this tender addendum and clarification forms part of the ... · this tender addendum and...
TRANSCRIPT
2 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies them as follows:
I. ADDENDUMS 1. The deadline for bids submission (Tanzania & Kenya) is extended to:
Date: 21 October 2015.
Time: 10.00 a.m. East Africa Time.
2. Revised Price Schedules:
This Addendum includes revised Price Schedules for Lot T1, T2, T3 & K1
II. CLARIFICATIONS
3 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
1 Part-1
bidding
procedure
Section III.
Evaluation
and
Qualificatio
n
Criteria
2.4.2 (a)
Specific
Experience
We would like to know the length of the contract
can be calculated as total length for the number of
the contract or the length should be applied for each
contract. For example, we would like to join the
projects for 3 Lots of Tanzania Side
The length is applied for each
contract.
2 Part-1
bidding
procedure
Section III.
Evaluation
and
Qualificatio
n
Criteria
2.4.2 (a)
Specific
Experience
We have 8 contracts experience and the total length
for 8 contracts is over 600KM, but the length for
each contract is below 600KM.
Are we qualified for 3 LOTS or not?
Note that the requirement is
very clear. Each contract
length should be 600 km.
3 We want to confirm that whether it will be a
conflict of interest when two subsidiaries under the
same group attend the bidding for the different lots.
This will be treated as per the
bidding document Section 1
ITB Clause 4 Eligible Bidders
sub section 4.3 a to g
4 As per
Section VI
Tech Spec
Min. Ground clearance is 10m as per Page 64 of
Section VI However as per line diagram drawing no
010REV-2 clearance from normal ground is 8.10m.
Please clarify
Schedule of technical
guaranteed characteristics
prevail.
5 Employers
requirement
TS-1
As per
clause 5.4
"At every day temperature in still air in any span
earth conductor sag shall be 10% less than the line
conductor sag". However as per item 3 of technical
schedule earth wire sag compared to conductor sag
at 25° C shall be less by 5%. Please clarify
Schedule of technical
guaranteed characteristics
prevail.
6 As per
clause 5.11
of
Employers
requirement
TS-2
Member design shall be as per ASCE 10-97.
However as per technical schedule item no 5,
permissible stress in members shall be as per EN-
1993-1-1 and EN-50341-1-J. Please confirm
Confirmed.
4 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
7 Please confirm if partial factor of material strength
as per item no 2 of technical schedule shall be
applied separately for design of each component.
The design philosophy shall be
based on the limit state concept
applied in conjunction with the
partial factor method. The
loads shall be multiplied by the
load factors (normal and
exceptional load cases),
whereas the resistances (for
foundations concrete,
reinforced steel, soil
properties) shall be divided by
the material factors.
8 Please confirm partial factor of safety for material
as per item no -2 of technical schedule for soil
properties of suspension and tension tower
foundation design shall be applied to all soil
properties such as density, Bearing capacity and
Angle of Repose.
Refer to response in Qn.7.
9 As per
appendix-B
As per appendix-B simultaneous unbalance loading
condition suspension tower is required to be
designed for cascade collapse condition with 70%
of EDT (20% of UTS) at all attachment points.
Please note that this will result in very heavy design
of suspension tower and this is not standard design
practice in industry. Please confirm.
Not confirmed. Comply to the
respective technical
specifications.
10 As per
appendix-B
As per appendix-B simultaneous unbalance loading
condition shall be taken at EDT which is 20% of
ultimate tensile strength. Please confirm for
unbalanced loading condition wind on wires,
insulator and structures to be taken as Nil.
CLARIFICATION: This lies in the scope of design
which is the responsibility of EPC contractor.
However, the conductor, earthwire and OPGW
tensions to be applied shall be the maximum ones
(under maximum wind conditions).
Furthermore: The conductor shall be strung with
consideration of the following maximum tension/
stress criteria:
-Every day tension condition:
5 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
At the yearly average temperature (25°C), with no
wind, the final horizontal tension/ stress shall not
exceed 18 % of the calculated breaking load/ stress or
of the minimum guaranteed breaking load/ stress
indicated by the manufacturer.
-Maximum load condition:
At the minimum temperature (10°C) with maximum
design wind load, the final horizontal tension/stress
shall not exceed 50 % of the calculated breaking
load/stress or of the minimum guaranteed breaking
load/stress indicated by the manufacturer.
The conductor shall have, within the adopted limit
state design method, the following partial safety
factors:
-partial safety factor for actions γF: 1.30
-partial material safety factor γM: 1.55
This is equivalent to a limitation to 50 % of the
breaking load within the classical global safety factor
method.
NOTE: The Bidder shall supply for the conductor
stringing data (initial and final) calculated for
different line spans in a chart or tabular form, sag and
tensions for the temperatures between 10° - 85º C.
11 As per line
diagram
drawing no
010 REV-2
Live metal clearance values given in item no 3 of
technical schedule are different from the live metal
clearances shown in line diagram with drawing no
010 REV-2. Please confirm correct values.
Schedule of technical
guaranteed characteristics
prevail.
Take note of the notice on each
drawing," This drawing should
not be used for construction
purposes. It is for guidance of
Bidders only as to the scope of
work involved." Follow and
6 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
use the specifications given in
the Technical Schedule.
12 As per line
diagram
drawing no
010 REV-2
Shield angle as per Item no 3 of technical schedule
is 15°. However shield angle as per line diagram
with drawing no 010 REV-2 is 10°. Please confirm
correct value.
Schedule of technical
guaranteed characteristics
prevail.
13 As per line
diagram
drawing no
010 REV-2
As per line diagram with drawing no 010 REV-2
phase consist of 3 sub conductors per phase. Please
confirm the correct value
The transmission line shall be
built with twin conductors
double circuit three (3) Phases
using 2 BLUEJAY per phase
(ASCR – 45/7 wires)
14 As per line
diagram
drawing no
010 REV-2
As per line diagram with drawing no 010 REV-2,
Provision for clearance allowance is shown for man
climbing the tower. Please confirm the value of
such allowance. Also clearance allowance for man
climbing tower is not required for heavy swing of
insulator under full wind load. Please confirm
Refer to response in Qn.4.
15 As per line
diagram
drawing no
010 REV-2
As per line diagram drawing no 010 REV-2
projection of middle cross arm (View C-C) is more
than projection of bottom cross arm (View B-B).
Such type of arrangement is generally adopted for
snowy area where there is possibility of snow
accumulation of conductor. However there is no
possibility of snow in area of present line. Please
confirm
Refer to Technical Schedule of
Guaranteed Characteristics.
Also, It is the bidder's
assignment to find the most
effective design based on
conceptual design.
16 As per line
diagram
drawing no
010 REV-2
Please confirm if tower dimensions shown in line
diagram with drawing no 010 REV-2 is minimum
dimension to be maintained.
Refer to response in Qn.15.
17 Part-1
bidding
procedure
Section III,
Evaluation
&
Qualificatio
n criteria
Clause
2.4.2
Specific
Experience
The requirement stated under Clause 2.4.2 Specific
Experience (a) of Section III, Evaluation &
Qualification criteria is to be fulfilled by each
partner of Joint Venture, Consortium or
Association. We presume that this is a
typographical error and actual requirement should
Confirmed. Combined Joint
Venture must meet the
requirement. However the
member of consortium who
provide information for
qualifications must be involved
In the case of JV,
All partners
combined must
meet stated
qualification
requirements
7 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
be met by All partners combined. in actual implementation of the
project.
18 Part-1
bidding
procedure
Section III.
Evaluation
and
Qualificatio
n
Criteria
2.4.2 (a)
Specific
Experience,
Page 23
We sincerely feel that above condition is diluting
the entire purpose of JV partnership where it is
expected to bring the JV partner to meet the
“Specific Construction Experience 2.4.2a by all
members combined” instead of meeting by “each
JV partner” as mentioned in the tender document.
Please change it, that it should be meet by “all
members combined” in case of JV and NOT by
“each member” of JV.
Refer to response in Qn. 17
19 Our understating is, Bidders can use the Specific
Experience of it’s Parent Company and Subsidiary
Companies of Parent Company. Please confirm
that, our Understanding is Correct.
Refer response No.3
20 clause
2.2.1
Our Understanding about the clause 2.2.1 History of
nonperforming contracts which has mentioned that
“ the Bidder has been awarded contract/s in East
Africa Region (Tanzania, Kenya, Uganda, Rwanda
and Burundi), the bidder should demonstrate that at
least 60% of the planned execution (that should
have been achieved at the time of submission of the
bid) has been achieved” is applicable to only
“relevant projects such Transmission &
Distribution” and not with other projects such as
Highways, Dams etc. Please conform that, our
understanding is correct.
No. The evaluation criteria
refers to any non performing
contracts.
21 Specific
Experience
clause 2.4.2
a and b
Please consider the Specific Experience (clause
2.4.2 a and b) within the last 10years instead of
current 07years, this would be similar to general
experience (clause 2.4.1) which has mentioned 1
years.
Not Considered. Comply with
evaluation criteria.
8 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
22 Specific
Requiremen
ts
clause 2.4.2
a and b
Please modify the Specific Requirements (clause
2.4.2 a & b) as cumulative of 300+KM multiple
contracts, instead of each 150+KM of two(2)
contracts.
Comply with evaluation
criteria.
23 The corresponding quantity is 2 footing in “All
tower types chimney extension below ground (-
foundation deeper) or cap extension above ground
(+ tower elevated) Cl. 1 zero level ± 0,5m”of
table“Foundation Class 1”in “4-1Section IV 6a_TS-
3_Schedule Rates and Prices_K1 Final
23.06.2015”,does it mean the two footings of a
foundation or the two foundations is 0.5m above the
foundation ?What does “±”mean?
Refer to employer's
requirement."+" means
chimney extension above
ground level or cap extension
(+tower elevated) and "-
"means chimney extension
below ground level (-
foundation deeper).
24 Section VI -
2
Employer's
Requiremen
t-TS-1
clause 1.7
of “6-2
Is the wind speed 28.3m/s given in clause 1.7 of “6-
2Section VI -2 Employer's Requirement-TS-1_Lot
T1-T2-T3 K1 Final 23.06.2015”the gust wind
speed or average wind speed?
The reference wind speed is a
10minutes mean value.
Consequently, the gust factor
has to be applied as per
formula for wind on conductor
(EN 50341-1, chapter
4.2.2.4.1) on page 48.
25 The earth wire protection angle is 10°in drawing
“010 REV.2”of “6-5 Section VI-_Drawings
Final”,which is not correspondent with the
description “Suspension towers 0° to 15° ”in “5.6
Conductor spacing and clearances ”of “6-2Section
VI -2 Employer's Requirement-TS-1_Lot T1-T2-T3
K1 Final”,which one is correct?
The shielding angle of
protection shall be 15° for both
OPGW and Earthwire.
26 Item h in “16.1.2.1 Drawings” of “6-2Section VI -2
Employer's Requirement-TS-1_Lot T1-T2-T3 K1
Final 23.06.2015”,please offer plain layout of Isinya
substation, otherwise we can’t prepare incoming
and outgoing line drawing.
To be provided during
implementation
9 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
27 Is the value 1.9 in “Soil property at suspension
towers ”of “6-3 Section VI-3 ER Schedules
Guaranteed Data T1-T2-T3-K1 Final 23.06”the
foundation safety coefficient or soil coefficient? if it
is soil coefficient, what is its function?
Refer to response in Qn.7.
28 The tower quantity is calculated as per table
Foundation Class in “4-1Section IV 6a_TS-
3_Schedule Rates and Prices_K1 Final
23.06.2015”,which is not correspondent with that in
STEEL TOWERS. For example:
TOWER Foundation Class ∑
1 2 3 4 4w 5 5w 6
Type 400S Tower 5 64 101 27 20 8 1 8
234
The quantity of Type 400S Tower is 234 according
to the table above, but it is 213 towers in table
STEEL TOWERS, they are not correspondent with
each other, please confirm which one is correct?
Revised price schedule is
provided.
29 We refer to PC 1.11.2(a) of your bid documents,
“Contractor shall acquire…written consent by
private land owners for right of passage”. Our
question is: By “right of passage”, do you mean
access road to the site?
The referred clause is not
correct. However, employer
will furnish all payments for
Project Affected People
(PAPs) to clear the Right of
Way (RoW). The Contractor's
job shall be route bush clearing
and preparation of access
roads.
10 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
30 Is withholding tax “corporate income tax” withheld
by employer and paid to tax revenue authority on
behalf of the Contractor? Is it only applicable to the
on-shore portion (Kenya Shilling) of the contract
price amount? What is the percentage of
withholding tax?
CLARIFICATION: Yes ,WHT is corporate income
tax withheld by the employer and paid to the revenue
authority on behalf of the contractor. The applicable
WHT rates are as shown below:
Non-resident WHT tax rate on management,
consultancy, professional and contractual fees is 20%.
Special non-resident rates are applicable for countries
which have Double Taxation Agreements i.e.
United Kingdom 12.5%, Germany and Canada 15%
and India 17.5%.
Resident WHT rates are;
5% on management, consultancy and professional
fees and 3% on contractual fees.
The resident WHT rates are applicable for resident
and persons with a permanent establishment in
Kenya.
Part 1 of CAP 470 defines a ‘’permanent
establishment’’ as a fixed place of business and
includes a place of management, a branch, an office, a
factory, a workshop, and a mine, an oil or gas well, a
quarry or any other place of extraction of natural
resources, a building site, or a construction or
installation project which has existed for six months
or more. WHT is applicable on both onshore and
offshore portion.
11 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
31 We refer to BDS ITB 16.2: ”In the case of a Bidder
who offers to supply and install major items of
supply under the contract that the Bidder did not
manufacture or otherwise produce, the Bidder shall
provide the Manufacturer’s Authorization, using the
form provided in Section IV for the following
components:-
…
Reinforcement.”
Our question is: What do you mean by
“reinforcement” here? Do you mean “iron rods”
that are used in reinforcement concrete?
“Reinforcements” are High
Tensile Steels.
Yes. This means all (steel)
reinforcement used in
concreting works.
32 4. Do we have to design according to the towers
spans and the loads given in 6-5 Section VI-
_Drawings Final 23.06.2015? Can we optimize
them?
The tower family shall be
designed for a nominal span of
400m. Also, refer to response
in Item No.15 for tower design.
Follow the Specification
33 Are tower quantity include Foundation Class 4W in
table Foundation Class 4 of “4-1Section IV 6a_TS-
3_Schedule Rates and Prices_K1 Final
23.06.2015”?for example,the tower quantity of
Type 400S Tower is 27 in Foundation Class 4,but it
is 20 of Type 400S Tower in Foundation Class
4W,is the 20 included in 27?or they are calculated
respectively?
Each foundation class has its
own number of 400S tower as
per price schedule.
34 In “APPENDIX D - FOUNDATION DESIGN
PARTICULARS”of “6-2Section VI -2 Employer's
Requirement-TS-1_Lot T1-T2-T3 K1 Final
23.06.2015”, class 1 rock anchor foundation is
given.
Our question is: Can you provide the shearing
strength?
In all classes of soil, Cleats
shall be capable of transferring
100 % of the design uplift and
compression load by shearing,
bonding and compressive
resistance. Further it is
responsibility of the contractor
to design acceptable
foundation design and perform
insitu foundation test as
specified in a bid document.
12 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
35 Right of way
We have seen that the right-of way and
compensation are inside the scope of works of the
project (6-1 Section VI-1 Employer's Requirement
GTS-1_Lot T1-T2-T3 & K1) but on the other hand,
in 6-2 Section VI-2 Employer's Reguirement
TS1_lot T1-T2-T3&K1 it is said that this will be
privided by Employer. Could you please clarify whi
will bear with the management and the
compensation for the ROW, the Employer or the
Contractor?
Employer will bear with the
management and compensation
for the RoW.
