219
Tender for rehabilitation of Masinga protection system 2016 Page 0 of 218 Kenya Electricity Generating Company Limited KGN-HYD-014-2016 TENDER FOR REHABILITATION OF PROTECTION EQUIPMENT FOR MASINGA HYDRO POWER STATION-KENYA Kenya Electricity Generating Company Ltd Stima Plaza, Kolobot Road, Parklands P.O BOX 47936, 00100 NAIROBI. Website: www.kengen.co.ke May, 2016:

KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Embed Size (px)

Citation preview

Page 1: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 0 of 218

Kenya Electricity Generating Company Limited

KGN-HYD-014-2016

TENDER FOR REHABILITATION OF PROTECTION EQUIPMENT FOR MASINGA

HYDRO POWER STATION-KENYA

Kenya Electricity Generating Company Ltd

Stima Plaza, Kolobot Road, Parklands

P.O BOX 47936, 00100

NAIROBI.

Website: www.kengen.co.ke

May, 2016:

Page 2: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 1 of 218

INVITATION FOR TENDERS

TENDER FOR REHABILITATION OF PROTECTION EQUIPMENT FOR MASINGA HYDRO POWER STATION INVITATION TO TENDER Kenya Electricity Generating Company Limited [KenGen] intends to replace the protection equipment for the two units at Masinga hydro power station. The Company invites sealed tenders from manufacturers and authorized suppliers for the design, manufacture, supply, delivery, installation and commissioning of protection equipment for Masinga hydro power station in Kenya. The specifications are detailed in the Tender Documents. Interested firms may obtain further information from:- Supply Chain Director, Kenya Electricity Generating Company Limited (KenGen) Ground Floor, Stima Plaza, Phase III Kolobot Road, Parklands, Tel: (254) (020) 3666000 Fax: (254) (020) 3666200 Email: [email protected] c.c: [email protected] [email protected] A complete set of Tender Documents may be purchased from the Supply Chain office Stima Plaza and upon payment of a non-refundable fee of one Thousand Kenya Shillings (Kshs.1,000/-) or equivalent in a freely convertible currency. This amount does not include postage or courier charges. Alternatively, the tender document can be downloaded free of charge from the company website and communicated to the Supply Chain office Stima Plaza for records. Tenderers are advised to be attentive to the information provided under the “Appendix to the instruction to tenderers” and the “Special conditions of contract Tenders must be addressed and delivered as indicated in the Tender Documents on or before 1400 hours on date 8th July 2016 at 10.00 a.m. and must be accompanied by a Tender Security of Kshs two Million (Kshs 2,000,000.00), or equivalent in a freely convertible currency. Site visit will commence on date 14th June 2016 at 10.00 a.m. at Masinga Hydro Power Station Tenders will be opened in the presence of tenderer’s representatives who choose to attend on 8th July 2016 at 10.30 a.m. at Stima Plaza III, Executive Committee Room, 7th Floor. The Company reserves the right to accept or reject any or all the tenders without the obligation to assign any reason for the decision. SUPPLY CHAIN DIRECTOR

Page 3: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 2 of 218

TABLE OF CONTENTS

INVITATION FOR TENDERS ........................................................................................................................................................................ I

SECTION I: INSTRUCTIONS TO TENDERERS ............................................................................................................................................ 2

A: GENERAL ............................................................................................................................................................................................. 2

1. Introduction ............................................................................................................................................................................. 2

2. Eligibility and qualification requirements ............................................................................................................................ 3

3. Goods’ Eligibility and Conformity to Tender Document ...................................................................................................... 5

4. Cost of tendering ..................................................................................................................................................................... 6

5. Site visit .................................................................................................................................................................................... 6

B: TENDER DOCUMENTS ...................................................................................................................................................................... 7

6. Contents of tender documents................................................................................................................................................ 7

7. Clarification of tender documents ......................................................................................................................................... 7

8. Amendment of Tender Documents ........................................................................................................................................ 8

C: PREPARATION OF TENDERS .............................................................................................................................................................. 8

9. Language of Tender ................................................................................................................................................................. 8

10. Documents Comprising the Tender .................................................................................................................................. 8

11. Tender Prices ....................................................................................................................................................................... 8

12. Currencies of Tender and Payment .................................................................................................................................. 9

13. Tender Validity ................................................................................................................................................................. 10

14. Tender Security ................................................................................................................................................................. 10

15. Alternative Offers ............................................................................................................................................................. 11

16. Pre-Tender Meeting (Not Applicable) ............................................................................................................................ 11

17. Format and Signing of Tenders ....................................................................................................................................... 11

D: SUBMISSION AND OPENING OF TENDERS ................................................................................................................................... 12

18. Sealing and Marking of Tenders ..................................................................................................................................... 12

19. Deadline for Submission of Tenders ............................................................................................................................... 12

20. Modification and Withdrawal of Tenders ..................................................................................................................... 13

21. Tender Submissions .......................................................................................................................................................... 13

22. Tender Opening ................................................................................................................................................................ 14

E: EVALUATION AND COMPARISON OF TENDERS .......................................................................................................................... 14

23. Evaluation Confidentiality ............................................................................................................................................... 14

24. Clarification Tenders ........................................................................................................................................................ 15

25. Preliminary examination of bids submissions ............................................................................................................... 15

26. Nonmaterial Nonconformities ......................................................................................................................................... 17

27. Correction of Errors ......................................................................................................................................................... 17

28. Conversion to Single Currency ....................................................................................................................................... 17

29. Evaluation of Tenders ....................................................................................................................................................... 18

30. Price Evaluation ................................................................................................................................................................ 18

31. Comparison of Bids .......................................................................................................................................................... 19

F: AWARD OF CONTRACT ................................................................................................................................................................... 20

32. Post-qualification ............................................................................................................................................................. 20

33. Award Criteria .................................................................................................................................................................. 20

34. Notification of Award....................................................................................................................................................... 20

Page 4: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 3 of 218

35. Performance Guarantee ................................................................................................................................................... 21

36. Advance Payment ............................................................................................................................................................. 21

37. Corrupt Fraudulent Practices .......................................................................................................................................... 21

SECTION II TENDER DATA SHEET ........................................................................................................................................................... 23

SECTION III: EVALUATION AND QUALIFICATION CRITERIA .............................................................................................................. 25

A: TECHNICAL EVALUATION .............................................................................................................................................................. 25

1. The qualification and experience of key personnel ........................................................................................................... 25

2. Subcontractors qualifications ............................................................................................................................................... 25

3. The experience of the firm: .................................................................................................................................................. 26

4. Deviations from specifications ............................................................................................................................................. 27

5. Litigation History ................................................................................................................................................................... 27

6. Project preliminary designs .................................................................................................................................................. 28

7. Implementation Plan/Method Statement ............................................................................................................................ 28

8. Compliance to technical specifications: .............................................................................................................................. 28

9. Delivery schedule .................................................................................................................................................................. 28

10. Spare parts and after sales service facilities ................................................................................................................... 29

11. Warranty ........................................................................................................................................................................... 29

12. Software and other necessary licenses ........................................................................................................................... 29

B: FINANCIAL EVALUATION ............................................................................................................................................................... 29

13. Financial Position: ............................................................................................................................................................. 29

14. Audited accounts for the last three (3) years: ................................................................................................................ 30

C: TENDER EVALUATION FORM ......................................................................................................................................................... 31

15. ..................................................................................................................................................................................................... 31

SECTION IV: CONDITIONS OF CONTRACT ........................................................................................................................................... 36

1.1. PART I – GENERAL CONDITIONS ......................................................................................................................................... 36

1.2. PART II – SPECIAL CONDITIONS .......................................................................................................................................... 36

Clause 1 ............................................................................................................................................................................................ 36

Clause 2 – The Employer ................................................................................................................................................................ 38

Clause 3 – The Employer’s Administration ................................................................................................................................... 39

Clause 4 – The Contractor .............................................................................................................................................................. 39

Clause 5 – Design ............................................................................................................................................................................ 40

Clause 6 – Staff and Labour ............................................................................................................................................................ 40

Clause 8 – Commencement, Delays and Suspension ................................................................................................................... 40

Clause 9 – Tests on Completion ..................................................................................................................................................... 41

Clause 10 – Employer’s Taking Over ............................................................................................................................................ 42

Clause 13 – Variations and Adjustments ...................................................................................................................................... 42

Clause 14 – Contract Price and Payment ...................................................................................................................................... 42

Clause 15 – Termination by Employer .......................................................................................................................................... 44

Clause 16 – Suspension and Termination by Contractor ............................................................................................................ 44

Clause 18 – Insurance .................................................................................................................................................................... 44

Clause 19 – Force Majeure ............................................................................................................................................................. 45

Clause 20 – Claims, Disputes and Arbitration .............................................................................................................................. 45

New Clause 21 Shipping Arrangements ....................................................................................................................................... 46

1.3. APPENDIX TO CONDITIONS OF CONTRACT ..................................................................................................................... 48

Page 5: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 4 of 218

SECTION V: SPECIFICATIONS .................................................................................................................................................................. 51

1 GENERAL INFORMATION AND REQUIREMENTS ........................................................................................................................ 51

1.1 INTRODUCTION ................................................................................................................................................................... 51

1.2 DEFINITIONS ......................................................................................................................................................................... 51

1.3 GENERAL SPECIFICATIONS INFORMATION ....................................................................................................................... 53

1.4 TENDER BID DOCUMENTATION BY TENDERER................................................................................................................ 53

1.5 SCOPE OF PROJECT ............................................................................................................................................................... 55

1.6 PROJECT WORK PROGRAM ................................................................................................................................................. 55

1.7 DOCUMENTATION AND DRAWINGS ................................................................................................................................ 56

1.7.1 General .............................................................................................................................................................................. 56

1.7.2 Drawings Requirements .................................................................................................................................................. 57

1.7.3 Drawings Approvals......................................................................................................................................................... 58

1.7.4 Technical Documentation ............................................................................................................................................... 59

1.7.5 Final Documentation ........................................................................................................................................................ 60

1.8 ENGINEERING SERVICES....................................................................................................................................................... 61

1.8.1 Studying Existing Systems ................................................................................................................................................ 61

1.8.2 Design ................................................................................................................................................................................ 62

1.9 MANUFACTURING AND SHIPMENT ................................................................................................................................... 62

1.9.1 Quality Assurance Plan: ................................................................................................................................................... 62

1.9.2 Places of Manufacture and Sub-Contractors ................................................................................................................. 62

1.9.3 Inspection and Testing ..................................................................................................................................................... 63

1.9.4 Packing, Transportation and Storage .............................................................................................................................. 65

1.10 INSTALLATION AND COMMISSIONING ............................................................................................................................ 66

1.10.1 Storage at Site ............................................................................................................................................................... 66

1.10.2 Erection, Site Testing and Commissioning ................................................................................................................ 67

1.10.3 Instruction/Training on Site for maintenance and test procedures ....................................................................... 68

1.10.4 Accommodation of Contractor's Personnel ............................................................................................................... 69

1.10.5 Health, environment and safety ................................................................................................................................. 69

1.11 MAINTENANCE EQUIPMENT& TOOLS ............................................................................................................................... 69

1.12 AFTER COMMISSIONING TRAINING .................................................................................................................................. 70

1.13 SPARES DURING THE 12 MONTHS WARRANTY PERIOD.................................................................................................. 71

1.14 WARRANTY............................................................................................................................................................................ 72

2 GENERAL TECHNICAL SPECIFICATIONS ...................................................................................................................................... 73

2.1 STANDARDS ........................................................................................................................................................................... 73

2.2 GENERAL REQUIREMENTS ................................................................................................................................................... 74

2.3 MATERIALS ............................................................................................................................................................................ 74

2.3.1 General .............................................................................................................................................................................. 74

2.3.2 Metals ................................................................................................................................................................................ 75

2.3.3 Electrical Equipment Materials ....................................................................................................................................... 75

2.3.4 Bolts, Studs, Nuts, Screws, Washers, etc ......................................................................................................................... 76

2.3.5 Panels Surface Treatment and Painting .......................................................................................................................... 76

2.3.7 Locking Devices and Padlocks ......................................................................................................................................... 77

2.3.8 Nameplates and signs ....................................................................................................................................................... 77

2.4 EQUIPMENT ........................................................................................................................................................................... 77

Page 6: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 5 of 218

2.4.1 Equipment Working Stress and Reliability..................................................................................................................... 77

2.4.2 Electrical Sockets .............................................................................................................................................................. 78

2.4.3 Degree of Protection ......................................................................................................................................................... 78

2.4.4 Panel Meters ...................................................................................................................................................................... 78

2.4.5 Indicating Lamps and Push Buttons ................................................................................................................................ 79

2.4.6 Fuses and Miniature Circuit Breakers ............................................................................................................................ 79

2.4.7 Relays and Contactors ...................................................................................................................................................... 80

2.4.8 Portable Computers .......................................................................................................................................................... 80

2.5 CONSTRUCTION AND INSTALLATION ............................................................................................................................... 81

2.5.1 Switchboards, Panels and Cabinets ................................................................................................................................. 81

2.5.2 Wiring within panels, switchboards and cabinets ........................................................................................................ 82

2.5.3 Phase arrangement ........................................................................................................................................................... 84

2.5.4 Terminal blocks ................................................................................................................................................................ 84

2.5.5 Cables and conductors ..................................................................................................................................................... 85

2.5.6 Cable Laying and Routing ................................................................................................................................................ 86

2.5.7 Labelling ............................................................................................................................................................................ 87

2.5.8 Auxiliary Supply ............................................................................................................................................................... 88

2.5.9 Earthing (Grounding) ...................................................................................................................................................... 88

2.6 SOFTWARE ............................................................................................................................................................................. 88

2.7 INTERFACING TO POWER PLANT SYSTEMS ....................................................................................................................... 89

2.7.1 Cabling and terminations ................................................................................................................................................ 89

2.7.2 Interfacing to Plant Control System ................................................................................................................................ 89

3 MASINGA POWER PLANT MAJOR EQUIPMENT DATA .............................................................................................................. 90

3.1 OVERVIEW ................................................................................................................................................................................ 90

3.2 GENERATOR NO.1 & NO.2 DATA ............................................................................................................................................... 90

3.3 GENERATOR TRANSFORMER NO.1 & NO.2 DATA ........................................................................................................................ 90

3.4 STATION TRANSFORMER NO.1 & NO.2 DATA ............................................................................................................................. 91

3.5 ALTERNATIVE SUPPLY TRANSFORMER DATA ................................................................................................................................. 91

3.6 OPERATING CONDITIONS ........................................................................................................................................................... 91

3.7 TEMPERATURE AND HUMIDITY ................................................................................................................................................... 91

4 PROTECTION SYSTEMS PARTICULAR TECHNICAL SPECIFICATION ......................................................................................... 92

4.1 INTRODUCTION ......................................................................................................................................................................... 92

4.2 SCOPE OF WORKS ................................................................................................................................................................. 92

4.3 EXISTING PROTECTION EQUIPMENT ................................................................................................................................. 94

4.3.1 Existing Generator Protection Scheme ........................................................................................................................... 94

4.3.2 Existing Generator Transformer Protection Scheme ..................................................................................................... 95

4.3.3 Existing Station Transformer Protection Scheme .......................................................................................................... 97

4.3.4 Existing Alternative supply Transformer Protection Scheme ....................................................................................... 98

4.3.5 Existing Emergency diesel generator Protection Scheme.............................................................................................. 99

4.3.1 Existing 415VAC bus section protection schemes ...................................................................................................... 100

4.3.1 Existing Station transformers Automatic tap changer control system ..................................................................... 100

4.4 DESCRIPTION OF THE REQUIRED PROTECTION SYSTEM ............................................................................................. 101

4.5 GENERAL PROTECTION SYSTEM SPECIFICATIONS ........................................................................................................ 103

4.5.4 Panels and wiring .......................................................................................................................................................... 103

Page 7: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 6 of 218

4.5.5 Auxiliary relays.............................................................................................................................................................. 104

4.5.6 Siren ................................................................................................................................................................................ 105

4.5.7 Lockout/trip Relays ....................................................................................................................................................... 105

4.5.8 Protection DC supply distribution board .................................................................................................................... 107

4.5.9 Trip circuit & coil supervision relays. .......................................................................................................................... 107

4.5.10 DC Supply supervision relay ................................................................................................................................... 107

4.5.11 Instrument transformers .......................................................................................................................................... 107

4.5.12 Drawings ................................................................................................................................................................... 108

4.5.13 Operating and Maintenance Instructions .............................................................................................................. 108

4.6 NUMERICAL PROTECTION RELAYS SPECIFICATIONS .................................................................................................... 109

4.6.1 General Specifications ................................................................................................................................................... 109

4.6.2 Principal Technical Specifications for all Numerical Relays ..................................................................................... 110

4.6.3 Generator Protection Numerical Relays Specifications .............................................................................................. 116

4.6.4 Generator Transformer Protection Numerical Relays Specifications ....................................................................... 118

4.6.5 Station Load supplies & LV bus bar Protection Numerical Relays Specifications .................................................... 119

4.7 PROTECTION SCHEME REQUIREMENTS ......................................................................................................................... 120

4.7.1 General ........................................................................................................................................................................... 120

4.7.2 Generator Protection Schemes: .................................................................................................................................... 121

4.7.3 Generator Transformer Protection Schemes: .............................................................................................................. 123

4.7.4 Station Transformer Protection Schemes: ................................................................................................................... 126

4.7.5 Alternative Supply Transformer Protection Scheme .................................................................................................. 129

4.7.6 Emergency Diesel Generator (EDG) Protection Scheme ............................................................................................ 130

4.7.7 415 VAC Bus Bar Protection Schemes: ........................................................................................................................ 132

4.7.8 Tripping Matrix ............................................................................................................................................................. 135

4.8 SCADA INTERFACE SYSTEM .............................................................................................................................................. 136

4.9 STATION TRANSFORMERS 1& 2 REMOTE TAP CHANGER CONTROL SCHEME ........................................................... 141

4.10 INSPECTION AND TESTING ............................................................................................................................................... 143

4.10.2 Type Test .................................................................................................................................................................... 143

4.10.3 Factory Acceptance Tests ......................................................................................................................................... 144

4.10.4 Site Tests .................................................................................................................................................................... 144

4.11 TEST EQUIPMENT ............................................................................................................................................................... 145

4.12 PROTECTION SYSTEM SPARE PARTS ................................................................................................................................ 146

5 DRAWINGS ................................................................................................................................................................................... 147

6 TECHNICAL SCHEDULES ............................................................................................................................................................. 148

6.1 INTRODUCTION ................................................................................................................................................................ 148

6.2 GENERAL SPECIFICATIONS REQUIREMENTS ................................................................................................................................ 149

6.3 GENERAL & PARTICULAR TECHNICAL REQUIREMENTS ................................................................................................................ 150

SECTION VI: PRICE SCHEDULES ........................................................................................................................................................... 173

SECTION VII: BIDDING FORMS ............................................................................................................................................................ 175

INTRODUCTION ............................................................................................................................................................................... 175

FORM OF TENDER ............................................................................................................................................................................. 176

TENDER SECURITY FORM................................................................................................................................................................. 179

FORM OF AGREEMENT ......................................................................................................................... ERROR! BOOKMARK NOT DEFINED.

PERFORMANCE SECURITY ............................................................................................................................................................... 183

Page 8: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 7 of 218

BANK GUARANTEE FOR ADVANCE PAYMENT ............................................................................................................................... 185

MANUFACTURER’S AUTHORIZATION FORM ................................................................................................................................ 187

TENDER QUESTIONNAIRE ................................................................................................................................................................ 188

CONFIDENTIAL BUSINESS QUESTIONNAIRE ..................................................................................... ERROR! BOOKMARK NOT DEFINED.

FIRM’S GENERAL EXPERIENCE RECORD -TURN OVER .................................................................................................................. 193

JOINT VENTURE SUMMARY ............................................................................................................................................................ 194

PARTICULAR EXPERIENCE RECORD OF THE FIRM ......................................................................................................................... 196

DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY [FORM 3A] ..................................................................... 197

KEY PERSONNEL CAPABILITIES ........................................................................................................................................................ 200

CVS OF KEY PERSONNEL [FORM 5A] ................................................................................................................................................. 201

SCHEDULE OF SIMILAR COMPLETED WORKS ............................................................................................................................... 203

SCHEDULE OF ONGOING PROJECTS ............................................................................................................................................... 205

DEVIATION FROM TECHNICAL SPECIFICATIONS ......................................................................................................................... 207

PROTECTION EQUIPMENT PERFORMANCE AND EXPERIENCE DETAIL ...................................................................................... 207

LITIGATION HISTORY ....................................................................................................................................................................... 209

OTHER SUPPLEMENTARY INFORMATION ..................................................................................................................................... 211

Page 9: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 1 of 218

BIDDING INSTRUCTIONS AND PROCEDURES

Page 10: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 2 of 218

SECTION I: INSTRUCTIONS TO TENDERERS

The tenderer must comply with the following conditions and instructions and failure to do so will result

in rejection of the tender.

A: GENERAL

1. Introduction

1.1. Definitions

(a) Tenderer or bidder 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) “Contractor” means the tenderer/bidder who is approved by the Employer and has

been awarded the contract.

(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 or client means Kenya Electricity Generating Company Limited

1.2. Scope of Contract

The scope covers the detailed design, manufacture, supply, factory acceptance tests, delivery,

installation, training and commissioning of protection equipment for Masinga hydro power

station as described in the Technical Specification hereafter, on a fixed price contract basis.

1.3. Source of funds:

KenGen proposes to finance the Project from its own funds.

1.4. Correspondence

1.4.1. All correspondences shall be addressed to the Supply Chain Director through the

address indicated

1.4.2. All pre-tender and post-tender Technical matters shall be addressed to the Technical

Services Manager, through the following address:-

Technical Services Manager

Kenya Electricity Generating Company ltd

P.O. BOX 47936-00100

NAIROBI, KENYA

E-mail: [email protected]

cc: [email protected]

[email protected]

[email protected]

Page 11: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 3 of 218

2. Eligibility and qualification requirements

2.1. This invitation to tender is open to all tenderers who are manufacturers or authorized

suppliers of the systems tendered for.

2.2. To be eligible for award of Contract, the tenderer shall provide evidence satisfactory to the

Employer of their eligibility and of their capability and adequacy of resources to effectively

carry out the subject Contract. To this end, the tenderer shall be required to submit the

following information:-

2.2.1. Details of experience and past performance of the tenderer on the works of a similar

nature within the past ten years and details of current work on hand and other

contractual commitments.

2.2.2. The qualifications and experience of key personnel proposed for administration and

execution of the contract, both on and off site.

2.2.3. Major items of construction plant and equipment proposed for use in carrying out

the Contract. Only reliable plant in good working order and suitable for the work

required of it shall be shown on this schedule. The tenderer will also indicate on this

schedule when each item will be available on the Works. Included also should be a

schedule of plant, equipment and material to be imported for the purpose of the

Contract, giving details of make, type, origin and CIF value as appropriate.

2.2.4. Details of sub-contractors to whom it is proposed to sublet any portion of the Contract

and for whom authority will be requested for such subletting in accordance with

clause 4 of the Conditions of Contract.

2.2.5. 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.

2.2.6. Details of any current litigation or arbitration proceedings in which the Tenderer is

involved as one of the parties.

2.2.7. A proof in form of certificate, from the original manufacturer of the system giving

authority to the tender to resell and install, commission, offer guaranties over the

system.

2.2.8. Proof that the tenderer has the financial, technical, and production capability

necessary to perform the contract

2.2.9. In the case of a Tenderer not doing business within Kenya, documentary

evidence/contracts of Tenderer’s local agent in Kenya equipped, and able to carry out

the Tenderer’s maintenance, repair, and spare parts-stocking obligations prescribed

in the Conditions of Contract and/or Technical Specifications.

2.3. Tenders submitted by a joint venture of two or more firms as partners shall comply with the

following requirements:-

2.3.1. 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.

Page 12: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 4 of 218

2.3.2. 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.

2.3.3. 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.

2.3.4. 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).

2.3.5. A copy of the agreement entered into by the joint venture partners shall be submitted

with the tender.

2.4. National (Kenyan firms) Tenderers shall satisfy all relevant licensing and/or registration with

the appropriate statutory bodies in Kenya, such as the Ministry of Public Works, National

Construction Authority or the Energy Regulatory Commission.

2.5. A Tenderer shall not have a conflict of interest. All Tenderers found to have a conflict of

interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with

one or more parties in this Tendering process, if they:

2.5.1. Are associated or have been associated in the past directly or indirectly with

employees or agents of the Procuring Entity or a member of a board or committee of

the Procuring Entity;

2.5.2. Are associated or have been associated in the past, directly or indirectly with a firm

or any of its affiliates which have been engaged by the Procuring Entity to provide

consulting services for the preparation of the design, specifications and other

documents to be used for the procurement of the works under this Invitation for

Tenders;

2.5.3. Have controlling shareholders in common; or

2.5.4. Receive or have received any direct or indirect subsidy from any of them; or

2.5.5. Have the same legal representative for purposes of this Tender; or

2.5.6. Have a relationship with each other, directly or through common third parties, that

puts them in a position to have access to information about or influence on the Tender

of another Tenderer, or influence the decisions of the Procuring Entity regarding this

Tendering process; or

2.5.7. Submit more than one Tender in this Tendering process. However, this does not limit

the participation of subcontractors in more than one Tender, or as Tenderer and

subcontractor simultaneously.

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

issued by the Government of Kenya as elaborated in clause 37 of ITT and general conditions

of contract.

2.7. Government owned enterprises in Kenya may participate only if they are legally and

financially autonomous, if they operate under commercial law, are registered by the relevant

registration board or authorities and if they are not a dependent agency of the Government.

2.8. Tender participation in the tendering process:

Page 13: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 5 of 218

2.8.1. A firm shall submit only one Tender, in the same Tendering process, either

individually as a Tenderer or as a partner in a joint venture pursuant to ITT Clause

2.3.

2.8.2. No firm can be a subcontractor while submitting a Tender individually or as a partner

of a joint venture in the same Tendering process.

2.8.3. A firm, if acting in the capacity of subcontractor in any Tender, may participate in

more than one Tender but only in that capacity.

2.8.4. A Tenderer who submits or participates in more than one Tender (other than as a

subcontractor or in cases of alternatives that have been permitted or requested) will

cause all the Tenders in which the Tenderer has participated to be disqualified.

3. Goods’ Eligibility and Conformity to Tender Document

3.1. The tenderer shall furnish, as part of its tender, documents establishing the eligibility and

conformity to the tender documents of all goods which the tenderer proposes to supply under

the contract.

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

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

of origin issued at the time of shipment.

3.3. The documentary evidence of conformity of the goods to the tender documents may be in the

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

3.3.1. a detailed description of the essential technical and performance characteristics of the

goods;

3.3.2. a list giving full particulars, including available sources and current prices of spare

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

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

by the Procuring entity;

3.3.3. The Precise Standard, complete with identification number, to which the various

equipment and materials are manufactured and Tested and

3.3.4. A clause-by-clause commentary on the Procuring entity’s Technical Specifications

demonstrating substantial responsiveness of the goods and services to those

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

Technical Specifications.

3.4. For purposes of the commentary to be furnished pursuant to paragraph 3.3.4 above, the

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

references to brand names or catalogue numbers designated by the Procurement entity in its

Technical Specifications, are intended to be descriptive only and not restrictive. The tenderer

may substitute alternative standards, brand names, and/or catalogue numbers in its tender,

provided that it demonstrates to the employer’s satisfaction that the substitutions ensure

substantial equivalence to those designated in the Technical Specifications.

Page 14: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 6 of 218

4. Cost of tendering

4.1. 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.

5. Site visit

5.1. The tenderer shall visit and examine the Site and its surroundings and obtain for themselves

on their 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.

5.2. The tenderer and any of his personnel or agents will be granted permission by the Employer

to enter premises and lands for the purpose of such inspection, but only upon the express

condition that the tenderer, his personnel or agents, will release and indemnify the Employer

from and 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.

5.3. Site visit shall be on the date indicated on the tender advert and prior, tenderers shall contact

the employer representative to agree on the site visit arrangements.

5.4. The bidder shall visit the site and get acquainted with the actual requirements of site prior to

quoting rates. No claims for inadequate description of the scope shall be entertained at a later

date.

5.5. During the site visit:

(a) A representative of the Employer will be available to meet the intending

tenderers at the Site.

(b) Tenderers must provide their own transport and accommodation where

necessary.

(c) Each tenderer shall complete the Certificate of tenderer’s Visit to the Site,

whether they in fact visits the Site at the time of the organized site visit

or by themselves at some other time earlier than 14 days prior to the

deadline for the submission of tenders.

5.6. Tenderer is advised to send qualified & experienced technical representatives to observe all

requirements on site in order to come up with a working proposal for the works

5.7. Site visit is mandatory and those tenderers who will not visit the site, their offers shall be

considered non-responsive during the tender evaluation phase.

Page 15: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 7 of 218

B: TENDER DOCUMENTS

6. Contents of tender documents

6.1. The Tender documents comprise the documents listed here below and should be read

together with any Addenda issued in accordance with Clause 8 of these instructions to

tenderers.

(a) Form of Invitation for Tenders

(b) Instructions to Tenderers

(c) Form of Tender

(d) Bill of Quantity – Price Schedules

(e) Tender Security form

(f) Performance Security form

(g) Contract form

(h) Advance payment Bank Guarantee form

(i) Schedules of Supplementary Information

(j) General Conditions of Contract – Part I

(k) Special Conditions of Contract – Part II

(l) Mandatory business questionnaire

(m) Manufacturer authorization form

(n) Specifications

(o) Technical Schedules

(p) CCCDrawings (to be issued during the site visit)

6.2. The tenderer is expected to examine carefully all instructions, conditions, forms, terms,

specifications, technical schedules and drawings/pictures in the tender documents. Failure

to comply with the requirements for tender submission will be at the tenderer’s own risk.

Pursuant to clause 25 of Instructions to Tenderers, tenders which are not substantially

responsive to the requirements of the tender documents will be rejected.

6.3. 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”.

7. Clarification of tender documents

7.1. A prospective tenderer requiring any clarification of the tender documents may notify the

Employer in writing or by e-mail or facsimile at the Employer’s mailing address indicated in

the Invitation to Tender. The Employer will respond in writing to any request for clarification

which 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

Page 16: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 8 of 218

source of the inquiry) will be sent to all prospective tenderers who have purchased the tender

documents.

8. Amendment of Tender Documents

8.1. 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.

8.2. Any Addendum will be notified in writing or by email or facsimile to all prospective tenderers

who have purchased the tender documents and will be binding upon them.

8.3. If during the period of tendering, any circular letters (tender notices) shall be issued to

tenderers by, or on behalf of, the Employer setting forth the interpretation to be placed on a

part of the tender documents or to make any change in them, such circular letters will form

part of the tender documents and it will be assumed that the tenderer has taken account of

them in preparing his tender. The tenderer must promptly acknowledge any circular letters

he may receive.

8.4. In order to allow prospective tenderers reasonable time in which to take the Addendum into

account in preparing their tenders, the Employer may, at his discretion, extend the deadline

for the submission of tenders.

C: PREPARATION OF TENDERS

9. Language of Tender

9.1. 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 ONLY. Any

document or correspondence written in any other language will be disregarded by the

employer and will be considered not to have been submitted by the tenderer. For the purpose

of interpretation of the tender, the English language shall prevail.

10. Documents Comprising the Tender

10.1. The tender to be prepared by the tenderer shall comprise: the Form of Tender and Appendix

thereto, a Tender Security, the Priced Bills of Quantities and Schedules, the information on

eligibility and qualification, the Technical Details of offered equipment, and any other

materials required to be completed and submitted in accordance with the Instructions to

Tenderers embodied in these tender documents. The Forms, Bills of Quantities and Schedules

provided in the tender documents shall be used without exception [subject to extensions of

the schedules in the same format and to the provisions of clause 14.2 regarding the alternative

forms of Tender Security].

11. Tender Prices

11.1. 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

Page 17: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 9 of 218

errors made by the tenderer in which case the erasures and interlineations shall be initialled

by the person or persons signing the tender.

11.2. Price or rates insertion:

11.2.1. 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.

11.2.2. 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, taxes, liabilities and obligations set forth or

implied in the documents on which the tender is based.

11.2.3. 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.

11.2.4. Every rate entered in the Bills of Quantities, whether or not such rate is associated

with a quantity, shall form part of the Contract. The Employer shall have the right to

call for any item of work contained in the Bills of Quantities, and such items of work

to be paid for at the rate entered by the tenderer and it is the intention of the Employer

to take full advantage of unbalanced low rates.

11.3. The tenderer shall furnish with his tender written confirmation from his suppliers or

manufacturers of unit rates for the supply of items listed in the Conditions of Contract clause

47 where appropriate.

11.4. The rates and prices quoted by the tenderer are subject to adjustment during the performance

of the Contract only in accordance with the provisions of the Conditions of Contract. The

tenderer shall complete the schedule of basic rates and shall submit with his tender such other

supporting information as required under clause 47 of the Conditions of Contract Part II.

11.5. All duties, taxes and other levies payable by the Contractor under the Contract, or for any

other cause, as of the date 15 days prior to the deadline for submission of Tenders, shall be

included in the rates, prices and total Tender price submitted by the Tenderer. Bidder shall

familiarise himself with Kenyan tax laws before inserting the prices. For ease of charging

withholding taxes the bidder shall itemize all items that are charged withholding taxes and

indicate the tax.

12. Currencies of Tender and Payment

12.1. Prices shall be quoted in freely convertible currencies

12.2. For goods that the tenderer will supply from within Kenya, the prices shall be quoted in Kenya

shillings; and

12.3. For goods that the tenderer will supply from outside Kenya, the prices shall be quoted in US

dollars or Euros or in another freely convertible currency.

12.4. 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

Page 18: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 10 of 218

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.

13. Tender Validity

13.1. The tender shall remain valid and open for acceptance for a period of one hundred and twenty

(120) days from the specified date of tender opening or from the extended date of tender

opening (in accordance with clause 8.4 here above) whichever is the later.

13.2. In exceptional circumstances prior to expiry of the original tender validity period, the

Employer may request the tenderer for a specified extension of the period of validity. The

request and the responses thereto shall be made in writing or by cable, telex or facsimile. A

tenderer may refuse the request without forfeiting his Tender Security. A tenderer agreeing

to the request will not be required nor permitted to modify his tender, but will be required to

extend the validity of his Tender Security correspondingly.

14. Tender Security

14.1. Tenderer shall furnish as part of its Tender, a Tender Security in original form and in the

amount and currency specified in the Tender Data Sheet.

14.2. The Tender Security shall be in one of the following forms:

14.2.1. Cash;

14.2.2. A Bank Guarantee or ;

14.2.3. An irrevocable letter of credit issued by a reputable bank

14.3. The unconditional Tender Security shall be denominated in Kenya Shillings or in another

freely convertible currency, and shall be in the form of a bank guarantee or a bank draft

issued by a reputable bank in Kenya or abroad in the form provided in the tender document

or in another form acceptable to Kenya Electricity Generating Company.

14.4. The Tender Security shall be valid for thirty (30) days beyond the tender validity period.

14.5. Any tender not accompanied by an acceptable Tender Security will be rejected by the

Employer as non-responsive.

14.6. The Tender Security of unsuccessful tenderers will be returned as promptly as possible as but

not later than thirty (30) days after concluding the Contract execution and after a

Performance Security has been furnished by the successful tenderer. The Tender Security of

the successful tenderer will be returned upon the tenderer executing the Contract and

furnishing the required Performance Security.

14.7. The Tender Security may be forfeited:

(a) if a tenderer withdraws his tender during the period of tender validity:

or

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

(i) to sign the Agreement, or

Page 19: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 11 of 218

(ii) to furnish the necessary Performance Security

(c) if a tenderer does not accept the correction of his tender price pursuant

to clause 27.

15. Alternative Offers

15.1. The tenderer shall also submit an offer, which complies fully with the requirements of the

tender documents.

15.2. The tenderer shall not attach any conditions of his own to the alternative 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.

15.3. Any tenderer who fails to comply with this clause will be disqualified.

16. Pre-Tender Meeting (Not Applicable)

16.1. The tenderer’s designated representative is invited to attend a pre-tender meeting, which if

convened, will take place at the venue and time stated in the Invitation to Tender. The purpose

of the meeting will be to clarify issues and to answer questions on any matter that may be

raised at that stage.

16.2. The tenderer is requested as far as possible to submit any questions in writing, to reach the

Employer not later than seven days before the meeting. It may not be practicable at the

meeting to answer questions received late, but questions and responses will be transmitted in

accordance with the following:

16.3. 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 8 and not

through the minutes of the pre-tender meeting.

16.4. Nonattendance at the pre-tender meeting will not be cause for disqualification of a tenderer.

17. Format and Signing of Tenders

17.1. The tenderer shall prepare his tender as outlined in clause 10 above and mark appropriately

one set “ORIGINAL” and the other “COPY”. The tenderer shall supply One ORIGINAL and

Two COPIES.

17.2. The copy of the tender and Bills of Quantities shall be typed or written in indelible ink and

shall be signed by a person or persons duly authorized to sign on behalf of the tenderer. Proof

of authorization shall be furnished as specified in the Tender Data Sheet in the form of written

power of attorney which shall accompany the tender. .

Page 20: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 12 of 218

17.3. The name and position held by each person signing the authorization must be typed or printed

below the signature. All pages of the Tender, except for un-amended printed literature, shall

be initialled by the person or persons signing the Tender

17.4. 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

initialled by the person of persons signing the tender.

D: SUBMISSION AND OPENING OF TENDERS

18. Sealing and Marking of Tenders

18.1. 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. The tender shall supply One ORIGINAL and two COPIES.

18.2. The inner and outer envelopes shall be addressed to the Employer at the address stated in the

Tender data sheet and bear the name and identification of the Contract stated in the tender

data sheet with a warning not to open before the date and time for opening of tenders stated

in the tender data sheet

18.3. The inner envelopes shall each indicate the name and address of the tenderer to enable the

tender to be returned unopened in case it is declared “late”, while the outer envelope shall

bear no mark indicating the identity of the tenderer.

18.4. If the outer envelope is not sealed and marked as instructed above, the Employer will assume

no responsibility for the misplacement or premature opening of the tender. A tender opened

prematurely for this cause will be rejected by the Employer and returned to the tenderer.

19. Deadline for Submission of Tenders

19.1. Tenders must be received by the Employer at the address specified in clause 18.2 and on the

date and time specified in the Letter of Invitation, subject to the provisions of clause 8.4, 19.2

and 19.3.

19.2. Tenders delivered by hand must be in the office of the Employer before the deadline for Tender

submission.

19.3. 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.

19.4. 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.

19.5. Any tender received by the Employer after the prescribed deadline for submission of tender

will be returned unopened to the tenderer.

Page 21: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 13 of 218

20. Modification and Withdrawal of Tenders

20.1. 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 the

prescribed deadline for submission of tenders.

20.2. 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.

20.3. No tender may be modified subsequent to the deadline for submission of tenders.

20.4. No tender may be withdrawn in the interval between the deadline for submission of tenders

and the period of tender validity specified on the tender form. Withdrawal of a tender during

this interval will result in the forfeiture of the Tender Security.

20.5. Subsequent to the expiration of the period of tender validity prescribed by the Employer, and

the tenderer having not been notified by the Employer of the award of the Contract or the

tenderer does not intend to conform with the request of the Employer to extend the prior of

tender validity, the tenderer may withdraw his tender without risk of forfeiture of the Tender

Security.

21. Tender Submissions

21.1. The following must be included in the Tender Submission:-

(a) Form of tender

(b) Tender Security

(c) Certificate of incorporation

(d) Manufacturer’s authorisation for all equipment to be supplied.

(e) Tender questionnaire duly completed.

(f) Confidential business questionnaire duly completed

(g) Power of Attorney in case of Joint Ventures

(h) CVs of key personnel.

(i) Firms experience on protection schemes projects installation and

commissioning over the last ten (10) years. This shall be supported with

letters from firms where similar projects have been executed

successfully.

(j) Audited accounts for the last three years

(k) Proof of purchase of tender documents

(l) Joint Venture agreement where applicable

(m) Details of subcontractors

(n) Schedule of ongoing works.

(o) Deviations schedule

(p) Protection equipment performance and experience detail form

(q) Technical schedules duly completed

Page 22: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 14 of 218

(r) Method statement on how works will be executed

(s) Contractors implementation programme

(t) All information showing compliance to specifications

(u) Type test reports of proposed equipment

(v) Detailed solution including schematics for protection scheme

(w) Price Schedules duly completed for main or alternative offers.

(x) Tenderer’s technical capability

(y) Warranty

(z) NCA & ERC registration certificates for Kenyan firms (including

subcontractors)

22. Tender Opening

22.1. 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.

22.2. Tenders for which an acceptable notice of withdrawal has been submitted, pursuant to clause

20, will not be opened.

22.3. 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 Security and such other details as the Employer, at his discretion, may consider

appropriate. No tender shall be rejected at the tender opening except for late tenders.

22.4. The Employer shall prepare minutes of the tender opening including the information disclosed

to those present.

22.5. Tenders not opened and read out at tender opening shall not be considered further for

evaluation, irrespective of the circumstances.

E: EVALUATION AND COMPARISON OF TENDERS

23. Evaluation Confidentiality

23.1. 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.

23.2. 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 offer.

Page 23: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 15 of 218

24. Clarification Tenders

24.1. To assist in the examination, evaluation and comparison of tenders, the Employer may ask

tenderers individually for clarification of their tenders, including breakdown of unit prices.

The request for clarification and the response shall be in writing or by cable, facsimile, e-mail

or telex, but no 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.

24.2. 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.

25. Preliminary examination of bids submissions

25.1. Prior to the detailed evaluation of tenders, the Employer shall carry out a preliminary

investigation to determine authenticity and completeness of the submissions to enable detailed

assessment for responsiveness. This examination shall be based on the following submitted

documents.

(a) Forms of tender[Main or Alternative]

(b) Tender Security

(c) Manufacturer’s authorisation for authorised suppliers.

(d) Tender questionnaire duly completed.

(e) Certificate of incorporation

(f) Price schedules

(g) Confidential business questionnaire duly completed

(h) CV’s of key personnel.

(i) Subcontractors qualifications

(j) Audited accounts for the last three years

(k) Proof of purchase of tender documents

(l) Power of Attorney in case of Joint Ventures

(m) Joint Venture agreement where applicable

(n) Evidence of site visit

(o) Dully filled technical schedules

(p) Firms experience on protection schemes projects installation and

commissioning over the last ten (10) years

(q) NCA & ERC registration certificates for Kenyan firms

(r) Warranty

25.2. The Employer will examine the tenders to determine whether they are complete, whether any

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

Page 24: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 16 of 218

whether the documents have been properly signed, and whether the tenders are generally in

order.

25.3. During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the

Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the Bidding

Document; and

(c) “Omission” is the failure to submit part or all of the information or

documentation required in the Bidding

25.4. A substantially responsive bid is one that meets the requirements of the Bidding Document

without material deviation, reservation, or omission. A tender with material deviation,

reservation, or omission is one that, if accepted, would:

(a) affect in any substantial way the scope, quality, or performance of the

Plant and Installation Services specified in the Contract; or

(b) Limit in any substantial way, inconsistent with the Bidding Document,

the Employer’s rights or the Tenderer’s obligations under the proposed

Contract; or

(c) if rectified, would unfairly affect the competitive position of other

Tenderers presenting substantially responsive bids.

25.5. Tender shall be considered non responsive and no further evaluation will be carried if:

25.5.1. any of the documents in clause 25.1 is not submitted

25.5.2. Any documents required to be filled e.g. technical schedules, confidential

questionnaires etc. are partially or not filled,

25.5.3. information is missing, or is not provided in accordance with the Instructions to

Tenderers.

25.6. 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.

