kgn-hyd-014-2013tender for upgrading of wanjii hydro power station - kenya - elecro mechanical (2)
DESCRIPTION
tender documentTRANSCRIPT
1
Kenya Electricity Generating Company
Limited
KGN-HYD-014-2013
TENDER FOR UPGRADING OF
WANJII HYDRO POWER
STATION, KENYA
Kenya Electricity Generating Company Ltd Stima Plaza, Kolobot Road, Parklands
P.O BOX 47936, 00100 NAIROBI.
Website: www.kengen.co.ke
March, 2013
2
Contents
INVITATION FOR TENDERS ..................................................................................................................................................... 4
SECTION A .................................................................................................................... ERROR! BOOKMARK NOT DEFINED.
INSTRUCTIONS TO TENDERERS. .......................................................................... ERROR! BOOKMARK NOT DEFINED.
PART A – INVITATION TO TENDER ....................................................................................................................................... 6
PART B – GENERAL INFORMATION...................................................................................................................................... 7
GENERAL ................................................................................................................................................................................ 7
TENDER DOCUMENTS ....................................................................................................................................................... 10
PREPARATION OF TENDERS ............................................................................................................................................. 11
SUBMISSION OF TENDERS ................................................................................................................................................ 15
TENDER OPENING AND EVALUATION ............................................................................................................................ 18
AWARD OF CONTRACT ...................................................................................................................................................... 27
APPENDIX TO INSTRUCTIONS TO TENDERERS ............................................................................................................. 29
SECTION B: .................................................................................................................................................................................. 30
CONDITIONS OF CONTRACT ................................................................................................................................................. 30
PART I – GENERAL CONDITIONS ........................................................................................................................................ 31
GENERAL .............................................................................................................................................................................. 31
PREAMBLE .............................................................................................................................. Error! Bookmark not defined.
PART II – SPECIAL CONDITIONS ................................................................................... ERROR! BOOKMARK NOT DEFINED.
SECTION C ................................................................................................................................................................................... 46
SPECIFICATIONS ....................................................................................................................................................................... 46
PART I........................................................................................................................................................................................ 47
1. ............................................................................................................. GENERAL INFORMATION AND REQUIREMENTS
.................................................................................................................................................................................................... 47
1.0. Introduction ............................................................................................................................................................. 47
1.1. Tender Bid Documentation By Tenderer ................................................................................................................. 47
1.2. Scope of Project ...................................................................................................................................................... 48
1.3. Existing Plant/Equipment Data ............................................................................................................................... 49
1.4. Operating Conditions .............................................................................................................................................. 50
1.5. Temperature and Humidity...................................................................................................................................... 50
1.6. Standard and Codes ................................................................................................................................................ 50
1.7. Warranty.................................................................................................................................................................. 51
PART II ...................................................................................................................................................................................... 52
2. ............................................................................................................................ GENERAL TECHNICAL REQUIREMENTS
.................................................................................................................................................................................................... 52
2.0. General Requirements ............................................................................................................................................. 52
All piping below 6'' diameter shall be in stainless steel for the cooling water and drainage systems. All piping shall be
properly anchored and neatly arranged. ............................................................................................................................... 52
2.1. Engineering Services ............................................................................................................................................... 52
2.2. Design Review After Award..................................................................................................................................... 52
2.3. Dismantling of Existing Equipment ......................................................................................................................... 53
2.4. Installation and Commissioning Services ................................................................................................................ 53
2.5. Instruction/Training on Site for maintenance and test procedures. ........................................................................ 55
2.6. Project: Work Program ........................................................................................................................................... 55
2.7. Drawings and Data to be Supplied by the Contractor after Tender Award ............................................................ 56
2.8. Attendance of client’s personnel at factory tests and training. ............................................................................... 58
2.9. Accommodation & Transport for Contractor’s Employee. ..................................................................................... 59
2.10. Site Facilities ........................................................................................................................................................... 59
2.11. Maintenance Equipment .......................................................................................................................................... 59
2.12. Operating and Instruction Manuals ........................................................................................................................ 60
2.13. Twelve Months Warranty Period ............................................................................................................................. 60
3
PART III ..................................................................................................................................................................................... 61
TECHNICAL SPECIFICATIONS ............................................................................................................................................. 61
2.1. Inspection and testing at factory and site. ............................................................................................................... 69
SECTION D ................................................................................................................................................................................... 74
BILL OF QUANTITIES - PRICE SCHEDULES ...................................................................................................................... 74
SECTION E ................................................................................................................................................................................... 88
APPENDIX TO THE TECHNICAL SPECIFICATIONS ....................................................................................................... 88
2. DRAWINGS ........................................................................................................................................................................... 89
SECTION F ................................................................................................................................................................................... 92
STANDARD FORMS ................................................................................................................................................................... 92
FORM OF TENDER .................................................................................................................................................................. 94
TENDER SECURITY FORM .................................................................................................................................................... 96
CONTRACT AGREEMENT ..................................................................................................................................................... 97
PERFORMANCE SECURITY .................................................................................................................................................. 99
BANK GUARANTEE FOR ADVANCE PAYMENT ............................................................................................................. 100
MANUFACTURER’S AUTHORIZATION FORM ................................................................................................................ 101
TENDER QUESTIONNAIRE ................................................................................................................................................. 102
CONFIDENTIAL BUSINESS QUESTIONNAIRE ................................................................................................................ 103
FIRM’S GENERAL EXPERIENCE RECORD -TURN OVER .............................................................................................. 105
JOINT VENTURE SUMMARY .............................................................................................................................................. 106
PARTICULAR EXPERIENCE RECORD OF THE FIRM ...................................................................................................... 107
DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY ........................................................... [FORM 3A]
.................................................................................................................................................................................................. 108
KEY PERSONNEL CAPABILITIES ...................................................................................................................................... 110
SCHEDULE OF COMPLETED WORKS OF SIMILAR NATURE AND COMPLEXITY CARRIED OUT BY THE
TENDERER IN THE LAST EIGHT YEARS .......................................................................................................................... 112
SCHEDULE OF ONGOING PROJECTS ................................................................................................................................ 113
SCHEDULE OF SPARES DELIVERY ................................................................................................................................... 105
LITIGATION HISTORY ......................................................................................................................................................... 115
OTHER SUPPLEMENTARY INFORMATION ..................................................................................................................... 116
SECTION G ......................................................................................................... .....................................................................108
TECHNICAL SCHEDULE........................................................................................................................................................108
TECHNICAL DATA.................................................................................................................................................................112
4
INVITATION FOR TENDERS
TENDER FOR UPGRADING OF WANJII HYDRO POWER STATION The Kenya Electricity Generating Company Limited [KenGen] invites you to tender
for the design, manufacture, supply, delivery, installation and commissioning of four generating units at Wanjii hydro electric power station in Kenya. The specifications are
detailed in the Tender Documents. A complete tender bid must be submitted in a plain sealed envelope marked
“UPGRADING OF WANJII HYDRO ELECTRIC POWER STATION” – KGN/HYD/014-
2013 The tender should be addressed and delivered to:
The Company Secretary/Legal and Corporate Affairs Director Kenya Electricity Generating Company Limited (KenGen)
7th Floor, Stima Plaza Phase III Kolobot Road, Parklands,
P. O. Box 47936 – 00100 NAIROBI, KENYA
on or before 3rd may 2013 at 10.00am and must be accompanied by a Tender Security as specified in clause 13 of the instruction to tenderers.
There will be a mandatory site visit on 3rd April 2013 at 10.00 in Wanjii power station and a pre-tender meeting on 3rdApril 2013 at 9.00am at Wanjii power station
You may obtain further information from the office of:
Supply Chain Manager, Kenya Electricity Generating Company Limited (KenGen)
Ground Floor, Stima Plaza, Phase III Kolobot Road, Parklands, Tel: (254) (020) 3666000
Fax: (254) (020) 3666200 Email: [email protected] c.c: [email protected]
Tenders will be opened in the presence of tenderer's representatives who choose to attend at .3rd April 2013 at 10.00amat Stima Plaza III, Executive Committee Room, 7th Floor.
5
The Company reserves the right to accept or reject any or all the tenders without the
obligation to assign any reason for the decision.
Supply Chain Manager
6
INSTRUCTION TO TENDERERS PART A – INVITATION TO TENDER
1. The Kenya Electricity Generating Company Limited [KenGen] wishes to
receive tenders for the design, manufacture, supply, delivery, installation and commissioning of four generating units at Wanjii hydro power station in Kenya.
2. Tenders are invited from firms who are prepared to submit complete and
comprehensive Tenders for timely completion of the works as detailed in the
attached Specification.
3. One set of documents will be issued on the date and terms specified in the Letter of Invitation to Tender from:-
THE SUPPLY CHAIN MANAGER KENYA ELECTRICITY GENERATING COMPANY LIMITED P.O. BOX 47936-00100
NAIROBI, KENYA
Email: [email protected] c.c: [email protected]
4. All tenders must be accompanied by a tender security and must be delivered in accordance with clause 9 of the Instructions to Tenderers on or before the closing
date and time of Tenders as indicated in the Letter of Invitation to Tender. 5. All correspondences shall be addressed to the Supply Chain Manager through the
address indicated in 3 above. 6. All pre-tender and post-tender Technical matters shall be addressed to the
Operations Manager, Eastern Hydro through the following address:-
Operations Manager, Eastern Hydro Kenya Electricity Generating Company ltd.
P.O. BOX 47936-00100
NAIROBI, KENYA
E-mail: [email protected] c.c: [email protected] [email protected]
In this tender document, except where the context requires otherwise:
7
(a) Words indicating one gender include all genders; (b) Words indicating the singular also include the plural and words indicating the plural
also include the singular; (c) Provisions including the word "agree", "agreed" or "agreement" require the agreement
to be recorded in writing, and (d) "Written" or "in writing" means hand-written, type-written, printed or electronically made, and resulting in a permanent record.
The marginal words and other headings shall not be taken into consideration in the interpretation of these Conditions.
INSTRUCTION TO TENDERERS
PART B – GENERAL INFORMATION
Note: The tenderer must comply with the following conditions and instructions and failure to do so will result in rejection of the tender.
GENERAL
1. DEFINITIONS, SOURCE OF FUNDS & SCOPE
1. Definitions
(a) “Tenderer” means any person or persons partnership firm or company
submitting a sum or sums in the Bills of Quantities in accordance with the Instructions to Tenderers, Conditions of Contract Parts I and II, Specifications, Drawings and Bills of Quantities for the work contemplated,
acting directly or through a legally appointed representative.
(b) “Approved tenderer or Contractor” means the tenderer who is approved by the Employer.
(c) Any noun or adjective derived from the word “tender” shall be read and construed to mean the corresponding form of the noun or adjective “bid”.
Any conjugation of the verb “tender” shall be read and construed to mean the corresponding form of the verb “bid.”
(d) “Employer” means Kenya Electricity Generating Company Limited [hereinafter also referred to as KenGen or Client]
2. Source of funds
KenGen will finance the Project from its own funds.
3. Scope of Contract
The scope covers the detailed design, manufacture, supply, factory acceptance,
delivery, installation, training and commissioning of four generating units at Wanjii
8
hydro power station as described in the Technical Specification hereafter, on a fixed price contract basis.
2. ELIGIBILITY AND QUALIFICATION REQUIREMENTS
2.1. This invitation to tender is open to only tenderers who are manufacturers of
hydro turbines/generators or a consortium or joint venture that includes manufacturers of the same and should have manufacturer authorization for
auxiliaries and support systems.
2.2. To be eligible for award of Contract, the tenderer shall provide evidence
satisfactory to the Employer of their eligibility and of their capability and adequacy of resources to effectively carry out the subject Contract. To this
end, the tenderer shall be required to submit the following information:-
(a) Details of experience and past performance of the tenderer on the
works of a similar nature within the past eight years and details of current work on hand and other contractual commitments.
(b) The qualifications and experience of key personnel proposed for administration and execution of the contract, both on and off site.
(c) Details on after sales support including supply of spares for similar
projects implemented in the past 8 years.
(d) Major items of construction plant and equipment proposed for use in
carrying out the Contract. Only reliable plant in good working order and suitable for the work required of it shall be shown on this schedule. The tenderer will also indicate on this schedule when each
item will be available on the Works. Included also should be a schedule of plant, equipment and material to be imported for the purpose of the Contract, giving details of make, type, origin and CIF
value as appropriate.
(e) Details of sub-contractors to whom it is proposed to sublet any portion of the Contract and for whom authority will be requested for such subletting in accordance with clause 4.4 of the Conditions of
Contract.
(f) A draft Program of Works in the form of a gantt chart and Schedule of
Payment which shall form part of the Contract if the tender is accepted. Any change in the Program or Schedule shall be subjected
to the approval of the Engineer.
(g) Details of any current litigation or arbitration proceedings in which
the Tenderer is involved as one of the parties.
(h) A proof in form of certificate, from the original manufacturer of the system giving authority to the tenderer to resell and install,
9
commission, offer guarantees over the system and after sales service. The client shall be allowed unfettered access to all the equipment
manufacturers without exception.
2.3. Joint Ventures and Consortiums
Tenders submitted by a joint venture or a consortium of two or more firms as partners shall comply with the following requirements:-
(a) The tender, and in case of a successful tender, the Contract Agreement, shall be signed so as to be legally binding on all partners.
(b) One of the partners shall be nominated as lead partner; and this
authorization shall be evidenced by submitting a power of attorney
signed by legally authorized signatories of all the partners.
(c) The lead partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture or consortium and the entire execution of the Contract
including payment shall be done exclusively with the lead partner.
(d) All partners of the joint venture or consortium shall be liable jointly
and severally for the execution of the Contract in accordance with the Contract terms, and a relevant statement to this effect shall be
included in the authorization mentioned under (b) above as well as in the Form of Tender and the Contract Agreement (in case of a successful tender).
(e) A copy of the agreement entered into by the joint venture or
consortium partners shall be submitted with the tender.
3. Cost of Tendering
The tenderer shall bear all costs associated with the preparation and submission of his tender and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the tendering process.
4. Site Visit
4.1. The tenderer is advised to visit and examine the Site and its surroundings
and obtain for himself on his own responsibility, all information that may be necessary for preparing the tender and entering into a contract. The costs of visiting the Site shall be the tenderer’s own responsibility.
4.2. The tenderer and any of his personnel or agents will be granted permission
by the Employer to enter upon premises and lands for the purpose of such inspection, but only upon the express condition that the tenderer, his personnel or agents, will release and indemnify the Employer from and
10
against all liability in respect of, and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other
loss, damage, costs and expenses however caused, which but for the exercise of such permission, would not have arisen.
4.3. Site visit will be on the date indicated on the invitation to tender and prior,
tenderers may contact the employer representative to agree on the site visit
arrangements.
A representative of the Employer will be available to meet the tenderers at
the Site.
Tenderers must provide their own transport and accommodation where necessary.
Each tenderer shall complete the Certificate of Tenderer's Visit to the Site during the organized site visit.
4.4. Site visit is mandatory; however tenderers who had visited Wanjii as per
tender KGN/HYD/014/2013 of are exempted if they do not wish to make a
second visit. Proof of such earlier visit must be produced.
TENDER DOCUMENTS
5. Tender Documents
5.1. The Tender documents comprise the documents listed here below and
should be read together with any Addenda issued in accordance with Clause 7 of these instructions to tenderers.
a) Form of Invitation for Tenders b) Instructions to Tenderers c) Form of Tender
d) Bill of Quantity – Price Schedules e) Form of Tender Security
f) Form of Performance Security g) Contract Agreement h) Form of Advance payment Bank Guarantee
i) Schedules of Supplementary Information j) General Conditions of Contract – Part I k) Special Conditions of Contract – Part II
l) Specifications m) Technical Schedules
n) Drawings
5.2. The tenderer is expected to examine carefully all instructions, conditions,
forms, terms, specifications, technical schedules and drawings/pictures in the tender documents. Failure to comply with the requirements for tender
submission will be at the tenderer’s own risk. Pursuant to clause 21 of
11
Instructions to Tenderers, tenders which are not substantially responsive to the requirements of the tender documents will be rejected.
5.3. All recipients of the documents for the proposed Contract for the purpose of
submitting a tender (whether they submit a tender or not) shall treat the details of the documents as “private and confidential”.
6. Clarification of Tender Documents
6.1. A prospective tenderer requiring any clarification of the tender documents
may notify the Employer in writing or by e-mail or facsimile at the Employer’s mailing address indicated in the Invitation to Tender. The
Employer will respond in writing to any request for clarification which are received earlier than 7 days prior to the deadline for the submission of tenders. Written copies of the Employer’s response (including the query but
without identifying the source of the inquiry) will be sent to all prospective tenderers who have purchased the tender documents.
7. Amendment of Tender Documents
7.1. At any time prior to the deadline for submission of tenders the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective tenderer, modify the tender
documents by issuing Addenda.
7.2. Any Addendum will be notified in writing or by email or facsimile to all prospective tenderers who have purchased the tender documents and will be binding upon them.
7.3. If during the period of tendering, any circular letters (tender notices) shall
be issued to tenderers by, or on behalf of, the Employer setting forth the
interpretation to be placed on a part of the tender documents or to make any change in them, such circular letters will form part of the tender
documents and it will be assumed that the tenderer has taken account of them in preparing his tender. The tenderer must promptly acknowledge any circular letters he may receive.
7.4. In order to allow prospective tenderers reasonable time in which to take the
Addendum into account in preparing their tenders, the Employer may, at his discretion, extend the deadline for the submission of tenders.
PREPARATION OF TENDERS
8. Language of Tender
8.1. The tender and all correspondence and documents relating to the tender
exchanged between the tenderer and the Employer shall be written in the English language. Supporting documents and printed literature furnished by the tenderer with the tender may be in another language provided they
12
are accompanied by an appropriate translation of pertinent passages in the above stated language. For the purpose of interpretation of the tender, the
English language shall prevail.
9. Documents Comprising the Tender
9.1. The tender to be prepared by the tenderer shall comprise: the Form of
Tender and Appendix thereto, a Tender Security, the Priced Bills of Quantities and Schedules, the information on eligibility and qualification, the Technical Details of offered equipment, and any other materials required
to be completed and submitted in accordance with the Instructions to Tenderers embodied in these tender documents. The Forms, Bills of
Quantities and Schedules provided in the tender documents shall be used without exception [subject to extensions of the schedules in the same format and to the provisions of clause 13.2 regarding the alternative forms of
Tender Security].
10. Tender Prices
10.1. All the insertions made by the tenderer shall be made in indelible INK and
the tenderer shall clearly fill the figures. The relevant space in the Form of Tender and Bills of Quantities shall be completed accordingly without interlineations or erasures except those necessary to correct errors made by
the tenderer in which case the erasures and interlineations shall be initialed by the person or persons signing the tender.
10.2. A price or rate shall be inserted by the tenderer for every item in the Bills of
Quantities whether the quantities are stated or not items against which no
rate or price is entered by the tenderer will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bills of Quantities.
The prices and unit rates in the Bills of Quantities are to be the full [all-
inclusive] value of the work described under the items, including all costs and expenses which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the tender is
based. The tender price will be inclusive of all applicable taxes.
Each price or unit rate inserted in the Bills of Quantities should be a realistic estimate for completing the activity or activities described under that particular item and the tenderer is advised against inserting a price or
rate against any item contrary to this instruction.
Every rate entered in the Bills of Quantities, whether or not such rate is
associated with a quantity, shall form part of the Contract. The Employer shall have the right to call for any item of work contained in the Bills of
Quantities, and such items of work to be paid for at the rate entered by the tenderer and it is the intention of the Employer to take full advantage of unbalanced low rates.
13
10.3. The tenderer shall furnish with his tender written confirmation from his
suppliers or manufacturers of unit rates for the supply of items listed in the Conditions of Contract clause 47 where appropriate.
10.4. The rates and prices quoted by the tenderer are subject to adjustment
during the performance of the Contract only in accordance with the
provisions of the Conditions of Contract. The tenderer shall complete the schedule of basic rates and shall submit with his tender such other supporting information as required under the Conditions of Contract.
11. Currencies of Tender and Payment
11.1. Tenders shall be priced in Convertible currency.
11.2. Tenderers are required to indicate in the Statement of Foreign Currency Requirements, which forms part of the tender, the foreign currency required
by them. Such currency should generally be the currency of the country of the tenderer’s main office. However, if a substantial portion of the tenderer’s expenditure under the Contract is expected to be in countries
other than his country of origin, then he may state a corresponding portion of the contract price in the currency of those other countries. However, the foreign currency element is to be limited to two (2) different currencies.
11.3. The employer shall withhold any taxes from the contractor’s payments as
provided for in the Kenyan Tax law and issue the suppliers/contractors with withholding tax certificates.
12. Tender Validity
12.1. The tender shall remain valid until 4th November 2013 accordance with
clause 7.4 here above) whichever is the later.
12.2. In exceptional circumstances prior to expiry of the original tender validity period, the Employer may request the tenderer for a specified extension of the period of validity. The request and the responses thereto shall be made
in writing or by cable, telex or facsimile. A tenderer may refuse the request without forfeiting his Tender Security. A tenderer agreeing to the request
will not be required nor permitted to modify his tender, but will be required to extend the validity of his Tender Security correspondingly.
