and complete with continuously rated totally enclosed electric motor.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 145 of 280

Page 146: Standard Tender Document

146SECTION IV: GENERAL CONDITIONS OF CONTRACT

Filters shall be of the washable type, suitably positioned for easy access for cleaning.Automatic control by means of an integral thermostat shall be provided together with the safety controls to prevent excessive cooling.

(2) Fire Safety FacilitiesPortable fire extinguishers shall be provided under this Contract. Portable, wall mounted, hand held extinguishers shall be 5.5 Kg pressurized control discharge BCF units.The body of the extinguisher shall be seamless, welded and brazed as appropriate.The extinguisher shall be capable of being released by means of a lever-operated valve provided with a safety pin.Extinguishers shall be capable of controlled partial discharge.The type shall be of that recharge unit that is locally available.The extinguishers shall be wall mounted and attached in a manner affording quick release from the supporting bracket. They shall be installed so that the top of the extinguisher is not more than 1.5 meters above the floor. In no case shall the clearance between the bottom of the extinguisher and the floor be less than 0.1 meter. The extinguishers shall be positioned so that the instructions for operation face outwards.Automatic control by means of an integral thermostat shall be provided together with the safety controls to prevent excessive cooling.

(3) Control roomAt the new KPA Substation, the control room shall be at least 240m², and shall house

the following; 11kV switchgear Circuit breaker control and protection relay panels room Battery room Battery chargers and distribution boards Communication equipment Fully furnished Office A washroom ,WC, Urinal and Bath Equipment/Utility store Library/Records room

3.16 TESTS AT THE SITEDuring the construction and after the installation of each item of equipment under the Section 2, tests shall be performed, as specified herein, to establish the accuracy of the assembly and to prove the adequacy of the materials and the workmanship. All tests and tests procedures shall be approved by the Employer.The Contractor shall perform the following tests of each subsection, for all items where applicable, to ensure that the equipment has been correctly installed, all necessary adjustments and settings made, and that the item is in sound condition to run under load.

(A) Inspection during erection of equipment(a) Appearance check of all equipment(b) Calibration of pressure gauges(c) Protective relay check(d) Oil tightness check and gas leakage tests(e) Measurement of the resistance of the main circuit

(B) Test after the installation of equipment1. Substation Switchgear.a. Circuit breakers

i. Closing and opening operation testii. Trip-free operation testiii. Manual operation test

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 146 of 280

Page 147: Standard Tender Document

147SECTION IV: GENERAL CONDITIONS OF CONTRACT

iv. Remote operation testv. Main Contact resistance testvi. Breaker timing (closing time and opening time)vii. Measurement of insulation resistance

b. Disconnecting switchesi. Operation test (manual and remote)ii. Check of interlock mechanismiii. Measurement of insulation resistanceiv. Main Contact resistance

c. Lightning arrestersi. Measurement of insulation resistance

d. Current transformersi. Measurement of insulation resistanceii. Ratio testiii. Polarity checkiv. Magnetisation curve to confirm knee point

e Voltage transformersi. Measurement of insulation resistanceii. Ratio and Polarity check.

2. Control, measuring and protective equipmenta. Control and measuring equipment

i. Relay testsii. Measurement of insulation resistanceiii. Sequential operation checkiv. Calibration of meters

b. Protective relaying equipmenti. Individual relay calibration and Functional testsii. Residual voltage (current) measurementiii. Measurement of burdeniv. Current and voltage transformer circuits grounding point checkv. Sequential operation test at each station by primary and secondary injection to check sensitivity and stabilityvi. Station to station operation performance tests (transmission line protective relaying equipment only).vii. Test on Trip and alarm circuitsviii. Stability, Operation, and Sensitivity of transformer unit schemes. ix. Calibration Tests on all Instrumentsx. Calibration Test on Energy meter

(3) Miscellaneous materialsa. Outdoor busi. Measurement of insulation resistanceb. Power cablesi. High voltage testii. Insulation resistance measurementc. Control cablesi. Insulation resistance measurement

(C) ENVIRONMENTAL REQUIREMENTSThe Contractor shall undertake to complete all works in accordance with statutory requirements including those of:i) The Kenya Agricultural Act - Concerning protection against soil erosion.ii) Public Health Act – Concerning with noise, water and air quality as they relate to

human health.iii) Chief Authority Act – Concerning the regulation of timber cutting and wasteful

destruction of trees and avoidance of damage to the public road or other community facilities.

iv) The Local Government Act – Section 145 for preservation or protection of wildlife and Section 163 regarding noise disturbance controls.

v) Environment Management and Coordination Act - EMCA”99, Kenya Environmental Law and accompanying gazetted regulations.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 147 of 280

Page 148: Standard Tender Document

148SECTION IV: GENERAL CONDITIONS OF CONTRACT

vi) Energy Act 2007 Environmental provisions.vii) Forest and Wildlife Actviii) Clearance and disturbance of natural vegetation shall be kept to a minimum to prevent habitat loss and to keep soil erosion in check.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 148 of 280

Page 149: Standard Tender Document

149SECTION IV: GENERAL CONDITIONS OF CONTRACT

3.17 SITE VISITIn practising due diligence, the contractor is specifically advised to inspect the site & terrain and be well acquainted with the actual working and other prevalent conditions, facilities available, position of material and labour. The bidder is advised to visit and examine the site where the plant is to be installed and its surroundings and obtain for itself on its own responsibility all the information that may be necessary for preparing the bid. The bidders shall ask for necessary clarifications required for clearly understanding the scope & technical /commercial requirements of the tender from KPA before submitting their offer.

B. TECHNICAL SPECIFICATIONS FOR 11kV SWITCHGEAR

These specifications lay down requirements for 11kV metal clad switchgear panels. They are intended for use by Kenya Ports Authority in purchasing the equipment. They must be read together with the accompanying Technical Specifications for 132 KV Switchgear, Control, Protection and Communications Equipment.

NOTE: These specifications have been derived from the standards of the Kenya Power and Lighting Company (K.P.L.C) and the tenderer is therefore advised to get acquainted with the said standards.

1. GENERAL SPECIFICATIONS1.1 SCOPE

These Specifications cover the Design and Engineering, Manufacture, Testing at the Manufacture’s Factory, painting, packing for transport, insuring, shipping, delivering to the port of Kenya, landing, customs clearing, transporting and Delivery to KPA stores of 11 KV Indoor Metal Clad Switchgear Panels .

Subsequent paragraphs will give detailed descriptions and requirements for the Switchgear Panels, including Circuit Breakers, Current, Transformers, Voltage Transformers, Protection relays, metering, measuring, indicating and control devices and other equipment / devices, specified herein.

1.2 STANDARDSRating, characteristics, tests and test procedures, etc, for the 11kV metal-clad switchgear panels and all the protection relays, measuring and indicating instruments and the control and monitoring devices and accessories, including current transformers and voltage transformers shall comply with the provisions and requirements of the standards of the International Electro-technical Commission (IEC), and also relevant ANSI standards where specified.

The last revision or edition in effect at the time of bid invitation shall apply. Where references are given to numbers in the old numbering scheme from IEC it shall be taken to be the equivalent number in the new five-digit numbers scheme. The bidder shall specifically state the precise standard, complete with identification number, to which the various equipment and materials are manufactured and tested. The bid document may not contain a full list of standards to be used, as they only are referred to where useful for clarification of the text.

1.3 UNIT OF MEASUREMENT AND LANGUAGEIn all correspondence, in all technical schedules and on all drawings prepared by the manufacturer, the metric units of measurement shall be used. On drawings or printed pamphlets where other units have been used, the equivalent metric measurement shall be added. All documents, correspondence, drawings, reports, operating and maintenance instructions/manuals and nameplate details of the equipment shall be in English language.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 149 of 280

Page 150: Standard Tender Document

150SECTION IV: GENERAL CONDITIONS OF CONTRACT

1.4 SERVICE CONDITIONFrom the geographical condition, the area where the switchgear panels shall be installed is categorized into the tropical climate zone. In choosing materials and their finishes, due regard shall be given to the humid tropical conditions under which the switchgear panels shall be called upon to work. The manufacturer of the switchgear panels shall submit details of his usual practice of tropicalization which have proven satisfactory for application to the switchgear panels and associated equipments to prevent rusting and ageing in the tropical climate zone. The applicable standards for tropicalization shall be listed.

1.4.1 Climatic Conditions

Unless otherwise specifically stated in particular technical specifications any equipment or component or assembly shall be designed for the following service conditions:

Parameter Max MinAmbient air temperatureOutdoor +400C -10CIndoor +400C -10C24 hours average maximum

+300C -10C

Relative humidity 90-100%

Height above sea level 2200mEMC Class (IEC 6100) Industrial environmentsSeismic coefficient 1.5Rainfall conditionAverage 800-1700 mm/yearMaximum 160mm in 24 hoursAnnual mean isokeraunic level

Max 180 thunderstorm days

Pollution (IEC 60815) Heavy: class IICreepage 25mm/KV

1.4.2 Switchgear Room Temperature

The switchgear should be suitable for installation in a room without air conditioning but with ventilation to allow natural cooling. Therefore all the protection and control devices employed shall be capable of operating in this environment without failure for their designed life time. Particularly the power supply modules of the protection and control devices shall be designed for minimum heat generation and effective heat dissipation to ensure that the temperature of these devices enclosed in the relay panels at the above listed ambient temperature shall not exceed the maximum operating temperature of the device.

1.4.3 Tropicalization

(a) All equipment must be designed for operations in the service tropic climate conditions and fully comply with climatic aging tests as per IEC 60932 – class 2.

In choosing materials and their finishes, due regard shall be given to the humid tropical conditions under which the switchgear will be called upon to work. The manufacturer shall submit details of his usual practice which have proven satisfactory for application to the parts of the switchgear panels, which may be affected by tropical conditions.(i) Metals

Iron and steel are generally to be painted or galvanized as appropriate. Indoor parts may alternatively have chromium or copper-nickel plates or other approved protective finish. Small iron and steel parts (other than rustless steel)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 150 of 280

Page 151: Standard Tender Document

151SECTION IV: GENERAL CONDITIONS OF CONTRACT

of all instruments and electrical equipment, the cores of electromagnets and the metal parts of relays and mechanisms shall be treated in an appropriate manner to prevent rusting.

(ii) Screws, Nuts, Springs, EtcThe use of iron and steel shall be avoided in instruments and electrical relays wherever possible. Steel screws shall be zinc, cadmium or chromium plated or where plating is not possible owing to tolerance limitations, shall be of corrosion resisting steel. Instrument screws (except those forming part of a magnetic circuit) shall be of brass or bronze. Springs shall be of non-rusting material, e.g., phosphor-bronze or nickel silver, as far as possible.

(iii) Rubbers:Neoprene and similar synthetic compounds, not subject to deterioration due to the climatic conditions, shall be used for gaskets, sealing rings, diaphragms, etc.

1.5 WORKING STRESS AND EQUIPMENT /APPARATUS DESIGN1.5.1 General

(a) The design, dimensions and materials of all parts shall be such that they will not suffer damage under the most adverse conditions nor result in deflections and vibrations, which might adversely affect the operation of the equipment. Mechanisms shall be constructed to avoid sticking due to rust or corrosion.

(b) The equipment and apparatus shall be designed and manufactured in the best and most substantial and workmanlike manner with materials best suited to their respective purpose and generally in accordance with up-to-date recongnized standards of good practice.

(c) The equipment shall be designed to cope with 0.2g horizontal acceleration of seismology on the centers of gravity.

(d) Whenever possible, all similar parts, including spare parts, shall be made interchangeable. Such parts shall be of the same materials and workmanship and shall be constructed to such tolerances as to enable substitution or replacement by spare parts easily and quickly.

(e) All equipment shall be designed to minimize the risk of fire and consequential damage, to prevent ingress of vermin and dust and accidental contact with electrically energized or moving parts. The switchgear panels shall be capable of continuous operation with minimum attention and maintenance in the exceptionally serve conditions likely to be obtained in a tropical climate and where the switchgear is called upon to frequently interrupt fault currents on the system and also where the duty of operation is high.

1.5.2 Strength and Quality(a) All steel casting and welding shall be stress-relieved by heat treatment before

machining and castings shall be stress-relieved again after repair by welding.(b) Liberal factors of safety shall be used throughout, especially in the design of all parts subject to alternating stresses or shocks.

1.5.3 Design data low voltage equipmentLow voltage equipment and installation shall be designed in accordance with EMC directives. The rating and design criteria for low voltage equipment shall be as follows:(a) AC Supply Rating system

Rated voltage between phases 415 V ACConnection type 3ph 4 wireRated voltage between phase to earth

240 V AC

Grounding system PMEFrequency 50 HZ

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 151 of 280

Page 152: Standard Tender Document

152SECTION IV: GENERAL CONDITIONS OF CONTRACT

Voltage variation +/-10%Frequency variation +/-2%Power frequency 1 min, Test Voltage 3 kVThermal rating of conductors 120% of loadMax short-circuit current 31.5 kA

The AC supply shall be used for power circuit and for lighting, indication,motor controls and similar small power circuits.Unless otherwise specified, the equipment provided under this tender is to be capable of reliable operation at voltages as low as 85% of the rated voltage, and to withstand continuously up to 110% supply voltage above the rated value of 240V or 415 V AC.

(b)DC Auxiliary Supply Rating

Equipment/ Device Rated voltage 110 V DCConnection type 2 wireVoltage variation 85-137 V DC

(I) The auxiliary dc supply shall be used for controls, indication, alarm, protection relays, and circuit breaker tripping and closing circuits, e.t.c.

(II) All equipment and apparatus including the circuit breakers, protective relays, control, devices and accessories, measuring and indicating instruments and electronic equipment shall be capable of satisfactory operation at 80% t0 125% of the rated dc supply voltage.

1.5.4 Design data for Medium voltage plant and equipmentThe rating and design criteria for the MV plant and equipment shall be as follows:-

ITEM Parameters SYSTEM PARAMETER1 System description 50Hz, 3 phase, 3 wire2 Neutral point earthing Solid earthed3 Nominal system voltage 11 kV4 Highest system (Service) voltage as defined by IEC 0

6993812 kV

5 Highest Equipment Rated Voltage as defined by IEC -60071

17.5 kV

6 Symmetrical Short – Circuit Rating 31.5 kA7 Short-circuit current withstand , not less then 3 second 31.5 kA8 Dynamic peak current (min making current) not less

than 78 kA

9 Rated current of busbars 2000 A 10 Rated current for transformer incomers and bus

coupler1500 A

11 Minimum rated continuous current of circuit breakers 630 A12 Insulation level according to IEC 60071:12a Lightning impulse withstand voltage (1.2/50 µ kV Peak 95 kV12b Test voltage at power frequency 1 min dry and wet.

To earth and between phases38 kV

13 For the design and erection of the busbars the following minimum clearance shall be observed

12a Phase to earth [mm] 30012b Phase to phase[mm] 25013 Minimum nominal creepage distance as defined in IEC

60815, Table II25mm /kV

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 152 of 280

Page 153: Standard Tender Document

153SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 153 of 280

Page 154: Standard Tender Document

154SECTION IV: GENERAL CONDITIONS OF CONTRACT

1.6 BASIC REQUIREMENTS FOR ELECTRICAL EQUIPMENTAll materials supplied under this Contract shall be new and of the best quality and of the class most suitable for working under the conditions specified. They shall withstand the variations of temperature and atmospheric conditions arising under working conditions without distortion, deterioration or undue stresses in any parts and also without affecting the suitability of the various parts of the works for which they were designed.

1.6.1 Electrical controls, auxiliaries and power supplies(a) Responsibility for electrical control and auxiliaries. The manufacturer shall provide

all control, indication, alarm and protection devices and all auxiliary equipment with wiring and interconnecting cable which are integral parts of or are directly associated with or mounted on the switchgear panels to be supplied under this tender. The design of protection and control schemes for the switchgear panels shall be subject to approval by the employer.

(b) Operation and controlInterlocking devices shall be incorporated in the control circuit to ensure safety, and proper sequence and correct operation of the equipment.

1.6.2 Corona and radio interference(a) Switchgear shall electrically be designed to avoid local corona formation and discharge

likely to cause radio interference.(b) The design of jointing of adjacent metal parts and surfaces shall be such as to prevent

corrosion of the contact surfaces and to maintain good electrical contact under service conditions.

(c) Particular care shall be taken during manufacture of busbars and fittings and during subsequent handling to ensure smooth surface free from abrasion . All joints on the busbars and the circuit within the switchgear board shall be silver or tin-plated to ensue good electrical connection.

1.6.3 Switchgear Panels(a) The switchgear panels shall be dead-front, floor-standing, rigid welded steel frames,

completely enclosed by metal sheets and suitable for indoor installation.(b) The floor-standing switchgear panel shall have provision for bolting to the floor.(c) Suitable terminal blocks shall be provided for all outgoing power and control cables. All

cable terminals shall generally be located for bottom entry and connections.(d) The switchgear panels shall be painted to RAL 7032 colour.(e) Enclosures for the switchgear panel and for other electrical equipment shall have the

following degree of protection (ref IEC 60034, IEC 60529 and IEC 60947)

Equipment Degree of protection

Medium voltage enclosed switchgear IP 41

Indoor control and relaying equipment IP 51

(f) Interior illumination lamps operated by door switches shall be provided for each switchgear control compartment. The Lamps should be easily available in the local market for future replacements. One 240V socket outlet of 3-points square terminals shall be provided for each switchgear panels in the control compartment.

(g) Space heaters for 240V AC shall be provided inside the switchgear panel, circuit breaker and control compartments to prevent moisture condensation. A hygrostat control unit with variable temperature and humidity control setting shall be installed to control the heater.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 154 of 280

Page 155: Standard Tender Document

155SECTION IV: GENERAL CONDITIONS OF CONTRACT

1.6.4 Measuring Instruments(a) All measuring instruments, including energy meters, shall be of flush-mounted, back-

connected, dust-proof and heavy-duty switchboard type. Each measuring instruments shall have a removable cover, either transparent or with a transparent window. Each instrument shall be suitable for operation with the instrument transformers detailed in these specifications, under both normal; and short-circuit conditions.

(b) For analog type instruments, scale plates shall be of a permanent white circular or rectangular finish with black pointer and markings. The scale range shall be determined from the current transformer and voltage transformer ratios and is given in the detailed specification for each instrument.

(c) All measuring instruments of analog type shall be approximately 110mm2 enclosures and shall be provided with clearly readable long scale, approximately 240 degree. The maximum error shall be not more than one and a half (1.5) percent of full-scale range.

1.6.5 Indicating lamps

(a) Indicating lamps assemblies shall be of the switchboard type, insulated for 110 V DC services, with appropriately coloured lens. The lens shall be made of a material, which will not be softened by the heat from the lamps.

(b) For the circuit breaker, red indicating lamps shall be used for “ON” position, green lamps for “OFF” position indication and amber for circuit breaker auto trip.

1.6.6 Nameplate and Escutcheon Plates

(a) Nameplate and Escutcheon Plates

Each cubicle, panel, meter, switch and device shall be provided with a nameplate of escutcheon plate for identification with English description and also where appropriate the IEC number on the front of the panel directly below each device as appropriate. On the inside of the control compartment of the switchgear panel, a white label, engraved in Black Letter and Numbers shall be fixed on or below each device. The device name/number fixed in the drawings. Each equipment shall be provided with a rating plate containing the required information as specified in the relevant IEC standards.

(b) The plates shall be made of stainless steel and shall not be deformed under the services conditions at the site. The entries on the plates shall be indelibly marked by engraving with black letter on a white background or vice versa as specified.

1.6.7 Wiring

(a) General

(i) All wiring inside the switchgear panel shall be done with PVC insulated wire not less than 2.5 sq.mm. flexible cable. A suitable wiring duct system firmly fixed on the panel and having covers shall be installed for all inter-panel and front-to-rear panel wiring as well as for wiring within the panels, which will provide easy access for inspection and replacement of the wires.

(ii) Wiring between terminals of the various devices shall be point to point. Splices or tee connection will not be acceptable. Wire runs from the duct to the device shall be neatly trucked or clamped.

(iii) Exposed wiring shall be kept to a minimum, but where used, shall be formed into compact groups suitably bound together and properly supported.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 155 of 280

Page 156: Standard Tender Document

156SECTION IV: GENERAL CONDITIONS OF CONTRACT

(iv) Instruments transformer secondary circuits shall be grounded only on the terminal block in the control compartment. Facilities for short circuiting the current transformers secondary windings while the switchgear panel is in service shall be provided.

(v) Cable supports and clamp type terminal lugs shall be provided for all incoming and outgoing power wiring terminated at each panel. All wiring conductors (wires) shall be marked at each point of termination onto the terminal block or device. These wire markers shall be of an approved type and permanently attached to the conductor insulation. The method of ferruling shall be subject to approval by the employer; it is however preferred that the wire marker (ferrule) correspond to the device number or terminal block number and the number of the terminal where it is connected. All the devices and the terminal block must therefore have unique number.

(b) Phase arrangement

The standard phase arrangement when facing the front of the panel shall be R-S-T-N, and P-N from the left to right, from top to bottom, and front to back for A.C. three-phase and single-phase circuits. For DC circuit it shall be N-P from top to bottom and front to back. All relays, instruments, other devices, buses and equipment involving three-phase circuit shall be arranged and connected in accordance with the standard phase arrangement wherever possible.

(c) Wiring colour codeAll wires shall have ferrules at all terminations to distinguish each wire and terminal. In addition, the wire shall have the following colours:

Circuit ColourVoltage transformers / Current transformers R, Y, B, BLK

Auxiliary A.C. supply connection cables / bus-wires Brown and BlackD.C. control wiring within the panel Grey or BlackGrounding / earthing cable/wire Green with yellow

stripe

(d)Phase and polarity colour code

The following coloured ferrules shall be provided on each wire in order to identify phase and polarity.

Phase and PolarityA.C., three-phase, for CT and VT secondary wiring

First phase RedSecond phase YellowThird phase BlueNeutral Black

A.C., Single-phase First phase RedNeutral BlackGround Green with yellow stripe

DC auxiliary Supply connection

Positive BrownNegative Black

Cables markers and wire numbers system must be submitted to the employer for approval before commencing the detailed design work for protection and control.

1.6.8 Terminal blocks(a) Terminal block for control wiring shall be rated not less then 600V AC(b) White or other light-coloured marking strips, fitted to each block, shall be provided

for circuit designation.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 156 of 280

Page 157: Standard Tender Document

157SECTION IV: GENERAL CONDITIONS OF CONTRACT

(c) The terminal arrangement, including the terminal blocks for VT and CT circuits connections, shall be subject to the employer’s approval. A total of not less than 20 spare terminals shall be provided for future use.

