kgn sondu 10 2013 tender for design, manufacture, assembly, test, supply and delivery of generator...

54
____________________________________________________________________________ Supply of Generator Transformers for Sondu Miriu Power Station ` KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-SONDU-10-2013 TENDER FOR DESIGN, MANUFACTURE, ASSEMBLY, TEST, SUPPLY AND DELIVERY OF GENERATOR TRANSFORMER FOR SONDU-MIRIU POWER STATION Kenya Electricity Generating Company Ltd Stima Plaza, Kolobot Road, Parklands P.O BOX 47936 -00100 NAIROBI. Website: www.kengen.co.ke November 2013

Upload: moses-karanja-mungai

Post on 21-Jan-2016

12 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

____________________________________________________________________________

Supply of Generator Transformers for Sondu Miriu Power Station

`

KENYA ELECTRICITY GENERATING COMPANY

LIMITED

KGN-SONDU-10-2013

TENDER FOR DESIGN, MANUFACTURE,

ASSEMBLY, TEST, SUPPLY AND DELIVERY

OF GENERATOR TRANSFORMER FOR

SONDU-MIRIU POWER STATION

Kenya Electricity Generating Company Ltd

Stima Plaza, Kolobot Road, Parklands

P.O BOX 47936 -00100

NAIROBI.

Website: www.kengen.co.ke

November 2013

Page 2: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

2

Table of Contents

Section Page

Section A INVITATION FOR TENDERS 3

Section B INSTRUCTIONS TO TENDERERS 4-17

Section C GENERAL CONDITIONS OF CONTRACT 18-22

Section D SPECIAL CONDITIONS OF CONTRACT 23-25

Section E TECHNICAL SPECIFICATIONS & 26-50

PRICE AND SCHEDULE OF REQUIREMENTS

Section G TENDER FORM 51

Section H TENDER SECURITY FORM 52

Section I CONTRACT FORM 53

Section J PERFORMANCE SECURITY FORM 54

Section K MANUFACTURER‟S AUTHORIZATION FORM 55

Section L MANDATORY BUSINESS QUESTIONAIRE 56-59

Page 3: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

3

SECTION A

INVITATION TO TENDER

The Company invites sealed tenders from eligible candidates for Design, Manufacture, Supply,

Delivery, Assembly and Testing of Generator Transformers for Sondu Miriu Power Station whose

specifications are detailed in the tender documents.

Interested firms may obtain further information from and purchase the Tender Documents at the

office of:

Supply Chain Manager,

Tel: (254) (020) 3666000

Fax: (254) (020) 3666200

Email: [email protected]

C.C: [email protected]

[email protected]

Where the tender document may be collected upon payment of a non-refundable fee of KShs.1,000.00 paid in

cash or through a bankers cheque at any KenGen finance office. The document can also be viewed and

downloaded from the website www.kengen.co.ke, and the Bidders who download the tender document from the

website must forward their particulars immediately for records and any further tender clarifications and

addenda. Downloaded copies are FREE

Tenders must be accompanied by a security in the form and amount specified in the tender

documents, and must be delivered to:

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.

On or before: 25th

November 2013 at 11.00 a.m.

Tenders will be opened on 25th

November 2013 at 11.30 a.m. in the presence of tenderers'

representatives who choose to attend in the Executive Room, 7th

Floor, Stima Plaza Phase III.

SUPPLY CHAIN MANAGER

Page 4: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

4

SECTION B

INSTRUCTIONS TO TENDERERS Introduction

1. Eligible Tenderers 1.1 This Invitation for Tenders is open to all tenderers eligible as described in the tender

documents. Successful tenderers shall complete the supply of goods, by the intended date

specified in the tender documents.

1.2 Tenderers shall provide the qualification information statement that the tenderer (including all

members of a joint venture and subcontractors) is not associated, or have been associated in

the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by

the Procuring entity to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of Spare parts for goods

under this Invitation for tender.

1.3 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices.

2. Eligible Goods 2.1 All goods to be supplied under the contract shall have their origin in eligible source countries

2.2 For purposes of this clause, “origin” means the place where the Spare Parts for goods are

mined, grown, or produced. Goods are produced when, through manufacturing, processing, or

substantial and major assembly of components, a commercially-recognized product results

that is substantially different in basic characteristics or in purpose or utility from its

components.

2.3 The origin of goods is distinct from the nationality of the tenderer.

3. Cost of Tendering 3.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender,

and the Kenya Electricity Generating Company Limited, will in no case be responsible or

liable for those costs, regardless of the conduct or outcome of the tendering process.

The Tender Document

4 Contents

4.1 The tender document comprises the documents listed below and addenda issued in accordance

with clause 6 of these instructions to tenders.

(i) Invitation for Tenders

(ii) Instructions to Tenderers

(iii) General Conditions of Contract

(iv) Special Conditions of Contract

(v) Schedule of Requirements & Technical Specifications

(vi) Tender Form and Price Schedules

(vii) Tender Security Form

Page 5: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

5

(viii) Contract Form

(ix) Performance Security Form

(x) Manufacturer‟s Authorization Form

4.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the

tender documents. Failure to furnish all information required by the tender documents or to

submit a tender not substantially responsive to the tender documents in every respect will be

at the tenderers risk and may result in the rejection of its tender.

5.Clarification of Documents

5.1 A prospective tenderer requiring any clarification of the tender document may notify the

Procuring entity in writing by fax at the entity‟s address indicated in the Invitation for tenders.

The Procuring entity will respond in writing to any request for clarification of the tender

documents, which it receives not later than seven (7) days prior to the deadline for the

submission of tenders, prescribed by the Procuring entity. Written copies of the Procuring

entity response (including an explanation of the query but without identifying the source of

inquiry) will be sent to all prospective tenderer that have received the tender document.

6.Amendment of Documents

6.1 At any time prior to the deadline for submission of tenders, the Procuring entity, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective

tenderer, may modify the tender documents by amendment.

6.2 All prospective candidates that have received the tender documents will be notified of the

amendment in writing or by cable, and will be binding on them.

6.3 In order to allow prospective tenderers reasonable time in which to take the amendment into

account in preparing their tenders, the Procuring entity, at its discretion, may extend the

deadline for the submission of tenders.

Preparation of Tenders

7.Language of Tender

7.1 The tender prepared by the tenderer, as well as all correspondence and documents relating

to the tender exchanged by the tenderer and Procuring entity, shall be written in English

language, provided that any printed literature furnished by the tenderer may be written in

another language provided they are accompanied by an accurate English translation of the

relevant passages in which case, for purposes of interpretation of the tender, the English

translation shall govern.

8.Documents Comprising the Tender

8.1 The tender prepared by the tenderer shall comprise the following components:

(a) Tender Form and a Price Schedule completed in accordance with paragraph 9,10

and11 below

(b) documentary evidence established in accordance with paragraph 12 that the

tenderer is eligible to tender and is qualified to perform the contract if its tender is

accepted;

Page 6: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

6

(c) documentary evidence established in accordance with paragraph 13 that the goods

and ancillary services to be supplied by the tenderer are eligible goods and

services and conform to the tender documents; and

(d) tender security furnished in accordance with paragraph 14

9.Tender Form

9.1 The tenderer shall complete the Tender Form and the appropriate Price Schedule

furnished in the tender documents, indicating the goods, to be supplied, a brief

description of the goods, their country of origin, quantity, and prices.

10.Tender Prices

10.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices and total

tender price of the goods it proposes to supply under the contract.

10.2 Prices indicated on the Price Schedule shall be entered separately in the following

manner:

(i) the price of the goods quoted EXW (ex works, ex factory, ex warehouse, ex

showroom, or off-the-shelf, as applicable), including all customs duties and

sales and other taxes already paid or payable:

(ii) charges for inland transportation, insurance, and other local costs incidental

to delivery of the goods to their final destination; and

10.3 Prices quoted by the tenderer shall be fixed during the Tender‟s performance of the

contract and not subject to variation on any account. A tender submitted with an

adjustable price quotation will be treated as non-responsive and will be rejected, pursuant

to paragraph 22.

10.4 The tenderer shall not submit any alternative offers. Only one tender may be submitted

by each tenderer. Any tenderer who fails to comply with this requirement will be

disqualified.

11.Tender Currencies

11.1 Prices shall be quoted in the following currencies:

(a) For goods that the tenderer will supply from within Kenya, the prices shall be

quoted in Kenya shillings; and

(b) For goods that the tenderer will supply from outside Kenya, the prices shall be

quoted in US dollars or in another freely convertible currency.

Page 7: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

7

12. Tenderers Eligibility and Qualifications.

12.1 Pursuant to paragraph 1 of section III, the tenderer shall furnish, as part of its tender,

documents establishing the tenderers eligibility to tender and its qualifications to

perform the contract if its tender is accepted.

12.2 The documentary evidence of the tenderers eligibility to tender shall establish to the

Procuring entity‟s satisfaction that the tenderer, at the time of submission of its tender,

is from an eligible source country as defined under paragraph I of section III.

12.3 The documentary evidence of the tenderers qualifications to perform the contract if its

tender is accepted shall establish to the Procuring entity‟s satisfaction:

(a) that, in the case of a tenderer offering to supply goods under the contract which the

tenderer did not manufacture or otherwise produce, the tenderer has been duly

authorized by the goods‟ Manufacturer or producer to supply the goods;

(b) that the tenderer has the financial, technical, and production capability necessary

to perform the contract;

(b) that, in the case of a tenderer not doing business within Kenya, the tenderer is or

will be (if awarded the contract) represented by an Agent in Kenya equipped, and

able to carry out the Tenderer‟s maintenance, repair, and spare parts-stocking

obligations prescribed in the Conditions of Contract and/or Technical

Specifications.

13. Goods’ Eligibility and Conformity to Tender Document.

13.1 Pursuant paragraph 2 of this section, the tenderer shall furnish, as part of its tender,

documents establishing the eligibility and conformity to the tender documents of all

goods which the tenderer proposes to supply under the contract.

13.2 The documentary evidence of the eligibility of the goods shall consist of a statement in

the Price Schedule of the country of origin of the goods and services offered which a

certificate of origin issued at the time of shipment.

13.3 The documentary evidence of conformity of the goods to the tender documents may be

in the form of literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and performance characteristics of

the goods;

(b) a list giving full particulars, including available sources and current prices of spare

parts, special tools, etc., necessary for the proper and continuing functioning of the

goods for a period of two (2) years, following commencement of the use of the

goods by the Procuring entity; and

(c) a clause-by-clause commentary on the Procuring entity‟s Technical Specifications

demonstrating substantial responsiveness of the goods and services to those

specifications, or a statement of deviations and exceptions to the provisions of the

Technical Specifications.

13.4 For purposes of the commentary to be furnished pursuant to paragraph 13.3(c) above,

Page 8: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

8

the tenderer shall note that standards for workmanship, material, and equipment, as well

as references to brand names or catalogue numbers designated by the Procurement

entity in its Technical Specifications, are intended to be descriptive only and not

restrictive. The tenderer may substitute alternative standards, brand names, and/or

catalogue numbers in its tender, provided that it demonstrates to the Procurement

entity‟s satisfaction that the substitutions ensure substantial equivalence to those

designated in the Technical Specifications.

14.Tender Security

14.1 The tenderer shall furnish, as part of its tender, a Tender Security for the amount

of Kes 500,000.00

14.2 The tender security is required to protect the Procuring entity against the risk of

Tenderer‟s conduct which would warrant the security‟s forfeiture, pursuant to

paragraph 14.7

14.3 The 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 located in Kenya or abroad, in the form provided in the tender

documents or another form acceptable to the Procuring entity and valid till 24th

April

2014

14.4 Any tender not secured in accordance with paragraph 14.1 and 14.3 will be rejected by

the Procuring entity as nonresponsive, pursuant to paragraph 22.