13. Tender Security
13.1. The tenderer shall furnish as part of his tender, a Tender Security of Kshs.
20,000,000.00 or equivalent in a freely convertible currency. Mean Central Bank of Kenya Exchange rates prevailing at the time of submission of the
tender shall apply.
14
13.2. The unconditional Tender Security shall be denominated in Kenya Shillings or in another freely convertible currency, and shall be in the form of a bank
guarantee or a bank draft issued by a reputable bank in Kenya or a foreign bank through a corresponding bank loacated in Kenya in the form provided
in the tender document or in another form acceptable to Kenya Electricity Generating Company.
The Tender Security shall be valid until 10th December 2013
13.3. Any tender not accompanied by a Tender Security in the form specified in
13.2 above will be rejected by the Employer as non-responsive.
13.4. The Tender Security of unsuccessful tenderers will be returned as promptly as possible but, in respect to the successful tenderer, not later than twenty eight (28) days after concluding the Contract execution and after a
Performance Security has been furnished by the successful tenderer. The Tender Security of the successful tenderer will be returned upon the
tenderer executing the Contract and furnishing the required Performance Security.
13.5. The Tender Security may be forfeited:
(a) if a tenderer withdraws his tender during the period of tender validity:
or
(b) in the case of a successful tenderer, if he fails
i. to sign the Agreement, or
ii. to furnish the necessary Performance Security
(c) if a tenderer does not accept the correction of his tender price pursuant
to clause 23.
14. No Alternative Offers
14.1. The tenderer shall submit an offer, which complies fully with the
requirements of the tender documents.
14.2. The tenderer shall not attach any conditions of his own to the tender. The
tender price must be based on the tender documents. The tenderer is not
required to present alternative construction options and he shall use without exception, the Bills of Quantities as provided, with the amendments as notified in tender notices, if any, for the calculation of his tender price.
Any tenderer who fails to comply with this clause will be disqualified.
15. Pre-Tender Meeting
15
15.1. The tenderer’s designated representative is invited to attend a pre-tender meeting, which if convened, will take place at the venue and time stated in
the Invitation to Tender. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.
15.2. The tenderer is requested as far as possible to submit any questions in
writing, to reach the Employer not later than seven days before the meeting.
It may not be practicable at the meeting to answer questions received late, but questions and responses will be transmitted in accordance with the following:
(a) Minutes of the meeting, including the text of the questions raised and
the responses given together with any responses prepared after the meeting will be transmitted without delay to all purchasers of the tender documents. Any modification of the tender documents listed in -
–Clause 9 which may become necessary as a result of the pre-tender meeting shall be made by the Employer exclusively through the issue of
a tender notice pursuant to Clause 7 and not through the minutes of the pre-tender meeting.
(b) Non attendance at the pre-tender meeting will not be cause for disqualification of a bidder.
16. Format and Signing of Tenders
16.1. The tenderer shall prepare his tender as outlined in clause 9 above and mark appropriately one original set “TECHNICAL” and “FINANCIAL” bids and Three COPIES for both technical and financial bids.
16.2. The copy of the tender and Bills of Quantities 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. Proof of authorization shall be furnished in the form of the written power of attorney which shall accompany the tender.
All pages of the tender where amendments have been made shall be initialed by the person or persons signing the tender.
16.3. The complete tender shall be without alterations, interlineations or erasures, except as necessary to correct errors made by the tenderer, in
which case such corrections shall be initialed by the person or persons signing the tender.
SUBMISSION OF TENDERS
17. Sealing and Marking of Tenders
17.1. The tenderer shall seal the original and copy of the tender in separate
envelopes, duly marking the envelopes as “ORIGINAL TECHNICAL” and “COPY TECHNICAL”; and “ORIGINAL FINANCIAL” and “COPY FINANCIAL”.
16
The envelopes shall then be sealed in an outer envelope. The tenderer shall supply One ORIGINAL and three COPIES.
17.2. The inner and outer envelopes shall be addressed to the Employer at the
address stated in the Appendix to Instructions to Tenderers and bear the name and identification of the Contract stated in the said Appendix with a warning not to open before the date and time for opening of tenders stated
in the said Appendix.
17.3. The inner envelopes shall each indicate the name and address of the
tenderer to enable the tender to be returned unopened in case it is declared “late”, while the outer envelope shall bear no mark indicating the identity of
the tenderer.
17.4. If the outer envelope is not sealed and marked as instructed above, the
Employer will assume no responsibility for the misplacement or premature opening of the tender. A tender opened prematurely for this cause will be
rejected by the Employer and returned to the tenderer.
18. Deadline for Submission of Tenders
18.1. Tenders must be received by the Employer at the address specified in clause
17.2 and on the date and time specified in the Letter of Invitation, subject to
the provisions of clause 7.4, 18.2 and 18.3.
Tenders delivered by hand must be in the office of the Employer before the deadline for Tender submission.
Proof of posting will not be accepted as proof of delivery and any tender delivered after the above stipulated time, from whatever cause arising will not be considered.
18.2. The Employer may, at his discretion, extend the deadline for the submission
of tenders through the issue of an Addendum in accordance with clause 7, in which case all rights and obligations of the Employer and the tenderers previously subject to the original deadline shall thereafter be subject to the
new deadline as extended.
18.3. Any tender received by the Employer after the prescribed deadline for submission of tender will be returned unopened to the tenderer.
19. Modification and Withdrawal of Tenders
19.1. The tenderer may modify or withdraw his tender after tender submission,
provided that written notice of the modification or withdrawal is received by the Employer prior to prescribed deadline for submission of tenders.
19.2. The tenderer’s modification or withdrawal notice shall be prepared, sealed,
marked and dispatched in accordance with the provisions for the
17
submission of tenders, with the inner and outer envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as appropriate.
19.3. No tender may be modified subsequent to the deadline for submission of
tenders.
19.4. No tender may be withdrawn in the interval between the deadline for
submission of tenders and the period of tender validity specified on the tender form. Withdrawal of a tender during this interval will result in the forfeiture of the Tender Security.
19.5. Subsequent to the expiration of the period of tender validity prescribed by
the Employer, and the tenderer having not been notified by the Employer of the award of the Contract or the tenderer does not intend to conform with the request of the Employer to extend the validity prior to expiry of tender
validity, the tenderer may withdraw his tender without risk of forfeiture of the Tender Security.
20. Tender Submissions.
The Tenderers MUST submit a two-envelope bid in the following format
(a) Technical :- Comprising of the following documents
1. Tender Security 2. Manufacturer’s authorization for all equipment to be supplied by
others. 3. Tender questionnaire duly completed. 4. Confidential business questionnaire duly completed 5. Power of Attorney in case of Joint Ventures or Consortiums
6. Notarized Power of Attorney for the person(s) signing the tender on
behalf of the Tenderer.
7. Bidder’s own audited accounts for the immediate last three years
8. Current tax compliance certificate
9. Evidence of banking facilities /credit lines specific for this tender.
10. CVs of key personnel in prescribed format (Form 5A).
11. Firms experience over last eight (8) years
12. Joint Venture or Consortium agreement where applicable
13. Details of subcontractors
18
14. Schedule of ongoing works.
15. Technical schedules duly completed
16. Contractor's implementation programme.
17. All information showing compliance to specifications
18. Detailed solution including the following
15.1. Drawings on general arrangement and layouts for
Substation –switchgear, transformers, transmission lines and
control room
Powerhouse generating equipment – generator, turbine, inlet
valve and related control panels
Powerhouse auxiliary equipment – control room, 11kV
Switchboard, battery room, mains power auxiliary board
(415VAC)
Portal valve
15.2. Schematic Diagrams for
Generator, transformer and line protection including the trip
matrix
Governor hydraulic and digital controls
Excitation controls
Tariff metering and measurement
15.3 Technical Data
The technical data on all the equipment and systems must be
provided in the attached sheets.
Brochures for the following equipment and systems must be
attached – control system, governor, excitation, generators
(stator and rotor), power and instrument transformers, circuit
breakers, disconnector switches, pumps, all meters, runner,
inlet valve, guide vanes, turbine and generator bearings.
19. Evidence of after sales services.
(b) Financial:- Comprising of
i. Tender Form ii. Price Schedules duly completed.
TENDER OPENING AND EVALUATION
21. Tender Opening
19
21.1 In the first opening the Employer will open only the technical bids in the presence of the tenderers’ representatives who choose to attend at the time
and location indicated in the Letter of Invitation to Tender. The tenderers’ representatives who are present shall sign a register evidencing their
attendance.
21.2 Tenders for which an acceptable notice of withdrawal has been submitted,
pursuant to clause 19, will not be opened.
21.3 At the tender opening, the Employer will announce the tenderer’s names,
tender modifications and tender withdrawals, if any, the presence of the requisite Tender Security and such other details as the Employer, at his
discretion, may consider appropriate. No tender shall be rejected at the tender opening except for late tenders.
21.4 Only tenderers whose technical bids have passed the technical evaluation shall be invited for the opening of financial bids (second opening).
21.5 The employer shall notify the tenderers whose technical bids are non
responsive indicating that their financial bids shall be returned unopened at
the end of the tender evaluation process. 21.6 The Employer shall prepare minutes of the tender opening including the
information disclosed to those present.
21.7 Tenders not opened and read out at tender opening shall not be considered further for evaluation, irrespective of the circumstances.
EVALUATION AND COMPARISON OF TENDERS 22. Process to be Confidential
22.1 After the public opening of tenders, information relating to the examination,
clarification, evaluation and comparisons of tenders and recommendations concerning the award of Contract shall not be disclosed to tenderers or other persons not officially concerned with such process until the award of
Contract is announced.
22.2 Any effort by a tenderer to influence the Employer in the process of examination, evaluation and comparison of tenders and decisions concerning award of Contract may result in the rejection of the tenderer’s
tender.
23. Clarification Tenders
23.1 To assist in the examination, evaluation and comparison of tenders, the
Employer may ask tenderers individually for clarification of their tenders, including breakdown of unit prices. The request for clarification and the response shall be in writing or by cable, facsimile, e-mail or telex, but no
20
change in the price or substance of the tender shall be sought, offered or permitted except as required to confirm the correction of arithmetical errors
discovered by the employer during the evaluation of the tenders in accordance with clause 24.
23.2 No Tenderer shall contact the Employer on any matter relating to his tender
from `the time of the tender opening to the time the Contract is awarded. If
the tenderer wishes to bring additional information to the notice of the Employer, he shall do so in writing.
EVALUATION CRITERIA
Tenders shall be subjected to technical and financial evaluation. Only tenderers who attain 80% score on technical evaluation shall qualify for financial evaluation.
24. Preliminary examination of bids submissions
24.1 Prior to the detailed evaluation of tenders, the Employer shall carry out a
preliminary evaluation to determine completeness of the submissions to enable
detailed assessment for responsiveness. This examination shall be based on the following submitted documents.
1. Tender Security 2. Manufacturer’s authorization for authorized suppliers. 3. Tender questionnaire duly completed.
4. Confidential business questionnaire duly completed
5. CVs of key personnel in the prescribed format (Form 5A). 6. Audited accounts for the last three years
7. Proof of purchase of tender documents
8. Power of Attorney in case of Joint Venture or Consortium 9. Joint Venture or consortium agreement where applicable
10. Evidence of site visit.
24.2 Tenders found not responsive to the above shall be rejected by the employer
and shall not subsequently be made responsive by the tenderer correcting the
nonconformity.
25. Technical Evaluation The minimum technical score to pass shall be 80%.
21
25.1. Technical evaluation shall be carried out only on tenders determined to be responsive to the preliminary examination.
25.2. This evaluation will examine documents listed under clause 20 for compliance to specifications as stipulated in the tender document covering ,
but not limited to the following :-
1. The qualification and experience of key personnel.
Personnel Capabilities: The Applicant and the suppliers must have suitably qualified personnel to fill the following listed positions. The Applicant will supply information on
a prime candidate and an alternate for each position, both of whom should meet the experience requirements specified below. The employer at his own discretion may verify
the information provided in the CVs.
Position Total experience
(years)
In similar works
(years)
As manager of similar works
(years)
Head office project manager 15
10
5
Alternate 15 10 5
Installation supervisor for mechanical equipment
10
8
0
Alternate 10 8 0
Installation supervisor for
electrical equipment
10 8 0
Alternate 10 8 0
Commissioning Engineer - Mechanical
10
8
0
Alternate 10 8 0
Commissioning Engineer - Electrical
10 8 0
Alternate 10 8 0
2. The experience of the firm:
The Tenderer (or in the case of a Joint Venture or consortium - the lead Partner)
shall meet the following minimum criteria:
Performance as prime contractor in the execution of at least five projects
of nature, complexity and volume comparable to the proposed contract over the last 8 years.
The supplier must have designed, manufactured, installed and commissioned during the last 8 years at least 5 projects of similar nature
and complexity.
Details on after sales support including supply of spares for similar
projects implemented in the past 8 years. The supplier shall provide the names and addresses of the owners of the
22
above projects, and the names, telephone numbers and email address of senior managers employed by each client from whom references can be
obtained in the English language.
The supplier must have a Quality Assurance System implemented according to the requirements in the ISO 9001 standard or equivalent.
Suppliers that are not certified to the ISO 9001 standard must submit details of their Quality Assurance System demonstrating their substantive compliance with this standard or equivalent.
The supplier must have a Environmental Management System
implemented according to the requirements in the ISO 14001 standard or equivalent. Suppliers that are not certified to the ISO 14001 standard must submit details of their Environmental Management System
demonstrating their substantive compliance with this standard or equivalent.
3. Deviations from specifications:
Variations, deviations and other factors, which are in excess of the requirements of the tender documents or otherwise result in the accrual of
unsolicited benefits to the Employer, shall not be taken into account in tender evaluation.
4. Financial Position:
This shall be evaluated against the following parameters:
a) Minimum average annual turnover of KShs 1.0 billion, calculated as
total certified payments received for contracts in progress or completed, within the last three (3) years
Single Entity- Must meet requirement Joint Venture, Consortium or Association:
a. All Partners combined- Must meet requirement b. Each Partner- Must meet one hundred percent (100%) of the
requirement a. At least one partner- must meet one hundred percent (100%) of
the requirement
b) The Bidder must demonstrate access to, or availability of, financial
resources such as liquid assets, unencumbered real assets, lines of credit (specific to the works being tendered for), and other financial means, sufficient to meet the contracts cash flow for a period of 12
months, other than any contractual advance payments to meet the following cash-flow requirement:
i. not less than KShs. 250 million (working capital) net of the applicants commitments for other projects and
23
ii. The overall cash flow requirements for this contract and its current commitments.
Single Entity- Must meet requirement
Joint Venture, Consortium or Association:
a. All Partners combined- Must meet requirement b. Each Partner-Must meets fifty percent (50%) of the requirement
c) Submission of audited balance sheets or if not required by the law of the bidder’s country, other financial statements acceptable to the Employer, for the last three [3] years to demonstrate the current
soundness of the bidders financial position and its prospective long term profitability.
i. Criteria 1-Positive net worth
ii. (Criteria 2-Current ratio of at least 1.5
Single Entity- Must meet requirement Joint Venture, Consortium or Association- each partner must meet requirement
5. Audited accounts for the last three (3) years
The audited balance sheets for the last three years for all the participating contractors/sub-contractors in the contracts should be submitted and
must demonstrate the soundness of the Applicant's financial position, showing long-term profitability. Where necessary, the Employer will make necessary inquiries, including with the Applicant's bankers.
Financial statements (balance sheets, including all related notes, and income statements) for the years required above shall comply with the following conditions:
a) Must reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies
b) Historic financial statements must be audited by a certified accountant
c) Historic financial statements must be complete, including all notes to the financial statements
d) Historic financial statements must correspond to the immediate accounting periods already completed and audited (no statements for partial periods shall be requested
6. Litigation History
The tenderer should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by the
24
contractors including for all the participating contractors/sub-contractors required to perform the works over the last five years. A consistent history
of awards against the tenderer or any partner of a joint venture or a consortium or any of its contractors/sub-contractors may result in
rejection of the tenderer’s bid.
7. Project overview
The tenderer shall present in the tender document and submit drawings to show;-
How the various components are integrated in the proposal
Modular design.
Automation & control philosophy. All software based systems should be
open and can be integrated to other systems. Locked proprietary systems shall not be accepted.
8. Scope of works / Implementation plan
The tenderer shall clearly present a description covering the design, supply, installation & commissioning, training, methodology of integration into
existing plant and an implementation program.
9. Compliance to technical specifications: The tenderer shall provide information that demonstrates compliance with
the technical specifications. More particularly the tenderer shall avail to the Employer the following:-
Technical schedules
Specification of product to be used/ installed inclusive of functions
offered.
Spare parts offered.
Illustrative drawings/ sketches and schematics
Turbine guaranteed output
10. Software and other necessary licenses.
All software, passwords, licenses and equipment used during commissioning and are required for maintenance shall be deemed the
employer’s property and shall be handed over to the client upon completion of works.
The evaluation criteria tabulated below shall be applied.
ITEM DESCRIPTION SCORE Total Score
1 The qualification and experience
of key personnel
15
25
a(i) Head office project manager (total
experience 15 comprising 10 years in
similar work and 5 years as project manager
of similar works)
15
a(ii) Alternate (total experience 15 years
comprising 10 years in similar work and 5
years as project manager of similar works)
15
b(i) Installation supervisor for
mechanical equipment (total
experience 10 years with 8 years in similar
work)
10
b(ii) Alternate (total experience 10 years with
8 years in similar work) 10
c(i) Installation supervisor for electrical equipment (total experience
10 years with 8 years in similar work)
10
c(ii) Alternate (total experience 10 years with
8 years in similar work) 10
d(i) Commissioning Engineer -
Mechanical (total experience 10 years
with 8 years in similar work)
7.5
d(ii) Alternate (total experience 10 years with
8 years in similar work) 7.5
e(i) Commissioning Engineer - Electrical (total experience 10 years with
8 years in similar work)
7.5
e(ii) Alternate (total experience 10 years with
8 years in similar work) 7.5
2 The experience of the firm
30
a Performance as prime contractor
in the execution of at least five projects of nature, complexity and volume comparable to the
proposed contract over the last 8 years.
40
b The supplier must have designed, manufactured,
installed and commissioned during the last 8 years at least 5
projects of similar nature and complexity
40
c Details on after sales support
including supply of spares for similar projects implemented in
the past 8 years.
15
d The supplier must have a Quality
Assurance System implemented according to the requirements in the ISO 9001 standard or
5
26
equivalent.
3 Financial Position (demonstrate
financial means sufficient to meet the
contracts financial requirements)
100 5
4 Audited accounts for the last three (3) years (demonstrate the
soundness of the Applicant's financial position)
100 5
5 Project overview
100 5
6 Scope of works / Implementation
plan
100 5
7 Compliance to technical specifications:
35
a(i) Technical schedules
20
a(ii) Specification of product to be used/ installed inclusive of
functions offered.
40
a(iii) Turbine guaranteed output above the existing rating
40
Total Technical Score 100%
26. Price Evaluation
Only tenders that meet the minimum technical score of 80% will have their financial bids opened and evaluated.
26.1 Correction of Errors Tenders determined to be substantially responsive shall be checked by the
Employer for any arithmetic errors in the computations and summations. Errors will be corrected by the Employer as follows:
(a) Where there is a discrepancy between the amount in figures and the amount in words, the amount in words will govern.
(b) Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will prevail, unless in the opinion of the Employer, there is an obvious typographical error, in which case adjustment will be made to the entry containing that error.
(c) The amount stated in the tender will be adjusted in accordance with the
above procedure for the correction of errors and, with concurrence of the tenderer, shall be considered as binding upon the tenderer. If the tenderer
27
does not accept the corrected amount, the tender may be rejected and the Tender Security may be forfeited in accordance with clause 13.
26.2 Bid Price Comparison
(i) For each 100 kW that the turbine guaranteed output exceeds
minimum stated output, the tender price will be adjusted by minus
one hundred fifty thousand (150,000) US dollars for purposes of tender comparison.
(ii) For each month that the delivery is below or above the specified
period the tender price will be adjusted by two hundred thousand (200,000) US dollars for purposes of tender comparison.
26.3 Conversion to Single Currency
26.3.1 For comparison of tenders, the tender price shall first be broken down into
the respective amounts payable in various currencies by using the mean exchange rates of the Central Bank of Kenya prevailing on the date for the submission of tenders.
26.3.2 The Employer will convert the amounts in various currencies in which the
tender is payable (excluding provisional sums but including Day works
where priced competitively) to Kenya Shillings at the exchange rates stated in clause 26.3.1.
AWARD OF CONTRACT
27. Award
27.1. Subject to clause 27.2, the Employer will award the Contract to the tenderer whose tender is determined to be responsive to the tender documents and
who has offered the lowest evaluated tender price and possessing the capability and resources to effectively carry out the Contract Works.
27.2. The Employer reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders, at any time prior to award of
Contract, without thereby incurring any liability to the affected tenderers or any obligation to inform the affected tenderers of the grounds for the Employer’s action.