(d) Shorting Links shall be provided on the current transformer (CT) circuits on the terminal block. It shall be possible to short the CT’s under live system conditions without open-circuiting the CTs.

(e) Isolation links (sliding Links) shall be provided on the trip circuits, alarm and on the VT circuits to allow easy isolation of these circuits without disconnecting the wires from the terminal block.

(f) Each individual terminal block shall be market with a distinctive number, which shall be the same number used in the drawings, for identification purposes. The TB number shall be engraved in black numbers in white background and shall be durable so as to last the life time of the switchgear board.

(g) Each set of terminal block shall be identified by a label to distinguish it from another set of terminal block. The numbers used to mark the terminals on the terminal block shall be unique. The labels used will match those used in the drawings.

1.7 EQUIPMENT AND SWITCHGEAR EARTHING1.7.1 General

All the compartment including the hinged doors of the switchgear panels and all the earthing points of the equipment installed/mounted in the switchgear panels shall be connected to the grounding conductor at the bottom of the panel for external connection to the substation earthing system.Earthing conductors shall be of annealed high conductivity copper stranded in accordance with Table 4 in BS.6346 and protected with extruded PVC sheath of 1000 volts grade. The earthing conductor on the primary equipment such as the Earth Switch and also for inter-panel earth-bonding as well as for external connection to the substation Earthing- grid shall be adequate to carry the rated switchgears short-circuit current of 31.5 kA for 3 seconds.

1.8 MATERIALS AND WORKMANSHIP1.8.1 General

(a) Materials shall be new; the best quality of their respective kinds and such as are usual and suitable for work of like character. All materials shall comply with the least issue of the specified standard unless otherwise specified or permitted by the employer.

(b) Workmanship shall be of the highest class throughout to ensure reliable and vibrations free operations. The design, dimensions and materials of all parts shall be such that the stresses to which they may be subjected shall not cause distortion, undue wear, or damage under the most severe conditions encountered in service.

(c) All parts shall conform to the dimensions shown and shall be built in accordance with approved drawings. All joints, datum surfaces and meeting component shall be machined and all castings shall be spot faced for nuts. All machined finished shall be shown on the drawings. All screw, bolts, studs and nuts and threads for pipe shall conform to the latest standards of the International Organization for Standardization covering these components and shall all conform to the standards for metric sizes.

(d) All materials and works that have cracks, flaws or other defects or inferior workmanship will be rejected by the employer.

1.8.2 Assembly

Necessary items of equipment shall be assembled in the factory prior to shipment and routine tests shall be performed by the manufacture as per the requirements of the

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 157 of 280

Page 158: Standard Tender Document

158SECTION IV: GENERAL CONDITIONS OF CONTRACT

latest issue of IEC as specified under each equipment in these specifications to demonstrate to the satisfaction of the employers that the switchgear panels comply with the requirement of the relevant IEC standards.

1.8.3 Casting

Casting shall be true to pattern, of workmanlike finish and of uniform quality and condition, free from blowholes, porosity, hard spots, shrinkage defects, cracks or other injurious defects, shall be satisfactorily cleaned for their intended purpose.

1.8.4 Welding

Wherever welding is specified or permitted, a welding process, including stress relieve treatment as required if necessary, conforming to an appropriate and widely recognized professional standard shall be used. All welders and welding operators shall be fully qualified by such a standard.

1.8.5 Colour standard

The final colour of each item shall be as described under each item.1.8.6 Operation Details

Instructions shall be engraved on the switchgear panel, on the circuit breaker compartment describing in simple steps how to carry our correct and safe isolation, racking-in and racking-out switching operations on the circuit breaker. Similar details should be provided for the operation of the earth switch.

1.9 PROTECTION, CLEANING AND PAINTING1.9.1 Embedded Steelwork

All parts to ultimately be buried in concrete shall be cleaned and protected before leaving the manufacturer’s plant by cement wash or other approved method. Before being installed they shall be thoroughly desiccated and cleared of all rust and adherent matter, or be treated according to a method approved by the Employer. Such cleaning or treatment shall not detrimentally affect the strength or final operation and function of the equipment.

1.9.2 Steel exposed to atmosphere(a) All machined parts or bearing surfaces shall be cleaned and protected from

corrosion before leaving the manufacturers plant by the application of an approved rust preventive coating, or a peelable plastic film. Where the latter is impracticable, such parts shall be heavily covered with high melting points grease. After erection such parts shall be cleaned with solvent and lapped or polished bright.

(b) All parts, other than machined parts, which will be exposed after erection shall be thoroughly cleaned and galvanized or given with two coats of best quality approved primer and one coat of best quality approved finish paint before leaving the manufacturer’s plant and a further one coat of paint of an approved quality and colour after erection and touching up on the site, expect such apparatus as panels and instruments which shall be finished painted under approved procedures.

(c) All outside panel surfaces shall be primed, filed where necessary, and given not less than two coats of synthetic undercoat. The finishing coat for the outdoor and indoor installation shall be a gloss paint.

(d) Primer shall be applied to surfaces prepared in accordance with the plant manufacturer’s instructions. The surface shall be wiped clean immediately prior to applying the paint. The primer and finish coats of paint shall be applied using the methods and equipment recommended by the manufacturer.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 158 of 280

Page 159: Standard Tender Document

159SECTION IV: GENERAL CONDITIONS OF CONTRACT

(e) The Internal surface of all pipelines shall be cleaned out by the approved methods before installation and again prior to commissioning, to ensure freedom from dirt, rust , scale, welding slag, etc. all exposed pipes shall be painted with identifying colour after erection is completed. The colour code system shall be approved by the employer.

(f) All steel surfaces, which are in permanent contact with oil, shall be given three coats of approved oil resistant.

(g) No painting or protection is required for finished or unfinished stainless steel parts.(h) The final colour of all equipment, frames for meters and relays, and switch handle

shall be as described under each particular item.(i) The humid and tropical conditions shall be taken into account on selection of the

paints and painting procedure.

1.10 DRAWING(a) Before starting manufacture of the switchgear panels, dimensioned drawings and

data showing all significant details of the equipment and materials to be used shall be submitted to the employer for approval. Four 4 weeks shall be allowed for Review of the drawings by the employer. The employer shall indicate on the drawings whether the drawings are Approved with comments or Not Approved. Where the drawings are Not Approved, the manufacturer shall modify the drawings as per the Employers comments and in line with the specifications and re-submit to the Employer for review. Manufacturing of the switchgears panels shall not commence under any circumstances without receipt of Approved drawings by the manufacturer from the employer. Any delays in approval of the drawings caused by submission of incorrect drawings by the manufacturer shall be the responsibility of the manufacturer, who shall fully offset any associated cost.

(b) The manufacture of the switchgear shall then proceed strictly in accordance with the approved drawings and also in accordance with the detailed specifications as contained herein. Where conflict may arise between the specifications and the approved drawings, the specifications will take precedence, unless it’s specifically indicated in writings on the approved drawings that the conflicting clauses in the specifications is superseded, or where followings discussions between the manufacturer and the employer, the employer gives approval in writing to supersede the conflicting clauses in the specification.

(c) It is to be understood, however, that approval of the drawings will not relieve the manufacturer of any responsibility in connection with the works that the switchgear will fully comply with the relevant IEC/ANSI standard and with these specifications.

(d) All drawings submitted for approval or sent to the Employer for any other reason shall be in hard copy form and shall be sent by courier. Drawings for Approval shall not by any means be forward via-e-mail or any other media except in hard copy form.

(e) On successful completion of the initial FATs and following completion of the manufacture of the complete switchgear panels, the manufacturer shall carry out all the tests listed under section 2.5 for the completed switch board and for current transformers, voltage transformers, circuit breakers and for protection relays. The above test shall be carried out on each and every switchgear panel. Any problem noted will be rectified and the Employer will only be invited to the factory when all the test are successful. This will ensure that the employer does not spend time in the factory waiting for the manufacture to fix problems that arise during the FATs. While such anomaly would have been detected and rectified by the manufacturer before hand after conducting the above routine tests.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 159 of 280

Page 160: Standard Tender Document

160SECTION IV: GENERAL CONDITIONS OF CONTRACT

(f) Upon testing of the panels as in (f) above the drawings will be edited to capture any minor wiring errors detected in order to produce the final As Built Drawings. A copy of the final As Built Drawings and Routine test results for each panel, signed by the Manufacturer shall be sent by courier to the employer before attendance of FATs.

(g) Each individual switchgear panel shall have its own separate drawings, with the name of the panel included on the drawings for identification

(h) Before Approval of shipment of the switchgear panel, Five (5) copies of bound As Built drawings (A4 size) in Hand Copy shall be forward to the employer in Durable Hard Cover Box File. The files shall have a tag with the following inscription.

“Kenya Ports Authority 11kV Switchgear Board AS Built Drawings”

Also three (3) software copies (in CD ROM) of the As Built drawings in AutoCAD Electrical 2010 SLM or later version shall be sent to the employer via courier. The CD ROM will have the same label as above. The drawings provided on soft copy shall be freely editable to allow the employer to incorporate any changes made in future.

All protection and control drawings shall be done on A4 – size paper. The function of each drawing shall be clearly indicated. Related drawings shall be arranged sequentially, and have the same drawing numbers/name but different sheet numbers. The drawing shall include the following:

Substation drawings- AC single line drawing- AC Schematics- DC Schematics- Functional Drawings- Panel wiring, including inter-panel bus-wiring list- Panel device layout drawing- General layout drawings for the switchgear panels- Relays and device list (bill of quantities) for each type of panel

1.11 MANUFACTURE OF SAMPLE PANELS

The manufacturer shall initially manufacture 3 panels as follows

- One incomer panel- One Bus-coupler panel- One feeder panel

Upon manufacture of the three (3) panels, the manufacturer shall invite the Employer to inspect and conduct factory acceptance tests (FATs) on the panels. The manufacturer shall rectify any minor defects noted during FATs. Upon successful FATs, the Employer shall authorize the manufacturer to proceed with manufacture of all the other switchgear board.

Where the manufactured sample panels are unsatisfactory and the manufacturer fails to rectify the switchgear panels to satisfactory status within four weeks after attendance of FATs, the Employer shall have the option to cancel the tender.

1.12 OPERATING AND MAINTENANCE INSTRUCTIONS(a) The manufacturer shall supply detailed instruction manuals concerning the correct

manner of assembling / installing, configuring, setting, testing and commissioning, operating and maintaining the equipment and devices constituting the switchgear

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 160 of 280

Page 161: Standard Tender Document

161SECTION IV: GENERAL CONDITIONS OF CONTRACT

board, including the board itself. The maintenance details of each component shall also be described, including the frequency of inspections and lubrication.

The instruction manual shall include a separate and compete section describing the normal and emergency operating procedures for the switchgear, and shall include explanatory diagrammatic drawings to facilitate understanding of the instructions.

(b) The manufacturer shall, in preparing the instruction manuals, take into account the lack of experience and familiarity of the operators with this type of equipment.

(c) The manual shall give specific information as to oil, grease, or any other materials needed for maintenance operations. This information shall include brand names and manufacturer’s number or designations for at least two brands available in Kenya, preferably manufactures in Kenya.

(d) One complete set of the operating and maintenance manuals for all the plant, equipment and accessories to be installed/ mounted in the switchgear panels shall be sent to the employer together with the drawings for approval. The operating and maintenance manuals shall be original copies printed and bound by the manufacturer. Any illegible copies of the operating and maintenance manuals submitted shall be rejected by the employer.

(e) Before approval of shipment of the switchgear panels, Five (5) Copies of the operating and maintenance instructions/manuals shall be sent to the employers by courier. The operating and maintenance manuals shall be original copies printed by the manufacturer. Any illegible copies of the operating and maintenance manuals submitted shall be rejected by the employer.

In addition, three (3) soft copies of the manuals in CD Rom shall be delivered to the employer.

1.13 TESTING AT PLACE OF MANUFACTURE(a) The manufacturer shall be responsible for performing or for having performed all the

required tests listed under the specification for the switchgear and all the current transformers, voltage transformers, protection relays, energy meter, measuring and indicating instruments.

(b) The tenders shall confirm the manufacturer’s capabilities in this regards when submitting tenders. Any limitations shall be clearly specified.

(c) Tender documents shall be accompanied by copies of Type test and Routine test report and Certificates for similar rated equipment for the purpose of tender evaluation. Type test reports and certificates shall be certified by the National Standards and Testing Authority (NSTA) of the country of origin or by a third party Reputable Testing Authority. Where a body other than NSTA is used to certify the type-test reports, a copy of the certificate of accreditation shall be attached. Current contract information of the testing and certification authority shall be provided.

(d) Upon completion of the manufacturing process, routine tests shall be carried out as per the respective IEC standards of each equipment as follows:-i. Circuit Breaker IEC 62271-100 & IEC 60298.ii. Switchgear panels, IEC 60294iii. Current Transformers, IEC 60044-1iv. Voltage Transformer, IEC 60044-2v. Protection Relays and Measuring and Indicating Instruments, IEC 60255

(e) The manufacturer shall arrange for two (2) engineers from the employer attend Factory Acceptance Tests (FATs) on the switchgear panels, where routing tests as per the IEC standard listed above another special tests listed in this specifications

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 161 of 280

Page 162: Standard Tender Document

162SECTION IV: GENERAL CONDITIONS OF CONTRACT

shall be carried out in their presence. The duration of the FATs shall be adequate to test all the offered switchgear boards, Testing shall strictly be carried out during working hours from 8.00 am to 5.00 pm.In case the equipment fails the test and has to be rectified or the manufacturer is not able to complete the tests within the set duration, then the manufacturer shall meet the cost of accommodation and meals for the Employers Engineers for the additional days required for completion of the tests.The employer’s engineers will only sign the Test Reports/Certificates only when the test are conducted in their presence in accordance with the relevant IEC standard or the procedure agreed beforehand between the employer and the manufacturer.

(f) Only upon receipts of authentic certified copies of the FATs Routine Test Reports/certificates and special tests and satisfactory report from the engineers, shall the employer give clearance for shipment of the switchgear boards one all other listed requirements on drawings, operation and maintenance manuals and software have been meet.

1.14 SOFTWARE REQUIREMENT(a) Seven (7) copies of each different type of software in a CD Rom, for the protection

relays, energy meters, transducers and other measuring devices whose configuration and settings is software based shall be supplied with the board. Eight (8) connection cables for each type of device shall also be supplied with the switchgear board.

Before approval for shipment of the switchgear board is granted by the employer, all the software indicated in the completed technical schedules shall be supplied. The software shall be for configuration, parameter setting and for data download and analysis.

It shall be possible to load the software into at least ten (10) different laptop computers without requirement for additional licenses. Where additional licenses are required, the cost shall be considered to have been included in the bid.

Four (4) sets of hard covers manuals for each type of software supplied providing detailed instructions for programming setting and configuration of the relays and other devices and downloading of data, shall be supplied with the switchgear.

1.15 SPARE PARTS

1.15a SPARES PARTS

The manufacturer (bidder) shall furnish spare parts as listed below and indicate in the price schedules:-

i Two (2) Feeder circuit breakers, rated at 630A, 31.5 kA, 3 second mounted on withdraw/isolation trolley

ii One (1) Incomer circuit breaker, rated at 1500A,31.5 kA, 3 second mounted on withdraw/isolation trolley.

iii Two (2) circuit breaker spring charging motorsiv Three (3) circuit breakers closing coilsv Three (3) circuit breaker tripping coilsvi Two (2) circuit breakers interlocking coilsvii Two (2) earth switch interlocking coils

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 162 of 280

Page 163: Standard Tender Document

163SECTION IV: GENERAL CONDITIONS OF CONTRACT

viii Ten (10) indication lamps of each typeix Two (2) auxiliary relays of each typex Two (2) protection relays of each typexi Four (4) MCBs of each typexii Two (2) power measurement unitsxiii Two (2) energy meterxiv VT Fuses: Three (3) for primary side and three (3) for secondary side for each switchgear board.(a) The spare parts supplied shall be packed or treated in such a manner as to

be suitable for storage under the climate condition at the site for a period of not less than two years, and each part shall be clearly marked with the description and purpose on the outside of the package. The manner of storage shall be recommended by the manufacturer.

(b) Spare parts so provided shall be delivered with the switchgear to the employers stores. Delivery of spare parts will not be deemed to be complete until the package have been opened and their content checked and verified by a representative of the employer.

1.15b ACCESSORIES FOR THE SWITCHGEAR BOARDS

The following accessories shall be supplied with each separate switchgear board:-

i. Two (2) circuit breaker rack in/rack out handle/toolii. Two (2) circuit breaker manual spring charging handle/tooliii. Two (2) earth switch operating handle/tooliv. Two (2) circuit breaker withdrawal trolley

1.16 PACKING(a) The switchgear panels and spares shall be packed properly and protected for

shipment from the place of manufacture to the employer’s stores.(b) Each crate of package shall contain a packing list in a waterproof envelope and a

copy in triplicate shall be forward to the employer prior to dispatch. All items of materials shall be clearly marked for easy of identification against the parking list.

(c) All cases, packages, etc, shall be clearly marked on the outside to indicate the total weight, to show where the weight is bearing and the correct position of the slings and shall bear an identification mark relating them to the appropriate shipping documents.

(d) Bolts, nuts, washers and fillers shall be bagged in sealed vinyl and packed in steel cans. The cans shall bear the contents and be created together.

(e) The Employer shall reserve the right to inspect and approve the equipment and the packing before the items are dispatched. However the manufacturers shall be entirely responsible for ensuring that the packing is suitable for transit and such inspection will not relieve the manufacturer from responsibility for any loss or damage due to faulty packing.

(a) Consignee: KENYA PORTS AUTHORITY(b) Name of Project: Distribution 11 kV switchgear boards(c) Contract No: …………………………………………(d) Port of destination ………………………………….(e) Item Number, if applicable,

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 163 of 280

Page 164: Standard Tender Document

164SECTION IV: GENERAL CONDITIONS OF CONTRACT

Package number in sequences,

And quality per package ……………………………(f) Description of contents: ……………………………..

Net and gross weigh, cubic measure…………………….

The shipping mark is finally subject to the Employer’s approval.

1.17 DELIVERY(a) The manufacturer shall deliver the switchgear and spares to the designated

employers store.(b) The notification for shipment/delivery shall include a complete shipping list if the

contents of each package to be delivered and shall indicate the anticipated date of delivery and the serial number of each component to be used for identification and evidence of the insurance cost arranged for it.

2. DETAILED TECHNICAL SPECIFICATIONS FOR 11kV METAL CLAD INDOOR SWITCHGEAR PANELS.

2.1 SCOPEThis specification is for 11kV Indoor, three pole, metal clad switchgear with vertical or horizontal isolation, horizontal draw out with circuit breaker employing vacuum interrupter.

2.2 REFERENCESThe following documents were referred to during the preparation of this specification, and may be referred to; however in case of conflict, the provision of this specification shall take precedence.Unless otherwise specified, the latest revision, edition and amendments of the standard shall apply.IEC 60298 AC metal – enclosed switchgear and control gear for rated voltages above

11 kV and upto 72.5 kVIEC 60051 Direct acting indicating analogue electrical measuring instruments and

their accessories.IEC 62271- 100 High-Voltage alternating circuit breakersIEC 60044-1: Current transformersIEC 60044-2: Voltage transformersIEC 60255: Electrical RelaysANSI 37: Medium Voltage AC metal – enclosed switchgear and control gear

2.3 CONSTRUCTION OF EACH PANELa) The whole switchgear equipment and components shall be designed and

constructed in accordance with IEC 60298. The board shall be complete with all the relevant components including, busbars, circuit breaker, cable compartment, instrument transformers, protection relays, instruments and controls.

b) The switchgear board shall be constructed to 1P41 degree of protection in accordance with IEC 60529. A type test report for the degree of protection of the switchgear panels from a third party reputable testing laboratory or certified by the national standards and testing authority (NSTA) or a laboratory accredited to the NSTA shall be submitted with the tender for evaluation purposes.

c) The panels shall have restricted dimensions suitable for installation in limited spaces. In particular and without compromising the insulation level, bus - bar current rating and short circuit current performances, the width of the panels shall not exceed 800mm.The LV compartment shall not be less than 650 mm in height, to ensure adequate space for mounting the relays and other devices and accessories and adequate

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 164 of 280

Page 165: Standard Tender Document

165SECTION IV: GENERAL CONDITIONS OF CONTRACT

space for the cable trucks, terminal blocks and wiring.The depth of the switchgear, i.e., from the front to the back shall be kept o the minimum and in any case not exceeding 1800mm.

d) The switchgear panel or cubicle shall be built up of separate metal clad-compartmented cubicles with earthed metal partitions. The compartments shall be for busbar, cable connection, circuit breaker, current transformer and control (LV) compartments. A drawing showing the layout and dimensions of each of the compartments of the switchgear panel and the devices/components installed in the compartment shall be submitted with the bid for tender evaluation. Also a drawing showing the arrangement and dimensions of a complete switchgear board, comprising two incomers, one bus-coupler and five feeder panels assembled together shall be included with the bid for tender evaluation. The drawing shall also include the arc venting chamber to be supplied with the switchgear board. Different drawings shall be provided for the switchgear board rated and 31.5 kA.

e) The circuit breakers shall be mounted on an inbuilt carriage to facilitate isolation withdrawal of the circuit breaker. Where the carriage is fixed in the compartment and do allow complete withdraw of the circuit breaker outside it's compartment, then a purposely trolley shall be provided equipped with a lowering/raising gear to lower the circuit breaker to the floor, and to raise the circuit breaker to it’s compartment by one person. This requirement shall be demonstrated during FATS.

f) The complete switchgear shall be such that the complete switchgear is of flush-front design.

g) Each of the switchgear panels shall have four separate compartments as follows:-i. LV Compartmentii. Circuit Breaker Compartmentiii. Busbars Compartmentiv. Cable, CTs, VTs and Earth Switch compartment

The circuit breaker, busbars and cables compartments shall be provided with arc venting outlets to the top of the switchgear board.The top of the complete switchgear board shall be equipped with arc by-products venting chambers to direct the arc by products outside the switchgear room. The design of the arc chamber shall be adequate to handle arc by products at the rated withstand level of the switchgear board of 31.5 kA, 3 seconds. The design of the arc chamber shall be complete in every way with provision of connection to the switchgear wall at least at two points and the terminal expansion flaps to be fitted on the switch gear wall.During the FATs the complete venting chamber for one of each type of switchgear boards, i.e.31.5 kA shall be fully assembled for demonstration to the Employer’s Engineers.

h) The low voltage section shall be completely separate from the high voltage section. All the protection relays, auxiliary relays, energy meters indication lamps, instruments, control and selection switches and any other associated accessories will be mounted arc by-products venting requirements to be provided (built into) in the switchgear room.

i) The switchgear shall be designed for erection with the rear side close to wall as well as for free standing erection. The manufacturer shall provide single line layout drawings giving the required minimum dimensions of the switchgear room, including arc by-products venting requirements to be provided (built into) in the switchgear room.

j) The switchgear shall be of arc resistant design as per IEEE/ANSI C37.20 and hence ensure complete safety for switching personnel standing in-front or at the rear of

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 165 of 280

Page 166: Standard Tender Document

166SECTION IV: GENERAL CONDITIONS OF CONTRACT

the switchgear board. A copy of the type test report shall be submitted with the bid for tender evaluation purposes.

k) Where the venting is intended to penetrate an external wall, the vent shall be covered such that it meets all environmental conditions (e.g. rain-proof, dust-proof, vermin-proof).

l) The cable compartment should have an anti vermin guard plate giving protection against rats, rodents etc.

m) The circuit breaker compartment door shall be provided with provisions for padlocking.n) The doors shall be capable of withstanding the effects of maximum internal arcing fault

without being blown off and causing danger to personnel and other equipment. This should be proven by successful testing, as per ANSI C37.20.7 or equivalent IEC standards. Type test report shall accompany the bid.

o) The busbar shall be single, three phase, air insulated. The primary busbars and connections shall be of high conductivity and electrolytic material, high grade copper, and shall be in unit lengths. The busbars shall preferably have a PVC cover to prevent accidental short-circuits

p) Busbars, connections and their support shall be rated 2000A as required continuously under ambient conditions and capable of carrying the short-time current associated with the short circuit ratings of the circuit breakers, for 3 Seconds.

q) Busbars shall be extensible at both ends, such extension shall entail the minimum possible disturbance to the existing busbar.

r) Provision shall be made for locking busbar and circuit shatters separately in the circuit breaker compartment. These shutters shall open and close automatically during the racking in and racking out of the circuit breaker.

s) Provision shall be made for integral circuit earthing and for busbar earthing. Means of earthing shall be by circuit breaker or purposely built earth switch. Mechanical interlocks to ensure correct switching operation shall then be provided. It shall not be possible to close the earth switch on the incomer panel, when the incoming 11kV cable is live.

t) The earth switch shall be easy to operate by one operator and be spring loaded to ensure effective make operation independent of the operator action. The earth switch shall be rated to make and carry for 3 seconds, the rated short-circuit current of the respective switchgear panel of 31.5 kA.