14.5 Unsuccessful Tenderer‟s tender security will be discharged or returned as promptly as

possible but not later than thirty (30) days after the expiration of the period of tender

validity prescribed by the Procuring entity.

14.6 The successful Tenderer‟s tender security will be discharged upon the tenderer signing

the contract, pursuant to paragraph 30, and furnishing the performance security,

pursuant to paragraph 31.

14.7 The tender security may be forfeited:

(a) if a tenderer withdraws its tender during the period of tender validity specified by

the procuring entity on the Tender Form; or

(b) in the case of a successful tenderer, if the tenderer fails:

(i) to sign the contract in accordance with paragraph 30

or

(ii) to furnish performance security in accordance with paragraph 31.

15. Validity of Tenders

15.1 Tenders shall remain valid for 120 days or as specified in the tender documents after

date of tender opening prescribed by the Kenya Electricity Generating Company

Limited, pursuant to paragraph 18. A tender valid for a shorter period shall be rejected

by the Procuring entity as nonresponsive.

Page 9: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

9

15.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer‟s consent to

an extension of the period of validity. The request and the responses thereto shall be

made in writing. The tender security provided under paragraph 14 shall also be suitably

extended. A tenderer may refuse the request without forfeiting its tender security. A

tenderer granting the request will not be required nor permitted to modify its tender.

16. Format and Signing of Tender

16.1 The tenderer shall prepare TWO copies of the tender, clearly marking “ORIGINAL

TENDER” and “COPY OF TENDER,” as appropriate. In the event of any

discrepancy between them, the original shall govern. Tenderers are further advised to

provide a soft copy in PDF format of their bid document in an electronic device

(CD).

16.2 The original and all copies of the tender shall be typed or written in indelible ink and

shall be signed by the tenderer or a person or persons duly authorized to bind the

tenderer to the contract. The latter authorization shall be indicated by written power-of-

attorney accompanying the tender. All pages of the tender, except for unamended

printed literature, shall be initialed by the person or persons signing the tender.

16.3 The tender shall have no interlineations, erasures, or overwriting 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 copies of the tender in separate envelopes, duly

marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be

sealed in an outer envelope.

17.2 The inner and outer envelopes shall :

(a) be addressed to the Procuring entity at the following address:

Company Secretary, Legal & Corporate Affairs Director

Kenya Electricity Generating Co. Ltd.

7th

Floor, Stima Plaza Phase III

Kolobot Road, Parklands

P O Box 47936-00100

NAIROBI, KENYA.

bear, “Tender for Design, Manufacturer, Assembly, Supply, Delivery, and Testing of

Generator Transformers for Sondu Miriu Power Station " The Invitation for tenders

(IFT),and the words: “DO NOT OPEN BEFORE 25TH

NOVEMBER 2013 AT 11.30 A.M.

17.3 The inner envelopes shall also indicate the name and address of the tenderer to enable

the tender to be returned unopened in case it is declared “late”.

17.4 If the outer envelope is not sealed and marked as required by paragraph 17.2, the

Page 10: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

10

Procuring entity will assume no responsibility for the tender‟s misplacement or

premature opening.

18. Deadline for Submission of Tenders

18.1 Tenders must be received by the Procuring entity at the address specified under

paragraph 17.2 not later than 25th

November 2013 at 11.00 a.m.

18.2 The Procuring entity may, at its discretion, extend this deadline for the submission of

tenders by amending the tender documents in accordance with paragraph 6, in which

case all rights and obligations of the Procuring entity and candidates previously subject

to the deadline will thereafter be subject to the deadline as extended.

19. Modification and Withdrawal of Tenders

19.1 The tenderer may modify or withdraw its tender after the tender‟s submission, provided

that written notice of the modification, including substitution or withdrawal of the

tenders, is received by the Procuring prior to the deadline prescribed 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 of paragraph 17. A withdrawal notice

may also be sent by cable, but followed by a signed confirmation copy, postmarked not

later than the deadline for submission of tenders.

19.3 No tender may be modified after 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 expiration of the period of tender validity specified by the tenderer on

the Tender Form. Withdrawal of a tender during this interval may result in the

Tenderer‟s forfeiture of its tender security, pursuant to paragraph 14.7

Opening and Evaluation of Tenders

20. Opening of Tenders

20.1 The Procuring entity will open all tenders in the presence of tenderers‟ representatives who

choose to attend, on 25th

November 2013 at 11.30 a.m.7th

floor, Executive Room, Stima

Plaza, Phase III, Kolobot Road, Parklands. The tenderers‟ representatives who are present

shall sign a register evidencing their attendance.

20.2 The tenderers‟ names, tender modifications or withdrawals, tender prices, discounts, and the

presence or absence of requisite tender security and such other details as the Kenya

Electricity Generating Company Limited, at its discretion, may consider appropriate, will be

announced at the opening.

20.3 The Procuring entity will prepare minutes of the tender opening.

21. Clarification of Tenders

21.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity

Page 11: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

11

may, at its discretion, ask the tenderer for a clarification of its tender. The request for

clarification and the response shall be in writing, and no change in the prices or substance of

the tender shall be sought, offered, or permitted.

21.2 Any effort by the tenderer to influence the Procuring entity in the Procuring entity‟s tender

evaluation, tender comparison or contract award decisions may result in the rejection of the

tenderers‟ tender.

22. Preliminary examination and mandatory requirements

22.1 The Procuring entity will examine the tenders to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether the tenders are

generally in order. (see appendix to this clause)

22.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price and

quantity, the unit price shall prevail, and the total price shall be corrected. If the candidate

does not accept the correction of the errors, its tender will be rejected, and its tender

security may be forfeited. If there is a discrepancy between words and figures, the amount

in words will prevail.

22.3 The Procuring entity may waive any minor informality or non-conformity or irregularity in a

tender which does not constitute a material deviation, provided such waiver does not

prejudice or affect the relative ranking of any tenderer.

22.4 Prior to the detailed evaluation, pursuant to paragraph 23, the Procuring entity will

determine the substantial responsiveness of each tender to the tender documents. For

purposes of these paragraphs, a substantially responsive tender is one which conforms to all

the terms and conditions of the tender documents without material deviations. The

Procuring entity‟s determination of a tender‟s responsiveness is to be based on the contents

of the tender itself without recourse to extrinsic evidence.

22.5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and may

not subsequently be made responsive by the tenderer by correction of the nonconformity.

23. Evaluation and Comparison of Tenders 23.1 The Procuring entity will evaluate and compare the tenders which have been determined to

be substantially responsive, pursuant to paragraph 22.

23.2 The Procuring entity‟s evaluation of a tender will exclude and not take into account:

(a) in the case of goods manufactured in Kenya or goods of foreign origin already located

in Kenya, sales and other similar taxes, which will be payable on the goods if a

contract is awarded to the tenderer; and

( b ) any allowance for price adjustment during the period of

execution of the contract, if provided in the tender.

Page 12: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

12

23.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf price of the goods

offered from within Kenya, such price to include all costs, as well as duties and taxes paid

or payable on components and raw material incorporated or to be incorporated in the goods.

23.4 The Procuring entity‟s evaluation of a tender will take into account, in addition to the tender

price and the price of incidental services, the following factors, in the manner and to the

extent indicated in paragraph 23.5 and in the technical specifications:

(a) delivery schedule offered in the tender;

(b) deviations in payment schedule from that specified in the Special Conditions of

Contract;

(c) the cost of components, mandatory spare parts, and service;

(d) the availability in Kenya of spare parts and after-sales services for the equipment

offered in the tender;

23.5 Pursuant to paragraph 23.4 the following evaluation methods

will be applied:

(a) Delivery schedule.

(i) The Procuring entity requires that the goods under the Invitation for Tenders

shall be delivered at the time specified in the Schedule of Requirements.

Tenders offering deliveries longer than the procuring entity‟s required delivery

time will be treated as non-responsive and rejected.

(b) Deviation in payment schedule.

Tenderers shall state their tender price for the payment of schedule outlined in

the special conditions of contract. Tenders will be evaluated on the basis of this

base price. Tenderers are, however, permitted to state an alternative payment

schedule and indicate the reduction in tender price they wish to offer for such

alternative payment schedule. The Procuring entity may consider the alternative

payment schedule offered by the selected tenderer.

(c) Spare parts and after sales service facilities .

Tenderers must offer items with service and spares parts back-up. Documentary

evidence and locations of such back- up must be given. Where a tenderer offers items

without such back-up in the country, he must give documentary evidence and

assurance that he will establish adequate back-up for items supplied.

Page 13: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

13

24. Contacting the Procuring entity

24.1 Subject to paragraph 21, no tenderer shall contact the Procuring entity on any matter

relating to its tender, from the time of the tender opening to the time the contract is

awarded..

24.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender

evaluation, tender comparison, or contract award may result in the rejection of the

Tenderer‟s tender.

Award of Contract

25. Post-qualification

25.1 In the absence of pre-qualification, the Procuring entity will determine to its satisfaction

whether the tenderer that is selected as having submitted the lowest evaluated responsive

tender is qualified to perform the contract satisfactorily.

25.2 The determination will take into account the tenderer financial, technical, and production

capabilities. It will be based upon an examination of the documentary evidence of the

tenderers qualifications submitted by the tenderer, pursuant to paragraph 12.3, as well as

such other information as the Procuring entity deems necessary and appropriate.

25.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer.

A negative determination will result in rejection of the Tenderer‟s tender, in which event

the Procuring entity will proceed to the next lowest evaluated tender to make a similar

determination of that Tenderer‟s capabilities to perform satisfactorily.

26. Award Criteria 26.1 Subject to paragraph 10,23 and 28 the Procuring entity will award the contract to the

successful tenderer(s) whose tender has been determined to be substantially responsive and

has been determined to be the lowest evaluated tender, provided further that the tenderer is

determined to be qualified to perform the contract satisfactorily.(Refer to Appendix for

evaluation criteria)

27. Procuring entity’s Right to Vary quantities

27.1 The Procuring entity 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. Procuring entity’s Right to Accept or Reject Any or All Tenders

28.1 The Procuring entity reserves the right to accept or reject any tender, and to annul

the tendering process and reject all tenders at any time prior to contract award, without

thereby incurring any liability to the affected tenderer or tenderers or any obligation to

inform the affected tenderer or tenderers of the grounds for the Procuring entity‟s action.

29. Notification of Award

29.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the

successful tenderer in writing that its tender has been accepted.

Page 14: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

14

29.2 The notification of award will constitute the formation of the Contract.

30. Signing of Contract

30.1 At the same time as the Procuring entity notifies the successful tenderer that its tender has

been accepted, the Procuring entity will send the tenderer the Contract Form provided in the

tender documents, incorporating all agreements between the parties.

30.2 Within fifteen (15) days of receipt of contract form, the successful tenders shall sign and

date the contract and return it to the preparing entity.

31. Performance Security

31.1 Within fifteen (15) days of the receipt of notification of award from the successful tenderer

shall furnish the performance security in accordance with the Conditions of Contract, in the

Performance Security Form provided in the tender documents, or in another form

acceptable to the Procuring entity.

31.2 Failure of the successful tenderer to comply with the requirement of paragraph 30 or

paragraph 31 shall constitute sufficient grounds for the annulment of the award and

forfeiture of the tender security, in which event the Procuring entity may make the award to

the next lowest evaluated Candidate or call for new tenders.