27.3. The employer reserves the right at the time of contract award to increase or
decrease the quantity of goods originally specified in the schedule of
requirements without any change in unit price or other terms and conditions.
28. Notification of Award
28
28.1. Prior to the expiration of the period of tender validity prescribed by the Employer, the Employer will notify the successful tenderer in writing that
his tender has been accepted. This letter (hereinafter and in all Contract documents called “Letter of Award”) shall name the sum (hereinafter and in
all Contract documents called “the Contract Price”) which the Employer will pay to the Contractor in consideration of the execution and completion of the Works as prescribed by the Contract.
The unsuccessful tenderers will simultaneously be notified that their offers were not accepted.
28.2. Notification of award and the Tenderers acceptance thereof will not
constitute the formation of the Contract.
28.3. Within thirty [30] days of receipt of the form of Contract Agreement from the
Employer, the successful tenderer shall sign the form and return it to the Employer together with the required Performance Security.
29. Performance Guarantee
29.1. Within thirty [30] days of receipt of the notification of award from the Employer, the successful tenderer shall furnish the Employer with a Performance Security in an amount stated in the Appendix to Instructions
to Tenderers.
29.2. The Performance Security to be provided by the successful tenderer shall be an unconditional Bank Guarantee issued at the tenderer’s option by an established and a reputable Bank approved by the Employer and located in
the Republic of Kenya, or a foreign bank through a correspondent bank located in Kenya and shall be divided into two elements namely, a performance security payable in foreign currencies (based upon the
exchange rates determined in accordance with the Conditions of Contract and a performance security payable in accordance with the Conditions of
Contract. The value of the two securities shall be in the same proportions of foreign and local currencies as requested in the form of foreign currency requirements.
29.3. Failure of the successful tenderer to lodge the required Performance
Security shall constitute a breach of Contract and sufficient grounds for the annulment of the award and forfeiture of the Tender Security and any other remedy under the Contract and the Employer may award the Contract to
the next ranked tenderer.
30. Advance Payment
An advance payment, if requested for by the Contractor, shall be made
under the Contract, if approved by the Employer but secured by an advance payment guarantee. The recovery of the advance payment will be in accordance with the Conditions of Contract. The Advance Payment
29
Guarantee shall be denominated in the proportion and currencies named in the form of foreign currency requirements. For each currency, a separate
guarantee shall be issued. The guarantee shall be issued by a bank located in the Republic of Kenya, or a foreign bank through a correspondent bank
located in the Republic of Kenya, in either case subject to the approval of the Employer. The advance payments shall not exceed 10% of the contract value.
APPENDIX TO INSTRUCTIONS TO TENDERERS
15 Pre-tender meeting shall be held immediately after the mandatory site visit.
16 (i) The name and address of the Employer for the purposes of submission of tenders is:
THE COMPANY SECRETARY, LEGAL & CORPORATE AFFAIRS
DIRECTOR, KENYA ELECTRICITY GENERATING COMPANY LIMITED 7Th FLOOR, STIMA PLAZA, PHASE III
KOLOBOT ROAD, PARKLANDS P.O. BOX 47936-00100 NAIROBI, KENYA.
(ii) The name of the proposed Works is:
TENDER FOR UPGRADING OF WANJII HYDRO POWER STATION.
(iii)The tender opening date and time is indicated in the letter for tender invitation.
29. Performance Guarantee
The amount of Performance Security is 10% of the total Contract Value of the Works, which shall remain valid until end of defects notification period.
30
SECTION B:
CONDITIONS OF CONTRACT
CONDITIONS OF CONTRACT
31
The Conditions of Contract comprise the “General Conditions” which form part of the “Conditions of Contract for Plant and Design-Build” First Edition 1999 published by the
Federation Internationale des Ingenieurs-Conseils (FIDIC) and the following “Particular Conditions” which include amendments and additions to such General Conditions.
PART I – GENERAL CONDITIONS
GENERAL
The General Conditions of Contract shall be Part 1 of the Conditions of Contract recommended by the Federation Internationale des Ingenieurs-Conseils (FIDIC)
contained in the Yellow Book titled Conditions of Contract for Plant and Design-Build” First Edition 1999.
These Part I: General conditions shall be incorporated in and form part of this Contract subject to the following amendments and additions thereto as set out below in the
Preamble and in Part II: Special Conditions.
PART II – SPECIAL CONDITIONS
The General Conditions of Contract in Part I shall be modified by the Special Conditions set out below:-
Particular Conditions of Contract (PCC) The following Particular Conditions of Contract (hereinafter referred to as PCC) shall supplement the General Conditions of Contract in Section VII. Whenever there is a
conflict, the provisions herein shall prevail over those in the GCC.
1.1.3.2 – Commencement Date Delete the definition and substitute: “Commencement Date” means ___________________ (to be indicated in the Contract)
1.1.3.3 - Time for Completion
The Time for Completion shall be the time for completion entered by the Contractor in the Schedule of Delivery and in the Tender. It shall mean the time for completion of the Works as tendered by the Contractor in the Bill its tender and in guaranteed times for
completion and included in the Letter of Award. This period shall include up to the date of the Issue of the Taking-Over Certificate and shall not exceed 24 months.
1.1.5.9 –Services Insert new definition: ““Services” shall include Design Services and Installation Services.”
1.1.5.10 – Design Services Insert new definition: ““Design Services” shall mean the design of the Works under Clause 5 [Design].”
1.1.5.11 – Installation Services
Insert new definition:
32
““Installation Services” shall mean all those services ancillary to the supply of the Plant and Equipment for the Works, to be provided by the Contractor under the Contract;
and includes, but is not limited to, the transportation and provision of insurance, inspection, expediting, site preparation works (including the provision and use of
Contractor’s Equipment and the supply of all construction materials required), the installation, testing, pre-commissioning and commissioning, the provision of operations and maintenance manuals, etc..”
1.1.5.12 – Mandatory Spare Parts, Recommended Spare Parts and Consumables Insert new definition:
The terms “Mandatory Spare Parts”, “Recommended Spare Parts” and “Consumables” shall each have the meanings ascribed to them in the Employer’s Requirements as per
the tender document. 1.1.6.6 – Performance Security
Delete definition and substitute: ““Performance Security” means the security (or securities) under Sub-Clause 4.2
[Performance Security] and in the form attached in Appendix A - Bank Guarantee.” Sub-Clause 1.2
Interpretation Insert new sub-paragraph (e) as follows:
“(e) the word “tender” is synonymous with “bid”, and “tenderer” with “bidder” and the words “tender documents” with “bidding documents”.
At the end of Sub-Clause 1.2, insert: “In these conditions, provisions including the expression “Cost plus reasonable profit” require this profit to be onetwentieth (5%) of this Cost.”
Sub-Clause 1.3 Communication
The address of the Employer for notices is:-
The Company Secretary, Legal & Corporate Affairs Director, Kenya Electricity Generating Company Limited Stima Plaza, Kolobot Road, Parklands
P. O. Box 47936-00100 NAIROBI, KENYA
Telephone: +254-020-3666000 Fax: +254-020-248848
The address of the Contractor for notices is:-
_______________________________ _______________________________ _______________________________
_______________________________
33
Sub-Clause 1.4 Law and Language
The Contract will be governed by the law of the Republic of Kenya.
The ruling language and the language for communications shall be the English Language.
Sub-Clause 1.5 Priority of Documents a) The Contract Agreement
b) The Letter of Award and Acceptance thereof c) Particular Conditions of Contract and attachments thereto
d) General Conditions of Contract – FIDIC EPC/Turnkey Projects (First Edition 1999) e) The Employer’s Tender Document f) The Contractor’s bid document
Clause 2 - The Employer
Sub-Clause 2.1 Right of Access to the Site Add the following sentence to the end of Sub-Clause 2.2
The Employer shall allow the Contractor to have access to the Site no later than sixty (60) days after Contract Agreement. Subject to mutual agreement, the Employer shall
allow the Contractor to access the Site prior to the referenced period for access for pre-project implementation Site activities.
Sub-Clause 2.2 Permits, Licences or Approvals
Add the following sentence to the end of Sub-Clause 2.2 “The Employer will assist the Contractor by issuing supporting letters necessary for customs clearance. All fees or levies shall be to the account of the Contractor. The
Employer shall not be responsible for any losses, cost or delays arising from the submission of documents or incomplete or incorrect documents relating to the Works
provided by the Contractor.”
Sub-Clause 2.6 - Electricity, Water, Gas and Other Services
Add new Sub-Clause The Employer will provide a three phase supply of electricity at 415V AC 50 Hz. The Contractor will provide his own distribution board with necessary electrical protection
and switchgear. Clause 3 - The Employer’s Administration
Sub-Clause 3.1- Engineer’s Duties and Authority
The Engineer for the Contract shall be: Mr. ____________ Operations Manager, Projects
34
Clause 4 - The Contractor
Sub-Clause 4.2 - Performance Security
The amount of the Performance Security shall be 10% of the Contract Price in the currencies and proportion in which the Contract Price is payable.
The Performance Security shall be in the form of an irrevocable Unconditional Bank Guarantee as attached in Appendix A or another form acceptable to the Employer. The
Performance Security shall be issued by either a bank located in the Country of the Employer, or a foreign bank through a correspondent bank located in the Country of
the Employer. Sub-Clause 4.3 Contractor’s Representative
At the end of Sub-Clause 4.3 add:
"The Contractor’s Representative, and an adequate number of the staff of the Contractor shall be fluent in the English language."
Sub-Clause 4.19 Electricity, Water and Gas
The Employer will provide a three phase supply of electricity at 415V AC 50 Hz. The Contractor will provide his own distribution board with necessary electrical protection
and switchgear. Sub-Clause 4.25 – Site Conditions and Restrictions
Add new Sub Clause 4.25 Site Conditions and Restrictions:
The Contractor shall be deemed to have inspected the Site during the bidding phase to establish the original condition of the Site. The Contractor is required to return the Site
and working areas to at least the original condition at Completion. Without limiting the generality of the foregoing the Contractor shall strictly abide by the
Kenyan regulations concerning safety on the Site of the Works.
Prior to its removal from Site, the Contractor shall store all wreckage, rubbish and debris in secure areas and shall prevent any unauthorised removal of such materials from Site. Prior to Completion, the Employer may elect to retain and take possession at
no cost of any such materials that it considers may be reused or recycled. The Contractor shall remove all other materials, wreckage, rubbish and debris of any kind from Site and from the vicinity of the Site and in a manner and place approved by
Employer.
Clause 5 - Design 5.7- Operation and Maintenance Manuals
35
Operation and Maintenance Manuals shall be in the English Language.
5.9 - Employer’s Use of Contractor’s Drawings
Add new Sub-Clause 5.9: The Contractor’s Drawings and Manuals may be used by the Employer for the purpose
of completing, operating, maintaining, adjusting and repairing the Works, for interconnecting the Works with other plant and for training of personnel.
Clause 6 - Staff and Labour
6.1 Engagement of Staff and Labour At the end of Sub-Clause 6.1, add the following:
“The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with appropriate qualifications and experience from sources within Kenya.”
Sub-Clause 6.5 – Working Hours
The normal working hours at the site are between 7.30a.m and 5.00p.m on weekdays (five days per week). The Contractor may arrange to work any other periods he wishes between 7.00a.m and 7.00p.m to meet the contract programme. Work outside this
period and weekend or public holiday working shall only be carried out where specifically approved by the Engineer. Where the Contractor chooses to work in excess
of eight hours a day or to work at weekends there shall be no additional cost added to the contract price.
6.7 Health and Safety Add the following at the end of Sub-Clause 6.7:
Without limiting the generality of the foregoing the Contractor shall strictly abide by the Kenyan regulations concerning safety on the site of the Works
Sub-Clause 6.8 Contractor’s Superintendence
Insert at the end of Sub-Clause 6.8: “A reasonable proportion of the Contractor’s superintending staff shall have a working
knowledge of the English Language 6.12 Festivals and Religious Customs
Add new Sub-Clause 6.12: “The Contractor shall respect the Country’s recognized festivals, days of rest and
religious and other customs.”
Clause 8 – Commencement, Delays and Suspension Sub-Clause 8.1 Commencement of the Works
36
Replace Sub-Clause 8.1 with: The Commencement Date shall be the date upon which the following precedent
conditions have been fulfilled and the Engineer’s notification of such fulfillment and instruction to commence the Works is received by the Contractor:
a) Signature of the Contract Agreement by both Parties, and b) Receipt by the employer of the Performance Security in the prescribed form. Of the above conditions have not been met within ninety (90) days from the date of
Contract Signature, the Employer may terminate the Contract without any liability to either Party.
The Contractor shall commence the execution of the Works as soon as is reasonably practical after the Commencement Date, and shall then proceed with the Works with
due expedition and without delay. Sub-Clause 8.2 Time for Completion
At the end of the clause add:
For purposes of this sub-clause 8.2, the Time for Completion shall be _____ days from the Commencement Date
Sub-Clause 8.7 Delay Damages Delay damages for the Works are USD 230/kW/year
The maximum amount of delay damages shall be twenty percent (20%) of the final
Contract Price This maximum of delay damage under Sub-Clause 8.7 is separate from, and in addition
to, any performance damages that the Employer may recover from the Contractor under GCC 9.4 [Failure to Pass Test on Completion] and/or 12.4 [Failure to Pass Tests after Completion]
No payments for early completion will be made by the Employer.
Sub-Clause 8.13 Prolonged Delay If there is a Prolonged Delay in Completion and the Employer has become entitled to the
maximum reduction in Contract price under Sub-Clause 8.7 and the Employer terminates the Contract under Sub-Clause 15.2, then the additional amount
recoverable from the Contractor by the Employer shall be that part of the Contract Price which is attributable to that part of the Works which cannot by reason of the Contractor’s failure be put to the intended use.
Clause 9 – Tests on Completion
Sub-Clause 9.1 Contractor’s Obligation
37
The tests on project completion shall include the 30days reliability run as detailed in the specification.
Sub-Clause 9.4 Failure to Pass Tests on Completion
The consequences shall include:
Turbine If the commissioning tests show that the turbines do not meet the guaranteed outputs
the following shall apply:
a) For each 100 kW that the measured maximum output at design head is lower than the guaranteed value, a penalty of USD 300,000- shall be applied.
b) If the maximum output at design head falls more than 5% below the guaranteed value, the Employer may reject the turbine.
Clause 10 – Employer’s Taking Over
Sub-Clause 10.1 Taking over of the Works and Sections On satisfactory completion of the Tests on Completion and the Reliability Test period,
the Engineer shall issue a Taking over Certificate. This shall show the effective date of Taking Over which shall be the date of commencement of the successful reliability test
period. This shall be the date of commencement of the Defects Liability Period. The Employer shall not use any part of the Works prior to the commencement of the
Tests on Completion. The Employer may use any part of the Works during its Tests to suit the Tests. Such use shall not imply Taking Over unless all the Tests on that part of the Works are successful.
Clause 13 – Variations and Adjustments
Sub-Clause 13.5 Provisional Sums
There are no Provisional Sums included in the Contract.
Sub-Clause 13.8 Adjustment for Changes in Cost
There shall be no adjustments for changes in costs Clause 14 – Contract Price and Payment
Sub-Clause 14.2 Advance Payment
38
An advance payment of 10% of the contract price shall be made upon submission of an on-demand bank guarantee in the form attached in Appendix B denoted in the same
currency and proportion in which the contract price is payable.
The guarantee shall be issued by a bank located in th Republic of Kenya, or a foreign bank through a corresponding bank located in the Republic of Kenya, in either case subject to the approval of the Employer
Sub-Clause 14.7 Taxes & Payment Taxes shall be as set out below
a. The Supplier and their respective employees shall be liable to pay all taxes
applicable to the contract as may be required by the Kenya Tax Law which
may be in force during the period of the Contract.
b. The contract price is inclusive of all applicable Kenyan taxes which include but
are not limited to Income tax, ( such as withholding tax), Value Added Tax and
any other taxes imposed by the Kenya Tax Law applicable to the contract.
c. The employer / client (KenGen) shall withhold any taxes as provided for in the Kenyan Tax law
and issue the supplier with withholding tax certificates.
The Terms of Payment shall be as set out below:-
Payment shall be made through an unconfirmed Letter of Credit. The Contractor shall be required to meet the Letter of Credit charges in the Contractor’s country where
applicable. Any extensions/ amendment charges that may result due to the Contractor’s delays or mistakes shall be to the Contractor’s account. Local suppliers shall be paid through Electronic Funds Transfer.
Payment terms except for the advance shall be 60 days from the date of invoice.
Should the Contractor require a confirmed letter of credit, then all confirmation charges both in and outside Kenya shall be to the Contractor’s account.
(a) 50% of Contract Price on delivery of all material and completion of Factory tests and training. This shall be less any advance payment where applicable.
(b) 10% of Contract Price upon successful erection and commissioning for each unit
acceptable to the client for which a Taking Over Certificate has been issued in
relation to the works, delivery of spares, site training and issue of preliminary equipment maintenance documentation.
(c) 10% of Contract Price on successful completion of the Defects Liability period and submission of all Documentation and as Built drawings.
39
The employer shall withhold any taxes from the contractor’s payments as provided for
in the Kenyan Tax law and issue the suppliers/contractors with withholding tax certificates.
Applications for Payment may be made by the Contractor to the Engineer as set out below:
(a) The application in respect of the shipment shall identify the Equipment shipped, state the amount claimed and be accompanied by such documentation as the Engineer may require including:-
Original Invoice identifying the amount claimed against the appropriated
subdivisions of the Schedule of Prices.
Shipping Specification and Packing List.
Original Bill of Lading or Air Waybill.
Factory inspection Certificate.
Clean report of finding.
(c) The application in respect of work carried on site shall identify the work done, state
the amount claimed and be accompanied by such documentation as the Engineer may require including:-
Original Invoice identifying the amount claimed against the appropriate subdivisions of the Schedule of Prices.
Statement of Work showing the work done.
(d) Any other application for payment certificates shall identify the requirement for payment, state the amount claimed and be accompanied by such documentation including:
Original Invoice identifying the amount claimed against the appropriate subdivisions of the Schedule of Prices.
Supporting Documents such as copy of Certificates where applicable.
Sub-Clause 14.15
Currencies of Payment Payments will be made in the amounts quoted in the currency agreed with the
Contractor at the time of Tender and as specified in the Contract Agreement.
Payment in Foreign Currency shall be made as per Letter of Credit terms and conditions.
Rates of Exchange applicable for all payments herein are rates on the Tender opening date as provided by the Central Bank of Kenya.
Clause 15 – Termination by Employer
15.2 Termination by Employer
40
Paragraph 1, line 23, Delete the term “Sub-Contractor”
Add the following at the end of the paragraph, “In the event that the Sub-Contractor(s)
breach the obligations provided in Sub-Clause 15.2 (f), the Employer shall be entitled to demand that the Contractor terminated the Sub-Contractor’s contract and/or appropriate action is taken in the circumstances.”
Clause 16 – Suspension and Termination by Contractor
Sub-Clause 16.2 Termination by Contractor In paragraph 2, line 1: change “14 days” to “30 days”
Clause 18 - Insurance
Clause 18.1 – General Requirements for Insurance
The Contractor is the insuring Party. Insurance policies shall meet the conditions of contract and shall include Contractor’s All risks insurance including Work Injury Benefits Act (WIBA) insurance, Public Liability and material damage, Employer Liability,
Motor Vehicle Insurance and Comprehensive General Liability. The insurance underwriters criteria shall be:-
a) Insurer older than six (6) years b) Have a minimum solvency margin of 150% general business
c) Have a minimum turnover of Kenya Shillings 300 Million per annum excluding motor insurance
d) Selected insurers should have adequate reinsurance arrangement.
Add the following:
“the Contractor shall be the insuring party, but the Employer’s broker shall check and satisfy that the Contractor has endorsed the Employer’s interest upon the policies and
that the policies specifically extend to the levels stipulated in this Contract.” Periods of submission of insurance:
a) Evidence of insurance: 40 days before commencement of site works.
b) Relevant policies: 20 days before commencement of site works. Clause 18.2 – Insurance for Works and Contractor’s Equipment
After the first sentence of the first paragraph insert the following sentence:
“This insurance shall be not less than 110% of the Contract Price.”
Clause 18.3 – Insurance against Injury to third party Persons and damage to property Limit if Kshs. 100,000,000.00 per occurrence, any period.
41
Clause 19 – Force Majeure
Sub-Clause 19.6 – Optional Termination, Payment and Release
Replace “84” in line 2 with “180”
Replace “140” in line 4 with “180” Clause 20 – Claims, Disputes and Arbitration
Sub-Clause 20.2 – Appointment of the Dispute Adjudication Board
Not Applicable Sub-Clause 20.3 Failure to Agree Dispute Adjudication Board
Not Applicable Sub-Clause 20.4 – Obtaining Dispute Adjudication Board’s Decision
Not Applicable Sub-Clause 20.6 – Arbitration
Any dispute between the Parties as to matters arising pursuant to this Contract or its interpretation that cannot be settled amicably after receipt by one Party of the other
Party’s request for such amicable settlement shall be referred for settlement by a single arbitrator.
