55
TENDER DOCUMENT REQUEST FOR PROPOSALS TENDER NO: 16 of 2018/19 SUPPLY AND INSTALLATION OF 2 x 40 MVA 132/66 kV, 3 x 10 MVA 66/11 kV, 4 x 20 MVA 66/11 kV POWER TRANSFORMERS July 2018

TENDER DOCUMENT - SPPRA · 2 x 20 MVA 66/11 kV transformer at Lobamba substation . Tender No.16 of 2018/19– Supply and Installation of 2x40MVA 132/66kV, 3x10MVA 66/11 kV and 4 x

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

TENDER DOCUMENT

REQUEST FOR PROPOSALS

TENDER NO: 16 of 2018/19

SUPPLY AND INSTALLATION OF 2 x 40 MVA 132/66

kV, 3 x 10 MVA 66/11 kV, 4 x 20 MVA 66/11 kV POWER

TRANSFORMERS

July 2018

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 2 of 28

SECTION 1 INVITATION FOR TENDER

1.0 Background

The Swaziland Electricity Company Limited (SEC) intends to implement network

strengthening projects in the south eastern region of Swaziland in order to improve network

performance. This initiative is also intended to meet to growing demand for electrical energy

as a result of farming activity in this area.

Further, some transformers at Lobamba and Stonehenge substations will be uprated.

2.0 Required Power Transformers

There required transformers are as follows:

1. 2 x 40 MVA 132/66 kV transformer

2. 3 x 10 MVA 66/11 kV transformers

3. 4 x 20 MVA 66/11 kV transformers

3.0 Objective

The objective of the tender is to procure a supplier for the above mentioned transformers.

4.0 Scope of Work

The scope of work for the transformer supplier is as follows:

1. Supply 2 x 40 MVA 132/66 kV transformer

4. Supply 3 x 10 MVA 66/11 kV transformers

5. Supply 4 x 20 MVA 66/11 kV transformers

2. Deliver the transformers to Swaziland at the following sites:

a. 2 x 40 MVA 132/66 kV transformer to Ncandweni substation

b. 2 x 10 MVA 66/11 kV transformers at Ncandweni substation

c. 1 x 10 MVA 66/11 kV transformer at Ndzevane substation

d. 2 x 20 MVA 66/11 kV transformer at Lobamba substation

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 3 of 28

e. 2 x 20 MVA 66/11 kV transformer at Stonehenge substation

3. Install the transformer

4. Provide as built drawings and relevant documentation

5. Carry out the following pre-commissioning tests

a. Insulation resistance tests

b. Winding resistance tests

c. Voltage ratio tests

d. Vector group tests

e. Magnetic balance

f. Bushing and winding Tan Delta

g. On load tap changer tests

h. Transformer oil tests

i. Sweep frequency response analysis (to be done before loading and after

offloading)

j. Continuity tests

6. The following tests can be carried out in the manufacturing plant where SEC

engineers would witness the tests:

a. Short circuit impedance and load loss

b. Zero sequence impedance tests

c. Harmonics on no load current

d. Dielectric type tests

5.0 Methodology

The supplier should provide the following information:

1. Methodology on how the manufacturing, installation and testing will be done.

2. State applicable standards used as per the attached specification

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 4 of 28

6.0 Company profile and statutory documents

The tender bid should have the following documents:

Company profile(s)

List of similar projects

Consortium agreements where applicable

Three reference letters from previous and / or current clients

Composition of the team. It is necessary that the team leader be identified as well as the

role to be played by any of the support team members.

Curriculum vitae for personnel that will conduct the transformer tests

The following statutory documents should be submitted together with those highlighted

in the datasheet:

o Certified copy of Company registration Document that reflect Company

name, registration number, date of registration and active directors or

members

o Tax clearance

o Certified 2018 trading licence

o Last three years audited/reviewed financial statements

o Tender guarantee of E 100,000

7.0 Information to be provided by SEC

The Swaziland Electricity Company will provide any information requested by the supplier

either during manufacturing or installation or testing.

The engaged team is expected:

To provide all the necessary expertise to deliver the activities highlighted in the scope

Deliver the project in accordance to the agreed project timelines

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 5 of 28

To ensure that a cost efficient approach is adopted to the completion of the project

8.0 Timelines

The transformers should be delivered within 11 months from the date of signing a contract.

9.0 Evaluation Methodology

The evaluation will be separated into two parts. First will be the technical evaluation after which

the financial evaluation will be done for those consultants that surpass the minimum accepted

score for technical proposals

The weights to be used for the evaluation are as follows:

Technical – 70%

Financial – 30%

9.1 Technical Evaluation

Technical Description Maximum Points %

Approach and Methodology

Understanding of the project and scope of work (100% filled in schedule)

20

Overall methodology adopted to meet the scope of work requirements

10

Detailed work plan with timeframes for the overall project (manufacturing, installation upto testing done within 12 months)

20

Maximum Points 50

Relevant Experience of Service Provider

Experience in the manufacture of power transformers similar to the ones required in the tender

20

Experience in the installation and testing of power transformers similar to those stated in the tender (past 10 years)

10

Quality certfication by a recognised body (ISO etc) 10

Maximum Points 40

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 6 of 28

Team Structure Qualifications of key personnel 5

Professional body affiliation (ECSA etc) 5

Maximum Points 10

Total Score for Technical Proposal 100

Minimum Acceptable Score for Technical Proposal 70

9.2 Financial Evaluation

The financial evaluation of the bids will follow the following process:

The evaluation team will review the financial bids and determine the evaluation price for

each proposal;

The lowest priced proposal shall be given a financial score of 100 and the other proposals

shall be given a financial score which is inversely propositional to the lowest evaluated

price

The following financial summary should be provided:

9.3 Final Evaluation

The weighted technical and financial scores shall be added together to give a total score

for each proposal

Proposal with highest score shall be recommended for award.

10.0 Submission of bids

8.0 Instructions to tender

8.1 Introduction

8.1.1 Source of Funds

The Swaziland Electricity Company has made funds available towards the cost of the project for

transmission expansion in various parts of the country as specified in the Scope of the Tender,

and intends to apply the funds to eligible payments under the Contract for which this Invitation

to Tender is issued.

8.2 Employer

The Swaziland Electricity Company, hereinafter referred to as “the Employer”, is a vertically

integrated parastatal company responsible for the generation, transmission and distribution of

electric power throughout Swaziland. The Employer’s address is:

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 7 of 28

Swaziland Electricity Company

P.O. Box 258

Mbabane

H100

Swaziland

Eluvatsini House

Mhlambanyatsi Road

Mbabane

Swaziland

Telephone: +268 409 4000

Facsimile: +268 409 4001

8.3 Engineer

The Engineer appointed by the Employer for the purpose of the project is:

The Swaziland Electricity Company’ Project Manager

Address is the same as above.

8.4 Scope of Tender

Eligible Tenders are invited to submit Tenders for the Project. The Project covers the

construction of 36km of 132kV line from Sinceni-Ndzevane on a combination of steel

monopoles and towers, and a 12km of 66kV line on steel monopoles from Ncandweni –

Ndzevane.

8.5 Eligible Tenderers

The invitation to Tender is open to suitably qualified and capable contractors with a track record

and financial backing to deliver a turnkey project.

8.6 Subcontractors

It is a requirement that non specialised work be subcontracted to suitably qualified local

Subcontractors.

8.7 Cost of Tendering

The Tenderer shall bear all costs associated with preparation and submission of its Tender, and

the Employer will in no case be responsible or liable for those costs, regardless of the outcome of

the tendering process.

8.8 Tender Documents

8.8.1 Modifications

Tenderers shall not make any modifications to the Tender Document. Should a Tenderer notice

any clause or item which he considers necessary to be changed, he shall notify the Engineer in

writing, and the Engineer will in turn investigate and reply in writing.

8.8.2 Checking of Tender Documents

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 8 of 28

On receipt of the Tender Documents, the Tenderer must prior to submitting his Tender, check all

the Tender Documents and should any difference or discrepancy between or in the Drawings and

Specification be detected by the Tenderer, he shall seek in writing a decision also in writing of

the Engineer on the true intent and meaning of the Tender documents as the Employer cannot be

held liable for the additional cost of extra work that may be caused as a result thereof.

8.8.3 Clarification of Tender Document

A prospective Tender requiring any clarification of the Tender Documents may notify the

Engineer in writing. The Engineer will respond in writing to any request for clarification of the

Tender Documents, which it receives no later than seven days prior to the deadline for

submission of Tenders prescribed by the Employer. Written copies of the Engineer’s response

(including an explanation of the query but without identifying the source of the inquiry will be

sent to all prospective Tenderers who have received the Tender Document.

8.8.4 Amendment of Tender Document

At any time prior to the deadline for submission of Tenders, the Employer may, for any reason,

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

modify the Tender Documents by amendment. If this modification occurs later than one week

before the deadline for the submission Tenders, the Employer has the right of extending the

deadline for the submission in order to give other Tenderers the necessary time for considering

the modifications in the preparation of their Tenders.

The amendment will be notified in writing or by cable (hereinafter, term cable is deemed to

include Electronic Data Interchange (EDI), telex or facsimile) to all prospective Tenderers,

which have received the Tender Document and will be binding to them.

8.8.5 Tender Documents and Ownership

The Tender Documents which have been made available to Tenderers are the property of the

Employer and shall be returned to the Engineer whether or not a Tender is submitted.

8.8.6 Documents Confidential

Tenderers shall treat the details of the Tender Documents as confidential, whether they submit a

Tender or not.

8.9 Preparation of Tenders

8.9.1 Language of Tender

The Tender prepared by the Tenderer and all correspondences and documents relating to the

Tender exchanged by the Tenderer, the Engineer and the Employer, shall be written in the

English language, provided that any printed literature furnished by the Tenderer may be written

in another language on condition that it is accompanied by an English translation in which case,

for purposes of interpretation of the Tender, the English translation shall govern.

8.9.2 Tender Site Meeting

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 9 of 28

It is required that all prospective Tenderers attend a pre-tender site meeting and site visit as

indicated in the Invitation for Tender. Failure to attend will result in disqualification of the

Tender. The cost of attending the meeting shall be at the Tenderer’s own expense.

8.9.3 Tender Prices

Tenders shall quote for the facilities on a “single responsibility” basis such that the total Tender

Price covers all the Contractor’s obligations mentioned in or to be reasonably inferred from the

Tender Documents in respect to the design, manufacture, including procurement and

subcontracting if any, delivery, construction, installation and completion of the facilities. This

includes all requirements under the Contractor’s responsibility for testing, pre-commissioning

and commissioning of the facilities and, where so required by the Tender Documents, the

acquisition of all permits, approvals and licenses, etc, training services and such other items and

services as may be specified in the Tender Document, all in accordance with the requirements of

the General Conditions of the Contract. Items against which no price is entered by the Tenderer

will not be paid for by the Employer when executed and shall be deemed to be covered by the

prices for other items.