32. Corrupt Fraudulent Practices

32.1 The Procuring entity requires that tenderers observe the highest standard of ethics during

the procurement process and execution of contracts. In pursuance of this policy, the

Procuring entity:-

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the procurement process or

in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of the

Procuring entity, and includes collusive practice among tenderer (prior to or

after tender submission) designed to establish tender prices at artificial non-

competitive levels and to deprive the Procuring entity of the benefits of free and

open competition;

(b) will reject a proposal for award if it determines that the tenderer recommended for

award has engaged in corrupt or fraudulent practices in competing for the contract in

question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded any contract if it at any time determines that the firm has engaged in corrupt

or fraudulent practices in competing for, or in executing, a contract.

32.2 Furthermore, tenderers shall be aware of the provision stated in the General Conditions of

Contract.

Page 15: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

15

APENDIX: Criteria for Preliminary examination and mandatory requirements.

Subject to clause 22, the criteria for evaluation will be among others will be as shown in

below table. Tenderers are required to provide necessary documentary evidence as required

and tick the space provided to indicate compliance.

No Item Tick Where

Provided

1 Company proof of incorporation (attach certified copy of Incorporation/

Registration)

2 Evidence of payment for the tender document (official receipt if nor

downloaded)

3

Tender Security/Bid bond of Kes. 500,000.00

Bank Guarantee valid for 120 days from date of closing of tender.

Bankers‟cheque also acceptable.

4 Duly completed Price Schedule, Signed and Stamped with date on every

page.

5 Duly completed Tender Form, Signed and Stamped with date.

6 Copy of valid Tax Compliance Certificate(Local Suppliers)

7 Notarized Power of Attorney for the person(s) signing the tender on behalf

of the tenderer.

8 Provide phone number (s) and email address (es) for the person(s) signing the

tender on behalf of the tenderer.

9 Physical Registered Office Address

(Attach proof of ownership/lease/rental etc)

10 Duly Filled and signed Mandatory Confidential Business Questionnaire

11

SIMILAR WORKS

List of similar generator transformer manufacturing works and their value

and duration of completion undertaken within the last eight years. (Attach

award letter and certificate of completion of at least two (2) of those works)

– complete as per format below in separate sheet.

Project

name

Name of

client and

contact

person

Type and

Rating of

Transform

er

Year of contract

completion(attac

h award and

completion

certificates)

Value of

Contract

(USD)

Page 16: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

16

12

Names with full telephone contacts email addresses, physical addresses and

reference letters from of at least two (2) previous Clients offered similar

services.

13

Reports on financial standing of the company/firm including profit and loss

statements, balance sheets and auditor‟s reports reported within the last 2

Years of the date of the tender document.

(For companies or firms that are registered or incorporated within the last

one calendar year of the Date of the Tender Document, they should submit

certified copies of bank statements covering a period of at least six months

prior to the date of the tender document. The copies should be certified by

the Bank issuing the statements. The certification should be original).

14 Copy of ISO 9001:2008 standard (or Equivalent) certification

15 Provision of brochures and any detailed literature material illustrating

your transformer manufacturing process.

16 Duly completed Technical Specifications compliance table (pages 44-49),

Signed and Stamped with date on every page.

17

Any other document or item required by the Tender Document that is non-

financial. (The Tenderer shall specify such other documents or items it has

submitted)

Only firms that meet these preliminary, mandatory requirements shall be subjected to

technical evaluation criteria as set out in clause 25 of the section E: Technical Specifications,

Price and Schedule of Requirements.

Page 17: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

17

SECTION C

GENERAL CONDITIONS OF CONTRACT

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Procuring entity and

the tenderer, as recorded in the Contract Form signed by the parties, including all

attachments and appendices thereto and all documents incorporated by reference

therein.

(b) “The Contract Price” means the price payable to the tenderer under the Contract for

the full and proper performance of its contractual obligations.

(c) “The Goods” means all of the equipment, machinery, and/or other materials, which

the tenderer is required to supply to the Procuring entity under the Contract.

(d) “The Procuring entity” means the organization purchasing the Goods under this

Contract.

(e) “The tenderer” means the individual or firm supplying the Goods under this Contract.

2. Application

2.1 These General Conditions shall apply in all Contracts made by the Procuring entity for the

procurement of goods.

3. Country of Origin 3.1 For purposes of this Clause, “origin” means the place where the Goods were mined, grown,

or produced.

3.2 The origin of Goods and Services is distinct from the nationality of the tenderer.

4. Standards 4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the

General Conditions and Technical Specifications of contract.

5. Use of Contract Documents and Information

5.1 The Candidate shall not, without the Procuring entity‟s prior written consent, disclose the

Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or

information furnished by or on behalf of the Procuring entity in connection therewith, to

any person other than a person employed by the tenderer in the performance of the

Contract.

5.2 The tenderer shall not, without the Procuring entity‟s prior written consent, make use of any

document or information enumerated in paragraph 5.1 above.

5.3 Any document, other than the Contract itself, enumerated in paragraph 5.1 shall remain the

property of the Procuring entity and shall be returned (all copies) to the Procuring entity on

completion of the Tenderer‟s performance under the Contract if so required by the

Procuring entity.

Page 18: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

18

6. Patent Rights 6.1 The tenderer shall indemnify the Procuring entity against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods

or any part thereof in the Procuring entity‟s country.

7. Performance Security

7.1 Within fifteen (15) days of receipt of the notification of Contract award, the successful

tenderer shall furnish to the Procuring entity the performance security in the amount

specified in Special Conditions of Contract.

7.2 The proceeds of the performance security shall be payable to the Procuring entity as

compensation for any loss resulting from the Tenderer‟s failure to complete its obligations

under the Contract

7.3 The performance security shall be denominated in the currency of the Contract, or in a freely

convertible currency acceptable to the Procuring entity and shall be in the form of a bank

guarantee or an irrevocable letter of credit issued by a reputable bank located in Kenya or

abroad, acceptable to Procuring entity, in the form provided in the tender documents.

7.4 The performance security will be discharged by the Procuring entity and returned to the

Candidate not later than thirty (30) days following the date of completion of the Tenderer‟s

performance obligations under the Contract, including any warranty obligations, under the

Contract.

8.Inspection and Tests

8.1 The Procuring entity or its representative shall have the right to inspect and/or to test the

Goods to confirm their conformity to the Contract specifications. The Procuring entity shall

notify the tenderer in writing, in a timely manner, of the identity of any representatives

retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the tenderer or its

subcontractor(s), at point of delivery, and/or at the Goods‟ final destination. If conducted

on the premises of the tenderer or its subcontractor(s), all reasonable facilities and

assistance, including access to drawings and production data, shall be furnished to the

inspectors at no charge to the Procuring entity.

8.3 Should any inspected or tested Goods fail to conform to the Specifications, the Procuring

entity may reject the Goods, and the tenderer shall either replace the rejected Goods or

make alterations necessary to meet specification requirements free of cost to the Procuring

entity.

8.4 The Procuring entity‟s right to inspect, test and, where necessary, reject the Goods after the

Goods‟ arrival shall in no way be limited or waived by reason of the Goods having

previously been inspected, tested, and passed by the Procuring entity or its representative

prior to the Goods‟ delivery.

8.5 Nothing in paragraph 8 shall in any way release the tenderer from any warranty or other

obligations under this Contract.

Page 19: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

19

8.6 Certificate of conformity

8.7 All consignments subject to Pre-Export Verification of Conformity (PVoC) to Standards

Programme must obtain a Certificate of Conformity (CoC) issued by PVoC Country

Offices Prior to shipment. The Certificate is a mandatory Customs Clearance document in

Kenya; Consignments arriving at Kenyan Ports without this document will be denied

entry into the Country.

8.8 Since PvoC is a conformity assessment process to verify that products imported to Kenya are

in compliance with the applicable Kenya standards or approved equivalents, regulations

and technical requirements before shipment, it is the sole responsibility of the supplier (ie

exporter) to demonstrate the same and hence meet any associated costs of verification.

9. Packing

9.1 The tenderer shall provide such packing of the Goods as is required to prevent their damage

or deterioration during transit to their final destination, as indicated in the Contract.

9.2 The packing, marking, and documentation within and outside the packages shall comply

strictly with such special requirements as shall be expressly provided for in the Contract.

10. Delivery and Documents

10.1 Delivery of the Goods shall be made by the tenderer in accordance with the terms specified

by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract

11. Insurance

11.1 The Goods supplied under the Contract shall be fully insured against loss or damage

incidental to manufacture or acquisition, transportation, storage, and delivery in the manner

specified in the Special conditions of contract

12.Payment

12.1 The method and conditions of payment to be made to the tenderer under this Contract shall

be specified in Special Conditions of Contract.

12.2 Payments shall be made promptly by the Procuring entity as specified in the contract.

13.Prices

13.1 Prices charged by the tenderer for Goods delivered and Services performed under the

Contract shall not, with the exception of any price adjustments authorized in Special

Conditions of Contract, vary from the prices by the tenderer in its tender.

14.Assignment

14.1 The tenderer shall not assign, in whole or in part, its obligations to perform under this

Contract, except with the Procuring entity‟s prior written consent.

15.Subcontracts

15.1 The tenderer shall notify the Procuring entity in writing of all subcontracts awarded under

this Contract if not already specified in the tender. Such notification, in the original tender

or later, shall not relieve the tenderer from any liability or obligation under the Contract.

16.Termination for Default

Page 20: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

20

16.1 The Procuring entity may, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to the tenderer, terminate this Contract in whole or in part:

(a) if the tenderer fails to deliver any or all of the Goods within the period(s) specified in

the Contract, or within any extension thereof granted by the Procuring entity.

(b) if the tenderer fails to perform any other obligation(s) under the Contract.

(c) if the tenderer, in the judgment of the Procuring entity has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

16.2 In the event the Procuring entity terminates the Contract in whole or in part, it may procure,

upon such terms and in such manner as it deems appropriate, Goods similar to those

undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for

such similar Goods.

17. Liquidated Damages

If the tenderer fails to deliver any or all of the goods within the period(s) specified in the

contract, the procuring entity shall, without prejudice to its other remedies under the

contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the

delivered price of the delayed goods up to a maximum deduction of 10% of the delayed

goods. After this the tenderer may consider termination of the contract.

18. Resolution of Disputes

18.1 The procuring entity and the tenderer shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the contract.

18.2 If, after thirty (30) days from the commencement of such informal negotiations both parties

have been unable to resolve amicably a contract dispute, either party may require

adjudication in an agreed national or international forum, and/or international arbitration.

19. Language and Law

19.1 The language of the contract and the law governing the contract shall be English language

and the Laws of Kenya respectively unless otherwise stated.

20. Force Majeure

20.1 The tenderer shall not be liable for forfeiture of its performance security, or termination for

default if and to the extent that its delay in performance or other failure to perform its obligations

under the Contract is the result of an event of Force Majeure.

Page 21: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

21

SECTION D

SPECIAL CONDITIONS OF CONTRACT

1. Definitions (a ) “Goods” means “Generator Transformer for Sondu Power Station”

(b) The “Procuring entity” is Kenya Electricity Generating Company Limited of

Stima Plaza, Kolobot Road, Parklands, P.O. Box 47936 - 00100 GPO,

Nairobi. Kenya and includes the Purchaser's legal representatives successors or

assigns.

2. Applications 2.1 The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract.

7. Performance Security 7.1 The Performance Security shall be in the amount of 10% of the total Contract Price

7.2 The Procuring Entity shall not be required to demonstrate the loss it has suffered.

7.3 Performance Security shall be valid for entire contract period.

10. Delivery Period

The preferred delivery period will be Eight (8) calendar Months as stated in the technical

specifications and schedule of requirements below and shall be from the date of signing the

contract.