The arbitrator shall be agreed upon by the Parties within 30 days of the notification of a dispute by either party to the other and in default of agreement as to the single
arbitrator the same shall be appointed by the Chairman for the time being of the Chartered Institute of Arbitrators (Kenya Branch).
Every award made under this Clause shall be expressed to be made under the Arbitration Act 1995 or other Act or Acts for the time being in force in Kenya.
The language of arbitration is the English Language. The place of arbitration shall be Nairobi, Kenya.
Sub-Clause 20.7 – failure to comply with Dispute Adjudication Board’s Decision
Not Applicable Sub-Clause 20.8 – Expiry of Dispute Adjudication Board’s Appointment Not Applicable
INSERT NEW CLAUSES AS FOLLOWS:
New Clause 21 Shipping Arrangements
Add New Sub-Clause 21.1 – Pre-Shipment Inspection
42
Kenyan regulations require that all imported goods be inspected prior to shipment to verify price, quality and quantity.
The names of the Inspection Agencies appointed by the Kenyan authorities to act under
this Contract will be notified to the Contractor on the Import Declaration Form, which is obtained by the Employer. The pre-shipment inspection if positive authorises the Contractor to ship the goods.
The Contractor should establish contact and liaise with the Inspection Agencies immediately upon learning of their names.
The cost of presentation of the Goods to the Inspection Agencies, unpacking, handling
etc. shall be paid for by the Contractor. The Contractor shall give at least 21 days notice before shipment to the Inspection
Agency indicating the place where the Goods may be inspected and the expected time of shipment. When requesting pre-shipment inspection the Contractor shall provide the
Inspection Agency with a copy of the pro-forma invoice, Contract and any other document relevant to the execution of the inspection. On completion of inspection the Inspecting Agency will issue a report of finding which will be either:
A Clean Report of Finding if the inspection yields a satisfactory result, or a Non-negotiable Report of Findings if the inspection reveals deficiencies.
In the case of a Clean Report the Contractor shall provide the Inspection Agency
immediately after shipment with a non-negotiable copy of the Bill of Lading or Air Waybill and a copy of the final invoice covering the Goods. When these documents have been received the Clean Report of findings will be issued. The Contractor is warned
against the shipment of Goods, which have not been inspected, or goods for which a Non-negotiable Report of Findings has been issued by the Inspection Agency.
The inspection of Goods does not relieve the Contractor of its contractual obligations to the Employer, and may reject items if they fail to meet the requirements of the Contract
even though the Inspection Agency for shipment has cleared them. Add New Sub-Clause 52.2 – Delivery and Documents
Upon shipment, the Contractor shall notify the Employer by facsimile the full details of
the shipment including description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Contractor shall mail or courier the following documents in two copies to the Supply
Chain Manager: The Contractor’s invoice showing Goods description, quantity, unit price, total
amount; Non-negotiable bill of lading;
Packing list identifying contents of each package; Manufacturer’s/Contractor’s warranty certificate;
43
Inspection certificate (Clean Report of Findings) issued by the nominated inspection agency;
Contractor’s factory inspection report; and Certificate of Origin.
The above documents shall be received by the Employer at least two weeks before arrival of Goods at the port and, if not received, the Contractor will be responsible for
any consequent expenses (including any demurrage). This is to provide time to obtain exemption for shipment.
ADDRESSES
The Equipment shall be marked with the following Shipping marks:- KENYA ELECTRICITY GENERATING COMPANY LIMITED
ORDER No.------- (UPGRADING OF WANJII HYDRO POWER STATION) C/O KENGEN, NAIROBI - KENYA.
Packing lists, inspection reports, material reports, etc as indicated above shall be sent to:-
THE SUPPLY CHAIN MANAGER KENYA ELECTRICITY GENERATING COMPANY LIMITED P.O. BOX 47936-00100
NAIROBI, KENYA
Tel: (254) (020) 3666000 Fax: (254) (020) 3666200 Email: [email protected]
PART III – APPENDIX TO TENDER
[Note: with the exception of the items for which the Employer’s requirements have been inserted, the following information must be completed before the Tender is submitted]
ITEM SUB-
CLAUSE
ENTRY
1. Employer’s name and address
1.1.2.2 & 1.3
The Kenya Electricity Generating Company Limited (KenGen)
2. Contractor’s name and address
1.1.2.3 & 1.3
3. Engineer’s name and Address
1.1.2.4 & 1.3
KenGen’s Operation Manager – name Mr. Francis Kawa
4. Time for Completion of the Works
1.1.3.3 _____ days
5. Defects Notification Period
1.1.3.7 365 DAYS
6. Electronic transmission
1.3 Email and Fax
44
systems 7. Governing Law 1.4 Kenyan Law 8. Ruling Language 1.4 English 9. Language for
communications 1.4 English
10. Time for access to the site
2.1 N/A
11. Amount of Performance Security
4.2 10% of the Accepted Contract Amount, in the currencies and proportions in which the Contract
Price is payable 12. Period for notifying
unforeseeable errors, faults and
defects in the Employer’s Requirements
5.1 30 days
13. Normal working hours
6.5 The normal working hours at the site are between 7.30a.m and
5.00p.m on weekdays (five days per week). The Contractor may arrange to work any other periods
he wishes between 7.00a.m and 7.00p.m to meet the contract
programme. Work outside this period and weekend or public holiday working shall only be
carried out where specifically approved by the Engineer. Where the Contractor chooses to work in
excess of eight hours a day or to work at weekends there shall be
no additional cost added to the contract price.
14. Delay damages for the Works
8.7 & 14.15 (b)
Delay damages for the Works are USD 230/kW/year
15. Maximum amount of
Delay damages
8.7 The maximum amount of delay
damages shall be twenty percent (20%) of the final Contract Price
16. Provisional sums 13.5 (b) No provisional sums applicable 17. Adjustments for
Change in Cost
13.8 There shall be no adjustments for
changes in costs 18. Total advance
payment
14.2 10% of the Accepted Contract
Amount 19. Number and timing
of installments
14.2 N/A
20. Currencies and proportions
14.2 Maximum of three currencies plus the local currency
21. Start repayment of 14.2 (a) With the first Interim Payment
45
advance payment Certificate 22. Repayment
amortization of advance payment
14.2 (b) 25%
23. Percentage of retention
14.3 10%
24. Limit of Retention Money
14.3 5% of the Accepted Contract Amount
25. If sub-clause 14.5 applies:
Plant and Materials for payment when shipped en route to
the Site
14.5 (b) N/A
26. If sub-clause 14.5
applies: Plant and Materials for payment when
delivered to the Site
14.5 (c) N/A
27. Minimum amount of Interim Payment
Certificates
14.6 N/A
28. Currency/currencies
of payment
14.15 Maximum of three currencies plus
the local currency 29. Period for
submission of insurance
14.15 a) Evidence of insurance – 40
days before commencement of site works
b) Relevant policies - 20 days
before commencement of site works.
30. Maximum amount of deductibles for insurance of the
Employer’s risks
18.2 (d) 10% of policy total value )
31. Minimum amount of
third party insurance
18.3 110% of Accepted Contract
Amount )
32. The DAB 20.2 Not Applicable 33. Appointment of DAB 20.3 Not Applicable
46
SECTION C
SPECIFICATIONS
47
PART I
1. GENERAL INFORMATION AND REQUIREMENTS 1.0. Introduction
Wanjii hydro electric power plant is located near Murang’a town approximately 90km from Nairobi and comprises four horizontally mounted turbine generators with ratings of 2.7MW each for units 1&2 and 1.0MW each for units 3&4 giving a total installed
capacity of 7.4MW. The plant was commissioned in 1950 and utilizes water from Mathioya river to the north of Murang’a via an underground tunnel beneath Murang’a
town feeding Units 1&2 and an open channel and penstock from Maragua river feeding Units 3&4. Though the plant is still operational, the equipment is obsolete having been in operation for the last 60 years.
The Francis type runners have suffered from cavitation and numerous bearing wipes have occurred due to failures of governors to control the machines after sudden trips.
The drainage system is poor and allows rain water back to the drainage pit. The scope of work will include supply of new equipment, dismantling of existing
machines, minor modification of powerhouse civil works to accommodate the new equipment, erection, testing and commissioning so as to restore the plant to its optimum operating capacity.
1.1. Tender Bid Documentation By Tenderer
The drawings and information to be submitted to the Client in accordance with the requirement of this clause shall cover the complete scope of work as defined by the
specification and shall include, but not be limited, to the followings:-
48
General assembly drawings of the equipment to be supplied together with sufficient sub-assembly drawings, details, control and wiring diagrams to demonstrate fully that
all parts will conform with the provisions and intent of the contract documents.
General Schematic diagrams for the Equipment including inputs, outputs, alarms, interlocks, control logic, signal processing/flow etc.
The Tenderer shall submit along with the tender bid a comprehensive work programme, showing all the activities and duration required, from tender award stage to full commissioning of the equipment.
1.2. Scope of Project
The scope of works under this chapter shall include all works necessary for UPGRADING of Wanjii Hydro Power station.
Generally the scope of work shall include:
Inspection of equipment at site
Final design
Manufacturing of equipment
Transportation and delivery to site
Dismantling of existing equipment. All the dismantled equipment
shall be handed over to the employer.
Refurbishment of old equipment at site (embedded parts)
Site installation, erection, commissioning, and acceptance testing of equipments
Preparation of Operation and Maintenance Manuals
Training of Employers operating and maintenance staff
Supply of spare parts required for operation and maintenance as
specified herein
Supply of maintenance equipment as specified herein
Field guarantee tests
Obligations in the 12 month guarantee period
All works that are necessary for the execution of the project at site shall be the
responsibility of the contractor.
49
1.3. Existing Plant/Equipment Data
Wanjii 1 & 2
Characteristics:
Unit 1 – 2.7MW
Unit 2 – 2.7MW Head – 114.5m Penstock pipe (each unit) - 1.07m internal diameter, 9mm thick
Flow rate- 2.7cumecs per unit Voltage - 11K V, 3Phase
Frequency - 50HZ Power Factor - 0.85 Lagging Insulation Class - H
Temperature rise class - B Ambient Temperature - 26ºC
Attitude - Portal valve - 1235m ASL Altitude - Tailrace - 1140m ASL Bearing Type D - Sleeve – Babbitt
Bearing Type N - Sleeve - Babbitt Bearing Support - TBD or Pedestal Standards - IEC
Protection Degree - 1P 23 Cooling Type - 1C 01
Speed - 600 rpm Excitation - static for unit 1 and self for unit 2.
Wanjii 3 &4 Characteristics
Unit 3 – 1.0MW Unit 4 – 1.0MW
Head – 67.48m Penstock pipe (each unit) - 0.79m internal diameter, 9mm thick Flow rate – 1.78cumecs per unit
Voltage - 11K V, 3Phase Frequency - 50HZ
Power Factor - 0.85 Lagging Insulation Class - H Temperature rise class - B
Ambient Temperature - 26ºC Altitude - Dam - 1210m ASL Attitude - Tailrace - 1140m ASL
Bearing Type D - Sleeve – Babbitt Bearing Type N - Sleeve - Babbitt
Bearing Support - TBD or Pedestal Standards IEC Protection Degree - 1P 23
50
Cooling Type - 1C 01 Speed - 750 rpm
Excitation - static for unit 4 and self for unit 3.
1.4. Operating Conditions The generators shall be operated in a network with other generators and be connected to the supply system network via generator breakers and 11/11 KV generator
transformers. The system operates at frequencies of 50Hz. 1.5. Temperature and Humidity
The equipment shall withstand, without impairing the component function, the following ambient conditions:
Temperature range: +5 o C to +50 o C Relative humidity: 85 % at 40 O C
The dew-point shall not be reached. If necessary, special measures shall be taken
[cooling, fanning]. 1.6. Standard and Codes
The work shall conform to the applicable standards and codes of the authorities and technical organizations listed hereunder in their full and abbreviated titles, and of any that may be listed or referred to elsewhere in this document.
This Specification shall have precedence and govern over all items listed below.
1.6.1. United States Sources
American National Standards Institute (ANSI will also be used as the reference for
standards issued formerly under USA and USAS) – ANSI. American Society of Mechanical Engineers Relevant Test Codes and Appendices – ASME.
American Society for Testing and Materials ASTM.
1.6.2. Other Sources International organization for standardization. International Electro-technical Commission IEC.
Japanese Industrial Standards – JIS. Japanese Electro-technical Commission – JEC.
German DIN European standards [AEN] Equivalent standards in other jurisdictions may be quoted.
The Contractor shall base the Tender on the applicable standards and codes, which are in effect at the time of submission of the Tender.
The contractor shall indicate the applicable standard for all areas.
51
1.7. Warranty The Contractor warrants that goods supplied under the Contract are brand new,
unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The
Contractor further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Contractor, that may develop under normal use of the supplied Goods in the
conditions prevailing in the country of final destination. This warranty shall remain valid for twelve (12) months after the Equipment, or any
portion thereof as the case may be, have been commissioned and take over certificate signed by both parties.
52
PART II
2. GENERAL TECHNICAL REQUIREMENTS 2.0. General Requirements
The generating units and associated systems shall be designed to ensure continuity of operation under all working conditions and to facilitate inspection, maintenance and
repairs. All reasonable precautions shall be taken in the design of equipment to ensure safety of personnel concerned with the operation and maintenance of the equipment.
All components shall be adequately rated/sized for their most onerous duty and the specified ambient temperature. Due account shall be taken of any heat generated by
the equipment therein and the components shall be appropriately selected, rated or de-rated as necessary to suit the most onerous operating temperature within the equipment.
All equipment/components to be supplied should have spares readily available when needed for the next 15 years after installation.
All piping below 6'' diameter shall be in stainless steel for the cooling water and
drainage systems. All piping shall be properly anchored and neatly arranged. 2.1. Engineering Services
The contractor will study the existing penstocks, spiral casing and draft tubes as well as the specifications of the existing plant in order to design and size the new generating
units. It is a requirement that the contractor design Engineer visit the site soon after the
contract award to acquaint themselves with the plant location and gather the relevant technical aspects for the design phase.
This works includes the engineering of layout of generating units and associated equipment.
Drawings where available, and information relating to the plant will be made available to the contractor. Two client Engineers conversant with the plant operation will be
attached to the contractor during the site visit.
2.2. Design Review After Award
Within five weeks after contract signature, there shall be design review meeting to review the design philosophy of the power plant. The meeting shall review the plant control, governor, excitation, protection, metering, generator, substation equipment and
design, turbine and associated equipment, powerhouse auxiliaries, civil designs among
53
others. Discussion and reviews shall form the basis of the project designs. The review period shall be two weeks. The meeting shall be held at the offices of the bidder. The
bidder is expected to convene the project designers for the meeting. KenGen shall avail six engineers, and shall bear the cost of their return air fare up to the nearest airport
and their local accommodation. The bidder shall bear all the other costs associated to the meeting.
2.3. Dismantling of Existing Equipment The contractor shall dismantle existing equipment and store at a yard provided by the
client.
2.4. Installation and Commissioning Services The Contractor shall do the installation works of the equipment and associated parts
and commissioning. Seven KenGen Staff shall be attached to the Contractor during installation and commissioning for training on the works.
The Contractor will make all materials, tools and equipment necessary for installation, testing and commissioning of the works available. The Client will be responsible for
clearing and bonding [with Kenya Customs Department] of the installation and commissioning tools & equipment on receipt of Airway bill or Bill of Landing, list of tools & equipment with serial numbers, PFI [proforma invoice clearly marked ‘Value for
‘Customs Purposes Only’ and must show the price of each tool & equipment and extension thereof ]. The Contractor shall meet the cost of shipment in his country while
the Client will meet the cost of return shipment in Kenya. The contractor shall indicate the period required at site to install and commission the
generating units. The tests and commissioning will be performed according to standard test procedures.
Four Client’s Engineers will be available during the commissioning period.
Electrical Works
Contractor shall furnish all electrical materials (including cables) and perform all the electrical works.
Cables shall be neatly arranged, well supported and labelled at the glanding or
termination point. Cables shall be the armoured types that cannot be easily damaged during maintenance works. All the control wires shall be clearly labeled by use of oil resistant materials.
Civil Works
The Contractor shall perform any civil works associated with the installation of the generating units, auxiliary systems and equipment.
54
Before installation of the new units the contractor shall break the concrete above the tailrace stop-logs slots for each of the units and also supply and install wooden stop
logs to completely seal against the tail water.
Health, Safety and Environment
Health and Welfare
The Contractor shall be responsible for health and welfare of expatriate staff
and other workers apart from those seconded to him by the Employer.
The Contractor shall arrange for and ensure that first aid is given immediately
upon the occurrence of any accident on the Site. For more serious cases the patients should be sent to hospital in Nairobi, Thika or Muranga.
Safety Measures
The Contractor shall be responsible for the safety of all his employees and workmen or other persons in his service or under his responsibility entering the Works and shall, at
his own expense (where not otherwise stated), and to the approval of the Engineer; take all measures necessary to ensure their safety. Reference in these respects is made to the Conditions of Contract, but in particular such measures shall include, but not be
limited to, the following: a) Provision of proper safety and emergency regulations; fire, gas and electric
shock prevention, stretchers and first aid boxes, together with rescue facilities generally, for each place of working
b) Provision of efficient safety gear for all personnel and any authorised
visitors to the Site
c) Provision and maintenance of safe, sound ropes, slings, pulleys and other
lifting tackle; each appliance having a valid testing certificate where appropriate
d) Provision of good and safe access to any part of his Works The Contractor shall submit for the approval of the Engineer detailed proposals under
article a) above. When the regulations have been approved and before the work is started the Contractor shall distribute copies in English to all his employees and to the
Engineer. The Contractor shall ensure that all his employees are fully conversant with the
regulations, emergency and rescue procedures, etc., and the Contractor shall enforce the rule that any employee committing a serious breach of such regulations shall be instantly dismissed and shall not be re-employed.
Following the immediate treatment of the injured, the Contractor shall within 24 hours
of the occurrence of any accident at the Site or in connection with the execution of the
55
Works report such accident to the Engineer's Representative. The Contractor shall also report such accident to the competent authority, wherever such report is required by
law. The contractor shall have a safety officer and a qualified first aider among his site staff.
Environment
The employer shall apply on behalf of the contractor for an EIA license from National Environmental Management Authority (NEMA.)
Contractor shall develop and provide a comprehensive environmental
management plan (EMP) in line with Environmental Management coordination act 1999 and the related regulations 30 days before commencement of site works. The EMP will entail detailed descriptions of the anticipated
environmental impacts and management measures to mitigate, reduce or eliminate the adverse negative effects and enhance the positive impacts of the
project during the entire project period.
The employer will use the contractor’s EMP to develop an environmental
monitoring program. Monitoring will involve measurements, observations, evaluations, assessment and reporting on the environmental and socio-economic
impact indicators during construction, operation and decommissioning.
2.5. Instruction/Training on Site for maintenance and test procedures. During the installation and commissioning periods, the Contractor shall give ‘on the job’
instruction /training to the client engineers using the commissioning engineer/supervisor employed on the contract works.
The Contractor’s Engineer/supervisor shall train the client’s engineers in such disciplines as;
Maintenance and test procedures and techniques on the Equipment using
test equipment provided by contractor.
Operational techniques relative to the Equipment both for local and remote
operation as appropriate.
Step by step procedure in pre-commissioning and commissioning of the Equipment into operation.
The contractor shall document a detailed maintenance procedure for the generating
units and hand over to the client for use during plant maintenance. The contractor shall furnish all equipment that is necessary for test and maintenance of the supplied generating units.
2.6. Project: Work Program
56
Within one month after the Date of tender award, four [4] copies of the work schedule shall be prepared in the form of a Critical Path Method Network, covering the design,
manufacture, delivery, installation, testing and commissioning of the Works, in sufficient detail defining the various sections of the Works, including parts to be
supplied by the Contractor. The program shall be prepared by the Contractor and shall be submitted to the Client for approval.
In formulating the work program, the Contractor shall take into account the following activities, to be undertaken by the Client:-
Clearing from port of entry and delivering of the new equipment to site.
Clearing and bonding of the installation and commissioning tools &
equipment.
Upon approval of the schedule by the Client, it should thereafter be referred to as the Approved Construction Programme and shall become a part of the Contract.
In executing the Approved Construction Program of this Contract, the Contractor shall co-operate with the Client in order to effect the timely completion of the works as a
whole.
2.7. Drawings and Data to be Supplied by the Contractor after Tender Award
2.6.1Dimensions All drawings are to be dimensioned using metric units. All documentation shall be
provided in English language. Drawings shall have a KenGen identification number structured as below.
KGN-WAJ-GEN-XXXX - Generator KGN-WAJ-TUR-XXXX - Turbine
KGN-WAJ-GOV-XXXX - Governor KGN-WAJ-EXT-XXXX - Excitation
KGN-WAJ-TXS-XXXX - Transformers Etc where XXXX is a numeric number starting from 0001. This can further be
discussed and agreed on during the preliminary design. 2.6.2 Drawings approvals
During the design stage, the contractor shall send drawings to the client for approval
and comments. A copy of each drawing and item of data will be returned to the Contractor marked “Approved”, or “Approved as noted”, or “Not Approved”.
