invitation to tender for supply, installation, and … · 2019-02-26 · samburu ps2 14 – 03 –...
TRANSCRIPT
KENYA PIPELINE COMPANY LIMITED
INVITATION TO TENDER FOR
SUPPLY, INSTALLATION, AND COMMISSIONING
OF 110VDC RECTIFIER CHARGERS FOR PS02
(SAMBURU), PS04 (MANYANI), AND PS06
(MAKINDU))
(RESERVED FOR YOUTH)
REFERENCE NUMBER: KPC/PU/003-OT/18-19
FEBRUARY 2019
INTRODUCTION ...................................................................................................................................... 3
SECTION I: INVITATION TO TENDER ................................................................................................. 4
SECTION II: INSTRUCTIONS TO TENDERERS .................................................................................. 6
SECTION III: APPENDIX TO INSTRUCTIONS TO TENDERERS .................................................... 21
SECTION III: CONDITIONS OF CONTRACT ..................................................................................... 28
PART I – GENERAL CONDITIONS .................................................................................................. 28
PART II – SPECIAL CONDITIONS ................................................................................................... 34
SECTION VI: TERMS OF REFERENCE (TOR) ................................................................................... 38
SECTION VII: SCOPE OF WORKS ....................................................................................................... 39
SECTION VIII: SPECIFICATIONS ........................................................................................................ 40
PART I: GENERAL SPECIFICATIONS ............................................................................................ 41
PART II: DETAILED SPECIFICATIONS .......................................................................................... 46
SECTION IX: DRAWINGS & SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS .... 59
9.1 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR RECTIFIER
CHARGER SYSTEMS ........................................................................................................................ 59
SECTION X: BILLS OF QUANTITIES .................................................................................................. 61
10. Preamble to Bill of Quantities .................................................................................................... 61
11. The objectives of the Bills of Quantities are; ............................................................................. 62
12. SCHEDULE OF REQUIREMENTS AND PRICE SCHEDULES: .......................................... 64
SECTION VIII: STANDARD FORMS ................................................................................................... 66
INTRODUCTION
1. COMPANY PROFILE
1.1. Incorporation and Mandate
Kenya Pipeline Company (KPC) Limited was incorporated on 6th September 1973 under the Companies
Act (CAP 486) and started commercial operations in 1978. The Company is 100 percent owned by the
Government and complies with the provisions of the State Corporations Act (Cap 446) of 1986. The
company operations are also governed by relevant legislations and regulations such as; the Finance Act,
the Public Procurement Regulations, amongst others.
1.2. Pipeline System
The pipeline system currently consists of 450 km of Line-1 running from the port of Mombasa to
Nairobi, 325 km of Line-4 from Nairobi to Eldoret, 325 km of Line-2 also from Nairobi to Eldoret, 121
km of Line-3 from Sinendet to Kisumu, and 121 km of Line-6 from Sinendet to Kisumu making a total
of 1342 km. Presently, a 450 km of Line-5 from Mombasa to Nairobi is under construction.
2. JUSTIFICATION
Kenya Pipeline Company Pumping Stations 2 and 4 (PS02, Samburu, PS04, Manyani, and PS06,
Makindu) are located along Line 1, and were commissioned in 2008 as a capacity enhancement project
for the Line one, alongside PS06 (Makindu) and Konza (PS08). These Stations are white petroleum
products’ pumping stations comprising three mainline pumps per station. Each of the pumps is driven by
medium voltage induction motors of about 2,200 Horsepower each, operating at 6600 Volts. The
Stations are supplied with electrical power from the Rabai-Juja 132KV Transmission Line, stepped
down to the required 6600 Volts by 132/6.6KV 5MVA Step-down power transformers. Each of the
pumps is driven by medium voltage induction motors of about 2,145 Horsepower each, operating at
3300 Volts.
Consequently, at these Stations, there are 132KV, and 6.6KV, control panels and switchboards for
which 110 Volts DC control power is supplied by Rectifier/Chargers and associated Battery Banks.
The 110VDC Rectifier Chargers installed PS02, PS04, and PS06 Stations at commissioning in 2008
have been failing regularly, frequently interrupting availability of these Stations which are critical to
maintaining Line 1 flowrates at desired levels. These rectifier chargers were of a 2+1 design comprising
three 10A chargers. Presently, only one charger is available per Station, the others having failed at
various points in the past. Compounding the problem is the fact that spares have been difficult to find,
the chargers being ex-China.
This tender for ‘SUPPLY, INSTALLATION, AND COMMISSIONING OF 110VDC RECTIFIER
CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI), AND PS06 (MAKINDU))’ therefore is
to procure replacement for these 110VDC rectifier chargers to ensure availability of reliable control
voltage for the Stations.
SECTION I: INVITATION TO TENDER
Date:
Tender REF No.: KPC/PU/003-OT/18-19
Tender name: SUPPLY, INSTALLATION, AND COMMISSIONING OF 110VDC
RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI),
AND PS06 (MAKINDU)
1.1 Kenya Pipeline Company Limited invites sealed tenders from eligible service providers to submit
tenders for Supply, Installation, And Commissioning of 110VDC Rectifier Chargers for Ps02
(Samburu), PS04 (Manyani), and PS06 (Makindu))
1.2 Interested eligible candidates can view and download the documents from the website
www.kpc.co.ke at no cost. Bidders will be required to email their detailed contact information to
[email protected] for recording, further clarifications and addenda. No other email addresses
should be used.
1.3 Interested eligible candidates shall attach the following mandatory requirements and place them in
a separate envelope marked “Mandatory Requirements”
• Certificate of Incorporation/Registration
• Must Provide Certificate of Registration in a target group (YOUTH)
issued by the Ministry of Finance or Respective County Treasury
(registration with AGPO, Persons with Disabilities Category). The
certificate must be valid at the time of opening the Tenders
• Valid KRA tax compliance certificate (for local firms).
• Signed declaration form
• Signed tender securing declaration form
• Signed and Stamped Site visit certificate. Site visit shall be held at:
Makindu PS6 13-03-2019 at 10.00 a.m.
Manyani PS4 13-03-2019 at 2.30 p.m.
Samburu PS2 14 – 03 – 2019 at 10.00 a.m.
• Bidders must paginate all their documents and initialize each page.
• Completed and signed form of tender with prices inclusive of all taxes.
KPC reserves the right to confirm the authenticity of all documents submitted
without notice to Tenderers. Any attempt by bidders to misrepresent themselves by
submitting documents that are not genuine will amount to automatic
disqualification.
Page 5 of 78
1.4 Prices quoted should be inclusive of all taxes and delivery costs, must be expressed in Kenya
Shillings and shall remain valid for a period of (150) days from the closing date of the tender.
1.5 The conversion currency rate shall be the Central Bank of Kenya mean rate as at the closing date of
the tender.
1.6 There shall be no correction of arithmetic errors. The completed Bills of Quantities shall match
KPC requirements. Any amendments to the KPC BOQ shall be considered non-responsive and
result in disqualification of the bid.
1.7 Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender
number and be deposited in the tender box provided at Kenpipe Plaza, Sekondi Road, Off Nanyuki
Road, Industrial Area or be addressed and posted to:
The Managing Director,
Kenya Pipeline Company Limited
P. O. Box 73442-00200
Nairobi – Kenya
So as to be received on or before 10.00am of 20th March 2019
1.8 Tenders will be opened immediately thereafter in the presence of the tenderers representatives who
choose to attend the opening at Kenya Pipeline Company Limited’s Kenpipe Plaza, Sekondi Road,
Off Nanyuki Road, Industrial Area.
1.9 Tender documents are not transferable. Kenya Pipeline Ltd reserves the right to accept or reject any
tender either in whole or in part and is not bound to give reasons thereof
GENERAL MANAGER SUPPLY CHAIN
FOR: MANAGING DIRECTOR
SECTION II: INSTRUCTIONS TO TENDERERS
Note: The tenderer must comply with the following conditions and instructions and failure to do so is
liable to result in rejection of the tender.
GENERAL
1. Definitions
(a) “Tenderer” means any person or persons partnership firm or company submitting a sum
or sums in the Bills of Quantities in accordance with the Instructions to Tenderers,
Conditions of Contract Parts I and II, Specifications, Drawings and Bills of Quantities
for the work contemplated, acting directly or through a legally appointed representative.
(b) “Approved tenderer” means the tenderer who is approved by the Employer.
(c) Any noun or adjective derived from the word “tender” shall be read and construed to
mean the corresponding form of the noun or adjective “bid”. Any conjugation of the
verb “tender” shall be read and construed to mean the corresponding form of the verb
“bid.”
(d) “Employer” means Kenya Pipeline Company Limited
2. Eligibility and Qualification Requirements
2.1 This invitation to tender is open to all tenderers who are eligible as stated in the appendix.
2.2 Kenya Pipeline Company Limited employees, committee members, board members and
their relative (spouse and children) are not eligible to participate in the tender.
2.3 To be qualified for award of Contract, the tenderer shall provide evidence satisfactory to
the Employer of their eligibility under Sub clause 2.1 above and of their capability and
adequacy of resources to effectively carry out the subject Contract. To this end, the
tenderer shall be required to update the following information already submitted during
prequalification:-
(a) Details of experience and past performance of the tenderer on the works of a
similar nature within the past five years and details of current work on hand and
other contractual commitments.
(b) The qualifications and experience of key personnel proposed for administration
and execution of the contract, both on and off site.
(c) Major items of equipment proposed for use in carrying out the Contract. Only
reliable plant in good working order and suitable for the work required of it shall
be shown on this schedule. The tenderer will also indicate on this schedule when
each item will be available on the Works. Included also should be a schedule of
plant, equipment and material to be imported for the purpose of the Contract,
giving details of make, type, origin and CIF value as appropriate.
Page 7 of 78
(d) Details of subcontractors to whom it is proposed to sublet any portion of the
Contract and for whom authority will be requested for such subletting in
accordance with clause 4 of the Conditions of Contract.
(e) A draft Program of Works in the form of a bar chart and Schedule of Payment
which shall form part of the Contract if the tender is accepted. Any change in the
Program or Schedule shall be subjected to the approval of the Engineer.
(f) Details of any current litigation or arbitration proceedings in which the Tenderer
is involved as one of the parties.
2.4 Joint Ventures
Tenders submitted by a joint venture of two or more firms as partners shall comply with
the following requirements:-
(a) The tender, and in case of a successful tender, the Form of Agreement, shall be
signed so as to be legally binding on all partners.
(b) One of the partners shall be nominated as being in charge; and this authorization
shall be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners.
(c) The partner in charge shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the joint venture and the
entire execution of the Contract including payment shall be done exclusively with
the partner in charge.
(d) All partners of the joint venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms, and a relevant
statement to this effect shall be included in the authorization mentioned under (b)
above as well as in the Form of Tender and the Form of Agreement (in case of a
successful tender).
(e) A copy of the agreement entered into by the joint venture partners shall be
submitted with the tender.
2.5 To quality for contract awards, the tenderer shall have the following:
(a) Necessary qualifications, capability experience, services, equipment and facilities
to provide what is being procured.
(b) Legal capacity to enter into a contract for procurement
(c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound
up and is not the subject of legal proceedings relating o the foregoing.
(d) Shall not be debarred from participating in public procurement.
Page 8 of 78
3. Cost of Tendering
3.1 The tenderer shall bear all costs associated with the preparation and submission of his
tender and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the tendering process.
3.2 Kenya Pipeline Company Limited shall allow the tenderer to view the tender document
free of charge before purchase.
4. Site Visit will be held at PS02 (SAMBURU), PS04 (MANYANI), AND PS06 (MAKINDU)
• Makindu PS6 13-03-2019 at 10.00 a.m.
• Manyani PS4 13-03-2019 at 2.30 p.m.
• Samburu PS2 14 – 03 – 2019 at 10.00 a.m.
Bidders must carry their own personal protective clothing and equipment
namely Helmet, safety shoes and a dust coat or overall and present themselves
for safety induction before the site tour.
4.1 The tenderer is advised to visit and examine the Site and its surroundings and obtain for
himself on his own responsibility, all information that may be necessary for preparing the
tender and entering into a contract. The costs of visiting the Site shall be the tenderer’s
own responsibility.
4.2 The tenderer and any of his personnel or agents will be granted permission by the
Employer to enter upon premises and lands for the purpose of such inspection, but only
upon the express condition that the tenderer, his personnel or agents, will release and
idemnify the Employer from and against all liability in respect of, and will be responsible
for personal injury (whether fatal or otherwise), loss of or damage to property and any
other loss, damage, costs and expenses however caused, which but for the exercise of
such permission, would not have arisen.
4.3 The Employer shall organize a site visit on the dates indicated above . A representative
of the Employer will be available to meet the intending tenderers at the Site. Bidders
shall be met at the site by Senior Engineer Electrical.
4.4 Tenderers must provide their own transport. The representative will not be available at
any other time for site inspection visits.
Each tenderer shall provide on the date of tender opening a signed and stamped the
certificate of Tenderer’s Visit to the Site.
Page 9 of 78
TENDER DOCUMENTS
5. Tender Documents
5.1 The Tender documents comprise the documents listed herebelow and should be read
together with any Addenda issued in accordance with Clause 7 of these instructions to
tenderers.
a. Form of Invitation for Tenders
b. Instructions to Tenderers
c. Form of Tender
d. Appendix to Form of Tender
e. Form of Tender Surety
f. Statement of Foreign Currency Requirements
g. Form of Performance Security
h. Form of Agreement
i. Schedules of Supplementary Information
j. General Conditions of Contract – Part I
k. Conditions of Particular Application – Part II
l. Specifications
m. Bills of Quantities
n. Drawings
o. Declaration Form
5.2 The tenderer is expected to examine carefully all instructions, conditions, forms, terms,
specifications and drawings in the tender documents. Failure to comply with the
requirements for tender submission will be at the tenderer’s own risk. Pursuant to clause
22 of Instructions to Tenderers, tenders which are not substantially responsive to the
requirements of the tender documents will be rejected.
5.3 All recipients of the documents for the proposed Contract for the purpose of submitting a
tender (whether they submit a tender or not) shall treat the details of the documents as
“private and confidential”.
6. Inquiries by tenderers
6.1 A tenderer making inquiries relating to the tender documents may notify the Employer in
writing or by email, telex, cable or facsimile at the Employer’s mailing address indicated
in the Invitation to Tender. The Employer will respond in writing to any request for
clarification which he receives earlier than 7 days prior to the deadline for the submission
of tenders. Written copies of the Employer’s response (including the query but without
identifying the source of the inquiry) will be sent to all prospective tenderers who have
purchased the tender documents.
6.2 Clarification of tenders shall be requested by the tenderer to be received by Kenya
Pipeline Company Limited not later than 7 days prior to the deadline for submission of
tenders.
Page 10 of 78
6.3 Kenya Pipeline Company Limited shall reply to any clarifications sought by the tenderer
within 3 days of receiving the request to enable the tenderer to make timely submission
of its tender.
7. Amendment of Tender Documents
7.1 At any time prior to the deadline for submission of tenders the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective tenderer, modify the tender documents by issuing Addenda.
7.2 Any Addendum will be notified in writing or by cable, telex or facsimile to all
prospective tenderers who have purchased the tender documents and will be binding upon
them.
7.3 In order to allow prospective tenderers reasonable time in which to take the Addendum
into account in preparing their tenders, the Employer may, at his discretion, extend the
deadline for the submission of tenders.
PREPARATION OF TENDERS
8. Language of Tender
8.1 The tender and all correspondence and documents relating to the tender exchanged
between the tenderer and the Employer shall be written in the English language.