36 Submittal of the Bids
We have seen in the ITB 11.1, that Bidders must
submit individual and separate Bids for each Lot in
order to optimize the preparation of the tenders'
package, could we send two package, one for
Kenya and one for Tanzania, grouping together the
documents that are common to different lots
T1,T2,T3 (manufacturers documentation, bidder
information sheets financial states, experience, etc)?
Bidders must submit individual
and separate Bids for for
Kenya and Tanzania each Lot
as per ITB 11.1.
Bidders must
submit individual
and separate Bids
for each Country in
accordance with
ITB clause 21.1.
37 Referring to Section III, Evaluation and
Qualification Criteria, Subfactor 2.4.2 a) Would you
please clarify the a.m. requirements for the case of
JV, Consortium or Assosiation i.e. Does the all
partners must meet stated qualification requirements
( two similar contracts 330 kV and above, 150 km
each, within last 7 years).
Refer to response in Item
Qn.21.
38 Referring to Section III, Evaluation and
Qualification Criteria would you please confirm if
the Bidder qualified for one lot for Tanzania part
can submit Bid for all three lots in order to be
awarded one lot only in case of being most
successful Bider for that lot.
Confirmed.
13 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
39 Referring to Section III, Evaluation and
Qualification Criteria would you please confirm if
the Bidder have to provide any qualification or
other documents for local works sub-contractors.
We understand that local works sub-contractors will
be nominated and their qualification documents
submitted for approval during contract negotiation
stage (before signing of the contract)
Confirmed. Bidders may
submit qualification documents
for local subcontractors that
comply with the requirements
in the bid document. However
the final list of local
subcontractor will be
confirmed during contract
negotiations.
40 Referring to the Section II, Bid Data Sheet, ITB
11.1 would you please confirm if the Bidder
qualified for one lot for Tanzania part can provide
one set of Technical Bid documents for all three lots
and Financial Offer for each lot separately.
. Confirmed
41 Referring to the Section II, Bid Data Sheet, ITB
11.1(j) related to Type Test Reports would you
please clarify or confirm if the testing materials and
equipment in Type Test Reports are to be same or
similar to those offered.
Confirmed. However take note
that all material to be offered
during project implementation
will be type tested as specified
in bids.
42 Referring to the Section II, Bid Data Sheet, ITB
16.2 would you please confirm if the Bidder have
to provide for item 6. Reinforcement Manufacturer
Authorisation only or have to provide other
qualification documents, too.
Any Information to Confirm
the Capability and Quality
assurance of the proposed
supplier for reinforcement
43 Referring to the Section II, Bid Data Sheet, ITB
19.1 would you please confirm if the Bidder may
provide a Bid Security issued by the reputable and
first class European bank without local commercial
bank counterguarantee.
No. All Bid Security must be
counter guaranteed localy..
Comply to ITB 19.1: The
unconditional guarantee is
issued by company located
outside the Employer’s
Country, the issuer shall have a
correspondent financial
14 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
institution located in the
Employer’s Country to make it
enforceable
44 Referring to the Section IV, Bidding Forms, Others
– Commercial or contractual aspects of the bidding
documents that the Bidder would like to discuss
with the Employer during clarification ( page19)
would you please clarify or confirm if this form is
applicable for subject tender.
Not applicable for Single stage
Bidding procedure
45 Referring to the Section IX, Contract forms,
Appendix 1. Terms and Procedures of Payment
Schedule no. 1. Plant and equipment supplied from
abroad, would you please clarify or confirm if the
Terms of Payment for this schedule may be
adjusted to be the same as for Schedule no. 2. Plant
and equipment supplied from abroad within the
Employer country and Schedule no. 4. Installation
services i.e. Plant and equipment supplied from
abroad to be paid 20 % Advance payment + 70 %
of CIP amount + 5% against Completion
Certificate and 5% against Operational Acceptance
Certificate.
Not Confirmed. Terms remain
as described in the Section IX,
Contract forms, Appendix 1.
Payment Terms
Shall be as per the
per Section IX
Contract form
Appendix 1 Terms
and Procedures of
Payment of the
Standard Bidding
document of
Standard Bidding
Document for
Procurement of
Plant Design,
Supply, and
Installation
AFRICAN
DEVELOPMENT
BANK September
2010, revised July
2012. With advance
payment 20%. for
Schedule No. 1.
Plant and
Equipment
Supplied from
Abroad: Other
15 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
conditions remain
unchanged will
remain as per the
bidding document.
The Payment from
the African
Development
Fund(ADF) and
Japan International
Cooperation
Agency (JICA)
will be made
through direct
payment to the
contractor’s
account. No Letter
of credit will be
opened.
46 In the Schedule of Prices, in excel file provided
within tender documents, we found out that when
entering the unit prices on some items we are
obtaining incorrect results in the total price for the
same item (due to the quantities calculated in
decimale numbers and shown in Price Schedules in
full numbers):
- Schedule 1. most of items 4.0 Steel Towers
( 4.1.2., 4.1.3., 4.1.4. etc. )
- Schedule 1. lot of items of other
materials/equipment, too.
- Similar is in other Schedules.
Also, in Grand Summary Schedule (Schedule 5)
– Total price in local currency is connected to Total
price in foreign currency
Would you please clarify or instruct the Bidders
accordingly.
Use the rounded off figures up
to 2 decimal places. Total
prices for different currency
should be in the same column
16 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
47 Referring to Section VI ( Part 2 ), Work
Requirements in item 5.10 Partial Safatey factors
are mentioned to the different loads ( see table of
factors) and strength factors for material. In item
5.11 Tower design standrad ASCE10-97 is
recomended design code but his standard do not
contain / recognize partial safety factors Would
you be so kind to clarify or instruct accordingly.
Refer to response in Qn.7.
48 Referring to Section VI ( Part 2 ), Work
Requirements in item 5.2 and in Price Shedules :
body extensions from -3m to +16m in steps of 1.
5m and leg extensions from 0.5m to 10.5 m in steps
of 0.5m – are required .In Tower Outline (from
Tender documentation) we can see body extension
of 4.5 m and leg extension from -3 to +4,5m in step
of 1.5 m.
Step of increasing for Body extension from 1.5 m
and step of increasing for Leg extension from 0.5 m
are not usual for Towers of 400 kV.
Please confirm or clarify this.
Not Confirmed. Price
Schedules shall Prevail.
49 Referring to the Conductors technical requirements
please provide us with bundle conductor distance /
spacing as we did not find this data in the
corressponding technical requirements and
schedules. Some data are given in tender drawings (
460 mm ) but we are not sure can we use it or not.
Please clarify or confirm .
Confirmed. You may use
460mm as specified in the
drawing.
17 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
50 Part 2 Section VI Item 4.1.1. Insulator
type 1
Referring to Section VI ( Part 2 ), Item 4.1.1.
Insulator type 1. (Glass insulator) shall be used for
Lots T1, T2 and T3 while composite insulator shall
be used for Lot K1 . In the Price Schedules 1. for
Lot K1, Item 6.0. is stated that Insulator type
1.(Glass insulator) is included in Insulator sets .
Please clarify or confirm .
Insulator type 2 (Composite
insulator) shall be used for Lot
K1 Kenya only
51 Part 2 Section VI
Technical
Schedules
Item 7.1.
page 149
and 150
Referring to Section VI ( Part 2 ), Technical
Schedules, Item 7.1. page 149 and 150, Glass
insulator U120 BS is requested for suspension and
tension strings with 27 units for suspension string
and 29 units for tension string . With a.m. number
of units is not possible to meet requirements related
to specific minimum creepage distance of 25
mm/kV.Please clarify or confirm.
Comply with specifications as
per Part 2: Work
Requirements-Lot T1-T2-T3 &
K1 in Section 4: Insulators and
Fittings. It is necessary to
comply to creepage distance
52 Part 2 Section VI
Technical
Schedules
Item 6.2.
page 143
Referring to Section VI ( Part 2 ), Technical
Schedules, Item 6.2. page 143 , Earthwire type
ACSR 95/55 is required while in Price Schedule,
Item 8.03. , 9.72, 9.76 etc. Earthwire type GSW 70
( GSW 70-11 mm) is stated. Please clarify or
confirm.
Type error. Revised price
schedule is provided.
53 Part 2 Section VI
Technical
Schedules
clause no.
5.10 pg. 67
As per Section VI Technical Specification clause
no. 5.10 pg. 67, Strength factor for Steel bolts of
Tower connection is given as 1.15. But, as per
Technical Schedules of Guaranteed Characteristics
(GTP) TS-2, pg. 133, Partial factors for material
strength required for Bolts is 1.25. Please clarify.
Technical Schedules of
Guaranteed Characteristics
Prevail.
54 Part 2 Section VI
Technical
Schedules
clause. no.
5.4 / 11.5,
pg. no. 61 /
102
As per Section VI Technical Specification clause.
no. 5.4 / 11.5, pg. no. 61 / 102 , Earth wire
conductor sag shall be approximately 10 per cent
less than the line conductor sag. But, as per Tech.
Schedules of Guaranteed Characteristics (GTP) TS-
2, pg. no. 135, Earth wire sag, compared to the
conductor sag at 25⁰ for the nominal span is
required to be 5% less. Please clarify.
Technical Schedules of
Guaranteed Characteristics
Prevail.
18 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
55 Part 2 Section VI
Technical
Schedules
clause. no.
7.3, pg. no.
78
As per Section VI Technical Specification clause.
no. 7.3, pg. no. 78, , Minimum Diameter of Bolt
shall be 12mm. But, As per Tech. Schedules of
Guaranteed Characteristics (GTP) TS-2, pg. no.
137, Minimum Diameter of Bolt required is 16mm.
Please confirm.
Technical Schedules of
Guaranteed Characteristics
Prevail.
56 Part 2 Section VI
Drawings
As per Section VI (Part –C) Drawings, the drawings
show Outline Drawings of Tower wherein
Electrical clearance and Body / Leg extension
requirements are totally different compared to the
values given in GTP. We are following all values as
per GTP. Please confirm.
Refer to response in Item
No.48.
57 Part 2 Section VI
Technical
Schedules
clause. no.
3.2, pg. no.
44
As per Section VI Technical Specification clause.
no. 3.2, pg. no. 44, Code EN 50341-1 is mentioned
for General Requirements –Common Specification.
We consider the same as Latest Standard with year
2012. Please confirm.
EN50341-1:2001 and 2012.
58 Part 2 Section VI
Tech.
Schedules of
Guaranteed
Characteristi
cs (GTP)
TS-2
PG. NO.
131
In Tech. Schedules of Guaranteed Characteristics
(GTP) TS-2, PG. NO. 131, Basic wind speed is
given as 28m/s. We consider this wind speed as
Vb0 as per EN 50341-1-2012, which is 10 minute
mean velocity at 10m above Ground level. Please
confirm.
Similarly, for calculation of Wind pressure, we are
considering Terrain category – II & return period 50
years. Please confirm.
Confirmed.
Refer to response in Item No:
24
19 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
59 Part 2 Section VI
Tech.
Schedules of
Guaranteed
Characteristi
cs (GTP)
TS-2
PG. NO.
134
As per Tech. Schedules of Guaranteed
Characteristics (GTP) TS-2, PG. NO. 134 partial
factors for material strength are given as follows-
Reinforcement steel for concrete foundations
Factor 1.2 ,
Foundation in-situ cast concrete structure
Factor 1.5
Soil property at Suspension Tower
Factor 1.9,
Soil property at Angle Tower
Factor 2.15
From the above we presume that if density of soil=x
, Angle of repose=y & Bearing capacity =z , then
the
following parameters are to be considered for
calculating ultimate capacity of foundation .
Suspension tower
Tension Tower
Density of soil x/1.9
x/2.15
Angle of repose y
y
Bearing capacity z/1.9
z/2.15
Please confirm our understanding is correct or not.
Comply to the technical
Specifications.
20 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
60 Price
Schedule
Quantity of Leg Extensions in Price Schedule is
given for the range of 0.5m to 10.5m in step of
0.5m. Total quantity of these Leg Extensions does
not match with Basic Tower Body quantity. e.g. For
Lot K-1, T.T. 400S Basic Tower Body is 213 nos.,
so total quantity of Leg Extensions should be 213 x
4 = 852 nos. But, total of Leg Extension quantities
from 0.5m to 10.5m Leg Extension is 241. That
means the remaining quantity shall be either for 0m
Leg extension or the total quantity for Leg
Extension given in price schedule shall be corrected
to 852. If the remaining quantity as per the above
explanation is for 0m Leg Extension, then the same
should be included in the Price Schedule. Please
clarify.
Refer to the revised Price
Schedule.The remaining
quantity is for ±0m Leg
extension.
61 Price
Schedule
In Price Schedule, Quantity for 0m Body Extension
is missing. Please Provide.
0m body extensions
correspond to Basic tower
body.
62 Part 2-
Technical
Specificati
ons
Section VI Clause 5.15
page 70
With reference to this clause the sphere shall be
coloured International Orange. However GTP's 9.2
page 163 calls for International Red & white. Please
clarify
Technical Schedules of
Guaranteed Characteristics
Prevail.
International Red & white.
63 Part 1-
Evaluation
&
Qualificati
on Criteria
Section III Clause 2.7,
page 11&
28
Item 9
Insulator &
Insulator
fittings
In this clause minimum criteria is given for
Insulator only. Please arrange to send us the
minimum criteria for Insulator fittings
Criteria apply to both Insulator
and Insulator Fittings.
64 Part 1-
Evaluation
&
Qualificati
on Criteria
Section III Clause 2.7,
page
12&30
Sub-
Contractors
For local works the contractor shall propose atleast
1 subcontractor for electro-mechanical works from
Employers country with class One contractor
license. Please let us know the main contractor
carry out the works on its own.
The bidding document doesn’t
restrict the number of electro-
mechanical subcontractors.
The volume of
work to be awarded
to sub-contractrs
shall not exccedd
20% of the whole
volume work for
the project.
21 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
65 Part 2-
Technical
Specificati
ons
Section VI Clause 9.2,
page 81
Right of
way
The Employer will provide ROW to contractor to
carry our works. However as per Clause 1.31. page
4 the same is under contractors scope please clarify.
Refer to response in Item
No.29.
66 We request to provide us the co-oridnates for all the
lots
Coordinates for the RoW for
Lot T1,T2, T3 and K1 have
been attached to the minutes
of Pre-Bid Meeting.
67 2.4
Experience
Can you kindly confirm if the consortium is eligible
for the biding Lot-T1 when one partner of the
consortium meet the requirements?
Refer to response in Item No.3.
68 Section II.
Bid Data
Sheet,
ITB 2.1 Referred clause has mention that Bank Financing
Institutions for Tanzania Part is finance by "African
development Fund (ADF)" & "Japan International
Cooperation Agency (JICA)". However, Tanzania
part having three different Lots.
Hence, we request you to please clarify which Lot
is financed by "African development Fund (ADF)"
& which by "Japan Intrnational Cooperation
Agency (JICA)".
For Tanzania the Project is
jointly financed by African
development Fund (ADF) and
Japan International
Cooperation Agency (JICA)
and for Kenya the Project is
financed only by African
development Fund (ADF).
69 General As per Scope of the works tender is comprising of
three different Lots for Tanzania portion. Bidders
has option to bid any one or more lots.
In case bidder intends to bid for all the lots, please
confirm whether bidder need to submit different
offer/tender for each Lot, or a single offer for all
Lots (having separate Letter of Bid & price
schedules for each Lot) is acceptable.
Submit required information
for each Lot with independent
bid security.
22 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
70 Section II.
Bid Data
Sheet,
ITB 14.2 We have noted that unit prices to be quoted shall be
fixed for the duration of the Contract.
It is very difficult to maintain the same price for a
period of 22 months as raw material prices are very
volatile. Further, for internationally funded projects
Price Variation provision is applicable for projects
with completion period of more than 18 months.
In view of the above, we request for allowing the
price variation provision atleast for towers &
conductors .
Comply. The price for towers
and conductors shall be at
fixed unit rate.