Bidder shall indicate separately the delivery period of each item. Delivery period shall be one

of the major criteria of the award

12. Payment Terms & Conditions The credit period shall be:-

12.1(a) for local suppliers, Kenya Electricity Generating Company's payment terms are 30 days upon

receipt of certified invoices and delivery notes confirming that the invoiced material has been

delivered and are in accordance with the contract.

b) for overseas suppliers, payments shall be effected upon presentation of a complete

set of shipping documents to the advising bank as will be stipulated in the Letter of

Credit (LC)

12.2 (a) For Local Suppliers

Payment shall be made through Kenya Electricity Generating Company's electronic funds transfer

for the amount of contract. The terms shall be:-

Page 22: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

22

(i.) strictly Delivered and Duty Paid (DDP)

(b) For Foreign Suppliers Payment shall be through an LC under the following conditions:-

(i) The supplier shall be required to meet all LC bank charges incurred

in their country, while KenGen shall meet those incurred

in Kenya

(ii) Any extension and or amendment charges and other costs that may result from the

Supplier‟s delays, requests, mistakes or occasioned howsoever by the Supplier

shall be to the Beneficiary‟s account.

(iii) The maximum number of LC extensions shall be limited to a maximum of two (2)

only, but not exceeding one quarter (3 months) each, at the cost of the beneficiary.

(iv) Should the Supplier require a confirmed LC, then all confirmation and any other

related charges levied by both the Supplier‟s and Procuring Entity‟s bank shall be

to the Beneficiary‟s account.

(v) The LC shall be opened only for the specific Order within the validity period of

the contract

(vi) LCs shall be partial for partial deliveries or full for one delivery as per the contract.

(vii) The Supplier shall be required to submit a Proforma invoice for each lot or schedule

for use in the placement of order and opening of the LC. The Proforma

Invoice shall be on total Cost and Freight (CFR) basis Mombasa Port KenGen shall meet the

Insurance cost for the consignment.

(viii) A copy of the Performance Security, stamped and certified as authentic by the

Procuring entity, whose expiry date should not be less than 30 days from the LC

expiry date, shall form part of the documents to be presented to the Bank before any

payment is made.

(c) Advance Payment

Advance Payment is not applicable to this tender.

Page 23: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

23

SECTION E

TECHNICAL SPECIFICATIONS, PRICE AND SCHEDULE OF

REQUIREMENTS

Schedule of mandatory Technical Requirements:

One, 33.7/40MVA, 11kV/132 kV, 50 Hz, ONAN/ONAF, YNd1, 3- phase Step-up

Generator Transformers for Sondu Miriu Power Station.

Equivalency of Standards and Codes

Wherever reference is made in the Technical Specifications to specific standards and codes to be met

by the goods and materials to be furnished or tested, the provisions of the latest current edition or

revision of the relevant shall apply, unless otherwise expressly stated in the Contract. Where such

standards and codes are national or relate to a particular country or region, other authoritative

standards that ensure substantial equivalence to the standards and codes specified will be acceptable.

Where appropriate, drawings, including site plans as required, may be furnished by the Purchaser

with the bidding documents. Similarly, the Supplier may be requested to provide drawings or

samples either with its bid or for prior review by the Purchaser during contract execution.

Description Qty

1 33.7/40MVA, 11kV/132kV, 50 Hz, ONAN/ONAF, YNd1, 3- phase Step-

up Generator Transformer complete as per the specifications.

1

2 Witness of tests by two KenGen Engineers Lot

3 Supervision of Assembly, Oil filling and routine testing of the transformer. Lot

4 SPARES.

4.1 Fan + motor, complete 1

4.2 Spare 132kV Bushing, Complete with termination clamp and line spindle 1

4.3 Spare Neutral bushing complete with termination clamp 1

4.4 11 kV Bushing, complete with termination clamp 1

4.5 Mercury Thermometers complete with alarm and trip contacts 1

4.6 Spare Transformer oil (packed in 210 Liters drums) 10

4.7 Conservator Rubber bellow (air cell) 1

4.8 Spare oil valve (Of each type & size) Lot

4.9 2PCS for each transformer gasket Lot

4.10 Complete set of “O”-rings lot

4.11 Spare winding temperature monitoring and protection CT 1

Page 24: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

24

TECHNICAL SPECIFICATION

SONDU 33.7/40MVA, 11/132kv, YNd1, ONAN/ONAF GEN. TRANSFORMER

FOREWORD

This specification is based on IEC 60076, BS 171 and other related international specifications.

1. SCOPE

This specification is for the Design, manufacture,Supply, Delivery Assembly , Testing and

commissioning of Generator Transformers for Sondu Miriu Power Station.

2. SERVICE CONDITIONS

2.1 Operating Conditions

The transformer shall be suitable for continuous outdoor operation in tropical latitudes

with the following atmospheric conditions:

2.1.1 Altitude: 1206M Above Sea level.

2.1.2 Humidity: Heavy humidity of 50%.

2.1.3 Ambient temperatures of 35oC average, (+40

oC max. and +20

oC min.).

2.1.4 The transformer shall be designed and manufactured to withstand load

rejection conditions as per IEC 60076-1.

2.1.5 Existing fault level at Sondu 132 kV bus-bar is approximately 1706 MVA. The

Transformer design should be commensurate with this fault level.

2.1.6 The on load tap changer shall be one to be operated both from local and

remote through the existing Toshiba DCS

2.2 LV Transformer connections:

2.2.1 The TX shall be installed; LV terminated to open existing termination lugs of

11 kV XLPE cables. The cables are two (2) per phase, XLPE Copper cables to

the 11 kV Machine breaker.

2.2.2 The LV termination box , to IP54, shall be equipped with bushings mounted

with electro-tinned coppers busbars, support insulators of suitable rating for

the termination of the 2 No. 11kV XLPE copper cables per phase onto the

bushing

2.2.3 The bidder shall supply a flex copper connector that will be used to terminate

the copper cables to the electro-tinned copper bus bars mentioned in 2.2.2

Page 25: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

25

2.2.4 The 11 kV bushing spindle shall have an adapting clamp with provision for

connecting the flexible connector, and any other necessary accessories to

connect to the lugged copper cables.

2.3 HV transformer connections

2.3.1 On the 132 kV side, the transformers will be connected directly from the HV

bushings to a 132kV overhead system via copper conductors and 132 kV

circuit breakers.

2.3.2 The 132KV bushing spindle shall have a clamp to adapt to an existing copper

conductor/tube. (details of which shall be given to the successful bidder during the

design stage )

2.3.3 Non-metallic phase identification plates coloured Red, Yellow, Blue and Black

and labeled R,Y B and N shall be placed at suitable location on top of the

transformer bushes, so as to be visible from the ground level.

2.3.4 The HV bushing shall be supplied with clamps to adopt to the existing HT

connections.

3. GENERAL

3.1 Transformer shall comply with the requirement of BS 171: 1970, IEC60076, and any other

related international specification. Any deviations from the specifications shall be mentioned

as a specific item in your offer & be highlighted in the technical schedule.

3.2 The transformer shall be suitable for outdoor use, shall be of core type, oil immersed Air

Natural Oil Natural (ONAN), Oil Natural Air Forced (ONAF) cooled with adequate heat

exchangers mounted on the sides of the transformer tank through isolating valves.

3.3 Oil preservation system: - The transformer‟s active parts shall be isolated from the external

atmosphere, with an oil resistant long life rubber bellow provided in the conservator,

separating the transformer‟s oil from the outer atmosphere. This facility will provide easy

expansion and contraction of the transformer‟s insulating oil over the full operating load and

temperature ranges.

3.4 The transformer shall have two tank earthing terminals located on diagonally opposite

corners.

3.5 The transformer shall have suitably located air release valves or plugs where required, as per

IEC 60076-1. The supplier should provide bleeding points for the heat exchangers, Main

Tank, bushing turrets, conservator and all other accessories during the oil filling process.

3.6 The transformer shall have stainless steel name plate and connection diagram as IEC 60076.

3.7 The transformer shall have well labeled Core, Tank and frame earthing test links box, located

on the transformer tank top cover and easily accessible for testing of the Insulation

resistances.

Page 26: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

26

3.8 The bidder shall clearly indicate/disclose the exact location/country where the transformer

shall be manufactured.

3.9 The existing assembled transformer covers the following dimensions complete with

accessories:

Tank base Length =6847mm

Tank Base width =4160mm

Overall height of the assembled transformer =5527mm

Other details to be provided to the winning bidder.

4.0 The existing plinth has the following `dimensions

Length =375mm

Width =242mm

4. RATINGS

4.1 The rating of the transformers shall be 33.7/40MVA, 3 phase, 11/132kV, YNd1, oil

immersed connected on the 132 kV side to an overhead bus-bar system with a fault

level rating of 1706 MVA. The 11 kV side shall be connected, through an 11kV

isolator, to an existing 11kV Machine breaker via XLPE copper cables.

4.2 The normal rating specified shall be the continuous rating at the maximum ambient

temperature of +40oC.

4.3 At full load and maximum ambient temperature, the oil temperature should not

exceed 90oC (Maximum oil temperature rise of 50 Celsius)

5. CONNECTIONS

5.1 The transformer shall be wound in Star/Delta configuration according to Vector

reference YNd1, with Star connection on the HV winding brought out through the

neutral bushing.

6 TAPPINGS AND ON LOAD TAP CHANGER

6.1 Transformer shall be provided with tappings on the high voltage winding for voltage

variation in steps of 1.25% of the nominal as follows:

Page 27: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

27

6.2 The tapping shall be carried out by an On-load Tap-Changer. The OLTC shall be provided

with a handle for manual operation. The operation of the tap changer shall be possible from

the ground level.

6.3 Tap position indication should be clearly visible from ground level and should have a

provision for remote tap changer position indicator wired to the Control room, a distance of

200m from the transformer. The RTCC and the connection are in the scope of this tender.

6.4 The manufacturer shall provide a remote tap position indicator, indicating the selected tap

position and the corresponding HV nominal voltage. The required cable and cabling

accessories shall be provided. (Cable length shall be approx. 200m for the transformer)

6.5 The manufacturer shall provide voltage free contacts to be used for indication of the tap

position in the existing DCS/SCADA systems. The said contacts shall be wired to the

marshalling kiosk TB.

6.6 The manufacturer shall provide a limit switch to monitor the completion of tap changing

process/cycle. The limit switch should have 1 set of contacts (NO + NC) and should be

wired to the marshalling kiosk.

7. CORE AND FLUX DENSITY

7.1 The magnetic circuit shall be of low loss, cold rolled, grain oriented high-grade steel. The

flux density at any point of the magnetic circuit when the transformer is connected on the

VOLTAGE RATIO HV TO LV

TAPPING POS PRIMARY (VOLTS) SECONDARY (VOLTS)

1. 145200 11000

2. 143550 11000

3. 141900 11000

4. 140250 11000

5. 138600 11000

6. 136950 11000

7. 135300 11000

8. 133650 11000

9. 132000 - Nominal 11000

10. 130350 11000

11. 128700 11000

12. 127050 11000

13. 125400 11000

14. 123750 11000

15. 122100 11000

16. 120450 11000

17. 118800 11000

Page 28: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

28

principal tapping and operating at nominal voltage and frequency shall not exceed 1.65

Tesla (16500 lines/sq. cm).

8. LOSSES, REGULATION AND IMPEDANCE

8.1 Losses of the transformer shall be stated and shall be subjected to tolerances in accordance

with BS 171 or IEC 60076. The fixed losses shall be as low as is consistent with good

design, reliability and economical use of materials.

8.2 The impedance voltage at extreme tapping and principal tapping shall be stated and shall

be subject to tolerance in accordance with BS 171 or IEC 60076. The required % age

impedances at nominal tap shall not exceed 12.5 %

8.3 Guaranteed No-load and Full-Load losses should be stated in the offer. This Shall Be

used in the Evaluation of the Tender based on price of energy in (US D 0.087/Kwhr) at

the time of opening of the tenders.