Supporting documents and printed literature furnished by the tenderer with the tender
may be in another language provided they are accompanied by an appropriate translation
of pertinent passages in the above stated language. For the purpose of interpretation of
the tender, the English language shall prevail.
9. Documents Comprising the Tender
9.1 The tender to be prepared by the tenderer shall comprise:-
i. The form of tender and appendix thereto.
ii. A tender security.
iii. The priced Bill of Quantity and Schedule.
iv. The information on eligibility and qualification.
v. Any other materials required to be completed and submitted in accordance with the
instructions to tenderers.
The Forms, Bills of Quantities and Schedules provided in the tender documents shall be used
without exception (subject to extensions of the schedules in the same format and to the
provisions of clause 13.2 regarding the alternative forms of Tender Surety].
Page 11 of 78
10. Tender Prices
10.1 All the insertions made by the tenderer shall be made in INK and the tenderer shall
clearly form the figures. The relevant space in the Form of Tender and Bills of
Quantities shall be completed accordingly without interlineations or erasures except those
necessary to correct errors made by the tenderer in which case the erasures and
interlineations shall be initialed by the person or persons signing the tender.
10.2 A price or rate shall be inserted by the tenderer for every item in the Bills of Quantities
whether the quantities are stated or not items against which no rate or price is entered by
the tenderer will not be paid for by the Employer when executed and shall be deemed
covered by the rates for other items and prices in the Bills of Quantities.
The prices and unit rates in the Bills of Quantities are to be the full [all-inclusive] value
of the work described under the items, including all costs and expenses which may be
necessary and all general risks, liabilities and obligations set forth or implied in the
documents on which the tender is based. All duties and taxes and other levies payable by
the Contractor under the Contract or for any other cause prior to the deadline for the
submission of tenders, shall be included in the rates and prices and the total tender prices
submitted by the Tenderer.
Each price or unit rate inserted in the Bills of Quantities should be a realistic estimate for
completing the activity or activities described under that particular item and the tenderer
is advised against inserting a price or rate against any item contrary to this instruction.
Every rate entered in the Bills of Quantities, whether or not such rate be associated with a
quantity, shall form part of the Contract. The Employer shall have the right to call for
any item of work contained in the Bills of Quantities, and such items of work to be paid
for at the rate entered by the tenderer and it is the intention of the Employer to take full
advantage of unbalanced low rates.
10.3 Unless otherwise specified the tenderer must enter the amounts representing 10% of the
sub-total of the summary of the Bills of Quantities for Contingencies and Variation of
Prices [V.O.P.] payments in the summary sheet and add them to the sub-total to arrive at
the tender amount.
10.4 The tenderer shall furnish with his tender written confirmation from his suppliers or
manufacturers of unit rates for the supply of items listed in the Conditions of Contract
clause 47 where appropriate.
10.5 The rates and prices quoted by the tenderer are subject to adjustment during the
performance of the Contract only in accordance with the provisions of the Conditions of
Contract. The tenderer shall complete the schedule of basic rates and shall submit with
his tender such other supporting information as required under clause 47 of the
Conditions of Contract Part II.
Page 12 of 78
11. Currencies of Tender and Payment
11.1 Tenders shall be priced in Kenya Shillings and the tender sum shall be in Kenya
Shillings.
11.2 Tenderers are required to indicate in the Statement of Foreign Currency Requirements,
which forms part of the tender, the foreign currency required by them. Such currency
should generally be the currency of the country of the tenderer’s main office. However,
if a substantial portion of the tenderer’s expenditure under the Contract is expected to be
in countries other than his country of origin, then he may state a corresponding portion of
the contract price in the currency of those other countries. However, the foreign currency
element is to be limited to two (2) different currencies and a maximum of 30% (thirty
percent) of the Contract Price.
11.3 The rate or rates of exchange used for pricing the tender shall be selling rate or rates of
the Central Bank ruling on the date thirty (30) days before the final date for the
submission of tenders.
11.4 Tenderers must enclose with their tenders, a brief justification of the foreign currency
requirements stated in their tenders.
12. Tender Validity
12.1 The tender shall remain valid and open for acceptance for a period of One Hundred and
Fifty days (150) days from the specified date of tender opening or from the extended date
of tender opening (in accordance with clause 7.4 here above) whichever is the later.
12.2 In exceptional circumstances prior to expiry of the original tender validity period, the
Employer may request the tenderer for a specified extension of the period of validity.
The request and the responses thereto shall be made in writing or by cable, telex or
facsimile. A tenderer may refuse the request without forfeiting his Tender Surety. A
tenderer agreeing to the request will not be required nor permitted to modify his tender,
but will be required to extend the validity of his Tender Surety correspondingly.
13. Tender Security not applicable bidders must instead provide a signed tender securing
declaration form in the prescribed format.
13.1 The tenderer shall furnish as part of his tender, a Tender Security in the amount and form
stated in the Appendix to Instructions to Tenderers.
13.2 The tender security shall be _______________
13.3 The tender security shall be valid for at least thirty (30) days beyond the tender validity
period.
The format of the Surety shall be in accordance with the sample form of Tender Surety
included in these tender documents; other formats may be permitted subject to the prior
Page 13 of 78
approval of the Employer. The Tender Surety shall be valid for thirty (30) days beyond
the tender validity period.
13.4 Any tender not accompanied by an acceptable Tender Surety will be rejected by the
Employer as non-responsive.
13.5 The Tender Sureties of unsuccessful tenderers will be returned as promptly as possible
but not later than fourteen (14) days after concluding the Contract execution and after a
Performance Security has been furnished by the successful tenderer. The Tender Surety
of the successful tenderer will be returned upon the tenderer executing the Contract and
furnishing the required Performance Security.
13.6 The Tender Surety may be forfeited:
(a) if a tenderer withdraws his tender during the period of tender validity: or
(b) in the case of a successful tenderer, if he fails
(i) to sign the Agreement, or
(ii) to furnish the necessary Performance Security
14. No Alternative Offers
14.1 The tenderer shall submit an offer which complies fully with the requirements of the
tender documents unless otherwise provided for in the appendix.
Only one tender may be submitted by each tenderer either by himself or as partner in a
joint venture.
14.2 The tenderer shall not attach any conditions of his own to his tender. The tender price
must be based on the tender documents. The tenderer is not required to present
alternative construction options and he shall use without exception, the Bills of Quantities
as provided, with the amendments as notified in tender notices, if any, for the calculation
of his tender price.
Any tenderer who fails to comply with this clause will be disqualified.
15. Pre-Tender Meeting
15.1 If a pre tender meeting is convened the tenderer’s designated representative is invited to
attend a pre-tender meeting, which if convened, will take place at the venue and time
stated in the Invitation to Tender. The purpose of the meeting will be to clarify issues
and to answer questions on any matter that may be raised at that stage.
15.2 The tenderer is requested as far as possible to submit any questions in writing or by cable,
to reach the Employer not later than seven days before the meeting. It may not be
practicable at the meeting to answer questions received late, but questions and responses
will be transmitted in accordance with the following:
Page 14 of 78
(a) Minutes of the meeting, including the text of the questions raised and the
responses given together with any responses prepared after the meeting, will be
transmitted without delay to all purchasers of the tender documents. Any
modification of the tender documents listed in -–Clause 9 which may become
necessary as a result of the pre-tender meeting shall be made by the Employer
exclusively through the issue of a tender notice pursuant to Clause 7 and not
through the minutes of the pre-tender meeting
(b) Non attendance at the pre-tender meeting will not be cause for disqualification of
a bidder.
16. Format and Signing of Tenders
16.1 The tenderer shall prepare his tender as outlined in clause 9 above and mark appropriately
one set “ORIGINAL” and the other “COPY”.
16.2 The copy of the tender and Bills of Quantities shall be typed or written in indelible ink
and shall be signed by a person or persons duly authorized to sign on behalf of the
tenderer. All pages of the tender where amendments have been made shall be initialed by
the person or persons signing the tender.
16.3 The complete tender shall be without alterations, interlineations or erasures, except as
necessary to correct errors made by the tenderer, in which case such corrections shall be
initialed by the person of persons signing the tender.
SUBMISSION OF TENDERS
17. Sealing and Marking of Tenders - This is a one envelope tender
17.1 The tenderer shall seal the original and copy of the tender in separated envelopes, duly
marking the envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be
sealed in an outer envelope.
17.2 The inner and outer envelopes shall be addressed to Kenya Pipeline Company Limited at
the address stated in the Appendix to Instructions to Tenderers and bear the name and
identification of the Contract stated in the said Appendix with a warning not to open
before 10:00 am 20th March 2019 for opening of tenders stated in the said Appendix.
17.3 The inner envelopes shall each indicated the name and address of the tenderer to enable
the tender to be returned unopened in case it is declared “late”, while the outer envelope
shall bear no mark indicating the identity of the tenderer.
17.4 If the outer envelope is not sealed and marked as instructed above, Kenya Pipeline
Company Limited will assume no responsibility for the misplacement or premature
opening of the tender. A tender opened prematurely for this cause will be rejected by the
Employer and returned to the tenderer.
Page 15 of 78
18 Deadline for Submission of Tenders
18.1 Tenders must be received by Kenya Pipeline Company Limited at the address specified
in clause 17.2 and on the date and time specified in the Letter of Invitation, subject to the
provisions of clause 7.4, 18.2 and 18.3.
Tenders delivered by hand must be placed in the “tender box” provided in the office of
the Employer.
Proof of posting will not be accepted as proof of delivery and any tender delivered after
the above stipulated time, from whatever cause arising will not be considered.
18.2 The Employer may, at his discretion, extend the deadline for the submission of tenders
through the issue of an Addendum in accordance with clause 7, in which case all rights
and obligations of the Employer and the tenderers previously subject to the original
deadline shall thereafter be subject to the new deadline as extended.
18.3 Any tender received by the Employer after the prescribed deadline for submission of
tender will be returned unopened to the tenderer.
19 Modification and Withdrawal of Tenders
19.1 The tenderer may modify or withdraw his tender after tender submission, provided that
written notice of the modification or withdrawal is received by the Employer prior to
prescribed deadline for submission of tenders.
19.2 The tenderer’s modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in accordance with the provisions for the submission of tenders, with the inner
and outer envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as
appropriate.
19.2 No tender may be modified subsequent to the deadline for submission of tenders.
19.3 No tender may be withdrawn in the interval between the deadline for submission of
tenders and the period of tender validity specified on the tender form. Withdrawal of a
tender during this interval will result in the forfeiture of the Tender Surety.
19.4 Subsequent to the expiration of the period of tender validity prescribed by the Employer,
and the tenderer having not been notified by the Employer of the award of the Contract or
the tenderer does not intend to conform with the request of the Employer to extend the
prior of tender validity, the tenderer may withdraw his tender without risk of forfeiture of
the Tender Surety.
Page 16 of 78
TENDER OPENING AND EVALUATION
20 Tender Opening
20.1 The Employer will open the tenders in the presence of the tenderers’ representatives who
choose to attend at the time and location indicated in the Letter of Invitation to Tender.
The tenderers’ representatives who are present shall sign a register evidencing their
attendance.
20.2 Tenders for which an acceptable notice of withdrawal has been submitted, pursuant to
clause 19, will not be opened. The Employer will examine the tenders to determine
whether they are complete, whether the requisite Tender Sureties have been furnished,
whether the documents have been properly signed and whether the tenders are generally
in order.
20.3 At the tender opening, the Employer will announce the tenderer’s names, total tender
price, tender price modifications and tender withdrawals, if any, the presence of the
requisite Tender Surety and such other details as the Employer, at his discretion, may
consider appropriate. No tender shall be rejected at the tender opening except for late
tenders.
20.4 The Employer shall prepare a tender opening register and minutes of the tender opening
including the information disclosed to those present.
20.5 Tenders not opened and read out a tender opening shall not be considered further for
evaluation, irrespective of the circumstances.
21 Process to be Confidential
21.1 After the public opening of tenders, information relating to the examination, clarification,
evaluation and comparisons of tenders and recommendations concerning the award of
Contract shall not be disclosed to tenderers or other persons not officially concerned with
such process until the award of Contract is announced.
21.2 Any effort by a tenderer to influence the Employer in the process of examination,
evaluation and comparison of tenders and decisions concerning award of Contract may
result in the rejection of the tenderer’s tender.
22 Clarification Tenders
22.1 To assist in the examination, evaluation and comparison of tenders, the Employer may
ask tenderers individually for clarification of their tenders, including breakdown of unit
prices. The request for clarification and the response shall be in writing or by cable,
facsimile or telex, but no change in the price or substance of the tender shall be sought,
offered or permitted except as required to confirm the correction of arithmetical errors
discovered by the employer during the evaluation of the tenders in accordance with
clause 24.
Page 17 of 78
22.2 No Tenderer shall contact the Employer on any matter relating to his tender from the time
of the tender opening to the time the Contract is awarded. If the tenderer wishes to bring
additional information to the notice of the Employer, he shall do so in writing.
23 Determination of Responsiveness
23.1 Prior to the detailed evaluation of tenders, the Employer will determine whether each
tender is substantially responsive to the requirements of the tender documents.
23.2 For the purpose of this clause, a substantially responsive tender is one which conforms to
all the terms, conditions and specifications of the tender documents without material
deviation or reservation. A material deviation or reservation is one which affects in any
substantial way the scope, quality, completion timing or administration of the Works to
be undertaken by the tenderer under the Contract, or which limits in any substantial way,
inconsistent with the tender documents, the Employer’s rights or the tenderers obligations
under the Contract and the rectification of which would affect unfairly the competitive
position of other tenderers who have presented substantially responsive tenders.
23.3 Each price or unit rate inserted in the Bills of Quantities shall be a realistic estimate of the
cost of completing the works described under the particular item including allowance for
overheads, profits and the like. Should a tender be seriously unbalanced in relation to the
Employer’s estimate of the works to be performed under any item or groups of items, the
tender shall be deemed not responsive.
23.4 A tender determined to be not substantially responsive will be rejected by the Employer
and may not subsequently be made responsive by the tenderer by correction of the non-
conforming deviation or reservation.
24 Correction of Errors
(a) There shall be no correction of arithmetic errors.
(b) The completed Bills of Quantities shall match KPC requirements (BOQ). Any
amendments to the KPC BOQ shall be considered non-responsive and result in
disqualification of the bid.
25 Conversion to Single Currency
25.1 For compensation of tenders, the tender price shall first be broken down into the
respective amounts payable in various currencies by using the selling rate or rates of the
Central Bank of Kenya ruling on the date twenty one (21) days before the final date for
the submission of tenders.
25.2 The Employer will convert the amounts in various currencies in which the tender is
payable (excluding provisional sums but including Dayworks where priced
competitively) to Kenya Shillings at the selling rates stated in clause 25.1.
Page 18 of 78
26 Evaluation and Comparison of Tenders
26.1 The Employer will evaluate only tenders determined to be substantially responsive to the
requirements of the tender documents in accordance with clause 23.
26.2 The Employer reserves the right to accept any variation, deviation or alternative offer.
Variations, deviations, alternative offers and other factors which are in excess of the
requirements of the tender documents or otherwise result in the accrual of unsolicited
benefits to the Employer, shall not be taken into account in tender evaluation.
26.3 Price adjustment provisions in the Conditions of Contract applied over the period of
execution of the Contract shall not be taken into account in tender evaluation.
26.4 If the lowest evaluated tender is seriously unbalanced or front loaded in relation to the
Employer’s estimate of the items of work to be performed under the Contract, the
Employer may require the tenderer to produce detailed price analyses for any or all items
of the Bills of Quantities, to demonstrate the relationship between those prices, proposed
construction methods and schedules. After evaluation of the price analyses, the
Employer may require that the amount of the Performance Security set forth in clause 29
be increased at the expense of the successful tenderer to a level sufficient to protect the
Employer against financial loss in the event of subsequent default of the successful
tenderer under the Contract.