Drawings and data requiring revision shall be promptly dealt with and resubmitted as aforementioned. Thereafter, changes shall NOT be made in the Contractor’s drawing
57
without written permission of the Client Engineer. The above procedure shall be repeated for all authorized changes.
All drawings and data supplied by the Contractor subsequent to the date of contract,
which cover changes in the work, extra work, or which supplement existing drawings and data shall, upon approval by the Client Engineer, form part of the contract documents.
To expedite the delivery and return of the required drawings, scanned drawings shall be used and sent to the following KenGen E-mail addresses–
[email protected] c.c:-
[email protected] [email protected] [email protected]
[email protected] [email protected]
The work shall be in accordance with the approved drawings and data and shall not be commenced until such approval has been obtained. Subsequent changes contemplated
by the Contractor shall be indicated on revised drawings and data resubmitted for approval. The Contractor shall make any changes in the design which are considered necessary to make the work conform to the provisions and intent of the specification
without additional cost to KenGen.
Approval of the Contractor’s drawings and data shall in no way construe or imply relief of the Contractor from responsibility for any error or omission therein or from any obligation under the Contract.
2.6.3 Drawings Requirements
Before starting manufacture of the equipment, dimensioned drawings and data showing all significant details of the equipment and materials to be used shall be submitted
simultaneously to the Client for approval. These drawings shall be submitted within the times mentioned here under from the
Date of tender award. Time shall be allowed to permit changes to be made if required by the Client. The drawings shall be modified as necessary if requested by the Client,
and resubmitted for final approval. When the Contractor prepares his work program, as required herein, he shall make
allowance for the drawing approval time and indicate it on the program. A period of at least four weeks should be allowed for such approval. Claims or extensions of time will not be approved if they are related to the late submission of drawings to the Client.
The Contractor shall supply the drawings to the Client, as indicated below.
Drawings for approval 2 Copies Approved drawings 1 Copy
58
It is to be understood, however, that approval of the drawings will not relieve the
Contractor of any responsibility in connection with the work.
All drawing submitted for approval or sent to the Client for any other reason may be sent by courier or e-mail.
After all items of the work have been manufactured and erected, complete sets of prints and softcopies of the AS BUILT drawings shall be furnished as indicated below.
Complete set of Soft copies [reproducible in the original software [not PDF format] -1 Set
One license for the original drawing software shall be provided
Complete set of bound prints 4 sets
The Contractor shall provide the following drawings and information within the first two
months after the Date of tender award.
Preliminary design of the generating units
Preliminary arrangement (location) drawings of the major components of
the generating units.
2.6.4 Test Procedure Instructions 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.
The Contractor shall submit to the Client for approval, during or immediately following the submission of drawings, testing programs describing each test to be performed
during factory acceptance tests (FAT), site commissioning and performance tests. The program shall establish the sequence of the tests, the equipment preparation and
operation procedures to be followed and the detailed procedure for conducting each test. The program shall also contain performance guarantees, design values, technical particulars, or other criteria for the evaluation of each test. These programs shall be
submitted for approval and distributed in the same manner as the drawings. 2.8. Attendance of client’s personnel at factory tests and training.
The Contractor shall arrange for Client’s engineers or staff members to witness tests of
the following systems in the Contractor manufacturing plant.
Turbine
Generator.
Transformers and Switchgears
Excitation
Governor
Protection
Controls
59
The Contractor shall submit the instruction for training and factory acceptance tests with the schedule. After approval by the Client, the Contractor shall invite the Client’s
engineers and provide training (at least 1 weeks period) at manufacturer’s plant for them during manufacturing, in order to erect, operate the equipment, maintain and
carry out future modifications (software) successfully. The above two tasks shall be arranged to follow each other and the training to precede
the factory acceptance tests. Two client’s Engineers shall attend the training and FAT for each system.
Necessary expenses including international/internal air ticket cost between Contractor’s manufacturing facilities, inland travel charges in the Contractor’s country
shall be included in the Tender. The Client will be responsible for the round-trip airfares between Kenya and the
Contractor’s country, accommodation and all out of pocket expenses.
2.9. Accommodation & Transport for Contractor’s Employee. The contractor shall provide accommodation and transport for his employees.
2.10. Site Facilities
The Client shall avail a site for the contractor to put up offices, stores and workshops as necessary for use during the course of the contract. The contractor shall be responsible
for removal of all temporary structures put up for the purposes of the project as directed by the engineer.
The contractor shall make arrangements for utilities (power, water, security, cleaning services etc) with the respective providers (Kenya Power, Muranga Water and Sewerage Services etc) during the entire project implementation period.
2.11. Maintenance Equipment All maintenance and test equipment required shall be included in the price schedule
and will be handed over to the client in good order on completion of commissioning tests. This shall include but not limited to:-
All software used(PLC, governor, AVR Protection Relays, HMI software and programs etc)
Two laptops installed with above softwares
Necessary licenses
Hardware connections necessary to connect the programming laptop to the programmable devices supplied.
Protection relay test blocks.
Phasing out sticks rated at 33KV
Pressure calibration equipment
Nitrogen charging kit
Rigging equipment e.g. slings, eyebolts, shackles.
60
Special spanners
Oil Centrifuge rated at 400 litres per hour accompanied by the necessary recommended spares.
Any other special equipment necessary for maintenance.
2.12. Operating and Instruction Manuals The documentation shall be written in English language. This shall contain:-
Introduction, overall operating philosophy, operating conditions, detailed description of
the equipment, emergency procedures, description of equipment arrangement schematics, design calculations, maintenance and test instructions/procedures, installation instructions, wiring drawings, Schematics drawings and mechanical
assembly drawings. Four sets of printed and well bound manuals and one soft copy in a CD shall be
provided:-
The manuals in hard cover shall contain:-
Equipment overall design, specific and special features of design including
descriptive drawings where practicable, schematic diagram including block diagrams, list of internal material, connection and terminal list, equipment and
components dimensional drawing and control diagram.
Complete operating instructions including precautions and critical points to be
observed, including suggested forms to be used in taking periodic readings to maintain operations records. There shall be a tabulation of possible operating
difficulties with the probable causes listed and remedial action to be undertaken for each one.
Design Data for the equipment specifying power, kilowatts, voltage, amperage,
temperature, flow. etc. characteristic curves for the equipment.
Complete instructions for ordering replacement parts in a manner that would
prevent errors or misunderstanding. Recommended forms for tabulating replacement part information and instructions for returning materials to the
factory shall be included.
Test reports: Factory test report (FAT), site acceptance tests (SAT) and commissioning report shall be
included in the final documentation. This shall include but not limited to: - plotted characteristic curves during commissioning, set points for various parameters, instrumentation set points, alarm and trip set points etc.
As Built Drawings and Commissioning test report shall be submitted 2 months after
commissioning. 2.13. Twelve Months Warranty Period
61
It is a condition of this contract that all malfunctioning items during the warranty period, to start after issue date of Take Over Certificate, shall be replaced by the
Contractor at his own cost provided that defects are not as a result of the Client’s negligence.
PART III
TECHNICAL SPECIFICATIONS SCOPE OF WORK SPECIFICATION FOR THE NEW PLANT
1.1. General This section covers the requirements for performance and the detailed specification for
the design, manufacture, delivery, erection, commissioning and testing of the four new hydraulic turbines that shall be supplied in accordance with this specification. The units shall be particularly designed based on latest technology and for minimum
maintenance and minimum outage time for maintenance and repair.
1.2. Description of Plant This section specifies the detailed requirements for the design, manufacture, supply, erection and commissioning of the following plant:
Two horizontal shaft Francis turbines on Mathioya River each with an output of not less than 2.7 MW, complete with governor, instrumentation, auxiliary piping and valves,
holding down bolts and other ancillary items for a new unit or associated with a new unit.
Two horizontal shaft Francis turbines on Maragua River each with an output of not less than 1 MW, complete with governor, instrumentation, auxiliary piping and valves,
holding down bolts and other ancillary items for a new unit or associated with a new unit.
The water turbines will be fed from the existing penstocks and the inlet valves will be of the modern type.
The turbine draft tube bend will connect to an existing draft tube discharging into the tailrace. This specification provides for the implementation of new turbines and associated
equipment. The new plant will be designed such that the new machines will fit into the existing civil
works including the penstocks, tunnels to avoid changing the water ways and expensive civil works. The contractor will however inspect and ascertain the integrity of the civil works and take necessary remedial works to the satisfaction of the engineer.
62
These are general guidelines and the contractor shall demonstrate beyond doubt the
capability of the machines and the output shall be guaranteed. The output so determined will be criteria for evaluation but shall in any case not be lower than that
stated in the specifications. The turbines shall be of the horizontal shaft, fixed blade propeller type and suitable for control by an electro hydraulic governor. They shall be normally rated for the outputs
given above when operating under net head and shall be suitable for direct connection to a 50Hz, 3 phase generator of the salient pole rotating field type, adequately specified at 0.85 power factor.
The employer shall undertake partial repairs of Mathioya tunnel which will involve
clearing of debris restricting water flow through the tunnel and installation of rock support bolts and netting on a few identified areas. Tunnel inspection reports of 1981 and 2012 may be availed on request.
1.3. Employer’s requirements for new machines on Mathioya penstock
1.3.1 Turbine ; Supply and install two new horizontal Francis turbines units with minimum output of 2.7MW each to connect to the existing draft tube cone
and the MIV upstream flange complete with the following; 1.3.1.1 Spiral casing with necessary relief valves. 1.3.1.2 Draft tube elbow connected to the embedded part and the outlet cover of
the spiral casing, 1.3.1.3 Stainless steel runners with integral wearing rings. The wearing rings shall
have a hardness of at least 50 Brinell points higher than the stationary wearing rings.
1.3.1.4 Oil lubricated babbitted bearings or acceptable alternatives. The employer
would prefer external oil coolers. 1.3.1.5 Distributor complete with inlet and outlet covers, stainless steel guide
vanes, regulating ring, links, greaseless bearings, friction /breaking elements and
servomotors. Regulating ring shall be equipped with manual and automatic locks whose position will be monitored with limit switches.
1.3.1.6 The machine shaft shall be in two sections: Turbine shaft complete with the thrust collar and the generator rotor shaft. Turbine shaft shall have an approved method of coupling to the runner that allows interchangeability of the runner.
1.3.1.7 Robust shaft seal that will perform well in a muddy water environment complete with its cooling water system. To include a split stainless steel shaft seal
sleeve, depending on the design offered. Should also be easy to replace. 1.3.1.8 Governor comprising of a Numeric electronic control unit, high pressure
hydraulic power unit (HPU) and nitrogen filled accumulator. Detailed
requirements under annex 1. 1.3.1.9 Cooling water system with two hydro cyclones for the station, one for each
penstock, connected to a common header, supplying the cooling system through
duplex filters for each unit/machine. The hydro cyclones and cooling water system for each unit shall include appropriate isolation valves. Instrumentation
shall be provided to monitor the water flow rate, inlet and outlet temperatures and pressures in the cooling system for each unit. Each hydro cyclone and duplex filters should have two pressure gauges and two sensors (with 4-20mA output)
63
monitoring inlet and outlet pressures. All pipes less than 6" diameter shall be in stainless steel.
1.3.1.10 Instrumentation including RTDs, dial thermometers with contacts for alarm and trip, pressure gauges, flow meters, flow switches, level switches, pressure
switches and transducers. Detailed requirements under annex 2. 1.3.1.11 Replace the embedded section of penstock lying between the MIV and the
Spiral casing.
1.3.1.12 Turbine Main Inlet Valves (MIV) complete with counter weight, hydraulic bypass valve and a high pressure oil control system. The bypass valve shall have two isolating valves. The MIV and bypass valve shall be monitored for position
and travel. 1.3.1.13 Technical performance guarantees will include;
(i) Guaranteed turbine output (ii) Cavitation guarantee (iii) Turbine efficiencies
(iv) Safe operating range
1.3.2 Portal Valve; Option 1: Fitting of a new hydraulically operated portal valve on the Mathioya penstock. The valve shall be complete with counter weight, hydraulic bypass
valve, air release valve and a high pressure oil control system. The valves shall be monitored for position and travel. Option 2: UPGRADING of the existing portal valve shall include:
Non destructive tests on valve body and the gate.
Replacement of the counter weight,
Replacement of the seals and sealing surfaces,
Trunnion bearings (shall be greaseless of either deva metal or teflon),
Supply and installation of servo motors,
Supply and installation of HPU, accumulator complete with the control
system for the portal valve and the by-pass valve operation.
Supply and installation of a hydraulically operated by-pass valve with
manual isolation valve on the upstream side.
Replace the existing air relief and scour valves of a similar size and rating.
Control of portal valve: The control of the valve shall be done at local and remote
o Local control – provide push buttons for Open, Close and their indications.
o Remote – remote control shall be provided in the scada.
o Instruments - pressure sensors shall be installed upstream and downstream of the portal valve with their local gauges. The sensors
shall be used for interlocking the controls of the portal valve.
1.3.3 Generator
1.3.3.1 Two 3-phase generators rated at 11KV, 50Hz, 0.85 power factor and with MVA rating adequate to evacuate the turbine power in 1.3.1 above. Insulation class F and appropriate cooling system. If water coolers are used, they shall be in
stainless steel. 1.3.3.2 Direct connected static excitation system with AVR, excitation transformer
(copper winding) and field suppression equipment as detailed in annex 4.
64
1.3.3.3 CO2 Fire detection and suppression system. 1.3.3.4 Instrumentation including RTDs, mercury thermometers, pressure gauges,
flow meters, flow switches, level switches, pressure switches and transducers. Detailed specifications under annex 2.
1.3.3.5 Oil lubricated bearings with external stainless steel coolers. 1.3.3.6 Generator shall be earthed through appropriate earthing system. 1.3.3.7 Hydraulically operated braking system with automatic controls. Brakes will
be monitored for position. The brakes shall be applied at an appropriate speed determined by the designer. The brake controls shall be interlocked electrically with the position of the synchronizing breaker and the set speed.
1.3.4 Unit control and SCADA system
1.3.4.1 Unit PLC panel. PLC shall be either Schneider Electric or Siemens for compatibility with others installed in KenGen Power Plants. Detailed requirements are under annex 3.
1.3.4.2 Manual control facility at each system/equipment i.e governor, MIV, excitation, auxiliaries
1.3.4.3 Synchronizing system comprising of synchro-check, synchronizing relay, double frequency meter, double voltage meter and discrepancy switch all to be mounted on each unit PLC panel. To have manual and auto
synchronizing. 1.3.4.4 Remote facility for control from Tana Power Station complete with
microwave radio link between Wanjii and Tana. Detailed specifications are
under annex 3. 1.3.4.5 Real time dam level monitoring, intake gate position and power supply for
both rivers shall be provided.
1.3.5 Machine Breakers, Protection and Metering equipment
1.3.5.1 Properly rated Machine breakers as per specifications under Annex 5. 1.3.5.2 Protection relays for the generator and feeders to suit the new equipments.
Interface alarms and trips to the control system. Specifications under
Annex 5. 1.3.5.3 New main and back up metering equipment of class 0.5. Main and backup
meters shall have separate CT and VT cores of class 0.5. Specifications under Annex 7.
1.4 Requirements of new machines on Maragua penstock 1.4.1 Turbine
Supply and install two new horizontal Francis turbines units with a minimum output of 1MW each to connect to the existing draft tube cone and the MIV upstream flange complete with the following;
1.4.1.1 Spiral casing with necessary relief valves. 1.4.1.2 Stainless steel runners with integral wearing rings. The wearing rings shall
have a hardness of at least 50 Brinell points higher than the stationary
wearing rings. 1.4.1.3 Draft tube elbow connected to the embedded part and the outlet cover of
the spiral casing, 1.4.1.4 Oil lubricated babbitted bearings or acceptable alternative. The employer
would prefer external oil coolers.
65
1.4.1.5 Distributor complete with inlet and outlet covers, stainless steel guide vanes, regulating ring, links, greaseless bearings, friction /breaking
elements and servomotors. Regulating ring shall be equipped with manual and automatic locks whose position will be monitored with limit switches.
1.4.1.6 The machine shaft shall be in two sections: Turbine shaft complete with the thrust collar and the generator rotor shaft. Turbine shaft shall have an approved method of coupling to the runner that allows interchangeability of
the runner. 1.4.1.7 Robust shaft seal that will perform well in a muddy water environment
complete with it's cooling water system. To include a split stainless steel
shaft seal sleeve, depending on the design offered. Should also be easy to replace.
1.4.1.8 Governor comprising of a Numeric electronic control unit, hydraulic power unit (HPU) and accumulator. Detailed requirements under annex 1.
1.4.1.9 Cooling water system with two hydro cyclones for the station, one for each
penstock, connected to a common header, supplying the cooling system through duplex filters for each unit/machine. The hydro cyclones and
cooling water system for each unit shall include appropriate isolation valves. Instrumentation shall be provided to monitor the water flow rate, inlet and outlet temperatures and pressures in the cooling system for each
unit. Each hydro cyclone and duplex filters should have two pressure gauges and two sensors (with 4-20mA output) monitoring inlet and outlet pressures. All pipes less than 6" diameter shall be in stainless steel.
1.4.1.10 Instrumentation including RTDs, dial thermometers with contacts for alarm
and trip, pressure gauges, flow meters, flow switches, level switches, pressure switches and transducers. Detailed requirements under annex 2.
1.4.1.11 Replace the embedded section of penstock lying between the MIV and the
Spiral casing. 1.4.1.12 Turbine Main Inlet Valves (MIV) complete with counter weight, hydraulic
bypass valve and a high pressure oil control system. The bypass valve shall
have two isolating valves. The MIV and bypass valve shall be monitored for position and travel.
1.4.1.13 Technical performance guarantees will include; (i) Guaranteed turbine output (ii) Cavitation guarantee
(iii) Turbine efficiencies (iv) Safe operating range
1.4.2 Generator 1.4.2.1 Two 3 phase generators rated at 11KV, 50Hz, 0.85 power factor and with
MVA rating adequate to evacuate the turbine power in 1.4.1 above. Insulation class F and appropriate cooling system. If water coolers are used, they shall be in stainless steel.
1.4.2.2 Direct connected static excitation system with AVR, excitation transformer (copper winding) and field suppression equipment as detailed in annex 4.
1.4.2.3 CO2 Fire detection and suppression system.
66
1.4.2.4 Instrumentation including RTDs, mercury thermometers, pressure gauges, flow meters, flow switches, level switches, pressure switches and
transducers. Detailed specifications under annex 2. 1.4.2.5 Oil lubricated bearings with external stainless steel coolers.
1.4.2.6 Generator shall be earthed through appropriate earthing system. 1.4.2.7 Hydraulically operated braking system with automatic controls. Brakes will
be monitored for position. The brakes shall be applied at an appropriate
speed determined by the designer. The brake controls shall be interlocked electrically with the position of the synchronizing breaker and the set speed.
1.4.3 Unit control and SCADA system
1.4.3.1 Unit PLC panel. PLC shall be either Schneider Electric or Siemens for compatibility with others installed in KenGen Power Plants. Specifications are detailed under annex 3.
1.4.3.2 Manual control facility at each system/equipment i.e governor, MIV, excitation, auxiliaries
1.4.3.3 Synchronizing system comprising of synchro-check, synchronizing relay, double frequency meter, double voltage meter and discrepancy switch all to be mounted on each unit PLC panel. To have manual and auto
synchronizing. 1.4.3.4 Remote facility for control from Tana power station through a microwave
point-to-point radio link between Wanjii Control room and Tana Control
room as specified in appendix 3. 1.4.3.5 Real time dam level monitoring, intake gate position and power supply for
both rivers shall be provided.
1.4.4 Machine Breakers, Protection and Metering System
1.4.4.1 Properly rated Machine breakers as per specifications under Annex 5. The
existing 11 kV switch boards shall not be reused.
1.4.4.2 Protection relays for the generator and feeders to suit the new equipments. Interface alarms and trips to the control system. Specifications under
Annex 6. 1.4.4.3 New main and back up metering equipment of class 0.2. Main and backup
meters shall have separate CT and VT cores of class 0.2. Specifications
under Annex 7.
1.5 Requirements for the common equipment
1.5.1 Switch yard equipment
The associated equipment is detailed in annex 6.
1.5.1.1 - Generator Transformers
67
Two generator transformers of 11/11KV delta-star configuration shall be delivered and installed. The MVA rating of each transformer shall be sufficient to handle full load for
two machines on Mathioya River and one machine on Maragua River.
1.5.1.2 There shall be isolators on the busbar side of the transformers.
1.5.1.3 11/0.415KV Station transformer with associated isolators.
Detailed requirements of switch yard equipment are under annex 6. Layout drawings of the substation shall be submitted in good time to the employer for detailed design and
construction of civil works under separate contract.
1.5.2 415V Switchboard
1.5.2.1 415V switch board with an automatic change over between the station
transformer, alternative supply transformer and diesel generator. Each 415V incomer shall be metered. Detailed requirements under annex 8.