71 Section II.
Bid Data
Sheet,
ITB 19.1 We understand that only one Bid Security of USD
650,000 is required to be submitted for three lots of
Tanzania Part.
Further, we understand that Bid Security for
Tanzania part should be in favour of TANESCO
Please confirm our above understanding is correct.
We understand that one Bid Security of USD
450,000 to be submitted for Kenya Part.
Further, we understand that Bid Security for Kenya
part should be in favour of KETRACO
Please confirm our above understanding is correct.
Not Confirmed, refer to Qn 69
and our advert to Invitation to
Bid.
72 Section III.
Evaluation
&
Qualificatio
n Criteria
We have noted that completion of pre-
commissioning activities is mentioned as 22
months.
We understand that this completion period is
applicable for each Lot.
Please confirm.
Confirmed. However,
commissioning and testing of
respective tl shall be complited
within one month.
23 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
73 Section IV:
Letter of
Bid &
Section IV:
Schedule
No. 5 -
Grand
Summary
Schedule No. 5 - Grand Summary has provision of
"Total Excluding VAT" and "Total Including VAT"
Please confirm whether we should mention "Total
Bid Price Excluding VAT" or "Total Bid Price
Including VAT " in the Letter of Bid.
Bid must be submitted with
Total Bid Price Including
VAT.
74 Section
VIII.
Particular
Condition of
Contract
GC 3.3 We understand that Advance and Performance
Security in the form of Bank Guarantee issued by a
Nationalised Bank of India is acceptable.
Please confirm.
Not Confirmed . Must be
counter guaranteed with Local
Bank .
75 Section IX.
Contract
frorms
We have noted that interest rate for delay payment
by employer will be 0.5 % per annum.
We understand that it is typographical error & it
should be 0.5 % per month.
Please confirm.
Not confirmed. Comply to
specifications.
76 Section IV:
Price
Schedules
for Lot K1
Item No. 2:
Foundation
s & Item
No. 3:
Towers
Tower Type No.of Foundation No. of Tower
400S 234 213
400T15 33 30
400T30 20 15
400T70 13 11
400Trm 3 2
TP 5 3
Total 308 274
Tower and foundation QTY given in the Price
schedule for Lot K1 are not matching. Hence Please
furnish the correct QTY of Tower and Foundation.
Refer response to Qn.28 .
24 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
77 Section IV:
Price
Schedules
for Lot T1
Item No. 2:
Foundation
s &
Item No. 3:
Towers
Tower Type No.of Foundation No. of
Tower 400S 331 341
400T15 25 22
400T30 21 19
400T70 15 13
400Trm 4 2
TP 6 3
Total 402 400
Tower and foundation QTY given in the Price
schedule for Lot T1 are not matching. Hence Please
furnish the correct QTY of Tower and Foundation
& revised price schedule.
Refer response to Qn.28 .
78 Section IV:
Price
Schedules
for Lot T2
Item No. 2:
Foundation
s &
Item No. 3:
Towers
Tower Type No.of Foundation No. of
Tower 400S 331 346
400T15 25 21
400T30 21 17
400T70 15 11
400Trm 4 2
TP 6 3
Total 402 400
Tower and foundation QTY given in the Price
schedule for Lot T2 are not matching. Hence Please
furnish the correct QTY of Tower and Foundation
revised price schedule.
Refer response to Qn.28 .
25 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
79 Section IV:
Price
Schedules
for Lot T3
Item No. 2:
Foundation
s &
Item No. 3:
Towers
Tower Type No.of Foundation No. of Tower
400S 219 198
400T15 9 6
400T30 10 5
400T70 8 6
400Trm 4 2
TP 6 3
Total 256 220
Tower and foundation QTY given in the Price
schedule for Lot T3 are not matching. Hence Please
furnish the correct QTY of Tower and Foundation
revised price schedule.
Refer response to Qn.28 .
26 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
80 Section IV:
Price
Schedules
for Lot K1
Item No. 6:
Line
Conductor
Insulator
fittings
Item Qty required as per
Price Schedule
Actual Qty Required.
Single Suspension + 1356+264= 1620
231 X 6 = 1386
Double suspension Insulator String
Twin Tension Insulator String 354
61 X 12 = 732
Twin Space Damper 2134
274 X 6 X 8 = 13152
Actual Qty required & Qty given in the Price
schedule for Lot K1 are not matching. Hence Please
furnish the correct QTY.
It is mentioned as " Supply and installation of
Complete Insulator Sets including insulators type-1,
all types of clamps, armour rods, extension
links,……".
However as per Evaluation and Qualification
Criteria Kenya Portion Requires Type-2 insulators
i.e. Composite Long rod insulators.
Please confirm that we have to consider Composite
Insulators for Kenya Part.
Confirmed, lot K1 requires
composite insulators. Base
your bid on quantities provided
in the revised price schedules
attached here.
81 Section IV:
Price
Schedules
for Lot K1
Item No. 7:
Ground
wire fitings
&
Accessorie
s.
We have noticed that quantity of OPGW
Accessories under Sr. no. 7.01,7.02 & 7.05 is not
correct in the price schedule.
Please confirm and issue us the revised price
schedule if our above understanding is correct
Revised price schedule will be
provided.
82 Section IV:
Price
Schedules
for Lot K1
We need to furnish the FAT prices for various
material. We understand that number of visit per
FAT should be one.
Please confirm
Refer to revised Price
Schedule.
27 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
83 Section IV:
Price
Schedules
for Lot K1
(Sr. no.
8.10)
As per price schedule quantity requirement is
shown for Mid-Span tension joint for OPGW.
However, as per our understanding Mid span
tension joint is not required for OPGW.
Kindly confirm the correct requirement.
Confirmed. Refer to revised
price schedule.
84 Section IV:
Price
Schedules
for Lot T1
Item No. 6:
Line
Conductor
Insulator
fittings
Item Qty required as per
Price Schedule
Actual Qty Required.
Single Suspension +
Double suspension Insulator String
2112 + 378 = 2490 341 X 6 = 2046
Twin Tension Insulator String 354
59 X 12 = 708
Twin Space Damper 3334
400 X 6 X 8 = 19200
Actual Qty required & Qty given in the Price
schedule for Lot T1 are not matching. Hence Please
furnish the correct QTY revised price schedule.
Refer to revised price schedule.
85 Section IV:
Price
Schedules
for Lot T2
Item No. 6:
Line
Conductor
Insulator
fittings
Item Qty required as per
Price Schedule
Actual Qty Required.
Single Suspension +
Double suspension
Insulator String 2268 + 120 = 2388
346 X 6 = 2076
Twin Tension
Insulator String 312
54 X 12 = 648
Twin Space Damper 3334
400 X 6 X 8 = 19200
Actual Qty required & Qty given in the Price
schedule for Lot T1 are not matching. Hence Please
furnish the correct QTY revised price schedule..
Refer to response in Qn.84.
28 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
86 Section IV:
Price
Schedules
for Lot T3
Item No. 6:
Line
Conductor
Insulator
fittings
Item Qty required as per
Price Schedule
Actual Qty Required.
Single Suspension +
Double suspension Insulator String 1188
+ 120 = 1308 198 X 6 = 1188
Twin Tension Insulator String 132
22 X 12 = 264
Twin Space Damper 2354
220 X 6 X 8 = 10560
Actual Qty required & Qty given in the Price
schedule for Lot T1 are not matching. Hence Please
furnish the correct QTY.
Refer to response in Qn.84.
89 Section IV:
Price
Schedules
for Lot T3
Item No. 7:
Ground
wire fitings
&
Accessorie
s.
We have noticed that quantity of OPGW
Accessories under Sr. no. 7.01,7.02 & 7.05 is not
correct in the price schedule.
Please confirm and issue us the revised price
schedule.
Refer to response in Qn.81.
90 Section IV:
Price
Schedules
for Lot T1,
T2 & T3
We need to furnish the FAT prices for various
material.
Please advise us the number of visits for each item
for considering the necessary cost.
Refer to response in Qn.82.
91 Section IV:
Price
Schedules
for Lot T1
(Sr. no.
8.10) , T2
(Sr. no.
8.10) & T3
(Sr. no.
8.10).
As per price schedule quantity requirement is
shown for Mid-Span tension joint for OPGW.
However, as per our understanding Mid span
tension joint is not required for OPGW.
Kindly confirm the correct requirement.
Revised price schedule will be
provided.
29 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
92 Section VI:
D. Drawings
(TS-3)
Drawing
List.
Section VI:
(Part C) -
Employers
Requiremen
ts Drawings.
Drawing nos. mentioned in the drawing list is
mismatch with the drawings available on the
KETRACO website & hardy copy of specifiacation.
Please provide correct drawings.
Refer to response in Qn.15.
93 Section VI ,
B. Technical
specification
s and
Drawings
for
Overhead
Lines (TS-1)
Section VI ,
B. Technical
Schedules of
Guaranteed
Characteristi
cs (TS-2)
Sr. No.
4.1.1
(III.Design)
Page No.
50
Page No.
149-150
The required parameters/technical specification
mentioned of insulators/string in referred places of
specification is not matching.
Please clarify the correct required
parameters/technical specification for suspension &
tension sets.
Comply with specifications as
per Part 2: Work
Requirements-Lot T1-T2-T3 &
K1 in Section 4: Insulators and
Fittings.
94 Section IX.
Contract
Forms
Section IV:
Price
Schedules
for Lot K1
ITB 15.1 We have noticed that the Services which are to be
provided from within Employer's country are to be
quoted in Kenya Shillings, however in the Price
Schedule provided for LOT K1 mentions Local
Currency as Tanzanian Shilling.
Please confirm that the local currency portion for
Kenya Part is to be quoted in Kenya Shillings.
Local currency portion for
Kenya Part is to be quoted in
Kenya Shillings while local
currency portion for Tanzania
Part is to be quoted in
Tanzania Shillings.
Local currency
portion for Kenya
Part is to be quoted
in Kenya Shillings
while local
currency portion for
Tanzania Part is to
be quoted in
Tanzania Shillings.
30 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
95 General Request you to please provide us with the Bidding
forms in editable Microsoft Word or Excel format
helping us to ease our bid preparation procedures.
Bidding forms in editable are
available in AfDB website.
http://www.afdb.org/en/project
s-and-
operations/procurement/resour
ces-for-borrowers/standard-
bidding-documents/
96 Part IX-
Contract
Forms-
Appendix
3-
Insurance
Requireme
nts
a) Cargo Insurance- Deductible limits: 5% of the
value of shipment
b) Installation All Risk Insurance Deductible limits:
2% of the Contract Amount
The assaid percentage deductible limits for
respective Insurance type causes excess financial
burden to the Contractor. Hence, the Contractor
request to revise the deductible limit to each
Insurance type maximum of US $ 5,000.
Comply with the Bidding
Document Specifications.
97 Part IX-
Contract
Forms
Appendix
1- Terms
and
Procedures
of Payment
Payments
shall be
made
within
Ninety (90)
days after
receipt of
invoice.
The duration of 90 days for payment of interim
invoices seems to be quite inconvenient to maintain
the good cash flow. Hence the Contractor requests
Employer to revise the duration of payment of
interim invoices from 90 days to 60 days after
submission of invoice.
Comply to bid document
31 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
98 Part IX-
Contract
Forms
Appendix
1-
Terms and
Procedures
of
Payment
Advance payment against receipt of invoice and an
irrevocable advance payment security for the
amount equivalent to 20 percent of Contract Value.
The said clause provision is silent on the due date
for release of advance payment by Employer,
Contractor requests Employer to release the
advance payment within 45 days from the
submission of invoice along with Bank Guarantee
of equivalent amount.
Refer to Section IX of Contract
Forms; Contract Agreement ,
Article 3, Item 3.2.
99 Part IX-
Contract
Forms-
Article 3.
Effective
Date
If the conditions listed above are not fulfilled within
three (3) months from the date of this Contract
signature because of reasons not attributable to the
Contractor, the Parties shall discuss and agree on an
equitable adjustment to the Contract Price and the
Time for Completion and/or other relevant
conditions of the Contract.Please confirm if the
same can be reduced from three (3) months to two
(2) months.
Comply to the Bid Document
specifications.
100 Part-
2/Works
requirement
Clause-5.6
minimum
clearances
(Page-
64/Sec-VI)
There is mismatch in value of ground clearance as
given in Clause-5.6 (page-64/Sec-VI) & as given
tower outline drawing which is given as 8.1m.
Please confirm minimum ground clearance to be
consdiered for tower design purpose.
Refer to response in Qn.15.
101 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
With reference to referred clause, please confirm
whether tower dimensions as shown in tower
outline are to be considered as minimum
requirement? We propose to provide tower
dimension based on minimum clearance
requirement.
Refer to response in Item
Qn.15.
102 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Drawing number as given in Appendix-E does not
matches with the actual drawing number furnished
with the specification. Please confirm whether these
drawings are final?
Refer to response in Qn.15.
32 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
103 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Shield angle requirement as given on drawing is
10Deg, however, it is given as 15Deg in techncial
schedule of guaranteed characteristics. Please
confirm value of shield angle to be considered.
Refer to response in Qn.25.
104 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
As per tower outline drawing, it appears that pilot
insulators is used for all tension towers. Please
confirm.
Refer to response in Qn.11.
105 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Tower outline drawing of tower type-CA, CB, CC
& CD (for Lot-T1/T2) is also given alongwith
outline of other towers i.e. 400S, 400T10, 400T30,
400T70 etc. Kindly confim what is basic difference
between these 2 series of towers.
Refer to response in Item
No.15.
106 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
As per bid drawing furnished alongwith
specification, it seems that tower type
400S/T10/T30/T70/Trm are to be designed for Lot
T3 & K1 whereas tower type CA/CB/CC/CD are to
be designed for Lot T1 & T2. However, there is no
details given either in the specification or in price
schedule for tower type CA/CB/CC/DD. Please
clarify.
Refer to response in Qn.15.
107 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Value of insulator swing & related electrical
clearances as furnished on tower outline diagram
does not matches with the value of the same as
furnished in technical schedule. Please confirm
which values are correct & have to considered
Refer to response in Qn.25.
33 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
108 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Bid drawing shows tower with body extension of
+4.5m & leg extension from -1.5m to +4.5m
however price schedule indicates range of leg
extension from 0.5m to 10.5m in step of 0.5m &
body extension in the range of -3m to 16m. which is
contradictory. Kindly confirm range of body & leg
extensions to be considered for tower design.
Refer to response in Qn.48.
109 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
As per specification requirement, composite
insulator to be considered for Lot-K1 whereas glass
insulator to be considered for lot T1/T2/T3.
However, towers are common for T3/K1 & T1/T2
as per drawings furnished along with specification.
This is contradictory. Please clarify.
Refer to response in Qn.15.
110 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Cross arm projections indicated on tower outline
drawing for suspension tower is more than angle
tower. Kindly clarify any reason to keep projections
more for suspension towers.
Refer to response in Item
No.15.
111 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
As per bid drawing, separate insulator drawing for
Lot-K1/T3 & T1/T2 is given. Insulator for Lot-
K1/T3 shows triple conductor/phase (120KN)
whereas Lot-T1/T2 shows twin conductor/phase
(160KN). For same size of conductor, why there is
difference in insulator UTS. Please clarify.
Generally, it is the bidder's
assignment to determine the
electro-mechanical strength of
the insulator strings
considering the sag and tension
calculation of the conductor
and the specified safety factors
for loads and material (see
Technical Schedules of of
Guaranteed Characteristics).
160KN & 210KN are
indicative minimum
requirements however Bidders
will have to determine the
required strength.
34 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
112 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Bid drawing indicates sag of 14.2m (Lot-K1/T3) &
13.8m (lot-T1/T2). Since conductor for both all lots
are same. i.e. ACSR Blujey (twin). Then why there
is difference in maximum sag of wire. Please
clarify.
Technical Schedules of of
Guaranteed Characteristics
Prevail.
113 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
Please furnish details of climbing clearance. We
propose to check climbing clearance in no wind
condition. Please confirm.