26.5 Firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share
capital shall be allowed a 20% preferential bias provided that they do not sub-contract
work valued at more than 50% of the Contract Price excluding Provisional Sums to a
non-indigenous sub-contractor.
26.6 The tender evaluation committee shall evaluate the tender within 30 days of the validity
period from the date of opening the tender.
26.7 Persons not officially involved in the evaluation of tender shall not attempt in any way to
influence the evaluation.
27. Preference where allowed in the evaluation of tenders shall not exceed 20%
AWARD OF CONTRACT
28 Award criteria
28.1 Subject to clause 27.2, the Employer will award the Contract to the tenderer whose tender is
determined to be substantially responsive to the tender documents and who has offered the
lowest evaluated tender price subject to possessing the capability and resources to effectively
carry out the Contract Works.
28.2 The Employer reserves the right to accept or reject any tender, and to annual the tendering
process and reject all tenders, at any time prior to award of Contract, without thereby incurring
any liability to the affected tenderers or any obligation to inform the affected tenderers of the
grounds for the Employer’s action.
Page 19 of 78
29. Notification of Award and signing of contract
29.1 Prior to the expiration of the period of tender validity prescribed by the Employer, the Employer
will notify the successful tenderer by cable, telefax or telex and confirmed in writing by
registered letter that his tender has been accepted. This letter (hereinafter and in all Contract
documents called “Letter of Acceptance”) shall name the sum (hereinafter and in all Contract
documents called “the Contract Price”) which the Employer will pay to the Contractor in
consideration of the execution and completion of the Works as prescribed by the Contract.
29.2 At the same time the employer notifies the successful tenderer that his tender has been accepted,
the employer shall notify the other tenderers that their tender s have been unsuccessful.
29.3 A written contract shall be entered into with the successful bidder but not before fourteen days
have elapsed from the date of giving of the Letter of Award. The successful tenderer shall sign
the contract and return it to the Employer together with the required Performance Security.
29.4 The parties to the contract shall have it signed within 30 days from the date of notification of
contract award unless there is an administrative review request but in any event not earlier than
14 days from the date of the letter of acceptance.
29.5 A tenderer who gives false information in the tender document about is qualification or who
refuses to enter into a contract after notification of contract award shall be considered for
debarment from participating in future public procurement.
30. Performance Guarantee
30.1 Within twenty eight [28] days of receipt of the notification of award from the Employer, the
successful tenderer shall furnish the Employer with a Performance Security in an amount stated
in the Appendix to Instructions to Tenderers.
30.2 The Performance Security to be provided by the successful tenderer shall be an unconditional
Bank Guarantee issued at the tenderer’s option by an established and a reputable Bank approved
by the Employer and located in the Republic of Kenya and shall be divided into two elements
namely, a performance security payable in foreign currencies (based upon the exchange rates
determined in accordance with clause 35.4 of the Conditions of Contract) and a performance
security payable in Kenya Shillings. The value of the two securities shall be in the same
proportions of foreign and local currencies as requested in the form of foreign currency
requirements.
30.3 Failure of the successful tenderer to lodge the required Performance Security shall constitute a
breach of Contract and sufficient grounds for the annulment of the award and forfeiture of the
Tender Security and any other remedy under the Contract the Employer may award the Contract
to the next ranked tenderer.
31. Advance Payment
There shall be no advanced payment.
Page 20 of 78
32. Corrupt and fraudulent practices.
Kenya Pipeline Company Limited requires that tenderers observe the highest standard of ethics
during the procurement process and execution of contract. A tenderer shall sign a declaration that
he has not and will not be involved in corrupt or fraudulent practices.
SECTION III: APPENDIX TO INSTRUCTIONS TO TENDERERS
Notes on the appendix to Instructions to tender.
1. The Appendix to instructions to tenderers is intended to assist Kenya Pipeline Company
Limited in providing specific information which may not be adequately covered by the
clause in the instructions to tenders.
2. In preparing the appendix the following aspects should be taken into consideration.
(a) The information that specifies or complements provisions of Sections II to be
incorporated.
(b) Amendments of Section II as necessitated by the circumstances of the specific
works to be also incorporated
(c) Section II should remain unchanged and any changes or amendments introduced
through the appendix.
The following appendix to instructions to tenders shall complement or amend the provisions of
the instructions to tenderers (Section II). Wherever there is a conflict between the provisions of
the instructions to tenderers and the appendix, the provisions of the appendix herein shall prevail
over those of the instructions to tenderers.
(complete as appropriate)
CLAUSE
4 Site Visit
Site visit is mandatory and shall be held on the dates listed below. The tenderer shall
ensure a Certificate of Site Visit is issued to him and shall be presented with the tender as
a mandatory document
• Makindu PS6 13-03-2019 at 10.00 a.m.
• Manyani PS4 13-03-2019 at 2.30 p.m.
• Samburu PS2 14 – 03 – 2019 at 10.00 a.m.
Bidders must carry their own personal protective clothing and equipment
namely Helmet, safety shoes and a dust coat or overall and present themselves
for safety induction before the site tour.
13 Tender Security
bidders must instead provide a signed tender securing declaration form in the prescribed
format.
Page 22 of 78
16 (i) The name and address of Kenya Pipeline Company Limited for the purposes of
submission of tenders is
The Managing Director,
Kenya Pipeline Company Limited
P. O. Box 73442-00200
Nairobi – Kenya
(ii) The name of the proposed Works and where available the Contract Number is
SUPPLY, INSTALLATION, AND COMMISSIONING OF 110VDC
RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI),
AND PS06 (MAKINDU))
(iii) The tender opening date and time 10:0 am 20th March 2019
17.2 Sealing and Marking of Tenders
The inner and outer envelopes shall be addressed to
The Managing Director,
Kenya Pipeline Company Limited
P. O. Box 73442-00200
Nairobi – Kenya
and bear the name and identification of the Contract stated in 16 (ii) above with a
warning not to open before 10:0 am 20th March 2019 for opening of tenders stated in the
said Appendix.
29 Award Criteria
The tender for Supply, Installation, And Commissioning of 110VDC Rectifier Chargers for Ps02
(Samburu), PS04 (Manyani), and PS06 (MAKINDU)) shall be advertised accordingly. The Tenderers
shall then tender and return the completed tender documents to the company as in the instruction to
Tenderers in the tender document. These shall be opened and the tender evaluation exercise shall follow.
The tender evaluation criteria shall be based on the information communicated to the Tenderers on the
tender document and shall comprise competence evaluation, technical evaluation, and financial
evaluation. These shall be as in the table below (sub-section 10, Technical Evaluation). Ranking shall be
in the order the marks scored.
Note. If any information requested for is not furnished, or the bidder fails to visit the site, or the bidder
fails to bid for a substantial portion of the project, his tender shall be deemed non responsive. Non
responsive tenders shall not be evaluated.
The responsive Tenders will be technically evaluated according to the table below:
Page 23 of 78
TENDERING COMPANY NAME: -------------------------------------------------------
CRITERION COMMENTS
POINTS
A: Technical Specifications as in Tender
1. Proposed Implementation Plan for Rectifier
Charger Manufacture, Supply and Installation
on Site. Submit the following:
i. Implementation program of the bidder in
Gantt Chart (5 Points; 2 Points for overall
program, and 1 Point each for coverage of
PS02, PS04, and PS06 Rectifier Chargers)
ii. Safety plan in form of Job Safety Analysis
(JSA) of the bidder (6 Points; Shall be
separate documents for each station, 2
Points each for PS02, PS04, and PS06)
iii. Bidder’s Implementation team in
Organization Chart format (2 Points;
coverage of PS02, PS04, and PS06)
iv. Quality Assurance Plan of the
manufacturer of the Rectifier Charger (2
Points; coverage of PS02, PS04, and PS06
Rectifier Chargers)
15
Page 24 of 78
2. Proposed Rectifier Charger:
i. Submission of duly filled tender
SCHEDULE OF GUARANTEED
TECHNICAL PARTICULARS FOR
TRANSFORMER (6 Points; 2 Points each
for PS02, PS04, and PS06 Rectifier
Chargers)
ii. Manufacturer’s drawings, data sheets and
catalogues attached and highlighted
appropriately by the bidder to support the
offer and to corroborate the technical
particulars in (i) above (18 Points; 6 Points
each for PS02, PS04, and PS06 Rectifier
Chargers where in each case the 6 points
shall be broken into 2 points each for
drawings, datasheets, and catalog)
iii. Submission of Type-Test certificates for
Rectifier Charger (5 Points; check coverage
of PS02, PS04, and PS06 Rectifier
Chargers, deduct 1.5 points for each station
not covered)
iv. Detailed contact list of the manufacturer’s
previous customers outside the country of
manufacture for exact or similar rating of
rectifier chargers sold in the last five years
submitted to support the offer (6 Points; 1
point for each reference, at least 6
references)
v. Listing of test reports (for Rectifier Charger
and components) to be submitted to KPC
before shipment (6 Points; 2 points for
PS02, PS04, and PS06 Rectifier Chargers,
the 2 points broken into 1 point for type test
report and quality assurance inspection and
test reports)
vi. Manufacturer’s Guarantee and Warranty (9
Points; 3 Points each for PS02, PS04, and
PS06 Rectifier Chargers – the warranties
must be from the manufacturer in
manufacturer’s letter head)
50
Page 25 of 78
Sub Total Score 65
B: Experience of Vendor/ Staff
1. If the bidder is Certified Equipment
Vendor/manufacturer (award 5 points), if
Authorized Installer (award 5 points, provide
copy of agreement in manufacturers letter
head), if Authorized Partner (award 4 points,
provide copy of agreement in manufacturers
letter head), if Re-Seller (award 3 points,
provider copy of agreement in manufacturers
letter head), and Or Partnership with Re-Seller
(award 3 points, provider copy of agreement in
manufacturers letter head), or Authorized
Bidder (award 3 points, provider original
bidder authorization in manufacturers letter
head, signature, and stamp)
2. Valid NCA License Category 5 and above –
attach certified copy of license (5 points, else
0 points)
3. Valid ERC Class A-1 for contractor - attach
certified copy of license (5 points, else 0
points)
15
4. Competence of Personnel in Rectifier Charger
Systems.
i. Project engineer with BSc. Electrical more
than 10 years (5 points; 3 points for certified
copy of degree certificate, and 2 points for CV
showing over 10 years’ experience)
ii. Project engineer with Bsc. Electrical with 5-
10 years’ experience (3 points; 2 points for
certified copy of degree certificate, and 1 point
for CV showing over 10 years’ experience)
iii. Project engineer with HND and 10 years’
experience (2 points; 1 point for certified copy
of HND certificate, and 1 point for CV
showing over 10 years’ experience)
iv. If less than the above for certificate (0
points), and for CV (0 points)
5
Page 26 of 78
5. Experience of the bidder in Similar works as
proposed by KPC; give at least four (4)
referees of installations in the last five years.
i. Five similar projects (5 points)
ii. Two similar projects (3 points)
iii. One similar project (2 points)
5
Sub Total Score 25
C: General Competence & Suitability Of Offer
1. FAT proposal including List of Factory
Acceptance Tests to be carried out and
witnessed by KPC Engineers.
i. Proposal (3 Points, 1 point each for
coverage of PS02, PS04, and PS06 Rectifier
Chargers)
ii. List of Tests to be carried out and
witnessed, including test procedures and test
parameters and acceptance limits (4 Points;
i.e., 1 point for overall list, and 1 point each
for coverage of PS02, PS04, and PS06
Rectifier Chargers)
iii. Priced list of spare parts (The spares must
be itemized and supported with spare
catalog for the Rectifier charger 3 Points,
broken into 1 point each for PS02, PS04,
and PS06 Rectifier Chargers)
10
Sub Total Score 10
TOTAL OVERALLTECHNICAL SCORE 100
Notes:
i. To pass the Technical Evaluation, a bid must score at least 80 Marks overall in the Technical
Evaluation Criteria set in the table above, plus at least 75% score each in sections A, B, and C of the
criteria. A Bid which fails to meet the 80 Marks overall score, or fails to meet at least 75% score in
each of the sections A, B, and C shall be disqualified from financial evaluation.
ii. Bidders are required to submit the mandatory requirements in a separate envelop clearly marked
‘Mandatory Requirements’, submit technical bid in a separate envelop clearly marked ‘Technical
Bid’, submit financial bid in a separate envelop clearly marked ‘Financial Bid’ and ‘Do not open’,
place all three envelopes into an outer envelope and seal.
Work Plan and Methodology
Page 27 of 78
Attach work plan and schedule of work together with the proposed no of staff. This shall be assessed
and marks provided
Manuals, Catalogues, Drawings, Datasheets
All catalogues, manuals, drawings, datasheets and any other documentation should be attached here.
Preliminary design drawings of the switchboards must also be attached.
Schedule of Mandatory Spare Parts and Prices
Attach a list of mandatory spare parts and prices. This is an evaluation criteria and in case the spares list
is not attached, no marks shall be awarded.
Curriculum Vitae of Key Staff
Attach CVs of the following staff
National Construction Authority Specialist Contactor category NCA5 and above for the firm, and ERC
License Class ‘A-1’ for either the Project Manager or the Electrical Engineer.
References for Similar Works Carried Out in the Last 4 Years
Attach references for similar works carried out in the last 5 years
Training Program and Content
Attach training program and content here
30 Performance Guarantee
The amount of Performance Security is 1% of the contract sum. Note: Kenya Pipeline Company
Limited must select the form of Performance Security to be accepted).
SECTION III: CONDITIONS OF CONTRACT
PART I – GENERAL CONDITIONS
PART I – General Conditions, shall be those forming Part I of the “Conditions of Contract for Electrical
and Mechanical Works – Including Erection on Site, Thirth Edition 1987, re-printed 1988 with Editorial
Amendments” prepared by the Federation Internationale des Ingenieurs – conseils (FIDIC). The
Conditions are subject to variations and additions set out in Part II hereof entitled “Special Conditions”.
Note
i. The standard text of the General Conditions of Contract must be retained intact to facilitate its
reading and interpretation by tenderers. Any amendments and additions to the General
Conditions, specific to a given Contract, should be introduced in the Special Conditions or in the
Appendix to Form of Tender.
ii. The Special Conditions take precedence over the General Conditions of Contract.
iii. Copies of the FIDIC Conditions of Contract can be obtained from:
FIDIC Secretariat
P.O.Box 86
1000 Lausanne 12
Switzerland
Fax: 41 21 653 5432
Telephone 41 21 653 5003
PREABLE TO GENERAL CONDITIONS
This Preamble must be completed in all cases referring to completed schedules where appropriate.
When completed, this Preamble, the General Conditions, Specification, Kenya Pipeline Company
Limited’s and Contractor’s Drawings, Schedules and other documents can constitute a Contract on the
basis of the General Conditions in Part II. If this is not what is required, Part II must also be completed.
Commencement Date (Sub-clause 1.1.1.(I))
The date for commencement of the Works is 14 days after Project Engineer’s instructions to commence.
The Employer (Sub-clause 1.1.12.)
The Employer is Kenya Pipeline Company Limited
The Engineer (Sub-clause 1.1.15)
The Engineer is the Maintenance Manager at Kenya Pipeline Company Limited.
Page 29 of 78
Time for Completion (Sub-clause 1.1.35.)
The Time for Completion is 3 Months from the commencement Date.
Contractor’s Profit (Sub-clause 1.6.)
The percentage to cover profit entitlement, where appropriate, is N/A
Ruling Language (Sub-clause 5.1.)
The version in English language (ruling language) shall prevail.
Day to Day Communications (Sub-clause 5.2.)