9. TRANSFORMER WINDING

9.1. The winding material shall be high conductivity grade copper

9.2. The winding insulation shall be high grade Kraft paper

10. BUSHINGS, CURRENT TRANSFORMERS AND TERMINATIONS

9.1 The transformer LV and HV windings shall be brought out separately through bushings

in accordance with BS137.

9.2 The Transformer phases shall be clearly marked and labeled using the nomenclature R,

Y, B, N for High Voltage and r, y, b for low voltage winding. Marking shall be of steel

plate and clearly visible from ground level. The red phase shall be to the extreme left

faced from the High voltage side

9.3 High Voltage Bushings:

9.3.1 The HV bushings shall be oil filled condenser type and of minimum rating at

145kV, 1000Amp.

9.3.2 The HV bushings must be fitted with protective spark gaps.

9.3.3 The HV bushing shall be of the outdoor type mounted on the transformer top

cover in order to connect with overhead bus-bar via copper conductor/tube.

9.3.4 The HV bushing shall be provided with suitable test point for testing bushing

capacitance and Tan-Delta.

9.3.5 The HV bushings shall be equipped with an oil level gauge of prismatic glass.

9.3.6 The bushing(s) shall have an oil venting plug on the turret.

9.3.7 The HV bushing spindle must be silver plated for use with existing copper

connectors via termination clamps under the scope of supply.

9.3.8 The air clearances shall be so coordinated that the probability of a flashover

from the terminal of one winding to the terminal of another winding is

negligible. This shall be as per IEC 60076.

Page 29: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

29

9.3.9 The creepage distance of bushings must not be less than 25mm /kV based on

the highest operating phase-to-phase voltage.

9.3.10 The matching terminal clamps to connect the existing copper conductor/pipe

shall form part of the delivery. The termination clamp details shall be provided

at the design stage to the winning bidder.

9.4 High Voltage Neutral Bushing:

9.4.1 The neutral bushing shall be of the outdoor type mounted on the transformer

top cover

9.4.2 The neutral bushing shall be provided with suitable test point for testing

bushing capacitance and Tan-Delta.

9.4.3 The neutral bushings shall be equipped with an oil level gauge of prismatic

glass.

9.4.4 The bushing shall have an oil venting plug

9.4.5 The neutral bushing shall be provided with the appropriate bushing clamp and

insulated copper bar for linking the neutral terminal to the existing earthing

network. The necessary termination copper clamps shall form part of the bid.

9.5 Low Voltage Bushings:

9.5.1 The LV bushings shall be rated 11 kV, 3000 Amp.

9.5.2 The LV bushings shall be mounted on the transformer tank top opposite the

HV side of the Transformer. The bushings shall take vertical orientation and

houses.

9.5.3 The bushing(s) shall have an oil venting plug

9.5.4 The LV bushing terminal must be silver plated for use with existing copper

connectors.

9.5.5 The air clearances shall be so coordinated that the probability of a flashover

from the terminal of one winding to the terminal of another winding is

negligible as per IEC 60076.

9.5.6 The LV bushings shall be supplied together with the necessary bushing

termination clamps to adopt to the existing cables. (Details of which shall be

furnished to the successful bidder at the design stage)

9.5.7 The creepage distance of bushings must not be less than 25mm /kV based on

the highest operating phase-to-phase voltage.

9.6 Interternal Neutral Current Transformers

9.6.1 The neutral current transformers shall be oil filled in turret and are as specified

below:

CT Burden (VA) Class Function Ratio Phase Qty/Ph

1 30 Class X REF

Protection

200/1 N 1

2 30 5P20 BUSBAR

Protection

200/1 N 1

Page 30: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

30

9.7 Oil Filled Bushing Current Transformers for HV Bushings.

9.7.1 The HV bushings shall each be provided with the following oil filled current

transformers for protection and metering purposes:

9.8 Oil filled Bushing Current Transformers for LV Bushings.

9.8.1 The LV bushings shall be provided with the following oil filled current

transformers;

CT Burden

(VA) Class Function Ratio Phases Qty/Ph

1 To

match

the

WTI

1.0 WTI (Winding

Temperature

Indicator)

To match WTI,

and its LV

winding current

R,B 1

9.8.2 The current transformer providing winding temperature compensation shall be

located at the discretion of the manufacturer.

9.9 The CT secondary terminals should be appropriately marked, wired and both terminals

brought out and terminated at the marshalling kiosk. The CT terminal blocks at the

marshalling kiosk shall be of the sliding link type. Their TB at the MK shall be so as to allow

CT isolation and shorting with ease.

9.10 CTs shall comply with the requirements of IEC 60044 standard.

9.11 The P1 and P2 terminals shall be clearly marked in the bushings top (away from the TX

winding) and lower (towards the winding) and the corresponding CT cores (S1 & S2) marked

on the Terminals. The same shall be clearly duplicated on the drawings

10 CLEARANCES

10.1 Minimum external air clearance shall be according to relevant IEC 60076-3 standard.

11 INSULATION LEVELS AND TESTS

11.1 Complete transformer assembled for service, shall be capable of withstanding impulse

and power frequency voltages in full compliance with the requirements of IEC 60076

Parts 3 including latest amendments.

CT Burden (VA) Class Function Ratio Phase Qty/Ph

1 30 5P20 BUSBAR

Protection

1000/1 R,Y,B 1

2 30 5P20 OVERCURRENT

Protection

200/1 R,Y,B 1

3 30 Class X DIFFERENTIAL

Protection

200/1 R,Y,B 1

4 15 0.2 METERING 400/1 R,Y,B 1

Page 31: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

31

11.2 Transformers must be free of “Corona Discharge” at operating voltage level.

11.3 The following Factory tests shall be carried out at the factory of manufacture on the

fully assembled transformer before shipment.

a) Appearance Check

b) Dimensional Checks.

c) Measurement of winding resistance

d) Measurement of short circuit impedance and load loss

e) Measurement of no-load loss and current

f) Induced voltage withstand test

g) Separate source AC voltage withstand test

h) Measurement of voltage ratio at all taps.

i) Check phase displacement(Vector group)

j) Dielectric test of auxiliary wiring to earth

k) Lightning Impulse (Full Wave)

l) Temperature Rise (Heat Run)

m) Measurement of sound pressure level

n) Impulse Test (Chopped Wave)

o) Measurement of Power taken by fans

p) Functional test of devices(Fans, oil pumps, Bucholz relay, Pressure relief etc)

q) Tank mechanical and Oil leakage test

r) Verification of Bushing CT ratio and Polarity check

s) Capacitance and dissipation factor test of bushings.

t) Capacitance and dissipation factor test of windings.

u) Oil tests (Dielectric, Tan-Delta, moisture, acidity and PCB content, DGA) before

and after heat run test.

v) Measurement of Insulation Resistance of the transformer winding, core, tank and

frame.

12 Two KenGen‟s Engineers shall witness & accept the tests above. KenGen will cater for

accommodation and, return air tickets to the nearest airport in the country of the

supplier/manufacturer. All other costs incurred during the witness tests shall be covered by the

bidder. Test reports & certificates shall be issued. (The successful bidder shall state the

period for carrying out all the tests in the factory in days).

13 MARSHALLING KIOSK

13.1 The marshalling kiosk shall be of outdoor, weatherproof, vermin proof type to IP 54

protection. It shall have a hinged, lockable door with a safety wind stop which shall be

fitted with glass panel windows approximately 1500mm above ground level to

facilitate reading of oil and winding temperature gauges without opening the door.

Page 32: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

32

13.2 The marshalling kiosk shall be mounted on the transformer tank and should be fitted

with vibration absorption pads on the same side (as the existing transformer.)

13.3 The marshalling kiosk shall have the following:-

(a) Two Mercury Winding temperature indicators (Red & Blue Phases) with

maximum temperature pointer drag, hand type resetting knob and four separately

adjustable mercury contacts for alarm, trip and operation of cooler control circuit

as may be required..

(b) An oil temperature Mercury indicator with maximum temperature pointer drag,

hand type resetting knob and four separately adjustable mercury contacts for

alarm, trip and operation of cooler control circuit as may be required.

(b) Suitable starters for fan motors and oil pumps with thermal overload, single

phase failure relay and normally closed electrical auxiliary contacts for fans and

pumps failure alarm / trip circuits.

(c) Selector switches with „OFF‟, „MANUAL‟, „TEST‟ and „AUTO‟ positions for

fans and pumps control.

(d) An internal 2 foot fluorescent lamp, supply at 240VAC, with a door limit switch

for the control of the lamp.

(e) The appropriate rated MCB for the 3 phase power supply for all the TX

auxiliaries

(f) Appropriate 110Vdc MCB for the controls supply

(g) A panel heater controlled by use of a thermostat

(h) Ground connection copper bar

(i) Auxiliary circuits‟ MCBs, links, terminal connectors.

(j) Two separate removable glanding plates shall be provided for incoming and

outgoing cables. Both plates for the outgoing and incoming cables shall be of the

same size. The glanding plate for the outgoing cables shall be pre-perforated for

ease of glanding at site. An equal number and size of cable glands shall be

supplied.

(k) The marshalling kiosk shall be designed for bottom entry of all cables into and

out of the kiosk.

(l) The Manufacturer shall wire all the transformer circuits from the TX devices to

the marshalling kiosk. This includes the bushing CTs, Off Circuit Tap Changer

indications, Protective devices etc,

(m) After all the termination of the TX devices, an extra 20 terminal blocks shall be

provided as spares

(n) The manufacturer shall provide voltage free contacts for indication of the

following to the Scada:

for each fan and pump status – ON, OFF, TRIPPED

Cooler selections – OFF, TEST, AUTO, MANUAL

Cooler status- ON , OFF, TRIPPED

Page 33: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

33

13. AUXILIARY SUPPLIES

13.1 The cooler control circuits shall be supplied with 240Volts, single phase, and 50Hz

AC supply.

13.2 The Fan and pump motors shall be supplied with 415 Volts, 3 Phase, 50Hz AC.

supply. The manufacturer shall provide suitable terminating blocks at the marshalling

kiosk for the connection of the power supply to the fan and pump motors.

13.3 Other Protection & Control circuits shall be supplied with 110 Volts dc.

13.4 The marshalling kiosk shall have a single phase 13A, 240VAC British Standard socket

outlet and a three-phase (415VAC) industrial socket switched by a 32A rated

miniature circuit breaker (MCB).

14. TANK AND TANK COVER

14.1 The tank shall be constructed of mild steel plates and shall be complete with all

accessories. It shall be so designed as to allow the complete transformer when filled

with oil to be lifted by crane or jacks, transported by road, rail or on water without

overstraining any joints and without causing subsequent leakage of oil.

14.2. The base of the tank shall be so designed that it shall be possible to move the complete

transformer unit in any direction without injury when using rollers, plates or rails.

14.3 All joints other than those which may have to be broken shall be welded.

14.4. The main tank body shall be pressure tested so as to ascertain the soundness of all

welded joints.

14.5. Tank top cover shall be of such a design and construction as to prevent accumulation

of water and shall be bolted to the flange on the tank top to form a weatherproof joint.

14.6. Tank top cover shall be separated from the active part of the core i.e. it can be

removed without disturbing the winding core assembly which is completely

separated/detatched from the top cover.

14.7 Inspection openings shall be provided as necessary to give easy access to bushing

terminations, tap-change switch, core earthing links, internal current transformers and

any other components required to be accessed during the process of repair,

maintenance and test.

14.8 Tank cover and inspection covers shall be provided with suitable jacking and

lifting arrangements. Inspection covers shall not weigh more than 25kg each.