Refer to response in Qn.4.
114 Section VI (Part-
C/Appendi
x-E )
Employer's
requiremen
ts drawings
As per bid drawing, it is noted that middle cross
arm projection is more than bottom cross arm
projection. Generally, cross arm stagering is done
when line is passing through ice zone. However,
there is no ice condition as per specification for the
line. Hence, we propose not to consider cross arm
staggering. Please confirm.
Refer to response in Qn.15.
115 General -
Wind load
on
conductor/E
W/Tower
Calcualtion & application of wind on
conductor/EW/tower is not clear. We are
considering wind load as per EN50341. Please
confirm.
Refer to response in Qn.57.
116 Section IV: Price
Schedules
for Lot
K1/T1/T2
& T3
There is no quantity of pilot insulator (Jumper
suspension) is given in the price schedule. Please
furnish.
Is part of the route km price.
117 Section IV: Price
Schedules
for Lot
K1/T1/T2
& T4
Please confirm height of test tower for whcich
tower is required to be tested.
All types of towers to be tested
shall be with maximum leg and
body extensions.
35 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
118 Section VI Clause-5.2,
Page-59,
Special towers (400S/400T15/400T30/400T70) is
mentioned in types of towers. Even in price
schedule the cost of these structure is included.
However, nowhere in the speciifcation, parameters
is given for use of these towers. Please furnish the
specification for the special tower since as per price
shceudle testing of special towers are also required.
Special towers are for crossing
existing 66/132/220kV lines
and also for crossing difficult
existing ground profile.
119 Section VI - Clause 5.4
(Page-61)
As per referred clause it is mentioned that at
everyday temprature in still air, in any span, the
earth conductor sag shall be approximately 10%
less than the line conductor sag. However, as per
techncical schedule (Page-135) it is mentioned as
5%. Please confirm.
Refer to response in Item No.5.
120 Section VI - Appendix-
B (Page-
129)
With reference to referred appendix table,
longitudinal load in unbalanced condition is under
EDT condition. i.e. Everyday temp+No wind
condition. However, transverse load for broken
conductor (due to wind) is to be considered as 75%
of value in normal condition which seems to be
incorrect. We propose to consider nill wind on
conductor/Tower in case of unbalanced loading
condition.
Refer to response in Qn.10.
121 General -
Root
Coordinates
Please furnish route coordinates
(Northing/Easting/Elevation) of the line so as to
understand the terrain geography.
Refer to response in Qn.66.
122 Section VI - Clause-5.2,
(Page-60),
Techncial
specificatio
n
As per refered clause, body extension from -3m to
16m (in step of 1.5m) & leg extension from +0.5m
to +10.5m shall be (in step of 0.5m) designed. We
feel that leg extension height interval should be
more. Difference of 0.5m is very less. Generally it
is 1m. Please confirm for the same.
Not Confirmed. Comply with
employers' requirements.
36 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
123 Techncial
schedule of
Guaranteed
characteristi
cs
Partial
factor for
material
strength for
concrete,
reinforcing
steel, soil
property
As per technical schedule, it is mentioned that
partial factor for material strength is to be
considered as given below.
Partial factor for concrete - 1.5
Partial factor for reinforcing steel- 1.2
Soil property at suspension tower- 1.9
Soil property at tension tower- 2.15
"from the above we understand that if density of
soil=”X”, Angle of repose=”y” & Bearing
capacity=”z”, then the following parameters are to
be considered for foundation design.
For suspension tower,
Soil density =”x/1.9”
Angle of repose = “y”
Soil bearing capacity= “z/1.9”
for Tension tower ,
Soil density =”x/2.15”
Angle of repose = “y”
Soil bearing capacity= “z/2.15”
Kindly confirm whether our understanding is
correct."
Refer to response in Qn.7.
37 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
124 Section III,
Evaluation
and
Qualificatio
n Criteria,
Clause No
2.4.2 -
Specific
Experience
:
As per Section III, Evaluation and Qualification
Criteria, Clause No 2.4.2 -Specific Experience: for
Joint Venture/Consortium/Association each partner
must meet the requirement mentioned,however,as
per clause No – 2.4.3, Specific Experience stated
that“the above contract mentioned in 2.4.2,any one
partner of Joint Venture/Consortium/Association
can meet the requirement”. Both the Clause are
contradictory among themselves.
We presume that requirement for clause no – 2.4.2
is typographical mistake and this should be met by
any one partner of Joint
Venture/Consortium/Association.As per present
scenario, if each partner fulfil the qualification
criteria at their own, there is no purpose to make
Joint Venture/Consortium/Association.
Further current qualification criteria is very
stringent, therefore to increase compition and to
invite more bidders, Qualification Criteria should be
little lenient.
Please clarify the above at the earliest and give us
the opportunity to serve you with best of our
experience.
Refer to response in Qn.17.
38 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
125 Section –
III,
Evaluation
and
Qualificatio
n Criteria
(Tanzania)
Section – III, Evaluation and Qualification Criteria
(Tanzania) specific Experience is very Stringent.
According to present condition, if any bidder wants
to qualify for three (3) Lots he must have completed
at least eight (8) Contracts each with 600 + Km of
length of 330 KV or above. This means that a
bidder should have done more than 4800 kms (8 x
600 = 4800 km) of 330 KVor above transmission
line, even though the cumulative length of all three
lots is 414 Kms only.
It appears that there has been a typographical error
as this condition will reduce competition and only
very few companies will be able to qualify for all
three lots.
Refer to response in Item No.1.
126 Part 1: Bidding
Procedures-
BDS/ITB
19.2
/ITB 19.2 It states
“The bidder shall furnish US$ 450,000 or its
equivalent in a freely convertible currency” for
Kenya and
“If a Bidder submits only Bids for one country, he
is only obliged to provide a single bid security of
US$ 420,000 for Kenya”. It seems that there has
been a typographical error in either of the case.
Kindly clarify the correct amount for submission of
Bid security for Kenya portion.
Comply to Bid Document
Specifications.
127 Part 1: Bidding
Procedures-
BDS/
ITB 19.2 If a bidder is willing to bid for all 3 Lots of
Tanzania (Lot T1, T2 & T3), the bid security to be
submitted will be a single Bid Security of US$
650,000(for all 3 Lots combined) or separate bid
security of US$ 650,000 for each lot to be
submitted. Kindly clarify
Separate Bid Security for each
Lot in Tanzania. If a Bidder
submits only Bids for one
country, he is only obliged to
provide a single bid security of
US$ 420,000 for Kenya or
US$ 650,000 for Tanzania.
Refer the BDS 19.1. Only one
guarantee will be provided for
Tanzania. Bidders may bid for
39 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
one lot or for all three lots. But
the guarantee will be only one
for US$ 650,000
128 Part 1: Evaluation
and
Qualificatio
n Criteria :
Kenya
Portion
It states “The manufacturer shall indicate the qty of
insulators supplied for each project of minimum
100,000 units and at least 10 years of experience”.
We feel that this requirement of 100,000 units is
meant for glass discs. Kindly specify the
requirement for composite insulator.
It apply for both Glass and
Composite (composite string
only but for glass unit means
each glass insulator)
129 Part 1: Price
Schedule
Lot T3
On going through Price Schedules of all the 4 Lots,
we find that in Schedule 1: Item for O&M
Tools/equipment & OPGW Tools is not provided
for Lot T3. Kindly confirm whether the required
item is not required for Lot T3 or is to be included
in PS. If yes, than kindly provide the revised Price
Schedule including the mentioned item with
quantities.
Comply to Bid Document
Specifications/Price Schedules.
130 Part 1: Price
Schedule
Lot K1
Schedule 2: It states “As the supply will be made by
local supplier who is VAT registered taxpayer, then
VAT of 16% will be levied for any supply”.
Whereas in Schedule 5: It states as 18% VAT.
Kindly clarify.
18% VAT prevail in Tanzania
and 16% VAT prevail in
Kenya.
40 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
131 Part 1: Price
Schedule
Lot K1, T1,
T2 & T3
On going through the Price Schedule we found
difference in quantities of foundation and erection
of Towers for all the 4 Lots as per the table shown
below
TL Foundation Erection
Lot K1 316 278
Lot T1 410 408
Lot T2 410 406
Lot T3 262 228
Kindly provide the revised Price Schedule with
correct quantities
Refer to response in Qn 28.
132 Part 1: Price
Schedule
Lot K1, T1,
T2 & T3
Schedule 4: Item No. 1.06 states
“Mobilization of construction Equipment as per
Item 2.6, Section III Evaluation and Qualification
Criteria (0.5% of Bid price)”. Is this 0.5% the
ceiling which the bidder can claim for mobilization
or if the bidder can claim an amount less than 0.5%
of bid price? Kindly clarify.
Comply to Bid Document
Specifications.
133 Part 1: Section III –
Evaluation
and
Qualificatio
n Criteria
(Tanzania)
Technical specification mentions the use of
Templates for setting stubs. However quantity for
templates is not mentioned in Price Schedule.
Kindly provide the same
The contractor will have to
quot along with types of towers
already mentioned on Price
Schedule. This depends
contractor forecast of how
many templates for each type
of tower he will use.
134 Part 2: Employers
Requiremen
t-
Clause 7.2
-Material
Under Clause 2.4.2 Specific experience, we request
reduction in no. of contracts and the length of the
line executed by the bidders as the experience
credentials as this will enable us to submit our
tender document in a competitive manner and be
eligible for more than one lot. Kindly comment.
Refer to response in Qn.1.
135 Part 2: Employers
Requiremen
t-
Clause 7.3
–Bolts and
Nuts
Steel – MS steel is required as per BSEN 10025
S235JR. We propose to use BSEN 10025 S275JR
which is superior grade than S235JR
Steel grade S275JR and
S355JR as per EN 10025 is
acceptable Comply the
specification
41 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
136 Part 2: Employers
Requiremen
t-
Clause 7.3
–Bolts and
Nuts
Kindly specify the grade & class of BNA. All tower steel connection
bolts, nuts and washers shall
conform to ISO 898-1 and –2
or equivalent. Only the bolt
classes 5.6 and/or 8.8shall be
used. Also, All tower bolt
connections shall be provided
with one flat washer and one
spring washer.
137 Part 2: Employers
Requiremen
t-
Item 4.1.2
Insulators
and
Fittings,
Price
Schedule:
Item 6.0,
It states that Insulator Type 2:Composite insulators
shall be used forK1-Kenya side.
As per PS Item No. 6.0 for Lot K1-Kenya Portion it
states that “Supply and Installation of complete
insulator sets including insulators type 1”
As per specification Type 1 is glass insulator
Kindly clarify the type of insulator to be used for
Lot K1.
The type of insulator to be
used for Lot K1 is Type 2.
138 Part 2:
Employers
Requiremen
t-
Technical
Schedules:
Clause
4.1.1
Insulators
and
Fittings-
Item II
General
Item 7-
Insulators
and
Fittings:
Insulator
Type 1
General specification for cap & pin type insulators
states 120kN for suspension sets and 210kN for
Tension sets
However as per technical schedule – Item 7, it
states that Insulator Type 1is Glass type insulator
with Electromechanical failing load of 120 KN only
(No mention of 210 kN).
Kindly clarify the required type of glass insulator
(120 KN or 210 kN or both).
Refer to response in Qn..111.
42 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
Part 2 Employers
Requiremen
t: Drawings
Price
Schedule:
Item 6.0,
Page No. 204 shows the drawings of Glass
Insulators for Single Suspension, Double
Suspension and Triple Tension for 400kV Line (Lot
K1 & Lot T3)
Page No.215 shows drawings of Composite
Insulators for Single Suspension, Double
Suspension and Triple Tension for 400kV Line (Lot
K1 & Lot T3)
Page No.257 & 258 shows drawings of Glass
Insulators for Single Suspension, Double
Suspension and Twin Tension for 400kV Line (Lot
T1 & Lot T2)
Page No. 259 shows drawings of Composite
Insulators for Single Suspension, Double
Suspension and Twin Tension for 400kV Line (Lot
T1 & Lot T2)
PS requirement for Lot K1, T1, T2& T3 states
quantities for Single Suspension, Double
Suspension and Twin Tension.
From the above information available we
understand that
1. Comparing the PS and Drawings we understand
that triple tension drawing is not required for the
project and not to be considered.
2. Composite Insulators: Twin Tension drawings
are not provided for Lot K1. Kindly provide.
3. Glass Insulators: Twin Tension drawings are not
provided for Lot T3. Kindly provide.
4. Drawings of Composite Insulators only to be
considered for Lot K1.
5. Drawings of Glass Insulators only to be
considered for Lot T1, T2 & T3.
Kindly confirm if our understanding is correct and
provide the required drawings
Refer to response in Qn 11 and
Qn 84.
43 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
140 Part 2: Employers
Requiremen
t-
Clause
4.1.1 &
4.1.2 -
Insulators
and Fittings
From the technical specification we understand that
Composite insulator to be used for Lot K1 & Glass
insulator to be used for Lot T1,T2& T3.Kindly
confirm.
The type of insulator to be
used for Lot K1 is Type 2 and
for Lot T1,T2&T3 is Type 1.
141 Part 2: Employers
Requiremen
t: Drawings
Technical
Schedules:
Item 7-
Insulators
and Fittings:
Insulator
Type 1 &
Type 2
For Lot K1 & Lot T3 insulators of 120kN are to be
used as per drawings(For both suspension and
Tension)
For Lot T1 & Lot T2 insulators of 160kN are to be
used as per drawings(For both suspension and
Tension)
It states the use of
Glass insulator of 120kN for Suspension and
Tension &
Composite insulator of 120kN, 160kN for
Suspension & 210kN for Tension.
Kindly clarify which type of Insulator to be used for
the following ;
Lot K1:
Type of Insulator: ………………..
Single Suspension- …………. kN
Double Suspension- ………….kN
Twin Tension- ………….kN
Lot T1, T2 & T3:
Type of Insulator………………….
Single Suspension- …………. kN
Double Suspension- ………….kN
Twin Tension- ………….kN
Refer to response in Qn 11
Comply with specifications as
per Part 2: Work
Requirements-Lot T1-T2-T3 &
K1 in Section 4: Insulators and
Fittings.
44 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
142 Part 2: Employers
Requiremen
t: Drawings
For Lot K1 & T3: Drawing No. 011 Rev. 2 shows
Glass Insulators for suspension and Tension sets for
Triple bundle configuration & Drawing No. 028
shows composite insulator for Tension sets for
triple bundle configuration.
As per PS and technical specification the
requirement is for twin bundle configuration.
From the above information we understand that
Insulator drawings with Triple bundle configuration
are incorrect and not to be considered. Hence
request to kindly provide the above mentioned
drawings with twin bundle configuration.
Refer to response in Qn 11
143 Part 2: Employers
Requiremen
t
We cannot find the Plan and Profile drawings for
Lot T3. Kindly provide the same.
Refer to response in Qn 11
144 Part 2: Employers
Requiremen
t:
Obtaining
Right of
way and
compensatio
n
B0 Clause
1.3
B1 Clause
9.1
Under the statement of works for transmission line
“The work includes …… but not limited to
following:
Obtaining right of way & compensation…” is
mentioned.
Further as per B1, Clause 9.1 “Subject to the
requirement of landowners and their tenants,
wayleaves and access facilities (but not actual
transport routes and access tracks themselves) will
be provided by the Employer”
We believe that the Employer will pay all the
required compensation to landowners along the
right of way in order to facilitate the project works.
Kindly confirm.
Refer to response in Qn.29.
45 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
145 Part 2: c Clause 1.7
and
Technical
Schedule
Climatic temperature and design temperatures: In
clause 1.7,maximum temperature is mentioned as
80°C and in technical schedules the maximum
temperature is mentioned as 85°C. Kindly clarify
the maximum temperature to be used: 80°C or
85°C.
Technical Schedules of
Guaranteed Characteristics
Prevail.