The language for day to day communications is English.
Programme to be Furnished (Sub-clause 12.1.)
The Programme must be submitted in the form of MS Project or equivalent with individual activities
Electricity, Water, Gas and Other Services (Sub-clause 14.3.)
Services on the Site are:
a) Electricity: Available on request and shall be metered by Kenya Pipeline Company Limited at
the prevailing market rate that can be obtained by the bidder.
b) Water: Available on request and shall be metered by Kenya Pipeline Company Limited at the
prevailing market rate that can be obtained by the bidder
c) Gas: Not applicable
d) Other Services: Not Applicable
Employer’s Equipment (Sub-clause 14.4.)
The following Kenya Pipeline Company Limited’s equipment is available for use by the Contractor
under Kenya Pipeline Company Limited’s operation:
None
Working Hours (Sub-clause 18.3.)
The normal working hours are 0800 to 1700hrs, Monday to Friday
Delay in Completion (Sub-clause 27.1.)
Failure to meet the Time for Completion entitles Kenya Pipeline Company Limited to reduction in
Contract Price as follows:
Page 30 of 78
Amount per day 50,000 per day.
Prolonged delay (Sub-clause 27.2.)
Maximum amount recoverable from the Contractor by Kenya Pipeline Company Limited:
Contract Sum
Terms of Payment (Sub-clause 33.1.)
In addition to the provisions under Clause 33, the terms of payment shall be:
Minimum amount of interim certificate KES. 500,000.000
Period to settle payment upon receipt of invoice: 28 days.
Payment in Foreign Currencies (Sub-clause 35.1.)
Payments to the Contractor in foreign currency shall be effected through and in accordance with, the
terms and conditions of the contract Agreement.
Rates of Exchange (Sub-clause 53.3.)
The rates of exchange for the purpose of the Contract are the prevailing exchange rates shall be the
Central Bank of Kenya (CBK) mean rate 30 days before the final date for the submission of tenders.
Payment against Provisional Sums (Sub-clause 36.4. (b))
The percentage to be applied to Provisional Sums shall be 2 ½ %.
Maximum Liability (Sub-clause 42.2.)
The maximum liability of the Contractor to Kenya Pipeline Company Limited shall be:
No Limit
Insurance of Works (Sub-clause 43.1)
The contractor shall take out Contractors’ All Risk Insurance Cover with the sum insured as the Total
Contract sum. Kenya Pipeline Company Limiteds’ name should be included in the policy and Kenya
Pipeline Company Limiteds’ respective rights and interest noted in the policy and the policy deposited
with Kenya Pipeline Company Limited.
Sub-clause 43.1. (a)
The additional risks to be insured are:
Page 31 of 78
Equipment and personnel on site, work in progress and all third party liabilities as defined by the
Engineer.
Third Party Liability (Sub-clause 43.3)
The amount of insurance against third party liability taken out by the Contractor shall not be less than
KES 500,000 per occurrence, with unlimited number of occurrences.
Payment on Termination for Employer’s Default (Sub-clause 46.3)
The additional amount payable by the Employer on termination shall not exceed the value of work done.
Labour, Materials and Transport (Sub-clause 47.1.)
The method of calculating adjustments for changes in costs shall be:
Not applicable because there shall be no variation.
Notices to Kenya Pipeline Company Limited and Engineer (Sub-clause 49.2.)
The address of Kenya Pipeline Company Limited for notices is:
The Managing Director,
Kenya Pipeline Company Ltd,
Kenpipe Plaza,
Sekondi Rd, Off Nanyuki Rd,
Industrial Area,
P. O. Box 73442 - 00200,
Nairobi, Kenya
The address of the Engineer for notices is:
The Maintenance Manager,
Kenya Pipeline Company Ltd,
Kenpipe Plaza,
Sekondi Rd, Off Nanyuki Rd,
Industrial Area,
P. O. Box 73442 - 00200,
Nairobi, Kenya
Applicable Law (Sub-clause 51.1.)
KPC and the Contractor shall make every effort to resolve, amicably by direct informal negotiation, any
disagreement or dispute arising between them under or in connection with the contract.
If, after thirty (30) days from the commencement of such informal negotiations both parties have been
unable to resolve amicably a contract dispute, either party may require adjudication in the High Court of
Kenya.
Page 32 of 78
Applicable Law (Sub-clause 51.1)
The applicable law is Kenyan law.
Procedural Law for Arbitration (Sub-clause 51.2)
The procedural law for arbitration is the Arbitration Clause in the Kenyan Law
Language and Place of Arbitration (Sub-clause 51.3)
The language of arbitration is English language.
The place of arbitration is within the Republic of Kenya.
Use of Contract Documents and Information
The Tenderer shall not, without KPC’s prior written consent, disclose the Contract, or any provision
thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of
KPC in connection therewith, to any person other than a person employed by the Tenderer in the
performance of the Contract.
Any document, other than the Contract itself shall remain the property of KPC and shall be returned (all
copies) to KPC on completion of the Tenderer’s performance under the Contract if so required by KPC
Termination for default
KPC may, without prejudice to any other remedy for breach of Contract, by written notice of default sent
to the Tenderer, terminate this Contract in whole or in part:
If the Tenderer fails to deliver any or all of the goods within the period(s) specified in the Contract, or
within any extension thereof granted by KPC;
If the Tenderer fails to perform any other obligation(s) under the Contract;
If the Tenderer, in the judgment of KPC has engaged in corrupt or fraudulent practices in competing for
or in executing the Contract;
In the event KPC terminates the Contract in whole or in part, it may procure, upon such terms and in
such manner as it deems appropriate, equipment similar to those undelivered, and the Tenderer shall be
liable to KPC for any excess costs for such similar goods.
Page 33 of 78
Resolution of Disputes
KPC and the Tenderer shall make every effort to resolve amicably by direct informal negotiation and
disagreement or dispute arising between them under or in connection with the contract:
If, after thirty (30) days from the commencement of such informal negotiations both parties have been
unable to resolve amicably a contract dispute either party may seek adjudication in the High Court of
Kenya.
Force Majeure
Neither party shall be deemed to be in default in performing his obligations under the contract to the
extent that performance of such obligations is delayed by force majeure. Force majeure shall mean any
event beyond the control of parties hereto including, but not limited to hostilities, restraint of rulers or
people, revolution, civil commotion, forces of nature, application of embargo, or any law, proclamation,
regulation or ordinance or any government or government agency having or claiming to have
jurisdiction at the site of the work or act of God.
PART II – SPECIAL CONDITIONS
(The Clauses referred to in Part II – Section A are those where the provision in the General Conditions
(Part I) refer to an alternative solution to be stated in Part II. The provisions in the General Conditions
will apply unless an alternative solution is given in Part II – Section A. The clauses in this section need
therefore not be completed, but must be completed if alternative solutions to the relevant Part I
provisions are necessary.)
1.0 Conditions Precedent to Commencement (Sub-clause 1.1.1.)
The following financial and administrative minimum requirements are conditions precedent to
commencement.
a) Valid performance bond
b) Insurance for the works and for third party valid for the duration of contract
c) Works methodology approved by the Engineer
d) Health and Safety programme for the works approved by the Engineer
2.0 Defects Liability Period (Sub-clause 1.1.11.)
The Defects Liability Period is 6 months after project commissioning.
3.0 Engineer’s Duties (Sub-clause 2.1.)
The Engineer requires the consent of Kenya Pipeline Company Limited before exercising the
following duties:
The Engineer shall obtain the specific approval of Kenya Pipeline Company Limited before
taking any of the following actions specified in Part 1: -
a) Consenting to the subcontracting of any part of the works under Clause
4.1;
b) Certifying additional cost determined under clause 12.1 and/or 12.2;
c) Determining an extension of time under Clause 44.1, 44.2 and/or 44.3
d) Issuing a variation under clause 51.1, except:
i. In an emergency situation as reasonably determined by the
Engineer; or
ii. If such variation would increase the Fixed Lump Sum Contract
Price by less than the amount specified in the Form of tender by
Tenderer.
e) Fixing rates or prices under Clause 52.1, 52.2 and 52.3.
Page 35 of 78
Kenya Pipeline Company Limited shall advise the Engineer of his decision in these matters within 14
days of notification
4.0 Operation and Maintenance Manuals (Sub-clause 6.6.)
Operation and Maintenance Manuals shall be in English language.
5.0 Manufacturing Drawings (Sub-clause 6.9.)
The Contractor is required to disclose to the Engineer or the Employer confidential information as
follows:
Upon request
6.0 General Obligations (Sub-clause 8.1.)
6.1 The following facilities will be provided by Kenya Pipeline Company Limited:
None
6.2 The facilities will be provided at the following rates:
Not Applicable
7.0 Performance Security (Sub-clause 10.1)
The Contractor shall obtain a Performance Security of an amount KES 1% of lump sum price of
the contract sum.
8.0 Contractor Equipment (Sub-clause 14.1)
` The following items of Contractor’s Equipment will be provided free of charge by the Employer
for the Contractor’s use:
Nil
9.0 Price Variation
Contract price variations shall not be allowed for this Contract.
Page 36 of 78
10.0 Extension of Defects Liability Period (Sub-clause 30.4)
In the event of suspension the Defects Liability Period shall not last more than 90 days after the
date the Plant would have been delivered but for the suspension.
11.0 Method of Application (Sub-clause 33.2)
Application for payment shall be made through an invoice from the contractor.
12.0 Payment (Sub-clause 33.5.)
11.1 The period for payment shall be:
The amount due to the Contractor under any Interim Payment Certificate issued by the Engineer
pursuant to this Clause, or to any other term of the Contract, shall, subject to Clause 47, be paid
by Kenya Pipeline Company Limited to the Contractor within 30 days after the Contractor's
invoice statement has been submitted to the Engineer for certification or, in the case of the Final
Payment Certificate pursuant to Sub-Clause 60.13, within 84 days after the Final Statement and
written discharge have been submitted to the Engineer for certification.
11.2 The place for payment shall be:
Payments to the Contractor by Kenya Pipeline Company Limited shall be made in the currencies
in which the Fixed Lump Sum Contract Price is payable into a bank account or accounts
nominated by the Contractor.
11.3 The payment schedule under the contract will be as follows:
a) 25% of contract value on approval of drawings by KPC and receipt by KPC of proof of a
valid order confirmation from manufacturer (s) – less 10% retention
b) 25% of contract value on completion of FAT – less 10% retention
c) 50% of contract value on successful completion of delivery, installation, commissioning,
and handover of the Rectifier Charger systems at PS02, PS04, and PS06 – less 10%
retention
NB: Only foreign bidders will be eligible for Letters of credit
13.0 Delayed Payment (Sub-clause 33.6.)
The interest rate for delayed payment is simple interest at a rate three percentage points above
the Central Bank of Kenya’s average rate for base lending prevailing as of the first day the
payment becomes overdue.
Page 37 of 78
14.0 Payment by measurement (Sub-clause 33.8)
The Engineer shall, except as otherwise stated, ascertain and determine by assessment the value
of the proportion of each item in the Schedule of Price, which has been completed and the
Contractor shall be paid that value. The Engineer shall, when he requires any part of the Works
to be valued, give reasonable notice to the Contractor's authorized agent, who shall:
a. Forthwith attend or send a qualified representative to assist the Engineer in
making such valuation and
b. Supply all particulars required by the Engineer.
Should the Contractor not attend or neglect or omit to send such representative, then the
valuation either made by the Engineer or approved by the Engineer shall be taken to be the
correct valuation of the Works.
The provisions for measurement are:
As defined in the Bill of Quantities and Scope of Works and jointly measured by the Contractor
and the Employer.
15.0 Customs and Import Duties (Sub-clause 48.1.)
The Contractor shall pay and be reimbursed by the Employer for the following customs, import
duties and taxes in consequence of the importation of the Plant:
Not applicable.
16.0 Arbitration (Sub-clause 50.2)
I. The procuring entity and the tenderer shall make every effort to resolve amicably by direct informal
negotiation and disagreement or dispute arising between them under or in connection with the
contract
II. If, after thirty (30) days from the commencement of such informal negotiations both parties have
been unable to resolve amicably a contract dispute, either party may require adjudication at the
High Court of Kenya.
Page 38 of 78
SECTION VI: TERMS OF REFERENCE (TOR)
The following are the terms of reference for the SUPPLY, INSTALLATION, AND
COMMISSIONING OF 110VDC RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04
(MANYANI), AND PS06 (MAKINDU)):
a) Develop a supply, installation and commissioning implementation plan for the successful
realization of the Project.
Specifically, the Contractor will be required to perform the following tasks:
a) Visit site and develop a proposal and designs to be submitted with the tender.
b) Provide a comprehensive accurate quotation for SUPPLY, INSTALLATION, AND
COMMISSIONING OF 110VDC RECTIFIER CHARGERS FOR PS02 (SAMBURU),
PS04 (MANYANI), AND PS06 (MAKINDU)) together with the required accessories in
particular site installation and testing, spares and any other necessary engineering modification
which shall be deemed necessary to meet expected internationally acceptable engineering
practice as no additional costs shall be catered for by KPC to meet these standards outside the
contract price.
c) Supply, install, and commission the interconnecting line as proposed by the tenderer and
approved by KPC.
d) Incorporate KPC staff in the implementation of the project. KPC Staff shall be nominated by the
Engineer or his representative for inclusion by the contractor in the various stages of the works.
KPC staff so nominated and included shall not be construed to assume any responsibilities
and/or obligations of the contract that belong to the contractor.
Page 39 of 78
SECTION VII: SCOPE OF WORKS
The scope of works shall include the following.
1. Decommission the Existing 110VDC Rectifier Charger system at PS02 (Samburu)
2. Supply, Install and Commission 1No. 110VDC Rectifier Charger system at PS02 (Samburu) in
accordance with specifications.
3. Decommission the Existing 110VDC Rectifier Charger system at PS04 (Manyani)
4. Supply, Install and Commission 1No. 110VDC Rectifier Charger system at PS04 (Manyani) in
accordance with specifications.
5. Decommission the Existing 110VDC Rectifier Charger system at PS06 (Makindu)
6. Supply, Install and Commission 1No. 110VDC Rectifier Charger system at PS06 (Makindu) in
accordance with specifications.
7. Arrange for a team of KPC engineers to witness a factory acceptance testing of the Rectifier
Chargers at the manufacturer’s factory. The tests to be witnessed shall be those specified in the
specifications, or otherwise as agreed with the manufacturer.
8. Avail to KPC at least four copies of the relevant manuals and documentation, including as built
drawings in hard and/or soft forms, before the completion of contract.
9. Present to KPC for approval, a project implementation plan that covers the period from the date of
contract signing to the date of project handover.
10. Conduct a site survey, before bidding, in order to determine requirement that may not be explicit in
this specification.
11. Propose with the bid, any special maintenance tools required that may be required.
12. Provide manufacturer’s minimum 1 Year warranty for equipment supplied under the contract, and
conditions of contract with regard to the defect liability period shall apply to all project components,
parts, and works.
13. Carry out all the work without any interruption to KPC’s normal operations.
Page 40 of 78
SECTION VIII: SPECIFICATIONS
Notes for preparing Specifications
1.0 Specifications must be drafted to present a clear and precise statement of the required standards
of materials, and workmanship for tenderers to respond realistically and competitively to the
requirements of Kenya Pipeline Company Limited and ensure responsiveness of tenders. The
Specifications should require that all materials, plant, and other supplies to be incorporated in the Works
be new, unused, of the most recent or current models, and incorporating all recent improvements in
design and materials unless provided otherwise in the Contract. Where the Contractor is responsible for
the design of any part of the permanent Works, the extent of his obligations must be stated.
2.0 Specifications from previous similar projects are useful and it may not be necessary to re- write
specifications for every works contract for universal application.