Tenderers are required to quote the price for commercial, contractual and technical obligations

outlined in the Tender Documents. If a Tenderer wishes to make a deviation, such deviation shall

be listed in Attachment 6 of its Tender. The Tenderer shall also provide the additional price, if

any, for withdrawal of the deviations. Deviations without an additional price for its withdrawal

will be accepted at no cost.

Tenderers shall give a breakdown of the prices in a format similar to the one provided.

Plant and equipment to be supplied from abroad shall be quoted on CIP to site basis. The term

CIP is described in the current edition of Incoterms.

Installation Services shall include rates or prices for all labour, contractor’s equipment,

temporary works, materials, consumables and all matters and things of whatsoever nature,

including operations and maintenance services, the provisions of operations and maintenance

manuals, training etc, where identified in the Tender Documents, as necessary for proper

execution of Installation Services, including all taxes, duties, levies and charges payable in the

Employer’s country as of 28 (twenty-eight ) days prior to the deadline of submission of Tenders.

Recommended spare parts shall be quoted separately and not included in the Grand Summary.

Prices quoted by the Tender shall be FIXED for the duration of the Contract and will not be

subject to the adjustments for change in cost. A Tender submitted with an adjustable price

quotation will be treated as non-responsive and rejected.

Applicable rates of exchange as determined by the Central Bank of Swaziland on the date of the

Tender closure will be applicable for the duration of the Contract. Tenderers will be responsible

for acquiring forward cover against the exchange rates fluctuations. NO adjustments for the

changes in cost will be accepted for the duration of the Contract. The Contractor shall submit

proof of forward cover on the relevant portions of the Contract within 28 days after award of

Contract.

All taxes including VAT, levies and custom duties etc, as applicable to the Works and

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 10 of 28

determined 28 (twenty-eight) days prior to Tender submission, shall be deemed included in the

Tender Prices. If there are or may be exemptions from levies, customs duties, tax, etc applicable

to any aspect of the works, the Tenderer must make his own arrangements thereof, as the tender

price shall be regarded as comprehensive.

The Tenderer, if registered in Swaziland, is liable for income tax or other national or local taxes

applicable in the country in connection with the execution of the Contract. The Tenderer, if not

registered in Swaziland, is liable only to 15 (fifteen) percent Withholding Tax in line with the

Income Tax Act Directive on non-resident Contractors/Suppliers.

8.9.4 Tender Currencies

Tender prices shall be quoted in Emalangeni (SZL) or South African Rand (ZAR).

The point of payment will be Swaziland.

8.9.5 Tender Security

The Tenderer shall furnish as part of its Tender, a Tender Security in the amount of E 1,000,000

in the Tender Currency.

The Tender Security shall, at the Tenderers’ option be in the form of a certified cheque or bank

guarantee from an internationally reputable bank selected by the Tenderer. The format of the

bank guarantee shall be in accordance with the Tender Security Form included in the Tender

Documents, other formats may be permitted, subject to the prior approval of the Employer.

The Tender Security shall remain valid for a period of 28 (twenty-eight) days beyond the original

Tender validity period, and beyond any extension subsequently requested.

Any Tender not accompanied by an acceptable Tender Security shall be rejected by the employer

as being non-responsive.

The Tender Security of a joint venture must be in the name of the all the partners in the joint

venture submitting the Tender.

The Tender Security of unsuccessful Tenderers will be returned as promptly as possible, but not

later than 28 (twenty-eight) days after the expiry of the Tender validity period.

The Tender Security of the successful Tenderer will be returned when the Tenderer has signed

the Contract Agreement and has furnished the required Performance Security.

The Tender Security may be forfeited:

If the Tenderer withdraws its Tender during the period of Tender validity specified by the

Tender in the Letter of Tender,

In the case of a successful Tender, if the Tenderer fails within a specified time limit to

sign the Contract Agreement or to furnish the required Performance Security, or

For participating in Corrupt and Fraudulent Practices.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 11 of 28

8.9.6 Period of Validity

The Tender shall remain valid for 90 (ninety) days after the Tender closing date. A Tender valid

for a shorter period shall be rejected by the Employer as being non-responsive.

In exceptional circumstances the Employer may solicit the Tenderer’s consent to an extension of

the Tender validity period. The request and responses thereto shall be made in writing or by

cable. If a Tenderer accepts to extend the period of validity, the Tender Security shall also be

suitably extended. A Tenderer may refuse the request without forfeiting its Tender Security. A

Tenderer granting the request will not be required or permitted to modify its Tender.

8.9.7 Format and Signing of Tender

The Tender shall prepare one original and two complete copies of the Tender and clearly

marking each one respectively as “Original Tender”, “Copy No. 1” and “Copy No. 2.” In the

Event of any discrepancy between them, the original shall govern.

The original and all copies of the Tender, each consisting of the documents listed above shall be

typed or written in indelible ink and shall be signed by the Tenderer or person or persons duly

authorised to bind the Tenderer to the Contract. The latter authorisation shall be indicated by

written power of the attorney accompanying the Tender and submitted as Attachment 2 to the

Tender. All pages of the Tender except for un-amended printed literature shall be initialled by

the person or persons signing the Tender.

The Tender shall contain not alterations, omissions or additions, unless such corrections are

initialled by the person or persons signing the Tender.

8.10 Submission of Tenders

8.10.1 Sealing and Marking

The Tenderer shall Seal The Original and each Copy of the Tender in separate envelopes, duly

marking the envelopes as “Original Tender”, “Copy No.1” and “Copy No.2.” The envelopes

shall then be sealed in an outer envelope. This should be done for the technical proposal and

financial proposal, ie the technical and financial should be in separate envelopes.

The inner and outer envelopes shall:

Be addressed to the Employer at the address given, and

Bear the Tender Number and the statement “DO NOT OPEN BEFORE” and the closing date for

Tendering, excluding any notice allowing identification of the Tenderer.

If the outer envelope is not sealed and marked as requested, then the Employer will assume no

responsibility for the Tender’s misplacement or premature opening. If the outer envelope

discloses the identity of the Tenderer, the Employer will not guarantee the anonymity of the

Tender submission, but this disclosure will not constitute grounds for Tender rejection.

8.10.2 Deadline for Submission of Tenders

Tenders must be received by the Employer at the address no later than the time and date stated in

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 12 of 28

the Invitation for Tender.

The Employer may, at its discretion, extend this deadline for submission of Tenders by amending

the Tender Documents in which case all rights and obligations of the Employer and Tenderers

will thereafter be subject to the deadline as extended.

8.10.3 Late Tenders

Any Tender received after by the Employer after the Tender submission deadline prescribed by

the Employer will be rejected and returned unopened to the Tenderer.

8.10.4 Modification and Withdrawal from Tenders

The Tenderer may modify or withdraw its Tender after submission, provided that written notice

of the modification or withdrawal is received by the Employer prior to the deadline prescribed

for Tender submission.

The Tenderer’s modifications shall be prepared, sealed, marked and dispatched as follows:

The Tender shall provide an original an the number of copies specified of any modifications to

its Tender, clearly identified as such, in two inner envelopes duly marked “Tender Modification

– Original” and “Tender Modification – Copies.” The inner envelopes shall be sealed in an outer

envelope, which shall be duly marked “Tender Modifications.”

A Tenderer wishing to withdraw its Tender shall notify the Employer in writing prior to the

deadline prescribed for Tender submission.

The notice of withdrawal shall:

Be addressed to the Employer at the address specified, and

Bear the Tender Number and the words “Tender Withdrawal Notice.” Tender withdrawal

notices received after the Tender submission deadline will be ignored, and the submitted

Tender will be deemed to be a validly submitted Tender.

No Tender may be withdrawn in the interval between the Tender submission deadline

and the expiry of the Tender validity period specified. Withdrawal of a Tender during this

interval may result in the Tenderer’s forfeiture of its Tender Security.

8.11 Tender Opening and Evaluation

8.11.1 Opening of Tender by Employer

The Employer will open the Tenders, including withdrawals and the modifications made in the

presence of Tenderer’s designated representatives who choose to attend, at the time, date and

location specified. The Tenderers’ representatives who are present shall sign a register to provide

evidence of their presence.

Envelopes marked “Withdrawal” shall be opened first and the name of the Tenderer shall be read

out. Tenders for which an acceptable notice of withdrawal has been submitted pursuant shall not

be opened.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 13 of 28

The Tenderer’s names, the Tender Prices including any alternative Tender Price or deviation any

discounts, Tender modifications and withdrawals, the presence or absence of Tender Security

and any such other details as the Employer may consider appropriate, will be announced by the

Employer at the opening.

Subsequently, all envelopes marked “Modification” shall be opened and the submissions therein

read out in appropriate detail.

No Tender shall be rejected at Tender opening except for late Tenders

The Employer shall prepare minutes of the Tender opening, including the information disclosed

to those present.

Tenders not opened and read out at the Tender opening shall not be considered further for

evaluation, irrespective of the circumstances.

8.11.2 Clarification of Tenders

During the Tender evaluation, the Employer may, at its discretion, ask the Tenderer for

clarification of its Tender.

The request for clarification and the response shall be in writing and no change in the price or

substance of the Tender shall be sought, offered or permitted.

8.11.3 Preliminary Examination of Tenders

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, whether

the documents have been properly signed, and whether the Tenders are generally in order.

Arithmetic errors will be rectified on the following basis. If there is a discrepancy between the

unit price and the total price, which is obtained by multiplying the unit price and quantity, or

between subtotals and the total price, the unit or subtotal price shall prevail, and the total price

shall be corrected. If there is a discrepancy between words and figures the amount in words will

prevail. If the Tenderer does not accept the correction of errors its Tender will be rejected.

Prior to the detailed evaluation, the Employer will determine whether each Tender is of

acceptable quality, is complete and substantially responsive to the Tender Documents. For

purposes of this determination, a substantially responsive Tender is one that conforms to all

terms, conditions and specifications of the bidding documents without material deviations and

objections, conditionalities or reservations. A material deviation, objection, conditionality or

reservation is one (i) that affects in any substantial way the scope, quality or performance of the

contract; (ii) that limits in any substantial way, inconsistent with the Tender Documents, the

Employer’s rights or successful Tenderer’s obligations under the contract; or (iii) whose

rectification would unfairly affect the competitive position of other Tenderers who are presenting

substantially responsive.

If a Tender is not substantially responsive, it will be rejected by the Employer, and may not

subsequently be made responsive by the Tenderer by correction of the non-conformity. The

Employer’s determination of a Tender’s responsiveness is based on the contents of the Tender

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 14 of 28

itself without recourse to extrinsic evidence.

8.11.4 Contacting the Employer

From the time of the tender opening to the time of Contract award, if any Tenderer wishes to

contact the employer on any matter related to its Tender, it should do so in writing.