25.7. Prior to the detailed evaluation, pursuant to clause 26, the employer will determine the

substantial responsiveness of each tender to the tender documents. For purposes of these

paragraphs, a substantially responsive tender is one which conforms to all the terms and

conditions of the tender documents without material deviations. The employer’s

determination of a tenderer’s responsiveness is to be based on the contents of the tender itself

without recourse to extrinsic evidence.

25.8. 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.

25.9. The evaluation shall be carried out in three phases comprising compliance to preliminary or

general requirements, compliance to technical specifications and financial evaluation.

Tenderers deemed to be non-compliant to preliminary or general requirements shall be

Page 25: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 17 of 218

disqualified henceforth and their bid not subjected to the second phase of evaluation of

compliance to Technical Specifications. Similarly, tenderers whose bids shall be deemed to be

non-compliant to Technical Specifications shall be disqualified at that stage and their bids not

subjected to the final phase of financial evaluation. Bids established to be compliant to both

Preliminary or General Requirements shall be subjected to financial evaluation and tender

awarded to the lowest evaluated bidder.

26. Nonmaterial Nonconformities

26.1. Provided that a bid is substantially responsive, the Employer may waive any nonconformity

in the bid that does not constitute a material deviation, reservation or omission.

26.2. Provided that a bid is substantially responsive, the Employer may request that the Tenderer

submit the necessary information or documentation, within a reasonable period of time, to

rectify nonmaterial nonconformities in the bid related to documentation requirements.

Requesting information or documentation on such nonconformities shall not be related to any

aspect of the price of the bid. Failure of the Tenderer to comply with the request may result in

the rejection of its bid.

26.3. Provided that a bid is substantially responsive, the Employer shall rectify quantifiable

nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be

adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming

item or component

27. Correction of Errors

27.1. Tenders determined to be substantially responsive shall be checked by the Employer for any

arithmetic errors in the computations and summations. Errors will be corrected by the

Employer as follows:

27.1.1. Where there is a discrepancy between the amount in figures and the amount in words,

the amount in words shall prevail.

27.1.2. Where there is a discrepancy between the unit rate and the line item total resulting

from multiplying the unit rate by the quantity, the unit rate as quoted will prevail,

unless in the opinion of the Employer, there is an obvious typographical error, in

which case adjustment will be made to the entry containing that error.

27.2. The amount stated in the tender will be adjusted in accordance with the above procedure for

the correction of errors and, with concurrence of the tenderer, shall be considered as binding

upon the tenderer. If the tenderer does not accept the corrected amount, the tender may be

rejected and the Tender Security may be forfeited in accordance with clause 14.

28. Conversion to Single Currency

28.1. 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

for the submission of tenders.

Page 26: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 18 of 218

28.2. The Employer will convert the amounts in various currencies in which the tender is payable

(excluding provisional sums but including Day works where priced competitively) to Kenya

Shillings at the selling rates stated in clause 28.1.

29. Evaluation of Tenders

29.1. The Procuring entity will evaluate and compare the tenders which have been determined to

be substantially responsive, pursuant to clause 25.

29.2. Employer will carry out a detailed technical & financial evaluation as detailed in section III

evaluation criteria, of the bid offers not previously rejected to determine whether the technical

aspects are in compliance with the tender document and whether the bidder has the technical

and financial capability to carry out the project. The bid offer that does not meet minimum

acceptable standards of completeness, consistency and detail, and the specified minimum (or

maximum, as the case may be) requirements for specified functional guarantees, will be

rejected for non-responsiveness. In order to reach its determination, the Employer will

examine and compare the technical aspects of the bids on the basis of the information supplied

by the bidders, taking into account the following:

(a) overall completeness and compliance with the Employer’s

Requirements; conformity of the Plant and Installation Services offered

with specified performance criteria, including conformity with the

specified minimum (or maximum, as the case may be) requirement

corresponding to each functional guarantee, as indicated in the

Specification and in Section II Evaluation Criteria; suitability of the Plant

and Installation Services offered in relation to the environmental and

climatic conditions prevailing at the site; quality, function and operation

of any process control concept included in the bid; experience of the

firm; and available qualified personnel to carry out the work.

(b) Type, quantity and long-term availability of mandatory and

recommended spare parts and maintenance services;

(c) Tenderers financial & technical capability to implement the project and;

(d) Other relevant factors, listed in Section III, Evaluation and Qualification

Criteria.

29.3. Where alternative technical solutions have been allowed in accordance with clause 15, and

offered by the Bidder, the Employer will make a similar evaluation of the alternatives. Where

alternatives have not been allowed but have been offered, they shall be ignored

29.4. Bid comparison will be done after successful technical and financial evaluation

30. Price Evaluation

30.1. Tenderers shall state their tender price for the payment schedule outlined in the special

conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers are,

however, permitted to state an alternative payment schedule and indicate the reduction in

Page 27: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 19 of 218

tender price they wish to offer for such alternative payment schedule. The employer may

consider the alternative payment schedule offered by the selected tenderer

30.2. To evaluate the bid price, the Employer shall consider the following:

(a) the bid price, excluding provisional sums and the provision, if any, for

contingencies in the Price Schedules;

(b) price adjustment for correction of arithmetic errors in accordance with

clause 27

(c) price adjustment due to discounts offered

(d) price adjustment due to quantifiable nonmaterial nonconformities in

accordance with clause 26

(e) adding withholding tax and VAT to the final price if not included by the

bidder

(f) converting the amount resulting from applying (a) to (e) above, if

relevant, to a single currency in accordance with clause 28;

30.3. The Employers evaluation of a tender will exclude and not take into account:

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

already located in Kenya, sales and other similar taxes, which will be

payable on the goods if a contract is awarded to the tenderer; and

(b) Any allowance for price adjustment during the period of execution of

the contract, if provided in the tender.

30.4. Price comparison shall be of the ex-factory/ex-warehouse/off-the-shelf price of the goods

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

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

30.5. If the bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front

loaded in the opinion of the Employer, the Employer may require the Tenderer to produce

detailed price analyses for any or all items of the Price Schedules, to demonstrate the internal

consistency of those prices with the methods and time schedule proposed. After evaluation of

the price analyses, taking into consideration the terms of payments, the Employer may require

that the amount of the performance security be increased at the expense of the Tenderer to a

level sufficient to protect the Employer against financial loss in the event of default of the

successful Tenderer under the Contract.

31. Comparison of Bids

31.1. The Employer shall compare all bids that pass technical & financial evaluation in accordance

with clause 30 to determine the lowest evaluated bid. The Tender with the lowest evaluated

price from among those which are eligible, compliant and substantially responsive shall be

the lowest evaluated Tender.

Page 28: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 20 of 218

F: AWARD OF CONTRACT

32. Post-qualification

32.1. In the absence of pre-qualification, the employer will determine to its satisfaction whether

the tenderer that is selected as having submitted the lowest evaluated responsive tender offer

is qualified to perform the contract satisfactorily.

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

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

tenderers qualifications submitted by the tenderer, pursuant to clause 2.2, as well as such

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

information may be requested from the bidder for this purpose. The employer may also visit

the bidder’s premises to confirm their qualification

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

A negative determination will result in rejection of the Tenderers bid offer, in which event the

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

determination of that Tenderer’s capabilities to perform satisfactorily.

33. Award Criteria

33.1. Subject to clause 33.2, the Employer will award the Contract to the tenderer whose bid offer

is determined to be responsive to the tender documents and who has offered the lowest

evaluated tender price and possessing the capability and resources to effectively carry out the

Contract Works.

33.2. The Employer reserves the right to accept or reject any tender, and to annul the tendering

process and reject all tenders, at any time prior to award of Contract, without thereby

incurring any liability to the affected tenderers or any obligation to inform the affected

tenderers of the grounds for the Employer’s action.

33.3. The employer reserves the right at the time of contract award to increase or decrease the

quantity of goods originally specified in the schedule of requirements without any change in

unit price or other terms and conditions.

34. Notification of Award

34.1. Prior to the expiration of the period of tender validity prescribed by the Employer, the

Employer will notify the successful tenderer in writing that his tender has been accepted. This

letter (hereinafter and in all Contract documents called “Letter of Award”) shall name the

sum (hereinafter and in all Contract documents called “the Contract Price”) which the

Employer will pay to the Contractor in consideration of the execution and completion of the

Works as prescribed by the Contract.

34.2. The unsuccessful tenderers will simultaneously be notified that their offers were not accepted.

34.3. Notification of award and the Tenderers acceptance thereof will constitute the formation of

the Contract.

Page 29: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 21 of 218

34.4. Within thirty [30] days of receipt of the form of Contract Agreement from the Employer, the

successful tenderer shall sign the form and return it to the Employer together with the

required Performance Security.

35. Performance Guarantee

35.1. Within thirty [30] days of receipt of the notification of award from the Employer, the

successful tenderer shall furnish the Employer with a Performance Security in an amount

stated in the Tender data sheet

35.2. The Performance Security to be provided by the successful tenderer shall be an unconditional

Bank Guarantee issued at the tenderer’s option by an established and a reputable Bank

approved by the Employer and located in the Republic of Kenya, or a foreign bank through a

correspondent bank located in Kenya and shall be divided into two elements namely, a

performance security payable in foreign currencies (based upon the exchange rates

determined in accordance with 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.

35.3. 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, in which event the Employer

may award to the next lowest evaluated Tenderer or call for new Tenders.

36. Advance Payment

36.1. An advance payment, if approved by the Employer, shall be made under the Contract, if

requested by the Contractor, in accordance with clause 33.1 of the Conditions of Contract.

The Advance Payment Guarantee shall be denominated in the proportion and currencies

named in the form of foreign currency requirements. For each currency, a separate guarantee

shall be issued. The guarantee shall be issued by a bank located in the Republic of Kenya, or

a foreign bank through a correspondent bank located in the Republic of Kenya, in either case

subject to the approval of the Employer. The advance payments shall not exceed 10% of the

contract value.

37. Corrupt Fraudulent Practices

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

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

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

follows:

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

of anything of value to influence the action of a public official in the

procurement process or in contract execution; and

Page 30: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 22 of 218

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

influence a procurement process or the execution of a contract to

the detriment of the Procuring entity, and includes collusive practice

among tenderer (prior to or after tender submission) designed to

establish tender prices at artificial non-competitive levels and to

deprive the employer of the benefits of free and open competition;

(iii) “Coercive Practice” means impairing or harming, or threatening to

impair or harm, directly or indirectly a supplier, contractor or

subcontractor or the property of any of them to influence

improperly the actions of a Procuring Entity;

(iv) “Obstructive Practice” means deliberately destroying, falsifying,

altering or concealing of evidence material to the investigation or

making false statements to investigators in order to materially

impede an investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; and /or threatening, harassing or

intimidating any party to prevent it from disclosing its knowledge

of matters relevant to the investigation or from pursuing the

investigation.

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

recommended for award has engaged in corrupt or fraudulent practices

in competing for the contract in question;

(c) shall declare a firm ineligible, either indefinitely or for a stated period of

time, to be awarded any contract if it at any time determines that the firm

has engaged in corrupt or fraudulent practices in competing for, or in

executing, a contract.

37.2. The employer has the right to require that Tenderers, suppliers, and contractors and their

subcontractors permit persons duly appointed by EACC/PPOA/KNAO to inspect their

accounts and records and other documents relating to the Tender submission and contract

performance;

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

Contract.

Page 31: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 23 of 218

SECTION II TENDER DATA SHEET

Instructions to Tenderers Clause Reference

Tender data sheet Ref No

Instruction to Tenderers Clause

Amendments of, and Supplements to, Clauses in the Instruction to Tenderers

11.4 Tender Prices-taxes

a) "Taxes" means all present and future taxes, levies, duties, charges, assessments, deductions or withholdings whatsoever, including any interest thereon, and any penalties and fines with respect thereto, wherever imposed, levied, collected, or withheld pursuant to any regulation having the force of law and "Taxation" shall be construed accordingly. b) Local Taxation i). Nothing in the Contract shall relieve the Contractor and/or his Sub-Contractors from their responsibility to pay any taxes, statutory contributions and levies that may be levied on them in Kenya in respect of the Contract. The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes. ii). The Contractor shall be deemed to be familiar with the tax laws in the Employer's Country and satisfied themselves with the requirements for all taxes, statutory contributions and duties to which they may be subjected during the term of the Contract. iii.) In instances where discussions are held between the Employer and the Contractor regarding tax matters, this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3.21.2 above. c) Tax Deduction i). If the Employer is required to make a tax deduction by Law, then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority. The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates. ii). Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax, then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment. In absence of the said evidence, the Employer will not process any subsequent payments to the Contractor. d) Tax Indemnity

Page 32: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 24 of 218

i). The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities, which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry. ii) The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer), an amount equal to the loss, liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractor’s Tax liability arising from the Contract. iii). Where the amount in 3.21.8 above remains unpaid after the end of the fourteen (14) days moratorium, the Employer shall be entitled to compensation for financing charges. The rates and prices quoted by the Tenderer shall be fixed during the performance of the Contract.

1 14. Tender Security

Amount of Tender Security is Two Million Kenya Shillings (Kshs. 2,000,000.00) of the total Tender Value in freely convertible currency.

2 15. Alternative offers

Alternative offers are not allowed

3 16. Pre-Tender meeting

Not Applicable

3 18. Sealing and Marking of Tenders

(i) the name and address of the Employer for the purposes of submission of tenders is: THE COMPANY SECRETARY & LEGAL AFFAIRS DIRECTOR, KENYA ELECTRICITY GENERATING COMPANY LIMITED 7Th FLOOR, STIMA PLAZA, PHASE III KOLOBOT ROAD, PARKLANDS P.O. BOX 47936-00100 NAIROBI, KENYA. (ii) The name of the proposed Works is: TENDER FOR REHABILITATION OF PROTECTION EQUIPMENT FOR MASINGA POWER STATION, KENYA (iii) The tender opening date and time is indicated in the letter for tender invitation.

4 35. Performance guarantee

The amount of Performance Security is 10% of the total Contract Value of the Works, which shall remain valid until end of defects clearance period.

Page 33: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 25 of 218

SECTION III: EVALUATION AND QUALIFICATION CRITERIA

This evaluation will examine documents listed under clause 20 for compliance to specifications as stipulated

in the tender document covering, but not limited to the following:

A: TECHNICAL EVALUATION

1. The qualification and experience of key personnel

1.1. Personnel Capabilities: The Applicant and the suppliers must have suitably qualified personnel

to fill the following listed positions. The Applicant will supply information on a prime

candidate and an alternate for each position, both of whom should meet the experience

requirements specified below:

Position Total experience

(years)

Experience In similar

works (years)

As manager of

similar works

Head office project manager 15 10 5

Alternate 15 10 5

site project manager 15 10 0

Alternate 15 10 0

Installation supervisor for protection

equipment

10 8 0

Alternate 10 8 0

Design & Commissioning Engineers 15 10 0

Alternate 15 10 0

1.2. Site project manager, design and commissioning engineers MUST be registered engineers by

a body recognized by Engineers Board of Kenya. commissioning engineer/s should have

certifications to carryout MV & HV switching

2. Subcontractors qualifications

Subcontractors must meet the following minimum qualifications:

Page 34: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 26 of 218

Description Minimum criteria to be met

Sub suppliers Must haves supplied similar components in size and complexity for the last five

years

Installation

Subcontractor

Must have completed at least 5 projects of similar size and complexity.

They must demonstrate that they have access to all the necessary human resource

and equipment required for electrical works.

Must be registered class A electrical contractor by ERC (Energy regulatory

commission)

They must be registered contractors NCA 6 and above (National construction

Authority).

Supervisor should have class A electrician certificate and at least eight years’

experience in similar works

Should have at least two electricians with class C1 or above certification.

Civil subcontractor

Must have completed at least 1 substation projects of similar size and complexity.

They must demonstrate that they have access to all the necessary human resource

and equipment required for civil works.

They must be registered by NCA 6 and above (National construction Authority)

3. The experience of the firm:

The Tenderer (or in the case of a Joint Venture the lead Partner) shall meet the following minimum

criteria:

3.1. Bidder has undertaken at least one design, installation & commissioning project per year

valued over USD 1 million for the last five years.

Bidder MUST attach five contracts (one per year) with signed price schedule and their signed

completion certificates for projects valued over USD 1 million carried out over the last five

years

3.2. Performance as prime contractor in the execution of at least five projects of nature, complexity

and volume comparable to the proposed contract over the last eight years.

Bidder MUST attach at least five duly signed award and completion certificates of similar

projects in value & complexity. Documents attached must show the value and scope of the

project

3.3. The bidder MUST have designed, manufactured, installed and commissioned during the last

8 years at least 5 protection systems for hydro power stations similar or bigger in size than

Masinga power station.

The bidder shall provide the names and addresses of the clients who have purchased these

systems, and the names, telephone and telefax numbers of a senior manager employed by

each client from whom references can be obtained in English language.

Page 35: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 27 of 218

Bidder MUST attach at least five duly signed award and completion certificates for power

system protection design, installation & commissioning projects

3.4. The bidder MUST have successfully reconstructed/refurbished during the 8 last years at least

3 protection systems of similar or greater size and capacity than the ones covered in this scope

which have been operated satisfactorily since the re-commissioning.

The bidder shall provide the names and addresses of the clients who have purchased these

services, and the names, telephone and telefax numbers of a senior manager employed by

each client from whom references can be obtained in the English language.

Bidder MUST attach at least three duly signed award and completion certificates for

refurbishment projects of similar size, value & complexity

3.5. The bidder must have a Quality Assurance System implemented according to the requirements

in the ISO 9001 standard or equivalent. Suppliers that are not certified to the ISO 9001

standard must submit details of their Quality Assurance System demonstrating their

substantive compliance with this standard or equivalent.

4. Deviations from specifications

4.1. Variations, deviations and other factors, which are in excess of the requirements of the tender

documents or otherwise result in the accrual of unsolicited benefits to the Employer, shall not

be taken into account in tender evaluation.

4.2. All deviations from specifications shall be stated in the deviations from specifications form.

No deviations from employer specification shall be acceptable unless specifically indicated in

the offer in the relevant schedule. All deviations shall be clearly spelt out by the Bidder and

the price implications thereof.

4.3. Employer shall choose to accept or reject the bid offer if the deviations are beyond what is

acceptable by the client.

5. Litigation History

5.1. Bidders shall provide accurate information on any litigation or arbitration resulting from

contracts completed or under execution by the bidder including for all the participating

contractors/sub-contractors required to perform the works over the last five years. All

pending litigation shall in total not represent more than twenty percent (20%) of the Bidder’s

net worth and shall be treated as resolved against the Bidder.

5.2. A consistent history of awards against the bidder or any partner of a joint venture on any

litigation or arbitration resulting from contracts undertaken by the tenderer may result in

failure of the bid offer.

5.3. Bidder shall not have a Non-performing contract within the last Five (5) years prior to the

deadline for application submission, based on all information on fully settled disputes or

litigation.

Page 36: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 28 of 218

6. Project preliminary designs

The tenderer shall present in the tender document and submit drawings to show;-

6.1. How the various components are integrated in the proposal

6.2. The openness of all components. Locked proprietary systems shall not be accepted.

6.3. Modular design.

6.4. Automation & control philosophy

6.5. Protection scheme drawings.

7. Implementation Plan/Method Statement

7.1. The tenderer shall clearly present a description covering the design, supply, installation &

commissioning, training, methodology of integration into existing plant and an

implementation program.

7.2. The bidder shall furnish proposal on how to minimize the generation loss, by limiting the

outage time for each unit.

8. Compliance to technical specifications:

The tenderer shall provide information that demonstrates compliance with all the technical

specifications as detailed in the specifications. The tenderer shall indicate make type and attach

manufacturer catalogue of all equipment in the bid More particularly the tenderer shall avail to the

Employer the following:-

8.1. Dully filled technical schedules

8.2. Specification of product to be used/ installed inclusive of functions offered.

8.3. Protection schemes

8.4. spare parts offered

8.5. Illustrative drawings/ sketches and schematics

8.6. Type test reports from a third party reputable testing laboratory or certified by the National

Standards and Testing Authority (NSTA) or a laboratory accredited to the NSTA as detailed in

the specifications. They shall not be older than FIVE (5) years from the date of opening the

bid.

9. Delivery schedule

9.1. The employer requires that the goods under the Invitation for Tenders shall be delivered at

the time specified in the price Schedule or less. Bidders should factor in time required for

design approvals, factory acceptance test & training

Page 37: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 29 of 218

9.2. Tenders offering deliveries longer than 2 years shall be treated as non-responsive and

rejected. Delivery time shall be duration from commencement to final commissioning or as

otherwise defined in the conditions of contract

9.3. Duration of power plant outage required to implement the project will also form part of

evaluation

10. Spare parts and after sales service facilities

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

locations of such back- up must be given. Where a tenderer offers items without such back-

up in the country, he must give documentary evidence and assurance that he will establish

adequate back-up for items supplied.

10.2. The bidder shall also guarantee supplying maintenance spares and services as well as

repairing of protection relays for a period of 15 years.

11. Warranty

11.1. A warranty period of not less than 1 year shall be offered by the bidder.

12. Software and other necessary licenses

12.1. Bidder shall demonstrate that all software, licenses and application programs used by the

supplied equipment, required to interrogate supplied equipment or required for testing,

maintenance and commissioning of supplied equipment shall be handed over to the client.

12.2. Bidder shall demonstrate that all programs/applications developed specifically for the project

or required for the working of the products supplied e.g. PLC application; protection relay

logic etc. and the intellectual property associated shall be handed over to the client after

commissioning.

B: FINANCIAL EVALUATION

13. Financial Position:

This shall be evaluated against the following parameters:

13.1. Minimum average annual turnover of USD 5 million, calculated as total certified payments

received for contracts in progress or completed, within the last three (3) years. This will apply

for each of the schedule.

(a) Single Entity- Must meet requirement

(b) Joint Venture, Consortium or Association:

(i) A. All Partners combined- Must meet requirement

Page 38: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 30 of 218

(ii) B. Each Partner- Must meet at least fifty percent (50%) of the

requirement

(iii) C. At least one partner- must meet one hundred percent (100%) of

the requirement

13.2. The Bidder must demonstrate access to, or availability of, financial resources such as liquid

assets, unencumbered real assets, lines of credit (specific to the works being tendered for),

and other financial means, sufficient to meet the contracts cash flow for a period of 12

months, other than any contractual advance payments to meet the following cash-flow

requirement for each schedule:

(a) not less than USD 1.5 million (working capital) net of the applicants

commitments for other projects and

(b) The overall cash flow requirements for this contract and its current

commitments.

(i) Single Entity- Must meet requirement

(ii) Joint Venture, Consortium or Association:

a. All Partners combined- Must meet requirement

b. Each Partner-Must meets at least fifty percent (50%) of the

requirement.

13.3. Submission of audited balance sheets or if not required by the law of the bidder’s country,

other financial statements acceptable to the Employer, for the last three [3] years to

demonstrate the current soundness of the bidders financial position and its prospective long

term profitability.

(a) Criteria 1-Positive net worth

(b) Criteria 2-Current ratio of at least 1.5

Single Entity- Must meet requirement

Joint Venture, Consortium or Association- each partner must meet

requirement

14. Audited accounts for the last three (3) years:

14.1. The audited balance sheets for the last three years for all the participating contractors/sub-

contractors in the contracts shall be submitted and must demonstrate the soundness of the

Applicant's financial position, showing long-term profitability. Where necessary, the

Employer will make necessary inquiries, including with the Applicant's bankers.

14.2. Financial statements (balance sheets, including all related notes, and income statements) for

the years required above shall comply with the following conditions:

14.2.1. Must reflect the financial situation of the Bidder or partner to a joint venture, and not

sister or parent companies

14.2.2. Historic financial statements must be audited by a certified accountant

14.2.3. Historic financial statements must be complete, including all notes to the financial

statements

Page 39: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 31 of 218

14.2.4. Historic financial statements must correspond to the immediate accounting periods

already completed and audited (no statements for partial periods shall be submitted).

C: TENDER EVALUATION FORM

15.

15.1. For ease of evaluation, bid offers will evaluated as per tables below, prospective bidders should

check to ensure they have availed all necessary requirements.

15.2. Bidders shall indicate the reference document and its location (page) in his bid.

15.3. Bidder MUST fully meet ALL the clauses below in order to qualify for further evaluation

Clause Requirements Criteria Bidder

Reference

document

Qualification

and experience

of key

personnel

Head office project manager qualifications as per clause 1

of evaluation criteria

Must meet

requirement

Site project manager qualifications as per clause 1 of

evaluation criteria

Must meet

requirement

Installation supervisor qualifications as per clause 1 of

evaluation criteria

Must meet

requirement

Design & Commissioning engineers qualifications as per

clause 1 of evaluation criteria

Must meet

requirement

Subcontractors

qualifications requirements of clause 2 of evaluation criteria Must meet

requirement

Experience of

the firm

Performed at least one design, installation &

commissioning project valued over USD 1 million per year

for 5 years as per clause 3.1 of evaluation criteria.

five contracts, one for each year with signed price

schedule and their signed completion certificates for

projects valued over USD 1 million carried out over the

last five years

Must meet

requirement

Execution of at least five projects of similar nature as per

clause 3.2 of evaluation criteria.

Five duly signed award and completion certificates

Must meet

requirement

Bidder MUST have designed, manufactured, installed and

commissioned during the last 8 years at least 5 protection

systems for hydro power stations as per clause 3.3 of

evaluation criteria.

Five duly signed completion certificates for project must

be provided

Must meet

requirement

Page 40: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 32 of 218

The bidder must have successfully

reconstructed/refurbished 3 protection systems during the

8 last years as per clause 3.5 of evaluation criteria.

Three duly signed completion certificates must be

provided

Must meet

requirement

Bidder Quality Assurance System as per clause 3.6 of

evaluation criteria

Must meet

requirement

Litigation

History

No consistent history of awards against the bidder as per

clause 5 of evaluation criteria

Must meet

requirement

Bidder shall not have a Non-performing contract within

the last Five (5) years as per clause 5 of evaluation criteria

Must meet

requirement

Project

preliminary

designs

Bidder has submitted preliminary designs Must meet

requirement

openness of all components Must meet

requirement

Modular design. Must meet

requirement

Implementatio

n plan

Bidder has submitted a clear implementation plan as per

cause 7.1 of evaluation criteria

Must meet

requirement

Compliance to

technical

specifications

Bidder has submitted a duly filled technical schedule Must meet

requirement

Submit all type test certificates specified in the

specifications

Must meet

requirement

Delivery time Must be less than two years Must meet

requirement

Spare parts

and after sales

service

facilities

Documentary evidence and locations of service and spares Must meet

requirement

Software and

other

necessary

licenses

Delivery of all required software and licenses as per

specifications and intellectual property/s related to all

applications/programs designed specifically for the project

Must meet

requirement

Warranty Bidder must offer a warranty of at least one year for the

systems supplied.

Must meet

requirement

Financial

Position

Authentic and certified documents showing bidders

compliance to clause 13& 14 of evaluation criteria

Must meet

requirement

Bidders’ capability to carry out the project as per clause 13

& 14 of evaluation criteria.

Bidder must have the financial ability to complete the

project.as detailed in clause 12-13

15.4. Bidders technical offer shall be evaluated and graded as per table below

15.5. Pass mark will be 80%. Before price comparison

Page 41: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 33 of 218

Graded criteria

Clause Requirements Criteria Max

score

Overall

Score

Bidder

Reference

document

Project

preliminary

designs

How the various components

are integrated in the proposal

Judged for completeness

and applicability 20

30

Automation & control

philosophy

Judged for completeness

, applicability And ease

of troubleshooting and

maintenance

30

Protection scheme preliminary

design calculations and

schematic & single line diagrams

Judged for completeness

, applicability, ease of

maintenance and

effectiveness of the

protection scheme to the

particular situation

50

Implementa

tion plan

Detailed implementation plan

Judged on practicability

and overall good

management of

resources including

outage duration

100 10

Compliance

to technical

specifications

Adherence to employer

technical specifications:

Documentation including

Illustrative drawings/ sketches,

schematics catalogues etc.

Showing Specification of

products to be used/ installed

inclusive of functions offered

clearly referenced to the

technical schedules and

employer technical specification

document shall be used to

determine bidder’s adherence.

Each and every employer

specific technical specification

clause should be clearly

illustrated by the bidders

documentation

Judged on completeness

and adherence to

technical specifications.

Consistent deviation

from specification will

lead to disqualification

of bidder

Missing documentation

to show compliance with

specification clauses will

lead to zero score.

100 40

Offered delivery time Judged on practicability

and duration. Bidder 60 20

Page 42: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 34 of 218

Delivery

schedule

with the shortest

practical time will get

maximum score

Generator Outage time required

for installation

Judged on practicability

and duration. Bidder

with the shortest

practical time will get

maximum score

40

TOTAL SCORE 100

Page 43: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 35 of 218

CONDITIONS OF CONTRACT

Page 44: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 36 of 218

SECTION IV: CONDITIONS OF CONTRACT

The Conditions of Contract comprise the “General Conditions” which form part of the “Conditions of

Contract for Plant and Design-Build” First Edition 1999 published by the Federation Internationale des

Ingenieurs-Conseils (FIDIC) and the following “Particular Conditions” which include amendments and

additions to such General Conditions.

1.1. PART I – GENERAL CONDITIONS

The General Conditions of Contract shall be Part 1 of the Conditions of Contract recommended by the

Federation Internationale des Ingenieurs-Conseils (FIDIC) contained in the Yellow Book titled Conditions of

Contract for Plant and Design-Build” First Edition 1999.

These Part I: General conditions shall be incorporated in and form part of this Contract subject to the

following amendments and additions thereto as set out below in the Preamble and in Part II: Special

Conditions.

1.2. PART II – SPECIAL CONDITIONS

The General Conditions of Contract in Part I shall be modified by the Special Conditions set out below:-

Particular Conditions of Contract (PCC)

The following Particular Conditions of Contract (hereinafter referred to as PCC) shall supplement the

General Conditions of Contract in Section VII. Whenever there is a conflict, the provisions herein shall

prevail over those in the GCC.

Clause 1

Sub-Clause 1.1.3.2 – Commencement Date

Delete the definition and substitute:

“Commencement Date” means ___________________ (to be indicated in the Contract)

Sub-Clause 1.1.3.3 – Time for Completion

The Time for Completion shall be the time for completion entered by the Contractor in the Schedule of Delivery and in the Tender. It shall mean the time for completion of the Works as tendered by the Contractor in the Bill its tender and in guaranteed times for completion and included in the Letter of Award. This period shall include up to the date of the Issue of the Taking-Over Certificate and shall not exceed 24 months.

Sub-Clause 1.1.5.9 –Services Insert new definition:

““Services” shall include Design Services and Installation Services.”

Sub-Clause 1.1.5.10 – Design Services Insert new definition:

““Design Services” shall mean the design of the Works under Clause 5 [Design].”

Sub-Clause 1.1.5.11 – Installation Services

Insert new definition:

Page 45: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 37 of 218

““Installation Services” shall mean all those services ancillary to the supply of the Plant and Equipment for

the Works, to be provided by the Contractor under the Contract; and includes, but is not limited to, the

transportation and provision of insurance, inspection, expediting, site preparation works (including the

provision and use of Contractor’s Equipment and the supply of all construction materials required), the

installation, testing, pre-commissioning and commissioning, the provision of operations and maintenance

manuals, etc..”

Sub-Clause 1.1.5.12 – Mandatory Spare Parts, Recommended Spare Parts and Consumables

Insert new definition:

The terms “Mandatory Spare Parts”, “Recommended Spare Parts” and “Consumables” shall each have the

meanings ascribed to them in the Employer’s Requirements as per the tender document.

Sub-Clause 1.1.6.6 – Performance Security

Delete definition and substitute:

““Performance Security” means the security (or securities) under Sub-Clause 4.2 [Performance Security]

and in the form attached in Appendix A – Bank Guarantee.”

Sub-Clause 1.2

Interpretation

Insert new sub-paragraph (e) as follows:

“(e) the word “tender” is synonymous with “bid”, and “tenderer” with “bidder” and the words “tender

documents” with “bidding documents”.

At the end of Sub-Clause 1.2, insert:

“In these conditions, provisions including the expression “Cost plus reasonable profit” require this profit to

be one twentieth (5%) of this Cost.”

Sub-Clause 1.3 Communication

The address of the Employer for notices is:-

The Company Secretary & Legal Affairs Director,

Kenya Electricity Generating Company Limited

Stima Plaza, Kolobot Road, Parklands

P. O. Box 47936-00100

NAIROBI, KENYA

Telephone: +254-020-3666000

Fax: +254-020-248848

Page 46: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 38 of 218

The address of the Contractor for notices is:-

……………………………………………………………………………………………………

Sub-Clause 1.4 Law and Language

The Contract will be governed by the law of the Republic of Kenya.

The ruling language and the language for communications shall be the English Language.

Sub-Clause 1.5 Priority of Documents

a) The Contract Agreement

b) The Letter of Award and Acceptance thereof

c) Particular Conditions of Contract and attachments thereto

d) General Conditions of Contract – FIDIC EPC/Turnkey Projects (First Edition 1999)

e) The Employer’s Tender Document

(g) Duly filled Completed Technical Schedules.

f) The Contractor’s bid document

Where there is a contradiction in any item in two of the above documents then the item in the earlier

positioned document in order above shall take precedence over the item in the lower document, except

where otherwise mutually agreed in writing.

Clause 2 – The Employer

Sub-Clause 2.1 Right of Access to the Site

Add the following sentence to the end of Sub-Clause 2.1

The Employer shall allow the Contractor to have access to the Site no later than sixty (60) days after Contract

Agreement. Subject to mutual agreement, the Employer shall allow the Contractor to access the Site prior to

the referenced period for access for pre-project implementation Site activities.

Sub-Clause 2.2 Permits, Licences or Approvals

Add the following sentence to the end of Sub-Clause 2.2

“The Employer will assist the Contractor by issuing supporting letters necessary for customs clearance. All

fees or levies shall be to the account of the Contractor. The Employer shall not be responsible for any losses,

cost or delays arising from the submission of documents or incomplete or incorrect documents relating to

the Works provided by the Contractor.”

Sub-Clause 2.6 – Electricity, Water, Gas and Other Services

Add new Sub-Clause

The Employer will provide a three phase supply of electricity at 415V AC 50 Hz. The Contractor will provide

his own distribution board with necessary electrical protection and switchgear.

Page 47: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 39 of 218

Clause 3 – The Employer’s Administration

Sub-Clause 3.1- Engineer’s Duties and Authority

The Engineer for the Contract shall be:

Eng. ____________

Technical Services Manager

Clause 4 – The Contractor

Sub-Clause 4.2 – Performance Security

The amount of the Performance Security shall be 10% of the Contract Price in the currencies and proportion

in which the Contract Price is payable.

The Performance Security shall be in the form of an irrevocable Unconditional Bank Guarantee as attached

in Appendix A or another form acceptable to the Employer. The Performance Security shall be issued by

either a bank located in the Country of the Employer, or a foreign bank through a correspondent bank

located in the Country of the Employer.

Sub-Clause 4.3 Contractor’s Representative

At the end of Sub-Clause 4.3 add:

“The Contractor’s Representative, and an adequate number of the staff of the Contractor shall be fluent in

the English language.”

Sub-Clause 4.19 Electricity, Water and Gas

The Employer will provide a three phase supply of electricity at 415V AC 50 Hz. The Contractor will provide

his own distribution board with necessary electrical protection and switchgear.

Sub-Clause 4.25 – Site Conditions and Restrictions

Add new Sub Clause 4.25 Site Conditions and Restrictions:

The Contractor shall be deemed to have inspected the Site during the bidding phase to establish the original

condition of the Site. The Contractor is required to return the Site and working areas to at least the original

condition at Completion.

Without limiting the generality of the foregoing the Contractor shall strictly abide by the Kenyan regulations

concerning safety on the Site of the Works.

Prior to its removal from Site, the Contractor shall store all wreckage, rubbish and debris in secure areas

and shall prevent any energizing and removal of such materials from Site. Prior to Completion, the Employer

may elect to retain and take possession at no cost of any such materials that it considers may be reused or

recycled. The Contractor shall remove all other materials, wreckage, rubbish and debris of any kind from

Site and from the vicinity of the Site and in a manner and place approved by Employer.

Page 48: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 40 of 218

Clause 5 – Design

5.7- Operation and Maintenance Manuals

Operation and Maintenance Manuals shall be in the English Language.

5.9 – Employer’s Use of Contractor’s Drawings

Add new Sub-Clause 5.9:

The Contractor’s Drawings and Manuals may be used by the Employer for the purpose of completing,

operating, maintaining, adjusting and repairing the Works, for interconnecting the Works with other plant

and for training of personnel.

Clause 6 – Staff and Labour

6.1 Engagement of Staff and Labour

At the end of Sub-Clause 6.1, add the following:

(i) “The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with

appropriate qualifications and experience from sources within Kenya.”

Sub-Clause 6.5 – Working Hours

The normal working hours at the site are between 7.30a.m and 5.00p.m on weekdays (five days per week).

The Contractor may arrange to work any other periods he wishes between 7.00a.m and 7.00p.m to meet

the contract programme. Work outside this period and weekend or public holiday working shall only be

carried out where specifically approved by the Engineer. Where the Contractor chooses to work in excess

of eight hours a day or to work at weekends there shall be no additional cost added to the contract price.

6.7 Health and Safety

Add the following at the end of Sub-Clause 6.7:

Without limiting the generality of the foregoing the Contractor shall strictly abide by the Kenyan regulations

concerning Health and Safety on the site of the Works

Sub-Clause 6.8 Contractor’s Superintendence

Insert at the end of Sub-Clause 6.8:

“Contractor’s superintending staff shall have a working knowledge of the English Language

Sub-Clause 6.12 Festivals and Religious Customs

Add new Sub-Clause 6.12:

“The Contractor shall respect the Country’s recognized festivals, days of rest and religious and other

customs.”

Clause 8 – Commencement, Delays and Suspension

Sub-Clause 8.1 Commencement of the Works

Replace Sub-Clause 8.1 with:

Page 49: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 41 of 218

The Commencement Date shall be the date upon which the following precedent conditions have been

fulfilled and the Engineer’s notification of such fulfilment and instruction to commence the Works is

received by the Contractor:

a) Signature of the Contract Agreement by both Parties, and

b) Receipt by the employer of the Performance Security in the prescribed form.

if the above conditions have not been met within ninety (90) days from the date of Contract Signature, the

Employer may terminate the Contract without any liability to either Party.

The Contractor shall commence the execution of the Works as soon as is reasonably practical after the

Commencement Date, and shall then proceed with the Works with due expedition and without delay.

Sub-Clause 8.2 Time for Completion

At the end of the clause add:

For purposes of this sub-clause 8.2, the Time for Completion shall be _____ days from the Commencement

Date

Sub-Clause 8.7 Delay Damages

Failure to meet the Time for Completion, or any extended Time for Completion granted in accordance with

Sub-Clause 8.2, entitles the Employer to a reduction in the Contract Price of 0.1% of the Contract Price per

day of delay up to a maximum of 10%.

This maximum of delay damage under Sub-Clause 8.7 is separate from, and in addition to, any performance

damages that the Employer may recover from the Contractor under GCC 9.4 [Failure to Pass Test on

Completion] and/or 12.4 [Failure to Pass Tests after Completion]

No payments for early completion will be made by the Employer.

Sub-Clause 8.13 Prolonged Delay

If there is a Prolonged Delay in Completion and the Employer has become entitled to the maximum

reduction in Contract price under Sub-Clause 8.7 and the Employer terminates the Contract under Sub-

Clause 15.2, then the additional amount recoverable from the Contractor by the Employer shall be that part

of the Contract Price which is attributable to that part of the Works which cannot by reason of the

Contractor’s failure be put to the intended use.

Clause 9 – Tests on Completion

Sub-Clause 9.1 Contractor’s Obligation

The tests on project completion shall include the 3 days reliability run as detailed in the specification.

Page 50: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 42 of 218

Sub-Clause 9.4 Failure to Pass Tests on Completion

Clause 10 – Employer’s Taking Over

Sub-Clause 10.1 Taking over of the Works and Sections

On satisfactory completion of the Tests on Completion and the Reliability Test period, the Engineer shall

issue a Taking over Certificate. This shall show the effective date of Taking Over which shall be the end date

of the successful reliability test period. This shall be the date of commencement of the Defects Liability

Period.

The Employer shall not use any part of the Works prior to the commencement of the Tests on Completion.

The Employer may use any part of the Works during its Tests to suit the Tests. Such use shall not imply

Taking Over unless all the Tests on that part of the Works are successful.

Clause 13 – Variations and Adjustments

Sub-Clause 13.5

Provisional Sums

There are no Provisional Sums included in the Contract.

Sub-Clause 13.8

Adjustment for Changes in Cost

There shall be no adjustments for changes in costs

Clause 14 – Contract Price and Payment

Sub-Clause 14.2 Advance Payment

An advance payment of 10% of the contract price shall be made upon submission of an on-demand bank

guarantee in the form attached in Section F denoted in the same currency and proportion in which the

contract price is payable.

The guarantee shall be issued by a bank located in the Republic of Kenya, or a foreign bank through a

corresponding bank located in the Republic of Kenya, in either case subject to the approval of the Employer

Sub-Clause 14.7 Taxes & Payment

Taxes shall be as set out below

a. The Supplier and their respective employees shall be liable to pay all taxes applicable to the

contract as may be required by the Kenya Tax Law which may be in force during the period

of the Contract.

b. The contract price is inclusive of all applicable Kenyan taxes which include but are not

limited to Income tax, withholding tax, Value Added Tax and any other taxes imposed by the

Kenya Tax Law applicable to the contract.

c. The employer / client (KenGen) shall withhold any taxes as provided for in the Kenyan Tax

law and issue the supplier with withholding tax certificates.

The Terms of Payment shall be as set out below:-

Page 51: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 43 of 218

Payment shall be made through an unconfirmed Letter of Credit. The Contractor shall be required to meet

the Letter of Credit charges in the Contractor’s country where applicable. Any extensions/ amendment

charges that may result due to the Contractor’s delays or mistakes shall be to the Contractor’s account. Local

suppliers shall be paid through Electronic Funds Transfer.

Payment terms except for the advance shall be 60 days from the date of invoice.

Should the Contractor require a confirmed letter of credit, then all confirmation charges both in and outside

Kenya shall be to the Contractor’s account.

a. 50% of Contract Price on delivery of all project items to site, completion of Factory tests and

factory training. This shall be less any advance payment.

b. 20% of Contract Price upon successful erection and commissioning of 1st unit and acceptable

to the client for which a Taking over Certificate has been issued in relation to the works.

c. 20% of Contract Price upon successful erection and commissioning of 2nd unit and common

systems and acceptable to the client for which a Taking over Certificate has been issued in

relation to the works.

d. 5% of Contract Price on successful completion of after commissioning training and

submission of all Documentation and as Built drawings.

e. 5% of Contract Price on expiry of Warranty period.

The employer shall withhold any taxes from the contractor’s payments as provided for in the Kenyan Tax

law and issue the suppliers/contractors with withholding tax certificates.

Applications for Payment may be made by the Contractor to the Engineer as set out below:

a. The application in respect of the shipment shall identify the Equipment shipped, state the

amount claimed and be accompanied by such documentation as the Engineer may require

including:-

i. Original Invoice identifying the amount claimed against the appropriated

subdivisions of the Schedule of Prices.

ii. Shipping Specification and Packing List.

iii. Original Bill of Lading or Air Waybill.

iv. Factory inspection Certificate.

v. Clean report of finding.

b. The application in respect of work carried on site shall identify the work done, state the

amount claimed and be accompanied by such documentation as the Engineer may require

including:-

i. Original Invoice identifying the amount claimed against the appropriate

subdivisions of the Schedule of Prices.

ii. Statement of Work showing the work done.

c. Any other application for payment certificates shall identify the requirement for payment,

state the amount claimed and be accompanied by such documentation including:

i. Original Invoice identifying the amount claimed against the appropriate

subdivisions of the Schedule of Prices.

ii. Supporting Documents such as copy of Certificates where applicable.