1.5.2.2 Each 415V incomer shall be metered.
1.5.2.3 The two machines on each river shall be provided with one Motor Control Center (MCC).
1.5.2.4 One MCC for all common auxiliaries.
1.5.3 Cabling
1.5.3.1 New Power and Control cables will be provided for all installations. Cable
shall be XLPE for power cables while control cables shall have steel armour.
1.5.4 DC equipment
1.5.4.1 The contractor shall supply install, test and commission a high
performance stationary 110V DC battery bank, distribution board and
battery charger. The battery bank shall be sized to supply the loads for 10hrs, with a minimum rating of 150Ah. The battery bank shall be of lead-
acid vented plante type. The bank shall have 55 battery cells installed on a suitable rack, and a nominal voltage of 2.2V DC per cell. All necessary accessories shall be supplied. The battery bank supplied shall comply to
IEC 60896-11 and any other applicable parts. During commissioning, a discharge test shall be carried out for 10hrs, with an end-of-discharge voltage per cell of 1.85V
The battery charger shall have float and boost charging functions. The battery charger shall supply the loads as well as charge the battery bank.
There shall be
analog voltmeter and ammeter for the power supply to the charger,
analog voltmeter and ammeter for the distribution board and the
charger output
LED alarm fascia for the battery charge, distribution board and the
battery bank
68
1.5.5 Earthing
1.5.5.1 Install new earthing system for powerhouse and switch yard.
1.5.5.2 Design and install lightening arrestor system in the switchyard.
1.5.6 Winch
1.5.6.1 Replace with new the winch system capable of handling the weight of
heaviest part of the new machines with a safety rating of 1.5. This will include new controls, motors, drives, steel ropes, 2 trolley cars (passenger (12 no.) and
cargo) and new rail steel sleepers. The old rails shall be inspected and remedial measures taken. Controls shall be located in the cabins with the necessary safety interlocks. Safety measures shall include emergency braking to be activated by
over speed, sudden loss of power or any other acceptable method. The contractor shall provide a 1.0m diameter culvert below the rails to allow the laying of cables between the powerhouse and substation at a location identified by the engineer.
The tenderer should attach specifications of the replacement winch.
The ratings of the existing winch system wire ropes are detailed below.
Passenger Trolley.
1. Nominal diameter of the wire rope 19mm.
2. Length of the wire rope 840meters, continuous length.
3. Maximum braking load at 1770N/mm2 - 23.10Tons.
Cargo Trolley.
1. Nominal wire rope diameter 28mm
2. Length of the wire rope 840meters continuous length.
3. Maximum braking load at 1770N/mm2 - 50.04 Tons
1.5.7 Diesel Generator
1.5.7.1 150KVA Diesel generator inter-phased to the 415V Switch board. The
generator shall be located outdoors and housed in weather resistant enclosure with sound proofing and appropriate ventilation.
1.5.8 Drainage and Dewatering System
1.5.8.1 Pump controls: the control of main dewatering pumps shall be in two levels: local and automatic. Local control shall have start/stop push buttons for manual control of the pumps at local position. Automatic controls shall be via level
switches. The float switches shall include low level switch for stopping the pumps, start duty pump, start standby pump, pit level high (alarm) and pit level too high (trip all units – station shutdown). The functions shall be monitored in the
69
SCADA system. A transducer for continuous level monitoring shall be installed and connected to the SCADA system. The level indication in the SCADA screens
shall be in meters above sea level (mASL).
1.5.9 Integration and Configuration of SCADA at Tana Power Station There shall be control of the Wanjii units from Tana control centre as in annex 3.
A remote control facility shall be established, installed and commissioned at Tana control room for full control and monitoring of Wanjii power station. This shall be integrated to the existing control system at Tana at the time of installation. The
contractor shall cost the configuration works separately. The existing controls at Tana were supplied by NEDA Industrial Group. KenGen is also in the process of
establishing a Central Dispatch Centre which may come up with new controls.
1.6 Mandatory Spares
The contractor shall provide mandatory spares as detailed in schedules attached.
2.1. Inspection and testing at factory and site.
Factory tests All components of the generating equipments and auxiliaries shall be tested in
accordance with the relevant IEC Standards to verify compliance with the requirements of the Standards and Specification.
The client shall witness the factory tests.
The equipments shall have functional tests carried out at the factory before dispatch to prove that all components operate together as a system and that all functions and device responses are satisfactory. It shall be the responsibility of the Contractor to
provide test boxes and other test equipment for sufficiently comprehensive tests.
The test protocols and procedures shall be submitted to the client for review and approval.
SHOP TESTS Shop Assembly
Each turbine shall be assembled or sub-assembled in the shop to verify the design, construction and machining for proper alignment, fits and clearances. Parts shall be
properly match marked, identified, and doweled to ensure correct assembly and alignment on site except that, where necessary, suitable dowels shall be furnished for insertion after site assembly.
Shop Tests Further to the tests and checks specified elsewhere, the following tests, checks,
examinations, inspections etc shall be carried out in the manufacturers shop, whereby if required, further tests, checks, examinations, inspections shall be at the description
of the Client representative.
70
Tests on unfinished and semi finished components.
Magnaflux inspection and ultrasonic examination of the rough machined
runners.
Magnaflux inspection and ultrasonic examination of the rough machined wicket
gates and stems.
Hardness tests on facing plates and wearing rings.
Ultrasonic examination of the rough machined shafts.
Ultrasonic examination of the rough machined coupling bolts.
Ultrasonic examination of the rough machined coupling servomotor piston rods.
100% ultrasonic testing of all welds of stay ring, spiral casing, head cover, bottom
ring and draft tube suction cone.
Tests on finished components and assemblies
Dye-checking and ultrasonic examination of the finished runners and visual
inspection.
Static balancing of the finished runner.
Dye-checking and ultrasonic examination of the finished shafts
Dye-checking and ultrasonic examination of the finished wicket gates stems and
piston rods heads
Dimensional checks on runners, wicket gates, discharge rings, wearing rings,
servomotor stroke and other important parts.
Ultrasonic examination of Babbit-metal adherence.
Inspection of roundness and evenness of babbit-metal lining on guide bearing
segments.
Radiographic inspection of servomotor cylinders.
Check of the fit of runner and shaft coupling flanges and control of alignment
with respect to axis of rotation.
Hydrostatic pressure testing of the assembled servomotor (with 1.5 times the
maximum operating pressure) for a period of 60 minutes.
Check of surface protection and painting.
SITE TESTS TURBINE
Precommissioning and alignment tests shall include:
(a) Truth of stay ring flanges
(b) Guide vane and runner clearances
(c) Correlation between guide vane opening and servomotor stroke
(d) Combined shaft alignment of turbine and generator
(e) Bearing clearances
71
(f) Hydrostatic pressure testing of the spiral casing and stay ring assemblies, including
inlet extension and main inlet valve.
(g) Watering up procedures Cooling Water System
(a) Pressure tests of system
(b) Operation of Hydro Cyclone Separator
(c) Operation of all instrumentation
Governor
Inspection during installation of equipment
(a) Pressure test of pressure cylinders and piping for oil pressure system
(b) Calibration of dial type thermometers
(c) Calibration of pressure gauges Preliminary functional test (a) Measurement of oil pump discharge pressure
(b) Continuous operation test of oil pump (heat run)
(c) Automatic start and stop test of stand-by oil pump
(d) Measurement of oil pressure build-up time
(e) Capacity test of oil pressure accumulator system
(f) Adjustment and setting of safety valve
(g) Check of oil level control system
(h) Leakage test of oil (tank and all pipe lines)
(i) Setting of oil level and pressure switches
(j) Insulation resistance measurement of motors Operational tests and adjustments (a) Adjustment and setting of servomotor feedback transducers
(b) Operation of servo valve with numerical governor
(c) Operation of manual governor control
(d) Overall governor operation test at no load
(e) Normal start and Stop operational tests
(f) Quick shutdown test and Emergency Trip
(g) Setting and checking of adopted times for turbine guide vane stroke
(h) Preliminary setting of speed monitoring system and operational checks
72
(i) Adjustment and setting of guide vane closing and opening times
Commissioning Tests (a) Mechanical run at speed-no-load including Start on manual control, unit to be brought to synchronous speed in steps. Vibrations to be monitored and confirmed to be within set limits as per standards.
(b) Checking the action of Overspeed Protective Devices, under Manual Control
(c) Adjustment and setting of rated speed
(d) Initial response test
(e) Automatic start and shutdown operation test
(f) No-load and excitation operation test
(g) Load rejection tests at 25, 50, 75 and 100% of the rated load
(h) Heat run test
(i) Relation between guide vane servomotor stroke and generator output (output test)
(j) Fast load increase test
(k) Permanent speed droop measurement
(l) Shaft seal operation, leakage and temperature
(m) Draft tube pressure pulsations
(n) Guide vane trunnion leakages
Generator.
(a) Alignment of turbine and generator shafts by mechanical rotation of the unit.
(c) Air gap measurement.
(d) Guide and thrust bearing checks, including pressure tests.
(e) Dynamic rotor balance.
(f) Determination of degree of polymerization.
(j) Megger test for insulation resistance.
(k) Dielectric tests of stator and field windings at not less than 75°C. The stator windings shall be given a dielectric test in accordance with IEC Standards, one phase at a time, with other windings grounded. The field windings shall be given a dielectric test in accordance with IEC Standards.
(l) Resistance test of stator and field windings.
(m) Generator dry-out and bearing run with polarisation index.
(n) Cooling water and air temperature measurements.
73
(o) Phase rotation and phasing out.
(p) Overspeed tests to check overspeed devices.
(q) Operation test and adjustment of the entire excitation system including AVR and field suppression to show compliance with all operating requirements of these Specifications.
(r) Control sequence operation.
(s) Load rejection tests up to maximum turbine output. In addition to the above-mentioned tests, the Contractor shall make field tests as follows:- (a) No-load saturation test.
(b) Short circuit saturation test.
(c) Efficiency test
(d) Tests to determine the maximum temperature rises of the various parts of the generator
when operating continuously at rated output.
(e) Tests for the determination of quantities and temperatures of incoming and outgoing water for bearings.
(f) Test for the determination of wave form deviation factor. Oscillograms shall be taken of the wave form of the voltage of each phase of the stator winding when the generator is operating at rated voltage and frequency at no-load.
(g) Test to determine saturated and unsaturated direct-axis transient reactance.
(h) Test to determine negative sequence reactance.
(i) Test to determine zero sequence reactance.
(j) Tests to determine direct-axis and quadrature-axis sub-transient reactances.
(k) Tests to determine the telephone interference factors, no-load balanced and no-load residual.
(l) Overspeed tests.
(m) Check tightness of pole wedges.
(n) Repeat open circuit saturation and rotor high voltage tests.
(o) Check bearing clearances. (p) Tests to confirm that the generator can produce full load output at both maximum and minimum voltage. In addition to the above listed tests, the Contractor shall perform without extra charge any
other tests required to establish conformity of the equipment with the guarantees and the Specifications.
74
SECTION D
BILL OF QUANTITIES - PRICE SCHEDULES
The Tenderer, in compliance with this tender, shall complete all the price schedules as tabulate in this section.
75
76
BILL OF QUANTITY – PRICE SCHEDULES
NB: The total prices shall be Delivered Duty Paid Wanjii Power Station, i.e where applicable all freight, clearing and transportations costs to Wanjii Power Stations and taxes inclusive
Item No.
Tender Clause Description Unit 1 ( Cost)
Unit 2 ( Cost)
TOTAL
PART I: GENERAL TECHNICAL REQUIREMENTS
1. 2.1 Engineering services
2. 2.2 Design review
3. 2.3 Dismantling of existing equipment
4. 2.4 Installation and commissioning services
5. 2.6 Site training
6. 2.7 As Built Drawings, Operation and Instruction manuals
7. 2.8 Factory tests and training
8. 2.9 Accommodation & transport of contractor staff
9. 2.10 Site Facilities
10. 2.11 Maintenance Equipment [Itemize the equipment] and Software licenses
SUBTOTAL MISC LOCAL COST APPLICABLE TAXES TOTAL PART I PART II : 1.3 Requirements of new machines on Mathioya Penstock
1. 1.3.1 Turbine
2. 1.3.2 Portal valve (Option 1)
3. 1.3.3 Generator
4. 1.3.4 Unit control and SCADA systems
5. 1.3.5 Machine breakers, protection and metering
equipment
SUBTOTAL
77
MISC LOCAL COST APPLICABLE TAXES TOTAL PART II PART III : 1.4 Requirements of new machines on Maragua Penstock
1. 1.4.1 Turbine
2. 1.4.2 Generator
3. 1.4.3 Unit control and SCADA systems
4. 1.4.4 Machine breakers, protection and metering
equipment
SUBTOTAL MISC LOCAL COST APPLICABLE TAXES TOTAL PART III PART IV : 1.5 - Requirements for the common equipment
1. 1.5.1 Switchyard equipment
2. 1.5.2 415V Switchboard
3. 1.5.3 Cabling
4. 1.5.4 DC equipment
5. 1.5.5 Earthing
6. 1.5.7 Winch
7. 1.5.8 Diesel Generator
8. 1.5.9 Integration and Configuration of SCADA at Tana SUBTOTAL MISC LOCAL COST APPLICABLE TAXES TOTAL PART IV PART V : 1.6 Mandatory Spares TOTAL SHIPPING CHARGES LOCAL TRANSPORTATION LOCAL TAXES
78
PART V TOTAL
Alternative offers
Item No.
Tender Clause Description Unit Cost () TOTAL
1 1.3.2 Portal Valve Option 2
LOCAL TAXES
TOTAL
Signed _______________________ Company ____________________________ Date ________________________ Currency ____________________________ Delivery Period _________________________ Duration of site Work _________________________
PART V Mandatory Spare Parts (i) Mathioya Machines
Quantity UNIT PRICE
TOTAL PRICE
Item Description Unit ( )* ( )*
79
A TURBINE SPARES
1 2 1 x 2
1 Friction element/breaking element for
the guide vane operating mechanism set
4
2 Servomotor repair kits set
1
3 Bearings, bushings and seals for the guide vane operating mechanism
set
1
4 Inner stationary wearing ring (preliminary
machined) pc 2
5 Outer stationary wearing ring (preliminary machined)
pc 2
6 Stainless steel sleeve for shaft seal Pc 1 7 Inner stainless steel facing plates pc 2 8 Outer stainless steel facing plates pc 2 9 Wear element for shaft seal (if applicable,
packing material, carbon ring, etc.) set
4
10 Bearing shells or segments (if applicable) for each bearing
set 1
11 Resistance temperature detector (placed in bearing segment)
pc
2
12 Resistance temperature detector (placed in bearing oil)
pc
1
13 O-rings of each dimension for smaller diameters
set 10
14 O-rings of each dimension for larger diameters (covers, etc)
set
2
15 One valve of each type used set 1 16 One motor actuator of each type used set 1 10 One flow switch of each type used set 1 16 One set of each type pressure gauges,
electrical contacts, magnets, solenoids, limit switches, relays, etc. of each type
set 1
80
17 Lamps, fuses, indicators, etc. of each type used
set 5
Sub Total Turbine spares
ITEM DESCRIPTON UNIT QTY UNIT
PRICE TOTAL PRICE
B TURBINE INLET VALVE - SPARES
1 2 1x2
1 Complete sets of disc seals & trunnion seals
set 2
2 Trunnion bearing sleeves pc 2 3 Complete sets of all packing, cup seals,
gaskets and joining material (repair kit) including those for the servomotors and bypass valves
set 2
4 Sets of servomotor piston rings set 2 5 Bulkhead cover made of welded steel
plate to be used at the butterfly valve during M.I.V maintenance
pc 1
Sub Total for MIV Spares
ITEM DESCRIPTON UNIT QTY UNIT
PRICE TOTAL PRICE
C GOVERNOR SPARES
1 2 1x2
1 Governor oil cooler, complete pc 1 2 Float switches, pressure, flow &
temperature relays of each type used pc
3 Resistance type temperature detector pc 1 4 Numerical Governor Unit pc 1 5 Power supply pack of each type provided
in the governor set 1
6 Output Relays of each type used set 3 7 Input relays/opto-coupler of each type set 3
81
used 8 Speed pick-up sensors pc 2 9 Position transducers of each type used set 2 10 Servo valve of each type used set 2 11 Oil filters of each type used set 10 12 Solenoid valves of each type used set 1 13 Hydraulic valve of each type used set 1 14 Oil pump of each type used complete
with motor set 1
15 Sets of oil seals kit set 2 16 Pressure gauge of each type used set 1 17 Operator panel pc 1 18 Speed Monitoring device of each type set 1 Sub Total for Governor Spares D GENERATOR SPARES
1 2 1x2
1 Bearing shells or segments (if applicable) for each bearing
set 2
2 Brake linings set 2 3 Brake seal kits set 4 4 Complete rotor pole. pc 1 5 Generator air-water cooler pc 2 6 Motor of each type used set 1 7 Pump of each type. set 1 8 Circuit breakers, contactors, motor
starters, auxiliary relays, protection relays, switches, push buttons of each type.
Set 1
9 Instrument, detector, transducer, indicator, etc of each type
set 1
10 Carbon brushes each type set 6 11 1/3 of installed insulated stator
winding bars
set 1
82
Sub Total for Generator Spares
Total for Mathioya Machines Spares (i)(A+B+C+D)
(ii) Maragua Machines
Quantity UNIT PRICE
TOTAL PRICE
Item Description Unit ( )* ( )*
A TURBINE SPARES
1 2 1 x 2
1 Friction element/breaking element for
the guide vane operating mechanism set
4
2 Servomotor repair kits set
1
3 Bearings, bushings and seals for the guide vane operating mechanism
set
1
4 Inner stationary wearing ring (preliminary machined)
pc 2
5 Outer stationary wearing ring (preliminary machined)
pc 2
6 Stainless steel sleeve for shaft seal Pc 1 7 Inner stainless steel facing plates pc 2 8 Outer stainless steel facing plates pc 2 9 Wear element for shaft seal (if applicable,
packing material, carbon ring, etc.) set
4
10 Bearing shells or segments (if applicable) for each bearing
set 1
11 Resistance temperature detector (placed
in bearing segment) pc
2
12 Resistance temperature detector (placed in bearing oil)
pc
1
13 O-rings of each dimension for smaller diameters
set 10
83
14 O-rings of each dimension for larger diameters (covers, etc)
set
2
15 One valve of each type used set 1 16 One motor actuator of each type used set 1 10 One flow switch of each type used set 1 16 One set of each type pressure gauges,
electrical contacts, magnets, solenoids, limit switches, relays, etc. of each type
set 1
17 Lamps, fuses, indicators, etc. of each type
used set 5
Sub Total Turbine spares
ITEM DESCRIPTON UNIT QTY UNIT
PRICE TOTAL PRICE
B TURBINE INLET VALVE - SPARES
1 2 1x2
1 Complete sets of disc seals & trunnion seals
set 2
2 Trunnion bearing sleeves pc 2 3 Complete sets of all packing, cup seals,
gaskets and joining material (repair kit) including those for the servomotors and bypass valves
set 2
4 Sets of servomotor piston rings set 2 5 Bulkhead cover made of welded steel
plate to be used at the butterfly valve during M.I.V maintenance
pc 1
Sub Total for MIV Spares
ITEM DESCRIPTON UNIT QTY UNIT
PRICE TOTAL PRICE
C GOVERNOR SPARES
1 2 1x2
1 Governor oil cooler, complete pc 1
84
2 Float switches, pressure, flow & temperature relays of each type used
pc
3 Resistance type temperature detector pc 1 4 Fully programmed governor PLC pc 1 5 Power supply pack of each type provided
in the governor set 1
6 Output Relays of each type used set 3 7 Input relays/opto-coupler of each type
used set 3
8 Speed pick-up sensors pc 2 9 Position transducers of each type used set 2 10 Servo valve of each type used set 2 11 Oil filters of each type used set 10 12 Solenoid valves of each type used set 1 13 Hydraulic valve of each type used set 1 14 Oil pump of each type used complete
with motor set 1
15 Sets of oil seals kit set 2 16 Pressure gauge of each type used set 1 17 Operator panel pc 1 18 Speed Monitoring device of each type set 1 19 Input/output cards for governor PLC, of
each type used set 1
Sub Total for Governor Spares D GENERATOR SPARES
1 2 1x2
1 Bearing shells or segments (if applicable) for each bearing
set 2
2 Brake linings set 2 3 Brake seal kits set 4 4 Complete rotor pole. pc 1 5 Generator air-water cooler element. pc 1 6 Motor of each type used set 1
85
7 Pump of each type. set 1 8 Circuit breakers, contactors, motor
starters, auxiliary relays, protection relays, switches, push buttons of each type.