The Status of the earth Switch shall be visible from the front of the Panel. It shall not be possible to rack-in the circuit breaker into the service position with the earth switch in closed position. The mechanical interlock between the circuit breaker and the earth switch shall be strong enough to guarantee safety of the switching personnel and the switchgear.The earth switch shall be equipped with auxiliary contacts for local and supervisory indication of the status of the earth switch. The earth switch operating lever shall be covered by a shutter and shall only be accessible when it is permitted to operate the earth switch.

u) The operation of the Earth Switch shall be set in such a way that during both the close and open operations, a clearance of at least 22.5mm shall be maintained between the operating handle and the bottom of the switchgear panel.

v) It shall not be possible to insert the earth switch operating handle into position except when the circuit breaker is in the test or isolated position. The earth switch shall be equipped with pad-locking facilities when in the closed position

w) All earthing facilities shall be rated for fault making at the rated switchgear short-circuit current.

x) Earthing switches shall be provided for earthing each of the Busbar Sections separately. All the interlocks required toensure safe operation of the busbar earth switch shall be

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 166 of 280

Page 167: Standard Tender Document

167SECTION IV: GENERAL CONDITIONS OF CONTRACT

built into the switchgear board. In particular it shall not be possible to close the earth switch when any of the circuit breakers on that part of the busbar is in service position, i.e., all the circuit breakers shall be withdrawn for the Busbar earth to be closed. Once the Busbar earth has been closed, it shall not be possible to rack-in any circuit breaker.Indications for busbars earth On and OFF shall be provided and visible from the front of the board.The Panel wiring for protection, instruments, indication and metering circuits and other control accessories shall be completely done. All circuits for connection to external cables such DC & AC auxiliary supplies, external tripping, supervisory control and indications shall be wired upto the terminal Block at the Back of the panel where external cables shall be connected. At least 12 spare terminals shall be provided on the terminal board for any future requirements

y) It is emphasized that Each Switchgear panel will have a terminal block at the back of the panel where all external cables such as for 110V DC supply, 240V AC supply, connection of SCADA, measurands/commands and alarms shall be made.

z) 110V DC, 110V AC and 240V AC supplies for circuit breaker control, alarm circuits, protection relays, metering and motor supply for each panel, shall be controlled by suitably rated miniature circuit breakers.

aa) The switchgear panels shall be tropical vermin proof. The plates shall be of high quality mild steel of at least 2mm thickness thoroughly cleaned by shot blasting or other approved methodsThey shall then be given a primary coat and two coats of contrasting colour of durable and weather resisting paint. The final coat shall be gloss and of RAL 7032. The final thickness of the paint shall not be less that 80 Microns at any point within the switchgear panel. The paint thickness shall be measured during the Factory Acceptance Tests.

bb)Anti-condensation heaters shall be provided inside each switchgear panel. They shall be located so as not to cause injury to personnel or damage to equipment. The heaters shall be controlled by a hygrostat with a variable humidity and temperature setting. The heaters shall be dimensioned to ensure that condensation cannot occur within the switchgear panel. Heaters of adequate rating shall be provided for the circuit breaker, cable and LV compartments.The 240V AC supply, for the heaters shall be controlled by a suitably rated single pole miniature circuit Breaker.

cc) The circuit breaker cubicle shall have a limit switch which shall be wired to provide SCADA indications on whether the breaker is fully racked in or fully racked out(withdrawn).

dd)All the switchgear panels shall be rodent and vermin proof.ee) Suitable means shall be provided to monitor the status of the HV cable, i.e., whether it

is live or dead. The monitoring device shall be a three phase device with illumination in red colour for live status visible from the front of the panel without opening any compartment doors. The indications shall be labeled R, Y & B or Ll, L2 & L3. The device shall meet the requirements of IEC 61243-5.

ff) Each switchgear panel shall be provided with Tinned Copper earth bar of adequate cross section area to be able to withstand the rated short-circuit current of 25 kA or 31.5 kA for 3 seconds, and arranged so that the bars of adjacent panels are joined together to form a common earth busbar. Provision shall be made at either end the assembled switchgear board for connection of the earthing bar to the substation earthing grid.

gg)Manual close & open push buttons shall be provided on the circuit breaker compartment door for manual close and open of the circuit breaker both in the service and in the test(withdrawn) position. The manual close and open push buttons shall be clearly labeled with CLOSE and OPEN Labels and with I(red) and O(Green) Symbols and

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 167 of 280

Page 168: Standard Tender Document

168SECTION IV: GENERAL CONDITIONS OF CONTRACT

colour codes as per the IEC standard.hh)The complete switchgear board shall be equipped with ARC protection, consisting

of ARC protection relays and arc sensing devices located in the Cable, Circuit Breaker and Busbar Compartment of each panel. Optical sensors shall be used. The sensors shall operate upon occurrence of a flash (light) from the ARC. The sensors shall be connected to the ARC protection Relays via fiber cables or any other suitable means that is already in use. The ARC protection relay shall monitor both the operation of the Optical sensors and over current relay and shall only operate upon operation of both the sensing device and the pick up of the over current element. It shall also be possible to select the operation of the scheme due to operation of the optical sensor alone but with longer time delay. Upon operation of the ARC Protection, all circuits within the fault Zone shall be tripped by the ARC protection relay. The ARC protection scheme shall have means for indicating the panel and the compartment where the ARC occurred. The scheme shall be secure and immune to mal-operation. The fundamental operating time of the ARC protection scheme shall preferably be 50 ms and in any case not more than 100 ms. However adjustable time delay and over current pick-up shall be provided. The design of the complete scheme shall be to the approval of the employer. A single line drawing shall be enclosed with the bid to show how the scheme is implemented.

2.3.1 CIRCUIT BREAKERSa) The circuit breaker shall be three pole operated, indoor type, employing

Vacuum Interrupter with air or solid Insulation and shall comply with the requirement of IEC62271-100 in respect of design, type tests, service operation and the making and breaking of faulty currents.

b) The moving portion of each circuit breaker shall consist of a three-pole circuit breaker, operating mechanism, primary and secondary disconnecting devices, auxiliary switches, position indicators and necessary control wiring. The Auxiliary switches shall be of the plug-in type, with the male contacts mounted on the breaker carriage and the female contacts on the plug-in cable connected to the panel wiring. Other options may be considered where there is adequate proof that the auxiliary contacts will always be making firmly without mis-alignment. Finger contacts will however not be acceptable.

c) The circuit breakers of the same current and voltage ratings shall be fully interchangeable, both electrically and mechanically.

d) Name plate for the circuit breaker shall be provided with all the required details as per IEC standards, including:-

i) Circuit Breaker typeii) Applicable IEC standardiii) Total Weightiv) Rated Voltagev) Lightning impulse withstand voltagevi) 1 minute Power frequency withstand voltagevii) Rated frequencyviii) Rated Currentix) Breaking Capacityx) Short time currentxi) Making capacityxii) Operating sequencexiii) Rated voltage of closing and opening coilxiv) Rated voltage of spring charging motor

e) The circuit breaker operating mechanism shall be motor wound spring operated, power closing with electrical release and with provision for hand spring charge.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 168 of 280

Page 169: Standard Tender Document

169SECTION IV: GENERAL CONDITIONS OF CONTRACT

f) Mechanical indication shall be provided to indicate the state of the spring. This shall be visible without opening the circuit breaker compartment door. Also two pairs of Auxiliary contacts, which are open, when the springs are charged shall be provided for local and supervisory indication.

g) A spare set of 4 normally open and 4 normally closed auxiliary contacts of the circuit breaker shall be provided and shall be wired to a terminal block (box), for connection to SCADA equipment, etc.

h) The control circuits for the circuit breaker shall automatically be connected when inserting the breakers into the cubicle. Alternatively a single plug-in cable for all auxiliary contacts shall be provided. It will not be possible to rack-in the circuit breaker without connecting the plug in cable first.

i) The operating mechanism shall be completely trip free both mechanically and electrically.

j) The circuit breaker shall have a mechanical operations counterk) One mechanical ON/OFF indicator, with inscription "ON" white letters on red

background and inscription "OFF" white letters on green background shall be provided for the circuit breaker. Alternatively approved IEC indications for circuit breaker ON and OFF shall be used.

l) The breaker controls shall have anti-pumping facilitiesm) Where the Circuit Breaker is used for circuit or busbar integral earthing, the

control wiring of the breaker housing should be such that when the breaker is in circuit earth or busbar earth positions it shall only be operated mechanically and not electrically.

n) Circuit breaker poles between the interrupters and the primary plug-in contacts shall be fully insulated with durable material.

o) The circuit breaker maintenance and operations manual shall contain clear instructions on the maintenance requirements of the circuit breaker (if any), to prevent switchgear failure in service, due to excessive fault current clearance or any other cause .

2.3.2 CURRENT TRANSFORMERSa) Current transformers shall be Cast Resin Type and shall be accommodated

inside the cubicle, in a separate compartment or in the same compartment as the cable.

b) The current transformers shall be in accordance with the requirements of IEC 60044-1 and IEC 60044-6 and shall have the specified accuracy under load and short-circuit conditions and shall be able to withstand the effect of short-circuit fault current rating of the switchgear, of 31.5 kA for 3 seconds.

c) Current transformers shall have a rated burden as specified, sufficient for the connected Numerical Protection relays and Energy meters and instruments. The CT rated burden shall however not be less than 15 VA.

d) The Manufacturer of the CTs shall be identified at the time of tender. Copies of Type Test certificates and routine Test Reports/Certificates as per IEC 60044-1 of CTs of similar rating and class verifying the class and accuracy as well as the limits of error for the declared class similar to those of the specified CTs shall be submitted with the bid for tender evaluation purposes. The specified CTs must be within the product range of the manufacturer. A catalogue of the CT manufacturer shall be supplied with the bid.

e) The current transformer shall have markings on the secondary and primary terminals as per requirements of the IEC 60044-1 standard. The markings shall be indelibly made. The secondary terminals shall have screw terminals.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 169 of 280

Page 170: Standard Tender Document

170SECTION IV: GENERAL CONDITIONS OF CONTRACT

f) Name plate for the current transformer shall be provided with all the required details as per IEC 60044-1 Standards, including:-i) The manufacturer's nameii) Serial number and a type designationiii) Rated primary and secondary currentiv) Rated frequencyv) Rated output and corresponding accuracy class for each secondary

winding, including the rated accuracy limit factor and Instrument security factor for protection and metering secondary windings respectively.

vi) The highest voltage of the equipmentvii) The rated Insulation levelviii) The rated short-time thermal current (Ith) and the rated dynamic currentix) Class of Insulation

x) Rated continuous thermal current2.3.3 VOLTAGE TRANSFORMERS

a) The VT shall be of Cast resin, indoor, type mounted within the 11kV incomer panel. The VT shall be a three phase unit or Three (3) Single phase units.

b) Voltage transformers shall be suitable for operation of the protection relays, metering and transformer voltage regulating relay and shall be in accordance with the requirement of IEC60044-2.

c) Each voltage transformer shall be three phase, five limb, star/star connected and complete with HV and LV fuses and links, alternatively three single phase units shall be installed and connected.

d) It shall have an open delta winding to be used for directional earth fault Relay.e) The Manufacturer of the VTs shall be identified at the time of tender. Copies of Type

Test certificates and routine Test Reports/Certificates as per IEC 60044-2, of VTs of similar rating and class as the specified VTs shall be submitted with the tender for evaluation purposes. The Specified VTs must be within the product range of the manufacturer.

f) Name plate for the voltage transformer shall be provided with all the required details as per IEC 60044-2 Standards, including:-

i) The manufacturer's nameii) Serial number and a type designationiii) Rated primary and secondary voltageiv) Rated frequencyv) Rated output and corresponding accuracy class for each secondary winding,vi) The highest voltage of the equipmentvii) The rated Insulation levelix) Class of Insulation for the equipmentx) Rated voltage factor and corresponding rated time.

xi) The use each secondary winding and it's corresponding terminals

2.3.4 PROTECTION RELAYSa) The LV compartment terminal block shall include a test switch (block), which enables

the CTs circuits to be isolated from the relay and shorted without opening circuiting the CT, to facilitate relay testing in situ and to allow for isolation of VT circuits, alarm and trip circuits without disconnecting wires at the terminal block.

b) The measurement relays shall be flush mounted and of Numeric Design, with event recording. Fault recording, power measurements, and shall be in accordance to IEC 60255.

c) Besides the communication port, the relays shall have a human — machine interface KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 170 of 280

Page 171: Standard Tender Document

171SECTION IV: GENERAL CONDITIONS OF CONTRACT

facility (MMI) with and LCD Screen where one can easily access relay information.d) Relays contacts shall be suitable for making and breaking the maximum currents,

which they are required to control in normal service. Where contacts of the protective relays are not sufficient for circuit breaker tripping, auxiliary trip relays shall be provided, in order to prevent damage to output contacts of measuring relay.

e) Operating time for auxiliary tripping relays shall not significantly affect the overall fault clearance time, i.e., the auxiliary trip relays must have short pick up time of less than 30 ms.

f) Relay contacts shall make firmly without bounce and the relay mechanism shall not be affected by Panel vibration or external magnetic fields.

g) Relays shall be provided with clearly inscribed labels describing their functions and IEC Device Function numbers. The labels shall be to the approval of the Employer.

h) Relays shall be suitable for operation on the station D.C. supply without use of dropping resistors or diodes.

i) To reduce the effect of electrolysis, relay coils operating on DC shall be so connected such that they are not continuously connected from the positive pole of the station battery.

j) The relay Thermal rating shall be such that the fault clearance times on any combination of current and time multiplier settings shall not exceed the thermal withstand capability of the relay. (Max. fault current = 31.5 kA).

k) The relays shall be EMC 89/336/EEC compliant.2.3.5 INDICATIONS AND INSTRUMENTS

All instruments shall be flush mounted and shall be in accordance with the requirement of IEC 51.Each cubicle shall have the following indications.

One indicator lamp to show the breaker in closed position - RED colour One indicator lamp to show the breaker in open position - GREEN colour One indicator lamp to show breaker Auto-trip - Amber colour

The instruments shall be supplied as described under each panel in the subsequent sections.

2.3.6 POWER CABLE TERMINATIONCable compartment design shall be suitable for heat shrinkable (or equivalent) jointing application termination. The following provisions shall be made:-

i) Single core, twelve gland fabricated sheet steel cable box, complete with gland and armour clamp, suitable for receiving four(4) single core 1 kV cable of size upto 600mm2 per phase, for Incomer type panels.

ii) Three core single gland fabricated sheet steel cable boxes complete with gland and armour clamp suitable for receiving one (1) single core 11kV cable upto 400mm2 11kV XLPE cable per phase, for feeder type panels.

iii) The cable connection terminals shall be located at least 250mm from the CT Primary terminal.

2.3.7 SCOPE OF SUPPLY FOR DISTRIBUTION SUBSTATIONS 11kV SWITCHGEAR BOARD.

The scope of supply for the Distribution Substation Switchgear boards is listed else where in this tender document.

LABELLING OF THE SWITCHGEAR PANELS.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 171 of 280

Page 172: Standard Tender Document

172SECTION IV: GENERAL CONDITIONS OF CONTRACT

NB1. For each Switchgear Board the panels shall be assigned a distinct numerical numbers for identification starting with number one (1) on the left hand side. The number will be embedded on a stainless steel plate of width not less then 5 cm. The size of the number shall be at least 3 cm high. The stainless steel plate shall be fixed to the panel using stainless steel bolts.

NB2: For each switchgear board the panels shall be assigned a distinct Alpha-Numeric name corresponding to the transformer or feeder to which it shall be connected. The Alpha-Numeric name shall be embedded on a stainless steel plate, of width not less than 5 cm. The size of the letters/number shall be at least 2 cm high. The letters/numbers shall be of black colour on white background. The stainless steel plate shall be fixed to the panel using stainless steel bolts. The arrangement and names of the switchgear panels for various switchgear boards shall be given after tender award.

2.4 RATINGS OF SWITCHGEAR EQUIPMENTS

a) 11kV Incomer, Bus-coupler and Feeder Circuit BreakerInterrupting Medium Vacuum

Number of poles 3Highest equipment Voltage 17.5kVOne minute power frequency withstand voltage 38 kVImpulse withstand voltage (BIL) 95 kVFrequency 50HzRated short time current 31.5 kARated short time marking current (peak) 79 kARated short circuit current withstand 31.5 kA, 3secondsFirst pole to clear factor 1.5Operating sequence 0-0.3 sec-co-15 sec-coAuxiliary D.C. voltage for closing and tripping coil 110VAuxiliary a.c voltage 240V AC, 50HzTripping/closing coil auxiliary voltage 110 V DCSpring charging motor supply 240 V ACRated normal Current – Incomers 1500 A Rated normal Current – Bus-coupler 1500 A Rated normal Current – Feeder 630 A

b) Current Transformer for Incomer, Bus-coupler and Feeder PanelsRatings:Rated Short time current (STC) withstand : 31.5 kA for 3 secondsRated Voltage of the CT :17.5kVOne minute power frequency withstand voltage :38 kVImpulse withstand voltage : 95 kVRated maximum continuous current:

Incomer : 1500 A Bus-coupler : 1500 A Feeder :630A

Ratio and Class:i) 11 kV feeder panel

Core 1 : C.T. Ratio : 600/300/1 AClass : 5P15Core 2 : C.T Ratio : 600/300/1 AClass : 0.5Burden : 15 VA

ii) 11 kV Bus-coupler:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 172 of 280

Page 173: Standard Tender Document

173SECTION IV: GENERAL CONDITIONS OF CONTRACT

Core 1 : C.T. Ratio : 1500/1 A Class : 5P15Core 2 : C.T Ratio : 1500/1 AClass : 0.5Burden : 15 VA

iii) 11 kV Incomer panel:Core 1 : C.T. Ratio : 1500/1 A (Turns Ratio)Class : XImag : 0.02 AVk : 250 V

Core 2: C.T. Ratio : 1500/1 A (Turns Ratio)Class : XImag : 0.02 AVk : 250 VCore 3: C.T Ratio : 1500/1 A Class : 5P15VA : 15 VA

Core 4: C.T Ratio : 1500/1 A Class : 5P15VA : 15 VA

c) Voltage Transformers:Rated Voltage of the CT : 17.5kVOne minute power frequency withstand voltage : 38 kVImpulse withstand voltage : 95 kVRatio: Core 1, Core 2 : 11000/√3 : 110/√3V : 11/√3V

VA : 150 VAClass : 0.5 & 3P

NB: The rated VA of 150 VA is for three Phase unit. Incase three (3) single phase units are supplied, the minimum acceptable burden for each is unit 50VA.

2.5 FACTORY ACCEPTENACE TESTS (FATs)(see clause 1.10(e))All the switchgear panels shall be tested in accordance with the requirements of IEC 60298Tests shall be carried out on the circuit breaker as per the requirement of IEC 62271-100.Current transformers and Voltage transformers shall be tested in accordance with the requirement of IEC 60044-1 and 6044-2 respectively.The following tests shall be carried out during the FATs, by the manufacturer in presence of the employer’s engineers.

1. Complete Switchgear Boarda) Dimensional Checksb) Operational Testsc) Primary Injection Testsd) Calibration Tests on Relays and Instruments Power frequency Withstand Teste) Megger Testf) Contact resistance test for Primary jointsg) Lighting Impulse withstand testh) Power frequency Withstand Test on Secondary Wiring

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 173 of 280

Page 174: Standard Tender Document

174SECTION IV: GENERAL CONDITIONS OF CONTRACT

2. 17.5kV Circuit BreakerRoutine testsa) Operation testb) High Voltage tests, dry.c) Voltage tests on controls and auxiliary circuitsd) Measurement of resistance of the main circuitType Tests: Submit copies of Type test Reports and Certificatee) Mechanical endurance testf) Temperature rise testg) Impulse voltage testh) Interrupting Capacity

NB: Copies of Type Test Certificate for similar rated Circuit Breakers and Certified by National Standards and Testing Authority body or Reputable Third Party Test Laboratory shall be submitted with the Tender for Evaluation Purposes.