Any effort by a Tenderer to influence the Employer in the Employer’s Tender evaluation, Tender

comparison or Contract award decisions may result in rejection of the Tenderer’s Tender.

8.12 Award of Contract

8.12.1 Award Criteria

The Employer may award the contract to the Tenderer whose Tender has been determined to be

substantially responsive and provided that the Tenderer is determined to be qualified to perform

the Contract satisfactorily. The Employer is not bound to accept the lowest Tender or any at all

and no reasons will be given for non-acceptance of Tender.

8.12.2 Employer’s Right to Accept Any Tender and to Reject Any or All

Tenders

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 Tenderer or Tenderers or any obligation to inform the affected

Tenderer or Tenderers of the grounds for the Employer’s action.

8.12.3 Employer’s Right to Vary Quantities at Time of Award

The Employer reserves the right at the time of award of Contract to increase or decrease the

quantities of goods and services up to 25% of the Total Tender Price without any change in unit

prices, Preliminary and General cost, or other terms and conditions.

8.12.4 Pre-Award Negotiations

Prior to the expiry of the period of Tender Validity, the Employer will invite the successful

Tenderer to his office for Contract negotiations.

The successful conclusion of the Contract Negotiations will constitute the formation of the

Contract.

The Employer shall prepare the Minutes of Contract Negotiations which shall form part of the

Contract.

Upon the successful Tenderer’s furnishing of a Performance Security the Employer will

promptly notify each unsuccessful Tenderer and will discharge its Tender Security.

8.12.5 Signing the Contract Agreement

The Employer will send the Tenderer the Contract Agreement provided in the Tender

Documents, incorporating all agreements between parties.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 15 of 28

Within 28 (twenty-eight) days of receipt of the Contract Agreement, the successful Tenderer

shall sign and date the Contract Agreement and return it to the Employer.

8.12.6 Performance Security

Within 28 (twenty-eight ) days after successfully concluding the Contact negotiation, the

successful Tenderer shall furnish the Performance Security in the amount of 10% (ten percent)

of the accepted Contract Amount and in the form provided in the Tender Documents or in

another form acceptable to the Employer.

Failure of the successful Tenderer to comply shall constitute sufficient grounds for the

annulment of the award and forfeiture of the Tender Security, in which event the Employer may

make the award to the next most advantageous evaluated Tenderer or call for new Tenders.

8.12.7 Corrupt or Fraudulent Practices

Any Tenderer that is found to be, or who attempts to be involved in any corrupt or

fraudulent activity or practice involving any party concerned in the Tender process, shall

be disqualified. The Tenderer may forfeit the Tender Security.

9. APPENDIX TO TENDER

The Appendix to refers to the Conditions of Contract for Plant and Design Build for Electrical

and Mechanical Works and for Building and Engineering Works, Designed by the Contractor,

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 16 of 28

First Edition 1999 as published by FIDIC.

Item Sub

Clause

Data

Employer’s Name and Address 1.1.2.2 &

1.3

ESwatini Electricity Company

P.O. Box 258, Mbabane, H100

Swaziland.

Contractor’s Name and Address 1.1.2.3 &

1.3

Engineer’s Name and Address 1.1.2.4 &

1.3

Same as the Employer

Time for Completion of Works 1.1.3.3 &

8.2

14 Months

Defects Notification Period 11.1 365days

Electronic transmission systems 1.3 Add facsimile and electronic

documents in PDF format

Governing Law 1.4 Law of the Kingdom of Swaziland.

Ruling Language 1.4 English

Language for communication 1.4 English

Time for access to site 2.1 14 days after Commencement Date

Amount of Performance Security 4.2 10% of the Accepted Contract

Amount in the Emalangeni (SZL) or

South African Rand (ZAR)

Period for notifying unforeseeable

errors faults and defects in the

Employer’s Requirements

5.1 14 days

Normal Working hours 6.5 7:00 till 18:00

Sections 8.2 Section is defined as an entire

substation, entire line or cable that can

be energised

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 17 of 28

Item Sub

Clause

Data

Delay damages for the Works 8.7 &

14.15(b)

0.1% of the final Contract Price per

day, in the currency and proportions in

which the Contract Price is payable

Maximum amount of delay

damages

8.7 10% of final Contract Price

Percentage for adjustment of

Provision Sums

13.5(b) Not applicable

Adjustment for Changes 13.8 Not applicable – no adjustment

Total advance payment 14.2 10% of the Accepted Contract

Amount

Number and timing of

installations

14.2 One single payment within 42 days of

the letter of receipt of advance

payment invoice and advance

payment guarantee.

Currencies and proportions 14.2 100% in tendered currency

Start repayment of advance

payment

14.2(b) 10% on all certificates less provisional

sums irrespective of value

Repayment amortisation of

advance payment

14.2(b) 10%

Minimum period of Interim

Payment Certificate

14.4 No less than one calendar month.

Percentage of Retention 14.3 5% of the Acceptable Contract

Amount

Limit of Retention Money 14.3 5% of the Acceptable Contract

Amount

Plant and Materials for payment

when shipped en route the Site

14.5(b) Nil

Pant and Materials for payment

when delivered to the Site

14.5(c) All equipment

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 18 of 28

Item Sub

Clause

Data

Minimum Amount of Interim

Payment Certificates

14.6 1% of the Acceptable Contract

Amount

Payment of Retention Money for

Sections

14.9 The relevant percentage shall be the

proportion of the Section’s price to the

Accepted Contract Amount

Currency/currencies of payment 14.15 Emalangeni or South African Rand

Periods of submission of

Insurance:

(a). Evidence of Insurance

(b). Relevant Policies

18.1

18.1

28 days

28 days

Minimum amount of third party

insurance

18.3 E2 000 000 (Two million Emalangeni)

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 19 of 28

10. GENERAL CONDITIONS OF CONTRACT

The Conditions of Contract applicable to this contract shall be:

FIDIC (International Federation of Consulting Engineers)

Condition of Contract for Plant and Design Build for Electrical and Mechanical Works and for

Building and Engineering Works, Designed by the Contractor. First Edition. 1999. (Yellow

Book).

The Conditions consists of three parts, namely

1. General Conditions of Contract.

2. Appendix to Tender.

2. Particular Conditions of Contract.

The Tenderer must obtain a copy of this document from the Federation, at their own cost. The

document will not be made available by the Employer or the Engineer.

The Tenderers must familiarise themselves with the conditions and stipulations contained

therein. No arguments, disagreement or complaint, based on ignorance of the contents of the

mentioned document, will be considered as a base for a claim against the Employer.

Copies of the FIDIC Conditions of Contract may also be obtained from:

The South African Association of Consulting Engineers,

St James House

Hampton Park North

20 Georgian Crescent

Bryanston

P.O. Box 68482

Bryanston

2021

Telephone Number: +27 11 463 2022

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 20 of 28

11. PARTICULAR CONDITIONS OF CONTRACT

This Particular Conditions of Contract is in reference to the General Conditions of Contract as

contained in the FIDIC’s Conditions of Contract for Plant and Design, Build for Electrical and

Mechanical Works and for Building and Engineering Works, Designed by the Contractor. First

Edition. 1999. (Yellow Book)

Clause 1 General Provisions

Sub-Clause 1.1 Definitions

1.1.1.1 Add “Minutes of Negotiation” after “Contract Agreement.”

1.1.1.5 The Employer’s Requirements are detailed in Part II of the Tender Document

1.1.4.6 The Foreign Currency is South African Rand

1.1.6.2 “Country” shall mean Swaziland.

Sub-Clause 1.2 Priority of Documents

Replace the list of documents with the following list

(a) Contract Agreement

(b) Minutes of Contract Negotiations

(c) Letter of Acceptance

(d) Letter of Tender

(e) Particular Conditions of Contract

(f) General Conditions of Contract

(g) Employer’s Requirements

(h) Schedules, and

(i) Contractor’s Proposal and any other documents forming part of the Contract.

Sub-Clause 1.14 Joint Several Liability

Insert after Sub-Clause 1.14(c):

(d) Each member shall produce parent member guarantee.

Sub Clause 1.15 Details to be Confidential

The Contractor shall treat the details of the Contract as private and confidential, except to the

extent necessary to carry out obligations under it or to comply with applicable Laws. The

Contractor shall not publish, permit to be published, or disclose any particulars of the Works in

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 21 of 28

any trade or technical paper elsewhere without the previous agreement of the Employer.

The obligations of confidentiality herein shall be imposed mutatis mutandis upon such sub-

consultants, sub-contractors or suppliers in their respective contracts.

Clause 2 The Employer

Sub-Clause 2.4 Employer’s Financial Arrangements

Delete this Sub-Clause.

Clause 3 The Engineer

Sub-Clause 3.6 Management Meetings

The Engineer or the Contractor’s Representative may require the other to attend a management

meeting in order to review the arrangements for future work. The Engineer shall record the

business of management meetings and supply copies of the record to those attending the meeting

and to the Employer. In the record, responsibilities for any actions to be taken shall be in

accordance with the Contract.

Clause 4 The Contractor

Sub-Clause 4.4 Sub-Contractors

Delete Sub-Clause 4.4(b) and insert:

(b) Prior consent shall not be required where the accumulative total value of the subcontracts

of a particular subcontractor is less than 0.01% of the Accepted Contract Amount.

Sub-Clause 4.16 Transport of Goods

Insert at the end of Sub-Clause 4.16:

(d) The Contractor shall notify the Engineer 14 (fourteen) days in advance of its requirement

for permission to deliver any equipment to the site. The failure of the Contractor to give such

notice to the Engineer within the required time shall not relieve the Contractor of its obligations

under this Contract.

Sub-Clause 4.19 Electricity, Water and Gas

The Contractor shall be responsible for providing on the Site such supplies of electricity and

water as are necessary for the proper execution and security of Works.

In the case of water supplies the Contractor shall make all necessary arrangements for metering,

temporary storage and distribution of water on the Site and shall alter, adapt, and maintain the

temporary work as necessary.

In the case of electricity supplies the Contractor shall make all necessary arrangements in

accordance with the regulations and good practice for the distribution of lighting and power

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 22 of 28

including all meters, temporary wiring and fittings on Site and shall adapt temporary work as

necessary all the time maintaining strict safety rules.

The electrical supply shall be of such adequate capacity for all testing on Site prior to final

energising.

The Contractor shall at its own cost pay all charges in connection with or arising out of the

provision of electricity and water including, without limitation, the provision of any apparatus

necessary for such use and the removal and making good on completion of the Works.

Clause 13 Variations and Adjustments

Sub-Clause 13.1 Right to Vary

Insert after the first paragraph of Sub-Clause 13.1:

During the Time for Completion the Works may be increased or reduced by up to 25% of the

Accepted Contract Amount without adjustment to the rates tendered, Preliminary and General

cost, or other terms and conditions.