3.0 There are onsiderable advantages in standardizing General Specifications for repetitive Works
in recognized public sectors, such as highways urban housing, irrigation and water supply. The General
Specifications should cover all classes of workmanship, materials and equipment commonly involved in
constructions, although not necessarily to be used in a particular works contract. Deletions or addenda
should then adapt the General Specifications to the particular Works.
4.0 Care must be taken in drafting Specifications to ensure they are not restrictive. In the
specifications of standards for materials, plant and workmanship, existing Kenya Standards should be
used as much as possible, otherwise recognized international standards be used.
5.0 Kenya Pipeline Company Limited should decide whether technical solutions to specified parts of
the Works are to be permitted. Alternatives are appropriate in cases where obvious (and potentially less
costly) alternatives are possible to the technical solutions indicated in tender documents for certain
elements of the Works, taking into consideration the comparative specialized advantage of potential
tenderers.
Kenya Pipeline Company Limited should provide a description of the selected parts of the works with
appropriate reference to Drawings, Specifications, Bills of Quantities, and Design or Performance
criteria, stating that the alternative solutions shall be at least structurally and functionally equivalent to
the basic design parameters and specifications.
Such alternative solutions shall be accompanied by all information necessary for a complete evaluation
by Kenya Pipeline Company Limited, including drawings, design calculations, technical specifications,
breakdown of prices, proposed construction methodology, and other relevant details. Technical
alternatives permitted in this manner shall be considered by Kenya Pipeline Company Limited each on
its own merits and independently of whether the tenderer has priced the item as described in Kenya
Pipeline Company Limited’s design included with the tender documents.
Page 41 of 78
PART I: GENERAL SPECIFICATIONS
1.1 GENERAL
1.1.1 These specifications describe the basic requirements for equipment and materials. Tenderers
are requested to submit with their offers the detailed specifications, drawings, catalogues, etc.
for the products they intend to supply.
1.1.2 Tenderers must indicate on the specifications sheets whether the equipment offered comply
with each specific requirement.
1.1.3 All the dimensions and capacities of the equipment to be supplied shall not be less than those
required in these specifications. Deviations from the basic requirements, if any, shall be
explained in detail in writing with the offer, with supporting data such as calculation sheets,
etc. The procuring entity reserves the right to reject the products, if such deviations shall be
found critical to the use and operation of the products
1.1.4 The Tenderers are requested to present information along with their offers as follows:
a. Shortest possible delivery period of each product
b. Information on proper representative and/or workshop for back-up service/repair and
maintenance including their names and addresses
c. Manufacturer’s Letter Of Authorization
1.2 DEFINITIONS
1.2.1 The purpose of this specification is to define the minimum requirements for the supply and
installation of electrical equipment and materials for Supply, Installation, And
Commissioning of 110VDC Rectifier Chargers for Ps02 (Samburu), PS04 (Manyani), and
PS06 (MAKINDU)).
1.2.2 “The Purchaser” is the Kenya Pipeline Company Limited.
1.2.3 “Must” signifies a legal or statutory requirement
1.2.4 “Shall” signifies a requirement made mandatory by this specification.
1.2.5 “May” signifies a feature, which is discretionary in the context in which it is applied.
1.2.6 “Will” signifies a feature which may be assumed to be already present
1.2.7 Owner – refers to Kenya Pipeline Company (KPC) Limited
1.2.8 Engineer, Contract Administrator or Resident Engineering Inspector – refers to the project
engineer appointed by KPC
1.2.9 Utility – refers to Utility and KPC’s Electrical, Water and Process Services of all kinds.
1.2.10 Contractor – refers to the “Specialist Contractor” to be engaged by KPC under this contract
to provide, install, connect, test, commission, and repair under warranty, the equipment to be
installed under this contract.
1.2.11 Tenderer – refers to Contractor submitting tender or RFQ.
1.2.12 Constructor – refers to Contractor.
1.2.13 RFQ – refers to Request for Quotation; may be used interchangeably with Tender.
1.2.14 Contract Warranty Period – is the time period starting at the formal final acceptance (i.e.
Substantial Completion) of all work to be performed under this contract including
commissioning of the equipment to be supplied and installed under this contract in
Page 42 of 78
accordance with the technical specifications provided and referenced herein, and ending on
the anniversary date thereof as further defined elsewhere in these contract documents.
1.2.15 Contract Period – is the time period from the execution of documents awarding this contract
and ending at the formal notification of the successful ending of the contract warranty period,
as also defined elsewhere in these contract documents.
1.2.16 Concealed – means hidden from normal sight in furred spaces, shafts, ceiling spaces, walls
and partitions, etc.
1.2.17 Exposed – means Work normally visible, including Work in equipment rooms, tunnels, and
similar accessible spaces.
1.2.18 Provide – means supply, install and connect complete.
1.2.19 Retrofit – means remove existing, and provide new complete.
1.2.20 Install – means install and connect complete.
1.2.21 Furnish – means supply only.
1.2.22 Supply – means supply only.
1.2.23 Work – means the execution of all items in this contract.
1.2.24 Days – means a required number of working days.
1.2.25 Complete – means installed and running to the satisfaction of the Engineer.
1.2.26 Restoration – means repair and renewal to good condition to the satisfaction of the Engineer.
1.2.27 Labour – means all persons with the appropriate certified skills to complete the work.
1.2.28 Materials – means all things required the complete the work.
1.2.29 Commissioning – means work by Specialist Sub-Contractors to test, verify and certify the
proper condition, wiring connections and operation of the subject equipment.
1.2.30 C/W – means “complete with” and refers to the auxiliaries or incidentals required to be
supplied.
1.2.31 Remove – means consult and coordinate with the Owner, make the subject equipment safe,
disconnect and remove all subject electrical and support materials back to the source of
electrical supply, and dispose offsite in a safe and approved manner, all according to
Engineer’s instructions and applicable Regulations.
1.2.32 Decommissioning – means take out of service in coordination with the Engineer and KPC.
1.2.33 Returned – means supply the subject equipment in the possession of the contractor to the
designated party.
1.2.34 Verification – means inspect, measure and test using approved specialist subcontractors as
may by requested by the Engineer.
1.2.35 Start-up – means that process after commissioning to coordinate with the Engineer and KPC,
to turn on and leave running the subject equipment
1.3 SCOPE
1.3.1 This specification intended to cover Design, Engineering, Manufacture, Assembly, Painting,
Inspection, Testing at manufacturer’s works, Delivery to site inclusive of packing &
transportation, Testing and Commissioning assistance of Battery, Battery Charger & DCDB
complete with all accessories.
1.3.2 PS02 SAMBURU
1.3.2.1 1 set of 110V D.C. system in accordance with this specification, standards stated herein and
Appendices enclosed herewith, shall comprise of the following:
(a) SMF (VRLA) Battery complete with racks, accessories, and enclosure.
Page 43 of 78
(b) Float cum Boost chargers
(c) DC Distribution Board
(d) Control and monitoring Panel: (Monitoring of the batteries, rectifier and distribution, status
and alarms distinctly on display, settings & Control via clear menus)
1.3.3 PS04 MANYANI
1.3.3.1 1 set of 110V D.C. system in accordance with this specification, standards stated herein and
Appendices enclosed herewith, shall comprise of the following:
(a) SMF (VRLA) Battery complete with racks, accessories, and enclosure.
(b) Float cum Boost chargers
(c) DC Distribution Board
(d) Control and monitoring Panel: (Monitoring of the batteries, rectifier and distribution, status
and alarms distinctly on display, settings & Control via clear menus)
1.3.4 PS06 MAKINDU
1.3.4.1 1 set of 110V D.C. system in accordance with this specification, standards stated herein and
Appendices enclosed herewith, shall comprise of the following:
(a) SMF (VRLA) Battery complete with racks, accessories, and enclosure.
(b) Float cum Boost chargers
(c) DC Distribution Board
(d) Control and monitoring Panel: (Monitoring of the batteries, rectifier and distribution, status
and alarms distinctly on display, settings & Control via clear menus)
1.3.5 All equipment supplied shall be new and best of their respective kinds and shall be of the
class most suitable for the purpose for which they are intended.
1.3.6
1.3.7 Modification / changes in components, if any suggested during scrutiny / approval of
drawings and execution of work shall be carried out by successful vendor at no extra cost.
1.4 PRECEDENCE
1.4.1 Any case of apparent conflict between the requirements of this specification and any other
relevant documents shall be notified to the engineer. Unless otherwise agreed the following
descending order of precedence shall apply.
1st This specification
2nd The codes and standards listed in this specification
3rd Other Internationally recognized relevant codes or standards as appropriate.
1.5 RELATED DOCUMENTS AND SPECIFICATIONS
1.5.1 The following Documents, References, and Standards shall be observed and complied with
where appropriate and applicable.
IEC 62040: Uninterruptible Power Supply (UPS) systems
Page 44 of 78
IEC 60288: Conductors of insulated cable
IEC 60287-1: Electric Cables – Calculation of current rating – Part 1: Current rating
Equations (100% load factor) and calculations of losses
BS 5099: Electric cables. Voltage levels for spark testing
BS 6722: Electric cables. Thermosetting insulated, armoured cables for voltages of
600/1000V and 1900/3300V, having low emission of smoke and corrosive gases when
affected by fire
IEC 60332-1: Tests on electric and optic fibre cables under fire conditions – Part 1: Test
for vertical flame propagation for a single insulated wire or cable
IEC 60332-3: Tests on electric cables under fire conditions – Part 3: Test for vertical
flame Spread of vertically-mounted bunched wires and cables
IEC 60754-1: Test on gases evolved during combustion of materials from cables – Part
1: Determination of the amount of halogen acid gas
IEC 60896-22: Stationery lead-acid batteries – Part 22: Valve regulated types –
Requirements
IEC 61034: Measurement of smoke density of cables burning under defined
conditions
BS 7430: Code of practice for earthing
The year of issue of the above specifications shall be the latest issue as appropriate at the time of tender
submission. However, other equivalent international or national standards shall be considered. Any
deviation shall be stated clearly in the tender submission.
1.5.2 Any case of apparent conflict between the requirements of this specification and any other
relevant documents shall be notified to the engineer. Unless otherwise agreed the following
descending order of precedence shall apply.
1st This specification
2nd The codes and standards listed in this specification
3rd Other Internationally recognized codes or standards as appropriate
1.6 ENVIRONMENTAL CONDITIONS
1.6.1 Unless otherwise specifically stated in Particular Technical Specifications or Scope of
Works, any equipment, component and assembly shall be designed for the following service
conditions:
Parameter Max Min
Ambient air temperature
Outdoor +40°C -1°C
Indoor +40°C -1°C
24 hour average maximum +30°C -1°C
Relative humidity 90%
Height above sea level 2000m
EMC Class (IEC 61000) Industrial environments
Seismic coefficient 1.5
Pollution (IEC 60815) Heavy :class II
1.7 BASIC REQUIREMENTS FOR ELECTRICAL EQUIPMENT
Page 45 of 78
1.7.1 All materials supplied under this Contract shall be new and of the best quality and of the
class most suitable for working under the conditions specified. They shall withstand the
variations of temperature and atmospheric conditions arising under working conditions
without distortion deterioration or undue stresses in any parts and also without affecting the
suitability of the various parts of the Works for which they were designed. The Plant shall be
designed for a lifetime of 40 years. Equipment with a shorter life cycle shall be identified and
so arranged that they are easy to replace.
1.8 MATERIALS AND WORKMANSHIP
1.8.1 General
1.8.1.1 Materials shall be new; the best quality of their respective kinds and such as is usual and
suitable for work of like character. All materials shall comply with the latest issues of the
specified standard unless otherwise specified or permitted by the Employer.
1.8.1.2 Workmanship shall be of the highest class throughout to ensure reliable and vibrations free
Operations. The design, dimensions and materials of all parts shall be such that the stresses to
which they may be subjected shall not cause distortion, undue wear, or damage under the
most severe conditions encountered in service.
1.8.1.3 All materials and works that have cracks, flaws or other defects or inferior workmanship will
be rejected by the Employer. All defective materials shall be promptly removed from the site
by the supplier.
PART II: DETAILED SPECIFICATIONS
2.1 Configuration of the Rectifier/Charger
2.1.1 Redundant 1+1 Configuration: 2 Rectifiers + battery + distribution board
2.2 Functional Requirements
2.2.1 The rectifier charger shall be a three-phase 415VAC input, 110VDC output.
2.2.2 The rectifier charger shall be in two different modules of 25A current each (making a total of
50A) in a 1+1 Configuration i.e., 2 Rectifiers + battery + distribution board
2.2.3 The two rectifier chargers shall share load during normal operation.
2.2.4 The batteries shall provide autonomy of two hours with a minimum capacity of 100Ah.
2.3 Operating Characteristics
2.3.1 Input Voltage:
2.3.1.1 Voltage 415 volts line-to-line, 240 volts line-to-neutral
2.3.1.2 Number of phases: 3-phase, 4-wire, TN-C-S System
2.3.1.3 Voltage Range: +15%, -20%, without affecting battery float voltage or output voltage
2.3.1.4 Frequency: 50Hz nominal
2.3.1.5 Power walk-in: 0 % to 100 % over 1 seconds, but capable of handling 100% step load
2.3.1.6 Total harmonic current distortion (THD) reflected into the primary line: < 5% maximum from no
load to full load
2.3.1.7 Input power factor 0.9
2.3.2 Output Voltage:
2.3.2.1 110 Volts DC
2.3.2.2 Current 60A (in 1+1 redundancy - 30A per rectifier)
2.3.2.3 Battery Capacity 100 Ah
2.3.2.4 Overload capability (at full voltage) (excluding battery):
a. 125 percent load for 10 minutes
b. 150 percent load for >10 seconds
2.3.3 Efficiency
2.3.3.1 Minimum System Efficiency: >90% at 50% system load
2.3.4 Environmental Conditions
2.3.4.1 Ambient Temperature: 0° to 40°
2.3.4.2 Relative Humidity: 0 to 95% non-condensing
2.3.4.3 Altitude: up to 2000m Mean Sea Level
2.3.5 Enclosures
2.3.5.1 Floor Cabinets
Page 47 of 78
2.3.5.2 Cable inlet: from bottom
2.3.5.3 Height: 2250mm max.
2.3.5.4 Width: 800 mm max
2.3.5.5 Depth: 600 mm max.
2.3.5.6 Color: RAL 7035 light grey
2.3.5.7 Ventilation: Thermostat controlled fans
2.4 Mode of Operation
2.4.1 Under the normal conditions, i.e. when A.C. supply is available at Battery Charger input
terminals, the float charger shall supply the continuous D.C. load plus the float/trickle charging
current of the Battery. In addition some of the impulse loads of duration less than a minute shall
also be fed by charger. Therefore, charger shall be designed to meet such momentary overload
conditions.
2.4.2 In the event of failure of A.C. supply, the emergency D.C. load shall be supplied by the Battery
for the duration of 2 Hrs.
2.4.3 On restoration of A.C. supply, the Float charger shall supply the load current and Float cum
boost charger shall charge the battery. During such conditions battery remains connected to load
through intermediately tapped cell. The rectifier shall be rated to carry the maximum discharge
current of the battery.
2.4.4 The battery charger shall be equipped with provisions for both boost and float charging.
2.5 Design Criteria
2.5.1 The battery shall be used to supply protection & control circuits of Breakers, Indication Panels
and Annunciators, Closing Coils and Spring Charging Motors of Circuit Breakers and Air Break
Switches.
2.5.2 The Battery Backup power shall be available for 120 minutes in the event of complete power
failure.
2.5.3 The battery sizing shall account for suitable temperature correction factors, ageing factors of
1.25, depth of discharge of 80%.