146 Part 2: Employers
Requiremen
t:
Clause 3.2
& 5.11
Tower design code requirement
In clause 3.2 for towers design EN 1993-1-1
"design of steel structure-part 1-1" is mentioned and
in clause 5.11 use of ASCE 10-97 is mentioned for
tower design. Which code is to be used for tower
design? Kindly clarify.
Refer to response in Item No.6.
147 Part 2: Employers
Requiremen
t:
Clause 5.2
drg.
number
010 rev-
2,013,014
and price
schedule
Body extension and Leg extensions
In the clause 5.2 body extensions for tower are
mentioned from -3m to 16m in steps of 1.5m and
leg extensions from 0.5m to 10.5 m in steps of 0.5
m. Whereas in the drawings furnished, the body
extension is mentioned as 4.5m BE and leg
extensions furnished is from -3m LE to 4.5m LE
steps of 1.5 m. Kindly clarify and furnish us the
correct drawings.
Revised Price Schedules
Prevail.
46 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
148 Part 2: Employers
Requiremen
t:
Clause 5.3 The downlead tensions
In this clause following things are mentioned"The
downlead conductors between the terminal tower
and the transforming station gantry or anchor blocks
shall be erected with substantial reduced tension as
given in technical schedules" whereas in technical
schedules no reduced tensions are specified. Please
furnish us the reduced tension values.
The downlead conductors
between the terminal tower and
the transforming station gantry
is unbalanced. The 400Tr
tower shall be designed to be
dead end tower.
Terminal 400kV towers/ dead
end towers shall be used to
links to the 220kV/400kV
substation parts. It will be the
contractor's duty to find out
suitable tower locations for
detail design and to prepare a
detailed routing in front of the
substations. Stringing works
comprise the temporary
incoming and outgoing
including connection to the
220kV/400kV gantries.
149 Part 2: Employers
Requiremen
t:
Clause 5.5 Tower type and span lengths
In the table against the 400T15 tower under the line
angle description it is mentioned deviation angle 0-
15° long span. Under the wind span description it is
mentioned that wind span = 450 m for 0° line angle
values ; for line angles > 0 deg the wind span has to
be decreased accordingly.
The information given under line angle description
and under wind span description is contradictory.
Please explain how the 400T15 tower is to be used
as long span. Also specify the maximum individual
span
Refer to Technical schedule of
Guaranteed Characteristics.
No reduction of wind spans
shall be permitted for
angles>0.
47 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
150 Part 2: Employers
Requiremen
t:
Clause 5.7 a. Transverse load
i. Wind Normal
c. Longitudinal loads
In this clause under Wind Normal it is specified
"the Normal transverse load shall be the wind
pressure stated in the technical schedules acting at
right angles to the line on the whole projected area
of the line and earth conductors over the specified
wind span stated in the technical schedules and the
transverse horizontal resultant of the maximum line
and earth conductor tensions, stated in technical
schedules, together with wind pressure stated in
technical schedule on the projected area of the
insulator and on the projected area of members of
one face of the towers.
The wind pressure on conductor , earth wire,
insulator and on tower is not specified in the
technical schedule and also the maximum line and
earth conductor tensions are not specified in the
technical schedule
Please specify the following:
1. Wind pressure on conductor, earthwire, insulator
and on tower.
2. The maximum line and earth wire tensions.
This lies in the scope of design
which is the responsibility of
EPC contractor. However, the
conductor, earthwire and
OPGW tensions to be applied
shall be the maximum ones
(under maximum wind
conditions).
Also, Refer to response in
Qn.10.
151 Part 2: Employers
Requiremen
t:
Clause 5.12
& 5.20
Dead Load factors
In clause 5.10 in case of uplift loads for foundations
dead load factor is 0.9.In clause 5.12 " For the
calculation of foundation reactions the factors of
safety specified in the technical schedules shall be
applied except that maximum vertical uplift shall
include the dead weight of the tower with a factor
of one(1)”. Please confirm for calculation of uplift
which tower dead load factor is to be considered:
0.9 or 1.0
Clause 5.10 Prevail. In case of
uplift loads for foundations
dead load factor shall be 0.9.
48 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
152 Part 2: Employers
Requiremen
t:
Clause 3.2
& 6.1
Reinforced design for foundation
In clause 3.2 foundations there is no mention of BS-
8110.In clause 6.1 it is mentioned that foundations
are to be design in accordance with BS 8110.The
BS 8110 is now superseded by EN 1992-1 .Please
confirm whether we can still use BS-8110 for
foundation design
For foundation design EN
1992-1 is acceptable: “Design
of concrete structures - Part 1-
1:
General rules and rules for
buildings”
153 Part 2: Employers
Requiremen
t:
Clause 5.4
and
Technical
Schedule
Parallel Factor for earth wire
In clause 5.4 "at everyday temperature in still air, in
any span, the earth conductor sag shall be
approximately 10 per cent less than the line
conductor sag". In technical schedule it is
mentioned "earthwire sag compared to conductor
sag at 25 deg for the nominal span 5% less". Please
confirm on which of the above parallel condition to
be considered for design purpose.
Refer to response to Qn.5.
154 Part 2: Employers
Requiremen
t:
Technical
schedule
&Drg.no.
010 REV.2
Shielding Angle
In the drawing 010 REV.2 shielding angle is shown
as 10 deg. In technical schedules shielding angle
mentioned as 15 deg. Please clarify which shielding
angle is to be considered.
Refer to response in Qn 25
155 Part 2: Employers
Requiremen
t:
Technical
schedule
&Drg.no.
010 REV.2
Ground Clearance
In the drawing 010 REV.2 ground clearance is
shown as 8.1m. Whereasin technical schedules
ground clearance is mentioned as 10 m. Kindly
clarify which ground clearance value is to be
considered.
Refer to response in Qn 11
156 Part 2: Employers
Requiremen
t:
Appendix
B
Unbalanced loading condition
Please clarify in unbalanced loading condition what
is the wind pressure acting on tower body?
Refer to response in Qn 10 &
15
49 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
157 Part 2: Employers
Requiremen
t:
Clause 5.4
and
Technical
Schedule
Final sags and tension
In the clause 5.4 it is mentioned "… the line and
earth conductors shall be erected so that the final
tension at everyday temperature" in still air shall be
the figures stated in the technical schedule, but in
technical schedules no tension figures are specified.
Please specify the tension figures or please specify
limiting conditions for conductor and earth wire
tensions.
Refer to response in Qn 10 &
15
158 Part 2: Employers
Requiremen
t:
Technical
schedule
&Drg.no.
010 REV.2
Minimum clearance between conductor and tower
steel structure in still air condition
In the outline diagram the clearance requirement
under still air is shown as 3950 mm whereas in
technical schedule it is mentioned as 3300 mm (3.3
m). Please clarify which value is to be considered
for checking of clearance.
Refer to Technical Schedule of
Guaranteed Characteristics.
159 Part 2: Employers
Requiremen
t:
Technical
schedule
&Drg.no.
010 REV.2
Minimum clearance between conductor and tower
steel structure in moderate wind condition
In the outline diagram the clearance requirement
under moderate wind is shown as 2400 mm whereas
in technical schedule it is mentioned as 2500 mm
(2.5 m). Please clarify which value is to be
considered for checking of clearance.
Refer to Technical Schedule of
Guaranteed Characteristics.
160 Part 2: Employers
Requiremen
t:
Technical
schedule
&Drg.no.
010 REV.2
Minimum clearance between conductor and tower
steel structure in high wind condition
In the outline diagram the clearance requirement
under high wind is shown as 1600 mm whereas in
technical schedule it is mentioned as 750 mm (0.75
m). Please clarify which value is to be considered
for checking of clearance.
Refer to Technical Schedule of
Guaranteed Characteristics.
50 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
161 Part 2: Employers
Requiremen
t:
Drg.no.
010 REV.2
Swing angle of suspension Insulator under
moderate wind condition
In the outline diagram the swing angle for moderate
wind condition is shown as 39 deg. Please confirm
whether same swing angle is to be used in moderate
wind condition for clearance checking
Refer to Technical Schedule of
Guaranteed Characteristics.
162 Part 2: Employers
Requiremen
t:
Drg.no.
010 REV.2
Swing angle of suspension Insulator under high
wind condition
In the outline diagram the swing angle for High
wind condition is shown as 57 deg. Please confirm
whether same swing angle is to be used in high
wind condition for clearance checking
Refer to response in Qn 11
163 Part 2: Employers
Requiremen
t:
Drg.no.
010 REV.2,
013, 014 &
015
Basic dimensions
In the outline drawings cross arm projection,
vertical distance between cross arm tower height
below bottom cross arm,base width of tower are
shown. Kindly clarify whether we can increase or
decrease these dimensions as per specification
clearance requirement
Refer to response in Qn 11
164 Part 2: Employers
Requiremen
t:
Drg.no.
010 REV.2,
013, 014 &
015
Tower configuration
In the outline drawings middle cross arm projection
is more than top and bottom cross arm projection.Is
it mandatory to keep the middle cross arm
projection more than top and bottom arm
projection. Kindly confirm.
Refer to response in Qn 11
51 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
165 Part 2: Employers
Requiremen
t:
Clause 3.1
Earth
Conductor
Requireme
nts for
OPGW
It states
OPGW earth conductor shall consist of Double
layers of aluminium alloy wires with an optical
fibre communication cable enclosed in stainless
steel tube with loose fiber protection, sealed with
moisture-proof gel. Kindly clarify whether
Aluminium Tube or Stainless Steel Tube to be used
Further it also states that,
Forty eight (48) fibres shall be single mode and
stranded together in four units of 12.
The spacer shall comprise of an aluminium rod
containing four helical slots. One optical fibre unit
of 24 fibres shall be placed in each of the two slots.
An aluminium tube shall be formed tightly around
the spacer. It shall be seamless and pressure tight.
Kindly clarify whether four units of 12 fibre or 2
units of 24 fibre to be used.
Stainless Steel Tube.
Four units of 12 fibre.
166 Part 1: Price
Schedule -1
Lot T1, T2
& T3
Please confirm that Tanesco will bear and promptly
pay the following / provide the exemption,
1) 0 to 25% Customs Duty
2) 18% VAT
3) 1.6% Wharfage + 18% VAT thereon
4) 1.5% Railway Levey
5) 0.5% PVOC inspection fees
Refer to Price Schedule for
each Lot, the requested
information is preambled.
167 Part 1: Price
Schedule -3
Lot T1, T2
& T3
Please confirm that Tanesco will bear and promptly
pay the applicable VAT @ 18% and supplies from
employer’s country are not exempted
Refer to Price Schedule-3 for
each Lot, the requested
information is preambled.
52 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
168 Part 1: Price
Schedule -4
Lot T1, T2
& T3
Please confirm that Tanesco will bear and promptly
pay the applicable VAT @ 18% and the project
installation services are not exempted from VAT.
Refer to Price Schedule-4 for
each Lot, the requested
information is preambled.
169 Part 1: Price
Schedule -1
Lot T1, T2
& T3, item
no 11.4
It states that.
11.4.1 – Type 1 Medium SUV type, 2.7 liter engine,
Toyota Fortuner, or equivalent as per TS 1 - 3
units.
11.4.2 – Type 2 : Toyota Double Cabin or
equivalent with 2.5 liter diesel engine or above as
per TS-1 – 8 units.
11.4.3 : Type 3 Toyota Land Cruiser 4.6 V8 VX
diesel as per TS-1 – 1 unit
Pl confirm that these are to be purchased and
supplied to Tanesco.
As per clause 1.35
(Employer’s/Engineer's
transport and communications
equipment).
All mentioned project
monitoring items are for
TANESCO/KETRACO
Project Implementation Unit
(PIU) use.
170 Terms and
procedure of
payment
Appendix 1 Pl confirm that the terms of payment is by Direct
transfer and payment days is within 90 days or 45
days.
Refer to response in Qn. 97
171 Terms and
procedure of
payment
Appendix 1 Pl confirm the interest for delayed payment for all
the schedule from 1 to 4 is 0.5% p.a.
Refer to response in Qn. 75
172 Regard to the payment terms, we would request you
to kindly confirms the payment will be made
through the Letter of credit.
No. Mode of payment shall be
direct payment from the
financers to the Contractor. No
letter of credit will be opened
173 Please provide minimum factor of safety for
conductor and earthwire at everyday temperature,
still air.
Refer to Technical Schedule of
Guaranteed Characteristics.
174 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K1
page 58, Cl
4.6
According to page 58, Cl 4.6 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, "A double
tension insulator set shall be used for overhead lines
with bundled multiple phase conductors". However,
in tender drawings of Lots K1 & T3, insulators
shown are with triple tension strings. Confirm no.
of insulator strings for tension towers.
EPC Contractor is responsible
for detail design including
design of Insulator string
for Tension towers.
53 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
175 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K1
page 58, Cl
4.6
page 61, Cl
5.3
According to page 58, Cl 4.6 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, "The single
suspension insulator set shall be used as standard
set on suspension towers". However, in page 61, Cl
5.3 of Part 2: Work Requirements-Lot T1-T2-T3 &
K1, "The cross arms of suspension towers shall be
designed to allow the attachment of double insulator
strings". Confirm no. of insulator strings for
suspension towers.
Comply to specifications and
detail design is the
responsibility of ECP
Contractor.
176 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K2
page 62, Cl
5.5
According to page 62, Cl 5.5 of Part 2:Work
Requirements-Lot T1-T2-T3 & K1, the line angle
of Tower type "400T70" is mentioned as 30°-70° &
0°-90° considering the slack span between terminal
tower and S/S gantry. However, in page 140 of
Technical schedule of Guaranteed Characteristics of
Part 2: Work Requirements-Lot T1-T2-T3 & K1,
the line angle of Tower type "400T70" is mentioned
as 30°-70° only. Confirm whether "0°-90°
considering the slack span between terminal tower
and S/S gantry" is to be considered for Tower type
"400T70".
"400T70" is not a terminal
tower.
Refer to response in Item
No.148.
177 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K3
page 62, Cl
5.5
page 65, Cl
5.7 a
According to page 62, Cl 5.5 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, it is mentioned
as "wind span for angles > 0°, the wind span has to
be decreased accordingly". However, in page 65,
Cl 5.7 a (i) of Part 2: Work Requirements-Lot T1-
T2-T3 & K1, it is mentioned as "The full wind span
shall be taken regardless of the angle of line
deviations". Please confirm whether reduced wind
span shall be taken for angles > 0° for suspension
tower.
Not Confirmed. No reduction
of wind spans shall be
permitted for angles>0.
178 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
page 67, Cl
5.10
According to page 67, Cl 5.10 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, kindly explain
the notations for N1….N3 & E1…E3.
N1,N2,N3 are Normal Loading
Cases ( Deadweight, Wind
and Cascading)
E1,E2,E3 are Exceptional
Loading Cases ( Broken Wires
54 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
K4 Cascading Erection and
Maintenance)
179 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K5
page 61, Cl
5.4
In page 61, Cl 5.4 of Part 2: Work Requirements-
Lot T1-T2-T3 & K1, it is mentioned as "earth
conductor sag shall be approximately 10% less than
the line conductor sag". However in page 135 of
Technical schedule of Guaranteed Characteristics of
Part 2: Work Requirements-Lot T1-T2-T3 & K1,
the earthwire sag compared to the conductor sag @
25° nominal span shall be 5% less. Please clarify.
Refer to response in Qn.5.
180 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K6
page 64, Cl
5.6
In page 64, Cl 5.6 of Part 2: Work Requirements-
Lot T1-T2-T3 & K1, minimum clearance to normal
ground is mentioned as 10 m. However, in tender
drawings, minimum clearance to normal ground is
mentioned as 8100 mm. Please confirm the value
of minimum clearance to normal ground.
Refer to response in Qn.4.
181 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K7
page 135 In page 135 of Technical schedule of Guaranteed
Characteristics of Part 2: Work Requirements-Lot
T1-T2-T3 & K1, OPGW shielding angle is
mentioned 15deg. However, in tender drawing, the
shielding angle is 10deg. Confirm the value of
shielding angle.