Clause 14 Contract Price and Payment

Sub-Clause 14.4 Schedule of Payment

Insert at the end of Sub-Clause 14.4

The contractor will be paid after 30 days from receipt of the invoice, and payments at ESwatini

Electricity Company are made on the 15th and 30th of each month. The payments will be

according to the contractor’s payment schedule.

Clause 17 Risks and Responsibility

Sub-Clause 17.7 Use of Employer’s Facilities

The Contractor shall take full responsibility for the care of items detailed below, from the

respective dates of use or occupation by the Contractor, up to the respective dates of hand-over

or cessation of the occupation (where hand-over or cessation of occupation may take place after

the date stated in the Taking-Over Certificate for the Works):

The Employer’s existing Works and Plant

If any loss or damage happens to any of the above items while the Contractor is responsible for

their care, arising from any cause whatsoever other than those for which the Employer is liable,

the Contractor shall, at his own cost, rectify the loss or damage to the satisfaction of the

Engineer.

Clause 20 Claims, Disputes and Arbitration

Sub-Clause 20.2 Appointment of the Dispute Adjudication Board

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 23 of 28

Delete this Sub-Clause.

Sub-Clause 20.3 Failure to Agree Dispute Adjudication Board

Delete this Sub-Clause.

Sub-Clause 20.4 Obtaining Dispute Adjudication Board’s Decision

Delete this Sub-Clause.

Sub-Clause 20.5 Amicable Settlement

Delete this Sub-Clause.

Sub-Clause 20.6 Arbitration

Delete this Sub-Clause and replace it with:

Unless settled amicably, any disputes shall be settled by international arbitration. Unless

otherwise agreed by both parties:

1.3 the dispute shall be finally settled under the Rules of the Conduct of Arbitrations

(5th Edition 2005) of the Association of Arbitrators (Southern Africa) within the

context of the Law defined in Sub-Clause 1.4

1.4 The dispute shall be settled by the arbitrator(s) appointed in accordance with the

Rules and

1.5 The arbitration shall be conducted in the language for communications defined in

Sub-Clause 1.4

The arbitrator(s) shall have full power to open up, review and revise any certificate,

determination, instruction, opinion or valuation of the Engineer relevant to the dispute. Nothing

shall disqualify the Engineer from being called as witness and giving evidence before

arbitrator(s) on any matter relevant to the dispute.

Neither party shall be limited to the reasons for dissatisfaction given in its notice of

dissatisfaction.

Arbitration may be commenced prior to or after completion of the Works. The obligations of the

Parties shall not be altered by reason of any arbitration being conducted during the progress of

the Works.

Sub-Clause 20.7 Failure to Comply with Dispute Adjudication Board’s Decision

Delete this Sub-Clause

Sub-Clause 20.8 Expiry of Dispute Adjudication Board’s Appointment

Delete this Sub-Clause

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 24 of 28

12. Tender Form

Tenderers must complete one tender form for each Lot they are offering services for

Date …………………..

Tender No. ___________________________

To:

ESwatini Electricity Company Eluvatsini House

Mhlambanyatsi Road

Mbabane

Kingdom of ESwatini

Having examined the tendering documents the receipt of which is hereby duly acknowledged,

we, the undersigned, offer to undertake the maintenance and service of [State the particular

tender that you are bidding for] at [State Locations] in conformity with the said tendering

documents for the sum of [total tender amount in words and figures] and at the rates indicated

in the Pricing Form and made part of this Tender. We undertake, if our Tender is accepted, to deliver the services in accordance with the

requirements of the specifications forming part of this contract. We agree to abide by this Tender for a period of 90 days from the date fixed for Tender opening,

and it shall remain binding upon us and may be accepted at any time before the expiration of that

period. Until a formal Contract is prepared and executed, this Tender, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract between

us. We understand that you are not bound to accept the lowest or any tender you may receive.

_________________________ _____________________________

[signature] [in the capacity of]

Duly authorized to sign Tender for and on behalf of___________________________

13. Declaration of Eligibility

All Tenderers must meet the following criteria, to be eligible to participate in public procurement

Tenderers must provide a signed declaration on their company letterhead in the following

format. If the tender is being presented by a joint venture or consortium all members must

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 25 of 28

sign the declaration

Dear Sirs,

Re Tender Reference ……………………………….

In accordance with the eligibility requirements of the Procurement Regulations and the tender

documents we hereby declare that:- (a) We, including any joint venture partners or consortium partners are a legal entity and

have the legal capacity to enter into the contract;

(b) We further declare that we are not insolvent, in receivership, bankrupt or being wound up,

our affairs are not being administered by a court or a judicial officer, our business activities

have not been suspended and we are not the subject of legal proceedings for any of the

foregoing;

(c) We declare that we have fulfilled our obligations to pay taxes and social security

contributions;

(d) We have not, and our directors or officers have not, been convicted of any criminal

offence related to our/their professional conduct or the making of false statements or

misrepresentations as to their qualifications to enter into a contract within a period of five

years preceding the commencement of the procurement proceedings; and

(e) We do not have a conflict of interest in relation to the procurement requirement.

Signed ……………………………………..

Date………………………………….

14. Submission of bids

The technical and financial proposals should be separated and clearly marked

“TECHNICAL” and “FINANCIAL”.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 26 of 28

The separate, sealed envelopes of both the financial and technical proposals should then

be sent to SEC in a sealed envelope clearly marked “Tender No.16 of 2018/19 – Supply

and Installation of 2 x 40 MVA 132/66 KV, 3 x 10 MVA 66/11 kV, and 4 x 20 MVA

66/11 kV power transformers” and addressed to the “Secretary to the Tender

Committee”, Swaziland Electricity Company, Eluvatsini House, Head Office,

Mhlambanyatsi Road, Mbabane, Swaziland no later than 1200 hours on 27 August

2018.

Document should be submitted with proof of payment of E400.00 for tender

documentation.

SECTION 2 TRANSFORMER SPECIFICATION

1.0 Definitions and Terminology

Wherever the term standard is used in this specification, this shall mean the latest international /

national standard in the following order of priority:

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 27 of 28

1. SABS (South African Bureau of Standards).

2. IEC (International Electro-technical Commission)

3. BS (British Standard)

4. DIN (German Institute of Standards)

2.0 Scope of Facilities

The Contractor will provide the following:

1. All designs required for the manufacture of 66/11kV 10 MVA, 132/66 kV 40 MVA,

66/11 kV 20 MVA transformers according to the specification below

2. All material, transport and labour required for the construction and commissioning of

the works.

3. Updated as-built drawings as per specification.

4. Operating Manuals and Training as specified.

The principal features of the works to be performed shall include but not be limited to the

following:

1. Design, manufacture, supply and assembling of transformers (highlighted in 3 below)

for Ncandweni, Ndzevane, Lobamba and Stonehenge substations.

2. Design, manufacture, supply and install all accessories for the transformers

(highlighted in 3 below)

3. 132/66 kV 40 MVA, 66/11 kV 20 MVA, 66/11 kV 10 MVA

2.1 Power Transformers

2.1.1 General

This specification provides for the manufacture, supply, testing before shipment, delivery

installation and commissioning of the transformers detailed. The transformers shall be supplied

together with all auxiliary equipment necessary for a complete installation.

Transformers shall comply with the requirements of IEC 60076 and BS 171.

Transformers of the same rating shall have matched impedances to allow parallel operation with

others.

A copy of the transformer manufacturer's certificate of quality assurance, issued by an

acknowledged institution, shall accompany the Tender.

All new transformers will be supplied with neutral current transformers as per specification.

2.1.2 Site Handling, Off-Loading and Erection

2.1.2.1 Access to Lifting Lugs and Jacking Pads

The provisions made for transporting the transformers shall in all cases leave the lifting lugs and

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 28 of 28

jacking pads clear of obstructions so that their function may be fulfilled whilst the transformers

are in position on the transporting vehicle.

2.1.2.2 Costs

Where specified, a price shall be quoted for off-loading and erecting the transformers on their

foundations. Unless otherwise specified, this price shall include for filling the transformers with

oil to the oil correct temperature level, and it shall include for the undertaking of any drying-out

process, which may be necessary to ensure that the transformers are ready for operation before

handing over.

2.1.2.3 Erection

Erection shall include off-loading, lifting, handling, positioning on foundations, oil filling and

installation of the transformer(s) together with all materials and auxiliary equipment supplied on

the contract for a complete installation, including levelling, grouting and any provision deemed

necessary to prevent movement of the transformer on its base in service, and also the provision

of all necessary staging, sleepers, lifting tackle and appliances.

Erection shall further include filtering of oil and drying out and testing and checking processes

which may be necessary to ensure that the transformers are ready for operating before handing

over, together with the provision of the necessary materials, apparatus and instruments for these

processes.

All items provided for erection shall be removed from site when erection is completed.

2.1.3 Design Details

2.1.3.1 Rating

The transformers shall be capable of operating continuously and without permanent damage

under the stated service conditions on any tapping, with the primary winding carrying the MVA

stated at the no-load voltage corresponding to the tapping in use. With the principle tapping in

use and other conditions as above, the temperature rises specified in BS 171 shall not be

exceeded.

2.1.3.2 Tapping

All tapings shall be designed for constant MVA output.

2.1.3.3 Interchangeability

All transformers of any one type shall be identical and interchangeable with one another at short

notice. No alteration to control circuits shall be permissible for this purpose except by means of

built-in terminal boards fitted with links for effecting the alteration.

All parts are to be made accurately to dimensions so that any corresponding parts will be

interchangeable, any spare parts will fit into place without need of adjustments. Where similar

equipment has previously been supplied, components shall interchange with those on previous

contracts, unless otherwise approved.

2.1.3.4 Internal Connections

All internal connections shall be supported to maintain clearances to each other and to earthed

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 29 of 28

metal during transport and under short-circuit conditions and shall not vibrate in normal service.

2.1.3.5 Electrical Clearances

Adequate electrical clearance shall be provided and care shall be taken to ensure that no fittings

are located so as to interfere with the external connections to the bushings.

2.1.4 Insulation

2.1.4.1 Test Levels

Transformer windings shall be designed to withstand the minimum values of impulse and

dielectric tests specified.

2.1.4.2 Bushings

All bushings shall be the outdoor type and designed to withstand the minimum values of impulse

and dielectric tests specified.

Minimum acceptable creepage distances are in the Detailed Technical Specification.

2.1.4.3 Arc Gaps

Bushings arc gaps, where provided, shall be set at, or adjustable to, the impulse flashover

settings specified in the Detailed Technical Specification, unless protection is afforded by

lightning arrestors in which case arc gaps are not required.

2.1.4.4 Cable End Boxes

A cable end box shall be fitted to the LT side of the transformer suitable for either XLPE or

paper insulated cable.