Sub-Clause 14.15

Currencies of Payment

Page 52: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 44 of 218

Payments will be made in the amounts quoted in the currency agreed with the Contractor at the time of

Tender and as specified in the Contract Agreement.

Payment in Foreign Currency shall be made as per Letter of Credit terms and conditions.

Rates of Exchange applicable for all payments herein are rates on the Tender opening date as provided by

the Central Bank of Kenya.

Clause 15 – Termination by Employer

15.2 Termination by Employer

Paragraph 1, line 23, Delete the term “Sub-Contractor”

Add the following at the end of the paragraph, “In the event that the Sub-Contractor(s) breach the

obligations provided in Sub-Clause 15.2 (f), the Employer shall be entitled to demand that the Contractor

terminates the Sub-Contractor’s contract and/or appropriate action is taken in the circumstances.”

Clause 16 – Suspension and Termination by Contractor

Sub-Clause 16.2 Termination by Contractor

In paragraph 2, line 1: change “14 days” to “30 days”

Clause 18 – Insurance

Clause 18.1 – General Requirements for Insurance

The Contractor is the insuring Party. Insurance policies shall meet the conditions of contract and shall

include Contractor’s All risks insurance including Work Injury Benefits Act (WIBA) insurance, Public

Liability and material damage, Employer Liability, Motor Vehicle Insurance and Comprehensive General

Liability.

The insurance underwriters criteria shall be:-

a) Insurer older than six (6) years

b) Have a minimum solvency margin of 150% general business

c) Have a minimum turnover of Kenya Shillings 300 Million per annum excluding motor insurance

d) Selected insurers should have adequate reinsurance arrangement.

Add the following:

“the Contractor shall be the insuring party, but the Employer’s broker shall check and satisfy that the

Contractor has endorsed the Employer’s interest upon the policies and that the policies specifically extend

to the levels stipulated in this Contract.”

Periods of submission of insurance:

a) Evidence of insurance: 40 days before commencement of site works.

b) Relevant policies: 20 days before commencement of site works.

Page 53: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 45 of 218

Clause 18.2 – Insurance for Works and Contractor’s Equipment

After the first sentence of the first paragraph insert the following sentence:

“This insurance shall be not less than 110% of the Contract Price.”

Clause 18.3 – Insurance against Injury to third party Persons and damage to property

Limit of Kshs. 100,000,000.00 per occurrence, any period.

Clause 19 – Force Majeure

Sub-Clause 19.6 – Optional Termination, Payment and Release

Replace “84” in line 2 with “180”

Replace “140” in line 4 with “180”

Clause 20 – Claims, Disputes and Arbitration

Sub-Clause 20.2 – Appointment of the Dispute Adjudication Board

Not Applicable

Sub-Clause 20.3 Failure to Agree Dispute Adjudication Board

Not Applicable

Sub-Clause 20.4 – Obtaining Dispute Adjudication Board’s Decision

Not Applicable

Sub-Clause 20.6 – Arbitration

Any dispute between the Parties as to matters arising pursuant to this Contract or its interpretation that

cannot be settled amicably after receipt by one Party of the other Party’s request for such amicable settlement

shall be referred for settlement by a single arbitrator.

The arbitrator shall be agreed upon by the Parties within 30 days of the notification of a dispute by either

party to the other and in default of agreement as to the single arbitrator the same shall be appointed by the

Chairman for the time being of the Chartered Institute of Arbitrators (Kenya Branch).

Every award made under this Clause shall be expressed to be made under the Arbitration Act 1995 or other

Act or Acts for the time being in force in Kenya.

The language of arbitration is the English Language. The place of arbitration shall be Nairobi, Kenya.

Sub-Clause 20.7 – failure to comply with Dispute Adjudication Board’s Decision

Not Applicable

Sub-Clause 20.8 – Expiry of Dispute Adjudication Board’s Appointment

Not Applicable

INSERT NEW CLAUSES AS FOLLOWS:

Page 54: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 46 of 218

New Clause 21 Shipping Arrangements

Add New Sub-Clause 21.1 – Pre-Shipment Inspection

Kenyan regulations require that all imported goods be inspected prior to shipment to verify price, quality

and quantity.

The names of the Inspection Agencies appointed by the Kenyan authorities to act under this Contract will

be notified to the Contractor on the Import Declaration Form, which is obtained by the Employer. The pre-

shipment inspection if positive authorizes the Contractor to ship the goods.

The Contractor should establish contact and liaise with the Inspection Agencies immediately upon learning

of their names.

The cost of presentation of the Goods to the Inspection Agencies, unpacking, handling etc. shall be paid for

by the Contractor.

The Contractor shall give at least 21 days’ notice before shipment to the Inspection Agency indicating the

place where the Goods may be inspected and the expected time of shipment. When requesting pre-shipment

inspection the Contractor shall provide the Inspection Agency with a copy of the pro-forma invoice,

Contract and any other document relevant to the execution of the inspection. On completion of inspection

the Inspecting Agency will issue a report of finding which will be either:

A Clean Report of Finding if the inspection yields a satisfactory result, or

A Non-negotiable Report of Findings if the inspection reveals deficiencies.

In the case of a Clean Report the Contractor shall provide the Inspection Agency immediately after shipment

with a non-negotiable copy of the Bill of Lading or Air Waybill and a copy of the final invoice covering the

Goods. When these documents have been received the Clean Report of findings will be issued. The

Contractor is warned against the shipment of Goods, which have not been inspected, or goods for which a

Non-negotiable Report of Findings has been issued by the Inspection Agency.

The inspection of Goods does not relieve the Contractor of its contractual obligations to the Employer, and

may reject items if they fail to meet the requirements of the Contract even though the Inspection Agency for

shipment has cleared them.

Add New Sub-Clause 52.2 – Delivery and Documents

The contractor shall be responsible for shipment and transportation of equipment and materials to site.

Upon shipment, the Contractor shall notify the Employer by facsimile the full details of the shipment

including description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date

of shipment, port of discharge, etc. The Contractor shall mail or courier the following documents in two

copies to the Supply Chain Director:

a. The Contractor’s invoice showing Goods description, quantity, unit price, total amount;

b. Non-negotiable bill of lading;

c. Packing list identifying contents of each package;

Page 55: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 47 of 218

d. Manufacturer’s/Contractor’s warranty certificate;

e. Inspection certificate (Clean Report of Findings) issued by the nominated inspection agency;

f. Contractor’s factory inspection report; and

g. Certificate of Origin.

The above documents shall be received by the Employer at least two weeks before arrival of Goods at the

port and, if not received, the Contractor will be responsible for any consequent expenses (including any

demurrage). This is to provide time to obtain exemption for shipment.

ADDRESSES

The Equipment shall be marked with the following Shipping marks:-

KENYA ELECTRICITY GENERATING COMPANY LIMITED

ORDER No.------- (TENDER FOR REHABILITATION OF PROTECTION EQUIPMENT FOR MASINGA POWER

STATION, KENYA)

C/O KENGEN, NAIROBI – KENYA.

Packing lists, inspection reports, material reports, etc. as indicated above shall be sent to:-

THE OPERATIONS MANAGER-EASTERN HYDROS

KENYA ELECTRICITY GENERATING COMPANY LIMITED

P.O. BOX 47936-00100

NAIROBI, KENYA

Tel: (254) (020) 3666000

Fax: (254) (020) 3666200

Email: [email protected]

[email protected]

Page 56: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 48 of 218

1.3. APPENDIX TO CONDITIONS OF CONTRACT

With the exception of the items for which the Employer’s requirements have been inserted,

the following information must be completed before the Tender is submitted

ITEM SUB-CLAUSE

ENTRY

1.

Employer’s name and address 1.1.2.2 & 1.3

The Kenya Electricity Generating Company Limited (KenGen)

2.

Contractor’s name and address

1.1.2.3 & 1.3

3.

Engineer’s name and Address 1.1.2.4 & 1.3

KenGen’s Technical Services Manager – name Eng. Solomon Kariuki

4.

Time for Completion of the Works

1.1.3.3 _____ days

5.

Defects Notification Period 1.1.3.7 365 DAYS

6.

Electronic transmission systems

1.3 Email and Fax

7.

Governing Law 1.4 Kenyan Law

8.

Ruling Language 1.4 English

9.

Language for communications 1.4 English

10.

Time for access to the site 2.1 N/A

11.

Amount of Performance Security

4.2 10% of the Accepted Contract Amount, in the currencies and proportions in which the Contract Price is payable

12.

Period for notifying unforeseeable errors, faults and defects in the Employer’s Requirements

5.1 30 days

13.

Normal working hours 6.5 The normal working hours at the site are between

7.30a.m and 5.00p.m on weekdays (five days per

week). The Contractor may arrange to work any other

periods he wishes between 7.00a.m and 7.00p.m to

meet the contract programme. Work outside this

period and weekend or public holiday working shall

only be carried out where specifically approved by the

Engineer. Where the Contractor chooses to work in

excess of eight hours a day or to work at weekends

Page 57: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 49 of 218

there shall be no additional cost added to the contract

price.

14

Maximum amount of Delay damages

8.7 The maximum amount of delay damages shall be ten

percent (10%) of the final Contract Price

15

Provisional sums 13.5 (b) No provisional sums applicable

16

Adjustments for Change in Cost

13.8 There shall be no adjustments for changes in costs

17

Total advance payment 14.2 10% of the Accepted Contract Amount

18

Number and timing of installments

14.2 N/A

19

Currencies and proportions 14.2 Maximum of two currencies plus the local currency

20

Start repayment of advance payment

14.2 (a) With the first Interim Payment Certificate

21

Repayment amortization of advance payment

14.2 (b) 25%

22

Percentage of retention 14.3 10%

23

Limit of Retention Money 14.3 5% of the Accepted Contract Amount

24

If sub-clause 14.5 applies: Plant and Materials for payment when shipped en route to the Site

14.5 (b) N/A

25.

If sub-clause 14.5 applies: Plant and Materials for payment when delivered to the Site

14.5 I N/A

26

Minimum amount of Interim Payment Certificates

14.6 N/A

27

Currency/currencies of payment

14.15 Maximum of two currencies plus the local currency

28

Period for submission of insurance

14.15 a) Evidence of insurance – 40 days before commencement of site works b) Relevant policies – 20 days before commencement of site works.

29

Maximum amount of deductibles for insurance of the Employer’s risks

18.2 (d) 10% of policy total value ___________

30

Minimum amount of third party insurance

18.3 110% of Accepted Contract Amount ___________

31

The DAB 20.2 Not Applicable

32

Appointment of DAB 20.3 Not Applicable

Page 58: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 50 of 218

SPECIFICATIONS

Page 59: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 51 of 218

SECTION V: SPECIFICATIONS

1 GENERAL INFORMATION AND REQUIREMENTS

1.1 INTRODUCTION

1.1.1 Masinga power plant is a hydroelectric power plant using the largest manmade dam in

Kenya; it has two (2) Kaplan turbines and was commissioned in 1981. The existing

generator and transformer protection is based on electromechanical relays.

1.1.2 The control system in Masinga is composed of two systems; automation PLC and the

manual control system realized through relay logic. Manual control system has all

requisite operator commands to the field devices via use of push buttons allowing control

of all field equipment: - governor, pumps, excitation etc. All alarms and trip functions are

wired individually to this system

The automation PLC receives status, alarm & trips signal from all field equipment and its

able to send commands to all field equipment.

A selector switch Manual /auto is used to interlock the two control systems. The

commands sent from the PLC go to the field devices via the robust relays in the manual

control system. The units are normally operated in auto mode by the PLC.

PLC’s are interconnected to KenGen SCADA system. Operator monitoring and control

commands are carried out from a remote control centre.

.

1.1.3 In order to improve units operation, KenGen is in the process of rehabilitating the units

protection systems in Masinga power plant

1.1.4 KenGen wishes to receive tenders for protection systems in line with the detailed

specification outlined in this tender document.

1.1.5 Detailed technical proposals must be submitted with the bid and separate tender form.

1.2 DEFINITIONS

Whenever the following terms or words are used in the specifications or any other

documents forming part of this tender document, they shall have the following meaning

unless otherwise stated:

AC: means Alternating Current

ACB: means Air Circuit Breaker

AVR-Automatic voltage regulator

CB:-means circuit breaker unless otherwise stated

Page 60: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 52 of 218

CT: means current transformer

DC: means Direct Current

EDG: means Emergency diesel generator

GCB-shall mean generator circuit breaker

HMI- Human machine interface- In this document refers to hardware

and/or software required for human user to interface to the systems

supplied for control and monitoring purpose

HV-High Voltage : operating voltage higher than 52.5 kV

IED:-Intelligent electronic device: refers to programmable microprocessor

based electronic devices e.g. numerical protection relays, smart relays etc.

used in industrial environment for instrumentation, metering, control or

protection purposes

IP xx - Ingress protection: means “Degree of Protection Provided by

Enclosure”. and shall generally be according to IEC 60529

LAN-Local Area Network

LV-Low Voltage : operating voltage below 1000 V. (For transformers the

term Low Voltage Winding is used for the side with lowest rated voltage

regardless value)

MCCB: means Moulded case circuit breaker

MCB: means Miniature circuit breaker

MV-Medium Voltage: operating voltage higher than 1000 V and up to

52.5 kV.

OLTC-On Load Tap Changer

OPC- Open Platform Communications-shall imply the widely accepted

communication platform for real-time plant data exchange between

control devices from different manufacturers

PC- Personal computer: Refers to IBM PC compatible computers i.e. intel

X86/X64 based personal computers running windows operating system

PLC-shall mean Programmable Logic Controller unless otherwise defined

in the document

SCADA:-shall mean Supervisory control and data acquisition system

existing at the power plant and operated by the client

VT: means voltage transformer

Page 61: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 53 of 218

1.3 GENERAL SPECIFICATIONS INFORMATION

1.3.1 All Works shall comply with the technical guarantee data stated in the Bid. The Contractor

shall be responsible for any discrepancies, errors and omissions in the particulars and

guarantees.

1.3.2 All apparatus, accessories or fittings which may not have been specifically mentioned, but

which are usual or necessary in the respective equipment for the completeness of the

finished work in an operable status, shall be deemed to be included in the Contract and

shall be provided by the Contractor without any extra charge. All equipment shall be

complete in all details, whether or not such details are mentioned in the Specifications.

1.3.3 Any reference in the quantity and price schedules, the delivery period schedule or in the

various clauses and schedules of the text of either the Specification or the Bid, to any

equipment shall imply equipment that is complete with all accessories, apparatus and

fittings as outlined

1.3.4 All materials and skilled labour, whether of temporary or permanent nature, required by

the Contractor for the design, manufacture, erection and testing at site of the equipment

shall be supplied and paid for by the Contractor.

1.3.5 If the Tenderer is of the opinion that there is conflict or disagreement between the

particulars of the documents, standards etc., it must be clearly stated in the tenderer Bid

offer document, failure to which, the materials and equipment offered shall be deemed to

comply in every respect with the current Specification both in manufacture and in

performance, and compliance thereof shall be insisted upon without additional cost to the

Employer.

1.3.6 The bidder shall visit the site and get acquainted with the actual requirements of site prior

to quoting rates. No claims for inadequate description of the scope shall be entertained at

a later date

1.3.7 No deviations to this specification shall be acceptable unless specifically indicated in the

offer in the relevant schedule “deviation from specifications form”. All deviations shall be

clearly spelt out by the Bidder and the price implication thereof. Any implied deviation or

any deviation mentioned elsewhere in the offer shall not be considered.

1.3.8 It is not the intent of this specification to completely specify all details of design and

construction herein. Nevertheless, the equipment and installation shall conform to high

standards of engineering design and workmanship in all respects and shall be capable of

performing continuous operation in a manner acceptable to the client. Reliability,

availability and maintainability are of the utmost importance to the client in the design of

the equipment described herein.

1.4 TENDER BID DOCUMENTATION BY TENDERER

1.4.1 Tender bid documentation will guide the client during the tender evaluation process.

1.4.2 The drawings and information to be submitted to the Client in accordance with the

requirement of this clause shall cover the complete scope of work as defined by the

specification and shall include, but not limited, to the followings:-

Page 62: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 54 of 218

1.4.2.1 Typical schematic drawing in respect to proposed protection scheme & SCADA

interface system clearing showing how it will integrate to the plant equipment and

control system. This shall be based on specifications, scope of work, site visit, and

discussion with employer. The schematics shall include: protection scheme single

line diagrams; numerical relays Analogue inputs, Binary Inputs & Output, &

communication interface general schematic drawings; SCADA interface system

general layout & schematics and OLTC remote control general schematics etc. which

will form the basis on which technical scrutiny will be made.

1.4.2.2 General assembly drawings of the equipment to be supplied together with sufficient

sub-assembly drawings, details, control and wiring diagrams to demonstrate fully

that all parts will conform to the provisions and intent of the contract documents.

1.4.2.3 Typical general arrangement drawing of the equipment showing overall dimensions.

1.4.2.4 Technical data sheets and catalogues of for each type of protection relays, lock out

relay, communication & SCADA interface equipment, OLTC AVR relay, panel meters

and other major equipment. Showing: functional & Schematic diagrams for the

equipment including inputs, outputs, alarms, interlocks, control logic, signal

processing/flow etc ; technical specifications; rated values; operating conditions;

physical dimensions, standards etc.

1.4.2.5 A comprehensive set of documentation shall be provided for all protection numerical

Relays Covering, as a minimum, the following topics:

(a) Detailed description of relay

(b) Range of features to be provided.

(c) Range of optional features not provided.

(d) Range of settings provided for all features, both offered and optional.

(e) Details of all of the operating characteristics for each function of the relay.

(f) Statement of performance under reference conditions.

(g) Variation of performance with departure from reference conditions.

(h) Effects of interruptions to dc auxiliary power supply.

(i) Current transformer requirements.

(j) Voltage transformer requirements

1.4.2.6 Operation & Maintenance Manuals.

1.4.2.7 Fully filled technical Schedules

1.4.2.8 Quality assurance plan

1.4.2.9 Photocopy of all standards according to which the equipment has been offered.

1.4.2.10 Type test reports from a third party reputable testing laboratory or certified by the

National Standards and Testing Authority (NSTA) or a laboratory accredited to the

NSTA for each type of numerical relay, lockout relay, Industrial Ethernet switch,

industrial PC, OLTC AVR relay, auxiliary relays, instrument transformers, panel

meter and panel design proposed by the bidder shall be submitted with the tender

for evaluation purposes. Type test reports shall be for tests done according to

standards defined in the technical specifications. Where a standard is not mentioned

type test reports shall be for tests done as per relevant IEC standard.

Page 63: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 55 of 218

1.4.2.11 Experience certificates of supply of identical types of equipment

1.4.3 As a minimum, the bidder shall furnish the documents above in two sets failing to which

the bids shall be rejected. Soft copy of the documents shall also be handed over in a

CD/DVD

1.4.4 In the event of any difference between the Drawings and the Specifications stated, the

latter shall prevail. In the event of any difference between scaled dimensions and figures

on the drawings, the figures shall prevail.

1.4.5 The Tenderer shall submit along with the tender bid a comprehensive [summary] work

programme, showing all the activities and duration required, from tender award stage to

full commissioning of the equipment.

1.5 SCOPE OF PROJECT

1.5.1 The project will consist of: studying of existing systems; design and Engineering;

Manufacture, Testing and training at the Manufacturer’s Factory; packing for transport;

insuring; shipping & delivering to Site; Unpacking; Erection, Site Testing and

Commissioning; test equipment provision; defect reliability period; site training; technical

documentation and warranty for new protection equipment for Masinga power station.

1.5.2 All works that are necessary for the execution of the project at site shall be the

responsibility of the contractor.

1.6 PROJECT WORK PROGRAM

1.6.1 Within one month after the Date of tender award, four [4] copies of the work schedule

shall be prepared in the form of a Critical Path Method Network, covering the design,

manufacture, delivery, installation, testing and commissioning of the Works, in sufficient

detail defining the various sections of the Works, including parts to be supplied by the

Contractor. The program shall be prepared by the Contractor and shall be submitted to

the Client for approval.

1.6.2 The bidder shall furnish sequence of activities to be carried out to avoid / minimize the

generation loss, likely to occur during above works. The bidder shall note that above work

shall be completed within shut down period. The bidder shall also note that there may be

uncertainty of Shutdown due to grid exigency. However, no additional cost/

compensation on this account shall be entertained.

1.6.3 In formulating the work program, the Contractor shall take into account the following

activities, to be undertaken by the Client:-

1.6.3.1 Clearing and bonding of the installation and commissioning tools

1.6.4 Upon approval of the schedule by the Client, it should thereafter be referred to as the

Approved Construction Programme and shall become a part of the Contract.

1.6.5 In executing the Approved Construction Program of this Contract, the Contractor shall

co-operate with the Client in order to effect the timely completion of the works as a whole.

Page 64: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 56 of 218

1.7 DOCUMENTATION AND DRAWINGS

1.7.1 General

1.7.1.1 The Contractor shall prepare and submit to the Project Engineer for approval

dimensioned general and detailed design drawings and other pertinent information

of all the Plant and equipment specified in the tender documents.

1.7.1.2 Approval of drawings shall not relieve the Contractor of his obligations to supply the

Plant in accordance with the Specifications. The Contractor is responsible for any

errors that may appear in the approved documents. He shall as soon as an error has

been detected, deliver the corrected documents to the Project Engineer for re-

approval.

1.7.1.3 New equipment drawings will be interfaced to the existing equipment drawings; the

connection shall be documented in a coherent and overlapping way at least

containing terminal identification in existing equipment drawing. Schematic

diagrams shall contain complete loops within new and old equipment drawing.

1.7.1.4 All clients drawings of systems interfaced to the new protection system shall be

reviewed and updated by the contractor

1.7.1.5 All text on documents provided by the Contractor shall be in the United Kingdom

English language ONLY. All drawings shall be dimensioned in millimetres.

1.7.1.6 The Contractor shall, during the total project time, maintain a List of Documentation

to be updated by him whenever needed. The List of Documentation shall include the

date of original issue of each document submitted as well as the dates of every

revision. The List of Documentation shall also include a time schedule for the

submittal of the documentation.

1.7.1.7 Symbols used for electrical equipment shall be in accordance with IEC 60617. The

Contractor shall establish a coherent system for physical and functional reference

designation in accordance with IEC61346. A similar systematic scheme shall be

defined for cable numeration. These schemes shall be used throughout on the

drawings and documentation and the designation shall be labelled on the

components and cables

1.7.1.8 In addition to what is stated elsewhere in the tender , the following shall apply to all

drawings and technical documentation handed over to the client after the project:

(a) The sizes of all documents and drawings shall conform to the ISO standard,

i.e.: A1 (594mm x 841mm), A2 (420mm x 594mm), A3 (297mm x 420mm)

& A4 (210mm x 297mm)

(b) Scales to be used on the drawings shall be 1:10, 1:20, 1:40, 1:50 and multiples

of this series.

(c) Technical documentation e.g. manuals, test reports, apparatus list, cable lists

etc. shall be provided in A4. Schematic diagrams shall be provided in both A4

and A3. Structural & mechanical drawings shall be provided both in A3 and

A2/A1 depending on drawing size

Page 65: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 57 of 218

(d) All drawings made special for this project including civil works drawings,

mechanical drawings, layout drawings and circuit diagrams shall be compiled

on a computer aided drawing system and as part of the as built documentation

be handed over on a CD with a format readable in AutoCAD version 15 or

another format to be agreed upon in addition to the paper copies.

1.7.1.9 All drawings and technical documentation shall be bound in hard covers as per

sample to be provided.

1.7.1.10 Any illegible copies of documentation submitted shall be rejected by the employer.

1.7.1.11 All drawings are to be dimensioned using metric units. All documentation shall be

provided in UK English language. The SI-system (meter, Newton, gram second) shall

be used throughout the works and documentation.

1.7.1.12 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 and existing equipment data. It is the responsibility of the contractor to

prepare a detailed layout/schematic for the new system

1.7.2 Drawings Requirements

1.7.2.1 Before starting manufacture of the equipment, dimensioned drawings and data

showing all significant details of the equipment and materials to be used shall be

submitted simultaneously to the Client for approval.

1.7.2.2 In addition to the information provided on drawings, each drawing shall carry a

revision number, date of revision and brief details of revisions arrived out. Wherever

any revision is carried out, correspondingly revision number must be updated. All

revisions carried out shall be highlighted on the drawing and a Separate sheet

furnished stating the reasons for such revision. A note stating drawing is generally

revised is not acceptable.

1.7.2.3 These drawings shall be submitted within the times mentioned here under from the

Date of tender award. Time shall be allowed to permit changes to be made if

required by the Client. The drawings shall be modified as necessary if requested by

the Client, and resubmitted for final approval.

1.7.2.4 When the Contractor prepares his work program, as required herein, he shall make

allowance for the drawing approval time and indicate it on the program. A period

of at least two weeks should be allowed for such approval. Claims or extensions of

time will not be approved if they are related to the late submission of drawings to

the Client or if they involve delays caused by drawings not being approved by the

Client.

1.7.2.5 After approval of drawings by the Client, the Contractor shall supply the approved

drawings to the Client, as indicated below.

(a) Drawings for approval 1 Copy

(b) Approved drawings 1 Copy

1.7.2.6 The Contractor shall provide the following drawings and information within the first

two months after the Date of tender award.

(a) Proposed protection scheme

Page 66: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 58 of 218

(b) Preliminary arrangement (location) drawings of protection equipment layout

and signal termination blocks.

(c) Preliminary circuit connection diagrams of all electrical equipment and logic

sequence diagrams/ protection matrix for the protection equipment and

interface to existing control systems.

1.7.3 Drawings Approvals

1.7.3.1 During the design stage, the contractor shall send drawings to the client for approval

and comments. A copy of each drawing and item of data will be returned to the

Contractor marked “Approved”, or “Approved as noted”, or “Not Approved”.

1.7.3.2 Drawings submitted by the contractor for approval will be checked / reviewed by

the employer and comments, if any, on the same will be conveyed to the contractor.

It is the responsibility of the contractor to incorporate correctly all the comments

conveyed by the Employer on the Contractor’s drawings. If the Contractor is unable

to incorporate certain comments in his drawings he/she shall clearly state in his

forwarding letter such non-compliance along with valid reasons and justification.

1.7.3.3 Comment of “not approved” would imply the drawing has to be re done as per

comments given; meaning the client is not in agreement with the content, idea and

implications of the drawing on the overall design and operation of the system.

Comment of “approved as noted” shall imply the client is in agreement with the idea

or implications of the drawing but requires some changes to be implemented before

approval.

1.7.3.4 Drawings and data requiring revision shall be promptly dealt with and resubmitted

as aforementioned. Thereafter, changes shall NOT be made in the Contractor’s

drawing without written permission of the Client Engineer. The above procedure

shall be repeated for all authorized changes.

1.7.3.5 It is to be understood, however, that approval of the drawings shall not relieve the

Contractor of any responsibility in connection with the work.

1.7.3.6 All drawing submitted for approval or sent to the Client for any other reason may be

sent by courier or e-mail

1.7.3.7 Any work performed or material ordered by the contractor prior to receipt of

drawings stamped ‘Approved’ by the employer shall be at the risk of the contractor.

After print of any drawing has been returned ‘Approved’, the contractor may release

the parts covered by the drawing, for production / construction.

1.7.3.8 All drawings and data supplied by the Contractor subsequent to the date of contract,

which cover changes in the work, extra work, or which supplement existing

drawings and data shall, upon approval by the Client Engineer, form part of the

contract documents.

1.7.3.9 If, at any time before the completion of the work, changes are made necessitating

revision of approved drawings, the contractor shall make such revisions and proceed

in the same routine as for the original approval.

Page 67: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 59 of 218

1.7.3.10 To expedite the delivery and return of the required drawings, scanned drawings

shall be used and sent to the following KenGen E-mail addresses–

[email protected]

c.c:-

[email protected]

[email protected]

[email protected]

Or any other email supplied by the client.

1.7.3.11 The work shall be in accordance with the approved drawings and data and shall not

be commenced until such approval has been obtained. Subsequent changes

contemplated by the Contractor shall be indicated on revised drawings and data

resubmitted for approval. The Contractor shall make any changes in the design

which are considered necessary to make the work conform to the provisions and

intent of the specification without additional cost to KenGen.

1.7.3.12 Approval of the Contractor’s drawings and data shall in no way construe or imply

relief of the Contractor from responsibility for any error or omission therein or from

any obligation under the Contract.

1.7.4 Technical Documentation

1.7.4.1 Technical documentation shall consist of but not limited to:-Introduction/overview

of project components, overall operating philosophy, operating conditions, detailed

description of the equipment, emergency procedures, description of equipment

arrangement, design calculations, maintenance and test instructions/procedures,

installation instructions, operation instructions, manufacturer data sheets &

catalogues, logic diagrams, PLC applications, software manuals, detailed instructions

for programming settings and configuration, wiring drawings, cable schedules,

terminal diagrams, device lists, schematic drawings and mechanical & structural

assembly drawings.

1.7.4.2 Four sets of manuals shall be provided, the manuals shall contain:-

(a) Equipment overall design and specific detailed features of design including:

descriptive drawings where practicable, schematic diagrams, block diagrams,

list of internal materials, connection and terminal list, equipment and

components dimensional drawing and control diagram.

(b) Complete operating instructions: included shall be precautions and critical

points to be observed, including suggested form to be used in taking periodic

readings to maintain an operations record. There shall be a tabulation of

possible operating difficulties with the probable causes listed and remedial

action to be undertaken for each one.

(c) Design Data for the equipment specifying power, kilowatts, voltage,

amperage, temperature, flow etc. characteristic curves for the equipment.

Page 68: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 60 of 218

Detailed description of the equipment: individual components, relevant

clearances, tolerances, allowable temperatures, settings etc.

(d) Manufacturer catalogues and technical data sheets for all components and

devices.

(e) Manuals for ALL software provided including manuals for Programs and

application created for this project e.g. Logic diagrams, HMI application etc.

(f) Complete instructions for ordering replacement parts in a manner that would

prevent errors or misunderstanding. Recommended forms for tabulating

replacement part information and instructions for returning materials to the

factory shall be included.

(g) Maintenance instructions manuals split into:

(i) Manuals for preventive maintenance indicating periodic inspections,

tests, cleaning, lubrication and other routine maintenance. A clear concise

document with CHECKLISTS detailing tests and inspections to be done

after duration of time e.g. monthly, annual etc.

(ii) Repair manuals describing fault location, dismantling, re-assembly etc.

(h) Software manuals detailing how to use the software, installation, license key,

support, upgrading & updating, system requirements, troubleshooting etc.

(i) Detailed instructions for programming settings and configuration of all

software configurable devices. Instructions for downloading ,uploading and

backing up settings & configurations,

1.7.4.3 Factory test report (FAT) and commissioning report (SAT) shall be included the final

documentation. This shall include but not limited to: - plotted characteristic curves

during commissioning, set points for various parameters, instrumentation set points,

alarm and trip set points, test results e.g. CT excitation curves, protection operation

time, breaker timing etc. i.e. Tabulated results of all tests carried out.

1.7.4.4 The documentation shall leave the operators and maintenance personnel in position

to operate the plant in a safe and optimal way and to perform repairs, upgrades and

rehabilitation usual to be done by such personnel.

1.7.4.5 The Project Engineer shall approve all technical documents before final submission.

1.7.4.6 As Built Drawings, Commissioning test report, manuals and other technical

documentation to be submitted 2 months after commissioning)

1.7.5 Final Documentation

1.7.5.1 After all items of the work have been manufactured, erected and commissioned;

complete sets of prints and softcopies of the technical documentation for all new

systems and interfaced plant systems shall be furnished as indicated below.

(a) Soft copies of ALL technical documentation as defined in section 1.7.4 well

organised using document management application program linking all

Page 69: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 61 of 218

documents in the project via hyperlinks etc. The document management

application program shall

(i) Run on any PC without installation or requiring a licence.

(ii) enable searching of content easily

(iii) Organise all technical documentation in chapters or volumes for easy

viewing of the contents

(iv) Document management application based on HTML that can easily be

read by web browser is preferred.

(b) Soft copies of ALL as built drawings in AutoCAD electrical 2015 format and

any other CAD software format if used or agreed upon with project engineer

(c) AutoCAD electrical 2015 and any other CAD software used. Two licenses for

each CAD software shall be provided

(d) Four Complete sets of bound prints for ALL documentation and ALL as built

drawings and logic diagrams in A4

(e) Four Complete sets of bound prints for all as built SCHEMATIC drawings in

A3 (ONLY schematics for electrical documentation will be provided in A3, this

does not include terminal diagrams or any other electrical related documents)

(f) Four Complete sets of bound prints for all as built structural and mechanical

drawings in A3 and A2/A1.

(g) All existing clients drawings affected by the new system reviewed and updated

by the contractor in two sets one A3 another A4 size sheets

(h) Soft copies of ALL Logic diagrams in original software format and the software

with a licence, used to create the logic diagrams/programs

1.7.5.2 Contractor shall generate four copies of A0 or larger updated plant power single

line diagram (from 132&220KV bus bars to 415V MCC) drawing in Manila paper

1.8 ENGINEERING SERVICES

1.8.1 Studying Existing Systems

1.8.1.1 The contractor shall study the existing protection equipment and power plant

systems such as excitation systems, LV switch board, MV & HV switchgear,

generators, transformers, substation and all other associated plant systems to

determine the interface and requirements of the new protection system.

1.8.1.2 It is a requirement that the contractor design Engineer visit the site as soon after the

tender award to acquaint himself with the operation of the Units and gather the

relevant technical aspects (data, As-Built Control Schematics, cable schedules,

SCADA system etc.) for the design phase.

1.8.1.3 This works includes studying layout of equipment components, cabling & wiring and

interface to existing control systems. This will ensure integration of the new system

to form a well-functioning plant.

Page 70: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 62 of 218

1.8.1.4 Drawings, manuals and information relating to the Units will be made available to

the contractor. Two client Protection & Control Engineers conversant with the plant

operation will be attached to the contractor during formulation and design stages.

This will ease correspondence and confirmation of the interface requirements.

1.8.2 Design

1.8.2.1 Design and calculations shall be governed by the design criteria given in the Bid

Documents, standards and normal design practice. Necessary safety factors shall be

included. The contractor shall assure himself and the client that the apparatus is

suitable for intended use and the environment and stresses to which it will be

exposed. He/she must also assure that the equipment is compatible with equipment

it shall be connected to, or work together with

1.8.2.2 The design shall be reliable and simple. The design shall incorporate every

reasonable precaution and provision for the safety of the general public as well as

for all those engaged in the operation and maintenance of the equipment itself or

equipment connected to or installed in close proximity to it. All apparatus shall be

designed to ensure reliable and safe operation under the atmospheric conditions

prevailing at the Site and under such sudden variations of load and voltage as may

be met with under working conditions of the system.

1.8.2.3 During design the contractor shall send drawings and design calculations for

approval by the client as described in section 1.7 of specifications

1.8.2.4 System design shall ensure easy maintenance of the systems supplied

1.9 MANUFACTURING AND SHIPMENT

1.9.1 Quality Assurance Plan:

1.9.1.1 The bidder shall invariably furnish along with his offer the quality assurance plan

adopted by him/his sub-supplies in the process of manufacturing all major

equipment/component.

1.9.1.2 Precaution taken for ensuring usage of quality raw materials and sub-components

shall be stated in the quality assurance plan.

1.9.1.3 The bidder should specifically express their consent to accept additions, revisions to

their quality assurance plan to meet the employer’s requirements if needed. The final

quality assurance plan to be adopted, with mutual consent, shall be decided after

discussion with successful bidder.

1.9.2 Places of Manufacture and Sub-Contractors

1.9.2.1 All equipment offered should be the product of recognised and experienced

manufacturers who have been manufacturing specified equipment for the last

twenty years. Equipment shall be of basic design and size similar to such that has

Page 71: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 63 of 218

been in successful continuous operation for at least three years preferably under

similar climatic conditions. Proven plant reliability and high availability are of prime

importance and the attention of the tenderer is drawn to these particular

requirements.

1.9.2.2 The manufacturer's identity and places of manufacture, testing and inspection before

shipment for the various portions of the Contract Works shall be specified in the

Technical Schedules and shall not be departed from without the agreement of the

Project Engineer

1.9.2.3 As soon as practicable after entering into the Contract, the Contractor shall, having

obtained the Project Manager's consent in accordance with the Conditions of

Contract, enter into the Sub- contracts he considers necessary for the satisfactory

completion of the Contract Works.

1.9.2.4 All Sub-contractors and Sub-suppliers of components and materials shall be subject

to the approval of the Project Engineer. Information shall be given on each Suborder

sufficient to identify the material or equipment to which the sub-order relates,

stating that the material is subject to inspection by the Project Manager before

dispatch.

1.9.2.5 If the Employer at any stage in the design and production period finds out that the

sub-contractor do not fulfil the requirements in the specifications and it is obvious

that the required quality cannot be achieved by corrective measure he can request

the subcontract to be suspended and the works to be produced elsewhere without

extra cost for the Employer.

1.9.3 Inspection and Testing

1.9.3.1 Tendering requirements

(a) The manufacturer shall be responsible for performing or for having

performed all the required tests specified under the specifications. Tenderer

shall confirm the manufacturer’s capabilities in this regard when submitting

tenders. Any limitations shall be clearly specified.

(b) Tender documents shall be accompanied by copies of Type test and Routine

test reports & certificates for similar rated equipment for the purpose of tender

evaluation. Type test reports & certificates shall be certified by the National

Standards and Testing Authority (NSTA) of the country of origin or by a third

party Reputable Testing Authority. Where a body other than NSTA is used to

certify the type-test reports, a copy of the certificate of accreditation shall be

attached.

(c) Current contact information of the testing and certification authority shall be

provided. Tenderers should note that this requirement is MANDATORY.

1.9.3.2 Manufacturing quality control, inspection and testing procedures

Page 72: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 64 of 218

(a) All materials used in the Contract Works are subject to inspection by the

Project Engineer and it is the Contractor's responsibility to advise the Project

Engineer when equipment and materials are available for inspection, at least

one month in advance. Factory tests on equipment shall be made according to

the applicable IEC Standards, or as specifically specified or according to

standards approved by the Project Engineer. Routine tests shall be made on

each unit of all equipment.

(b) Type tests shall be made on one unit of each type of different equipment

components. Instead of carrying out the type tests the Contractor may submit

suitable certificates of tests made on equipment components of the same type;

however, the employer reserves the right of accepting these certificates or to

reject them partially or totally. Tests shall however be conducted on all

assembled equipment, type tests reports will only be allowed as substitute for

components of the completed equipment.

(c) Measuring and test equipment to be used shall be approved by the Project

Manager and if required shall be calibrated at the expense of the Contractor

at an approved laboratory

1.9.3.3 Inspection and testing program

(a) The Contractor shall prepare and execute a testing program which will

establish that specified requirements have been met and that the items

furnished and installed will perform as specified and required.

(b) The Contractor shall submit to the Client for approval, during or immediately

following the submission of drawings, testing programs describing each test

to be performed during factory acceptance tests (FAT), site commissioning and

performance tests. The program shall establish the sequence of the tests, the

equipment preparation and operation procedures to be followed and the

detailed procedure for conducting each test.

(c) Contractor shall submit a ten day programme for training on protection

systems prior to factory tests. The program will be approved by client engineer

prior to the tests.

(d) The program shall also contain performance guarantees, design values,

technical particulars, or other criteria for the evaluation of each test. These

programs shall be submitted for approval and distributed in the same manner

as the drawings.

1.9.3.4 Attendance of Client’s Personnel at Factory Tests and Training

(a) The Contractor shall arrange for Client’s engineers or staff members to witness

tests of major items of equipment at the Contractor manufacturing plant/s.

(b) The Contractor shall submit factory training and factory acceptance tests

schedule for approval. After approval by the Client, the Contractor shall invite

the Client’s engineers for training and factory acceptance tests. A period of at

least one month shall be from date of invitation to the date of departure to the

Page 73: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 65 of 218

contractor’s country of manufacture to allow enough time for travelling

preparations.

(c) Training of at least 2 weeks period at manufacturer’s plant shall be provided,

in order to enable client engineers understand the equipment design, operate

and maintain the equipment successfully. Factory acceptance testing shall

proceed after the training.

(d) The above two tasks shall be arranged to follow each other; training to precede

the factory acceptance tests.

(e) At least five client’s Engineers shall attend the two activities

(f) Contractor shall be responsible for all travel within country of manufacture

and all other associated costs of stay by client engineers other than

accommodation and out of pocket expenses which will be catered by the

client. Necessary expenses including internal air ticket cost between

Contractor’s manufacturing facilities, inland travel charges in the

Contractor’s country shall be included in the Tender. Where manufacturing

facilities are located in different countries the contractor shall bear the cost of

international travel and visa application between contractors main factory

home country and the other countries

(g) The Client will be responsible for the round-trip airfares between Kenya and

the Contractor’s main factory country, accommodation and out of pocket

expenses.

(h) Contractor shall facilitate visa application for the client engineers by

providing necessary support documents required by the contractors country

government

(i) All factory tests and training requirements indicated in the particular

specifications shall be carried out.

(j) After the tests, detailed test report and client inspection report shall be signed

by the client engineers and contractor. These documents shall then become

part of the contract.

(k) FAT meeting minutes duly signed by the contractor and the client

representative shall form part of official project documentation and shall be

required for payment processing by the bank.

(l) Client will give consent for shipping ONLY after ALL the issues discussed in

the minutes and noted in the client inspection report have been rectified and

evidence given to the client.

.

1.9.4 Packing, Transportation and Storage

1.9.4.1 The Supplier shall provide such packing of the Goods as is required to prevent their

damage or deterioration during transit and temporary storage up to their final

destination as indicated in the Contract. The packing shall be sufficient to withstand,

without limitation, rough handling and exposure to extreme temperatures, salt and

precipitation. Packing case size and weights shall take into consideration, the Goods'

Page 74: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 66 of 218

final destination and the absence of heavy handling facilities at all points in transit.

Indoor electrical equipment must be enclosed in welded polythene envelopes inside

packing cases and the envelopes shall be evacuated or have a desiccant inside.

1.9.4.2 The following information must be clearly stencilled or printed on each packing

case, crate, cask, drum, bundle or loose piece, care being taken that the number and

other particulars on each package agree with those entered in the packing list

accompanying the Invoice:

(a) Employer's Identity

(b) Supplier's Identity

(c) Destination

(d) Project name

(e) Contract No.

(f) Package No.

(g) Item Code

(h) Weight, dimensions

1.9.4.3 The marking above shall be durable and upon the body of the package. Marking

upon a batten fastened on the case, etc. shall not be used. In the case of bags, bundles

and loose pieces, the shapes of which do not permit the marks to be put on the actual

package, each bag, bundle or loose piece shall have two metal labels each with two

holes securely fastened by independent wires. Each label shall be die-stamped with

the above particulars.

1.9.4.4 The Contractor shall be responsible for all transportation from manufacturing site

to Masinga power station

1.9.4.5 Employer shall give clearance for shipment of the equipment only after : all the

finalised and approved Drawings, Instruction and maintenance manuals and

software have been handed over to the client; any problems noted during FAT have

been rectified and upon receipt of Authentic certified copies of the factory Test

Reports

1.9.4.6 Contractor will be responsible for equipment and tools handling on site.

1.10 INSTALLATION AND COMMISSIONING

1.10.1 Storage at Site

1.10.1.1 The Contractor shall be responsible for proper storage of equipment when delivered

until taking over. Care shall be taken to assure adequate storage to avoid damage to

equipment due to rain or strong sunshine.

