SECTION - II BID DATA SHEET

Similar documents
PROCEDURE FOR INSPECTION OF ELECTRICAL INSTALLATIONS ABOVE 250KVA

THE KENYA POWER AND LIGHTING CO. LTD. SPECIFICATIONS for IMPULSE VOLTAGE TEST EQUIPMENT

001: 2007 CEB STANDARD

PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY

KENYA ELECTRICITY GENERATING COMPANY LTD

Certificate by the Architect: Certified that no addition and deletion has been made to the tender documents downloaded from the IIT Madras web site.

SPECIFICATION FOR SAFETY POLE SIGNS & ACCESSORIES

NATIONAL POWER TRAINING INSTITUTE (WR) (Ministry of Power, Govt. of India) NAGPUR TENDER DOCUMENT SUPPLY OF DRAWING TABLES AND STOOLS

INSTRUCTION FOR BIDDERS FOR PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE UPGRADATION OF A GOVERNMENT HOSPITAL IN KERALA

PROCUREMENT OF GOODS UNDER OPEN TENDER PROCEDURE

Request for Quotation (RFQ)

Section Meetings Section Material and Equipment. None Required

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

SECTION VI SCOPE OF WORK

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

Plant Client Contract Code Document ID Contract No. TECHNICAL SPECIFICATIONS DC SHUNT Rev 00 Page 1 of 2

DESIGN PRACTICE NOTE DESIGN/REVIEW REQUIREMENTS FOR TRACTION BONDING PLAN

SI.No Parameters CPRI Specification/Requirements To be Completed by the Bidder Guaranteed Technical

TECHNICAL SPECIFICATION OF LT SHACKLE BOLT (G. I. BOLT) WITH NUT AND SPRING WASHER

SECTION VI SCOPE OF WORK

The Corporation of the City of Nelson Office of the Finance and Purchasing Manager Telephone : (250) Fax : (250)

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

James W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.

A. Action Submittals: Written and graphic information that requires Architect's responsive action.

United Nations Development Programme

.2 Accompany all submissions with a transmittal letter, in duplicate, containing:.4 Specification Section number for each submittal

شركة كهرباء محافظة القدس المساهمة المحدودة JERUSALEM DISTRICT ELECTRICITY CO. LTD.

PROCUREMENT OF SERVO CONTROLLED VOLTAGE STABILIZER FOR STPI-NASIK

H.O-Civil- T&E E-3 /04/2011 / Date QUOTATION CALL NOTICE

ELECTRICAL NETWORKS SPECIFICATION TECHNICAL SPECIFICATION FOR A 230V/110V AND 400V/110V TRANSFORMER

ATTACHMENT - AESO FUNCTIONAL SPECIFICATION

TENDER COVER PAGE (CHECK LIST)

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

TECHNICAL SPECIFICATIONS FOR BOLT HEATING EQUIPMENT

A. Action Submittals: Written and graphic information that requires Engineer's responsive action.

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

012: 2015 CEB SPECIFICATION GALVANIZED STEEL WIRE (EXCEPT SHIELDING WIRE FOR TOWER LINE APPLICATION)

Procurement UNDP Sudan

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

The enclosed information is provided for consideration in the preparation of your response to the abovereferenced

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration

CITY OF WATERTOWN INVITATION TO BID PRINTING OF GENERAL OFFICE PAPER SUPPLIES WATERTOWN, WI. ADVERTISE: July 31 & August 7, 2015

SECTION SUBMITTAL PROCEDURES

NO. ONGC/EOA/KG-DWN-98/2 Cluster 2/ONSHORE/EOI/2016/ Date: EXPRESSION OF INTEREST (EOI)

SUB: EMPANELMENT OF CONSULTANCY AGENCIES FOR BUILDING PROJECTS/WORKS.

REQUEST FOR QUOTATION INVITATION

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

NOTICE INVITING TENDER Limited Tender on Single Bid Basis Milling Cutters. Tender Enquiry No: Due Date:

Answer: Qualification statement should be provided with the bid.