3) Current TransformerRoutine tests shall be carried out at the manufacturer's plant as per the requirement of IEC 60044-1, as listed below, in the presence of KPA Engineers.i. Polarity test and verification of terminal markings testii. Ratio and phase angle error tests (accuracy class composite error test)iii. Power frequency tests on primary and secondary windingsiv. Power frequency withstand tests between sections (windings)v. Inter-turn over voltage testsvi. Partial discharge measurement

Certificate and type test report for the following type test shall be provided during the FATs:i. Lightning, Impulse voltage withstand testii. Temperature rise testiii. Short tine current testiv. Determination of Errors testv. Radio Interference voltage measurements (RIV)

4) Voltage Transformer

Routine tests shall be carried tout at the manufacturer’s plant during FATs as per the requirements of IEC 60044-2, as listed below:-(a) Polarity tests and verification of terminals(b) Power frequency withstand tests on Primary windings(c) Power frequency withstand tests on secondary windings(d) Power frequency withstand tests between sections(e) Determination of errors(f) Partial discharges measurement

Certificates and type test report for the following type tests shall be provided during the FATs:-(a) Temperature rise test(b) Lightning Impulse Test(c) Determination of errors(d) Short-circuit withstand test capability(e) Measurement of the radio interference voltage (RIV)

5) Protection Relay Tests

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 174 of 280

Page 175: Standard Tender Document

175SECTION IV: GENERAL CONDITIONS OF CONTRACT

a. Relay Pick-up test for all functions and phasesb Relay timing test for all functions and phasesc Directional characteristic testd. In-zone and out of Zone tests for unit schemes

2.6 TRAINING AT THE MANUFACTURER’S PLACEDuring the FATs the manufacturer shall conduct complete training for the following equipments for at least four (4) KPA Engineers: -(a) Feeder Protection and Control relayThe Training shall include:-(i) Theory on application of all the functions included in the relay(ii)Complete configuration of the relay using software including creation and editing of the switchgear Mimic(iii) Relay parameter setting(iv) Downloading and analysis of all the data including disturbance recording(vi) Installation and testing(vii) (vi) Trouble-shooting and repair(viii) Complete testing of all the relay functions

The manufacturer shall plan adequate time for the training separate from the FATs. The duration of the training shall however not be less than three (3) eight hour working days. The employer may send a separate team from the team witnessing the FATs to attend the training.

The Training shall be considered to have been successful once the engineers are able to carry out all the above activities on their own. The manufacturer shall conduct evaluation tests and give a feedback report on the training to the employer for each of the engineers.

(b) 17.5 kV Circuit Breaker.The Training shall include:-(a) Functions of the Circuit breaker(b) Installation checks and operational tests(c) Inspections, repair and maintenance

The manufacturer shall plan adequate time for the training separate from the FATs. The duration of the training shall be at least one (l) day. The engineers attending the FATs will attend this training.

The training shall be conducted for Five (5) Engineers/Technicians. The duration of the Training shall be at least two (2) days. The manufacturer shall arrange for the complete training and pay for the venue and for meals and refreshments and any other associated costs.

The training shall be considered to have been successful once the engineer / technicians are able to carry out all the above activities on their own. The manufacturer shall conduct evaluation tests and give a feedback report on the training to the employer for each of the engineers/technicians.

2.8 PROTECTION RELAYS, CONTROLS AND MEASURING DEVICES REQUIREMENTS FOR SWITCHGEAR PANELS:

2.8.1 GENERAL REQUIREMENTS(a) The equipment for the control system shall be highly reliable, long-lived and

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 175 of 280

Page 176: Standard Tender Document

176SECTION IV: GENERAL CONDITIONS OF CONTRACT

suitable for continuous operation.(b) All instruments scales, coils, relay contacts and other features shall be suitable

for the apparatus controlled or the purpose intended.(c) It shall be the manufacturer’s responsibility to properly design the electrical

control, protective relaying, alarm and indication schemes related to the 11 kV switchgear panels.

(d) The manufacturer shall prepare arrangement and detailed drawings, equipment lists and wiring diagrams based on the requirement of meters, relays, control switches, indicating lamps and other devices including those to be supplied under other subsections.

(e) Protection against electrical faults and abnormal conditions on 11 kV switchboard and the outgoing 11 KV feeder shall be conducted by the protective relays and associated switchgear.

2.8.2 ;BILL OF QUANTITIES

The items listed under the bill of materials shall be installed and connected to form a complete and safe working system. Any components and accessories required to form a complete safe and correct working system, though not listed below shall be installed wired and connected by the manufacturer and shall be deemed to have been included in the bid and contract price.

2.8.2.1 FEEDER PANELS REQUIREMENTSThe feeder panel shall be equipped with the following protection relays, measuring and indicating devices, control and other accessories.

i) Feeder protection and control relay. The relay must fully meet the requirements of the detailed specifications included in these specifications.

ii) Trip circuit supervision relay visible from front of panel without having to open any panel compartment door. The TCS Relay shall be offered as a separate relay and NOT as a function of the feeder protection relay. Alternatively, the trip circuit supervisory function may be included in the feeder protection and control relay provided that it meets all the Requirements of the specifications

iii) A single power measurement unit shall be provided for each feeder panel to capture instantaneous and maximum demand values for the following parameters; I, kV, MW, MVAR and p.f

iv) Tariff Energy Meterv) Current Transducer; output 0-20mA, for input current of 0 — 1 Ampvi) Circuit breaker control switch (Close, Open &Neutral), with a mechanical

Lockvii) Sensitive Earth Fault (SEF) mechanical ON/OFF switch, mounted on the panel

and indelibly marked.viii) Circuit Breaker ON (red), OFF (green) and auto-trip (amber)indication

lampsix) Anti-condensation heaters for the Circuit Breaker and the LV compartmentx) Hygrostat with separate humidity and temperature control setting to control the

heater.xi) DC supply under voltage relay on the feeder panels at the two ends of the

switchgear board when assembledxii) AC supply under voltage relay on the feeder panels at the two ends of the

switchgear board when assembledxiii) Door switch operated lighting point and bulbxiv) 3 Pin - square power socket outlet with red neon indicatorxv) Suitably rated MCBs for auxiliary 110V DC for control, 110V DC for Trip, 240

V AC for motor, 240 V AC for heaters and illumination and VT 110 V AC supplies shall be fitted

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 176 of 280

Page 177: Standard Tender Document

177SECTION IV: GENERAL CONDITIONS OF CONTRACT

2.8.2.2BUS-COUPLER PANEL REQUIREMENTS

The Bus Coupler Panel shall be equipped with the following Protection Relays, Measuring and indicating devices, Controls and other Accessories.

(i) Feeder protection and control relay. The relay must fully meet the requirements of the detailed specifications included in these specifications.

(ii) Trip circuit supervision (TCS) relay visible from front of panel without having to open any panel compartment door with Push Button and indicating lamp. . The TCS shall be offered as a separate relay and NOT as a function of the feeder protection relay. Alternatively, the trip circuit supervisory function may be included in the feeder protection relay if can clearly be annunciated and meets all the requirements and of the specifications.

(iii) Annunciator relay with at least 16 alarm windows for annunciations of all protection trips and equipment defects and power supply failures for the whole switchgear board and other equipments that will be connected to the switchgear board at site.

The following alarms shall be connected to annuciator relay:-

(a) 110V DC supply fail – urgent(b) 240V AC supply fail – urgent(c) Incomer 1 Fault Trip – urgent(d) Incomer 2 Fault Trip – urgent(e) Bus-coupler Fault Trip – urgent(f) Feeder Fault Trip – urgent(g) Relay Fail – urgent(h) Trip Circuit Fail – urgent(i) Busbar Earth Switch 1 applied – non-urgent(j) Busbar Earth Switch 2 applied – non-urgent(k) VT change-over operated – non-urgent(l) Urgent Alarm(m)Non-urgent alarm

The following alarms shall be engraved on the alarm windows and wired to the terminal block for connection at site.

a) Battery Changer Failure - urgentb) Local Supply change-over operated — non-urgentc) Fire Alarm – urgent

All the alarms marked urgent will be connected to an urgent alarm out put relay. All the alarms marked non-urgent will be connected to an non-urgent alarm out put relay. One output contact from each relay will be connected to the Hooter, one contact each will be connected to the annunciator window and one contact each will be connected to the terminal block for external connection to SCADA.

iv) Hooterv) Circuit breaker control switch (close, open & Neutral), with a mechanical

lockvi) Single power measurement unit shall be provided for each feeder panel to

capture instantaneous and maximum demand values for the following parameters: I, kV, MW, MVAR and p.f.

vii) Current Transformer: output 0-20Ma, for input current of 0-1 Amp

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 177 of 280

Page 178: Standard Tender Document

178SECTION IV: GENERAL CONDITIONS OF CONTRACT

viii) Circuit breaker ON (red) and OFF (green) indication lampsix) Heater ONOFF switch for anti-condensation heaterx) 11 kV board 110 V AC supply changeover circuit for energy metering.

NB: A scheme consisting of contactors shall be designed to ensure that energy recording by energy meters is achieved at all times even when one of the 11kV incomer circuits is isolated and hence the bus-coupler closed. The scheme shall be designed so that under normal conditions, the feeder on each side of the section shall be supplied by the VT from the corresponding 11kV incomer, with the bus-coupler open. In case one 11kV incomer is switched off and the bus-coupler closed the 11kV Feeder shall receive 110V AC for energy metering from the remaining incomer. The scheme shall however not permit parallel connection of the VTs on the secondary side. The scheme shall be subject to approval by the employer.

xi) Anti-condensation heaterxii) Hygrostat with separate Humidity and Temperature control Setting.xiii) DC supply under voltage relayxiv) Door switch operated lighting point and bulbxv) 3-Pin – square power socket outlet with neon indicatorxvi) Suitably rated MCBs for auxiliary 110V DC for control, 110V DC for Trip, 240

V AC for motor, 240 V AC for heaters and illumination and VT 110 V AC supplies shall be fitted.

2.8.2.3 INCOMER PANELS REQUIREMENTS

The Incomer Panel shall be equipped with the following Protection Relay, Measuring and indicating devices, controls and other Accessories

(a) Feeder protection and control relay. They must fully meet the requirements of the detailed specifications included in this specifications. Three phase over current and each fault relay.

(b) Three phase directional over current and earth fault relay(c) Trip relay with a push button for electrical reset(d) Trip circuit supervision relay visible from front of panel without opening relay

compartment door. TCS shall be offered as a separate Relay and NOT as a function of the feeder protection relay. Alternatively, the trip circuit supervisory function may be included in the feeder protection relay if can cleared be annunciated and meets the requirements of specifications.

(e) A single power measurement unit shall be provided for each feeder panel to capture instantaneous and maximum demand values for the following parameters: I, kV, MV, MVAR and p.f

(f) Tariff Energy Meter(g) MW Transducer, ±20 mA(h) MVAr Transducer, ±20 mA(i) Current Transducer, 0-20 mA, for current input of 0-1Amp(j) Voltage Transducer, 0-20 mA, for voltage input of 0-110V AC(k) Circuit breaker control switch, (Close, Open & Neutral) with mechanical locking to

prevent in-intended operation.(l) Circuit breaker status ON (red) and OFF (green) indication lamps(m)Heater ON/OFF switch, for anti condensation heater(n) Anti-condensation Heater

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 178 of 280

Page 179: Standard Tender Document

179SECTION IV: GENERAL CONDITIONS OF CONTRACT

(o) Hygrostat with separate Humidity and Temperature control setting.(p) DC Supply Under-voltage Relay(q) AC Voltage Under-voltage Relay(r) Door switch operated lighting point and bulb(s) 3-Pin-square power pocket outlet with neon indicator(t) Suitably rated MCBs for Auxiliary 110 V DC for control, 110V DC FOR Trip, 240 V AC

for motor, 240 V AC for heaters and illumination and VT 110 V AC supplies shall be fitted.

2.8.3 PROTECTION RELAYS

2.8.3.1 REFERENCES

IEC 60255: Electrical Relays2.8.3.2 GENERAL REQUIREMENTS

(a) The electrical protective relay shall be of Numeric design(b) Auxiliary relays, of Static or electromechanical design, with mechanical flag

indicators are acceptable.(c) The protective relays and auxiliary relay shall operate successfully for any

value of the DC supply voltage between 85% and 125% of the rated voltage of 110 V DC without exceeding the temperature rise limits for the operating coils.

(d) Each Measuring protection relay shall be of the panel flush mounted, back connected type with rectangular case. Each relay shall have a removable transparent cover or cover with a transparent window making the front of the relay visible. It is preferred that each measuring relay shall be of a withdrawable type from the front of the panel with sliding contacts, without opening the current transformer secondary circuits, disturbing external circuits or requiring disconnection of leads on the rear of the panels.

(e) Each protection relay shall be equipped with adequate electrically independent contacts, of adequate rating for Trip and alarm functions. The relay shall also have adequate number of LEDs to assign each of the available protection functions. The number of LEDs shall not be less than eight (8).

(f) Test facilities for each AC current secondary circuit so as to provide access for testing of the protective relay and its associated circuits. This shall be provided on the terminal block and will consist of isolation links on the current transformer and voltage transformer circuits and suitable terminals for insertion of test leads banana terminals for injection of secondary current and voltage.

(g) Each current transformer circuit shall be earthed through a removable link at one point only in the control compartment's terminal block. The protection trip and alarm circuit for each panel shall be provided with an isolation link to facilitate isolation of the trip or alarm circuit for testing and trouble-shooting of the circuits.

(h) Relays contacts shall be suitable for making and breaking the maximum currents, which they may be required to control in normal service. Where contacts of the protective relays are unable to deal directly with the tripping currents, Auxiliary Trip relays shall be provided. This will ensure safety for the protection relays output contacts.

(i) Relays contacts shall make firmly without bounce and the whole of the relay mechanism shall be as far as possible unaffected by vibration or external magnetic fields.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 179 of 280

Page 180: Standard Tender Document

180SECTION IV: GENERAL CONDITIONS OF CONTRACT

(j) Relays shall be provided with clearly inscribed labels on the surface of the panel describing their application in words e.g., "Three over-current & earth Fault relay" in addition to the IEC numbering.

(k) To minimise the effects of electrolysis, relay coils operating on DC shall be so connected that the coils are not continuously connected from the positive pole of the battery.

(l) The relay thermal rating should be such that the fault current clearance times on any combination of current and time multiplier setting shall not exceed the thermal withstand capability of the relay (Maximum Fault current= 31.5 kA).

(m)The numerical relays will be equipped with an RS232 communication port to facilitate connection to a Laptop computer for configuration and parameter setting. Also a communication port shall be provided on each numerical relay for interface into a substation control and monitoring system and for remote interrogation and programming of the protection relays.

(n) The relays will also have a MMI with LCD screen and keypad to facilitate manual relay programming and data access.

(o) Relay operation due to system fault, shall be indicated by a Red L.E.D, and the fault details (flags) shall be displayed on the MMI. Both the relay fault flags and red L.E.D shall be reset via reset push buttons without opening the relay cover.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 180 of 280

Page 181: Standard Tender Document

181SECTION IV: GENERAL CONDITIONS OF CONTRACT

2.9 DETAILED SPECIFICATIONS FOR RELAYS, MEASURING AND INDICATING INSTRUMENTS, CONTROL SWITCHES AND OTHER ACCESSORIES

These specifications indicate the required performance characteristics for each of the Protection Relays and are in accordance with IEC 60255.a) The Feeder Protection and Control Relay 1:

This relay shall be installed on the feeder and bus-coupler switchgear panels and shall as a minimum meet the following requirements. The Feeder protection and control relay shall be of numeric design The Relay will have a large LCD screen measuring at least 7 cm x 7 cm

where a mimic of the switchgear arrangement and status of the switchgear for the bay shall be displayed. The position of the circuit breaker, i.e., racked-in or withdrawn shall be indicated. Circuit breaker close and open key buttons with symbols and colour codes as per the IEC standards shall be provided on the relay as well as switchgear selection key. A local/remote key selector switch shall be provided on the relay and the selected status of the selector switch indicated by means of an LED.

The relay shall be equipped with a keypad for manual configuration and parameter settings and for access of settings, fault and event records.

The relay offered shall have at least the following protection functions;- three phase overcurrent and earth fault, sensitive earth fault, having separate current transformer inputs to be connected to a core-balance CT to be installed in the switchgear panels. Other protection functions include; broken conductor protection, breaker failure protection, under and over frequency as well as over and under voltage functions. All the protection functions shall meet the requirements of each function as included in these specifications.

The relay shall monitor, measure and display on the screen the following parameters; I, V, P, Q and p.f. Also the circuit breaker wear shall be monitored and stored. The relay shall store at least 20 fault records, 20 events and 6 oscillographic fault records.

It shall be possible to display instantaneous measurands on the screen alongside the Bay Mimic.

The unit shall have a green L.E.D to indicate healthy status and a red L.E.D to indicate operation (Trip) of the protection functions.

It shall be equipped with a red L.E.D indicator to indicate relay failure as well as output contacts to signal relay failure.

The relay shall have at least eight (8) programmable LEDs for displaying protection and other alarms.

The Relay terminals shall be screw type terminals large enough to accommodate at least 4mm2 cable and shall be located at the back of the Relay.

shall be Equipped with an RS232 serial port for connection to a laptop computer for configuration and setting of relay and control functions and also for access of the relay data. Also a communication port for connection to local area network shall be provided. Seven (7) laptop to relay connection cables shall be provided

Seven (7) sets of Installation, commissioning, operation and maintenance manuals shall be provided.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 181 of 280

Page 182: Standard Tender Document

182SECTION IV: GENERAL CONDITIONS OF CONTRACT

Software for relay configuration, parameter settings and data download shall be supplied in CD ROM with the switchgear boards. Seven (7) copies (CD ROMs) of Software shall be supplied.

b) The Feeder Protection and Control Relay 2:This relay shall be installed on the incomer switchgear panels and shall as a minimum meet the following requirements.

•The feeder protection and control relay shall be of numeric design

The relay will have a large LCD screen measuring at least 7cm x 7cm where a mimic of the switchgear arrangement and status of the switchgear for the bay shall be displayed. The position of the circuit breaker, i.e., racked-in or withdrawn shall be indicated. Circuit Breaker close and open key buttons with symbols and colour codes as per the IEC standards shall be provided on the relay as well as switchgear selection key. A local/remote key selector switch shall be provided on the relay and the selected status of the selector switch indicated by means of an LED.

The relay offered shall have at least the following protection functions;- three phase overcurrent and earth fault, directional three phase overcurrent and earth fault relay, sensitive earth fault. Other protection functions include; broken conductor protection, , breaker failure protection, under and over frequency as well as over and under voltage functions. All the protection functions shall meet the requirements of each function as included in this specifications.

The Relay shall monitor, measure and display on the screen the following parameters; I, V,P, Q and p.f.. Also the circuit breaker ware shall be monitored and store. The relay shall store at least 20 fault records, 20 events and 6 oscillographic fault records.

It shall be possible to display instantaneous measurands on the screen alongside the bay mimic.

The unit shall have a green L.E.D to indicate healthy status and a red L.E.D to indicate operation (trip) of the protection functions.

It shall be equipped with a red L.E.D Indicator to indicate relay failure as s well as output contacts to signal relay failure.

The relay shall have at least eight (8) programmable LEDs for displaying protection and other alarms.

The relay terminals shall be screw type terminals large enough to accommodate at least 4mm2cable and shall be located at the back of the relay.

It shall be equipped with an RS232 serial port for connection to a laptop computer for configuration and setting or relay and control functions and also for access or the relay data.

The relay shall be equipped with a keypad for manual configuration and parameter settings and for access of settings, fault and event records and other data.

Software for relay configuration, parameter settings and data download shall be supplied in CD ROM with the switchgear boards. Seven (7) copies (CD ROMs) of Software shall be supplied.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 182 of 280

Page 183: Standard Tender Document

183SECTION IV: GENERAL CONDITIONS OF CONTRACT

NB: The Protection Functions Offered in the feeder protection and control relay shall satisfy the detailed specifications for each of the functions, detailed below:-

i. Three phase overcurrent and earth fault relayShould incorporate the following features; Relay must be of Numerical Design Shall be suitable for mounting on the panel front. Current setting range for overcurrent relay 0.51n-2.41n Current setting range for earth fault relay 0.051n-0.81n I.D.M.T characteristics according to BS142 or IEC255 i.e. SI,VI,EI,LTI,

including definite time for the high-set Elements. Time setting multiplier 0.05 - 1.0 Broken conductor protection feature Highset Element for both overcurrent and earth fault with. Protection, with a setting range of 1-301n and a definite time delay

setting of Seconds. Circuit breaker maintenance Fault records and event records Trip and start contacts shall be freely configurable to the output relays. Drop off /pickup ratio >90% Low transient overreach < 10%

ii. Sensitive Earth Fault Relay Should incorporate the following features

Relay must be of Numerical Type Current setting range for earth fault relay 0.010In – 0.8In Definite time delay characteristic: setting range, 0-30 Seconds Circuit breaker maintenance Fault records, event records and disturbance records Drop off/pickup ratio >90% Low transient overreach < 10%

iii. Three Phase Directional Overcurrent and Earth Fault RelayShould incorporate the following features

Relay must be of Numerical Type Current setting range for overcurrent relay 0.5In – 2.4In Current setting range for earth fault relay 0.05In – 0.8In Quadrature connection for polarizing voltage Applicable on the LV side of a Dyn1 transformer High set Element, with a setting range of 1-32In All stages of the phase and earth elements shall be freely assigned the

directional feature. Shall have the ability to program the directional feature forward or

reverse for each setting stage. I.D.M.T characteristics according to BS 142 or IEC 255 and define time

characteristic The normal operating boundary shall be +/-90 degrees from relay

characteristic angle. Relay sensitivity should be 1% of rated value of current and polarizing

voltage at an angle equal to the relay characteristic angle. Time setting multiplier 0.05 – 1.0 High set element for both overcurrent and earth faults protection, with

a setting range of 1-20In.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 183 of 280

Page 184: Standard Tender Document

184SECTION IV: GENERAL CONDITIONS OF CONTRACT

Circuit breaker maintenance Incorporate faults records, event records Configurable output relays with ability to output starting elements to

control tripping of other upstream protection relays.iv. Trip Relay

High burden tripping relay, immune to capacitance discharge current and leakage current.