2.1.5 Constructional Details

2.1.5.1 Cores

Where the core laminations are divided into sections by insulating barriers or cooling ducts

parallel to the plane of the laminations, tinned-copper bridging strips shall be inserted to

maintain electrical continuity between sections.

The magnetic circuit shall be earthed to the core clamping structure at one point only through a

removable link placed in an accessible position beneath an inspection cover and on the same side

of the core as the main connection between the core structure and tank.

Core-bolt nuts shall be effectively locked.

Lifting lugs or other means shall be provided for conveniently lifting the core, and when lifting

no stress shall be imposed on any core bolt or its insulation. Unless otherwise approved vertical

tie rods shall be provided between top and bottom clamping structures.

2.1.5.2 Windings

All winding insulation shall be treated to ensure that there will be no appreciable shrinkage after

assembly.

Coil stacks are to be provided with clamping arrangements, which will distribute the clamping

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 30 of 28

force over a large portion of the ends of the coil stacks and will permit adjustment of the pressure

and the taking-up of shrinkage that may occur in service.

Driven wedges, except those bearing on clamping rings under the yoke, will not be acceptable.

These yoke wedges shall be locked in position.

Varnish impregnation of windings will not be acceptable, except for transformers having

windings made up of individual cross-over coils, in which case it shall be possible to remove

coils separately without damage by virtue of adhesion due to the varnish impregnation. In no

case shall linseed oil impregnation be used.

2.1.5.3 Tanks and Radiators

Corrugated tanks are not acceptable.

Tanks and fittings shall be of such a shape that water cannot collect at any point on the outside

surfaces.

Guides shall be provided inside each tank for locating the core and windings centrally. Suitable

proportioned manhole covers shall be provided in the tank cover to afford easy access to the

lower ends of bushings and upper portions of the core and winding assembly.

Detachable radiators shall have lifting eyes and shall be provided with drain plugs or valves at

their lowest points and vent plugs in the headers. Isolating valves shall be provided immediately

adjacent to the main tank or headers to enable the radiators to be removed without handling the

oil in the transformer tank or cooler bank.

All oil-pipe connections above 12mm bore shall have flanged joints.

The tank and cooling equipment shall be designed to permit vacuum treatment on site.

The maximum safe permissible vacuum (mmHg), which may be applied above oil level, to the

tank, cooling equipment and to the conservator, without causing permanent distortion, shall be

stated.

2.1.5.4 Gaskets

Oil resisting synthetic rubber gaskets are not acceptable, except where synthetic rubber is used as

a bonding medium for cork or similar material, or alternatively, where steel stops are provided to

prevent over-compression of the gaskets. The Contractor shall submit details of gasket material

for approval.

2.1.5.5 Main Terminals

Bushings shall be fitted to the equipment as specified.

All terminals shall be marked to correspond with the markings on the diagram plate. Compound

filled bushings are not acceptable.

Bushings insulators having small radius grooves under each skirt, and commonly known as anti-

fog type, will not be acceptable.

Characters shall be marked in relief adjacent to their appropriate terminals. The characters may

be of brass, steel or other acceptable metal and shall be permanently fixed to the tank, by means

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 31 of 28

of brazing or welding.

2.1.5.6 Painting and Galvanizing

All interior and exterior metal surfaces, subject to corrosion, shall be thoroughly cleaned by

means of sand-blasting, shot-blasting, or other approved methods before painting. All exterior

surfaces shall be given a priming coat of anti-corrosion and oil-resisting paint, followed by two

coats of weather and oil-resisting paint of good quality to the colour specified.

The interior surfaces of the conservators above cold oil-level shall be finished with a coat of

light-coloured oil-resisting paint or varnish and care shall be taken to protect the interior surfaces

below oil-level after cleaning.

All cabinet interiors shall have at least one priming coat and one finishing coat of glosswhite

paint or enamel.

The exteriors of all indoor control panels shall be finished in Light Grey finish, colour no. 632 to

BS 381/c unless otherwise specified. The exterior finish of outdoor control cabinets shall be in

the same colour as that specified for the transformers.

Should any paintwork be damaged during transit or erection, this shall be rectified on site.

Galvanising should be done to SANS 121.

2.1.6 Fittings

The transformers shall be supplied with the fittings specified hereafter.

2.1.6.1 Conservator Tank

Where conservators are not mounted on the main transformer tank or as part of a cooler bank, a

separate floor mounted supporting structure shall be provided by the Contractor. The conservator

tank shall be fitted with a removable end on which the oil gauge shall be mounted. The

conservator tank shall be mounted to slope slightly downwards towards the drain valve, which

shall be adjacent to the removable end.

The pipe connecting the conservator to the tank shall extend at least 50mm into the conservator

and shall be brought out from the highest point of the main tank cover. A valve shall be provided

immediately adjacent to the conservator. All pockets and bushing turrets of the main tank and

tap-changer selector switch chamber, where this is separate from the main tank, shall be

connected into this pipe between the transformer and the Buchholz relay.

The capacity of the conservator shall be such that the oil will not overflow or fall below the

Buchholz relay floats for oil temperatures from –10°C to 100°C.

2.1.6.2 Plain Oil Gauges

Plain oil gauges shall be flush mounted with the gauge glass (of glass or plastic material)

securely attached to the tank throughout its length by means of a metal shroud. The oil in the

gauge shall not be in contact with the air outside the tank. Unprotected glass tubes are not

acceptable.

2.1.6.3 Breathers

Silica-gel breathers shall have a window for inspection of the condition of the silica-gel and oil

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 32 of 28

cup or other device to prevent continuous contact of the silica-gel with the air outside the

transformer.

2.1.6.4 Pressure Relief Device

Where a pressure relief valve(s) is provided, it shall be fitted to the transformer tank wall in the

vertical plane and arranged to be self-resealing and provided with contacts to indicate the

"normal" and "operated" conditions, and also a mechanically operated, manually reset operation

indicator.

2.1.6.5 Buchholz Relays

Buchholz relays shall be of the double-float or bucket type and shall be of approved

manufacture. The gas-release cock for the relay shall be placed within easy reach from ground

level and connected to the relay by small-bore non-ferrous tubing. The sight window of the relay

shall be readily visible from ground level.

2.1.6.6 Winding-Temperature Indicators

Winding-temperature indicators shall be of the dial type, preferably compensated for changes in

ambient temperature, and shall have a load-temperature characteristic approximately the same as

the hottest part of the windings. The current transformer for operating the indicator shall be built

into the main transformer tank and shall be located so as to reflect the maximum hot-spot

temperature of the transformer. The alarm contact circuits of these indicators shall be paralleled

and the trip contact circuits paralleled and each brought out to a pair of terminals.

The indicators are to be provided with a dial indicating the temperature in °C and fitted with a

resettable maximum temperature indicator. A pair of adjustable alarm contacts which can be set

to close at a predetermined temperature are to be provided and, in addition, a pair of contacts for

tripping purposes.

The instrument shall be mounted in a separate control cabinet where this is provided, otherwise

as follows:

2.1.6.7 Dial-type Thermometers

Dial-type thermometers shall be graduated in °C for registering "top-oil" temperatures. The

instrument shall be provided with a resettable maximum temperature indicator and a pair of

adjustable alarm contacts, which can be set to close at a predetermined temperature. An

additional set of adjustable contacts shall be provided for tripping purposes.

The mounting arrangements shall be the same as for the winding- temperature indicators.

2.1.6.8 Thermometer Pockets

Thermometer pockets shall be fitted with a captive screw cap.

2.1.6.9 Alarm and Trip Contacts

All alarm contacts shall be suitable for making or breaking up to 20 watts D.C., inductive, at the

specified alarm and tripping voltage.

All trip contacts shall be suitable for making and carrying for half a second a current

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 33 of 28

corresponding to 150 watts at the specified alarm and tripping voltage.

Any auxiliary relays associated with trip circuits shall be D.C. operated and suitable for the

specified alarm and tripping voltage.

Alarm and trip contacts shall be provided with electrically independent and ungrounded circuits.

2.1.6.10 Drain, Filter and Sampling Valves

All valves shall be attached by bolted-on flanges and shall not be screwed or welded to the tank.

Valves of 50mm and smaller shall be of gunmetal or similar material. Drain valves or isolating

valves larger than 50mm and of the flanged gate-type construction may have bodies of cast iron

or cast steel.

Drain valves shall be of suitable dimensions in relation to the volume of oil in the transformer

tank and coolers.

Oil sampling valves shall be 12mm screwed glove, angle or gate valves located so as to permit

sampling of oil from the extreme bottom of the tank.

Filtration connections, which shall have flanges drilled to BS 10, Table D for 25mm valves, or

screwed 25mm B.S.P. female whichever is specified shall be as follows:

1. A valve at the top and bottom of the main tank. The drain valve of the main tank may be

used for this purpose.

2. A valve at the top and bottom of each separately mounted cooler bank.

3. The oil conservator drain valve located within easy reach of the ground, by means of a

pipe extension if necessary, shall be suitable for a filter connection.

All valve entries shall be blanked-off with gasketed bolted-on blank plates or plugs.

2.1.6.11 Rating and Diagram Plate

Rating and diagram plates shall be to BS 171 and shall be engraved, stamped or embossed on

brass, or stainless steel.

2.1.6.12 Earthing Terminal

A suitably rated earthing terminal or clamp shall be provided on the tank base to suit the size of

earthing conductor specified.

2.1.6.13 Lifting Lugs

Lifting lugs shall be designed to lift the completely assembled transformer with oil.

2.1.6.14 Jacking Pads

Not less than four suitably and symmetrically placed jacking pads shall be provided in positions,

which will not be impeded when the transformer is loaded on to the transport vehicle.

Each jacking pad shall be designated to support at least half of the total weight of the transformer

base and complete with oil the unimpeded working surface of the jacking pads shall be as

follows:

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 34 of 28

1. Minimum/maximum height of jacking pad above base in mm: 460/530.

2. Unimpeded working surface mm: 230 x 230.

2.1.6.15 Skid Under-base

Skid under-base shall be reinforced to permit moving the transformer in the direction(s)

specified. Hauling eyes shall be provided on the under-base.

2.1.7 Tap Changer

2.1.7.1 Tap-transfer Equipment

The tap-transfer equipment shall be designed such that it will not be possible for either a portion

of the main transformer windings to be short circuited, except through a current limiting

impedance, or for the main transformer winding to be open circuited.

In the event of the apparatus not being continuously rated, protective devices shall be fitted to

protect the equipment from overheating.

2.1.7.2 Driving Mechanism

The supply for the driving mechanism will be as stated.

The driving motor shall be controlled by a contactor fitted with thermal overload protection.

The driving mechanism shall be designed such that once a tap changing operation has been

initiated the tap changer contacts will not remain in an intermediate position should the power

supply for the driving unit fail.