1.10.1.2 The client will provide space for contractor to set up a storage facility and site office

Page 75: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 67 of 218

1.10.2 Erection, Site Testing and Commissioning

1.10.2.1 The Contractor shall carry out all erection, testing at site and commissioning of the

new equipment specified in the Specifications. The Contractor shall perform all

electrical, mechanical, civil works and furnish materials that might be necessary

during the installation and mounting of the new protection equipment.

1.10.2.2 All work, methods of work and workmanship, whether fully specified herein or not,

shall be of the highest order in all respects; the generally accepted requirements and

commonly recognised good practice for first class work of the nature are to be

adhered to.

1.10.2.3 The Contractor will make all materials, tools and equipment necessary for

installation, testing and commissioning of the works available. The Client will be

responsible for clearing and bonding [with Kenya Customs Department] of the

installation and commissioning tools & equipment on receipt of Airway bill or Bill of

Landing, list of tools & equipment with serial numbers, PFI [proforma invoice clearly

marked ‘Value for ‘Customs Purposes Only’ and must show the price of each tool &

equipment and extension thereof ]. The Contractor shall meet the cost of shipment

in his country while the Client will meet the cost of return shipment in Kenya.

1.10.2.4 Contractor site manager with qualifications stated in the instruction to bidders shall

manage the works in person. He/she is expected to be available throughout the

project execution or to be represented by an equally qualified person. Works will

only proceed when the stated person is present on site.

1.10.2.5 It shall be Contractor’s responsibility to provide all staff, such as engineers,

supervisory staff, skilled and unskilled labour necessary to carry out and complete

the Contract Works on schedule as specified. Information regarding site staff shall

be provided to the project manager

1.10.2.6 Client shall however provide staff to be attached to the contractor throughout the

project; the number and scope of client staff shall be discussed with contractor prior

project take off to allow the contractor to plan. Client’s personnel shall be involved

in every aspect of the project.

1.10.2.7 Work shall only be carried out in the time of day approved by the project engineer.

No work shall be carried out in absence of client personnel

1.10.2.8 Removal of old equipment, panels and cables shall be carried out under supervision

of the client. No equipment shall be removed without the client representative

present. All existing equipment shall be the property of the client.

1.10.2.9 The contractor shall indicate the period required at site to install and commission

the equipment.

1.10.2.10 Installation & commissioning shall be performed on separate periods for the two

units.

1.10.2.11 At the completion of the Contract, the Employer reserves the right, at his discretion,

to take over tools, special tools, test equipment (not included in the bid document)

and other construction equipment used by the Contractor in connection with the

Contract, at depreciated prices to be mutually agreed upon at that time.

Page 76: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 68 of 218

1.10.2.12 Testing at site shall be carried out by experienced commissioning engineers.

Functional tests shall be inherent in all test procedures. The Contractor shall record

the test results in an approved form in such a manner that the test reports can be

used as the basis for future maintenance tests. Test methods, test equipment and test

equipment calibration details shall be noted on the test sheets.

1.10.2.13 Commissioning shall be carried out by the Contractor in the presence of the

Employer's engineers. The Contractor shall prior to commissioning draw up a

detailed commissioning schedule for approval showing the sequence to follow step

by step in all connections, including wet tests and other pertinent factors. Client will

then include tests related to the modified existing control system as part of

commissioning schedule and forward to contractor to create a final schedule to be

approved by the client.

1.10.2.14 Client commissioning engineers at site shall keep a copy of complete record of the

test results. One copy of corrected drawings shall also be kept at site after

commissioning

1.10.2.15 A complete final test report in 4 sets shall be handed over to the Project Manager not

later than one month after the Plant is commissioned.

1.10.3 Instruction/Training on Site for maintenance and test procedures

1.10.3.1 During the installation and commissioning periods, the Contractor’s site manager,

commissioning engineers/supervisors shall give ‘on the job’ instruction /training to

the client engineers. The Contractor’s Engineer/supervisor shall train the client’s

engineers in such disciplines as;

(a) Maintenance and test procedures and techniques on the Equipment using test

equipment provided by contractor.

(b) Operational techniques relative to the Equipment both for local and remote

operation as appropriate.

(c) Step by step procedure in pre-commissioning and commissioning of the

Equipment into operation.

1.10.3.2 The contractor shall document detailed maintenance procedures and checklists for

protection equipment and hand over to the client for use during plant maintenance.

1.10.3.3 Client engineers shall carry out software development

(programming/configuration) of SCADA interface equipment for one unit under

supervision of the contractor. Contractor shall provide full support to client

engineers in respect to configuration and programming of all IED’S supplied under

the contract.

1.10.3.4 The contractor shall furnish all equipment that is necessary for test and maintenance

of the supplied equipment. These shall include but not limited to: - test blocks for the

protection relays, voltage and current injection kits, programming tools (Lap top

with installed software and accessories) and any other test equipment that may be

necessary for maintenance and integrity checks of the supplied equipment.

Page 77: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 69 of 218

1.10.4 Accommodation of Contractor's Personnel

1.10.4.1 Accommodation will be provided to a maximum of two Contractor’s employees at

employers lodging facilities located 35KM from Masinga power station. Cost of

meals and other personal expenses will be the responsibility of the Contractor. Meals

can be obtained at the Client’s Club located within the site.

1.10.4.2 Transport (including local airport connection) at the site during the works will be

the responsibility of the Contractor.

1.10.5 Health, environment and safety

1.10.5.1 The Contractor shall follow all Kenyan rules and regulations related to workers’

safety and health as well as regarding protection of the environment.

1.10.5.2 The Contractor shall be responsible for equipping all his workers and his/her

subcontractors with necessary safety equipment such as helmets, eye protection

glasses, safety shoes and safety belts and enforcing the use of such. Nobody will be

allowed to work in the client site without proper personal protective equipment.

1.10.5.3 No toxic material (such as Halon, PCB, and Asbestosetc.) shall be utilised neither

during construction nor under operation and maintenance.

1.10.5.4 The Contractor shall at all times during the course of work prevent accumulation of

debris caused by the work. He shall also remove all debris and temporary structures

when finishing the work.

1.10.5.5 All surplus material should be disposed in an environmental satisfying way.

Particular attention shall be given to safe disposal of environmentally hazardous

substances. Workable equipment shall be handed over to the Employer.

1.11 MAINTENANCE EQUIPMENT& TOOLS

1.11.1 All maintenance and test equipment required shall be included in the price schedule and

will be handed over to the client in good order on completion of commissioning tests. This

shall include but not limited to:-

(a) Test equipment used for commissioning of the protection system

(b) All software used (Protection Relays, HMI software and programs etc.)

(c) All necessary software licenses

(d) Hardware connections necessary to connect the programming laptop to the

programmable devices supplied.

(e) Protection relay test blocks.

(f) Portable computers (laptops) one for protection relays, one for SCADA

interface equipment configuration and one for each test equipment requiring

a laptop as the only controller.

(g) Voltage and Current injection kits.

Page 78: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 70 of 218

1.11.2 The Contractor shall supply in lockable boxes, for the Employer’s use, any special tools

that may be required for assembly, dismantling adjustments and maintenance of the

equipment. The tools shall be unused and in new condition at the time of handover.

Suitable special spanners shall be provided for bolts and nuts, which are not properly

accessible by means of an ordinary spanner.

1.12 AFTER COMMISSIONING TRAINING

1.12.1 The contractor is expected to conduct detailed training for at least three weeks on the

systems supplied to client operations and maintenance personnel. The training shall cover

both theory and practical aspects of the systems. The content of the training will include

general theory on protection systems, specific theory related to particular equipment

supplied and practical lessons on operating and maintaining equipment supplied

1.12.2 Protection systems training shall Encompass:

(a) Generator protection schemes, transformer protection schemes and bus bar

protection schemes

(b) Details on setting calculations and determination of functions to use for the

above schemes for various types of generators, transformers & bus bars

(c) Using the numerical relays logic editor. Practical on creating and editing

schemes using the logic editor.

(d) Relay setting and parameterization

(i) Relay configuration with respect to I/P, O/P and functional block for

protection.

(ii) GOOSE configuration

(iii) Configuration and Interfacing required to for third party SCADA system

(iv) Diagnostic features

(e) Testing various protection schemes using secondary injection test set.

Automatic testing of major functions e.g. differential, over current, phase shift

functions and voltage functions shall be carried out.

Contractor shall develop and provide test objects for the relays supplied

(f) Commissioning testing of generator and transformer protection systems from

first principles. Primary injection testing during commissioning

(g) Routine protection system checks and testing procedures. This will include

training on maintenance testing of the whole protection system components

i.e. instrument transformers, protection relays, lockout relays, circuit breakers

etc.

(h) Detailed training on IEC 61850 standard relating to protection system

communications. How to carryout configuration and testing using the

standard

(i) Detailed training on OPC and interfacing to SCADA communication protocols.

(j) Configuration, Installation and replacement of protection relays and other

protection system components. Client engineers will be taken through step by

Page 79: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 71 of 218

step configuration of the relays supplied and shall by the end of the training

be able to fully configure the protection relays.

(k) Protection relays software update, IO cards replacement, troubleshooting and

any other operation on numerical relays.

(l) Any other training on operation and maintenance of the protection

components supplied.

(m) Training on applications/programs developed for interfacing the protection

system to SCADA system via communication

(n) Use of drawing software supplied

1.12.3 No of days for fruitful training detailed above shall be indicated in the bid. The detailed

content of the training will be proposed by the contractor and forwarded to the client for

approval and revision prior to commencement of the works.

1.12.4 Training shall be carried out after commissioning of the last unit

1.12.5 Training will be conducted in client’s facilities and on site using installed equipment,

spare equipment supplied will be configured and used for demonstrations. Power plant

outage will be booked in order to carry out practical training; during this period

Contactor shall also carry out identified defects corrections

1.12.6 Contractor shall provide a certified and experienced trainer who is fluent and has

excellent command of English language.

1.12.7 Contractor shall supply training aids including a detailed training guide or document well

prepared in advance. Contractor is expected to be well prepared for the training with

necessary presentations specific for the training. Contractor will also prepare and present

certificates to participants at the end of the training

1.12.8 Contractor shall present to the client project engineer training aids, presentations and

documents to be used for training two weeks prior to the training to ensure it contains all

necessary/ required content by the client. Contractor is expected to include all materials

necessary for the understanding, operation and maintenance of supplied systems

1.12.9 Client will provide projectors and other necessary training facilities

1.12.10 Theory training will be conducted for a group of up to twenty client personnel or any

other number communicated to the contractor two weeks prior to the training. Practical

training will be done in small groups to be agreed upon with the client and will be held

in the power plant using installed equipment. Theory training shall include

demonstrations using the spares to be supplied.

1.12.11 Cost of this training shall be included in the tender price

1.12.12 During the training period spares shall be tested prior to acceptance by the client

1.13 SPARES DURING THE 12 MONTHS WARRANTY PERIOD

1.13.1 It is a condition of this contract that all malfunctioning items during the warranty period,

to start after issue date of Take over Certificate, shall be replaced by the Contractor at his

own cost provided that defects are not as a result of the Client negligence.

Page 80: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 72 of 218

1.14 WARRANTY

1.14.1 The Contractor warrants that goods supplied under the Contract are brand new, unused,

of the most recent or current models, and that they incorporate all recent improvements

in design and materials unless provided otherwise in the Contract. The Contractor further

warrants that all Goods supplied under this Contract shall have no defect, arising from

design, materials, or workmanship (except when the design and/or material is required

by the specifications) or from any act or omission of the Contractor, that may develop

under normal use of the supplied Goods in the conditions prevailing in the country of

final destination.

1.14.2 This warranty shall remain valid for twelve (12) months after the Equipment, or any

portion thereof as the case may be, have been commissioned and take over certificate

signed by both parties, or for twenty four (24) months after arrival of equipment at site

whichever period concludes earlier.

1.14.3 The bidder shall also guarantee supplying maintenance spares and services as well as

repairing of protection relays for a period of 15 years.

Page 81: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 73 of 218

2 GENERAL TECHNICAL SPECIFICATIONS

2.1 STANDARDS

2.1.1 Ratings, characteristics, tests and test procedures, etc. for the electrical equipment

encompassed by this Specification shall comply with the provisions and requirements of

British standards (BS) and standards of the International Electro-technical Commission

(IEC) Or International Electrical & Electronic Engineers (IEEE) unless otherwise stated in

Particular Technical Specifications.

2.1.2 Where the BS/IEC/IEEE standards do not fully cover all provisions and requirements for

the design, construction, testing, etc. and for equipment and components that are not

covered by IEC recommendations, The European Committee for Standardization (EN)

standards or other recognised national/international standards LISTED BELOW shall be

applied.

Other recognized national and international standards

(a) American National Standards Institute -ANSI

(b) International standardization organization - ISO

(c) Japanese Industrial Standards – JIS

(d) Japanese Electro-technical Commission – JEC

(e) German DIN

(f) American Society of Mechanical Engineers Relevant Test Codes and

Appendices – ASME

(g) American Society for Testing and Materials -ASTM

2.1.3 The latest revision or edition in effect at the time of Bid Invitation shall apply for all

standards used or stated in this tender document. Where references are given to numbers

in the old numbering scheme from IEC it shall be taken as to be the equivalent number in

the new five-digit number scheme.

2.1.4 The Tenderer shall specifically state the Precise Standard, complete with identification

number, to which the various equipment and materials are manufactured. The Bid

Documents do not contain a full list of standards to be used; they are only referred to

where useful for clarification of the text.

2.1.5 The bidder shall submit copies of the relevant standards applicable to the offered

equipment

2.1.6 Equipment meeting with any other standard, which ensures equal or better quality, may

be accepted. Where the equipment conforms to any other standard, the salient points of

difference between the standards adopted and the above standards shall be clearly

brought out in the tender. A certified copy of such standard in English version shall be

submitted along with the bid.

Page 82: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 74 of 218

2.2 GENERAL REQUIREMENTS

2.2.1 The protection Equipment and all associated systems shall be designed to ensure

continuity of operation under all working conditions and to facilitate inspection,

maintenance and repairs. All reasonable precautions shall be taken in the design of

equipment to ensure safety of personnel concerned with the operation and maintenance

of the equipment.

2.2.2 All components shall be adequately rated or sized for their most onerous duty and the

specified ambient temperature. Due account shall be taken of any heat generated by the

equipment therein and the components shall be appropriately selected, rated or de-rated

as necessary to suit the most onerous operating temperature within the equipment.

2.2.3 All equipment/components to be supplied must have spares available for the next 15

years after installation.

2.3 MATERIALS

2.3.1 General

2.3.1.1 The equipment shall withstand without permanent weakening or deformation from

short circuit current within the rating of the apparatus (including those due to faulty

synchronising) as well as normal atmospheric over voltages taking into account the

use of lightning arresters. Special considerations shall be given to pressure rises by

short circuits and fire risk. All material and equipment shall be designed and

arranged so that over pressure will be relieved in a safe direction and so that fire risk

is minimised and consequences of a fire reduced

2.3.1.2 All plastic material used in boxes, panels and boards shall be halogen free and self-

extinguishable. The contract supplies shall be designed to facilitate inspection,

cleaning and repairs and for operation, in which continuity of service is the first

consideration. All conductors and current carrying parts must be dimensioned with

ample cross sections so that temperatures are kept within limits in operation and

under short circuits. Temperature rises on all equipment shall be kept within limits

set in IEC standards provided nothing else is specified. For all current carrying parts

the permissible short circuit duration shall be at least 1 second. All electrical

connections shall be secured by bolts or set screws of ample size, fitted with locknuts

or lock washers of approved types. The equipment shall as far as possible be factory

mounted with internal cables and internal equipment installed before shipment.

Plug-in components can be shipped separately.

2.3.1.3 Equipment for use in live panels shall not be flammable and shall be self-

extinguishable. Or resistant to flame propagation

2.3.1.4 Equipment for use outdoors or in wet or damp rooms shall be constructed so that

water runs off. It shall also have devices draining any inside condensation that may

form. Axial bearings on such equipment must be equipped with durable sealing

preventing water to ingress.

Page 83: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 75 of 218

2.3.1.5 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.

2.3.1.6 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.

2.3.1.7 All parts shall conform to the dimensions shown and shall be built in accordance

with approved drawings. All joints, datum surfaces and meeting components shall

be machined and all castings shall be spot faced for nuts. All machined finished shall

be shown on the drawings. All screw, bolts, studs and nuts and threads for pipe shall

conform to the latest standards of the International Organization for Standardization

covering these components and shall all conform to the standards for metric sizes.

All materials and works that have cracks, flaws or other defects or inferior

workmanship will be rejected by the Employer.

2.3.1.8 Casting shall be true to pattern, of workmanlike finish and of uniform quality and

condition, free from blowholes, porosity, hard spots, shrinkage defects, cracks or

other injurious defects, shall be satisfactorily cleaned for their intended purpose.

2.3.2 Metals

2.3.2.1 Iron and Steel are generally to be painted or galvanized as appropriate. Indoor parts

may alternatively have chromium or copper-nickel plates or other approved

protective finish.

2.3.2.2 Small iron and steel parts (other than rustles steel) of all instruments and electrical

equipment, the cores of electromagnets and the metal parts of relays and

mechanisms shall be treated in an appropriate manner to prevent rusting.

2.3.3 Electrical Equipment Materials

2.3.3.1 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 (including start and stop) 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 equipment shall be designed

for a lifetime of 20 years.. No welding, filling or plugging of defective parts will be

permitted without the sanction in writing of the Project Manager. Materials that are

susceptible to mould growth under tropical conditions shall be treated to exclude

moisture and prevent growth of mould after all machining has been carried out.

2.3.3.2 Copper and aluminium used as electrical conductors shall be of the electrolytic type

and comply with the respective ASTM or DIN Standards. Cast iron shall not be used

for chambers of oil-filled apparatus or for any part of the equipment that is in tension

Page 84: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 76 of 218

or subject to impact stresses. Exception is made where it can be shown that service

experience has been satisfactory with the grade of cast iron and the duty proposed.

2.3.4 Bolts, Studs, Nuts, Screws, Washers, etc

2.3.4.1 All bolts, studs, nuts, etc., shall have a standard metric threading and conform to the

relevant standards as regards shape and tolerance. They shall be of Strength Class

8.8 and marked accordingly.

2.3.4.2 All bolts, studs, nuts, washers, screws, etc., used outdoor or in wet or moist

environment shall be in stainless steel or hot-dip galvanised. If hot-dip galvanised

bolts and nuts are used, special considerations shall be taken related to prestressing.

Bolts, nuts, studs and screws that require frequent tightening and unbolting during

inspection or maintenance procedures, shall be of stainless steel.

2.3.4.3 All bolts and nuts shall be hexagonal, either normally or of the round head socket

type and secured in an approved manner against becoming loose during operation.

The Contractor shall supply the net quantities plus 5% of all permanent bolts, screws

and other similar items and materials required for installation of the works at the

site. Any such rivets, bolts, screws, etc. which are surplus after the installation of the

equipment has been completed shall become spare parts and shall be wrapped,

marked and handed over to the Employer.

2.3.4.4 Taper pins shall have threaded stems with nuts where dismantling of the pins is

likely to be required.

2.3.4.5 Bolts shall not protrude more than 10 mm beyond the nut but not less than three full

threads.

2.3.5 Panels Surface Treatment and Painting

2.3.5.1 Panel boards, cubicles, cabinets, etc. in dry rooms shall have interior surfaces painted

with at least one priming and one finishing coat of anti-corrosion paint.

2.3.5.2 Exterior surfaces shall be adequately treated to be substantially corrosion resistant,

with one priming coat, and two finishing coats. Outdoor installations and indoor

installations in wet and damp rooms shall at least have one priming coat and two

layers of paint on zinc powder basis applied after perfect cleaning.

2.3.5.3 Structural supports outdoor and in wet or moist rooms and parts that cannot be

readily painted, shall be hot-dip galvanised. All galvanising shall be in accordance

with BS 729 or other internationally approved standards. Steel below ground shall

in addition to galvanising be protected with Bitumen or a substance of similar

quality.

2.3.5.4 The humid and tropical conditions shall be taken into account on selection of the

paints and painting procedure.

2.3.6 All External surfaces shall be painted using RAL7035 colour

Page 85: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 77 of 218

2.3.7 Locking Devices and Padlocks

2.3.7.1 Facilities for applying safety or security padlocks to circuit breaker operating

mechanisms, disconnector and switch operating handles, control switches, control

cubicles, outdoor cabinets etc. shall be provided for all equipment accessible by

unauthorised personnel. Locks with at least three keys will be provided. Padlocks

will only be used where other locks are not appropriate

2.3.8 Nameplates and signs

2.3.8.1 Marking shall be in corrosion resistant material with permanent lettering. All

equipment shall be marked in accordance with standards and local practice. The

Contractor must mark all components in a clear and unambiguous way so that it can

be related to the documentation. All operating mechanisms such as pushbuttons,

switches and handles must be marked in a precise way and necessary warning signs

must be supplied.

2.3.8.2 All outdoor nameplates and signs shall be made of non-corrosive weatherproof

material as trafolyte aluminium or stainless steel. Letters shall be white and engraved

on black background. For aluminium and steel signs black letters on metallic

background shall be used. For warning signs red background shall be used.

2.4 EQUIPMENT

2.4.1 Equipment Working Stress and Reliability

2.4.1.1 The design, dimensions and materials of all parts shall be such that they will not

suffer damage under the most adverse conditions nor result in deflections and

vibrations, which might adversely affect the operation of the equipment.

2.4.1.2 Mechanisms shall be constructed to avoid sticking due to rust or corrosion. The

equipment and apparatus shall be designed and manufactured in the best and most

substantial and workmanlike manner with materials best suited to their respective

purpose and generally in accordance with up-to-date recognized standards of good

practice.

2.4.1.3 The equipment shall be designed to cope with 0.20G acceleration of seismology on

their centres of gravity.

2.4.1.4 All equipment shall be designed to minimize the risk of fire and consequential

damage, to prevent ingress of vermin and dust and accidental contact with

electrically energized or moving parts.

2.4.1.5 Panels and switch boards shall be capable of continuous operation with minimum

attention and maintenance in the exceptionally severe conditions likely to be

obtained in a tropical climate

Page 86: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 78 of 218

2.4.2 Electrical Sockets

2.4.2.1 Single phase electrical sockets installed for lamps, hand tools, measuring equipment

etc., shall be the British standard type with 3 square pin sockets type with earth

connection. The sockets shall be rated for at least 16A (lower rating shall not be

used). Three phase sockets shall be according IEC 60309 (CEE type).

2.4.2.2 Contractor shall use sockets available in the local market.

2.4.3 Degree of Protection

2.4.3.1 Enclosures for electrical equipment shall have the following degree of protection

(ref. IEC 60034, IEC 60059, IEC 60529 and IEC 60947) where it’s not stated in the

particular specifications:

(a) Motors/Motor Terminal boxes IP 54/IP 65

(b) Dry Transformers IP 2x

(c) Limit switches IP 65

(d) Indoor switches IP 5x

(e) Outdoor switches IP 54

(f) Low voltage switchgear and control cabinets:

(i) Indoor IP 3x

(ii) Outdoor IP 54

(iii) With open door IP 20

(iv) Junction boxes IP 65

(g) Light fittings

(i) Outdoor and wet areas IP 4x

(ii) Indoor IP 2x

2.4.4 Panel Meters

2.4.4.1 Panel instruments shall be of flush-mounted, back- connected, dust-proof and

heavy-duty. They shall have a removable cover, either transparent or with a

transparent window.

2.4.4.2 Power/voltage/current instruments shall be suitable for operation with the existing

instrument transformers or as detailed in the specifications, under both normal and

short-circuit conditions.

2.4.4.3 For analogue type instruments, scale plates shall be of a permanent white circular or

rectangular finish with black pointer and markings. All measuring instruments of

analogue type shall be approximately 110mm2 enclosures and shall be provided

with clearly readable long scale, approximately 240 degrees. The maximum error

shall be not more than one and a half (1.5) percent of full-scale range.

Page 87: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 79 of 218

2.4.4.4 For panel instruments with digital readout, the display shall be a backlit LCD display.

Characters displayed shall be large enough to be read 2m away from the panel

2.4.5 Indicating Lamps and Push Buttons

2.4.5.1 All status and position indication lamps shall be of the light emitting diode type

(LEDs) and be replaceable without use of soldering or special tools. A switch for lamp

test shall be put in all panels neighbouring panels can be grouped together with one

test switch.

2.4.5.2 All indication contacts shall be galvanic isolated and potential free.

2.4.5.3 Indicating lamp assemblies shall be of the switchboard type, insulated for 110 V DC

service, with appropriately coloured lens and integrally mounted resistors for 110-

volt service. The lens shall be made of a material, which will not be softened by the

heat from the panel.

2.4.5.4 Lamp covers shall be of screwed type, unbreakable and moulded from heat resisting

material and shall be translucent to diffuse light & coloured as specified.

2.4.5.5 For the Circuit Breakers and motors, Red indicating lamps shall be used for

“ON/CLOSED” position, green lamps for “OFF/OPEN” position Indication and

Amber for Transition

2.4.5.6 For alarms/warnings, yellow/amber indicating lights shall be used while for

trips/faults, red indicating lamps shall be used

2.4.5.7 Emergency push buttons shall be protected from accidental operation by a glass

cover.

2.4.5.8 Emergency push button shall remain latched when operated until reset. Resetting

shall be done by twisting or rotating the button.

2.4.6 Fuses and Miniature Circuit Breakers

2.4.6.1 Miniature circuit breakers shall be used in control and power circuits 63 amps and

below unless otherwise stated in particular specifications. They shall be approved as

circuit breakers and have a breaking capacity sufficient to break the short circuit at

the place of use (i.e. no upstream backup fuses for reduction of fault level shall be

necessary).

2.4.6.2 All circuit breakers used in DC circuits must be approved for the relevant DC voltage

and current and shall be double pole type.

Fuses shall be used for DC ratings of 1A or below.

2.4.6.3 All MCB’s shall have at least two auxiliary contacts (NC+NO)

2.4.6.4 Circuit breakers and fuses shall be positioned vertically with incoming supply

connected on top terminals and outgoing on the bottom terminals

2.4.6.5 Symmetrical DIN rail type mounting shall be applied for all MCB’s

Page 88: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 80 of 218

2.4.7 Relays and Contactors

2.4.7.1 All resetting of relays and contactors must be possible without dismantling of any

covers and without risk for electrical shock. All contactors and relays used in DC

circuits must be approved for the relevant DC voltage and current. Type test

certificates from an independent testing facility shall be given to the client prior to

shipment

2.4.7.2 All control relays shall be firmly supported with retainer clips (spring) on their bases

to avoid mal-operation.

2.4.7.3 Limit switches not mounted in enclosures shall be of the proximity type without need

for separate power supply and equipped with light emitting diodes to indicate

position where necessary.

2.4.8 Portable Computers

2.4.8.1 All portable computer equipment shall be delivered with all software and licences

necessary to achieve the specified functionality as well as the software necessary for

programming, testing, service and maintenance through the lifetime of the

equipment.

2.4.8.2 All portable computers supplied, shall be laptops.

2.4.8.3 The laptops shall have the following minimum specifications:

Item Description

Brand name HP

Model Elite book

Processor Intel® CoreTM i7 (2.50GHz or above, with at least

2 hyper-threaded cores

Cache At least 3 MB L3 cache

RAM At least 4 GB 1600 MHz DDR3 SDRAM

Operating Systems: Preinstalled Genuine Windows 10 ultimate 64 bit

plus

Applications

fully activated complete 64bit Microsoft office

2013 suite with license and key & Activated

Kaspersky internet security anti-virus with license

Optical Drive: DVD+/-RW Super Multi DL

Hard Disk At least 500GB 7200 rpm SATA II

Display Diagonal LED-backlit 15” colour LCD

Camera and Microphone 720p HD Webcam

Integrated

Communications Integrated Intel Gigabit Network Connection

Integrated Wireless Broadcom 802.11a/b/g/n

Integrated Security Security Lock Slot plus steel cable (5.5mm thick)

with a combination lock

Page 89: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 81 of 218

Interfaces

2 USB 3.0, 1 USB 2.0, 1 HDMI Display Port, 1

stereo microphone in 1 stereo headphone/line-out,

1 1394a, 1 AC power, 1 RJ-45 1 docking

connector, 1 secondary battery connector, 1

Esata/USB 2.0 Combo, 1 VGA port

Pointing Devices Touchpad with on/off button, two-way scroll,

gestures, two pick buttons

Keyboard Full-size, spill resistant keyboard with drains

Mouse optical wireless mouse

Warranty 2 Year Warranty

Battery 6-cell (55 WHr) Li-Ion

Power Supply 240V AC, 50Hz, British plugs

Carrying Case Genuine Leather Carrying Case

2.5 CONSTRUCTION AND INSTALLATION

2.5.1 Switchboards, Panels and Cabinets

2.5.1.1 Switchboards, panel and cabinets shall be of robust construction, formed of a steel

frame and covered with smooth steel plate. The steel plate shall be folded sheet steel

of not less than 2.0mm thick and properly stiffened to prevent distortion. Panels shall

normally be covered at their rear with hinged doors. The frames of the boards and

panels shall be designed to permit firm anchoring on the floor. The frames shall

permit easy erection, and allowance shall be made for extension of the board by

similar additional panels. Panes for power circuits shall be in accordance IEC 6034

(minimum partly type tested apparatus (PTTA)). All enclosures shall be ventilated so

that the temperature inside the enclosure does not rise more than 50 above ambient

even with possible heaters connected.

2.5.1.2 Outdoor-cabinets and cabinets for moist environments shall be provided with

thermostat-controlled heaters to inhibit collection of moisture. The heater must be

arranged not to overheat any cables or equipment. Openings for drainage of

condense shall be provided at the lowest point in the cabinets.

2.5.1.3 All major or important compartments containing electrical equipment shall be

provided with a single phase 16 A square pin socket and internal lighting facilities

switched off by a door switch.

2.5.1.4 Unless otherwise specified or agreed upon, all instruments, apparatus and devices

on the panel fronts shall be provided for flush mounting. Panels with flush mounted

devices shall be provided with transparent cover. The cover shall be a hinged to

allow resetting and adjustment. All terminals and all equipment shall be accessible

without dismantling other components. Equipment shall not be mounted in swing-

out doors. However, proper swing out frames may be used provided they can be

opened will full load without twisting or distorting the panel. Windows shall be

provided in front of rack mounted equipment.

Page 90: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 82 of 218

2.5.1.5 All panels shall be provided with fluorescent, CFL or LED Lamp lighting fixture rated

for 240V AC supply, controlled by panel door switch and fuse. The number of such

fluorescent lighting fixtures shall be at two per panel.

2.5.1.6 All panels, boards and cabinets doors shall be provided with handles and key

operated locks. All doors and removable covers shall be gasketed all round with

neoprene gaskets, ventilating louvers with screen and filters.

2.5.1.7 The panel shall be provided with 240V, 50Hz. 15 A, 3 pin British type universal

socket with switch. The socket with switch shall be mounted inside the panel at

convenient location.

2.5.1.8 The new panels, cabinets and switchboards shall be constructed to fit in the existing

space where the current panels, boards & cabinets are located with cable entry from

bottom.

2.5.1.9 They shall have easy access to the wiring inside through the rear side of the panel.

2.5.1.10 The panels shall be factory wired with the reception terminal blocks for connection

to the instrumentation transformers, circuit breakers tripping coils, alarm circuits

and plant equipment.

2.5.1.11 The panels shall be mounted on approved form of anti-vibration mounting.

2.5.1.12 Relays, electronic cards and devices shall be identified with labels permanently

attached to the device. All relays shall be firmly supported on their bases to avoid

mal-operation due to vibrations when the unit is running.

2.5.1.13 The bottom of the panels shall be sealed by means of removable gasketted steel plates.

Gland plates for the bottom entry shall be at least 100mm above the floor of the •

2.5.1.14 A base plate for each panel shall be provided not exceeding 10cm in height.

2.5.1.15 All panels shall incorporate a common internal copper Earthing bar onto which all

panel earth connections shall be made. Suitable stud or holes with the right screws

shall be provided for connection to the main earth.

2.5.1.16 Appropriate eye bolts shall be provided to facilitate for easy lifting of the panels.

2.5.1.17 Panels and switchboards shall be labelled on the front and back at the top.

2.5.1.18 Marshalling cabinets, panels or boxes containing terminal blocks only shall be at

least 600mm wide with a hinged door/s.

2.5.2 Wiring within panels, switchboards and cabinets

2.5.2.1 All wiring shall be stranded flexible copper conductor with steel armoured and PVC

insulated cable, suitable for operation at voltages below 1000 V and in compliance

with the provisions of the applicable IEC Recommendations. Conductors shall not be

smaller than 2.5 mm² for current & voltage transformer circuits and 1.5mm² for all

other control circuits. The selection of conductor sizes for current transformer

circuits shall be supported by calculations.

2.5.2.2 Wire runs shall be neatly arranged in trunks and properly clamped Wiring shall be

securely supported, neatly installed by lacing and tying, readily accessible and

connected to equipment terminals and terminal blocks. Flame retardant, plastic

wiring channels/troughs with strap on plastic covers shall be used for this purpose.

Sufficient space in channel for modification of wiring shall be kept. For wiring

Page 91: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 83 of 218

within boards the "bunch" pattern shall be adopted. Ample space shall be provided

for running of cable within the enclosures.

2.5.2.3 The screens or screened pairs of multicore cables shall be earthed in accordance with

a coherent Earthing philosophy to be worked out by the Contractor and approved by

the Project Engineer. The screen and earth wires shall be terminated in terminals

dedicated for this use. All free conductors in connecting cables shall be terminated

in terminals that shall be temporarily connected to earth and special marked.

2.5.2.4 Multi-stranded conductor ends shall be fitted with a suitable crimped thimble

(bootlace ferrule type). The thimble shall be of correct type and length according to

the core size and crimple tools shall be specially adapted to the thimble and cross

section used. Each wire shall be separately terminated unless otherwise approved.

2.5.2.5 All connections shall be made at numbered terminal blocks; joints, splicing or

paralleling of wires will not be accepted.

2.5.2.6 Accidental short circuiting of certain wires is likely to result in malfunction of

equipment, such as closing or tripping of a breaker or positive and negative wires,

these wires shall not be terminated on adjacent terminal blocks.

2.5.2.7 It shall be possible to work on small wiring for maintenance or test purposes without

making a switchboard/panel dead.

2.5.2.8 Wire termination shall be made with solder less crimping type of tinned copper lugs

which firmly grip the conductor. Insulation sleeves shall be provided at all the wire

terminations.

2.5.2.9 Engraved core identification plastic ferrules, factory marked to correspond with

panel wiring diagram shall be fitted at both ends of each conductor. Ferrules shall

fit tightly on the wire and shall not fall off when the wire is disconnected from

terminal blocks. These markers (ferrule) shall be of an approved type attached to the

conductor insulation.

2.5.2.1 The wire numbers shown in the wiring diagram shall be in accordance with

BS152/BS156.

2.5.2.2 The ferrules shall be factory numbered, indelibly marked by engraving with black

letter on a white background PVC castings. All wires directly connected to trip circuit

breaker or devices shall be distinguished by white letter on a red background PVC

castings

2.5.2.3 The method of ferruling shall be subject to approval by the Employer; It is however

preferred that the Wire marker (ferrule) correspond to both origin device/terminal

block terminal Number and destination device/terminal block terminal Number or

correspond to position in the drawing. If single numeric digit ferrule is to be used

Number 6 and 9 shall not be used

2.5.2.4 The unused space on the front or rear of the panels shall be kept clear of wiring to

facilitate addition of devices without rewiring associated portion of the panels.

2.5.2.5 The contractor shall be responsible for the completeness and correctness of the

internal wiring and for the proper functioning of the connected equipment.

Page 92: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 84 of 218

2.5.3 Phase arrangement

2.5.3.1 The standard phase arrangement when facing the front of the panel shall be L1-L2-

L3-N, and L-N from the left to right, from top to bottom, and front to back for A.C

three-phase and single-phase circuits. For DC circuit it shall be N-P from left to right,

P-N from top to bottom and front to back. All relays, instruments, other devices,

buses and equipment involving three-phase circuit shall be arranged and connected

in accordance with the standard phase arrangement wherever possible.

2.5.4 Terminal blocks

2.5.4.1 All wiring shall terminate at terminal blocks, the terminal blocks shall be of the

moulded type not less than IP20 and provided with barriers to separate power from

control cables. It shall be possible to replace a single terminal block without

dismantling a whole column. They shall be clearly marked, the designations being

those entered in the respective wiring diagrams. ALL terminal blocks shall be capable

of receiving 2.5mm2conductors.

2.5.4.2 Terminal blocks for auxiliary power supply AC/DC, CT, CVT and VT secondary leads

in addition to features above shall:

(a) be 1100 V grade, at least 45 amps rated, one piece moulded, complete with

insulated barriers, stud type, melamine housing brass terminals, washers,

brass nuts and brass lock nuts and identification strips;

(b) be provided with test links and isolating facilities; be separated and specially

marked for each function;

(c) be equipped with a sliding splice for separation and “banana” sockets on both

sides for testing;

(d) be so arranged that they fall into closed position when loose;

(e) Have CT terminal arranged in a manner to allow connection of additional

circuit in series;

(f) be covered with easily removable Protective transparent plastic covers and;

(g) be suitable for connecting conductors of minimum cross sectional area of

4mm2

2.5.4.3 Knife disconnect terminal blocks shall be used for circuits other than VT, CT & aux

supply described above. These terminal blocks shall have two slots on both sides of

the knife disconnect for inserting shorting plugs and test plugs. Two Female

“banana” test plugs shall be provided for each test block. Terminal blocks for control

wiring shall be rated not less than 600V AC.

2.5.4.4 Only one conductor shall be connected to each side of a terminal block and the

branch-offs shall be made by interconnecting the necessary number of neighbouring

blocks by means of shorting plugs.

2.5.4.5 Terminal blocks using screws acting directly on the wire (conductor) as well as

spring type terminal blocks are NOT acceptable. To avoid squeezing of the wire the

screw pressure shall be applied by a pressure plate having smooth edges. ‘OBA’

terminal blocks are not acceptable. Only terminal blocks that are operated using

screw drivers are acceptable.

Page 93: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 85 of 218

2.5.4.6 Terminal blocks for different voltages SHALL NOT be mixed between one another.

All conductors in a multi-core cable shall be terminated on the same terminal block

if they are of the same voltage. The blocks shall be grouped for each voltage and they

shall be clearly marked for easy identification of the system voltage. Terminations on

T.B. shall be grouped function wise on one region of T.B.(may not be full T.B)

2.5.4.7 There shall be at least 20 % spare terminal blocks on each block.

2.5.4.8 All spare contacts/terminals of the panel mounted equipment and spare

cores/conductors of cables terminated in a panel shall be wired up to terminal blocks

with ferrule numbers starting with U.

2.5.4.9 Moulding materials making up the terminal blocks shall be self-extinguishing or

resistant to flame propagation, substantially non hydroscopic and shall not

carbonized when tested for tracking. The insulation between any terminal and frame

work between adjacent terminals shall with stand test of 2kV RMS for one minute.

The moulding shall be mechanically robust to withstand handling while making

terminations.

2.5.4.10 Terminal blocks shall be located at least 300mm from the bottom of the panel and

shall be easily accessible. All terminal blocks shall be vertically oriented in a panel;

horizontally aligned terminal blocks shall NOT be accepted. Marshalling Panels

containing terminal blocks only shall be at least 600mm wide.

2.5.4.11 Each Individual Terminal Block shall be marked with a distinctive Number, which

shall be the same Number used in the drawings, for identification purposes. The TB

number shall be engraved in black numbers in white background.

2.5.4.12 Each set of terminal Block shall be identified by a label to distinguish it from another

set of terminal block with similar Numbers for the individual terminal blocks. The

labels used will match those used in the drawings.

2.5.5 Cables and conductors

2.5.5.1 All cables shall be armoured.

2.5.5.2 The cables shall be marked with item designation in both ends as well as by entrances

in enclosures. The cable marking shall be fire proof

2.5.5.3 Cable markers shall be installed at the beginning and end of the cable

2.5.5.4 Cables shall be neatly arranged, well supported and labelled at the gladding or

termination point

2.5.5.5 No joints shall be allowed.

2.5.5.6 Cables shall be wound on strong drums arranged to take a round spindle of a section

adequate to support the loaded cable drum during installation and handling. The

drums shall be lagged with closely fitting battens that shall be securely fixed to

prevent damage to the cable. Wooden drums shall be constructed of seasoned timber

to prevent shrinkage of drums during shipment and subsequent storage at site. Each

drum shall be clearly marked including indication of direction of rolling.

2.5.5.7 The ends of the cables shall be suitable sealed to prevent ingress of moisture. The end

of the cable left projecting from the drum shall be securely protected against damage

by mishandling during transport and storage.

Page 94: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 86 of 218

2.5.5.8 All wiring shall be carried out with 1100V grade single core multi strand flexible

copper conductor wires with HRPVC insulation and shall be flame retardant, vermin

and rodent proof.

2.5.5.9 All conductors shall be multi-stranded copper. The conductor shall be new, clean,

uniform in size, shape and quality, smooth and free from scale, splits, sharp edges

and other harmful defects. The conductor shall be in accordance with IEC 60228.

The conductor shall be filled with swelling powder to stop axial ingress of moisture.

2.5.5.10 The maximum continuous current carrying capacity and maximum permissible

continuous conductor temperature, and the factors for determining such rating and

temperature shall be based on recommendations found in IEC 60287, subsequent

amendments and all conditions prevailing on the Site

2.5.5.11 All conductors cross section must be checked against max load current, allowable

burden on measuring transformers, short circuit values, voltage drop, protection

requirements and selectivity. Conductors however shall have minimum cross

sections as follows:

(a) Measuring cables from VT & CT output - 2.5 mm2

(b) Control and other measuring cables - 1.5 mm2

(c) Power cables according 120 % max load current

(d) Analogue signal cable-shielded twisted pairs-1.0mm2

(e) Networking cables- shielded twisted pairs -cat6

2.5.5.12 Colour coded wires (red, yellow, blue, black) shall be used for CT, VT and CVT

secondary connections.

2.5.5.13 The standard phase colours for AC supply conductors including CT & VT output are:

Red for L1 phase, Yellow for L2 phase, Blue for L3 phase, black for neutral and Green

with yellow stripe for Earth/ground wires.

For auxiliary DC Supply, Red for Positive and black for negative. Conductors for

instrumentation and control signals shall be numbered clearly along the whole cable

length for easy identification

2.5.6 Cable Laying and Routing

2.5.6.1 The final routing of HV and LV cables in indoor and outdoor installations shall be

determined by the project engineer, from the directives given in Particular

Specifications, and the principles shown in the layouts on the drawings. All cable

routing must adapt to obstacles as tubes and ventilation channels. All penetrations

of fire zone separations shall have the same fire classification as the separation itself.

2.5.6.2 Cables shall be laid on corrosion resistant (aluminium or hot dipped galvanised)

cable trays and racks and by raising cables fixed to cable ladders. The trays shall be

dimensioned and fixed so that it allows one man to climb on it in addition to the

cable load. Each tray shall have at least 15 % spare capacity. The distance between

each tray shall at least be 300 mm. For exposed outdoor installations cables shall be

laid in covered cable trenches, plastic or steel ducts, depending on the available

space.

Page 95: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 87 of 218

2.5.6.3 Branch offs to individual equipment shall be fixed and supported all the way to the

connection box. Cables and cable supports shall be properly fixed and secured

against movement under short-circuit and strain caused by erection work. Particular

attention shall be given to termination in confined areas where personnel may climb

under erection and maintenance. Flexible tubes of “spiral type” shall not be used

whereas tubes of “plica” type can.