Refer to response in Qn 25
182 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K8
page 59 of
Cl.5.2
According to page 59 of Cl.5.2 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, angle of
deviation for tower type "400T30" is 150-300.
However, in page 132 of Technical schedule of
Guaranteed Characteristics of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, angle of
deviation for tower type "400T30" is mentioned 00-
300. Kindly confirm the angle of deviation for
tower type "400T30".
The angle of deviation for
tower type "400T30" shall be
15°-30°.
Also, Clause 5.2 of Part 2:
Work Requirements Prevail.
55 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
183 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K9
page 3 of
Cl.1.7
According to page 3 of Cl.1.7 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, maximum
conductor temperature is mentioned 800C.
However, in page 131 of Technical schedule of
Guaranteed Characteristics of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, maximum
conductor temperature is mentioned as 850C.
Kindly Confirm the value of maximum conductor
temperature.
Refer to Technical Schedule of
Guaranteed Characteristics.
184 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K10
page 78 of
Cl.7.3
According to page 78 of Cl.7.3 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, minimum
diameter of bolt shall be 12mm. However, in page
137 of Technical schedule of Guaranteed
Characteristics of Part 2: Work Requirements-Lot
T1-T2-T3 & K1, minimum diameter of bolt is 16
mm. Kindly confirm minimum diameter of bolt.
Refer to Technical Schedule of
Guaranteed Characteristics.
185 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K11
page 62 of
Cl.5.5
According to page 62 of Cl.5.5 of Part 2:Work
Requirements-Lot T1-T2-T3 & K1, minimum
weight span for tower type "400T15" is mentioned
as 300 m . However, in page 139 of Technical
schedule of Guaranteed Characteristics of Part 2:
Work Requirements-Lot T1-T2-T3 & K1, the
minimum weight span is mentioned as (minus) -300
m. Kindly confirm the value of minimum weight
span for tower type "400T15".
The minimum weight pan is -
300m.Technical schedule of
Guaranteed Characteristics
Prevail.
186 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K12
Page 4 of
Cl.1.7 (g
According to Page 4 of Cl.1.7 (g) of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, wind speed is
mentioned 28.3 m/s. However, in page 131 of
Technical schedule of Guaranteed Characteristics of
Part 2: Work Requirements-Lot T1-T2-T3 & K1,
basic wind speed is mentioned 28m/s. kindly
confirm basic wind speed.
Refer to response in Qn.24.
56 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
187 Part 2:
Work
Requireme
nts-Lot T1-
T2-T3 &
K13
Page 64 &
65 of
Cl.5.7 a (i)
& (iii)
According to Page 64 & 65 of Cl.5.7 a (i) & (iii) of
Part 2: Work Requirements-Lot T1-T2-T3 & K1,
Transverse loads are given for "Wind normal" and
"wind perpendicular to phase conductor"
respectively. Kindly elaborate the difference
between the two cases.
Need for clarification not
understood.The definitions are
clearly made in the Work
Requirements.
188 Spans and angle of deviation not available in
technical specifications for special towers. Kindly
provide.
Refer to response in Item
No.118.
189 In tender drawings, the tower types mentioned are
"400S", "400T15", "400T30", "400T70" and
"400Trm" for Lots K1 & T3. Similarly for Lots T1
& T2, the tower types are "CA", "CB", "CC" and
"CD". Wherein in Price Schedule and Technical
Specification it is mentioned as 400S, 400T15,
400T30, 400T70, 400Trm. Hence we presume that
the mentioning of tower Types in drawing of Lots
T1 & T2 (CA, CB, CC & CD) is a typographical
Error. Please confirm.
Refer to Technical Schedule of
Guaranteed Characteristics and
Price Schedules.
Also, refer to the clarification
to Qn.15.
190 Kindly furnish tender drawings for Transposition
Tower "400Tp".
EPC Contractor shall be
rensposible for detail design of
vertical configuration of
"400Tp" towers.
191 The Insulator capacity is mentioned as 120 kN in
few clauses and 160 kN in few clauses. Kindly
confirm insulator capacity to consider in design.
Specifications remain as is
specified in the Technical
Schedule. Note that some
breaking loads are specified
for 'double suspension set for
all suspension towers', 'single
suspension set for all
suspension towers' as well as
others.
Also, refer to response in
Qn.111.
57 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
192 Type of Insulator for LOT K1:
As per the Price Schedule 1 Item No. 6.0 for Lot K1
(Kenya Portion) it is mentioned as Insulator Type I
(i.e., Glass Insulator). Wherein as per the Section
VI - Technical Specifications: B1 Employer
Requirement : Particular Technical Requirement for
400 kV Transmission Line Clause 4.1.2 it is
mentioned as Insulator Type 2 - Long Rod
Polymeric (Composite) Type shall be used for K1 –
Kenya Side.
Please Type of Insulator to be considered for LOT
K1.
Insulator Type 2 - Long Rod
Polymeric (Composite) Type
shall be used for K1 – Kenya
Side
Furthermore, specifications for
each lot are to be sought from
the Technical Specifications.
193 We have purchased the Tender document from
TANESCO, Tanzania which consist details of all
Four Lots K1, T1, T2 & T3. Hence request you to
clarify whether in addition we have to again
purchase the Tender Document from KETRACO
for quoting Lot K1 (Kenya Portion).
The bidding documents for all
lots under the project are
similar except the price
schedules which are lot
specific.
194 Please clarify whether the Employer Vehicle to be
supplied by Contractor for both Kenya & Tanzania
Portion are Exempted from Custom Duties and
Taxes.
Tax is not exempted. The
contractor shall indicated the
Tax amount for vehicles in a
separate sheet. The prices
schedule will be not include
taxes
195 Please clarify our below understanding :
As per Scope of the works tender comprises of four
different Lots. If a Bidder qualifies for award of
only one lot. In such a case, Bidders has option to
bid any one or more lots. In case of successful
evaluation of his bid then award will be restricted to
any One LOT.
Please confirm.
Confirmed. Also refer response
in Qn.36.
58 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
196 In case bidder needs to bid for all Tanzania LOTs
(T1, T2 & T3), Please let us know whether we have
to submit Qualification documents, GTPS,
Drawings etc separately or we can submit one set of
document containing Qualification, GTPS,
Drawings combined for all lots and submit Letter of
Bid & Price Schedule for each lot.
Refer response in Qn.36.
197 As per Price Schedule No. 5 we have to furnish
Total Price with and without VAT. Please clarify us
the total Price with or without VAT to be indicated
in the Letter of Bid.
The Letter of Bid must be
submitted the Total Bid Price
excluding VAT. The contractor
indicates VAT separately.
59 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
198 Section VII
General
Condition
Section VIII
Particular
Condition
Section II
Clause
3.4.2
GC 3.4.2 (a
ITB Clause
14.5
Please Clarify the correctness of our below
understanding on Taxes and duties as per the
Section VII General Condition Clause 3.4.2,
Section VIII Particular Condition Clause GC 3.4.2
(a)., Section II - ITB Clause 14.5 & Note in Price
Schedules of each Lots:
Kenya (K1):
a. Plant and equipment to be supplied from abroad
(Schedule No. 1): The quoted prices shall be
exclusive of Custom Duties, Import Duties, import
declaration Fees (IDF) at 2.25 %, Withholding Tax
and other taxes that are applicable towards the
import of materials for this project. However, the
quoted prices shall be inclusive of 1.5 % Railway
Development Levy (RDL) on imported goods.
b. Plant and equipment manufactured or fabricated
within the Employer’s country (Schedule No. 2):
Quoted price shall be Inclusive of all domestic taxes
such as value added tax (VAT) @ 16% payable in
the Employers country as per Price Schedule Note,
Which shall be shown separately in Price Schedule
& Summary with the Sub Total for the Quoted
value without Taxes and with Taxes.
c. Design Services (Schedule No. 3) & Installation
Services (Schedule No. 4): Quoted price shall be
Inclusive of all domestic taxes such as value added
tax (VAT) @ 16% & Withholding Tax @ 6 %
payable in the Employers country as per Price
Schedule Note, Which shall be shown separately in
Price Schedule & Summary with the Sub Total for
the Quoted value without Taxes and with Taxes.
The contractor bid price ahall
be submitted with out taxes
a)The quoted prices shall be
exclusive of RDL. RDL is not
applicable on official aid
funded projects.
b)This is ok
c) The correct WHT rates are
as indicated under item 30
above. Withholding tax is tax
on the contractor's income.
60 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
199 Tanzania (T1, T2 & T3):
a. Plant and equipment to be supplied from abroad
(Schedule No. 1): The quoted prices shall be
exclusive of Custom Duties, Import Duties,
Withholding Tax, VAT and other taxes that are
applicable towards the import of materials for this
project. However, the quoted prices shall be
inclusive of 1.5 % Railway Development Levy
(RDL) on imported goods.
b. Plant and equipment manufactured or fabricated
within the Employer’s country (Schedule No. 2):
Quoted price shall be Inclusive of all domestic taxes
such as value added tax (VAT) @ 18% payable in
the Employers country, Which shall be shown
separately in Price Schedule & Summary with the
Sub Total for the Quoted value without Taxes and
with Taxes.
c. Design Services (Schedule No. 3) & Installation
Services (Schedule No. 4): Quoted price shall be
Inclusive of all domestic taxes such as value added
tax (VAT) @ 18% & Withholding Tax @ 15%
payable in the Employers country as per Price
Schedule Note, Which shall be shown separately in
Price Schedule & Summary with the Sub Total for
the Quoted value without Taxes and with Taxes.
Please Confirm
Follow the bidding document
61 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
200 Section VII
General
Condition
Clause
2.4.2
Refer Section VII General Condition Clause 2.4.2 :
The Right of Way Compensation, possession of
site, access to way leave & obtaining all statutory
approvals from various authorities in both Tanzania
& Kenya will be the responsibility of the Employer
(Client).
Please Confirm.
Refer to response in Item
No.29.
201 Please Clarify Whether the Pre-shipment inspection
(PSI) is exempt for this project
The project is not exempt from
Pre-shipment Inspection.
202 As per the Tender Condition the Prices are Fixed.
If the Contract Period (excluding the Defects
Liability Period) exceeds eighteen (18) months, it is
normal procedure that prices payable to the
Contractor shall be subject to adjustment during the
performance of the Contract to reflect changes
occurring in the cost of labor and material
components. As the project duration for this
contract is 22 months and considering the volatile
market request you to accept price adjustment
clause for major plants & equipment.
Price Adjustment clause is not
applicable for this bid.
203 Payment :
As per the Specification it is direct payment. Please
clarify whether all payments will be from the
financing Banks to the Contractors account through
direct payment upon the submission of payment
applications by the Clients.”
All mode of payment shall be
direct payment.
62 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
204 Insulator Manufacturer Qualification:
We have checked the global market and only one or
two Manufacturers may fulfill this QR requirement
stipulated in the Tender Document which may
restrict the competitiveness of the bids and Other
Reputed Insulator manufacturer.
Hence, we request you to review & amend the QR
Requirements of Insulator Manufacturer.
Specifications remain as is
specified.
205 1) The Specification and Bid drawing does not
mention the spacing required between bundle
conductors. Kindly confirm the same.
Refer to response in Qn 49.
206 Part 2 Section VII Clause 1 2) The BOQ mentions requirement of Earth wire
accessories for GSW 70 – 11mm, 1300 grade
(ACSR 95/55). Please note that these are 2 different
types of Earth wire with GSW 70 having a Dia of
11mm and 95/55 ACSR having a Dia of 16mm
respectively.
Clause 1 (Introduction) in Part 2, Section VII
mentions use of GSW Earth wire. Whereas
Technical Schedule, clause 6.2 (Earth wire)
mentions 95/55 ACSR.
Kindly confirm the type of Earth wire to be used for
the subject project.
Refer to response in Qn 52.
207 Insulator
type 1
Clause
4.1.1
3) Clause 4.1.1 (Insulator type 1) with Glass
Insulator mentions UTS of Insulator for Tension
string as 210kN. Technical Schedule, clause 7.1
(Specific data for Insulator type 1) mentions UTS of
Insulator for Tension set as 120kN. Hence kindly
confirm the UTS of Tension Insulator.
Refer to the specifications
made in Sections VI Technical
Schedule.
Also, refer to response in Item
No. 111.
63 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
208 Clause 4.6 4) Clause 4.6 (Clamps and Fittings) of specification
mentions tower attachment as Hinge type for both
Suspension & Tension strings which is as per our
past supplies to TANESCO, Tanzania. However in
bid drawings, tower attachment is anchor shackle.
Kindly confirm the tower attachment required.
Tower attachments shall be
hinged type as per clause 4.6 of
the specifications.
209 Technical
Schedule
clause 7.1 5) Technical Schedule, clause 7.1 mentions material
requirement of inner sleeve of Tension clamp for
conductor as Stainless steel. The conductor for this
project is Bluejay ACSR with inner core of
Galvanized steel. Hence the inner sleeve of Tension
clamp should be Galvanized steel & not stainless
steel. Kindly confirm the same.
Comply to the specification
210 Section III
Evaluation
and
Qualificatio
n
Criteria
2.4.2
Specific
Experience,
In order to attract more potential bidders to
participate in this tender and select competent
contractor and good quotation for employer, we
therefore propose your good office to amend this
criteria based on certain reasonable accumulative
length of 330KV HVAC/HVDC or above have been
successfully completed within last seven years.
The specification remains as is
specified. Comply to
respective evaluation criteria
Comply to the bid requirement
211 For the sake of short preparation time , we would
like to request your good office to provide us the
Word Version Bidding Documents to facilitate
compiling of the necessary forms .
Use PDF version
212 The Specification and Bid drawing does not
mention the spacing required between bundle
conductors. Please confirm the same.
Refer to response to Qn.205.
64 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
213
Introduction
in Part 2,
Section VII
Clause 1 The BOQ mentions requirement of Earth wire
accessories for GSW 70 – 11mm, 1300 grade
(ACSR 95/55). Please note that these are 2 different
types of Earth wire with GSW 70 having a Dia of
11mm and 95/55 ACSR having a Dia of 16mm
respectively.
Clause 1 (Introduction) in Part 2, Section VII
mentions use of GSW Earth wire. Whereas
Technical Schedule, clause 6.2 (Earth wire)
mentions 95/55 ACSR.
Please confirm the type of Earth wire to be used for
the subject project.
Refer to response in Qn 52.
214 Clause
4.1.1
clause 7.1
(Specific
data for
Insulator
type 1)
(Insulator
type 1)
with Glass
Insulator
Technical
Schedule,
Clause 4.1.1 (Insulator type 1) with Glass Insulator
mentions UTS of Insulator for Tension string as
210kN. Technical Schedule, clause 7.1 (Specific
data for Insulator type 1) mentions UTS of Insulator
for Tension set as 120kN. Please confirm the UTS
of Tension Insulator.
Refer to response to Qn.207.
215 Clause 4.6 (Clamps
and
Fittings)
Clause 4.6 (Clamps and Fittings) of specification
mentions tower attachment as Hinge type for both
Suspension & Tension strings which is as per our
past supplies to TANESCO, Tanzania. However in
bid drawings, tower attachment is anchor shackle.
Please confirm the tower attachment required.
Refer to response to Qn.208.
65 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
216 Technical
Schedule
clause 7.1 Technical Schedule, clause 7.1 mentions material
requirement of inner sleeve of Tension clamp for
conductor as Stainless steel. The conductor for this
project is Bluejay ACSR with inner core of
Galvanized steel. Hence the inner sleeve of Tension
clamp should be Galvanized steel & not stainless
steel. Kindly confirm the same.
Refer to response to Q209.