The design shall include means to ensure that tap changers fitted to three single-phase units or

units operating in parallel, operate in step. Stops are to be provided to prevent the mechanism

from over-running its end position.

For emergency operation of the tap changing equipment, a readily detachable handle shall be

provided for manual operation. Adequate provision shall be made to prevent the tap-changer

contacts from being left in an intermediate position when operated manually, and to prevent

power operation with the handle in position. A mechanical tap position indicator and operation

counter shall be provided on the driving mechanism both of which shall be externally visible. A

dial type tap indicator is preferred complete with maximum and minimum drag pointers.

The driving mechanism shall be enclosed in a dustproof, weatherproof and vermin proof cabinet

provided with a separately fused heater and switch.

2.1.7.3 Control Equipment

All manual electrical controls, and preferably automatic controls, shall be arranged for step-by-

step operation.

Where an over-current protection scheme is provided for the tap-changer, this shall be arranged

to:

1. Prevent initiation of a tap change during over-current condition

2. Stop progress of tap change for duration of an over-current if this condition occurs after

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 35 of 28

tap change initiation.

The following type of tap changer control shall be provided where specified:

2.1.7.3.1 Local Electrical control

This shall comprise of interlocked push buttons or control switch with spring return to neutral,

engraved "Raise Voltage/Lower Voltage".

"Local/Remote" changeover switch is required.

2.1.7.3.2 Remote Electrical Control

Equipment shall comprise of:

1. An isolating switch, which shall be arranged to isolate the panel from the tap-changer

control supply and voltage transformer (if any).

2. Interlocked push buttons or control switch with spring return to neutral, engraved "Raise

Voltage/Lower Voltage".

3. Tap changer "Supply Failure" indicating lamp.

4. "Tap change in Progress" indicating lamp.

5. Tap position indicator with facilities for accurate lead burden calibration. The instrument

face shall indicate tap positions and corresponding voltages. Alternatively a separate label

shall be mounted on the panel adjacent to the tap position indicator on which shall be

engraved no-load voltages and corresponding tap positions.

6. Fuses, links, etc, to make a complete assembly.

2.1.7.3.3 Remote Automatic Control

In addition to that specified above the equipment shall comprise of:

1. "Auto/Manual/Off" selector switch.

2. Voltage regulating relay, adjustable 95 to 110 percent of specified control voltage.

3. Time-delay relay with user defined curves and times delays.

4. Under voltage relay to immobilize tap-changer in event of loss of regulating relay control

voltage.

2.1.7.4 Line Drop Compensation

Equipment shall be suitable for resistance and reactance volt drop compensation and shall be

designed to give an accurate reflection of the volt drop in circuit to be compensated.

Compensation shall be by means of tappings on the H.V. side to correct voltage fluctuation on

the L.V. side.

The range of compensation at full load shall be not less than:

1. Resistance - 0 to 7.5% of rated voltage.

2. Reactance - 0 to 7.5% of rated voltage.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 36 of 28

The setting dial shall be marked in percentage steps.

2.1.7.5 Parallel Operation Control

All parallel control schemes shall incorporate the following features:

1. "Auto/Manual/Off" control selection (where applicable)

2. Master/Follower (or Simultaneous) control with master selection. Only the regulating

relay of the unit selected as master shall be capable of effecting tap changer

operations.

3. "Individual/Parallel" control selection for each transformer.

4. Where an interlock scheme is provided to prevent paralleling of transformers on

different tap positions a "Paralleling Interlock" rotary switch shall be provided for

selecting this interlock "Out of Service" or "In Service", as required, and a suitable

lamp on the tap-changer control panel to indicate the "Interlock in Service" position.

Where an interlock scheme is not provided, a label engrave in red shall be provided

on each panel adjacent to the "Individual/parallel" control switch stating, "Check tap

changers in step before paralleling".

5. "Out-op-Step" indication on the tap-changer control panel(s) and lock-out of the

control scheme. This Out-of-Step indication and lock-out shall be in no way

dependant on the position of the disconnects and circuit-breakers.

2.1.7.6 Mounting of Control Equipment

All items of control equipment shall be arranged similar to the equipment as described under the

heading for general protection equipment.

Remote control equipment shall be supplied for mounting by the following method:

1. Equipment completely mounted and wired in the transformer control panel suitable for

indoor mounting.

2. Where parallel operation control is provided the equipment shall be mounted in

accordance with the proposed scheme.

3. Each transformer shall be provided with a separate control panel on which shall be

mounted and wired all items of control equipment to enable the transformer to operate

satisfactorily as an individual unit on automatic control.

2.1.8 Secondary Circuits

2.1.8.1 Secondary Wiring and Terminal Boxes

All secondary wiring used on the transformers or on auxiliary equipment attached to the

transformers, shall be stranded conductor (minimum 7 strands) to avoid fracture due to vibration.

The wiring shall be of not less than 2.5 mm2 section. Wiring insulation shall be oil and damp

proof and shall have thermal characteristics at least equal to Class A in BS 2757 and/or BS EN

60687.

All wiring from alarm and tripping contacts or any other equipment on the transformer requiring

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 37 of 28

connection to external circuits shall be either armoured, in conduit, or in metal protective

channel, and brought to terminal box situated at a convenient height on the transformer. The

terminal box shall be provided with a removable gland plate.

Manufacturer's standard wiring, whether solid or stranded conductor, is acceptable on separately

mounted panels or cubicles but all wiring shall be suitably braced, clipped and/or laced to

prevent vibration.

2.1.8.2 Secondary Cables

Where a separately mounted control cabinet is provided, the Contractor shall provide all cabling

between this control cabinet, the transformer terminal box and auxiliary apparatus, together with

all necessary cable boxes and/or glands. The cables shall be oil resisting and of an approved type.

All secondary and panel wiring shall withstand a test voltage of 2kV to earth for 1 minute.

2.1.8.3 Terminal Boards

Terminal boards shall be made of moulded insulating material and suitable barriers shall be

provided between adjacent terminals.

Terminals shall be suitable to take a stranded or solid conductor of not less than 4.8mm diameter.

Terminals of the type where clamping screws are in direct contact with the wire are not

acceptable.

2.1.8.4 Terminal Studs

Where stud type terminals are used these shall be of the double stud type consisting of two

screws or studs, each equipped with two nuts and either Ross-Courtney washers or crimped or

sweated lugs to enable the internal equipment to be connected to one side and the external

equipment to the other side. The screws or studs shall be not less than 19mm long and not less

than O.B.A. in diameter, and of brass.

2.1.8.5 Spare Terminals

Each terminal board shall be provided with not less than 10% spare terminals with a minimum

number of 12, unless otherwise approved. Terminal boards shall not be covered by compound.

2.1.8.6 Cable Entry

The arrangement of the terminal boards in the boxes or panels shall be such as to facilitate the

entry of the incoming control, or other cables.

2.1.8.7 Marking of Wires

The internal wiring connected to one side of the terminal boards or the terminals themselves

shall be marked by means of numbered ferrules, or other approved means.

2.1.9 Inspection and Tests

2.1.9.1 Witnessing of Tests

The Engineer reserves the right to appoint a representative to inspect the transformers at any

stage of manufacture or to be present at any of the tests specified. Such inspection shall not

relieve the Contractor of his responsibility for meeting all the requirements of the specification,

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 38 of 28

and it shall not prevent subsequent rejection if such material or equipment is later found to be

defective.

2.1.9.2 Tests

Group III tests shall be performed on each transformer.

The test conditions shall correspond to those laid down by SABS 780 and/or IEC 60076. Four

copies of test certificates shall be supplied.

Unless certified records of previous tests performed on identical transformers in the same works

are available, the following additional tests will be required:

Group I, Tests

1. Temperature rise test

2. Full and chopped impulse voltage withstand test

3. Vacuum test

2.1.9.2.1 Note

The cost of the temperature rise and impulse tests shall be given as separate items in the price

schedule. (It is assumed that, where applicable, the cost of the vacuum test is included in the

price of the transformers).

2.1.9.3 Tests at Site

On completion of erection at site the Contractor shall perform such tests as may be required to

ensure that the transformers are ready for handing over and putting into regular and commercial

use.

High voltage tests at site will not be required unless specifically called for.

2.1.10 Miscellaneous

2.1.10.1 Contract Drawings

Drawings for approval shall be submitted in duplicate as soon as possible, but not later than 6

months after the contract has been placed (unless a shorter period is stated). The Contractor shall

guarantee to supply the drawings within the specified time. After these drawings have been

approved an original copy of each drawing shall be supplied.

Drawings shall be of a convenient size to permit clear interpretation and the minimum size of

condensed drawings will be subject to individual approval.

The following drawings shall be supplied:

1. Outline and general arrangement;

2. Internal arrangement of the core and windings, showing lead supports and winding

clamping arrangements;

3. Details of core and core clamping;

4. Sectional arrangement drawing of the windings showing sufficient details of the

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 39 of 28

conductors and insulation for local maintenance purposes;

5. Rating and diagram plates;

6. Tap-changer switch;

7. Wiring diagram, outline and drilling details of each item of loose control equipment;

8. Wiring diagram and dimensioned outline drawing of control panels or cubicles, which

shall show base fixing arrangements.

All drawings shall have titles in English.

The approval of drawings by the Swaziland Electricity Company (SEC) shall not relieve the

Contractor of responsibility for correctness thereof, or from the consequences of error or

omission on the Contractor's behalf.

2.1.10.2 Instruction Manuals

Four copies of instruction manuals in English shall be supplied before the transformers are

delivered to site. The manuals shall be complete with all relevant drawings to enable the

equipment to be assembled, checked and overhauled.

Information shall be included on the following:

1. Mechanical operation of tap changers;

2. Setting and testing of winding temperature, oil temperature indicators and Buchholz

relay.

2.1.10.3 Spares

The Contractor is required to specify the recommended spares.

Spares shall be packed in separate cases, clearly labelled "spares" and consigned directly to the

site. Each item of spares in a case shall be suitably identified by means of a metal label.

2.1.10.4 Oil

Where oil is provided with the transformers, it shall comply with SANS 555 - 4: 2017 and shall

be clean and free from any trace of moisture. The Contractor shall carry out all the necessary

tests on site to ensure the condition of the oil.

2.1.10.5 Transport

All shafts, bearings and machined surfaces exposed for transport to site shall be given a

temporary protective coating to prevent corrosion.

If it is necessary to remove bushings or radiators for transport, blanking-off plates and a spare set

of gaskets shall be provided.

Where the supply of oil is included in the contract, the transformers shall preferably be

transported with sufficient oil to cover the core and windings. The tank shall be sealed for

transport to prevent all breathing. Should the transformers not be filled with oil it should be

transported filled with nitrogen.

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 40 of 28

Full details of the proposed method of transport shall be submitted for approval.