14.9 The tank cover shall be fitted with oil filled pockets for installation of the bulbs of the

various temperature indicators. The pockets should be of such design so that the

installation / removal of the bulb fittings should in no way interfere with the

transformer‟s main tank oil. Protection shall be provided where necessary for each

capillary tube. The pocket shall be fitted with a captive screwed cap to prevent ingress

of water.

Page 34: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

34

The pocket shall be located in a position of maximum oil temperature at maximum

continuous loading, and it shall be such as to permit removal of the instrument bulbs

without lowering the oil in the tank.

14.10 Gaskets for weather and oil-tight joint faces shall be nebar gasket and cork

composition conforming to Specification Ref: ASTM F104-93 or equivalent

international specification. The gasket shall have a minimum thickness of 5mm,

except that where jointing faces are precision machined, thinner gaskets may be used.

15. CLEANING AND PAINTING

Cleaning and painting shall be in accordance with the following requirements:

15.1 Tank and Accessories

The exteriors shall be thoroughly cleaned by shot blasting or other approved methods

and given a priming coat and two under-coats of durable weather-resisting paint. The

final coat shall be gloss KenGen Light Grey. (Actual pigment shade shall be provided

at design stage to the successful bidder)

The interior of the transformer tank and other oil-filled chambers shall be cleaned of

all scale and rust by shot blasting or other approved methods, and shall be given the

required coatings of oil resistant paint.

15.2 Paints

All paints used on interior and external surfaces shall be of Fire Retardant type.

16. COOLING SYSTEM

16.1 The transformer shall be designed and manufactured such that it carries

33.7MVA on ONAN and 40MVA on ONAF. Note this clause is mandatory.

16.2 The heat exchangers shall be positioned on the sides such that there is adequate

clearance from the other accessories (the winning bidder shall design according to the

space available on site).

16.3 Fans control shall be both automatic and manual.

16.4 The following shall be provided for in each radiator

Vent boss and plug

Drain boss tap and plug.

Detachable radiator tie bar

16.5 Motor driven fans fitted with wire mesh guards, shall be mounted / coupled in such a

manner as to allow easy assembly / dis-assembly without interference to the heat

exchanger assembly.

Page 35: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

35

16.6 All motors shall be totally enclosed and rated for continuous operation. They shall be

weather proof, outdoor type fitted with terminal boxes and glands to accommodate

multicore cables.

17. FITTINGS

17.1 Conservator

17.1.1 The conservator should be designed with a long life oil resistant rubber bellow air cell,

which will provide a separation between the transformer oil and the outside

atmosphere. It should be capable of allowing free expansion and contraction of the

transformer‟s oil mass, over the full temperature operating range of the transformer.

Appropriate air release valves shall be supplied.

17.1.2 The manufacturer shall provide an elaborate oil filling procedure for the transformer in

regard to the bellow described above. The procedure shall be on a plate fixed on the

transformer tank.

17.1.3 The conservator shall be in such a position as not to obstruct the electrical connections

to the transformer.

17.1.4 The conservator shall be designed and manufactured such that it can be installed on

the same side with the heat exchanger system.

17.1.5 An Oil level gauge shall be provided at one end of the conservator and its level

markings shall be visible from the ground level. The oil level gauge shall have a Low

and a High Oil Level contact that shall be wired to the marshalling kiosk (30 deg C

mark shall be clearly marked on the gauge).

17.1.6 The conservator shall be provided with a prismatic sight glass for oil level monitoring

with its level markings visible from the ground level.

17.1.7 The conservator shall also be provided with;

Lifting lugs for lifting the conservator when empty.

Drain and filter valves lockable in open or closed position

Inspection covers to permit inspection of the bellow.

Dehydrating breather

17.1.8 The valves isolating the conservator from the main transformer tank shall be able to

withstand full vacuum to eliminate the need to drain the oil from the conservator when

carrying out vacuuming of the transformer.

17.1.9 The conservator shall be equipped with oil level indicator with a low level contact.

This shall be suitable for 110Vdc

17.2 Gas and Oil Actuated Relay

17.2.1 Transformer shall be provided with a gas and oil actuated relay of double float type

(Buchholz relay) with alarm and tripping contacts to detect slow accumulation of gas

or sudden changes of oil pressure. This shall be complete with lockable ball shut-off

valves in open and closed position and flange couplings to facilitate easy removal

without lowering oil level in the main tank or conservator.

17.2.2 Bleed valve for gas venting and test valve, shall be accessible from ground level.

Page 36: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

36

17.2.3 All contacts to be suitably wired and terminated at the marshalling kiosk.

17.3 Pressure Relief Device

17.3.1 A pressure relief device shall be provided and mounted at a suitable position where the

trip actuating flag will be clearly visible from the ground.

17.3.2 The pressure relief device should be spring-actuated type operating instantly once a

pressure of 0.552+ 5% bar is sensed and shroud to direct the oil away from the tank.

17.3.3 The device should be self-latching once the over pressures condition ceases. However,

it should be provided with a mechanical indicator and trip contacts wired to the

marshalling kiosk, which is not self-resetting.

17.3.4 The device should also be capable of withstanding full vacuum, which may be applied

to the transformer tank during maintenance without affecting it operating

characteristics.

17.3.5 A Pressure–vacuum gauge for sealed tank design shall be provided.

17.4 Oil & Winding Temperature Indicators

17.4.1 The transformer shall be provided with three dial type temperature indicators, one for

oil and two for winding temperatures.

17.4.2 The dial of the temperature indicators shall have a scale ranging from 0oC to 160

oC,

preferably uniformly divided.

17.4.3 The temperature indicators shall have a maximum temperature pointer drag, hand type

resetting knob and four separately adjustable mercury contacts for alarm, trip and

operation of cooler control circuits as may be required.

17.4.4 The contacts shall be suitable for high capacity snap-action type with ratings up to 10

Ampere for 125/250 volts. The contacts shall have the following duties and

characteristics:

(i) Alarm

Adjustable setting: 70oC to 120

oC

Fixed differential: Not more than 10oC

(ii) Trip

Adjustable setting: 70oC to 120

oC

Fixed differential: Not more than 10oC

(iii) Spare Contacts

All contacts shall be adjustable to a scale and shall be accessible on removal of the

cover.

17.4.5 The manufacturer shall provide as spares two mercury thermometers that can be used

in either of the positions and as specified above.

17.4.6 Isolating and test links shall be provided in a control cubicle to allow for measuring

winding temperature and testing the heater coil.

17.4.7 The calibration of indicator shall be related to the winding having the maximum

temperature rise (LV winding).

Page 37: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

37

17.4.8 If the value on the winding temperature indicator varies by more than 30oC from the

values derived during the temperature rise tests, then adjustment shall be made to the

temperature indicator to achieve these limits.

17.4.9 The manufacturer shall provide resistance temperature detectors (RTD) as follows:

Two (2) RTDs for transformer winding indication of LV Red and Blue phases.

One (1) RTD for Oil temperature indication

17.4.10 The manufacturer shall provide remote temperature indicators for the RTD

temperatures described above.

17.4.11 The manufacturer shall also provide an analogue signal of 4 -20mA for indication of

each RTD temperatures (as mentioned above) in the SCADA. These shall be wired to

the TB in the MK.

18. ACCESSORIES

The following shall be provided on the transformer:

18.1. Top and bottom valves fitted with blank flanges located on opposite sides of the

transformer tank, for oil filtration purposes. The top valve shall have a pipe extension

to a height reachable from the ground level.

18.2. Additional bottom valve suitably located at the lowest point of the transformer tank to

enable draining of oil from the transformer tank.

18.3. All valves shall close with a clockwise rotation. All valves shall be provided with

clearly visible “open” and “closed” position indicators.

18.4. All valves shall be capable of being padlocked in the open or closed positions, and

shall incorporate a 8mm clearance hole for padlock. Locking pin shall be of anti-rattle

design so as not to add to noise emissions.

18.5. All connection flanges that will have no connections during normal operation of the

transformer shall have blanking plates that can withstand full vacuum and shall be

appropriately treated against rusting.

18.6. Oil sampling provision shall be appropriately located near the ground level to obtain

sample of transformer oil from the top and bottom of the tank..

18.7. Ladder with barrier for easy access to tank top, and should have provision for

padlocking to prevent access by unauthorized person complete with handhold.

Additionally, access to the top of the conservator from the top of the tank cover shall

be provided.

18.8. All electrically connected accessories must be fully cabled and wired to the

marshalling kiosk terminal box.

Page 38: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

38

19. OIL

19.1. The transformer and all associated oil immersed equipment shall be supplied complete

with mineral oil complying with the requirement of IEC 60296.

19.2. Oil in adequate quantities for filling of the transformer tank and accessories after

assembly, will be supplied in steel drums each with a capacity of 210 Litres. A spare

oil of 10 similar drums shall be provided with the transformer.

20. PACKING AND SHIPMENT

20.1. For the purpose of transportation, the transformer main tank, core, windings and any

attached accessories shall be supplied filled with dry nitrogen gas from a suitably

sized cylinder maintained at a positive pressure. The moisture content of the Nitrogen

gas shall not exceed 5ppm and a pressure monitoring gauge shall be installed.

20.2. All other detached accessories that normally function under oil, shall be appropriately

sealed to protect them against moisture or attack by weather.

20.3. All items shall be so packed as to protect them against weather and mechanical

damage during the shipment.

20.4. The manufacturer shall supply and install disturbance / shock recorder to record any

impact on the transformer during shipment. The shock absorber shall be installed at

the factory and activated. This shall remain the property of KenGen

NOTE: - The transformer tank and all oil-bearing accessories including

bushings, heat exchangers, pipes, valves, assembled there on shall be capable of

withstanding full vacuum. This should be so stated on the rating plate. Vacuum

withstand shall form part of the evaluation criteria.

In this connection, suitable provision should be made at the top most point of the

tank to enable easy connection of the vacuuming apparatus at the same time

being able to isolate the conservator and its rubber bellow from the vacuuming

circuit.

21. REVIEW AND APPROVAL OF TRANSFORMER DESIGN BEFORE

MANUFACTURE

The manufacturer shall submit the design drawings of the transformer for review and

approval by the client in both soft and hard copy. Details on the drawings should include

transformer layout, accessories, transformer assembly, auxiliary circuits wiring and

dimensions. The client shall review the drawings within four weeks from receipt of the

drawings and shall submit his comments for consideration by the manufacturer. The

manufacturer shall then re-submit the drawings with the recommended changes for approval

Page 39: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

39

by the client. The Manufacture of the transformer shall ONLY commence upon receipt of

written approval by the client.

22. QUALITY ASSURANCE

The manufacturer processes should adhere to ISO 9001:2008 or higher, and all other relevant

and related international standards.

23. DOCUMENTS

The following documents shall be provided with your offer:

Copy of ISO certification

References- These are the previous similar jobs carried out in the last 5 years. Rating

of transformers and the tender amount. These previous experience shall be used as an

evaluation criteria.

Brochures etc. illustrating your transformer manufacturing process.

The following documents shall be delivered by courier in three hard and soft copies to

KenGen, at time of shipping:

Assembly, wiring & schematic drawings, (as built)

Certified Test reports

Detailed Installation / maintenance manuals for the transformer and tap changer.

24. TRANSFORMER ASSEMBLY & TESTING

The transformer shall be stored as spares. The manufacturer shall supervise the assembly, oil

filling and transformer routine testing at site. Labour shall be provided by KenGen.

On successful completion of the tests and submission of the test report by the manufacturer,

KenGen shall issue a completion certificate.

The winning bidder shall be provided civil drawing of site location.