2.5.4 Existing Load details:
Circuit Load Description Outgoing MCB
Rating
DP01-1 MPCC Control 25A Max
DP01-2 132KV C&R Control 25A Max
DP01-3 HV PFC Control 25A Max
DP01-4 LPCC Control 25A Max
DP01-5 Spare 25A Max
DP01-6 MPCC Closing 25A Max
DP01-7 SF6 25A Max
DP01-8 HV Isolator 1 25A Max
DP01-9 HV Isolator 2 25A Max
DP01-10 Spare 25A Max
Page 48 of 78
2.5.5 The Float function of the Charger shall be used to supply normal D.C. loads and float charging
current of charged Battery. The Boost function of the Charger shall be designed to supply boost
charging current requirement of the battery as well as to supply normal D.C. Load.
2.5.6 After full discharge of battery bank, the Float Cum Boost charger shall be capable of charging
the battery to its full capacity in 8 hours duration while supplying normal D.C. Load.
2.5.7 Output voltage shall not vary more than ±10%; Vendor shall specify output voltage regulator or
dropping diode etc. used to achieve the above requirement.
2.5.8 The end cell voltage after discharge shall be limited to 1.75 volts/cell.
2.5.9 The rating of battery charger shall be suitable for the battery size selected. Vendor shall size the
Charger, suitable to stated Battery AH capacity and furnish charger sizing calculations along
with the offer.
2.5.10 Complete Battery charger system including rectifier, battery, static switches etc. shall have 15%
spare capacity for future load growth.
2.5.11 DC distribution board shall be provided to feed various loads. The provision of incoming and
outgoing feeders on DC distribution boards shall be as specified.
2.5.12 The maximum temperature rise in any part of the equipment as well as that of any component
and their terminals while delivering rated current shall not exceed the permissible limits
stipulated in relevant standards.
2.5.13 Maximum noise level of charger shall be less than 80 dB.
2.6 Battery Charger
2.6.1 Constructional features:
2.6.1.1 The charging equipment shall be housed in a free standing, floor mounted compartmentalized
panels having separate compartments for Float cum Boost charging equipment, battery
connection to DC bus, DC distribution equipment, including incoming feeders and outgoing
feeders in different compartments.
2.6.1.2 Panels shall have provision for bottom entry of cables with removable cable gland plate.
2.6.1.3 Adequate ventilating louvers shall be provided.
2.6.1.4 Thickness of sheet steel shall be at least 2.0 mm.
2.6.1.5 Degree of protection provided by the enclosure to the internals of charger shall be IP-42.
2.6.1.6 The instruments, switches and indicating lamps shall be flush mounted on the front panel.
2.6.1.7 Suitable neoprene rubber gaskets shall be provided all around doors and cover plates, between
two shipping sections, two charger sections, two panel sections, for making charger
construction dust and vermin proof.
2.6.1.8 All PCBs used in the charger shall be made of glass epoxy material. Electronic cards shall be
plug in type and shall be mounted on standard racks. Rack shall have PCB guides which shall
allow the insertion of PCBs smoothly without requiring force.
2.6.1.9 Racks shall be mounted on hinged pivot to enable the rack to be turned for access to back side
terminals.
Page 49 of 78
2.6.1.10 PCBs shall include status indicating LED lights and test connections in the front to facilitate
fault diagnosis.
2.6.1.11 PCBs shall be identified with proper permanent labels.
2.6.1.12 The rectifier/charger unit shall be separated from the AC input by an isolation transformer.
2.6.1.13 Rectifier/charger unit shall be provided with input protective devices consisting of ac input
circuit breaker. The protective device shall be capable of shunt tripping.
2.6.1.14 Primary current limiting: Battery-charging current shall be voltage regulated and current
limited. DC current limit settings shall be customer programmable.
2.6.1.15 After the battery is recharged, the rectifier/charger unit shall maintain the battery at full float
charge until the next discharge operation under input power failure. Battery charger shall be
capable of providing equalizing charge, and boost charge to the battery when required.
2.6.1.16 Battery Isolation Protective Device: Module shall have a DC protective device to isolate the
module from the battery system. The protective device size and interrupting rating shall be as
required by system capacity and shall incorporate a shunt trip mechanism.
2.6.1.17 DC Voltage Adjustment: Rectifier/charger units shall have a customer operable means for
adjusting DC voltage for battery equalization, to provide voltage within plus 10 percent of
nominal float voltage.
2.6.1.18 The rectifier/battery charger units shall have sufficient capacity to support and recharge the
battery to 95% of its full capacity within 10 times the discharge time.
2.6.1.19 The rectifier/charger units shall have sufficient output capacity for simultaneous operation of
both the rated load and charging the batteries when discharged to a state of system shutdown.
2.6.1.20 The 110V DC Power supply System shall provide for features whereby when the output is
returned to the rectifier/charger unit output after the 110V DC Power Supply System has been
operating on battery power, or has been de-energized, the total initial current requirements at
the input terminals shall not exceed 20% of the rated output current, and the current shall
gradually increase to 100% of full rating over a 15-second time interval.
2.6.2 Operation
2.6.2.1 The Battery charger shall be with static Silicon Controlled Rectifiers (SCRs), It shall be
complete with filter circuits to limit the ripple within ±0.5% (RMS) in the DC output.
2.6.2.2 The rectifier transformers shall be of dry type, AN cooled, vacuum impregnated double wound
with adequate number of primary taps. Transformer shall be Class–B insulation having a
continuous rating at least 125 % of the rating of the charger. Reactance of transformer shall be
suitable to take care of regulation and surges.
2.6.2.3 Battery charger shall be designed for a maximum voltage ripple of ±0.5 % (rms) when connected
to a battery with an ampere-hour capacity equal to or greater than four times the ampere
capacity of the charger.
2.6.2.4 The rectifier-charger shall be of the current-limiting type set not higher than 125 % for the solid
state design.
2.6.2.5 Charger shall be current limited to both the float and equalize positions in order to protect the
equipment from a short circuit on the load side.
Page 50 of 78
2.6.2.6 The rectifier-charger shall have a minimum power factor (PF) of 0.8 under the following
operating conditions:
• -15 % of the rated input voltage
• -5 % of the rated frequency
• Full rectifier output
2.6.2.7 A walk-in circuit shall be provided to limit in-rush current to 110 % of rectifier/charger full-load
current.
2.6.2.8 The RMS sum of all harmonics in the input waveform shall not exceed 10 % of the RMS value
of the fundamental harmonic with the system operating at rated voltage and current.
2.6.2.9 The charger output shall be filtered to eliminate any harmonics superimposed on the rectifier
output voltage.
2.6.3 Voltage Regulation
2.6.3.1 The float charger shall have both auto and manual voltage regulation arrangements with
provision of selector switch. Output DC voltage shall not vary beyond ±0.5% of the set value
when controlled through AVR with load varying from no load to full load simultaneously
with specified fluctuations in input voltage and frequency.
2.6.3.2 Charger output voltage shall vary no more than ±10 as a result of a transient 4,000-volt peak
lasting 100 microseconds with 40-ohm source impedance, the batteries, and the full load
connected.
2.6.4 Controls
2.6.4.1 The Float cum Boost Chargers shall be complete with manually controlled motorized, variac and
three phase rectifier bank. The voltage regulation shall be uniform and stepless throughout the
voltage variation range. For achieving this, voltage Raise/Lower push buttons shall be
provided on front of float cum boost charger section.
2.6.4.2 The float charger controller shall have built in load limiting feature, which will limit the load on
charger in the event of overload and reduce the output voltage in order to transfer the load to
the battery. The current setting of load limiting device shall be uniformly adjustable between
100% and 150% of full load.
2.6.5 Protection, Indicators & Alarms
2.6.5.1 The rectifier equipment shall be complete with heat sink and have its own protective devices. In
addition, surge protection devices and fast acting HRC fuses suitable for rectifier protection
shall be provided in each arm of rectifier connections.
2.6.5.2 Battery charger shall be furnished with the manufacturer's standard indicating and Audio &
Visual alarm devices, which shall include, but not be limited to the following:
a) AC circuit breaker and AC power-on light
b) AC power-failure relay for remote alarm
c) AC under voltage
d) DC disconnect switch, without over current protection
Page 51 of 78
e) DC ground-detection lights with relay for remote alarm contacts
f) DC under voltage & over voltage.
g) DC positive to earth and D.C. negative to earth faults.
h) Low DC-voltage relay for remote alarm
i) DC voltmeter and ammeter with 2-percent accuracy
j) Charger failure alarm (loss of DC current)
k) Float & Float cum Boost charger rectifier fuse failure.
l) Float/ Float cum Boost charger D.C. side output fuse failure.
m) Float charger overload.
n) Float cum Boost charger overload.
o) Battery Fuse Failure
p) Float and equalize potentiometer and selector switch to override automatic charge control
q) Equalize pilot light
r) Battery-disconnected relay for remote alarm
s) Chargers-out-of-balance relay for remote alarm (for load sharing chargers)
t) Unit of common alarm contact for remote indication
2.6.5.3 Alarms shall have local indication on the battery charger panel.
2.6.5.4 Indicator lamps on the charger panel shall be operated at no more than 75 of the rated voltage of
the lamp for extended life.
2.6.5.5 Alarm contacts shall be rated for 5 amps at 110 volts DC for connection to a remote annunciator.
2.7 SMF (VRLA) Battery
2.7.1 General Features
2.7.1.1 The batteries shall be of maintenance-free and sealed type conforming to 60896-22. These
shall be VRLA Deep Cycle heavy-duty industrial type design.
2.7.1.2 The end cell voltage after discharge shall be limited to 1.75 volts/cell.
2.7.1.3 Batteries shall not require any water topping up and shall emit no corrosive fumes or gases
under normal operating conditions.
2.7.1.4 The batteries shall be supplied along with the necessary mounting racks and enclosure panel
complete with the provision for clamping the cables. Battery racks shall be of steel frame with
epoxy painted/ PVC lined.
2.7.1.5 Vendor shall indicate the ventilation requirements if any, for the battery.
2.7.1.6 The batteries shall be housed in a corrosion resistant cabinet matching the 110V DC Power
Supply System module design, and painted as necessary in electrolyte resistant paint.
2.7.1.7 The batteries shall have sufficient voltage and ampere-hour rating to maintain the 110V DC
Power Supply System output at the rated output capacity for a duration of 120 minutes.
2.7.1.8 The discharge ratings of the batteries shall be determined at 25°C conforming to IEEE 485
and IEEE 1184.
2.7.1.9 Inter-cell connectors shall be protected with anti-corrosion plastic or non-metallic covers.
2.7.1.10 Discharging circuit shall incorporated in the 110V DC Power Supply system for Battery
Testing purposes.
Page 52 of 78
2.7.1.11 A Circuit breaker shall be provided to isolate the batteries from the rectifier/charger unit of the
110V DC Power Supply System. The circuit breakers shall automatically open to disconnect
the batteries when the discharge limit of volts per cell of the batteries is reached.
2.7.1.12 The circuit breakers shall also be manually operated and shall be able to be remotely shunt
controlled.
2.7.2 Constructional features
a) Electrolyte
The Electrolyte shall be of battery grade sulphuric acid.
b) Plates
The Positive & Negative plates shall be constructed of heavy duty lead alloy grids type .The
plates shall be corrosion resistant & shall have low self-discharge properties. The plates
shall be designed for maximum durability during all service, conditions including high rate
of discharge and rapid fluctuation of load.
c) Containers & Covers
Each cell shall be assembled in high grade, flame retardant polymer or moulded hard rubber
container. The container shall be leak proof, non-absorbent, shock absorbing not liable to
deformation within the range of working temperature and not affected by the acid.
Electrolyte high-level and low-level lines shall be marked on at least two of the four sides of
a cell and visible from the front of the completed assembly. A permanent airtight seal shall
be provided between the cover & container to stop electrolyte & air leakage. The container
shall be designed to withstand the pressure caused by charging & discharging characteristics
of the battery.
d) Cell lids
Cells lids shall be of glass, plastic or ebonite complete with either suitable rubber gasket for
closed type or bituminous sealing compound for sealed type of containers.
e) Safety Vents
Flame arresting vent plug housing the safety valve shall be provided. The vent plugs shall be
explosion proof, self-resealing, resisting acid overflow and pressure regulating types. The
valve shall be automatically sealed to prevent diffusion of air.
f) Separators
Separator between plates shall permit free flow of electrolyte and shall maintain the
electrical insulation between the plates. Separators shall be of wood or high density
absorbent Glass MAT non-woven with excellent porosity.
Page 53 of 78
g) Connectors
Lead coated copper connectors shall be furnished to use as inter cell, interior, inter tier and
inter row connectors. The lead plating shall be adequate to ensure proper protection against
corrosion during the entire life of the battery. Nuts, bolts and washers shall be of lead coated
copper.
h) Terminal Posts
The cell terminal posts shall be provided with connector bolts and nuts, effectively coated
with lead to prevent corrosion. Positive and negative terminal posts shall be clearly and
indelibly marked for easy identification. Lead plated plate, tubular tinned copper lugs, bolts,
nuts, washers etc. shall be furnished for connection of outgoing purchaser’s conductor
cables.
Intermediate posts for easy termination of purchaser’s cable shall be provided.
i) Cell Insulators
The cells shall be supported on hard rubber/PVC pads, fixed on the rack with adequate
clearance between the adjacent cells.
j) All hardware necessary for complete assembly of system shall be provided.
k) Disconnect switch shall be provided near battery bank for isolation of batteries.
2.8 D.C. Distribution Board
2.8.1 Constructional Features
2.8.1.1 D.C. Distribution Board shall be a separate panel, but shall form an integral part of a panel
board, when placed by the side of the charger and battery panels.
2.8.1.2 Cubicle door shall have rolled edges with suitable neoprene gasket to make it dust proof. The
door shall be provided with lock and key arrangement to prevent unauthorised opening of the
door.
2.8.1.3 Outgoing MCB/Fuse mounting plates shall be adequately braced to avoid wobbling during
pulling or insertion of fuses.
2.8.1.4 DCDB shall comprise of double pole MCBs as specified.
2.8.2 Bus bars
2.8.2.1 Busbars in the battery charger and DCDB shall be Aluminium liberally sized for the specified
current rating (both short circuit and continuous currents.)
2.8.2.2 The main horizontal busbars of distribution boards shall be located in a separate chamber
extending over entire length. Bus bar chamber shall have separately screwed covers.
2.8.2.3 All bus bars, links, etc. shall be provided with heat-shrinkable insulating sleeves to prevent
accidental contacts.
2.8.2.4 Power shall be distributed to each circuit in each section by flexible copper conductor cables.
Page 54 of 78
2.8.2.5 Buses shall be spaced with adequate clearances between positive and negative and between
positive/negative and ground. Minimum clearance shall not be less than 25 mm.
2.8.2.6 Bus supports shall be of arc resistant, non-tracking low moisture absorption type moulded
insulators of high impact strength and high Creepage surface. Material of bus supports shall
be cast epoxy resin/DMC/SMC. Supports for each bus shall be independent from support for
other phase/pole busbar.
2.8.2.7 All bus works shall be braced to withstand stresses due to short circuit current without
damage.
2.8.2.8 Colour code shall be used to identify the busbars as per relevant standards. Suitable sleeving
shall be provided over busbars for insulating the same as secondary insulation.
2.8.3 Power Cable and Earthing
2.8.3.1 The conductors shall be of high conductivity annealed copper wire complying with IEC
60228.
2.8.3.2 The maximum continuous current carrying capacity and the factors for determining such
ratings for the cable shall be based on IEC 60287 and on conditions obtainable on site in as
given in this specification.