Schedule 1 (10 MVA, 66/11 kV Power Transformer)

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor) 1 Power Ratings

Continuous Rated Power In MVA Of Main

Winding On Any Tap Position With ONAN

Cooling

10MVA

2 Rated Voltage At No Load

Main Winding 66/11kV 3 Rated Current

HV Winding 87.5A

MV Winding 525A 4 Number Of Phases 3 5 Vector Group Dyn11 6 Manufacturer Specify 7 Country Of Manufacture Specify 8 Type (Core Or Shell)

Number Of Limbs

Cooling ONAN 9 Specifications

BS 171 – 1970/IEC 76 Yes

10 Losses

No Load Losses On Principal Tap kW

Load Losses (I²R And Stray) At 75°C On

Principal Tap At Maximum Rated Power

kW

11 Flux

Flux Density In Core In Tesla, At Rated

Voltage And Frequency On Principle Tap

Legs -

Yoke - 12 Magnetizing

Magnetizing Current, At Rated Voltage

And Frequency, On Principle Tap, As A

Percentage Of Rated Current At

Maximum Rated Power

%

Current Density In Windings At Maximum

Rated Power And Voltage In Ampere Per

mm²

A/mm2

13 Impedance

On Principle Tap 7%

On Extreme Plus Tap (Hi Tap 66kV

Bucking)

7.50%

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 41 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

On Extreme Minus Tap (Low Tap 66kV

Boosting)

6.50%

Limits, On Any Tap, Of The Impedance At

75°C And Rated Frequency, Based On

Maximum Rated Power As A Percentage:

Maximum %

Minimum % 14 Temperature Rise (At Site Altitude In °C)

Top Oil 55°C

Windings By Resistance 60°C 15 Oil Volume (In Litres)

Transformer Tank -

Coolers -

Conservator -

Tap Changer -

Total - 16 Windings

Connections Brought Out

HV Bushings Yes

MV Bushings Yes

MV Neutral Yes 17 Winding Insulation

HV: Fully Insulated kV/kV

MV: Graded (In kV Top/Star Point) kV/kV 18 Test Details

Minimum 60 Second Separate Source

Withstand Test Voltage Between Winding

Under Test And The Remaining Windings,

Core, Frame And Tank, Connected

Together And Earthed, In kV rms

HV kV

MV kV

Minimum Induced Over Voltage

Withstand Test Between Line Terminals

In kV

For Graded Insulation Only:

HV Kv

MV kV

Between Line Terminals And Core,

Frame, Tank To Earth

kV

Test Frequency Hz

Test Duration Seconds 19 Bushings

Min Impulse Withstand Test Voltage At

Sea Level (1.2/50μs Full Wave) In kV

Crest

HV kV

MV kV

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 42 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

MV Cable Box Yes 20 Stem Requirements

Minimum Length 100mm

Diameter 26mm

Orientation Vertical

Oil Filled Condensor Type Yes

Visual Oil Level Indicator Yes 21 Bushing Manufacture

HV Type -

MV Type -

Neutral Type -

Manufacturer - 22 Mass

Approximate Mass In Kg

Core And Windings Kg

Main Tank Only Kg

Conservator And Coolers Without Oil Kg

Total Mass Without Oil Kg

Transportation Weight Kg

Total Mass, Completely Assembled Unit

Filled With Oil

Kg

Filling Medium For Transport 23 Dimensions

Completely Assembled Unit

Height mm

Length mm

Width mm

Tank Only

Height mm

Length mm

Width mm

Coolers (Only If Separate Cooler Bank Is

Provided)

Height mm

Length mm

Width mm

Distance From Ground To Top Of HV

Bushings

mm

Distance Through Which The Core Must

Be Lifted To Clear The Tank

mm

24 Material Thickness Tank

Sides mm

Bottom mm

Top mm

Conservator mm

Cooler Tubes mm

Pressed Sheet Steel Radiators mm 25 Coolers

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 43 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Number Of Cooler Units -

Capacity Of Each Cooler Unit As

Percentage Of Total Oil Volume

%

Number Of Pressed Steel Radiators -

Safe Vacuum Withstand Vacuum, In

mmHg At Sea Level

mmHg

26 On Load Tap Changer

On Load Tapping Required Yes

Type Of Tap Changer Resistor

Or Reactor

Tapping Winding HV

Number Of Approximate Equal Steps 17

Approximate Change Per Step In % Of

The Ratio On Principal Tap

1%

Nominal Tap 7

Maximum 110%

Minimum 95% 27 Tap Change Control

Local/Remote Switch In Tap Changer

Kiosk

Auto/Manual Switch On Trf Control

Panel

Parallel Operation Control On Trf Control

Panel

Ultimate Number Of Transformers To

Operate In Parallel

2

Sensing From 110V VT's On Transformer

11kV Side

Yes

Type And Voltage Of Tap Change Motor 3ph 380-400V

Driving Motor Input kW 28 Ratings

Nominal Voltage Of Tap Changer kV

Rated Operating Current Of:-

Selector Switch Amp

Diverter Switch Amp

Resistor/Reactor Amp

Maximum OC That The Tap Changer Can

Handle Without Damage

Amp

Alarm And Protection Voltage TBC 29 Transformer Fittings

Conservator With Plain Oil Gauge Yes

Dehydrating Breather Yes

Buchholz Relay Yes

Pocket For Oil Top Temperature

Thermometer

Yes

Dial Type Oil Temperature Indicator With

Trip Contacts

Yes

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 44 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Winding Temperature Indicator With Trip

And Alarm Contacts

Yes

Cooler Fan Control Contacts Yes

Drain Valve Yes

Oil Filtration Connections Yes

Oil Sampling Facilities Yes

Pressure Relief Device Yes

Earthing Terminals (To Be Suitable For

40mm X 3mm Flat Copper)

Yes

Lifting Lugs Yes

Jacking Pads Yes

Cooling Radiators Yes 30 Transformer Earthing

HV Winding N/A

MV Neutral Solid

Schedule 2 (40 MVA, 132/66 kV Power Transformer)

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor) 1 Power Ratings

Continuous Rated Power In MVA Of Main

Winding On Any Tap Position With ONAN

Cooling

40MVA

2 Rated Voltage At No Load

Main Winding 132/66 kV 3 Rated Current

HV Winding 174.9A

MV Winding 349.9A 4 Number Of Phases 3 5 Vector Group YNa0d1 6 Manufacturer Specify 7 Country Of Manufacture Specify 8 Type (Core Or Shell)

Number Of Limbs specify

Cooling specify 9 Specifications

BS 171 – 1970/IEC 76 Yes

10 Losses

No Load Losses On Principal Tap kW

Load Losses (I²R And Stray) At 75°C On

Principal Tap At Maximum Rated Power

kW

11 Flux

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 45 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Flux Density In Core In Tesla, At Rated

Voltage And Frequency On Principle Tap

Legs -

Yoke - 12 Magnetizing

Magnetizing Current, At Rated Voltage

And Frequency, On Principle Tap, As A

Percentage Of Rated Current At

Maximum Rated Power

%

Current Density In Windings At Maximum

Rated Power And Voltage In Ampere Per

mm²

A/mm2

13 Impedance

On Principle Tap 7%

On Extreme Plus Tap (Hi Tap 132kV

Bucking)

7.50%

On Extreme Minus Tap (Low Tap 132kV

Boosting)

6.50%

Limits, On Any Tap, Of The Impedance At

75°C And Rated Frequency, Based On

Maximum Rated Power As A Percentage:

Maximum %

Minimum % 14 Temperature Rise (At Site Altitude In °C)

Top Oil 55°C

Windings By Resistance 60°C 15 Oil Volume (In Litres)

Transformer Tank -

Coolers -

Conservator -

Tap Changer -

Total - 16 Windings

Connections Brought Out

132 kV Bushings Yes

66 kV Bushings Yes

11 kV 17 Winding Insulation

132 kV kV/kV

66 kV kV/kV

11 kV kV/kV 18 Test Details

Minimum 60 Second Separate Source

Withstand Test Voltage Between Winding

Under Test And The Remaining Windings,

Core, Frame And Tank, Connected

Together And Earthed, In kV rms

132 kV kV

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 46 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

66 kV kV

11 kV

Minimum Induced Over Voltage

Withstand Test Between Line Terminals

In kV

For Graded Insulation Only:

132 kV kV

66 kV kV

11 kV

Between Line Terminals And Core,

Frame, Tank To Earth

kV

Test Frequency Hz

Test Duration Seconds 19 Bushings

Min Impulse Withstand Test Voltage At

Sea Level (1.2/50μs Full Wave) In kV

Crest

132 kV kV

66 kV kV

66 kV Cable Box Yes

11 kV kV 20 Stem Requirements

Minimum Length 100mm

Diameter 26mm

Orientation Vertical

Oil Filled Condensor Type Yes

Visual Oil Level Indicator Yes 21 Bushing Manufacture

132 kV Type -

66 kV Type -

11 kV Type

Manufacturer - 22 Mass

Approximate Mass In Kg

Core And Windings Kg

Main Tank Only Kg

Conservator And Coolers Without Oil Kg

Total Mass Without Oil Kg

Transportation Weight Kg

Total Mass, Completely Assembled Unit

Filled With Oil

Kg

Filling Medium For Transport 23 Dimensions

Completely Assembled Unit

Height mm

Length mm

Width mm

Tank Only

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 47 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Height mm

Length mm

Width mm

Coolers (Only If Separate Cooler Bank Is

Provided)

Height mm

Length mm

Width mm

Distance From Ground To Top Of HV

Bushings

mm

Distance Through Which The Core Must

Be Lifted To Clear The Tank

mm

24 Material Thickness Tank

Sides mm

Bottom mm

Top mm

Conservator mm

Cooler Tubes mm

Pressed Sheet Steel Radiators mm 25 Coolers

Number Of Cooler Units -

Capacity Of Each Cooler Unit As

Percentage Of Total Oil Volume

%

Number Of Pressed Steel Radiators -

Safe Vacuum Withstand Vacuum, In

mmHg At Sea Level

mmHg

26 On Load Tap Changer

On Load Tapping Required Yes

Type Of Tap Changer Resistor

Or Reactor

Tapping Winding HV

Number Of Approximate Equal Steps 17

Approximate Change Per Step In % Of

The Ratio On Principal Tap

1%

Nominal specify

Maximum 110%

Minimum 95% 27 Tap Change Control

Local/Remote Switch In Tap Changer

Kiosk

Auto/Manual Switch On Trf Control

Panel

Parallel Operation Control On Trf Control

Panel

Ultimate Number Of Transformers To

Operate In Parallel

2

Sensing From 110V VT's Yes

Type And Voltage Of Tap Change Motor 3ph 380-400V

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 48 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Driving Motor Input kW 28 Ratings