2.5.6.4 Low power cables, i.e. cables for control, metering, etc. shall not be run in close

parallel to high power cables or earth wires, but shall be run at the greatest possible

separating distance. The minimum distances are:

(a) High and medium voltage versus control and measuring cables 800 mm

(b) Low voltage power cables versus control and measuring cables 400 mm

2.5.6.5 Necessary EMC consideration shall be taken in accordance with EMC standards.

2.5.6.6 Additionally, cables for extra low power, i.e. mA and mV circuits and cables

connected to low power solid state electronic circuits, shall be laid in separate sheet

steel trays with covers.

2.5.6.7 Single-phase power cables shall be run in trefoil configuration, single-phase DC

power cables shall be run in parallel. Special care shall be taken so that closed

magnetic circuits do not form around single phase cables.

2.5.6.8 Cables shall be laid in full runs and not spliced unless approved by Project Engineer.

Termination of multi-stranded conductor ends shall be with a suitable crimped

thimble as specified above. All other cable lugs or similar shall be of crimped type

adapted to the cable type and cross-section used. The tools used should be special

approved for the lugs and cable type used.

2.5.6.9 All cables shall be well marked with heat and oil resistant markers

2.5.6.10 The cable supplier’s instructions regarding handling and bending radius shall be

followed.

2.5.7 Labelling

2.5.7.1 All Panels, switch boards, cubicles and all front mounted equipment as well as

equipment mounted inside the panels shall be provided with individual labels with

equipment designation engraved for identification. The labels or escutcheon plates

shall be mounted directly above the respective equipment with English description

and also where appropriate the IEC Number

2.5.7.2 The Device Name/Number shall correspond to the Name/Number used in the

drawings. All panel devices shall also be provided tag numbers corresponding to the

ones shown in the panel internal wiring drawing to facilitate each tracing of wiring.

These labels shall be mounted directly by the side of the respective equipment and

shall not be hidden by the equipment wiring.

2.5.7.3 Labels shall be made of Aluminium anodized plate P.V. Castings. The entries on the

plates shall be indelibly marked by engraving with black letter on a white

background. The plates shall be made of weatherproof and corrosion-proof

materials and shall not be deformed under the service conditions at the site.

Page 96: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 88 of 218

2.5.7.4 All devices e.g. relays, timers, MCB’s, instruments etc. shall be given standard IEC

abbreviation numbers with name of device, corresponding to the ones shown in the

panel internal wiring drawings.

2.5.7.5 Major equipment shall be provided with a rating plate containing the necessary

information specified in the relevant IEC standards.

2.5.8 Auxiliary Supply

2.5.8.1 Contractor shall reconnect the existing AC / DC supply for Switches, Panel

illumination, space heater etc. and supplies for control and protections of existing

panels. Where deemed necessary a fresh connection shall be made from the power

distribution boards, the contractor shall be expected to supply cables and associated

switchgear e.g. circuit breakers where necessary.

2.5.8.2 Devices and equipment shall be suitable or adopted for 110V (+/-10% )DC supply

and 240V/415V(+/-10% )AC supply which is existing at the station

2.5.9 Earthing (Grounding)

2.5.9.1 There shall be exposed and accessible Earthing bars in all panels connected to the

existing station Earthing/grounding system. Cables shall be earthed and shielded in

accordance with Earthing philosophy worked by contractor. All connections

between equipment and the Earthing network shall be exposed (not embedded) and

easily accessible for checking of the transition points.

2.5.9.2 Contractor shall take the necessary measures and furnish the required material for

the safe Earthing of:

(a) All steel structures, metal parts and overhead ground wires.

(b) All metal parts, even if these do not constitute a conducting part of an electric

system of the plants, such as machinery, operating desks, piping, sewers, rails,

metal tanks, lighting, fixtures, cable racks, etc.

(c) All operational electric systems such as power and instrument transformers,

lightning arresters etc.

2.6 SOFTWARE

2.6.1 One copy of each different type of Software in a CD Rom, for Protection Relays,

SCADA/HMI systems and other measuring and Control Devices whose Configuration and

Settings is Software based and the connection Cable (Two for each type of device) shall be

sent to the employer by courier before Approval for Shipment of the equipment is granted

by the Employer.

2.6.2 Logic diagrams/programs, PLC application programs, HMI/SCADA application

programs, document management application and all other programs developed by the

contractor or their supplier or subcontractor for operation of any device supplied under

this project shall be sent to the employer before Approval for Shipment of the equipment

is granted by the Employer.

2.6.3 Intellectual property rights for IED/ controller Logic diagrams/programs, PLC application

programs, HMI/SCADA application programs, document management application and

Page 97: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 89 of 218

all other programs developed by the contractor or their supplier or subcontractor

SPECIFICALLY for operation of any device supplied under this project/contract SHALL BE

CEDED to the employer after commissioning

2.6.4 All the software required for configuring or programming IED’s, PLC’s, industrial PC’s or

any other device whether explicitly mentioned in the specifications or not shall be

supplied for installation to two portable PC’s. The software shall also be capable of

downloading and analysing data from the IED/measuring device.

2.6.5 It shall be possible to load the configuration/programming software into at Least two

different Laptop Computers without requirement for additional licenses, in order to

facilitate Operations. Where additional licenses are required, the cost shall be considered

to have been included in the bid.

2.6.6 All software/programs running on any of the supplied devices which may be required for

installation and reinstallation into the device at any point in the lifetime of the device e.g.

after changing some parts or repairing shall be supplied

2.6.7 Four sets of hard cover bound manuals for each type of software Supplied providing

detailed Instructions for programming settings and configuration of the relays and other

devices and downloading of data, shall be supplied.

2.7 INTERFACING TO POWER PLANT SYSTEMS

2.7.1 Cabling and terminations

2.7.1.1 The new panels wiring to existing systems and instruments shall be replaced with

correctly rated armoured cabling. It shall be the duty of the contractor to make a

detailed study of the systems to be interface to so as to size the cables appropriately

to fit available cable trays and pathways and at the same time fulfil guidelines in

section 2.5 and offer all required functions in the particular section. It shall be the

responsibility of the contractor to remove the existing cables

2.7.1.2 Cable terminations to other power plant panels shall be carried out by the contractor

under supervision of the employer. Internal wiring modifications of the power plant

control panels to uptake signals from or offer power supply to new panels shall be

carried out by the employer. Contractor shall however provide all necessary tools

and accessories including but not limited to: terminal blocks, ferrules, lugs, auxiliary

relays and any other accessory required to do so.

2.7.2 Interfacing to Plant Control System

2.7.2.1 Potential free contacts shall be made available and wired to the external interface

terminal block for connection to the manual control panel and automation PLC panel

for signals provided for in the particular technical specification

2.7.2.2 Protection relays and any other IED as per particular specifications shall be

interfaced to plant control system by hardwiring and via TCP/IP Ethernet

communication interface.. All tripping outputs will be hard wired. Hardwiring will

take precedence and all important signals including those not explicitly mentioned

in the particular specifications but required for optimal operation and monitoring

shall be provided.

Page 98: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 90 of 218

2.7.2.3 Protection relays and any other IED providing events & alarms shall be time

synchronized with the GPS receiver system for events & alarms time stamping. The

contractor shall supply and install a complete GPS receiver time synchronisation

system for this purpose.

2.7.2.4 Contractor shall test all existing instrument transformers and other instrumentation

devices to be connected to the new system before connecting to the new system.

3 MASINGA POWER PLANT MAJOR EQUIPMENT DATA

3.1 Overview

3.1.1 Masinga power plant consists of two vertical Kaplan turbines driving generators of the

salient type.

3.2 Generator No.1 & No.2 Data

3.3 Generator Transformer No.1 & No.2 Data

Plant Details Rating Rated Output 23.5MVA Rated Voltage 132000/11000V Tap changer OFF Load Tap Range Tap1 – Tap6 +10% to -5% of 132000V Vector Group Yd1 Impedance 13%

Plant Details Rating

Rated Output 23.5MVA

Rated Voltage 11000V +/- 5%

Rated Current 1235A

Field Voltage 108VDC

Field Current 1280A

Power Factor 0.85

Frequency 50Hz

Rated Speed 300 RPM

Number of Phases 3

Stator winding Insulation Class F

Manufacturer ABB

Fly wheel effect(GD)2 5.12MN m2

Page 99: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 91 of 218

3.4 Station Transformer No.1 & No.2 Data

3.5 Alternative Supply Transformer Data

3.6 Operating Conditions

3.6.1 The generators are operated in a network with other generators and are connected to the

supply system network via generator breakers to step-up 11/132 KV 37 MVA generator

transformers.

3.7 Temperature and Humidity

3.7.1 The equipment shall withstand, without impairing the component function, the following

ambient conditions:

(a) Temperature range: +5 o C to +50 o C

(b) Relative humidity: 85 % at 40 O C

3.7.2 The dew-point shall not be reached. If necessary, special measures shall be taken [cooling,

fanning].

Plant Details Rating Rated Output 630KVA Rated Voltage 11000/433V Tap changer ON Load motor driven Tap Range 12100V Tap1 – 9900 Tap 17 Tap step 137.5V=1.25% Vector Group Dy11 Impedance 5.21%

Plant Details Rating

Rated Output 630KVA

Rated Voltage 33000/433V

Tap changer OFF Load

Tap Range Tap1 – Tap7 +10% to -5% of 33000V

Vector Group Dy11

Impedance 5.04%

Page 100: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 92 of 218

4 PROTECTION SYSTEMS PARTICULAR TECHNICAL SPECIFICATION

4.1 Introduction

4.1.1 The existing 10 protection panels for Units 1 and 2 and alternative supply transformer,

housing electromechanical relays shall be replaced with eight new protection panels

housing the numerical protection relays and SCADA interface system.

4.1.1 Details of the generators, transformers, instrument transformers and circuit breakers are

provided in section 3 and appendices section. Bidder must study all the data provided in

entirety before making the proposal. Bidders are advised to get themselves acquainted

with actual inputs at site

4.1.2 Any alternative/ additional protections or equipment considered necessary for providing

complete effective and reliable protection but not indicated in the specifications shall also

be included in the bid.

4.2 SCOPE OF WORKS

The scope of the works shall include but not limited to the listed activities and any other works required

to fulfilling all the requirements:

4.2.1 Studying the existing protection scheme for unit 1&2 generators, unit 1&2 generator

transformers, unit1&2 station transformers, alternative supply transformer, diesel

generator and associated equipment and accordingly offer complete protection scheme of

Protection covering all existing protections and additional functions as available in the

offered numerical relays. Contractor shall study the power system connections to Masinga

power station and other related power system properties in order to arrive at a

comprehensive scheme.

4.2.2 Design of new protection system including calculations and drawings of numerical relays,

auxiliary & tripping relays, panel wiring, tripping logic/matrix, relay settings, SCADA

interface system, instrument transformers, interfacing to plant control system and remote

tap changer controls. Sending designs to client for approval at each stage of design.

4.2.3 Preparation of drawings and technical documentation as detailed section 1.7.and

furnishing to the client in softcopy as well as hardcopy (both A3 & A4 sizes for drawings)

as detailed in section 1.7

4.2.4 Manufacture & supply of Protection relays and relay assemblies to meet the requirement

of various protection schemes, specified in this specification.

4.2.5 Factory training for client engineers at manufacturers factory prior to acceptance testing

4.2.6 Factory acceptance testing by client engineers at manufacturers factory of numerical

relays, OLTC AVR’s, SCADA interface system and fully assembled panels

4.2.7 Supply of factory wired Complete Panel with numeric relays and other components as

specified for: unit 1 & 2 Generators, unit 1 & 2 Generator Transformers, unit 1 & 2 station

transformers, alternative supply transformer, LV bus bar protection, diesel generator

protection and SCADA interface system.

4.2.8 Supply and configuration of Software & Hardware for communication with numerical

relays and other IED’s including but not limited to: all required accessories for LAN,

Page 101: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 93 of 218

network switches, LAN cables, interface server and touch monitor and SCADA interface

applications & software.

4.2.9 Supply of software’s with licences for all IED’s and computers supplied. This shall include

software required for interrogating the IED’s via a portable computer, software loaded in

the IED’s & computers and all application programs made specifically for the project

running on the IED’s& computers

4.2.10 Supply of cables & conductors, lugs, connectors, screws, nut, bolts, washers, terminal

blocks, cable lugs, bootlaces, auxiliary relays and all other installation accessories

required for retrofitting the new system and interfacing to the plant systems

4.2.11 Supply of all accessories which are necessary for satisfactory operation of complete

protection scheme though not individually or specifically mentioned herein.

4.2.12 Removal of existing protection equipment and transportation to client designated storage

within the power station

4.2.13 Installation of new panels in place of existing panels including shifting from storage with

required mounting hardware, blanking plates, Glands, Earthing strip, relevant fabrication

and other relevant accessories. Complete wiring and terminations, grounding and also

wiring modifications to include all logic as per the protection scheme.

4.2.14 Supply and install new cables for interfacing the new protection system to the power plant

systems.

4.2.15 Supply, installation, testing and commissioning of Remote Automatic tap changer control

units for station transformers

4.2.16 Testing and commissioning of modified and retrofitted control and relay panels. Testing

and commissioning of relays for all functions/logics in totality and furnishing of test

certificates. Testing and commissioning of the new protection system from first principles.

4.2.17 Supply and installation of new GPS equipment and time synchronisation of all the IED’s

with the new GPS system

4.2.18 Supply, installation and testing of Generator power transducer with 1A CT & 110V VT

inputs and 4-20mA outputs for generator active power and generator reactive power one

for each unit.

4.2.19 Replacement of any equipment and software found defective during commissioning or

defects liability period.

4.2.20 On job training and after commissioning training as detailed in section 1.12 of

specifications

4.2.21 provision of all final documentation as per section 1.7 and warranty for supplied

protection systems

4.2.22 Any other works and supply which are not specified above but are necessary to complete

the job shall be the responsibility of the contractor. The contractor shall itemize these

equipment and services in the offer

Page 102: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 94 of 218

4.3 EXISTING PROTECTION EQUIPMENT

4.3.1 The existing protective system consists of electromechanical relays each implementing a

single protection function.

4.3.2 The existing scheme of protection, CT, PT detail, Transformer detail etc shall be furnished

with this specification and during site visit, however bidders should visit the site to access

the requirement , quantum of work , scheme logic , location, dimension detail etc. before

submitting the bid. The bidder shall submit complete detail of the scheme to be offered

i.e. Relays, panel, configuration of scheme logic, protection function and features etc.

4.3.1 Existing Generator Protection Scheme

GENERATOR PROTECTION RELAYS SETTING ALARMS TRIPS

1 Generator Differential Relay.

Type CAG34 Range 0.1 - 0.4A

CT. Ratio 1500/1A Class X(R-Y-

B) connected at the generator

breaker side Vk=312V Ie=16mA

CT. Ratio 1500/1A Class X(R-Y-

B) connected at the generator

star point side 0.015A @ 345V.

PMS 0.2

YES

YES

2 Negative Phase Sequence Relay.

Type CTN31D

CT. Ratio 1500/1A Class 5P10

15VA (R-Y-B)

I2 range 7.5-30%

K1 range 1-10

Alarm range 70-100%

PMS 20%

K1=1

K3=7.1

Alarm 100%

YES

YES

3 Over Voltage Relay

iii. Type VAU11 Range 5.5 - 145.0V

iv. Time range 2-10 sec

v. VT ratio-11000/110VAC, 100VA.

Class.1

Voltage setting. 130V

Time-5Sec

YES YES

4

Voltage controlled O/Current

vi. Type VDG62 Range 0.5 - 2.0A

vii. CT. Ratio 1500/1A Class 5P10

viii. 15VA

ix. VT ratio-11000/110VAC 100VA.

CL.1

x. Timer Range 0.1-0.6Sec.

PMS 1.0A

Time 0.3Sec

YES

YES

5 Loss of Excitation relay.

Type YCGF.

Range

xi. K1(0.72-1)

K1=1

K2=20

K3=5

K4=15

YES

Page 103: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 95 of 218

xii. K2=(2.5-20)

xiii. K3=(0-5)

xiv. K4=(2.5-15)

xv. K5=(25-34.8)

Impedance range 25-250 ohm.

Offset range 2.5-20 ohm.

VT ratio-11000/110Vac.

CT ratio 1500/1A class 5P10 15VA

Loss of Excitation Timer.

Type VAT

Range 2-10sec

K5=34.8

5sec

YES

YES

6

Over frequency relay.

xvi. Type FMG11 Range 52-55hz.

xvii. VT ratio-11000/110VAC 100VA

CL.1

Over frequency Timer.

Type VTT11 Range 2.5-25sec

55HZ

15sec

YES

7 Standby Earth fault relay (voltage)

xviii. Type VDG14 Range 5.4-20V

xix. Earthing transformer 6350/160V

PMS-5.4

YES YES

8 Standby Earth fault relay (current)

xx. Type CDG12 Range 0.15 and 0.2A

xxi. CT Ratio-60/1A

PMS-0.2 YES YES

9 Generator Trip Relay(Generator lockout relay)

Type VAJX12

YES YES

10 Trip supervision relay Type VAX31BF with 3 coils.

xxii. Coil TCS/A monitor tripping 110Vdc

supply

xxiii. Coil TCS/B monitor generator breaker

tripping coil.

xxiv. Coil TCS/C for alarming

YES

Note: protection scheme is identical to generator no.1 and No.2

4.3.2 Existing Generator Transformer Protection Scheme

GENERATOR TRANSFORMER PROTECTION RELAYS SETTING ALARMS TRIPS

1

Main Transformer Differential.

Type DTH31

30%

YES YES

Page 104: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 96 of 218

xxv. CT. Ratio 125/1A Class X(R-Y-B)

connected to 132KV side of Main

transformer. Bias range 15/30/45

xxvi. CT. Ratio 1500/1A Class X(R-Y-B)

connected to 11KV side of Generator.

Bias range 15/30/45

xxvii. CT. Ratio 1500/1A Class X(R-Y-B)

connected to 11KV side of Station

transformer. Bias range 15/30/45

xxviii. Interposing cts

CT. Ratio 1/0.577A Vk=100V

240/416T Ie=40mA R(75oC)

0.86Ω

2 Neutral Voltage Displacement.

xxix. Type VMU22 Range 25 -50.0 P/U

xxx. VT. Ratio - Open delta winding of

11000/110/63.5V

xxxi. Timer Range 2-10Sec

PMS 25 P/U

3Sec

YES

YES

3 IDMT Over Current Relay

xxxii. Type CDG36 Range 0.5 - 2.0A

xxxiii. CT. Ratio 125/1A Class 10P20 15VA

xxxiv. Timer Range 0.1-0.6Sec

PMS 1.0A

TMS 0.1Sec

YES YES

4

Restricted Earth fault

xxxv. Type CAG14 Range 0.1 -0.4A

xxxvi. CT. Ratio 125/1A Vk=295V

r(75oC)0.47Ω

xxxvii. Resistor of 1270 Ω

PMS= 0.1A

110 Ω

YES

YES

5

Main Transformer Trip Relay (transformer lockout relay.

xxxviii. TypeVAJX12

YES YES

6

Inter trip Receive Relay

xxxix. TypeVAJX11

YES YES

Inter trip isolation links(List tripping signals) YES

7 Trip flag relay

Station transformer Buchholz surge trip

Station transformer winding temperature trip

Station transformer oil. temperature trip

Tap changer pressure relief device protection trip

Relay Type TypeCAA24BF

YES

11 Alarm flag relay

Station transformer Buchholz surge alarm

Station transformer winding temperature alarm

Station transformer oil. temperature alarm

YES

Page 105: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 97 of 218

Tap changer pressure oil. Level low alarm

Cooling Fans Fault

Type VAA/SPEC16BF

16 Protection supply supervision

Type VAA/SPEC16BF

YES

Note: protection scheme is identical to generator transformer no.1 and No.2

4.3.3 Existing Station Transformer Protection Scheme

STATION TRANSFORMER PROTECTION RELAYS SETTINGS ALARMS TRIPS

1 STN Transformer. Differential relay.

Type DTH31

CT. Ratio 40/1A Class X(R-Y-B) Vk=49 Ie=418mA

connected to HV(11KV) side of station transformer.

CT. Ratio 1000/1A Class X(R-Y-B) connected to LV

(415V) side of station transformer.

Interposing CTs CT. Ratio 1/0.577A

Bias range 15/30/45%

PMS 30%

YES

YES

2 Over Current Relay(CT in 11KV side)

Type CDG36 Range 0.2 – 0.8A

CT. Ratio 100/1A Class 10P10 15VA

Timer Range 0.1-0.6Sec

PMS 0.4A

TMS 0.3Sec

YES

YES

3

Restricted Earth fault (LV)

Type CAG14 Range 0.1 -0.4A

CT. Ratio 1000/1A Vk=300 Ie=10 mA

PMS= 0.1A

YES

YES

4 Trip flag relay

Station transformer Buchholz surge trip

Station transformer winding temperature trip

Station transformer oil. temperature trip

Tap changer oil pressure protection trip

Relay Type CAA/SPEC24BF

flag YES YES

5 Alarm flag relay

Station transformer Buchholz surge alarm

Station transformer winding temperature alarm

Station transformer oil. temperature alarm

Tap changer oil level low

Type VAA/SPEC16BF

flag YES

6 Protection supply supervision relay YES

Page 106: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 98 of 218

Type VAA/SPEC16BF

7

Station Transformer Trip Relay

TypeVAJX11

YES YES

8 Station transformer 11KV side CB Trip Circuit supervision relay

Type VAX31BF with 3 coils.

Coil TCS/A monitor tripping supply

Coil TCS/B monitor generator breaker tripping coil

supply.

Coil TCS/C for alarming.

YES

9 Station transformer 415Vac side CB Trip Circuit supervision relay

Type VAX31BF with 3 coils.

Coil TCS/A monitor tripping supply

Coil TCS/B monitor generator breaker tripping coil

supply.

Coil TCS/C for alarming.

YES

10 Circuit Breaker repeat relay

Type VAJC11BF

YES

Note: protection scheme is identical to Station transformer no.1 and No.2

4.3.4 Existing Alternative supply Transformer Protection Scheme

STATION TRANSFORMER PROTECTION RELAYS SETTINGS ALARMS TRIPS

1

Restricted Earth fault relay

Type CAG14AF Range 0.1 -0.4A

CT. Ratio 1000/1A Class X PMS= 0.2A YES YES

2

Over Current Relay

Type CDG36AF Range 0.5 – 1.0A

CT. Ratio 1000/1A Class 5P10 15VA

Timer Range 0.1-0.6Sec

TMS 0.2Sec

YES

YES

3

Over Current Relay

Type CAG37AF Range 2.0 – 6.0A

CT. Ratio 15/1A Class 10P5 10VA PMS 3A YES YES

4

Over Current auxiliary Relay

Type VAA11AF YES

5 Trip flag relay

Station transformer Buchholz surge trip

Station transformer winding temperature trip

Station transformer oil. temperature trip

flag YES YES

Page 107: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 99 of 218

Type CAA/SPEC24BF

6 Alarm flag relay

Station transformer Buchholz surge alarm

Station transformer winding temperature alarm

Station transformer oil. temperature alarm

Type VAA/SPEC16BF

flag YES

7 Protection supply supervision relay

Type VAA/SPEC16BF

YES

8

Transformer Trip Relay

TypeVAJX11BF

YES YES

9 Alternative transformer 33KV side CB Trip Circuit supervision relay

Type VAX31BF with 3 coils.

Coil TCS/A monitor tripping supply

Coil TCS/B monitor generator breaker tripping coil

supply.

Coil TCS/C for alarming.

YES

10 Alternative transformer 415Vac side CB Trip Circuit supervision relay

Type VAX31BF with 3 coils.

Coil TCS/A monitor tripping supply.

Coil TCS/B monitor generator breaker tripping coil

supply.

Coil TCS/C for alarming.

YES

4.3.5 Existing Emergency diesel generator Protection Scheme

DIESEL GENERATOR PROTECTION RELAYS. SETTINGS ALARMS TRIPS

1 Restricted Earth fault

Type CAG14AF Range 0.1 -0.4A

CT. Ratio 500/1A

PMS= 0.1A

26.7Ohm

YES

YES

2 Over Current Relay

Type CDG36AF Range 0.5 - 2.0A

CT. Ratio 500/1A Class 5P10 15VA

Timer Range 0.1-0.6Sec

PMS 1.0A

TMS 0.2Sec

YES

YES

3 Trip Relay

TypeVAJX11BF

YES YES

4 Trip Circuit supervision relay Type

VAX31BF with 3 coils.

YES

Page 108: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 100 of 218

Coil TCS/A monitor tripping supply

Coil TCS/B monitor generator breaker tripping coil

supply.

Coil TCS/C for alarming

4.3.1 Existing 415VAC bus section protection schemes

BUS SECTION PROTECTIONS RELAYS. SETTINGS ALARMS TRIPS

1 Protection voltage supply supervision

Type VAA11AF

YES

2 Standby Earth fault trip relay zone1

Type VAJY11BF

YES YES

3 Standby Earth fault trip relay zone2

Type VAJY11BF

YES YES

4 415V standby E/fault zone1 stage2

Type VTT11NG Time range (1-10sec)

TMS= 1Sec YES YES

5 415V standby E/fault zone1 stage1

Type CAG12AF current range 0.1-0.4A

CT. Ratio 500/1A Class X 23mA 185V

PMS= 0.4A YES

6 415V standby E/fault zone2 stage2

Type VTT11NG Time range (1-10sec)

TMS = 1Sec YES YES

7 415V standby E/fault zone2 stage1

Type CAG12AF current range 0.1-0.4A

CT. Ratio 500/1A Class X 23mA 185V

PMS= 0.4A

YES

8 415V Neutral check Auxiliary relay

Type VAA11AF

YES

9 415V Neutral check relay

Type CDG16AF current range 0.2-0.8A

CT. Ratio 500/1A Class 5P10 15VA

Time range (0.1-0.6sec)

PMS= 0.8A

TMS= 0.1Sec

YES YES

10 Station board lockout zone1

Type VAA13AF

YES YES

11 Station board lockout zone2

Type VAA13AF

YES YES

4.3.1 Existing Station transformers Automatic tap changer control system

Similar for both station transformer 1 & 2

Page 109: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 101 of 218

TAP CHANGE CONTROL RELAY. SETTINGS ALARMS TRIPS

1 Voltage control relay with supervision

Type VTJC13

Vn=110VAC

Voltage range-90%-110%

Steps range +-0.5%to +-3%

Sensitivity response time range-a,b,c,d,e

Volt set 101%

Step +-1.25%

Sensitivity=a

YES

Tap change instrumentation control switches and indications.

Tap changer motor supply supervision alarm relay type VAA/SPEC

Tap changer control supply fail alarm relay type VAA/SPEC

Tap changer failure alarm relay type VAA/SPEC

Tap changer AVR fail alarm relay type VAA/SPEC

Tap changer auto off alarm relay type VAA/SPEC

Local and remote voltage indication 0-500V

Local and remote current indication 0-1000A

Local and remote Tap position indication 1-17 taps

Tap change selector switch Auto/Remote

Tap change control switch Lower/Neutral/Raise

Tap change Control OFF -Green LED indicator

Tap change in progress -Red LED indicator

Tap change Control selected Local -Amber LED indicator

4.4 DESCRIPTION OF THE REQUIRED PROTECTION SYSTEM

4.4.1 A full numerical (microprocessor based) protection scheme shall be provided with built

in testing facility which shall enable protection system to recognize any defective unit or

program error immediately.

4.4.2 Protection system will consist of protection schemes for

(a) Unit 1 generator (including excitation transformer)

(b) Unit 2 generator (including excitation transformer)

(c) Unit 1 generator transformer

(d) Unit 2 generator transformer

(e) Unit 1 station transformer

(f) Unit 2 station transformer

(g) Alternative supply transformer

(h) Emergency diesel generator

Page 110: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 102 of 218

(i) 415VAC bus bar

4.4.3 In order to achieve a high degree of security in function, dual protection system for each

generator and generator transformer shall be provided. It shall consist of two separated

protection sets, system A and system B. Each protection set will consist of:

(a) Numerical protection relay

(b) Lockout/tripping relay

(c) Protection trip coil circuit supervision relay

(d) Circuit breaker trip coil supervision relays

(e) At least 3 DC supply supervision relays

(f) Auxiliary relays and

(g) Other supporting elements

4.4.4 The two protection sets for generator and generator transformer shall be divided into two

electrically separate parts by means of having:

(a) Separate DC power supply from auxiliary supply board,

(b) separate current transformer cores,

(c) separate voltage circuits,

(d) separate tripping lock out relays,

(e) separate cables,

(f) Separate protection supply supervision

(g) Wiring to different circuit breaker tripping coil.

4.4.5 Station & alternative supply transformers, diesel generator protection and bus bar

protection shall consist of one protection set. The set will consist of a numerical protection

relay, trip circuit supervision relay, circuit breaker trip coil supervision relays, at least

three DC supply supervision relays, auxiliary input/output relays and other supporting

elements

4.4.6 Contractor is expected to install at least eight panels as detailed below, however, the final

panel arrangement and setup shall be agreed upon during the preliminary design after

the tender award

(a) Panel 1 will host unit 1 generator protection set A and protection set B

(b) Panel 2 will host unit 1 generator transformer protection set A, generator

transformer protection set B

(c) Panel 3 will host station transformer 1 protection set and remote tap changer

control nit

(d) Panel 4 will host unit 2 generator protection set A and protection set B

(e) Panel 5 will host unit 2 generator transformer protection set A, generator

transformer protection set B

(f) Panel 6 will host station transformer 2 protection set and remote tap changer

control nit

Page 111: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 103 of 218

(g) Panel 7 will host alternative supply transformer protection set, emergency

diesel generator protection set and bus section protection set.

(h) Panel 8 will host SCADA interface equipment

4.4.7 SCADA interface system consisting of two Ethernet LAN, two interface servers, panel

touch monitor and all accessories and software required for Interfacing of all supplied

relays to client’s SCADA system via Ethernet LAN shall be installed Necessary hardware

and software shall be supplied, installed and commissioned.

4.4.8 GPS Time Synchronisation system shall be installed and all numerical relays and IED’s

synchronised to this system

4.4.9 Alarming outputs shall be hardwired directly to the respective unit PLC for annunciation

and PLC trip functions as detailed in the specifications. Tripping outputs shall be

configured and wired accordingly as specified in the proceeding sections

4.4.10 Remote tap changer control units for each station transformer shall be supplied with panel

meters, OLTC AVR relay ,auxiliary relays, switches, indications and other components as

provided for in the specifications

4.4.11 DC supply distribution board

4.4.12 Generator power transducer with 1A CT & 110V VT inputs and 4-20mA outputs for

generator active power and generator reactive power one for each unit.

4.4.13 Site testing of all systems

4.4.14 Provision of spare parts, test equipment and training as detailed in the specification

4.5 GENERAL PROTECTION SYSTEM SPECIFICATIONS

4.5.1 The protection equipment shall be designed to ensure continuity of operation under all

working conditions and to facilitate inspection, maintenance and repairs.

4.5.2 All reasonable precautions shall be taken in the design of the equipment to ensure safety

of all personnel concerned with the operation and maintenance of the equipment.

4.5.3 The tenderer shall indicate make, type and designation of all equipment in the bid.

4.5.4 Panels and wiring

4.5.4.1 Shall abide to all specifications in section 2.5 of general technical specifications

4.5.4.2 Numerical relays, lockout relays, trip supervision relays and HMI display shall be

mounted flush on front of panel

Page 112: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 104 of 218

4.5.4.3 Relays shall be mounted such that removal and replacement can be accomplished

individually without interruption of service to adjacent equipment.

4.5.4.1 No equipment shall be mounted on the doors without prior approval of the

employer.

4.5.4.2 Test blocks shall be provided on the front side of the panels and shall be accessible

without opening the panel to allow for isolation of external instruments during tests.

4.5.4.3 The new protection panels shall be installed in the same location where the existing

panels are located for ease of interface to existing system. Panel Dimensions shall

depend on system requirement and space available. The details shall however be

finalized during the design stage by the successful bidder after getting approval from

the client

4.5.4.4 The existing panels dimensions are:

(a) Generator Transformer protection panels

Height = 2300mm, Length = 610mm, Width = 620mm.

(b) Generator protection panels

Height = 2300mm, Length = 910mm, Width = 620mm.

(c) Interposing CT’s panel

Height = 2300mm, Length = 910mm, Width = 620mm.

(d) Local supply transformers protection panel

Height = 2300mm, Length = 910mm, Width = 620mm.

4.5.4.5 The dimensions given above are approximate; it is the responsibility of the contractor

to take exact panel measurements after the tender award for detailed design. Bidder

is expected to make his proposal based on the available space and protection system

requirement not specifically the existing panel dimension. Appended drawings give

layout dimensions of existing panel location.

4.5.4.6 All protective relays shall be with proper on line testing facilities without isolation

from TB where CT, VT inputs and trip outputs are wired. All protection relays shall

be provided with test plug to test the relay on line. Necessary test plugs/ test handles

per panel shall be supplied

4.5.4.7 An emergency push button shall be installed for generator trip, station TX trip,

Alternative supply transformer trip, diesel generator trip, bus bar trip for each unit

4.5.4.8 LED Lamps shall be provided on the front of the panel for indicating DC supply

status. Push button/s will be installed for resetting lockout relays

4.5.4.9 Each panel shall be provided with at least two British standard three pin sockets

4.5.4.10 The panels shall be fitted with glass door in order to enable the signals and trip relays

LEDs to be seen. Doors with handles and key operated locks shall be provided.

4.5.5 Auxiliary relays

4.5.5.1 Auxiliary and interposing relays used for control purposes shall operate from the

station 110V D.C supply.

Page 113: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 105 of 218

4.5.5.2 They MUST meet ALL the following specifications:

(a) Number Contacts: At least 2NO+2NC potential free contacts

(b) Contacts current rating at 110VDC: At least 3A

(c) Magnetic coil voltage rating: 110VDC with a range of +/- 20%

(d) Magnetic coil maximum power rating for closing and holding: 4W

(e) Structure: Relays shall be a single unit i.e. without a separate base for

mounting and shall have a capability to plug an auxiliary unit on top with 4

contacts (2NO+2NC)

(f) Base unit: Relay base unit shall have four potential free contacts and the

operating coil

(g) Auxiliary plug in unit: relays shall have an auxiliary plug in unit with four

potential free contacts

(h) Design of the electrical connection for auxiliary and control current circuit:

screw-type terminals

(i) Type of connectable conductor cross-section for auxiliary and control current

circuit: at least 2X4mm2 solid conductors or 2X2.5mm2 stranded cores with

bootlace.

(j) Mounting type: Snap-on mounting on a DIN rail

(k) Size of relays: S00

(l) Resetting: Relays shall be self-resetting

(m) Protection class on the front: IP20

(n) Degree of pollution: 3

(o) Insulation voltage: 690 V

(p) Surge voltage resistance: 6kV

(q) Mechanical service life (switching cycles): at least 30,000,000

4.5.5.3 These relays shall be provided with voltage free contacts for operating with

associated circuits. The contacts shall be amply rated for their A.C or D.C duty with

snap action where possible and magnetic blow – out devices if necessary. Surge

suppressor devices shall be provided across relays coils and contacts as necessary.

4.5.6 Siren

4.5.6.1 All alarms and trips shall be marshalled to energize a general siren to alert the

operator.

4.5.6.2 The siren shall have a soft sound and shall be mounted on top of one of the relay

panels

4.5.7 Lockout/trip Relays

4.5.7.1 There shall be a high speed trip relay with high burden; Latching contacts with front

panel hand reset button & reset coil for remote electrical reset; and Independent

Page 114: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 106 of 218

hand reset flag for each generator and generator transformer protection set. Trip

functions from the protection schemes shall be wired to energize this relay.

4.5.7.2 Relays shall be of the bistable type, well supported to avoid malfunctioning. A reset

button shall be wired to put the relay to normal position after the latched signals

from the protection schemes have been reset.

4.5.7.3 Relay shall be a single unit (without a separate base) it shall have a heavy duty

metallic cover

4.5.7.4 Shall be panel mounted, flush mounted on the front of the panel with connections

from the rear.

4.5.7.5 Relays shall have maximum operating time of 10milliseconds.

4.5.7.6 Relays operating coil shall have a minimum Operating Current of 100MA and

Operating Voltage Range Between 72VDC and 130VDC

4.5.7.7 Surge suppressor devices shall be provided across relays coils and contacts as

necessary

4.5.7.8 Relay shall have a mechanical flag (similar to electromechanical relays flags)

indication with red colour for tripped which shall be clearly visible and shall require

hand reset.

4.5.7.9 Relays shall have heavy duty, voltage free contacts able to withstand continuous

current of 25A at 120VDC and an insulation resistance of 1kVrms for 60s across

normally open contacts

4.5.7.10 Relays shall have a minimum of 20 potential free contacts

4.5.7.11 Relays latched contacts shall not be able to reset during a failure of auxiliary power

supply.

4.5.7.12 Manual online testing facility shall be provided for testing without isolation of any

circuit from panel TB. Necessary test blocks/plugs shall be flush mounted on the

panel near or next to each lockout relay.

4.5.7.13 Push button/s shall be installed on the panels for resetting lockout relays

4.5.7.14 Relays insulation must comply with IEC 60255-5 standard with a minimum

insulation resistance of 2KVrms for 60s between all terminals and earth and 2KVrms

for 60s between independent circuits.

4.5.7.15 Relays shall also conform to the following standards:

(a) Vibration: IEC 60255-21-1 Class1

(b) Shock and bump: IEC 60255-21-2 Class1

(c) Seismic: IEC 60255-21-3 Class1

(d) Enclosure: IP5x

(e) Humidity IEC 60068-2-78

(f) Temperature IEC 60068-2-1/2

4.5.7.16 Trip Lockout relays type tests reports as per IEC 60255 from a third party reputable

testing laboratory or certified by the National Standards and Testing Authority

(NSTA) or a laboratory accredited to the NSTA shall be submitted with the tender for

evaluation purposes

Page 115: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 107 of 218

4.5.8 Protection DC supply distribution board

4.5.8.1 The contractor shall establish a 110VDC power distribution panel that shall serve as

the power supply to the different protection relays. Each protection relay shall have

a dedicated power supply via a correctly rated MCB. The 110Vdc supply shall be

drawn from the station battery supplies.

4.5.8.2 The board shall be designed to fit the available space

4.5.9 Trip circuit & coil supervision relays.

4.5.9.1 Protection circuit supervision relays shall be provided for circuit breaker trip

circuit/coil supervision and protection trip circuit supervision

4.5.9.2 Trip circuit supervision relays shall have a time delayed drop off (100 millisecond

minimum) and shall be provided with self-resetting indicators or approved

equipment.

4.5.9.3 Monitoring of breaker trip coil in both open and close position shall be provided.

4.5.9.4 Relays will have green LED which will light when circuit is okay

4.5.9.5 Relay shall have a minimum of four (4 NO) heavy duty contacts with at least 3A

continuous current rating at 120V for interface to existing control and automation

system.

4.5.9.6 The relay shall be designed and have rugged construction for reliability /

dependability over a wide temperature range, even under extreme environmental

conditions.

4.5.9.7 The supervision current shall always be less than 1.5 mA to avoid unwanted

operation of the trip coils.

4.5.9.8 Shall be panel mounted, flush mounted on the front of the panel with connections

from the rear.

4.5.10 DC Supply supervision relay

4.5.10.1 The relay shall be capable of monitoring the DC supply to which it is connected and

indicating failure. It shall have at least 4NC potential free contacts

4.5.10.2 The relay shall have a `time delay on drop-off' of not less than 100 milliseconds and

be provided with operation indicator/flag/LED clearly visible. Green LED shall be lit

on the relay when supply is available/ok

4.5.10.3 Green colour supervision lamps of clustered LED type shall be provided on the panel

to indicate availability of DC supply.

4.5.11 Instrument transformers

4.5.11.1 Bidder shall study all the drawings and information supplied to determine if the

existing CT & VT are sufficient and suitable for the new protection system. If new

instrument transformers are required the bidder shall include them in their bid offer.

Page 116: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 108 of 218

4.5.11.2 All instrument transformers to be supplied shall satisfy all IEC requirements on

testing and design. Type test reports shall be provided with the bid offer. Routine

tests shall be carried out by the contractor and results sent to the employer prior to

shipment

4.5.12 Drawings

4.5.12.1 The function of each drawing shall be clearly indicated. Related drawings shall be

arranged sequentially, and have the same drawing numbers but different sheet

numbers.

4.5.12.2 The drawings shall include the following;

(a) Ac single line & AC Schematic drawings showing connection of protected

equipment, CTs and PT’s and associated protective relays in two sets one A3

another A4 size sheets

(b) DC, control, protection scheme, tap changer control scheme, and SCADA

Schematic drawings in two sets one A3 another A4 size sheets

(c) Functional Drawings in two sets one A3 another A4 size sheets

(d) Terminal blocks wiring schedule, terminal block diagrams and cable

schedules in A4 size sheet.

(e) Panel device layout drawing showing exploded view of the rear and front

panel indicating the disposition of various equipment inside the control panel

in two sets one A3 another A4 size sheets

(f) Dimensioned drawings of the control panel indicating front and rear views

with the layout of instruments, mimic diagram, control switches, indication

LEDs push buttons, relays and other equipment etc. clearly marked in two sets

one A3 another A4 size sheets

(g) General layout drawings for the panels location in two sets one A3 another

A4 size sheets

(h) Parts list in A4 size sheet

(i) Logic diagrams of all IED’s provided in two sets one A3 another A4 size

sheets

(j) Logic diagrams of SCADA interface system provided in two sets one A3

another A4 size sheets

(k) Drawing showing the legend of various references/codes adopted for

equipment, relays and all other accessories used in the panels in A4 size

(l) Drawing for name plates/identification labels engraving details in A4 size

(m) Any other drawings considered necessary.

4.5.13 Operating and Maintenance Instructions

Page 117: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 109 of 218

4.5.13.1 The Contractor shall supply detailed instructions manuals concerning the correct

manner of assembling/Installing/Erection, configuring, setting, Testing and

Commissioning, operating and maintaining the equipment and devices constituting

the supplied protection system

4.5.13.2 The basic maintenance schedule along with the troubleshooting, diagnostic chart

shall be submitted.

4.5.13.3 The relays should be supplied with manuals with all technical and operating

instructions.

(a) All the internal drawings indicating the logics and block diagram details

explaining principle of operation should be given at the time of supply.

(b) Mapping details shall be submitted in IEC format.

4.5.13.4 Standard documentation per Relay, according to IEC 61850 shall be provided

including:

(a) MICS document (model implementation conformance statement)

(b) PICS(protocol implementation conformance statement

(c) Conformance Test certificate by KEMA (to be submitted along with Bid.)

(d) ICD file

(e) SCD file

(f) PIXIT Document.

4.5.13.5 Detailed testing procedure by secondary injection and primary injection shall be

supplied for all the functions enabled in all the numerical relays. The procedures

shall be clear and detailed for all the functions. Checklists to be followed during

testing shall be included

4.5.13.6 ALL factory routine tests, all Site routine tests, commissioning tests and all type test

reports shall be provided as part of technical documentation. The test report shall

include the procedures followed and results obtained.

4.5.13.7 The maintenance details of each component shall also be described, including the

frequency of inspections, testing, replacement etc.

4.5.13.8 The Manufacturer shall, in preparing the instruction manuals, take into account the

lack of experience and familiarity of the Operators with this type of equipment.

4.5.13.9 Documentation shall adhere to requirements given in section 1.7 of general

specifications

4.6 NUMERICAL PROTECTION RELAYS SPECIFICATIONS

4.6.1 General Specifications

4.6.1.1 Numerical relays shall be microprocessor based relays with programmable scheme

logic and advanced digital signal processing capabilities.