Working Drawing Manual

GUIDELINES FOR THE APPLICATION FOR A SPACE STATION CARRIER LICENCE. Section 1 - Introduction

Functional Specification Revision History

8 th April 2018 ADDENDUM NO. 1

Revision 24 of Issue 3 of the Grid Code has been approved by the Authority for implementation on 19 th November 2007.

INSTRUCTION FOR BIDDERS FOR

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

UCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL

NEBOSH INTERNATIONAL TECHNICAL CERTIFICATE IN OIL & GAS OPERATIONAL SAFETY BY DISTANCE LEARNING

STATEMENT OF WORK Environmental Assessment for the Red Cliffs/Long Valley Land Exchange in Washington County, Utah

RE: City of Summersville, Glade Creek Phase llb

SECTION A. RFI: Request from Contractor seeking interpretation, information, or clarification of the Contract Documents.

JANUARY. DATE ACTIVITY ORC Reference NOTES 1st day of January after election

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

East Central College

TENDER (OPEN & SHORT TERM TENDER OF 07 DAYS)

AGREEMENT on UnifiedPrinciples and Rules of Technical Regulation in the Republic of Belarus, Republic of Kazakhstan and the Russian Federation

TENDER (OPEN & SHORT TERM TENDER OF 07 DAYS)

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

INS Process Outline Requirements

TOURISM CORPORATION OF GUJARAT LIMITED

DEPARTMENT OF ARCHITECTURE

High Voltage Instrumentation Cables for the ITER Superconducting Magnet Systems

SPECIFICATIONS FOR TENDER # SUPPLY OF ONE WIRELESS CLOCK SYSTEM & ASSOCIATED COMPONENTS FOR WESTERN HEALTH

TENDER SPECIFICATION No.CESU/P&S/331/

ASSEMBLY TOOLS FOR SCREWS & NUTS. Part 1: Insulated hand operated socket drive wrenches and screw drivers

Ref No: HOlTaarangan/SMS/ /-1763 Date: 16 th Dec, 2013

JULY Standards are finally approved by the Standards High Council of Iranian Ministry of Petroleum.

SPECIAL PROVISION Description of Project, Scope of Contract and Sequence of Work

NATIONAL DOPE TESTING LABORATORY JAWAHARLAL NEHRU STADIUM, EAST GATE, LODHI ROAD, NEW DELHI

LICENCE. for WEB LINKS. Check if this document is current Find similar documents StandardsWatch (info and login) Visit our website

SATELLITE NETWORK NOTIFICATION AND COORDINATION REGULATIONS 2007 BR 94/2007

Unofficial Translation

LOCOMOTIVE ENGINEERING DEPTT.

SHARED TENANT SERVICE (STS) ARRANGEMENTS

(Non-legislative acts) DECISIONS

TECHNICAL SPECIFICATION

ELECTRICAL WORKS PART 1 - GENERAL 1.01 SCOPE OF WORK

VI 3 - i TABLE OF CONTENTS

SECTION SUBMITTAL PROCEDURES

To be completed by the Bidder. Sl.No. Parameters CPRI Specification / Requirements Qty

Australian/New Zealand Standard

ECP HV INSULATION TESTING

Item designation in electrotechnology

DIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS

GENERAL TECHNICAL SPECIFICATION (Turnkey Work)

Remotes Case 2&3 Form REINDEER Cases 2&3 -Connection Impact Assessment (CIA) Application

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

GURANTEED TECHNICAL PARTICULARS OF BACK CLAMP FOR LT CROSS ARM

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

Transcription:

SECTION - II BID DATA SHEET

Kenya Power and Lighting Company II - 1 Contract: A36 SECTION -II BID DATA SHEET The following bid-specific data for the plant and equipment to be procured shall amend and/or supplement the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in the ITB. Section II. Bid Data Sheet A. Introduction ITB 1.1 ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 ITB 2.2 ITB 4.1 (a) The number of the Invitation for Bids is : KP1/12A-2/PT/3/14/A35 The Employer is: THE KENYA POWER & LIGHTING COMPANY LTD. The name of the ICB is DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF 33KV GAS INSULATED SWITCHGEAR (GIS) AT KIPEVU. The identification number of the ICB is: KP1/12A-2/PT/3/14/A35 DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF 33KV GAS INSULATED SWITCHGEAR (GIS) AT KIPEVU. Source of funds: KPLC FUNDS The name of the Project is: KIPEVU GIS Payments shall be made by the Employer as per the Contract Terms of Payment The individuals or firms in a joint venture, consortium or association ARE jointly and severally liable. B. Bidding Document ITB 7.1 ITB 7.4 For clarification purposes only, the Employer s address is: Attention: Chief Manager, Projects Street Address: PO BOX 30099, Floor/Room number: 2nd FLOOR STIMA INVESTMENTS HOUSE MUSHEMBI, ROAD, PARKLANDS City: NAIROBI Code: 00100 Country: KENYA Telephone: 3644000, 3201000, Electronic mail address: smutwiri@kplc.co.ke A Pre-Bid meeting and site visit that are mandatory requirement of this tender will take place at the following date, time and place: Date: 11/06/2014 Time: 09.30am Place: Auditorium, Stima Plaza, Nairobi

Kenya Power and Lighting Company II - 2 Contract: A36 C. Preparation of Bids ITB 10.1 ITB 11.1 (h) Language of Bid is: English 1. Technical guarantee schedules and informative data (tables in section VI 4.3): The Technical Schedules shall be filled in and completed by the Bidder, and submitted with the Bid. In addition to the guarantee schedules, the bidder shall submit all documentation necessary to evaluate the equipment offered is in accordance with the Specification. 2. Functional Guarantees The bidder shall submit Functional Guarantees as specified in section III 3. Technical drawings to be submitted as part of the requirement of section IV, Technical proposal The Employer s drawings attached to the Bid Documents are of informative character. These drawings are intended to illustrate the basic requirements to be satisfied. It is the responsibility of the Contractor to prepare a detailed layout showing the manner in which the various items of equipment offered can be accommodated to best advantage within the available area. The Contractor is at liberty to offer arrangements based on significantly different principles where it is considered that these offer economic or technical advantages. It is emphasised, however, that the main Bid should comply with the principles shown in the enclosed drawings, other arrangements being submitted solely as alternatives to the main offer. The Bidder shall in his Bid enclose overall drawings showing dimensions, main working principles, internal components and fixing methods to a detail level allowing the Employer to evaluate the functionality and completeness of the plant and equipment. The following specific drawings shall be enclosed with the Bid: Single Line Diagram for each plant. Detailed SLD presentation showing all functions. Layout proposals for each plant Proposal for arrangement of the apparatus and machinery The bidder shall submit a detailed SCADA topology showing all the components including energy meters, communication protocols, IEDs, data concentrator, gateways, workstation and GPS. Building layout of substation control room showing panels arrangement

Kenya Power and Lighting Company II - 3 Contract: A36 Transformer drawings as detailed in section IV, bidding forms All major equipment Engineering Drawings 4. Eligibility and Conformity of Facilities 1. Bidders shall provide duly completed the following technical documents: 2. Quality Assurance a b a. All Technical Schedules with detailed information of offered materials and equipment, in which all required information, should be filled completely as specified in the Tender documents. b. Copies of Type Test Reports and technical documents (catalogue, brochure, drawings...) of each major item offered. Copies of Type Test Reports shall meet the following requirements: i. Type Test Reports shall be carried out by a laboratory independent from the manufacturer or with the witness of independent laboratory. Accreditation certificate for the testing laboratory shall be presented. ii. Results of type test shall have been conducted six (6) months prior to the date of tender submission. The bidder shall submit contact details (Title, email, and fax) of certifying laboratory. iii. Testing materials and equipment in Type Test Reports shall have the same code/ country / manufacturer and technical parameters as offered materials and equipment. Type tests of nonconforming materials/equipment shall not be accepted. iv. Type Test Reports shall include all items tested and results confirming that they meet the requirements of applied standards as stipulated in Tender Documents. The Bidder shall include in the Bid a documentation of the system with a list of current procedures, an organization chart of the quality organization and the name of the quality manager. He shall also submit a list of quality revisions performed in the last twelve months with a list of closed and unclosed findings as well as planned revisions during the coming twelve months as well as a list of findings. The documentation shall give special emphasizes on how subcontracts are included in the quality assurance system. Quality Control in design and installation (ISO9001:2008 certificate for construction of substations) The manufacturer of the major equipment is required to have been awarded a valid ISO 9001:2008 Certificate or equivalent Quality