217 Insulators Please provide us the following information for
offering suitable design of composite insulators:
1. 400 kV/120 KN Composite Insulator
(Suspension):
Nominal length: _____ mm
Dry Arc Distance: _____ mm
Creepage Distance:10500 mm
Ball Socket Dia / Coupling Size: __mm
2. 400 kV/160 KN Composite Insulator
(Suspension):
Nominal length: _____ mm
Dry Arc Distance: _____ mm
Creepage Distance: 10500 mm
Ball Socket Dia / Coupling Size: __mm
3. 400 kV/210 KN Composite Insulator (Tension):
Nominal length: _____ mm
Dry Arc Distance: _____ mm
Creepage Distance: 10500 mm
Ball Socket Dia / Coupling Size: __mm
The necessary specification are
as is specified in the Technical
Specifications. Design to meet
these requirements is the
contractor’s responsibility.
66 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
218 Can you kindly confirm that if the original
certificate data that the bid data required is Chinese
version, whether it is needed to be certified by third
party when it is translated into English before been
submitted?
Confirmed.
219 We have registered to bid the Lot T1 and T4, we
also meet the requirements of bidding Lots of T2,
T3 and we are quite interested in bidding T1,T2,T3
at the same time. Can you kindly confirm if it is
feasible the consortium change biding Lots T1,T4
into T1,T2,T3?
.Comply to the bid requirement
220 Dead End Towers, Lot T2 In the Schedules of Rates and Prices, Page 11 of 20,
for Lot T2 under the Item No.4.5.5 two Dead End
Towers and associated connections for new Arusha
400 kV Substation with existing 220 kV line are
envisaged. Since the subject connections and data
for dead end towers were not mentioned in the
section Scope of Works of the Employer’s
Requirements –B1 Particular Technical
Requirements for 400 kV Overhead Line.
Please clarify the Item No.4.5.5. in Lot T2 of
Schedules of Rates and Prices.
Refer to response in Item
No.148.
221 Insulator strings attachments According to the B1 Particular Technical
Requirements for 400 kV Overhead Line, Clause
4.6, page 58, for double tension insulator sets
double point attachments shall be provided for all
tower crossarms, but acc. to Employer’s
Requirements drawings both double suspension and
double tension strings have one point attachment to
tower crossarms.
Please confirm whether we can use one point
attachment?
Refer to response to Qn.11.
67 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
222 Conductor/earthwire sags As per Technical Schedules of Guaranteed
Characteristics, page 135, earthwire sag compared
to the conductor sag at 25⁰C for the nominal span
shall be 5% less, while in the B1 Particular
Technical Requirements for 400 kV Overhead Line,
pages 61 and 102, there is a request for the earth
conductor sag to be 10% less than the line
conductor sag at everyday temperature in still air
and in any span.
Please confirm which requirement is to be followed.
Refer to response to Qn.5.
223 Maximum conductor temperature Please confirm correct value for maximum
conductor temperature as it is stated differently in
B1 Particular Technical Requirements for 400 kV
Overhead Line, page 3 where max. conductor
temperature is 80⁰C, and Technical Schedules of
Guaranteed Characteristics, page 131, where the
same temperature is 85°C.
Please confirm or clarify.
Refer to response to Qn.145.
224 Heavy angle tower type 400T70 and Terminal
tower type 400Trm Following the B1 Particular Technical
Requirements for 400 kV Overhead Line, pages 59,
62 and 132 as well as in Schedules of Rates and
Prices for each Lot there are both heavy angle
400T70 and terminal 400Trm tower types to be
designed. However, acc. to Technical Schedules of
Guaranteed Characteristics, page 140 there is one
heavy angle tower type 400T70 only acting as an
angle tower (30°-70°) and as terminal tower (0°-
45°).
Does it mean that tower type 400T70 should be
designed as one heavy angle/terminal tower only?
Refer to response in Qn.148.
68 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
225 Tension sets for earthwires OPGW/OHGW Please clarify the difference between Straight
through double tension set for OPGW and OHGW
(Items 7.02 and 7.09 of Schedules of Rates and
Prices for each Lot K1, T1, T2 and T3) and Double
dead end tension set (Items 7.03 and 7.10 of
Schedules of Rates and Prices for each Lot K1, T1,
T2 and T3.
Since the same quantities for both items were
indicated, kindly clarify accordingly.
The specifications/quantities
are applicable
226 Mid-span tension joints for OPGW According to the Schedules of Rates and Prices for
each Lot K1, T1, T2 and T3 under the Items 8.10
there are quantities for mid-span tension joints for
OPGW conductor to be offered.
Kindly clarify do we have to quote these items?
Revised price schedule will be
provided.
227 Live line maintenance Please clarify whether the live line maintenance
have to be taken into consideration while preparing
tower design as indicated in Employer’s
Requirements drawings (Tower outline drawing
showing lineman). Live line maintenance is not
mentioned in B1 Particular Technical Requirements
for 400 kV Overhead Line in the section Steel tower
design neither in part explaining Conductor spacing
and clearances.
Please clarify or confirm.
Refer to the response to Qn.11
above.
69 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
228 Special towers Following the Schedules of Rates and Prices for
each Lot K1, T1, T2 and T3 under the Item 9.0
(SPARES) Special towers should be quoted.
However, there are no requirements defined in B1
Particular Technical Requirements for 400 kV
Overhead Line regarding special towers design.
Please clarify or confirm.
Refer to response in question
Qn.118.
229 Mobilization In schedule 4 of price of schedule for all lots,
item 1.06 is described as: “Mobilization of
construction Equipment as per Iterm 2.6, Section III
Evaluation and Qualification Criteria (0.5% of Bid
price).“
Please clarify meaning of percent 0.5% of Bid
price.
Refer to response in Qn.123.
230 Software In Schedule 1 of Schedule of prices for all lots item
10.1.9, Software for mechanical and electrical
design (Jove) is required.
Under the item 1.30 Office accommodation for use
of the Employer/Engineer, of work requirements
bidders shall provide:
License for latest versions of the following software
for the entire project duration:
Power line Systems – PLS CADD and PLS Tower
- 5 each.
Since, both programs are used for design of
transmission lines, please confirm necessity to
provide both of them (JOVE and PLS CADD &
PLS TOWER ).
Refer to revised Price
Schedules Item No.10 "O&M
Tools/ Equipment" for T1, T2
and K1.
70 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
231 If we understood correctly for Earth conductors, the
Interconnection overhead transmission line shall be
equipped with one steel ground wire GSW (70 - 11
mm diameter, cross section 72.2mm2) and one
optical ground wire (OPGW, 48 fibers).In that case,
ACSR Conductor 95/55 mentioned in Schedule 4
(Excel document " 4-3 Section IV 6b_TS-
3_Schedule Rates and Prices_T2 Final 23.06.2015.
"), shall not be used, please confirm.
Refer to response in Qn.52.
232 Please clarify and confirm following 400kV DC
Towers quantities:
400 Tp Transposition Tower
0° - 2° Tension
Special Tower (400S/400T15/400T30 I 400T70)
Suspension/Tension
Where in the opinion of the Employer it is required
to provide transposition of the line, Type 400 Tp
tower has to
be provided at approved positions for this purpose,
please confirm.
Total quantity is 3 towers?
What is purpose of the special towers specified as
follows:
4.1.35 Type 400S Special Tower per tonne
150
Quantity is 3 towers?
4.2.35 Type 400T15 Special Tower Basic
per tonne 50
Quantity is one tower, please confirm.
It will be the EPC contractor's
duty to prepare the
transposition arrangement
when
submitting tower spotting for
approval.
For Specail towers, refer to
response to Qn.118.
71 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
233 Time
extension
request for
bid
submission
With reference to subject tender, we have studied
the specification and are awaiting for the receipt of
first set of clarifications from client. Considering
the complexity and huge volume of work involved
in this tender, we feel we will require some more
time to work-out themost Competitive &
Comprehensive offer. In view of this, we request
you to kindly extend the bid submission date by at
least 4 weeks from the current closing date.
Bid submission date shall be
29th September, 2015.
234 Section 6:
Employers
Requiremen
t,
Clause 4.6
Page No.
58
In the technical specification, “hinge” is to be used
for tower attachments, whereas in the reference
drawings anchor shackle is shown for tower
connection.
Request you to kindly clarify the type of tower
connection required for tower attachment.
Refer to response to Qn.208.
235 Section 6:
Employers
Requiremen
t,
Clause 4.6
Page No.
58
In the technical specification, it is given that Double
Tension String must have double point attachment
for all tower cross-arm, whereas in the reference
drawing shows single point attachment for Double
Tension String. Request you to kindly clarify the
type of tower attachment to be used for Double
Tension String.
Refer to response to Qn.11.
236 Section 6:
Employers
Requiremen
t,
Clause
4.1.1- III
Design
In the technical specification, number of insulator
discs for Tension string (Type 1) are given as 27
units, whereas in the GTP, the no. of discs are
shown as 29.
Kindly clarify.
Comply with specifications as
per Part 2: Work
Requirements-Lot T1-T2-T3 &
K1
in Section 4: Insulators and
Fittings.
237 Section 6:
Employers
Requiremen
t,
Clause
4.1.2
Details about the length of Composite Insulators has
not been provided in the specification
Kindly provide the length of the Composite
Insulator for Kenya Side or kindly provide the
reference drawings for Composite Insulators of 120
KN, 160 KN & 210KN.
Refer to response to Qn.217.
72 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
238 Section 6:
Employers
Requiremen
t,
Technical
Specificati
on &
Technical
Schedules-
OPGW
Diameter of OPGW is not given in the technical
specification and GTP.
Request you to kindly provide the same.
The requirement is OPGW
with capacity for 48 optical
fibers.
Refer to response in Qn. 165.
239 Section 6:
Employers
Requiremen
t,
Technical
Specificati
on &
Technical
Schedules-
Glass
Insulators
Arc Gap for Glass Insulator String Sets is not given
in the technical specification and GTP.
Request you to kindly provide the same.
It is the EPC Contractor's
assignment to design Arc Gap
for Glass Insulator String Sets.
Also, refer to response in
Qn.217.
240 Section 6:
Employers
Requiremen
t,
Technical
Specificati
on &
Technical
Schedules-
Conductors
Spacing between Conductor centres for Twin
ACSR Bluejay is not provided on the technical
specification and GTP.
Request you to kindly provide the same.
Refer to response in Qn 49.
241
Section 6:
Employers
Requiremen
t,
Price
Schedule:
Schedule 1-
Item 8.03-
GSW
Technical
Specificati
on &
Technical
Schedules-
Earthwires
The BOQ mentions requirement of Earth wire
&Earthwireaccessories for GSW 70 – 11mm, 1300
grade (ACSR 95/55). Please note that these are 2
different types of Earth wire with GSW 70 having a
Dia. of 11mm and 95/55 ACSR having a Dia. of
16mm respectively.
Clause 3.1, Section VI mentions use of GSW Earth
wire. Whereas Technical Schedule, clause 6.2
(Earth wire) mentions 95/55 ACSR.
Kindly confirm the type of Earth wire to be used for
the subject project.
Refer to response in Qn 52.
242 Section 6:
Employers
Requiremen
t,
Clause 7.1-
Tension
Clamps
Technical
Schedule-
Technical Schedule, clause 7.1 mentions material
requirement of inner sleeve of Tension clamp for
conductor as Stainless steel. The conductor for this
project is Bluejay ACSR with inner core of
Galvanized steel. Hence the inner sleeve of Tension
clamp should be Galvanized steel & not stainless
Comply with Schedule of
Technical Guaranteed
Characteristics.
73 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
steel. Kindly confirm the same.
243 We refer to the Price Schedules of all Lots and there
are mismatch of Tower Bill of Quantities between
Supply of Towers and the Number of Tower
Foundation as detailed below :
Summary of Towers Unit Quantity as per
Tower BOQ Quantity as per FDN BOQ
Lot K1
Lot T1 Lot T2 Lot T3 Total Lot K1 Lot T1
Lot T2 Lot T3 Total
Tower Type 400S,
Normal Suspension per Tower 213 341
346 198 1098 234 331 331
219 1115
Tower Type 400T15,
Light Angle per Tower 30 22
21 6 79 33 25
25 9 92
Tower Type 400T30,
Medium Angle per Tower 15 19
17 5 56 20 21
21 10 72
Tower Type 400T70,
Heavy Angle per Tower 11 13
11 6 41 13 15
15 8 51
Tower Type 400Trm,
Terminal Tower per Tower 2 2 2
2 8 3 4 4
4 15
Tower Type 400TP,
Transposition per Tower 3 3 3
3 12 5 6 6
6 23
Total Number of Towers
Refer to response in Qn 28.
74 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
Excl Special Towers 274 400
400 220 1294 308 402 402
256 1368
Please clarify.
244 As per the Price Schedule of all Lots under Item
No. 1.06 it is mentioned as “Mobilization of
construction Equipment as per Item 2.6, Section III
Evaluation and Qualification Criteria (0.5 % of Bid
Price)”. So kindly Clarify whether bidders have to
Quote 0.5 % of Bid Price or the actual bidders
estimated Cost for Mobilization of Equipment.
In case % of Bid Price has to be Quoted then clarify
whether 0.5 % of Total Bid Price or 0.5 % of the
Total Installation Schedule NO. 4 Bid Price to be
Quoted for the item 1.06. Equipment Mobilization.
Refer to response in Qn 132
245 Please Clarify the correctness of our below
understanding on Price Schedule description of
Towers:
The Quoted price for all Type of Towers Body
Extension shall be for the Extension portion only
excluding Tower Basic Body. Kindly Clarify &
Confirm as its unit is mentioned as per Tower.
Refer to response in Qn.28.
75 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
246 Section III
Evaluation
and
Qualificatio
n Criteria
Sub-Factor
2.4.2
Specific
Experience
(a) Contracts of similar size and nature. The
similarity shall be based on the physical size,
complexity, methods/technology or other
characteristics as described in Section IV, Bidding
Forms: As an EPC contractor in: at least two (2)
contracts within the last Seven (7) years, each, 150+
km of length, 330 kV HVAC/HVDC or above that
have been successfully completed and that are
similar to the proposed works. The similarity shall
be based on the physical size, complexity and
methods/technology or other characteristics as
described in Section VI, Scope of Works in order to
be qualified for award of a contract for Lot.K1 of
Kenya,
You have asked for at least two (2) contracts within
the last Seven (7) years, each, 150+ km of length.
However the Scope of Work is limited to
approximately 96 km. In lieu of the same we
request you to revise your Qualification
Requirement equivalent to scope of work i.e. 96
km. Please clarify.
Requirement remains as is
specified in Section III
Evaluation and Qualification
Criteria.
Comply with respective
evaluation criteria
247 Section II
Bid Data
Sheet
ITB 19.1;
Page 6
As per BDS our understanding is, a single bid
security of US$ 650,000 or its equivalent in a freely
convertible currency shall be submitted for
Tanzania Lots T1, T2 & T3 (combined). And a
separate bid security of US$ 450,000 or its
equivalent in a freely convertible currency shall be
submitted for Kenya Lots K1
Kindly confirm.
The requirement is clearly
defined and explained in the
clause ITB19.1 in Section II.
Also, refer to response in Item
No. 71.
76 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
248 Drg No.
010, 011 &
012 & Cl.
5.2
Tender
drawings &
pg 60
In tender drawings, the leg extensions shown from -
3m to +4.5m interval of 1.5m height and body
extension shown for +4.5m height. In Cl. 5.2, it is
mentioned "the range of body extensions shall be
from -3m to +16m" and "leg extensions from 0m to
+10.5m in steps of 0.5m".
Please confirm, the body extensions and leg
extension details.
Clause 5.2 Prevail.
Also, refer to reponse to
Qn.48.
249 Drg No.
010, 011 &
012 & Cl.
5.2
Tender
drawings &
pg 60
In tender drawings, the leg extensions shown from -
3m to +4.5m interval of 1.5m height. In Cl. 5.2, it
is mentioned "leg extensions from 0m to +10.5m in
steps of 0.5m". We presume, in our design that the
difference in unequal leg extension to be considered
as 3m height.
Please confirm.
Clause 5.2 Prevail.