4.6.1.2 All numerical relays shall conform to the requirements of the following standards.

Page 118: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 110 of 218

(a) device design meets the technical specifications of IEC 60255 and IEEE C37.90

(b) Electrical tests shall be performed as per IEC 60255 (product standards)

(c) IEEE-1613 testing requirements for communications networking devices in

electric power substations.

(d) Automation functions for protection and automation can be freely created in

the operating program according to IEC 61131

(e) Function device numbers, acronyms, contact designation and device

representation as per IEEE C37.2-2008

(f) IEC 61850 substation control and automation standard. KEMA Certification

for the particular model offered with respect to IEC61850 Protocol

(g) Other relevant IEC or IEEE standards

4.6.1.3 Equipment meeting any other authoritative standard, which ensures equal or better

quality than the standards mentioned shall also be acceptable subject to project

engineer’s approval. Bidder shall attach all such standards

4.6.1.4 ALL numerical relays shall be suitably rated to use station 110VDC supply DIRECTLY

without intermediary power supply units.

4.6.1.5 Relays menu and software shall be in ENGLISH LANGUAGE ONLY

4.6.1.6 All relay shall be designed for satisfactory performance under tropical and humid

conditions specified. Special mention, shall be made in the technical deviation

schedule of the bid for those relays, if any, that Bidder proposes to use, which differ

from specified requirements.

4.6.1.7 All devices required for correct operation of each relay shall be provided by

contractor without any extra cost.

4.6.1.8 The contractor shall ensure that the terminals of the contacts of the relays are readily

brought out for connections as required in the final approved scheme. The type of

relay case offered shall not create any restrictions of the availability of the contact

terminals for wiring connections.

4.6.1.9 All protection relays shall have a provision for online testing with necessary test

blocks for isolating VT’s inputs, CT’s inputs & trip out puts without withdrawing the

relays from the panel. These test blocks shall be mounted on the front side of the

panel and shall be accessible without opening the panel. Each relay shall have its

own test block close to where the relay is mounted.

4.6.2 Principal Technical Specifications for all Numerical Relays

All Numerical relays shall conform to the following specifications:

4.6.2.1 Relay construction and mounting

(a) Shall be panel mounted, flush mounted on the front of the panel with

connections from the rear.

Page 119: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 111 of 218

(b) Complete mechanical/electrical & atmospheric environmental

protection/immunity as per relevant standards.

(c) Relays shall meet the requirement of IEC 60255.

(d) Shall be rated for operation at ambient temperature up to 550C and Humidity

of up to 100 %

(e) They shall be contained in dust proof flush mounted cases with glass fronts.

(f) All relays shall have a provision for online testing with necessary test blocks

(to be located on the front panels) without withdrawing the relays from the

panel.

(g) Provision shall be made for easy isolation of trip circuits of each relay for the

purpose of testing and maintenance.

(h) All relays shall be well labelled on the front and at the back of the relay.

(i) All unused terminals shall also be provided with screws washers, lugs etc. as

for used terminals.

(j) To provide the necessary immunity against electromagnetic interference the

physical separation of the interfaces from the signal processing shall be

ensured. Galvanic isolation from shielded interposing transformers as well as

relays for binary outputs shall be provided.

(k) Each IED shall be clearly marked with manufacturer’s Name, type, serial

number and electrical rating data. Name plates shall be made of anodized

aluminium with white engraving on black surface.

4.6.2.2 Relay basic features

The following shall be possible with all the numerical relays:-

(a) Setting of parameters on device or using a laptop.

(b) Logging and display of time stamped events.

(c) Recording and display of fault data

(d) Recording of settings

(e) Testing of relay functions.

(f) Transmittal of data to external equipment via communication interface

(g) binary Inputs of status/alarms/trips from external devices

(h) CT/VT current/voltage inputs

(i) Tripping and signalling binary outputs

(j) Local display (on relay) of events, faults, settings and metering values

(k) GPS time synchronisation

4.6.2.3 Relay Human Machine Interface features and functionality

(a) The relays shall have a local friendly password-protected user man-machine

interface (MMI) comprising of an alphanumeric backlit LCD display, LED’s

and a soft touch key pad to access the settings, events and records in the relay.

Page 120: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 112 of 218

(b) LCD shall be big enough to be able to clearly see a set of metering values and

at least one complete event log on the LCD display without scrolling.

Characters shall be big enough be clearly legible 2metres away from the relay

(c) Relays Shall have a numeric keypad and at least 4 freely assignable function

keys

(d) The relays shall have a minimum of the following displays to be used for

setting, measuring and diagnostic purposes:-

(i) Display of measured values. (U, I, P, f, phase angle) according to selected

protection function.

(ii) Display of events.

(iii) Display of general system data for configuration status.

(iv) Display of binary input and output status.

(v) Display of output signals.

(vi) Display of all protection function settings.

(vii) Display of diagnostic status.

(e) The relays shall annunciate faults via both labelled LEDs (which shall remain

latched until reset by user) and on the LCD display window.

(f) Software package with requisite license keys shall be supplied in a portable

computer-laptop to provide a graphical user interface (GUI) to the relay.

Software provided shall enable a full interface to all relay functionality,

displaying all relay parameters, allowing logic programming and relay

settings adjustment. User shall easily connect the laptop to the relay via a front

USB/RS232 port

(g) Relay shall be able to communicate to SCADA system via an Ethernet port. The

SCADA system shall be able to read/extract: relay settings, input metering

values, fault and event records, oscillographic (disturbance) record and relay

status

(h) The user manuals must be user-friendly and divided into : general hardware

and software description and setting manual describing the enabled functions

and necessary settings for the different types of equipment in the plant

4.6.2.4 Event and fault-recorder

(a) The protection relays shall have an event recorder for recording events in a

chronological order and then store them in non-volatile relay memory. All

events shall be time stamped so that time of the event can always be traced

back. They shall be designed such that Data can be called off either via

function keys and display, using a laptop or through HMI/SCADA interfaces.

(b) The relays shall be capable of storing analogue data for a specified period.

(c) For any trip function of the relays, the fault recorder shall record all inputs

and outputs prior, during and after fault. Recording of analogue signals and

digital signals (inputs & outputs) before, during and after the pickup of the

Page 121: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 113 of 218

protection function (fault data) shall be stored as oscillographic (disturbance)

records in standard COMTRADE format.

(d) Any tripping event shall automatically be numbered sequentially in the

recorder. In addition to the measured data, the relays should also store the

cause for tripping, as well as date and time at the instant of tripping.

(e) The necessary tools for data retrieval shall be furnished to the client after

commissioning.

(f) The relay shall have capability to automatically upload fault &disturbance

records to the SCADA system

(g) The following Measurements shall be available on relay display and for

transmittal to SCADA

(i) Current in each winding (A)

(ii) Average current in each winding (A)

(iii) Differential current (A)

(iv) Voltage (KV)

(v) Frequency (Hz)

(vi) Power factor

(vii) Active, reactive & apparent Power (P,-P,Q,-Q,S)

4.6.2.5 Relay Inputs and outputs

(a) The relays shall have internally (inside the relay) optically isolated inputs &

outputs (digital & analogue)

(b) Relay CT inputs shall a nominal rating of 5A &1A (site selectable) and VT

inputs a nominal rating of 110/400VAC

(c) There shall be galvanic isolation on all inputs and outputs including power

supply input.

(d) Isolated opto inputs must accept a rated operating voltage from 24-240 V

AC/DC without the use of external resistors and without external

reconnections.

(e) The relay binary outputs contacts shall have a rating of at least 5A continuous

current at 120vdc and Make:30A and carry for 3s

(f) Numerical relays shall be directly connected to circuit breaker tripping coils

and thus the tripping binary outputs shall be able to withstand breaker trip

coil current

(g) Relays shall have maximum operating time of 30milliseconds

4.6.2.6 Monitoring and diagnostic features

(a) The relays shall have a self-monitoring and diagnostic feature that shall enable

the protection system to recognize any defective unit immediately. The relay

shall annunciate via an LED and open a normally closed contact if the relay is

faulty i.e. irregularities in the hardware/software are detected or when relay

loses auxiliary power supply

(b) Self-tests shall include a minimum of the following functions:-

Page 122: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 114 of 218

(i) Continuous self-monitoring by the hardware.

(ii) Cyclically performed testing routines by software.

(iii) Power supply checks.

(iv) Memory integrity checks.

(v) Validity of data exchange between memories, process units and I/O

modules.

(c) Relay shall have inbuilt capability for continuous monitoring and supervision

of CTs & VTs circuit, tripping circuit and CB condition and status

4.6.2.7 Auxiliary supply

(a) The relay’s power supply must accept a rated operating voltage input range

from 24-240 VDC without the use of external resistors and without external

reconnections and shall be designed to withstand the high voltage interference

which is normally experienced in high voltage switching stations

(b) Relay nominal rated auxiliary supply voltage shall be 110VDC.The relays shall

be able to operate at voltages down to 70% of the rated voltage and up to a

maximum of 120% rated voltage

(c) All possible precautions shall be taken to ensure that DC operated relays

which perform a tripping function are not liable to mal-operation. For this

reason the total capacitance to earth of all connections to either pole of the

tripping battery shall not exceed 10microfarads.

4.6.2.8 Configuration and settings

(a) The relays shall be easily adaptable to various protection objects of different

ratings and according to desired scope of protection.

(b) Relays shall have wide setting ranges with fine setting steps for each of the

protection relays. All the protection functions shall be set within their wide

predetermined ranges, with limitations preventing inadmissible settings

(c) Binary inputs shall be freely assignable to any logic input.

(d) Each configurable output shall be free to assign different parameters and

should be independently latched

(e) Fault outputs shall remain latched even after the fault clears until reset by a

reset button on relay faceplate or via binary input or via communication

interface

(f) The relay settings shall be provided with adequate password protection.

(g) It shall be possible to change the relay setting from the front panel using the

keypads.

(h) Relays shall have capability for retrieval of relay settings, readings, metering

values, events, status and fault records through a local display, a portable

computer/laptop and HMI/SCADA system. Setting of relay parameters

however, SHALL ONLY be possible via a portable PC/laptop and via the local

display with the aid of a password.

4.6.2.9 Communication interface

Page 123: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 115 of 218

(a) Relays MUST have an Ethernet or USB or RS232 port on front side for

communication with portable computer

(b) Relays MUST have: two Ethernet, 100Base-T, RJ45port; OR two fibre

optic100Base-X ports with LC connector on rear side for communication with

SCADA system and other relays. Where fibre optic connection is provided an

interface device shall be supplied to interface the relays with the client SCADA

Ethernet switch which has 100Base-T ports

(c) Necessary licensed copy of software and hardware to up load/ down load data

to/from the relay or from/to the SCADA system shall be provided. Relay shall

be interfaced by Fibre Optic/STP Cables to Ethernet switch to be supplied by

the contractor

(d) The relays shall support IEC 61850 over Ethernet. Each relay shall be

assignable a unique IP address that shall be used in the communication

network.

(e) Relay should generate GOOSE message as per IEC 61850 standard for

interlocking and also ensure interoperability with third party relays.

(f) IEC61850 Conformance Test certificate by KEMA shall be submitted along

with Bid.

4.6.2.10 Relay software

(a) Relay software shall be suitable for operations like switching, retrieval of

information or changing of setting groups, retrieval of oscillographic fault

data from the relay memory and to store fault record data oscillographic

records in standard COMTRADE format.

(b) The software shall be suitable to provide oscillographic data into several

different graphical representations that can be used to analyse the fault or

event captured by the relay. It shall also be possible to calculate additional

values from the captured signals and displaying analogue curve with time

base phasor diagram locus diagrams, harmonic graphs etc.

(c) It shall be possible to transfer the fault/disturbance data stored in the

numerical relay to computer on IEEE/COMTRADE format. The data format

shall be compatible for dynamic protection relay testing on relay test kit.

COMTRADE Data viewer software is to be provided

(d) Software shall include testing features using the relay display/ keypad or

through a software loaded in a laptop

(e) The relay should have native (without protocol converter) IEC 61850

Communication Protocol.

(f) Corporate license for installation on unlimited number of PCs shall be

provided

(g) At least one laptop shall be provided with all relay software’s & applications,

settings backup and test objects. Laptop shall be as specified in 2.4.8

4.6.2.11 Date and Time stamping with faults and record.

(a) Relay clock shall be powered from internal cell and setting should not be

required after every DC switching. Rechargeable internal cell shall have a

lifespan of minimum 15 years.

Page 124: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 116 of 218

(b) Numerical relays shall be supplied with IRIG port for time synchronisation

with GPS equipment. Time synchronization will be done with GPS clock signal

from GPS receiver to be supplied by the contractor.

4.6.2.12 Relays’ setting determinations

(a) Using the existing current transformers, voltage transformers, generators,

transformers, circuit breakers etc. the contractor shall carry out calculations

in order to determine the required settings for all the protection functions. The

contractor will request the required data from the client after the tender

award.

(b) The contractor will also determine through calculations whether existing

current transformers and voltage transformers are suitable and enough for

the new digital relays.

(c) A list of the settings to be applied to all protection systems together with all

associated calculations, shall be provided for review and approval prior to

shipment of equipment

(d) Any limitations imposed on the power system as a result of the settings

proposed shall be explicitly stated.

(e) In the absence of system data required for calculation purposes, assumptions

may be made providing these are clearly identified as such in the relevant

calculations.

4.6.2.13 Numerical relays Lifespan

The bidder shall mention following:-

(a) Product maturity: The Bidder should mention the time period for which the

product has been in the market

(b) Expected production life of the relay

(c) Hardware/Firmware change notification process. Upgrades to be provided

free of cost within the warranty period, if needed.

(d) Lifespan of standard tools and processes for relay configuration, querying and

integration

4.6.2.14 Support service for numerical relays

The Bidder should give guarantee for at least 15 years from the date of last supply in

respect of service support and availability of spares. Any problem in the said period

should be attended whenever asked for inclusive of repair/replacement of relays/

component (both Hard Ware, Soft Ware) at the client cost after warranty period.

4.6.3 Generator Protection Numerical Relays Specifications

In addition or as complimentary to the principal specifications for all numerical relays to be

supplied, generator protection relay must fulfil the specifications below. Where specifications

given in this clause contradict principal specifications, specifications in this clause shall prevail

for generator protection relays.

Generator protection relays shall have:

Page 125: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 117 of 218

4.6.3.1 At least 4 freely assignable function keys and a Numeric keypad

4.6.3.2 At least 15 Binary inputs, 20 Binary Outputs, 1 life contact (watchdog)

4.6.3.3 At least 14 LED’s freely programmable

4.6.3.4 Current transformer inputs Rated at 5A &1A site selectable.

4.6.3.5 At least 11 current inputs, 4 voltage inputs and 3 analogue (4 -20 mA) inputs

OR

At least 8 current inputs, 4 voltage inputs and 3 analogue (4 -20 mA) inputs

If relay has eight current inputs then a separate relay for excitation transformer

protection shall be provided. The excitation transformer protection relay shall have

specifications similar to those for station transformers

4.6.3.6 Rated auxiliary voltage: 60 to 250 V DC and 115 to 230 V AC

4.6.3.7 RS232/USB Front operating interface

4.6.3.8 Communication interface of IEC 61850, 100 Mbit, Ethernet electrical, with

integrated switch , double RJ45 connector

OR

IEC 61850, 100 Mbit, Ethernet with integrated switch, FIBRE optical, double, LC

connector

4.6.3.9 The following functions

Impedance protection (21) 100% stator ground fault protection with 20 Hz

voltage (64G) Over excitation protection (24) Rotor ground fault protection (64R (fn))

Under voltage protection (27) Dir. time-over current protection, phases (67)

Reverse power protection (32R) Directional stator ground fault protection (67Ns)

power supervision (32P/Q) Trip-circuit supervision (74TC)

Temperature supervision (38) Out-of-step protection (78)

Under excitation protection (40) DC voltage/DC current protection (59N, 51N

(DC)) Unbalanced load protection (46) Frequency protection (81)

Phase-sequence-voltage supervision (47) Lockout (86)

Thermal overload protection for the stator

(49) Differential protection (87)

Breaker failure protection (50BF) Differential ground-fault protection, REF (87N)

Instantaneous over current protection

(50/50N) Power swing detection & blocking

time-over current protection (51/51N) Changeover of setting group Sensitive ground-current protection

(51N) Measured values

Over current protection, voltage

restrained (51V) Switching statistic counters

Inadvertent energization / protection

(50/27) Logic editor

Overvoltage protection (59) Fault recording of analogue and binary signals VT fuse fail monitoring (60FL) External trip initiation

Page 126: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 118 of 218

100% stator ground fault 3rd harmonics

(27TN/59TN) Circuit breaker test & monitoring

Inter-turn fault protection (59N (IT)) Control, Monitoring and supervision

Stator ground fault protection (59N/64)

4.6.4 Generator Transformer Protection Numerical Relays Specifications

In addition or as complimentary to the principal specifications for all numerical relays to be

supplied, generator transformer protection relay must fulfil the specifications below. Where

specifications given in this clause contradict principal specifications, specifications in this

clause shall prevail for generator transformer protection relays.

Generator transformer protection relays shall have:

4.6.4.1 4 freely assignable function keys and a Numeric keypad

4.6.4.2 Flexible adaptation to the transformer vector group and various transformer ratios,

controlling of closing and over excitation processes and safe behaviour in the case

of current transformer saturation

4.6.4.3 differential protection with add-on stabilization and inrush stabilization

4.6.4.4 Adaptive adjustment of the trip characteristic to the transformer tapping

4.6.4.5 At least 16 LED’s freely programmable

4.6.4.6 At least 20 Binary inputs, 20 Binary Outputs, 1 life contact (watchdog)

4.6.4.7 Current transformer inputs Rated at 5A &1A site selectable.

4.6.4.8 At least 12 current inputs, 4 voltage inputs.

4.6.4.9 Rated auxiliary voltage: 60 to 250 V DC and 115 to 230 V AC

4.6.4.10 RS232/USB Front operating interface

4.6.4.11 Communication interface of IEC 61850, 100 Mbit, Ethernet electrical, with

integrated switch ,double RJ45 connector

OR

IEC 61850, 100 Mbit, Ethernet with integrated switch, FIBRE optical, double, LC

connector

4.6.4.12 The following functions:

Distance protection (21) Trip-circuit supervision (74TC)

Over excitation protection (24) Frequency protection (81)

Synchrocheck, synchronizing function (25) Rate-of-frequency-change protection (81R)

Under voltage protection (27) Lockout (86)

Power protection active/reactive power (32, 37) Differential protection (87)

Temperature supervision (38) Differential ground-fault protection, REF (87N)

Negative sequence over current protection (46) Automatic voltage control (90V)

negative-sequence voltage protection (47) Measured values

Thermal overload protection (49) Switching-statistic counters

Hot spot calculation and aging (49H) Logic editor

Page 127: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 119 of 218

4.6.5 Station Load supplies & LV bus bar Protection Numerical Relays Specifications

Numerical relays shall be supplied for metering and protection of station low voltage loads

supplies which are station transformer 1&2, alternative supply transformer and emergency

diesel generator. These supplies are connected to two bus sections which supply the station;

two numerical relays shall be used to protect these bus sections also.

Relays shall be suitable for wide range of protection schemes i.e feeder protection, generator

protection, transformer protection or motor protection

In addition to principal numerical relays specifications Station Load supplies & LV bus bar

Protection relays shall have:

4.6.5.1 4 freely assignable function keys and a Numeric keypad

4.6.5.2 At least 16 LED’s freely programmable

4.6.5.3 Large graphical display

4.6.5.4 At least 20 Binary inputs, 16 Binary Outputs, 1 life contact (watchdog)

4.6.5.5 Current transformer inputs Rated at 5A &1A site selectable.

4.6.5.6 At least 4 current inputs & 4 voltage inputs.

4.6.5.7 Rated auxiliary voltage: 60 to 250 V DC and 115 to 230 V AC

4.6.5.8 RS232/USB Front operating interface

4.6.5.9 The following metering values shall be available: RMS current, I; RMS voltage, U;

Active power, –p/p; Reactive power, Q/-Q; Apparent power, S; Energy, KWH (four

quadrants) and frequency. Transmittal of this values to SCADA shall be possible via

communication interface. Latest metering values shall be stored in non-volatile

memory.

4.6.5.10 Communication interface of IEC 61850, 100 Mbit, Ethernet electrical, with

integrated switch ,double RJ45 connector

OR

IEC 61850, 100 Mbit, Ethernet with integrated switch, FIBRE optical, double, LC

connector

4.6.5.11 The following functions

Synch-check, synchronizing function (25) Frequency protection (81)

Instantaneous over current protection (50/50N) Inrush-current detection

Inverse time-over current protection (51/51N) External trip initiation

Circuit-breaker failure protection (50BF) Control, Monitoring and supervision

Voltage dependent over current protection (51V) Fault recording of analog and binary signals

Overvoltage protection (59) Changeover of setting group

Neutral voltage displacement (59N) Circuit breaker test

VT fuse fail monitoring (60FL) Fault locator FL

Directional over current protection (67, 67N) Circuit breakers wear monitoring

Power-swing blocking

Page 128: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 120 of 218

Under voltage protection (27) Rate-of-frequency-change protection (81R) Power protection active/reactive power (32, 37) Lockout (86)

Temperature supervision (38) Restricted ground-fault protection (87N)

Negative-sequence over current protection (46) Automatic voltage control (90V)

Phase-sequence-voltage supervision (47) Measured values

Thermal overload protection (49) Switching-statistic counters

Over current protection, phase (50/51) Logic editor

Circuit-breaker failure protection (50BF) Inrush-current detection Voltage dependent over current protection (51V) External trip initiation High speed instantaneous over current protection (50Hs) Control, Monitoring and supervision

Over current protection, ground (50N/51N) Fault recording of analog and binary signals

Overvoltage protection (59) Changeover setting groups

Neutral displacement protection (59N) Directional time-over current protection, phase (67) Circuit breaker test Directional time-over current protection for ground-faults (67N) Fault locator (FL)

Trip-circuit supervision (74TC)

4.7 PROTECTION SCHEME REQUIREMENTS

4.7.1 General

4.7.1.1 All requirements of each protection scheme whether mentioned in the specifications

or not shall be supplied by the contractor

4.7.1.2 Bidder shall include all requirements of each scheme in the bid including those that

may not have been mentioned in the specifications

4.7.1.3 The details of each protection scheme function are not explicitly mentioned in this

specifications. Each function shall be dependent on the equipment being protected

and the optimal fault isolation. Contractor shall study all information supplied to

develop details of each scheme function

4.7.1.4 All functions, devices, accessories or fittings which may not have been specifically

mentioned, but which are usual or necessary in the respective scheme for the

completeness and effective operation shall be supplied.

4.7.1.5 Any alternative/ additional protections or relays considered necessary for providing

complete effective and reliable protection shall also be included in the scope of

supply.

4.7.1.6 On the occurrence of a fault on the power system network the high speed

discriminating protection systems (main protection) shall rapidly detect the fault and

initiate the opening of only those circuit breakers (and stopping of machines) which

are necessary to disconnect the faulted electrical element from the network.

Protection equipment associated with adjacent electrical elements may detect the

fault, but must be able to discriminate between an external fault and a fault on the

electrical element which it is designed to protect.

Page 129: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 121 of 218

4.7.2 Generator Protection Schemes:

4.7.2.1 The contractor shall study the existing protection scheme, generator and associated

equipment data and come up with a comprehensive protection scheme. The scheme

shall cover all existing protection functions and others deemed necessary.

4.7.2.2 The scheme described below shall be duplicated for both unit 1 and 2. The schemes

shall be similar for both units.

4.7.2.3 The generator protection schemes shall have but not limited to the following

functions :-

1. Generator differential protection ΔI, (87G)

2. Stator earth-fault protection95% and 100 % V0>, V0 (3rd harm) ,RSEF (20 Hz voltage)

<,(59N,64G)

3. Generator voltage restraint inverse-time over current protection, I>, t= f (I)

+V<,(51V)

4. Breaker failure protection Imin>, (50BF)

5. Stator overload protection I2t, (49)

6. Generator overvoltage& under voltage protection V>, V<, t = f (V), (27,59)

7. Frequency protection f<, f>, (81U, 81O)

8. Reverse-power protection -P, (32R)

9. Over excitation protection (Volt/Hertz) V/f,(24)

10. Under excitation protection (loss-of-field protection) 1/xd, (40)

11. Negative-sequence (Generator unbalance) protectionI2>, t = f (I2), (46)

12. Accidental energization protection I>, V<, (50/27)

13. Back up under impedance protection Z<, (21)

14. Excitation transformer Sensitive earth-fault protection, IEE>, (50 N, 51N )

15. Excitation transformer instantaneous, definite-time and inverse time over

current protection, I>>, (50, 51)

16. VT Fuse failure monitor V2/V1, I2/I1, (60FL)

17. Trip circuit supervision T.C.S. (74TC)

18. External trips-excitation trip, turbine trip, station flooding trip etc.

19. 11kv generator circuit breaker supervision alarms:-trip circuit failure,

lockout etc

20. Lockout relay 86G

4.7.2.4 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.2.5 Dual protection functions shall be provided for each generator. There shall be two

independent protection sets set A and set B for each generator. Each set shall

comprise of a numerical protection relay; a lockout relay; two circuit breaker trip

coil supervision relays and auxiliary input/output relays.

Page 130: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 122 of 218

4.7.2.6 Two numerical protection relays compliant with all specifications in section 4.6.2

and 4.6.4 shall be installed and tested for each generator.

4.7.2.7 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to the two numerical relays. The auxiliary relays

shall be compliant with specifications given in section 4.5.5

At least 20 auxiliary relays with 4NC & 4NO potential free contacts shall installed

on each protection set for inputs coupling

The binary inputs from field devices shall include but not limited to:

Excitation trip (86E) emergency PB trip Incoming VT MCB trip

mechanical trip (86M) Intake gate closed GCB open

Transformer trip (86T-1) Guide vanes open GCB closed

Transformer trip (86T-2) field breaker open GCB lockout

GCB trip coil failure field breaker closed Intertrip

Shutdown valve open

4.7.2.8 Each numerical relay shall have tripping binary outputs wired independently for

each protection set to the following devices:

Lockout relay 86G lockout relay 86M

lockout relay 86T-2 lockout relay 86X

Unit PLC trip input Trip relay 94E

4.7.2.9 The two numerical relays (for each unit) signalling binary outputs shall be paralleled

together and hard wired to the unit control PLC. The outputs shall include but not

limited to the following functions:

percentage differential trip, breaker failure trip

loss of excitation trip over voltage trip

generator unbalance trip stator earth fault trip

over current trip Over frequency trip

reverse power trip Under frequency trip

Accidental energization Over excitation trip

excitation transformer over current trip

4.7.2.10 Each numerical relay signalling binary outputs listed below shall be wired to

auxiliary relays for contact multiplication for hard wiring to the unit control PLC &

manual control system. At least 5 Auxiliary relays compliant with specifications

given in section 4.5.5 and having 4NC&4NO potential free contacts shall be wired

for each set.

The outputs shall include but not limited to the following functions

VT fuse failure generator protection relay A failure

Trip circuit(86G) failure generator protection relay B failure

Page 131: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 123 of 218

4.7.2.11 Each protection set shall have a Lock out relay 86G with at least 20 potential free

contacts and compliant with all specifications given in section 4.5.7. They shall be

wired independently to the following field devices:

11KV Generator circuit breaker trip Lockout relay 86E

Field circuit breaker trip lockout relay 86M

Excitation controller trip input Unit PLC trip input

Governor stop input Emergency shutdown valve

4.7.2.1 Each numerical relay LED’s shall be configured for annunciation of, but not limited

to the following functions:

General trip frequency trip

differential trip breaker failure trip

loss of excitation trip over voltage trip

generator unbalance trip VT fuse failure

over current trip excitation transformer over current trip

reverse power trip Mechanical trip

stator earth fault trip Excitation trip

4.7.2.2 Each protection set shall have at least 2 circuit breaker trip coil supervision relays

for Generator circuit breaker trip coil supervision in CB open and CB closed state.

4.7.2.3 There shall be at least three DC supply supervision relays on each protection set for:

numerical relay DC supply supervision, protection trip supply supervision and

Circuit breaker trip supply supervision. DC supply supervision relays shall have at

least 4NC dry contacts

4.7.2.4 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.2.5 Siren shall be supplied and installed by the contractor on one generator protection

panel.

4.7.2.6 Auxiliary contacts of control supply circuit breakers, DC supply supervision relays

and breaker trip coil supervision relays shall be wired to the unit control PLC by the

contractor. Dry contacts shall be available for this purpose

4.7.2.7 Emergency pushbutton and lockout relays reset button to be installed on front side

of the panel. DC Supply status LED lamps shall be installed on the front side of the

panels

4.7.3 Generator Transformer Protection Schemes:

4.7.3.1 The contractor shall study the existing protection scheme, generator transformers

and associated equipment data and come up with a comprehensive protection

scheme. The scheme shall cover all existing protection functions and others deemed

necessary.

Page 132: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 124 of 218

4.7.3.2 The scheme described below shall be duplicated for both unit 1 and 2. The schemes

shall be similar for both units.

4.7.3.3 The generator transformer protection schemes shall have but not limited to the

following functions :-

1. Transformer differential protection ΔI, (87T)

2. Transformer Restricted earth fault protection Δ In, (87TN)

3. Over excitation protection (Volt/Hertz) V/f,(24)

4. 11KV Neutral voltage displacement (NVD) V0>, (59N)

5. Transformer time over current protection, I>, (51)

6. Breaker failure protection Imin>, (50BF)

7. Transformer Thermal overload protection I2t, (49)

8. Transformer overvoltage & under voltage protection V>, V<, t = f (V), (27,59)

9. Frequency protection f<, f>, (81U, 81O)

10. Back up under impedance protection Z<, (21)

11. Back up Sensitive earth-fault protection, IEE>, (51N )

12. VT Fuse failure monitor V2/V1, I2/I1, (60FL)

13. Trip circuit supervision T.C.S. (74TC)

14. Transformer protections via binary inputs: Bucholz surge trip, oil temperature

trip, winding temperature trip, pressure relief device trip etc

15. External trips-station transformer trip, station flooding trip, line trip etc.

16. circuit breaker supervision alarms:-trip circuit failure, lockout etc

17. Lockout relay 86T

4.7.3.4 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.3.5 Dual protection functions shall be provided. There shall be two independent

protection sets set A and set B for each generator transformer. Each set shall comprise

of a numerical protection relay; a lockout relay; two circuit breaker trip coil

supervision relays and auxiliary input/output relays.

4.7.3.6 Two numerical protection relays compliant with all specifications in section 4.6.2

and 4.6.3 shall be installed and tested for each generator transformer.

4.7.3.7 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to the two numerical relays on each generator

transformer. The auxiliary relays shall be compliant with specifications given in

section 4.5.5

At least 20 auxiliary relays with 4NC & 4NO potential free contacts shall installed

on each protection set for inputs coupling

The binary inputs from field devices shall include but not limited to:

Station TX trip (86ST) Winding temp alarm Running VT MCB trip

Page 133: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 125 of 218

Generator trip (86G) Winding temp trip emergency PB trip

132KV isolator failure Oil temp alarm 132 KV isol open

Buccholz surge alarm Oil temp trip 132 KV isol closed

Buccholz surge trip Oil pressure trip Kutus line trip

TX Cooler failure Oil level low alarm Kamburu line trip

Inter trip receive

4.7.3.8 Each numerical relay shall have tripping binary outputs wired independently for

each protection set to the following devices:

Lockout relay 86G lockout relay 86M

lockout relay 86T-1 lockout relay 86E

lockout relay 86T-2 Unit PLC trip input

4.7.3.9 The two numerical relays (for each unit) signalling binary outputs shall be paralleled

together and hard wired to the unit control PLC. The outputs shall include but not

limited to the following functions:

Transformer differential trip breaker failure trip Thermal overload

tr REF trip Kamburu line trip Back up earth fault

Over excitation trip Kutus line trip

over current trip Over voltage trip

NVD trip Under voltage

4.7.3.10 Each numerical relay signalling binary outputs listed below shall be wired to

auxiliary relays for contact multiplication for hard wiring to the unit control PLC &

manual control. At least 6 Auxiliary relays compliant with specifications given in

section 4.5.5 and having 4NC&4NO potential free contacts shall be wired for each

set.

The outputs shall include but not limited to the following functions

VT fuse failure Generator TX protection relay A

failure Trip circuit(86T-1) failure Generator TX protection relay B

failure Trip circuit(86T-2) failure

4.7.3.11 Each protection set shall have two Lock out relays 86T-1 &86T-2 each with at least

20 potential free contacts and compliant with all specifications given in section

4.5.7. 86T-1 shall be for generator and station transformer trip while 86T-2 shall

be for complete power station trip and 132KV line trips

They shall be wired independently to the following field devices:

86T-1:

11KV Generator circuit breaker Lockout relay 86E

Lockout relay 86G lockout relay 86M

Emergency shutdown valve Unit PLC trip input

Page 134: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 126 of 218

Station TX 11KV CB Station TX 415V CB

86T-2:

Kamburu 132KV line breaker pole A Kutus 132KV line breaker pole A

Kamburu 132KV line breaker pole B Kutus 132KV line breaker pole B

Kamburu 132KV line breaker pole C Kutus 132KV line breaker pole C

Lockout relay 86G Lockout relay 86ST

Other unit 86G inter trip Other unit 86T-2 inter trip

Unit PLC trip input

4.7.3.12 All inter trips and trips from lockout relay 86T-2 shall be wired though Inter trip

isolation links. Isolating links shall be flash mounted on the front side of the panel

4.7.3.13 Each numerical relay LED’s shall be configured for annunciation of( but not limited

to) the following functions:

General trip Buccholz surge alarm Kamburu line trip

Transformer differential

trip,

Buccholz surge trip Kutus line trip

REF trip Winding temp alarm

Over excitation trip Winding temp trip

over current trip Oil temp alarm

NVD trip Oil temp trip

breaker failure trip Oil pressure trip(PRD)

4.7.3.14 Each protection set shall have at least 6 circuit breaker trip coil supervision relays

for Line circuit breaker trip coil supervision in CB open and CB closed state.

4.7.3.15 There shall be at least three DC supply supervision relays on each protection set for:

numerical relay DC supply supervision, protection trip supply supervision and

Circuit breaker trip supply supervision. DC supply supervision relays shall have at

least 4NC dry contacts

4.7.3.16 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.3.17 Auxiliary contacts of: control DC supply circuit breakers, DC supply supervision

relays and trip circuit supervision relays shall be wired to the unit control PLC by

the contractor. Dry contacts shall be available for this purpose

4.7.3.18 Lockout relays reset push button and DC Supply status LED lamps shall be installed

on the front side of the panels

4.7.3.19 Inter trip isolation links to be provided

4.7.4 Station Transformer Protection Schemes:

4.7.4.1 The contractor shall study the existing protection scheme, station transformers and

associated equipment data and come up with a comprehensive protection scheme.

Page 135: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 127 of 218

The scheme shall cover all existing protection functions and others deemed

necessary.

4.7.4.2 The scheme described below shall be duplicated for both unit 1 and 2. The schemes

shall be similar for both units.

4.7.4.3 The proposed station transformer protection schemes shall have but not limited to

the following functions :-

1. Transformer Restricted earth fault protection Δ In, (87TN)

2. Transformer time over current protection, I>, (51)

3. Breaker failure protection Imin>, (50BF)

4. Earth-fault protection, IEE>, (51N )

5. Trip circuit supervision T.C.S. (74TC)

6. Transformer protections via binary inputs: Buchholz surge trip, oil

temperature trip, winding temperature trip, tap changer oil pressure trip,

pressure relief device etc

7. External trips-bus bar trip, etc.

8. circuit breaker supervision alarms:-trip circuit failure, lockout etc

9. Lockout relay 86ST

4.7.4.4 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.4.5 The protection scheme for each station transformer shall comprise of a numerical

protection relay; lockout relay; CB trip coil supervision relays and auxiliary

input/output relays

4.7.4.6 A numerical protection relay compliant with all specifications in section 4.6.2 and

4.6.5 shall be installed and tested for each unit.

4.7.4.7 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to numerical relays and common PLC. The auxiliary

relays shall be compliant with specifications given in section 4.5.5

At least 15 auxiliary relays with 4NC & 4NO potential free contacts shall installed

for inputs coupling

The binary inputs from field devices shall include but not limited to:

Bus bar trip (86LBB) Generator TX trip (86T-1) emergency PB trip

Buchholz surge alarm Winding temp alarm 11KV CB lockout

Buchholz surge trip Oil temp alarm 11 KV CB open

Winding temp trip Tap changer Oil pressure

trip

11 KV CB closed

Oil temp trip Tap changer Oil level low

alarm

415V CB open

11KV CB trip coil fail 415V CB trip coil fail 415V CB closed

4.7.4.8 Numerical relay shall have tripping binary outputs wired to the following devices:

Lockout relay 86ST Bus bar protection relay trip input

Page 136: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 128 of 218

lockout relay 86T-1 Lockout relay 86G

lockout relay 86T-2 Common PLC trip input

4.7.4.9 Numerical relay signalling binary outputs shall be hard wired to the common PLC.

The outputs shall include but not limited to the following functions:

REF trip 11KV breaker failure trip

Over current trip Station TX protection relay failure

Earth fault trip Trip circuit (86ST) failure

4.7.4.10 Lock out relay 86ST with at least 20 potential free contacts and compliant with

specifications given in section 4.5.7. shall be wired independently to the following

field devices:

Station TX 11KV circuit breaker Station TX 415V circuit breaker

4.7.4.11 The numerical relay LED’s shall be configured for annunciation of( but not limited

to) the following functions:

General trip Buccholz surge alarm Oil temp alarm

REF trip Buccholz surge trip Oil temp trip

over current trip Winding temp alarm Tap changer Oil pressure trip

Earth fault trip Winding temp trip Tap changer oil level low

breaker failure trip

4.7.4.12 There shall be at least 4 CB trip coil supervision relays for 11 KV circuit breaker trip

coil supervision for breaker in open and closed position and 415V circuit breaker

trip coil supervision for breaker in open and closed position

4.7.4.13 The numerical protection relay with the following metering values on station

transformer HV side: RMS current, I; RMS voltage, U; Active power, –p/p; Reactive

power, Q/-Q; Apparent power, S; Energy, KWH (four quadrants) and frequency.

Transmittal of this values to SCADA shall be configured via communication

interface. Display of these metering values on the relay LCD shall be configured for

easy viewing of values

4.7.4.14 There shall also be at least four DC supply supervision relays for: numerical relay

DC supply supervision, protection trip supply supervision, 11 KV circuit breaker trip

supply supervision and 415V circuit breaker trip supply supervision. DC supply

supervision relays shall have at least 4NO dry contacts

4.7.4.15 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.4.16 Auxiliary contacts for control supply circuit breakers, DC supply supervision relays

and trip circuit supervision relays shall be wired to the common control PLC by the

contractor. Dry contacts shall be available for this purpose

4.7.4.17 Emergency pushbutton ,lockout relays reset button and DC Supply status LED lamps

to be installed on the front side of the panels

Page 137: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 129 of 218

4.7.5 Alternative Supply Transformer Protection Scheme

4.7.5.1 The contractor shall study the existing protection scheme, alternative supply

transformers and associated equipment data and come up with a comprehensive

protection scheme. The scheme shall cover all existing protection functions and

others deemed necessary.

4.7.5.2 The proposed auxiliary supply transformer protection schemes shall have but not

limited to the following functions :-

1. Transformer Restricted earth fault protection Δ In, (87TN)

2. Transformer time over current protection, I>, (51)

3. Breaker failure protection Imin>, (50BF)

4. Earth-fault protection, IEE>, (51N )

5. Trip circuit supervision T.C.S. (74TC)

6. Transformer protections via binary inputs: Buchholz surge trip, oil

temperature trip, winding temperature trip, tap changer oil pressure trip,

pressure relief device etc

7. External trips-bus bar trip, etc.

8. circuit breaker supervision alarms:-trip circuit failure, etc

9. Lockout relay 86AT

4.7.5.3 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.5.4 The protection scheme for each station transformer shall comprise of a numerical

protection relay; lockout relay; CB trip coil supervision relays and auxiliary

input/output relays

4.7.5.5 A numerical protection relay compliant with all specifications in section 4.6.2 and

4.6.5 shall be installed and tested

4.7.5.6 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to numerical relays and control PLC. The auxiliary

relays shall be compliant with specifications given in section 4.5.5

At least 15 auxiliary relays with 4NC & 4NO potential free contacts shall installed

for inputs coupling

The binary inputs from field devices shall include but not limited to:

Bus bar trip (86LBB) Winding temp trip 415V CB open

Buchholz surge alarm Winding temp alarm 415V CB closed

Buchholz surge trip Oil temp alarm 33KV CB open

Oil temp trip emergency PB trip 33KV CB closed

33 KV CB trip coil fail 415V CB trip coil fail

4.7.5.7 Numerical relay shall have tripping binary outputs wired to the following devices:

Lockout relay 86AT Lockout relay 86LBB

common PLC trip input Bus bar protection relay trip input

Page 138: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 130 of 218

4.7.5.8 Numerical relay signalling binary outputs listed below shall be hard wired to the

common PLC. The outputs shall include but not limited to the following functions:

REF trip 33KV breaker failure trip

Over current trip Alt supply TX protection relay failure

Earth fault trip

4.7.5.9 Lock out relay 86AT with at least 20 potential free contacts and compliant with

specifications given in section 4.5.7. shall be wired independently to the following

field devices:

Alt supply TX 33KV circuit breaker Alt supply TX 415V circuit breaker

4.7.5.10 The numerical relay LED’s shall be configured for annunciation of( but not limited

to) the following functions:

General trip Buchholz surge trip Oil temp alarm

REF trip Oil temp trip Buchholz surge alarm

Over current trip Winding temp trip Winding temp alarm

Earth fault trip breaker failure trip

4.7.5.11 Numerical protection relay with the following metering values on transformer HV

side: RMS current, I; RMS voltage, U; Active power, –p/p; Reactive power, Q/-Q;

Apparent power, S; Energy, KWH (four quadrants) and frequency. Transmittal of

this values to SCADA shall be configured via communication interface. Display of

these metering values on the relay LCD shall be configured for easy viewing of

values

4.7.5.12 There shall be at least 4 CB trip coil supervision relays for: 33 KV circuit breaker trip

coil supervision for breaker in open and closed position and 415V circuit breaker

trip coil supervision for breaker in open and closed position

4.7.5.13 There shall also be at least four DC supply supervision relays for: numerical relay

DC supply supervision, protection trip supply supervision, 33 KV circuit breaker trip

coil supply supervision and 415V circuit breaker trip supply supervision. DC supply

supervision relays shall have at least 4NC dry contacts

4.7.5.14 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.5.15 Auxiliary contacts of control supply circuit breakers, DC supply supervision relays

and trip circuit supervision relays shall be wired to the common control PLC by the

contractor. Dry contacts shall be available for this purpose

4.7.5.16 Emergency push button ,lockout relays reset button and DC Supply status LED lamps

to be installed on the front side of the panels

4.7.6 Emergency Diesel Generator (EDG) Protection Scheme

4.7.6.1 The contractor shall study the existing protection scheme, diesel generator and

associated equipment data and come up with a comprehensive protection scheme.

Page 139: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 131 of 218

The scheme shall cover all existing protection functions and others deemed

necessary.

4.7.6.2 The proposed generator protection schemes shall have but not limited to the

following functions :-

1. Restricted earth fault protection ΔIn, (87N)

2. voltage restraint inverse-time over current protection, I>, t= f (I) +V<,(51V)

3. Breaker failure protection Imin>, (50BF)

4. Generator overvoltage & under voltage protection V>, V<, t = f (V), (27,59)

5. Frequency protection f<, f>, (81U, 81O)

6. earth-fault protection, IEE>, (50 N, 51N )

7. instantaneous, over current protection, I>>, (50HS)

8. Trip circuit supervision T.C.S. (74TC)

9. External trips.

10. Diesel generator circuit breaker supervision alarms:-Trip circuit failure, etc

11. Lockout 86

4.7.6.3 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.6.4 The protection scheme shall comprise of a numerical protection relay; lockout relays;

trip coil supervision relays and auxiliary input/output relays.