25. TECHNICAL SPECIFICATIONS COMPLIANCE

The tenderer shall fill the technical schedule to outline the specifications of the offered

transformer against the specifications outlined in clauses 1 to 23 above. Any deviation of

your offer should also be indicated in the table. The table filling is mandatory and any bid

with unfilled evaluation table bellow shall be considered as none responsive. Clause 8.3 in

the table shall be used for equipment capitalization (TCO) and forms part of financial

evaluation criteria.

Clause

No

Technical Specifications Bidder’s Offer

(compliant/Not

Compliant/Comments}

Clear Value addition

Deviations(Not for

evaluation)

1. Scope: Design, manufacture, factory

testing and supply of 1 no. 3-phase,

33.7/40MVA, 11/132kV, 50Hz, YNd1

ONAN/ONAF transformer

Page 40: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

40

2. Service Conditions:

2.1.1 Altitude: 1206m ASL

2.1.2 Humidity: 70 %

2.1.3 Ambient Temperature: 35OC, average

2.1.4 Transformer to withstand Load Rejection

Conditions as per IEC 60076- 1

2.1.5 Existing Fault Level is 1706MVA

2.2 LV and HV Connections

2.2.1 11kV terminals connected via XLPE

cables

2.2.2 2.2.3 132kV HV Bushing terminals connected

to Over Head copper Conductors

2.2.4 132kV bushing spindle clamp suitable for

connection to copper conductors

3 General

3.1 International Standards IEC 60076, BS

171

4 Ratings 4.1 Transformer is rated at 33.7/40MVA, 3

phase, 11/132kV, 50Hz .

4.3 Oil Temperature should not exceed 900C

at full load and maximum ambient

temperatures of 40Celsius

5 Configuration

5.1 Vector configuration: Star/Delta, YNd1,

with neutral connection brought out.

6 6.1 Tapping variation in steps of +/-1.25% of

the nominal as per attached table in Tech

Specs

6.2 On Load Tap Changer with manual

operation

6.3 Tap position is clearly visible from the

ground level

6.4 To provide a remote tap changer indicator

and required cable and cabling accessories

to Control room

6.5 To provide Voltage free contacts for

indication of tap positions onto Scada

6.6 Limit switch, with 1 set of NO and NC

Page 41: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

41

contacts, to monitor completion of tap

changing operation

7 Core and Flux Density

7.1 Magnetic Circuit is low loss, cold rolled,

grain oriented high grade steel. The flux

density shall not exceed 1.65 Tesla.

8 Losses, Regulation and Impedance

8.1 Transformer losses subject to tolerances

as per IEC 60076

8.2 Impedance Voltage at nominal tap shall

not exceed 12.0%.

8.3 Guaranteed No-Load (iron) Losses

Guaranteed (Copper) losses

Guaranteed full load losses

9 Transformer Winding, Bushings, CTs and

Terminations

9.1 The material for the transformer winding

is high grade copper.

9.2 Winding insulation is high grade Kraft

paper.

9.3 LV and HV windings shall be brought out

through the bushings

9.4 Phases clearly marked and labeled as

specified

9.5 OIP condenser type bushing with a

minimum rating of 72.5kV, 1000Amp,

fitted with protective spark gaps, outdoor

type, with a test point, for Tan D,

prismatic oil level gauge, venting plug on

the turret, silver plated spindle and

creepage distance of 25mm/kV as

specified

9.6 The high voltage neutral bushing shall be

of the outdoor type mounted on the

transformer top cover with test point and

oil level gauge, venting plug and clamp as

specified.

9.7 The LV bushings shall be rated 11 kV,

3000 Amp, mounted opposite the HV

side, with a silver plated spindle, a venting

plug, and creepage distance of 25mm/kV.

9.8 Neutral CT as per table under clause 9.8.1

9.9 HV bushing CTs as per table under clause

9.9.1

9.10 LV bushing CTs as per table under clause

Page 42: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

42

9.10.1

9.11 CT secondary terminals shall be

appropriately marked, wired and both

terminals brought out and terminated at

the marshalling kiosk TB

9.12 CTs shall comply to IEC 60044 standard

10 Minimum clearances as per IEC 60076-3

standard.

11.1 Transformer shall withstand impulse and

power frequency voltages as per IEC

60076 -3

11.3 The factory acceptance tests to be carried

out as listed under clause 11.3

11.4 Bidder to bear all costs associated with

factory acceptance tests save for return air

fare and accommodation charges

12.1 Marshalling kiosk shall be outdoor,

weather proof, vermin proof type with IP

54 protection rating as per clause 12.1

12.3 The Marshalling kiosk shall have: two

winding temperature mercury

thermometers, one oil temperature

mercury thermometer, suitable starters for

fans and motors, selector switches, ground

connection copper bars, voltage free

contacts as per clause 12.3

13.1 The cooler control circuits shall be

supplied with 240Volts, single phase, and

50Hz AC supply.

13.2 The Fan motors shall be supplied with 415

Volts, 3 Phase, 50Hz AC supply.

13.3 Other Protection & Control circuits shall

be supplied with 110 Volts dc.

13.4 The marshalling kiosk shall have a single

phase 13A, 240VAC British Standard

socket outlet and a three-phase (415VAC)

industrial socket switched by a 32A rated

miniature circuit breaker (MCB).

14.1 The tank shall be constructed of mild steel

plates, complete with all accessories, with

suitable jacking and lifting pads,

14.4 The main tank body shall be pressure

tested so as to ascertain the soundness of

all welded joints.

Page 43: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

43

14.5 Tank top cover shall be of such a design

and construction as to prevent

accumulation of water.

14.9 The tank cover shall be fitted with oil

filled pockets for installation of the bulbs

of the various temperature indicators.

14.10 Gaskets for weather and oil-tight joint

faces shall be nebar gasket and cork

composition conforming to Specification

Ref: ASTM F104-93 or equivalent

14.11 The transformer tank and all oil-bearing

accessories including bushings, heat

exchangers, pipes, valves, pumps etc.

assembled there on shall be capable of

withstanding full vacuum.

15. Cleaning and Painting as per clause 15

16.0 The transformer shall be able to work

continuously at 33.7MVA without fans at

40 degreed ambient temperatue

16.1 The conservator should be designed with

a long life oil resistant rubber bellow (air

cell)

16.2 An Oil level gauge, with a normally open

contract for oil low level, shall be

provided at one end of the conservator, its

level markings shall be visible from the

ground level and oil level gauge with a

Low and a High Oil Level contacts

16.6 The conservator shall be provided with a

prismatic sight glass for oil level

monitoring with its level markings visible

from the ground level.

16.7 The valves isolating the conservator from

the main transformer tank shall be able to

withstand full vacuum

16.8 Transformer shall be provided with a gas

and oil actuated relay of double float type

(Buchholz relay) with alarm and tripping

contacts to detect slow accumulation of

gas or sudden changes of oil pressure,

bleed and test valves brought to ground

level.

16.9 A pressure relief device shall be provided:

spring-actuated type, self-latching, able to

withstand full vacuum.

Page 44: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

44

17.0 The transformer shall be provided with

three mercury dial type temperature

indicators, one for oil and two for winding

temperatures plus two spare thermometers

17.4.3 The temperature indicators shall have a

maximum temperature pointer drag, hand

type resetting knob and four separately

adjustable mercury contacts for alarm, trip

and operation of cooler control circuits as

may be required.

17.4.9 The manufacturer shall provide three

resistance temperature detectors (RTD)

one for oil and two for winding

temperature indication.

17.4. The manufacturer shall provide remote

temperature indicators for the RTD

temperatures and an analogue signal of 4 -

20mA for indication of each RTD

temperatures in the SCADA wired to MK

terminal box.

18.1 Top and bottom valves fitted with blank

flanges located on opposite sides of the

transformer tank, for oil filtration

purposes

18.2 Bottom valve located at the lowest point

of the transformer tank to enable draining

of oil from the transformer tank.

18.6 Oil sampling provision shall be

appropriately located near the ground

level to obtain sample of transformer oil

from the top and bottom of the tank..

18.7 Ladder, with barrier, for easy access to

tank top and an access to the top of the

conservator from the top of the tank cover

shall be provided.

19.1 The transformer and all associated oil

immersed equipment shall be supplied

complete with mineral oil complying with

the requirement of IEC 60296.

19.2 Oil in adequate quantities for filling of the

transformer tank and accessories after

assembly, will be supplied in steel drums

each with a capacity of 210 Litres.

20.1 the transformer main tank, core, windings

Page 45: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

45

and any attached accessories shall be

supplied filled with nitrogen gas

maintained at a positive pressure and with

a moisture content of not more than 5ppm

20.4 The manufacturer shall supply, install and

activate a disturbance and shock recorder

to record any impact on the transformer

during shipment. The recorder shall

remain the property of KenGen.

26. PRICE SCHEDULE

Bidder’s Currency -

Description Qty. Unit Price Subtotal

1 33.7/40MVA, 11/132kv, 50 Hz, ONAN/ONAF,

YNd1, 3- phase Step-up Gen Transformer

complete as per the specifications.

1

2 Witness of tests by two KenGen Engineers.(at

manufacturer’s factory)

lot

3 Supervision of Assembly, Oil filling and routine

testing of the transformer.(at procuring entity’s

Sondu power station)

lot

(a) = SUB-TOTAL (ITEM1,2,3)

4 SPARES.

Qty. Unit Price Subtotal

4.1 Fan + motor, complete 1

4.2 Spare 132kV Bushing, Complete with

termination clamp

1

4.3 Spare Neutral bushing complete with

termination clamp

1

4.4 11kV Bushing, complete with

termination clamp

1

4.5 Mercury Thermometers 1

4.6 Transformer oil (packed in 210 Litres

drums)

10

4.7 Flow Indicator with a flow switch 1

4.8 Oil pump motor spare (Completer 1

4.9 Conservator Rubber bellow (air cell) 1

(b) = SUB-TOTAL, (ITEM 4)

Page 46: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

46

For All Suppliers

FOB Cost

Discount (%) if any

Freight charges to Mombasa Port

Total Cost & Freight (CFR) Mombasa Port

Country of Origin

Currency of Tender

Delivery Period: (8 months)

Warranty Period : 1 year from commission date

Tenderer‟s Name

Manufacturer‟s Name

Country of Manufacturer

Tenderer‟s Local agent (where applicable)

Tenderer’s Name--------------------------------------------------------

Tenderer’s Signature----------------------------------------------------

Date------------------------------------------------

Company Stamp

NB. Sign and stamp each page of the price schedule.

(c) = GRAND TOTAL (FOB)= (a+b)

Page 47: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

47

SECTION G

TENDER FORM Date: ___________

To: Kenya Electricity Generating Company

Stima Plaza Phase III, Kolobot Road, Parklands

P.O. Box 47946-00100,

NAIROBI, Kenya.

Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda no.s……….…………

the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Design,

manufacture Supply, Delivery Assembly and Testing of Generator Transformer for Sondu Miriu

Power Station.

in conformity with the said tender documents for the sum of ……

……………………………………… [total tender amount in words and figures]

or such other sums as may be ascertained in accordance with the Schedule of Prices

attached herewith and made part of this Tender.

2. We undertake, if our Tender is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent

to 10% percent of the Contract Price for the due performance of the Contract, in the

form prescribed by Kenya Electricity Generating Company Limited.

4. We agree to abide by this Tender for a period of 150 days from the date fixed for

tender opening of the Instructions to tenderers, and it shall remain binding upon us

and may be accepted at any time before the expiration of that period.

5. Until a formal Contract is prepared and executed, this Tender, together with your

written acceptance thereof and your notification of award shall constitute a binding

Contract between us.

6. We understand that you are not bound to accept the lowest or any tender you may

receive.