Also, refer to reponse to
Qn.48.
250 Drg No.
010, 011 &
012
Tender
drawings
In tender drawings, "the tower base width, waist
level width, C/A projections and tower heigh
dimensiions are shown for Suspension & Angle
towers". Also, in notes these dimensions are
typical.
Kindly confirm, any tower base width restrictions
for this line requirement and indicated dimension in
the tender drawings are reference only.
Refer to reponse to Qn.11.
77 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
251 Cl.5.5 &
Cl. 5.7
pg. 60 &
pg. 65
In. Cl. 5.5, mentioned that "For tower type 400S,
the wind span values 440m for the line angle of 0° ;
for line angles > 0°, the wind span has to be
decreased accordingly". But in Cl. 5.7, i) for
transverse load calculation it is mentioned that "The
full wind span shall be taken regardless of the angle
of line deviation".
Kindly confirm the wind span values for 400S
tower.
Refer to response to Qn.177.
252 Cl. 3.2 pg. 45 In Cl. 3.2, the dimensions of angles as per EN
10056.
Please confirm, for the economical tower design
we are using the commonly available angle
members in the market.
Comply to the Specification
253 Cl. 5.7 pg. 66 In Cl. 5.7, The contractor shall give details of any
reductions required to the lengths of spans where
the Aircraft warning Markers are used.
Please confirm.
Need for clarification not
understood. The clause is
clearly enough.
254 Cl. 5.9 pg. 66 In Cl. 5.9, The tower shall be designed to withstand
all the construction and maintenance loading
conditions reommended in Cl.3.5 of IEC 60826
with the factor of safety stated in Technical
schedules. But in same clause the contractor shall
ensure all towers can safely withstand any other
loading condition that may exist during construction
operations with the minimum FOS as recommended
by IEC 60826 standard. We presume that the tower
shall be designed for the Construction and
Maintenance loading calculated as per IEC 60826
and FOS shall be applied as per Technical schedule.
Please confirm.
Comply to the specification
78 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
255 Cl. 5.10 &
Cl. 5.12
pg. 67 &
68
In Cl. 5.10, The FOS for Uplift as 0.9 for Dead
weight of tower. But in Cl. 5.12, The FOS for
Uplift as 1.0 for Dead weight of tower.
Please confirm
Refer to response to Qn.151.
256 Cl. 1.7,b) &
Technical
Schedules
pg.3 & pg.
131
In. Cl.1.7, the Maximum conductor temperature
mentioned as 80deg C. But in Technical schedule,
the Maximum Conductor temperature mentioned as
85 deg C.
Please confirm.
Refer to response to Qn.145
257 Cl. 5.4 &
Technical
Schedules
pg. 61 &
pg.135
In Cl. 5.4, At every day temperature in still air, in
any span, the earth conductor sag shall be
approximately 10 % less than the line conductor
sag. But in Technical schedule, earth wire sag
compared to the conductor sag at 25 deg C for the
nominal span as 5 % less.
Please confirm the Sag ratio 10% or 5% less.
Refer to response to Qn.5.
258 Cl. 5.10 &
Technical
Schedules
pg. 67 &
pg. 133
In Cl. 5.10, The partial safety factor for steel bolts
as 1.15. But in Technical schedule, the partial
factors for Bolts mentioned as 1.25.
Please confirm the partial factor for Bolts as 1.15 or
1.25.
Refer to response to Qn.53.
259 Tender
drawing &
Technical
Schedules
Tender
drawing &
pg. 131
In Tender drawing the number of conductor per
phase shown as 3. But in Technical schedule, the
number of conductor per phase as 2.
Please confirm the no. of conductor per phase as 3
or 2.
Refer to response to Qn.13.
79 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
260 Cl. 5.5 &
Technical
Schedules
pg. 62 &
pg.139
In Cl. 5.5, the minimum weight span for light angle
tower (400 T15)as 300m. But in Technical
schedule the minimum weight span for light angle
tower as -300m.
Please confirm.
Refer to response to Qn.185.
261 Technical
Schedules
pg.134 The Ultimate foundation reactions shall be
calculated from the tower reactions including the
partial factor for load actions (YF) and excluding
the partial factor for material Ym of corresponding
tower (ie for Suspension tower as 1.1 & for angle
towers as 1.15) and multiplied by the partial factor
for soil property for Suspension tower as 1.9 & for
angle towers as 2.15.
Kindly confirm.
Refer to response to Qn.8 and
Qn.59.
262 Cl. 5.2 pg. 60 We presume that the Special towers requirement
shall be decided during operating stage.
Please confirm.
Refer to response in question
Qn.118.
263
ITB 19.1 “If a Bidder submits only Bids for one country, he
is only obliged to provide a single bid security of
US$ 420,000 for Kenya”. It seems that there has
been a
Delete US$450,000
bid security and
replace with
US$420,000 as
stated in the
Specific
Procurement Notice
for Kenya and
US$650,000 for
one, two or three
Lots in Tanzania as
per ITB 19.1
80 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
264
Schedule
Rates and
Prices_T2.
Dead End Tower and associated connections to new
Arusha 400kV Substation with existing 220kV line
The existing 220kV
line shall terminate
and start again at
New Arusha
substation as per
conceptual design.
Four (4) towers
shall be removed
from the existing
220kV bee line that
interfer with the
proposed substation
area. New four(4)
Angle towers and
two (2) Dead End
towers shall be
designed,
manufactured,
tested, supplied and
installed as per
requirement. All
associated work of
modifying 220kV
line, i.e removal of
existing 220kV
towers, foundation,
erection, stringing
and connections to
gantries for the new
towers shall be
under Lot 2
contractor as per
item 4.5.5 of Price
Schedule. Refer to
attached sketch.
81 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
265
As per
appendix-B
Simultaneo
us
unbalance
loading
condition
shall be
taken at
EDT which
is 20% of
ultimate
tensile
strength.
What are the values to be taken for unbalanced
loading condition wind on wires, insulator and
structures.
AMMENDMENT: The conductor, earthwire and
OPGW tensions to be applied shall be the maximum
ones (under maximum wind conditions).
Furthermore: The conductor shall be strung with
consideration of the following maximum tension/
stress criteria:
-Every day tension condition:
At the yearly average temperature (25°C), with no
wind, the final horizontal tension/ stress shall not
exceed 18 % of the calculated breaking load/ stress or
of the minimum guaranteed breaking load/ stress
indicated by the manufacturer.
-Maximum load condition:
At the minimum temperature (10°C) with maximum
design wind load, the final horizontal tension/stress
shall not exceed 50 % of the calculated breaking
load/stress or of the minimum guaranteed breaking
load/stress indicated by the manufacturer. The
conductor shall have, within the adopted limit state
design method, the following partial safety factors:
-partial safety factor for actions γF: 1.30
-partial material safety factor γM: 1.55
This is equivalent to a limitation to 50 % of the
breaking load within the classical global safety factor
method.
NOTE: The Bidder shall supply for the conductor
stringing data (initial and final) calculated for
different line spans in a chart or tabular form, sag and
tensions for the temperatures between 10° - 85º C.
82 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
266
Section III,
Evaluation
&
Qualificatio
n criteria
Clause
2.4.2
Specific
Experience
Evaluation
&
Qualificati
on criteria
is to be
fulfilled by
each
partner of
Joint
Venture,
Consortium
or
Association
The requirement should be met by All partners
combined.
Combined Joint
Venture must meet
the requirement.
However the
member of
consortium who
provide information
for experience
qualifications must
be involved in
actual construction
of the project.
267
Schedule
Rates and
Prices_K1,
T1,T2 and
T3
The tower foundation quantities are not
correspondent with steel towers to be erected for
Lots K1,T1,T2 and T3.
Revised price
schedule is
provided.
268
Section VI
Technical
Schedules
Item 6.2. Earthwire
type ACSR
95/55 is
required
while in
Price
Schedule,
Item 8.03. ,
9.72, 9.76
etc.
Earthwire
type GSW
70 ( GSW
70-11 mm).
Which Earthwire type to be considered ACSR
95/55 or GSW 70 ( GSW 70-11 mm).
Delete GSW 70 (
GSW 70-11 mm).
Earthwire type
ACSR 95/55 shall
be used.
83 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
269
Bolt and
Nuts
Bolt and Nuts grade & class specifications are not
provided.
All tower steel
connection bolts,
nuts and washers
shall conform to
ISO 898-1 and –2
or equivalent. Only
the bolt classes 5.6
and/or 8.8 shall be
used. Also, All
tower bolt
connections shall be
provided with one
flat washer and one
spring washer. The
minimum diameter
shall be 16 mm.
270
Clause 5.10
& clause
5.12
Dead Load
factors
Which value of tower dead load factor is to be
considered, 0.9 or 1.0
Delete 1.0. In case
of uplift loads for
foundations dead
load factor shall be
0.9 only.
271
Employers
Requiremen
t:
Swing
angle
Swing angle of suspension Insulator under
moderate wind condition
In the outline diagram the swing angle for moderate
wind condition is shown as 39 deg. Please confirm
whether same swing angle is to be used in moderate
wind condition for clearance checking.
The swing angle
determination for
suspension
insulator strings is
calculated as per
EN 50341-1, which
uses a three years
wind (wind
pressure 58% of
maximum pressure)
for clearance
calculations.
84 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
272
factor of
safety at
EDT
Please provide minimum factor of safety for
conductor and earthwire at everyday temperature,
still air.
AMMENDMENT: The conductor shall be strung
with consideration of the following maximum
tension/ stress criteria:
Every day tension condition:
At the yearly average temperature (25°C), with no
wind, the final horizontal tension/ stress shall not
exceed 18 % of the calculated breaking load/ stress or
of the minimum guaranteed breaking load/ stress
indicated by the manufacturer.
Maximum load condition:
At the minimum temperature (10°C) with maximum
design wind load, the final horizontal tension/stress
shall not exceed 50 % of the calculated breaking
load/stress or of the minimum guaranteed breaking
load/stress indicated by the manufacturer.
The conductor shall have, within the adopted limit
state design method, the following partial safety
factors:
Partial safety factor for actions γF: 1.30
Partial material safety factor γM: 1.55
This is equivalent to a limitation to 50 % of the
breaking load within the classical global safety factor
method. The Bidder shall supply for the conductor
stringing data (initial and final) calculated for
different line spans in a chart or tabular form, sag and
tensions for the temperatures between 10° - 85º C.
85 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
273
Work
Requiremen
ts-Lot T1-
T2-T3 & K1
page 62, Cl
5.5
0°-90°
angle of the
slack span.
According to page 62, Cl 5.5 of Part 2:Work
Requirements-Lot T1-T2-T3 & K1, the line angle
of Tower type "400T70" is mentioned as 30°-70° &
0°-90° considering the slack span between terminal
tower and S/S gantry. However, in page 140 of
Technical schedule of Guaranteed Characteristics of
Part 2: Work Requirements-Lot T1-T2-T3 & K1,
the line angle of Tower type "400T70" is mentioned
as 30°-70° only. Confirm whether "0°-90°
considering the slack span between terminal tower
and S/S gantry" is to be considered for Tower type
"400T70".
"0°-90° angle of
the slack span to the
gantry between
terminal tower and
S/S gantry shall be
considered for
tower type
"400T70".
274
Work
Requiremen
ts-Lot T1-
T2-T3 & K2
page 67,
Cl 5.10
Tower
Loading
According to page 67, Cl 5.10 of Part 2: Work
Requirements-Lot T1-T2-T3 & K1, kindly explain
the notations for N1….N3 & E1…E3.
The loading
information on
towers are added ie
N1,N2,N3) which
are referred to
Normal Loading
Cases (
Deadweight, Wind
and Cascading)
E1,E2,E3 are
Exceptional
Loading Cases (
Broken Wires
Cascading Erection
and Maintenance)
275
Technical
Schedule
clause 7.1 Conductor
material
Technical Schedule, clause 7.1 mentions material
requirement of inner sleeve of Tension clamp for
conductor as Stainless steel. The conductor for this
project is Bluejay ACSR with inner core of
Galvanized steel. Hence the inner sleeve of Tension
clamp should be Galvanized steel & not stainless
steel. Kindly confirm the same.
The inner sleeve of
Tension clamp
should be
Galvanized steel.
Also, the core
(galvanized steel
wires or aluminum
clad steel wires) of
the phase
86 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
conductor,
earthwire and
OPGW shall be
greased. The grease
shall comply to the
requirements of EN
50326.
276 Insulators Referring to Section VI ( Part 2 ), Item 4.1.1.
Insulator type 1. (Glass insulator) shall be used for
Lots T1, T2 and T3 while composite insulator shall
be used for Lot K1 . In the Price Schedules 1. for
Lot K1, Item 6.0. is stated that Insulator type
1.(Glass insulator) is included in Insulator sets .
Please clarify or confirm .
Refer response to Qn.80 . Delete type 1
insulator in Price
schedule 1 for Lot
K1 and replace
with insulator type
2.
277 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
Tower
basic body
In Price Schedule, Quantity for 0m Body Extension
is missing. Please Provide.
0m body extensions
correspond to basic
tower body.
278 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
Leg
extensions
Quantity of Leg Extensions in Price Schedule is
given for the range of 0.5m to 10.5m in step of
0.5m. Total quantity of these Leg Extensions does
not match with Basic Tower Body quantity. e.g. For
Lot K-1, T.T. 400S Basic Tower Body is 213 nos.,
so total quantity of Leg Extensions should be 213 x
4 = 852 nos. But, total of Leg Extension quantities
from 0.5m to 10.5m Leg Extension is 241. That
means the remaining quantity shall be either for 0m
Leg extension or the total quantity for Leg
Extension given in price schedule shall be corrected
to 852. If the remaining quantity as per the above
explanation is for 0m Leg Extension, then the same
should be included in the Price Schedule. Please
clarify.
The revised Price
Schedule is
provided .The
remaining quantity
of tower is for ±0m
Leg extension.
87 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
279 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
OPGW
Accessorie
s
We have noticed that quantity of OPGW
Accessories under Sr. no. 7.01,7.02 & 7.05 is not
correct in the price schedule.
Please confirm and issue us the revised price
schedule if our above understanding is correct
Revised price
schedule is
provided.
280 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
OPGW
mid-span
joint
As per price schedule quantity requirement is
shown for Mid-Span tension joint for OPGW.
However, as per our understanding Mid span
tension joint is not required for OPGW.
Kindly confirm the correct requirement.
Revised price
schedule is
provided. There is
zero quantity for
the same.
281 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
Insulators
and fittings
Single Suspension, Double suspension, Insulator
String, Twin Tension, Insulator String and Twin
Space Damper: Qty required & Qty given in the
Price schedule are not matching.
Revised price
schedule is
provided.
282 Schedule
Rates and
Prices_K1,
T1,T2 and
T3
Software Software
In Schedule 1 of Schedule of prices for all lots item
10.1.9, Software for mechanical and electrical
design (Jove) is required.
Under the item 1.30 Office accommodation for use
of the Employer/Engineer, of work requirements
bidders shall provide:
License for latest versions of the following software
for the entire project duration:
Power line Systems – PLS CADD and PLS Tower
- 5 each.
Since, both programs are used for design of
transmission lines, please confirm necessity to
provide both of them ( JOVE and PLS CADD &
PLS TOWER ).
Confirmed.Added
supply of PLS
CADD and PLS
Tower to Item
10.1.9 of Price
Schedule 1
88 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1
S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT
283 Section VI:
D. Drawings
(TS-3)
Drawing
List.
Section VI:
(Part C) -
Employers
Requiremen
ts Drawings.
Drawing nos. mentioned in the drawing list is
mismatch with the drawings available on the
KETRACO website & hardy copy of specification.
Delete drawing
table of content
293
ITB 22.1 BDS, ITB
22.1
Deadline
for bids
submission
The deadline for
bids submission
(Tanzania &
Kenya) is extended
to
Date: 21 October
2015.
Time: 10.00 a.m.
East Africa Time.