4.7.6.5 Numerical protection relay compliant with all specifications in section 4.6.2 and

4.6.5 shall be installed and tested one for each protection set.

4.7.6.6 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to the two numerical relays. The auxiliary relays

shall be compliant with specifications given in section 4.5.5

At least 15 auxiliary relays with 4NC & 4NO potential free contacts shall installed

for inputs coupling

The binary inputs from field devices shall include but not limited to:

Bus bar trip (86LBB) Emergency PB trip EDG CB open

EDG CB trip coil failure VT MCB trip EDG CB closed

EDG Failure to start EDG High water temperature

EDG Electrical fault Bkr failed timer operated EDG High fuel level

EDG Low oil pressure EDG Over speed EDG Low fuel level

4.7.6.7 Numerical relay shall have tripping binary outputs wired to the following devices:

Stop EDG command EDG ACB Trip

common PLC trip input Lockout relay 86LBB

EDG trip output Bus bar protection relay trip input

Page 140: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 132 of 218

4.7.6.8 Numerical relay signalling binary outputs shall be wired to the common PLC. The

outputs shall include but not limited to the following functions:

REF trip breaker failure trip

Over current 51V trip Over frequency trip

Over current 50HS trip Under frequency trip

Earth fault trip over voltage trip

EDG Protection relay failure Under voltage trip

4.7.6.9 The numerical relay LED’s shall be configured for annunciation of( but not limited

to) the following functions:

General trip breaker failure trip EDG Electrical fault

REF trip frequency trip EDG Low oil pressure

Over current trip over voltage trip EDG High fuel level

Earth fault trip Under voltage trip EDG Low fuel level

EDG Failure to start EDG Over speed EDG High water temperature

Bkr failed timer operated

4.7.6.10 Numerical protection relay with the following metering values: RMS current, I; RMS

voltage, U; Active power, –p/p; Reactive power, Q/-Q; Apparent power, S; Energy,

KWH (four quadrants) and frequency. Transmittal of this values to SCADA shall be

configured via communication interface. Display of these metering values on the

relay LCD shall be configured for easy viewing of values

4.7.6.11 There shall be at least 2 circuit breaker trip coil supervision relays for EDG circuit

breaker trip coil supervision in CB open and CB closed state.

4.7.6.12 There shall be at least three DC supply supervision relays on each protection set for:

numerical relay DC supply supervision, protection trip supply supervision and

Circuit breaker trip supply supervision. DC supply supervision relays shall have at

least 4NC dry contacts

4.7.6.13 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.6.14 Auxiliary contacts for control supply circuit breakers, DC supply supervision relays

and trip circuit supervision relays shall be wired to the common PLC by the

contractor. Dry contacts shall be available for this purpose

4.7.6.15 Emergency push button ,lockout relays reset button and DC Supply status LED lamps

to be installed on the front side of the panels

4.7.7 415 VAC Bus Bar Protection Schemes:

4.7.7.1 Masinga Station load is supplied through low voltage bus bar with two bus sections,

there is a bus coupler between the two sections. Section 1 is supplied through:-

Station transformer no.1 & Diesel generator incomers. Section 2 is supplied

through:-Station transformer no.2 & Alternative supply transformer incomers.

Page 141: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 133 of 218

4.7.7.2 In normal operation the bus coupler is in open position and section 1 is supplied

through station transformer No.1 and section 2 is supplied from station transformer

No.2. If both station transformer supplies are not available the alternative

transformer is used. Diesel engine is used in black out condition. Bus coupler is

closed when either of the bus section feeders is not available. Drawing

no.7541/01E/101 shows how the protection schemes for these station load supplies

are achieved

4.7.7.3 The contractor shall study the existing bus bar protection scheme, station

transformers, alternative supply transformer, diesel generator, 415VAC circuit

breakers and associated equipment data and come up with a comprehensive

protection scheme. The scheme shall cover all existing protection functions and

others deemed necessary.

4.7.7.4 The proposed 415VAC bus bar protection schemes shall have but not limited to the

following functions :-

1. Earth-fault protection, IEE>, (50N/51N )

2. Neutral voltage displacement, U0>, (59N)

3. Breaker failure protection Imin>, (50BF)

4. Trip circuit supervision T.C.S. (74TC)

5. External trips-bus bar trip, etc.

6. Circuit breaker supervision alarms:-trip circuit failure, lockout etc.

7. Lockout relay 86LBB

4.7.7.5 During the design stage, the client may include any other protection function

deemed necessary for the safe operation of the system

4.7.7.6 The protection scheme for each bus section shall comprise of a numerical protection

relay; lockout relays; trip circuit supervision relays, DC supply supervision relays

and auxiliary input/output relays

4.7.7.7 A numerical protection relay compliant with all specifications in section 4.6.2 and

4.6.5 shall be installed and tested

4.7.7.8 Field inputs to the protection system shall be wired to auxiliary relays which will do

contact multiplication for input to numerical relays and control PLC. The auxiliary

relays shall be compliant with specifications given in section 4.5.5

At least 5 auxiliary relays with 4NC & 4NO potential free contacts shall installed for

inputs coupling

The binary inputs from field devices shall include but not limited to:

Bus coupler CB trip coil fail Station TX 1 ACB open Alt supply TX ACB open

Bus coupler ACB open Station TX 1 ACB closed Alt supply TX ACB closed

Bus coupler ACB closed Station TX 2 ACB open EDG ACB open

Station TX1 protection relay Station TX 2 ACB closed EDG ACB closed

Station TX2 protection relay EDG protection relay

Alt TX protection relay

4.7.7.9 Numerical relay shall have tripping binary outputs wired to the following devices:

Page 142: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 134 of 218

Lockout relay 86LBB Lockout relay 86AT

common PLC trip input Lockout relay 86ST (U1)

EDG protection relay trip Input Lockout relay 86ST (U2)

Bus coupler ACB trip

4.7.7.10 Numerical relay signalling binary shall be hard wired to the common PLC. The

outputs shall include but not limited to the following functions:

over current trip breaker failure trip

Earth fault trip Bus bar protection relay failure

NVD trip

4.7.7.11 Lock out relay 86LBB with at least 20 potential free contacts and compliant with

specifications given in section 4.5.7. shall be wired independently to the following

field devices:

Station TX 1 415V circuit breaker trip Station TX 2 415V circuit breaker trip

Bus coupler 415V circuit breaker trip Alt supply TX 415V CB trip

EDG 415V circuit breaker trip

4.7.7.12 All trips from the numerical relay and lockout relay shall be wired though Inter trip

isolation links. Isolating links shall be flash mounted on the front side of the panel

4.7.7.13 The numerical relay LED’s shall be configured for annunciation of( but not limited

to) the following functions:

General trip Earth fault trip NVD trip

Over current trip breaker failure trip 4.7.7.1 There shall be at least 2 circuit breaker trip coil supervision relays for bus coupler

circuit breaker trip coil supervision in CB open and CB closed state.

4.7.7.2 There shall also be at least three DC supply supervision relays for: numerical relay

DC supply supervision, protection trip supply supervision and bus coupler circuit

breaker trip supply supervision. DC supply supervision relays shall have at least 4NC

dry contacts

4.7.7.3 Any operation of the protection scheme (Alarm and Trip) shall initiate a soft siren

that shall be mounted on top of the generator protection panel.

4.7.7.4 Auxiliary contacts for control supply circuit breakers, DC supply supervision relays

and trip circuit supervision relays shall be wired to the common control PLC by the

contractor. Dry contacts shall be available for this purpose

4.7.7.5 Emergency push button ,lockout relays reset button and DC Supply status LED lamps

to be installed on the front side of the panels

Page 143: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 135 of 218

4.7.8 Tripping Matrix

(a) The following minimum tripping matrix shown in the diagram below shall be

established. However; the scheme requirements are as illustrated in the tender

document and drawings.

(b) This matrix will be adjusted further during design stage and site

commissioning to suite the contractors design and situation at site

Gen

erato

r 1

1K

V C

B O

pen

stati

on

tra

nsf

orm

er 1

1K

V C

B

Alt

. tr

an

sform

er 3

3K

V C

B

41

5V

AC

B S

tati

on

. T

X.

41

5V

AC

B A

lter

nati

ve

TX

41

5V

AC

B D

iese

l En

gin

e

41

5V

AC

B B

us

cou

ple

r

Bu

s b

ar

Lock

ou

t

Inte

r-T

rip

sen

d

13

2 K

V u

nit

lin

e is

ola

tor

13

2 K

V K

am

bu

ru l

ine

CB

Fiel

d S

up

pre

ssio

n

Gover

nor

shu

tdow

n

Die

sel

En

gin

e st

op

Ala

rm a

nn

un

ciati

on

Gen

erato

r Pro

tect

ion

s

Differential protection X X X X

Negative Ph. Sequence X X X X

Over/under frequency X X X X

Overvoltage/ under voltage X X X X

Stator Earth fault X X X X

Excitation TX over current X X X X

Loss of excitation X X X X

Reverse power protection X X X X

Voltage controlled over current X X X X

Generator Breaker fail X X X X X X

V/Hz X X X X

Gen

erato

r T

ran

sform

er p

rote

ctio

n

Gen. transformer deferential X X X X X X X X X

Restricted Earth Fault X X X X X X X X X

Neutral-voltage displacement X X X X X X X X X

Over Current X X X X X X X X X

Inter-trip receive X X X

Over fluxing protection (V/HZ) X X X X X X X X X

Oil temperature Alarm X

Winding-Temp Alarm X

Buchholz Gas X

Oil level Alarm X

Oil temperature Trip X X

Winding Temperature Trip X X

Buchholz Surge X X X X X X X X X

Pressure Relief Device X X X X X X X X X

Cooling fans fault X

Trip supply supervision X

Page 144: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 136 of 218

Stati

on

Tra

nsf

orm

er.

Restricted Earth Fault(LV) X X X

Over Current X X X X

Tap changer oil pressure trip X X X

Oil temperature Trip X X

Winding Temperature Trip X X

Buchholz Surge X X X

Alt

ern

ati

ve

Tra

nsf

orm

er.

Restricted Earth Fault X X X

Inverse Time Over Current X X

Over Current X X X X

Buchholz Surge X X X

Oil temperature Trip X X

Winding Temperature Trip X X

Die

sel

En

gin

e Restricted Earth Fault X X X

Inverse Time Over Current X X X X

Under/over voltage X

Under/over frequency X

Bu

s b

ar

NVD X X X

415V E/fault

X X X

4.8 SCADA INTERFACE SYSTEM

4.8.1 Masinga power station has three PLC’s that are connected to a SCADA server for remote

operations and monitoring. PLC to server communication interface is via 100Base-T

Ethernet LAN and use mod bus TCP protocol. Detailed information on the SCADA software

and communication protocols shall be supplied during site visit

4.8.2 All supplied numerical protection relays, OLTC AVR relays and any other specified IED

shall be interfaced to the SCADA system via an Ethernet LAN communication interface by

the contractor. All supplied IED’s shall support 100Base-T or 100base-FX Ethernet LAN

interface.

4.8.3 Contractor shall supply, install and configure two LAN’s to connect all the numerical

relays and other IED’s. LAN will encompass cabling, two industrial Ethernet switches and

all terminations for fibre or twisted pair connections. The two LAN’s shall be interfaced to

existing SCADA Ethernet switches via Ethernet 100Base-T connections on RJ45 ports

4.8.4 Contractor shall interface all the numerical relays to the two Ethernet switches. Each relay

shall have two connections one to each Ethernet switch. Cabling and terminations shall

be carried out by the contractor. Shielded twisted pairs category 6 shall be used for 100

base TX. Networking cables shall be suitably shielded and insulated for industrial

environment.

Page 145: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 137 of 218

4.8.5 Two rugged industrial Ethernet switches each with the following features shall be

supplied

(a) Immunity to EMI and high-voltage electrical transients meeting the following

standards

(i) Zero-Packet-Loss™ Technology

(ii) Meets or exceeds IEEE 1613 (electric utility substations)

(iii) Meets or exceeds IEC 61850-3 (electric utility substations)

(iv) Meets or exceeds IEC 61000-6-2 (generic industrial environment)

(b) Suitable for operation at –40°C to +85°C operating temperature (no fans)

(c) Shall be panel mounted, flush mounting on the front with connections from

the rear.

(d) Shall be modular (like PLC’s) with modules for electrical ports, optic ports,

control, power etc.

(e) Shall have fully integrated, dual-redundant power supplies With Universal

high voltage ranges: 88–300VDC and 85–264VAC supply. To be connected

with rear Terminal blocks

(f) Shall have

Two 16-Port 10/100BaseTX RJ45 port modules and one 4-Port 100FX

module with LC connectors

OR

(i) Four 8-Port 100FX modules with LC connectors and one 8-Port 100 Base

TX RJ45 port module

Dependent on whether the numerical relays will have 100BaseTX or 100

FX ports

(g) All Ethernet ports and Power connectors will be on the rear

(h) Shall have A LED panel on the front of the unit displaying status of each port,

alarm status, power supply status etc.

(i) Shall have a critical alarm relay with 4 dry contacts rated for at least

2A@125VDC

(j) Compliant with IEC 61850-9-2 Sampled Values and IEC 61850-8-1 GOOSE

Message

(k) Compliant with IEE 802.3, 802.3u, 802.3x, 802.3ab, 802.1d, 802.1p,

802.1Q, 802.1Q-2005, 802.1w’,Link Aggregation etc

(l) Store & Forward switching method with Switching latency of10.5 μ s

(m) Ingress Protection of IP40

(n) Software for configuration shall be provided

(o) Cybersecurity Features: Integrated router/firewall/VPN; Stateful firewall with

NAT; Full IPsec virtual private networking; VPN with 3DES, AES128, AES256

support; Multilevel passwords; SSH/SSL encryption; Enable/disable ports,

MAC-based port security; Port-based network access control (802.1x); VLAN

Page 146: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 138 of 218

(802.1Q) to segregate and secure network traffic; SNMPv3 encrypted

authentication and access security etc.

(p) Shall support the following: Http, telnet, TFTP, NETCONF, SNMP, IGMP, web

based management, command line interface etc.

4.8.6 In order to interface the numerical relays and other IED’s supplied to the client’s SCADA

system via communication protocol the contractor shall install an interface server to host

OPC server and other software required for communication between the relays and the

SCADA system

4.8.7 Two rugged industrial computers each with the following minimum features shall be

supplied for interface server:

(a) Be an industrial PC (windows-intel based)

(b) Shall be rugged and suitable for industrial environment

(c) Run latest Microsoft windows operating system

(d) Contain solid state drives only(shall not contain hard disks)

(e) Have at least 128GB SSD storage

(f) Have at least 4GB of RAM and 6 MB Cache

(g) Have at least two intel core i5/i7 processors (dual core) with over 2.7GHz

speed

(h) Have front DVD±R/RW, 5.25“, SATA drive

(i) Have at least 2 x Gbit Ethernet (RJ45) ports

(j) Have at least 4 USB ports

(k) Have VGA & HDMI display ports

(l) Have front LED’s for power or fault indication.

(m) Dust protection through pressurized cooling via filter

(n) All-metal 19" enclosure for flush mounting, for electromagnetic compatibility

and mechanical ruggedness

(o) Be panel mounted with form factor and mounting method similar to that of

numerical relays

(p) Shall have Electromagnetic compatibility (EMC) as per IEC 61000 with

immunity to interference as per IEC 61000-4-(2,3,4,5,6,8)

(q) Shall be suitable for operation at ambient temperature of 400c and 80%

humidity without fans

(r) A 19" LED TFT-LCD touchscreen monitor with rugged display specifically

designed for industrial applications shall be supplied and mounted. It shall be

stable, have IP54 front panel protection and have VGA & HDMI interface.

4.8.8 The contractor shall carryout the following:-

(a) Study KenGen SCADA system and design the interface system

(b) supply all the requisite software for interfacing to KenGen SCADA system

Page 147: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 139 of 218

(c) Develop programs, carry out configurations, and installation of the various

software and applications for the first unit while training client engineers.

(d) Assist client engineers develop programs carry out configurations, and

installation of the various software and applications for the second unit under

their supervision.

(e) Use IEC 61850 protocols for inter-relay communication and communication

with interface server and mod bus TCP/IP for communication between

interface server and client SCADA server.

(f) Supply and install on interface server software for fault analysis, event

logging, relay settings backups, HMI interface and system mimic.

(g) SCADA application developed shall have suitable software and interface for

viewing status of field equipment like Isolators and Circuit breakers and

viewing parameters in the Single line diagram graphic prepared in the

software supplied.

(h) use OPC for interfacing between the IEC61850 protocol and KenGen SCADA

software platform

4.8.9 The signal list shall consist of events, alarms, trips, commands and analogue values. Signal

list shall include:

(a) Protection functions operated (OP) shall be included in the signal lists as trips

or alarms for all configured functions.

(b) Pickups (PKP) and drop off’s (DPO) for some configured functions as events

or alarms.

(c) All fault values as analogue values.

(d) Some metering values as analogue values

(e) Relay reset commands.

4.8.10 The signal list shall be agreed upon at the design stage. Contractor shall give his intended

signal list which the client shall examine and review. Final list will include all signals

necessary for plant monitoring and fault analysis

4.8.11 A laptop with specifications as given in section 2.4.8 of specifications shall be supplied

with all SCADA software and applications.

4.8.12 Detailed training on SCADA interfacing shall be carried out it shall encompass:

(a) Carrying out development and configuration of various OPC & IEC61850

applications with client engineers.

(b) Client engineers will carry out development and configuration of various OPC

& IEC61850 applications for the second unit under supervision and directions

of the contractor

(c) Contractor shall carryout all software configurations together with client

engineers. At least three client engineers shall be attached to the contractor

for the whole duration of SCADA interface system development and

configuration.

(d) Detailed class room training on OPC and IEC61850 shall be carried out for at

least one week. It shall entail all that is necessary for client engineers to be

Page 148: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 140 of 218

able to develop and configure applications for OPC and IEC 61850. This

training shall be carried out after commissioning.

(e) Training aids including a software trainer, video’s and printed materials shall

be availed

Page 149: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 141 of 218

4.9 STATION TRANSFORMERS 1& 2 REMOTE TAP CHANGER CONTROL SCHEME

4.9.1 The existing station transformers Remote on load tap changer controller with automatic

tap change controllers shall be replaced with robust systems and associated selector

switches, push buttons, indicating lamps, auxiliary relays and necessary instrumentation.

4.9.2 A minimum of the following shall be supplied for each station transformer.

(a) MR TAPCON®260D automatic voltage regulation (AVR) relay made by

Maschinenfabrik Reinhausen Germany for on load Tap changer control with

reference voltage at 415Vac. TAPCON®260D shall have an Ethernet

100baseT RJ45 port and support IEC 61850 protocol. Contractor shall

interface the AVR to the SCADA system in a similar fashion to the numerical

relays. Software necessary for AVR relay configuration shall be supplied. The

relay shall be panel mounted, flush mounted on the front of the panel with

connections from the rear.

(b) Auxiliary relays with specifications given in 4.5.5 and having 4NO and 4NC

contacts for a minimum of the following

Dry contacts of the auxiliary relays shall be wired to the plant common PLC

(c) MRTM tap position transducers (or equivalent) for the station transformer 1-

17 taps OLTC shall be installed. The transducers will generate 4-20mA

analogue signal and BCD discrete outputs. The contractor shall study the

OLTC and identify the correct transducers.

(d) Tap position signal shall be interfaced to the AVR TAPCON®260D and plant

common PLC

(e) Digital panel meter with Clear and large character LCD Screen display with

white back light shall be flash mounted on the station transformer protection

panel for voltage and current indication.

The panel meter shall

(i) Shall be panel mounted, flush mounted on the front of the panel with

connections from the rear.

(ii) Have nominal CT input of 5/1A (selectable) and nominal voltage input

of 415VAC

(iii) Have a LCD display of at least 73 x 69 mm displaying large characters

1 Tap raise 8 VT supply failure

2 Tap lower 9 OLTC motor supply failure alarm

3 Manual mode 10 OLTC control supply failure alarm

4 Auto mode 11 OLTC failure

5 Tap change in progress 12 OLTC AVR failure

6 Out of step 13

7 Extreme tap 14

Page 150: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 142 of 218

(iv) Should display at least three parameters on screen simultaneously

(v) Have two 4-20mA outputs for voltage and current that shall be interfaced

to plant common PLC by the contractor

(vi) Have Ethernet (Modbus TCP, HTTP, SMTP) communication port

(vii) Have metering accuracy of 0.2% for voltage and current with

resolution of at least 0.1mA and 0.1V

(viii) Be suitable for power plant application

(ix) Be able to display other parameters e.g. power, energy etc.

(x) Software necessary for configuring/interfacing the meter shall be

provided

(xi) be interfaced to SCADA system via Ethernet communication in a similar

fashion to numerical relays

(f) Three position Key operated tap changer control selector switch for

AUTO/MANUAL/REMOTE selection to interlock the Automatic voltage

regulator relay and the manual function shall be supplied. Three voltage free

contacts of this switch shall be provided for connection to the plant common

PLC. The remote function shall be done from the plant common PLC

(g) Tap changer control switch for each transformer with centre zero

(Lower/Neutral/Raise) for manual operation of the tap position. Raise/lower

function shall be interlocked with manual selection

(h) The following LED lamp indicators and others to be agreed upon during

design stage

(i) Tap changer in progress –blinking Red indicator

(ii) Tap changer in-complete -Red indicator

(iii) Tap change fault (grouped alarm)- yellow/amber indicator

(iv) Low/high Voltage alarm –yellow/amber indicator

(v) Voltage okay- green indicator

4.9.3 Relay logic for Manual Control of the tap changer of each transformer shall be realized

incorporating the selector switch for AUTO/MANUAL/REMOTE as interlock.

Connections for Remote tap changer RAISE/LOWER commands from plant common PLC

shall be provided.

4.9.4 All alarms associated with the automatic voltage regulating relay shall be interfaced to the

control scheme for annunciation.

4.9.5 415V supplies from station transformer 1 and 2 are automatically regulated within a

range of +-0.5 to -+3% of 415V through a voltage control relay. The new relay shall

carry out these functions. An acceptable dead band shall be allowed within acceptable

limits to avoid frequent operation of the tap changer device. Provisions are also provided

to manually raise /lower voltage on the local control panel or control remotely through

PLC through manual/auto-remote selector switch.

Page 151: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 143 of 218

4.10 INSPECTION AND TESTING

4.10.1 All components and assemblies of protection Panels and relays shall be tested in

accordance with the relevant IEC Standards to verify compliance with the requirements

of the Standards and Specification.

4.10.2 Type Test

4.10.2.1 The relays offered shall be fully type tested as per the relevant standards. Type Test

certificate not older than 5 years shall be supplied along with offer by the bidder.

4.10.2.2 Type tests for numerical protection relays from a third party reputable testing

laboratory or certified by the National Standards and Testing Authority (NSTA) or a

laboratory accredited to the NSTA shall be submitted with the tender for evaluation

purposes.

Reports for following type tests shall be submitted by the bidder for numerical

protection relays:

(a) Insulation tests as per IEC – 60255-5.

(b) High frequency disturbance test as per IEC-60255-4 Class III

(c) Fast transient test as per IEC 1000-4 Level III .

(d) Relay characteristics, performance and accuracy test as per IEC 60255.

(i) Steady state characteristics and operating time.

(ii) Dynamic Characteristics and operating time for distance protection Relays

and current differential protection relays.

(iii) For Disturbance recorder and even logger only performance tests are

intended under this item.

(e) Tests for thermal and mechanical requirements as per IEC-60255-6

(f) Tests for rated burden as per IEC – 60255-6

(g) Contact performance test as per IEC – 60255-0-20.

(h) DC Supply Interruption and AC Ripple on DC supply as per IEC 60255-11

(i) Voltage Dips and Short Interruptions as per IEC 61000-4-11

(j) High frequency Disturbance ripple as per IEC 60255-22-1

(k) Class III Fast Transient Disturbance as per IEC 60255-22-4

(l) Class-IV Surge withstand capability as per IEEE/ANSI C 37.90.1(1989)

4.10.2.3 Wherever the above mentioned standards and IEC 61850 overlap, the latter will

prevail.

4.10.2.4 The employer reserves the right to demand repetition of some or all the type test in

the presence of the client’s representative. If so required they shall be included in

the factory acceptance tests. Bidder should make provisions for that.

Page 152: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 144 of 218

4.10.3 Factory Acceptance Tests

4.10.3.1 The client shall witness the factory tests.

4.10.3.2 The protection systems shall have functional tests carried out at the factory before

dispatch to prove that all components operate together as a system and that all

protection functions and device responses are satisfactory. It shall be the

responsibility of the contractor to provide test boxes and other test equipment for

sufficiently comprehensive tests.

4.10.3.3 All cubicles shall be subject to inspection during manufacture and on completion to

verify compliance with all the requirements of the Specification, including surface

finish and insulation resistance.

4.10.3.4 Tests shall include but not limited to

(a) Visual Checks: General Check of the control panel in respect of dimension,

finishing, construction, wiring & ferules verification lay out equipment on the

panel, make and rating of instrument etc.

(b) Insulation Resistance as per IEC – 60255 standard

(c) Dielectric strength as per relevant IEC standards

(d) Operational tests: Operation tests on all equipment to prove correctness of

wiring of various circuits including indications, alarms, operation of relays

and annunciation etc.

(e) Setting range and Functional tests

4.10.4 Site Tests

4.10.4.1 The Contractor’s test schedules shall include comprehensive check lists for testing of

the protection systems, tripping matrix and fault indication facilities.

4.10.4.2 The preliminary tests shall include the following:-

(a) Insulation resistance measurements at the specified voltages appropriate to

the circuits and equipment.

(b) Relay auxiliary D.C. supply checks

(c) CTs and associated secondary wiring tests

(d) VTs and associated secondary wiring tests

(e) Secondary injection testing to determine relay settings and operation within

manufacturers stated parameters

(f) Primary injection tests where necessary for main protection schemes.

Procedures shall be detailed by the contractor for review and approval by the

client

(g) Signal Test: Proof of correct connection and continuity of wiring for all

control, protection, auxiliary and alarm equipment in accordance with the

overall diagrams as provided by the Contractor.

Page 153: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 145 of 218

(h) Functional tests to prove that all protection functions operate together as a

system and that all tripping signals and device responses are satisfactory and

reach the desired equipment including operation of relevant CB’s. It shall be

the responsibility of the Contractor to provide test programme and test

equipment for sufficiently comprehensive tests.

(i) Tests of all indications, displayed quantities and analogue outputs to show

such items are accurate.

4.10.4.3 The Tests on Completion shall include the following:

(a) Demonstration that all protection functions, alarms/trips and indications

operate correctly.

(b) Demonstration that all protection trips to the control system and Shutdown

controls operate correctly. When the unit is running.

4.10.4.4 The Contractor shall submit for approval a Commissioning Programme at least one

week before installation. The Commissioning Programme shall include, as a

minimum, the following:-

(a) List of the site test for all protection systems/relays and associated power

equipment (CTs/VTs etc.)

(b) Procedures and methods for each commissioning test including those to be

performed on-load.

(c) Testing equipment and instruments necessary for performing of each test

(d) Format of site test reports for each test.

4.11 TEST EQUIPMENT

4.11.1.1 Contractor shall supply all test equipment and tools necessary for protection system

site testing and commissioning.

4.11.1.2 Bidder shall include in his offer all equipment listed below and any other major test

equipment required which will be taken over by the client after commissioning. The

employer reserves the right of selecting test equipment to be ordered.

4.11.1.3 All test equipment that shall be accepted by the client for supply under the contract

SHALL be used by the contractor for commissioning.

4.11.1.4 The following test equipment shall be included in the bid. They shall be quoted with

standard cables and accessories, transport cases and carry bag:

(a) Omicron CMC 356: 6 Phase Current + 4 Phase Voltage Test Set and

Commissioning Tool with CMC 356 with Test Universe Software

VE002802/3

(b) Vanguard ATRT-03A S2 three Phase Transformer Turns Ratio tester

(c) Vanguard LTCA-40 load tap changer analyser

(d) ISA GECC 3000 DC Voltage Power Supply Unit OR Vanguard UPS S2

Universal Power Supply; 10-300VDC & 10 – 240 VAC @10A continuous

Page 154: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 146 of 218

(e) Other test equipment required for protection system testing and

commissioning but not indicated above.

4.11.1.5 A laptop shall be supplied if the above test equipment are accepted for supply under

the contract. Where other equipment not included in the list are accepted laptop/s

shall be supplied for each equipment requiring a laptop for operation. Laptops shall

have specifications given in section 2.4.8 of specifications or higher

4.11.1.6 Client shall only accept test equipment manufactured in Western Europe, USA or

Canada.

4.11.1.7 Test equipment required for commissioning but not accepted for supply under the

contract shall be shipped to the site and back to contractors home country by the

contractor where required the client shall assist in clearing at the port of entry for

such equipment.

4.11.1.8 Contractor shall offer detailed training for each of the test equipment accepted by

the client during commissioning and after commissioning.

4.12 PROTECTION SYSTEM SPARE PARTS

4.12.1.1 The tenderer shall furnish in his offer, spares listed below and other recommended

spares that may be required for trouble free operation for a period of 15 years with

unit rates. The employer reserves the right of selection of items and quantities of

these spares to be ordered.

4.12.1.2 The following spare parts shall be included in the bid offer:-

(a) One numerical protection relay for Generator protection scheme.

(b) One numerical protection relay for Generator Transformer protection

scheme.

(c) Two numerical protection relays for station load supplies protection scheme.

If more than one type of relay is to be supplied then one spare numerical relay

of each type

(d) One complete industrial Ethernet switch

(e) Two (2) Trip Lockout relays of each type

(f) Four DC supply supervision relays of each type

(g) Four Trip circuit supervision relays of each type

(h) Ten control/auxiliary relays of each type

(i) One tap changer AVR relay

(j) One set of tap position transducers

(k) Two MCBs of each type.

(l) Two Switches of each type (push-button, selector switch, discrepancy switch,

key-switch)

(m) One panel multifunction meter

Page 155: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 147 of 218

5 DRAWINGS

Drawing Number Description

General 1. 1

KenGen 001 Map of Kenya – Project Area

Protection System 1.

7541/016/101 Generator line diagram 132KV,11KV and 415Vac electrical

connections

2. 7541/036/101 Circuit diagram of 415V station board earth fault protection and

incomer lockouts

3. 7541/33/141 Main transformer protection

4. 7541/33/142 Generator circuit breaker controls

5. 7541/033/143 generator protection

6. 7541/033/144 Generator protection

7. 7541/033/145 Generator/metering/synchronizing

8. 7541/033/148 Station transformer 11kv CB control

9. 7541/033/149 Station transformer protection

10. 7541/033/150 Station transformer 415Vac CB control

11. 7541/033/150 Station transformer tap change control

12. 7541/036/114 Diesel generator CB remote control

13. 7541/036/122 Diesel generator protection

14. 7541/036/120 Alternative transformer protection

Page 156: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 148 of 218

6 TECHNICAL SCHEDULES

6.1 INTRODUCTION

6.1.1 The following technical schedules form MUST be completed in their entirety by the

Tenderer at the time of tendering. Any entry not filled will render the bid un responsive

6.1.2 The Technical Schedules shall be filled in and completed by the Tenderer, and submitted

with the Bid offer. The type test reports and the relevant manufacturer’s technical

specification documents shall be provided for reference.

6.1.3 All documentation necessary to evaluate whether the equipment offered is in accordance

with this Specification shall be submitted with the Bid offer.

6.1.4 All data entered in the column “bidders guaranteed offer” are guaranteed values by the

Tenderer and cannot be departed from whatsoever.

6.1.5 All data of Informative nature entered in the Schedules are also guaranteed values by the

Tenderer. These data may only be altered following the Project Manager's written consent.

6.1.6 In the bidders guaranteed offer column, the bidder is expected to indicate, as the case may

apply, equipment rating, features, standards used, etc. Details showing whether the offer

complies with the specified clause of the tender document shall be entered in this column.

6.1.7 Statements such as “compliant to specifications” or such similar statements SHALL NOT

be accepted where a specific value e.g. device rating, manufacturer etc. is required in the

bidders guaranteed offer column. Such misleading statements will lead to bid rejection

6.1.8 In the “reference in bid” column the bidder shall fill the page in his bid which clearly

illustrates his offer. Reference documents shall clearly show the equipment offered,

associated features indicated in the technical schedule they shall include such documents

as: layout drawings, schematic drawings, brochures, datasheets, test reports etc.

6.1.9 Where space is limited in the bidders guaranteed offer column to fill all the required

details a document can be attached and referenced in the cell (i.e. bidder will fill refer to

document*** page*** instead) where the referenced document is not found or not relevant

the bid shall be considered un responsive

6.1.10 Bidder shall clearly state any clause of the specifications in the deviations from

specifications form for which their offer is different from the requirements in the tender

specifications. Failure to do so will imply his offer will be as per the specifications given.

Employer will decide whether to accept bidders offer or reject if it’s substantially different

from the specifications. Substantial deviation from the specification can be given as an

alternative offer

Page 157: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 149 of 218

6.2 General Specifications Requirements

Tender clause

Item Description Bidder’s Guaranteed offer Reference in bid offer (indicate page)

1.4 Tender Bid Documentation By Tenderer: List number of documents in offer and associated details.

1.5

1 Scope of Project: Give brief details of works and time frame on the following:-

2 (i)Bidder to provide a detailed description of the offer clearly showing how the works shall be undertaken.

3 (ii)Preliminary site visit works

4 (iii)Design of new systems, and Detailed Engineering works.

5 (iv)Assembly, integration,

6 (v)Factory testing and training of client staff,

7 (vi)Transportation to site,

8 (vii)Activities for removal of existing

9 (viii)Installation, cabling & wiring and interface to existing control systems.

1.6 Project Work Program To be provided

1.7

1 Drawings & Technical documentation

2 (i) document management application program linking all technical documents & drawings in the project to be provided

3 (ii) AutoCAD electrical 2015 to be provided for installation to two computers

4 (iii)Other design software to be provided

1.8 Engineering Services: List activities

1.9 Attendance of Client staff at Factory Tests and Training: Give details of training and FAT activities.

1.10

1 Installation and Commissioning Services: List activities

2 Instruction/Training on Site for maintenance and test procedures.

1.11 Maintenance and test Equipment: Provide List and type of equipment offered

1.12

After commissioning. Training

1 (i)All topics detailed in the specification to be covered by the training

Page 158: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 150 of 218

2 (ii)No of days necessary for fruitful training detailed in the specifications

3 (iii)The detailed content of the training will be proposed by the contractor and forwarded to the client for approval and revision prior to commencement of the works.

1.13 Spares during the 12 Months Warranty Period to be provided

1.14 Warranty period

6.3 General & Particular Technical Requirements

Tender Clause

Item Description Bidder’s Guaranteed offer Reference in bid offer (indicate page)

2.4.5 Push button and indication lamps

1 Make & type (list)

2 Manufacturer for each type

3 Rating

4 Make & type for emergency push buttons

5 Technical data sheet &/catalogue furnished

2.4.6 Miniature circuit breakers (MCB)

1 Make

2 Type & Designation

3 Manufacturer

4 Mounting type

5 Nominal voltage for each type (DC /AC)

6 List nominal current ratings

7 Number of main contacts for each type (DC /AC)

8 Number of auxiliary contacts: (i) Make contacts (NO)

Page 159: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 151 of 218

9 (ii) Break contacts (NC)

10 Insulation voltage

11 Dimensions (list)

12 Type of terminals

13 Technical data sheet &/catalogue furnished

14 Standard applied

15 Type test certificate as per relevant IEC standard furnished

2.4.8 Portable computers/laptops

1 manufacturer

2 Brand name/model

3 No of Processors and speed, cache size

4 RAM capacity

5 GPU capacity and speed

6 Display size, resolution and colour depth

7 Operating system

8 list activated Pre-loaded application software

9 size, type and speed of HDD

10 Type of Optical drive

11 No and type of USB ports

12 list Interface ports

13 battery capacity

14 warranty duration

15 type of carrying case

16 Technical data sheet &/catalogue furnished

PANELS

Page 160: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 152 of 218

2.5.1 & 4.5.4

1 Make

2 Panel Details

3 Type of panel

4 Equipment mounted on which side of the panel

5 Number of doors and on which side of the panel.

6 Thickness of sheet steel

(a) Front

(b) Door Frame

(c) Base Frame

(d) Side

(e) Cubicle roof

(f) Door

7 proposed Overall dimensions of each panel (width x Depth xHeight) mm

8 Size of base plate

9 Details of paint to be used

10 Paint thickness

11 panel lighting

12 240VAC socket outlet

13 Type of bottom sealing of each panel

14 Type of door handles and locks

15 Type and arrangement of earthing of panel & devices

16 Proposed Panel labelling (front and back) type and kind of name plates and naming scheme

17 Design type test certificate furnished

2.5.2 PANEL WIRING

1 Conductor Insulation grade and type

2 Type of Conductors to be used

Page 161: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 153 of 218

3 Proposed Size of wiring conductor for following.

a) VT Circuits

b) CT Circuits

c) DC supply circuits

d)Analogue signal circuits

e)Ethernet

d) Other circuits

4 Colour code of wiring for following as per specifications

a) VT Circuits

b) CT Circuits

c) CVT Circuits

d) DC supply circuits

e)Analogue signal circuits

f)Ethernet

e) Other circuits

5 Type of Lugs and Sleeves for conductor termination

6 Types, numbering and nature of ferrules for control wiring, tripping circuits, power supply, spares etc

7 Earthing philosophy

2.5.4 Terminal blocks

1 Manufacturer/s

2 Type of TB for CT, VT & Aux supply wiring

3 Type of TB for other wiring.

4 Construction details & dimensions for each type of TB

5 Materials forming each type of TB

6 Voltage grade for each type of TB

7 Current rating for each type of TB

Page 162: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 154 of 218

8 Number of spare terminals.

9 Technical data sheet &/catalogue furnished

2.5.5&2.5.6

Interface Cables

1 List types and sizes

2 Manufacturer/s

3 Standards used

4 cable markers

5 Type of cable termination/gladding

2.5.7 labelling

1 Material, size and colour for (a)panel labels

(b)Device labels

(b)Rating plates

2 Naming scheme for labels

4.5.5 AUXILIARY RELAYS

1 Make

2 Type & Designation

3 Manufacturer

4 Mounting type

5 Nominal coil voltage and % variation

6 Contacts (hand reset/self-reset)

7 Number of contacts: (i) Make contacts (NO)

8 (ii) Break contacts (NC)

9 Speed of operation of relay

10 Pick up / drop off ratio

11 Burden of relay – VA

12 Contact rating: (i)Voltage rating

Page 163: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 155 of 218

13 (ii) Making current and duration

14 (ii) Breaking current

15 Insulation voltage

16 Relay is self-resetting

17 Dimensions

18 Relay is a single unit with provision for plug in unit with additional contacts

19 Type of Auxiliary plug in unit with additional contacts

20 Type of terminals

21 Auxiliary plug in unit has four potential free contacts

22 Type Surge suppressor devices included

23 Technical data sheet &/catalogue furnished

24 Standard applied

25 Type test certificate as per IEC 60255 furnished

4.5.6 Siren

1 Make

2 Manufacturer

3 Type designation

4 Rating

5 Operating principal

4.5.7 TRIPPING/LOCKOUT RELAYS

1 Make

2 Type & Designation

3 Manufacturer

4 Mounting type

5 Nominal coil voltage and % variation

6 Contacts (hand reset/self-reset)

Page 164: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 156 of 218

7 Number of contacts: (i) Make contacts (NO)

8 (ii) Break contacts (NC)

9 Speed of operation of relay (operating time)

10 Pick up / drop off ratio

11 Burden of relay – VA

12 Contact rating: (i)Voltage rating

13 (ii) Making current and duration

14 (ii) Breaking current

15 Insulation voltage

16 Relay structure (single unit /with separate base)

17 Dimensions

18 Type of terminals

19 Relay suitable for being continuously monitored.

20 Type Surge suppressor devices included

21 Manual online testing facility provided through test blocks/plug

22 Standard applied & compliant

23 Type test certificate as per IEC 60255 furnished

24 Any other relevant details.

4.5.8 DC supply distribution board (DB)

1 Make

2 Panel Details

3 size/dimensions (proposed)

4 Type of board

5 Proposed number of circuits/MCB's

4.5.9 TRIP CIRCUIT SUPERVISION RELAYS

1 Make

Page 165: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 157 of 218

2 Manufacturer

3 Type designation

4 Rating

5 Operating principal

6 Minimum voltage for satisfactory operation.

7 Burden

8 Monitoring of breaker trip coil in both open and close position provided.

9 Safety resistor provided to limit the current if the relay coil is short circuited.

10 Output contacts: (i) Number of NO/NC contacts

11 (ii) Rating of contacts

12 Time delay on drop off

13 Type of indication (flag etc.)

14 Standard

15 Technical data sheet &/catalogue furnished

4.5.10 DC SUPPLY SUPERVISION RELAYS

1 Make

2 Manufacturer

3 Type designation

4 Rating

5 Operating principal

6 Burden

7 Output contacts: (i) Number of NO/NC contacts

8 (ii) Rating of contacts

9 Time delay on drop off

10 Type of indication

11 Standard

Page 166: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 158 of 218

12 Technical data sheet &/catalogue furnished

4.6 NUMERICAL PROTECTION RELAYS Generator protection relays

Generator transformer protection relays

Station loads protection relays

1 Manufacturer

2 Make , Type and Model Number

3 Country of manufacture

4 Auxiliary DC Voltage

5 CT inputs rating, specify whether selectable at site.

6 VT inputs rating

7 No of CT inputs

8 No of VT inputs

9 Programmable scheme logics. :

10 (i) Nos. of ‘AND ‘Logic scheme.

11 (ii) Nos. of ‘OR’ Logic scheme.

12 (iii) No of other logic scheme

13 (iv) Other details on scheme logic

14 Burden at CT and VT input

15 Number of setting Groups.

16 Inbuilt Trip Circuit supervision

17 Circuit Breaker Monitoring facility (wear etc.)

18 Relay Operating Time

19 Number of Binary inputs and rating

20 Number of Binary Out puts and rating

21 Output relays with (i)fixed contact configuration

22 (ii)programmable contact configuration

23 Output relay contact rating

Page 167: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 159 of 218

24 (i)Make and carry continuous

25 (ii)Make and carry for 0.5 S.

26 Display (i) type

27 (ii)Size of display and displayed characters

28 (iii)Line or graphic display

29 (iv)Backlight display

30 Support for trip testing using the relay display & keypad

31 Circuit breaker testing feature

32 Key pad type, structure & keys included

33 Number of function keys

34 NO of fixed LEDs

35 NO of programmable LEDs

Communication

36 (i)Front ports Type & Number

37 (ii)Rear ports Type & Number

38 (iii)protocols supported

39 (iv)Full IEC 61850 support

40 (v)full TCP/IP support

41 (vi) Two 100Mbps Ethernet ports provided at the rear

42 (vii) USB or RS232 DB9 port provided on the front

43 Time synchronization, Specify ports and method.

44 Facilities through HMI: ,Setting , Parameterization ,fault location etc.

45 Disturbance recorder

46 (i)Sampling Freq.

47 (ii)Total Duration of fault recording.

48 (iii)Pre fault and post fault time.

Page 168: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 160 of 218

49 (iv)Number Of records.

50 (v)Duration of each record

51 (vi)Number of analog channels.