Kenya Power and Lighting Company II - 4 Contract: A36 Assurance Certification. The Major equipment are i. Power transformers. ii. Instrument transformers iii. MV & HV switchgear iv. Substation Control System, v. Cables: in addition, quality control system based on regularly accelerated test of production samples according to CENELEC HD605 shall be described in the bidding form, schedule IV ITB 13.1 ITB 17.5 (a) & (d) ITB 17.7 ITB 18.1 ITB 19.1 ITB 20.1 3. Similar types of major equipment (see 2(b) above) to be supplied must have been installed and been in service for at least five (5) years outside the country of manufacture. 4. The manufacturer of the substation control system shall demonstrate that the proposed system meets the requirements of clauses 4.1.2 Section VI of the bidding documents. The system must have been in service for at least 5years. 5. The manufacturer for the Gas Insulated System shall demonstrate that the proposed system meets the requirements of clauses 4.5 Section VI of the bidding documents. The switchgear must have been in service for at least 10years 6. Manufacturer s letter of Authorisation for major equipment in 2(b) above Documents for Post qualification The Bid shall include documentary evidence of the bidder s qualifications, comprehensive enough to allow the Employer to carry out post-qualification as described in section III. Alternative bids are not permitted. Named place of final destination is: Kipevu- Mombasa County The prices quoted by the Bidder shall be: Fixed and Inclusive of all Taxes, levies including Railway Development Levy. The currency (ies) of the bid shall be as follows: In USD and Kenya Shillings (KES) ONLY. The bid validity period shall be 120 days. a) Bid shall include a bid security issued by AN ACCEPTABLE BANK to the employer and counter guaranteed by a reputable Kenyan bank as per the form of bid security included in section VII-Forms and procedures. Insurance bonds shall NOT be accepted.

Kenya Power and Lighting Company II - 5 Contract: A36 b) The amount of the bid security shall be; USD 106,000 (United States Dollar One hundred and six thousand only) or equivalent in Kenya Shillings or freely convertible currency, c) The bid security shall be valid for 28days beyond the original validity period of the bid of 120days (i.e not less than 148 days), or beyond any period of extension if required under ITB 19.2 ITB 21.1 In addition to the original of the bid, the number of copies is: 2 ITB 21.2 ITB 22.1 The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Copy of Power of Attorney to sign the bid AND shall form part of the bidding document. D. Submission and Opening of Bids Bidders do not have the option of submitting their bids electronically. ITB 23.1 For bid submission purposes only, the Employer s address is : ITB 26.1 Title DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF 33KV GAS INSULATED SWITCHGEAR (GIS) AT KIPEVU: KP1/12A- 2/PT/3/14/A35 -. Attention: The Company Secretary Street Address: Kolobot Road, Stima Plaza Floor/Room number: 7 th Floor City: Nairobi Code: 00100 Country: KENYA The deadline for bid submission is: Date: 24/07/2014 Time: 10.00a.m The bid opening shall take place at: Street Address: Floor/Room number: City : Country: Date:24/07/2014 Time: 10.30a.m STIMA PLAZA, KOLOBOT ROAD GROUND FLOOR- AUDITORIUM NAIROBI KENYA E. Evaluation, and Comparison of Bids ITB 33.1 The currency(ies) of the Bid shall be converted into a single currency as follows: Kenya shillings (KES) The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Kenya shillings (KES) The source of exchange rate shall be: CENTRAL BANK OF KENYA

Kenya Power and Lighting Company II - 6 Contract: A36 The conversation rate shall be: SELLING RATE. The date for the exchange rate shall be: Closing date of submission of bids.