Nominal Voltage Of Tap Changer kV

Rated Operating Current Of:-

Selector Switch Amp

Diverter Switch Amp

Resistor/Reactor Amp

Maximum OC That The Tap Changer Can

Handle Without Damage

Amp

Alarm And Protection Voltage TBC 29 Transformer Fittings

Conservator With Plain Oil Gauge Yes

Dehydrating Breather Yes

Buchholz Relay Yes

Pocket For Oil Top Temperature

Thermometer

Yes

Dial Type Oil Temperature Indicator With

Trip Contacts

Yes

Winding Temperature Indicator With Trip

And Alarm Contacts

Yes

Cooler Fan Control Contacts Yes

Drain Valve Yes

Oil Filtration Connections Yes

Oil Sampling Facilities Yes

Pressure Relief Device Yes

Earthing Terminals (To Be Suitable For

40mm X 3mm Flat Copper)

Yes

Lifting Lugs Yes

Jacking Pads Yes

Cooling Radiators Yes 30 Transformer Earthing

132 kV Winding Via aux

transformer

66 kV Winding N/A 11 kV solid

Schedule 1 (20 MVA, 66/11 kV Power Transformer)

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 49 of 28

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor) 1 Power Ratings

Continuous Rated Power In MVA Of Main

Winding On Any Tap Position With ONAN

Cooling

20MVA

2 Rated Voltage At No Load

Main Winding 66/11kV 3 Rated Current

HV Winding 174.9A

MV Winding 1049.7A 4 Number Of Phases 3 5 Vector Group Dyn11 6 Manufacturer Specify 7 Country Of Manufacture Specify 8 Type (Core Or Shell)

Number Of Limbs

Cooling ONAN 9 Specifications

BS 171 – 1970/IEC 76 Yes

10 Losses

No Load Losses On Principal Tap kW

Load Losses (I²R And Stray) At 75°C On

Principal Tap At Maximum Rated Power

kW

11 Flux

Flux Density In Core In Tesla, At Rated

Voltage And Frequency On Principle Tap

Legs -

Yoke - 12 Magnetizing

Magnetizing Current, At Rated Voltage

And Frequency, On Principle Tap, As A

Percentage Of Rated Current At

Maximum Rated Power

%

Current Density In Windings At Maximum

Rated Power And Voltage In Ampere Per

mm²

A/mm2

13 Impedance

On Principle Tap 7%

On Extreme Plus Tap (Hi Tap 66kV

Bucking)

7.50%

On Extreme Minus Tap (Low Tap 66kV

Boosting)

6.50%

Limits, On Any Tap, Of The Impedance At

75°C And Rated Frequency, Based On

Maximum Rated Power As A Percentage:

Maximum %

Minimum % 14 Temperature Rise (At Site Altitude In °C)

Top Oil 55°C

Windings By Resistance 60°C

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 50 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor) 15 Oil Volume (In Litres)

Transformer Tank -

Coolers -

Conservator -

Tap Changer -

Total - 16 Windings

Connections Brought Out

HV Bushings Yes

MV Bushings Yes

MV Neutral Yes 17 Winding Insulation

HV: Fully Insulated kV/kV

MV: Graded (In kV Top/Star Point) kV/kV 18 Test Details

Minimum 60 Second Separate Source

Withstand Test Voltage Between Winding

Under Test And The Remaining Windings,

Core, Frame And Tank, Connected

Together And Earthed, In kV rms

HV kV

MV kV

Minimum Induced Over Voltage

Withstand Test Between Line Terminals

In kV

For Graded Insulation Only:

HV kV

MV kV

Between Line Terminals And Core,

Frame, Tank To Earth

kV

Test Frequency Hz

Test Duration Seconds 19 Bushings

Min Impulse Withstand Test Voltage At

Sea Level (1.2/50μs Full Wave) In kV

Crest

HV kV

MV kV

MV Cable Box Yes 20 Stem Requirements

Minimum Length 100mm

Diameter 26mm

Orientation Vertical

Oil Filled Condensor Type Yes

Visual Oil Level Indicator Yes 21 Bushing Manufacture

HV Type -

MV Type -

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 51 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Neutral Type -

Manufacturer - 22 Mass

Approximate Mass In Kg

Core And Windings Kg

Main Tank Only Kg

Conservator And Coolers Without Oil Kg

Total Mass Without Oil Kg

Transportation Weight Kg

Total Mass, Completely Assembled Unit

Filled With Oil

Kg

Filling Medium For Transport 23 Dimensions

Completely Assembled Unit

Height mm

Length mm

Width mm

Tank Only

Height mm

Length mm

Width mm

Coolers (Only If Separate Cooler Bank Is

Provided)

Height mm

Length mm

Width mm

Distance From Ground To Top Of HV

Bushings

mm

Distance Through Which The Core Must

Be Lifted To Clear The Tank

mm

24 Material Thickness Tank

Sides mm

Bottom mm

Top mm

Conservator mm

Cooler Tubes mm

Pressed Sheet Steel Radiators mm 25 Coolers

Number Of Cooler Units -

Capacity Of Each Cooler Unit As

Percentage Of Total Oil Volume

%

Number Of Pressed Steel Radiators -

Safe Vacuum Withstand Vacuum, In

mmHg At Sea Level

mmHg

26 On Load Tap Changer

On Load Tapping Required Yes

Type Of Tap Changer Resistor

Or Reactor

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 52 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Tapping Winding HV

Number Of Approximate Equal Steps 17

Approximate Change Per Step In % Of

The Ratio On Principal Tap

1%

Nominal Tap 7

Maximum 110%

Minimum 95% 27 Tap Change Control

Local/Remote Switch In Tap Changer

Kiosk

Auto/Manual Switch On Trf Control

Panel

Parallel Operation Control On Trf Control

Panel

Ultimate Number Of Transformers To

Operate In Parallel

2

Sensing From 110V VT's On Transformer

11kV Side

Yes

Type And Voltage Of Tap Change Motor 3ph 380-400V

Driving Motor Input kW 28 Ratings

Nominal Voltage Of Tap Changer kV

Rated Operating Current Of:-

Selector Switch Amp

Diverter Switch Amp

Resistor/Reactor Amp

Maximum OC That The Tap Changer Can

Handle Without Damage

Amp

Alarm And Protection Voltage TBC 29 Transformer Fittings

Conservator With Plain Oil Gauge Yes

Dehydrating Breather Yes

Buchholz Relay Yes

Pocket For Oil Top Temperature

Thermometer

Yes

Dial Type Oil Temperature Indicator With

Trip Contacts

Yes

Winding Temperature Indicator With Trip

And Alarm Contacts

Yes

Cooler Fan Control Contacts Yes

Drain Valve Yes

Oil Filtration Connections Yes

Oil Sampling Facilities Yes

Pressure Relief Device Yes

Earthing Terminals (To Be Suitable For

40mm X 3mm Flat Copper)

Yes

Lifting Lugs Yes

Jacking Pads Yes

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 53 of 28

ITEM DESCRIPTION SCHEDULE A SCHEDULE B

Minimum

Requirements

Equipment Details.

(To Be Completed By

Contractor)

Cooling Radiators Yes 30 Transformer Earthing

HV Winding N/A

MV Neutral Solid

DATA SHEET

1 Eligibility criteria All required documentation and information highlighted

below has been submitted.

i. Company Profile, Form J and Form C or equivalent for

foreign registered companies, and Proof of

registration with the relevant professional or

regulatory body.

ii. Certified copy of Valid Trading License.

iii. Certified copy of a Valid Tax Clearance Certificate.

iv. Certified copy of VAT Registration Certificate

v. Police Clearance for Directors

vi. Certified copy of Labour Compliance Certificate

vii. Latest audited financial statements.

viii. E 100,000 bid security

ix. Original Receipt for Purchase of Tender Document

NB: A tender which does not contain the documents listed

above shall be deemed to be non-responsive and eliminated

from further evaluation

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 54 of 28

2 Qualification criteria Qualifications will be evaluated as follows:

- Demonstrated experience in at least three similar

projects undertaken in the past 10 years

- Academic qualifications necessary to undertake the

required service.

- Professional affiliation to professional bodies

3 Compulsory site visit A compulsory pre-tender site meeting will be held:

Date and time : 31 July 2018 at 10AM

Venue : Big Bend Depot

Proof of attendance will be a signed attendance register that

will be kept by SEC.

4 Validity The tender shall be valid for 90 days from the

submission/closing date. A tender with less than 90 days

validity will be deemed non-responsive.

5 Prices Quoted prices must be in the local currency (Emalangeni) and

should include all relevant levies and taxes. A filled in bill

incorporating the entire tender scope in similar format to the

provided template should be provided. The prices should be

fixed and firm for the duration of the contract, and where there

is foreign currencies involved, forward cover should be

catered for.

6 Documents comprising

the tender

The documentation required for this tender are:

Document 1:

1. Signed Tender Form, and Declaration of Eligibility

2. Company profile, statutory documents, qualifications

criteria related documents etc, as highlighted in the

document

3. Proof of tender payment

4. Power of attorney

5. Methodology as per the requirements of the tender

6. Subcontractors proposed and relevant

contracts/consortiums

7. Preliminary working programme

8. Recommended spare parts where applicable

9. Exclusions of the tender

Document 2

1. Price schedule and tender validity

2. Bid security

Tender No.16 of 2018/19– Supply and Installation of 2x40MVA

132/66kV, 3x10MVA 66/11 kV and 4 x 20 MVA 66/11 kV power transformers

Page 55 of 28

7 Tenderer’s request for

clarification

Requests for clarifications, which must be in writing, should

be addressed, via email, to [email protected] .The deadline for

clarifications shall be seven days before the closing date.

8 Tender submission The location for submission of tenders is

SEC Main Tender Committee

P O Box 258

Mbabane

The following information should be considered:

The technical and financial proposals should be

separated and clearly marked “TECHNICAL” and

“FINANCIAL”.

The separate, sealed envelopes of both the financial

and technical proposals should then be sent to SEC in a

sealed envelope clearly marked “Tender No.16 of

2018/19 – Supply and Installation of 2 x 40 MVA

132/66 KV, 3 x 10 MVA 66/11 kV, and 4 x 20 MVA

66/11 kV power transformers” and addressed to the

“Secretary to the Tender Committee”, Swaziland

Electricity Company, Eluvatsini House, Head

Office, Mhlambanyatsi Road, Mbabane, Swaziland no later than 1200 hours on 27 August 2018.

Document should be submitted with proof of payment

of E400.00 for tender documentation.

9 Tender opening Tenders will be opened at 12noon on 27 August 2018 at SEC

Headquarters, Eluvatsini House, Mhlambanyatsi road,

Mbabane

10 Evaluation of tenders The evaluation criteria is detailed in the Evaluation

Methodology section of the tender document.

11 Intention to award Tenderers will be notified of an intention to award on the

same day that the intention is sent to the Swaziland Public

Procurement Regulatory Agency (SPPRA).

============end==============