2.8.3.3 The nominal thickness of the insulation shall be as specified in BS 6724.
2.8.3.4 The insulation shall not breakdown when spark tested in accordance with BS 5099.
2.8.3.5 The cables shall be flame retardant and shall comply with requirements of IEC 60332-1 and
60332-3.
2.8.3.6 The emission level of hydrochloric acid of the insulation and sheath of the cables under
combustion shall not be greater than 0.5% when tested in accordance with IEC 60754-1.
2.8.3.7 The level of smoke density of all cables under burning shall comply with the requirement of
IEC 61034.
2.8.3.8 Appropriated grommets or insulated bushes shall be used to protect the non-armoured cables
passing through the metal box or any other metal work.
2.8.3.9 Doors shall be bonded to main metal enclosures.
2.8.4 Low Voltage Disconnect
2.8.4.1 DC Power System shall be supplied with a low voltage disconnect which will automatically
disconnect the load from the battery upon low voltage to prevent the battery from becoming
completely discharged on charger malfunction or failure. The low voltage disconnect shall
have an adjustable trip point and shall be capable of breaking full DC load current.
2.9 Component Specification
2.9.1 Switches/ MCCBs/MCBs
2.9.1.1 Switches or 4 pole MCCBs shall be provided for incomer. MCCBs/A.C. Switches shall be
four pole, air break and heavy duty type, capable of safely breaking the full load current of
associated feeder. A.C. incoming MCCB/Switch shall have a quick-make, quick-break
mechanism operated by a suitable external handle complete with position indicator.
Page 55 of 78
2.9.1.2 MCBs for outgoing feeders shall be double pole type, and shall be suitably rated to make and
break and carry the rated D.C. current.
2.9.2 Fuses
2.9.2.1 Fuse shall be HRC, link type, with a maximum rupturing capacity suited for rated voltage.
Rewirable fuses shall not be acceptable.
2.9.2.2 Fuses provided for protection of rectifier shall be of the type suitable for the intended duty.
2.9.2.3 Fuses shall be furnished complete with fuse bases and carriers of such design as to permit
easy replacement of fuse elements. Visible indication shall be provided on blowing of the
fuse.
2.9.2.4 The incomer fuse rating shall be so chosen as to provide discrimination with feeder fuses.
2.9.3 Contactors
2.9.3.1 Contactors shall be air break type with 2 NO + 2NC auxiliary contacts. Utilisation category
shall be AC-1 or DC-1. Continuous current rating of contactors shall be at least 15% higher
than full load current of connected equipment.
2.9.4 CTs and PTs
2.9.4.1 CTs and PTs shall be of epoxy resin cast type. Accuracy class of the metering CTs and PTs
shall be 1.0.
2.9.5 Relays
2.9.5.1 Relays shall be microprocessor/static type.
2.9.5.2 Relays shall be draw out plug in type and shall be provided with hand reset type flag
indicator.
2.9.5.3 Thermal overload relays shall be ambient temperature compensated and shall be hand reset
type.
2.9.6 Meters
2.9.6.1 Meters shall be square type, flush mounting.
2.9.6.2 Each meter shall be provided with zero adjuster on the front.
2.9.6.3 Accuracy of the meters shall be ± 3% or better.
2.9.6.4 Minimum size of the meters shall be 96 mm x 96 mm and meters shall be of taut band type.
2.9.6.5 Meters shall be operated from outputs of CTs/PTs/DC shunts as required.
2.9.6.6 The Following control switches/ pushbuttons to be provided as a minimum.
a) ON /OFF control switch for AC supply to charger.
b) Auto / Manual selector switch to select mode of operation.
c) Potential meters for voltage & current adjustment in float mode.
d) Potential meters for voltage & current adjustment in Float cum Boost mode.
2.9.7 Push Buttons and Indicating Lamps
Page 56 of 78
2.9.7.1 Push Buttons and Indicating Lamps shall be panel mounting type.
2.9.7.2 Lamps shall be clustered LED type with low watt consumption.
2.9.7.3 Push Button actuator shall be shrouded with dust tight rubber grommet cover. Associated
springs and contacts shall be of robust construction.
2.9.7.4 Push Button shall be provided with integral escutcheon plates with 2NO + 2NC contacts rated
to make, break and carry 5A DC at 110V, 30V or 220V DC.
2.9.8 Space Heaters & Panel
2.9.8.1 Each vertical section of panel shall be provided with thermostat controlled space heaters rated
240 volts, single phase, 50 Hz. The heaters shall have individual ON-OFF MCB.
2.9.8.2 Wiring of space heaters in each board shall be grouped and brought out to easily accessible
terminals.
2.9.8.3 Cubicle illumination lamp along with MCB operating on 240V, 1 phase supply shall be
provided.
2.9.8.4 Lamp operation shall be controlled through door limit switch.
2.9.8.5 240V supply shall be suitably tapped by vendor from incoming supply.
2.9.9 Wiring
2.9.9.1 The wiring shall be complete in all respects so as to ensure proper functioning of control,
protection, interlocking and measurement schemes.
2.9.9.2 Control wiring shall be done with flexible, heat resistant, switchboard wires; 650/1100V
grade, multi-stranded copper conductor. Each wire shall be identified at both ends using
engraved ferrules designation in accordance with the approved wiring diagram. Interlocking
type plastic ferrules shall be used for identification.
2.9.9.3 Minimum size of the wires used for plug cord for electronic cards shall be 0.5mm2 copper.
Wires shall not be spliced or tapped between terminal points.
2.9.9.4 Wherever wires cross sheet steel barriers rubber grommets shall be provided around holes in
sheet steel barrier. All internal wires shall be terminated with tinned copper crimping type
lugs.
2.9.10 Cable Termination
2.9.10.1 Distribution boards shall be designed to facilitate cable entry from bottom. Removable
undrilled plates shall be furnished for this purpose. Sufficient space shall be provided to avoid
sharp bending and for ease of connection, a minimum space of 300mm from the gland plate to
the nearest terminal shall be provided.
2.9.10.2 Multiway, clip on type terminal blocks complete with screws, nuts, washers, and marking
strips shall be furnished for terminating the internal wiring and outgoing control cables. Stud
type terminals shall be provided for power cables.
2.9.10.3 Each control terminal shall be capable of connecting 2 nos. 2.5 sq. mm copper wire at one end
without any damage to the conductor or any looseness of connection.
Page 57 of 78
2.9.11 Ground Bus
2.9.11.1 Copper ground bus of size 25mm x 6mm shall be furnished along the entire length of each
section of Battery Charger and DCDB.
2.9.11.2 Each equipment of board shall be connected directly to the ground bus by two separate and
distinct connections. Doors of charger shall be effectively earthed through flexible copper
wires of adequate size.
2.9.11.3 Grounding terminals on the ground bus shall be provided at two points of the Battery Charger.
2.9.11.4 Connectors shall be provided at either ends for connection to Purchaser’s ground conductor.
2.9.11.5 Power shall be Ungrounded.
2.10 Commissioning and Operating Procedures
2.10.1 110V DC Power Supply System commissioning procedures shall use NETA specifications as a
guide, and manufacturer recommendation and practices.
2.10.2 Battery commissioning shall be in reference to IEEE 450, and manufacturer recommendation
and practices.
2.10.3 Start-up and shutdown procedures shall be displayed at a convenient place on the panel.
2.11 TESTS AND INSPECTION
2.11.1 The Rectifier Chargers shall be inspected and tested in accordance with requirements of the
relevant standards and specification. It shall be the responsibility of the manufacturer to perform
or to have performed all the tests specified. Bidder’s shall confirm the manufacturer’s
capabilities in this regard when submitting tenders. Any limitations shall be clearly specified.
2.11.2 Copies of Type Test Reports or Type Test Certificates issued by the relevant Independent
International or National Testing/Standards Authority of the Country of manufacture or
ISO/IEC 17025 accredited and independent testing laboratory shall be submitted with the offer
for evaluation (all copies shall be in English Language). A copy of the accreditation certificate
of the independent laboratory shall also be submitted. Any translations of the test certificates
and test reports into English language shall be signed and stamped by the Testing Authority.
2.11.3 Copies of the Type Test Reports or Type Test Certificates to be submitted for tender evaluation
shall include:
2.11.4 All test and measuring equipment to be used during acceptance testing shall have been calibrated
and the copies of valid calibration certificates shall be made available to KPC.
2.11.5 A detailed list of workshop tools, test/measuring equipment and list of test to IEC Standards that
can be carried out by the manufacturer shall be submitted with the tender for evaluation.
2.11.6 Test reports of the Scissor lift (including individual components) shall be submitted to KPC for
approval before shipment.
2.11.7 If it is determined later that tests other than those listed above are required, these shall be agreed
by KPC, the bidder, and the manufacturer.
Page 58 of 78
2.11.8 Upon receipt of the onsite, KPC will inspect it and may perform any of the relevant tests in order
to verify compliance with the specification. The bidder shall have the manufacturer
replace/rectify without charge to KPC, equipment which upon examination, test, or use, fail to
meet any or all the requirements in this specification.
2.11.9 Testing during manufacturing stage
2.11.10 The manufacturer of the Rectifier Chargers shall keep records of the tests carried out during
manufacturing stage, in detail for the checks / test carried out during assembling /
manufacturing of the lift.
2.11.11 The proper records shall be made available to the KPC on request.
2.12 PAINT WORK
2.12.1 Cleaning and painting shall be in accordance with the following requirements. Any deviations in
methodology shall be stated and may only be those that shall provide demonstrably superior
results.
2.13 MARKING, LABELING, AND PARKING
2.13.1 The Rectifier Chargers and associated components shall be packed in a manner as to protect it
from damage during transport and handling. It shall be dispatched oil filled and fully wired. All
piping and cabling shall follow the contour of the lift as closely as possible to avoid damage
during transportation and handling. Auxiliary equipment and accessories/fittings shall be
protected against mechanical damage.
2.13.2 Each assembly and package of items associated with the lift shall be clearly labelled for
identification.
2.13.3 In addition to the markings and labels required elsewhere in this tender specification, each
equipment and component shall be marked in accordance with the relevant IEC Standard.
2.14 TRANSPORTATION
2.14.1 An impact recorder shall be installed and left in place for the whole duration of transit and a
report provided to KPC afterwards.
Page 59 of 78
SECTION IX: DRAWINGS & SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
Note 1. A list of drawings should be inserted here.
2. The actual Contract drawings including site plans should be
annexed in a separate booklet.
9.1 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR RECTIFIER
CHARGER SYSTEMS
Specification Requirement Vendor Confirmation
Output • 110 VDC, ± 0.5 %
• 60 A (30A Charger+30A
Charger)
• Ripple factor up to 0.1 %
r.m.s.
• Efficiency ≥ 90% @50%
Load
• Static response ± 1 %
• Dynamic response ± 5 % /
40ms
Autonomy • 120 minutes
Configuration • Redundant 1+1: 2 Rectifiers
+ battery + distribution
board + Control panel
Inputs • 415 VAC L-L, 240 VAC L-
N
• 3-phase, 4-wire, TN-C-S
System
• Voltage Range: +15%, -
20%
• Frequency: 50Hz nominal
• Power walk-in: 0 % to 100
% over 1 seconds, but
capable of handling 100%
step load
• THD reflected into the
primary line: < 5%
maximum from no load to
full load
• Input power factor 0.9
Overload capability (at full
voltage) • 125 percent load for 10
minutes
• 150 percent load for >10
seconds
Voltage Transient • 100% load step: Plus or
minus 5%
Page 60 of 78
Specification Requirement Vendor Confirmation
• Loss or return of ac input:
Plus or minus 1%
System Efficiency • Minimum System
Efficiency: >90% at 50%
system load
Operation Modes • Normal/Float Mode
• Discharging/Stored Energy
mode
Operating Conditions • Ambient Temperature: 0° to
40°
• Relative Humidity: 0 to
95% non-condensing
• Altitude: up to 2000m Mean
Sea Level
Enclosures • Floor Cabinets
• Cable inlet: from bottom
• Height: 2250mm max.
• Width: 800 mm max
• Depth: 600 mm max.
• Color: RAL 7035 light grey
• Class of enclosure: IP21
Ventilation • Ventilation: forced with
thermostat controlled fans
Batteries • Maintenance-free and sealed
type conforming to 60896-
22.
• Lead acid VRLA; heavy
duty Deep Cycle industrial
type design
• 100AH C10 Output
Page 61 of 78
SECTION X: BILLS OF QUANTITIES
Notes for preparing Bills of Quantities
10. Preamble to Bill of Quantities
a) The Bill of Quantities shall form part of the Contract Documents and is to be read in
conjunction with the Instructions to Tenderers, Conditions of Contract Parts I and II,
Specifications and Drawings.
b) The brief description of the items in the Bill of Quantities is purely for the purpose of
identification, and in no way modifies or supersedes the detailed descriptions given in the
conditions of Contract and Specifications for the full direction and description of work
and materials.
c) The Quantities set forth in the Bill of Quantities are estimated and provisional,
representing substantially the work to be carried out, and are given to provide a common
basis for tendering and comparing of Tenders. There is no guarantee to the Contractor
that he will be required to carry out all the quantities of work indicated under any one
particular item or group of items in the Bill of Quantities. The basis of payment shall be
the Contractor’s rates and the quantities of work actually done in fulfilment of his
obligation under the Contract.
d) The prices and rates inserted in the Bills of Quantities will be used for valuing work
executed, and the Engineer will measure the whole of the works executed in accordance
with this Contract.
e) A price or rate shall be entered in ink against every item in the Bill of Quantities with the
exception of items, which already have provisional sums, affixed thereto. The Tenderers
are reminded that no “nil” or “included” rates or “lump-sum” discounts will be accepted.
The rates for various items should include discounts if any. Tenderers who fail to comply
will be disqualified.
f) Provisional sums (including Dayworks) in the Bill of Quantities shall be expended in
whole or in part at the discretion of the Engineer in accordance with Sub-clause 52.4 and
Clause 58 of part of the Conditions of Contract.
g) The price and rates entered in the Bill of Quantities shall, except insofar as it is otherwise
provided under the Contract, include all Constructional plant to be used, labour,
insurance, supervision, compliance, testing, materials, erection, maintenance or works,
overheads and profits, taxes and duties together with all general risks, liabilities and
obligations set out or implied in the Contract, transport,
electricity and telephones, water, use and replenishment of all consumables, including
those required under the Contract by the Engineer and his staff.
Page 62 of 78
h) Errors will be corrected by Kenya Pipeline Company Limited for any arithmetic errors in
computation or summation as follows:
(a) Where there is a discrepancy between amount in words and figures, the amount in
words will govern; and
(b) Where there is a discrepancy between the unit rate and the total amount derived
from the multiplication of the unit price and the quantity, the unit rate as quoted
will govern, unless in the opinion of Kenya Pipeline Company Limited, there is
an obviously gross misplacement of the decimal point in the unit price, in which
event the total amount as quoted will govern and the unit rate will be corrected.
(c) If a Tenderer does not accept the correction of errors as outlined above, his
Tender will be rejected.
i) The Bills of Quantities, unless otherwise expressly stated therein, shall be deemed to
have been prepared in accordance with the principles of the latest edition of the Civil
Engineering Standard Method of Measurement (CESMM).
j) “Authorised” “Directed” or “Approved” shall mean the authority, direction or approval of
the Engineer.
k) Unless otherwise stated, all measurements shall be net taken on the finished work carried
out in accordance with the details shown on the drawings or instructed, with no
allowance for extra cuts or fills, waste or additional thickness necessary to obtain the
minimum finished thickness or dimensions required in this Contract. Any work
performed in excess or the requirements of the plans and specifications will not be paid
for, unless ordered in writing by the Engineer.
l) (a) Hard material, in this Contract, shall be defined as the material which, in the
opinion of the Engineer, require blasting, or the use of metal wedges and sledgehammers,
or the use of compressed air drilling for their removal, and which cannot be extracted by
ripping with a dozer tractor of at least 150 brake horse power (112 kilowatt) with a
single, rear-mounted, hydraulic ripper. Boulders of more than 0.2m3 occuring in soft
material shall be classified as hard material
(b) Soft material shall be all material other than hard material.