At least 7 pairs of output contacts two of which should be NC contacts Instantaneous operation, t >15ms Flag or target shall be a red L.E.D, durable bulb or red mechanical flag The relay shall be suitable for flush mounting The relay shall be electrically reset, the rest button shall be inbuilt on

the relay and accessible without opening the relay cover OR shall be supplied separately for panel surface mounting.

Relay Terminals- shall be screw type terminals large enough to accommodate at least 4mm2 cable and shall be located at the back of relay.

Relay terminals shall be clearly marked Relay contacts configuration shall preferably be drawn on the relay

casing

v. Trip Circuit Supervision RelayThe relay shall have the following features Continuous supervision of trip circuit for circuit breaker in both OPEN &

CLOSED position Trip circuit fail – Red L.E.D or Flag\ Suitable for panel surface mounting: However if mounted inside the

control compartment, then the relay must be visible from the front. Two (2) normally closed (NC) and two (2) normally open (NO) or 2

NO/NC output contacts Relay Terminals shall be screw type terminals large enough to

accommodate at least 4mm2 cable and shall be located at the back of the relay.

Relay terminals shall be clearly marked Relay contacts configuration shall preferably be drawn on the relay

casing.

vi. Annunciator Relay Unit Shall have Silence, Accept and Reset, push buttons, to control the

Alarms Shall be equipped with at Least 16 separate alarm elements Each of the elements shall be freely assigned to one of two common

output alarms; urgent and non-urgent alarm. Each alarm element shall have a red L.E.D. to indicate ON status. It

shall also have provision for fixing of identification label changeable on site. A flashing alarm element shall be clearly visible.

The urgent and non-urgent common alarms shall be freely configurable to the output relays.

High immunity against electrical interference Relay output for audible alarm and for self supervision shall be

provided Integrated events register to provide analysis of the latest sixteen (16)

events

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 184 of 280

Page 185: Standard Tender Document

185SECTION IV: GENERAL CONDITIONS OF CONTRACT

Each of the elements shall be freely assigned to one or two common output Alarms; Urgent and Non-urgent Alarms

Relay Terminals-shall be screw type terminals large enough to accommodate a 2.5 mm2 cable and shall be located at the back of the relay.

Relay terminals shall be clearly marked Relay contacts configuration shall preferably be drawn on the relay

casing. At least two output relays one for urgent and the other for non-urgent

alarm. At least two (2) pairs of NO pair of output contacts for each output

relay.

vii. Circuit breaker Close/Open control Switch The switch shall have a mechanical interlock to prevent accidental

operation of the switch. It shall have a close, neutral and open positions engraved on the

switch, black letters on white background. After an operation, the switch shall return to the neutral position by spring action.

The terminals of the switch shall be screw type and shall be indelibly marked.

viii. Transducers:(a) MW Transducer

Connection shall be 3-Phase, 4-Wire Inputs 110V AC and l Amp Programmable output characteristic Out put shall be 0 - ±20 mA Auxiliary power supply shall be 110 V AC/DC. The transducer terminals shall be of screw type, large enough to

accommodate 4 mm2 cable and shall be indelibly marked.

(b) MVAr Transducer Connection shall be 3-Phase 4-Wire Inputs 110V AC and l Amp Programmable output characteristic Out put shall be 0 - ±20 mA Auxiliary power supply shall be 110 V AC/DC The transducer terminals shall be of screw type. Large enough

to accommodate 4mm2 cable and shall be indelibly marked.(c) Current Transducer

Input 0-1 Amp Output 0 -20 mA Auxiliary power supply shall be 110 V AC/DC Transducer terminals shall be screw type, large enough to

accommodate 4mm2 cable and indelibly marked.(d) Voltage Transducer

Input 0-110 V AC Output 0 -20 mA Programmable output characteristic Auxiliary power supply shall be 110 V AC/DC Transducer terminals shall be screw type, large enough to

accommodate 4mm2 cable and indelibly marked.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 185 of 280

Page 186: Standard Tender Document

186SECTION IV: GENERAL CONDITIONS OF CONTRACT

NB: A single transducer units with all of the above listed functionality in one casing is acceptable.

ix. Moulded Case Circuit Breaker: Three phase unit with Auxiliary contact Rated operating voltage, 400 V AC Rated Insulation voltage 600V AC Rated frequency 5O HZ Setting value of Thermally delayed Overhead release, 3A Auxiliary switch should have 1 NC & I NO contact. Suitable for fixing on a DIN rail Terminals suitable for connection of at least 4mm2 cable

x. Signalling Hooter:

The actuator system shall consist of a strong, non polarized electromagnet with an impact resistance sturdy casing.

Rated frequency 50 HZ. Rated voltage shall be 240V AC; +6/-10 % Protection degree shall be IP 55 Operating mode continuous Volume approximately 108 dB(A) 1 1/4 m Hooter terminals shall be large enough to accommodate 4 mm2 cable

and indelibly marked.xi. Anti-condensation Heater:

The heater should be suitable for mounting inside the circuit breaker, the cable and LV compartment.

The Heater for each compartment shall be adequately rated to preventing condensation within the respective compartment.

xii. DC Supply under voltage Relay Shall have a settable range for under-voltage pick ups, of 30-80%

of the rated DC voltage Shall be of electromechanical or electronic design Shall have an accuracy of < ± 4% Shall be self reset when the voltage returns to normal level Shall have a built in indication LED (green) and a built in operation

LED (red) Shall have at least 2 NC auxiliary contacts (Contacts close for

under voltage conditions) The relay shall be rated for continuous operation at the rated DC

voltage. Shall be suitable for mounting on DIN rail Relay terminals shall be screw type, large enough to accommodate

4mm2 cable and indelibly marked.

xiii. Indicating Lamps: Shall be suitable for mounting on the front of the panel The Lamp Indicators should be rated for 130V DC and equal or less

than 2.5W rating. The lamp indicators should be designed for continuous operation

and give a long life of at least 10 years. The bulb shall be easily replaceable without using a special tool. The Lamp Indicators shall be of LED design

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 186 of 280

Page 187: Standard Tender Document

187SECTION IV: GENERAL CONDITIONS OF CONTRACT

NB: LED Indicators are preferred

xiv. Power Measurement Unit: This is a power monitoring meter for panel mounting The unit shall be of numerical design The unit shall have a large LCD display for displaying the measurements The unit shall measure instantaneous values of; rms voltage, both phase –

phase and phase to ground, currents, active reactive and apparent power, energy, frequency, power factor and phase angle per phase.

The unit shall the following input rating, 1A and 110V AC phase to phase The unit shall be for flush mounting on the front of the panel The unit shall be for 3 phase, 4 –wire connection on the secondary or

current and voltage transformers The unit shall be equipped with an RS232 port for programming the unit to

ensure correct measurement and display of the parameters. The CT and VT ratio shall be programmable.

The accuracy of measurement shall be at least class 1.0 It shall be possible to display all the measured parameters on the screen

through the pre-programmed display screen. The screen to be displayed shall be selectable using the keys on the front of the unit.

The software and the PC to measurement unit connection cable shall be supplied with the unit

\The LCD screen shall be large enough to accommodate at least three measurands simultaneously

All the terminals shall be clearly marked The measurement range for power shall at least be up to 30 MVA The measurement unit terminals shall be screw type, large enough to

accommodate 4mm2 cable and indelibly marked.

2.10DETAILED SPECIFICATIONS FOR ENERGY METERS:SPECIFICATIONS FOR HIGH TENSION (HT) VOLTAGE AND CURRENT TRANSFORMERS (CT) CONNECTED STATIC METERS FOR ENERGY METERING ON THE INCOMERS AND FEEDERS.

1 ScopeThis specification is for newly manufactured High Voltage current transformer connected static meters for measurement of alternating current active energy in 50 HZ networks.

2 Requirements2.1 Meters shall meet requirement of IEC 62052-11: 2003 and IEC 62053-

21:20032.2 Meters shall be suitable for operation in tropical climate where

temperature may vary from -1 to +45 degrees Celsius and Average Annual Relative humidity reaching 90% and altitude of 0-1000m.

2.3 The meters shall be constructed as 3 phase 4-wire meters but may be wired as 3 phase 4-wire or 3 phase 4-wire meters.

2.4 The meters shall have terminals with bottom entry for cables and the arrangement shall be L1, V1, L1:L2V2L2:L3V3L3: N for 3 phase 4-wire meters.

2.5 The meters shall conform to the degree of protection IP 51 as given in IEC 60529: 1989 Degrees of protection provided by enclosures (IP Code) Amendment 1:1999.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 187 of 280

Page 188: Standard Tender Document

188SECTION IV: GENERAL CONDITIONS OF CONTRACT

2.6 The meters terminal hole and screws shall be made of brass or nickel-plated brass for high strength and high conductivity. Terminal hole shall be of sufficient size to accommodate the cables of at least 6mm diameter.

2.7 The meters shall have LED indicators for testing and indication of KWh and kVArh – meter operation.

2.8 The meter shall be equipped with auxiliary terminals for inputs and outputs.

2.9 The meters shall have a real-time clock controlled by a quartz crystal oscillator and a back up power supply to run the calendar clock for a minimum of 1 year without mains voltage.

2.10 The meters shall have a non-volatile memory capable of data storage.

2.11 The meters shall be capable of storing load profile for at least 180 days on four channels with 20 minutes integration for the following parameters namely Import watts, Export watts, Export VA. Import VA, 4-quadrant Reactive energy Q1,Q2,Q3 and Q4, Phase voltage. Phase currents and Power factor.

2.12 The meters shall be capable of measuring the following parameters: Active, reactive and apparent energy and demand in export and import modes; Maximum demand in kVA and kW: Four quadrant power measurement: Multi-tariff metering: Accurate measurement for incorrect phase sequence; and Instrumentation data (V, I, Pf, Phase angles, Power etc)

2.13 Additional operational and security features of meter: Meter sealing provisions; meter software with enhanced access level; Logging of loss of voltage, over-current, over-voltage, date of last programming; at least 6 and 6 registers for energy and demand respectively; Programmable billing dates; Non resettable billing registers and a minimum of 12 months; LCD with 5 digit ID codes that are EDIS compliant; No mains supply reading facility: RS 485 and optical ports for communication; Primary metering for Demand and Energy.

2.14 Meters rating: 3 x 63.5/110 V, 3 x 1 A and at 50 Hz2.15 Meter type and other test: Meters to pass tests on Power

consumption, Influence of short-time over-current, Influence of self-heating, AC voltage test, Limits of errors due to variation of the current, Limits of error due to influence quantities, Test of starting and no-load condition and EMC tests.

2.16 Name plate marking requirements: Each meter market legibly and indelibly in English with the following information: Name or trade mark of the Manufacturer, Country of origin, Type/model, meter number up to ten digits, in inscription “Property of Kenya Port Authority (KPA), Standard(s) to which the meter complies and Year of manufacture.

2.17 Warranty requirements: 18 months from date of supply of meters

2.18 Schedule of Technical data

Standard and type testsGeneral requirements, IEC 62052-11:2003

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 188 of 280

Page 189: Standard Tender Document

189SECTION IV: GENERAL CONDITIONS OF CONTRACT

tests and testParticular requirements for static meters for active energy

IEC 62053-21:2003

Power consumption and voltage

IEC 62053-21:2003

Shock test IEC 62052-11:2003Plastic-determination of temperature

IEC 62052-11:2003

Degree of protection IP51Measurement Base Active / Reactive

energy, 3 element, 4 quadrant

Network type 3phase 3 or 3 phase 4-wire

Connection type VT and CT connectedAccuracy kWh class 1.0 kVArh class

2Humidity: Reaching 90%Altitude Up to 2,200mTemperature range (operating)

-1 to+45 ° C

Voltage measurement (Uri) 3x 63.5/110 V 50Hz, 3 or 4 wire

Voltage range 0.8 U, to 1.15 U,Voltage circuit burden 5 2 W and 10 VABurst test 4 kVImpulse voltage 6 KV, 1.2/50 usCurrent measurement I„ =1 A; I,,,, > 6 AShort circuit current 20 Imax for 0.5 sStarting current 0.001 LCurrent circuit burden < 1 VALCD 7 Measurement and 5 ID

(EDIS) digitsLoad profile _❑ 180 day-4-channel

capacity at 20 minuteDielectric strength 4 kV, 50 Hz., 1 min.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 189 of 280

Page 190: Standard Tender Document

190SECTION IV: GENERAL CONDITIONS OF CONTRACT

A. TECHNICAL SCHEDULES FOR 11kV SWITCHGEAR, CONTROL, PROTECTION AND COMMUNICATIONS EQUIPMENT

Technical Schedules for 11kV switchgear control, protection and communications equipment

The Tenderer shall after reading through the Technical Specifications and the Tender Documents in general complete the technical schedules below, which also constitute the guaranteed technical particulars. The completed schedules shall accompany the bid. Attach manufacturer's profile, catalogues and manuals to verify details entered in the schedule.

Schedule A SWITCHGEAR BOARD

DESCRIPTION

KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturer's name Indicate

Manufacturer's letter ofAuthorization.

Provide copy

Copy of ISO 9001/2 certificate. Provide copy

Type or designation number ofSwitchgear offered and applicable standard.Manufacturer's experience inManufacturing same type ofSwitchgear panels.

At least 7 Years

Manufacturer's experience inManufacturing similar type ofSwitchgear panels

15 years

No. of units sold in the last 5 years.

> 400

No. of units sold in the export market [attach list] in the last 5 years [attach export list]

> 200

Enclosure [IP] class of protection [attach type test certificate]for the offered panel type

IP41

Arc proof design [attach type test certificate] for offered panel type

Yes

Rated voltage 17.5KVRated power frequency withstand [attach routine test report] offered panel type

38KV

Rated lighting impulse withstand [attach type testreport] for the offered panel type

95 KVp

Metal clad compartments [CB], Busbar, LV, CT, Cable] attach layout -drawing for the offered panel type

5

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 190 of 280

Page 191: Standard Tender Document

191SECTION IV: GENERAL CONDITIONS OF CONTRACT

Busbar material copperDimensions [WxHxD [attach layout drawing]

provide

Short circuit withstands. 31.5KA, 3secArc Proof design for entireswitchgear board

Yes

ARC venting YesLockable door with viewing glass in CB compartments.

Yes

Lockable door for LV compartmentEarth switch rating on making and withstand

31.5KA, 3 sec

Earth switch position visible from front

Provide

Shutters for Busbars [red] and circuit [yellow] provided.

Provide

Provision to safely open the shutters for phasing out provided

Provide

Anti condensation heater ProvideHygrostat with variable Humidity and temperature control setting

Provide

Busbar rating 2000A

Circuit rating - Incomer 1500A

Circuit rating - Feeder 630AIntegral Feeder earth switch ProvideHorizontal or vertical Isolation and withdraw of circuit Breaker

State

Live cable indicator ProvideInterlock between Incomer live

cable and Earth switchProvide

Integral Busbar earth switch ProvideSeparate locking of Busbar and

circuit shuttersProvide

Earth switch operating handle cannot be inserted in to operate position when CB is in circuit position

Yes

Switchgear panel width ≤800 mmSwitchgear panel depth ≤800 mmLength(Height) of LV Compartment ≤650 mmDetailed catalogue and manual for the switchgear panels with detailed

design drawings

Provide

Dimensioned Layout drawing for the complete switchgear board,

including the Arc venting channel

Provide

Single line drawing(SLD)for thecomplete switchgear board

Provide

Routing test report for similar panel as per IEC 298?

Provide

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 191 of 280

Page 192: Standard Tender Document

192SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule B 12kV CIRCUIT BREAKER

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturer's name IndicateManufacturer's letter

ofAuthorization.

Provide copy

Copy of ISO 9001/2 certificate. Provide copy

Type or designation number of circuit breaker offeredApplicable standard for manufactures and testing

state

Manufacturer's experience inManufacturing same type ofCircuit breaker.

At least 7 Years

Manufacturer's experience inManufacturing similar type circuit breaker [MV indoor circuit breaker]

A least 15 years

No. of units sold in the last 5 years. ≥1000Units sold in to export market in the last 5 years

≥ 500

Type of interrupter employed VacuumName of manufacturer of vacuum interrupter

Provide

Manufactures experience in manufacturing vacuum interrupters

≥15 years

Rated circuit breaker voltage 17.5 kV1 minute power frequency withstand [attach test report]

38 kV

Impulse withstand voltage [attach test report]

95 kV

Rated short circuit current and withstand [attach type test report]

31.5 kA, 3 sec

Rated short time making current peak [attach type test report]

63 kA or 79 kA

Circuit breaker operating sequence [attach type test report]

0-0.3 sec-co-3 min-co

Motor wound spring operated mechanismAuxiliary DC voltage for closing and tripping coils

110 V DC

Trip-free mechanism StateAnti-pumping feature ProvideAuxiliary AC supply 240 VACCB mechanism Motor wound

springVisible spring charges/discharged mechanical indication on CB as

Provide

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 192 of 280

Page 193: Standard Tender Document

193SECTION IV: GENERAL CONDITIONS OF CONTRACT

per specifications.Visible CB ON/OFF indications as per specifications

Provide

Connection of CB to auxiliary panel circuits via a plug-in cable

Yes

Operation counter ProvideCB close and open mechanical push

Provide

Button on CBCB isolation Vertical /

HorizontalCB withdrawal HorizontalCB lowering trolley provided [for horizontal withdrawal] suitable for use by one switching operator

provide

CB withdrawal not possible when CB is closed

Yes

CB cannot be drawn-in until the earth switch is open and auxiliary circuit connected [powered]

Yes

Earth switch cannot be closed when the CB is in circuit position or in transit

Yes

CB cannot close when in transitCircuit breaker is equipped with anti

pumping deviceCB routine test report as per IEC

62271-100Provide

CB rating for incomer and bus-section

1500A

CB rating for feeder 630ACircuit breaker poles between the interrupters and the primary plug in contacts-insulated.

Yes

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 193 of 280

Page 194: Standard Tender Document

194SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule C CURRENT TRANSFORMERS

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturer's name IndicateManufacturer's letter ofAuthorization.

Provide copy

Copy of ISO 9001/2 certificate. Provide copy

Type or designation number of CTApplicable standard stateManufacturer's experienceinManufacturing same type ofCTs

At least 7 Years

Manufacturer's experienceinManufacturing similar type CTs [MV indoor type]

≥15 years

No. of units sold in the last 5 years.

≥600

Units sold in to export market in the last 5 years

≥ 300

Rated circuit breaker voltage 17.5 kV1 minute power frequency withstand [attach test report]

38 kV

Impulse withstand voltage [attach a copy test report]

95 kVp

Short -circuit withstand current duration [attach copy of type test report]

31.5 kA, 3 sec

Feeder CT detailsRaito – 600/300/1A YesCore 1 – 15VA,5P15 YesCore 2 – 15VA,cl 0.5 YesIncomer CT detailsRatio – 1500/1A ProvideCore 1 : clx; VR≤250V;Ie≤0.02A ProvideCore 2 : clx; VR≤250v;Ie≤0.02A ProvideCore 3 : 15VA,5P15 ProvideCore 4 : 15VA cl 0.5Bus coupler CT detailsRatio : 1500/1A ProvideCore 1 : 15VA, 5P15 ProvideCore 2 : 15VA, cl 0.5 ProvideRoutine test certificates of similar CTs as those listed in 14, 15 and 16 above. NB: the classes must be the same as per IEC 60044-1

Provide

Provide manufacturer’s CT catalogue

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 194 of 280

Page 195: Standard Tender Document

195SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule D VOLTAGE TRANSFORMERS

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturer's name IndicateManufacturer's letter ofAuthorization.

Provide copy

Copy of ISO 9001/2 certificate. Provide copy

Type or designation numberof VTApplicable standard stateManufacturer's experienceManufacturing same type ofVTs

At least 7 Years

Manufacturer's experienceManufacturing MV, indoor VTs

≥ 15 years

No. of units sold in the last 5 years.

≥ 500

Units sold in to export market in the last 5 years

≥200

Rated voltage of offered VT 17.5 kV1 minute power frequency withstand voltage [attach routine test report]

38 kV

Impulse voltage withstand voltage [attach a copy test report]

95 kV

Feeder VT detailsRaito : 11KV/√3; 110/√3; 110/√3 VAC

Provide

Core 1 : 100VA, cl 0.5 ProvideCore 2 : 50VA, cl 3p ProvidePrimary fuses ProvideSecondary fuses ProvideCopies of routine test reports for VT of similar voltage rating as per IEC 60044-2

Provide

Manufacturer’s catalogue Provide

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 195 of 280

Page 196: Standard Tender Document

196SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule E PROTECTION RELAYS AND AUXILIARY RELAYS

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturer's name Indicate

Manufacturer's letterAuthorization.

Provide copy

Copy of ISO 9001/2 certificate of manufacturer.

Provide copy

Applicable standard state

Manufacturer's experiencein

Manufacturing protection and auxiliary relays

≥ 15 Years

Total No. of measuring relays sold in the last 5 years

≥ 5000

Experience in manufacture of numerical protection relays.

≥ 10 years

Number of numerical protection relays sold in the last 5 years

≥ 5000

Number of numerical relays sold to the Export Market in the last 5 years. NB: Attach manufacturers export sales list.

≥ 2000

FEEDER PROTECTON AND CONTROL RELAY

Relay shall be of Numeric Design

state

Relay designed for Bay Protection & Control

State

Size of Relay LCD screen State

For flush mounting on panel surface

Provide

Relay is equipped with Circuit Breaker close and open key/push buttonsRelay has the following protection functions: Three phase over

currentProvide

Earth fault function Provide

Sensitive earth fault function

Provide

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 196 of 280

Page 197: Standard Tender Document

197SECTION IV: GENERAL CONDITIONS OF CONTRACT

Broken Conductor function

Provide

Auto-reclose function Provide

Circuit breaker maintenance function

Provide

Measurement and display of instantaneous values of I, V, P, Q and p.f on the LCD

State

Trip Indication Via Red LED

Healthy Indication via Green LEDRelay has eight LEDs for AnnunciationStart and Trip output contracts are freely configurableRelay terminals are screw type and adequate to accommodate 4mm2 cableFault Records storage capacity

State

Events storage capacity State

Disturbance Record storage capacity

State

MMI with keypad and LCD Provide

Serial RSS232 port Provide

Communication Port for connection to Local NetworkSoftware to be provided: Seven Copies of software in CD ROM required

State name of software

Relay is equipped with IEC 61850 communication

State

Seven (7) connection cables from relay to laptop

Provide

Seven (7) Detailed publication / operation and instruction manual attached to verify all the specifications

Provide

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 197 of 280

Page 198: Standard Tender Document

198SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule F THREE PHASE OVER CURRENT AND EARTH FAULT RELAY

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

One tine delay element and two high set elements

state

Setting range and step for IDMT element for both current and Time Multiplier Setting

state

Selectable Current/Time curves for IDMT element.