7. We hereby declare that we have not been debarred from any procurement process and

shall not engage in any fraudulent or corrupt act with regard to this purchase.

Dated this ________________ day of ________________ 2013

[signature] [in the capacity of]

Duly authorized to sign tender for and on behalf of

Page 48: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

48

SECTION H

TENDER SECURITY FORM (Must be in the Bank’s letterhead)

Whereas………………………………………. [name of the tenderer]

(hereinafter called “the tenderer”) has submitted its tender dated ………. For Design, manufacture

Supply, Delivery Assembly and Testing of Generator Transformer for Sondu Miriu Power Station.

(hereinafter called “the Tender”)

KNOW ALL PEOPLE by these presents that WE…….………………………………………

of…………………………………………………….. having our registered office at

……………………… (hereinafter called “the Bank”), are bound unto Kenya Electricity Generating

Company (KenGen. hereinafter called “the Procuring entity”) in the sum of

……………………………………………………

for which payment well and truly to be made to the said Procuring entity, the Bank binds itself, its

successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this _____

day of _________2013.

THE CONDITIONS of this obligation are:

1. If the tenderer withdraws its Tender during the period of tender validity specified by the

tenderer on the Tender Form; or

2. If the tenderer, having been notified of the acceptance of its Tender by the Procuring entity

during the period of tender 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

tenderers;

We undertake to pay to the Procuring entity up to the above amount upon receipt of its first written

demand, without the Procuring entity having to substantiate its demand, provided that in its demand

the Procuring entity 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.

14.4 This guarantee will remain in force up to 24th

April 2014 and any demand in respect thereof

should reach the Bank not later than the above date.

[signature of the bank]

Page 49: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

49

SECTION I

CONTRACT FORM

THIS AGREEMENT made the _____ day of __________ 2013 between Kenya Electricity

Generating Company Limited of Kenya (hereinafter called “the Procuring entity”) of the one part

and………………………… of…………. [city and country of tenderer] (hereinafter called “the

tenderer”) of the other part:

WHEREAS the Procuring entity invited tenders for certain goods, viz Design, manufacture Supply,

Delivery Assembly and Testing of Generator Transformer for Sondu Miriu Power Station and has

accepted a tender by the tenderer for the supply of those goods in the sum

of………………………………………………… [Contract price in words and figures] (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 referred to.

1. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

(a) the Tender Form and the Price Schedule submitted by the tenderer;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Procuring entity‟s Notification of Award.

3. In consideration of the payments to be made by the Procuring entity to the tenderer as

hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide the

goods and to remedy defects therein in conformity in all respects with the provisions of the

Contract

4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provision of

the goods 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 hereto have caused this Agreement to be executed in accordance

with their respective laws the day and year first above written.

Signed, sealed, delivered by the ________(for the Procuring entity)

Signed, sealed, delivered by the (for the tenderer)

in the presence of______________

Page 50: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

50

SECTION J

PERFORMANCE SECURITY FORM (Must be in the Bank’s letterhead)

To: Kenya Electricity Generating Company Limited

Stima Plaza Phase III, Kolobot Road, Parklands

P.O. Box 47936-00100

NAIROBI, KENYA

WHEREAS ………………………………….…..[name of tenderer]

(hereinafter called “the tenderer”) has undertaken, in pursuance of Contract

No.____________ [reference number of the contract] dated ____________ 2013 to “Design,

manufacture Supply, Delivery Assembly and Testing of Generator Transformer for Sondu Miriu Power

Station” (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you

with a bank guarantee by a reputable bank for the sum specified therein as security for compliance

with the Tenderer‟s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the

tenderer, up to a total of……………………………………………………………

[amount of the guarantee in words and figures], and we undertake to pay you, upon your first

written demand declaring the tenderer to be in default under the Contract and without cavil or

argument, any sum or sums within the limits of……………………………………

[amount of guarantee] 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 __________2013

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 51: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

51

SECTION K

MANUFACTURER’S AUTHORIZATION FORM

To: Kenya Electricity Generating Company Limited

Stima Plaza Phase III, Kolobot Road, Parklands

P.O. Box 47936-00100

NAIROBI, KENYA

WHEREAS ………………………………………………………………………………….

[name of the Manufacturer]

who are established and reputable manufacturers of “Generator transformers and accessories"

having factories at…………………………………………………………………

[Address of factory]

do hereby authorize…………………………………………………………………………….

[name and address of Agent]

to submit a tender, and subsequently negotiate and sign the Contract with you against tender

No………….. ……………………………………………………

[reference of the Tender]

for the above goods manufactured by us.

We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the

“Design, manufacture Supply, Delivery Assembly and Testing of Generator Transformer for Sondu Miriu

Power Station” offered for supply by the above firm against this Invitation for Tenders.

[signature for and on behalf of Manufacturer]

Note: 1. This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent.

2. The procuring entity reserves right to carry out due diligence to authenticate the letter.

Page 52: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

52

SECTION L

MANDATORY CONFIDENTIAL BUSINESS QUESTIONNAIRE

(Must be filled by all applicants or tenderers’ who choose to participate in this tender)

Name of Applicant (S) ………………………………………………………………………………………………………………….

You are requested to give the particulars in Part 1 and either Part 2 (a), 2 (b) or 2 (c), whichever applies to

your type of business. Part 2 (d) to part 2(i) must be filled.

You are advised that giving wrong or false information on this Form will lead to automatic disqualification /

termination of your business proposal at your cost.

Part 1 – General

Business

Name:……………………………………………………………………………..……………..…………..

Certificate of Incorporation / Registration No. ……………………………………………………………….

Location of business premises: Country …………………………………..……….…………….

Physical address …………………………….Town ………………………………….……………………….

Building……………………………… Floor…………………………………………………………….

Plot No. …………………………………………….Street / Road …..………………….……………………

Postal Address …………………………………Postal / Country Code…………………………………….

Telephone No‟s ……………………………………………… Fax No‟s. …………………….………………

E-mail address ………………………………………………………………………………

Website ………………………………………………………………………………………

Contact Person (Full Names) …………………………… Direct / Mobile No‟s. ………………..…

Title ……………………………………… Power of Attorney (Yes / No) If Yes, attach written

document.

Nature of Business (Indicate whether manufacturer, distributor, etc) ………………..……….………..

(Applicable to Local suppliers only)

Local Authority Trading License No. …………………… Expiry Date ……………………………………..

Value Added Tax No.…………………………………………….……………………………………………….

Value of the largest single assignment you have undertaken to date (US$/KShs) …………

Was this successfully undertaken? Yes / No. ………………………….(If Yes, attach reference)

Name (s) of your banker (s) ………………………………………………………………………..……………..

Branches …………………………………………………………. Tel No‟s. ……….………………………….

Part 2 (a) – Sole Proprietor

Full names ……..………………………………………..………………………………..……………………….

Nationality ……………………………………………….. Country of Origin …………....…………………..

*Citizenship details ……………………………………………………………………..……..………………….

Company Profile ………………………. (Attach brochures or annual reports in case of public companies)

Part 2 (b) – Partnerships

Give details of partners as follows:

Full Names Nationality Citizenship Details Shares

1. …………………………. ………………… …………………………. ……..…….

2. ………………………… ……………… ………………………. ………..…..

Page 53: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

53

3.………………………… ………………… …………………….. ………….…

4………………………… ………………… ………………………. ……….……

Company Profile ……………………….(Attach brochures)

Part 2 (c) – Registered Company

Private or public …………………………………………….

Company Profile ……………………….(Attach brochures or annual reports in case of public companies)

State the nominal and issued capital of the Company

Nominal KShs ……………………..………………………….

Issued KShs ………………………..………………………….

List of top ten (10) shareholders and distribution of shareholding in the company.

Give details of all directors as follows:-

Full Names Nationality Citizenship Details Shares

1.…………………………. ……………… …………………… ……….…….

2………………………… ………………… …………………. ……..…..…..

3………………………… ………………… ………………… ……..…..…..

4………………………… ………………… ………………… ………....…..

Part 2 (d) – Debarment

I/We declare that I/We have not been debarred from any procurement process and shall not engage in any

fraudulent or corrupt acts with regard to this or any other tender by KenGen and any other public or private

institutions.

Full Names ………………………………………………………………………………………………..

Signature ………………………………………………………………………………………………………….

Dated this …………………………………….……………day of ………………………………………2013.

In the capacity of ………………………………………………………………………………………………

Duly authorized to sign Tender for and on behalf of ………………………………………………………….

Part 2 (e) – Criminal Offence

I/We, (Name (s) of Director (s)):-

a) ……………………………………………………………………….………..……………………

b) …………………………………………………………………………..….……….……………

c) ……………………………………………………………………………………………………

d) ……………………………………………………………………………………………………

have not been convicted of any criminal offence relating to professional conduct or the making of false

statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of

three (3) years preceding the commencement of procurement proceedings.

Signed ………………………………………………………………………………….……

For and on behalf of M/s ………………………………………………………………………………………..

In the capacity of …………………………………………………………………………………………………

Dated this ……………………………………………day of …………………………………………….2013.

Suppliers‟ / Company‟s Official Rubber Stamp ………………………………………………………….

Part 2 (f) – Conflict of Interest

I/We, the undersigned state that I / We have no conflict of interest in relation to this procurement:

a) ……………………………………………………………………………………………………

Page 54: KGN SONDU 10 2013 Tender for Design, Manufacture, Assembly, Test, Supply and Delivery of Generator Transformer for Sondu-Miriu Power Station

__________________________________________________________________________

Supply of Generator Transformer for Sondu Miriu Power Station

54

b) ……………………………………………………………………………………………………

c) ……………………………………………………………………………………………………

d) ……………………………………………………………………………………………………

For and on behalf of M/s …………………………………………………………………………………..

In the capacity of ……………………………………………………………………………………………….

Dated this ……………………………………………day of …………………………………………….2013

Suppliers‟ / Company‟s Official Rubber Stamp ………………………………………………………….

Part 2 (g) – Interest in the Firm:

Is there any person / persons in KenGen or any other public institution who has interest in the Firm? Yes / No?

……………………….. (Delete as necessary) Institution ………………………….

……………………………………. ……………………………… ………………………

(Title) (Signature) (Date)

Part 2(h) – Experience

Please list here below similar projects accomplished or companies / clients you have supplied with similar

items or equipments in the last two (2) years.

Company Name Country Contract/ Order No. Value

1.…………………………. ………………… ………………………. … …..……….

2. ………………………… ………………… …………………………. ……..…….

3.………………………… ……………… ………………………. ………..…..

Contact person (Full Names) ……………………………. E-mail address………………………….

Cell phone no …………………………. (Note: The person should be at the level of director)

*Attach proof of citizenship

* Attach certified copies of the following documents:

a) Previous orders from companies supplied before

b) Certificate of Incorporation / Registration

c) Tax Compliance Certificate (for local suppliers)

d) VAT Certificate (for local suppliers)

e) Audited Financial Statements / Accounts for the last two (2) years

f) Valid Local Authority / Trade License (for local suppliers)

*The above documents should be submitted if they are applicable to bidder.

Part 2(i) – Declaration

I / We, the undersigned state and declare that the above information is correct and that I / We give Kenya

Electricity Generating Company Limited authority to seek any other references concerning my / our company

from whatever sources deemed relevant, e.g. Office of the Registrar of Companies, Bankers, etc.

Full names ……………………………………………………………………………………………..

Signature…………………………………………………………………………………………………….…

For and on behalf of M/s ………………………………………………………………………………………..

In the capacity of …………………………………………………………………………………….

Dated this ……………………………………………day of …………………………………………….2013.

Suppliers‟ / Company‟s Official Rubber Stamp …………………………………………………………