11. The objectives of the Bills of Quantities are;
(a) to provide sufficient information on the quantities of Works to be performed to enable
tenders to be prepared efficiently and accurately;
and
(b) when a Contract has been entered into, to provide a priced Bills of Quantities for use in
the periodic valuation of Works executed.
Page 63 of 78
In order to attain these objectives, Works should be itemized in the Bills of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works
of the same nature carried out in different locations or in other circumstances which may
give rise to different considerations of cost. Consistent with these requirements, the
layout and content of the Bills of Quantities should be as simple and brief as possible.
Page 64 of 78
12. SCHEDULE OF REQUIREMENTS AND PRICE SCHEDULES:
12.1 Schedule of requirements for equipment
As per specification SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR
RECTIFIER/CHARGERS – Section VII Sub-section 15
12.2 Price schedule for equipment
As per specification sheets attached
No. Item Description Quantity Unit
Price
KES
Supply and
Installation
Period
Installation
Price
Total
Price
KES
1. Supply 2No. 110VDC
Rectifier Charger system
at PS02 (Samburu), PS04
(Mnyani), and PS06
(Makindu) in accordance
with specifications
3
2. Install, Test and
Commission 2No.
110VDC Rectifier
Charger system at PS02
(Samburu) and PS04
(Mnyani)
3
3. Allow for FAT for 3No *
The costs here shall be
those that will be
charged by the
manufacturer/ or to be
incurred at the factory on
in the country where
testing shall be carried
out. (*See note below)
LS
4. Allow for Site Training
for 6No KPC
representatives.
LS
5. Itemised List of 2-years
operating spares (List
must be itemise and
LS
Page 65 of 78
No. Item Description Quantity Unit
Price
KES
Supply and
Installation
Period
Installation
Price
Total
Price
KES
individually costed) Total Price KES VAT Excl. VAT Total Price KES VAT Incl.
NOTE:
i. * FAT Costs of airfare, accommodation and out-of-pocket expenses of at least 3 No KPC
representatives, shall be borne by KPC. The out-of-pocket expenses shall be as per the approved
latest government rates.
ii. All Tenderers must bid for all items listed in the tables above. Any bid that leaves out any of the
items will be regarded as non-responsive as the tender will be incomplete.
iii. All prices given in foreign currency shall be converted to Kenya shillings based on the prevailing
Central Bank of Kenya figures for the evaluation of this tender. The Tenderer is to include any
costs that they envision to be necessary for the completion of the project.
Name of Tenderer ____________________
Tender Number …………… Page____ of
Signature of Tenderer ………………….
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
SECTION VIII: STANDARD FORMS
(i) Form of Invitation for Tenders
(ii) Form of Tender
(iii) Appendix to Form of Tender
(iv) Letter of Acceptance
(v) Form of Agreement
(vi) Form of Tender Security
(vii) Performance Bank Guarantee (unconditional)
(viii) Bank Guarantee for Advance Payment
(ix) Tender Questionnaire
(xi) Confidential Business Questionnaire
(x) Statement of Foreign Currency Requirement
(xi) Schedule of Materials;- Basic Prices
(xii) Schedule of Labour;- Basic Prices
(xiii) Schedule of Plant and Equipment
(xv) Details of Sub-Contractors
(xvi) Certificate of Tenderer’s Site visit
(xvii) Form of Written Power of Attorney
(xviii) Key Personnel
(xix) Completed Civil Works
(xx) Schedule of Ongoing Projects
(xxi) Other Supplementary Information
Form of Tender
Date________________
To: The MANAGING DIRECTOR
Kenya Pipeline Company
Kenpipe Plaza
Sekondi Road
P.O Box 73442 Nairobi
Tel: 254-020-2606500/1/2/3/4
SUPPLY, INSTALLATION, AND COMMISSIONING OF 110VDC RECTIFIER
CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI), AND PS06 (MAKINDU))
Gentlemen and/or Ladies:
1. Having examined the tender documents including Addenda Nos
…………………………… [Insert numbers], The receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply and
deliver……………………………[Description of materials and spares]. In conformity
with the said tender documents for the sum of……………………………[Total tender
amount in words and figures] or such other sums as may be ascertained in accordance
with the Schedule of Prices attached herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to deliver the materials and spares in
accordance with the delivery schedule specified in the Schedule of Requirements.
3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to
_____ percent of the Contract Price for the due performance of the Contract, in the form
prescribed by Kenya Pipeline Company.
4. We agree to abide by this Tender for a period of…..[number] days from the date fixed
for tender opening of the Instructions to Tenderers, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period.
5. Until a formal Contract is prepared and executed, this Tender, together with your
written acceptance thereof and your notification of award, shall constitute a binding
Contract between us.
6. We understand that you are not bound to accept the lowest or any tender you may
receive.
Dated this ________________ day of ________________ 20______
[Signature] [In the capacity of]
Duly authorized to sign tender for and on behalf of
Page 68 of 78
Appendix to Form of Tender
(This appendix forms part of the tender)
CONDITIONS OF CONTRACT AMOUNT
Tender Security (Bank Guarantee only) KES 100,000.00
Amount of Performance Security
(Unconditional Bank Guarantee)
10% percent of Tender Sum in the form of
Unconditional Bank Guarantee
Program to be submitted Not later than ___ days after issuance of Order to
Commence
Cash flow estimate to be submitted Not later than ___ days after issuance of Order to
Commence
Minimum amount of Third Party
Insurance
KES. 500,000 per occurrence, with unlimited
number of occurrences
Period for commencement, from the
Engineer’s order to commence
14 days
Time for completion ………………weeks
Amount of liquidated damages KES 50,000 per week
Limit of liquidated damages None
Defect Liability period 6 Months
Percentage of Retention 10% of Interim Payment Certificate
Limit of Retention Money 10% of Contract Price
Minimum amount of interim
certificates
KES 500,000
Time within which payment to be made
after Interim Payment Certificate
signed by Engineer
_______days
Time within which payment to be made
after Final Payment Certificate signed
by Engineer
_______days
Appointer of Arbitrator Chief Justice of The Republic of Kenya
Notice to Employer and Engineer The Kenya Pipeline Company Ltd,
Sekondi Rd, off Nanyuki Rd, Industrial Area
P. O. Box 73442 – 00200,
Nairobi, Kenya.
The Maintenance Manager
Kenya Pipeline Company Ltd,
Sekondi Rd, off Nanyuki Rd, Industrial Area
P. O. Box 73442 – 00200,
Nairobi,
Kenya.
Signature of Tenderer…………………………….… Date…………………………………
Page 69 of 78
Section : Confidential Business Questionnaire
Part 1 – General:
Business Name
Location of business premises
Plot No Street/Road
Postal Address Tel No
Fax E mail
Nature of Business
Registration Certificate Number
Maximum value of business which you can handle at any one time:
KES
Name of your bankers Branch
Part 2 (a) Sole Proprietor:
Your name in full Age
Nationality Country of origin
Citizenship details
Part 2 (b) Partnership:
Give details of partners as follows:
Name Nationality Citizenship Details Shares
1.
2.
3.
4.
Part 2 (c) Registered Company:
Private or Public
State the nominal and issued capital of company:
Nominal KES
Issued KES
Give details of partners as follows:
Name Nationality Citizenship Details* Shares
1.
2.
3.
4.
*If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or
registration.
Date Signature of Candidate
Section : Contract Form
THIS AGREEMENT made the _____ day of __________ 20_____ between Kenya Pipeline Company
of Kenya of the one part and………………………… [Name of Tenderer] of…………. [City and
country of Tenderer] (Hereinafter called “the Tenderer”) of the other part:
WHEREAS Kenya Pipeline Company invited tenders for SUPPLY, INSTALLATION, AND
COMMISSIONING OF 110VDC RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04
(MANYANI), AND PS06 (MAKINDU)) and has accepted a tender by the Tenderer for the supply of
those materials and spares in the sum of………………………………………………… [Contract price
in words and figures] (Hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSED AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the Tenderer;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) Kenya Pipeline Company’s Notification of Award.
3. In consideration of the payments to be made by Kenya Pipeline Company to the Tenderer as
hereinafter mentioned, the Tenderer hereby covenants with Kenya Pipeline Company to provide
the materials and spares and to remedy defects therein in conformity in all respects with the
provisions of the Contract
4. Kenya Pipeline Company hereby covenants to pay the Tenderer in consideration of the provision
of the materials and spares and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the times and in the manner
prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written.
Signed, sealed, delivered by ___________the ________ (for Kenya Pipeline Company)
Signed, sealed, delivered by ___________ the ________ (for the Tenderer)
In the presence of______________
Page 71 of 78
Section : Performance Security Form
To: Kenya Pipeline Company
WHEREAS ………………………………….….. [Name of Tenderer] (Hereinafter called “the
Tenderer”) has undertaken, in pursuance of Contract No.____________ [reference number of the
contract] dated ____________ 20_____ to SUPPLY, INSTALLATION, AND COMMISSIONING
OF 110VDC RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI), AND PS06
(MAKINDU)) (Hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Tenderer shall furnish you
with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with
the Tenderer’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Tenderer, up to a total of…………………………………………………………… [amount of the
guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring
the Tenderer to be in default under the Contract and without cavil or argument, any sum or sums within
the limits of…………………………………… [Amount of guarantee] as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until issue of a completion certificate .
Signature and seal of the Guarantors
[Name of bank or financial institution]
[Address]
[Date]
Page 72 of 78
Section P: Manufacturer’s Authorization
To Kenya Pipeline Company
WHEREAS ………………………………………………………… [name of the manufacturer] who are
established and reputable manufacturers of ………………….. [name and/or description of the goods]
having factories at ………………………………… [address of factory] do hereby authorize
………………………… [name and address of agent] to submit a tender, and subsequently negotiate
and sign the Contract with you against tender No. ………………………. [reference of the tender] for
the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the
goods offered for supply by the above firm against this Invitation for Tenders.
______________________________________________
[Signature for and on behalf of manufacturer]
Page 73 of 78
DECLARATION FORM
To: Date: ……………………..
The Managing Director,
Kenya Pipeline Company Ltd,
KenPipe Plaza
Sekondi Rd, off Nanyuki Rd, Industrial Area
P. O. Box 73442–00200
Nairobi, Kenya.
The tenderer i.e. (name and address)
………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………………
declare the following:
a) Has not been debarred from participating in public procurement.
b) Has not been convicted or involved in and will not be involved in corrupt and
fraudulent practices.
c) Has not been insolvent, in receivership, bankrupt or is not in the process of being
wound up and is not the subject of legal proceedings relating to the foregoing.
d) Is not guilty of any serious violation of fair employment Laws and practices.
……………………………………………………………………………………………
Name Signature Date
(To be signed by authorized representative and officially stamped)
Page 74 of 78
8.8 TENDER SECURING DECLARATION FORM
(to be submitted on the tenderer’s letterhead)
[The Bidder shall complete in this Form in accordance with the instructions indicated]
Tender REF No.: KPC/PU/003-OT/18-19
Tender name: SUPPLY, INSTALLATION, AND COMMISSIONING OF 110VDC
RECTIFIER CHARGERS FOR PS02 (SAMBURU), PS04 (MANYANI), AND PS06 (MAKINDU)
To:
The MANAGING DIRECTOR
Kenya Pipeline Company Ltd
Kenpipe Plaza
Off Nanyuki Road
Industrial Area
P.O Box 73442-00200
NAIROBI
We, the undersigned, declare that:
1. We understand that, according to your conditions, bids must be supported by a Bid-securing
Declaration.
2. We accept that we will automatically be suspended from being eligible for bidding in any
contract with KPC for the period of 2 years from the date of Notification of Award, if we are in
breach of our obligation(s) under the bid conditions, because we-
a) Have withdrawn our Bid during the period of bid validity specified by us in the Bidding Data
Sheet; or
b) Having been notified of the acceptance of our Bid by the Purchaser during the period of bid
validity,
i. Fail or refuse to execute the Contract, if required, or
ii. Fail or refuse to furnish the Performance security, in accordance with the ITT
3. We understand that this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of
i. Our receipt of a copy of your notification of the name of the successful Bidder; or
ii. Twenty-eight days after the expiration of our tender
4. We understand that if we are in a Joint Venture, the Bid Securing Declaration must be in the name of
the Joint Venture that submits the bid and the Joint Venture has not been legally constituted at the time
Page 75 of 78
of bidding, the Bid Securing Declaration shall be in the names of all future partners as named in the
letter of intent.
…………………………………………………………………………………..Name of Tenderer
(To be signed by authorized representative and officially stamped)
Page 76 of 78
SCHEDULE OF MATERIALS; -BASIC PRICES
(Ref: Clause 70 of Conditions of Contract)
No. Item Description Quantity Unit
Price
KES
Supply and
Installation
Period
Installation
Price
Total
Price
KES
1. Supply 2No. 110VDC
Rectifier Charger system
at PS02 (Samburu), PS04
(Mnyani), and PS06
(Makindu) in accordance
with specifications
3
2. Install, Test and
Commission 2No.
110VDC Rectifier
Charger system at PS02
(Samburu) and PS04
(Mnyani)
3
3. Allow for FAT for 3No
KPC representatives
Apart from factory
expenses, Cost of air
tickets, Local Travel, and
meals/accommodation,
and GOK rates shall be
reimbursable to KPC.
LS
4. Allow for Site Training
for 6No KPC
representatives.
LS
5. Itemised List of 2-years
operating spares (List
must be itemise and
individually costed)
LS
Total Price KES VAT Excl. VAT Total Price KES VAT Incl.
I certify that the above information is correct.
…………………………… ………………………… ……………………
(Title) (Signature) (Date)
The prices inserted above shall be those prevailing 30 days before the submission of Tenders and shall
be quoted in Kenya Shillings using the exchange rates specified in the Appendix to Form of Tender.
Page 77 of 78
Prices of imported materials to be quoted CIF Mombasa or Nairobi as appropriate depending on whether
materials are imported by the tenderer directly or through a local agent.
Transportation costs for imported materials to be quoted from Mombasa or Nairobi as appropriate to
_______________(Contract Site) depending on whether materials are imported directly by the tenderer
or through a local agent.
NOTE:
iv. * FAT Costs of airfare, accommodation and out-of-pocket expenses of at least 3 No KPC
representatives, shall be borne by KPC. The out-of-pocket expenses shall be as per the approved
latest government rates.
v. All Tenderers must bid for all items listed in the tables above. Any bid that leaves out any of the
items will be regarded as non-responsive as the tender will be incomplete.
vi. All prices given in foreign currency shall be converted to Kenya shillings based on the prevailing
Central Bank of Kenya figures for the evaluation of this tender. The Tenderer is to include any
costs that they envision to be necessary for the completion of the project.
Page 78 of 78
CERTIFICATE OF TENDERER’S VISIT TO SITE
This is to certify that
[Name/s]…………………………………………………………………… …………………………………………………………………………………
Being the authorized representative/Agent of [Name of Tenderer] …………………………………………………………………………………… ……………………………………………………………………………………
participated in the organized inspection visit of the site of the works for
the (Name of Contract: ……………………………………………………………)
……………………………………… day of………………………20……………
Signed……………………………………………………………………………… (Employer’s Representative)
………………………………………………………………………………………
NOTE: the certificate must be filled and provided on the date of tender opening.