State

Broken conductor protection

Provide

Schedule F.1 EARTH FAULT RELAY

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

One time delay element and two high set elements

state

Setting range and step for IDMT element for both current and Time Multiplier Setting

state

Selectable Current/Time curves for IDMT element.

Numeric

Setting range and step for high set elements for both current and time delay

State

Schedule F.2 SENSITIVE EARTH FAULT FUNCTION

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Current setting range State

Time delay. state

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 198 of 280

Page 199: Standard Tender Document

199SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule F.3 THREE-PHASE DIRECTIONAL OVERCURRENT

AND EARTH FAULT RELAY

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Current setting range for over current element

state

Current setting range for earth fault element.

state

Quadrature connection of polarizing voltage

State

Directional feature freely assigned to Over current and Earth faults elements

State

Directional element voltage sensitivity

State

Circuit breaker maintenance

Provide

One time delayed element and two high set elements.

Provide

Schedule G TRIP RELAY

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturers name state

Type or designation name state

Electrical reset Provide

High burden relay State

Operating time State

Contracts configuration State

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 199 of 280

Page 200: Standard Tender Document

200SECTION IV: GENERAL CONDITIONS OF CONTRACT

Schedule H TRIP CIRCUIT SUPERVISORY RELAY

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturers name state

Type or designation name state

Supervision for CB open and closed status

State

Contracts configuration State

Schedule I ANNUNCIATOR RELAY UNIT

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturers name stateType or designation name stateNumber of alarm elements stateEach alarm has RED LED for visual indication

Provide

Has silence, accept and rest push buttons

State

Alarms freely assigned to urgent or non-urgent bus-wires

State

Schedule J CIRCUIT BREAKER CLOSE/OPEN SWITCH

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturers name stateType or designation name stateMechanical interlock ProvideClose and open position marked on the switch

State

Schedule K TRANSDUCERS

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 200 of 280

Page 201: Standard Tender Document

201SECTION IV: GENERAL CONDITIONS OF CONTRACT

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Manufacturers name stateType or designation name stateConnection 3 phase – 4 wire

Provide

Input and output range StateProgrammable output characteristic

State

MVAR TRANSDUCERSManufacturers name stateType or designation name stateConnection 3 phase – 4 wire

Provide

Input and output range StateProgrammable output characteristic

State

CURRENT TRANSDUCERManufacturers name stateType or designation name stateInput and output range State

VOLTAGE TRANSDUCERManufacturers name stateType or designation name stateInput and output range State

DESCRIPTION KENYA PORT AUTHORITY REQUIREMENT

SUPPLIER’S DETAILS/ RESPONSE {Enter value or Yes or No as appropriate}

Schedule L HOOTER, HEATER & INDICATING LAMPS

HOOTER

Manufacturers name stateType or designation name stateAuxiliary Supply 240 V AC supply

state

ANTI CONDENSATION HEATER

Manufacturers name stateType or designation name stateDuty – continuous operation

state

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 201 of 280

Page 202: Standard Tender Document

202SECTION IV: GENERAL CONDITIONS OF CONTRACT

INDICATING LAMPS AND HOLDERS

Manufacturers name stateType or designation name stateRating ≤ 2.5WDuty ContinuousDuration of service ≥ 10 years

Schedule M POWER MEASUREMENT UNIT

Manufacturers name stateType or designation name of the unit

state

Unit suitable for flush mountingComplete order number of offered unit

State

Parameters measured StateClass of accuracy of measurement

State

Configuration of the unit (3 phase + 4 wire)

State

NOTE:

The Bidders should note that the above Technical schedules must be fully completed and submitted with the bid. Failure to complete the schedules shall lead to rejection of the bid. Each entry in the schedule in compliance with the specifications shall constitute marks as shown in the bidders evaluation sheet. The maximum possible score shall be 28% and the lowest possible score shall be 0%.

Note: This schedule does not in any way substitute for details information required elsewhere in the specification.

NB: The Bidder should read through the document thoroughly and submit with the bid all the required test certificates, manuals and drawings, etc.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 202 of 280

Page 203: Standard Tender Document

203SECTION IV: GENERAL CONDITIONS OF CONTRACT

B. TECHNICAL SCHEDULES FOR 132KV SWITCHGEAR, CONTROL, PROTECTION AND COMMUNICATIONS EQUIPMENT

The Tenderer shall after reading through the Technical Specifications and the Tender Documents in general complete the technical schedules below, which also constitute the guaranteed technical particulars. The completed schedules shall accompany the bid. Attach manufacturer's profile, catalogues and manuals to verify details entered in the schedule.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 203 of 280

Page 204: Standard Tender Document

204SECTION IV: GENERAL CONDITIONS OF CONTRACT

Technical Schedules for 132 kV switchgear, control, protection and communications equipment.

SCHEDULE -1a TECHNICAL GUARANTEES, OUTDOOR SWITCHGEAR

OUTDOOR SWITCHGEAR 132 kV

ITEM PARTICULAR UNIT GUARANTEED FIGURE

TOLERANCE

A1 Circuit Breaker (Type__________)

Breaking Medium SF6/Vacuum

Manufacture- Rated voltage kV

- Maximum service voltage kV

- Rated frequency Hz

- Rated Continuous current A

- One minute power frequency withstand voltage, dry and wet

(a) To earth kV rms

(b) Across open breaker pole kV rms

- Impulse withstand voltage 1.2/50 ms

(a) To earth kV peak

(b) Across open breaker- Breaking capacity at rated

voltage(a) symmetrical kA rms

(b) asymmetrical kA rms

- Making capacity kA peak

- Breaking capacity of capacitive current

A

- Overvoltage factor for disconnection of unloaded transformers (without voltage limitation by lighting arresters)

- Rated inductive current switching capacity

A

- Permissible 1 second short-tine current

kA rms

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 204 of 280

Page 205: Standard Tender Document

205SECTION IV: GENERAL CONDITIONS OF CONTRACT

OUTDOOR SWITCHGEAR 132 kV

ITEM DESCRIPTION UNIT GUARANTEED FIGURE

TOLERANCE

Circuit breaker continued- Dynamic short-time current kA peak

- Opening time, interval of time between the instant of application of tripping impulse to the instant when the main contacts have separated in all poles

m.sec

- Total break time, interval of between the instant of application of tripping impulse to the instant of final arc extinction in all poles.

(a) At 100% breaking capacity m.sec

(b) Under phase opposition m.sec

- Rate of rise of recovery voltage (RRRV) at 100% short circuit current.

-(a) 3-phase kV/msec

(b) 1-phase kV/msec

- RRRV out of phase duty kV/msec

- Minimum temperature rise at rated current of main contract

0C

A2 Current Transformers

Manufacturer

- Rated voltage kV

- Maximum service voltage kV

- Rate frequency Hz

- One-minute power frequency test voltage of

(a) Primary winding kV rms

(b) Secondary winding kV rms

- Lighting impulse withstand voltage

kV peak

-

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 205 of 280

Page 206: Standard Tender Document

206SECTION IV: GENERAL CONDITIONS OF CONTRACT

OUTDOOR SWITCHGEAR 132 kV

ITEM DESCRIPTION UNIT GUARANTEED FIGURE

TOLERANCE

- Rated primary currents A

- Rated secondary current A

- Short-time thermal rating(a) 1 second kA rms

- Short –time dynamic rating kA peak

- Burden and accuracy class of (a) Measuring core(b) Protection core- Instrument security factor of the

measuring core- Accuracy limit factor of the (a) Protection core

A3 Voltage Transformers, (Type _____________)

Manufacturer- Rated voltage kV

- Maximum service voltage kV rms

- Rate frequency Hz

- One-minute power frequency test voltage of

(a) Primary winding kV rms

(b) Secondary winding kV rms

- Lighting impulse withstand voltage

kV peak

- Burden and accuracy class of (a) Measuring winding protection

winding- Ratio kV

A4 Country of manufacture- Cubicles

- Circuit breaker

- Voltage transformers

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 206 of 280

Page 207: Standard Tender Document

207SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 1a: TECHNICAL GURANTEES, OUTDOOR SWITCHGEAR

OUTDOOR SWITCHGEAR 132 KVITEM PARTICULAR UNIT GUARANTEED

. FIGURETOLERANCE

A5 Disconnector (Type ________)

Manufacturer (state)Applicable Standards (state)Breaking Medium Air

- Rated voltage kV- Maximum service voltage kV- Rated Frequency Hz- Rated Continuous current Amps- Contact Resistance (state)- Max temperature rise under

rated voltage and current(state)

- Rated power frequency withstand voltage(a) To earth kV(b) Across open contacts kV

- Impulse withstand voltage 1.2/50 ms(a) To earth kV peak

- Breaking capacity at rated voltage(a) symmetrical kA rmsCurrent density kA rms

- Moving Blade A/sq.mm- Terminal Pad A/sq.mm- Contacts A/sq.mm- Terminal connector A/sq.mm

Breaking capacity of capacitive current

(state)

- Rated inductive current switching capacity

(state)

- Rated inductive current switching capacity

(state)

- Permissible 1 second short-time current

kA rms

- Dynamic short-time current kA peak- Auxiliary Supplies

DC V AC V

- No of spare auxiliary contacts Disconnector Earthing switched

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 207 of 280

Page 208: Standard Tender Document

208SECTION IV: GENERAL CONDITIONS OF CONTRACT

SHEDULE 1a: TECHNICIAL GUARANTEES, OUTDOOR SWITCHGEAR

OUTDOOR SWITCHGEAR 132 kVITEM PARTICULAR UNIT GUARANTEED

FIGUREDisconnector (Type___________) continued

- Auxiliary contacts’ current rating Amps- Motor rating Amps- Level of galvanizationPadlocking facility in both open and closed position

(state)

- Tolerance (DC)- Degree of Protection for Control

Box- Thickness of sliver coating µ- Creepage distance mm- Operation

Local (manual) Local ( motorized) Remote (motorized)

- Interlocking with breaker (electrical / mechanical)

(state)

- Interlocking with earth switch (Mechanical)

(state)

- Position indication on control box (state)Clearances

- Between phase mm- Between phase and ground Mm

Type of break (state)Any special assembly tool (state)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 208 of 280

Page 209: Standard Tender Document

209SECTION IV: GENERAL CONDITIONS OF CONTRACT

SHEDULE -1b INFORMATVE DATA OUTDOOR SWITCHGEARITEM PARTICULAR UNIT DATA TOLERANCE

Circuit BreakerB1 - Reference standard

- Type of breaker and designation- Voltage drop across main contacts

at rated currentmV

- Type of main contact mm- Type of arc control device m/s- Method of closing- Method of tripping- Max. percentage of recovery

voltage across any break%

- Minimum clearance between live parts and earth, in SF6 or vacuum

Mm

- Min distance between phases- Number of opening operations

Permissible before inspection and maintenance of contacts, gas treatment etc.

At rated current At maximum short circuit

currentFor SF6 breakers

- Normal gas density for SF6 circuit breaker (represented by gas pressure)

At 200C Bar At 400C Bar

- Minimum gas density for safe operation

At 200C Bar AT 400C Bar

- Quantity of gas required per 3-pole breaker

Kg

- Operating pressure of relief device Bar- Method of monitoring pressure

and temperature compensation- Max. permissible dew point

temperature0C

- Max. permissible acidity level- Max. permissible leak rate %/year

For vacuum breakers- Vacuum in break chamber torr- Max. permissible leak rate %

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 209 of 280

Page 210: Standard Tender Document

210SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 1b : INFORMATIVE DATA OUTDOOR SWITCHGEARITEM PARTICULAR UNIT DATA TOLERANCE

Circuit Breaker (Continued)For all breakers

- Control voltage V DC- Type of operating device

Motor voltage AC of DC Max. permissible service

voltageV

(a) Min. service voltage V- Starting current of motor- Power consumption of motor

When starting W When running W

- Power consumption of Closing coil W Trip coil W Heater W

- Auxiliary switch Rupturing current at 110 V

DCA

Number of free NO contact Number of free NO contact Test voltage 50Hz, 1 min. V

Manufacturer’s of- Support insulators- Breakers insulators- Operating mechanism

NOTE- Indication to the characteristics

listed above, the following information shall be given for all switchgear:-

Layout and overall dimensions drawings

descriptionsB2 Earthing Switches

- Reference standard- Type of isolating switch- Min creepage distance (live part

to earth)mm

- Min. isolating distance (clearance between open contacts)

mm

- Materials of contract surface - Total contact pressure- Type of operating device- Weight of earthing switch

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 210 of 280

Page 211: Standard Tender Document

211SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -1b INFORMATIVE DATA, OUTDOOR SWITCHGEARITEM PRARTICULAR UNIT DATA TOLERANCEB3 Current Transformers

- Reference standard- Type designation- Overall dimensions- Total weight of one current

transformerkg

- Type of insulation

B4 Voltage Transformers- Reference standard- Type designation- Overall dimensions- Total weight of one current

transformerkg

- Type of insulation

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 211 of 280

Page 212: Standard Tender Document

212SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -2a TECHNICAL GUARANTEES, CONTROL SYSTEMSUB-STATION CONTROL SYSTEM (SCS)ITEM PARTICULAR UNIT GUARANTED FIGUREa.1 Control system response and update time

under ‘moderate load’ conditions

The control system shall be designed to yield the following response and update time under ‘moderate load’ conditions:-

- Time taken to complete refresh data held with the SCS:(a) Maximum(b) Average

s

s- Time taken to carry out a complete

status check of all indications and alarms(a) Maximum s(b) Average s

- The time between selection and display of a VDU diagram fully updated from the existing main computer data base shall not exceed

s

- The time between selection of a control function and check back shall not exceed

s

- The time between execution of a control function and successful completion being displayed at the Operation Workshop shall not exceed for

(a) Circuit breaker (operating time = 250 ms)

s

(b) Isolator (operating time=10s) s- The time between the occurrence of the

first change of state/alarm and display at the Operators Workstation shall not exceed

s

- The time between selecting display of analogue measurements and the corresponding value in the database being displayed shall not exceed

s

- The time between successive updates of the data base with analogue measurements shall not exceed

s

(a) Network MW measurements s(b) Other analogue measurements s

a.2 Equipment ReliabilityMean time between failure shall be not less that:

- Each computer h- VDC h- Logging printer h- System console h- Communication system h

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 212 of 280

Page 213: Standard Tender Document

213SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 2b INFORMATION DATA, CONTROL SYSTEM

ITEM DESPRIPTION UNIT DATAb.1 General System Considerations

- Soft ware Package Which RTU communication

protocols are supported- Real-time database

Package Is an SOL interface supported

- Database Management Tool Package State type of man-machine

interface softwareb.2 Operator Workstation

- Reference standards- Type designation- Weight kg- Mounting arrangement

VDU- Reference standard- Type designation- Diagonal screen size mm- Usable display area Max.mm

Weight kg- Mounting arrangement

Alphanumeric Keyboard- Reference standard- Type designation- Mounting arrangement

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 213 of 280

Page 214: Standard Tender Document

214SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 3a TECHNICAL GUARANTEES, PROTECTION ETCCONTROL, PROTECTION, METERING, SIGNALLINGITEM PARTICULARS UNIT GUARANTED

FIGURETOLERANCE

a.1 Indicating Instruments- To be filled in for each AC and DC

Ampere meter and Voltmeter and for each Wattmeter, VAr-meter, Frequency-meter and other indicating instruments :-

- Instrument for:- (A,V (AV), V (DC), W, etc Error % Max. admissible current %.1N Max. admissible voltage %1N

a.2 Meters- To be filled in for each meter- Meter for (MWh, MVArch: Error with 5% load % Error with 10% load % Error with 20% load % Error with 100% load % Max. admissible current %1N

a.3 Metering Converters (Transducers)- Converter for (MW, MVAr, A, etc: Error % Linearity % Max. admissible current continuously %1N Max. admissible voltage for 0.5

seconds%1N

Max. admissible current continuously %1Na.4(a)

Protection Relays

- To be copied and filled in for each type of relay as applicable.

Relay for ___________________________- Accuracy of the adjustable tripping

timesec

- Min. possible tripping time ms- Drop out ratio %- Directional sensitivity (dist, relay

only)%.UN

- Max. admissible current during 0.5 sec

%1N

- Max admissible current continuously %1N- Relation between tripping coil current

and holding coil current (diff. relay only)

%

- Limit value of the adjustable tripping current (O.C.R.)

%1N

- Limit value of the instantaneous tripping current (O.C.R.)

%1N

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 214 of 280

Page 215: Standard Tender Document

215SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 3a TECHNICAL GUARANTEES, PROTECTION ETCCONTROL, PROTECTION, METERING, SIGNALLINGITEM PARTICULARS UNIT GUARANTEED

FIGURETOLERANCE

- Limit value of the adjustable tripping voltage (O.C.R.)

%1N

- Limit value of the instantaneous tripping voltage (O.C.R)

%1N

a.4(b)

Protection Relays

- To be copied and filled in for each type of relay as applicable.

Relay for - Accuracy of the adjustable tripping

timesec

- Min. possible tripping time ms- Drop out ratio %- Directional sensitivity (dist, relay

only)%.UN

- Max. admissible current during 0.5 sec

%1N

- Max admissible current continuously %1N- Relation between tripping coil current

and holding coil current (diff. relay only)

%

- Limit value of the adjustable tripping current (O.C.R.)

%1N

- Limit value of the instantaneous tripping current (O.C.R.)

%1N

- Limit value of the adjustable tripping voltage (O.C.R.)

%1N

- Limit value of the instantaneous tripping voltage (O.C.R)

%1N

a.5 Auxiliary Circuit Breaker- To be filled in for each type of AC and

DC breaker: Min. operating voltage %UN Max. operating voltage %UN Drop out voltage V Service life (min, number of contact

operation)a.6 Manufacturer’s Name

- Control room boards- Local relay boards- Protection relays- Auxiliary contactors

a.7 Country of Manufacture- Control room boards- Local relay boards- Protection relays- Auxiliary contactors

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 215 of 280

Page 216: Standard Tender Document

216SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 3b INFORMATION DATA, PROTECTION ETCCONTROL, PROTECTION, METERING, SIGNALLINGITEM PARTICULARS UNIT DATA TOLETRANCEb.1 Indicating Instruments

To be filled in for each type of instrument:

- Reference standard- Type (moving coil, iron type,

etc.)- Consumption of internal

resistanceVA/ohm

- Size mmb.2 Meters

To be filled in for each type of meter- Reference standard- Type - Consumption of internal

resistanceVA/ohm

- Size mmb.3 Metering Converters (Transducers)

To be filled in for each type for converter

- Reference standard- Type - Consumption current VA- Consumption, voltage VA- Time constant Ms- Size mm

b.4 Alarm Annunciators- Reference standard- Type- Number of annunicators- Size of each annunicator (areas

of the cap)mm

- Total size of panel mmb.5 Control Room Board

- Height mm- Width mm- Length mm- Relay board

Height width Length

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 216 of 280

Page 217: Standard Tender Document

217SECTION IV: GENERAL CONDITIONS OF CONTRACT

SHEDULE 3b INFORMATIVE DATA, PROTECTION ETCCONTROL, PROTECTION, METERING, SIGNALLINGITEM PARTICULARS UNIT DATA TOLETRANCEb.6a Protection Relays

To be copied and filled in for each relay with the applicable items of the data below:Relay for ________________________

- Reference standard- Consumption VA- Limit values of the adjustable

tripping timeSec

- Limit values of adjustable sensitivity

%

- Limit values of adjustable operating quantity (current, voltage, frequency, etc.) in % normal

%

- Limit values of the instantaneous operating quintet in % of nominal value

%

- Size mmFor distance relay only:-

- Starting impendence adjustable between

ohm/ph

- Earth fault tripping current adjustable between

x.1N

b.6b Protection RelaysTo be copied and filled in for each relay with the applicable items of the data below:Relay for ________________________

- Reference standard- Consumption VA- Limit values of the adjustable

tripping timeSec

- Limit values of adjustable sensitivity

%

- Limit values of adjustable operating quantity (current, voltage, frequency, etc.) in % normal

%

- Limit values of the instantaneous operating quintet in % of nominal value

%

- Size mmFor distance relay only:-

- Starting impendence adjustable between

ohm/ph

- Earth fault tripping current adjustable between

x.1N

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 217 of 280

Page 218: Standard Tender Document

218SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 4a INFORMATION DATA, CABLESPOWER CABLES, CONTROL CABLES, CABLE RACKSITEM PARTICULAR UNIT DATA TOLERANCE

a.1 Low Voltage Cables- Conductor material- Insulation material- Armouring/screen- Protective coating- Overall diameter of cable of

biggest cablemm

- Weight of heaviest reek, including cable

kg

- Size of biggest reel, diameter/width

mm/mm

a.2 Control and Measuring Cables- Conductor material- Insulation material- Armouring/screen- Protective coating- Overall diameter of cable of

biggest cablemm

- Weight of heaviest reel, including cable

kg

- Size of biggest reel, diameter/width

mm/mm

a.3 Special CablesTo be used for:

- Relevant informative data

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 218 of 280

Page 219: Standard Tender Document

219SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 4a INFORMATION DATA, CABLESPOWER CABLES, CONTROL CABLES, CABLE RACKSITEM PARTICULAR UNIT DATA TOLERANCE

11 KV Voltage Cablesa.1 - Conductor material

- Insulation material- Armouring/screen- Protective coating- Overall diameter of cable of

biggest cablemm

- Weight of heaviest reel, including cable

kg

- Size of biggest reel, diameter/width

mm/mm

132 KV Voltage Cablesa.2 - Conductor material

- Insulation material- Armouring/screen- Protective coating- Overall diameter of cable of

biggest cablemm

- Weight of heaviest reel, including cable

kg

- Size of biggest reel, diameter/width

mm/mm

Special cables, optical fibrea.3 - Relevant informative data

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 219 of 280

Page 220: Standard Tender Document

220SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 5a TECHNICAL GUARANTEES, EARTHINGEARTHING SYSTEMITEM PARTICULARS UNIT GUARANTEED