52 (vii)Number of digital channels

53 Fault records: Number of faults.

54 Events recording capacity.

55 Self-supervision facility.

56 Metering accuracy of protection relay

57 Display and transmittal of the following metering functions (indicate all supported functions):RMS current, I; RMS voltage, U; Active power, –P/P; Reactive power, Q/-Q; Apparent power, S; Energy, KWH (four quadrants) and frequency

58 Relay housing (removable, permanently fixed to relay etc.)

59 Relay mounting (Flush / Projected)

60 Degree of protection

61 Terminal Type:(i)CT terminal

62 (ii)Other connections

Temperature and humidity rating

63 (i)Ambient temp.

64 (ii) Relative humidity

65 (iii)Operating Range.

66 (iv)Storage Temp.

67 Name of Software/s and purpose to be supplied

68 License key requirement for relay software

Numerical relays Lifespan

69 (i)relay maturity (years in the market)

70 (ii)Expected production life

71 (iii) hardware/software upgrade requirements over relay life time

Page 169: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 161 of 218

72 (iv) Lifespan of standard tools and processes for relay configuration, querying and integration

73 (v) guaranteed duration of service support and availability of spares

74 (vi) guaranteed minimum lifetime of the relay in operation/storage

75 Other additional inbuilt function of the relay to specify.

76 Any other information

PROTECTION FUNCTIONS SUPPORTED: Bidder shall indicate "supported" and give the setting range or indicate "not supported/applicable" for each of the protection functions below for each type of relay. Numerical relays however SHALL support a minimum of functions listed in section 4.6.3.9 for generator protection relay, 4.6.4.12 for generator transformer protection relay and 4.6.5.10 for station loads supplies protection relays.

1 Impedance protection (21)

2 Over excitation protection (24)

3 Synchrocheck, synchronizing function (25)

4 Under voltage protection (27)

5 Reverse power protection (32R)

6 power supervision (32 & 37 P/Q)

7 Temperature supervision (38)

8 Under excitation protection (40)

9 Unbalanced load protection (46)

10 Phase-sequence-voltage supervision (47)

11 Thermal overload protection for the stator (49)

12 Hot spot calculation and aging (49H)

13 Breaker failure protection (50BF)

14 High speed instantaneous over current protection (50Hs)

15 Instantaneous over current protection (50/50N)

Page 170: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 162 of 218

16 time-over current protection (51/51N)

17 Sensitive ground-current protection (51N)

18 Over current protection, voltage restrained (51V)

19 Inadvertent energization / protection (50/27)

20 Overvoltage protection (59)

21 100% stator ground fault 3rd harmonics (27TN/59TN)

22 Inter-turn fault protection (59N (IT))

23 Stator ground fault protection (59N/64)

24 neutral Voltage displacement (59N)

25 VT fuse fail monitoring (60FL)

26 100% stator ground fault protection with 20 Hz voltage (64G)

27 Rotor ground fault protection (64R (fn))

28 Dir. time-over current protection, phases (67)

29 Directional stator ground fault protection (67Ns)

30 Trip-circuit supervision (74TC)

31 Out-of-step protection (78)

32 DC voltage/DC current protection (59N, 51N/76 (DC))

33 Frequency protection (81)

34 Lockout (86)

35 Differential protection (87)

36 Differential ground-fault protection, REF (87N)

37 Automatic voltage control (90V)

38 Power swing detection & blocking

39 Switching-statistic counters

40 Logic editor

41 Inrush-current detection

Page 171: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 163 of 218

42 External trip initiation

43 Changeover of setting group

44 Circuit breaker test

45 Fault locator FL

46 Circuit breakers wear monitoring

47 Other functions

49 Technical data sheet, catalogue and user manual furnished

50 List Standards the device conforms to

51 Type test certificate as per relevant IEC standard furnished

52 At least one Laptop loaded with all necessary software to be supplied for configuration and programing of all Numerical protection relays

4.7.2 Generator protection schemes for each unit

1 Protection functions to be provided (list all)

2 minimum of two numerical relays provided

3 minimum of six numerical relay trip out puts to be configured and wired for each numerical protection relay

4 minimum of fifteen numerical relay signalling binary out puts to be configured and wired to control system from each numerical protection relay

5 minimum of 16 binary inputs from field devices to be wired to each numerical relay

6 minimum of 14 LED's to be configured on each numerical relay for fault annunciation

7 Minimum of four trip circuit supervision relays with at least 4NO contacts to be installed

8 Minimum of two lockout relays each with at least 20 potential free contacts to be installed

9 Minimum of six DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 20 input coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

Page 172: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 164 of 218

11 minimum of 10 output coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

12 Emergency pushbutton, lockout relays reset button DC status indication lamps to be installed

13 Other functions and devices not mentioned

4.7.3 Generator Transformer protection schemes for each unit

1 Protection functions to be provided (list all)

2 minimum of two numerical relays provided

3 minimum of six numerical relay trip out puts to be configured and wired for each numerical protection relay

4 minimum of fifteen numerical relay signalling binary out puts to be configured and wired to control system from each numerical protection relay

5 minimum of 20 binary inputs from field devices to be wired to each numerical relay

6 minimum of 16 LED's to be configured on each numerical relay for fault annunciation

7 Minimum of 12 trip circuit supervision relays with at least 4NO contacts to be installed

8 Minimum of four lockout relays each with at least 20 potential free contacts to be installed

9 Minimum of six DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 20 input coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

11 minimum of 10 output coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

12 lockout relays reset button and DC status indication LED lamps to be installed

13 Other functions and devices not mentioned

4.7.4 Station transformer protection schemes for each unit

1 Protection functions to be provided (list all)

2 At least one numerical relay provided 3 minimum of six numerical relay trip binary out puts to be configured and wired

Page 173: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 165 of 218

4 minimum of six numerical relay signalling binary out puts to be configured and wired to control system

5 minimum of 20 binary inputs from field devices to be wired to numerical relay

6 minimum of 14 LED's to be configured on the numerical relay for fault annunciation

7 Minimum of four trip circuit supervision relays with at least 4NO potential free contacts to be installed

8 At least one lockout relays with at least 20 potential free contacts to be installed

9 Minimum of four DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 15 input coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

11 Emergency pushbutton, lockout relays reset button DC status indication LED lamps to be installed

12 Numerical relay with the following metering values: I, U, F, P –P, Q, –Q, S & Energy (four quadrants).

13 Transmittal of above metering values to SCADA via communication interface to be configured

14 Display of above metering values on the relay LCD to be configured

15 Other functions and devices not mentioned

4.7.5 Alternative supply transformer protection scheme

1 Protection functions to be provided (list all)

2 At least one numerical relay provided

3 minimum of five numerical relay trip binary out puts to be configured and wired

4 minimum of six numerical relay signalling binary out puts to be configured and wired to control system

5 minimum of 15 binary inputs from field devices to be wired to numerical relay

6 minimum of 14 LED's to be configured on the numerical relay for fault annunciation

7 Minimum of four trip circuit supervision relays with at least 4NO potential free contacts to be installed

8 At least one lockout relays with at least 20 potential free contacts to be installed

Page 174: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 166 of 218

9 Minimum of four DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 15 input/output coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

11 Emergency pushbutton, lockout relays reset button DC status indication LED lamps to be installed

12 Numerical relay with the following metering values: I, U, F, P –P, Q, –Q, S & Energy (four quadrants).

13 Transmittal of above metering values to SCADA via communication interface to be configured

14 Display of above metering values on the relay LCD to be configured

15 Other functions and devices not mentioned

4.7.6 Emergency diesel generator protection scheme

1 Protection functions to be provided (list all)

2 At least one numerical relay provided

3 minimum of six numerical relay trip out puts to be configured and wired

4 minimum of ten numerical relay signalling binary out puts to be configured and wired to control system

5 minimum of 15 binary inputs from field devices to be wired to numerical relay

6 minimum of 16 LED's to be configured on the numerical relay for fault annunciation

7 Minimum of two trip circuit supervision relays with at least 4NO potential free contacts to be installed

9 Minimum of four DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 15 input/outputs coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

11 Emergency pushbutton, lockout relays reset button DC status indication LED lamps to be installed

12 Numerical relay with the following metering values: I, U, F, P –P, Q, –Q, S & Energy (four quadrants).

13 Transmittal of above metering values to SCADA via communication interface to be configured

Page 175: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 167 of 218

14 Display of above metering values on the relay LCD to be configured

15 Other functions and devices not mentioned

4.7.7 415VAC Bus bar protection scheme

1 Protection functions to be provided (list all)

2 At least one numerical relay provided

3 minimum of seven numerical relay trip out puts to be configured and wired

4 minimum of six numerical relay signalling binary out puts to be configured and wired to control system

5 minimum of 15 binary inputs from field devices to be wired to numerical relay

6 minimum of 8 LED's to be configured on the numerical relay for fault annunciation

7 Minimum of two trip circuit supervision relays with at least 4NO potential free contacts to be installed

8 At least one lockout relays with at least 20 potential free contacts to be installed

9 Minimum of four DC supply supervision relays with at least 4NC potential free contacts to be installed

10 minimum of 5 input/output coupling auxiliary relays with 4NO &4NC potential free contacts to be installed

11 Emergency pushbutton, lockout relays reset button DC status indication LED lamps to be installed

12 Other functions and devices not mentioned

4.8 SCADA INTERFACE SYSTEM

1 All supplied numerical protection relays, OLTC AVR relays and any other specified IED shall be interfaced to the SCADA system via an Ethernet LAN communication interface

2 install and configure two Ethernet LAN’s

3 Develop program for the first unit while client engineers will develop program for the second unit with contractor guidance.

4 List Content of proposed signal list both analogue & discrete (e.g. protection function operated, pickup etc.)

Page 176: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 168 of 218

5 At least one Laptop loaded with all necessary software to be supplied for configuration and programing of SCADA interface equipment

6 Compliance with IEC61850 and OPC

7 Software to be offered. Type / Version Number

8 Operating system Platform to be used

9 List feature / facility of the system offered. Provide relevant detailed literature

10 Type of Database to be used.

11 Capability of software to create user defined functions and mimics

12 Analytical functions if any provided in the software e.g. fault analysis, breaker monitoring etc

13 Protocols to be used

14 Suitability of the system to interface with relays of other make, Specify.

15 Network schematic attached for complete scheme.

16 Technical data sheet, catalogue and software overview furnished

17 Detailed training to be offered as per specifications. Provide detail on how it will be done

Industrial Ethernet Switches

1 manufacturer

2 Brand name/model

3 Meets standards for Immunity to EMI and high-voltage electrical transients IEEE 1613/IEC 61850-3

4 Mounting type

5 modular (like PLC’s) with modules for electrical ports, optic ports, control, power etc

6 dual-redundant power supplies

7 Number of 100BaseTX RJ45 ports

8 Number of 1000BaseTX RJ45 ports

9 Number of 100BaseFX LC ports

10 Ethernet ports and Power connectors on the rear

Page 177: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 169 of 218

11 Compliant with IEC 61850-9-2 Sampled Values and IEC 61850-8-1 GOOSE Message

12 Compliant with IEE 802.3, 802.3u, 802.3x, 802.3ab, 802.1d, 802.1p, 802.1Q, 802.1Q-2005, 802.1w’,Link Aggregation etc.

13 Switching latency

14 supports Http, telnet, TFTP, NETCONF, SNMP, IGMP, web based management, command line interface

15 critical alarm relay with 4 dry contacts

16 LED's on the front of the unit displaying status of each port, alarm status, power supply status etc.

17 Suitable for operation at –40°C to +85°C operating temperature without fans

18 List Standards the device conforms to

19 Type test certificate as per relevant IEC standard furnished

20 Technical data sheet and catalogue furnished

Interface Industrial PC/Server

1 manufacturer

2 Brand name/model

3 No of Processor & cache and speed

4 RAM capacity

5 GPU capacity and speed

6 Display size, resolution, colour depth etc.

7 Operating system

8 list activated Pre-loaded application software

9 size of solid state drive SSD

10 type of Optical drive

11 No and type of Ethernet ports

12 No and type of USB ports

13 list other Interface ports

Page 178: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 170 of 218

14 warranty duration

16 Electromagnetic compatibility (EMC) as per IEC 61000 with immunity to interference as per IEC 61000-4-(2,3,4,5,6,8)

17 operating ambient temperature

18 19" LED TFT-LCD touchscreen monitor with rugged display specifically designed for industrial applications

19 List Standards the device conforms to

20 Type test certificate as per relevant IEC standard furnished

21 Technical data sheet and catalogue furnished

REMOTE TAP CHANGER CONTROL SCHEME FOR EACH STATION TRANSFORMERS

1 MR TAPCON®260D automatic voltage regulation (AVR) to be supplied

2 OLTC AVR Relay interfacing to SCADA via communication interface

3 OLTC AVR Relay IEC61850 support

4 No of auxiliary relays with 4NO &4NC contacts

5 Make , Type and Model Number of MR tap position transducers

6 Make , Type and Model Number of key operated selector switches

7 Make , Type and Model Number of Tap changer control switch with center zero (Lower/Neutral/Raise

8 Number, Make, Type and Model Number LED lamp indicators

9 Relay logic for Manual Control of the tap changer

10 alarms associated with the tap changer control to be interfaced to the plant control system for annunciation

Panel meter:

12 (i)Manufacturer

13 (ii) brand and model

14 (iii)Mounting type

15 (iv)Structure and dimensions

Page 179: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 171 of 218

16 (v)Nominal CT &VT input

17 (vi)No of CT & VT inputs

18 (vii)metering accuracy for voltage and current

19 (viii)No of 4-20mA analogue outputs

20 (ix)LCD display size (must be at least 73 x 69 mm)

21 (x) communication ports Type & Number

22 (xi)protocols supported

23 (v)100 mbps Ethernet port

24 (vi) interfacing to SCADA via communication interface

25 (vii) Technical data sheet and catalogue furnished

GPS TIME SYNCHRONISATION SYSTEM

1 Make

2 Manufacturer

3 Type designation

4 Rating

5 Operating principal. Literature provided

6 Technical data sheet and catalogue furnished

Generator Power Transducer

1 Make

2 Manufacturer

3 Type designation

4 Rating

5 Operating principal. Literature provided

6 Technical data sheet and catalogue furnished

4.10 1

INSPECTION AND TESTING

Page 180: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Tender for rehabilitation of Masinga protection system 2016 Page 172 of 218

2

List type tests carried numerical protection relays to be provided (at minimum IEC – 60255-5,IEC-60255-4 , IEC 1000-4,IEC-60255-6, IEC 60255-0-20,IEC 60255-11, IEC 61000-4-11, IEC 60255-22-1, IEC 60255-22-4 & IEC61850)

3 Detailed factory test protocol shall be developed and presented for approval and comments prior to FAT

4 List and detail factory routine tests and type tests (if any) proposed to be carried out.

5 Detailed Commissioning Programme shall be developed and presented for review and approval by the client at least one week before installation

6 List and detail site routine and commissioning tests proposed to be carried out.

4.1 1

TEST EQUIPMENT

2 All test equipment that shall be accepted by the client for supply under the contract SHALL be used by the contractor for commissioning

3 Client shall only accept test equipment manufactured in Western Europe, USA or Canada.

4 Omicron CMC 356: 6 Phase Current + 4 Phase Voltage Test Set and Commissioning Tool with CMC 356 with Test Universe Software VE002802/3

5 Vanguard LTCA-40 load tap changer analyser

6 Omicron CT analyzer Advanced Package VE000654

7 Vanguard ATRT-03A S2 three Phase Transformer Turns Ratio tester

8

ISA GECC 3000 DC Voltage Power Supply Unit OR Vanguard UPS S2 Universal Power Supply; 10-300VDC & 10 – 240 VAC @10A continuous. State which is offered

9 State other test equipment required for protection system testing and commissioning but not indicated above.

10

Contractor shall offer detailed training for each of the test equipment accepted by the client during commissioning and after commissioning

4.1 PROTECTION SYSTEM SPARE PARTS

List all spares to be offered

Page 181: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

SECTION VI: PRICE SCHEDULES

Item

No.

Description Quantity Unit Price Total

PART I : GENERAL REQUIREMENTS

Engineering services

Installation and commissioning services

Site training

Drawings and technical documentation

software licenses

Factory tests and training

PART II: PROTECTION SYSTEMS

Protection relays panel assemblies ( Itemize)

Protection relays (List items with individual prices)

Station transformer remote tap changer control

Interfacing to Existing systems (itemize)

SCADA interface equipment(Optional)

Commissioning and test equipment (To be handed over to the

client) ( Itemize)

Spare Parts (List items with individual prices)

Other systems necessary (itemize)

Total 1st Unit

Total 2nd Unit

Total common Systems

Grand Total (DDP to site)

VAT

Withholding Tax

All Other applicable taxes

Page 182: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 174 of 218

Tender for rehabilitation of Masinga protection system 2016

Signed _______________________ Company ____________________________

Date ________________________ Currency ____________________________

Delivery Period _________________________

Duration of site Work ____________________

Warranty period ________________________

The Tenderer, in compliance with this tender, shall complete all the price schedules as tabulate in this section.

Page 183: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 175 of 218

Tender for rehabilitation of Masinga protection system 2016

SECTION VII: BIDDING FORMS

INTRODUCTION

The following schedules form the Contract Schedules and must be completed in their entirety by the

Tenderer at the time of tendering. The technical details requested in the technical schedules of this document

shall also be submitted with the tender.

The Performance Security and Bank Guarantee for Advance Payment forms are samples and shall be only

completed by the Approved Tenderer.

The Tenderer shall enter in the spaces on the tender form and bill of Quantity, price schedules the

appropriate unit of currency to which he has tendered.

Page 184: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 176 of 218

Tender for rehabilitation of Masinga protection system 2016

FORM OF TENDER

DESIGN MANUFACTURE, SUPPLY, FACTORY ACCEPTANCE TESTS, DELIVERY, INSTALLATION, TRAINING

AND COMMISSIONING OF PROTECTION EQUIPMENT FOR MASINGA HYDRO POWER STATION.

The Company Secretary, Legal Affairs Director

The Kenya Electricity Generating Company Ltd

P. O. Box 47936-00100

NAIROBI 00100

KENYA

Gentlemen and/or Ladies:

Having examined the Tender Documents including the Specification Drawings, Conditions of contract &

Requirements, Specifications and Bill of Quantity Price Schedules for the execution of the above named

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

complete and remedy defects in the whole of the works in conformity with the said document for the sum

[amount in figures]

_________________________________________________________________________

[state currency]

[amount in words]

We undertake, if our Tender is accepted, to complete the whole of the Works comprised in the contract

within a period of ___________________ calendar months, subject to the said Conditions.

We agree to abide by this Tender for a period of 180 days from the date fixed for receiving the same and it

shall remain binding upon us and may be accepted by you at any time before the expiration of that period.

Page 185: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 177 of 218

Tender for rehabilitation of Masinga protection system 2016

This Tender is submitted under our covering letter reference___________________ dated

_____________________ and the complete tender documents and other information, required by the

instructions to Tenderers, which are enclosed therewith all of which shall be read and construed as forming

a part hereof.

Unless and until an agreement is prepared and executed, this Tender, your letter of Intent/Award, together

with our written acceptance thereof, shall constitute a binding Contract between us.

If our Tender is accepted we will furnish a Performance Security issued by a Bank (to be approved by you)

to be jointly and severally bound with us in an amount of 10% of the above named sum in accordance with

the conditions of contract.

Commissions of gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract

execution if we are awarded this Bid, and to contract execution if we are awarded the contract, are listed

below:

Name and Amount and Purpose of

address of agent Currency Commission gratuity

___________________ __________________ _________________

___________________ __________________ _________________

___________________ __________________ _________________

___________________ __________________ _________________

___________________ __________________ _________________

(if none, state “none”)

We understand that you are not bound to accept the lowest or any Tender you may receive.

Dated this………………………..day of…………………………..2016…..

Page 186: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 178 of 218

Tender for rehabilitation of Masinga protection system 2016

Signature…………………………in the capacity of ………………………………..

…………………………………………………………………………………………………..

duly authorised to sign Bid for and on behalf of:………………………

……………………………………………………………………………………………………..

(in capital letters)

Witness……………………………………………………………………

Address ………………………………………………………………….

…………………………………………………………………

Occupation ………………………………………………………………...

Page 187: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 179 of 218

Tender for rehabilitation of Masinga protection system 2016

TENDER SECURITY FORM

[Must be on the letter head of the Bank]

Whereas ____________________________________________(hereinafter

Called “the Tenderer”) has submitted its bid dated ___________________________ for the supply of

Generator and Transformer protection equipment for Masinga hydro power station as per given

specifications

(hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE _______________________________

______________________of_______________________________________(hereinafter

called “the Bank”), are bound unto Kenya Electricity Generating Company Limited (hereinafter called

“KenGen”) in the sum for which payment will and truly to be made to the said KenGen, the Bank binds

itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this

_________________________day of 20_____

THE CONDITIONS of this obligation are:

If the Tenderer withdraws its Bid during the period of bid validity specified by the Tenderer on the Bid Form;

or

If the Tenderer, having been notified of the acceptance of its Bid by KenGen during the period of bid validity:

Fails or refuses to execute the Contract Form, if required; or

Fails or refuses to furnish the performance security, in accordance with the Instructions to Tenderers;

We undertake to pay to KenGen up to the above amount upon receipt of its first written demand, without

KenGen having to substantiate its demand, provided that in its demand KenGen will note that the amount

claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the

occurred condition or conditions.

This guarantee will remain in force up to and including thirty (30) days after the period of bid validity, and

any demand in respect thereof should reach the Bank not later than the above date.

_____________________________

(Signature and seal of the Bank)

Page 188: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 180 of 218

Tender for rehabilitation of Masinga protection system 2016

CONTRACT FORM

THIS AGREEMENT, made the _________________ day of ________ 20 ______ between

________________________________________________of [or whose registered office is situated

at]__________________________________________

(hereinafter called “the Employer”) of the one part and __________________of[or whose registered office

is situated at]_________________________________________

(hereinafter called “the Contractor”) of the other part.

WHEREAS THE Employer is desirous that the Contractor executes

________________________________________________________________________

(name and identification number of Contract ) (hereinafter called “the Works”) located

at______________________________[Place/location of the Works]and the Employer has appointed

________________________

___________________________ of/or whose registered office is situated at

__________________________________ as the Engineer for the purposes thereof and has accepted the

tender submitted by the Contractor for the execution and completion of the said Works and the remedying

of any defects therein in the sum of _________________(amount in figures)

______________________________________(amount in words) (hereinafter called the “Contract Price”).

NOW THIS AGREEMENT WITNESSETH as follows:

In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them

in the Conditions of Contract hereinafter referred to.

The following documents shall be deemed to form and shall be read and construed as part of this Agreement

i.e.

The Letter of Award and Acceptance thereof.

The Preamble.

The Special Conditions of Contract – Part II.

Page 189: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 181 of 218

Tender for rehabilitation of Masinga protection system 2016

The General Conditions of Contract – Part I.

The detailed technical Specifications of equipment’s offered.

The Completed Form of Tender

The completed Bill of Quantity-Price Schedules

The Completed Technical Schedules.

The Specification Drawings.

The Contractor’s Drawings.

The Contractor’s Tender.

In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,

the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any

defects therein in conformity in all respects with the provisions of the Contract.

The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of

the Works and the remedying of defects therein, the Contract Price or such other sum as may become

payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the Parties thereto have caused this Agreement to be executed the day and year first

before written.

The common Seal of _________________________________________________

Was hereunto affixed in the presence of ________________________________

Signed Sealed, and Delivered by the said ______________________________

Binding Signature of Employer ________________________________________

Binding Signature of Contractor _______________________________________

Page 190: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 182 of 218

Tender for rehabilitation of Masinga protection system 2016

In the presence of (i) Name_______________________________________

Address_____________________________________

Signature___________________________________

Date _______________________________________

[ii] Name _______________________________________

Address_____________________________________

Signature____________________________________

Date _______________________________________

Page 191: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 183 of 218

Tender for rehabilitation of Masinga protection system 2016

PERFORMANCE SECURITY

[Must be on the letter head of the Bank]

To: Kenya Electricity Generating Company Limited,

Stima Plaza Phase III, Kolobot Road, Parklands,

P.O. Box 47936-00100,

NAIROBI, KENYA.

WHEREAS _______________________[name of Contractor] (hereinafter called “the Contractor”) has

undertaken, in pursuance of Contract No. __________________________ dated

______________________________20 ___ to_____________________________

____________________________________________(hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with

a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the

Contractor’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Contractor a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up

to a total of _______________________________________________________________

______________________________________(words) ___________________(figures), and we undertake

to pay you, upon your first written demand declaring the Contractor to be in default under the Contract

and without cavil or argument, any sum or sums within the limits of

_______________________________________________________ as aforesaid, without your needing to

prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ________________ day of ___________ 20 _________.

Signature and seal of the Guarantors

_______________________________________________________________________________________

[name of bank or financial institution]

Page 192: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 184 of 218

Tender for rehabilitation of Masinga protection system 2016

________________________________________________________________________

[address]

________________________________________________________________________

[date]

Page 193: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 185 of 218

Tender for rehabilitation of Masinga protection system 2016

BANK GUARANTEE FOR ADVANCE PAYMENT

To: Kenya Electricity Generating Company Limited,

Stima Plaza Phase III, Kolobot road, Parklands,

P.O. Box 47936-00100,

NAIROBI, KENYA.

DESIGN MANUFACTURE, SUPPLY, FACTORY ACCEPTANCE TESTS, DELIVERY, INSTALLATION, TRAINING

AND COMMISSIONING OF PROTECTION EQUIPMENT FOR MASINGA HYDRO POWER STATION.

Gentlemen and/or Ladies:

In accordance with the provision Conditions of Contract of the above mentioned Contract,

_________________________(hereinafter called “the Contractor”) shall deposit with KenGen a bank

guarantee, its proper and faithful performance under the said Clause of the Contract in an amount of

_______________(figures)______________________________________________(words)

We, the [bank or financial institution], as instructed by the Contractor, agree unconditionally and

irrevocably to guarantee as primary obligator and not as security merely, the payment to KenGen on its first

demand without whatsoever right of objection on our part and without its first claim to the Contractor, in

the amount not exceeding _________________________________( figures)

_____________________________________________________________________(words)

We further agree that no change or addition to or other modification of the terms of the Contract to be

performed thereunder or of any of the Contract documents which may be made between KenGen and the

Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice

of any such change, addition, or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment received by the

Contractor under the Contract until _________________(date).

Yours truly,

Signature and seal of the Guarantors

Page 194: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 186 of 218

Tender for rehabilitation of Masinga protection system 2016

______________________________________________

[name of bank or financial institution]

______________________________________________

[address]

______________________________________________

[date]

Page 195: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 187 of 218

Tender for rehabilitation of Masinga protection system 2016

MANUFACTURER’S AUTHORIZATION FORM

To: KENYA ELECTRICITY GENERATING COMPANY LIMITED

WHEREAS ………………………………………………………………………………….

[Name of the Manufacturer]

Who are established and reputable manufacturers of………………………………………….

[name and/or description for Goods]

having factories at………………………………………………………………………….

[address of factory]

Do hereby authorize…………………………………………………………………………….

[Name and address of Agent]

to submit a tender, and subsequently negotiate and sign the Contract with you against tender for DESIGN

MANUFACTURE, SUPPLY, FACTORY ACCEPTANCE TESTS, DELIVERY, INSTALLATION, TRAINING AND

COMMISSIONING OF PROTECTION EQUIPMENT FOR MASINGA HYDRO POWER STATION.

for the above Goods manufactured by us.

We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the Goods

offered for supply by the above firm against this Invitation for Tenders.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a

person competent.

Page 196: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 188 of 218

Tender for rehabilitation of Masinga protection system 2016

TENDER QUESTIONNAIRE

Please fill in block letters.

Full names of tenderer

………………………………………………………………………………………

Full address of tenderer to which tender correspondence is to be sent (unless an agent has been appointed

below)

………………………………………………………………………………………

Telephone number (s) of tenderer

………………………………………………………………………………………

E-mail and Fax address of tenderer

………………………………………………………………………………………

Name of tenderer’s representative to be contacted on matters of the tender during the tender period

………………………………………………………………………………………

Details of tenderer’s nominated agent (if any) to receive tender notices. This is essential if the tenderer does

not have his registered address in Kenya (name, address, telephone, telex)

………………………………………………………………………………………

Page 197: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 189 of 218

Tender for rehabilitation of Masinga protection system 2016

………………………………………………………………………………………

_______________________

Signature of Tenderer

Make copy and deliver to:_____________________(Name of Employer)

Page 198: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 190 of 218

Tender for rehabilitation of Masinga protection system 2016

MANDATORY CONFIDENTIAL BUSINESS QUESTIONNAIRE (Must be filled by all applicants or Tenderers’ who choose to participate in this tender) Name of Applicant(s)..........................................................................................

You are requested to give the particulars in Part 1 and either Part 2 (a), 2 (b) or 2 (c), whichever applies to your type of business. Part 2 (d) to part 2(i) must be filled. You are advised that giving wrong or false information on this Form will lead to automatic disqualification/termination of your business proposal at your cost. Part 1 – General Business Name:……………………………………………………………Certificate of Incorporation / Registration No. …………………………………………Location of business premises: Country …………………………………..…Physical address …………………….………………. Town ………………………………….……………………….Building……………………………… Floor…………………………………………………………….Plot No. ……..………………………. Street / Road ……..………………….……………………Postal Address ………..……………… Postal / Country Code…………………………………….Telephone No’s…...………………… Fax No’s. ……………………….………………E-mail address ………………….………………… Website ……………………………………………………………………………………….………… Contact Person (Full Names) …………………………… Direct / Mobile No’s.…………….… Title ……………………………………… Power of Attorney (Yes / No) If Yes, attach written document. Nature of Business (Indicate whether manufacturer, distributor, etc) ………………..……….……….. (Applicable to Local suppliers only) Local Authority Trading License No. …………………… Expiry Date ……………………….. Value Added Tax

No.…………………………………………….……………………………………………….

Value of the largest single assignment you have undertaken to date (USD/KShs) …………………………………….…… Was this successfully undertaken? Yes / No. …………………………. (If Yes, attach reference) Name (s) of your banker (s) ………………………………………………………………………..………………………………….. Branches ………………………………………………… Tel. No’s. …….………………………….

Part 2 (a) – Sole Proprietor (if applicable) Full names ……..………………………………………..……………………………………………………. Nationality……………………………………………….. Country of Origin……....……………… ……………………………………………………………………..……..…………… Company Profile ………………………. (Attach brochures or annual reports in case of public company) Part 2 (b) – Partnerships (if applicable) Give details of partners as follows: Full Names Nationality Citizenship Details Shares 1. ………………………………………………………………………………………………………. 2. ………………………………………………………………………………………………………. 3………………………………………………………………………………………………………. 4. ……………………………………………………………………………………………………….

Page 199: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 191 of 218

Tender for rehabilitation of Masinga protection system 2016

Company Profile ……………………….(Attach brochures) Part 2 (c) – Registered Company (if applicable) Private or public ……………………………………………. Company Profile ……………………….(Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company Nominal KShs ……………………..…………………………. Issued KShs ………………………..…………………………. List of top ten (10) shareholders and distribution of shareholding in the company. Give details of all directors as follows:- Full Names Nationality Citizenship Details Shares 1.…………………………. ……………… …………………… ……….……. 2………………………… ………………… ………………… .……..…..….. 3………………………… ………………… ……………… ……..…..….. Part 2 (d) – Debarment I/We declare that I/We have not been debarred from any procurement process and shall not engage in any fraudulent or corrupt acts with regard to this or any other tender by the KENGEN and any other public or private institutions. Full Names …………………………………………………………………………………………………………… Signature …………………………………………………………………………………………………………. Dated this …………………………………….……………day of ……………………………2015. In the capacity of ……………………………………………………………………………………………………… Duly authorized to sign Tender for and on behalf of ………………………………………………… Part 2 (e) – Bankruptcy / Insolvency / receivership. I/We declare that I/We have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership: Full Names …………………………………………………………………………………………………………… Signature …………………………………………………………………………………………………………. Dated this …………………………………….……………day of ……………………………2015. In the capacity of ……………………………………………………………………………………………………… Duly authorized to sign Tender for and on behalf of ………………………………………………… Part 2 (f) – Criminal Offence I/We, (Name (s) of Director (s)):- a) ……………………………………………………………………….………..…………… b) …………………………………………………………………………..….……….……… c) ………………………………………………………………………………………………

Page 200: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 192 of 218

Tender for rehabilitation of Masinga protection system 2016

have not been convicted of any criminal offence relating to professional conduct or the making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of procurement proceedings. Signed ……………………………………………………………………………………………………………. For and on behalf of M/s ………………………………………...………………………………………………………………….. In the capacity of ……………………………………….…………………………………………………………………… Dated this ……………………………………………day of ………………………………….2015. Suppliers’ / Company’s Official Rubber Stamp …………………………………………………………. Part 2 (g) – Conflict of Interest I/We, the undersigned state that I / We have no conflict of interest in relation to this procurement: a) ……………………………………………………………………………………………… b) ……………………………………………………………………………………………… c) ……………………………………………………………………………………………… d) ……………………………………………………………………………………………… For and on behalf of M/s ………………………………………………………………………………….. In the capacity of ……………………………………………………………………………………… Dated this ………………………………………day of ……………………………………….2015 Suppliers’ / Company’s Official Rubber Stamp ……………………………………………………… Part 2 (h) – Interest in the Firm: Is there any person/persons in KENGEN or any other public institution who has interest in the Firm? Yes/No ……………………….. (Delete as necessary) Institution …………………………. ……………………………………. ……………………………… ……………………… (Title) (Signature) (Date) Part 2(i) – Declaration I / We, the undersigned state and declare that the above information is correct and that I / We give KENGEN authority to seek any other references concerning my / our company from whatever sources deemed relevant, e.g. Office of the Registrar of Companies, Bankers, etc. Full names ………………………………………………………………………………………………………….. Signature……………………………………………………………………………………………… For and on behalf of M/s ………………………………………………………………………………………….. In the capacity of ……………………………………………………………………………………………… Dated this ……………………………………………day of ………………………………….2015. Suppliers’ / Company’s Official Rubber Stamp …………………………………………………………

Page 201: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 193 of 218

Tender for rehabilitation of Masinga protection system 2016

FIRM’S GENERAL EXPERIENCE RECORD -TURN OVER

Name of Applicant or partner of a joint venture

All individual firms and all partners of a joint venture are requested to complete the information in this

form. The information supplied should be the annual turnover of the Tenderer (or each member of a joint

venture), in terms of the amounts billed to clients for each year for work in progress or completed, converted

to US dollars at the rate of exchange at the end of the period reported.

Use a separated sheet for each partner of a joint venture.

Annual turnover data

Year Turnover US$ equivalent

1.

2.

3.

4.

5.

This information is declared to be correct by (Tenderer’s authorised representative)

Name………………………………………… Signature………………

Position in the Firm…………………………………… Date………………………

Page 202: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 194 of 218

Tender for rehabilitation of Masinga protection system 2016

JOINT VENTURE SUMMARY

Names of all partners of a joint venture

Lead partner:

Partner:

Partner:

Partner:

Partner:

Partner:

Page 203: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 195 of 218

Tender for rehabilitation of Masinga protection system 2016

Total value of annual turnover, in terms of work billed to clients, in US$ equivalent, converted at the rate of

exchange at the end of the period reported:

Annual turnover date (construction only; US$ equivalent)

Partner Form 2

page no

Year 1 Year 2 Year 3 Year 4 Year 5

1. Lead partner:

Partner:

Partner:

Partner:

Partner:

Partner:

Totals

This information is declared to be correct by Lead Partner

Name………………………………………… Signature………………

Position in the Firm…………………………………… Date………………………

Page 204: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 196 of 218

Tender for rehabilitation of Masinga protection system 2016

PARTICULAR EXPERIENCE RECORD OF THE FIRM

Name of Applicant or partner of a joint venture

Using the format of Form (3A), each tenderer or partner of a joint venture is required to list all contracts in

excess of a value equivalent to US$ 2.0 mill. for the Tenderer or the lead partner in a joint venture and US$

1.0 mill. for each party in a joint venture, of a similar nature and complexity to the contract for which the

tenderer wishes to bid, undertaken during the last five years. The value should be based on the currencies

of the contracts converted into US dollars, at the date of substantial completion, or for current contracts at

the time of award. The information is to be summarised, using Form (3A), for each contract completed or

under execution by the Tenderer or by each partner of a joint venture.

Where the tenderer proposes to use named subcontractors for critical components of the works, or for work

contents in excess of 10 percent of the value of the whole works, the information in the following forms

should also be supplied for each specialist subcontractor.

Page 205: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 197 of 218

Tender for rehabilitation of Masinga protection system 2016

DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY [Form 3A]

Name of Tenderer or partner of a joint venture

Use a separate sheet for each contract.

1. Number of contract

Name of contract

Country

2. Name of employer

3. Employer address

4. Nature of works and special features relevant to the contract for which the tenderer wishes to bid

5. Contract role (check one)

• Sole contractor • Subcontractor • Partner in a joint

venture

Page 206: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 198 of 218

Tender for rehabilitation of Masinga protection system 2016

6. Value of the total contract (in specified currencies at completion, or at date of award for current

contracts)

Currency Currency Currency

7. Equivalent value US$

8. Date of award

9. Date of completion

10 Contract duration (years and months)

______years ______months

11. Specified requirements1

________________

1Insert any specific criteria required for the execution of the contract.

This information is declared to be correct by (Tenderer’s authorised representative)

Name………………………………………… Signature………………

Position in the Firm…………………………………… Date………………………

Page 207: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 199 of 218

Tender for rehabilitation of Masinga protection system 2016

Page 208: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 200 of 218

Tender for rehabilitation of Masinga protection system 2016

KEY PERSONNEL CAPABILITIES

Name of tenderer

For specific positions essential to contract implementation, applicants should provide the names of at least

two candidates qualified to meet the specified requirements stated for each position set out in clause 25.2

Personnel Capabilities in the Instructions to Tender.

The date on their experience should be supplied in separate sheets using one Form (5A) for each candidate.

1. Title of position: Head Office Project Manager

Name of prime candidate:

Name of alternate candidate:

2. Title of position: Site Project Manager/ Assistant Head Office Project Manager

Name of prime candidate:

Name of alternate candidate:

3. Title of position: Installation Supervisor

Name of prime candidate:

Name of alternate candidate:

4. Title of position: Commissioning Engineer - Electrical

Name of prime candidate:

Name of alternate candidate:

Page 209: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 201 of 218

Tender for rehabilitation of Masinga protection system 2016

CVS OF KEY PERSONNEL [Form 5A]

Name of Tenderer:

Position Candidate

• Prime • Alternate

Candidate

information

1. Name of candidate 2. Date of birth

3. Professional qualifications

Present

employment

4. Name of employer

Address of employer

Telephone Contract (manager/personnel officer)

Fax Telex

Job title of candidate Years with present employer

Summarise professional experience over the last 20 years, in reverse chronological order. Indicate

particular technical and managerial experience relevant to the Project.

Page 210: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 202 of 218

Tender for rehabilitation of Masinga protection system 2016

From To Company/Project/Position/ Relevant technical and management

experience

I certify that the above information is correct (To be signed by candidate).

………………………… …………………… ………………..

(Title) (Signature) (Date)

Page 211: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 203 of 218

Tender for rehabilitation of Masinga protection system 2016

SCHEDULE OF SIMILAR COMPLETED WORKS

WORKS OF SIMILAR NATURE AND COMPLEXITY CARRIED OUT BY THE TENDERER IN THE LAST EIGHT

YEARS

Name of tenderer or partner of a joint venture

Use a separate sheet for each contract.

1. Number of contract

Name of contract

Country

2. Name of employer

3. Employer address

4. Nature of works and special features relevant to the contract for which the Applicant wishes to

prequalify

5. Contract role (check one)

• Sole contractor • Subcontractor • Partner in a joint

venture

Page 212: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 204 of 218

Tender for rehabilitation of Masinga protection system 2016

6. Value of the total contract (in specified currencies at completion, or at date of award for current

contracts)

Currency Currency Currency

7. Equivalent value US$

8. Date of award

9. Date of completion

10 Contract duration (years and months)

______years ______months

11. Specified requirements1

Insert any specific criteria that was required for the execution of the contract.

I certify that the above Works were successfully carried out and completed by ourselves.

………………………… ………………………… ………………

(Title) (Signature) (Date)

Page 213: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 205 of 218

Tender for rehabilitation of Masinga protection system 2016

SCHEDULE OF ONGOING PROJECTS

FORM (4)

Current Contract Commitments / Works in Progress

Name of Applicant or partner of a joint venture

Tenderers and each partner to a tender should provide information on their current commitments on all

contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for

contracts approaching completion, but for which an unqualified, full completion certificate has yet to be

issued.

Name of contract Name of Client Total value in

US Dollars

Value of

outstanding

work (current

US$ equivalent)

Estimated

completion

date

1.

2.

3.

4.

Page 214: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 206 of 218

Tender for rehabilitation of Masinga protection system 2016

5.

6.

This information is declared to be correct by (Tenderer’s authorised representative)

Name………………………………………… Signature………………

Position in the Firm…………………………………… Date………………………

Page 215: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 207 of 218

Tender for rehabilitation of Masinga protection system 2016

DEVIATION FROM TECHNICAL SPECIFICATIONS

No deviations to this specification shall be acceptable unless specifically indicated in this schedule. All

deviations shall be clearly spelt out by the Bidder and the price implications thereof

All the deviations from this specification shall be set out by the bidder, clause by clause, in this schedule.

Unless specifically mentioned in this schedule, the bidder shall be deemed to confirm to the specification.

Reference Section/clause

and page in the employer

specifications

Description of Exceptions

/Deviations

Reason for Exception

/Deviation

Reference page

in the bidders

offer

PROTECTION EQUIPMENT PERFORMANCE AND EXPERIENCE DETAIL

Bidder shall furnish here a list of similar orders executed or under execution where similar power

system protection equipment proposed by the bidder were used. Name of persons to whom the

Page 216: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 208 of 218

Tender for rehabilitation of Masinga protection system 2016

reference may be made by the employer in case client considers such reference necessary shall be

provided

No. Name of the

Purchaser

/Owner with

full address

Location

and size of

the Plant

Date of

Commissi

oning

Were repairs

or

replacements

done during

warranty

(Yes/No)

If yes state

reason

Details of Equipment

supplied & installed

Person to

whom

reference be

made

Page 217: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 209 of 218

Tender for rehabilitation of Masinga protection system 2016

LITIGATION HISTORY

Name of tenderer or partner of a joint venture

Tenderers, including each of the partners of a joint venture, should provide information on any history of

litigation or arbitration resulting from contracts executed in the last five years or currently under execution.

A separate sheet should be used for each partner of a joint venture.

Year Award For Or

Against

Applicant

Name of client, cause of litigation, and

matter in dispute

Disputed amount (current value,

US$ equivalent)

Page 218: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 210 of 218

Tender for rehabilitation of Masinga protection system 2016

This information is declared to be correct by (Tenderer’s authorised representative)

Name………………………………………… Signature………………

Position in the Firm…………………………………… Date………………………

Page 219: KGN-HYD-014-2016 TENDER FOR REHABILITATION OF

Page 211 of 218

Tender for rehabilitation of Masinga protection system 2016

OTHER SUPPLEMENTARY INFORMATION

Financial reports for the last five years, balance sheets, profit and loss statements, auditors’ reports etc. List

them below and attach copies.

………………………………………………………………………

………………………………………………………………………

………………………………………………………………………

Name, address, telephone, telex, fax numbers of the Tenderer’s Bankers who may provide reference if

contacted by the Employer.

…………………………………………………………………………

…………………………………………………………………………

…………………………………………………………………………

I certify that the above information is correct.

…………………… ……………………… ………………………

Title Signature Date