Set 1
9 Instrument, detector, transducer, indicator, etc of each type
set 1
10 Carbon brushes each type set 6 11 1/3 insulated stator winding bars set 1 Sub Total for Generator Spares
Total for Maragua Machines Spares (ii)(A+B+C+D)
(iii) Common Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
A General Spares
2 1x2
1 Centrifuge repair kit set 1
Sub Total for General Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
B PLC SPARES And SCADA
1 Power supply unit pc 1
2 Central Processing unit (CPU) pc 1
3 Input Cards of each type used set 2
4 Output Cards of each type used set 2
5 Network Card pc 2
6 Backplane/mounting rack pc 1
7 Communication cards pc 2
8 HMI module of each type used loaded with the appropriate software and program
pc 2
86
9 Hardware server complete with accessories
pc 1
10 Software server with required configurations
pc 1
11 Complete OPS with all necessary installations
set 1
12 Communication Switches pc 2
13 Synchro-check relay pc 2
14 Synchronising relay pc 2
15 Double frequency meter pc 2
16 Double voltage meter pc 2
17 Discrepancy switches pc 2
18 LED based alarm facia of each type/size used
set 1
19 Siren Module pc 2
20 Indication instruments of each type used
set 2
Sub Total for PLC and SCADA System Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE C EXCITATION SPARES
2 1x2
1 20% of each type of control relay % 20 2 20% of each bi-stable relay % 20 3 20% of each type of control timer
relay % 20
4 Trip relay of each type used set 2 5 Indicating instrument of each type
used set 2
6 20% of indicating lamps (LEDs) of each type
% 20
7 Power supplies of each type used set 2 8 Power supply supervision relay of set 2
87
each type used 9 MCCBs of each type used set 4 10 Switches of each type used (push-
button, selector switch, discrepancy switch, key-switch, etc)
set 2
11 Electric power transducer pc 1 12 PLC CPU of each type used loaded
with the appropriate software and
program
set 1
13 HMI module of each type used loaded with the appropriate software and program
set 1
14 PLC input/output card of each type used.
set 1
15 AVR cards of each type used set 1 16 Excitation transformer temperature
sensors pc 2
17 Thyristor temperature sensors pc 2 18 Complete Thyristors bridge of each
type used set 2
19 Thyristor fuses pc 10 20 Rotor Earth fault relay of each type
used pc 2
*Note: Where percentages are used the fractions shall be rounded off upwards. Sub Total for Excitation Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
D TRANSFORMER SPARES
1 2 1x2
1 11 kv transformer bushings set 2
2 Contactors each type set 1
3 Indicating instruments each
type
set 1
88
4 MCBs each type set 1
5 Valves of each type used set 1
6 Temperature sensors each type set 1
7 Panel indicating bulbs each type sets 2
Sub Total for transformer Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
E Metering Spares
2 1x2
1 Tariff meter class 0.2 pc 1
2 Tariff meter class 0.5 pc 1
3 Multifunction Power analyzer class 0.5 of each type used
set 2
Sub Total for Metering Spares
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
F 415v Switch Board And Auxiliaries Control
2 1x2
1 Spare incomer breaker for each
MCC.
pc 1
2 Analogue gauges of each type
used.
pc 1
Sub Total for 415v Switch Board Spares
Total for Common Spares (iii)(A+B+C+D+E+F)
SECTION E
APPENDIX TO THE TECHNICAL SPECIFICATIONS
89
1. SYSTEMS SPECIFICATIONS
Annex 1- Governor and MIV systems Annex 2- Instrumentation
Annex 3 – Control PLCs and SCADA Annex 4 – Excitation system Annex 5- Protection relays and switch gear Controls
Annex 6 –Switch yard and Transformers. Annex 7 - Metering System. Annex 8 - 415V Switch Board and auxiliaries control
2. DRAWINGS
Drawing Number Description
General
1. KenGen 001 Map of Kenya – Project Area
2. KGN/WANJ/M0144 Powerhouse General Arrangement
3. KGN/WANJ/M0128 Assembly of 66" Diameter Butterfly Valve
4. KGN-WANJ-M00128-2 Wanjii Portal Valve Details
5. KGN/WANJ/C0056 Lay Out of Haulage Track
6. KGN/WANJ/C0048 Foundations Details for NOs. 1&2 Sets
7. T.882.F Foundation for 1500HP Unit - Wanjii
8. T.883.F Foundation for 1500HP Unit - Wanjii
9. KGN/WANJ/C0103 Layout of Main Auxiliary and Control Cables - Wanjii
90
10. KGN/WANJ/E0053 Layout of Foundation & cable Entries for HT and LT Switchboard
and Control Gear
11. KGN/WANJ/E0043 Arrangement of Switch gear Gallery and Air Ducts.
12. KGN/WANJ/C0016 General Arrangement and Details of Pipelines
13. KGN/WANJ/C0042 Details of Foundations for Powerhouse
14. KGN/WANJ/C0044 Arrangement Of Wall & Drainage at End of The Haulage Track- Powerhouse
15. Details of Portal Valve house
16. Mathioya Tunnel Intake
17. Wanjii Passenger Winch Details
18. Tailrace and Draft Chambers
19. Proposed SCADA Architecture for Wanjii P Stn
20. SUB-STATION Location Relative to Powerhouse
21. Details of Tunnel Lining And Surge Tank Level
Single Line Diagrams
1. Drawing 1 Proposed Single Line Diagram for Wanjii Power Station
2. Drawing 2 Proposed Power Evacuation Diagram
3. Drawing 3 Proposed Main Auxiliary Power Board
4. Drawing 4 Proposed Station Auxilliary Motor Control Centre Line Diagram
5. Drawing 5 Proposed Motor Control Center Line Diagram
Reports/Data
Mathioya tunnel 1981inspection report
KenGen Mathioya Tunnel Inspection Report_2012
KenGen Dams Safety Interim Report Final (see report on Mathioya and Maragua)
Wanjii Waterway Head Loss 2012
Historical Discharge Data for Mathioya and Maragua Rivers.
91
92
SECTION F
STANDARD FORMS
93
SECTION F
STANDARD FORMS
INTRODUCTION The following schedules form the Contract Schedules and must be completed in their entirety by the Tenderer at the time of tendering. The technical details requested in
Section C, Part I, Clause 1.0.2 of this document shall also be submitted with the tender. The Performance Security and Bank Guarantee for Advance Payment forms are samples
and shall be only completed by the Approved Tenderer.
The Tenderer shall enter in the spaces on the tender form and bill of Quantity, price schedules the appropriate unit of currency to which he has tendered.
94
FORM OF TENDER
DESIGN, MANUFACTURE, SUPPLY, DELIVERY, INSTALLATION AND
COMMISSIONING OF FOUR GENERATING UNITS AT WANJII HYDRO POWER STATION.
The Company Secretary, Legal & Corporate Affairs Director The Kenya Electricity Generating Company Ltd
P. O. Box 47936-00100 NAIROBI 00100 KENYA
Gentlemen and/or Ladies:
1. Having examined the Tender Documents including the Specification Drawings, Conditions of contract & Requirements, Specifications and Bill of Quantity Price
Schedules for the execution of the above named contract, the receipt of which is hereby duly acknowledged, we, the undersigned, hereby offer to execute, complete and remedy defects in the whole of the works in conformity with the said document
for the sum
[amount in figures] _________________________________________________________________________
[state currency]
[amount in words]
2. We undertake, if our Tender is accepted, to complete the whole of the Works
comprised in the contract within a period of ___________________ calendar months,
subject to the said Conditions. 3. We agree to abide by this Tender for a period of 180 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.
4. This Tender is submitted under our covering letter reference___________________
dated _____________________ and the complete tender documents and other
information, required by the instructions to Tenderers, which are enclosed therewith all of which shall be read and construed as forming a part hereof.
5. Unless and until an agreement is prepared and executed, this Tender, your letter of Intent/Award, together with our written acceptance thereof, shall constitute a binding Contract between us.
6. If our Tender is accepted we will furnish a Performance Security issued by a Bank (to
be approved by you) to be jointly and severally bound with us in an amount of 10%
of the above named sum in accordance with the conditions of contract.
95
7. Commissions of gratuities, if any, paid or to be paid by us to agents relating to this
Bid, and to contract execution if we are awarded this Bid, and to contract execution if we are awarded the contract, are listed below:
Name and Amount and Purpose of address of agent Currency Commission gratuity
___________________ __________________ _________________ ___________________ __________________ _________________ ___________________ __________________ _________________
___________________ __________________ _________________ ___________________ __________________ _________________
(if none, state “none”)
8. We understand that you are not bound to accept the lowest or any Tender you may
receive.
Dated this………………………..day of…………………………..201…..
Signature…………………………in the capacity of ……………………………….. …………………………………………………………………………………………………..
duly authorised to sign Bid for and on behalf of:………………………
……………………………………………………………………………………………………..
(in capital letters) Witness……………………………………………………………………
Address ………………………………………………………………….
…………………………………………………………………
Occupation ………………………………………………………………...
96
TENDER SECURITY FORM [Must be on the letter head of the Bank]
Whereas ____________________________________________(hereinafter Called “the Bidder”) has submitted its bid dated ___________________________ for the
supply of four generating units at wanjii hydro power station as per given specifications
(hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE _______________________________
______________________of_______________________________________(hereinafter
called “the Bank”), are bound unto Kenya Electricity Generating Company Limited
(hereinafter called “KenGen”) in the sum for which payment will and truly to be made to
the said KenGen, the Bank binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this _________________________day of
20_____
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the
Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by KenGen during
the period of bid validity:
a) Fails or refuses to execute the Contract Form, if required; or
b) Fails or refuses to furnish the performance security, in accordance with the
Instructions to Bidders;
We undertake to pay to KenGen up to the above amount upon receipt of its first written
demand, without KenGen having to substantiate its demand, provided that in its
demand KenGen will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including thirty (30) days after the period
of bid validity, and any demand in respect thereof should reach the Bank not later than
the above date.
_____________________________
97
(Signature and seal of the Bank)
CONTRACT AGREEMENT
THIS AGREEMENT, made the _________________ day of ________ 20 ______ between ________________________________________________of [or whose registered office is situated at]__________________________________________
(hereinafter called “the Employer”) of the one part AND ________________________________________________________of[or whose registered office is
situated at]_________________________________________ (hereinafter called “the Contractor”) of the other part.
WHEREAS THE Employer is desirous that the Contractor executes ________________________________________________________________________
(name and identification number of Contract ) (hereinafter called “the Works”) located at______________________________[Place/location of the Works]and the Employer has
appointed ________________________ ___________________________ of/or whose registered office is situated at __________________________________ as the Engineer for the purposes thereof and has
accepted the tender submitted by the Contractor for the execution and completion of the said Works and the remedying of any defects therein in the sum of _________________(amount in figures) ______________________________________(amount in words) inclusive of all taxes applicable in Kenya (hereinafter called the “Contract Price”).
NOW THIS AGREEMENT WITNESSETH 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.
2. The following documents shall be deemed to form and shall be read and construed
as part of this Agreement i.e.
(a) Contract Agreement
(b) The Letter of Award and Acceptance thereof. (c) The Special Conditions of Contract – Part II. (d) The General Conditions of Contract – Part I.
(e) The Employer’s requirements. (f) The Completed Form of Tender
(g) The completed Bill of Quantity-Price Schedules (h) The Completed Technical Schedules. (i) The Specification Drawings.
(j) The Contractor’s Drawings. (k) The Contractor’s Tender.
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to
98
execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects therein, 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 ______________________________
Binding Signature of Employer ________________________________________ Binding Signature of Contractor _______________________________________
In the presence of (i) Name_______________________________________
Address_____________________________________
Signature___________________________________ Date _______________________________________
[ii] Name _______________________________________
Address_____________________________________
Signature____________________________________
Date _______________________________________
99
PERFORMANCE SECURITY [Must be on the letter head of the Bank]
To: Kenya Electricity Generating Company Limited,
Stima Plaza Phase III, Kolobot Road, Parklands, P.O. Box 47936-00100,
NAIROBI, KENYA. WHEREAS _______________________[name of Contractor] (hereinafter called “the
Contractor”) has undertaken, in pursuance of Contract No. __________________________ dated ______________________________20 ___ to_____________________________
____________________________________________(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a bank guarantee by a reputable bank for the sum specified
therein as security for compliance with the Contractor’s performance obligations in
accordance with the Contract.
AND WHEREAS we have agreed to give the Contractor a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of _______________________________________________________________
______________________________________(words) ___________________(figures), and we
undertake to pay you, upon your first written demand declaring the Contractor to be in
default under the Contract and without cavil or argument, any sum or sums within the
limits of _______________________________________________________ as aforesaid, without
your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.
This guarantee is valid until the ________________ day of ___________ 20 _________.
Signature and seal of the Guarantors
______________________________________________________________________________________
_ [name of bank or financial institution]
________________________________________________________________________ [address]
100
________________________________________________________________________
[date]
BANK GUARANTEE FOR ADVANCE PAYMENT
To: Kenya Electricity Generating Company Limited, Stima Plaza Phase III, Kolobot road, Parklands, P.O. Box 47936-00100,
NAIROBI, KENYA.
DESIGN, MANUFACTURE, SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF FOUR GENERATING UNITS AT WANJII HYDRO POWER STATION.
Gentlemen and/or Ladies:
In accordance with the provision Conditions of Contract of the above mentioned Contract, _________________________(hereinafter called “the Contractor”) shall deposit
with KenGen a bank guarantee, its proper and faithful performance under the said Clause of the Contract in an amount of _______________(figures)______________________________________________(words) We, the [bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as security merely, the payment to KenGen on its first demand without whatsoever right of objection on our part and without its first claim to the Contractor, in the amount not
exceeding _________________________________( figures)
_____________________________________________________________________(words) We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be made between KenGen 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.
This guarantee shall remain valid and in full effect from the date of the advance payment received by the Contractor under the Contract until _________________(date).
Yours truly,
Signature and seal of the Guarantors
______________________________________________ [name of bank or financial institution]
______________________________________________
101
[address]
______________________________________________ [date]
MANUFACTURER’S AUTHORIZATION FORM To: KENYA ELECTRICITY GENERATING COMPANY LIMITED
WHEREAS …………………………………………………………………………………. [Name of the Manufacturer] Who are established and reputable manufacturers of…………………………………………. [name and/or description for 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 for DESIGN, MANUFACTURE, SUPPLY, DELIVERY, INSTALLATION AND
COMMISSIONING OF FOUR GENERATING UNITS AT WANJII HYDRO POWER STATION.
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]
Note: This letter of authority should be on the letterhead of the Manufacturer and
should be signed by a competent person.
102
TENDER QUESTIONNAIRE
Please fill in block letters. 1. Full names of tenderer
………………………………………………………………………………………
2. Full address of tenderer to which tender correspondence is to be sent (unless an
agent has been appointed below)
………………………………………………………………………………………
3. Telephone number (s) of tenderer
……………………………………………………………………………………… 4. E-mail and Fax address of tenderer
………………………………………………………………………………………
5. Name of tenderer’s representative to be contacted on matters of the tender during
the tender period
………………………………………………………………………………………
6. Details of tenderer’s nominated agent (if any) to receive tender notices. This is
essential if the tenderer does not have his registered address in Kenya (name,
address, telephone, telex)
………………………………………………………………………………………
………………………………………………………………………………………
_______________________ Signature of Tenderer
Make copy and deliver to:_____________________(Name of Employer)
103
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b)
or 2(c) and 2(d) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form.
Part 1 – General
Business Name ………………………………………………………………………
Location of business premises; Country/Town……………………….
Plot No……………………………………… Street/Road ………………………… Postal Address……………………………… Tel No………………………………..
Nature of Business…………………………………………………………………..
Current Trade Licence No…………………… Expiring date…………………
Maximum value of business which you can handle at any time: US DOLLARS………………………..
Name of your bankers………………………………………………………………
Branch………………………………………………………………………………… Part 2 (a) – Sole Proprietor
Your name in full…………………………………… Age…………………………
Nationality………………………………… Country of Origin…………………
Citizenship details ………………………………………………………………… Part 2 (b) – Partnership
Give details of partners as follows: Name in full Nationality Citizenship Details Shares
1 ……………………………………………………………………………………………….. 2 …………………………………………………………………………………………………
3 …………………………………………………………………………………………………
Part 2(c) – Registered Company:
Private or public …………………………………………………
State the nominal and issued capital of the company-
104
Nominal US DOLLARS………………………………………………………
Issued US DOLLARS…………………………………………………………
Give details of all directors as follows:
Name in full. Nationality. Citizenship Details*. Shares. 1.
…………………………………………………………………………………………………………………
2. ………………………………………………………………………………………………………………..
3. ………………………………………………………………………………………………………………..
4.
…………………………………………………………………………………………………………………
Part 2(d) – Interest in the Firm: Is there any person/persons in…………………………(Name of Employer) who has
interest in this firm? Yes/No ……………..(Delete as necessary)
I certify that the above information is correct.
……………………………… ……………………… ……………… (Title) (Signature) (Date)
105
FIRM’S GENERAL EXPERIENCE RECORD -TURN OVER
Name of Applicant or partner of a joint venture/consortium
All individual firms and all partners of a joint venture or consortium are requested to complete the information in this form. The information supplied should be the annual
turnover of the Tenderer (or each member of a joint venture or consortium), in terms of the amounts billed to clients for each year for work in progress or completed, converted to US dollars at the rate of exchange at the end of the period reported.
Use a separate sheet for each partner of a joint venture or of a consortium.
Annual turnover data
Year Turnover US$ equivalent
1.
2.
3.
4.
5.
This information is declared to be correct by (Tenderer’s authorised representative)
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
106
JOINT VENTURE/CONSORTIUMSUMMARY
Names of all partners of a joint venture or consortium
1. Lead partner:
2. Partner:
3. Partner:
4. Partner:
5. Partner:
6. Partner:
Total value of annual turnover, in terms of work billed to clients, in US$ equivalent,
converted at the rate of exchange at the end of the period reported:
Annual turnover date (construction only; US$ equivalent)
Partner Form 2 page no
Year 1 Year 2 Year 3 Year 4 Year 5
1. Lead partner:
2. Partner:
3. Partner:
4. Partner:
5. Partner:
6. Partner:
Totals
This information is declared to be correct by Lead Partner
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
107
PARTICULAR EXPERIENCE RECORD OF THE FIRM
Name of Applicant or partner of a joint venture/consortium
Using the format of Form (3A), each tenderer or partner of a joint venture/consortium is required to list all contracts in excess of a value equivalent to US$ 2.0 million for the
Tenderer or the lead partner in a joint venture/consortium and US$ 1.0 million for each party in a joint venture/consortium, of a similar nature and complexity to the contract for which the tenderer wishes to bid, undertaken during the last five years. The value
should be based on the currencies of the contracts converted into US dollars, at the date of substantial completion, or for current contracts at the time of award. The
information is to be summarised, using Form (3A), for each contract completed or under execution by the Tenderer or by each partner of a joint venture/consortium.
Where the tenderer proposes to use named subcontractors for critical components of the works, or for work contents in excess of 10 percent of the value of the whole works, the information in the following forms should also be supplied for each specialist
subcontractor.
108
DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY [Form 3A]
Name of Tenderer or partner of a joint venture/consortium
Use a separate sheet for each contract.
1. Number of contract
Name of contract
Country
2. Name of employer
3. Employer address
4. Nature of works and special features relevant to the contract for which the
tenderer wishes to bid
5. Contract role (check one)
• Sole contractor • Subcontractor • Partner in a joint venture/consortium
6. Value of the total contract (in specified currencies at completion, or at date of award for current contracts)
Currency
7. Equivalent value US$
8. Date of award
9. Date of completion
10 Contract duration (years and months) ______years ______months
11. Specified requirements1
________________
109
1Insert any specific criteria required for the execution of the contract.
This information is declared to be correct by (Tenderer’s authorised representative)
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
110
KEY PERSONNEL CAPABILITIES Name of tenderer
For specific positions essential to contract implementation, applicants should provide the names of at least two candidates qualified to meet the specified requirements stated
for each position set out in clause 25.2 Personnel Capabilities in the Instructions to Tender.
The data on their experience should be supplied in separate sheets using one Form (5A) for each candidate.
1. Title of position: Head Office Project Manager
Name of prime candidate:
Name of alternate candidate:
2. Title of position: Installation Supervisor Mechanical equipment
Name of prime candidate:
Name of alternate candidate:
3. Title of position: Installation Supervisor Electrical equipment
Name of prime candidate:
Name of alternate candidate:
4. Title of position: Commissioning Engineer
Name of prime candidate:
Name of alternate candidate:
111
CVS OF KEY PERSONNEL [Form 5A]
Name of Tenderer:
Position Candidate
• Prime • Alternate
Candidate information
1. Name of candidate 2. Date of birth
3. Professional qualifications
Present employment
4. Name of employer
Address of employer
Telephone Contract (manager/personnel officer)
Fax Telex
Job title of candidate Years with present employer
Summarise professional experience over the last 20 years, in reverse chronological
order. Indicate particular technical and managerial experience relevant to the Project.
From To Company/Project/Position/ Relevant technical and management experience
I certify that the above information is correct.
………………………… …………………… ……………….. (Candidate) (Signature) (Date)
………………………… …………………… ……………….. (Authorized Officer) (Signature) (Date)
112
SCHEDULE OF COMPLETED WORKS OF SIMILAR NATURE AND
COMPLEXITY CARRIED OUT BY THE TENDERER IN THE LAST EIGHT
YEARS
Name of tenderer or partner of a joint venture/consortium
Use a separate sheet for each contract.