FIGURETOLERANCE

a.1 Resistance to Earth of Earthing Electrode system

- Under the control building max. ohms Nil

- Under the switchyard max. ohms Nil

- Complete earthing system ohms Nil

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 220 of 280

Page 221: Standard Tender Document

221SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 5b TECHNICAL GUARANTEES, EARTHINGEARTHING SYSTEMITEM PARTI CULARS UNIT GUARANTEE

D FIGURETOLERANCE

b1 - Reference standard

- Material of earth conductor

- Max temp of any earth conductor during 1 sec. rated phase – ground fault

- Method of interconnecting earth grid conductors

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 221 of 280

Page 222: Standard Tender Document

222SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

1. Continuous maximum rating on any tapping when operation under the ambient conditions specified in()

With ONAN cooling:HV winding MVALV winding MVATV winding MVA

With ONAF cooling:HV winding MVALV winding MVATV winding MVA

2. Rated frequency Hz

3. Rated no-load voltage at rated frequency on:HV, principal tapping kVHV, extreme plus tapping kVHV, extreme plus tapping kVLV, kVTV kV

4. Tapping ranges from principal tapping:HV, no. of plus tappings -HV, no of minus tappings -HV, steps in % of rated voltage %

5. No-load losses at rated voltage and frequency

kW

6. No-load current at rated voltage and frequency

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 222 of 280

Page 223: Standard Tender Document

223SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

7. Load losses at 750C at rated current, the third winding being open:

HV – LV , ONAN kW -HV – TV, ONAN kW -LV – TV, ONAN kW -HV - TV , ONAF kW -HV – TV, ONAF kW -LV – TV ONAF kW -

8. Cooling plants power consumption kW

9 Total losses at 750C on principal tapping and unity power factor and rated currents:

ONAN kWONAF including input to cooling plant

kW

10. Impedance voltage at 750 refereed to mutual capacities at rated frequency and 100% rating.

Principal tapping:

HV – LV , ONAN % -HV – TV, ONAN % -LV – TV, ONAN % -HV - TV , ONAF % -HV – TV, ONAF % -LV – TV ONAF % -

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 223 of 280

Page 224: Standard Tender Document

224SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

Extreme plus tapping

HV – LV , ONAN % -HV – TV, ONAN % -LV – TV, ONAN % -HV - TV , ONAF % -HV – TV, ONAF % -LV – TV ONAF % -

Extreme minus tapping:

HV – LV , ONAN % -HV – TV, ONAN % -LV – TV, ONAN % -HV - TV , ONAF % -HV – TV, ONAF % -LV – TV ONAF % -

11. Temperature rise after continuous operation with rated MVA, under the ambient conditions specified and the rated conditions giving the highest losses:

Top oil (by thermometer) 0CWinding (by resistance) 0C

12 Efficiency on principal tapping max. temperature of winding and unity power factor and TV winding open.

-120% load, ONAN %-100% load, ONAN %-50% load, ONAN %-120% load, ONAF %-100% load, ONAF %-50% load, ONAF %

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 224 of 280

Page 225: Standard Tender Document

225SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

13. Inherent voltage regulation on principal tapping, 750C and unity power factor:

- TV winding open %- 80% of full load on LV

winding and 20% on TV winding

%

14. Inherent voltage regulation on principal tapping, 750C and 0.8 factor lagging:

- TV winding open %- 80% of full load on LV

winding and 20% on TV winding

%

15. Vector group -

16. No. of phases per transformer -

17 Type of cooling -

18. Whether star connected windings shall be fully insulated or graded

- HV winding -- LV winding -

19. Insulation levels of star points

- HV winding kV- LV winding kV

20. Method of system earthing:

- HV system- LV system

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 225 of 280

Page 226: Standard Tender Document

226SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

21. Method of transformer earthing:

- HV windings – star point -- LV windings – star point -- TV winding – one corner or

closed delta-

22. Whether TV windings are to be brought out to separate bushing insulators

-

23. Indoor or outdoor installation -

24. System highest voltage according to IEC:

-HV-LV

kVkV

-TV kV

25. Maximum flux density at rated voltage on principal tapping and rated frequency:

- Transformer legs T- Transformer yokes T

26 Maximum flux density at most onerous voltage and frequency conditions:

- Transformer legs T- Transformer yokes T

27. Specific core loss W/kg

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 226 of 280

Page 227: Standard Tender Document

227SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

28. Maximum current density in winding at rated output:

HV, higher voltage, ONAN A/mm2

HV, lower voltage, ONAF A/mm2

LV, ONAN A/mm2

LV, ONAF A/mm2

TV, ONAN A/mm2

TV, ONAF A/mm2

29. Magnetising current at rated nominal voltage on principal tapping

A

30. Maximum hot spot temperature of winding

0C

31. Equivalent resistance referred to HV side

ohms

32. Equivalent reactance referred to HV side

ohms

33. Maximum current carrying capacity of bushings:

HV ALV ATV A

34 Rated service voltage of bushing:

HV kVLV kVTV kVHV, neutral kVLV, neutral kV

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 227 of 280

Page 228: Standard Tender Document

228SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6a – TECHNICAL GUARANTEES, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

35. I minute, 50Hz dry withstand voltage:

HV bushing kVLV bushing kVTV bushing kVHV, LV neutral bushings kV

36 I minute, 50Hz wet withstand voltage:

HV bushing kVLV bushing kVTV bushing kVHV, LV neutral bushings kV

37. Impulse withstand voltage:

HV bushing kVLV bushing kV

38. Maximum noise level

- Transformer and tap changing equipment energized and at no-load with ONAN

dB

- Transformer and tap changing equipment energized and at no-load with ONAF (fan running)

dB

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 228 of 280

Page 229: Standard Tender Document

229SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

1. Type of transformer (core or shell type)

-

2. Number of core leg -

3. Type of windings:

HV -LV -TV -

4. Type of insulation:

HV, winding -LV, winding -TV, winding -

TappingsTappings connection -Core bolts (if any) -Core bolt washers (if any) -Core lamination designation -Specific core loss w/cm3

5. Type of axial coil supports:

HV, winding -LV, winding -TV, winding -

6. Winding conductor material

HV -LV -

7. Type of joints in the magnetic core (butt type, interleaved etc.)

8. Calculated thermal time constant:

ONAN HoursONAF hours

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 229 of 280

Page 230: Standard Tender Document

230SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

9. Type of bushing:

HV -LV -TV -HV, LV neutral -

10. Principal bushing insulator material:

HV -LV -TV -HV, LV neutral -

11. Total creepage distance over porcelain externally:

HV bushing mmLV bushing mm

12. Protected leakage distance over porcelain externally (900 shadow).

HV bushing mmLV bushing mm

13. Thickness of transformer tank:

Sides mmBottom mmTop mm

14. Thickness of radiator plates mm

15. Number of radiators per transformer

-

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 230 of 280

Page 231: Standard Tender Document

231SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

16. On-load lap changer:

Type (resistor type, reactor type, etc.) Total number of tappings including principal rated current of:

- Selector switch A- Diverter switch- Resistors

AA

Maximum overcurrent of:

- Selector switch A- Diverter switch- Resistors

AA

Driving motor input kW

Type of driving motor (3-phase etc)

-

Motoring contact:

- Closing time in advance of parting of diverter switch.

sec

- Opening time after diverter switch contact have fully opened

Sec

Diverter switch opening time Sec

Time from ‘point of no return’ to parting of diverter switch contact.

sec

17. Whether outdoor cabinets/kiosks are provided with heaters.

-

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 231 of 280

Page 232: Standard Tender Document

232SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

18. Forced air cooling system:

State if fans are blowing directly on radiators

-

Total number of fan units per transformer

-

Cooling capacity of each complete cooling system

kW

19 Total oil quantity in completely filled transformer

kp

20 Total weight of oil in completely filled transformer

1

21 Total oil quantity in conservator 1

22 Total quantity of oil conservator between highest and lowest level

1

23 Volume of conservator tank 1

24 Weight of copper in winding kg

25 Weight of core/winding assembly kg

26 Weight of each radiator:

Filled with oil kgEmpty kg

27 Total weight of bushings

HV kg/eachLV kg/each

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 232 of 280

Page 233: Standard Tender Document

233SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

28. Total weight of complete transformer erected at site

Tons

29 Weight of transformer as arranged for transport

tons

30. Filling medium during transport -

31 Overall dimensions of transformer completely erected at site, including bushings, radiators

Length mmWidth mmHeight mm

32 Overall dimensions of transformer arranged for transport:

Length mmWidth mmHeight mm

33 Minimum lift of core/winding assembly incl. Lifting beam, slings. Etc. for untanking

mm

34 Rated output per fan unit m3/min

35 Speed of fan motors rpm

36 Continuous rating of fan motors Hp

37 Starting current of fan motors A

38 Efficiency of fan motors %

39 Power factor for fan motors at rated output

%

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 233 of 280

Page 234: Standard Tender Document

234SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

40 Materials in rating and diagram plates

-

41 Are on-load tap changing equipment prepared for fully automatic operation

-

42 Are on-load tap changing equipment prepared for local, remote control (control room) and supervisory (NCC) operation and indication

-

43 Are on-load tap changing equipment prepared for fully automatic parallel operation with similar transformers

-

44 Whether first filling of oil is included

-

45 Whether tap changer cubicle and wiring cabinet are provided

-

46 Whether winding, and top oil indicators are provided

-

47 Whether cooling fans are automatically operated from the winding temperature indicators

-

48 Whether pressure relief device is to be fitted

-

49 Whether Buchholz relay is fitted -

50 Whether all internal cabling/wiring on transformer is supplied to form a complete self contained unit

-

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 234 of 280

Page 235: Standard Tender Document

235SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

51 Are the following alarms/trip signals provided:

Tap changer not operating, alarm -Tap changer out of step, alarm -Voltage transformer failure -Fan failure, alarm -Oil/gas flow transformers, alarm -Oil/gas flow transformers, trip -On load tap changer protective relay operated, trip

-

Oil gauge low level, alarm -Tap changer oil gauge level low , alarm

-

Tap changer oil gauge level critical, trip

-

Top oil temp. high, alarm -Top oil temp. critical, trip -Winding temp. high, alarm -Winding temp, critical, trip -

52 Are the following temperature indicators provided:

HV winding -LV or common windingTV winding

53 Are the following oil level gauges provided:

- Main conservator tank -- On-load tap changer

conservator tank-

54 Tap change indicator provided -

55 Tap change in progress indicator -

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 235 of 280

Page 236: Standard Tender Document

236SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA , POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

56 Tap changer out of step indicator -

57 Potentiometer switch for remote/supervisory on-load tap changer position indicator

-

58 Will all the tests specified in the technical specifications be adhered to?

If deviations, please state underneath

59 State all Standards applied underneath:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 236 of 280

Page 237: Standard Tender Document

237SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 6b – INFORMATIVE DATA, POWER TRANSFORMERSHV POWER TRANSFORMER GUARANTEED DATA

ITEM PARTICULAR UNIT 15 MVA

60 State identity of transformer manufacturer and all sub-manufactures including the parts manufactured below:-

Transformer

Cooling equipment

On-load tap changer

Current transformer

Bushings

Core steel

Oil

Buchholz relay

Breather

Thermometer

Other equipment to be listed by the Bidder:

----

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 237 of 280

Page 238: Standard Tender Document

238SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 7a – TECHNICAL GUARANTEES, STATION TRANSFORMERSTATION TRANSFORMER GUARANTEED DATA

ITEM PARTICULARS UNIT 11/0.4kV

1 Continuous Maximum Rating C.M.R kVA

2 Normal voltage between phases at no load

(a) H.V. Volts(b) L.V. volts

3 Tappings

(a) Plus %(b) Minus %

4 Performance Data at Sea Level, corrected at 75%

(a) No load loss at normal primary voltage

watts

(b) No load loss at 10% primary over voltage

watts

(c) Load loss at C.M.R watts(d) Impedance volts at C.M.R. and

normal ratio%

(e) Regulation at C.M.R. and unity power factor

%

(f) Regulation at C.M.R. and 0.8 power factor

%

(g) Max temperature rise at C.M.R:i) Top oil by thermometer 0Cii) Average winding by

resistanceiii) ‘Hot Spot’ corresponding

to (ii)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 238 of 280

Page 239: Standard Tender Document

239SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE 7a – TECHNICAL GUARANTEES, STATION TRANSFORMERSTATION TRANSFORMER GUARANTEED DATA

ITEM PARTICULARS UNIT 11/0.4kV

5 Type of insulation used on winding

(a) H.V.(b) L.V.

6 Lighting impulse Insulation level of:

(a) H.V. winding kVpk(b) L.V winding kVpk(a) Tap change equipment and

connectionsi) To earth kVpkii) Between contacts kVpk

7 Are test certificate supplied supporting the level sated in Clause 6

Yes/No

8 Silica gel Breather

(a) Make of unit fitted(b) Size of Unit

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 239 of 280

Page 240: Standard Tender Document

240SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -7b – INFORMATIVE DATA, STATION TRANSFORMERSTATION TRANSFORMER GUARANTEED DATA

ITEM PARTICULARS UNIT 11/0.4kV

1 Transformer type (sealed or breathing)

2 Type of windings

HVLV

3 Type of insulation

HV windingLV winding

4 Type of tap changer

5 Tap changer designation

6 Type of axial coil supports

HV windingLV winding

7 Winding conductor material

HV windingLV winding

8 Core laminations designation -

9 Specific core loss w/cm3

10 Type of bushings

HVLV

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 240 of 280

Page 241: Standard Tender Document

241SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -7b – INFORMATIVE DATA, STATION TRANSFORMERSTATION TRANSFORMER GUARANTEED DATA

ITEM PARTICULARS UNIT 11/0.4kV

11 Bushing insulator material

HVLV

12 Creepage distance across bushing

HV LV

Mmmm

13 Type of cooling system

14 Total oil quantity K

15 Total weight

16 Volume of conservator tank 1

17 Overall dimension

LengthWidthHeight

18 State all standards applied underneath:

19 State identity of manufacturer underneath

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 241 of 280

Page 242: Standard Tender Document

242SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -8a – GUARANTEED DATA TELECOMMUNICATION SYSTEMUHF LINK RADIOSTYPE _____________________________________________________

ITEM PARTICULAR UNIT EMPLOYER’S REQUIREMENT

TENDER VALUE

1 Output power W 1-25

2 Sensitivity (12dB SINAD) µV 0.35

3 Frequency Range MHz 403 -420

4 Frequency stability ppm ±2

5 Channel spacing Hz 12.5/20/25

6 Channel capacity

7 Signalling standards CCIR. ZVEI and EEA

8 Mode of operation Simplex/semi-duplex/duplex

9 Antenna connectors Ώ 50

10 Antenna impedance N-female

11 Temperature range 0C -30 to + 60

12 Voltage (nominal) VDC

13-2

13 Designed for continuous-duty cycle operation

Y/N

14 Power consumption @full power W

15 Power consumption, standby mode W

16 Mounting Rack or wall- mounting bracket

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 242 of 280

Page 243: Standard Tender Document

243SECTION IV: GENERAL CONDITIONS OF CONTRACT

SCHEDULE -8b – GUARANTEED DATA TELECOMMUNICATION SYSTEMUHF LINK ANTENNATYPE _____________________________________________________

ITEM PARTICULAR UNIT EMPLOYER’S REQUIREMENT

TENDER VALUE

1 Antenna type

2 Frequency band (minimum) MHz 400-420

3 Impedance Ώ 50

4 Polarisation Vertical or horizontal

5 Gain dBi >10

6 Front to back ratio db >20

7 Half-power Beam Width, vertical Deg <40

8 Half-power Beam Width, Horizontal Deg <50

9 Bandwidth MHz >10

10 SWR <1.5:1

11 Max. power W 150

12 Connection N-female

13 Mounting On 30-58mm tube

14 Wind survival rating m/s

15 Wind surface m2

16 Wind load @40 m/s N

17 Weight kg

18 Dimensions mm

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 243 of 280

Page 244: Standard Tender Document

244SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION VII: DRAWINGS

SEE ATTACHED DRAWINGS

All other Architectural, structural, mechanical and electrical drawings complete with their details shall be obtained from the Project Manager through the office of Principal Electrical Engineer Kenya Ports Authority.

Any clarifications as regards the drawings and detailing should be channelled through the same office.

No claims shall be entertained out of ignorance or misinterpretation of the drawings by the contractor.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 244 of 280

Page 245: Standard Tender Document

245SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 245 of 280

Page 246: Standard Tender Document

246SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 246 of 280

Page 247: Standard Tender Document

247SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 247 of 280

Page 248: Standard Tender Document

248SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 248 of 280

Page 249: Standard Tender Document

249SECTION IV: GENERAL CONDITIONS OF CONTRACT

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 249 of 280

Page 250: Standard Tender Document

250SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION VIII: BILLS OF QUANTITIES

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 250 of 280

Page 251: Standard Tender Document

251SECTION IV: GENERAL CONDITIONS OF CONTRACT

PRICE SCHEDULES

ITEM QTY UNIT COST (currency)

UNIT COST (KSH)

TOTAL (KSH)

Country of origin

MATERIALS1 132 kV Takeoff,

Kipevua 132 KV cable sealing

ends9

b 132 KV circuit breakers 1c 132 KV line isolators 2d 132 KV surge arresters 3e 132 KV voltage

transformers3

f 132 KV current transformers

3

g Substation structures loth Foundation and trench

workslot

i Allow Pc Sum to be used in clearing KPLC switchyard of existing equipment

sum 2,200,000

j Any other item to complete the installation (describe)Total, 132 kV Takeoff, Kipevu

2 Cable, Kipevu to KPA (1.5km)

a 3 ×400mm² s/c XLPE copper cables(or appropriate cable as calculated by the contractor)

1500M

b 48 strand fibre optic cable

1500M

c Cable terminations lotd Cable trench including

back-filling and Hatari tiles

lot

e Any other items(describe)Total, Cable, Kipevu

to KPA3 KPLC metering at

KPAa 132 kV Isolator with

Integral earth switch1

b 132 kV isolator without earth switch

1

c 132 kV sure arresters 3d 132 kV line traps 2e 132 kV current

transformers3

f 132 kV Voltage 3KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 251 of 280

Page 252: Standard Tender Document

252SECTION IV: GENERAL CONDITIONS OF CONTRACT

transformersg 132 kV circuit breaker 1h Switchgear connection

cables including terminations and accessories

lot

i Allow PC sum for design detailing and technical coordination with KPLC

2,500,000

j Training for 3 KPA engineers and technicians

K Any other items (describe)

lTotal, KPLC Metering at KPA

ITEM QTY UNIT COST (currency)

UNIT COST (KSH)

TOTAL (KSH)

Country of origin

4 KPA 132 KV yarda 132 kV isolator with earth

switch2

b 132 kV isolator without earth switch

2

c 132 kV circuit breakers 3d 132 kV current

transformers6

e 132 kV voltage transformers

3

f 132 kV busbars setg 132 kV surge arresters(tx

protection)6

h 15MVA 132/11 kV power transformers

2

i Switchgear connection cables including terminations and accessories

lot

j Any other items (describe)Total, 132kV at Switchyard

5 11 KV unit (KPA)a 2000A 11kV busbars setb 1500A 11kV circuit

breakers(busbar incomers)2

c 11kV bus coupler 1d 630A 11kV circuit

breakers(Feeders)5

e 1500A 11kV circuit breaker(substation M feeder)

1

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 252 of 280

Page 253: Standard Tender Document

253SECTION IV: GENERAL CONDITIONS OF CONTRACT

f 11kV voltage transformer(metering)

2

g 200kVA 11kV/433 V station transformer

1

h 2 × 300mm² 4c XLPE copper cables(or appropriate cable as calculated by the contractor) to link to existing substation M.

100M

i 100 m of 240 sq mm 4- core cable at 415 volts complete with changeover panel and connection for emergency power from generator at Substation M to new subststion

Lot

j Allow PC sum for works in substation M to accommodate the incoming feed

Sum 5,000,000.

k Training for 3 KPA Technicians and Engineers

l Any other items (describe)Total 11kV Switchgear

6 Control Panelsa Control panel for 132 kV

switchgear as described in the technical specifications

lot

b Control panels for 11kV switchgear as described in the technical specifications

lot

c Any other itemsTotal, Control Panels

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 253 of 280

Page 254: Standard Tender Document

254SECTION IV: GENERAL CONDITIONS OF CONTRACT

ITEM QTY UNIT COST (currency)

UNIT COST (KSH)

TOTAL (KSH)

Country of origin

7 Protection relaysa Protection relays for 132kV

switchgear as described in the technical specifications

lot

b Protection relays for the 11kV switchgear as described in the technical specifications

lot

c Training for 3 KPA engineers and technicians

d Any other itemsTotal, Protective Relays

8 Communicationa Communication equipment

including SCADA system equipment as described in the technical specifications

lot

b Allow PC sum for interconnection to existing SCADA, including necessary interface and rehabilitation

25,000,000.00

c Training for 2 KPA engineersTotal Communication

9 All the necessary substation steel structures, including lightning protection and communication towers

lot

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 254 of 280

Page 255: Standard Tender Document

255SECTION IV: GENERAL CONDITIONS OF CONTRACT

10 CIVIL WORKS AND PERMITS

a All civil works, including substation building, Structural foundations, cable channels, roads, fencing, lighting

lot

b Allow PC sum for permits and licensing from Municipal and other statutory authorities including NEMA

3,000,000.00

c Allow PC sum for clerk of works, and transport for resident engineer

2,800,000

Total civil works11 All the necessary cables

including control and communication cables

lot

Total Cables

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 255 of 280

Page 256: Standard Tender Document

256SECTION IV: GENERAL CONDITIONS OF CONTRACT

ITEM QTY UNIT COST (currency)

UNIT COST (KSH)

TOTAL (KSH)

Country of origin

Spares12 Spares for 11 KV

switchgeari 630A feeder circuit

breakers2

ii 1500A incoming circuit breaker

1

iii Circuit breaker charging motors

2

iv Circuit breaker closing coils 3v Circuit breaker tripping coils 3vi Circuit breaker interlocking

coils2

vii Earth switch interlocking coils

2

viii Indicating lamps(each type) 10ix Auxiliary relays (each type) 2x Protection relays (each

type)2

xi MCBs of each type 4xii Power measurement units 2xiii Energy meter 2xiv VT fuses (3 for primary & 3

for secondary side)6

13 Spares for 132KV switchgear

i 132 KV circuit breaker(complete unit)

1

ii 132 KV voltage transformer (single phase unit)

3

iii 132 KV current transformer (single phase units)

3

iv 132 KV line isolator with earth switch

1

v 132 KV line isolator without earth switch

1

vi OTHER SPARES NECESSARY viiviiiixx

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 256 of 280

Page 257: Standard Tender Document

257SECTION IV: GENERAL CONDITIONS OF CONTRACT

SUMMARYITEM TOTAL

(currency)

TOTAL (KSH)

Country of origin

1 132 kV Takeoff, Kipevu2 Cable, Kipevu to KPA

(1.5km)3 KPLC metering at KPA4 KPA 132 kV yard5 11 kV unit (KPA)6 Total, Control Panels7 Total, Protective Relays8 Total Communication9 Substation steel

structures10 Total civil works11 Total Cables12 Spares for 11 kV

switchgear13 Spares for 132kV

switchgear

14 Allow 10% contingency to be used at the discretion of the EngineerTotal carried forward to Form of Tender

Authorized Official: ____________________________ ______________________ Name Signature

Date____________________

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 257 of 280

Page 258: Standard Tender Document

258SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION IX: TENDER FORMS

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 258 of 280

Page 259: Standard Tender Document

259SECTION IV: GENERAL CONDITIONS OF CONTRACT

A. Form of Tender[date]

To: [name and address of Procuring Entity]

To: Sir/Madam:

Having examined the Tender documents including Addenda Nos. [insert addenda numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply,

“UPGRADING OF INCOMING POWER FROM 11KV TO 132KV - SUPPLY, INSTALLATION AND COMMISSIONING OF 132KV/11KV SUBSTATION AND

ASSOCIATED EQUIPMENT”

in conformity with the said Tender documents for the sum of

______________________________________________[total Tender amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender.