1. Number of contract
Name of contract
Country
2. Name of employer
3. Employer address
4. Nature of works and special features relevant to the contract for which the Applicant wishes to prequalify
5. Contract role (check one)
• Sole contractor • Subcontractor • Partner in a joint venture/consortium
6. Value of the total contract (in specified currencies at completion, or at date of award for current contracts) Currency
7. Equivalent value US$
8. Date of award
9. Date of completion
10 Contract duration (years and months) ______years ______months
11. Specified requirements1
Insert any specific criteria that was required for the execution of the contract. I certify that the above Works were successfully carried out and completed by ourselves.
………………………… ………………………… ……………… (Title) (Signature) (Date)
113
SCHEDULE OF ONGOING PROJECTS FORM (4)
Current Contract Commitments / Works in Progress
Name of Applicant or partner of a joint venture/consortium
Tenderers and each partner to a tender should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which
an unqualified, full completion certificate has yet to be issued.
Name of contract Name of Client Total value in US Dollars
Value of outstanding work (current US$ equivalent)
Estimated completion date
1.
2.
3.
4.
5.
6.
This information is declared to be correct by (Tenderer’s authorised representative)
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
SCHEDULE OF SPARES DELIVERY
FORM (6)
Provision of after sales service Tenderers and each partner to a tender should provide information on their after sales
service on provision of spares for the last eight years.
114
Name of Client Spares ordered Date ordered
Date delivered
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
This information is declared to be correct by (Tenderer’s authorised representative)
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
115
LITIGATION HISTORY
Name of tenderer or partner of a joint venture/consortium
tenderers, including each of the partners of a joint venture/consortium, should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution. A separate sheet should be used for
each partner of a joint venture/consortium.
Year Award For Or Against Applicant
Name of client, cause of litigation, and matter in dispute
Disputed amount (current value, US$ equivalent)
This information is declared to be correct by (Tenderer’s authorised representative)
Name………………………………………… Signature………………
Position in the Firm…………………………………… Date………………………
116
OTHER SUPPLEMENTARY INFORMATION
1. Financial reports for the last five years, balance sheets, profit and loss
statements, auditors’ reports etc. List them below and attach copies. ……………………………………………………………………… ………………………………………………………………………
………………………………………………………………………
2. Name, address , telephone, telex, fax numbers of the Tenderer’s Bankers who may provide reference if contacted by the Employer. …………………………………………………………………………
………………………………………………………………………… …………………………………………………………………………
I certify that the above information is correct.
…………………… ……………………… ……………………… Title Signature Date
117
Section G:
1. Technical Schedules Bidders shall complete the technical schedules in their entirety at the time of tendering. The schedules are extracted from the main specifications. Refer to the main
specification and annexes for details.
Note 1 The bidder is expected to indicate, as the case may apply,
o Equipment rating, features, standards used, etc
o Whether the offer complies with the specified clause of the tender document ( Compliant or Not Compliant)
Note 2 The contractor shall provide layout drawings, detailed drawings, brochures, datasheets
as reference documents that shall clearly show the equipment offered, associated features indicated in the technical schedule.
Clause Item Description1 Reference in bid
documents2 attached
1.3 TECHNICAL SPECIFICATIONS FOR MATHIOYA PENSTOCK
1.3.1 TURBINE
1.3.1 Turbine Power Output
1.3.1.1 Spiral casing with necessary relief valves
1.3.1.2 Draft tube elbow
1.3.1.3 Stainless steel runners with integral wearing rings
1.3.1.4 Oil Lubricated Babbitt
bearings with external coolers
1.3.1.5 Turbine distributor
1.3.1.6 Machine shaft
1.3.1.7 Shaft Seal
1.3.1.8 Governor
1.3.1.9 Cooling water system
1.3.1.10 Instrumentation RTDs
1.3.1.11 Embedded section of penstock lying between the
MIV and the Spiral casing
1.3.1.12 Turbine Main Inlet Valves
(MIV)
1.3.1.13 Technical performance
guarantees will include;
118
(i) Guaranteed turbine
output (ii) Cavitation guarantee (iii) Turbine efficiencies
(iv) Safe operating range
1.3.2 PORTAL VALVE
Option 1: Fitting of a new
hydraulically operated portal
Option 2:
UPGRADING of the existing portal valve
1.3.3 GENERATOR
1.3.3.1 Generator output
1.3.3.2 Static Excitation with AVR and Excitation transformer
as specified in Annex 4
1.3.3.3 CO2 Fire Detection and
Suppression System
1.3.3.4 Generator instrumentation
1.3.3.5 Oil Lubricated bearings
1.3.3.6 Generator Earthing
1.3.3.7 Hydraulic operated brakes
1.3.4 UNIT CONTROL AND SCADA SYSTEM
1.3.4.1 Unit PLC
1.3.4.2 Manual Control Facility at
each system/equipment
1.3.4.3 Synchronizing system
1.3.4.4 Remote connection facility for Control from Tana
Power Station
1.3.4.5 Dam level monitoring
1.4 TECHNICAL SPECIFICATIONS FOR MARAGUA PENSTOCK
1.4.1 TURBINE
1.4.1 Turbine output
1.4.1.1 Spiral casing with necessary relief valves
1.4.1.2 Draft tube elbow
1.4.1.3 Stainless steel runners
with integral wearing rings
1.4.1.4 Oil Lubricated Babbitt bearings with external
coolers
1.4.1.5 Turbine distributor
1.4.1.6 Machine shaft
1.4.1.7 Robust shaft seal
1.4.1.8 Governor
119
1.4.1.9 Cooling water system
1.4.1.10 Instrumentation RTDs
1.4.1.11 Embedded section of
penstock lying between the MIV and the Spiral casing
1.4.1.12 Turbine Main Inlet Valves (MIV)
1.4.1.13 Technical performance guarantees will include; (i) Guaranteed turbine
output (ii) Cavitation guarantee (iii) Turbine efficiencies
(iv) Safe operating range
1.4.2 GENERATOR
1.4.2.1 Generator output
1.4.2.2 Static Excitation with AVR
and Excitation transformer as specified in Annex 4
1.4.2.3 CO2 Fire Detection and Suppression System
1.4.2.4 Generator instrumentation
1.4.2.5 Oil Lubricated bearings
1.4.2.6 Generator Earthing
1.4.2.7 Hydraulic operated brakes
1.4.3 UNIT CONTROL AND SCADA SYSTEM
1.4.3.1 Unit PLC
1.4.3.2 Manual Control Facility at each system/equipment
1.4.3.3 Synchronizing system
1.4.3.4 Remote connection facility
for Control from Tana Power Station
1.4.3.5 Dam level monitoring
1.5 TECHNICAL SPECIFICATIONS FOR COMMON EQUIPMENT
1.5.1 Switch yard equipment
1.5.1.1
Option 1
Generator transformer -
11/11KV delta-star transformer
1.5.1.2 Isolators on Busbar side.
1.5.1.3 11KV Busbar
1.5.1.4 11/0.415KV Station transformer
1.5.2 415V Switchboard
1.5.2.1 415V switch board with an
automatic change over
1.5.2.2 Each 415V incomer
metering.
120
1.5.2.3 One Motor Control Center
(MCC) for each river.
1.5.2.4 One MCC for all common auxiliaries.
1.5.3 Cabling
1.5.3.1 New Power and Control cables will be provided for all installations.
1.5.4 DC equipment
1.5.4.1 110Vdc battery bank and
charger with a DC distribution board.
1.5.5 Earthing
1.5.5.1 New earthing system for
powerhouse and switch yard
1.5.7 Winch
1.5.8 Diesel Generator
1.5.8.1 150KVA Diesel generator interfaced to the 415V Switch board
1.5.9.2 Pump controls
1.6 Mandatory Spares
2.1 Inspection and Testing at
Factory and at Site
121
2. Technical Data
Tenderers must provide the technical data on all the equipment and systems to be supplied in the sheets below.
Technical Data by Tenderer Unit Data
1. Transformers
Step-up transformer
Number of transformers - -
Manufacturer - -
3-phase oil immersed transformer Yes/no
Rated output power ONAN/ONAF MVA/MVA
Power factor at rated output COS Ø
Type of cooling -
Rated frequency Hz
Voltages at full load and on-load tap-changer in
0 position H.V./L.V. side
kV/kV
Voltages at no-load and on-load tap-changer in
0 position H.V./L.V. side
kV/kV
Impedance voltage and MVA-base % MVA
Vector group and numerical index -
Star point of H.V. side solidly earthed
Yes/no
Impulse withstand voltage H.V. side
L.V. side
kV( peak)
kV (peak)
Power frequency withstand voltage H.V. side kV
Power frequency withstand voltage L.V. side kV
On-load tap-changer
• Number of steps
• Voltage range total
±
±%
Treatment of neutral (star point) of H.V.
winding
-
Short circuit duration Sec.
122
No load losses at rated voltage kW
Load losses at ONAN/ONAF kW/kW
Connection on L.V. side -
Total weight kg
Transport weight Kg -
Overall dimensions - Height
- Length
- Width
mm
mm
mm
Current transformers on the H.V. bushings
• Rated output
• Accuracy class
• Number of cores
VA
-
-
Low voltage transformer(s) (station service)
Number of transformers
Manufacturer
3-Phase oil immersed transformer/cast resin
Rated power
Type of cooling
Rated frequency
Primary voltage
Secondary Voltage
Impedance voltage
Vector group and numerical index
Impulse withstand voltage
H.V. side
L.V. side
Power frequency withstand voltage
H.V. side
L.V. side
OFF – load tap-changer
• Number of step
• Voltage range
-
-
-
KVA
-
Hz
kV
kV
%
-
kV (peak)
kV (peak)
kV
kV
±
±%
123
Treatment of neutral (star point) of L.V.
windngs
No load losses at rated voltage
Load losses at ONAN
Connection on H.V. side
Connection on L.V. side
Total weight
Transport weight
Overall dimensions - Height
- Length
- Width
2. 11 kV switchgear
Manufacturer
Type of switchgear
Rated voltage
Rated frequency
Rated current of:
• Busbars
• Infeed circuit breakers and coupling circuit
breaker
• Outgoing circuit breaker
Max. Voltage
Max. Asymmetric 3-phase short circuit withstand current of switchgear
Rated short-time current (1 sec) of switchgear
Type of circuit breaker (SF6 or vacuum)
Circuit beaker withdrawable
Rated short-circuit breaking current (sym.) of
the CB
Rated short-circuit breaking current (asym.) of
the CB
-
kW
kW
-
-
Kg
kg
mm
mm
mm
-
-
kV
Hz
A
A
A
kV
kA (peak)
kA
-
-
kA
kA
124
Rated short-circuit current (1 sec.) of the CB
Total opening time
Rated short-circuit making current of the CB
Rated short circuit making current of the
earthing switch
Rated short-time current (1 sec.) of the earthing
switch
Power frequency withstand voltage of the switchgear and circuit breakers
Rated impulse withstand voltage of the switchgear and circuit breaker
Maintenance intervals after switching cycles
with niminal current
• rated short circuit
• Motor driven circuit breakers (yes/no)
Secondary voltage of voltage transformers
Accuracy class: Measuring
Meter
Protection
Numerical protection relays
Protection class of switchgear
Cubicles dimensions (H x W x D)
Total length of the switchgear
Total weight
3. Low voltage switchgear
0.415 kV switchgear
Manufacturer
Type
Draw-out design
Rated current of busbars (400C ambient)
Rated voltage
kA
msec
kA (peak)
kA
kA
kV
kV (peak)
-
-
-
A
-
-
-
Yes/no
IP
mm
mm
kg
-
-
Yes/no
A
V
125
Test voltage
Rated short time withstand current (1 sec)
Rated peak withstand current
Control voltage
Protection class
Cubicle dimensions (H x W x D)
Total dimensions of the main switchgear (H x W
x D)
Total weight
Circuit breaker
(to be completed for each type)
Manufacturer
Rated current
Rated short-circuit making curent (power factor
= 0.2)
Rated short-circuit making current
Rated short-time withstand current (1 sec)
Numerical protection relays
Short circuit protection
Overload protection
Current transformer
Type
Current ratio
Dynamic current
4. DC Systems, inverters and associated
equipment
110 VDC main distribution
Manufacturer
Type
Design with fixed mounted components
V
kA
kA (peak)
V
IP
mm
mm
kg
-
A
kA
kA (peak)
kA
yes/no
yes/no
yes/no
-
A/A
x/N
-
-
-
(yes/no)
126
Rated voltage
Rated current
Short-time withstand current (1 sec)
Control voltage
Protection class
Overall dimensions (H x W x D)
Total weight
Maximum voltage supervision
Maximum voltage supervision (alarm)
Earth fault/insulation monitoring device
Relay type
Setting range (alarm)
Miniature circuit breakers
Manufacturer
Type
Rated current
Rated short circuit breaking current
Fused load break switch
(to be completed for each type)
Type
Rated current DC
Rated breaking current DC
Fuse type
Fuse monitoring
110 V battery charger
No. of battery chargers
Manufacturer
Type
Rectifiers with thystors
V
A
kA
VDC
IP
mm
kg
yes/no
yes/no
-
-
-
-
V
A
kA
-
-
A
kA
-
-
-
Yes/no
V ± %
127
Rated input voltage
Frequency
Rated voltage DC
Rated current DC
Efficiency
Float charging voltage per cell
Boot charging voltage per cell
Charging characteristics IU (yes/no)
Voltage ripple
Radio Interference suppression (N)
Protection class
Noise level (1m)
Main dimension (H x W xD)
Weight
110 V battery
No. of batteries
Manufacturer
Type
Electrolyte
Rated voltage
Number of cells
Rated discharge current (1 hr)
Rated capacity for 1 hour
Charging current
Short-circuit current
Final voltage of cell after 1 h rated discharge
current
Main dimensions
Single cell (length x Width x height)
Total dimensions of assembled battery
(length x width x height)
Hz
V ± %
A ± %
-
V/Cell
V/Cell
-
%
-
IP
dB(A)
mm
kg
-
-
-
-
V
-
A
Ah
A
A
V
mm
mm
128
Total weight of one battery cell
Inverter
Manufacturer
Type
Rated input DC voltage
Rated input DC current at full load
(cos phi=0.8)
Rated output AC voltage
Output AC frequency
Rated power at cos phi = 0.8
Overload capability 5 seconds
Dyn. Voltage deviation at 100% load cycle
Correction time in case of load changes from
0% to 100% load
Regulation range of output AC range
Distortion factor K over the load range
Wave form
Radio interference supression
Type of cooling
Protection class of cubicles
Height x width x depth of cubicles for one
inverter
Total weight
Electronic change-over equipment
Manufacturer
Type
Thyristor, switches, electronic controlled
Rated input voltage
Rated power at cos phi = 0.8
Overload capability for 5 sec.
Radio interference supression
kg
-
-
V ±%
A
V
Hz ±%
kVA
x|n
%
Msec
± % UN
%
-
-
-
IP
mm
kg
-
-
Yes/no
V
kVA
xPN
129
Protection class of cubicles
Type of cooling
Height x width x depth of cubicles for one
electronic change-over equipment Total weight
400/230 V safe AC switchgear (UPS)
Manufacturer
Type
Distribution with fixed mounted components
Rated voltage
Rated current of busbars
Short-time withstand current (1sec)
Total voltage
24 VDC main distribution (if applicable)
Manufacturer
Type
Design with fixed mounted components
Rated voltage
Rated current
Short-time withstand
Control voltage
Protection class
Overall dimension (H x W x D)
Total weight
DC/DC converters (if applicable)
Manufacturer
Type
Rated input DC voltage
Rated input DC current at full load
-
IP
-
mm
kg
-
-
-
V
A
kA
V
-
-
(yes/no)
V
A
kA
VDC
IP
mm
kg
-
-
V ± %
A
130
Rated output DC voltage
Rated output DC current
Overload capability 5 seconds
Regulation range of output DC voltage
Wave form
Efficiency
Radio interference surpression
Type of cooling
Protection class of cubicles
Height x width x depth of cubicles for one
converter
Total weight
5. Cables and cable trays
11kV MV power cables, single core
Manufacturer
Cable type
Conductor material
Rated voltage
Impulse withstand voltage
Frequency
Insulation
Star point of 11 kV system isolated yes/no
11kV MV. Power cables, three core
Manufacturer
Cable type
Conductor material
Rated voltage
Impulse withstand voltage
Frequency
Insulation
Star point of 11 kV system isolated
V ± %
A
X/N
± % UN
%
%
-
-
IP
mm
kg
-
-
-
kV
kV (peak)
Hz
-
-
-
-
-
kV
kV (peak)
Hz
-
yes/no
131
0.4 kV LV power cables
Manufacturer
Cable type
Conductor material
Rated voltage
Test voltage
Frequency
Insulation
Cable trays
Manufacturer
Basic material
Corrosion resistant yes/no
Hot-dip galvanized yes/no
Average coating thickness (hot-dip)
Additional coating and treatment for cable trays
in areas with increased exposure to corrosion
yes/no
Which additional coating/treatment?
(short explanation of measures)
6. Fire alarm system
Manufacturer
Type
Quantity of automatic detectors
Quantity of manual fire alarm push-buttons
Fire Alarm central station
Number of cubicles
Dimension per cubicle
Power requirements
Main supply voltage
-
-
-
kV
kV
Hz
-
-
-
-
-
mm
-
-
-
-
-
-
-
mm
VA
V
132
Operating voltage of fire alarm lines
Maximum number of alarm lines possible
Fault detection system for wire breakage
Earth fault, short circuit
7. Emergency diesel generator
Type
Design
Rated output at guarantee site conditions (see DIN 6270 A/ISO 3046 measured at generator terminals)
Operating hours per year
Number of strokes
Rated speed (max.) Cooling system
Starting time to full load operation
Capacity of fuel oil day tank
Vibration displacement at rated speed and
steady load conditions Vibration root mean square velocity of
Generator
Manufacturer
Type
Apparent power at guarantee site conditions measured at generator terminals
Power factor
Generator cooling system
Frequency
Terminals
Voltage
Voltage regulator
V
-
Yes/no
Yes/no
-
-
kW
h
rpm
-
-
Sec
1
Mm
cm/s
-
-
kVA
-
-
Hz
-
V
-
133
Protection class of generator
Insulation class of generator and exciter
Permissible operation according to insulation
class
Type of excitation system
11 kV disconnector with earthing switch
Applicable standard
Type
Rated voltage
Rated nominal current
Rated lighting impulse withstand voltage
Rated power frequency withstand voltage
Rated frequency
Number of phases
Rated short time current (1s)
Rated short-circuit making current
Method of operation
Power supply
11 kV disconnector
Applicable standard
Type
Type of operation
Rated voltage
Rated nominal current
Rated lighting impulse withstand voltage
Rated power frequency withstand voltage
Rated frequency
Number of phases
-
Indoor/
outdoor
kV
A
kV peak
kVrms
Hz
kA
kA peak
(manual or
motorized)
V
-
-
-
kV
A
kV peak
kVrms
Hz
kA
134
Rated short time current (1s)
Rated short-circuit making current
Power supply
11 kV circuit breaker
Applicable
Type of circuit breaker
Type of arc quenching medium
Nominal System Voltage
Rated voltage
Rated light impulse withstand voltage
Rated power frequency withstand voltage
Rated frequency
Number of phases
Rated normal current A
Rated short-circuit breaking
Rated short-circuit making current
Number of tripping coils
Number of closing coils
Rated operating sequence (three phase auto
reclosing)
Maximum breaking time
Power supply for auxiliary circuits
First-pole-to-clear factor
11 kV current transformer
Applicable standard
Type
Rated voltage
Rated short time current (1s)
Rated primary currents:
For line feeder
For transformer feeders
kA peak
V
-
Outdoor
SF6
kV
kV
kV peak
kV mms
Hz
A
kA
kA peak
2
1
msec
V
kV
kA
A
A
135
Rated secondary currents
Number of cores:
For metering purpose
For measuring purpose
For protection purpose
Rated burden for metering core
Accuracy class
Rated burden for measuring core
Accuracy class
Accuracy class
Rated burden for protection cores
Accuracy class
11 kV voltage transformer
Application standard
Type
Rated primary voltage
Rated secondary voltage (second winding)
Rated output
Accuracy class:
For metering
For measuring
For protection
Creepage distance - minimum
11 kV lighting arrester - gapless zinc-oxide
type
Applicable standard
Type
Rated continuous voltage
Rated discharge current
Rated frequency
-
-
-
VA
-
VA
-
-
VA
-
-
-
kV
kV
VA/VA
-
-
-
mm
kV
136
Arrester classification
Creepage distance – minimum
Type
Counter indication
Protection class
Number per 3 arresters
Busbar conductors
Type/material
Rated current (with max. Allowed 30 K
temperature rise above max. Ambient
temperature)
Branch connections
11kV OHL Feeder
Overcurrent protection (50, 51, 50N, 51N)
Manufacturer
Type
Autoreclosing with synchrocheck (79,25)
Manufacturer
Type
Circuit breaker fail protection
Manufacturer
Type
Synchrocheck Relay (25)
Manufacturer
Type
Operation modes
Voltages
∆U measurement
Ư measurement
137