We undertake, if our Tender is accepted, to Execute the works in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Tender is accepted, we undertake to provide a performance security in the form, in the amounts, and within the times specified in the Tender documents.

We agree to abide by this Tender for the Tender validity period specified in Clause 18.1 of the Tender Data Sheet, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

We are not participating, as Tenderers, in more than one Tender in this Tendering process.

Our firm, its affiliates or subsidiaries – including any subcontractors or suppliers for any part of the contract – has not been declared ineligible by the Government of Kenya under Kenyan laws.

Until a formal Contract is prepared and executed, this Tender, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any Tender you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITT Clause 3 of the Tender documents

Dated this ________________ day of ________________ 20______.

(Name)

_________________ __________________________ [Signature] [In the capacity of

Duly authorized to sign Tender for and on behalf of ______________________________ Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 259 of 280

Page 260: Standard Tender Document

260SECTION IV: GENERAL CONDITIONS OF CONTRACT

Appendix to Tender

Schedule of Adjustment Data

[In Tables A, B, and C, below, the Tenderer shall (a) indicate its amount of local currency payment, (b) indicate its proposed source and base values of indices for the different foreign currency elements of cost, (c) derive its proposed weightings for local and foreign currency payment, and (d) list the exchange rates used in the currency conversion.

Table A. Local Currency

Index code

Index descriptio

n

Source of

index

Base value and date

Tenderer’s

related currency amount

Range of weighting

Proposed by the Procuring

Entity

Tenderer’s proposed weighting

Nonadju-stable

— — — a: *

b: ------ to --------*

c: ------- to -------*

d: ------- to -------*

e: ------- to -------*

etc.

a: *

b:

c:

d:

e:

etc.

Total 1.00

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 260 of 280

Page 261: Standard Tender Document

261SECTION IV: GENERAL CONDITIONS OF CONTRACT

Table B. Foreign Currency

State type: ....................... [If the Tenderer wishes to quote in more than one foreign currency, this table should be repeated for each foreign currency.]

Index

code

Index description

Source of index

Base value and date

Tenderer’s related source

currency in type/amount

Equivalent in

Foreign Currenc

y 1

Range of weighting Proposed

by the Procuring

Entity

Tenderer’s

proposed weighting

Non adju-stable

— — — a: *

b: ------ to --------*

c: ------- to -------*

d: ------- to -------*

e: ------- to -------*

etc.

a: *

b:

c:

d:

e:

etc.

Total 1.00

Table C. Summary of Payment Currencies

For ………………………..[insert name of Section of the Works]

[Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have substantially different foreign and local currency requirements. The Procuring Entity should insert the names of each Section of the Works.]

Name of payment currency

AAmount

of currency

BRate of

exchange(local

currency per unit of

foreign)

CLocal

currency equivalentC = A x B

DPercentage of

Net Tender Price (NBP) 100xC

NBP

Local currency

1.00

Foreign currency #1

Foreign currency #2

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 261 of 280

Page 262: Standard Tender Document

262SECTION IV: GENERAL CONDITIONS OF CONTRACT

Foreign currency #

Net Tender Price 100.00

Provisional sums expressed in local currency

*

* *

TENDER PRICE

Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 262 of 280

Page 263: Standard Tender Document

263SECTION IV: GENERAL CONDITIONS OF CONTRACT

B. Tender-Securing Declaration (Mandatory)

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

Tender No.: [insert number of Tendering process]

To: [insert complete name of Procuring Entity]

We, the undersigned, declare that:

We understand that, according to your conditions, Tenders must be supported by a Tender-Securing Declaration.

We accept that we will automatically be suspended from being eligible for Tendering in any contract with the Procuring Entity for the period of time of [insert number of months or years] starting on [insert date], if we are in breach of our obligation(s) under the Tender conditions, because we;

a) Have withdrawn our Tender during the period of Tender validity specified in the Form of Tender; or

b) Having been notified of the acceptance of our Tender by the Procuring Entity during the period of Tender validity,

(i). Fail or refuse to execute the Contract, if required, or

(ii). Fail or refuse to furnish the Performance Security, in accordance with the ITT.

We understand this Tender Securing Declaration shall expire if we are not the successful Tenderer, upon the earlier of;

1) Our receipt of your notification to us of the name of the successful Tenderer; or

2) Thirty days after the expiration of our Tender.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Tender Securing Declaration]

Name: [insert complete name of person signing the Tender Securing Declaration]

Duly authorized to sign the Tender for and on behalf of: [insert complete name of Tenderer]

Dated on ____________ day of __________________, _______ [insert date of signing]

Corporate Seal (where appropriate)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 263 of 280

Page 264: Standard Tender Document

264SECTION IV: GENERAL CONDITIONS OF CONTRACT

C. Confidential Business Questionnaire

1 Individual Tenderer or Individual Members of joint Ventures

1.1 Constitution or legal status of Tenderer: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Tender: [attach]

Registration certificate [attach] current Business License [attach]

1.2 Total annual volume of construction work performed in two years, in Kenyan shillings /USD as specified in the Tender Data Sheet; [insert]

Similar works 1.3 Work performed as prime Contractor on works of a similar nature and volume over the last two years or as specified in the Tender Data Sheet in Kenyan Shillings. Also list details of work under way or committed, including expected completion dates.

Project name and country

Name of client and contact person

Contractors Participation

Type of work performed and

year of completion

Value of contract

(a)(b)

1.4 Major items of Contractor’s Equipment proposed for carrying out the works. List all information requested below. Refer also to sub-Clause 12.3 of the Instructions to Tenderers.

Item of equipment

Description, make, and age

(years)

Condition (new, good, Poor) and

number available

Owned, leased (from whom?) or to be purchased (from whom?)

(a)(b)(c)(d)

Qualification and experience of key personnel

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to sub-Clause 12.3 of the Instructions to Tenderers and Sub- Clause 10.1 of the General Conditions of Contract.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 264 of 280

Page 265: Standard Tender Document

265SECTION IV: GENERAL CONDITIONS OF CONTRACT

Position Name Years of Experience (general)

Years of experience in

proposed position(a)

(b)

Use format of CV attached 1.6 Proposed sub-contractor and firms involved. Refer to

Clause 7 of General Conditions of Contract.

Sections of the Works

Value of subcontract

Subcontractor (name and address)

Experience in similar work

(a)

(b)

1.7 Financial reports for the number of years specified in the Tender Data Sheet.

1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.

1.9 Name, address, and telephone, e-mail address, and facsimile numbers of banks that may provide references if contracted by the Procuring Entity.

Litigation History

1.10

Information on current litigation in which the Tenderer is involved.

Other party(ies) Cause of dispute Amount involved(a)

(b)

1.11

Statement of compliance with the requirements of sub-Clause 3.2 of the Instructions to Tenderers.

1.12

Proposed Program (work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the Tendering documents.

2. Joint Ventures

2.1 The information listed in 1.1 – 1.11 above shall be provided for each partner of the joint venture.

2.2 The information in 1.12 above shall be provided for the joint venture.

2.3 Attach the power of attorney of the signatory (ies)

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 265 of 280

Page 266: Standard Tender Document

266SECTION IV: GENERAL CONDITIONS OF CONTRACT

of the Tender authorizing signature of the Tender on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that:

(a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(b) one of the partners will be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(c) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

3. Additional Requirements

3.1 Tenderers should provide any additional information required in the Tender Data Sheet or to fulfil the requirements of sub-Clauses 12.1 of the Instructions to Tenderers, if applicable.

We, the undersigned declare that

(a) The information contained in and attached to this form is true and accurate as of the date of Tender submission

Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address:

Company Stamp / seal ____________________________

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 266 of 280

Page 267: Standard Tender Document

267SECTION IV: GENERAL CONDITIONS OF CONTRACT

Integrity DeclarationUNDERTAKING BY TENDERER ON ANTI – BRIBERY POLICY / CODE OF

CONDUCT AND COMPLIANCE PROGRAMME1. Each Tenderer must submit a statement, as part of the Tender documents, in either

of the two given formats which must be signed personally by the Chief Executive Officer or other appropriate senior corporate officer of the Tendering company and, where relevant, of its subsidiary in the Kenya. If a Tender is submitted by a subsidiary, a statement to this effect will also be required of the parent company, signed by its Chief Executive Officer or other appropriate senior corporate officer.

2. Tenderers will also be required to submit similar No-bribery commitments from their subcontractors and consortium partners; the Tenderer may cover the subcontractors and consortium partners in its own statement, provided the Tenderer assumes full responsibility.

3.a) Payment to agents and other third parties shall be limited to appropriate

compensation for legitimate services.b) Each Tenderer will make full disclosure in the Tender documentation of the

beneficiaries and amounts of all payments made, or intended to be made, to agents or other third parties (including political parties or electoral candidates) relating to the Tender and, if successful, the implementation of the contract.

c) The successful Tenderer will also make full disclosure [quarterly or semi- annually] of all payments to agents and other third parties during the execution of the contract.

d) Within six months of the completion of the performance of the contract, the successful Tenderer will formally certify that no bribes or other illicit commissions have been paid. The final accounting shall include brief details of the goods and services provided that they are sufficient to establish the legitimacy of the payments made.

e) Statements required according to subparagraphs (b) and (d) of this paragraph will have to be certified by the company's Chief Executive Officer, or other appropriate senior corporate officer.

4. Tenders which do not conform to these requirements shall not be considered. 5. If the successful Tenderer fails to comply with its No-bribery commitment, significant

sanctions will apply. The sanctions may include all or any of the following:a) Cancellation of the contract;b) Liability for damages to the public authority and/or the unsuccessful

competitors in the Tendering possibly in the form of a lump sum representing a pre-set percentage of the contract value (liquidated).

6. Tenderers shall make available, as part of their Tender, copies of their anti-Bribery Policy/Code of Conduct, if any, and of their-general or project - specific - Compliance Program.

7. The Government of Kenya has made special arrangements for adequate oversight of the procurement process and the execution of the contract, and has invited civil society and other competent Government Departments to participate in the oversight. Those charged with the oversight responsibility will have full access to all documentation submitted by Tenderers for this contract, and to which in turn all Tenderers and other parties involved or affected by the project shall have full access (provided, however, that no proprietary information concerning a Tenderer may be disclosed to another Tenderer or to the public).

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 267 of 280

Page 268: Standard Tender Document

268SECTION IV: GENERAL CONDITIONS OF CONTRACT

ANTI-CORRUPTION DECLARATION COMITTMENT/ PLEDGE

(Sections39, 40,41,42,43 & of the PPD Act, 2005) I/We/Messrs…………………………………………………………………………….

of Street, Building, P O Box……………………………………………………………

…………………………………………………………………………………………..

Contact/Phone/E mail…………………………………………………………………..

declare that Public Procurement is based on a free and fair competitive Tendering process which should not be open to abuse.

I/We ..…………………………………………………………………………………..

declare that I/We will not offer or facilitate, directly or indirectly, any inducement or reward to any public officer, their relations or business associates, in connection with

Tender/Tender No ………………………..……………………………………………….

for or in the subsequent performance of the contract if I/We am/are successful.

Authorized Signature................................................................................................

Name and Title of Signatory……………………………………………………………

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 268 of 280

Page 269: Standard Tender Document

269SECTION IV: GENERAL CONDITIONS OF CONTRACT

D.Letter of Acceptance

[Letter head paper of the Procuring Entity]

[date]

To: [name and address of the Contractor]

This is to notify you that your Tender dated [date] for execution of the [name of the Contract and identification number, as given in the Contract Data Sheet] for the Contract Price of the equivalent of [amount in numbers and works] [name of currency], as corrected and modified in accordance with the Instructions to Tenderers is hereby accepted by us.

We confirm that [insert name proposed by the procuring entity] to be the Adjudicator.

We accept that [name proposed by Tenderer] be appointed as Adjudicator.

Or

We do not accept that [name proposed by Tenderer] be appointed as adjudicator, and by sending a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are hereby requesting [name], the Appointing Authority, to appoint the adjudicator in accordance with Clause 44.1 of the Instructions to Tenderers.

You are hereby instructed to proceed with the execution of the said works in accordance with the Contract documents.

Please return the contract dully signed.

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Form of Contract

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 269 of 280

Page 270: Standard Tender Document

270SECTION IV: GENERAL CONDITIONS OF CONTRACT

E. Contract Data Sheet

This Agreement, made the [day] day of [month], 2011] between [The Kenya Ports Authority] (hereinafter called “the Procuring Entity”) and [name and address of Contractor] (hereinafter called “the Contractor”) of the other part.

Whereas the Procuring Entity is desirous that the Contractor execute [Upgrade of Incoming Power from 11kV to 132kV] (hereinafter called “the Works”) with the objectives of [insert functional objectives of the works] and the Procuring Entity has accepted the Tender by the Contractor for the execution and completion of such works and the remedying of any defects therein in the sum of [contract price in words and figures] (hereinafter called “Contract Price”).

NOW THIS AGREEMENT WITNESSES AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as pert of this Agreement;

2. In consideration of the payments to be made by the Procuring Entity to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Procuring Entity to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract;

3. The Procuring Entity hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of

Was hereunto affixed in the presence of: Signed, Sealed, and Delivered by the said

In the presence of:

Tendering Signature of Procuring Entity

Binding Signature of Contractor

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 270 of 280

Page 271: Standard Tender Document

271SECTION IV: GENERAL CONDITIONS OF CONTRACT

MANUFACTURER’S AUTHORIZATION FORM

To Kenya Ports Authority

[Name of the Procuring entity] ………………….

WHEREAS …………………………………………………………[ name of the manufacturer] who are established and reputable manufacturers of ………………….. [Name and/or description of the goods] having factories at ………………………………… [Address of factory] do hereby authorize ………………………… [name and address of Agent] to submit a tender, and subsequently negotiate and sign the Contract with you against tender No. ………………………. [Reference of the Tender] for the above goods manufactured by us. We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Tenders.

___________________________________________ [Signature for and on behalf of manufacturer]

Date:_______________________ Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by an authorized person.

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 271 of 280

Page 272: Standard Tender Document

272SECTION IV: GENERAL CONDITIONS OF CONTRACT

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Staff member [insert full name]:

3. Date of Birth: Nationality:

4. Education [indicate college/university and other specialized education of expert, giving names of institutions, degrees obtained, and dates of obtainment]:

5. Membership in Professional Associations:

6. Other Trainings [indicate significant training since degrees under 5 - Education were obtained]:

7. Countries of Work Experience: [list countries where expert has worked in the last ten years]:

8. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

9. Employment Record [Starting with present position, list in reverse order every employment held by expert since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 272 of 280

Page 273: Standard Tender Document

273SECTION IV: GENERAL CONDITIONS OF CONTRACT

10.Detailed Tasks Assigned

[List all tasks to be performed under this assignment]

11.Work Undertaken that Best Illustrates

Capability to Handle the Tasks Assigned

[Among the assignments in which the expert has been involved, indicate the following information for those assignments that best illustrate the expert’s capability to handle the tasks listed in line 11.]

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

12. Certification:

I, the undersigned, certify to the best of my knowledge and belief that(i) this CV correctly describes my qualifications and my experience;(ii) In the absence of medical incapacity, I will undertake this assignment for the duration

and in terms of the inputs specified for me in the Personnel Schedule in Form provided team mobilization takes place within the validity of this proposal or any agreed extension thereof;

(iii) I am committed to undertake the assignment within the validity of Proposal;(iv) I am not part of the team who wrote the terms of reference for this consulting services

assignment;

I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. Date: [Signature of expert or authorized representative of the firm]1 Day/Month/Year

Full name of authorized representative:

1 This CV can be signed by an authorized representative of the Consultant provided that if the Consultant’s proposal is ranked first, a copy of the CV signed by the expert and/or specialist must be submitted to the Client prior to the commencement of contract negotiations

IMPORTANT NOTE: Attach certified copies of academic certificate and Professional membership certificates

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 273 of 280

Page 274: Standard Tender Document

274SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION X: FORMS OF SECURITY

KPA/169/2010-11EE PROPOSED UPGRADING OF INCOMING POWER FROM 11KV TO 132 KV Page 274 of 280

Page 275: Standard Tender Document

275SECTION IV: GENERAL CONDITIONS OF CONTRACT

A.Tender Security Guarantee(MANDATORY)

[the Bank shall fill in this Guarantee form in accordance with the instructions indicated in brackets.][insert bank’s or insurance company’s name, and address of issuing branch or office]Beneficiary: [insert name and address of Procuring Entity]Date: [insert date]TENDER GUARANTEE No.:[insert number]We have been informed that [insert name of the Tenderer; if a joint venture, list complete legal names of partners] (hereinafter called "the Tenderer") has submitted to you its Tender dated [insert date] (hereinafter called "the Tender") for the execution of [insert name of Contract] under Invitation for Tenders No. [insert IFT number] (“the IFT”). Furthermore, we understand that, according to your conditions, Tenders must be supported by a Tender Guarantee.At the request of the Tenderer, we [insert name of bank or insurance company] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures expressed in the currency of the Purchaser’s Country or the equivalent amount in an international freely convertible currency] ([insert amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer;

a) Has withdrawn its Tender during the period of Tender validity specified by the Tenderer in the Form of Tender; or

b) Does not accept the correction of errors in accordance with the Instructions to Tenderers (hereinafter “the ITT”) of the IFT; or

c) Having been notified of the acceptance of its Tender by the Procuring Entity during the period of Tender validity; (i). Fails or refuses to execute the Contract Form, if required, or (ii). Fails or refuses to furnish the Performance Security, in

accordance with the ITT.This Guarantee shall expire;

a) If the Tenderer is the successful Tenderer, upon our receipt of copies of the Contract signed by the Tenderer and of the Performance Security issued to you by the Tenderer; or

b) If the Tenderer is not the successful Tenderer, upon the earlier of;(i) Our receipt of a copy of your notification to the Tenderer

that the Tenderer was unsuccessful, or (ii) Thirty days after the expiration of the Tenderer’s Tender.

Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date._____________________________[signature(s) of authorized representative(s) ]

Page 275

Page 276: Standard Tender Document

276SECTION IV: GENERAL CONDITIONS OF CONTRACT

B.Performance Bank Guarantee [Unconditional]

[The Bank or Insurance providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets, if the Procuring Entity requires this type of security.]

[insert bank’s or insurance company’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of Procuring Entity]

Date: [insert date]

PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [insert reference number of the Contract] dated with you, for the execution of [insert name of Contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a Performance Guarantee is required.

At the request of the Contractor, we [insert name of Bank or Insurance Company] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]), such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change, addition, or modification.

This guarantee shall expire not later than thirty days from the date of issuance of the Taking-Over Certificate.

Page 276

Page 277: Standard Tender Document

277SECTION IV: GENERAL CONDITIONS OF CONTRACT

[signature(s) of an authorized representative(s) of the Bank or Insurance Company]

Page 277

Page 278: Standard Tender Document

278SECTION IV: GENERAL CONDITIONS OF CONTRACT

C. Bank Guarantee for Advance Payment

[Bank’s Name and Address of Issuing Branch or Office]

Beneficiary:            ___________________ [Name and Address of Procuring Entity]                  Date:            ________________

ADVANCE PAYMENT GUARANTEE No.:            _________________

We have been informed that  [name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [reference number of the contract] dated ______ with you, for the execution of [name of contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum [amount in figures] (                  ) [amount in words] is to be made against an advance payment guarantee.

At the request of the Contractor, we  [name of Bank or Insurance Company]  hereby irrevocably undertake to pay you 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 Contractor is in breach of its obligation under the Contract because the Contractor used the advance payment for purposes other than the costs of mobilization in respect of the Works.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between ________________________[name of Procuring Entity] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

No drawing may be made by you under this guarantee until we have received notice in writing from you that an advance payment of the amount listed above has been paid to the Contractor pursuant to the Contract.

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us.  This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the ___ day of _____, 2___, whichever is earlier.  Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

Yours truly, Signature and seal: Name of Bank or Insurance Company: Address: Date:

Page 278

Page 279: Standard Tender Document

279SECTION IV: GENERAL CONDITIONS OF CONTRACT

SECTION XI: APPLICATION TO PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

Page 279

Page 280: Standard Tender Document

280SECTION IV: GENERAL CONDITIONS OF CONTRACT

FORM RB 1REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARDAPPLICATION NO…………….OF……….….20……...

BETWEEN……………………………………………………….APPLICANT

AND

…………………………………RESPONDENT (Procuring Entity)

quest for review of the decision of the…………… (Name of the Procuring Entity) of ……………dated the…day of ………….20……….in the matter of Tender No………..…of …………..20…

REQUEST FOR REVIEWI/We……………………………,the above named Applicant(s), of address: Physical address…………….Fax No……Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review Board to review the whole/part of the above mentioned decision on the following grounds , namely:-1. 2. etc. By this memorandum, the Applicant requests the Board for an order/orders that: -1.2.etcSIGNED ………………. (Applicant)Dated on…………….day of ……………/…20…

FOR OFFICIAL USE ONLYLodged with the Secretary Public Procurement Administrative Review Board on ………… day of ………....20….………

SIGNEDBoard Secretary

Page 280